Loading...
HomeMy WebLinkAboutResolution - 2021-R0026 - Contract 15449 with Hensel Phelps Construction 1.26.2021Resolution No. 2021-R0026 Item No. 6.1.1 January 26, 2021 RESOLUTION IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute and on behalf of the City of Lubbock, a Public Works Contract consistent with the terms ;,hed hereto as Exhibit "A", for Lubbock Preston Smith International Airport (LBB) .minal Apron and Runway 8-26 Rehabilitation as per ITB 20-15449-JM, by and between the of Lubbock and Hensel Phelps Construction Co., of Austin, Texas, and related documents. i terms are attached hereto and incorporated in this resolution as if fully set forth herein and l be included in the minutes of the City Council. by the City Council on January 26, 2021 O DANIEL M. POPA, MAYOR TTEST: City AS TO CONTENT: Howerton, Deputy City Manager FORM: City Attorney S.Contract 15449 — LPSIA Terminal Apron and Runway 8-26 Rehabilitation 21, 2020 REVISED PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT DATE: October 7, 2020 PROJECT NUMBER: ITB 20-15449-JM — Lubbock Preston Smith International Airport, LBB Terminal Apron and Runway 8/26 Rehabilitation Proposal of Hensel Phelps Construction Co. (hereinafter called "Bidder') To the honorable Mayor and City Council City of Lubbock, Texas (hereinafter called'Uwner") Ladies and Gentlemen: Bidder, in compliance with your Request for Proposals for construction of Lubbock Preston Smith International Airport, LBB Terminal Apron and Runwav 8/26 Rehabilitation, having carefully csantined Plans. Specifications, Instructions to Bidders, Notice to Bidders, and all other related Contract Documents and site of intended work, and being familiar with all conditions surrounding constmetion of intended project including availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and construct project in accordance with Plans, Specifications and Contract Documents, within time set forth therein and at price stated below. Price to coverall expenses incurred in performing work required tinder Contract Documents: ITEM DESCRIPTION UNIT ESTIMATED UNIT EXTENDED NO QUANTITY PRICE AMOUNT BASE BID I Item C-100. Contractor Quality Control Program (CQC'P) LS I S30,431.00 S 30,431.00 0 Item C-102, Temporary Air and Water Pollution, Soil Erosion and Siltation Control (including BMPs) LS 1 S19,000.00 S 19,000.00 3 Item C-105, Mobilization (5%max) LS 1 S150,000.00 S 150,000.00 4 Item P-101-5.1, Pavement Remm al (13 - 15 inches) and disposal off site SY 1,540 S 250.96 S386,478.40 5 Item P-101-5.5, Spalled Concrete - Pavement Repair, including material and regardless of s iall depth SF 1,550 S 284.68 5441 ,254.00 ti Item P-101-5.6, Cold Milling of Asphalt Shoulder, at thickness 29.27 38,051.00 indicated in plans SY 1,300 S S 1 Item P-153-6.1, Controlled Low Strength Material (CLSM) for 398.67 51,827.10 Shoulder Backfill CY 130 S S 8 TNDOT Item 341, Dense -Graded Hot -Mix Asphalt furnished and installed TON 560 S 600.48 5336,268.80 9 TxDOT Item 341, Pay Factor Adjustment (multiply Line Item 8 total by 5%Maximum Pay Factor and insert here) LS I 516,737.00 516,737.00 10 Item P-501-8.1-I, Portland Cement Concrete Pavement, (13- m 15-inch thickness), including reinforcement and dowels where SY 1,540 S 314.76 S484,730.40 applicable Item P-501-8.1-2, Portland Cement Concrete Pads, for Cleanout 11 (4-foot x 4-fool x 8-inch thickness) SY 40 S 747.23 S 29,889.20 12 Item P-603-5.1. Emulsified Asphalt Tack Coat GAL 190 s 16.02 S 3,043.80 13 Item P-605-5.1, Joint Seal in ENistine Concrete Pavement, includes g cleaning, sawcut and preparing existing 'Dint resen�on LF R6,300 S 4.41 S380,583.00 Item P-605-5.2, Joint Seal of joint between Portland Cement 14 Concrete Pavement and Existing Asphalt Shoulder, includes LF 3,630 S 420 S 15,246.00 cleaning. sawcut and preparing existing joint reseromr ADDENDUM NO. 02 - 2 ®HENSEL PHELPS Plan. Build. Manage. REVISED ITEM NO DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 15 Item P-605-5.3, Scaling Cracks in Existing Cuncrete Pavement LF 5,670 5 4.57 S25,911.90 16 Item P-608-8.1, Emulsified Asphalt Seal Coat SY 1,300 S 1 1 .71 S 15,223,00 17 Item P-620-5.1-1, Obliteration of Taxiway and Apron Marking SF 2,500 S 7.31 S 18 275.00 18 Item P-620-5.1-2, Permanent Taxiway and Apron Marking (includine reflective beads) SF 510 S 5.97 S 3,044.70 19 Item P-620-5.1-3, Permanent Taxiway and Apron Marking (black paint) SF 210 S 7.25 s 1,522.50 20 Item D-705-5.1, Pipe Underdrain System LF 2,720 S 197.48 S 537,145.60 21 Item D-705-5.2, Underdrain Discharge Line LF 300 S 125.47 5 37,641.00 22 Item D-705-5.3, Connection to existing Pipe Underdrain System EA 2 S 3,804.00 S 7,608.00 23 Item D-751-5.1, Manholes (infiltration s(ructures) EA 3 S28,402.34 S 85,207.02 24 Item MC, Construction Safety and Phasing LS 1 $123,246.00 S 123,246.00 BASE BID SUBTOTAL S3,236,364.42 ADDITIVE ALTERNATE NO. I — Remove & Replace All Terminal Apron Marking AM Item C-100. Contractor Quality Control Program(CQCP) LS 1 S1,32Z00 S 1,327.00 Al-2 Item C-105, Contractor Mobilization LS 1 S 6,500.00 s 6,500.00 Al-3 Item P-620-5.1-(.Obliteration of Runway and Taxiway Marking SF 14,400 S 3.61 s 51,984.00 Al 4 Item P-620-5.1-2. permanent Taxiway and Apron Marking (includine reflective beads) SF 12,700 S 3.22 S 40,894.00 AI-5 ]teem P-620-5.1-3. Permanent Taxiway and Apron Marking (black munt)3.02 SF 11,700 S S 35,334.00 AI-6 item MC, Construction Safety and Phasing LS I S 1,493.00 S 1,493.00 ADDITIVE ALTERNATE NO. I SUBTOTAL S137,532.00 ADDITIVE ALTERNATE NO.2 — Bevel Joints in Terminal Apron A2-1 Item C-100, Contractor Quality Control Program (CQCP) LS I S 652.00 S 652.00 A2-2 Item C-105. Contractor Mobilization (5%max) LS I S 3,000.00 S 3,000.00 A2-3 Item P-101-5.10, Bevel Joints LF 86,300 $ 1.25 S 107,875.00 A24 Item MC, Construction Safety and Phasing LS 1 S 2,185.00 S 2,185.00 ADDITIVE ALTERNATE NO.2 SUBTOTAL S 113,712.00 ADDITIVE ALTERNATE NO.3 - Rehabilitate Entire Asphalt Shoulder on Terminal Apron A 3-1 Item C-100, Contractor Quality Control Program (CQCP) LS I S 651.00 S 651.00 A3-2 Item C-105, Contractor Mobilization (5%max) LS I S 3,000.00 S 3,000.00 A373 Item P-101-5.7. Asphalt Joint and Crack Repair 11/4- to (-inch wide). (including removal of existing sealant, preparation, and re air of crack, but excluding new sealant material) LF 9,090 5 2.41 S 21 ,906.90 A3-0 Item P-101-5.8. Asphalt Joint and Crack Repair (1 /4- to I-mch- wide), material only GAL 500 S 5.92 S 2,960.00 A3-5 Item P-101-5.9, Asphalt Joint and Crack Repair (>I -inch -wide), (includin , re aration, material, and labor) LF 250 S 4.38 S 1,095.00 A3-6 Item P-608-8.1, Emulsified Asphalt Seal Coat SY 9,790 S 3.58 S 35,048.20 A3-7 item MC. Construction Safety and Phasing LS I IS 1,482.00 S 1,482.00 ADDITIVE ALTERNATE NO.3 SUBTOTAL S 66,143.10 ADDENDUM NO.02 - 3 QHENSEL PHELPS Plan. Build. Manage. REVISED ITEM NO. DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT ADDITIVE ALTERNATE NO. 4 - Rehabilitate Runrc:n 8/26 A4-1 Item C-100, Contractor Quality Control Program (CQCP) LS I S8,416.00 S $ 416.00 A4-2 Item C-I05, Contractor Mobilization LS I S45 000.00 S45.000.00 A4-3 Item P-101-5.5, Spilled Concrete Pavement Repair (including material and regardless of s all depth) SF 150 S 261.94 S 39,291.00 A4-4 Item P-101-5.10, Bevel Joints LF 166,200 S 0.72 5719,664.00 A4-5 Item P-604-6.1, Compression Joint Sealant for Concrete Pavements (3-inch seal in 2-inch joint) includes cleaning, sawing, preparing rxkfing 'pint reservoir, and slivers all repair LF 160 S 27.40 S 4,384.00 A4-6 Item P-604-6.2, Compression Joint Sealant for Concrete Pavements (1-1/4-inch seal in 3/4-inch joint) includes cleaning, sawing. preparingexisting 'oint resennir, and slivers all repair LF 8,250 $ 4.65 S 38,362.50 A4-7 Item P-604-6.3, Compression Joint Sealant for Concreteing, Pavements (1-inch seal in 5/8-inch joint) includes clean sawin,, orenaring existing joint reservoir, and sliver s rdl re air LF 157,7U0 S 4.14 5652,87$,00 A4.8 Item MC, Construction Sarety and Phasing LS I $ 0.00 S 0.00 ADDITIVE ALTERNATE NO.4 SUBTOTAL S907,995.50 ADDITIVE ALTERNATE NO.5 - Rehabilitate Runway 8/26 Shoulder A5-1 Item C-100, Contractor Quality Control Program (CQCP) LS I S 2,250.00 S 2,250.00 AS-2 Item C-105, Contractor Mobilization(5%max) LS 1 $11,500.00 511,500.00 A5-3 Item P-604-6.4, Compression Joint Sealant for Concrete Pavements(13/16-inch seal in lR-inch joint), includes cleaning, sawing. preparing existin • 'oim reservoir, and slivers all repair LF 45.600 S 3.95 s180,120.00 A9-4 Item P-605-5.4, Joint Seal between Existing Concrete Pavement and Existing Concrete Shoulder up to 1-1 /P' wide, includes cleaning. sawcut. and preparing existing reservoir LF 16.800 S 2.58 S 43,344.00 A5-5 Item MC, Construction Satety and Phasing LS I S 0.00 S 0.00 ADDITIVE ALTERNATE NO. 5 SUBTOTAL 5237,214.00 ADDITIVE ALTERNATE NO. 6—Runway 8/26 Crack Seal A6-1 Item C-100, Contractor QL[Ulity Control Program (CQCP) LS I S 275.00 S 275.00 A6-2 Item C-105, Contractor Mobilization (5% max) LS I S1,000.00 S1,000.00 A6-3 Item P-605-5.3, Sealing Cracks in Existing Concrete Pavement LF 410 S 43.50 S A6-4 Item MC, Construction Snlcty and Phasin LS I S 2 360.00 S2,360.00 ADDITIVE ALTERNATE NO.6 SUBTOTAL S24,080.00 TOTAL CONSTRUCTION PROJECT (BASE BID +ADDITIVE ALTERNATES NOS. 1, 2, 3.4. 5, and 61 S4,725,041.02 Bidder's Initials ADDENDUM NO. 02 - 4 ®HENSEL PHELPS Plan. Build. Manage. REVISED CONTRACTOR PROPOSED CONSTRUCTION TIME FOR COMPLETION: TOTAL CALENDAR DAYS: 245 Bidder hereby agrees to commence work on noted project on date to be specified in a written "Notice to Proceed" of Owner and complete Project as summarized herein and stipulated in Specifications and other Contract Documents: PHASE I TIME (CALENDAR DAYS) Base Bid Phase 1 24 (Subphase IA*) (14*) Phase 2 40 (Subphase 2A*) (7*) Phase 3 45 (Subphase3A*) (5*) Phase 4 40 Phase 5 16 Phase 6 40 (Subphase 6A*) (7*) Phase 7 24 Phase 8 6 (Subphase8A*) (3*) (Subphase 8B*) (*) Phase 9** 50** Substantial Completion 235 Punch List 10 Final Completion 245 * Subphase to be completed within each appropriate phase with no additional days. * * Shall occur within maximum 50 consecutive calendar days concurrent with other phases and start no earlier than May 1, 2021. QHENSEL PHELPS Plan. Build, Manage. REVISED Bidder hereby further agrees to pay to Owner as liquidated damages for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents, the following sum of allowed construction time with liauidated damages: Schedule Liquidated Damages Cost Allowed Construction Time BASE BID Phase 1 $ 2,710 24 (Subphase IA*) $ 2,230 (14*) Phase 2 $ 2,710 40 (Subphase 2A*) $ 2,710 (7*) Phase 3 $ 3,190 45 (Subphase 3.4 $ 2,230 (5*) Phase 4 $ 2,710 40 Phase 5 $ 3,190 16 Phase 6 $ 2,710 40 (Subphase 6A*) $ 2,710 (7*) Phase 7 $ 2,230 24 Phase 8 $ 2,230 6 (Subphase 8A*) $ 2,230 (3*) (Subphase 8B*) $ 2,230 (3*) Phase 9** $ 1,550 50** Substantial Completion NA 235 Punch List NA 10 Final Completion $ 2,230 245 Subphase to be completed within each appropriate phase with no additional days. ** Shall occur within maxintum 50 consecutive calendar days concurrent with other phases and start no earlier than May 1, 2021. Bidder understands and agrees this proposal submittal shall be completed and submitted in accordance with Instruction Number 29 of General Instructions to Bidders. Bidder understands Owner may reject any or all proposals and waive any formality in proposing. Bidder agrees this proposal shall be good for 90 calendar days following proposal opening. (per Add 02) Undersigned Bidder hereby declares he visited the site of the work and carefully examined Plans, Specifications, and Contract Documents pertaining to work covered by this proposal, and further agrees to commence work on the date specified in written Notice to Proceed as well as substantially complete work on which he has proposed; as provided in Contract Documents. Bidders are required, whether payment or performance bonds required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or proposal bond from a reliable surety company, payable without recourse, to the City of Lubbock. in not less than five percent (5%) of the total amount of proposal submitted as a guarantee that Bidder will enter into Contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after Notice of Award of Contract to him. P2 NZ't1 Bidder's Initials ADDENDUM NO. 02 - 6 QHENSEL PHELPS Plan. Build. Manage. REVISED Enclosed with this proposal is a Cashier's or Certified Check Enclosed with this proposal is a Cashier's or Certified Check for 5% of the total proposal Dollars ($ ) or Proposal Bond in the sum of Five Percent Dollars IS ), which it is agreed shall be collected and retained by Owner as liquidated damages in the event proposal is accepted by Owner and undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. (Seal if Bidder is a Corporation) ATTEST: Secretary Bidder acknowledges receipt of the following addenda: Addenda No. 01 Date 09/21 /20 Addenda No.—Q2_Date 10/02/20 Addenda No. Date Addenda No. Date M/WBE Firm: Hensel Phelp Con Company 8326 Cross Park Dr Address Austin Travis City, County Texas 7$754 State Zip Code Phone: 512. 834.9848 Fax: 512 - 834,9844 Email:bwinans@henselphelps.com FEDERAL TAX ID or SOCIAL SECURITY 84-0876644 Any entity or person who manufactures, distributes, converts new motor vehicles (or represents an entity who manufactures, distributes, or converts new motor vehicles) or is in the business of buying, exchanging, or selling new motor vehicles is required under the Tex. Occ. Code. Chapter 2301 to be licensed by Motor Vehicle Division of the Texas Department of Transportation. For a bid to be in compliance with the Motor Vehicle Commission Code, bidder must hold and provide all applicable current valid licenses issued by the State of Texas: I. Name N/A and Manufacture's License No. 2. Name N/A and Converter's License No._ 3. Name N/A and Representative's License N 4. Name N/A and Franchise Dealer's License General Distinguishing No. N/A (Frai Authorized Representative - must sign by Band Officer Name and Title: Please Print Business Phone Number Email Address: QHENSEL PHELPS Plan. Build. Manage. rX dealer) ADDENDUM NO. 02 - 7 REVISED FOR CITY USE ONLY Bid Form Item Number(s) Awarded to Named Firm/Individual: Date of Award by City Council (jar bids over $50,000): Date P.O./Contract Issued: RETURN COMPLETED AND SIGNED BID FORM ALONG WITH CITY OF LUBBOCK SPECIFICATIONS. LABEL OUTSIDE OF SEALED BID WITH ITB NUMBER, CLOSING DATE AND TIME, AND COMPANY NAME AND ADDRESS. ADDENDUM NO. 02 - 8 QHENSEL PHELPS Plan. Build. Manage. CERTIFICATE OF INTERESTED PARTIES FORM 1295 1of1 Complete Nos. 1 - 4 and 6 if there are interested parties. Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. OFFICE USE ONLY CERTIFICATION OF FILING Certificate Number: 2021-711933 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. Hensel Phelps Construction Co. Austin, TX United States Date Filed: 02/01/2021 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Lubbock Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 20-15449 Lubbock Preston Smith International Airport LBB Terminal Apron and Runway 8/26 Rehabilitation 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary 5 Check only if there is NO Interested Party. 0 6 UNSWORN DECLARATION My name is Bradley D. Winans and my date of birth is My address is 8326 Cross Park Dr. Austin TX 78754 USA (street) (city) (state) (zip code) (country) 1 declare under penalty of perjury that the foregoing is true and correct. Executed in t -0 t S County, State of , on the day of JZbrqc1.r , 20 j (month) (year) �,�o„p►, P��,,� ALEXANDRA MCC0RD =:°' • '� �� Notary Public, State of Texas - =`��• Comm. Expires 01-12-2024 i9�•....• �, p --Signature o authorized agent of contracting business entity Notary ID 13049367-9 / (Declarant) `orm _ ._ _ 1n nnni Pthirc P tY I IC 1 /1 1 ....f-F,.lnr) n eo*A CERTIFICATE OF INTERESTED PARTIES FORnn 1295 1 of 1 Complete Nos. 1 - 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING Certificate Number: 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. 2021-711933 Hensel Phelps Construction Co. Austin, TX United States Date Filed: 02/01/2021 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Lubbock Date Acknowledged: 02/04/2021 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 20-15449 Lubbock Preston Smith International Airport LBB Terminal Apron and Runway 8/26 Rehabilitation 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary 5 Check only if there is NO Interested Party. El 6 UNSWORN DECLARATION My name is and my date of birth is My address is , , , (street) (city) (state) (zip code) (country) declare under penalty of perjury that the foregoing is true and correct. Executed in County, State of , on the day of , 20 (month) (year) Signature of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.1.ceffd98a BOND CHECK BEST RATING: LICENSED IN TEXAS DATE: BY: CONTRACT AWARD DATE: 01/26/2021 CITY OF LUBBOCK SPECIFICATIONS FOR Lubbock Preston Smith International Airport LBB Terminal Apron and Runway 8/26 Rehabilitation ITB 20-15449-JM CONTRACT 15449 PROJECT NUMBER: 8616.9251.30000 Plans & Specifications may be obtained from www.bidsync.com 0 Citt'of zbbock TEXAS CONTRACT PREPARED BY: PURCHASING AND CONTRACT MANAGEMENT OFFICE Page Intentionally Left Blank Addenda Page Intentionally Left Blank Ctyo! jbbock TEXAS ADDENDUM 1 Prevailing Wages ITB 20-15449-JM Lubbock Preston Smith International Airport LBB Terminal Apron and Runway 8/26 Rehabilitation DATE ISSUED: September 21, 2020 CLOSE DATE: October 7, 2020 at 1:30 p.m. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please review, incorporate and acknowledge the information in this addendum on the signature page of the Bid Submittal Form. Prevailing Wages 1. Davis -Bacon wage determination TX20200002 has been added. All requests for additional information or clarification must be submitted in writing and directed to: Chris Mullen, Buyer City of Lubbock Purchasing and Contracts Management Office 1314 Avenue K, Floor 9 Lubbock, Texas 79401 Questions may be faxed to (806) 775-2164 or Email to JMullen(cmylubbock.us Questions are preferred to be posted on BidSync: www.bidsync.com THANK YOU, eka Nd&a CITY OF LUBBOCK Chris Mullen Buyer City of Lubbock Purchasing and Contracts Management Office It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such notifications will be made. "General Decision Number: TX20200002 01/03/2020 Superseded General Decision Number: TX20190002 State: Texas Construction Types: Heavy and Highway Counties: Armstrong, Carson, Crosby, Ector, Irion, Lubbock, Midland, Potter, Randall, Taylor and Tom Green Counties in Texas. HEAVY & HIGHWAY CONSTRUCTION PROJECTS Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.80 for calendar year 2020 applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.80 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2020. If this contract is covered by the EO and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5.5(a)(1)(ii) (or the EO minimum wage rate, if it is higher than the conformed wage rate). The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above -mentioned types of contracts entered into by the federal government that are subject to the Davis -Bacon Act itself, but it does not apply to contracts subject only to the Davis -Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/03/2020 * SUTX2011-002 08/02/2011 Rates Fringes CEMENT MASON/CONCRETE FINISHER (Paving & Structures)...$ 13.55 ELECTRICIAN ......................$ 20.96 FORM BUILDER/FORM SETTER Paving & Curb ...............$ 12.36 Structures ..................$ 13.52 LABORER Asphalt Raker ...............$ 12.28 Flagger.....................$ 9.30 Laborer, Common .............$ 10.30 Laborer, Utility ............ $ 11.80 Work Zone Barricade Servicer....................$ 10.30 POWER EQUIPMENT OPERATOR: Asphalt Distributer.........$ 14.87 Asphalt Paving Machine......$ 13.40 Broom and Sweeper...........$ 11.21 Crane, Lattice Boom 80 Tons or Less ................$ 16.82 Crawler Tractor Operator....$ 13.96 Excavator, 50,000 lbs or less ........................$ 13.46 Front End Loader Operator, Over 3 CY...................$ 12.77 Front End Loader, 3CY or less ........................$ 12.28 Loader/Backhoe..............$ 14.18 Mechanic ....................$ 20.14 Milling Machine .............$ 15.54 Motor Grader, Rough........$ 16.15 Motor Grader, Fine..........$ 17.49 Pavement Marking Machine....$ 16.42 Reclaimer/Pulverizer........$ 12.85 Roller, Asphalt .............$ 10.95 Roller, Other ...............$ 10.36 Scraper .....................$ 10.61 Spreader Box ................$ 12.60 Servicer .........................$ 13.98 Steel Worker (Reinforcing) ....... $ 13.50 TRUCK DRIVER Lowboy -Float ................$ 14.46 Single Axle .................$ 12.74 Single or Tandem Axle Dump..$ 11.33 Tandem Axle Tractor with Semi ........................$ 12.49 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the ED, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health -related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health -related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of ""identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or ""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non -union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION of Lubb'ock ADDENDUM 2 Revised Bid Submittal Form, Clarifications, and Changes to Technical Specifications & Drawings ITB 20-15449-JM Lubbock Preston Smith International Airport LBB Terminal Apron and Runway 8-26 Rehabilitation DATE ISSUED: October 2, 2020 CLOSE DATE: October 7, 2020 at 1:30 p.m. The following items take precedence over specifications for the above named Request for Bids (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please review, incorporate, and acknowledge the information in this addendum on the signature page of the City of Lubbock Revised Bid Submittal Form. Revised Bid Submittal Form The following items on the Bid Submittal Form have been revised and must be submitted with the response. The revised Bid Submittal Form is attached to this addendum. Please acknowledge reception of this addendum on the signature page of the Revised Bid Submittal Form. The following items have been revised: 1. ADDITIVE ALTERNATE NO. 6 — Runway 8/26 Crack Seal. Replaced Item A6-3 with: a. "Item P-605-5.3, Sealing Cracks in Existing Concrete Pavement" Clarifications 1. GENERAL INSTRUCTIONS TO BIDDERS — 17 GUARANTEES DELETE: 17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within TWO years from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). REPLACE WITH: 17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within 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). Chances to Technical Specifications & Drawings 1. Please refer to the attached ADDENDUM NO: 02 for information on changes to project specifications and drawings All requests for additional information or clarification must be submitted in writing and directed to: Chris Mullen City of Lubbock Purchasing and Contracts Management Office 1314 Ave K, Floor 9 Lubbock, Texas 79401 Questions may be faxed to (806) 775-2164 or Email to JMullengmylubbock.us Questions are preferred to be posted on BidSync: www.bidsync.com THANK YOU, &1& xa&g CITY OF LUBBOCK Chris Mullen City of Lubbock Purchasing and Contracts Management Office It is the intent and purpose of the City of Lubbock that this request permits competitive Bids. It shall be the offeror's responsibilily to advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such notifications will be made. REVISED PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT DATE: PROJECT NUMBER: ITB 20-15449-JM — Lubbock Preston Smith International Airport, LBB Terminal Apron and Runway 8/26 Rehabilitation Proposal of (hereinafter called "Bidder') To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called "Owner") Ladies and Gentlemen: Bidder, in compliance with your Request for Proposals for construction of Lubbock Preston Smith International Airport. LBB Terminal Apron and Runway 8/26 Rehabilitation_ having carefully examined Plans, Specifications, Instructions to Bidders, Notice to Bidders, and all other related Contract Documents and site of intended work, and being familiar with all conditions surrounding construction of intended project including availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and construct project in accordance with Plans, Specifications and Contract Documents, within time set forth therein and at price stated below. Price to cover all expenses incurred in performing work required under Contract Documents: ITE DESCRIPTION UNIT UNIT ir EXTENDED NO. QUANTI PRICE AMOUNT BASE BID 1 Item C-100, Contractor Quality Control Program (CQCP) LS 1 $ $ 2 Item C-102, Temporary Air and Water Pollution, Soil Erosion and Siltation Control(including BMPs LS 1 $ $ 3 Item C-105, Mobilization (5% max) LS 1 $ $ 4 Item P-101-5.1, Pavement Removal (13 - 15 inches) and disposal off site SY 1,540 $ $ 5 Item P-101-5.5, Spalled Concrete - Pavement Repair, including material and regardless of s all depth SF 1,550 $ $ 6 Item P-101-5.6, Cold Milling of Asphalt Shoulder, at thickness indicated in plans SY 1,300 $ $ 7 Item P-153-6.1, Controlled Low Strength Material (CLSM) for Shoulder Backfill CY 130 $ $ 8 TxDOT Item 341, Dense -Graded Hot -Mix Asphalt furnished and TON 560 $ $ installed 9 TxDOT Item 341, Pay Factor Adjustment (multiply Line Item 8 total b 5% Maximum Pa Factor and insert here)LS 1 $ $ 10 Item P-501-8.1-1, Portland Cement Concrete Pavement, (13- to 15-inch thickness), including reinforcement and dowels where SY 1,540 $ $ applicable 11 Item P-501-8.1-2, Portland Cement Concrete Pads, for Cleanout 4-foot x 4-foot x 8-inch thickness SY 40 $ $ 12 Item P-603-5.1, Emulsified Asphalt Tack Coat GAL 190 $ $ 13 Item P-605-5.1, Joint Seal in Existing Concrete Pavement, includes LF 86,300 $ $ cleaning, sawcut and preparing existingjoint reservoir Item P-605-5.2, Joint Seal of joint between Portland Cement 14 Concrete Pavement and Existing Asphalt Shoulder, includes LF 3,630 $ $ cleaning, sawcut and preparing existing joint reservoir ADDENDUM NO. 02 - 2 REVISED ITEM NO. DESCRIPTION UNIT ESTIMATED NTITY UNIT IDDIOU EXTENDED AMOUNT kL 15 Item P-605-5.3, Sealing Cracks in Existing Concrete Pavement LF 5,670 $ $ 16 Item P-608-8.1, Emulsified Asphalt Seal Coat SY 1,300 $ $ 17 Item P-620-5.1-1, Obliteration of Taxiway and Apron Marking SF 2,500 $ $ 18 Item P-620-5.1-2, Permanent Taxiway and Apron Marking (including reflective beads) SF 510 $ $ 19 Item P-620-5.1-3, Permanent Taxiway and Apron Marking (black paint) SF 210 $ $ 20 Item D-705-5.1, Pipe Underdrain System LF 2,720 $ $ 21 Item D-705-5.2, Underdrain Discharge Line LF 300 $ $ 22 Item D-705-5.3, Connection to existing Pipe Underdrain System EA 2 $ $ 23 Item D-751-5.1, Manholes (infiltration structures) EA 3 $ $ 24 Item MC, Construction Safety and Phasing LS I $ $ BASE BID SUBTOTAL $ ADDITIVE ALTERNATE NO. 1— Remove & Replace All Terminal Apron Marking AM Item C-100, Contractor Quality Control Program (CQCP) LS 1 $ $ A1-2 Item C-105, Contractor Mobilization LS 1 $ $ A1-3 Item P-620-5.1-1, Obliteration of Runway and Taxiway Marking SF 14,400 $ $ A1-4 Item P-620-5.1-2, Permanent Taxiway and Apron Marking (includingreflective beads)$ SF 12,700 $ A1-5 Item P-620-5.1-3, Permanent Taxiway and Apron Marking (black paint)$ SF 11,700 $ A1-6 Item MC, Construction Safety and Phasing I LS 1 1 $ $ ADDITIVE ALTERNATE NO. I SUBTOTAL $ ADDITIVE ALTERNATE NO.2 — Bevel Joints in Terminal Apron A2-1 Item C-100, Contractor Quality Control Program (CQCP) LS 1 $ $ A2-2 Item C-105, Contractor Mobilization (5% max) LS 1 $ $ A2-3 Item P-101-5.10, Bevel Joints LF 86,300 $ $ A2-4 Item MC, Construction Safety and Phasing LS 1 $ $ ADDITIVE ALTERNATE NO.2 SUBTOTAL $ ADDITIVE ALTERNATE NO.3 - Rehabilitate Entire Asphalt Shoulder on Terminal Apron A3-1 Item C-100, Contractor Quality Control Program (CQCP) LS 1 $ $ A3-2 Item C-105, Contractor Mobilization (5% max) LS 1 $ $ A3-3 Item P-101-5.7, Asphalt Joint and Crack Repair (1/4- to 1-inch wide), (including removal of existing sealant, preparation, and re air of crack, but excluding new sealant material LF 9,090 $ $ A3-4 Item P-101-5.8, Asphalt Joint and Crack Repair (1/4- to 1-inch- wide), material only GAL 500 $ $ A3-5 Item P-101-5.9, Asphalt Joint and Crack Repair (>1-inch-wide), (including preparation, material, and labor LF 250 $ $ A3-6 Item P-608-8.1, Emulsified Asphalt Seal Coat SY 9,790 $ $ A3-7 Item MC, Construction Safety and Phasing LS 1 $ $ ADDITIVE ALTERNATE NO.3 SUBTOTAL $ ADDENDUM NO. 02 - 3 REVISED ITEM NO- A DESCRIPTION Jkd UNIT ESTIMATED UNIT EXTENDED QUANTITY PRICEAMOUNT ADDITIVE ALTERNATE NO.4 - Rehabilitate Runway 8/26 A4-1 Item C-100, Contractor Quality Control Program (CQCP) LS 1 $ $ A4-2 Item C-105, Contractor Mobilization LS 1 $ $ A4-3 Item P-101-5.5, Spalled Concrete Pavement Repair (including material and regardless of s all depth) SF 150 $ $ A4-4 Item P-101-5.10, Bevel Joints LF 166,200 $ $ A4-5 Item P-604-6.1, Compression Joint Sealant for Concrete Pavements (3-inch seal in 2-inch joint) includes cleaning, sawing, re arin ex. sting joint reservoir, and slivers all repair LF 160 $ $ A4-6 Item P-604-6.2, Compression Joint Sealant for Concrete Pavements (1-1/4-inch seal in 3/4-inch joint) includes cleaning, sawing,prep ing existing joint reservoir, and slivers all repair LF 8,250 $ $ A4-7 Item P-604-6.3, Compression Joint Sealant for Concrete Pavements (1-inch seal in 5/8-inch joint) includes cleaning, sawing,prep ing existing joint reservoir, and slivers all repair LF 157,700 $ $ A4-8 Item MC, Construction Safety and Phasing LS I $ $ ADDITIVE ALTERNATE NO.4 SUBTOTAL $ ADDITIVE ALTERNATE NO.5 - Rehabilitate Runway 8/26 Shoulder A5-1 Item C-100, Contractor Quality Control Program (CQCP) LS 1 $ $ A5-2 Item C-105, Contractor Mobilization (5% max) LS 1 $ $ A5-3 Item P-604-6.4, Compression Joint Sealant for Concrete Pavements (13/16-inch seal in 1/2-inch joint), includes cleaning, sawing, preparing existing joint reservoir, and slivers all repair LF 45,600 $ $ A5-4 Item P-605-5.4, Joint Seal between Existing Concrete Pavement and Existing Concrete Shoulder up to 1-1/2" wide, includes cleaning, sawcut, and preparing existing reservoir LF 16,800 $ $ A5-5 Item MC, Construction Safety and Phasing LS 1 $ $ ADDITIVE ALTERNATE NO.5 SUBTOTAL $ ADDITIVE ALTERNATE NO.6 — Runway 8/26 Crack Seal A6-1 Item C-100, Contractor Quality Control Program (CQCP) LS 1 $ $ A6-2 Item C-105, Contractor Mobilization (5% max) LS 1 $ $ A6-3 Item P-605-5.3, Sealing Cracks in Existing Concrete Pavement LF 470 $ $ A6-4 Item MC, Construction Safety and Phasing LS I $ $ ADDITIVE ALTERNATE NO.6 SUBTOTAL $ TOTAL CONSTRUCTION PROJECT (BASE BID + ADDITIVE ALTERNATES NOS. 1, 2, 3, 4, 5, and 6 S Bidder's Initials ADDENDUM NO. 02 - 4 REVISED CONTRACTOR PROPOSED CONSTRUCTION TIME FOR COMPLETION: TOTAL CALENDAR DAYS: 245 Bidder hereby agrees to commence work on noted project on date to be specified in a written "Notice to Proceed" of Owner and complete Project as summarized herein and stipulated in Specifications and other Contract Documents: PHAS TIME (CALENDAR DAYS Base Bid Phase 1 24 (Subphase IA*) (14*) Phase 2 40 (Subphase 2A*) (7*) Phase 3 45 (Subphase 3A*) (5*) Phase 4 40 Phase 5 16 Phase 6 40 (Subphase 6A*) (7*) Phase 7 24 Phase 8 6 (Subphase 8A*) (3*) (Subphase 8B*) (3*) Phase 9** 50** Substantial Completion 235 Punch List 10 Final Completion 245 * Subphase to be completed within each appropriate phase with no additional days. ** Shall occur within maximum 50 consecutive calendar days concurrent with other phases and start no earlier than May 1, 2021. ADDENDUM NO. 02 - 5 REVISED Bidder hereby further agrees to pay to Owner as liquidated damages for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents, the followin sum of allowed construction time with liquidated damages: Schedule Liquidated Damages Cost Allowed Construction Time BASE BID Phase 1 $ 2,710 24 (Subphase IA*) $ 2,230 (14*) Phase 2 $ 2,710 40 (Subphase 2A*) $ 2,710 (7*) Phase 3 $ 3,190 45 (Subphase 3A*) $ 2,230 (5*) Phase 4 $ 2,710 40 Phase 5 $ 3,190 16 Phase 6 $ 2,710 40 (Subphase 6A*) $ 2,710 (7*) Phase 7 $ 2,230 24 Phase 8 $ 2,230 6 (Subphase 8A*) $ 2,230 (3*) (Subphase 8B*) $ 2,230 (3*) Phase 9** $ 1,550 50** Substantial Completion NA 235 Punch List NA 10 Final Completion $ 2,230 245 * Subphase to be completed within each appropriate phase with no additional days. ** Shall occur within maximum 50 consecutive calendar days concurrent with other phases and start no earlier than May 1, 2021. Bidder understands and agrees this proposal submittal shall be completed and submitted in accordance with Instruction Number 29 of General Instructions to Bidders. Bidder understands Owner may reject any or all proposals and waive any formality in proposing. Bidder agrees this proposal shall be good for 90 calendar days following proposal opening. (per Add 02) Undersigned Bidder hereby declares he visited the site of the work and carefully examined Plans, Specifications, and Contract Documents pertaining to work covered by this proposal, and further agrees to commence work on the date specified in written Notice to Proceed as well as substantially complete work on which he has proposed; as provided in Contract Documents. Bidders are required, whether payment or performance bonds required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or proposal bond from a reliable surety company, payable without recourse, to the City of Lubbock, in not less than five percent (5%) of the total amount of proposal submitted as a guarantee that Bidder will enter into Contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after Notice of Award of Contract to him. Bidder's Initials ADDENDUM NO. 02 - 6 REVISED Enclosed with this proposal is a Cashier's or Certified Check Enclosed with this proposal is a Cashier's or Certified Check for Dollars ($ ) or Proposal Bond in the sum of Dollars ($ ), which it is agreed shall be collected and retained by Owner as liquidated damages in the event proposal is accepted by Owner and undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. (Seal if Bidder is a Corporation) ATTEST: Secretary Bidder acknowledges receipt of the following addenda: Addenda No. Date Addenda No. Date Addenda No. Date Addenda No. Date Date: Authorized Signature (Printed or Typed Name) Company Address City, County State Zip Code Phone: - Fax: - Email: FEDERAL TAX ID or SOCIAL SECURITY M/WBE Firm: Woman I I Black American I I Native American Hispanic American I I Asian Pacific American I I Other (Specify) Any entity or person who manufactures, distributes, converts new motor vehicles (or represents an entity who manufactures, distributes, or converts new motor vehicles) or is in the business of buying, exchanging, or selling new motor vehicles is required under the Tex. Occ. Code. Chapter 2301 to be licensed by Motor Vehicle Division of the Texas Department of Transportation. For a bid to be in compliance with the Motor Vehicle Commission Code, bidder must hold and provide all applicable current valid licenses issued by the State of Texas: 1. Name and Manufacture's License No. 2. Name and Converter's License No. 3. Name and Representative's License No. 4. Name and Franchise Dealer's License No. General Distinguishing No. (Franchised TX dealer) By Authorized Representative - must sign by hand Officer Name and Please Print Business Phone Number FAX: Email Address: ADDENDUM NO. 02 - 7 REVISED FOR CITY USE ONLY Bid Form Item Number(s) Awarded to Named Firm/Individual: Date of Award by City Council (for bids over $50, 000): Date P.O./Contract Issued: RETURN COMPLETED AND SIGNED BID FORM ALONG WITH CITY OF LUBBOCK SPECIFICATIONS. LABEL OUTSIDE OF SEALED BID WITH ITB NUMBER, CLOSING DATE AND TIME, AND COMPANY NAME AND ADDRESS. ADDENDUM NO. 02 - 8 Parkhill ADDENDUM N0: 02 TO: ALL PLANHOLDERS FROM: Mark Haberer, PE PROJECT NAME: Lubbock Preston Smith International Airport LBB Terminal Apron Rehabilitation PROJECT NO.: 01.2714.17, ITB 20-15449-JM DATE: October 2, 2020 Attention of all Prospective Proposers/Planholders is directed to modifications to referenced Drawings and Project Manual. This Addendum becomes part of Contract Documents and modifies original Contract Documents dated September 2020 as noted herein: This Addendum consists of 2 pages, Bid Form has 8 pages, Item P-101 Specification has 6 pages, and attached Drawing(s) at 6 pages, totals 22 pages. I. CHANGES TO BID FORM: ADDITIVE ALTERNATE NO. 6 — Runway 8/26 Crack Seal. Replaced Item A6-3 with: a. "Item P-605-5.3, Sealing Cracks in Existing Concrete Pavement' II. CHANGES TO TECHNICAL SPECIFICATIONS: ITEM P-101, PREPARATION/REMOVAL OF EXISTING PAVEMENTS. a. Replaced the description of Item P-101-4.3 on page 4 with: "N/A." b. Replaced the description of Item P-101-5.3 on page 5 with: "N/A." III. CHANGES TO DRAWINGS: 1. Alternate sheets ALT- 202 and ALT- 203 yellow panels are crack seal areas. Color has been updated in Plans to show as green, which represents proposed crack seal. 2. Sheets ALT-201, ALT-202, ALT-203, and ALT-204 legends changed "Crack Repair - Additive Alternate 6 (A4/C-503)" to "Crack Seal - Additive Alternate 6 (B5/C-502). 3. Crack Repair detail A4/C-503 has been deleted and Sheet C-503 reissued. Refer to detail B5/C-502 Crack Seal. 4. Runway 8/26 Additive Alternate Schedule: a. Replaced "Additive Alternate 4 — Runway 8/26 Joint Seal for Longitudinal and Transverse Joints" with: 1) Additive Alternate 4 - Runway 8126 Joint Bevel, Joint Seal Longitudinal and Transverse Joint including spall repair. b. Replaced "Additive Alternate 5 — Runway 8/26 Shoulder Including Spall Repair, Joint Seal for Longitudinal and transverse Joints and Crack Seal, Includes Joint be XXXXXXX" with: 1) Additive Alternate 5 - Runway 8126 Shoulder Joint Seal Longitudinal and Transverse Joints. C. Replaced "Additive Alternate 6 — Runway 8/26 Crack Repair" with: 1) Additive Alternate 6 - Runway 8126 Concrete Crack Seal. \\Data 1 \Projects\2017\2714.17\03P RC M NT\00_PASS\RE B I DAdd_02\Add_02.docx Parkhill.com ADDENDUM 02 Page 2 October 2, 2020 END OF ADDENDUM NO. 02 Respectfully submitted, PARKHILL OF By: If Mark Haberer, PE Project Manager Bidder shall acknowledge receipt of this addendum, below and on bid Proposal. Attach this entire addendum, or a copy thereof, to Bid Proposal submitted. ACKNOWLEDGED: By 12/21/2018 AC 150/5370-10H Item P-101 Preparation/Removal of Existing Pavements DESCRIPTION 101-1 This item shall consist of preparation of existing pavement surfaces for overlay, surface treatments, removal of existing pavement, and other miscellaneous items. The work shall be accomplished in accordance with these specifications and the applicable plans. EQUIPMENT AND MATERIALS 101-2 All equipment and materials shall be specified here and in the following paragraphs or approved by Resident Project Representative (RPR). The equipment shall not cause damage to the pavement to remain in place. CONSTRUCTION 101-3.1 Removal of existing pavement. Contractor removal operation shall be controlled to not damage adjacent pavement structure, and base material, cables, utility ducts, pipelines, or drainage structures which are to remain under the pavement. a. Concrete pavement removal. Full depth saw cuts shall be made perpendicular to the slab surface. Contractor shall saw through the full depth of the slab including any dowels at the joint, removing the pavement and installing new dowels as shown on the plans and per the specifications. Where the perimeter of the removal limits is not located on the joint and there are no dowels present, the perimeter shall be saw cut the full depth of the pavement. The pavement inside the saw cut shall be removed by methods which will not cause distress in the pavement which is to remain in place Concrete slabs that are damaged by under breaking shall be repaired or removed and replaced as directed by RPR. The edge of existing concrete pavement against which new pavement abuts shall be protected from damage at all times. Spall and underbreak repair shall be in accordance with the plans. Any underlaying material that is to remain in place, shall be recompacted and/or replaced as shown on the plans. Adjacent areas damaged during repair shall be repaired or replaced at Contractor expense. b. Asphalt pavement removal. Asphalt pavement to be removed shall be cut to the full depth of the asphalt pavement around the perimeter of the area to be removed. Prior to replacement, neighboring asphalt shall be staggered at 1-foot offset for each lift of new asphalt. c. Repair or removal of Base, Subbase, and/or Subgrade. All failed material including surface, base course, subbase course, and subgrade shall be removed and repaired as shown on the plans or as directed by RPR. Materials and methods of construction shall comply with the applicable sections of these specifications. Any damage caused by Contractor's removal process shall be repaired at the Contractor's expense. 101-3.2 Preparation of joints and cracks prior to surface treatment. Remove all vegetation and debris from cracks to a minimum depth of 1 inch. If extensive vegetation exists, treat the specific area with a concentrated solution of a water -based herbicide approved by RPR. Fill all cracks greater than 1/4-inch-wide) with a crack sealant per ASTM D6690. The crack sealant, preparation, and application shall be compatible with the surface treatment to be used. To minimize contamination of the asphalt with the Item P-101 Preparation/Removal of Existing Pavements ADDENDUM NO. 02 - 1 12/21/2018 AC 150/5370-1OH crack sealant, underfill the crack sealant a minimum of 1/8 inch, not to exceed 1/4 inch. Any excess joint or crack sealer shall be removed from the pavement surface. Wider cracks (over 1-1/2-inch-wide), along with soft or sunken spots, indicate that the pavement or the pavement base should be repaired or replaced as stated below. Cracks and joints may be filled with a mixture of emulsified asphalt and aggregate. The aggregate shall consist of limestone, volcanic ash, sand, or other material that will cure to form a hard substance. The combined gradation shall be as shown. Up to 3% cement can be added to accelerate the set time. The mixture shall not contain more than 20% natural sand without approval in writing from RPR. The proportions of asphalt emulsion and aggregate shall be determined in the field and may be varied to facilitate construction requirements. Normally, these proportions will be approximately one part asphalt emulsion to five parts aggregate by volume. The material shall be poured or placed into the joints or cracks and compacted to form a voidless mass. The joint or crack shall be filled to within +0 to -1/8 inches of the surface. Any material spilled outside the width of the joint shall be removed from the pavement surface prior to constructing the overlay. Where concrete overlays are to be constructed, only the excess joint material on the pavement surface and vegetation in the joints need to be removed. 101-3.3 Removal of Foreign Substances/contaminates prior to seal coat and remarking. Removal of foreign substances/contaminates from existing pavement that will affect the bond of the new treatment shall consist of removal of rubber, fuel spills, oil, crack sealer, at least 90% of paint, and other foreign substances from the surface of the pavement. Areas that require removal are designated on the plans and as directed by RPR in the field during construction. Chemicals, high-pressure water or heater scarifier (asphaltic concrete only), cold milling, and rotary grinding may be used. If chemicals are used, they shall comply with the state's environmental protection regulations. Removal methods used shall not cause major damage to the pavement, or to any structure or utility within or adjacent to the work area. Major damage is defined as changing the properties of the pavement, removal of asphalt causing the aggregate to ravel, or removing pavement over 1/8 inch deep. If it is deemed by RPR that damage to the existing pavement is caused by operational error, such as permitting the application method to dwell in one location for too long, the Contractor shall repair the damaged area without compensation and as directed by RPR. Removal of foreign substances shall not proceed until approved by RPR. Water used for high-pressure water equipment shall be provided by the Contractor at the Contractor's expense. No material shall be deposited on the pavement shoulders. All wastes shall be disposed of in areas indicated in this specification or shown on the plans. 101-3.4 Concrete spall repair. a. Repair of concrete spalls in concrete. Contractor shall repair all spalled concrete as shown on the plans or as directed by RPR. The perimeter of the repair shall be saw cut a minimum of 2 inches outside the affected area and 2 inches deep. The deteriorated material shall be removed to a depth where the existing material is firm or cannot be easily removed with a geologist pick. The removed area shall be filled with acceptable products below for the depth of the patch. The material shall be installed consistent with manufacturer recommendations. Acceptable concrete spall repair products include: 1. HD50 Concrete repair material by Dayton Superior, or equal. 2. Delpatch" elastomeric concrete, two-part polyurethane patching material, or equal. Item P-101 Preparation/Removal of Existing Pavements ADDENDUM NO. 02 - 2 12/21/2018 AC 150/5370-1OH It shall be anticipated that aggregate will be mixed with each product for added strength and performance. Install selected and approved product in accordance with manufacturer recommendations for geographic location. b. Asphalt pavement repair. Not used. 101-3.5 Cold milling (applies to removal of shoulder pavement by milling ahead of edge drain installation.) Milling shall be performed with a power -operated milling machine or grinder, capable of producing a uniform finished surface. The milling machine or grinder shall operate without tearing or gouging the underlaying surface. The milling machine or grinder shall be equipped with grade and slope controls, and a positive means of dust control. All millings shall be removed and disposed off Airport property. If Contractor mills or grinds deeper or wider than the plans specify, Contractor shall replace the material removed with new material at Contractor expense. a. Patching. The milling machine shall be capable of cutting a vertical edge without chipping or spalling the edges of the remaining pavement and it shall have a positive method of controlling the depth of cut. RPR shall layout the area to be milled with a straightedge in increments of 1-foot widths. The area to be milled shall cover only the failed area. Any excessive area that is milled because Contractor doesn't have the appropriate milling machine, or areas that are damaged because of his negligence, shall be repaired by Contractor at Contractor expense. b. Profiling, grade correction, or surface correction. The milling machine shall have a minimum width of 4 feet, and it shall be equipped with electronic grade control devices that will cut the surface to the grade specified. The tolerances shall be maintained within +0 inch and -1/4 inch of the specified grade. The machine must cut vertical edges and have a positive method of dust control. The machine must have the ability to remove the millings or cuttings from the pavement and load them into a truck. All millings shall be removed and disposed off the airport. c. Clean-up. Contractor shall sweep the milled surface daily and immediately after the milling until all residual materials are removed from the pavement surface. Prior to paving, Contractor shall wet down the milled pavement and thoroughly sweep and/or blow the surface to remove loose residual material. Waste materials shall be collected and removed from the pavement surface and adjacent areas by sweeping or vacuuming. Waste materials shall be removed and disposed off Airport property. 101-3.6. Preparation of asphalt pavement surfaces prior to surface treatment. Existing asphalt pavements to be treated with a surface treatment shall be prepared as follows: a. Patch asphalt pavement surfaces that have been softened by petroleum derivatives or have failed due to any other cause. Remove damaged pavement to the full depth of the damage and replace with new asphalt pavement similar to that of the existing pavement in accordance with paragraph 101-3.4b. b. Repair joints and cracks in accordance with paragraph 101-3.2. c. Remove oil or grease that has not penetrated the asphalt pavement by scrubbing with a detergent and washing thoroughly with clean water. After cleaning, treat these areas with an oil spot primer. d. Clean pavement surface immediately prior to placing the surface treatment so that it is free of dust, dirt, grease, vegetation, oil or any type of objectionable surface film. 101-3.7 Maintenance. Contractor shall perform all maintenance work necessary to keep the pavement in a satisfactory condition until the full section is complete and accepted by RPR. The surface shall be kept clean and free from foreign material. The pavement shall be properly drained at all times. If cleaning is necessary or if the pavement becomes disturbed, any work repairs necessary shall be performed at the Contractor's expense. 101-3.8 Preparation of Joints in Rigid Pavement prior to resealing. Prior to application of sealant material, clean and dry the joints of all scale, dirt, dust, old sealant, curing compound, moisture and other Item P-101 Preparation/Removal of Existing Pavements ADDENDUM NO. 02 - 3 12/21/2018 AC 150/5370-10H foreign matter. Contractor shall demonstrate, in the presence of RPR, that the method used cleans the joint and does not damage the joint. 101-3.8.1 Removal of Existing Joint Sealant. All existing joint sealants will be removed by plowing or use of hand tools. Any remaining sealant and or debris will be removed by use of wire brushes or other tools as necessary. Resaw joints removing no more than 1/16 inch from each joint face. Immediately after sawing, flush out joint with water and other tools as necessary to completely remove the slurry. 101-3.8.2 Cleaning prior to sealing. Immediately before sealing, joints shall be cleaned by removing any remaining laitance and other foreign material. Allow sufficient time to dry out joints prior to sealing. Joint surfaces will be surface -dry prior to installation of sealant. 101-3.8.3 Joint sealant. Joint material and installation will be in accordance with Item P-605. 101-3.9 Preparation of Cracks in Pavement prior to sealing. Prior to application of sealant material, clean and dry the joints of all scale, dirt, dust, old sealant, curing compound, moisture and other foreign matter. Contractor shall demonstrate, in the presence of RPR, that the method used cleans the cracks and does not damage the pavement. 101-3.9.1 Preparation of Crack. Widen crack with router or random crack saw by removing a minimum of 1/16 inch from each side of crack to 1/2-inch-width minimum. Immediately before sealing, cracks will be blown out with a hot air lance combined with oil and water -free compressed air. 101-3.9.2 Removal of Existing Crack Sealant. Existing sealants will be removed by routing or random crack saw. Following routing or sawing any remaining debris will be removed by use of a hot lance combined with oil and water -free compressed air. 101-3.9.3 Crack Sealant. Crack sealant (and backer rod) material and installation will be in accordance with Item P-605. 101-3.9.4 Removal of Pipe and other Buried Structures. a. Removal of Existing Pipe Material. Not used. b. Removal of Inlets/Manholes. Not used. METHOD OF MEASUREMENT 101-4.1 Concrete Pavement removal. The unit of measurement for pavement removal shall be the number of square yards removed by Contractor. Thickness shown on the plans or in pay items are approximate depths. Any pavement removed outside the limits of removal because the pavement was damaged by negligence on the part of Contractor shall not be included in the measurement for payment. No direct measurement or payment shall be made for saw cutting. Saw cutting shall be incidental to pavement removal. 101-4.2 Joint seal repair. The unit of measurement for joint seal repair is addressed in Items P-604 and P-605. 101-4.3 Crack repair (concrete). The unit of meas.,,.ement fat: ere*e eek repair- s detailed in Plans shall be nttmber- of linear- feet. This shall inelude all preparation work a -ad er-aek N/A. 101-4.4 Removal of Foreign Substances/contaminates. Not used. 101-4.5 Spatted concrete repair. The unit of measure for spalled concrete pavement repair shall be square foot. The average depth of the patch shall be anticipated to be 4 inches, but 2 inches minimum. No variation in unit price made for patches of variable depth. Item P-101 Preparation/Removal of Existing Pavements ADDENDUM NO. 02 - 4 12/21/2018 AC 150/5370-10H 101-4.6 Cold milling of Asphalt Shoulder. The unit of measure for cold milling shall be per square yard. The location and average depth of the cold milling shall be as shown on the plans. 101-4.7 Asphalt Joint and Crack Repair. The unit of measurement for joint and crack repair (1/4 —1 inch wide), shall be linear feet of crack or joint preparation and sealing (including removal of existing sealant, preparation, and repair of crack, but excluding new sealant material). 101-4.8 Asphalt Joint and Crack Repair. The unit of measurement for joint and crack repair (1/4 —1 inch wide), shall be gallons of material installed, excluding waste and excess material from improper backer rod placement. 101-4.9 Asphalt Joint and Crack Repair. The unit of measurement for joint and crack repair (>1 inch wide), shall be the linear feet of joint or crack repair (including preparation and repair of crack including material). 101-4.10 Bevel Joints. The unit of measurement for beveling of joints in concrete pavement shall be the linear feet of joints beveled. This shall include all labor, equipment, tools, and incidentals necessary to complete this item. BASIS OF PAYMENT 101-5.1 Payment. Payment shall be made at contract unit price for the unit of measurement as specified above. This price for each item shall be full compensation for furnishing all materials and for all preparation, hauling, and placing of the material and for all labor, equipment, tools, and incidentals necessary to complete these items. Item P-101-5.1 Pavement Removal - (13 — 15 inches) and disposed off site, complete per square yard Item P-101-5.2 Joint Seal Repair — per linear foot (including material) (paid for under Items P-605.5.1, P-605.5.2, or P-605.5.3) Item P-101-5.3 , or k ea-- f et.N/A Item P-101-5.4 N/A Item P-101-5.5 Spalled Concrete -Pavement Repair, complete per square foot (including material and regardless of spall depth) Item P-101-5.6 Cold Milling of Asphalt Shoulder, complete, per square yard at thickness indicated in plans. Item P-101-5.7 Asphalt Joint and Crack Repair - (1/4 — 1 inch wide), complete, per linear foot (including removal of existing sealant, preparation, and repair of crack, but excluding new sealant material) Item P-101-5.8 Asphalt Joint and Crack Repair — (1/4 — 1 inch wide), material only, complete, per gallon Item P-101-5.9 Asphalt Joint and Crack Repair — (> 1 inch wide), complete, per linear foot (including preparation, material and labor) Item P-101-5.10 Bevel Joints, complete, per linear foot Item P-101 Preparation/Removal of Existing Pavements ADDENDUM NO. 02 - 5 12/21/2018 AC 150/5370-10H REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. Advisory Circulars (AC) AC 150/5380-6 Guidelines and Procedures for Maintenance of Airport Pavements. ASTM International (ASTM) ASTM D6690 Standard Specification for Joint and Crack Sealants, Hot Applied, for Concrete and Asphalt Pavements ASTM C928 Standard Specification for Packaged, Dry, Rapid -Hardening, Cementitious Materials for Concrete Repairs. Item P-605 Joint Sealants for Concrete Pavements. END OF ITEM P-101 Item P-101 Preparation/Removal of Existing Pavements ADDENDUM NO. 02 - 6 Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. City of Lubbock, TX ITB 20-15449-JM Lubbock Preston Smith International Airport LBB Terminal Apron and Runway 8/26 Rehabilitation Contractor Checklist Before submitting your bid, please ensure you have completed and included the following documents in the order they are listed. The contractor is only to submit (1) one original unbound copy of every item listed. Carefullyread and understand the plans and specifications and properly complete the BID SUBMITTAL FORM. Signatures must be original, in blue or black ink, and by hand. The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated below. The bidder MUST submit his bid on forms furnished by the City, and all blank spaces in the form shall be correctly filled in, stating the price in numerals for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the unit price and the extended total for a bid item, the unit price will be taken. A bid that has been opened may not be changed for the purpose of correcting an error in the bid price. Include corporate seal and Secretary's signature. Identify addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 2. Include BID BOND or CASHIER'S OR CERTIFIED CHECK as your bid surety. Failure to provide a bid surety WILL result in automatic rejection of your bid. 3. Complete CITY OF LUBBOCK REFER ENCE RENCE FORM. 4. Complete and sign the CITY OF p g LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. Contractor's signature must be original. 5. ✓ Clearlymark the bid number, title, due date and time and your company name and address on the outside of the envelope or container. 6. � Ensure our y bid is RECEIVED by the City of Lubbock Purchasing and Contract Management Office prior to the deadline. Late bids will not be accepted. 7. Complete and sign the CONTRACTOR'S p g CTOR S STATEMENT OF QUALIFICATIONS 8. Complete and sin the SAFETY » p g RECORD QUESTIONNAIRE. All YES responses must be explained in detail and submitted with Bid. 9. � Com plete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include irm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 10. Complete and submit the CONFLICT OF INTEREST QUESTIONNAIRE. 11. V/ Chapter 2270 p Prohibition on Contracts with Companies Boycotting Israel 12. V Complete the Equal p q Employment Opportunity Employee Information Report. 13. Complete and sig n gn the Buy American Certification. 14. ✓ Read and sign the Davis- Bacon con Certification of Eligibility. 15. V/ Read and sig n the Nonsegregated Facilities Certification 16. Read and signthe Trade rade Restriction clause. 17• ✓ Complete and p sign the Disadvantaged Business Enterprise Utilization form. QHENSEL PHELPS Plan. Build. Manage. 18. Complete and sign the Disadvantaged^ p g Business Enterprise Letter of Intent. 19. Complete the Disadvantage Business En ' p g Enterprise Bidder's list. 20. Complete and submit the - p e LIST OF SUB CONTRACTORS. DOCUMENTS REQUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING: 21. Complete and submit the FINAL LIST OF SUB -CONTRACTORS. DOCUMENTS REQUIRED BEFORE CONTRACT IS FINALIZED: 22. Please acknowledge and submit the ONLINE DISCLOSURE OF INTERESTED PARTIES FORM 1295 within the specified time according to Texas Government Code 2252.908 using the Texas Ethics Commission website. FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR BID BEING DEEMED NON -RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR BID SUBMITTAL. Hensel Phelps Construction Co. (Type or Print Company Name) 2 QHENSEL PHELPS Plan. Build. Manage. INDEX 1. NOTICE TO BIDDERS 2. GENERAL INSTRUCTIONS TO BIDDERS 3. BID SUBMITTAL — (must be submitted by published due date & time) 3-1. UNIT PRICE BID SUBMITTAL FORM 3-2. CITY OF LUBBOCK REFERENCE FORM 3-3. CONTRACTOR'S STATEMENT OF QUALIFICATIONS 3-4. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT 3-5. SAFETY RECORD QUESTIONNAIRE 3-6. SUSPENSION AND DEBARMENT CERTIFICATION 3-7. PROHIBITION ON CONTRACTS WITH COMPANIES BOYCOTTING ISRAEL VERIFICATION 4. EEO EMPLOYEE INFORMATION CERTIFICATION 5. BUY AMERICAN CERTIFICATION 6. DAVIS-BACON CERTIFICATION OF ELIGIBILITY 7. CERTIFICATION OF NONSEGREGATED FACILITIES 8. TRADE RESTRICTION CLAUSE 9. DBE CONTRACTING REQUIREMENT 10. LIST OF SUB -CONTRACTORS 11. PAYMENT BOND 12. PERFORMANCE BOND 13. CERTIFICATE OF INSURANCE 14. CONTRACT 15. CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 16. CHAPTER 46. DISCLOSURE OF INTERESTED PARTIES 17. GENERAL CONDITIONS OF THE AGREEMENT 19. SPECIAL CONDITIONS (IF APPLICABLE) 20. SPECIFICATIONS 3 Page Intentionally Left Blank NOTICE TO BIDDERS Page Intentionally Left Blank NOTICE TO BIDDERS ITB 20-15449-JM Sealed bids addressed to Marta Alvarez, Director of Purchasing and Contract Management, City of Lubbock, Texas, will be received in the office of the Purchasing and Contract Management Office, Citizens Tower, 1314 Avenue K, Floor 9, Lubbock, Texas, 79401, until 1:30 p.m. on October 7, 2020, or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the following described project: Lubbock Preston Smith International Airport LBB Terminal Apron and Runway 8/26 Rehabilitation After the expiration of the time and date above first written, said sealed bids will be opened in the office of the Purchasing and Contract Management Office and publicly read aloud. It is the sole responsibility of the bidder to ensure that his bid is actually in the office of the Purchasing and Contract Management Office for the City of Lubbock, before the expiration of the date above first written. Bids are due at 1:30 p.m. on October 7, 2020, and the City of Lubbock City Council will consider the bids on October 27, 2020, at Citizens Tower, 1314 Avenue K, Floor 9, Lubbock, Texas, 79401, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The successful bidder will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful bidder will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. Said statutory bonds should be issued by a company carrying a current Best Rating of "A" or better. THE BONDS MUST BE IN A FORM ACCEPTABLE TO THE CITY ATTORNEY AND MUST BE DATED THE SAME DATE THAT THE CONTRACT WAS AWARDED. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract to him. FAILURE OF THE BIDDER TO INCLUDE BID SECURITY WITH THE BID SUBMITTAL SHALL CONSTITUTE A NONRESPONSIVE BID AND RESULT IN DISQUALIFICATION OF THE BID SUBMITTAL. It shall be each bidder's sole responsibility to inspect the site of the work and to inform himself regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the bid submitted. There will be a non -mandatory pre -bid conference on September 29, 2020 at 3:00 p.m. The Zoom meeting information is as follows: Website: https://zoom.us/j/96945418536?pwd=WnpZSFgyc3c2Zkc2elhHajhYL04xZzO9 Meeting ID: 969 4541 8536 Passcode: 1314 Copies of plans and specifications may be obtained at bidder's expense from the City of Lubbock Purchasing and Contract Management office. Plans and specifications can be viewed online and downloaded from http://www.bidsync.com at no cost. In the event of a large file size, please be patient 4 when downloading or viewing. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. Bidders may view the plans and specifications without charge at The Reproduction Company, 2102 Avenue Q, Lubbock, Texas 79405 or at www.thereproductioncompany.com. ONE SET OF PLANS AND SPECIFICATIONS MAY BE OBTAINED, AT THE CITY'S EXPENSE, FROM THE REPRODUCTION COMPANY WITH A $100 REFUNDABLE DEPOSIT, Phone: (806) 763-7770. Deposit Checks shall be made PAYABLE TO THE CITY OF LUBBOCK, and will be refunded if documents are returned in good condition within Sixty (60) Days after the opening of bids. Additional sets of plans and specifications may be obtained at the bidder's expense. Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing and Contract Management Office of the City of Lubbock, which document is specifically referred to in this Notice to Bidders. Each bidder's attention is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies bidders that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises shall be afforded equal opportunities to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this advertisement, it is the policy of the Department of Transportation (DOT) that disadvantaged business enterprises as defined in 49 CFR Part 26 shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with federal funds. All bidders shall make good faith efforts, as defined in Appendix A of 49 CFR Part 26 to subcontract 3.75% of the dollar value of the prime contract to small business concerns owned and controlled by socially and economically disadvantaged individuals (DBE). Details of such requirement are contained in the specifications. 49 CFR Part 26 provides that each contract the owner signs with a contractor (and each subcontract the prime contractor signs with a subcontractor) shall include the following assurance: The contractor, sub -recipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of Department of Transportation (DOT) assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate. The proposed contract is subject to the Buy American provision under Section 9129 of the Aviation Safety and Capacity Act of 1990. Details of such requirement are contained in the specifications. The Proposed contract is under and subject to Executive Order 11246 and the Equal Opportunity Clause. The bidder's attention is called to the Equal Opportunity Clause and the Standard Federal Equal Employment Opportunity Construction Contract Specifications, and the Notice of Requirement of Affirmative Action to Ensure Equal Employment Opportunity set forth in the specifications. 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. The certification is contained in the specifications. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings and bid openings are available to all persons regardless of disability. If you require special assistance, please contact the Purchasing and Contract Management Office at (806) 775-2572 or write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK Carta ACva reZ DIRECTOR OF PURCHASING AND CONTRACT MANAGEMENT Page Intentionally Left Blank GENERAL INSTRUCTIONS TO BIDDERS Page Intentionally Left Blank GENERAL INSTRUCTIONS TO BIDDERS BID DELIVERY, TIME & DATE 1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish Lubbock Preston Smith International Airport LBB Terminal Apron and Runway 8/26 Rehabilitation per the attached specifications and contract documents. Sealed bids will be received no later than 1:30 p.m., on October 7, 2020 at the office listed below. Bids will be opened via teleconference if date/time stamped on or before 1:30 p.m. CST at the office listed below. The Zoom meeting information is as follows: Website: h!Ws:Hzoom.us/j/95592216369?pwd=UmVzRk9tYUY2aXZHcGE3 b3RIMzJVdzO9 Meeting ID: 955 9221 6369 Passcode: 1314 Any bid received after the date and hour specified will be rejected and returned unopened to the bidder. Each bid and supporting documentation must be in a sealed envelope or container plainly labeled in the lower left-hand corner: "ITB 20-15449-JM, Lubbock Preston Smith International Airport LBB Terminal Apron and Runway 8/26 Rehabilitation" and the bid opening date and time. Bidders must also include their company name and address on the outside of the envelope or container. Bids must be addressed to: Marta Alvarez, Director of Purchasing and Contract Management City of Lubbock 1314 Avenue K, Floor 9 Lubbock, Texas 79401 1.2 Bidders are responsible for making certain bids are delivered to the Purchasing and Contract Management Office. Mailing of a bid does not ensure that the bid will be delivered on time or delivered at all. If bidder does not hand deliver bid, we suggest that he/she use some sort of delivery service that provides a receipt. 1.3 Bids will be accepted in person, by United States Mail, by United Parcel Service, or by private courier service. No bids will be accepted by oral communication, telephone, electronic mail, telegraphic transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX BIDS. 1.4 The City of Lubbock reserves the right to postpone the date and time for opening bids through an addendum. 2 PRE -BID MEETING 2.1 For the purpose of familiarizing bidders with the requirements, answering questions, and issuing addenda as needed for the clarification of the Invitation to Bid (ITB) documents, a non -mandatory pre - bid meeting will be held September 29, 2020, at 3:00 p.m., via teleconference. The Zoom meeting information is as follows: Website: https://zoom.us/j/96945418536?pwd=WnpZSFayc3c2Zkc2elhHajhYL04xZzO9 Meeting ID: 969 4541 8536 Passcode: 1314 2.2 All persons attending the meeting will be asked to identify themselves and the prospective bidder they represent. 2.3 It is the bidder's responsibility to attend the pre -bid meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre -bid meeting to bidders who do not attend the pre -bid meeting. ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the ITB are made by ADDENDA information available over the Internet at www.bidsync.com. We strongly suggest that you check for any addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. 3.2 Any bidder in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Purchasing and Contract Management Office. At the request of the bidder, or in the event the Purchasing and Contract Management Office deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing and Contract Management Office. Such addenda issued by the Purchasing and Contract Management Office will be available over the Internet at www.bidsync.com and will become part of the bid package having the same binding effect as provisions of the original ITB. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Purchasing and Contract Management Office no later than five (5) calendar days before the bid closing date. 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any amendment or interpretation that is not in writing. Only information supplied by the City of Lubbock Purchasing and Contract Management Office in writing or in this ITB should be used in preparing bid responses. All contacts that a bidder may have had before or after receipt of this ITB with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this bid should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to bidders. 4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all requirements before submitting a bid to ensure that their bid meets the intent of these specifications. 4.2 Before submitting a bid, each bidder shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Invitation to Bid. Failure to make such investigations and examinations shall not relieve the bidder from obligation to comply, in every detail, with all provisions and requirements of the Invitation to Bid. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Purchasing and Contract Management Office and a clarification obtained before the bids are received, and if no such notice is received by the Purchasing and Contract Management Office prior to the opening of bids, then it shall be deemed that the bidder fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If bidder does not notify Purchasing and Contract Management Office before bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the bid closing date. BID PREPARATION COSTS 5.1 Issuance of this ITB does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a bid. 5.2 The issuance of this ITB does not obligate the City of Lubbock to enter into contract for any services or equipment. 5.3 All costs related to the preparation and submission of a bid shall be paid by the bidder. TRADE SECRETS, CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your bid to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 6.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline to release such information initially, but please note that the final determination of whether a particular portion of your bid is in fact a trade secret or commercial or financial information that may be withheld from public inspection will be made by the Texas Attorney General or a court of competent jurisdiction. In the event a public information request is received for a portion of your bid that you have marked as being confidential information, you will be notified of such request and you will be required to justify your legal position in writing to the Texas Attorney General pursuant to Section 552.305 of the Government Code. In the event that it is determined by opinion or order of the Texas Attorney General or a court of competent jurisdiction that such information is in fact not privileged and confidential under Section 552.110 of the Government Code and Section 252.049 of the Local Government Code, then such information will be made available to the requester. 6.3 Marking your entire bid CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open Records Act. 6.4 Pursuant to Section 552.301(c) of the Texas Government Code, the City of Lubbock has designated the following email address for which public information requests may be made by an emailed request: orrkmylubbock.us. Please send this request to this email address for it to be processed. 6.5 For more information, please see the City of Lubbock Public Information Act website at: https:Hci.lubbock.tx.us/paizes/public-information-act LICENSES, PERMITS, TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the bidder is or may be required to pay. UTILIZATION OF LOCAL BUSINESS RESOURCES Prospective bidders are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their bid submittal how they would utilize local resources. CONFLICT OF INTEREST 9.1 The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock. 9.2 By signing and executing this bid, the bidder certifies and represents to the City the bidder has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this bid. 10 CONTRACT DOCUMENTS 10.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 10.2 All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 11 PLANS FOR USE BY BIDDERS It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge or forfeiture of deposit. The contract documents may be examined without charge as noted in the Notice to Bidders. 12 BIDDER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permit competitive bids. It shall be the bidder's responsibility to advise the Purchasing and Contract Management Office if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the City of Lubbock Purchasing and Contract Management Office no later than five (5) calendar days before the bid closing date. A review of such notifications will be made. 12.2 NO BIDDER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS INVITATION TO BID (ITB) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE BID CLOSING DATE AND ADDRESSED TO: Chris Mullen, Buyer City of Lubbock Purchasing and Contract Management Office 1314 Avenue K, Floor 9 Lubbock, Texas 79401 Fax: 806-775-2164 Email: JMullen(&Mylubbock.us Bidsync: www.bidsync.com 13 TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be completed as follows from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder: PHASE TIME (CALENDAR DAYS) Base Bid r 24 phase lA*) (14*) ase 40 (Subphase 2A*) (7*) Phase 3 45 (Subphase 3A*) (5*) Phase 4 40 Phase 5 16 Phase 6 40 (Subphase 6A*) (7*) Phase 7 24 Phase 8 6 (Subphase 8A*) (3*) (Subphase 8B*) (3*) Phase 9** 50** Substantial Completion 235 Punch List 10 Final Completion 245 * Subphase to be completed within each appropriate phase with no additional days. ** Shall occur within maximum 50 consecutive calendar days concurrent with other phases and start no earlier than May 1, 2021. 13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project within the time specified. 13.3 Upon receipt of notice to proceed, and upon commencement of the work, the Contractor shall ensure daily prosecution of the work is conducted every business day until the work is completed, regardless if the work will be substantially or finally complete ahead of specified deadlines in the agreement, unless the City determines time off from said prosecution is necessary or reasonable and Contractor received said determination in writing from the City. Additionally, inclement weather shall be the only other reason consistent, daily prosecution of the work may not take place on those inclement weather days. 10 14 PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 15 AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. 16 MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory project. 17 GUARANTEES 17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within TWO years from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub- contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. 17.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 18 PLANS FOR THE CONTRACTOR The contractor will, upon written request, be furnished up to five sets of plans and specifications and related contract documents for use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 19 PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any 11 and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the bids have been opened and before the contract has been awarded, to require of a bidder the following information: (a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the bidder. (c) Equipment schedule. 20 TEXAS STATE SALES TAX 20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. 20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. 21 PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense. 22 BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 23 EXPLOSIVES 23.1 The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City. In all cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for all damage, which may occur as a direct or indirect result of the blasting. In addition, in all cases where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity. 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 23.3 In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations. 12 24 CONTRACTOR'S REPRESENTATIVE The successful bidder shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful bidder shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 25 INSURANCE 25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 25.2 PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE REQUIRED. 26 LABOR AND WORKING HOURS 26.1 Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate that must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The bidders' attention is further directed to the requirements of Texas Government Code, Chapter 2258, Prevailing Wage Rates providing for the payment of the wage schedules above mentioned and the bidder's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in the contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under the contract requiring an inspector shall not be performed on weekends or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 26.2 Before construction work requiring an inspector is to be performed on Sunday or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on Sunday or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately 13 commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors shall keep a record showing the name and occupation of each worker employed by the Contractor or subcontractor in the construction of the public work and the actual per diem wages paid to each worker. This record shall be open at all reasonable hours to inspection by the officers and agents of the City. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, sixty dollars ($60) for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. 28 PROVISIONS CONCERNING ESCALATION CLAUSES Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the bidder without being considered. 29 PREPARATION FOR BID 29.1 The bidder shall submit his bid on forms furnished by the City an all blank spaces in the form shall be correctly filled in, stating the price in numerals for which he intends to do the work contemplated or furnish materials as required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of a discrepancy between the unit price and the extended total for a bid item, the unit price will be taken. A bid that has been opened may not be changed for the purpose of correcting an error in the bid price. BIDDER'S BID SUBMITTAL MUST INCLUDE THE FOLLOWING: • Bid Submittal Form • City of Lubbock Insurance Requirement Affidavit • Safety Record Questionnaire • Suspension and Debarment Certification • Certification regarding Employee Information Report EEO-1 • Buy American Certification • Davis- Bacon Certification of Eligibility • Certification of Nonsegregated Facilities • Trade Restriction Clause • DBE Utilization Form • DBE Letter of Intent • DBE Bidder's List • Bid Bond 29.2 If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent. If a bid is submitted by a firm, association, or partnership, the name and address of each member must be given and the bid signed by a member of the firm, association or partnership, or person duly authorized. If the bid is submitted by a company or corporation, the company or corporate name and business address must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign bids must be properly certified and must be in writing and submitted with the bid. The bid shall be executed in ink. 29.3 Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed on the outside of the envelope in the following manner: 14 29.3.1 Bidder's name: 29.3.2 Bid for "ITB 20-15449-JM, LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT LBB TERMINAL APRON AND RUNWAY 8/26 REHABILITATION" 29.3.3 Bid submittals may be withdrawn and resubmitted at any time before the time set for opening of the bids, but no bid may be withdrawn or altered thereafter. 29.4 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. 30 BOUND COPY OF CONTRACT DOCUMENTS Bidder understands and agrees that the contract to be executed by bidder shall be bound and will include the following: (a) Notice to Bidders (b) General Instructions to Bidders (c) Bid Submittal Form (d) Debarment Certification (e) EEO Certification (f) Buy America Certification (g) Davis- Bacon Certification (h) Nonsegregated Facilities Certification (i) Trade Restriction Clause 0) DBE Contracting Requirement (k) Safety record Questionnaire (1) Statutory Payment and Performance Bonds (m) Insurance Certificates for Prime Contractor and all Subcontractors (n) Contract (o) General Conditions of the Agreement (p) FAA Mandatory Contract Provisions (q) FAA General Provisions (r) Special Provisions (s) Technical Specifications (t) 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. 31 QUALIFICATIONS OF BIDDERS The bidder may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The bidder may also be required to give a past history and references in order to satisfy the City of Lubbock about the bidder's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the bidder to perform the work, and the bidder shall furnish to the City of Lubbock all information for this purpose that may be requested. The bidder's bid may be 15 deemed not to meet specifications or the bid may be rejected if the evidence submitted by, or investigation of, the bidder fails to satisfy the City of Lubbock that the bidder is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the bidder's qualifications shall include: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the bidder to perform the work or provide the service promptly or within the time specified, without delay or interference. (c) The character, integrity, reputation, judgment, experience, and efficiency of the bidder. (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub -Contractors Before contract award, the recommended contractor for this project may be required to show that he has experience with similar projects that require the Contractor to plan his work efforts and equipment needs with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of ALL similar municipal and similar non -municipal current and completed projects for the past three (3) years for review. This list shall include the names of supervisors and type of equipment used to perform work on these projects. In addition, the Contractor may be required to provide the name(s) of supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock specifications herein. fc3►�:�17\hi 9 32.1 The City of Lubbock reserves the right to reject any or all bids, reject any particular item on a bid, and to waive immaterial formalities and to accept the offer most advantageous to the City of Lubbock in its sole discretion. Unless otherwise specified herein, the City shall award the bid based on the total bid for Bid Items 1 through 24, plus the sum of any Alternate Bids or Options the City may select. 32.2 All bids are evaluated for compliance with specifications before the bid price is considered. Response to specifications is primary in determining the best low bid. Failure to comply with the specifications may result in disqualification of the bid. 32.3 In case of tie bids, preference will be given to local bidders. Consistent and continued tie bidding may be cause for rejection of bids by the City of Lubbock and/or investigation by the Attorney General to determine possible Anti -Trust violations. 32.4 Before the City may award a bid to a nonresident bidder, the nonresident bidder's bid must be lower than lowest bid submitted by a responsible Texas bidder by the same margin or amount that a Texas bidder would be required to underbid the nonresident bidder in the nonresident bidders' home state. 32.5 Any contract made, or purchase order issued, as a result of this Invitation to Bid, shall be entered into the State of Texas and under the laws of the State of Texas. In connection with the performance of work, the Bidder agrees to comply with the Fair Labor Standard Act, Equal Opportunity Employment Act, and all other applicable Federal, State, and Local laws, regulations, and executive orders to the extent that the same may be applicable. 32.6 NO INDIVIDUAL OF ANY USING DEPARTMENT HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS INVITATION TO BID. 33 DISADVANTAGED BUSINESS ENTERPRISE (DBE) UIREMENTS 33.1 The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this ITB, Disadvantaged Business Enterprises (DBE's) will be afforded equal opportunities to submit bids and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration of an award. 33.2 A DBE is defined as a small business concern which is at least 5 1 % owned and controlled 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 ore more socially and economically 16 disadvantaged individuals. Socially and economically disadvantaged include Women, Black Americans, Hispanic Americans, Native Americans, Asian -Pacific Americans, and Asian -Indian Americans. 33.3 Good Faith Efforts (Information to be submitted) City of Lubbock treats bidders' compliance with good faith efforts requirements as a matter of responsiveness. Each solicitation for which a contract goal has been established will require the bidders to submit the following information with its bid as a condition of responsiveness: 1. DBE Utilization form 2. DBE Letter of Intent; 3. DBE Bidder's List 4. If the goal is not met, evidence of good faith efforts 33.4 Demonstration of good faith efforts The obligation of the bidder is to make good faith efforts. The bidder can demonstrate that it has done so either by meeting the contract goal or documenting good faith efforts. The Disadvantage Business Enterprise Program has been uploaded. The following personnel are responsible for determining whether a bidder who has not met the contract goal has documented sufficient good faith efforts to be regarded as responsive: Persons assigned to evaluate bids or proposals as specified on the City's "Request to Solicit Competitive Bids or Proposals — Procurement Document Submittal Form." We will ensure that all information is complete and accurate and adequately documents and bidder's good faith efforts before we commit to the performance of the contract by the bidder. 33.5 Administrative reconsideration Within 10 days of being informed by City of Lubbock that it is not responsive because it has not documented sufficient good faith efforts, a bidder may request administrative reconsideration. Bidders should make this request in writing to the following reconsideration official: Marta Alvarez, Director of Purchasing and Contract Management, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457. The reconsideration official will not have played any role in the original determination that the bidder did not make/document sufficient good faith efforts. As part of this reconsideration, the bidder will have the opportunity to provide written documentation or argument concerning the issue of whether it met the goal or made adequate good faith efforts to do so. The bidder will have the opportunity to meet in person with our reconsideration official to discuss the issue of whether it met the goal or made adequate good faith efforts to do so. We will send the bidder a written decision on reconsideration, explaining the basis for finding that the bidder did or did not meet the goal or make adequate good faith efforts to do so. The result of the reconsideration process is not administratively appealable to the Department of Transportation. 33.6 Good Faith Efforts when a DBE is replaced on a contract City of Lubbock will require a contractor to make good faith efforts to replace a DBE that is terminated or has otherwise failed to complete its work on a contract with another certified DBE, to the extent needed to meet the contract goal. The City will require the prime contractor to notify the DBE Liaison Officer (DBELO) immediately of the DBE's inability or unwillingness to perform and provide reasonable documentation. In this situation, we will require the prime contractor to obtain our prior approval of the substitute DBE and to provide copies of new or amended subcontracts, or documentation of good faith efforts. If the contractor fails or refuses to comply in the time specified, our contracting office will issue an order stopping all or part of payment/work until satisfactory action has been taken. If the contractor still fails to comply, the contracting officer may issue a termination for default proceeding. 33.7 Certification 17 The DEBLO will submit any request for certification and/or information regarding certification to TxDot. TxDot serves as the regional Unified Certification Program Administrator for Lubbock. For information about the certification process or to apply for certification, firms should contact: Karen Williams, Deputy Director — Administration, Lubbock Preston Smith International Airport, Rt. 3 Box 389, Lubbock, Texas 79403, (806) 775-3127, Kwilliams&inylubbock.us. 33.8 Certification Appeals Any firm or complainant may appeal the City's decision in a certification matter to DOT. Such appeals may be sent to: Department of Transportation Office of Civil Rights Certification Appeals Branch, 400 7th St., SW, Room 2104, Washington, DC 20590. The City will promptly implement any DOT certification appeal decision affecting the eligibility of DBEs for all DOT -assisted contracting (e.g., certify a firm if DOT has determined that our denial of its application was erroneous). 33.9 "Recertifications" The City will review the eligibility of DBEs that the City might have certified under former part 23, to make sure that they meet the standards of Subpart D of part 26. In order to comply with requirements of re -certification each currently certified DBE the airport works with will be required to comply with the requirements of the UCP. For firms that the City has certified or reviewed and found eligible under part 26, the City will review their eligibility every five years following the date of their certification in accordance with UCP rules and regulations. 33.10 Bidders List The City of Lubbock will create a bidders list, consisting of information about all DBE and non -DBE firms that bid or quote on DOT -assisted contracts. The purpose of this requirement is to allow use of the bidder's list approach to calculating overall goals. The bidders list will include the name, address, DBE/non-DBE status, age, and annual gross receipts of firms. The City will collect this information in the following ways: a notice in all solicitations and direct request to firms quoting on subcontracts to report information directly to the DBELO. The City of Lubbock will work closely with all prime bidders in order to collect necessary information of all firms who quote to them on contracts. 33.11 Monitoring Payments to DBEs The City will require prime contractors to maintain records and documents of payments to DBEs for three years following the performance of the contract. These records will be made available for inspection upon request by any authorized representative of the City of Lubbock or DOT. This reporting requirement also extends to any certified DBE subcontractor. The City will keep a running tally of actual payments to DBE firms for work committed to them at the time of contract award. The City will perform interim audits of contract payments to DBEs. The audit will review payments to DBE subcontractors to ensure that the actual amount paid to DBE subcontractors equals or exceeds the dollar amounts stated in the schedule of DBE participation. 34 VETERAN'S PREFERENCE The City shall include in all contracts for work on any project funded under the grant agreement which involve labor, such provisions as are necessary to insure that, 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 47112 of Title 49, United States Code. However, this preference shall apply only where the individuals are available and qualified to perform the work to which the employment relates. 18 35 CONFIDENTIALITY The City will safeguard from disclosure to third parties information that may reasonably be regarded as confidential business information, consistent with Federal, state, and local law. The City of Lubbock will maintain efforts to be consistent with the law as set forth in: the Freedom of Information Act under USC: Title 5. The relevant text is found in § 552(b)(2) and (4). The City of Lubbock will interpret these parts as policy to refuse the release of and access to, any information deemed to be related solely to the internal personnel rules and practices of an agency; or as trade secrets and commercial or financial information obtained from a person and privileged or confidential. Further, in compliance with USC: Title 18 § 1905 concerning the disclosure of confidential information: The City of Lubbock will not publish, divulge, disclose or make known in any manner or to any extent not authorized by law any information coming to us in the course of employment or official duties or by reason of any examination or investigation made by, or return, report or record made to or filed with the City of Lubbock, which information concerns or relates to the trade secrets, processes, operations, style of work, or apparatus, or to the identity, confidential statistical data, amount or source of any income, profits, losses, or expenditures of any person, firm, partnership, corporation, or association; or permits any income return or copy thereof or any book containing any abstract or particulars thereof to be seen or examined by any person except as provided by law. Notwithstanding any contrary provisions of state or local law, we will not release personal financial information submitted in response to the personal net worth requirement to a third party (other than DOT) without the written consent of the submitter. 36 NON DISCRIMINATION CLAUSE The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR part 26 in the award and administration of DOT assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy, as the recipient deems appropriate. 37 PROMPT PAYMENT The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than 30 days from the receipt of each payment the prime contractor receives from City of Lubbock. The prime contractor agrees further to return retainage payments to each subcontractor within 30 days after the subcontractor's work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the City of Lubbock. This clause applies to both DBE and non -DBE subcontractors. The City of Lubbock will require that all contractors comply with the Texas Government Code 2251.022. Chapter 2251 of the Texas Government Code generally defines past due dates and provides for payments for goods and services to vendors, general contractors, and subcontractors. Failure to comply with the provisions of Texas Government Code Chapter 2251 include the right to charge interest on overdue accounts and right to collect attorney's fees in the event of formal administrative or judicial action to collect an invoice payment or interest due. A copy of Texas Government Code 2251.022 is attached as Attachment 8 in the Airport's Disadvantaged Business Enterprise Plan. 38 MONITORING AND ENFORCEMENT MECHANISMS The City will bring to the attention of the Department of Transportation any false, fraudulent, or dishonest conduct in connection with the program, so that DOT can take the steps (e.g., referral to the Department of Justice for criminal prosecution, referral to the DOT Inspector General, action under suspension and debarment or Program Fraud and Civil Penalties rules) provided in 26.109. The City also will consider similar action under our own legal authorities, including responsibility determinations in future contracts. The City of Lubbock WILL REQUIRE CERTIFICATION that work contracted with a DBE is actually performed by the DBE. We may follow up this certification by conducting on -site evaluations to monitor the performance obligated in the contract. 19 In the event of non-compliance with the DBE regulation by any participant in our procurement activities, the City of Lubbock shall be entitled to pursue any and all remedies allowed by the laws of the State of Texas and the Federal Government. Such remedies may include, but not necessarily be limited to, the following: a. Civil action, in a court appropriate jurisdiction, for breach of the contract. Such damages may be set forth in the contract as predetermined damages, consequential damages arising out of the breach and/or specific performance. b. Criminal prosecution may result from the commission of fraud or other criminal activity on the part of a party to the contract. In the event that a crime is perceived to have occurred, the city may refer the case to the appropriate law enforcement or prosecutorial authority for further action. In such event the city anticipates cooperating with such agency in the investigation and prosecution of a criminal case 39 BREACH OF CONTRACT TERMS Any violation or breach of terms of this contract on the part of the contractor or their subcontractors may result in the suspension or termination of this contract or such other action that may be necessary to enforce the rights of the parties of this agreement. The duties and obligations imposed by the Contract Documents and the rights and remedies available thereunder shall be in addition to and not a limitation of any duties, obligations, rights and remedies otherwise imposed or available by law. 40 ANTI -LOBBYING PROVISION 40.1 DURING THE PERIOD BETWEEN THE BID CLOSE DATE AND THE CONTRACT AWARD, BIDDERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DIRECTLY DISCUSS OR PROMOTE THEIR BID WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT IN THE COURSE OF CITY -SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS, UNLESS REQUESTED BY THE CITY. 40.2 This provision is not meant to preclude bidders from discussing other matters with City Council members or City staff. This policy is intended to create a level playing field for all potential bidders, assure that contract decisions are made in public, and to protect the integrity of the bid process. Violation of this provision may result in rejection of the bidder's bid. 41 PREVAILING WAGE RATES 41.1 Bidders are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage Rates, with respect to the payment of prevailing wage rates for the construction of a public work, including a building, highway, road, excavation, and repair work or other project development or improvement, paid for in whole or in part from public funds, without regard to whether the work is done under public supervision or direction. A worker is employed on a public work if the worker is employed by the contractor or any subcontractor in the execution of the contract for the project 41.2 A worker employed on a public work by or on behalf of the City of Lubbock shall be paid not less than the general prevailing rate of per diem wages for the work of a similar character in the locality in which the work is performed, and not less than the general prevailing rate of per diem wages for legal holiday and overtime work. 41.3 The State of Texas has adopted the Federal Davis -Bacon wage rates for use in Texas pursuant to and in accordance with the Texas Government Code, Section 2258.022. Bidders may access the U. S. Department of Labor web site at the following web address to obtain the rates to be used in Lubbock County: http://www.gpo.gov/davisbacon/allstates.html 41.4 It shall be the responsibility of the successful bidder to obtain the proper wage rates from the web site for the type of work defined in the bid specifications. 41.5 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay to the City of Lubbock $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the contract. 20 42 PROTEST 42.1 All protests regarding the ITB process must be submitted in writing to the City Director of Purchasing and Contract Management within 5 working days after the protesting party knows of the occurrence of the action which is protested relating to advertising of notices deadlines, proposal opening and all other related procedures under the Local Government Code, as well as any protest relating to alleged improprieties with the ITB process. This limitation does not include protests relating to staff recommendations as to award of contract. Protests relating to staff recommendations may be directed to the City Manager. All staff recommendations will be made available for public review prior to consideration by the City Council as allowed by law. FAILURE TO PROTEST WITHIN THE TIME ALLOTTED SHALL CONSTITUTE A WAIVER OF ANY PROTEST. 21 Page Intentionally Left Blank BID SUBMITTAL FORM Page Intentionally Left Blank REVISED PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT DATE: October 7, 2020 PROJECT NUMBER: ITB 20-1.5449-JM — Lubbock Preston Smith International Airport, LBB Terminal Apron and Runway 8/26 Rehabilitation Proposal of Hensel Phelps Construction Co. (hereinafter called "Bidder') To the Honorable Mayor- and City Council City of Lubbock, Texas (hereinafter- called "Owner") Ladies and Gentlemen: Bidder, in compliance with your Request for Proposals for construction of Lubbock Preston Smith International Airport. LBB Terminal Apron and Runwa}T 8/26 Rehabilitation. having carefully examined Plans, Specifications, Instructions to Bidders, Notice to Bidders, and all other related Contract Documents and site of intended work, and being familiar with all conditions surrounding construction of intended project including availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and construct project in accordance with Plans, Specifications and Contract Documents, within time set forth therein and at price stated below. Price to cover- all expenses incurred in performing work required under Contract Documents: ITEM DESCRIPTION UNIT ESTIMATED UNIT EXTENDED NO. QUANTITY PRICE AMOUNT BASE BID 1 Item C-100, Contractor Quality Control Program (CQCP) LS 1 $30,431.00 $ 30,431.00 � Item C-102, Temporary Air and Water Pollution, Soil Erosion ` and Siltation Control (including BMPs) LS 1 $19,000.00 $19,000.00 3 Item C-105, Mobilization (5% max) LS 1 $150,000.00 $150,000.00 4 Item P-101-5.1, Pavement Removal (13 - 15 inches) and disposal off site SY 1,540 $ 250.96 $386,478.40 5 Item P-101-5.5, Spalled Concrete - Pavement Repair, including material and regardless of spall depth SF 1,550 $ 284.68 $441,254.00 6Item P-101-5.6, Cold Milling of Asphalt Shoulder, at thickness 29.27 indicated in plans SY 1,300 $ $38,051.00 7 Item P-153-6.1, Controlled Low Strength Material (CLSM) for C� 130 $ 398.67 51,827.10 Shoulder Backfill $ 8 TxDOT Item 341, Dense -Graded Hot -Mix Asphalt furnished and TON 560 $ 600.48 $336,268.80 installed 9 TxDOT Item 341, Pay Factor Adjustment (multiply Line Item 8 total by 5% Maximum Pay Factor and insert here) LS 1 $16,737.00 $161737.00 10 Item P-501-8.1- l , Portland Cement Concrete Pavement, (13- to 15-inch thickness), including reinforcement and dowels where SY 11540 $ 314.76 $484,730.40 applicable 11 Item P-501-8. l -2, Portland Cement Concrete Pads, for Cleanout (4-foot x 4-foot x 8-inch thickness) SY 40 $ 747.23 $ 29,889.20 12 Item P-603-5.1, Emulsified Asphalt Tack Coat GAL 190 $ 16.02 $ 3,043.80 13 Item P-605-5,1, Joint Seal in Existing Concrete Pavement, includes LF 86,300 $ 4.41 $380 583.00 cleaning, sawcut and preparing existing Joint reservoir Item P-605-5.2, Joint Seal of joint between Portland Cement 14 Concrete Pavement and Existing Asphalt Shoulder, includes LF 3,630 $ 4.20 $ 15,246.00 cleaning, sawcut and preparing existing joint reservoir ADDENDUM NO. 02 - 2 QHENSEL PHELPS Plan. Build. Manage. REVISED ITEM NO. DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 15 Item P-605-5.3, Sealing Cracks in Existing Concrete Pavement LF 5,670 $ 4.57 S 25,91 1.90 16 Item P-608-8.1, Emulsified Asphalt Seal Coat SY 1,300 $ 1 1 .71 $ 15,223.00 17 Item P-620-5.1-1, Obliteration of Taxiway and Apron Marking SF 2,500 $ 7.31 $ 18 275.00 18 Item P-620-5.1-2, Permanent Taxiway and Apron Marking (including reflective beads) SF 510 $ 5.97 $ 31044.70 19 Item P-620-5.1-3, Permanent Taxiway and Apron Marking (black paint) SF 210 $ 7.25 $ 1, 522.50 20 Item D-705-5.1, Pipe Underdrain System LF 25720 $ 197.48 $ 5371145.60 21 Item D-705-5.2, Underdrain Discharge Line LF 300 $ 125.47 $ 37,641.00 22 Item D-705-5.3, Connection to existing Pipe Underdrain System EA 2 $ 3,804.00 $ 708.00 23 Item D-751-5.1, Manholes (infiltration structures) EA 3 $281402.34 $ 851207.02 24 Item MC, Construction Safety and Phasing LS 1 $123,246.00 $ 1231246.00 BASE BID SUBTOTAL $3,238,364.42 ADDITIVE ALTERNATE NO. 1 - Remove & Replace All Terminal Apron Marking Al-1 Item C-100, Contractor Quality Control Program (CQCP) LS 1 $ 1,327.00 $ 1,327.00 A 1-2 Item C-105, Contractor Mobilization LS 1 $ 6, 500.00 $ 6,500.00 A 1-3 Item P-620-5.1-1, Obliteration of Runway and Taxiway Marking SF 14,400 $ 3.61 $ 511 984.00 A14 Item P-620-5.1-2, Permanent Taxiway and Apron Marking (including reflective beads) SF 12,700 $ 3.22 $ 40, 894.00 A 1-5 Item P-620-5.1-3, Permanent Taxiway and Apron Marking (black paint) SF 11,700 $ 3.02 $ 35,334.00 A 1-6 Item MC, Construction Safety and Phasing LS l $ 1,493.00 $ 1,493.00 ADDITIVE ALTERNATE NO. I SUBTOTAL $137,532.00 ADDITIVE ALTERNATE NO. 2 - Bevel Joints in Terminal Apron A2-1 Item C-100, Contractor Quality Control Program (CQCP) LS l $ 652.00 $ 652.00 A2-2 Item C-105, Contractor Mobilization (5% max) LS l $ 3,000.00 $ 31000.00 A2-3 Item P-101-5.10, Bevel Joints LF 86,300 $ 1.25 $107,875.00 A24 Item MC, Construction Safety and Phasing LS 1 I S2,185.001 $ 2,185.00 ADDITIVE ALTERNATE NO.2 SUBTOTAL $1131712.00 ADDITIVE ALTERNATE NO.3 - Rehabilitate Entire Asphalt Shoulder on Terminal Apron A3-1 Item C-100, Contractor Quality Control Program (CQCP) LS 1 $ 651.00 $ 651.00 A3-2 Item C-105, Contractor Mobilization (5% max) LS I $ 3,000.00 $ 3,000.00 A3-3 Item P-101-5.7. Asphalt Joint and Crack Repair (1 /4- to ]-inch wide), (including removal of existing sealant, preparation, and repair of crack, but excluding new sealant material) LF 9,090 $ 2.41 $ 21)906.90 A3-4 Item P-10 l -5.8. Asphalt Joint and Crack Repair (1 /4- to 1-inch- wide), material only GAL 500 $ 5.92 $ 21960.00 A3-5 Item P-101-5.9, Asphalt Joint and Crack Repair (> 1-inch-wide), (including preparation, material, and labor) LF 1 250 1 $ 4.38 $ 1,095.00 A3-6 Item P-608-8.1, Emulsified Asphalt Seal Coat SY 9,790 $ 3.58 $ 35,048.20 A3-7 Item MC, Construction Safety and Phasing LS I $ 1,482.00 $ 1,482.00 ADDITIVE ALTERNATE NO.3 SUBTOTAL $ 66,143.10 ADDENDUM NO. 02 - 3 QHENSEL PHELPS Plan. Build. Manage. REVISED ITEM NO. DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT ADDITIVE ALTERNATE NO. 4 - Rehabilitate Runway 8/26 A4-1 Item C-100, Contractor Quality Control Program (CQCP) LS 1 $ 8 416.00 $ 8,416.00 A4-2 Item C-105, Contractor Mobilization LS 1 S45,000.00 $ 45,000.00 A4-3 Item P-101-5.5, Spalled Concrete Pavement Repair (including material and regardless of s all depth) SF 150 $ 261.94 $ 39,291.00 A44 Item P-101-5.10. Bevel Joints LF 166,200 $ 0.72 $119,664.00 A4-5 Item P-604-6.1, Compression Joint Sealant for Concrete Pavements (3-inch seal in 2-inch joint) includes cleaning, sawing, preparing existing oint reservoir, and slivers all repair LF 160 $ 27.40 $ 4,384.00 A4-6 Item P-604-6.2, Compression Joint Sealant for Concrete Pavements (1-1 /4-inch seal in 3/4-inch joint) includes cleaning, sawing, preparing existingjoint reservoir, and slivers all repair LF 8,250 $ 4.65 $ 38,362.50 A4-7 Item P-604-6.3, Compression Joint Sealant for Concrete Pavements (1-inch seal in 5/8-inch joint) includes cleaning, sawing, preparing existing oint reservoir, and slivers all repair LF 157)700 $ 4.14 $6521878.00 A4-8 Item MC, Construction Safety and Phasing LS 1 $ 0.00 $ 0.00 ADDITIVE ALTERNATE NO. 4 SUBTOTAL $907,995.50 ADDITIVE ALTERNATE NO. 5 - Rehabilitate Runway 8/26 Shoulder A5-1 Item C-100, Contractor Quality Control Program (CQCP) LS 1 $ 2,250.00 $ 2,250.00 A5-2 Item C-105, Contractor Mobilization (5% max) LS 1 $11,500.00 $11,500.00 A5-3 Item P-604-6.4, Compression Joint Sealant for Concrete Pavements (13/16-inch seal in 1/2-inch joint), includes cleaning, sawing, re aring existing Joint reservoir, and slivers all repair LF 45,600 $ 3.95 $180,120.00 A54 Item P-605-5.4, Joint Seal between Existing Concrete Pavement and Existing Concrete Shoulder up to 1-1 /2" wide, includes cleaning, sawcut, and preparing existing reservoir LF 16,800 $ 2.58 $ 43, 344.00 AS-5 Item MC, Construction Safety and Phasing LS 1 $ 0.00 $ 0.00 ADDITIVE ALTERNATE NO. 5 SUBTOTAL s237,214.00 ADDITIVE ALTERNATE NO.6 — Runway 8/26 Crack Seal A6-1 Item C-100, Contractor Quality Control Program (CQCP) LS 1 $ 275.00 $ 275.00 A6-2 Item C-105, Contractor Mobilization (5% max) LS 1 $1 ,000.00 $ 1,000.00 A6-3 I Item P-605-5.3, Sealing Cracks in Existing Concrete Pavement LF 1 470 1 $ 43.50 I S20,445.00 A64 Item MC, Construction Safety and Phasing LS I 1 1 $ 2,360.00 $ 2 360.00 ADDITIVE ALTERNATE NO. 6 SUBTOTAL $24,080.00 TOTAL CONSTRUCTION PROJECT (BASE BID + ADDITIVE ALTERNATES NOS. 1, 2.,3, 4, 5, and 6 S4,725,041.02 r Bidder's Initials ADDENDUM NO. 02 - 4 QHENSEL PHELPS Plan. Bu11J. Manage. REVISED CONTRACTOR PROPOSED CONSTRUCTION TIME FOR COMPLETION: TOTAL CALENDAR DAYS: 245 Bidder hereby agrees to commence work on noted project on date to be specified in a written "Notice to Proceed" of Owner and complete Project as summarized herein and stipulated in Specifications and other Contract Documents: PHASE TIME (CALENDAR DAYS) Base Bid Phase 1 24 (Subphase ]A *) (14 *) Phase 2 40 (Subphase 2A *) (7 *) Phase 3 45 (Subphase 3A *) (5 *) Phase 4 40 Phase 5 16 Phase 6 40 (Subphase 6A *) (7 *) Phase 7 24 Phase 8 6 (Subphase 8A *) (3 *) (Subphase 8B *) (3 *) Phase 9** 50** Substantial Completion 235 Punch List 10 Final Completion 245 * Subphase to be completed within each appropriate phase with no additional days. * * Shall occur within maximum 50 consecutive calendar days concurrent with other phases and start no earlier than May 1, 2021. OC= HENSEL PHELPS , Plan. Build. Manage. REVISED t Bidder hereby further agrees to pay to Owner as liquidated damages for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents, the following sum of allowed construction time with liquidnted dmmncrec- Schedule Liquidated Damages Cost Allowed Construction Time BASE BID Phase 1 $ 2,710 24 (Subphase lA*) $ 2,230 (14*) Phase 2 $ 2,710 40 (Subphase 2A *) $ 2,710 (7*) Phase 3 $ 3,190 45 (Subphase 3A*) $ 2,230 (5*) Phase 4 $ 2,710 40 Phase 5 $ 3,190 16 Phase 6 $ 2,710 40 (Subphase 6A *) $ 2,710 (7 *) Phase 7 $ 2,230 24 Phase 8 $ 2,230 6 (Subphase 8A *) $ 2,230 (3 *) (Subphase 8B*) $ 2,230 (3*) Phase 9** $ 1,550 50** Substantial Completion NA 235 Punch List NA 10 Final Completion $ 2,230 245 * Subphase to be completed within each appropriate phase with no additional days. * * Shall occur within maximum 50 consecutive calendar days concurrent with other phases and start no earlier than May 1, 2021. Bidder understands and agrees this proposal submittal shall be completed and submitted in accordance with Instruction Number 29 of General Instructions to Bidders. Bidder understands Owner may reject any or all proposals and waive any formality in proposing. Bidder agrees this proposal shall be good for 90 calendar days following proposal opening. (per Add 02) Undersigned Bidder hereby declares he visited the site of the work and carefully examined Plans, Specifications, and Contract Documents pertaining to work covered by this proposal, and further agrees to commence work on the date specified in written Notice to Proceed as well as substantially complete work on which he has proposed; as provided in Contract Documents. Bidders are required, whether payment or performance bonds required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or proposal bond from a reliable surety company, payable without recourse, to the City of Lubbock, in not less than five percent (5%) of the total amount of proposal submitted as a guarantee that Bidder will enter into Contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after Notice of Award of Contract to him. 1W \e-,t Bidders Initials ADDENDUM NO. 02 - 6 QHENSEL PHELPS Plan. Bulls. Manage. REVISED Enclosed with this proposal is a Cashier's or Certified Check Enclosed with this proposal is a Cashier's or Certified Check for 5% of the total proposal Dollars ($ ) or Proposal Bond in the sum of Five Percent Dollars ($ ), which it is agreed shall be collected and retained by Owner as liquidated damages in the event proposal is accepted by Owner and undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. (Seal if Bidder is a Corporation) ATTEST: Secretary Bidder acknowledges receipt of the following addenda: Addenda No. 01 Date 09/21 /20 Addenda No. 2 Date 10/02/20 Addenda No. Date Addenda No. Date Date:Octobep/"020 Au"fh( rOzOd S/ gnature Kad ans, Vice President I District Manager tPfrfin_�ied or Typed Name) Hensel Phelps Construction Co. Company 8326 Cross Park Dr. Address Austin Travis City, County Texas 78 ,754 State Zip Code Phone: 512. 834.9848 Fax: 512 - 834.9844 Email:bwinans@henselphelps.com FEDERAL TAX ID or SOCIAL SECURITY 84-0876644 M/WBE Firm: Woman Black American Native American Hispanic American Asian Pacific American Other (Specify) Any entity or person who manufactures, distributes, converts new motor vehicles (or represents an entity who manufactures, distributes, or converts new motor vehicles) or is in the business of buying, exchanging, or selling new motor vehicles is required under the Tex. Occ. Code. Chapter 2301 to be licensed by Motor Vehicle Division of the Texas Department of Transportation. For a bid to be in compliance with the Motor Vehicle Commission Code, bidder must hold and provide all applicable current valid licenses issued by the State of Texas: 1. Name N/A and Manufacture's License No. 2. Name N/A and Converter's License No. 3. Name N/A and Representative's License No. 4. Name N/A and Franchise Dealer's License No. General Distinguishing No. N/A (Franchised TX dealer) By Authorized Representative - must sign by hand Officer Name and Title: Please Print Business Phone Number. Email Address: FAX: Date: ADDENDUM NO. 02 - 7 OHENSEL PHELPS Plan. Build. Manage. REVISED FOR CITY USE ONLY Bid Form Item Number(s) Awarded to Named Firm/Individual: Date of Award by City Council (for bids over $50, 000): Date P.O./Contract Issued: RETURN COMPLETED AND SIGNED BID FORM ALONG WITH CITY OF LUBBOCK SPECIFICATIONS. LABEL OUTSIDE OF SEALED BID WITH ITB NUMBER, CLOSING DATE AND TIME, AND COMPANY NAME AND ADDRESS. ADDENDUM NO. 02 - 8 QHENSEL PHELPS Plan. Build. Manage. AIA Document CONTRACTOR: (Name, legal status and address) Hensel Phelps Construction Co. 8326 Cross Park Drive Austin, TX 78754 OWNER: (Name, legal status and address) City of Lubbock, Texas Purchasing and Contract Management Office Citizens Tower, 1314 Avenue K. Floor 9 Lubbock, Texas 79401 SURETY: (Name, legal status and principal place of business) Travelers Casualty and Surety Company One Tower Square Hartford, CT 06183 BOND AMOUNT: Five Percent (5%) of the Total Amount of the Bid PROJECT: (Name, location or address, and Project member, if any) Lubbock Preston Smith International Airport LBB Terminal Apron and Runway 8/26 Rehabilitation 5401 N. Martin L King Blvd. Lubbock, TX 79403 RFP No.: ITB 20-15449 - JM The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either (1) enters into a contract with the Owner in accordance with the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty (60) days. ADDITIONS AND DELETIONS: The author of this document has added information needed for its completion. The author may also have revised the text of the original AIA standard form. An Additions and Deletions Report that notes added information as well as revisions to the standard form text is available from the author and should be reviewed. A vertical line in the left margin of this document indicates where the author has added necessary information and where the author has added to or deleted from the original AIA text. This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. Init. AIA Document A310' - 2010. Copyright @ 1963, 1970 and 2010 by The American Institute of Architects. All rights reserved. The "American Institute of { '"c Documents" are registered trademarks and may not be used without permission This document was produced by AIA software at 16:58:08 ET on 09/28/2020 under Order No.6852783494 which expires on 10/23/2020, is not for resale / only, and may only be used in accordance with the AIA Contract Documents'" Terms of Service. To report copyright violations, e-mail copyright@ @aia.org.one-time use User Notes: @ g (3139ADA513) If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. -7"',,_ Signed and sealed this da of �e,(_>_ 2020 Hensel P h e C ucon Co. (Contra, M. Princ ' al) (Seal) (Witness) itle B D. Winans Vice President y , vele Casual and Surety Company ety) (Seal) (Witness) (Title) Ke y T. Willer, Attorney -in-Fa t Init. AIA Document A310- - 2010. Copyright© 1963, 1970 and 2010 by The American Institute of Architects. All rights reserved. The "American Institute of u ar'A Contract Documents are registered trademarks and may not be used without permission This document was produced by AIA software at 16:58:08 ET on 09/28/2020 under Order No.6852783494 which expires on 10/23/2020, is not for resale, is licensed for one-time2 / only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright aia.or use User Notes: @ g (3139ADA513) Page Intentionally Left Blank City of Lubbock, TX ITB 20-15449-JM LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT Apron Rehab Reference Form Please list three references of current customers who can verify the quality of service your company provides. The City prefers users of similar size and scope of work. Please do not use the City of Lubbock. REFERENCE ONE Government/ Company Name: Southwest Airlines Address: 2702 Love Field Dr. Dallas, TX 75235 Contact Person and Title: Bill Manning, Project Manager Phone: 817.917.3847 Fax: N/A REFERENCE TWO Government/ Company Name: City of Austin Department of Aviation Address: 2716 Spirit of Texas Dr. Austin, TX 78719 Contact Person and Title: Shane Harbinson, Assistant Director Airport Development & Environmental Programs Phone: 512.530.6652 Fax: N/A REFERENCE THREE Government/ Company Name: El Paso International Airport Address: 300 N. Campbell, 1st Floor, El Paso, TX 79901 Contact Person and Title: Ms. Shane Brooks, Project Manager - Aviation Development Phone: 915.212.7336 Fax: N/A 30 OHENSEL PHELPS 12 Pia. Build. Manage. Page Intentionally Left Blank CONTRACTORS STATEMENT OF QUALIFICATIONS Individual contractors and joint ventures submitting a bid must complete the following evaluation information for the Project. Joint ventures shall be composed of not more than two firms and each firm must complete separate evaluations. Evaluation information must be submitted at time of bid submittal. Failure to submit the following Bidder Evaluation information may result in the OWNER considering the bid non -responsive and result in rejection of the bid by the OWNER. Bidders are to provide any additional information requested by the OWNER. In evaluating a firm's qualifications, the following major factors will be considered: A. FINANCIAL CAPABILITY: For this project, the CONTRACTOR'S financial capability to undertake the project will be determined by the CONTRACTOR'S ability to secure bonding satisfactory to the OWNER. B. EXPERIENCE: Do the organization and key personnel have appropriate technical experience on similar projects? C. SAFETY: Does the organization stress and support safety as an important function of the work process? D. QUALITY OF WORK: (1) Does the organization have a commitment to quality in every facet of their work - the process as well as the product? (2) Does the organization have a written quality philosophy and/or principles that exemplifies their work? If so, submit as Attachment "A". (3) Has this organization ever received an award or been recognized for doing "quality" work on a project? If so, give details under Attachment "A". E. CONFORMANCE TO CONTRACT DOCUMENTS: (1) Does the organization have a commitment and philosophy to construct projects as designed and as defined in the Contract Documents? The OWNER reserves the right to waive irregularities in determining the firm's qualifications and reserves the right to require the submission of additional information. The qualifications of a firm shall not deprive the OWNER of the right to accept a bid, which in its judgement is the lowest and best bid, to reject any and all bids, to waive irregularities in the bids, or to reject nonconforming, non -responsive, or conditional bids. In addition, the OWNER reserves the right to reject any bid where circumstances and developments have in the opinion of the OWNER changed the qualifications or responsibility of the firm. Material misstatements on the qualifications forms may be grounds for rejection of the firm's bid on this project. Any such misstatement, if discovered after award of the contract to such firm, may be grounds for immediate termination of the contract. Additionally, the firm will be liable to the OWNER for any additional costs or damages to the OWNER resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. Complete the following information for your organization: 31 Contractor's General Information Organization Doing Business As Hensel Phelps Construction Co. Business Address of Principle Office 8326 Cross Park Drive Austin, Texas 78754 Telephone Numbers Main Number (512) 834.9848 Fax Number (512) 834.9844 Website Address www.henselphelps.com Form of Business (Check One) ❑ A Corporation gA Partnership 0 An Individual Date of Incorporation N/A State of Incorporation N/A Chief Executive Officer's Name N/A President's Name N/A Vice President's Name(s) Secretary's Name N/A Treasurer's Name N/A Date of Organization 1937 originally, reorganized as a partnership 1.1.2016 State whether partnership is Hensel Phelps is a General Partnership general or limited Name N/A rBusiness Address N/A Mike Choutka Bradley Jeanneret, DBIA Richard Tucker, LEED AP President and Chief Executive Officer Executive Vice President Executive Vice President Jennifer Scholz Robert Majerus Edwin Miller Vice President and Chief Financial Officer Vice President, Legal President, Hensel Phelps Services Laird Heikens Allan Bliesmer, DBIA Steve Grauer, DBIA President, Hensel Phelps Development Vice President, Plains District Vice President, Western District Kirk Hazen Thomas Diersbock, LEED AP Damian Buessing Vice President, Southeast District Vice President, Pacific District Vice President, Southern California District James Pappas William Thompson, DBIA, STS Brad Winans, LEED AP BD+C Vice President, Northern California District Vice President, Mid -Atlantic District Vice President, Southwest District Average Number of Current Full Time Employees 3,862 Average Estimate of Revenue for the Current Year $5,500,000,000 QHENSEL PHELPS 14 Plan. Build. Manage. Contractor's Organizational Experience Organization Doing Business As Hensel Phelps Construction Co. Business Address of Regional Office 8326 Cross Park Drive Austin, Texas 78754 Name of Regional Office Manager Brad Winans, LEED AP BD+C Telephone Numbers Main Number (512) 834.9848 Fax Number (512) 834.9844 Website Address www.henselphelps.com Organization Hist List of names that this organization currently, has or anticipates operating under over the history of the organization, including the names of related companies presently doing business: Names of Organization From Date To Date Hensel Phelps Development LLC 1995 Present Hensel Phelps Construction New Mexico LLC 2007 Present Hensel Phelps Services LLC 2015 Present List of companies, firms or organizations that own any part of the organization. Name of companies, firms or organization Percent Ownership Hensel Phelps Parent 1, Inc. General Partner 50% Hensel Phelps Parent 2, Inc General Partner 50% Construction Experience Years experience in projects similar to the proposed project: As a General Contractor: 83 Years As a Joint Venture Partner: Not Applicable Has this or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? No If yes provide full details in a separate attachment. See attachment No. N/A Has this or a predecessor organization been released from a bid or pro- posal in the past ten years? No If yes provide full details in a separate attachment. See attachment No. N/A Has this or a predecessor organization ever been disqualification as a bidder or proposer by any local, state, or federal agency within the last five years? No If yes provide full details in a separate attachment. See attachment No. N/A Is this organization or your proposed surety currently in any litigation or contemplating litigation? Yes If yes provide full details in a separate attachment. See attachment No. 1 Has this or a predecessor organization ever refused to construct or re- fused to provide materials defined in the contract documents? No If yes provide full details in a separate attachment. See attachment No. N/A OHENSEL PHELPS ,s Plan. Build. Manage. Contractor's Proposed Key Personnel Organization Doing Business As Hensel Phelps Construction Co. Proposed Project Organization Provide a brief description of the managerial structure of the organization and illustrate with an organi- zational cart. Include the title and names of key personnel. Include this chart at an attachment to this description. See attachment No. Diversity in both geographic location and types of work performed has been key to Hensel Phelps' success. With our corporate headquarters centrally located in Colorado, Hensel Phelps' construction operations span coast -to -coast, with full -service support available from eight strategically located dis- trict offices. Each office has a District Manager / Vice President overseeing daily operations, who is a member of a 15-seat Board of Directors. Our CEO, CFO, Legal Counsel and Executive Vice Presidents make up the remainder of the Board Members. Hensel Phelps is a 100% employee -owned company. An organizational chart for the overall Hensel Phelps company structure has been included under Attachment 2 on Page 18. Provide a brief description of the managerial structure proposed for this project and illustrate with an organizational chart. Include title and names of proposed key personnel and alternates. Include this chart at an attachment to this description. See attachment No. The proposed Hensel Phelps team for this project is comprised of individuals with experience working on previous projects with a similar scope to the proposed Lubbock Preston Smith International Airport LBB Terminal Rehabilitation project. The Project Leadership team of Project Manager, Cody Edwards and Project Superintendent, Luke Horton will be supported by a strong team of professionals, including Steve Jesulaitis, who will serve as our Project Safety Officer and Quality Control Manager for the project. An organizational chart for the proposed Hensel Phelps project team has been included under Attach- ment 3 on Page 19. Experience of Key Personnel Provide information on the key personnel proposed for this project that will provide the following key functions. Provide information for candidates for each of these positions on the pages for each of these key personnel. Also provide biographical information for each primary and alternate candidate as an at- tachment. The biographical information must include the following as a minimum: technical experience, managerial experience, education and formal training, work history which describes project experience, including the roles and responsibilities for each assignment, and primary language. Additional informa- tion highlighting experience which makes them the best candidate for the assignment should also be included. Role Primary Candidate Alternative Candidate Project Manager Cody Edwards, LEED AP Project Superintendent Luke Horton Steve Jesulaitis, LEED AP Project Safety Officer Steve Jesulaitis, LEED AP Quality Control Manager Steve Jesulaitis, LEED AP If key personnel are to fulfill more than one of the roles listed above, provide a written narrative de- scribing how much time will be devoted to each function, their qualifications to fulfill each role and the percentage of their time that will be devoted to each role. If the individual is not to be devoted solely to this project, indicate how time it to be divided between this project and their other assignments. QHENSEL PHELPS ,F Plan. Build. Manage. Supplemental Information - Attachment 1 Is this organization or your proposed surety currently in any litigation or contemplating litigation? As a builder with combined annual revenues of approximately $5 Billion, we do have some cases in litigation at any given time. We are not in default on any awarded contract. None of the past or pending litigious actions will affect the financial stability of the company or our performance under a contract with the Owner, nor are we aware of any new actions. Hensel Phelps is currently involved in the follow- ing formal dispute resolution proceedings: Hensel Phelps v. Green Energy Contracting This arbitration, filed in February 2020, is a recovery action that stems from the refusal of a subcontractor to perform repairs to defective work at the Navy Federal Credit Union project in Pensacola, Florida. Green Energy performed sitework on the project. After several separate investigations, it was determined that Green Energy's workmanship led to deficiencies in the sanitary sewer line causing block- age and wastewater overflow in the facility. Both Green Energy and its surety refused to perform the repairs, which necessitated Hensel Phelps to perform the repairs, which were completed. Hensel Phelps and its insurance carrier now seek to recovery sums expended in correcting the deficient work. Accu-Crete, Inc. v. Aspire Apollo II, LLC, US Bank National Association and Hensel Phelps Construction Co., case CAE 1902871Al2:B15B10Al2:B14Al2:B16Al2:B15Al2:B14Al2:B15 In February 2019, Hensel Phelps's foundation subcontractor, Accu-crete, initiated arbitration proceedings against Hensel Phelps seeking ad- ditional compensation for alleged impacts to its foundation work. Hensel Phelps is vigorously defending the claim. The matter is pending in arbitration in Virginia. Hensel Phelps Construction Co. v. Sherlock, Smith and Adams, Incorporated dba Sherlock, Smith & Adams Architects/Engineers case number CJ-2018-2648 This case was filed in Oklahoma County, Oklahoma in May 2018. The dispute arises from allegations of design defects of the Tinker Air Force Base Dental Clinic. Hensel Phelps completed the project in 2012. Ever since, the clinic has experienced periodic water leaks after severe weather events. It is Hensel Phelps's position that the water intrusion is partially caused by a defect in the design of the building. Hensel Phelps filed this action to recoup costs of remediation of the leaks. This case is in the early stages of discovery. Steve Neville, Substructure Support, Inc., and TDP Support, Inc. v. Aldridge Construction, Inc.; Gon- salves & Santucci, Inc.; Hensel Phelps Construction Co.; M-Pile Sales, LLC; Magco Drilling, Inc.; Matt Construction Corp.; and Shoring Engineers, case 2:17-CV-0892 This action was filed on December 12, 2017 in the United States District Court for the Central District of California by Steve Neville, Substructure Support, Inc., and TDP Support, Inc. Plaintiffs allege that products and methods used by a subcontractor, Aldridge, infringe their intellectual property, and are seeking damages. Hensel Phelps is defending on the basis that it has not in- fringed any intellectual property. The case is stayed pending the outcome of a related California state court case not involving Hensel Phelps which will determine if plaintiffs own the intellectual property at issue in this dispute. Smart Corner Owners Association v. CJUF Smart Corner, LLC, Smart Corner, LLC, Canyon -Johnson Urban Fund, LP, Canyon -Johnson Realty Advisors, LLC and Hensel Phelps, Case 37-2017-00037690 This action commenced in October of 2017 in San Diego County, California. The condo association of the Smart Corner condominium project in San Diego, California sued Hensel Phelps and the developer alleging construction defects and warranty issues. This project is covered by an OCIP that assumed the defense on behalf of the named insureds. The matter is currently in the early stages of litigation. Hensel Phelps Construction Co. v. Forms and Surfaces, Inc., Case CV2017-05449 This subrogation action was filed in Maricopa County, Arizona Superior Court on September 5, 2017, to recover payments made by West- chester Surplus Lines Insurance Co. at the Automated Train Fixed Facilities project at Sky Harbor Airport. Westches- ter incurred these costs as a result of defective materials supplied by Forms and Surfaces. Westchester assigned their subrogation rights to Hensel Phelps, who is prosecuting this matter on Westchester's behalf. This case is currently in the discovery phase. Continuing Life Communities Thousand Oaks LLC v. Hensel Phelps Case No. 30-2016-00885267-CU-BC- CJC This action was filed on November 7, 2016. Continuing Life Communities Thousand Oaks, the owner of the University Village Thousand Oaks retirement community, alleges that a subcontractor, H.L. Moe, installed defective work. Hensel Phelps is defending on the basis that the work was not defective. QHENSEL PHELPS 17 Plan. Build. Manage. Supplemental Information - Attachment 2 Organizational Structure Michael J. Choutka President & Chief Executive Officer Jennifer K. Scholz Robert P. Majerus Chief Financial Officer & General Counsel & Vice President I I Vice President Bradley A. Jeanneret Richard G. Tucker Executive Vice President Executive Vice President Laird B. Heikens Damian J. Buessing William A.Thompson III E. Glen Miller President District Manager District Manager President & Vice President & Vice President Irvine, California Tysons Corner, Virginia CALIFORNIAN. James R. Pappas, Jr. Allan J. Bliesmer District Manager District Manager & Vice President & Vice President San Jose, California Thornton, Colorado SOUTHWEST Steve M. Grauer Bradley D. Winans District Manager District Manager & Vice President & Vice President Phoenix, Arizona Austin, Texas Thomas J. Diersbock Kirk J. Hazen District Manager District Manager & Vice President I & Vice President Honolulu, Hawaii Orlando, Florida QHENSEL PHELPS 18 Plan. Build. Manage. M =z �r M r *Iubb"ock Steve Nicholson, CM Todd Hebert, PE Sponsor's Agent FAA ADO Program Manager PARKHILLSMITH& Mark Haberer Project Manager Debbie German Lanell Pahe Mark Carpenter Project Assistant Project Engineer RPR Other Engineers & Other RPRs EITs as necessary as necessary .. HENSEL PHELPS Plan. Build. Manage Michael Orlowski, LEED AP, PMP Project Executive Cody Edwards, LEED AP Project Manager Luke Horton Steve Jesulaitis, LEED AP Project Superintendent Quality Control Manager & Safety Officer KEY Hensel Phelps City of Lubbock Parkhill Smith & Cooper Proposed Project Managers Organization Doing Business As __JHensel Primary Candidate Name of Individual Phelps Construction Co. Cody Edwards, LEED AP Years of Experience as Project Manager 4 Years Years of Experience with this organization 13 Years with Hensel Phelps Number of similar projects as Project Manager 1 Number of similar projects in other positions 8 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Lubbock Preston Smith Airport Improvements 90% ]-June 2021 Reference Contact Information (listing names indicates approval to contacting the names individuals as a refer - Name Karel Kozuh Name Jim Shackelford Title/Position Project Manager Title/Position Director of CPC Organization The University of Texas at Austin Organization UT Austin CPC Telephone 512.579.5033 Telephone 512.322.3730 E-mail karel.kozuh@austin.utexas.edu E-mail jhackelford@utsystem. edu Project UT Dell Medical School Project UT Dell Medical School Candidate role on Project Superintendent project I Alternate Candidate Name of Individual Candidate role on Project Superintendent I project Not Applicable Years of Experience as Project Manager Years of Experience with this organization Number of similar projects as Project Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information (listing names indicates approval to contacting the names individuals as a refer - Name Name Title/Position Title/Position Organization Organization Telephone Telephone E-mail - E mail Project Project Candidate role on project Candidate role on project OHENSI:L PHELPS 20 Flan. Build. 19anags. Proposed Project Superintendent Organization Doing Business As Primary Candidate Name of Individual Hensel Phelps Construction Co. Luke Horton Years of Experience as Project Superintendent 5 Years Years of Experience with this organization 11 Years with Hensel Phelps Number of similar projects as Superintendent 2 Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date LPSIA Terminal Building Modifications 1000/o June 2021 Reference Contact Information (listing names indicates approval to contacting the names Name Dan Hursin Name individuals as a reference) Sean Brennan, PE, LEED AP Title/Position Architect Title/Position Senior Aviation Engineer Organization Corgan Organization RS&H Telephone 214.757.1818 Telephone 512.284.0910 E-mail dan.hursin@corgan.com E-mail sean.brennan@rsandh. com Project Love Field Modernization Program Project LPSIA Terminal Modifica- tions Candidate role on Project Engineer project Alternate . • •. - Name of Individual Candidate role on Project Superintendent project Steve Jesulaitis, LEED AP Years of Experience as Project Superintendent 15 Years Years of Experience with this organization 19 Years with Hensel Phelps Number of similar projects as Superintendent 5 Number of similar projects in other positions 7 Current Project Assignments Name of Assignment Percent of Time Used Estimated Project for this Project Completion Date Western Currency Facility Expansion 50% January 2022 Reference Contact Information (listing names indicates approval Name Jake Wolf to contacting the names Name individuals as a reference) Jeff Miller Title/Position Program Director Title/Position Program Manager Organization UTMB Health Organization Dallas Love Field Telephone 409.747.2941 Telephone 214.577.9362 E-mail jrwolf@utmb.edu E-mail jeff.miller@thelfmp.com Project Jennie Sealy Hospital Project LF Parking Garage C Candidate role on project General Superintendent Candidate role on project General Superintendent QHENSEL PHELPS z, Plan. Build. Manage. Proposed Project Quality Control Manager Organization Doing Business As Primary Candidate Name of Individual Hensel Phelps Construction Co. Steve Jesulaitis Years of Experience as Quality Control Manager 15 Years i Years of Experience with this organization 19 Years with Hensel Phelps Number of similar projects as Quality Manager 5 Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Western Currency Facility Expansion Reference Contact Information (listing names indicates approval Name Jake Wolf 50% to contacting the names Name January 2022 individuals as a reference) Jeff Miller Title/Position Program Director Title/Position Program Manager Organization UTMB Health Organization Dallas Love Field Telephone 409.747.2941 Telephone 214.577.9362 E-mail jrwolf@utmb.edu E-mail jeff.miller@thelfmp.com Project Jennie Sealy Hospital Project LF Parking Garage C Candidate role on General Superintendent project Alternate ••.- Name of Individual Candidate role on General Superintendent project Not Applicable Years of Experience as Quality Control Manager Years of Experience with this organization Number of similar projects as Quality Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information (listing names indicates approval Name to contacting the names Name individuals as a reference) Title/Position Title/Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on project Candidate role on project OHENSEL PHELPS zZ Plan. Build. Manage. Proposed Project Safety Officer Organization Doing Business As Primary Candidate Name of Individual Hensel Phelps Construction Co. Steve Jesulaitis Years of Experience as Project Safety Officer 15 Years Years of Experience with this organization 19 Years with Hensel Phelps Number of similar projects as Safety Officer 5 Number of similar projects in other positions 7 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Western Currency Facility Expansion 50% January 2022 Reference Contact Information Name (listing names indicates approval to contacting the names Jake Wolf Name individuals as a reference) Jeff Miller Title/Position Program Director Title/Position Program Manager Organization UTMB Health Organization Dallas Love Field Telephone 409.747.2941 Telephone 214.577.9362 E-mail jrwolf@utmb.edu E-mail jeff.miller@thelfmp.com Project Jennie Sealy Hospital Project LF Parking Garage C Candidate role on General Superintendent project Alternate Candidate Name of Individual Candidate role on General Superintendent project Not Applicable Years of Experience as Project Safety Officer Years of Experience with this organization Number of similar projects as Safety Officer Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Name Title/Position Title/Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on project Candidate role on project QHENSEL PHELPS 23 Plan. Build. Manage. Supplemental Information - Attachment 4 Key Personnel Provide information on the key personnel proposed for this project that will provide the following key func- tions. Provide information for candidates for each of these positions on the pages for each of these key personnel. Also provide biographical information for each primary and alternate candidate as an attachment. The biographical information must include the following as a minimum: technical experience, managerial experience, education and formal training, work history which describes project experience, including the roles and responsibilities for each assignment, and primary language. Additional information highlighting experience which makes them the best candidate for the assignment should also be included. Complete resumes for Hensel Phelps' Key Team Members including the information requested above are included in the pages that follow. If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much time will be devoted to each function, their qualifications to fulfill each role and the percentage of their time that will be devoted to each role. If the individual is not to be devoted solely to this project, indi- cate how time it to be divided between this project and their other assignments. Steve Jesulaitis, LEED AP - Project Safety Officer & Quality Control Manager Steve Jesulaitis will fulfill the roles of both Project Safety Officer & Quality Control Manager. Steve is an experienced General Superintendent who, at Hensel Phelps, is the person ultimately respon- sible for the Safety and Quality of our projects. On this project, Steve will serve as Safety Officer and Quality Control Manager and will perform routine inspections and audits of the project in support of the full-time onsite Superintendent, Luke Horton. Steve will dedicate a minimum of 20% of his time to perform this role, or as the project's need demands. QHENSELPHELPS �, Plan. Ba-17. Manage. Lubbock Preston Smith International Airport Terminal Building Modifications Lubbock, Texas This project will improve the customer experience by improving passenger flow, streamlining security screening and baggage handling, improving aesthetics, and updating necessary infrastructure. The project is contained within the current footprint of the existing terminal area, with the exception of a separate pre-engineered metal building to accommodate all baggage carousels in one location, on the North side of the terminal within the apron footprint. CM AT RISK • S36.9M • 219.669 SF Cody Edwards, LEED AP Project Manager Education B.S., Construction Engineering Technology, Texas Tech University Years in Construction: 14 Years with Firm: 13 Mr. Edwards serves as Hensel Phelps' Management Representative who responds to all day-to-day requirements and concerns of the client. He has extensive experience in developing and monitoring project master schedules, estimating, job cost reports, and establishing and implementing effective communication procedures for all team components. Recognized in the industry for his ability to isolate and resolve various design and compliance issues early in a project's evolution, his aptitude and expertise are evidenced in the many successful projects with which he has been involved. Cody's current knowledge of the Lubbock Airport and ongoing renovations makes him uniquely qualified to oversee the Apron improvements. His familiarity with the user groups and how to do business with the City of Lubbock will allow Hensel Phelps to hit the ground running on the apron improvements. UT Medical Branch League City Parkin-g Initiatives League City, Texas A $34.8 million, seven -floor parking structure with an attached 33,000 GSF multi -use building. The parking structure has a 742- car capacity that is expandable to 2,100 spaces to meet future expansion goals. This structure also serves as a connection between the parking garage and the existing hospital by way of a new elevated, enclosed pedestrian bridge. The first two floors of the multi -use building are reserved for food and retail space. The remaining floors are shell space that could serve multiple purposes down the road. CM AT RISK • 834.81VIe 306,595 SF UT Austin Dell Medical School Complex Austin, Texas This project consists of several different elements. Stage A includes all site preparation and utility infrastructure work for the entire campus. Stage B is the construction of a new 260,000 SF, 8-story medical research building, which includes a vivarium and imaging suite. Stage C is the construction of a new 240,000 SF medical office building (MOB) and a 1,200 space parking garage. The MOB houses various doctor's offices and medical suites. The medical research building and the medical office building are connected by an elevated pedestrian bridge. CM AT RISK • s255M • 725,000 SF QHENSEL PHELPS ZS Plan. Build. M 3na g^. Lubbock Preston Smith International Airport Terminal Building Modifications Lubbock, Texas This project will improve the customer experience by improving passenger flow, streamlining security screening and baggage handling, improving aesthetics, and updating necessary infrastructure. The project is contained within the current footprint of the existing terminal area, with the exception of a separate pre-engineered metal building to accommodate all baggage carousels in one location, on the North side of the terminal within the apron footprint. CM AT RISK • 336.9M • 219,669 SF Project Superintendent Education: B.S., Industrial Technology, Texas State University Years in Construction: 13 Years with Firm: 11 Mr. Horton's leadership expertise has evolved from the on -site supervision of both self -performed labor, trade partners and the management of all aspects of quality control. His recent pre -planning efforts and home office support has provided him with a well-rounded knowledge of what makes a project successful. His supervisory strengths include labor relations, labor supervision, labor cost control, equipment selection, contract administration, safety management and various scheduling techniques. He actively participates in in-house superintendent training programs to establish the consistency and quality that Hensel Phelps demands. Luke has extensive experience working in active airports and is familiar with the level of coordination, phasing and heightened safety requirements necessary to successfully perform apron improvements. Austin -Bergstrom International Airport Terminal/Apron Expansion and Improvements Austin, Texas The Austin -Bergstrom International Airport (ABTA) Terminal/Apron Expansion and Improvements project is a multi -year, multi - phased project that consists of a new Stormwater and Deicing Collection Facility, roughly 40 acres of new apron paving for approach and taxi lane improvements, a new terminal expansion offering 11 new passenger boarding gates and many upgrades throughout the existing terminal. CM AT RISK • S295M • 178,000 SF Love Field Modernization Program Dallas, Texas The 750,000 SF project required demolition of the existing terminals and gates while replacing them with a new 20-gate, central concourse, baggage claim, ticketing hall, and modern office space for TSA and Southwest Airlines personnel. Our team ensured that airport operations and the passenger experience were always the priority, and construction never interfered with any operations of the fully functioning airport. This project has achieved LEED Silver certification. CM AT RISK • S274M • 750.000 SF QHENSEL PHELPS 26 Plan. Build. Manage. Love Field Parking Garage Dallas, Texas The Love Field Parking Garage project is a $178 million project that adds 5,130 parking spaces to the Love Field Airport in Dallas, Texas. The first parking garage to achieve a Parksmart Bronze Certification in North Texas, this parking structure provides nine levels of parking; two basement levels and seven levels above grade. The public parking areas on the upper levels include the installation of a Parking Guidance System (PGS) and Parking Access and Revenue Control System (PARCS), which are extensions of integrated systems in Love Field's two existing parking garages. CM AT RISK • $178M * 2,149,000 SF J le s u I a i t i s , LEED AP Quality Control Manager & Safety Officer Education: B.S., Civil Technology & Construction, University of Houston Years in Construction: 28 Years with Firm: 19 Mr. Jesulaitis's specific areas of responsibility include ensuring the overall quality of each project he oversees and maintaining a safe environment for all on -site personnel including trade partners, inspections and tests required to ensure that the specified materials are used and installation is acceptable to produce the required end product, and timely documentation. He is extremely adept at applying his construction knowledge and experience to control quality and accomplish specific contract requirements, and utilizes the three-phase control concept (preparatory, initial, follow-up/completion) to prevent problems and deficiencies. Steve's previous experience working as a field and lab technician for a testing agency makes him uniquely qualified to oversee our quality control process. William P. Hobby International Expansion Houston, Texas The five -gate international terminal at Hobby Airport broke ground in September 2013 and the first international flights departed two years later. In the heart of Houston, this $125 million project included a west concourse that now houses five gates designed for international operations capable of handling narrow -body transport category aircraft and the development of Federal Inspection Services (FIS). CM AT RISK e $125M * 377.407 SF Love Field Modernization Program Dallas, Texas The 750,000 SF project required demolition of the existing terminals and gates while replacing them with a new 20-gate, central concourse, baggage claim, ticketing hall, and modern office space for TSA and Southwest Airlines personnel. Our team ensured that airport operations and the passenger experience were always the priority, and construction never interfered with any operations of the fully functioning airport. This project has achieved LEED Silver certification. CM AT RISK • 3274M • 750.000 SF QHENSEL PHELPS 27 Plan. Build. Manage. Contractor's Project Experience and Resources Organization Doing Business As Hensel Phelps Construction Co. Projects Provide a list of major projects that are currently underway, or have been completed within the last ten years on Attachment A. Hensel Phelps has included a representative sample of projects currently underway and completed within the last 10 years on Attachment A. Following these project details is a list of all projects in Hensel Phelps' Southwest District which are currently ongoing or have been completed within the last ten years. Provide a completed Project Information form (Attachment B) for projects that have been completed in the last five years which specifically illustrate the organizations capability to provide best value to the Owner for this project. Hensel Phelps has included completed Project Information Forms on Attachment B within the follow- ing pages for projects completed by the Southwest District within the last 5 years that best reflect this team's ability to provide best value to the City of Lubbock and LPSIA. Include a completed Project Information form (Attachment B) for projects which illustrate the experi- ence of the proposed key personnel. Hensel Phelps has included completed Project Information Forms (Attachment B) within the following pages for projects completed by the Southwest District's proposed personnel. These projects illustrate and highlight their previous experience. Provide a description of your organizations approach to completing this project to provide best value for the Owner. Including a description of your approach in the following areas: 1. Contract administration 2. Management of subcontractor and suppliers 3. Time management 4. Cost control 5. Quality management 6. Project site safety 7. Managing changes to the project 8. Managing equipment 9. Meeting HUB / MWBE Participation Goal Hensel Phelps nas included narrative descriptions of our approach to this list of services within the pages that follow. Equipment Provide a list of major equipment proposed for use on this project. Attach Additional Information if neces- sary Equipment Item Primary Use on Project Own Will Buy Lease None anticipated N/A Division of Work between Organization and Subcontractor What work will the organization complete using its own resources? Concrete. demolition, utilities, waste management and site logistics. What work does the organization propose to subcontract on this project? Hensel Phelps plans to subcontract the following scopes of work on this project: asphalt, pavement marking, joint sealant and SWPPP QHENSEL PHELPS ze Plan. Build. Manage. Current Projects and Projects Completed within the last 10 Years Attachment A Project Owner Travis County Courthouse Development Partners Project Name Travis County Courts Facility General Description of Project: A 430,000 GSF civil and family courts complex and 400-car parking garage in Austin, Texas, that will replace the 87-year-old Heman Marion Sweatt Courthouse currently used by Travis County. Project Cost $265,000,000 Date Project Completed: 111112022 (in progress) Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Ash Baja] Brian Turner Devin Fox Miguel Arroyo Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Organization Telephone E-mail Owner Rodney Moss Senior Vice President Hunt Companies 972.868.5783 rodney.moss@huntcompanies.com Designer Edward Muth Principal Gensler 512.867.8138 edward_muth@gensler.com N/A Construction Manager N/A N/A N/A N/A Project Owner The University of Texas at Austin Office of Capital Project Name UT Austin Darrell K Royal Texas Memorial Stadium Planning & Construction South End Zone Addition General Description of Project: The $152 million South End Zone Addition (SEZ) for the University of Texas at Austin Darrell K Royal — Texas Memorial Football Stadium consists of replacing the existing bleach- ers and video display with a new and improved south end zone, premium seating with suites and club spaces, upgraded video display, and major renovations to the adjacent Moncrief -Neuhaus Athletic Center. Project Cost $152,000,000 Date Project Completed: 7/28/2021 (in progress) Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Russell Rankin Shane Stone Joe Ruiz Brent Teer Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) -::::I- E-mail jshackelford@austin.utexas.edu Name Title/Position Organization Telephone Owner Jim Shackelford Director Office of Capital Planning and 512.475.6504 Construction Designer Sherri Privitera Senior Architect/Senior Populous 816.582.1675 sherri.privitera@populous.com Principal N/A Construction Manager N/A N/A N/A N/A QHENSEL PHELPS 29 Plan. ouiia. Manage. Project Owner The University of Texas at Austin Office of Capital Planning & Construction Project Name UT Austin Dell Medical School Ambulatory Surgery Center General Description of Project: The UT Austin Dell Medical School Ambulatory Surgery Center (ASC) continues Hensel Phelps' long running presence at the UT Dell Medical School campus. The ASC will consist of four operating rooms, one pre -op and central sterile, along with offices and support areas. It will be constructed in the shell area of Level 1 in the Health Transformation Building that was built and completed by our team back in 2016. Project Cost $16,395,262 Date Project Completed: 4/30/2020 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Mathew Silver Brian Walker Michelle Love Manny Gomez Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Organization Telephone E-mail Owner Jim Shackelford Director Office of Capital Planning and Construction 512.475.6504 jhackelford@austin.utexas.edu Designer Mark Green Associate Shah Smith & Associates, Inc. 512.851.0404 mgreen@shahsmith.com Construction Manager N/A N/A N/A N/A N/A Project Owner City of Lubbock Project Name Lubbock Preston Smith International Airport Terminal Building Modifications General Description of Project: The Lubbock Preston Smith International Airport Terminal Modifications is a $36.9 million project that will improve the customer experience by improving passenger flow, stream- lining security screening and baggage handling, improving aesthetics, and updating necessary infrastructure. The project is contained within the current footprint of the existing terminal area, with the exception of a separate pre-engineered metal building to accommodate all baggage carousels in one location, on the North side of the terminal within the apron footprint. Project Cost $36,861,304 Date Project Completed: 6/1 /2021 (in progress) Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Cody Edwards Luke Horton Luke Horton Drew Chapel Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Organization Telephone E-mail Owner Kelly Campbell Executive Director City of Lubbock 806.775.3131 kcampbell@mail.ci.lubbock.tx.us Designer Mark Wilcer Senior Aviation Architect RS&H 312.526.5027 mark.wiIcer@rsandh.com Construction Manager N/A N/A N/A N/A N/A CIMHENSEL PHELPS 30 Plan. Build. Manage. Project Owner The University of Texas Medical Branch at Galveston Project Name FUTMedical Branch League City Parking Garage General Description of Project: The University of Texas Medical Branch (UTMB) League City Parking Garage project is a $35 million, seven -floor parking structure with a 742-car capacity that will be expandable to 2,100 spaces. The project also includes an attached 35,000 GSF multi -use building. Project Cost $34,769,520 Date Project Completed: 6/14/2018 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Jason Fletcher Cody Edwards Koda Cayden Derek Snyder Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Organization Telephone E-mail Owner Tarek Thomas Program Director The University of Texas Medical Branch at Galveston 713.550.7790 tarethom@utmb.edu Designer Kathleen Jircik Vice President Kirksey 713.426.7514 kathleenj@kirksey.com Construction Manager N/A N/A N/A N/A N/A QHENSEL PHELPS 31 Plan. Build. Manage. Current and Completed Projects within 10 Years Attachment A ft Federal Inspection Services Renovation and Expansion Houston TX $3259000,000 360,000 SF 12/31/2024 United Airlines Terminal C & E Baggage Handling System Houston TX $689000,000 422,070 SF 12/31/2022 Travis County Courts Facility Austin TX $265,0009000 4309000 SF 11/1/2022 Western Currency Facility Expansion Program EPWU Field Office and Customer Service Building VA AITC Redundant Chiller Fort Worth El Paso Austin TX TX TX $19673189500 $1992739000 $993177000 5687918 SF 539567 SF 59000 SF 1/22/2022 1/6/2022 12/7/2021 UT Austin Darrell K Royal Texas Memorial Stadium South End Zone Addition Austin TX $15290009000 2959000 SF 7/28/2021 701 Rio Austin TX $389508,846 253,000 SF 6/30/2021 LPSIA Terminal Building Modifications Lubbock TX $367861,304 2199669 SF 6/1/2021 Texas Tech University Health Sciences Center Oral Health Clinic El Paso TX $14,7179210 40,562 SF 5/31/2021 Kalahari Resort & Convention Center Round Rock TX $38593039017 1,500,000 SF 11 /1 /2020 Austin -Bergstrom International Airport Terminal/Apron Expansion and Improvements Austin TX $2957000,000 1789000 SF 7/10/2020 Powertrain Facility and Central Energy Plant Naval Air Station, Cor- pus Christi TX $6197609107 1219113 SF 7/9/2020 UT Austin Dell Medical School Ambulatory Surgery Center (ASC) Austin TX $16,395,262 23,360 SF 4/30/2020 UT Medical Branch League City Expansion Phase II League City TX $829962,378 1739378 SF 3/2/2020 UT El Paso Interdisciplinary Research Building El Paso TX $707227,382 153,899 SF 2/12/2020 RELLIS Academic Complex, Phase I Bryan TX $3571037029 68,000 SF 6/7/2019 Corpus Christi International Airport Station Refresh Corpus Christi TX $4049686 17328 SF 6/5/2019 Applied Materials Building 30 Wellness Center Austin TX $2,4409000 91000 SF 5/15/2019 Columbus Land Port of Entry Columbus NM $679895,000 58,000 SF 4/3/2019 EPIA Checked Baggage Inspection System El Paso TX $23,010,814 329000 SF 3/3/2019 Applied Materials General Services Austin TX $41,6869007 Varies 11/30/2018 Projects Currently Ongoing QHENSEL PHELPS 3Z Plan. Build. Manage. Love Field Parking Garage Dallas TX $177,785,888 21149,000 SF i I 10/30/2018 UT Medical Branch at Galveston Jennie Sealy Replacement Hospital - Invasive Cardiology Services Galveston TX $1473297524 327200 SF 10/23/2018 UT Medical Branch Building 17E - Level 6 Buildout and East Bridge Galveston TX $977437506 9,628 SF 10/15/2018 UT Medical Branch League City Parking Initiatives League City TX $349769,520 3069595 SF 6/14/2018 Rosewood Amenity Deck & Garage Dallas TX $157436,191 1027000 SF 5/10/2018 UT Medical Branch Jennie Sealy Replacement Hospital Stage II - Backfill Renovation Galveston TX $15,5677300 257000 SF 3/30/2018 Austin -Bergstrom International Airport (ABTA) Concessions & Retail Build -out Phase Austin TX $671639390 227840 SF 2/12/2018 UT Arlington Parking Garage - West Campus Arlington TX $2791249633 5107190 SF 1/14/2018 Southwest Airlines AUS Masterplan Renovation Austin TX $1,2667710 57000 SF 12/22/2017 UT Austin Dell Medical School Stages A,B, C/E - Site, Research and MOB Austin TX $255,2367047 7257000 SF 11/3/2017 UT Medical Branch at Galveston Building 17 Expansion Galveston TX $3494869727 799804 SF 11/1/2017 Samsung Fab2 Office Expansion Austin TX $42,000,000 1509000 SF 9/11/2017 City of Austin New Central Library and Related Improvements Austin TX $123,9031211 2759000 SF 9/1/2017 J.J. Pickle Federal Building - Roof Replacement and Exterior Repairs Austin TX $47706,000 200,000 SF 8/3/2017 NASA Building 21 - Human Health & Performance Lab Johnson Space Center TX $62,371,386 1407000 SF 7/20/2017 UT Austin Engineering Education and Research Center Austin TX $2459284,082 4989577 SF 7/11/2017 U M C East & West Clinics El Paso TX $249684,106 439093 SF 4/28/2017 Austin -Bergstrom International Airport Terminal East Infill Austin TX $687601,050 877353 SF 3/22/2016 UT Austin Darrell K Royal Texas Memorial Stadium Athletic Offices Infill & Stadium Maint & Renovation Austin TX $557295,798 35,000 SF 2/25/2016 UT Medical Branch at Galveston Jennie Sealy Replacement Hospital Galveston TX $27479867970 7707000 SF 1/18/2016 William R Hobby International Expansion Project Houston TX $124,723,589 377,407 SF 10/22/2015 QHENSEL PHELPS 33 Plan. Bull. Manage. Hobby Roadway and Satellite Utility Plant Houston TX $2%860,464 26,969 SF • • • 10/6/2015 Love Field Modernization Program Dallas TX $2737955,616 7507000 SF 2/14/2015 MQ-9 Maintenance Hangar - Holloman AFB Holloman AFB NM $20,6677703 607062 SF 12/23/2014 Applied Materials Data Center 2 Expansion Austin TX $1,0647550 21500 SF 2/1/2014 Grow the Force Barracks - Task Order No. 5 Fort Sam Houston TX $37,824,196 138,383 SF 1 /15/2014 EchoStar - Mustang Ridge Austin Lockhart TX $29606,221 2,400 SF 12/23/2013 UAS Maintenance Hangar - Holloman AFB Holloman AFB NM $19,588,706 597997 SF 8/24/2013 2400 Nueces Austin TX $571105,756 5787612 SF 7/19/2013 THAAD Battery II TEMF Fort Bliss TX $10,7829985 189000 SF 11/5/2012 UT MD Anderson South Campus Vivarium Retrofit Houston TX $8,2637114 26,342 SF 10/19/2012 City of San Antonio Public Safety Headquarters San Antonio TX $579059,738 520,000 SF 8/17/2012 AIT Battalion Headquarters - Mentor Protege with Haynes- Eaglin-Waters Fort Sam Houston TX $3592%976 14,567 SF 6/1/2012 UT Health Science Center at Houston Research Park Complex Houston TX $171,450,896 469,717 SF 5/9/2012 Grow the Force Advanced Individual Trainee Barracks, Complex 1 Fort Sam Houston TX $82,379,782 3287814 SF 11/10/2011 Grow the Force Advanced Individual Trainee Barracks, Complex 2 Fort Sam Houston TX $401812,250 1929440 SF 11/10/2011 Medical Education Training Campus (METC) Dormitory #3, TO #2 Fort Sam Houston TX $80,4035225 328,000 SF 12/16/2010 UT Arlington Engineering Research Complex Arlington TX $113,9667659 330,000 SF 11/22/2010 Tactical Equipment Maintenance Facility (TEMF), Task Order #5 Fort Bliss (El Paso) TX $55,4297977 2421460 SF 11/18/2010 Unaccompanied Enlisted Personnel Housing (UEPH), TO 3 & 4 Fort Bliss (El Paso) TX $106,56%456 5177000 SF 11/12/2010 Company Operations Facility (COF), Task Order #5 Fort Bliss (El Paso) TX $72,9925137 3949006 SF 10/29/2010 Unaccompanied Enlisted Personnel Housing (UEPH) Complex Fort Hood (Killeen) TX $39,8661237 178,560 SF 8/27/2010 Houston Methodist Outpatient Center Houston TX $23958067945 19606,000 SF 5/21 /2010 QHENSEL PHELPS 34 Plan. Build. Manage. Project Information Attachment B Project Owner City of Austin Project Name Austin -Bergstrom International Airport Terminal/Apron Expansion and Improvements General Description of Project The Austin -Bergstrom International Airport (ABIA) Terminal/Apron Expansion and Improvements project is a multi -year, multi -phased project that consists of a new Stormwater and Deicing Collection Facility, roughly 40 acres of new apron paving for approach and taxi lane improvements, a new terminal expansion offering 11 new passenger boarding gates and many upgrades throughout the existing terminal. Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $276,000,000 Notice to Proceed 11.16.2015 Change Orders Contract Substantial Completion Date at Notice to Pro - ceed 7.1.2019 1,323 Owner Enhancements $19,000,000 6% Contract Final Completion Date at Notice to Proceed 8.1.2019 1,355 Unforeseen Conditions $0 0% Change Order Authorized Substantial Completion Date 7.1.2019 11323 Design Issues $0 0% Change Order Authorized Final Completion Date 8.1.2019 1,355 Total $19,000,000 6% Actual/Estimated Substantial Completion Date 7.1.2019 1,323 Final Cost $295,000,000 Actual/Estimated Final Completion Date 8.1.2019 1,355 Project Manager Project Superintendent Safety Officer Quality Control Manager Name Joe Sanders Luke Horton Phil Bass Lawrence Harding Percentage of Time Devoted to the Project 100% 100% 100% 100% Proposed for this Project No Yes Yes No Did Individual Start and Complete the Project? No Yes Yes Yes If not, who started or completed the project in their place. Reason for change. Name Title/Position sin Organization Telephone Email Owner Shane Harbinson Assistant Director City of Austin - Aviation 512.530.6652 shane.harbinson@austint- exas.gov Designer David Lynch Studio Director Gensler 512-867-8134 david_lynch@gensler.com Construction Manager N/A N/A N/A N/A N/A Surety Kelly Urwiller Sr. Account Manager Number of Issues Resolved: 0 Travelers Casualty and 970.506.3204 KUrwiller@Flood Peterson. Surety Company com Total Amount Involved in Resolved Issues: $0 Number of Issues Pending: 0 Total Amount Involved in Resolved Issues: $0 QHENSEL PHELPS 35 Flan. Guild. Manage. Project Information Project Owner Southwest Airlines Project Name William R Hobby International Expansion Project General Description of Project The 750,000 SF project required demolition of the existing terminals and gates while replacing them with a new 20-gate, central concourse, baggage claim, ticketing hall, and modern office space for TSA and Southwest Airlines personnel. Our team ensured that airport operations and the passenger experience were always the priority, and construction never interfered with any operations of the fully functioning airport. ' • - ••- • •• - •- • - Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $105,235,993 Notice to Proceed 8.1.2013 Change Orders Contract Substantial Completion Date at Notice to Proceed 8.31.2015 761 Owner Enhancements $17,371,113 16% Contract Final Completion Date at Notice to Proceed 9.30.2015 791 Unforeseen Conditions $0 0% Change Order Authorized Substantial Completion Date 10.22.2015 813 Design Issues $0 0% Change Order Authorized Final Completion Date 11.22.2015 844 Total $17,371,113 16% Actual/Estimated Substantial Completion Date 10.22.2015 813 Final Cost $124,723,589 Actual/Estimated Final Completion Date 11.22.2015 844 Project Manager Project Superintendent Safety Officer Quality Control Manager Name Trenton Konkle Ryan Griffin Kevin Lang Alvin Cole Percentage of Time Devoted to the Project 100% 100% 100% 100% Proposed for this Project No No No No Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for change. Name Title/Position Organization Telephone Email Owner Bob Montgomery VP Airport Affairs Southwest Airlines 214.792.4000 bob.montgomery@wnco. com Designer David Lind, AIA Managing Principal Corgan - Dallas 214.977.3583 david.lind@corgan.com Construction Manager N/A N/A N/A N/A N/A Surety Kelly Urwiller Sr. Account Manager Number of Issues Resolved: 0 Travelers Casualty and 970.506.3204 KUrwiIler@Flood Peterson. Surety Company com Total Amount Involved in Resolved Issues: sU Number of Issues Pending: 0 Total Amount Involved in Resolved Issues: $0 QHENSEL PHELPS 36 Plan. Build. Manage. Project Information Project Owner City and County of Denver Project Name Denver International Airport - 2015 On -Call General Construction Contract General Description of Project During the three-year period for this on -call contract Hensel Phelps provides proposals for best -value solutions for various task orders issued under the program. The scopes of work for each task order vary widely. and include, but are not be limited to, gate expansions, office remodels, concourse renovations, interior finishes, struc- tural repairs, apron concrete repairs and paving, gate relocations, etc. Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $25,000,000 Notice to Proceed 8.1.2016 Change Orders Contract Substantial Completion Date at Notice to Proceed 10 task orders Owner Enhancements $2,631,981 10.5% Contract Final Completion Date at Notice to Proceed 10 task orders Unforeseen Conditions $0 0% Change Order Authorized Substantial Completion Date 10 task orders Design Issues $0 0% Change Order Authorized Final Completion Date 10 task orders Total $2,631,981 10.5% Actual/Estimated Substantial Completion Date 8.1.2018 Final Cost $27,631,981 •_ IN Actual/Estimated Final Completion Date 8.1.2018 Project Manager Project Superintendent Safety Officer Quality Control Manager Name Joshua Kling David Nissen John Robertson Patrick McInerney Percentage of Time Devoted to the Project 100% 100% 100% 100% Proposed for this Project No No No No Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Title/Position Organization Telephone Email Reason for change. Name Owner Jerry Uliano Project Manager Denver International Airport 303.342.4460 jerry.uliano@flydenver.com Designer Various Mowa Haile President SkyBlue Builders, Inc. Construction Manager 720-254-5729 mhaile@skybluebuilders.com Surety Kelly Urwiller Sr. Account Manager Number of Issues Resolved: 0 Travelers Casualty and Sure- 970.506.3204 KUrwiIler@Flood Peterson. ty Company com 01i Total Amount Involved in Resolved Issues: $0 Number of Issues Pending: 0 Total Amount Involved in Resolved Issues: $0 C": HENSEL PHELPS 37 Project Information Project Owner Naval Facilities Engineering Command (NAV- FAC) Southeast Project Name P-154 Triton Forward Operating Base Hangar General Description of Project This NAVFAC Southeast project includes new construction of a 74,000 SF two -bay aircraft and operation maintenance hangar with associated maintenance shops, secure storage, administrative areas and storage to support the Triton Program at Naval Station Mayport in Jacksonville, FL. Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $35,844,999 Notice to Proceed 3.1.2018 Change Orders Contract Substantial Completion Date at Notice to Proceed 10.13.2019 592 Owner Enhancements $3,094,480 8% Contract Final Completion Date at Notice to Proceed 11.13.2019 623 Unforeseen Conditions $0 0% Change Order Authorized Substantial Completion Date 12.14.2019 654 Design Issues $0 0% Change Order Authorized Final Completion Date 1.14.2020 685 Total $310949480 8% Actual/Estimated Substantial Completion Date 12.14.2019 654 Final Cost $38,614,079 E_ Actual/Estimated Final Completion Date 1.14.2020 I 685 M1 Project Manager - Project Superintendent Safety Officer Quality Control Manager Name Timothy Queely John Mcgrath James Woods Les Weaver Percentage of Time Devoted to the Project 100% 100% 100% 100% Proposed for this Project No No No No Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for change. Name Title/Position Organization Telephone Email Owner Carlos Hernandez Alicea Project Manager NAVFAC Southeast 904.270.3204 carlos.r.hernandezal@navy. mil Designer Mark Giuliani Architect Giuliani Associates Archi- tects 703.838.6060 mlg@gaa.com Construction Manager N/A N/A N/A N/A N/A Surety Kelly Urwiller Sr. Account Manager 1101111 MOO 0 Number of Issues Resolved: 0 Travelers Casualty and 970.506.3204 KUrwiIler@Flood Peterson. Surety Company com Total Amount Involved in Resolved Issues: $0 Number of Issues Pending: 0 Total Amount Involved in Resolved Issues: $0 Q HENSEL PHELPS 38 Project Information Project Owner NAVFAC Pacific Project Name P907 MV-22 Parking Apron & Infrastructure and P-908 MV-22 Hangar General Description of Project NAVFAC Pacific contracted Hensel Phelps to construct the 71,074 square feet P907.MV-22 Parking Apron and Infrastructure project as well as the P908 MV-22 Hangar project at the Marine Corps Base Hawaii. The multi -story modified aircraft maintenance hangar will provide administrative space and weather protected shelter for inspection, service and maintenance for the MV-22 Ospreys. Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $62,493,027 Notice to Proceed 1.4.2016 Change Orders Contract Substantial Completion Date at Notice to Proceed 1.2.2017 365 Owner Enhancements $18,575,963 29% Contract Final Completion Date at Notice to Proceed 2.2.2017 396 Unforeseen Conditions $0 0% Change Order Authorized Substantial Completion Date 5.29.2018 877 Design Issues $0 0% Change Order Authorized Final Completion Date 6.29.2018 908 Total $18,575,963 29% Actual/Estimated Substantial Completion Date 5.29.2018 877 Final Cost $81,068,990 Actual/Estimated Final Completion Date 6.29.2018 908 Project Manager Project Superintendent Safety Officer Quality Control Manager Name John De Muesy Kevin Wheeler Nicholas Grosso Shawn Anderson Percentage of Time Devoted to the Project 100% 100% 100% 100% Proposed for this Project No No No No Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for change. Name Title/Position Organization Telephone Email Owner Christine Akau Resident Officer in NAVFAC Pacific 808.257.2541 christine.akau@navy.mil Charge of Construction Designer Ryan Wantz Project Manager JACOBS 714-330-3991 Ryan.Wantz@jacobs.com Construction Manager N/A N/A N/A N/A N/A Surety Kelly Urwiller Sr. Account Manager Travelers Casualty and 970.506.3204 KUrwiller@FloodPeterson.com Surety Company Number of Issues Resolved: 0 Total Amount Involved in Resolved Issues: $0 Number of Issues Pending: 0 Total Amount Involved in Resolved Issues: $0 E HENSEL PHELPS 39 Provide a description of your organization's approach to completing this project to provide best value for the Owner. Including a description of your approach in the following areas: Contract Administration Hensel Phelps has performed a detailed review of the Contract and General Conditions of the Agreement and is prepared to sit down with the City of Lubbock upon award to arrive at and execute a mutually agreeable contract. Proposed changes to current language, which are open to discussion, have been included within this RFP response. Hensel Phelps is currently under contract with the City of Lubbock at the Preston Smith International Airport and proposes use of already agreed to language from this existing agreement to facilitate execution of the proposed agreement. Upon execution, Hensel Phelps will submit all required paperwork such as bonds and insurance and immediately begin executing subcontractor agreements. Management of Subcontractor and Suppliers All subcontractors undergo an extensive scope verification review meeting prior to award. This is the first step in our Six -Step Quality/Safety Program and ensures that all subcontracts awarded are tendered to the true best -value provider for the project and include all of the scope required. All subcontracts and major purchase orders will have a detailed "Schedule of Values" established to ensure fair and quantifiable monthly progress payments. Progress payments are tracked against quantities of work put in place. Our relationships with key subcontractors built over the past 48 years working in Texas is strong. We find that subcontractors want to work with Hensel Phelps above our competition and are willing to work in places they otherwise would not because of the way we manage them. Our planning, on -site management and direct involvement with all subcontractors gives them peace of mind to know that the job is under control, has a schedule and a plan, and that we follow that plan faithfully. Most local major subcontractors will give us better pricing as a result. The ability to turn over a high -quality finished product is of paramount importance to Hensel Phelps. Our specific quality control procedures are implemented across the board for all work, including that which is performed by subcontractors. We measure the quality of the construction performed by following our Six -Step Quality process. This process has stages that allow us to inspect the work against all contractua requirements early and often. The expectations are set in the Preparatory Meeting, and measured immediately after a small sampling of work is put in place. Our Quality Control Manager is responsible for enforcing quality standards and any discovery of non -conforming work will be corrected without questions or delays. Time Management As part of our Six -Step Quality/Safety Program, the baseline CPM schedule is communicated to the subcontractor's executives to e-nsure "buy -in" during the procurement process, along with evaluating a manpower analysis that is overlaid onto the schedule. This ensures the manpower requirements by the subcontractor community are communicated, agreed to, and planned as part of the overall CPM Schedule. This becomes a reliable tool to ensure that the appropriate consideration for not only the flow of work, but also the considerations for the quality control process, have been captured in the overall plan. We believe it is imperative that our schedule includes the activities, decision requirements, lead times, review times, milestones, and any other pertinent schedule driven tasks that are controlled by all team members, not just "our activities". Our team evaluates and updates the project schedule weekly, which in turn is communicated and reviewed in both the weekly subcontractor meetings and Owner meeting. This ensures that all parties involved are aware of the trajectory of the project on a weekly basis. In addition to the weekly updates, the Project Manager and Project Superintendent evaluate the schedule for a 6-week, 3-month, 6-month, and completion "look ahead" to analyze and confirm applicable parties (subcontractors) are prepared and ready for mobilization with adequate materials and manpower. QHENSEL PHELPS ,,, Plan. Bu'iIJ. Manage. Cost Control During construction, Hensel Phelps uses a Financial Status Report (FSR) to track purchasing, manage budgets, and assure scope completion. We also use the FSR to compare the budgets to purchased amounts for each scope of work. This information is shown and tracked in detail on the Schedule of Values established to ensure fair and quantifiable monthly progress payments. Progress payments are tracked against quantities of work put in place. Quality Management Our Quality Assurance Program sets Hensel Phelps apart from our competitors. Developed by Hensel Phelps, our Quality Assurance Program is controlled through our Six - Step Process that gives specific directives for each definable feature of work. This proactive approach significantly reduces time and effort during the final inspection phases. The fundamental goal of this process is to focus the team's effort on planning and preparation in order to install the work correctly the first time. The key to a high -quality end -product is to begin with the emphasis on quality at receipt of the NTP. Moreover, our ability to access all of the information from each step of our process in the field via Prolog Mobile and Jobsite MEO Technology Kiosks allows for immediate access to the most up-to-date information, ensuring the highest quality is achieved. Project Site Safety Hensel Phelps' approach to beginning this process is to thoroughly familiarize ourselves with how our scope of work and associated access impacts surrounding facilities and pedestrian and vehicle patterns. With this information, access and logistics planning can be tailored to the construction schedule and things such as operational blackout periods, for example, can be coordinated to make less impact. Construction traffic movement must be planned to minimize impacts on passenger use and badging requirements may be instituted to restrict site access. Every employee that works on a Hensel Phelps project, including both Hensel Phelps and subcontractors, will receive a site -specific safety orientation prior to beginning work a project. This orientation is designed to instruct the worker on jobsite safety and security policies as well as communicate any potential hazards that are unique to the site. Upon completion of the orientation, the employee is issued an identification sticker or badge specific to the project to signify they have been trained. Managing Chances to the Project Despite the physical nature of construction, its greatest challenge has become the overwhelming amount of information necessary to build a building. Managing data turns out to be the fulcrum on which the success of a construction project hinges. All other elements —safety, schedule, budget —rely on the conversion of data into information that is usable, timely and accessible. Project data that is not tracked and reviewed can seriously impede the progress of work, confuse issues on the job and diminish the chances of success. In response to this issue, Hensel Phelps has developed a proprietary system of information handling that processes and centralizes data, enabling managers to track an impact to a project due to any given change. Limiting or eliminating impacts to cost and schedule through a custom change order management process when internal or prime contract changes are unavoidable. Our record of claim -free performance on negotiated as well as fixed price contracts stands as evidence of our effectiveness in managing changes. CIMp HENSEL PHELPS41 Plan. Build Manage. Managing Equipment Through the use of our customized online project management software, we employ the tools necessary to ensure material deliveries and equipment installations are tracked beginning with the submittal phase and arrive in time to allow the field work to progress in the proper sequence with enhanced productivity. Our site -specific Material Handling and Site Utilization Plans allow for proper communication and coordination among all parties, including subcontractors and vendors. Whether under contract through Hensel Phelps or directly with the owner, our coordination of all parties allows progress to move forward on aggressively scheduled projects. Meeting HUB / MWBE Participation Goal As one of the largest contractors to the public sector, including Federal, State and local institutions, Hensel Phelps purchases over $2 billion in subcontractor in -place construction annually from small, minority, woman -owned, veteran and local developing business firms throughout the United States. Hensel Phelps has developed a Community Outreach Program that is integrated into its purchasing programs as a standard business practice. Hensel Phelps is committed to providing the maximum possible opportunity for minority- and women -owned business enterprises and is committed to exceeding minimum participation goals for all construction services to be rendered. Hensel Phelps has received multiple Marvin M. Black Excellence in Partnering Awards and Special Recognition Awards from local and national organizations, both in and outside of the construction industry. Hensel Phelps has o formol Mentor -Protege Program in place with Haynes-Eodlin-Waters (HEW) QIEENSEL PHELPS az Plan. Bui ld. Mena[2. Organization Doing Business As Hensel Phelps Construction Co. Project•• • Provide a list of subcontractors that will provide more than 10 percent of the work (based on contract amounts Name Work to be Provided Est. Percent Of Contract HUB/ MWBE Firm None anticipated Provide information on the proposed key personnel, project experience and a description of past relationship and work experience for each subcontractor listed above using the Project Information Forms. Equipment Vendors Provide a list of major equipment proposed for use on this project. Attach Additional Information if necessary. Vendor Name Equipment / Material Provided Furnish OnlyInstall Furnish & HUB/ MWBE Firm None anticipated N/A OHENSEL PHELPS 43 Flan. Build. Manage. Page Intentionally Left Blank City of Lubbock, TX Insurance Requirement Affidavit To Be Completed by Bidder Must be submitted with Bid I, the undersigned Bidder, certify that the insurance requirements contained in this bid document have been reviewed by me and my Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the Tqements defined in this bid. Brad Winans, Vice President I District Manager Cont ctor�, (Original Signature) Contractor (Print) CONTRACTOR'S BUSINESS NAME: Hensel Phelps Construction Co. (Print or Type) CONTRACTOR'S FIRM ADDRESS: 8326 Cross Park Dr. Austin, TX 78754 NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this bid and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Director of Purchasing & Contract Management Office for the City of Lubbock at (806) 775-2572. ITB 20-15449-JM Lubbock Preston Smith International Airport LBB Terminal Apron and Runway 8/26 Rehabilitation 32 QHENSEL PHELPS ,a Plan. Build. Manage. Page Intentionally Left Blank City of Lubbock, TX Safety Record Questionnaire The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to awarding bids on City contracts. Pursuant to Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for accurately determining the safety record of a bidder prior to awarding bids on City contracts. The definition and criteria for determining the safety record of a bidder for this consideration shall be: The City of Lubbock shall consider the safety record of the bidders in determining the responsibility thereof. The City may consider any incidents involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the bidder for violations of OSHA regulations within the past three (3) years. b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. C. Convictions of a criminal offense within the past ten (10) years, which resulted from bodily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the bidder and his or her ability to perform the services or goods required by the bid documents in a safe environment, both for the workers and other employees of bidder and the citizens of the City of Lubbock. In order to obtain proper information from bidders so that City of Lubbock may consider the safety records of potential contractors prior to awarding bids on City contracts, City of Lubbock requires that bidders answer the following three (3) questions and submit them with their bids: QUESTION ONE Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES_X NO If the bidder has indicated YES for question number one above, the bidder must provide to City of Lubbock, with its bid submission, the following information with respect to each such citation: Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty assessed. Please refer to Attachment 5 on page 46 for further information. Bidder's Initials 33 QHENSEL PHELPS 44 Plan. Build. Manage. QUESTION TWO Z, Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of environmental protection laws or regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement, - suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. YES NO X If the bidder has indicated YES for question number two above, the bidder must provide to City of Lubbock, with its bid submission, the following information with respect to each such conviction: Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. QUESTION THREE Has the bidder, or the firm, corporation, partnership, or institution represented by bidder, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which resulted from serious bodily injury 'u or death? YES NO X If the bidder has indicated YES for question number three above, the bidder must provide to City of Lubbock, with its bid submission, the following information with respect to each such conviction: Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, -and penalty assessed. ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK I certify that I have made no willful misrepresentations in this p Questionnaire nor have I withheld information in my statements and answers to questions. I am aware that the information given b e in this questionnaire shall be investigated, with my full permission, and that any misrepresentations or omissions cause m to be rejected. A Siena re Brad Winans, Vice President I District Manager Title 34 OHENSEL PHELPS q; Plan. Build Manage. Supplemental Information - Attachment 5 Safety Record Questionnaire QUESTION 1: Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? If the bidder has indicated YES for question number one above, the bidder must provide to City of Lubbock, with its bid submission, the following information with respect to each such citation: Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty assessed. Final Outcome In February 2018, the Washington State Department of Labor & Industries (L & 1) issued a citation in connection with demolition work performed by a Hensel Phelps subcontractor on the University of Washington School of Dentistry Project in Seattle. The project owner was responsible for asbestos and lead abatement for the project, but after commencement of work trace contaminants were discovered in areas where additional demolition occurred. Upon discovery, Hensel Phelps immediately suspended operations until retesting and further abatement was completed. In addition, Hensel Phelps undertook extensive retraining with an industrial hygienist regarding abatement clearance regulations and company procedures before restarting work. Hensel Phelps appealed the citation and, at a mandated settlement conference, L & I and Hensel Phelps agreed to a settlement whereby parts of the citation were withdrawn and/or consolidated and a portion of the fine was waived. Hensel Phelps paid $20,000 for the citation. QHENSEL PHELPS 46 Plan. Build, Manage.. Page Intentionally Left Blank City of Lubbock, TX Suspension and Debarment Certification Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. COMPANY NAME: Hensel Phelps Construction Co. FEDERAL TAX ID or SOCIAL SECURITY No. 84-0876644 Signature of Company Official: Printed name of company official signing above: Brad Win an ,Vice resident I District Manager Date Signed: October 7, 2020 35 QHENSEL PHELPS Plan. Build. Manage. 47 Page Intentionally Left Blank City of Lubbock, TX Chapter 2270 Prohibition on Contracts with Companies Boycotting Israel Section 2270.002, Government Code, (a) This section applies only to a contract that: (1) Is between a governmental entity and a company with 10 or more full-time employees; and (2) has a value of $100,000 or more that is to be paid wholly or partly from public funds of the governmental entity. (b) A governmental entity may not enter into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. I, the undersigned agent for the company named below, certify that I have read the above statement and will comply with its requirements COMPANY NAME: Hensel Phelps Construction Co. Signature of Company Official: Date Signed: October 7, 2020 Printed name of company official signing above: Brad Winans 36 QENSEL PHELPS Plan. Build. Manage. 49 Page Intentionally Left Blank CERTIFICATION REGARDING EMPLOYEE INFORMATION REPORT EEO-1 (Standard Form 100) 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 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 participated in a previous contract subject to Executive Order 10925, 11114, or 11246 has not filed a report due under the applicable filing documents, no contract or subcontract shall be awarded unless such contractor submits a report covering the delinquent period or such other period specified by the FAA or the Director, OFCCP. Bid Form. To effectuate the foregoing requirements, the sponsor is required to include in the bid form a statement substantially as follows: The bidder shall complete the following statement by checking the appropriate space. The bidder (proposer) has has not X 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 has X has not submitted all compliance reports in connection with any such contract due under the applicable filing requirements; and that representations indicating submission of required compliance reports signed by proposed subcontractors will be obtained prior to award of subcontracts. If the bidder has participated in a previous contract subject to the equal opportunity clause and has not submitted compliance reports due under applicable filing requirements, the Bidder shall submit a compliance report on Standard Form 100, "Employee Information Report EEO- I" prior to the award of contract. Standard Form 100 is normally furnished contractors annually, based on a mailing list currently maintained by the Joint Reporting Committee. In the event a contractor has not received the form, he may obtain it by writing to the following address: Joint Reporting Committee 1800 G. Street Washington, DC 20506 37 QHENSEL PHELPS Sa Plan. Build. Manage. Page Intentionally Left Blank BUY AMERICAN PREFERENCES (a) The Aviation Safety and Capacity Expansion Act of 1990 provides that preference be given to steel and manufactured products produced in the United States when funds are expended pursuant to a grant issued under the Airport Improvement Program. The following terms apply: l . Steel and manufactured products. As used in this clause, steel and manufactured products include (1) steel produced in the United States or (2) a manufactured product produced in the United States, if the cost of its components mined, produced or manufactured in the United States exceeds 60 percent of the cost of all its components and final assembly has taken place in the United States. Components of foreign origin of the same class or kind as the products referred to in subparagraphs b. (1) or (2) shall be treated as domestic. 2. Components. As used in this clause, components means those articles, materials, and supplies incorporated directly into steel and manufactured products. 3. Cost of Components. This means the costs for production of the components, exclusive of final assembly labor cost. (b) The successful bidder will be required to assure that only domestic steel and manufactured products will be used by the Contractor, subcontractor, materialmen and suppliers in the performance of this contract, except those: 1. that the US Department of Transportation has determined, under the Aviation Safety and Capacity Expansion Act of 1990, are not produced in the United States is sufficient and reasonably available quantities and of a satisfactory quality: 2. that the US Department of Transportation has determined, under the Aviation Safety and Capacity Expansion Act of 1990, that domestic preference would be inconsistent with the public interest; or 3. that inclusion of domestic material will increase the cost of the overall project contract by more than 25 percent. BUY AMERICAN CERTIFICATE By submitting a bid under this solicitation, except for those items listed by the bidder below or on a separate and clearly identified attachment to this bid, the bidder certifies that steel and each manufactured product, are 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. Bidder s may obtain from the owners a listing of articles, materials and supplies excepted from this provision. Product Country of Origin COMPANY NAME: _ Hensel Phelps Construction Co. FEDERAL TAX ID or SOCIAL SECURITY NO. 84--08 Signature of Company Official: Printed Name of Company Official Si ingabov Brad Winans, Vice President I District Manager Date Signed: October 7, 2020 38 QHENSEL PHELPS 51 Plan. Build. Manage. Page Intentionally Left Blank DAVIS-BACON CERTIFICATION OF ELIGIBILITY l . 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). 2. 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). 3. The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. COMPANY NAME: Hensel Phelps Construction Co. FEDERAL TAX ID OR SOCIAL SECURITY NO. 84-0876644 Signature or Company Official: Printed name of company official signing above: grad Winans, Date Signed: October 7, 2020 39 Oident I District Manager QHENSEL PHELPS =2 Plan. Build. Manage. Page Intentionally Left Blank CERTIFICATION OF NONSEGREGATED FACILITIES — 41 CFR PART 60-1.8 'IN Notice to Prospective Federally Assisted Construction CONTRACTORS 1. A Certification of Non -segregated Facilities shall 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 Non -Segregated Facilities 1. A Certification of Non -segregated Facilities shall be submitted prior to the award of a subcontract exceeding $10,000, which is not exempt from the provisions of the Equal Opportunity Clause. 2. Contractors receiving subcontract awards exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause will be required to provide for the forwarding of this notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity Clause. NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. CERTIFICATION OF NONSEGREGATED FACILITIES The federally -assisted construction contractor certifies that she or he does not maintain or provide, for his employees, any segregated facilities at any of his establishments and that she or he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally - assisted construction contractor certifies that she or he will not maintain or provide, for his employees, segregated facilities at any of his establishments and that she or he will not permit his employees to perform their services at any location under his control where segregated facilities are maintained. The federally -assisted construction contractor agrees that a breach of this certification is a violation of the Equal Opportunity Clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms, and washrooms, restaurants and other eating areas, time clocks, 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 directives or are, in fact, segregated on the basis of race, color, religion, or national origin because of habit, local custom, or any other reason. The federally -assisted construction contractor agrees that (except where she or he has obtained identical certifications from proposed subcontractors for specific time periods) she or he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause and that she or he will retain such certifications in his files. COMPANY NAME: FEDERAL TAX ID OR SOCIAL SECURITY NO. 84-0876644 Signature or Company Official: Printed name of company official signing above: Brad Winans, Vip4 Pres�iont I District Manager Date Signed: October 7, 2020 40 QHENSEL PHELPS 53 Plan. Build. Manage. Page Intentionally Left Blank TRADE RESTRICTION CLAUSE 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 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 person 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 on 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 written notice to the contractor if at any time it learns that its certification was erroneous by reason of changed circumstances. This certification is a material representation of fact upon which reliance was placed when making the award. If it is later determined that the contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration may direct through the Sponsor cancellation of the contract or subcontract for default at no cost to the Government. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and 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 render the maker subject to prosecution under Title 18, United States Code, Section 1001. COMPANY NAME: Hensel Phelps Construction Co. FEDERAL TAX ID OR SOCIAL SECURITY NO. 84-0876644 Signature or Company Official: Printed name of company official signing above: Brad Winans, Vice Presi�ent I District Manaaer Date Signed: October 7, 2020 41 OHENSEL PHELPS 54 Plan. Build. Manage. Page Intentionally Left Blank DBE CONTRACTING REQUIREMENT AND FORMS Instructions to Bidders Part A provides information about the requirement. Part B establishes the City of Lubbock's goal for DBE participation for this prime contract and provides the basis for the bidder to demonstrate how the goal will be met. • DBE Utilization form — indicates if bidder intends to meet the City's DBE participation goal or not. If not, then the bidder is required to demonstrate what good faith efforts were used in setting a goal. Bidders list provides a summary of all subcontractors who bid on the project. Letter of Intent provides the required information the City needs on the proposed subcontractors that the prime proposes to use on the contract whether they are small businesses, minority owned, and women owned, or are certified DBEs 42 DISADVANTAGED BUSINESS ENTERPRISE CONTRACT PROVISIONS (49 CFR PART 26) PART A Policy. It is the policy of the Department of Transportation (DOT) that disadvantaged business enterprises as defined in 49 CFR Part 26 shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with Federal funds under this agreement. Consequently, the DBE requirements of 49 CFR Part 26 apply to this agreement. DBE Obligation. The contractor agrees to ensure that disadvantaged business enterprises as defined in 49 CFR 26 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 26 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 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. Prompt Payment: The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than 30 days from the receipt of each payment the prime contractor receives from the recipient. The prime contractor agrees further to return retainage payments to each subcontractor within 30 days after the subcontractor's work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the recipient. This clause applies to both DBE and non -DBE subcontractor. PART B It is further understood and a . rgreed: The award procedure for this solicitation will include the selection criteria of 49 CFR Part 26 (i) to ensure that prime contracts are awarded to competitors that meet Disadvantaged Business Enterprise (DBE) goals. Notification is hereby given that DBE goals are established for this prime contract. The goal for firms owned and controlled by socially and economically disadvantaged individuals is 3.75 percent of the dollar value of this contract. As a matter of RESPONSIVENESS to the City's bid submittal process, each bidder shall submit, along with their bid, 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), the age of the firm and the firm's annual gross receipts. If the responses do not clearly show DBE participation will meet the goals above, the bidder must provide documentation clearly demonstrating, to the satisfaction of the airport sponsor, that it made good faith efforts in attempting to do so and that meeting said goals is not reasonably possible. A bid that fails to meet these requirements will be considered non -responsive. 43 In order to demonstrate how the bidder will meet the goal, bidder shall submit with the bid submittal the following: 1. DBE Utilization form 2 Letter of Intent 3. Bidder's List Good Faith Effort. (Note: This clause is only required if contract goals are used). The following actions, by the bidder/offeror, are generally considered a sign of good faith effort. This list is not exclusive or exhaustive, but should be used as a guide in determining good faith effort. Attendance at pre -bid meetings scheduled to inform DBE's of the project. 2. Advertisement in a newspaper of general circulation, trade association and minority focus media concerning subcontracting opportunities. Written notice to DBE's allowing sufficient time for reply. 4. Follow up of initial solicitation. Selection of portions of the work likely to be performed by DBE's. 6. Provide interested DBE's adequate information for bidding. 7. Negotiation with interested DBE's. 8. Assist interested DBE's with bonding, insurance and credit. 9. Use of minority contractors' groups and minority business assistance offices. Agreements between bidder and a DBE in which the DBE promises not to provide sub -contracting quotations to other bidders 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. 44 Page Intentionally Left Blank DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION ITB 20-15449-CM TITLE: Lubbock Preston Smith International Airport LBB Terminal Apron and Runway 8/26 Rehabilitation The undersigned has satisfied the requirements of the specifications in the following manner (please check the appropriate space): M The bidder is committed to minimum of (City of Lubbock's goal) 3.75% DBE utilization on this project. F-1 The bidder (if unable to meet the City's goal of 3.75% DBE) is committed to a minimum of % DBE utilization on this project and has submitted documentation showing good faith effort. Contractor Hensel P� Construction Co. By (Signa Address 8326 Cross Park Dr. City: Austin State: Texas Telephone (including area code): 512.834.9848 Federal Tax ID/SSN: 84-0876644 Brad Winans, Vice President I District Manager (Title) 45 Zip Code: 78754 QHENSEL PHELPS 55 Plan. Build. Manage. Page Intentionally Left Blank LETTER OF INTENT ITB 20-15449-CM TITLE: Lubbock Preston Smith International Airport LBB Terminal Apron and Runway 8/26 Rehabilitation Name of Bidders' Firm: Hensel Phelps Construction Co. Bidder's .Address: 8326 Cross Park Dr. City: -Austin State: Texas Telephone (with area code): 512.834.9848 Zip: 78754 Name of Subcontractor/DBE Firm: V tech Environmental Services Address: 1510 Buddy Holly City: Lubbock State Texas Zip: 79401 Telephone (including area code): (806) 748-1700 Uescritron of work to be pertormed b DBE firm: SWPPP Bidder intends to utilize the above -named subcontractor/DBE firm for the work described above. The estimated amount of work is valued at S 19, Ono If the above -named bidder is not determined to be the successful bidder- the Letter of Intent shall be null and void. Complete and submit this form for each subcontractor you propose to use on this project: ( Copy this page for each subcontractor)/DBE firm) Contractor: Hensel Phelps Construction Co. 46 Date: October 7, 2020 QHENSEL PHELPS 56 Plan. Build. Manage. Page Intentionally Left Blank LETTER OF INTENT ITB 20-15449-CM TITLE: Lubbock Preston Smith International Airport LBB Terminal Apron and Runway 8/26 Rehabilitation Name of Bidders' Firm: Hensel Phelps Construction Co. Bidder's Address: 8326 Cross Park Dr. City: Austin State: Texas Telephone (with area code): 512.834.9848 Name of Subcontractor/DBE Firm: W.O.E. Construction, Inc. Address: 941-13 Avenue N Zip: 78754 City: Grand Prairie State Texas Zip: 75050 Telephone (including area code): (817) 284-7401 uescn tion of work to be pertormed b DBE firm: Sealants Bidder intends to utilize the above -named subcontractor/DBE firm for the work described above. The estimated amount of work is valued at $ 201.000 (RarP)54,000 (Alt. 2), $738,000 (Alt. 4), $2011000 (Alt. 5), $18,000 (Alt 6) 1 t the above -named bidder is not determined to be the successful bidder. the Letter of Intent shall be null and void. Complete and submit this form for each subcontractor you propose to use on this project: (Copy this page for each subcontractor)/DBE firm) Contractor: Hensel Phelps Construction Co. 46 Date: October 7, 2020 QHENSEL PHELPS 51 Plan. Build Manage. Page Intentionally Left Blank LETTER OF INTENT ITB 20-15449-CM TITLE: _Lubbock Preston Smith International Airport LBB Terminal Apron and Runway 8/26 Rehabilitation Name of Bidders' Firm: Hensel Phelps Construction Co. Bidder's Address: 8326 Cross Park Dr. City: Austin State: Texas Telephone (with area code): 512.834.9848 Zip: 78754 Name of Subcontractor/DBE Firm: CKS Runway Services LLC Address: 1351 Old Highway 49 S City: Richland State Mississippi Zip: 39218 Telephone (including area code): (601) 573-0048 1JcSU1 1PL1011 of worK to oe errormea Dy utsh term: Pavement Markings Bidder intends to utilize the above -named subcontractor/DBE firm for the work described above. The estimated amount of work is valued at $ 151000 160000 (Alt. 1) If the above -teamed bidder is not determined to be the successful bidder the Letter of Intent shall be null and void. Complete and submit this form for each subcontractor you propose to use on this project: (Copy this page for each subcontractor)/DBE firm) Contractor: Hensel Phelps Construction Co. 46 QHENSEL PHELPS Plan. Build. Manage. Date: October 7, 2020 58 Page Intentionally Left Blank RIDD RC 1.1CT ITB 20-15449-("M TITLE: Lubbock Preston Smith International Airport LBB Tei-minal Apron and Runway 8/26 Rehabilitation All firms bidding or quoting on subcontracts for this DOT -assisted project are listed below. Firm Name Address Certified DBE Age of GRS* (Y or N) Firm V-tech Environmental Services 1510 Buddy Holly y Lubbock, TX 79401 Texas Cutting & Coring, LP 17 Indian Meadows N Round Rock, TX 78665 Precision Demolition, LLC 1125 East State Hwy 121. N Lewisville, TX 75057 Matthews Backhoe, Inc. 12311 US-87 N Lubbock, TX 79423 W.O.E. Construction, Inc. 941-B Avenue N Y Grand Prairie, TX 75050 Under Construction, Inc. dba 114 Northeast 28th St. Straight Line Sawing & Sealing Grand Prairie, TX 75050 Y Interstate Sealant &Concrete 540 W24211 RockwoodWay Y WI 53189 -Waukesha, Earth Works 5939 E Hwy 62 Lubbock, TX 79403 N 1112 Texas 289 Loop Pavecon Frontage Road N Hi-Lite Airfield Services, LLC 20128 NYS Route 12F Y. Watertown, NY 13601 CKS Runway Services. LLC 1351 Old Highway 49 S Y Richland, MS 39218 Guardian Utility Construction, LLC PO Box 98005 Y Lubbock, TX 79499 West Industries 2836 Clovis Road N Lubbock, TX 79415 Renaissance Contractors, Inc. 1662 W Jeter Road N Argyle, TX 76226 Note: This form is not necessary if the recipient establishes a bidders list usinganother methodology gy (e.g., statistically sound survey of firms, widely disseminated request of firms to report information to the recipient, etc.) as defined in the recipient's DBE plan. *GRS — Annual Gross Receipts Enter- I for less than $1 million Enter 2 for more than $1 million, less than $5 million Enter 3 for more than $5 million, less than $10 million Enter 4 for more than $10 million, less than $15 million Enter 5 for more than $ l 5 million QH ENSEL PHELPS 59 Plan. Build. Manage. Page Intentionally Left Blank ITB 20-15449-JM Lubbock Preston Smith International Airport LBB Terminal Apron and Runway 8/26 Rehabilitation LIST OF SUB CONTRACTORS Minority Owned Company Name Location Services Provided Yes No 1. V-tech Environmental Services Lubbock, TX SWPPP IgJ ❑ 2. Texas Cutting & Coring, LP Round Rock, TX Demo, Sealants ❑ I 3. Precision Demolition, LLC Lewisville, TX Demo ❑ 4. Matthews Backhoe, Inc. Lubbock, TX Demo ❑ Ij 5. W.O.E. Construction, Inc. Grand Prairie, TX Sealants, Demo, Asphalt �1 ❑ 6• Under Construction, Inc. a Straight Line Sawing & Sealing Grand Prairie, TX Sealants ❑ 7. Interstate Sealant & Concrete Waukesha, WI Sealants ❑ 8. Earth Works Lubbock, TX Concrete, Asphalt ❑ 9• Pavecon Lubbock, TX Asphalt ❑ 10. Hi-Lite Airfield Services, LLC Watertown, NY Pavement Markings ❑ IL . CKS Runway Services, LLC Richland, MS Pavement Markings! ❑ 12. Guardian Utility Construction, LLC Lubbock, TX Site Utilities I ❑ 13. West Industries . Lubbock, TX Site Utilities ❑ 14. Renaissance Contractors, Inc. Argyle, TX Site Utilities ❑ �1 15. ❑ ❑ 16. ❑ Company Hensel Phelps Construction Co. Address City, County Austin Travis State TX Zip Code 78754 Telephone: 512 - 834.9848 Fax: 512 - 834.9848 THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL IF NO SUB —CONTRACTORS WILL BE USED PLEASE INDICATE SO 49 QH ENSEL PHELPS so Plan. BuiIJ. Manage. Page Intentionally Left Blank ITB 20-15449-JM Lubbock Preston Smith International Airport LBB Terminal Apron and Runway 8/26 Rehabilitation FINAL LIST OF SUB CONTRACTORS Minority Owned Company Name Location Services Provided Yes No I. V-tech Environmental Services Lubbock, TX SWPPP 1z El 2. Matthews Backhoe, Inc. Lubbock, TX Demolition El E 3. W.O.E. Construction, Inc. Grand Prairie, TX Sealants E El 4. Pavecon Lubbock, TX Asphalt El E 5• CKS Runway Services, LLC Richland, MS Pavement Markings E El 6. El El 7. El r-1 8. El El 9. El El 10. El El 11. El El 12. El El 13. El El 14. El El 15. El El 16. El El Company Hensel Phelps Construction Co. Address 8326 Cross Park Dr. , City, County Austin Travis State TX Zip Code 78754 Telephone: 512 - 834.9848 Fax: 512 - 834.9844 THIS FORM SHALL BE COMPLETED AND RETURNED WITHIN 7 DAYS OF BID CLOSING. IF NO SUB —CONTRACTORS WILL BE USED PLEASE INDICATE SO. 50 PAYMENT BOND STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) KNOW ALL MEN BY THESE PRESENTS, that Hensel Phelps Construction Co. (hereinafter called the Principal(s), as Principal(s), and (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Four Million Seven hundred Twenty -Five Thousand Forty -One and Two Hundredths Dollars ($4,725,041.02) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 26th day of January, 2021, to ITB 20-15499-JM Lubbock Preston Smith International Airport LBB Terminal Apron and Runway 8-26 Rehabilitation 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 subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this day of 92021. Surety *By: (Title) (Company Name) By: (Printed Name) (Signature) (Title) Page Intentionally Left Blank The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates 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. Surety * By: Approved as to form: City of Lubbock By: City Attorney (Title) * Note: If signed by an Office of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. Page Intentionally Left Blank PERFORMANCE BOND Page Intentionally Left Blank STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) KNOW ALL MEN BY THESE PRESENTS, that Hensel Phelps Construction Co. (hereinafter called the Principal(s), as Principal(s), and (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Four Million Seven hundred Twenty -Five Thousand Forty -One and Two Hundredths Dollars ($4,725,041.02) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 26th day of January, 2021, to ITB 20-15499-JM Lubbock Preston Smith International Airport LBB Terminal Apron and Runway 8-26 Rehabilitation and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this _ day of 52021. Surety By: (Title) (Company Name) By: (Printed Name) (Signature) (Title) 1 Page Intentionally Left Blank The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates 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. Surety By: (Title) Approved as to Form City of Lubbock By: City Attorney * Note: If signed by an Office of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. Page Intentionally Left Blank CERTIFICATE OF INSURANCE CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK DATE: P.O. BOX 2000, Floor 9 LUBBOCK, TX 79457 TYPE OF PROJECT: THIS IS TO CERTIFY THAT (Name and Address of Insured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the provisions of the standard policies used by this company, the further hereinafter described. Exceptions to standard policy noted hereon. TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EFFECTIVE LIMITS DATE DATE GENERAL LIABILITY ❑ Commercial General Liability General Aggregate $ ❑ Claims Made Products-Comp/Op AGG $ ❑ Occurrence Personal & Adv. Injury $ ❑ Owner's & Contractors Protective Each Occurrence $ ❑ Fire Damage (Any one Fire) $ $ Med Exp (Any one Person) AUTOMOTIVE LIABILITY ❑ Any Auto Combined Single Limit $ ❑ All Owned Autos Bodily Injury (Per Person) $ ❑ Scheduled Autos Bodily Injury (Per Accident) $ ❑ Hired Autos Property Damage $ ❑ Non -Owned Autos 11 GARAGE LIABILITY ❑ Any Auto Auto Only - Each Accident $ ❑ Other than Auto Only: Each Accident $ Aggregate $ ❑ BUILDER'SRISK ❑ 100% of the Total Contract Price $ ❑ INSTALLATIONFLOATER $ EXCESS LIABILITY ❑ Umbrella Form Each Occurrence $ Aggregate $ ❑ Other Than Umbrella Form $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY The Proprietor/ ❑ Included Statutory Limits Partners/Executive ❑ Excluded Each Accident $ Offices are: Disease Policy Limit $ Disease -Each Employee $ OTHER The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. FIVE COPIES OF THE CERTIFICATE OF INSURANCE MUST BE SENT TO THE CITY OF LUBBOCK (Name of Insurer) By: Title: The Insurance Certificates Furnished shall name the City of Lubbock as Additional Insured on Auto /General Liability and provide a Waiver of Subrogation in favor of the City of Lubbock. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. CONTRACTORCHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON- CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE REQUIRED. REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must (see reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512-305-7238 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and (8) contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e) (3) of this rule; (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. CONTRACT Page Intentionally Left Blank a Contract 15449 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 26th day of January, 2021, by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so, hereinafter referred to as OWNER, and Hensel Phelps Construction Co. of the City of Austin, County of Travis and the State of Texas hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: ITB 20-15449-JM Lubbock Preston Smith International Airport LBB Terminal Apron and Runway 8/26 Rehabilitation and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Conditions of Agreement. Hensel Phelps Construction Co.'s bid dated October 7. 2020 is incorporated into and made a part of this agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. CONTRACTOR: CITY OF UBBO XAS (OWNER Hensel Phelps LE Co. By: Daniel M. Pope, Mayor P'WEDN ti COMPLETE ADDRESS: Hensel Phelps Construction Co. 8326 Cross Park Dr. Austin, Texas 78754 ATTEST: ICorporate Secretary 4 ,01,f.¢" Cam. ATTEST: Rebec a"arza, City Secretary APPROVED AS TO CONTENT: �ubbocktest�onSmi�thtem�ational Airport ;,q 0D-"t Name (1 ted) Date Page Intentionally Left Blank CONFLICT OF INTEREST QUESTIONNAIR CHAPTER 176 FOR VENDOR DOING BUSINESS WITH LOCAL GOVERNMENTAL ENTITY This questionnaire reflects changes made to law by H.B. 23, 84th Leg., Regular Session Businesses and individuals doing business with the City need to file conflict of interest questionnaires with the Office of the City Secretary's Office. Local government officers are also required to file when a conflict exists. The questionnaire is to be filed in accordance with Chapter 176, Local Government Code, by a vendor who has a business relationship as defined by Section 176.001 (1-a) with a local governmental entity and the vendor meets the requirements under Section 176.006(a). By law this questionnaire must be filed with the City Secretary's Office of the local governmental entity no later than the 7t1i business day after the date the vendor becomes aware of the facts that require the statement to be filled. Chapter 176 of the Local Government Code requires the City Manager and Council Members to file a Conflicts Disclosure Statement regarding their relationships with City vendors (including bidders and potential vendors). The law also requires that any vendor who contracts, or seeks to contract, with the City for the sale or purchase of property, goods or services (including a bidder on a City contract) file a "Conflict of Interest Questionnaire" regarding the vendor's business relationships, if any, with Council Members or the City Manager. Compliance is the responsibility of each individual, business or agent who is subject to the law's filing requirement. Questions about compliance should be directed to your legal counsel. Office of the City Secretary 1314 Ave K, Floor 10 Lubbock, TX 79401 Questionnaire is available at https://ci.lubbock.tx.us/departments/purchasing/vendor-information Texas Government Code 2252.908 Disclosure of Interested Parties Form 1295 House Bill 1295, adopted by the 84th Legislature, created §2252.908, Texas Government Code. Section 2252.908 requires a business entity entering into certain contracts with a governmental entity or state agency to file with the governmental entity or state agency a disclosure of interested parties at the time the business entity submits the signed contract to the governmental entity or state agency. §2252.908, Texas Government Code requires the commission to adopt rules necessary to implement the new disclosure requirement and to prescribe the disclosure form. Section 2252.908 requires the disclosure form to be signed by the authorized agent of the contracting business entity, acknowledging that the disclosure is made under oath and under penalty of perjury. Section 2252.908 applies only to a contract that requires an action or vote by the governing body of the governmental entity or state agency before the contract may be signed or has a value of at least $1 million. Section 2252.908 provides definitions of certain terms occurring in the section. House Bill 1295 provides that §2252.908 applies only to a contract entered into on or after January 1, 2016. An interested party is defined as a person who has a controlling interest in a business entity with whom a governmental entity or state agency contracts or who actively participates in facilitating the contract or negotiating the terms of the contract, including a broker, intermediary, adviser, or attorney for the business entity. Contractors are required to acquire Form 1295 via the Texas Ethics Commission website. This requires registration, generation of Form 1295 with a unique Certificate Number & filing date, printing the form, signing, and returning the form to City of Lubbock Purchasing & Contract Management Department. Once the form is received by the Purchasing and Contract Management Department, the Buyer associated with the project will log -in to the Texas Ethics Commission portal and acknowledge receipt of the form not later than the 30th day after the date the contract for which the form was filed binds all parties to the contract. This will complete the form for the contract with which the form is associated. The completed form will be made available via the Texas Ethics Commission website. Form 1295 can be generated via the Texas Ethics Commission web portal. The website and detailed instructions are located at: httDs://www.ethics.state.tx.us/whatsnew/elf info forml295.htm GENERAL CONDITIONS OF THE AGREEMENT Page Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit Hensel Phelps Construction Co. who has agreed to perform the work embraced in this contract, or their legal representative. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative Steve Nicholson, Deputy Director of Operations Lubbock Preston Smith International Airport, so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Proposal, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Bidder for inspection in accordance with the Notice to Bidders. The above described materials are sometimes referred to herein as the "contract" or "contract documents". INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s). 7. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the parry who gives the notice. CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished ten copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES The Contractor is responsible for construction layout based on the control provided in the construction documents. All lines and grades shall be furnished whenever Owner's Representative (as distinguished from Resident Project Representative(s)) deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative (as distinguished from Resident Project Representative(s))has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors, as distinguished from Resident Project Representative, 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 Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. 18. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any person or persons on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such person or persons shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of workers or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Contractor is responsible for construction quality control testing, cost, and reporting of the type and extent required by the contract documents. The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval 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 such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's proposal, except as provided under Changes and Alterations in Paragraph 23. It is agreed that the Contractor shall perform all extra work under the observation of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent to the firm actually performing the work, and additional higher -tier markups limited to 5% to cover additional overhead and insurance costs; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work, as estimated by the Engineer and approved by the Owner.. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workers, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office 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 Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C) (1). If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the 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. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the proposals are received, and if no such notice is received by the Owner's Representative prior to the opening of proposals, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of proposals. In the absence of a requested clarification for a conflict in the documents prior to proposals being reviewed, it will be assumed that the Contractor proposes the higher cost alternative on conflicts identified after proposals are reviewed. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and Engineer and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE REQUIRED. A. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000 Combined Single Limit in the aggregate and $1,000,000 per occurrence to include: Products & Completed Operations Hazard Contractual Liability Personal Injury & Advertising Injury w/Heavy Equipment B. Owner's and Contractor's Protective Liability Insurance — NOT REQUIRED C. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $1,000,000 Combined Single Limit per occurrence, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. D. Builder's Risk Insurance/Installation Floater Insurance — NOT REQUIRED E. Umbrella Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The Contractor shall have Umbrella Liability Insurance in the amount of $9,000,000 per occurrence on all contracts with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverages. F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $1,000,000 1. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC- 83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. G. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the proposal specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30-point bold type and text in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. " "Call the Texas Workers' Compensation Commission at 800-372-7713 or 512-804-4000 (www.tdi.state. tx.us) to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage, " and (h) contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; (iii) include in all contracts to provide services on the project the following language: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS, LABORERS, MATERIALMEN, AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and Engineer and all of its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner and Engineer, and all of its officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to offering. 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner and Engineer and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to proposing and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising there from. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the Notice to Proceed and contract documents, respectively, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sums according to the schedule: Schedule Liquidated Damages Cost Allowed Construction Time BASE BID Phase 1 $ 2,710 24 (Subphase IA*) $ 2,230 (14*) Phase 2 $ 2,710 40 (Subphase 2A*) $ 2,710 (7*) Phase 3 $ 3,190 45 (Subphase 3A*) $ 2,230 (5*) Phase 4 $ 2,710 40 Phase 5 $ 3,190 16 Phase 6 $ 2,710 40 (Subphase 6A*) $ 2,710 (7*) Phase 7 $ 2,230 24 Phase 8 $ 2,230 6 (Subphase 8A*) $ 2,230 (3*) (Subphase 8B*) $ 2,230 (3*) Phase 9** $ 1,550 50** Substantial Completion NA 235 Punch List NA 10 Final Completion $ 2,230 245 not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work in such order of precedence, and in such manner as shall be most conductive to economy of construction. The Contractor shall ensure daily prosecution of the work is conducted every business day until completed, regardless if the work will be substantially or finally complete ahead of specified deadlines in the agreement, unless the City determines time off from said prosecution is necessary or reasonable and Contractor received said determination in writing from the City. Further, when the Owner is having other work done, either by contract or by its own force, the Owner's Representative (as distinguished from the Resident Project 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. Additionally, inclement weather shall be the only other reason consistent, daily prosecution of the work may not take place on those inclement weather days. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. 36. TIME OF PERFORMANCE The Contractor agrees that it has submitted its 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 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than within twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workers, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. (QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their proposals offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project, provided that the over run or under run of estimated quantities32 note exceed 15% of the estimated quantity. 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner and Engineer, and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents. Payment for materials on hand and delivered to the project site will be limited to 100 percent less the 5 percent standard retainage until actually incorporated into the project. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. 43. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31) working days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. 44. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time but not to exceed 30 days after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. The Contractor shall pay all claims, cost, losses, and damages (including but not limited to all fees and charges of the engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution cost) arising out of or relating to such correction or removal. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of certification of final completion by Owner's Representative. 46. PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of: (a) Defective work not remedied and/or work not performed, (b) Claims filed or reasonable evidence indicating possible filing of claims, (c) Damage to another contractor, (d) Notification to owner of failure to make payments to Subcontractors or Suppliers, (e) Failure to submit up-to-date record documents as required, (f) Failure to submit monthly progress schedule updates or revised scheduled as requested by Owner, (g) Failure to provide Project photographs required by Specifications. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for 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 the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of persons and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed proposals, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 61110001160M The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. All bonds shall be submitted on forms supplied by the Owner, and executed by a Surety Company listed on the State Treasury's "Approved" list and authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 54. 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 Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 56. NONAPPROPRIATION All funds for payment by the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock for the goods or services provided under the contract, the City will terminate the contract, without termination charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this contract beyond the date of termination. 57. THE CITY RIGHT TO AUDIT At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. 58. NON -ARBITRATION The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or otherwise, including without limitation, the right to seek any and all forms of relief in a court of competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised concurrently. To the extent of any conflict between this provision and another provision in, or related to, this document, this provision shall control. 59. HOUSE BILL 2015 House Bill 2015 signed by the Governor on June 14, 2013 and effective on January 1, 2014, authorizes a penalty to be imposed on a person who contracts for certain services with a governmental entity and who fails to properly classify their workers. This applies to subcontractors as well. Contractors and subcontractors who fail to properly classify individuals performing work under a governmental contract will be penalized $200 for each individual that has been misclassified (Texas Government Code Section 2155.001). 60. CONTRACTOR ACKNOWLEDGES Contractor Acknowledges by supplying any Goods or Services that the Contractor has read, fully understands, and will be in full compliance with all terms and conditions and the descriptive material contained herein and any additional associated documents and Amendments. The City disclaims any terms and conditions provided by the Contractor unless agreed upon in writing by the parties. In the event of conflict between these terms and conditions and any terms and conditions provided by the Contractor, the terms and conditions provided herein shall prevail. The terms and conditions provided herein are the final terms agreed upon by the parties, and any prior conflicting terms shall be of no force or effect. 61. HOUSE BILL 1295: DISCLOSURE OF INTERESTED PARTIES House Bill 1295, adopted by the 84th Legislature, created §2252.908, Texas Government Code. Section 2252.908 requires a business entity entering into certain contracts with a governmental entity or state agency to file with the governmental entity or state agency a disclosure of interested parties at the time the business entity submits the signed contract to the governmental entity or state agency. Section 2252.908 requires the disclosure form to be signed by the authorized agent of the contracting business entity, acknowledging that the disclosure is made under oath and under penalty of perjury. Section 2252.908 applies only to a contract that requires an action or vote by the governing body of the governmental entity or state agency before the contract may be signed or has a value of at least $1 million. Instructions for completing Form 1295 are available at: https://ci.lubbock.tx.us/departments/purchasing/vendor-information 62. TEXAS GOVERNMENT CODE SECTION 2252.15 The Contractor (i) does not engage in business with Iran, Sudan or any foreign terrorist organization and (ii) it is not listed by the Texas Comptroller under Section 2252.153, Texas Government Code, as a company known to have contracts with or provide supplies or services to a foreign terrorist organization. As used in the immediately preceding sentence, "foreign terrorist organization" shall have the meaning given such term in Section 2252.151, Texas Government Code. 63. HB 89 Section 2270.002, Government Code, (a) This section applies only to a contract that: (1) Is between a governmental entity and a company with 10 or more full-time employees; and (2) has a value of $100,000 or more that is to be paid wholly or partly from public funds of the governmental entity. (b) A governmental entity may not enter into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 63. TEXAS PUBLIC INFORMATION ACT The requirements of Subchapter J, Chapter 552, Government Code, may apply to this contract and the contractor or vendor agrees that the contract can be terminated if the contractor or vendor knowingly or intentionally fails to comply with a requirement of that subchapter. To the extent Subchapter J, Chapter 552, Government Code applies to this agreement, Contractor agrees to: (1) preserve all contracting information related to the contact as provided by the records retention requirements applicable to the governmental body for the duration of the contract; (2) promptly provide to the governmental body any contracting information related to the contract that is in the custody or possession of the entity on request of the governmental body; and (3) on completion of the contract, either: (A) provide at no cost to the governmental body all contracting information related to the contract that is in the custody or possession of the entity; or (B) preserve the contracting information related to the contract as provided by the records retention requirements applicable to the governmental body. Page Intentionally Left Blank DAVIS-BACON WAGE DETERMINATION Page Intentionally Left Blank "General Decision Number: TX20200002 01/03/2020 Superseded General Decision Number: TX20190002 State: Texas Construction Types: Heavy and Highway Counties: Armstrong, Carson, Crosby, Ector, Irion, Lubbock, Midland, Potter, Randall, Taylor and Tom Green Counties in Texas. HEAVY & HIGHWAY CONSTRUCTION PROJECTS Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.80 for calendar year 2020 applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.80 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2020. If this contract is covered by the EO and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5.5(a)(1)(ii) (or the EO minimum wage rate, if it is higher than the conformed wage rate). The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above -mentioned types of contracts entered into by the federal government that are subject to the Davis -Bacon Act itself, but it does not apply to contracts subject only to the Davis -Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/03/2020 * SUTX2011-002 08/02/2011 Rates Fringes CEMENT MASON/CONCRETE FINISHER (Paving & Structures)...$ 13.55 ELECTRICIAN ......................$ 20.96 FORM BUILDER/FORM SETTER Paving & Curb ...............$ 12.36 Structures ..................$ 13.52 LABORER Asphalt Raker ...............$ 12.28 Flagger.....................$ 9.30 Laborer, Common .............$ 10.30 Laborer, Utility ............ $ 11.80 Work Zone Barricade Servicer....................$ 10.30 POWER EQUIPMENT OPERATOR: Asphalt Distributer.........$ 14.87 Asphalt Paving Machine......$ 13.40 Broom and Sweeper...........$ 11.21 Crane, Lattice Boom 80 Tons or Less ................$ 16.82 Crawler Tractor Operator....$ 13.96 Excavator, 50,000 lbs or less ........................$ 13.46 Front End Loader Operator, Over 3 CY...................$ 12.77 Front End Loader, 3CY or less ........................$ 12.28 Loader/Backhoe..............$ 14.18 Mechanic ....................$ 20.14 Milling Machine .............$ 15.54 Motor Grader, Rough........$ 16.15 Motor Grader, Fine..........$ 17.49 Pavement Marking Machine....$ 16.42 Reclaimer/Pulverizer........$ 12.85 Roller, Asphalt .............$ 10.95 Roller, Other ...............$ 10.36 Scraper .....................$ 10.61 Spreader Box ................$ 12.60 Servicer .........................$ 13.98 Steel Worker (Reinforcing) ....... $ 13.50 TRUCK DRIVER Lowboy -Float ................$ 14.46 Single Axle .................$ 12.74 Single or Tandem Axle Dump..$ 11.33 Tandem Axle Tractor with Semi ........................$ 12.49 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the ED, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health -related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health -related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of ""identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or ""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non -union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION Page Intentionally Left Blank EXHIBIT B City of Lubbock Overtime Legal Holiday Prevailing Wage Rates The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. The rate for legal holidays shall be as required by the Fair Labor Standards Act. Page Intentionally Left Blank SPECIFICATIONS Page Intentionally Left Blank Parkhill PROJECT MANUAL CITY OF LUBBOCK, TEXAS Lubbock Preston Smith International Airport LBB Terminal Apron and Runway 8/26 Rehabilitation 'A Lubbock Preston Smith International Airport City of Lubbock ITB No. 20-15449-JM FAA AIP Project Nos.: 3-48-0138-046-2020 (Runway 8/26 Rehabilitation) 3-48-0138-047-2020 (Terminal Apron Rehabilitation) September 12020 Parkhill Project # 01271417 Parkhillxom Parkhill PROJECT MANUAL CITY OF LUBBOCK, TEXAS Lubbock Preston Smith International Airport LBB Terminal Apron and Runway 8/26 Rehabilitation 'A Lubbock Preston Smith International Airport City of Lubbock ITB No. 20-15449-JM FAA AIP Project Nos.: 3-48-0138-046-2020 (Runway 8/26 Rehabilitation) 3-48-0138-047-2020 (Terminal Apron Rehabilitation) September 12020 Parkhill Project # 01271417 �N & COOP O ....... ,LO .......................*..�i d j MARK D. HABERER 94867 9/11/2020 Parkhillxom TABLE OF CONTENTS FAA -Required Contract Provisions General Provisions Special Provisions TECHNICAL SPECIFICATIONS Item C-100 Contractor Quality Control Program (CQCPP) Item C-102 Temporary Air and Water Pollution, Soil Erosion, and Siltation Control Item C-105 Mobilization Item P-101 Surface Preparation Item P-153 Controlled Low -Strength Material (CLSM) TxDOT 341 Dense -Graded Hot -Mix Asphalt Item P-501 Portland Cement Concrete (PCC) Pavement Item P-608 Emulsified Asphalt Seal Coat Item P-603 Bituminous Tack Coat Item P-604 Compression Joint Seals for Concrete Pavements Item P-605 Joint Sealants for Concrete Pavements Item P-610 Concrete for Miscellaneous Structures Item P-620 Runway and Taxiway Painting Item F-162 Chain Link Fence Item D-705 Pipe Underdrains for Airports Item D-751 Manholes, Catch Basins, Inlets, and Inspection Holes APPENDICES APPENDIX A GEOTECHNICAL INVESTIGATION APPENDIX B CONSTRUCTION SAFETY AND PHASING PLAN (CSPP) APPENDIX C CONSTRUCTION MANAGEMENT PLAN (CMP) APPENDIX D OSHA TRENCHING AND EXCAVATION SAFETY BROCHURE AND OSHA PART 1926 SUBPART P 01271417 TABLE OF CONTENTS TOC - 1 09/2020 FAA -REQUIRED CONTRACT PROVISIONS p,t AVIRT 'IV i Z FAA Airports 'a o /NIS7RP� Contract Provision Guidelines for Obligated Sponsors and Airport Improvement Program Projects Al ACCESS TO RECORDS AND REPORTS A1.1 SOURCE 2 CFR § 200.333 2 CFR § 200.336 FAA Order 5100.38 ACCESS TO RECORDS AND REPORTS Contractor must maintain an acceptable cost accounting system. Contractor agrees to provide Owner, Federal Aviation Administration and Comptroller General of the United States or any of their duly authorized representatives access to any books, documents, papers and records of Contractor which are directly pertinent to the specific contract for the purpose of making audit, examination, excerpts and transcriptions. Contractor agrees to maintain all books, records and reports required under this contract for a period of not less than three years after final payment is made and all pending matters are closed. Guidelines for Contract Provisions for Obligated Sponsors and Airport Improvement Program Projects Issued on June 19, 2018 Page 1 A2 AFFIRMATIVE ACTION REQUIREMENT A2.1 SOURCE 41 CFR part 60-4 Executive Order 11246 NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION to ENSURE EQUAL EMPLOYMENT OPPORTUNITY 1. Offeror's or Bidder's attention is called to "Equal Opportunity Clause" and "Standard Federal Equal Employment Opportunity Construction Contract Specifications" set forth herein. 2. Goals and timetables for minority and female participation, expressed in percentage terms for Contractor's aggregate workforce in each trade on all construction work in covered area, are as follows: Timetables Goals for minority participation for each trade: 2.41 percent Goals for female participation in each trade: 6.9 percent These goals are applicable to all of Contractor's construction work (whether or not it is Federal or federally assisted) performed in the covered area. If Contractor performs construction work in a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed. With regard to this second area, Contractor also is subject to the goals for both its federally involved and non -federally involved construction. 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 60-4.3(a) and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade, and Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting Contractor's goals shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. 3. Contractor shall provide written notification to the Director of the Office of Federal Contract Compliance Programs (OFCCP) within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address, and telephone number of the subcontractor; employer identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the subcontract is to be performed. 4. As used in this notice and in the contract resulting from this solicitation, the "covered area" is State of Texas, Lubbock County, and City of Lubbock. Guidelines for Contract Provisions for Obligated Sponsors and Airport Improvement Program Projects Issued on June 19, 2018 Page 2 A3 BREACH OF CONTRACT TERMS A3.1 SOURCE 2 CFR § 200 Appendix II(A) 1:149 BY.Ty . [I] a1411WI I 11T.T40 0 11190V by Any violation or breach of terms of this contract on the part of the Contractor or its subcontractors may result in the suspension or termination of this contract or such other action that may be necessary to enforce the rights of the parties of this agreement. Owner will provide Contractor written notice that describes the nature of the breach and corrective actions the Contractor must undertake in order to avoid termination of the contract. Owner reserves the right to withhold payments to Contractor until such time Contractor corrects the breach or Owner elects to terminate the contract. Owner's notice will identify a specific date by which the Contractor must correct the breach. Owner may proceed with termination of the contract if the Contractor fails to correct the breach by the deadline indicated in Owner's notice. The duties and obligations imposed by the Contract Documents and the rights and remedies available thereunder are in addition to, and not a limitation of, any duties, obligations, rights and remedies otherwise imposed or available by law. A4 BUY AMERICAN PREFERENCE A4.1 SOURCE Title 49 USC § S0101 Buy American Conformance List. FAA Office of Airports maintains a listing of equipment that received a nationwide waiver from Buy American Preference requirements or fully meets the Buy American requirements. Nationwide Buy American Waiver List is available online at www.faa.gov/airports/aip/buy american/. Products listed on the Buy American Conformance list do not require additional submittal of domestic content information under a project specific Buy American Preference waiver. BUY AMERICAN PREFERENCE Contractor agrees to comply with 49 USC § 50101, which provides that Federal funds may not be obligated unless all steel and manufactured goods used in AIP funded projects are produced in the United States, unless Federal Aviation Administration has issued a waiver for the product; the product is listed as an Excepted Article, Material Or Supply in Federal Acquisition Regulation subpart 25.108; or is included in the FAA Nationwide Buy American Waivers Issued list. A bidder or offeror must complete and submit the Buy America certification included herein with their bid or offer. Owner will reject as nonresponsive any bid or offer that does not include a completed Certificate of Buy American Compliance. Certificate of Buy American Compliance for Manufactured Products As a matter of bid responsiveness, the bidder or offeror must complete, sign, date, and submit this certification statement with their proposal. The bidder or offeror must indicate how they intend to comply with 49 USC § 50101 by selecting one on the following certification statements. These statements are mutually exclusive. Bidder must select one or the other (not both) by inserting a checkmark (✓) or the letter "X". ❑ Bidder or offeror hereby certifies that it will comply with 49 USC § 50101 by: a) Only installing steel and manufactured products produced in the United States; b) Installing manufactured products for which Federal Aviation Administration (FAA) has issued a waiver as indicated by inclusion on the current FAA Nationwide Buy American Waivers Issued listing; or c) Installing products listed as an Excepted Article, Material or Supply in Federal Acquisition Regulation Subpart 25.108. By selecting this certification statement, Bidder or Offeror agrees: 1. To provide to Owner evidence that documents the source and origin of the steel and manufactured product. 2. To faithfully comply with providing U.S. domestic product. 3. To furnish U.S. domestic product for any waiver request that the FAA rejects 4. To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified. ❑ Bidder or Offeror hereby certifies it cannot comply with the 100 percent Buy American Preferences of 49 USC § 50101(a) but may qualify for either a Type 3 or Type 4 waiver under 49 USC § 50101(b). By selecting this certification statement, the apparent bidder or offeror with the apparent low bid agrees: 1. To the submit to Owner within 15 calendar days of the bid opening, a formal waiver request and required documentation that supports the type of waiver being requested. 2. That failure to submit the required documentation within the specified timeframe is cause for a non -responsive determination may result in rejection of the proposal. 3. To faithfully comply with providing U.S. domestic products at or above the approved U.S. domestic content percentage as approved by the FAA. 4. To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified. Required Documentation Type 3 Waiver — The cost of the item components and subcomponents produced in the United States is more that 60 percent of the cost of all components and subcomponents of the "item". The required documentation for a Type 3 waiver is: a) Listing of all product components and subcomponents that are not comprised of 100 percent U.S. domestic content (Excludes products listed on the FAA Nationwide Buy American Waivers Issued listing and products excluded by Federal Acquisition Regulation Subpart 25.108; products of unknown origin must be considered as non -domestic products in their entirety). b) Cost of non -domestic components and subcomponents, excluding labor costs associated with final assembly at place of manufacture. c) Percentage of non -domestic component and subcomponent cost as compared to total "item" component and subcomponent costs, excluding labor costs associated with final assembly at place of manufacture. Type 4 Waiver — Total cost of project using U.S. domestic source product exceeds the total project cost using non -domestic product by 25 percent. The required documentation for a Type 4 of waiver is: a) Detailed cost information for total project using U.S. domestic product b) Detailed cost information for total project using non -domestic product False Statements: Per 49 USC § 47126, this certification concerns a matter within the jurisdiction of Federal Aviation Administration and the making of a false, fictitious or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code. Date Company Name Signature Title A5 CIVIL RIGHTS - GENERAL A5.1 SOURCE 49 USC § 47123 M04QIW.97:\r[e1►vIa.111 i11109:11112.y[1 Ki Contractor agrees to comply with pertinent statutes, Executive Orders and such rules as are promulgated to ensure that no person shall, on the grounds of race, creed, color, national origin, sex, age, or disability be excluded from participating in any activity conducted with or benefiting from Federal assistance. This provision binds Contractor and subcontractors from the bid solicitation period through the completion of the contract. This provision is in addition to that required by Title VI of the Civil Rights Act of 1964. A6 CIVIL RIGHTS — TITLE VI ASSURANCE A6.1 SOURCE 49 USC § 47123 FAA Order 1400.11 Title VI Solicitation Notice: The City of Lubbock, Texas, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 USC §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders or offerors that it will affirmatively ensure that any contract entered into pursuant to this advertisement, [select disadvantaged business enterprises or airport concession disadvantaged business enterprises] will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. Compliance with Nondiscrimination Requirements: During the performance of this contract, Contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "Contractor"), agrees as follows: 1. Compliance with Regulations: Contractor (hereinafter includes consultants) will comply with the Title VI List of Pertinent Nondiscrimination Acts and Authorities, as they may be amended from time to time, which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimination: Contractor, with regard to the work performed by it during the contract, will 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. Contractor will not participate directly or indirectly in the discrimination prohibited by the Nondiscrimination Acts and Authorities, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR part 21. 3. Solicitations for Subcontracts, including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding or negotiation made by Contractor for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or supplier will be notified by Contractor of Contractor's obligations under this contract and the Nondiscrimination Acts and Authorities on the grounds of race, color, or national origin. 4. Information and Reports: Contractor will provide all information and reports required by the Acts, the Regulations, and directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the sponsor or Federal Aviation Administration to be pertinent to ascertain compliance with such Nondiscrimination Acts and Authorities and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish the information, Contractor will so certify to the sponsor or Federal Aviation Administration, as appropriate, and will set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance: In the event of a Contractor's noncompliance with the non- discrimination provisions of this contract, the sponsor will impose such contract sanctions as it or Federal Aviation Administration may determine to be appropriate, including, but not limited to: a. Withholding payments to Contractor under the contract until Contractor complies; and/or b. Cancelling, terminating, or suspending a contract, in whole or in part. Incorporation of Provisions: Contractor will include the provisions of paragraphs one through six in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts, the Regulations, and directives issued pursuant thereto. Contractor will take action with respect to any subcontract or procurement as the sponsor or Federal Aviation Administration may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if Contractor becomes involved in, or is threatened with litigation by a subcontractor, or supplier because of such direction, Contractor may request the sponsor to enter into any litigation to protect the interests of the sponsor. In addition, Contractor may request the United States to enter into the litigation to protect the interests of the United States. Title VI List of Pertinent Nondiscrimination Acts and Authorities During the performance of this contract, Contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "Contractor") agrees to comply with the following non-discrimination statutes and authorities; including but not limited to: • Title VI of the Civil Rights Act of 1964 (42 USC § 2000d et seq., 78 stat. 252) (prohibits discrimination on the basis of race, color, national origin); • 49 CFR part 21 (Non-discrimination in Federally -assisted programs of the Department of Transportation —Effectuation of Title VI of the Civil Rights Act of 1964); • The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 USC § 4601) (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal -aid programs and projects); • Section 504 of the Rehabilitation Act of 1973 (29 USC § 794 et seq.), as amended (prohibits discrimination on the basis of disability); and 49 CFR part 27; • The Age Discrimination Act of 1975, as amended (42 USC § 6101 et seq.) (prohibits discrimination on the basis of age); • Airport and Airway Improvement Act of 1982 (49 USC § 471, Section 47123), as amended (prohibits discrimination based on race, creed, color, national origin, or sex); • The Civil Rights Restoration Act of 1987 (PL 100-209) (broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, the Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or activities" to include all of the programs or activities of the Federal -aid recipients, sub -recipients and contractors, whether such programs or activities are Federally funded or not); • Titles II and III of the Americans with Disabilities Act of 1990, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 USC §§ 12131 — 12189) as implemented by U.S. Department of Transportation regulations at 49 CFR parts 37 and 38; • Federal Aviation Administration's Nondiscrimination statute (49 USC § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); • Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low -Income Populations, which ensures nondiscrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; • Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 USC 1681 et sec). A7 CLEAN AIR AND WATER POLLUTION CONTROL A7.1 SOURCE 2 CFR § 200, Appendix II(G) 14"11DKIM:31M.110MATKIY11:703MReY[II-MM"Y:ZI]0 Contractor agrees to comply with all applicable standards, orders, and regulations issued pursuant to the Clean Air Act (42 USC § 740-7671q) and the Federal Water Pollution Control Act as amended (33 USC § 1251-1387). Contractor agrees to report any violation to Owner immediately upon discovery. Owner assumes responsibility for notifying the Environmental Protection Agency (EPA) and Federal Aviation Administration. Contractor must include this requirement in all subcontracts that exceeds $150,000. A8 CONTRACT WORK HOURS AND SAFETY STANDARDS ACT REQUIREMENTS A8.1 SOURCE 2 CFR § 200, Appendix II(E) CONTRACT WORK HOURS AND SAFETY STANDARDS ACT REQUIREMENTS 1. Overtime Requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any 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. 2. Violation; Liability for Unpaid Wages; Liquidated Damages. In the event of any violation of the clause set forth in paragraph (1) of this clause, Contractor and 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 (1) of this clause, 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 (1) of this clause. 3. Withholding for Unpaid Wages and Liquidated Damages. Federal Aviation Administration (FAA) or Owner 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 moneys payable on account of work performed by 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 (2) of this clause. 4. Subcontractors. Contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs (1) through (4) and also a clause requiring the subcontractor to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this clause. A9 COPELAND "ANTI - KICKBACK" ACT A9.1 SOURCE 2 CFR § 200, Appendix II(D) 29 CFR Parts 3 and 5 COPELAND "ANTI -KICKBACK" ACT Contractor must comply with the requirements of the Copeland "Anti -Kickback" Act (18 USC 874 and 40 USC 3145), as supplemented by Department of Labor regulation 29 CFR part 3. Contractor and subcontractors are prohibited from inducing, by any means, any person employed on the project to give up any part of the compensation to which the employee is entitled. Contractor and each Subcontractor must submit to Owner, a weekly statement on the wages paid to each employee performing on covered work during the prior week. Owner must report any violations of the Act to Federal Aviation Administration. A10 DAVIS-BACON REQUIREMENTS A10.1 SOURCE 2 CFR § 200, Appendix II(D) 29 CFR Part 5 DAVIS-BACON REQUIREMENTS 1. Minimum Wages. (i) All laborers and mechanics employed or working upon the site of the work will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by the Secretary of Labor under the Copeland Act (29 CFR Part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalent thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between Contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph (1)(iv) 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 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under (1)(ii) of this section) and the Davis -Bacon poster (WH- 1321) shall be posted at all times by 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. (ii)(A) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (1) The work to be performed by the classification requested is not performed by a classification in the wage determination; (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (B) If Contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 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 that additional time is necessary. (C) In the event 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 contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (D) The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs (1)(ii) (B) or (C) of this paragraph, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (iii) 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, Contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (iv) If Contractor does not make payments to a trustee or other third person, 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 Contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require Contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. 2. Withholding. 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 Contractor under this contract or any other Federal contract with the same prime contractor, or any other federally - assisted contract subject to Davis -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 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, Federal Aviation Administration may, after written notice to 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. 3. Payrolls and Basic Records. (i) Payrolls and basic records relating thereto shall be maintained by Contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker; his or her correct classification; hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in l(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 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis -Bacon Act, Contractor shall maintain records that 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 that show the costs anticipated or the actual costs incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (ii)(A) Contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to Federal Aviation Administration if the agency is a party to the contract, but if the agency is not such a party, Contractor will submit the payrolls to the applicant, Sponsor, or Owner, as the case may be, for transmission to Federal Aviation Administration. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee (e.g. the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH-347 is available for this purpose from the Wage and Hour Division Web site at www.doLgov/whdforms/wh347instr.htm or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker and shall provide them upon request to Federal Aviation Administration if the agency is a party to the contract, but if the agency is not such a party, Contractor will submit them to the applicant, sponsor, or Owner, as the case may be, for transmission to Federal Aviation Administration, Contractor, or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the sponsoring government agency (or the applicant, Sponsor, or Owner). (B) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by 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) The payroll for the payroll period contains the information required to be provided under 29 CFR § 5.5(a)(3)(ii), the appropriate information is being maintained under 29 CFR § 5.5 (a)(3)(i), and that such information is correct and complete; (2) 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; (3) 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. (C) 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 (3)(ii)(B) of this section. (D) The falsification of any of the above certifications may subject 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. (iii) Contractor or subcontractor shall make the records required under paragraph (3)(i) of this section available for inspection, copying, or transcription by authorized representatives of the sponsor, Federal Aviation Administration, or the Department of Labor and shall permit such representatives to interview employees during working hours on the job. If Contractor or subcontractor fails to submit the required records or to make them available, the Federal agency may, after written notice to 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. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. 4. Apprentices and Trainees. (i) 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 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 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, 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. (ii) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. 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 that provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate that 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, 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. (iii) 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. 5. Compliance with Copeland Act Requirements. Contractor shall comply with the requirements of 29 CFR Part 3, which are incorporated by reference in this contract. 6. Subcontracts. 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 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 5.5. 7. Contract Termination: Debarment. A breach of the contract clauses in paragraph 1 through 10 of this section may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. 8. Compliance with Davis -Bacon and Related Act Requirements. All rulings and interpretations of the Davis -Bacon and Related Acts contained in 29 CFR Parts 1, 3, and 5 are herein incorporated by reference in this contract. 9. Disputes Concerning Labor Standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR Parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between Contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. 10. Certification of Eligibility. (i) By entering into this contract, Contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in 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). (ii) 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). (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 USC 1001. All DEBARMENT AND SUSPENSION A11.1 SOURCE 2 CFR part 180 (Subpart C) 2 CFR part 1200 DOT Order 4200.5 CERTIFICATION OF OFFERER/BIDDER REGARDING DEBARMENT By submitting a bid/proposal under this solicitation, the bidder or offeror certifies that neither it nor its principals are presently debarred or suspended by any Federal department or agency from participation in this transaction. CERTIFICATION OF LOWER TIER CONTRACTORS REGARDING DEBARMENT The successful bidder, by administering each lower tier subcontract that exceeds $25,000 as a "covered transaction", must verify each lower tier participant of a "covered transaction" under the project is not presently debarred or otherwise disqualified from participation in this federally assisted project. The successful bidder will accomplish this by: 1. Checking the System for Award Management at website: http://www.sam.gov. 2. Collecting a certification statement similar to the Certification of Offerer Bidder Regarding Debarment, above. 3. Inserting a clause or condition in the covered transaction with the lower tier contract. If Federal Aviation Administration later determines that a lower tier participant failed to disclose to a higher tier participant that it was excluded or disqualified at the time it entered the covered transaction, the FAA may pursue any available remedies, including suspension and debarment of the non -compliant participant. Al2 DISADVANTAGED BUSINESS ENTERPRISE Al2.1 SOURCE 49 CFR part 26 Information Submitted as a matter of Bidder responsiveness: Owner's award of this contract is conditioned upon Bidder or Offeror satisfying the good faith effort requirements of 49 CFR §26.53. As a condition of bid responsiveness, the Bidder or Offeror must submit the following information with its proposal on the forms provided herein: 1) The names and addresses of Disadvantaged Business Enterprise (DBE) firms that will participate in the contract; 2) A description of the work that each DBE firm will perform; 3) The dollar amount of the participation of each DBE firm listed under (1) 4) Written statement from Bidder or Offeror that attests their commitment to use the DBE firm(s) listed under (1) to meet Owner's project goal; and 5) If Bidder or Offeror cannot meet the advertised project DBE goal, evidence of good faith efforts undertaken by the Bidder or Offeror as described in appendix A to 49 CFR part 26. Information submitted as a matter of Bidder responsibility: Owner's award of this contract is conditioned upon Bidder or Offeror satisfying the good faith effort requirements of 49 CFR §26.53. The successful Bidder or Offeror must provide written confirmation of participation from each of the DBE firms the Bidder or Offeror lists in its commitment within five days after bid opening. 1) The names and addresses of Disadvantaged Business Enterprise (DBE) firms that will participate in the contract; 2) A description of the work that each DBE firm will perform; 3) The dollar amount of the participation of each DBE firm listed under (1) 4) Written statement from Bidder or Offeror that attests their commitment to use the DBE firm(s) listed under (1) to meet Owner's project goal; and 5) If Bidder or Offeror cannot meet the advertised project DBE goal, evidence of good faith efforts undertaken by the Bidder or Offeror as described in appendix A to 49 CFR part 26. The requirements of 49 CFR part 26 apply to this contract. It is the policy of the City of Lubbock, Texas to practice nondiscrimination based on race, color, sex, or national origin in the award or performance of this contract. Owner encourages participation by all firms qualifying under this solicitation regardless of business size or ownership. DISADVANTAGED BUSINESS ENTERPRISES Contract Assurance (§ 26.13) — Contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. Contractor shall carry out applicable requirements of 49 CFR part 26 in the award and administration of Department of Transportation -assisted contracts. Failure by Contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as Owner deems appropriate, which may include, but is not limited to: 1) Withholding monthly progress payments; 2) Assessing sanctions; 3) Liquidated damages; and/or 4) Disqualifying Contractor from future bidding as non -responsible. Prompt Payment (§26.29) — The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than 30 days from the receipt of each payment the prime contractor receives from City of Lubbock, Texas. The prime contractor agrees further to return retainage payments to each subcontractor within 30 days after the subcontractor's work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the City of Lubbock, Texas. This clause applies to both DBE and non -DBE subcontractors. A13 DISTRACTED DRIVING A13.1 SOURCE Executive Order 13513 DOT Order 3902.10 TEXTING WHEN DRIVING In accordance with Executive Order 13513, "Federal Leadership on Reducing Text Messaging While Driving", (10/1/2009) and DOT Order 3902.10, "Text Messaging While Driving", (12/30/2009), Federal Aviation Administration encourages recipients of Federal grant funds to adopt and enforce safety policies that decrease crashes by distracted drivers, including policies to ban text messaging while driving when performing work related to a grant or subgrant. In support of this initiative, Owner encourages Contractor to promote policies and initiatives for its employees and other work personnel that decrease crashes by distracted drivers, including policies that ban text messaging while driving motor vehicles while performing work activities associated with the project. Contractor must include the substance of this clause in all sub -tier contracts exceeding $3,500 that involve driving a motor vehicle in performance of work activities associated with the project. A14 ENERGY CONSERVATION REQUIREMENTS A14.1 SOURCE 2 CFR § 200, Appendix II(H) ENERGY CONSERVATION REQUIREMENTS Contractor and Subcontractor agree to comply with mandatory standards and policies relating to energy efficiency as contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (42 USC 620let seq). A15 DRUG FREE WORKPLACE REQUIREMENTS (Not Applicable) A16 EQUAL EMPLOYEMENT OPPORTUNITY (EEO) A16.1 SOURCE 2 CFR 200, Appendix II(C) 41 CFR § 60-1.4 41 CFR § 60-4.3 Executive Order 11246 EQUAL OPPORTUNITY CLAUSE During the performance of this contract, Contractor agrees as follows: (1) Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. 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, sexual orientation, gender identify, or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff, or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. 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. (2) Contractor will, in all solicitations or advertisements for employees placed by or on behalf of Contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, or national origin. (3) Contractor will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of Contractor's commitments under this section and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (4) Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (5) 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. (6) In the event of 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 Contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (7) Contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. Contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency Contractor may request the United States to enter into such litigation to protect the interests of the United States. STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS 1. As used in these specifications: a. "Covered area" means the geographical area described in the solicitation from which this contract resulted; b. "Director" means Director, Office of Federal Contract Compliance Programs (OFCCP), U.S. Department of Labor, or any person to whom the Director delegates authority; c. "Employer identification number" means the Federal social security number used on the Employer's Quarterly Federal Tax Return, U.S. Treasury Department Form 941; d. "Minority" includes: (1) Black (all persons having origins in any of the Black African racial groups not of Hispanic origin); (2) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South 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 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 Contractor is participating (pursuant to 41 CFR part 60-4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors 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. 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 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 established for the geographical area where the work is being performed. Goals are published periodically in the Federal Register in notice form, and such notices may be obtained from any Office of Federal Contract Compliance Programs office or from Federal procurement contracting officers. Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement nor the failure by a union with whom Contractor has a collective bargaining agreement to refer either minorities or women shall excuse Contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto. 6. In order for the non -working training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees shall be employed by Contractor during the training period and 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. Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. 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 Contractor's employees are assigned to work. Contractor, where possible, will assign two or more women to each construction project. Contractor shall specifically ensure that all foremen, superintendents, and other onsite supervisory personnel are aware of and carry out 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 Contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. c. Maintain a current file of the names, addresses, and telephone numbers of each minority and female off -the -street applicant and minority or female referral from a union, a recruitment source, or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to Contractor by the union or, if referred, not employed by Contractor, this shall be documented in the file with the reason therefore along with whatever additional actions Contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which Contractor has a collective bargaining agreement has not referred to Contractor a minority person or female sent by Contractor, or when Contractor has other information that the union referral process has impeded 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 Contractor's employment needs, especially those programs funded or approved by the Department of Labor. Contractor shall provide notice of these programs to the sources compiled under 7b above. f. Disseminate Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination, or other employment decisions, including specific review of these items, with onsite supervisory personnel such 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 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 Contractor's EEO policy with other contractors and subcontractors with whom 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 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, Contractor shall send written notification to organizations, such as the above, describing the openings, screening procedures, and tests to be used in the selection process. j. Encourage present minority and female employees to recruit other minority persons and women and, where reasonable, provide after school, summer, and vacation employment to minority and female youth both on the site and in other areas of a contractor's workforce. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR part 60-3. 1. Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel, for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. in. 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 Contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are non -segregated except that separate or single user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually, of all supervisor's adherence to and performance under Contractor's EEO policies and affirmative action obligations. 8. Contractors are encouraged to participate in voluntary associations, which assist in fulfilling one or more of their affirmative action obligations (7a through 7p). The efforts of a contractor association, joint contractor union, contractor community, or other similar groups of which Contractor is a member and participant may be asserted as fulfilling any one or more of its obligations under 7a through 7p of these specifications provided that 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 Contractor's minority and female workforce participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of Contractor. The obligation to comply, however, is Contractor's and failure of such a group to fulfill an obligation shall not be a defense for Contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. 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 non -minority. Consequently, if the particular group is employed in a substantially disparate manner (for example, even though Contractor has achieved its goals for women generally), Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized. 10. 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. Contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination, and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the Office of Federal Contract Compliance Programs. Any contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13. 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 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 part 60-4.8. 14. 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). A17 FEDERAL FAIR LABOR STANDARDS ACT (FEDERAL MINIMUM WAGE) A17.1 SOURCE 29 USC § 201, et seq SOLICITATION CLAUSE All contracts and subcontracts that result from this solicitation incorporate by reference the provisions of 29 CFR part 201, the Federal Fair Labor Standards Act (FLSA), with the same force and effect as if given in full text. The FLSA sets minimum wage, overtime pay, recordkeeping, and child labor standards for full and part-time workers. Contractor has full responsibility to monitor compliance to the referenced statute or regulation. Contractor must address any claims or disputes that arise from this requirement directly with the U.S. Department of Labor — Wage and Hour Division. A18 LOBBYING AND INFLUENCING FEDERAL EMPLOYEES A18.1 SOURCE 31 USC § 1352 — Byrd Anti -Lobbying Amendment 2 CFR part 200, Appendix II(J) 49 CFR part 20, Appendix A CERTIFICATION REGARDING LOBBYING Bidder or Offeror certifies by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the Bidder or Offeror, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. (3) The undersigned shall require that the language of this certification be included in the award documents for all sub -awards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all sub -recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. A19 PROHIBITION of SEGREGATED FACILITIES A19.1 SOURCE 41CFR§60 I9.111171,111.111 ]eto] W100 ROEM11IMaW:T91110001Oki (a) Contractor agrees that it does not and will not maintain or provide for its employees any segregated facilities at any of its establishments, and that it does not and will not permit its employees to perform their services at any location under its control where segregated facilities are maintained. Contractor agrees that a breach of this clause is a violation of the Equal Employment Opportunity clause in this contract. (b) "Segregated facilities," as used in this clause, means any waiting rooms, work areas, rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees that are segregated by explicit directive or are in fact segregated on the basis of race, color, religion, sex, or national origin because of written or oral policies or employee custom. The term does not include separate or single -user rest rooms or necessary dressing or sleeping areas provided to assure privacy between the sexes. (c) Contractor shall include this clause in every subcontract and purchase order that is subject to the Equal Employment Opportunity clause of this contract. A20 OCCUPATIONAL SAFETY AND HEALTH ACT OF 1970 A20.1 SOURCE 29 CFR part 1910 All contracts and subcontracts that result from this solicitation incorporate by reference the requirements of 29 CFR Part 1910 with the same force and effect as if given in full text. The employer must provide a work environment that is free from recognized hazards that may cause death or serious physical harm to the employee. The employer retains full responsibility to monitor its compliance and their subcontractor's compliance with the applicable requirements of the Occupational Safety and Health Act of 1970 (20 CFR Part 1910). The employer must address any claims or disputes that pertain to a referenced requirement directly with the U.S. Department of Labor — Occupational Safety and Health Administration. A21 PROCUREMENT OF RECOVERED MATERIALS A21.1 SOURCE 2 CFR § 200.322 40 CFR part 247 Solid Waste Disposal Act PROCUREMENT OF RECOVERED MATERIALS Contractor and subcontractor agree to comply with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act, and the regulatory provisions of 40 CFR Part 247. In the performance of this contract and to the extent practicable, Contractor and subcontractors are to use products containing the highest percentage of recovered materials for items designated by the Environmental Protection Agency (EPA) under 40 CFR Part 247 whenever: 1) Contract requires procurement of $10,000 or more of a designated item during the fiscal year•, or 2) Contractor has procured $10,000 or more of a designated item using Federal funding during the previous fiscal year. The list of EPA -designated items is available at www.epa.gov/smm/comprehensive-procurement- guidelines-construction-products. Section 6002(c) establishes exceptions to the preference for recovery of EPA -designated products if Contractor can demonstrate the item is: a) Not reasonably available within a timeframe providing for compliance with the contract performance schedule; b) Fails to meet reasonable contract performance requirements; or c) Is only available at an unreasonable price. A22 RIGHT TO INVENTIONS (Not Applicable) A23 SEISMIC SAFETY (Not Applicable) A24 TAX DELINQUENCY AND FELONY CONVICTIONS A24.1 SOURCE Sections 415 and 416 of Title IV, Division L of the Consolidated Appropriations Act, 2014 (Pub. L. 113-76), and similar provisions in subsequent appropriations acts. DOT Order 4200.6 - Requirements for Procurement and Non -Procurement Regarding Tax Delinquency and Felony Convictions CERTIFICATION OF OFFERER/BIDDER REGARDING TAX DELINQUENCY AND FELONY CONVICTIONS Applicant must complete the following two certification statements. Applicant must indicate its current status as it relates to tax delinquency and felony conviction by inserting a checkmark (✓) in the space following the applicable response. Applicant agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification in all lower tier subcontracts. Certifications 1) Applicant represents that it is ( ) is not ( ) a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. 2) Applicant represents that it is ( ) is not ( ) is not a corporation that was convicted of a criminal violation under any Federal law within the preceding 24 months. Note If an applicant responds in the affirmative to either of the above representations, the applicant is ineligible to receive an award unless the sponsor has received notification from the agency suspension and debarment official (SDO) that the SDO has considered suspension or debarment and determined that further action is not required to protect the Government's interests. The applicant therefore must provide information to Owner about its tax liability or conviction to Owner, who will then notify the FAA Airports District Office, which will then notify the agency's SDO to facilitate completion of the required considerations before award decisions are made. Term Definitions Felony conviction: Felony conviction means a conviction within the preceding twenty-four (24) months of a felony criminal violation under any Federal law and includes conviction of an offense defined in a section of the U.S. code that specifically classifies the offense as a felony and conviction of an offense that is classified as a felony under 18 U.S.C. § 3559. Tax Delinquency: A tax delinquency is any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted, or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. A25 TERMINATION OF CONTRACT A25.1 SOURCE 2 CFR § 200 Appendix II(B) FAA Advisory Circular 150/5370-10, Section 80-09 TERMINATION FOR CONVENIENCE (CONSTRUCTION & EQUIPMENT CONTRACTS) Owner may terminate this contract in whole or in part at any time by providing written notice to Contractor. Such action may be without cause and without prejudice to any other right or remedy of Owner. Upon receipt of a written notice of termination, except as explicitly directed by Owner, Contractor shall immediately proceed with the following obligations regardless of any delay in determining or adjusting amounts due under this clause: 1. Contractor must immediately discontinue work as specified in the written notice. 2. Terminate all subcontracts to the extent they relate to the work terminated under the notice. 3. Discontinue orders for materials and services except as directed by the written notice. 4. Deliver to Owner all fabricated and partially fabricated parts, completed and partially completed work, supplies, equipment and materials acquired prior to termination of the work, and as directed in the written notice. 5. Complete performance of the work not terminated by the notice. 6. Take action as directed by Owner to protect and preserve property and work related to this contract that Owner will take possession. Owner agrees to pay Contractor for: 1) completed and acceptable work executed in accordance with the contract documents prior to the effective date of termination; 2) documented expenses sustained prior to the effective date of termination in performing work and furnishing labor, materials, or equipment as required by the contract documents in connection with uncompleted work; 3) reasonable and substantiated claims, costs, and damages incurred in settlement of terminated contracts with Subcontractors and Suppliers; and 4) reasonable and substantiated expenses to Contractor directly attributable to Owner's termination action. Owner will not pay Contractor for loss of anticipated profits or revenue or other economic loss arising out of or resulting from Owner's termination action. The rights and remedies this clause provides are in addition to any other rights and remedies provided by law or under this contract. TERMINATION FOR DEFAULT (CONSTRUCTION) Section 80-09 of FAA Advisory Circular 150/5370-10 establishes conditions, rights, and remedies associated with Owner termination of this contract due to default of Contractor. A26 TRADE RESTRICTION CERTIFICATION A26.1 SOURCE 49 USC § 50104 49 CFR part 30 TRADE RESTRICTION CERTIFICATION By submission of an offer, the Offeror certifies that with respect to this solicitation and any resultant contract, the Offeror — 1) is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S. firms as published by the Office of the United States Trade Representative (USTR); 2) has not knowingly entered into any contractor subcontract for this project with a person that is a citizen or national of a foreign country included on the list of countries that discriminate against U.S. firms as published by the USTR; and 3) has not entered into any subcontract for any product to be used on the Federal project that is produced in a foreign country included on the list of countries that discriminate against U.S. firms published by the USTR. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18 USC Section 1001. The Offeror/Contractor must provide immediate written notice to Owner if the Offeror/Contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. Contractor must require subcontractors provide immediate written notice to Contractor if at any time it learns that its certification was erroneous by reason of changed circumstances. 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 an Offeror or subcontractor: 1) who is owned or controlled by one or more citizens or nationals of a foreign country included on the list of countries that discriminate against U.S. firms published by the USTR or 2) whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign country on such USTR list or 3) who incorporates in the public works project any product of a foreign country on such USTR list. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. The Offeror agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in all lower tier subcontracts. Contractor may rely on the certification of a prospective subcontractor that it is not a firm from a foreign country included on the list of countries that discriminate against U.S. firms as published by USTR, unless the Offeror has knowledge that the certification is erroneous. This certification is a material representation of fact upon which reliance was placed when making an award. If it is later determined that Contractor or subcontractor knowingly rendered an erroneous certification, Federal Aviation Administration (FAA) may direct through Owner cancellation of the contract or subcontract for default at no cost to Owner or the FAA. A27 VETERAN'S PREFERENCE A27.1 SOURCE 49 USC § 47112(c) MAONIM:7.1eWB9:701WD):701e[yy In the employment of labor (excluding executive, administrative, and supervisory positions), Contractor and all sub -tier contractors must give preference to covered veterans as defined within Title 49 United States Code Section 47112. Covered veterans include Vietnam -era veterans, Persian Gulf veterans, Afghanistan -Iraq war veterans, disabled veterans, and small business concerns (as defined by 15 USC 632) owned and controlled by disabled veterans. This preference only applies when there are covered veterans readily available and qualified to perform the work to which the employment relates. GENERAL PROVISIONS 12/21/2018 AC 150/5370-10H Part 1— General Contract Provisions Section 10 Definition of Terms When the following terms are used in these specifications, in the contract, or in any documents or other instruments pertaining to construction where these specifications govern, the intent and meaning shall be defined as follows: Paragraph Term Definition Number 10-01 AASHTO The American Association of State Highway and Transportation Officials. 10-02 Access Road The right-of-way, the roadway and all improvements constructed thereon connecting the airport to a public roadway. 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 Airport Airport means an area of land or water which is used or intended to be used for the landing and takeoff of aircraft; an appurtenant area used or intended to be used for airport buildings or other airport facilities or rights of way; airport buildings and facilities located in any of these areas, and a heliport. 10-05 Airport Improvement A grant-in-aid program, administered by the Federal Aviation Program (AIP) Administration (FAA). 10-06 Air Operations Area The term air operations area (AOA) shall mean any area of the (AOA) 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. 10-07 Apron Area where aircraft are parked, unloaded or loaded, fueled and/or serviced. 10-08 ASTM International Formerly known as the American Society for Testing and (ASTM) Materials (ASTM). 10-09 Award The Owner's notice to the successful bidder of the acceptance of the submitted bid. 10-10 Bidder Any individual, partnership, firm, or corporation, acting directly or through a duly authorized representative, who submits a proposal for the work contemplated. Section 10 Definition of Terms 12/21/2018 AC 150/5370-1OH Paragraph Term Definition Number 10-11 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. 10-12 Calendar Day Every day shown on the calendar. 10-13 Certificate of Analysis The COA is the manufacturer's Certificate of Compliance (COC) (COA) including all applicable test results required by the specifications. 10-14 Certificate of The manufacturer's certification stating that materials or Compliance (COC) assemblies furnished fully comply with the requirements of the contract. The certificate shall be signed by the manufacturer's authorized representative. 10-15 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 work within the scope of the contract and necessary to complete the project. 10-16 Contract A written agreement between the Owner and the Contractor that establishes the obligations of the parties including but not limited to performance of work, furnishing of labor, equipment and materials and the basis of payment. The awarded contract includes but may not be limited to: Advertisement, Contract form, Proposal, Performance bond, payment bond, General provisions, certifications and representations, Technical Specifications, Plans, Supplemental Provisions, standards incorporated by reference and issued addenda. 10-17 Contract Item (Pay Item) A specific unit of work for which a price is provided in the contract. 10-18 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. 10-19 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. 10-20 Contractors Quality The Contractor's QC facilities in accordance with the Contractor Control (QC) Facilities Quality Control Program (CQCP). 10-21 Contractor Quality Control Details the methods and procedures that will be taken to assure Program (CQCP) that all materials and completed construction required by the Section 10 Definition of Terms 12/21/2018 AC 150/5370-1OH Paragraph Term Definition Number contract conform to contract plans, technical specifications and other requirements, whether manufactured by the Contractor, or procured from subcontractors or vendors. 10-22 Control Strip A demonstration by the Contractor that the materials, equipment, and construction processes results in a product meeting the requirements of the specification. 10-23 Construction Safety and The overall plan for safety and phasing of a construction project Phasing Plan (CSPP) developed by the airport operator, or developed by the airport operator's consultant and approved by the airport operator. It is included in the invitation for bids and becomes part of the project specifications. 10-24 Drainage System The system of pipes, ditches, and structures by which surface or subsurface waters are collected and conducted from the airport area. 10-25 Engineer The individual, partnership, firm, or corporation duly authorized by the Owner to be responsible for engineering, inspection, and/or observation of the contract work and acting directly or through an authorized representative. 10-26 Equipment All machinery, together with the necessary supplies for upkeep and maintenance; and all tools and apparatus necessary for the proper construction and acceptable completion of the work. 10-27 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 Owner's Engineer or Resident Project Representative (RPR) to be necessary to complete the work within the intended scope of the contract as previously modified. 10-28 FAA The Federal Aviation Administration. When used to designate a person, FAA shall mean the Administrator or their duly authorized representative. 10-29 Federal Specifications The federal specifications and standards, commercial item descriptions, and supplements, amendments, and indices prepared and issued by the General Services Administration. 10-30 Force Account a. Contract Force Account - A method of payment that addresses extra work performed by the Contractor on a time and material basis. b. Owner Force Account - Work performed for the project by the Owner's employees. 10-31 Intention of Terms Whenever, in these specifications or on the plans, the words "directed," "required," "permitted," "ordered," "designated," "prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation, or prescription of the Engineer and/or Resident Section 10 Definition of Terms 12/21/2018 AC 150/5370-1OH Paragraph Term Definition Number Project Representative (RPR) 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 and/or RPR, 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. 10-32 Lighting A system of fixtures providing or controlling the light sources used on or near the airport or within the airport buildings. The field lighting includes all luminous signals, markers, floodlights, and illuminating devices used on or near the airport or to aid in the operation of aircraft landing at, taking off from, or taxiing on the airport surface. 10-33 Major and Minor Contract A major contract item shall be any item that is listed in the Items proposal, the total cost of which is equal to or greater than 20% of the total amount of the award contract. All other items shall be considered minor contract items. 10-34 Materials Any substance specified for use in the construction of the contract work. 10-35 Modification of Any deviation from standard specifications applicable to material Standards (MOS) and construction methods in accordance with FAA Order 5300.1. 10-36 Notice to Proceed (NTP) A written notice to the Contractor to begin the actual contract work on a previously agreed to date. If applicable, the Notice to Proceed shall state the date on which the contract time begins. 10-37 Owner The term "Owner" shall mean the party of the first part or the contracting agency signatory to the contract. Where the term "Owner" is capitalized in this document, it shall mean airport Sponsor only. The Owner for this project is City of Lubbock, Lubbock Preston Smith International Airport. 10-38 Passenger Facility Charge Per 14 Code of Federal Regulations (CFR) Part 158 and 49 (PFC) United States Code (USC) § 40117, a PFC is a charge imposed by a public agency on passengers enplaned at a commercial service airport it controls. 10-39 Pavement Structure The combined surface course, base course(s), and subbase course(s), if any, considered as a single unit. 10-40 Payment bond The approved form of security furnished by the Contractor and their own surety as a guaranty that the Contractor will pay in full all bills and accounts for materials and labor used in the construction of the work. Section 10 Definition of Terms 12/21/2018 AC 150/5370-1OH Paragraph Term Definition Number 10-41 Performance bond The approved form of security furnished by the Contractor and their own surety as a guaranty that the Contractor will complete the work in accordance with the terms of the contract. 10-42 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. Plans may also be referred to as 'contract drawings.' 10-43 Project The agreed scope of work for accomplishing specific airport development with respect to a particular airport. 10-44 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. 10-45 Proposal guaranty The security furnished with a proposal to guarantee that the bidder will enter into a contract if their own proposal is accepted by the Owner. 10-46 Quality Assurance (QA) Owner's responsibility to assure that construction work completed complies with specifications for payment. 10-47 Quality Control (QC) Contractor's responsibility to control material(s) and construction processes to complete construction in accordance with project specifications. 10-48 Quality Assurance (QA) An authorized representative of the Engineer and/or Resident Inspector Project Representative (RPR) assigned to make all necessary inspections, observations, tests, and/or observation of tests of the work performed or being performed, or of the materials furnished or being furnished by the Contractor. 10-49 Quality Assurance (QA) The official quality assurance testing laboratories of the Owner Laboratory or such other laboratories as may be designated by the Engineer or RPR. May also be referred to as Engineer's, Owner's, or QA Laboratory. 10-50 Resident Project The individual, partnership, firm, or corporation duly authorized Representative (RPR) by the Owner to be responsible for all necessary inspections, observations, tests, and/or observations of tests of the contract work performed or being performed, or of the materials furnished or being furnished by the Contractor, and acting directly or through an authorized representative. 10-51 Runway The area on the airport prepared for the landing and takeoff of aircraft. Section 10 Definition of Terms 12/21/2018 AC 150/5370-1OH Paragraph Term Definition Number 10-52 Runway Safety Area (RSA) A defined surface surrounding the runway prepared or suitable for reducing the risk of damage to aircraft. See the construction safety and phasing plan (CSPP) for limits of the RSA. 10-53 Safety Plan Compliance Details how the Contractor will comply with the CSPP. Document (SPCD) 10-54 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. 10-55 Sponsor A Sponsor is defined in 49 USC § 47102(24) as a public agency that submits to the FAA for an AIP grant; or a private Owner of a public -use airport that submits to the FAA an application for an AIP grant for the airport. 10-56 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; navigational aids; buildings; vaults; and, other manmade features of the airport that may be encountered in the work and not otherwise classified herein. 10-57 Subgrade The soil that forms the pavement foundation. 10-58 Superintendent The Contractor's executive representative who is present on the work during progress, authorized to receive and fulfill instructions from the RPR, and who shall supervise and direct the construction. 10-59 Supplemental Agreement A written agreement between the Contractor and the Owner that establishes the basis of payment and contract time adjustment, if any, for the work affected by the supplemental agreement. A supplemental agreement is required if: (1) in scope work would increase or decrease the total amount of the awarded contract by more than 25%: (2) in scope work would increase or decrease the total of any major contract item by more than 25%; (3) work that is not within the scope of the originally awarded contract; or (4) adding or deleting of a major contract item. 10-60 Surety The corporation, partnership, or individual, other than the Contractor, executing payment or performance bonds that are furnished to the Owner by the Contractor. 10-61 Taxilane A taxiway designed for low speed movement of aircraft between aircraft parking areas and terminal areas. 10-62 Taxiway The portion of the air operations area of an airport that has been designated by competent airport authority for movement of Section 10 Definition of Terms 12/21/2018 AC 150/5370-1OH Paragraph Term Definition Number aircraft to and from the airport's runways, aircraft parking areas, and terminal areas. 10-63 Taxiway/Taxilane Safety A defined surface alongside the taxiway prepared or suitable for Area (TSA) reducing the risk of damage to an aircraft. See the construction safety and phasing plan (CSPP) for limits of the TSA. 10-64 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. 10-65 Working day A working day shall be any day other than a legal holiday, Saturday, or Sunday on which the normal working forces of the Contractor may proceed with regular work for at least six (6) hours toward completion of the contract. When work is suspended for causes beyond the Contractor's control, it will not be counted as a working day. Saturdays, Sundays and holidays on which the Contractor's forces engage in regular work will be considered as working days. 10-66 Owner Defined terms None I Biel ZI] an IXW Y [I)\iD7 Section 10 Definition of Terms 12/21/2018 AC 150/5370-10H Section 20 Proposal Requirements and Conditions 20-01 Advertisement (Notice to Bidders). See City of Lubbock, Texas Advertisement. 20-02 Qualification of bidders. Each bidder shall submit evidence of competency and evidence of financial responsibility to perform the work to the Owner at the time of bid opening. Evidence of competency, unless otherwise specified, shall consist of statements covering the bidder's past experience on similar work, and a list of equipment and a list of key personnel that would be available for the work. Each bidder shall furnish the Owner satisfactory evidence of their financial responsibility. 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 bidder'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 their 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 the 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 they are prequalified with the State Highway Division and are on the current "bidder's list" of the state in which the proposed work is located. Evidence of State Highway Division prequalification may be submitted as evidence of financial responsibility in lieu of the certified statements or reports specified above. 20-03 Contents of proposal forms. The Owner's proposal forms state the location and description of the proposed construction; the place, date, and time of opening of the proposals; and the estimated quantities of the various items of work to be performed and materials to be furnished for which unit bid prices are asked. The proposal form states the time in which the work must be completed, and the amount of the proposal guaranty that must accompany the proposal. The Owner will accept only those Proposals properly executed on physical forms or electronic forms provided by the Owner. Bidder actions that may cause the Owner to deem a proposal irregular are given in paragraph 20-09 Irregular proposals. Mobilization is limited to 5 percent of the total project cost. A prebid conference, held 1Oam,Wednesday, September 30, 2020 at City of Lubbock Purchasing, is required on this project to discuss at minimum, material requirements; submittals; Quality Control/Quality Assurance requirements; construction safety and phasing plan including airport access and staging areas; and unique airfield paving construction requirements. 20-04 Issuance of proposal forms. The Owner reserves the right to refuse to issue a proposal form to a prospective bidder if the bidder is 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. Documented record of Contractor default under previous contracts with the Owner. d. Documented record of unsatisfactory work on previous contracts with the Owner. Section 20 Proposal Requirements and Conditions 12/21/2018 AC 150/5370-10H 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 provided in the Section 40, paragraph 40-02, Alteration of Work and Quantities, 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. Bidders shall satisfy themselves to the character, quality, and quantities of work to be performed, materials to be furnished, and 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 to the conditions to be encountered in performing the work and 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 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 the bidder may make or obtain from their own 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 their proposal on the forms furnished by the Owner. All blank spaces in the proposal forms, unless explicitly stated otherwise, 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 which they propose for 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 correctly sign the proposal in ink. If the proposal is made by an individual, their 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 where 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 their authority to do so and that the signature is binding upon the firm or corporation. 20-08 Responsive and responsible bidder. A responsive bid conforms to all significant terms and conditions contained in the Owner's invitation for bid. It is the Owner's responsibility to decide if the exceptions taken by a bidder to the solicitation are material or not and the extent of deviation it is willing to accept. A responsible bidder has the ability to perform successfully under the terms and conditions of a proposed procurement, as defined in 2 CFR § 200.318(h). This includes such matters as Contractor integrity, compliance with public policy, record of past performance, and financial and technical resources. 20-09 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. Section 20 Proposal Requirements and Conditions 9 12/21/2018 AC 150/5370-10H b. If there are unauthorized additions, conditional or alternate pay items, or irregularities of any kind that 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. f. If the applicable Disadvantaged Business Enterprise information is incomplete. 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. 20-10 Bid guarantee. Each separate proposal shall be accompanied by a bid bond, certified check, or other specified acceptable collateral, in the amount specified in the proposal form. Such bond, check, or collateral shall be made payable to the Owner. 20-11 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 or as modified by Addendum before the time specified for opening all bids. Proposals received after the bid opening time shall be returned to the bidder unopened. 20-12 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 email 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. 20-13 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 request) or received after the time specified for opening bids shall be returned to the bidder unopened. 20-14 Disqualification of bidders. A bidder can be 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 paragraph 20-04, Issuance of Proposal Forms, of this section. 20-15 Discrepancies and Omissions. A Bidder who discovers discrepancies or omissions with the project bid documents shall immediately notify the Owner's Engineer of the matter. A bidder that has doubt as to the true meaning of a project requirement may submit to the Owner's Engineer a written request for interpretation no later than seven days prior to bid opening. Any interpretation of the project bid documents by the Owner's Engineer will be by written addendum issued by the Owner. The Owner will not consider any instructions, clarifications or interpretations of the bidding documents in any manner other than written addendum. END OF SECTION 20 Section 20 Proposal Requirements and Conditions 10 12/21/2018 AC 150/5370-10H 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 bid 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 Section 20, paragraph 20-09, Irregular Proposals. b. If the bidder is disqualified for any of the reasons specified Section 20, paragraph 20-14, Disqualification of Bidders. 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 90 calendar days of the date specified for publicly opening proposals, unless otherwise specified herein. If the Owner elects to proceed with an award of contract, the Owner will make award to the responsible bidder whose bid, conforming with all the material terms and conditions of the bid documents, is the lowest in price. 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 paragraph 30-07 Approval of Contract. 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 specified in the paragraph 30-01, Consideration of Proposals. 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 contract bonds as specified in paragraph 30-05, Requirements of Contract Bonds. 30-05 Requirements of contract bonds. At the time of the execution of the contract, the successful bidder shall furnish the Owner a surety bond or bonds that 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 the signed contract to the Owner, along with the fully executed surety bond or bonds specified in paragraph 30-05, Requirements of Contract Bonds, of this section, within 15 calendar days from the date mailed or otherwise delivered to the successful bidder. Section 30 Award and Execution of Contract 11 12/21/2018 AC 150/5370-1OH 30-07 Approval of contract. Upon receipt of the contract and contract bond or bonds that have been executed by the successful bidder, the Owner shall complete the execution of the contract in accordance with local laws or ordinances and return the fully executed contract to the Contractor. Delivery of the fully executed contract to the Contractor shall constitute the Owner's approval to be bound by the successful bidder's proposal and the terms of the contract. 30-08 Failure to execute contract. Failure of the successful bidder to execute the contract and furnish an acceptable surety bond or bonds within the period specified in paragraph 30-06, Execution of Contract, of this section shall be just cause for cancellation of the award and forfeiture of the proposal guaranty, not as a penalty, but as liquidated damages to the Owner. MI4►MIZI] W x4011110910 Section 30 Award and Execution of Contract 12 12/21/2018 AC 150/5370-10H 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 the right to make such changes in quantities and work as may be necessary or desirable to complete, in a satisfactory manner, the original intended work. Unless otherwise specified in the Contract, the Owner's Engineer or RPR shall be and is hereby authorized to make, in writing, such in -scope alterations in the work and variation of quantities as may be necessary to complete the work, provided such action does not represent a significant change in the character of the work. For purpose of this section, a significant change in character of work means: any change that is outside the current contract scope of work; any change (increase or decrease) in the total contract cost by more than 25%; or any change in the total cost of a major contract item by more than 25%. Work alterations and quantity variances that do not meet the definition of significant change in character of work shall not invalidate the contract nor release the surety. Contractor agrees to accept payment for such work alterations and quantity variances in accordance with Section 90, paragraph 90-03, Compensation for Altered Quantities. Should the value of altered work or quantity variance meet the criteria for significant change in character of work, such altered work and quantity variance shall be covered by a supplemental agreement. Supplemental agreements shall also require consent of the Contractor's surety and separate performance and payment bonds. 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 Owner, the Owner's Engineer or the RPR may provide written notice to the Contractor to omit from the work any contract item that does not meet the definition of major contract item. 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 non -performed, 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 Section 90, paragraph 90-04, Payment for Omitted Items. 40-04 Extra work. Should acceptable completion of the contract require the Contractor to perform an item of work not provided for in the awarded contract as previously modified by change order or supplemental agreement, Owner may issue a Change Order to cover the necessary extra work. Change orders for 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 RPR's opinion, is necessary for completion of the extra work. When determined by the RPR to be in the Owner's best interest, the RPR may order the Contractor to proceed with extra work as provided in Section 90, paragraph 90-05, Payment for Extra Work. Extra work that is necessary for acceptable completion of the project but is not within the general scope of the work Section 40 Scope of Work 13 12/21/2018 AC 150/5370-10H covered by the original contract shall be covered by a supplemental agreement as defined in Section 10, paragraph 10-59, Supplemental Agreement. If extra work is essential to maintaining the project critical path, RPR may order the Contractor to commence the extra work under a Time and Material contract method. Once sufficient detail is available to establish the level of effort necessary for the extra work, the Owner shall initiate a change order or supplemental agreement to cover the extra work. Any claim for payment of extra work that is not covered by written agreement (change order or supplemental agreement) shall be rejected by the Owner. 40-05 Maintenance of traffic. It is the explicit intention of the contract that the safety of aircraft, as well as the Contractor's equipment and personnel, is the most important consideration. The Contractor shall maintain traffic in the manner detailed in the Construction Safety and Phasing Plan (CSPP). a. It is understood and agreed that the Contractor shall provide for the free and unobstructed movement of aircraft in the air operations areas (AOAs) of the airport with respect to their own operations and the operations of all subcontractors as specified in Section 80, paragraph 80-04, Limitation of Operations. 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 Section 70, paragraph 70-15, Contractor's Responsibility for Utility Service and Facilities of Others. b. With respect to their own operations and the operations of all subcontractors, the Contractor shall provide marking, lighting, and other acceptable means of identifying personnel, equipment, vehicles, storage areas, and any work area or condition that may be hazardous to the operation of aircraft, fire - rescue equipment, or maintenance vehicles at the airport in accordance with the construction safety and phasing plan (CSPP) and the safety plan compliance document (SPCD). c. When the contract requires the maintenance of 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 the road, street, or highway open to all traffic and shall provide maintenance as may be required to accommodate traffic. The Contractor, at their expense, shall be responsible for the repair to equal or better than preconstruction conditions of any damage caused by the Contractor's equipment and personnel. The Contractor shall furnish, erect, and maintain barricades, warning signs, flag person, and other traffic control devices in reasonable conformity with the Manual on Uniform Traffic Control Devices (MUTCD) (http://mutcd.fhwa.dot.gov/), unless otherwise specified. The Contractor shall also construct and maintain in a safe condition any temporary connections necessary for ingress to and egress from abutting property or intersecting roads, streets or highways. Unless otherwise specified herein, the Contractor will not be required to furnish snow removal for such existing road, street, or highway. 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 Resident Project Representative (RPR) shall be notified prior to disturbing such structure. The disposition of existing structures so encountered shall be immediately determined by the RPR in accordance with the provisions of the contract. Except as provided in Section 40, paragraph 40-07, Rights in and Use of Materials Found in the Work, it is intended that all existing materials or structures that may be encountered (within the lines, grades, or Section 40 Scope of Work 14 12/21/2018 AC 150/5370-10H grading sections established for completion of the work) shall be used in the work as otherwise provided for in the contract and shall remain the property of the Owner when so used in the work. 40-07 Rights in and use of materials found in the work. Should the Contractor encounter any material such as (but not restricted to) sand, stone, gravel, slag, or concrete slabs within the established lines, grades, or grading sections, the use of which is intended by the terms of the contract to be embankment, the Contractor may at their own option either: a. Use such material in another contract item, providing such use is approved by the RPR and is in conformance with the contract specifications applicable to such use; or, b. Remove such material from the site, upon written approval of the RPR; or c. Use such material for the Contractor's own temporary construction on site; or, d. Use such material as intended by the terms of the contract. Should the Contractor wish to exercise option a., b., or c., the Contractor shall request the RPR's approval in advance of such use. Should the RPR 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 their expense, such removed or excavated material with an agreed equal volume of material that is acceptable for use in constructing embankment, backfills, or otherwise to the extent that such replacement material is needed to complete the contract work. The Contractor shall not be charged for use of such material used in the work or removed from the site. Should the RPR 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 their own exercise of option a., b., or c. The Contractor shall not excavate, remove, or otherwise disturb any material, structure, or part of a structure which is located outside the lines, grades, or grading sections established for the work, except where such excavation or removal is provided for in the contract, plans, or specifications. 40-08 Final cleanup. Upon completion of the work and before acceptance and final payment will be made, the Contractor shall remove from the site all machinery, equipment, surplus and discarded materials, rubbish, temporary structures, and stumps or portions of trees. The Contractor shall cut all brush and woods within the limits indicated and shall leave the site in a neat and presentable condition. Material cleared from the site and deposited on adjacent property will not be considered as having been disposed of satisfactorily, unless the Contractor has obtained the written permission of the property Owner. END OF SECTION 40 Section 40 Scope of Work 15 12/21/2018 AC 150/5370-10H Section 50 Control of Work 50-01 Authority of the Resident Project Representative (RPR). The RPR has final authority regarding the interpretation of project specification requirements. The RPR shall determine acceptability of the quality of materials furnished, method of performance of work performed, and the manner and rate of performance of the work. The RPR does not have the authority to accept work that does not conform to specification requirements. 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 RPR 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 their opinion, result in a finished product having a level of safety, economy, durability, and workmanship acceptable to the Owner, the RPR will advise the Owner of their determination that the affected work be accepted and remain in place. The RPR will document the determination and recommend to the Owner a basis of acceptance that will provide for an adjustment in the contract price for the affected portion of the work. Changes in the contract price must be covered by contract change order or supplemental agreement as applicable. If the RPR 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 RPR's written orders. 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 RPR's responsibility to insist on strict compliance with the requirements of the contract, plans, and specifications during the Contractor's execution of the work, when, in the RPR's opinion, such compliance is essential to provide an acceptable finished portion of the work. The term "reasonably close conformity" is also intended to provide the RPR with the authority, after consultation with the Sponsor and FAA, to use sound engineering judgment in their determinations to accept work that is not in strict conformity, but will provide a finished product equal to or better than that required by the requirements of the contract, plans and specifications. The RPR will not be responsible for the Contractor's means, methods, techniques, sequences, or procedures of construction or the safety precautions incident thereto. 50-03 Coordination of contract, plans, and specifications. The contract, plans, specifications, and all referenced standards cited are essential parts of the contract requirements. If electronic files are provided and used on the project and there is a conflict between the electronic files and hard copy plans, the hard copy plans shall govern. 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 advisory circulars (ACs); contract general provisions shall govern over plans, cited standards for materials or testing, and cited ACs; plans shall govern over cited standards for materials or testing and cited ACs. If Section 50 Control of Work 16 12/21/2018 AC 150/5370-10H any paragraphs contained in the Special Provisions conflict with General Provisions or Technical Specifications, the Special Provisions shall govern. From time to time, discrepancies within cited testing standards occur due to the timing of the change, edits, and/or replacement of the standards. If the Contractor discovers any apparent discrepancy within standard test methods, the Contractor shall immediately ask the RPR for an interpretation and decision, and such decision shall be final. 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, Contractor shall immediately notify the Owner or the designated representative in writing requesting their written interpretation and decision. 50-04 List of Special Provisions. SP-1 Scope of Work SP-2 Basis of Contract SP-3 Time and order of Completion SP-4 Calendar Day SP-5 Limitation of Operation SP-6 Airport Operations Security SP-7 Contractor's Plant Site, Storage, and Office Area(s) SP-8 Protection of Property SP-9 Electric Power and Natural Gas SP-10 Lines and Grades SP-I I Water for Construction SP-12 Material Tests SP-13 Barricades, Signs, and Hazard Markings SP-14 Prevention of Air and Water Pollution SP-15 Progress Schedule SP-16 Public Convenience and Safety SP-17 Final Cleaning Up SP-18 Insurance SP-19 Removal and Disposal of Structures, Utilities, and Obstructions SP-20 Conformity with Plans and Allowable Deviations SP-21 Removal of Defective and Unauthorized Work SP-22 Disputed Claims for Extra Work SP-23 Federal Participation SP-24 Indemnification SP-25 Opening of Section of Airport to Traffic SP-26 Contractor's Responsibility for Work Section 50 Control of Work 17 12/21/2018 AC 150/5370-10H SP-27 Correction of Faulty Work after Final Payment SP-28 Separate Contracts SP-29 Shop Drawings and Submittal Procedures SP-30 Engineer SP-31 Trench Safety SP-32 Engineer's Field Office SP-33 Progress Meetings SP-34 Aircraft Rescue and Firefighting (ARFF) Notification SP-35 Geotechnical Information SP-36 Overhead Equipment Safety 50-05 Cooperation of Contractor. The Contractor shall be supplied with five hard copies or an electronic PDF of the plans and specifications. The Contractor shall have available on the construction site at all times one hardcopy each of the plans and specifications. Additional hard 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 shall cooperate with the RPR and their inspectors and with other Contractors in every way possible. The Contractor shall have a competent superintendent on the work at all times who is fully authorized as their 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 RPR or their authorized representative. 50-06 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 the work 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 their own contract and shall protect and hold harmless the Owner from any and all damages or claims that may arise because of inconvenience, delays, or loss experienced because of the presence and operations of other Contractors working within the limits of the same project. The Contractor shall arrange their work and shall place and dispose of the materials being used to not interfere with the operations of the other Contractors within the limits of the same project. The Contractor shall join their work with that of the others in an acceptable manner and shall perform it in proper sequence to that of the others. 50-07 Construction layout and stakes. The Engineer/RPR shall establish necessary horizontal and vertical control. The establishment of Survey Control and/or reestablishment of survey control shall be by a State Licensed Land Surveyor. Contractor is responsible for preserving integrity of horizontal and vertical controls established by Engineer/RPR. In case of negligence on the part of the Contractor or their employees, resulting in the destruction of any horizontal and vertical control, the resulting costs will be deducted as a liquidated damage against the Contractor. Prior to the start of construction, the Contractor will check all control points for horizontal and vertical accuracy and certify in writing to the RPR that the Contractor concurs with survey control established for the project. All lines, grades and measurements from control points necessary for the proper execution Section 50 Control of Work 18 12/21/2018 AC 150/5370-10H and control of the work on this project will be provided to the RPR. The Contractor is responsible to establish all layout required for the construction of the project. Copies of survey notes will be provided to the RPR for each area of construction and for each placement of material as specified to allow the RPR to make periodic checks for conformance with plan grades, alignments and grade tolerances required by the applicable material specifications. Surveys will be provided to the RPR prior to commencing work items that cover or disturb the survey staking. Survey(s) and notes shall be provided in the following format(s): Drawings in DWG format and point data as TXT and/or ASCII File, or comparable. Laser, GPS, String line, or other automatic control shall be checked with temporary control as necessary. In the case of error, on the part of the Contractor, their surveyor, employees or subcontractors, resulting in established grades, alignment or grade tolerances that do not concur with those specified or shown on the plans, the Contractor is solely responsible for correction, removal, replacement and all associated costs at no additional cost to the Owner. No direct payment will be made, unless otherwise specified in contract documents, for this labor, materials, or other expenses. The cost shall be included in the price of the bid for the various items of the Contract. 50-08 Authority and duties of Quality Assurance (QA) inspectors. QA inspectors shall be authorized to inspect all work done and all material furnished. Such QA inspection may extend to all or any part of the work and to the preparation, fabrication, or manufacture of the materials to be used. QA inspectors are not authorized to revoke, alter, or waive any provision of the contract. QA inspectors are not authorized to issue instructions contrary to the plans and specifications or to act as foreman for the Contractor. QA Inspectors are authorized to notify the Contractor or their 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 RPR for a decision. 50-09 Inspection of the work. All materials and each part or detail of the work shall be subject to inspection. The RPR 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 RPR requests it, the Contractor, at any time before acceptance of the work, shall remove or uncover such portions of the fmished 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. Provide advance written notice to the RPR of work the Contractor plans to perform each week and each day. Any work done or materials used without written notice and allowing opportunity for inspection by the RPR may be ordered removed and replaced at the Contractor's expense. Should the contract work include relocation, adjustment, or any other modification to existing facilities, not the property of the (contract) Owner, authorized representatives of the Owners of such facilities shall have the right to inspect such work. Such inspection shall in no sense make any facility owner a party to the contract and shall in no way interfere with the rights of the parties to this contract. 50-10 Removal of unacceptable and unauthorized work. All work that does not conform to the requirements of the contract, plans, and specifications will be considered unacceptable, unless otherwise determined acceptable by the RPR as provided in paragraph 50-02, Conformity with Plans and Specifications. Section 50 Control of Work 19 12/21/2018 AC 150/5370-10H Unacceptable work, whether the result of poor workmanship, use of defective materials, damage through carelessness, or any other cause found to exist prior to the final acceptance of the work, shall be removed immediately and replaced in an acceptable manner in accordance with the provisions of Section 70, paragraph 70-14, Contractor's Responsibility for Work. No removal work made under provision of this paragraph shall be done without lines and grades having been established by the RPR. Work done contrary to the instructions of the RPR, work done beyond the lines shown on the plans or as established by the RPR, 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 with any order of the RPR made under the provisions of this subsection, the RPR will have authority to cause unacceptable work to be remedied or removed and replaced; and unauthorized work to be removed and recover the resulting costs as a liquidated damage against 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 that 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, at their own expense, shall be responsible for the repair to equal or better than preconstruction conditions of any damage caused by the Contractor's equipment and personnel. 50-12 Maintenance during construction. The Contractor shall maintain the work during construction and until the work is accepted. Maintenance shall constitute continuous and effective work prosecuted day by day, with adequate equipment and forces so that the work is maintained in satisfactory condition at all times. In the case of a contract for the placing of a course upon a course or subgrade previously constructed, the Contractor shall maintain the previous course or subgrade during all construction operations. All costs of maintenance work during construction and before the project is accepted shall be included in the unit prices bid on the various contract items, and the Contractor will not be paid an additional amount for such work. 50-13 Failure to maintain the work. Should the Contractor at any time fail to maintain the work as provided in paragraph 50-12, Maintenance during Construction, the RPR 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 RPR's notification, the Owner may suspend any work necessary for the Owner to correct such unsatisfactory maintenance condition, depending on the exigency that exists. Any maintenance cost incurred by the Owner, shall be recovered as a liquidated damage against the Contractor. 50-14 Partial acceptance. If at any time during the execution of the project the Contractor substantially completes a usable unit or portion of the work, the occupancy of which will benefit the Owner, the Contractor may request the RPR to make final inspection of that unit. If the RPR finds upon inspection that the unit has been satisfactorily completed in compliance with the contract, the RPR may accept it as being complete, 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. It Section 50 Control of Work 20 12/21/2018 AC 150/5370-10H shall be understood that the warranty period will commence upon final acceptance of the entire Scope of Work. 50-15 Final acceptance. Upon due notice from the Contractor of presumptive completion of the entire project, the RPR and Owner will make an inspection. If all construction provided for and contemplated by the contract is found to be complete in accordance with the contract, plans, and specifications, such inspection shall constitute the final inspection. The RPR 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 RPR will notify the Contractor and the Contractor shall correct the unsatisfactory work. 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 RPR will make the final acceptance and notify the Contractor in writing of this acceptance as of the date of final inspection. 50-16 Claims for adjustment and disputes. If for any reason the Contractor deems that additional compensation is due for work or materials not clearly provided for in the contract, plans, or specifications or previously authorized as extra work, the Contractor shall notify the RPR in writing of their intention to claim such additional compensation before the Contractor begins the work on which the Contractor bases the claim. If such notification is not given or the RPR 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 RPR 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 a written claim to the RPR who will present it to the Owner for consideration in accordance with local laws or ordinances. Nothing in this subsection shall be construed as a waiver of the Contractor's right to dispute final payment based on differences in measurements or computations. 50-17 Value Engineering Cost Proposal. Not applicable. END OF SECTION 50 Section 50 Control of Work 21 12/21/2018 AC 150/5370-10H Section 60 Control of Materials 60-01 Source of supply and quality requirements. The materials used in the work shall conform to the requirements of the contract, plans, and specifications. Unless otherwise specified, such materials that are manufactured or processed shall be new (as compared to used or reprocessed). In order to expedite the inspection and testing of materials, the Contractor shall furnish documentation to the RPR as to the origin, composition, and manufacture of all materials to be used in the work. Documentation shall be furnished promptly after execution of the contract but, in all cases, prior to delivery of such materials. At the RPR's option, materials may be approved at the source of supply before delivery. 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 meets the requirements of the specifications; and is listed in AC 150/5345-53, Airport Lighting Equipment Certification Program and Addendum, that is in effect on the date of advertisement. 60-02 Samples, tests, and cited specifications. All materials used in the work shall be inspected, tested, and approved by the RPR before incorporation in the work unless otherwise designated. Any work in which untested materials are used without approval or written permission of the RPR 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 RPR, shall be removed at the Contractor's expense. Unless otherwise designated, quality assurance tests will be made by and at the expense of the Owner in accordance with the cited standard methods of ASTM, American Association of State Highway and Transportation Officials (AASHTO), federal specifications, Commercial Item Descriptions, and all other cited methods, which are current on the date of advertisement for bids. The testing organizations performing on -site quality assurance field tests shall have copies of all referenced standards on the construction site for use by all technicians and other personnel. Unless otherwise designated, samples for quality assurance will be taken by a qualified representative of the RPR. All materials being used are subject to inspection, test, or rejection at any time prior to or during incorporation into the work. Copies of all tests will be furnished to the Contractor's representative at their request after review and approval of the RPR. A copy of all Contractor QC test data shall be provided to the RPR daily, in electronic format, on a weekly basis. After completion of the project, and prior to final payment, the Contractor shall submit a final report to the RPR showing all test data reports, plus an analysis of all results showing ranges, averages, and corrective action taken on all failing tests. The Contractor shall employ a Quality Control (QC) testing organization to perform all Contractor required QC tests in accordance with Item C-100 Contractor Quality Control Program (CQCP). 60-03 Certification of compliance/analysis (COC/COA). The RPR may permit the use, prior to sampling and testing, of certain materials or assemblies when accompanied by manufacturer's COC 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. The COA is the manufacturer's COC and includes all applicable test results. Section 60 Control of Materials 22 12/21/2018 AC 150/5370-1OH 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 RPR. When a material or assembly is specified by "brand name or equal" and the Contractor elects to furnish the specified "or equal," 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. The RPR shall be the sole judge as to whether the proposed "or equal" is suitable for use in the work. The RPR reserves the right to refuse permission for use of materials or assemblies on the basis of certificates of compliance. 60-04 Plant inspection. The RPR or their authorized representative may inspect, at its source, any specified material or assembly to be used in the work. Manufacturing plants may be inspected from time to time for the purpose of determining compliance with specified manufacturing methods or materials to be used in the work and to obtain samples required for acceptance of the material or assembly. Should the RPR conduct plant inspections, the following conditions shall exist: a. The RPR shall have the cooperation and assistance of the Contractor and the producer with whom the Contractor has contracted for materials. b. The RPR 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 RPR, the Contractor shall arrange for adequate office or working space that may be reasonably needed for conducting plant inspections. Place office or working space in a convenient location with respect to the plant. It is understood and agreed that the Owner shall have the right to retest any material that has been tested and approved at the source of supply after it has been delivered to the site. The RPR 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/ Resident Project Representative (RPR) field office. An Engineer/RPR field office is not required. 60-06 Storage of materials. Materials shall be stored to assure the preservation of their quality and fitness for the work. Stored materials, even though approved before storage, may again be inspected prior to their use in the work. Stored materials shall be located to facilitate their prompt inspection. The Contractor shall coordinate the storage of all materials with the RPR. 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 and/or CSPP, the storage of materials and the location of the Contractor's plant and parked equipment or vehicles shall be as directed by the RPR. 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 Contractor shall furnish the RPR a copy of the property Owner's permission. Section 60 Control of Materials 23 12/21/2018 AC 150/5370-10H All storage sites on private or airport property shall be restored to their original condition by the Contractor at their 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 RPR. 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 RPR has approved its use in the work. 60-08 Owner furnished materials. The Contractor shall furnish all materials required to complete the work, except those specified, if any, to be furnished by the Owner. Owner -furnished materials shall be made available to the Contractor at the location specified. All costs of handling, transportation from the specified location to the site of work, storage, and installing Owner -furnished materials shall be included in the unit price bid for the contract item in which such Owner -furnished material is used. After any Owner -furnished material has been delivered to the location specified, the Contractor shall be responsible for any demurrage, damage, loss, or other deficiencies that may occur during the Contractor's handling, storage, or use of such Owner -furnished material. The Owner will deduct from any monies due or to become due the Contractor any cost incurred by the Owner in making good such loss due to the Contractor's handling, storage, or use of Owner -furnished materials. END OF SECTION 60 Section 60 Control of Materials 24 12/21/2018 AC 150/5370-10H Section 70 Legal Regulations and Responsibility to Public 70-01 Laws to be observed. The Contractor shall keep fully informed of all federal and state laws, all local laws, ordinances, and regulations and all orders and decrees of bodies or tribunals having any jurisdiction or authority, which in any manner affect those engaged or employed on the work, or which in any way affect the conduct of the work. The Contractor shall at all times observe and comply with all such laws, ordinances, regulations, orders, and decrees; and shall protect and indemnify the Owner and all their officers, agents, or servants against any claim or liability arising from or based on the violation of any such law, ordinance, regulation, order, or decree, whether by the Contractor or the Contractor's employees. 70-02 Permits, licenses, and taxes. The Contractor shall procure all permits and licenses, pay all charges, fees, and taxes, and give all notices necessary and incidental to the due and lawful execution of the work. 70-03 Patented devices, materials, and processes. If the Contractor is required or desires to use any design, device, material, or process covered by letters of patent or copyright, the Contractor shall provide for such use by suitable legal agreement with the Patentee or Owner. The Contractor and the surety shall indemnify and hold harmless the Owner, any third party, or political subdivision from any and all claims for infringement by reason of the use of any such patented design, device, material or process, or any trademark or copyright, and shall indemnify the Owner for any costs, expenses, and damages which it may be obliged to pay by reason of an infringement, at any time during the execution or after the completion of the work. 70-04 Restoration of surfaces disturbed by others. The Owner reserves the right to authorize the construction, reconstruction, or maintenance of any public or private utility service, FAA or National Oceanic and Atmospheric Administration (NOAA) facility, or a utility service of another government agency at any time during the progress of the work. To the extent that such construction, reconstruction, or maintenance has been coordinated with the Owner, such authorized work (by others) must be shown on the plans and is indicated as follows: Not applicable. Except as listed above, the Contractor shall not permit any individual, firm, or corporation to excavate or otherwise disturb such utility services or facilities located within the limits of the work without the written permission of the RPR. Should the Owner of public or private utility service, FAA, or NOAA facility, or a utility service of another government agency be authorized to construct, reconstruct, or maintain such utility service or facility during the progress of the work, the Contractor shall cooperate with such Owners by arranging and performing the work in this contract to facilitate such construction, reconstruction or maintenance by others whether or not such work by others is listed above. When ordered as extra work by the RPR, 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 Participation. The United States Government has agreed to reimburse the Owner for some portion of the contract costs. The contract work is subject to the inspection and approval of duly authorized representatives of the FAA Administrator. No requirement of this contract shall be construed as making the United States a party to the contract nor will any such requirement interfere, in any way, with the rights of either party to the contract. Section 70 Legal Regulations and Responsibility to Public 25 12/21/2018 AC 150/5370-10H 70-06 Sanitary, health, and safety provisions. The Contractor's worksite and facilities shall comply with applicable federal, state, and local requirements for health, safety and sanitary provisions. 70-07 Public convenience and safety. The Contractor shall control their operations and those of their subcontractors and all suppliers, to assure the least inconvenience to the traveling public. Under all circumstances, safety shall be the most important consideration. The Contractor shall maintain the free and unobstructed movement of aircraft and vehicular traffic with respect to their own operations and those of their own subcontractors and all suppliers in accordance with Section 40, paragraph 40-05, Maintenance of Traffic, and shall limit such operations for the convenience and safety of the traveling public as specified in Section 80, paragraph 80-04, Limitation of Operations. The Contractor shall remove or control debris and rubbish resulting from its work operations at frequent intervals, and upon the order of the RPR. If the RPR determines the existence of Contractor debris in the work site represents a hazard to airport operations and the Contractor is unable to respond in a prompt and reasonable manner, the RPR reserves the right to assign the task of debris removal to a third party and recover the resulting costs as a liquidated damage against the Contractor. 70-08 Construction Safety and Phasing Plan (CSPP). The Contractor shall complete the work in accordance with the approved Construction Safety and Phasing Plan (CSPP) developed in accordance with AC 150/5370-2, Operational Safety on Airports During Construction. The CSPP is on sheet(s) G-007 through G-015 of the project plans and included in Appendix B. 70-09 Use of explosives. The use of explosives is not permitted on this project. 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/RPR 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 execution of the work, resulting from any act, omission, neglect, or misconduct in manner or method of executing the work, or at any time due to defective work or materials, and said responsibility shall not be released until the project has been completed and accepted. When or where any direct or indirect damage or injury is done to public or private property by or on account of any act, omission, neglect, or misconduct in the execution of the work, or in consequence of the non -execution thereof by the Contractor, the Contractor shall restore, at their expense, such property to a condition similar or equal to that existing before such damage or injury was done, by repairing, or otherwise restoring as may be directed, or the Contractor shall make good such damage or injury in an acceptable manner. 70-11 Responsibility for damage claims. The Contractor shall indemnify and hold harmless the Engineer/RPR and the Owner and their officers, agents, 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 their own contract considered necessary by the Owner for such purpose may be retained for the use of the Owner or, in case no money is due, their own surety may be held until such suits, actions, or claims for injuries or damages shall have been settled and suitable evidence to that effect furnished to the Owner, except that money due the Section 70 Legal Regulations and Responsibility to Public 26 12/21/2018 AC 150/5370-10H Contractor will not be withheld when the Contractor produces satisfactory evidence that he or she is adequately protected by public liability and property damage insurance. 70-12 Third party beneficiary clause. It is specifically agreed between the parties executing the contract that it is not intended by any of the provisions of any part of the contract to create for the public or any member thereof, a third -party beneficiary or to authorize anyone not a party to the contract to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of the contract. 70-13 Opening sections of the work to traffic. If it is 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 must be specified below and indicated on the approved Construction Safety and Phasing Plan (CSPP) and the project plans. When so specified, the Contractor shall complete such portions of the work on or before the date specified or as otherwise specified. See phasing detail contained in the Construction Safety and Phasing Plan (CSPP) in Appendix B. Upon completion of any portion of work listed above, such portion shall be accepted by the Owner in accordance with Section 50, paragraph 50-14, Partial Acceptance. No portion of the work may be opened by the Contractor until directed by the Owner in writing. Should it become necessary to open a portion of the work to traffic on a temporary or intermittent basis, such openings shall be made when, in the opinion of the RPR, 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 their expense. The Contractor shall make their 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. The Contractor must conform to safety standards contained AC 150/5370-2 and the approved CSPP. Contractor shall refer to the plans, specifications, and the approved CSPP to identify barricade requirements, temporary and/or permanent markings, airfield lighting, guidance signs and other safety requirements prior to opening up sections of work to traffic. 70-14 Contractor's responsibility for work. Until the RPR's final written acceptance of the entire completed work, excepting only those portions of the work accepted in accordance with Section 50, paragraph 50-14, Partial Acceptance, the Contractor shall have the charge and care thereof and shall take every precaution against injury or damage to any part due to the action of the elements or from any other cause, whether arising from the execution or from the non -execution of the work. The Contractor shall rebuild, repair, restore, and make good all injuries or damages to any portion of the work occasioned by any of the above causes 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 their own expense. During such period of suspension of work, the Contractor shall properly and continuously maintain in an acceptable growing condition all living material in newly established planting, seeding, and sodding furnished under the contract, and shall take adequate precautions to protect new tree growth and other important vegetative growth against injury. Section 70 Legal Regulations and Responsibility to Public 27 12/21/2018 AC 150/5370-1OH 70-15 Contractor's responsibility for utility service and facilities of others. As provided in paragraph 70-04, Restoration of Surfaces Disturbed by Others, the Contractor shall cooperate with the owner of any public or private utility service, FAA or NOAA, or a utility service of another government agency that may be authorized by the Owner to construct, reconstruct or maintain such utility services or facilities during the progress of the work. In addition, the Contractor shall control their operations to prevent the unscheduled interruption of such utility services and facilities. To the extent that such public or private utility services, FAA, or NOAA facilities, or utility services of another governmental agency are known to exist within the limits of the contract work, the approximate locations have been indicated on the plans and/or in the contract documents. 1. Lubbock Preston Smith International Airport Deputy Director: Steve Nicholson, 806.775.2036 2. FAA: Brandon Brown, 806.766.6401 3. Lubbock Power and Light: Lee Roy Martinez, 806.789.5602 4. Atmos Energy: Dale Broadstreet, 806.548.1895 5. City of Lubbock Water Utilities: Josh Kristinek, 806.775.3397 It is understood and agreed that the Owner does not guarantee the accuracy or the completeness of the location information relating to existing utility services, facilities, or structures that may be shown on the plans or encountered in the work. Any inaccuracy or omission in such information shall not relieve the Contractor of the responsibility to protect such existing features from damage or unscheduled interruption of service. It is further understood and agreed that the Contractor shall, upon execution of the contract, notify the Owners of all utility services or other facilities of their plan of operations. Such notification shall be in writing addressed to "The Person to Contact" as provided in this paragraph and paragraph 70-04, Restoration of Surfaces Disturbed By Others. A copy of each notification shall be given to the RPR. In addition to the general written notification provided, it shall be the responsibility of the Contractor to keep such individual Owners advised of changes in their plan of operations that would affect such Owners. Prior to beginning the work in the general vicinity of an existing utility service or facility, the Contractor shall again notify each such Owner of their plan of operation. If, in the Contractor's opinion, the Owner's assistance is needed to locate the utility service or facility or the presence of a representative of the Owner is desirable to observe the work, such advice should be included in the notification. Such notification shall be given by the most expeditious means to reach the utility owner's "Person to Contact" no later than two 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 RPR. The Contractor's failure to give the two days' notice shall be cause for the Owner to suspend the Contractor's operations in the general vicinity of a utility service or facility. Where the outside limits of an underground utility service have been located and staked on the ground, the Contractor shall be required to use hand excavation methods within 3 feet of such outside limits at such points as may be required to ensure protection from damage due to the Contractor's operations. Should the Contractor damage or interrupt the operation of a utility service or facility by accident or otherwise, the Contractor shall immediately notify the proper authority and the RPR 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 RPR continuously until such damage has been repaired and service restored to the satisfaction of the utility or facility owner. Section 70 Legal Regulations and Responsibility to Public 28 12/21/2018 AC 150/5370-1OH The Contractor shall bear all costs of damage and restoration of service to any utility service or facility due to their operations whether due to negligence or accident. The Owner reserves the right to deduct such costs from any monies due or which may become due the Contractor, or their own surety. 70-15.1 FAA facilities and cable runs. The Contractor is hereby advised that the construction limits of the project include existing facilities and buried cable runs that are owned, operated and maintained by the FAA. The Contractor, during the execution of the project work, shall comply with the following: a. The Contractor shall permit FAA maintenance personnel the right of access to the project work site for purposes of inspecting and maintaining all existing FAA owned facilities. b. The Contractor shall provide notice to the FAA Air Traffic Organization (ATO)/Technical Operations/System Support Center (SSC) Point -of -Contact through the airport Owner a minimum of seven (7) calendar days prior to commencement of construction activities in order to permit sufficient time to locate and mark existing buried cables and to schedule any required facility outages. c. If execution of the project work requires a facility outage, the Contractor shall contact the FAA Point -of -Contact a minimum of 72 hours prior to the time of the required outage. d. Any damage to FAA cables, access roads, or FAA facilities during construction caused by the Contractor's equipment or personnel whether by negligence or accident will require the Contractor to repair or replace the damaged cables, access road, or FAA facilities to FAA requirements. The Contractor shall not bear the cost to repair damage to underground facilities or utilities improperly located by the FAA. e. If the project work requires the cutting or splicing of FAA owned cables, the FAA Point -of -Contact shall be contacted a minimum of 72 hours prior to the time the cable work commences. The FAA reserves the right to have a FAA representative on site to observe the splicing of the cables as a condition of acceptance. All cable splices are to be accomplished in accordance with FAA specifications and require approval by the FAA Point -of -Contact as a condition of acceptance by the Owner. The Contractor is hereby advised that FAA restricts the location of where splices may be installed. If a cable splice is required in a location that is not permitted by FAA, the Contractor shall furnish and install a sufficient length of new cable that eliminates the need for any splice. 70-16 Furnishing rights -of -way. The Owner will be responsible for furnishing all rights -of -way upon which the work is to be constructed in advance of the Contractor's operations. 70-17 Personal liability of public officials. In carrying out any of the contract provisions or in exercising any power or authority granted by this contract, there shall be no liability upon the Engineer, RPR, their authorized representatives, or any officials of the Owner either personally or as an official of the Owner. It is understood that in such matters they act solely as agents and representatives of the Owner. 70-18 No waiver of legal rights. Upon completion of the work, the Owner will expeditiously make final inspection and notify the Contractor of final acceptance. Such final acceptance, however, shall not preclude or stop the Owner from correcting any measurement, estimate, or certificate made before or after completion of the work, nor shall the Owner be precluded or stopped from recovering from the Contractor or their surety, or both, such overpayment as may be sustained, or by failure on the part of the Contractor to fulfill their obligations under the contract. A waiver on the part of the Owner of any breach of any part of the contract shall not be held to be a waiver of any other or subsequent breach. The Contractor, without prejudice to the terms of the contract, shall be liable to the Owner for latent defects, fraud, or such gross mistakes as may amount to fraud, or as regards the Owner's rights under any warranty or guaranty. 70-19 Environmental protection. The Contractor shall comply with all federal, state, and local laws and regulations controlling pollution of the environment. The Contractor shall take necessary precautions to Section 70 Legal Regulations and Responsibility to Public 29 12/21/2018 AC 150/5370-10H prevent pollution of streams, lakes, ponds, and reservoirs with fuels, oils, asphalts, chemicals, or other harmful materials and to prevent pollution of the atmosphere from particulate and gaseous matter. 70-20 Archaeological and historical findings. Unless otherwise specified in this subsection, the Contractor is advised that the site of the work is not within any property, district, or site, and does not contain any building, structure, or object listed in the current National Register of Historic Places published by the United States Department of Interior. Should the Contractor encounter, during their operations, any building, part of a building, structure, or object that is incongruous with its surroundings, the Contractor shall immediately cease operations in that location and notify the RPR. The RPR will immediately investigate the Contractor's finding and the Owner will direct the Contractor to either resume operations or to suspend operations as directed. Should the Owner order suspension of the Contractor's operations in order to protect an archaeological or historical finding, or order the Contractor to perform extra work, such shall be covered by an appropriate contract change order or supplemental agreement as provided in Section 40, paragraph 40-04, Extra Work, and Section 90, paragraph 90-05, Payment for Extra Work. If appropriate, the contract change order or supplemental agreement shall include an extension of contract time in accordance with Section 80, paragraph 80-07, Determination and Extension of Contract Time. 70-21 Insurance Requirements. Refer to City of Lubbock General Conditions. END OF SECTION 70 Section 70 Legal Regulations and Responsibility to Public 30 12/21/2018 AC 150/5370-10H Section 80 Execution and Progress 80-01 Subletting of contract. The Owner will not recognize any subcontractor on the work. The Contractor shall at all times when work is in progress be represented either in person, by a qualified superintendent, or by other designated, qualified representative who is duly authorized to receive and execute orders of the Resident Project Representative (RPR). The Contractor shall perform, with his organization, an amount of work equal to at least 25 percent of the total contract cost. Should the Contractor elect to assign their contract, said assignment shall be concurred in by the surety, shall be presented for the consideration and approval of the Owner, and shall be consummated only on the written approval of the Owner. The Contractor shall provide copies of all subcontracts to the RPR 14-days prior to being utilized on the project. As a minimum, the information shall include the following: • Subcontractor's legal company name. • Subcontractor's legal company address, including County name. • Principal contact person's name, telephone and fax number. • Complete narrative description, and dollar value of the work to be performed by the subcontractor. Copies of required insurance certificates in accordance with the specifications. • Minority/ non -minority status. 80-02 Notice to proceed (NTP). The Owners notice to proceed will state the date on which contract time commences. The Contractor is expected to commence project operations within 10 days of the NTP date. The Contractor shall notify the RPR at least 24 hours in advance of the time contract operations begins. The Contractor shall not commence any actual operations prior to the date on which the notice to proceed is issued by the Owner. 80-03 Execution and progress. Unless otherwise specified, the Contractor shall submit their coordinated construction schedule showing all work activities for the RPR's review and acceptance at least 10 days prior to the start of work. The Contractor's progress schedule, once accepted by the RPR, will represent the Contractor's baseline plan to accomplish the project in accordance with the terms and conditions of the Contract. The RPR will compare actual Contractor progress against the baseline schedule to determine that status of the Contractor's performance. 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 RPR's request, submit a revised schedule for completion of the work within the contract time and modify their operations to provide such additional materials, equipment, and labor necessary to meet the revised schedule. Should the execution of the work be discontinued for any reason, the Contractor shall notify the RPR at least 24 hours in advance of resuming operations. Section 80 Execution and Progress 31 12/21/2018 AC 150/5370-10H The Contractor shall not commence any actual construction prior to the date on which the NTP is issued by the Owner. The project schedule shall be prepared as a network diagram in Critical Path Method (CPM), Program Evaluation and Review Technique (PERT), or other format, or as otherwise specified. It shall include information on the sequence of work activities, milestone dates, and activity duration. The schedule shall show all work items identified in the project proposal for each work area and shall include the project start date and end date. The Contractor shall maintain the work schedule and provide an update and analysis of the progress schedule on a twice monthly basis, or as otherwise specified in the contract. Submission of the work schedule shall not relieve the Contractor of overall responsibility for scheduling, sequencing, and coordinating all work to comply with the requirements of the contract. 80-04 Limitation of operations. The Contractor shall control their operations and the operations of their subcontractors and all suppliers to provide for the free and unobstructed movement of aircraft in the air operations areas (AOA) of the airport. When the work requires the Contractor to conduct their operations within an AOA of the airport, the work shall be coordinated with airport operations (through the RPR) at least 48 hours prior to commencement of such work. The Contractor shall not close an AOA until so authorized by the RPR and until the necessary temporary marking, signage and associated lighting is in place as provided in Section 70, paragraph 70-08, Construction Safety and Phasing Plan (CSPP). When the contract work requires the Contractor to work within an AOA of the airport on an intermittent basis (intermittent opening and closing of the AOA), the Contractor shall maintain constant communications as specified; immediately obey all instructions to vacate the AOA; and immediately obey all instructions to resume work in such AOA. Failure to maintain the specified communications or to obey instructions shall be cause for suspension of the Contractor's operations in the AOA until satisfactory conditions are provided. The areas of the AOA identified in the Construction Safety Phasing Plan (CSPP) and as listed below, cannot be closed to operating aircraft to permit the Contractor's operations on a continuous basis and will therefore be closed to aircraft operations intermittently as follows: 1. Only Runway 8/26 shall be closed for a maximum of 50 calendar days during Phase 9 construction beginning no earlier than May 1, 2021. 2. Taxiways will be closed intermittently according to the CSPP, but not more than indicated. 3. Owner will permit phase closure of the terminal apron and associated passenger boarding bridge in accordance with the Construction Safety and Phasing Plan (CSPP) included in Appendix B. The Contractor shall be required to conform to safety standards contained in AC 150/5370-2, Operational Safety on Airports During Construction and the approved CSPP. 80-04.1 Operational safety on airport during construction. All Contractors' operations shall be conducted in accordance with the approved project Construction Safety and Phasing Plan (CSPP) and the Safety Plan Compliance Document (SPCD) and the provisions set forth within the current version of AC 150/5370-2, Operational Safety on Airports During Construction. The CSPP included within the contract documents conveys minimum requirements for operational safety on the airport during construction activities. The Contractor shall prepare and submit a SPCD that details how it proposes to comply with the requirements presented within the CSPP. The Contractor shall implement all necessary safety plan measures prior to commencement of any work activity. The Contractor shall conduct routine checks to assure compliance with the safety plan measures. Section 80 Execution and Progress 32 12/21/2018 AC 150/5370-10H The Contractor is responsible to the Owner for the conduct of all subcontractors it employs on the project. The Contractor shall assure that all subcontractors are made aware of the requirements of the CSPP and SPCD and that they implement and maintain all necessary measures. No deviation or modifications may be made to the approved CSPP and SPCD unless approved in writing by the Owner. The necessary coordination actions to review Contractor proposed modifications to an approved CSPP or approved SPCD can require a significant amount of time. 80-05 Character of workers, methods, and equipment. The Contractor shall, at all times, employ sufficient labor and equipment for prosecuting the work to full completion in the manner and time required by the contract, plans, and specifications. All workers shall have sufficient skill and experience to perform properly the work assigned to them. Workers engaged in special work or skilled work shall have sufficient experience in such work and in the operation of the equipment required to perform the work satisfactorily. Any person employed by the Contractor or by any subcontractor who violates any operational regulations or operational safety requirements and, in the opinion of the RPR, does not perform his work in a proper and skillful manner or is intemperate or disorderly shall, at the written request of the RPR, be removed immediately by the Contractor or subcontractor employing such person, and shall not be employed again in any portion of the work without approval of the RPR. Should the Contractor fail to remove such person or persons or fail to furnish suitable and sufficient personnel for the proper execution of the work, the RPR may suspend the work by written notice until compliance with such orders. All equipment that is proposed to be used on the work shall be of sufficient size and in such mechanical condition as to meet requirements of the work and to produce a satisfactory quality of work. Equipment used on any portion of the work shall not cause injury to previously completed work, adjacent property, or existing airport facilities due to its use. When the methods and equipment to be used by the Contractor in accomplishing the work are not prescribed in the contract, the Contractor is free to use any methods or equipment that will accomplish the work in conformity with the requirements of the contract, plans, and specifications. When the contract specifies the use of certain methods and equipment, such methods and equipment shall be used unless otherwise authorized by the RPR. If the Contractor desires to use a method or type of equipment other than specified in the contract, the Contractor may request authority from the RPR 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 RPR 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 RPR 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 paragraph. 80-06 Temporary suspension of the work. The Owner shall have the authority to suspend the work wholly, or in part, for such period or periods the Owner may deem necessary, due to unsuitable weather, or other conditions considered unfavorable for the execution of the work, or for such time 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. Section 80 Execution and Progress 33 12/21/2018 AC 150/5370-10H In the event that the Contractor is ordered by the Owner, in writing, to suspend work for some unforeseen cause not otherwise provided for in the contract and over which the Contractor has no control, the Contractor may be reimbursed for actual money expended on the work during the period of shutdown. No allowance will be made for anticipated profits. The period of shutdown shall be computed from the effective date of the written order to suspend work to the effective date of the written order to resume the work. Claims for such compensation shall be filed with the RPR within the time period stated in the RPR's order to resume work. The Contractor shall submit with their own claim information substantiating the amount shown on the claim. The RPR 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 or for any other delay provided for in the contract, plans, or specifications. If it becomes necessary to suspend work for an indefinite period, the Contractor shall store all materials in such manner that they will not become an obstruction nor become damaged in any way. The Contractor shall take every precaution to prevent damage or deterioration of the work performed and provide for normal drainage of the work. The Contractor shall erect temporary structures where necessary to provide for traffic on, to, or from the airport. 80-07 Determination and extension of contract time. The number of calendar days -shall be stated in the proposal and contract and shall be known as the Contract Time. If the contract time requires extension for reasons beyond the Contractor's control, it shall be adjusted as follows: 80-07.1 Contract time based on calendar days. Contract Time based on calendar days shall consist of the number of calendar days stated in the contract counting from the effective date of the Notice to Proceed and including all Saturdays, Sundays, holidays, and non -work days. All calendar days elapsing between the effective dates of the Owner's orders to suspend and resume all work, due to causes not the fault of the Contractor, shall be excluded. 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. 80-08 Failure to complete on time. For each calendar day or working day, as specified in the contract, that any work remains uncompleted after the contract time (including all extensions and adjustments as provided in paragraph 80-07, Determination and Extension of Contract Time) the sum specified in the contract and proposal as liquidated damages (LD) will be deducted from any money due or to become due the Contractor or their own surety. Such deducted sums shall not be deducted as a penalty but shall be considered as liquidation of a reasonable portion of damages including but not limited to additional engineering services that will be incurred by the Owner should the Contractor fail to complete the work in the time provided in their contract. Section 80 Execution and Progress 34 12/21/2018 AC 150/5370-1OH Schedule Liquidated Damages Cost Allowed Construction Time BASE BID Phase 1 $2,710 24 (Subphase lA*) $2,230 (14*) Phase 2 $2,710 40 (Subphase 2A*) $2,710 (7*) Phase 3 $3,190 45 (Subphase 3A*) $2,230 (5*) Phase 4 $2,710 40 Phase 5 $3,190 16 Phase 6 $2,710 40 (Subphase 6A*) $2,710 (7*) Phase 7 $2,230 24 Phase 8 $2,230 6 (Subphase 8A*) $2,230 (3*) (Subphase 8B*) $2,230 (3*) Phase 9** $2,710 50** Substantial Completion NA 235 Punch List NA 10 Final Completion $ 2,230 245 *Subphase to be completed within each appropriate phase with no additional days. **Shall occur within maximum 50 consecutive calendar days concurrent with other phases and start no earlier than May 1, 2021. The maximum construction time allowed for Phases 1-9 will be the sum of the time allowed for individual phase, plus one transition day between each phase, but not more than 245 calendar days. 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 80-09 Default and termination of contract. The Contractor shall be considered in default of their contract and such default will be considered as cause for the Owner to terminate the contract for any of the following reasons, if the Contractor: a. Fails to begin the work under the contract within the time specified in the Notice to Proceed, or b. Fails to perform the work or fails to provide sufficient workers, equipment and/or materials to assure completion of work in accordance with the terms of the contract, or c. Performs the work unsuitably or neglects or refuses to remove materials or to perform anew such work as may be rejected as unacceptable and unsuitable, or d. Discontinues the execution of the work, or e. Fails to resume work which has been discontinued within a reasonable time after notice to do so, or Section 80 Execution and Progress 35 12/21/2018 AC 150/5370-10H f. Becomes insolvent or is declared bankrupt, or commits any act of bankruptcy or insolvency, or g. Allows any final judgment to stand against the Contractor unsatisfied for a period of 10 days, or h. Makes an assignment for the benefit of creditors, or i. For any other cause whatsoever, fails to carry on the work in an acceptable manner. Should the Owner consider the Contractor in default of the contract for any reason above, the Owner 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 RPR of the facts of such delay, neglect, or default and the Contractor's failure to comply with such notice, have full power and authority without violating the contract, to take the execution of the work out of the hands of the Contractor. The Owner may appropriate or use any or all materials and equipment that have been mobilized for use in the work and are acceptable and may enter into an agreement for the completion of said contract according to the terms and provisions thereof, or use such other methods as in the opinion of the RPR will be required for the completion of said contract in an acceptable manner. All costs and charges incurred by the Owner, together with the cost of completing the work under contract, will be deducted from any monies due or which may become due the Contractor. If such expense exceeds the sum which would have been payable under the contract, then the Contractor and the surety shall be liable and shall pay to the Owner the amount of such excess. 80-10 Termination for national emergencies. The Owner shall terminate the contract or portion thereof by written notice when the Contractor is prevented from proceeding with the construction contract as a direct result of an Executive Order of the President with respect to the execution of war or in the interest of national defense. When the contract, or any portion thereof, is terminated before completion of all items of work in the contract, payment will be made for the actual number of units or items of work completed at the contract price or as mutually agreed for items of work partially completed or not started. No claims or loss of anticipated profits shall be considered. Reimbursement for organization of the work, and other overhead expenses, (when not otherwise included in the contract) and moving equipment and materials to and from the job will be considered, the intent being that an equitable settlement will be made with the Contractor. Acceptable materials, obtained or ordered by the Contractor for the work and that are not incorporated in the work shall, at the option of the Contractor, be purchased from the Contractor at actual cost as shown by receipted bills and actual cost records at such points of delivery as may be designated by the RPR. Termination of the contract or a portion thereof shall neither relieve the Contractor of their responsibilities for the completed work nor shall it relieve their surety of its obligation for and concerning any just claim arising out of the work performed. 80-11 Work area, storage area and sequence of operations. The Contractor shall obtain approval from the RPR prior to beginning any work in all areas of the airport. No operating runway, taxiway, or air operations area (AOA) shall be crossed, entered, or obstructed while it is operational. The Contractor shall plan and coordinate work in accordance with the approved CSPP and SPCD. All Contractor equipment and material stockpiles shall be stored a minimum of 1,000 feet from the centerline of an active runway. No equipment will be allowed to park within the approach area of an active runway at any time. No equipment shall be within 400 feet of an active runway the center line of Runways 17R/35L and 8/26, 130 feet of any active taxiway, and 125 feet to center line of Runway 17L/35R, at any time. END OF SECTION 80 Section 80 Execution and Progress 36 12/21/2018 AC 150/5370-10H Section 90 Measurement and Payment 90-01 Measurement of quantities. All work completed under the contract will be measured by the RPR, or their authorized representatives, using United States Customary Units of Measurement. 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 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 RPR. 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. The term "lump sum" when used as an item of payment will mean complete payment for the work described in the contract. When a complete structure or structural unit (in effect, "lump sum" work) is specified as the unit of measurement, the unit will be construed to include all necessary fittings and accessories. When requested by the Contractor and approved by the RPR in writing, material specified to be measured by the cubic yard may be weighed, and such weights will be converted to cubic yards for -payment purposes. Factors for conversion from weight measurement to volume measurement will be determined by the RPR and shall be agreed to by the Contractor before such method of measurement of pay quantities is used. Measurement and Payment Terms Term Description Excavation and In computing volumes of excavation, the average end area method will be used unless Embankment otherwise specified. Volume Measurement and The term "ton" will mean the short ton consisting of 2,000 pounds avoirdupois. All Proportion by materials that are measured or proportioned by weights shall be weighed on accurate, Weight independently certified scales by competent, qualified personnel at locations designated by the RPR. If material is shipped by rail, the car weight may be accepted provided that only the actual weight of material is 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 RPR directs, and each truck shall bear a plainly legible identification mark. Measurement by Materials to be measured by volume in the hauling vehicle shall be hauled in approved Volume vehicles and measured therein at the point of delivery. Vehicles for this purpose may be of any size or type acceptable for the materials hauled, provided that the body is of such shape that the actual contents may be readily and accurately determined. All vehicles Section 90 Measurement and Payment 12/21/2018 AC 150/5370-10H Term Description 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. Asphalt Material Asphalt materials will be measured by the gallon (liter) or ton. When measured by volume, such volumes will be measured at 60°F or will be corrected to the volume at 607 using ASTM D1250 for asphalts. 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 asphalt material has been lost from the car or the distributor, wasted, or otherwise not incorporated in the work. When asphalt materials are shipped by truck or transport, net certified weights by volume, subject to correction for loss or foaming, will be used for computing quantities. Cement Cement will be measured by the ton or hundredweight . Structure Structures will be measured according to neat lines shown on the plans or as altered to fit field conditions. Timber Timber will be measured by the thousand feet board measure (MFBM) actually incorporated in the structure. Measurement will be based on nominal widths and thicknesses and the extreme length of each piece. Plates and Sheets 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 inch. Miscellaneous Items When standard manufactured items are specified such as fence, wire, plates, rolled shapes, pipe conduit, etc., and these items are identified by gauge, 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 Scales must be tested for accuracy and serviced before use. 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. Platform scales shall be installed and maintained with the platform level and rigid bulkheads at each end. Scales shall be accurate within 0.5% of the correct weight throughout the range of use. The Contractor shall have the scales checked under the observation of the RPR 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 0.1 % of the nominal rated capacity of the scale, but not less than one pound . The use of spring balances will not be permitted. In the event inspection reveals the scales have been "overweighing" (indicating more than correct weight) they will be immediately adjusted. All materials received subsequent to the last previous correct weighting -accuracy test will be reduced by the percentage of error in excess of 0.5%. In the event inspection reveals the scales have been under -weighing (indicating less than correct weight), they shall be immediately adjusted. No additional payment to the Contractor will be allowed for materials previously weighed and recorded. Beams, dials, platforms, and other scale equipment shall be so arranged that the operator and the RPR can safely and conveniently view them. Section 90 Measurement and Payment 12/21/2018 AC 150/5370-1OH Term Description Scale installations shall have available ten standard 50-pound weights for testing the weighing equipment or suitable weights and devices for other approved equipment. All costs in connection with furnishing, installing, certifying, testing, and maintaining scales; for furnishing check weights and scale house; and for all other items specified in this subsection, for the weighing of materials for proportioning or payment, shall be included in the unit contract prices for the various items of the project. Rental Equipment 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 in connection with extra work will be measured as agreed in the change order or supplemental agreement authorizing such work as provided in paragraph 90-05 Payment for Extra Work. Pay Quantities 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 RPR. If revised dimensions result in an increase or decrease in the quantities of such work, the final quantities for payment will be revised in the amount represented by the authorized changes in the dimensions. 90-02 Scope of payment. The Contractor shall receive and accept compensation provided for in the contract as full payment for furnishing all materials, for performing all work under the contract in a complete and acceptable manner, and for all risk, loss, damage, or expense of whatever character arising out of the nature of the work or the execution thereof, subject to the provisions of Section 70, paragraph 70-18, No Waiver of Legal Rights. 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 Section 40, paragraph 40-02, Alteration of Work and Quantities, 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 their own unbalanced allocation of overhead and profit among the contract items, or from any other cause. 90-04 Payment for omitted items. As specified in Section 40, paragraph 40-03, Omitted Items, the RPR 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. Should the RPR 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 RPR's order to omit or non -perform such contract item. Acceptable materials ordered by the Contractor or delivered on the work prior to the date of the RPR'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 RPR's Section 90 Measurement and Payment 12/21/2018 AC 150/5370-1OH 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 work. Extra work, performed in accordance with Section 40, paragraph 40-04, Extra Work, will be paid for at the contract prices or agreed prices specified in the change order or supplemental agreement authorizing the extra work. 90-06 Partial payments. Partial payments will be made to the Contractor at least once each month as the work progresses. Said payments will be based upon estimates, prepared by the RPR, of the value of the work performed and materials complete and 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 paragraph 90-07, Payment for Materials on Hand. No partial payment will be made when the amount due to the Contractor since the last estimate amounts to less than five hundred dollars. a. From the total of the amount determined to be payable on a partial payment, 5 percent of such total amount will be deducted and retained by the Owner for protection of the Owner's interests. Unless otherwise instructed by the Owner, the amount retained by the Owner will be in effect until the final payment is made except as follows: (1)-Contractor may request release of retainage on work that has been partially accepted by the Owner in accordance with Section 50-14. Contractor must provide a certified invoice to the RPR that supports the value of retainage held by the Owner for partially accepted work. (2) In lieu of retainage, the Contractor may exercise at its option the establishment of an escrow account per paragraph 90-08. b. The Contractor is required to pay all subcontractors for satisfactory performance of their contracts no later than 30 days after the Contractor has received a partial payment. Contractor must provide the Owner evidence of prompt and full payment of retainage held by the prime Contractor to the subcontractor within 30 days after the subcontractor's work is satisfactorily completed. A subcontractor's work is satisfactorily completed when all the tasks called for in the subcontract have been accomplished and documented as required by the Owner. When the Owner has made an incremental acceptance of a portion of a prime contract, the work of a subcontractor covered by that acceptance is deemed to be satisfactorily completed. c. When at least 95% of the work has been completed to the satisfaction of the RPR, the RPR shall, at the Owner's discretion and with the consent of the surety, prepare estimates of both the contract value and the cost of the remaining work to be done. The Owner may retain 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. 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 RPR to be a part of the final quantity for the item of work in question. Section 90 Measurement and Payment 4 12/21/2018 AC 150/5370-10H 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 paragraph 90-09, Acceptance and Final Payment. The Contractor shall deliver to the Owner a complete release of all claims for labor and material arising out of this contract before the final payment is made. If any subcontractor or supplier fails to furnish such a release in full, the Contractor may furnish a bond or other collateral satisfactory to the Owner to indemnify the Owner against any potential lien or other such claim. The bond or collateral shall include all costs, expenses, and attorney fees the Owner may be compelled to pay in discharging any such lien or claim. 90-07 Payment for materials on hand. Partial payments may be made to the extent of the delivered cost of materials to be incorporated in the work, provided that such materials meet the requirements of the contract, plans, and specifications and are delivered to acceptable sites on the airport property or at other sites in the vicinity that are acceptable to the Owner. Such delivered costs of stored or stockpiled materials may be included in the next partial payment after the following conditions are met: a. The material has been stored or stockpiled in a manner acceptable to the RPR at or on an approved site. b. The Contractor has furnished the RPR with acceptable evidence of the quantity and quality of such stored or stockpiled materials. c. The Contractor has furnished the RPR 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 stored or stockpiled. e. The Contractor has furnished the Owner evidence that the material stored or stockpiled is insured against loss by damage to or disappearance of such materials at any time 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 their 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 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 paragraph. 90-08 Payment of withheld funds. At the Contractor's option, if an Owner withholds retainage in accordance with the methods described in paragraph 90-06 Partial Payments, the Contractor may request that the Owner deposit the retainage into an escrow account. The Owner's deposit of retainage into an escrow account is subject to 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 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. Section 90 Measurement and Payment 12/21/2018 AC 150/5370-10H 90-09 Acceptance and final payment. When the contract work has been accepted in accordance with the requirements of Section 50, paragraph 50-15, Final Acceptance, the RPR will prepare the final estimate of the items of work actually performed. The Contractor shall approve the RPR's final estimate or advise the RPR of the Contractor's 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 RPR 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 RPR's final estimate. If, after such 30-day period, a dispute still exists, the Contractor may approve the RPR'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 Section 50, paragraph 50-16, Claims for Adjustment and Disputes. After the Contractor has approved, or approved under protest, the RPR's final estimate, and after the RPR's receipt of the project closeout documentation required in paragraph 90-11, Contractor Final Project Documentation, 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 Section 50, paragraph 50-16, Claims for Adjustments and Disputes, or under the provisions of this paragraph, 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. 90-10 Construction warranty. a. In addition to any other warranties in this contract, the Contractor warrants that work performed under this contract conforms to the contract requirements and is free of any defect in equipment, material, workmanship, or design furnished, or performed by the Contractor or any subcontractor or supplier at any tier. b. This warranty shall continue for a period of one year from the date of final acceptance of the work, except as noted.. c. The Contractor shall remedy at the Contractor's expense any failure to conform, or any defect. In addition, the Contractor shall remedy at the Contractor's expense any damage to Owner real or personal property, when that damage is the result of the Contractor's failure to conform to contract requirements; or any defect of equipment, material, workmanship, or design furnished by the Contractor. d. The Contractor shall restore any work damaged in fulfilling the terms and conditions of this clause. The Contractor's warranty with respect to work repaired or replaced will run for one year from the date of repair or replacement. e. The Owner will notify the Contractor, in writing, within seven days after the discovery of any failure, defect, or damage. f. If the Contractor fails to remedy any failure, defect, or damage within 14 days after receipt of notice, the Owner shall have the right to replace, repair, or otherwise remedy the failure, defect, or damage at the Contractor's expense. g. With respect to all warranties, express or implied, from subcontractors, manufacturers, or suppliers for work performed and materials furnished under this contract, the Contractor shall: (1) Obtain all warranties that would be given in normal commercial practice; (2) Require all warranties to be executed, in writing, for the benefit of the Owner, as directed by the Owner, and (3) Enforce all warranties for the benefit of the Owner. Section 90 Measurement and Payment 12/21/2018 AC 150/5370-10H h. This warranty shall not limit the Owner's rights with respect to latent defects, gross mistakes, or fraud. 90-11 Contractor Final Project Documentation. Approval of final payment to the Contractor is contingent upon completion and submittal of the items listed below. The final payment will not be approved until the RPR approves the Contractor's final submittal. The Contractor shall: a. Provide two (2) copies of all manufacturer warranties specified for materials, equipment, and installations. b. Provide weekly payroll records (not previously received) from the general Contractor and all subcontractors. c. Complete final cleanup in accordance with Section 40, paragraph 40-08, Final Cleanup. d. Complete all punch list items identified during the Final Inspection. e. Provide complete release of all claims for labor and material arising out of the Contract. f. Provide a certified statement signed by the subcontractors, indicating actual amounts paid to the Disadvantaged Business Enterprise (DBE) subcontractors and/or suppliers associated with the project. g. When applicable per state requirements, return copies of sales tax completion forms. h. Manufacturer's certifications for all items incorporated in the work. i. All required record drawings, as -built drawings or as -constructed drawings. j. Project Operation and Maintenance (O&M) Manual(s). k. Security for Construction Warranty. 1. Equipment commissioning documentation submitted, if required. in. Provide a certified affidavit from all subcontractors and major material suppliers indicating they have been paid. END OF SECTION 90 Section 90 Measurement and Payment SPECIAL PROVISIONS SPECIAL PROVISIONS SP-1 SCOPE OF WORK Work to be accomplished under these specifications, including the plans, consists of construction work for the LBB Terminal Apron and Runway 8/26 Rehabilitation Project including but not limited to removal and replacement of failed concrete panels, concrete spall repair, crack seal, joint seal, and joint beveling. Project also involves installation of an edge drain system and remarking of the apron as part of both Base Bid and Alternate item(s). All labor, materials and equipment necessary to complete Work called for in specifications and shown on plans, shall be furnished by Contractor. Payment for the various items of Work will be made as specified under various payment paragraphs of technical sections. SP-2 BASIS OF CONTRACT Award of this Contract will be made on the basis of the lowest responsive/responsible bidder. Refer to the City of Lubbock, Texas boiler plate documents for additional information. SP-3 TIME AND ORDER OF COMPLETION Construction covered by specifications shall be completed (final completion) as defined in Section 80-08 of the General Provisions. Contractor may commence Work upon receipt of executed Contract and commence work not later than the 10' day after date of the Notice to Proceed. Contractor will be permitted to prosecute certain portions of Work in order and manner of his own choosing to the best interest of Project; however, Work shall be conducted in such manner and with such materials, equipment and labor as may be required to insure completion per the plans and specifications within the time stated in the Proposal and Contract. Contractor shall furnish Engineer with his proposed progress schedule and Quality Control Plan for approval by Engineer before work is commenced on Project. Other Contractors may be performing work for Owner in the same general area as that covered under this Contract. Contractor shall be expected to coordinate his work with Work of other Contractors as may be required to ensure that all work can be carried out with the least possible interference with the operation of other Contractors or Owner. Contractor's coordination with other Contractors shall require the approval of Engineer. 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. Contractor shall be responsible for scheduling and implementing the various separate construction operations involved in the construction of the improvements included in this Project. Completion shall be within the time frames specified. Contractor will prepare and submit for review his recommended phasing/scheduling plan per the following general guidelines. Liquidated damages will be assessed for delayed completion in the amount shown in General Provisions Section 80-08. Stormwater pollution prevention plan measures shall be in -place and complete before commencement of any construction work. Staging area preparation and construction will need to be performed before Work or as approved by Engineer. 01271417 SP - 1 09/2020 In all phases of work, Contractor shall keep all equipment, personnel, etc. clear of protected surfaces on airfield as shown in "imaginary surfaces" detail in the plans and in the appendix of these specifications. Any deviation from sequences of construction must be submitted by Contractor in writing and will require prior approval of Engineer and Owner. Contractor shall schedule work well in advance of actual operations and shall keep Engineer advised of this schedule so close coordination can be maintained with Director of Aviation. Portions of the terminal/apron and connecting taxiways may be closed as required for proper execution of Work, but at least 14 days' notice will be required before closing any portion of a runway or taxiway. SP-4 CALENDAR DAY Time for completion of Project and liquidated damages shall be per provisions of these specifications. A calendar day is defined as every day shown on the calendar. Valid weather days will be considered by Engineer. SP-5 LIMITATION OF OPERATION Each item of work shall be completed without delay and in no instance shall Contractor be permitted to transfer his forces from uncompleted work to new work without the permission of Engineer. Contractor shall be required to submit a schedule of operations to Engineer for approval. Contractor shall not commence new work to the prejudice of work already started. Contractor shall take all precautions necessary to ensure 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. Contractor shall obey all instructions as to routes to be taken by equipment traveling within the airport area. Contractor shall provide all such equipment with requirements specified in the CSPP. Equipment shall be kept clear of areas defined in the CSPP; personnel shall not enter areas of the airport where aircraft are operating without specific permission. Nighttime construction activities must be coordinated with Engineer in advance of the work performed. All operations shall be coordinated, through Engineer, with Director of Aviation, to the end that no interference with aircraft traffic on active runways, taxiways or aprons will result from the operations of Contractor, except as specified. Construction activities will not be allowed within the safety area of any active runway or taxiway. Contractor shall, at a minimum, use the procedures required in AC 150/5370-2 (latest version) for construction within the AOA. Safety areas for runways, taxiways, and taxi lanes can be obtained from Owner or Engineer if necessary. Contractor shall maintain flagmen, as may be required, to direct his construction traffic if it becomes no traffic shall ever cross an active runway or taxiway without having proper clearance from the control tower. Trenches, "drop offs" 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 workday 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 Engineer by the end of each workday 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 unless otherwise approved by Owner and Engineer. FAA considers any deviation of more than 3 inches above or below the existing grade to be a hazard to aircraft operations. FAA may issue warnings or fine the Airport for these violations. Such fires as may be handed out by FAA as a result of Contractor's activities shall be considered Contractor's responsibility, and shall be promptly paid by Contractor, at his sole expense. 01271417 SP - 2 09/2020 Contractor shall schedule his work well in advance of actual operations and shall keep Engineer advised of this schedule so that close coordination can be maintained with the Director of Aviation. Portions of the terminal apron and connecting Taxiways F and R will be closed as required for proper execution of Work as provided the CSPP. Runway 17R/35L to remain open at all times. Runway 8/26 will be closed for a maximum of 50 calendar days during Phase 9. 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 Contractor's workmen shall result in the discharge of such men per the General Conditions. Continued violations of safety rules and regulations by Contractor, after having been notified of such violations by Engineer, shall constitute grounds for suspending Contractor's operations until steps are taken that will insure a safe operation. Contractor shall be required to equip vehicles used by his Project superintendent and Project foremen on Project with radio receiver/transmitters for monitoring and/or maintaining direct communication with the FAA control tower at Lubbock Preston Smith International Airport. Contractor will provide minimum two radios, as specified. At Project completion, Contractor shall transfer ownership of two specified radios, chargers, and attachments to Owner. Radios shall be delivered to Owner in good working condition. Cost of the two radios, chargers, and attachments will be considered a subsidiary obligation of Contractor under this Project, and no separate, direct payment will be made. Radios to be provided shall consist of the following: Two Icom America, Model IC-A6 (or latest equivalent model), with AC charger, DC charger, carrying case, flexible antenna, headset adapter cable, headset desk charger, multi -charger, and two 760 mAH heavy rechargeable battery packs. Communication will be required at a frequency of 121.9 MHz for Lubbock ground control. Contractor shall monitor ground control at all time when within the Airport Operations Area (AOA). Radio contact shall be required when construction operations are in the vicinity of, or when crossing any portion of the Aircraft Movement Area, or as directed by Engineer. Contractor shall be required to provide sufficient number of radios to maintain communication in all areas of work. 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 Engineer and Director of Aviation. No unauthorized employees or 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 Engineer and the Director of Aviation. Any damage incurred by Contractor's equipment shall be repaired by and at the expense of Contractor, and as required by Engineer and Director of Aviation. Contractor shall not permit water to stand in any excavation adjacent to, or within, existing pavements. To ensure compliance with this requirement Contractor shall always maintain at the site not less than two dewatering pumps in good working condition that any excavation adjacent to existing pavements is open. No work other than dewatering operations will be permitted on Project at any time water is standing in open excavations. Contractor shall maintain the pavement surfaces which can be used as hauling routes, in a clean condition, as determined by Director of Aviation. Successful Bidder shall be subject to a pre -award review by the Office of Sponsor/Owner and Federal Aviation Administration, to determine previous compliance status of Contractor. 01271417 SP - 3 09/2020 Contractor shall be subject to a pre -construction conference to discuss phasing and Project safety control after award of Contract. If Contractor would like to amend the proposed phasing plan it will be discussed, reviewed and approved or modified at this meeting. SP-6 AIRPORT OPERATIONS SECURITY SP-6.1 General Airport security is a vital part of Contractor responsibilities during this Project. The following security guidelines and the rules and regulations of the LBB Operations Department (LBB OPS) and Transportation Security Administration (TSA), shall be followed by Contractor and Contractor's employees, subcontractors, suppliers, and representatives at all times during execution of this Project. 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 Contractor or Contractor's employees, subcontractors, suppliers or representatives. SP-6.2 Airport Operations Area (AOA) Airport operations area (AOA) shall be defined as any portion of Airport property normally secured against unauthorized entry. AOA includes all areas specifically reserved for the operations of aircraft and aircraft support equipment and personnel. Generally, AOA is defined by Airport's outer security fencing and other security measures at the Airport terminal building. When necessary to cross pavement surface on the airfield, Contractor shall inspect all paved surfaces for Foreign Object Debris (FOD), daily and before reopening pavement surface to air traffic. DO NOT leave access under secure fence at any time. SP-6.3 Airport Operations -Issued Security Badues Contractor shall be responsible for obtaining a photo -identification security badge issued by the LBB OPS for each supervisor or foreman of each work crew working within AOA. Contractor shall obtain LBB OPS security badges for at least one member of each work crew working in separate areas of AOA. It is the intent of these specifications that all individuals responsible to Contractor, including Contractor's employees, subcontractors, suppliers, or representatives, either obtain and display an LBB OPS security badge, or obtain and display a Contractor - issued identification badge, as specified, AND be escorted or directly supervised by an individual displaying a current LBB OPS security badge. Contractor may obtain LBB OPS security badges from Operations Department at the LPSIA Airport. LBB OPS reserves the right to limit the number of security badges issued to Contractor. LBB OPS will charge Contractor a $20.00 fee for each security badge issued. Cost for a fingerprint verification will be an additional $30.00. An additional fee will be charged, as noted later in this section, for lost or destroyed badges. LBB-OPS security badges shall be worn in an easily visible location on the person issued the badge at all times while working within AOA. Badge holder shall be familiar with and shall obey all security and safety rules and regulations. LBB OPS security badge may be confiscated and all security rights revoked by LBB OPS upon the breach of any security or safety regulations at the discretion of LBB OPS. The holder of an LBB OPS security badge shall surrender badge at the completion of this Project, upon transfer or termination of employment, or at any other time at the request of LBB OPS. Contractor shall conduct a background check of each applicant for LBB OPS security badge utilizing standard background check forms provided by LBB OPS. Contractor shall be responsible for completing the required forms, and for submitting the forms to LBB OPS for their review as early in Project as possible to avoid any construction delays. Forms for completing the required background check shall be available through Director of Aviation's office after award of Project. Background check shall show proof of minimum five-year employment record and will be reviewed by LBB OPS. LBB OPS shall be responsible for reviewing background checks. Only persons whose application is approved by LBB OPS shall be issued security badges. LBB OPS reserves the right to bar from AOA any individuals found by background check to be, in the opinion of LBB OPS, a risk to AOA security or safety. 01271417 SP - 4 09/2020 At completion of this Project, Contractor shall return all LBB OPS-issued security badges to LBB OPS. LBB OPS will charge an additional $100.00 fee for each lost or destroyed LBB OPS-issued security badge if not replaced. If the lost badge is to be replaced, LBB OPS will charge a $120.00 fee. All LBB OPS-issued security badges must be accounted for and surrendered at completion of this Project. Failure to account for and surrender all LBB Operation -issued security badges will constitute grounds for withholding retainage from the final pay estimate amount. SP-6.4 Contractor -Issued Identification Badges Contractor shall be responsible for the identification of each of Contractor's employees, subcontractors, suppliers, and representatives while these individuals operate within AOA. Contractor shall be responsible for issuing identification badges to each Contractor employees, subcontractors, suppliers, and representatives operating within AOA. Contractor shall maintain a record of all persons issued a Contractor's identification badge. This record shall include home address and phone number of each person issued a badge. Contractor's record of all employees issued an identification badge shall be made available upon the request of LBB OPS, Director of Aviation, or Engineer. Format and content of Contractor -issued identification badge shall be approved by LBB OPS before issuing. Identification badge shall display Contractor company name, employee name, and badge's effective and expiration dates, and shall be plastic -laminated with a clip -on or pin -on method of attaching badge to the holder's outer clothing. Identification badge shall always be worn in an easily visible location on the person issued the badge while operating within the AOA. Contractor -issued identification badge shall not be transferable from individual to individual, but issued to and carried by specific employee, subcontractor, supplier, or representative, issued the badge. Contractor -issued identification badges shall be renewed by Contractor every 30 days during Project construction period. Contractor shall be responsible for all Contractor -issued identification badges. All expired identification badges or badges invalidated by termination of the holder's employment, completion of construction activities, or other reasons, shall be confiscated and retained by Contractor until end of Project. It shall be Contractor's responsibility to record and account for all Contractor -issued identification badges. All identification badges issued by Contractor during Project and records of said badges shall be transferred to the possession of LBB OPS at the completion of Project. Contractor -issued identification badge does not allow unlimited access to all areas within AOA but will permit only escorted or directly supervised access to only those portions of AOA under construction by Contractor. Every individual operating within AOA shall display either LBB OPS-issued security badge or Contractor - issued identification badge at all times. All individual employees, subcontractors, suppliers, representatives, or groups of employees, subcontractors, suppliers, or representatives must always be escorted or directly supervised by an individual bearing a valid LBB OPS-issued security badge while within AOA. Persons within AOA not possessing a valid LBB OPS-issued security badge, or escorted or directly supervised by an individual possessing a valid LBB OPS-issued security badge, shall be considered in violation of LBB OPS security requirements and subject to immediate removal from AOA and any other disciplinary actions necessitated by LBB OPS security arrangements. SP-6.5 Contractor's Entrance Gate Adjacent to Contractor's entrance gate, outside AOA, Contractor shall provide a parking area for Contractor's employee's personal automobiles. Limits of this parking/storage area shall be as directed by Engineer. At completion of this Project, any damage done by Contractor to this area shall be repaired to the satisfaction of Engineer at no additional cost to Owner. Repairs shall include, but not be limited to, regrading and reseeding or repaving any damaged areas. 01271417 SP - 5 09/2020 Contractor shall be responsible for and shall control all movement through Contractor's entrance gate. Only authorized personnel and vehicles shall be allowed to enter AOA through this gate. When not in immediate use by Contractor, gate shall be securely locked by Contractor to prevent entrance by unauthorized persons or vehicles. Upon request, Contractor shall provide Director of Aviation and LBB OPS with duplicate keys (for key locks) or combinations (for combination locks) to the lock or locks used to secure Contractor's entrance gate to AOA. If construction activities, such as hauling materials, require Contractor's entrance gate to AOA remain open for long periods of time, Contractor may, upon approval from Engineer, leave gate open and provide a full-time watchguard at the gate. Watchguard shall be approved for and shall possess an LBB OPS-issued security badge. If this security arrangement is desired and approved, gate shall be manned by watchguard if gate remains open. Watchguard shall be Contractor's representative and responsible for all movement through the gate. Again, only authorized persons and vehicles shall be allowed by Contractor's watchguard to enter AOA. At Contractor's option, and upon approval of Engineer, an automatic gate operator may be installed in lieu of providing a watchguard. AT END OF CONSTRUCTION, CONTRACTOR SHALL REMOVE CONSTRUCTION GATE AND CLOSE OPENING WITH FENCE MEETING LBB AND TSA SECURITY REQUIREMENTS. SP-6.6 Vehicle Escorts All vehicles responsible to Contractor, such as supplier's vehicles, entering AOA shall be escorted by an approved Contractor escort vehicle from the point of AOA entry to construction site. Escort vehicle shall be clearly identified with standard FAA markings and/or FAA flags. In addition, escort vehicle shall be marked with Contractor's name. Escort vehicle will be responsible for leading supply, delivery or other vehicles across the active airfield, including active portions of the terminal apron. To facilitate safe movement of escort vehicle and the escorted vehicles, driver of escort vehicle shall be approved for, issued, and display LBB OPS security badge. Further, escort vehicle driver shall be familiar with airport security and safety procedures and trained to drive in the Aircraft Movement Area. Escort vehicle shall be equipped with an FAA radio, as specified herein, and driver of escort vehicle shall be familiar with FAA radio and its operation and shall obey all instructions from Air Traffic Control Tower. SP-6.7 Challenging Unauthorized Personnel or Vehicles Contractor and employees, subcontractors, suppliers, and representatives who have been issued an LBB OPS security badge shall be responsible for challenging any person or vehicle found on AOA or other non-public areas who is not displaying a valid LBB OPS security badge, or who cannot produce a valid LBB OPS security badge, or who is not under escort or under direct supervision of a person possessing a valid LBB OPS security badge. Challenge shall consist of notifying the person he is within a restricted area and informing the person of an appropriate exit route. LBB OPS shall be immediately notified for further action, and unauthorized person shall be kept under surveillance until LBB OPS arrive. Any expired or altered badge, or any badge bearing a photograph not matching bearer, shall be brought to the attention of LBB OPS and shall be immediately confiscated by LBB OPS or Director of Aviation. SP-6.8 Equipment Exceeding 20-foot Height Any construction activity utilizing equipment in excess of 20 feet shall have prior, written approval of FAA. Contractor shall be responsible for filing the prescribed forms for airspace clearance per Part 77 of Federal Aviation Regulations. Applications for airspace clearance must be submitted at least 30 days before beginning construction activities. To avoid construction delays, Contractor is urged to file the prescribed forms in a timely manner. Airspace clearance from the FAA must be approved before erection of crane or another hoisting device. 01271417 SP - 6 09/2020 When requesting approval for all equipment, the following information is required: Exact location of construction activities utilizing all equipment. 2. Maximum height of equipment. Duration of construction activities utilizing all equipment. 4. Daily hours of crane or other hoisting device operation of tall equipment. Top of crane or other hoisting device shall be marked with a 3- by 3-foot safety -orange and white checkered flag. Crane or other hoisting device shall be lowered at night or at conclusion of construction activities, or during periods of poor visibility (ILS conditions) as directed by Director of Aviation, Engineer, or any other time at direction of Director of Aviation or Engineer. Contractor shall notify Engineer and Director of Aviation at least 48 hours before actual erection of crane or another hoisting device. SP-7 CONTRACTOR'S PLANT SITE, STORAGE, AND OFFICE AREA(S) Contractor shall make his own provisions for plant site, storage and office areas. If Contractor desires to utilize an on -airport location, arrangements must be made with Director of Aviation. The following specific requirements apply to on -airport plant site, storage and office areas. 1. Contractor will be held completely responsible for any damage or deterioration in areas allowed for Contractor's use. Contractor will also be responsible for maintenance of areas and dust control for the duration of Project. 2. Direct negotiation may be conducted with Director of Aviation for any areas desired. Areas used by Contractor may be subject to rental rates and fees as identified by Director of Aviation. 3. Any areas occupied by Contractor and his forces will be required to be completely restored by Contractor, at his expense, including but not limited to regrading disturbed areas; complete removal of debris or any other material brought onto site by Contractor; complete replacement of topsoil, turf, asphalt pavement, concrete slabs or drives, etc. that is worn, deteriorated or damaged during the period Contractor and his forces occupy the area. All restoration shall be to satisfaction of Director of Aviation. 4. Before moving into an unpaved area, Contractor shall clear and grub area, and remove and stockpile minimum 6 inches of existing topsoil. After completion of Project and after clearing site of materials, equipment, and debris, Contractor shall replace, spread, and grade salvaged topsoil, followed by seeding and fertilizing. 5. All restoration activities shall be accomplished per applicable technical specifications of these documents. 6. No direct payment will be made to Contractor for preparing or restoring plant site haul routes, storage, or office areas. 01271417 SP - 7 09/2020 For all Projects that have onsite concrete or hot -mix asphalt batch plant, and Projects involving pug -mill produced material, a concrete -paved material stockpile area is required. All materials to be incorporated into concrete, hot mix, CTB or other similar material must be stockpiled on a specially prepared concrete pad so that stockpile contamination does not occur. Cost associated with preparing the material stockpile pad is considered incidental to mobilization item and should be fully removed at end of Project. Stockpile area shall be restored to pre -Project conditions as specified. SP-8 PROTECTION OF PROPERTY Contractor shall exercise care to prevent damage to all structures, above or below ground, including buildings, fences, pipelines, utilities, roads, etc., whether publicly or privately owned and including work performed by others. Contractor shall be responsible for locating all underground facilities that might be damaged by proposed construction. Contractor shall be responsible for all damage done to either public or private property during course of construction except as specifically provided otherwise in these specifications. Various existing underground utilities and structures are shown on plans. Locations are believed reasonably accurate but not guaranteed. Though an effort has been made to locate and mark, on plans, all underground utilities, Contractor is herein warned that unmarked utilities may exist within construction area. Before construction, Contractor shall coordinate activities with FAA Facilities, LBB OPS, private utility owners and Texas 811 Where conflicts encountered, Contractor shall coordinate action with the Engineer. Certain taxiway, and apron lights, signs, and electrical cables exist within the Project footprint. Contractor shall take all steps necessary to protect these existing facilities during construction to assure continuous operation of lights for runways, taxiways, and apron which will be open for night operations. Contractor shall protect existing lighting fixtures from damage during construction by his operations. An inventory of existing fixtures shall be taken before construction begins and Contractor shall be responsible for cost of replacement of any fixtures damaged by his operations. SP-9 ELECTRIC POWER AND NATURAL GAS Contractor shall make his own provisions for his electrical, natural gas and other fuel requirements and shall pay for electricity, gas or fuel consumed during the construction of Project. Contractor shall construct his own service lines and such construction shall be in strict accordance with all applicable codes and laws. SP-10 LINES AND GRADES Contractor will be responsible for laying out Work from existing paving and structures. Engineer will check grade control and major layouts at his discretion, but this check will not relieve Contractor of his responsibility of correctly locating line and grade per the plans and specifications. Engineer will take all measurements necessary for the determination of amount of work performed under 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 Contractor shall be allowed no extra compensation therefor. 01271417 SP - 8 09/2020 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 Work. Such stakes and markings as Engineer may set for either his own or Contractor's guidance shall be scrupulously preserved by Contractor. In case of negligence on the part of 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 Contractor, at discretion of Engineer. SP-11 WATER FOR CONSTRUCTION Contractor shall make his own provisions for his water requirements and shall pay for all water consumed during construction of Project. Contractor shall make his own arrangements for connections to existing water mains and fire hydrants and piping or hauling the water to point where the water required, all at his own expense. Arrangements for the location of water sources and for payment for water consumed by Contractor during construction shall be made directly with the City of Lubbock, Texas water utility department. SP-12 MATERIAL TESTS Various tests on materials of construction are required in the specifications. In general, Contractor shall bear cost of all material tests required before approval of a material source or mix design. City will bear cost of all passing commercial laboratory tests required during construction and Contractor shall bear cost of all failing construction tests. The following is a summary of tests required of Contractor. Aggregates Tests required, before use, for approval of source. Asphalt Certifications on asphalt material used. Hot Mix Mix design for all surface and base materials proposed, as required in technical specifications. Cement Certifications on cement material used. Cementitious Materials Certifications on material used. Portland Cement Concrete Mix design for all materials proposed, as required in technical specifications. Controlled Low -Strength Material Mix design for all materials proposed, as required in technical specifications. Where only small amounts of any material are used or where compliance with specifications 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, Contractor shall furnish approved material from another source. SP-13 BARRICADES, SIGNS, AND HAZARD MARKINGS Contractor shall provide, erect, and maintain all necessary barricades, signs, danger signals, and lights for the protection of Work and the safety of the public for both land and air traffic. All Contractor's vehicles or equipment within the AOA shall carry FAA standard markings or flags. Movement of vehicles responsible to Contractor shall be under escort, as specified in Paragraph SP-6, AIRPORT OPERATIONS SECURITY. 01271417 SP - 9 09/2020 Portions of the terminal apron and connecting Taxiways F and R closed to traffic shall be protected by effective barricades. Same will be required for all taxiways connecting to Runway 8/26. Spacing of barricades shall be as directed by Engineer. Barricades for aprons closed to traffic shall consist of heavy-duty barricades with reflective striping and a flashing light on each end as shown in detail on the plans. Barricades shall be spaced with no more than 4' clearance between ends. Suitable warning signs illuminated at night by acceptable light units, shall be provided for closed runways, taxiways and roadways. Obstructions shall be illuminated at night. 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. Lights shall be checked daily by Contractor to assure that batteries or power cells are in working order. In addition, lights shall be checked by Contractor at night on a daily basis. AU lights found to be out of order, flashing weakly or in otherwise less than acceptable operating condition shall be immediately replaced or repaired. Engineer may suspend work on Project if Contractor's warning lights not maintained in an acceptable manner. A $25.00 charge will be assessed Contractor for each light, per day, found to be inoperative by Owner's personnel or representatives. SP-14 PREVENTION OF AIR AND WATER POLLUTION Contractor shall use suitable precaution to minimize air and water pollution during the progress of work. Contractor shall comply with directives given by Engineer in implementation of the letter and intent of FAA Advisory Circular 150/5370-10, Item C-102 entitled "Temporary Air and Water Pollution Soil Erosion, and Siltation Control." Item C-102, entitled "Temporary Air and Water Pollution Soil Erosion, and Siltation Control," is included in technical specifications for this Project. SP-15 PROGRESS SCHEDULE Within 10 days after award of Contract, Contractor shall submit a progress schedule for Project. Progress schedule shall be prepared in a form suitable to Engineer and shall show proposed starting and completion dates for each phase of construction and each item of work within each phase. Progress schedule shall include a "Percent Complete Curve," with monthly amount, cumulative amount and cumulative percent. Progress schedule, when submitted in suitable form and provided the schedule indicates certain completion of Project within time specified, will be approved in writing by Engineer. Revision or changes in the approved progress schedule may be made only with approval of Engineer. SP-16 PUBLIC CONVENIENCE AND SAFETY Materials stored on airport shall be so placed and 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 Engineer. In protecting operational areas, minimum clearances maintained for runways shall be in agreement with Part 77 of the Federal Aviation Regulations. During construction of Project, Contractor shall also maintain operational safety on Airport per FAA Advisory Circular 150/5370-2 (latest version), "Operational Safety on Airports During Construction," included in Appendix of these Specifications. No runway, taxiway, apron, or roadway shall be closed or opened except by express permission from Engineer and Director of Aviation. 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 Contractor. 01271417 SP - 10 09/2020 SP-17 FINAL CLEANING UP As each intermediate phase of work is completed and before opening any portion of any airfield apron, runway or taxiway, Contractor shall be responsible for cleaning construction site and adjacent pavement as specified. Upon completion of Work and before acceptance and final payment will be made, Contractor shall remove from the site all machinery, equipment, surplus, and discarded materials, rubbish, and temporary structures. Material cleared from site and deposited on property adjacent, not considered as disposed satisfactorily. Cost of "Cleanup" shall be included as a part of the cost of the various items of work involved, and no direct compensation will be made for this work. SP-18 INSURANCE Contractor shall not begin work under this Contract until he has obtained all insurance as required in General Conditions of the Agreement, furnished proof of same to Owner, and Owner shall have approved same. Insurance coverage indicated in General Conditions shall also include Engineer, Parkhill, Smith & Cooper Inc. as an additional insured. A certificate of Insurance is included in specifications and Contract Documents for this Project. Contractor will be required to have five extra copies of this certificate executed by his insurance company or companies. This certificate will become a part of Contract Documents and must be included with Contract Documents before execution by the City of Lubbock, Texas. Coverages specified herein apply to all operations of 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-19 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 Engineer. Unless specified in proposal, this work shall not be paid for separately but shall be considered as subsidiary obligation of Contractor covered under other Contract items. All material found on airport or removed therefrom shall remain the property of Owner, unless otherwise indicated. All materials and debris specified to be disposed of by Contractor shall become property of Contractor and shall be properly disposed of off the airport property by Contractor. SP-20 CONFORMITY WITH PLANS AND ALLOWABLE DEVIATIONS Finished surfaces shall conform to the lines, grades, cross sections and dimensions. Any deviation from plans which may be required by the exigencies of construction shall be determined by Engineer and authorized by him in writing. SP-21 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 Contractor's expense. Materials not conforming to the requirements of the specifications shall be removed immediately from the site of Work and replaced with satisfactory material by 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 01271417 SP - 11 09/2020 prices, will be done at Contractor's risk and will be considered unauthorized and, at the option of Engineer, may not be measured and paid for and may be ordered removed and replaced at Contractor's expense. Upon failure of 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 Engineer, Owner may recover for such defective work or materials on 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 Contractor, which cost will be deducted from any money due him. SP-22 DISPUTED CLAIMS FOR EXTRA WORK In case Contractor deems extra compensation is due him for work on materials not clearly covered in the Contract, or not ordered by Engineer as an extra, Contractor shall notify Engineer in writing of his intention to make claim for such extra compensation before he begins Work on which he bases the claim and shall afford Engineer every facility for keeping actual cost of Work. Failure on the part of Contractor to give such notification or to afford 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 Contractor and the keeping of costs by Engineer shall not in any way be construed to prove validity of the claim. When Work has been completed, Contractor shall within 10 days file his claim for extra compensation with Engineer, who will present it to Owner for consideration. SP-23 FEDERAL PARTICIPATION The attention of Contractor is invited to the fact the United States Government may pay a portion of the cost of these improvements. The construction work 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-24 INDEMNIFICATION Contractor shall indemnify and hold harmless and defend Owner, Agent, Engineer, and all of 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 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 Contractor will be required to pay any judgment with costs which may be obtained against Owner, Engineer or any of its officer, agents or employees, including attorney's fees. Contractor shall indemnify and hold harmless and defend Owner, Engineer and all of 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 claimed negligent act of Owner, Engineer, 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 Contractor or 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 Contractor will be required to pay any judgment with costs which may be obtained against Owner, Engineer or any of its officers, agents or employees, including attorney's fees. Contractor agrees that he will indemnify and save 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 performance of this Contract. When Owner so desires, Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 01271417 SP - 12 09/2020 SP-25 OPENING OF SECTION OF AIRPORT TO TRAFFIC Whenever, in opinion of Engineer and LBB OPS, a portion of the terminal apron is in an acceptable condition, it may be opened to traffic upon the written order of Engineer. Opening any section of Work will be held as an acceptance of said section but not considered as a waiver of any of the provisions of these specifications or Contract. Pending final completion and acceptance of Work, all necessary repairs and renewals on any section opened, due to defective material or work, to natural causes other than ordinary wear and tear, or to operations of Contractor, shall be performed by and at expense of Contractor. SP-26 CONTRACTOR'S RESPONSIBILITY FOR WORK Until acceptance by Engineer of any part or all of the construction, as provided for in these specifications, it shall be under the charge and care of Contractor, and he shall take every necessary precaution against injury or damage to any part of Work by action of elements or from any other cause whatsoever, whether arising from the execution or from the non -execution of Work. Contractor shall rebuild, repair, restore, and make good, at his own expense, all injuries or damage to any portion of Work occasioned by any of the above causes before its completion and acceptance. SP-27 CORRECTION OF FAULTY WORK AFTER FINAL PAYMENT Making final payment by Owner to Contractor shall not relieve Contractor of responsibility for faulty materials or workmanship. Contractor shall promptly replace any such defects discovered within one year from the date of written final acceptance of Work. Performance Bond shall remain in effect until one year after the date of the written final acceptance of Work to insure compliance by Contractor with the requirements of this paragraph. SP-28 SEPARATE CONTRACTS Owner reserves the right to let other Contracts in connection with or in the vicinity of Project. Contractor shall afford other Contractors reasonable opportunity for the introduction and storage of materials and execution of work and shall coordinate his work and theirs. Contractor's coordination with other Contractors shall require approval of Engineer. See Paragraph SP-3 for additional requirements concerning separate Contracts. SP-29 SHOP DRAWINGS AND SUBMITTAL PROCEDURES Contractor shall submit to Engineer with such promptness as to cause no delay in his own work or in that of any other Contractor, electronic copies of all shop and/or submittal drawings and schedules required for Work of the various trades, and Engineer shall pass upon them with reasonable promptness, making required corrections. Contractor shall make any corrections required by Engineer and file with him the corrected electronic file. Engineer's approval of such drawings or schedules shall not relieve Contractor from responsibility for deviations from drawings or specifications, unless he has in writing called 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. Transmit each submittal with Contractor's standard transmittal letter including Contractor's name, address and phone number. Identify Project, Contractor, subcontractor, or supplier; pertinent Drawing sheet and detail number(s), and specification Section number, as appropriate. Apply Contractor's stamp, signed or initialed certifying that review, verification of Products required, field dimensions, adjacent construction Work, and coordination of information, is per the requirements of Work and Contract Documents. Schedule submittals to expedite Project and deliver to Engineer at his business address. Coordinate submission of related items. Identify variations from Contract Documents and Product or system limitations which may be detrimental to successful performance of the completed Work. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly report any inability to comply with provisions. 01271417 SP - 13 09/2020 Format: 1. Submit all submittals digitally using PDF file extension. Each submittal shall be a single PDF file including transmittal letter. Multiple files for the same submittal will not be accepted. 2. Submittals in any other format, including ZIP files, will be rejected. 3. Hard copies will not be accepted. 4. To ensure each page is legible, PDF pages of drawings shall be same size/scale as a hard copy. Where applicable, scale symbols should be provided to indicate scale. Illegible submittals will be rejected. 5. Submittals will be uploaded to Engineer's Info Exchange website or Procore site. Submittal procedures described in this Article applies to the Construction Progress Schedule, Products List, Shop Drawings, Product Data, Samples (actual samples to be submitted, not digital files), Design Data, Test Reports, Certificates, Manufacturer's Instructions and Field Reports, and any other type of submittal submitted to Engineer. SP-30 ENGINEER Whenever `Engineer" is used in this Contract, it shall be understood as referring to Parkhill, Smith & Cooper Inc., Engineer of Owner, or such other Engineer, Supervisor, or Inspector as may be authorized by said Owner to act in any particular. SP-31 TRENCH SAFETY Contractor shall strictly comply with all requirements of the Occupational Safety and Health Administration (OSHA) Manual, Chapter XVII, Subpart P - EXCAVATION, TRENCHING, AND SHORING (attached as Appendix C for reference) for all trenching and excavation operations. If depths of trenches are encountered which are over 5 feet, Contractor shall cut trench walls to angle of repose of soils encountered or provide alternate shoring details as prepared by a Licensed Professional Engineer in the State of Texas. SP-32 ENGINEER'S FIELD OFFICE Not applicable for this Project. SP-33 PROGRESS MEETINGS A regularly scheduled progress meeting will be held not less than every two weeks and at other times as required by progress of Work. Contractor, Owner, Engineer and all subcontractors active on the site shall be represented. Engineer 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 progress of Work, maintain coordination of efforts, discuss scheduling and resolve any problems relating to Work. SP-34 AIRCRAFT RESCUE AND FIREFIGHTING (ARFF) NOTIFICATION Owner and Engineer shall be notified in writing at least 72 hours in advance if any water line or fire hydrant will be out of service. 72-hour advance notification shall also be provided before performing any work that may close or affect an emergency rescue and firefighting route. 01271417 SP - 14 09/2020 SP-35 GEOTECHNICAL INFORMATION A subsurface geotechnical exploration for this Project was conducted by PaveTex, Lubbock, Texas. Geotechnical information collected during this exploration is included in Appendix C of these specifications. Geotechnical explorations were made to secure information for use during design of Project. The fact that the geotechnical information is included herein does not constitute a warranty by Owner or Engineer as to subsurface conditions which might be encountered during construction of Project. It is the responsibility of the Bidder to satisfy himself as to the subsurface conditions. SP-36 OVERHEAD EQUIPMENT SAFETY Contractor shall strictly comply with all requirements of the Occupational Safety and Health Administration (OSHA) — OSHA A26.550 (a) (15) when operating cranes and overhead equipment in the vicinity of overhead power lines. 01271417 SP - 15 09/2020 TECHNICAL SPECIFICATIONS 12/21/2018 AC 150/5370-10H Item C-100 Contractor Quality Control Program (CQCP) 100-1 General. Quality is more than test results. Quality is the combination of proper materials, testing, workmanship, equipment, inspection, and documentation of the project. Establishing and maintaining a culture of quality is key to achieving a quality project. Contractor shall establish, provide, and maintain an effective Contractor Quality Control Program (CQCP) that details the methods and procedures that will be taken to assure that all materials and completed construction required by this contract conform to contract plans, technical specifications and other requirements, whether manufactured by Contractor, or procured from subcontractors or vendors. Although guidelines are established and certain minimum requirements are specified here and elsewhere in the contract technical specifications, Contractor shall assume full responsibility for accomplishing the stated purpose. Contractor shall establish a CQCP that will: a. Provide qualified personnel to develop and implement the CQCP- b. Provide for the production of acceptable quality materials. c. Provide sufficient information to assure that the specification requirements can be met. d. Document the CQCP process. Contractor shall not begin any construction or production of materials to be incorporated into the completed work until the CQCP has been reviewed and approved by the Resident Project Representative (RPR). No partial payment will be made for materials subject to specific quality control (QC) requirements until the CQCP has been reviewed and approved. QC requirements contained in this section and elsewhere in the contract technical specifications are in addition to and separate from the quality assurance (QA) testing requirements. QA testing requirements are the responsibility of RPR or Contractor as specified in the specifications. A Quality Control (QC)/Quality Assurance (QA) workshop with Engineer, Resident Project Representative (RPR), Contractor, subcontractors, testing laboratories, and Owner's representative must be held prior to start of construction. The QC/QA workshop will be facilitated by Contractor. Contractor shall coordinate with the Airport and RPR on time and location of the QC/QA workshop. Items to be addressed, at a minimum, will include: a. Review of the CQCP including submittals, QC Testing, Action & Suspension Limits for Production, Corrective Action Plans, Distribution of QC reports, and Control Charts. b. Discussion of the QA program. c. Discussion of the QC and QA Organization and authority including coordination and information exchange between QC and QA. d. Establish regular meetings to discuss control of materials, methods and testing. e. Establishment of the overall QC culture. 100-2 Description of program. a. General description. Contractor shall establish a CQCP to perform QC inspection and testing of all items of work required by the technical specifications, including those performed by subcontractors. The CQCP shall ensure conformance to applicable specifications and plans with respect to materials, off -site Item C-100 Contractor Quality Control Program (CQCP) 12/21/2018 AC 150/5370-10H fabrication, workmanship, construction, finish, and functional performance. CQCP shall be effective for control of all construction work performed under this Contract and shall specifically include surveillance and tests required by the technical specifications, in addition to other requirements of this section and any other activities deemed necessary by Contractor to establish an effective level of QC. b. Contractor Quality Control Program (CQCP). Contractor shall describe the CQCP in a written document that shall be reviewed and approved by RPR prior to the start of any production, construction, or off -site fabrication. The written CQCP shall be submitted to RPR for review and approval at least 14 calendar days before the CQCP Workshop/Preconstruction Conference. Contractor's CQCP and QC testing laboratory must be approved in writing by RPR prior to the Notice to Proceed (NTP). The CQCP shall be organized to address, as a minimum, the following: 1. QC organization and resumes of key staff 2. Project progress schedule 3. Submittals schedule 4. Inspection requirements 5. QC testing plan 6. Documentation of QC activities and distribution of QC reports 7. Requirements for corrective action when QC and/or QA acceptance criteria are not met Material quality and construction means and methods. Address all elements applicable to the project that affect the quality of the pavement structure including subgrade, subbase, base, and surface course. Some elements that must be addressed include, but is not limited to mix design, aggregate grading, stockpile management, mixing and transporting, placing and finishing, quality control testing and inspection, smoothness, laydown plan, equipment, and temperature management plan. Contractor must add any additional elements to the CQCP that is necessary to adequately control all production and/or construction processes required by this contract. 100-3 CQCP organization. The CQCP shall be implemented by the establishment of a QC organization. An organizational chart shall be developed to show all QC personnel, their authority, and how these personnel integrate with other management/production and construction functions and personnel. The organizational chart shall identify all QC staff by name and function and shall indicate the total staff required to implement all elements of the CQCP, including inspection and testing for each item of work. If necessary, different technicians can be used for specific inspection and testing functions for different items of work. If an outside organization or independent testing laboratory is used for implementation of all or part of the CQCP, the personnel assigned shall be subject to the qualification requirements of paragraphs 100-03a and 100-03b. The organizational chart shall indicate which personnel are Contractor employees and which are provided by an outside organization. The QC organization shall, as a minimum, consist of the following personnel: a. Program Administrator. Contractor Quality Control Program Administrator (CQCPA) must be a full-time employee of Contractor, or a consultant engaged by Contractor. The CQCPA must have a minimum of five years of experience in QC pavement construction with prior QC experience on a project of comparable size and scope as the contract. Included in the five years of paving/QC experience, the CQCPA must meet at least one of the following requirements: (1) Professional Engineer with one year of airport paving experience. Item C-100 Contractor Quality Control Program (CQCP) 2 12/21/2018 AC 150/5370-10H (2) Engineer -in -training with two years of airport paving experience. (3) National Institute for Certification in Engineering Technologies (NICET) Civil Engineering Technology Level IV with three years of airport paving experience. (4) An individual with four years of airport paving experience, with a Bachelor of Science Degree in Civil Engineering, Civil Engineering Technology or Construction. The CQCPA must have full authority to institute any and all actions necessary for the successful implementation of the CQCP to ensure compliance with the contract plans and technical specifications. The CQCPA authority must include the ability to immediately stop production until materials and/or processes are in compliance with contract specifications. The CQCPA must report directly to a principal officer of the construction firm. The CQCPA may supervise the Quality Control Program on more than one project provided that person can be at the job site within two hours after being notified of a problem. b. QC technicians. A sufficient number of QC technicians necessary to adequately implement the CQCP must be provided. These personnel must be either Engineers, engineering technicians, or experienced craftsman with qualifications in the appropriate field equivalent to NICET Level II in Civil Engineering Technology or higher and shall have a minimum of two years of experience in their area of expertise. The QC technicians must report directly to the CQCPA and shall perform the following functions: (1) Inspection of all materials, construction, plant, and equipment for conformance to the technical specifications, and as required by paragraph 100-6. (2) Performance of all QC tests as required by the technical specifications and paragraph100-8. (3) Performance of tests for RPR when required by the technical specifications. Certification at an equivalent level of qualification and experience by a state or nationally recognized organization will be acceptable in lieu of NICET certification. c. Staffing levels. Contractor shall provide sufficient qualified QC personnel to monitor each work activity at all times. Where material is being produced in a plant for incorporation into the work, separate plant and field technicians shall be provided at each plant and field placement location. The scheduling and coordinating of all inspection and testing must match the type and pace of work activity. The CQCP shall state where different technicians will be required for different work elements. 100-4 Project progress schedule. Critical QC activities must be shown on the project schedule as required by Section 80, paragraph 80-03, Execution and Progress. 100-5 Submittals schedule. Contractor shall submit a detailed listing of all submittals (for example, mix designs, material certifications) and shop drawings required by the technical specifications. The listing can be developed in a spreadsheet format and shall include as a minimum: a. Specification item number b. Item description c. Description of submittal d. Specification paragraph requiring submittal e. Scheduled date of submittal 100-6 Inspection requirements. QC inspection functions shall be organized to provide inspections for all definable features of work, as detailed below. All inspections shall be documented by Contractor as specified by paragraph 100-9. Item C-100 Contractor Quality Control Program (CQCP) 12/21/2018 AC 150/5370-10H Inspections shall be performed as needed to ensure continuing compliance with contract requirements until completion of the particular feature of work. Inspections shall include the following minimum requirements: a. During plant operation for material production, QC test results and periodic inspections shall be used to ensure the quality of aggregates and other mix components, and to adjust and control mix proportioning to meet the approved mix design and other requirements of the technical specifications. All equipment used in proportioning and mixing shall be inspected to ensure its proper operating condition. The CQCP shall detail how these and other QC functions will be accomplished and used. b. During field operations, QC test results and periodic inspections shall be used to ensure the quality of all materials and workmanship. All equipment used in placing, finishing, and compacting shall be inspected to ensure its proper operating condition and to ensure that all such operations are in conformance to the technical specifications and are within the plan dimensions, lines, grades, and tolerances specified. The CQCP shall document how these and other QC functions will be accomplished and used. 100-7 Contractor QC testing facility. a. For projects that include Item P-401, Item P-403, and Item P-404, Contractor shall ensure facilities, including all necessary equipment, materials, and current reference standards, are provided that meet requirements in the following paragraphs of ASTM D3666, Standard Specification for Minimum Requirements for Agencies Testing and Inspecting Road and Paving Materials: • 8.1.3 Equipment Calibration and Checks; 0 8.1.9 Equipment Calibration, Standardization, and Check Records; • 8.1.12 Test Methods and Procedures b. For projects that include P-501, Contractor shall ensure facilities, including all necessary equipment, materials, and current reference standards, are provided that meet requirements in the following paragraphs of ASTM C1077, Standard Practice for Agencies Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Testing Agency Evaluation: • 7 Test Methods and Procedures 0 8 Facilities, Equipment, and Supplemental Procedures 100-8 QC testing plan. As a part of the overall CQCP, Contractor shall implement a QC testing plan, as required by the technical specifications. The testing plan shall include the minimum tests and test frequencies required by each technical specification Item, as well as any additional QC tests that Contractor deems necessary to adequately control production and/or construction processes. The QC testing plan can be developed in a spreadsheet fashion and shall, as a minimum, include the following: a. Specification item number (e.g., P-401) b. Item description (e.g., Hot Mix Asphalt Pavements) c. Test type (e.g., gradation, grade, asphalt content) d. Test standard (e.g., ASTM or American Association of State Highway and Transportation Officials (AASHTO) test number, as applicable) e. Test frequency (e.g., as required by technical specifications or minimum frequency when requirements are not stated) f. Responsibility (e.g., plant technician) g. Control requirements (e.g., target, permissible deviations) Item C-100 Contractor Quality Control Program (CQCP) 4 12/21/2018 AC 150/5370-10H The QC testing plan shall contain a statistically based procedure of random sampling for acquiring test samples in accordance with ASTM D3665. RPR shall be provided the opportunity to witness QC sampling and testing. All QC test results shall be documented by Contractor as required by paragraph 100-9. 100-9 Documentation. Contractor shall maintain current QC records of all inspections and tests performed. These records shall include factual evidence that the required QC inspections or tests have been performed, including type and number of inspections or tests involved; results of inspections or tests; nature of defects, deviations, causes for rejection, etc.; proposed remedial action; and corrective actions taken. These records must cover both conforming and defective or deficient features and must include a statement that all supplies and materials incorporated in the work are in full compliance with the terms of the contract. Legible copies of these records shall be furnished to RPR daily. The records shall cover all work placed subsequent to the previously furnished records and shall be verified and signed by the CQCPA. Contractor QC records required for the contract shall include, but are not necessarily limited to, the following records: a. Daily inspection reports. Each Contractor QC technician shall maintain a daily log of all inspections performed for both Contractor and subcontractor operations. These technician's daily reports shall provide factual evidence that continuous QC inspections have been performed and shall, as a minimum, include the following: (1) Technical specification item number and description (2) Compliance with approved submittals (3) Proper storage of materials and equipment (4) Proper operation of all equipment (5) Adherence to plans and technical specifications (6) Summary of any necessary corrective actions (7) Safety inspection. (8) Photographs and/or video The daily inspection reports shall identify all QC inspections and QC tests conducted, results of inspections, location and nature of defects found, causes for rejection, and remedial or corrective actions taken or proposed. The daily inspection reports shall be signed by the responsible QC technician and the CQCPA. RPR shall be provided at least one copy of each daily inspection report on the workday following the day of record. When QC inspection and test results are recorded and transmitted electronically, the results must be archived. b. Daily test reports. Contractor shall be responsible for establishing a system that will record all QC test results. Daily test reports shall document the following information: (1) Technical specification item number and description (2) Test designation (3) Location (4) Date of test (5) Control requirements (6) Test results (7) Causes for rejection (8) Recommended remedial actions Item C-100 Contractor Quality Control Program (CQCP) 12/21/2018 AC 150/5370-10H (9) Retests Test results from each day's work period shall be submitted to RPR prior to the start of the next day's work period. When required by the technical specifications, Contractor shall maintain statistical QC charts. When QC daily test results are recorded and transmitted electronically, the results must be archived. 100-10 Corrective action requirements. The CQCP shall indicate the appropriate action to be taken when a process is deemed, or believed, to be out of control (out of tolerance) and detail what action will be taken to bring the process into control. The requirements for corrective action shall include both general requirements for operation of the CQCP as a whole and for individual items of work contained in the technical specifications. The CQCP shall detail how the results of QC inspections and tests will be used for determining the need for corrective action and shall contain clear rules to gauge when a process is out of control and the type of correction to be taken to regain process control. When applicable or required by the technical specifications, Contractor shall establish and use statistical QC charts for individual QC tests. The requirements for corrective action shall be linked to the control charts. 100-11 Inspection and/or observations by RPR. All items of material and equipment are subject to inspection and/or observation by RPR at the point of production, manufacture or shipment to detennine if Contractor, producer, manufacturer or shipper maintains an adequate QC system in conformance with the requirements detailed here and the applicable technical specifications and plans. In addition, all items of materials, equipment and work in place shall be subject to inspection and/or observation by RPR at the site for the same purpose. Inspection and/or observations by RPR does not relieve Contractor of performing QC inspections of either on -site or off -site Contractor's or subcontractor's work. 100-12 Noncompliance. a. Resident Project Representative (RPR) will provide written notice to Contractor of any noncompliance with their CQCP. After receipt of such notice, Contractor must take corrective action. b. When QC activities do not comply with either the CQCP or the contract provisions or when Contractor fails to properly operate and maintain an effective CQCP, and no effective corrective actions have been taken after notification of non-compliance, RPR will recommend Owner take the following actions: (1) Order Contractor to replace ineffective or unqualified QC personnel or subcontractors and/or (2) Order Contractor to stop operations until appropriate corrective actions are taken. METHOD OF MEASUREMENT 100-13 Basis of measurement and payment. Contractor Quality Control Program (CQCP) is for the personnel, tests, facilities and documentation required to implement the CQCP. CQCP will be paid as a lump sum with the following schedule of partial payments: a. With first pay request, 25% with approval of CQCP and completion of the Quality Control (QC) / Quality Assurance (QA) workshop. b. When 25% or more of the original contract is earned, an additional 25%. c. When 50% or more of the original contract is earned, an additional 20%. d. When 75% or more of the original contract is earned, an additional 20% Item C-100 Contractor Quality Control Program (CQCP) 12/21/2018 AC 150/5370-10H e. After final inspection and acceptance of project, the final 10%. BASIS OF PAYMENT 100-14 Payment will be made under: Item C-100 Contractor Quality Control Program (CQCP) REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. National Institute for Certification in Engineering Technologies (NICET) ASTM International (ASTM) ASTM C1077 Standard Practice for Agencies Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Testing Agency Evaluation ASTM D3665 Standard Practice for Random Sampling of Construction Materials ASTM D3666 Standard Specification for Minimum Requirements for Agencies Testing and Inspecting Road and Paving Materials END OF ITEM C-100 Item C-100 Contractor Quality Control Program (CQCP) 12/21/2018 AC 150/5370-1OH Item C-102 Temporary Air and Water Pollution, Soil Erosion, and Siltation Control DESCRIPTION 102-1. This item shall consist of temporary control measures as shown on the plans or as ordered by the Resident Project Representative (RPR) during the life of a contract to control pollution of air and water, soil erosion, and siltation through the use of silt fences, berms, dikes, dams, sediment basins, fiber mats, gravel, mulches, grasses, slope drains, and other erosion control devices or methods. Temporary erosion control shall be in accordance with the approved erosion control plan; the approved Construction Safety and Phasing Plan (CSPP) and AC 150/5370-2, Operational Safety on Airports During Construction. The temporary erosion control measures contained herein shall be coordinated with the permanent erosion control measures specified as part of this contract to the extent practical to assure economical, effective, and continuous erosion control throughout the construction period. Temporary control may include work outside the construction limits such as borrow pit operations, equipment and material storage sites, waste areas, and temporary plant sites. Temporary control measures shall be designed, installed and maintained to minimize the creation of wildlife attractants that have the potential to attract hazardous wildlife on or near public -use airports. MATERIALS 102-2.1 Grass. Grass that will not compete with the grasses sown later for permanent cover per Item T- 901 shall be a quick -growing species (such as ryegrass, Italian ryegrass, or cereal grasses) suitable to the area providing a temporary cover. Selected grass species shall not create a wildlife attractant. 102-2.2 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 per Item T-908. Mulches shall not create a wildlife attractant. 102-2.3 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. 102-2.4 Slope drains. Slope drains may be constructed of pipe, fiber mats, rubble, concrete, asphalt, or other materials that will adequately control erosion. 102-2.5 Silt fence. Silt fence shall consist of polymeric filaments which are formed into a stable network such that filaments retain their relative positions. Synthetic filter fabric shall contain ultraviolet ray inhibitors and stabilizers to provide a minimum of six months of expected usable construction life. Silt fence shall meet the requirements of ASTM D6461. 102-2.6 Other. All other materials shall meet commercial grade standards and shall be approved by RPR before being incorporated into the project. CONSTRUCTION REQUIREMENTS 102-3.1 General. In the event of conflict between these requirements and pollution control laws, rules, or regulations of other federal, state, or local agencies, the more restrictive laws, rules, or regulations shall apply. RPR shall be responsible for assuring compliance to the extent that construction practices, construction operations, and construction work are involved. Item C-102 Temporary Air and Water Pollution, Soil Erosion, and Siltation Control 12/21/2018 AC 150/5370-10H 102-3.2 Schedule. Prior to the start of construction, Contractor shall submit schedules in accordance with the approved Construction Safety and Phasing Plan (CSPP) and the plans for accomplishment of temporary and permanent erosion control work for clearing and grubbing; grading; construction; paving; and structures at watercourses. 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 RPR. 102-3.3 Construction details. Contractor will be required to incorporate all permanent erosion control features into the project at the earliest practicable time as outlined in the plans and approved CSPP. Except where future construction operations will damage slopes, Contractor shall perform the permanent seeding and mulching and other specified slope protection work in stages, as soon as substantial areas of exposed slopes can be made available. Temporary erosion and pollution control measures will be used to correct conditions that develop during construction that were not foreseen during the design stage; that are needed prior to installation of permanent control features; or that are needed temporarily to control erosion that develops during normal construction practices, but are not associated with permanent control features on the project. Where erosion may be a problem, schedule and perform clearing and grubbing operations so that grading operations and permanent erosion control features can follow immediately if project conditions permit. Temporary erosion control measures are required if permanent measures cannot immediately follow grading operations. RPR shall limit the area of clearing and grubbing, excavation, borrow, and embankment operations in progress, commensurate with Contractor's capability and progress in keeping the finish grading, mulching, seeding, and other such permanent control measures current with the accepted schedule. If seasonal limitations make such coordination unrealistic, temporary erosion control measures shall be taken immediately to the extent feasible and justified as directed by RPR. Contractor shall provide immediate permanent or temporary pollution control measures to minimize contamination of adjacent streams or other watercourses, lakes, ponds, or other areas of water impoundment as directed by RPR. If temporary erosion and pollution control measures are required due to Contractor's negligence, carelessness, or failure to install permanent controls as a part of the work as scheduled or directed by RPR, the work shall be performed by Contractor and the cost shall be incidental to this item. RPR may increase or decrease the area of erodible earth material that can be exposed at any time based on an analysis of project conditions. The erosion control features installed by Contractor shall be maintained by Contractor during the construction period. Provide temporary structures whenever construction equipment must cross watercourses at frequent intervals. Pollutants such as fuels, lubricants, bitumen, raw sewage, wash water from concrete mixing operations, and other harmful materials shall not be discharged into any waterways, impoundments or into natural or manmade channels. 102-3.4 Installation, maintenance and removal of silt fence. Silt fences shall extend a minimum of 16 inches and a maximum of 34 inches above the ground surface. Posts shall be set no more than 10 feet on center. Filter fabric shall be cut from a continuous roll to the length required minimizing joints where possible. When joints are necessary, the fabric shall be spliced at a support post with a minimum 12-inch overlap and securely sealed. A trench shall be excavated approximately 4 inches deep by 4 inches wide on the upslope side of the silt fence. The trench shall be backfilled and the soil compacted over the silt fence fabric. Contractor shall remove and dispose of silt that accumulates during construction and prior to establishment of permanent erosion control. The fence shall be maintained in good working condition until permanent erosion control is established. Silt fence shall be removed upon approval of RPR. Item C-102 Temporary Air and Water Pollution, Soil Erosion, and Siltation Control 2 12/21/2018 AC 150/5370-10H METHOD OF MEASUREMENT 102-4.1 Temporary erosion and pollution control work required will be performed as scheduled or directed by RPR. Completed and accepted work will be measured per lump sum. This price shall be full compensation for costs associated with preparation, administration and superintendence of the SW3P, installation, management, and removal of the Best Management Practices (BMPs), furnishing all materials, labor, tools and equipment, and for any fees required by the regulating agency. 102-4.2 Control work performed for protection of construction areas outside the construction limits, such as borrow and waste areas, haul roads, equipment and material storage sites, and temporary plant sites, will not be measured and paid for directly but shall be considered as a subsidiary obligation of Contractor. BASIS OF PAYMENT 102-5.1 Accepted quantities of temporary water pollution, soil erosion, and siltation control work ordered by RPR and measured as provided in paragraph 102-4.1 will be paid for under: Item C-102 Temporary Air and Water Pollution, Soil Erosion, and Siltation Control (including BMPs) per lump sum under progress payments determined by dividing the total lump sum price by the number of months to final completion. REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. Advisory Circulars (AC) AC 150/5200-33 Hazardous Wildlife Attractants on or Near Airports AC 150/5370-2 Operational Safety on Airports During Construction ASTM International (ASTM) ASTM D6461 Standard Specification for Silt Fence Materials United States Department of Agriculture (USDA) FAA/USDA Wildlife Hazard Management at Airports, A Manual for Airport Personnel END OF ITEM C-102 Item C-102 Temporary Air and Water Pollution, Soil Erosion, and Siltation Control 07.21.2014 AC 150/5370-1OH Item C-105 Mobilization 105-1 Description. This item of work shall consist of, but is not limited to, work and operations necessary for the movement of personnel, equipment, material and supplies to and from the project site for work on the project except as provided in the contract as separate pay items. Mobilization shall also include removing existing contractor gate and close the gap with permanent fencing material according to Specification Section F-162 — Chain Link Fence. 105-2 Mobilization limit. Mobilization shall be limited to 5 percent of the total project cost. 105-3 Posted notices. Prior to commencement of construction activities, Contractor must post the following documents in a prominent and accessible place where they may be easily viewed by all employees of the prime Contractor and by all employees of subcontractors engaged by the prime Contractor: Equal Employment Opportunity (EEO) Poster "Equal Employment Opportunity is the Law" in accordance with the Office of Federal Contract Compliance Programs Executive Order 11246, as amended; Davis Bacon Wage Poster (WH 1321) - DOL "Notice to All Employees" Poster; and Applicable Davis -Bacon Wage Rate Determination. These notices must remain posted until final acceptance of the work by Owner. 105-4 Engineer/RPR field office. An Engineer/RPR field office is not required. METHOD OF MEASUREMENT 105-5 Basis of measurement and payment. Based upon the contract lump sum price for "Mobilization" partial payments will be allowed as follows: a. With first pay request, 25%. b. When 25% or more of the original contract is earned, an additional 25%. c. When 50% or more of the original contract is earned, an additional 40%. d. After Final Inspection, staging area clean-up and delivery of all Project Closeout materials as required by Section 90, paragraph 90-11, Contractor Final Project Documentation, the final 10%. 105-6 Payment will be made under: Item C-105 Mobilization BASIS OF PAYMENT REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. Office of Federal Contract Compliance Programs (OFCCP) Executive Order 11246, as amended EEOC-P/E-1 — Equal Employment Opportunity is the Law Poster Item C-105 Mobilization 07.21.2014 AC 150/5370-1OH United States Department of Labor, Wage and Hour Division (WHD) WH 1321 — Employee Rights under the Davis -Bacon Act Poster END OF ITEM C-105 Item C-105 Mobilization 12/21/2018 AC 150/5370-1OH Item P-101 Preparation/Removal of Existing Pavements DESCRIPTION 101-1 This item shall consist of preparation of existing pavement surfaces for overlay, surface treatments, removal of existing pavement, and other miscellaneous items. The work shall be accomplished in accordance with these specifications and the applicable plans. EQUIPMENT AND MATERIALS 101-2 All equipment and materials shall be specified here and in the following paragraphs or approved by Resident Project Representative (RPR). The equipment shall not cause damage to the pavement to remain in place. CONSTRUCTION 101-3.1 Removal of existing pavement. Contractor removal operation shall be controlled to not damage adjacent pavement structure, and base material, cables, utility ducts, pipelines, or drainage structures which are to remain under the pavement. a. Concrete pavement removal. Full depth saw cuts shall be made perpendicular to the slab surface. Contractor shall saw through the full depth of the slab including any dowels at the joint, removing the pavement and installing new dowels as shown on the plans and per the specifications. Where the perimeter of the removal limits is not located on the joint and there are no dowels present, the perimeter shall be saw cut the full depth of the pavement. The pavement inside the saw cut shall be removed by methods which will not cause distress in the pavement which is to remain in place Concrete slabs that are damaged by under breaking shall be repaired or removed and replaced as directed by RPR. The edge of existing concrete pavement against which new pavement abuts shall be protected from damage at all times. Spall and underbreak repair shall be in accordance with the plans. Any underlaying material that is to remain in place, shall be recompacted and/or replaced as shown on the plans. Adjacent areas damaged during repair shall be repaired or replaced at Contractor expense. b. Asphalt pavement removal. Asphalt pavement to be removed shall be cut to the full depth of the asphalt pavement around the perimeter of the area to be removed. Prior to replacement, neighboring asphalt shall be staggered at 1-foot offset for each lift of new asphalt. c. Repair or removal of Base, Subbase, and/or Subgrade. All failed material including surface, base course, subbase course, and subgrade shall be removed and repaired as shown on the plans or as directed by RPR. Materials and methods of construction shall comply with the applicable sections of these specifications. Any damage caused by Contractor's removal process shall be repaired at the Contractor's expense. 101-3.2 Preparation of joints and cracks prior to surface treatment. Remove all vegetation and debris from cracks to a minimum depth of 1 inch. If extensive vegetation exists, treat the specific area with a concentrated solution of a water -based herbicide approved by RPR. Fill all cracks greater than 1/4-inch-wide) with a crack sealant per ASTM D6690. The crack sealant, preparation, and application shall be compatible with the surface treatment to be used. To minimize contamination of the asphalt with the Item P-101 Preparation/Removal of Existing Pavements 12/21/2018 AC 150/5370-10H crack sealant, underfill the crack sealant a minimum of 1/8 inch, not to exceed 1/4 inch. Any excess joint or crack sealer shall be removed from the pavement surface. Wider cracks (over 1-1/2-inch-wide), along with soft or sunken spots, indicate that the pavement or the pavement base should be repaired or replaced as stated below. Cracks and joints may be filled with a mixture of emulsified asphalt and aggregate. The aggregate shall consist of limestone, volcanic ash, sand, or other material that will cure to form a hard substance. The combined gradation shall be as shown. Up to 3% cement can be added to accelerate the set time. The mixture shall not contain more than 20% natural sand without approval in writing from RPR. The proportions of asphalt emulsion and aggregate shall be determined in the field and may be varied to facilitate construction requirements. Normally, these proportions will be approximately one part asphalt emulsion to five parts aggregate by volume. The material shall be poured or placed into the joints or cracks and compacted to form a voidless mass. The joint or crack shall be filled to within +0 to -1/8 inches of the surface. Any material spilled outside the width of the joint shall be removed from the pavement surface prior to constructing the overlay. Where concrete overlays are to be constructed, only the excess joint material on the pavement surface and vegetation in the joints need to be removed. 101-3.3 Removal of Foreign Substances/contaminates prior to seal coat and remarking. Removal of foreign substances/contaminates from existing pavement that will affect the bond of the new treatment shall consist of removal of rubber, fuel spills, oil, crack sealer, at least 90% of paint, and other foreign substances from the surface of the pavement. Areas that require removal are designated on the plans and as directed by RPR in the field during construction. Chemicals, high-pressure water or heater scarifier (asphaltic concrete only), cold milling, and rotary grinding may be used. If chemicals are used, they shall comply with the state's environmental protection regulations. Removal methods used shall not cause major damage to the pavement, or to any structure or utility within or adjacent to the work area. Major damage is defined as changing the properties of the pavement, removal of asphalt causing the aggregate to ravel, or removing pavement over 1/8 inch deep. If it is deemed by RPR that damage to the existing pavement is caused by operational error, such as permitting the application method to dwell in one location for too long, the Contractor shall repair the damaged area without compensation and as directed by RPR. Removal of foreign substances shall not proceed until approved by RPR. Water used for high-pressure water equipment shall be provided by the Contractor at the Contractor's expense. No material shall be deposited on the pavement shoulders. All wastes shall be disposed of in areas indicated in this specification or shown on the plans. 101-3.4 Concrete spall repair. a. Repair of concrete spalls in concrete. Contractor shall repair all spalled concrete as shown on the plans or as directed by RPR. The perimeter of the repair shall be saw cut a minimum of 2 inches outside the affected area and 2 inches deep. The deteriorated material shall be removed to a depth where the existing material is firm or cannot be easily removed with a geologist pick. The removed area shall be filled with acceptable products below for the depth of the patch. The material shall be installed consistent with manufacturer recommendations. Acceptable concrete spall repair products include: 1. HD50 Concrete repair material by Dayton Superior, or equal. 2. Delpatch" elastomeric concrete, two-part polyurethane patching material, or equal. Item P-101 Preparation/Removal of Existing Pavements 2 12/21/2018 AC 150/5370-10H It shall be anticipated that aggregate will be mixed with each product for added strength and performance. Install selected and approved product in accordance with manufacturer recommendations for geographic location. b. Asphalt pavement repair. Not used. 101-3.5 Cold milling (applies to removal of shoulder pavement by milling ahead of edge drain installation.) Milling shall be performed with a power -operated milling machine or grinder, capable of producing a uniform finished surface. The milling machine or grinder shall operate without tearing or gouging the underlaying surface. The milling machine or grinder shall be equipped with grade and slope controls, and a positive means of dust control. All millings shall be removed and disposed off Airport property. If Contractor mills or grinds deeper or wider than the plans specify, Contractor shall replace the material removed with new material at Contractor expense. a. Patching. The milling machine shall be capable of cutting a vertical edge without chipping or spalling the edges of the remaining pavement and it shall have a positive method of controlling the depth of cut. RPR shall layout the area to be milled with a straightedge in increments of 1-foot widths. The area to be milled shall cover only the failed area. Any excessive area that is milled because Contractor doesn't have the appropriate milling machine, or areas that are damaged because of his negligence, shall be repaired by Contractor at Contractor expense. b. Profiling, grade correction, or surface correction. The milling machine shall have a minimum width of 4 feet, and it shall be equipped with electronic grade control devices that will cut the surface to the grade specified. The tolerances shall be maintained within +0 inch and -1/4 inch of the specified grade. The machine must cut vertical edges and have a positive method of dust control. The machine must have the ability to remove the millings or cuttings from the pavement and load them into a truck. All millings shall be removed and disposed off the airport. c. Clean-up. Contractor shall sweep the milled surface daily and immediately after the milling until all residual materials are removed from the pavement surface. Prior to paving, Contractor shall wet down the milled pavement and thoroughly sweep and/or blow the surface to remove loose residual material. Waste materials shall be collected and removed from the pavement surface and adjacent areas by sweeping or vacuuming. Waste materials shall be removed and disposed off Airport property. 101-3.6. Preparation of asphalt pavement surfaces prior to surface treatment. Existing asphalt pavements to be treated with a surface treatment shall be prepared as follows: a. Patch asphalt pavement surfaces that have been softened by petroleum derivatives or have failed due to any other cause. Remove damaged pavement to the full depth of the damage and replace with new asphalt pavement similar to that of the existing pavement in accordance with paragraph 101-3.4b. b. Repair joints and cracks in accordance with paragraph 101-3.2. c. Remove oil or grease that has not penetrated the asphalt pavement by scrubbing with a detergent and washing thoroughly with clean water. After cleaning, treat these areas with an oil spot primer. d. Clean pavement surface immediately prior to placing the surface treatment so that it is free of dust, dirt, grease, vegetation, oil or any type of objectionable surface film. 101-3.7 Maintenance. Contractor shall perform all maintenance work necessary to keep the pavement in a satisfactory condition until the full section is complete and accepted by RPR. The surface shall be kept clean and free from foreign material. The pavement shall be properly drained at all times. If cleaning is necessary or if the pavement becomes disturbed, any work repairs necessary shall be performed at the Contractor's expense. 101-3.8 Preparation of Joints in Rigid Pavement prior to resealing. Prior to application of sealant material, clean and dry the joints of all scale, dirt, dust, old sealant, curing compound, moisture and other Item P-101 Preparation/Removal of Existing Pavements 12/21/2018 AC 150/5370-1OH foreign matter. Contractor shall demonstrate, in the presence of RPR, that the method used cleans the joint and does not damage the joint. 101-3.8.1 Removal of Existing Joint Sealant. All existing joint sealants will be removed by plowing or use of hand tools. Any remaining sealant and or debris will be removed by use of wire brushes or other tools as necessary. Resaw joints removing no more than 1/16 inch from each joint face. Immediately after sawing, flush out joint with water and other tools as necessary to completely remove the slurry. 101-3.8.2 Cleaning prior to sealing. Immediately before sealing, joints shall be cleaned by removing any remaining laitance and other foreign material. Allow sufficient time to dry out joints prior to sealing. Joint surfaces will be surface -dry prior to installation of sealant. 101-3.8.3 Joint sealant. Joint material and installation will be in accordance with Item P-605. 101-3.9 Preparation of Cracks in Pavement prior to sealing. Prior to application of sealant material, clean and dry the joints of all scale, dirt, dust, old sealant, curing compound, moisture and other foreign matter. Contractor shall demonstrate, in the presence of RPR, that the method used cleans the cracks and does not damage the pavement. 101-3.9.1 Preparation of Crack. Widen crack with router or random crack saw by removing a minimum of 1/16 inch from each side of crack to 1/2-inch-width minimum. Immediately before sealing, cracks will be blown out with a hot air lance combined with oil and water -free compressed air. 101-3.9.2 Removal of Existing Crack Sealant. Existing sealants will be removed by routing or random crack saw. Following routing or sawing any remaining debris will be removed by use of a hot lance combined with oil and water -free compressed air. 101-3.9.3 Crack Sealant. Crack sealant (and backer rod) material and installation will be in accordance with Item P-605. 101-3.9.4 Removal of Pipe and other Buried Structures. a. Removal of Existing Pipe Material. Not used. b. Removal of Inlets/Manholes. Not used. METHOD OF MEASUREMENT 101-4.1 Concrete Pavement removal. The unit of measurement for pavement removal shall be the number of square yards removed by Contractor. Thickness shown on the plans or in pay items are approximate depths. Any pavement removed outside the limits of removal because the pavement was damaged by negligence on the part of Contractor shall not be included in the measurement for payment. No direct measurement or payment shall be made for saw cutting. Saw cutting shall be incidental to pavement removal. 101-4.2 Joint seal repair. The unit of measurement for joint seal repair is addressed in Items P-604 and P-605. 101-4.3 Crack repair (concrete). The unit of measurement for concrete crack repair as detailed in Plans shall be number of linear feet. This shall include all preparation work and crack repair.. 101-4.4 Removal of Foreign Substances/contaminates. Not used. 101-4.5 Spatted concrete repair. The unit of measure for spalled concrete pavement repair shall be square foot. The average depth of the patch shall be anticipated to be 4 inches, but 2 inches minimum. No variation in unit price made for patches of variable depth. Item P-101 Preparation/Removal of Existing Pavements 4 12/21/2018 AC 150/5370-10H 101-4.6 Cold milling of Asphalt Shoulder. The unit of measure for cold milling shall be per square yard. The location and average depth of the cold milling shall be as shown on the plans. 101-4.7 Asphalt Joint and Crack Repair. The unit of measurement for joint and crack repair (1/4 —1 inch wide), shall be linear feet of crack or joint preparation and sealing (including removal of existing sealant, preparation, and repair of crack, but excluding new sealant material). 101-4.8 Asphalt Joint and Crack Repair. The unit of measurement for joint and crack repair (1/4 —1 inch wide), shall be gallons of material installed, excluding waste and excess material from improper backer rod placement. 101-4.9 Asphalt Joint and Crack Repair. The unit of measurement for joint and crack repair (>1 inch wide), shall be the linear feet of joint or crack repair (including preparation and repair of crack including material). 101-4.10 Bevel Joints. The unit of measurement for beveling of joints in concrete pavement shall be the linear feet of joints beveled. This shall include all labor, equipment, tools, and incidentals necessary to complete this item. BASIS OF PAYMENT 101-5.1 Payment. Payment shall be made at contract unit price for the unit of measurement as specified above. This price for each item shall be full compensation for furnishing all materials and for all preparation, hauling, and placing of the material and for all labor, equipment, tools, and incidentals necessary to complete these items. Item P-101-5.1 Pavement Removal - (13 — 15 inches) and disposed off site, complete per square yard Item P-101-5.2 Joint Seal Repair — per linear foot (including material) (paid for under Items P-605.5.1, P-605.5.2, or P-605.5.3) Item P-101-5.3 Concrete Crack Repair (including preparation, material, and installation), per linear feet. Item P-101-5.4 N/A Item P-101-5.5 Spalled Concrete -Pavement Repair, complete per square foot (including material and regardless of spall depth) Item P-101-5.6 Cold Milling of Asphalt Shoulder, complete, per square yard at thickness indicated in plans. Item P-101-5.7 Asphalt Joint and Crack Repair - (1/4 — 1 inch wide), complete, per linear foot (including removal of existing sealant, preparation, and repair of crack, but excluding new sealant material) Item P-101-5.8 Asphalt Joint and Crack Repair — (1/4 — 1 inch wide), material only, complete, per gallon Item P-101-5.9 Asphalt Joint and Crack Repair — (> 1 inch wide), complete, per linear foot (including preparation, material and labor) Item P-101-5.10 Bevel Joints, complete, per linear foot Item P-101 Preparation/Removal of Existing Pavements 12/21/2018 AC 150/5370-1OH REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. Advisory Circulars (AC) AC 150/5380-6 Guidelines and Procedures for Maintenance of Airport Pavements. ASTM International (ASTM) ASTM D6690 Standard Specification for Joint and Crack Sealants, Hot Applied, for Concrete and Asphalt Pavements ASTM C928 Standard Specification for Packaged, Dry, Rapid -Hardening, Cementitious Materials for Concrete Repairs. Item P-605 Joint Sealants for Concrete Pavements. END OF ITEM P-101 Item P-101 Preparation/Removal of Existing Pavements 12/21/2018 AC 150/5370-10H Item P-153 Controlled Low -Strength Material (CLSM) DESCRIPTION 153-1.1 This item shall consist of furnishing, transporting, and placing a controlled low -strength material (CLSM) as flowable backfill in trenches or at other locations shown on the plans or as directed by the Resident Project Representative (RPR). MATERIALS 153-2.1 Materials. a. Cement. Cement shall conform to the requirements of ASTM C 150 Type II. b. Fly ash. Fly ash shall conform to ASTM C618, Class C or F. c. Fine aggregate (sand). Fine aggregate shall conform to the requirements of ASTM C33 except for aggregate gradation. Any aggregate gradation which produces the specified performance characteristics of the CLSM and meets the following requirements, will be accepted. Sieve Size Percent Passing by weight 3/4 inch 100 No. 200 0 - 12 d. Water. Water used in mixing or curing shall be from potable water sources. Other sources shall be tested in accordance with ASTM C 1602 prior to use. MIX DESIGN 153-3.1 Proportions. Contractor shall submit, to RPR, a mix design including the proportions and source of aggregate, fly ash, cement, water, and approved admixtures. No CLSM mixture shall be produced for payment until RPR has given written approval of the proportions. The proportions shall be prepared by a laboratory and shall remain in effect for the duration of the project. The proportions shall establish a single percentage or weight for aggregate, fly ash, cement, water, and any admixtures proposed. Laboratory costs are incidental to this item. a. Compressive strength. CLSM shall be designed to achieve a 28-day compressive strength of 100 to 200 psi when tested in accordance with ASTM D4832, with no significant strength gain after 28 days. b. Consistency. Design CLSM to achieve a consistency that will produce an approximate 8-inch diameter circular -type spread without segregation. CLSM consistency shall be determined per ASTM D6103. Item P-153 Controlled Low -Strength Material (CLSM) 12/21/2018 AC 150/5370-1OH CONSTRUCTION METHODS 153-4.1 Placement. a. Placement. CLSM may be placed by any reasonable means from the mixing unit into the space to be filled. Agitation is required during transportation and waiting time. Placement shall be performed so structures or pipes are not displaced from their final position and intrusion of CLSM into unwanted areas is avoided. The material shall be brought up uniformly to the fill line shown on the plans or as directed by RPR. Each placement of CLSM shall be as continuous an operation as possible. If CLSM is placed in more than one lift, the base lift shall be free of surface water and loose foreign material prior to placement of the next lift. b. Contractor Quality Control. Contractor shall collect all batch tickets to verify the CLSM delivered to the project conforms to the mix design. Contractor shall verify daily that the CLSM is consistent with 153-3.1a and 153-3.lb. Adjustments shall be made as necessary to the proportions and materials as needed. Contractor shall provide all batch tickets to the RPR. c. Limitations of placement. CLSM shall not be placed on frozen ground. Mixing and placing may begin when the air or ground temperature is at least 35°F and rising. Mixing and placement shall stop when the air temperature is 40°F and falling or when the anticipated air or ground temperature will be 35°F or less in the 24-hour period following proposed placement. At the time of placement, CLSM shall have a temperature of at least 40°F. 153-4.2 Curing and protection a. Curing. The air in contact with CLSM shall be maintained at temperatures above freezing for a minimum of 72 hours. If CLSM is subjected to temperatures below 32°F, the material may be rejected by RPR if damage to the material is observed. b. Protection. CLSM shall not be subject to loads and shall remain undisturbed by construction activities for a period of 48 hours or until a compressive strength of 15 psi is obtained. The Contractor shall be responsible for providing evidence to RPR that the material has reached the desired strength. Acceptable evidence shall be based upon compressive tests made in accordance with paragraph 153-3.1a. 153-4.3 Quality Assurance (QA) Acceptance. CLSM QA acceptance shall be based upon batch tickets provided by Contractor to RPR to confirm that the delivered material conforms to the mix design. METHOD OF MEASUREMENT 153-5.1 Measurement. Controlled low -strength material (CLSM) used for shoulder backfill shall be measured by the number of cubic yards as specified, completed, and accepted. BASIS OF PAYMENT 153-6.1 Payment. Controlled low -strength material (CLSM)used for shoulder backfill shall be paid for at the contract unit price per cubic yard. Payment shall be full compensation for all materials, equipment, labor, and incidentals required to complete the work as specified. Payment will be made under: Item P-153-6.1 Controlled low -strength material (CLSM) for shoulder backfill per cubic yard. Item P-153 Controlled Low -Strength Material (CLSM) 12/21/2018 AC 150/5370-1OH REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. ASTM International (ASTM) ASTM C33 Standard Specification for Concrete Aggregates ASTM C150 Standard Specification for Portland Cement ASTM C618 Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete ASTM C595 Standard Specification for Blended Hydraulic Cements ASTM C1602 Standard Specification for Mixing Water Used in the Production of Hydraulic Cement Concrete ASTM D4832 Standard Test Method for Preparation and Testing of Controlled Low - Strength Material (CLSM) Test Cylinders ASTM D6103 Flow Consistency of Controlled Low Strength Material (CLSM) END OF ITEM P-153 Item P-153 Controlled Low -Strength Material (CLSM) 341 Item 341 Dense -Graded Hot -Mix Asphalt DESCRIPTION Texas Department of Transportation Construct a hot -mix asphalt (HMA) pavement layer composed of a compacted, dense -graded mixture of aggregate and asphalt binder mixed hot in a mixing plant. Payment adjustments will apply to HMA placed under this specification unless the HMA is deemed exempt in accordance with Section 341.4.9.4., "Exempt Production." Unless otherwise stated, references to Item numbers in this specification refer to TOOT Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges (2014). 2. MATERIALS Furnish uncontaminated materials of uniform quality that meet the requirements of the plans and specifications. Notify Engineer of all material sources and before changing any material source or formulation. Engineer will verify that the specification requirements are met when Contractor makes a source or formulation change, and may require a new laboratory mixture design, trial batch, or both. Engineer may sample and test project materials at any time during the project to verify specification compliance in accordance with Item 6, "Control of Materials." 2.1. Aggregate. Furnish aggregates from sources that conform to the requirements shown in Table 1 and as specified in this Section. Aggregate requirements in this Section, including those shown in Table 1, may be modified or eliminated when shown on the plans. Additional aggregate requirements may be specified when shown on the plans. Provide aggregate stockpiles that meet the definitions in this Section for coarse, intermediate, or fine aggregate. Aggregate from reclaimed asphalt pavement (RAP) is not required to meet Table 1 requirements unless otherwise shown on the plans. Supply aggregates that meet the definitions in Tex-100-E for crushed gravel or crushed stone. Engineer will designate the plant or the quarry as the sampling location. Provide samples from materials produced for the project. Contractor shall perform Los Angeles abrasion, magnesium sulfate soundness, and Micro-Deval tests as part of the miscellaneous design process. Perform all other aggregate quality tests listed in Table 1. Document all test results on the mixture design report. Engineer may perform tests on independent or split samples to verify Contractor test results. Stockpile aggregates for each source and type separately. Determine aggregate gradations for mixture design and production testing based on the washed sieve analysis given in Tex-200-F, Part II. 2.1.1. Coarse Aggregate. Coarse aggregate stockpiles must have no more than 20% material passing the No. 8 sieve. Aggregates from sources listed in the Department's Bituminous Rated Source Quality Catalog (BRSQC) are preapproved for use. Use only the rated values for hot -mix listed in the BRSQC. Rated values for surface treatment (ST) do not apply to coarse aggregate sources used in hot -mix asphalt. For sources not listed on the Department's BRSQC: ■ build an individual stockpile for each material; ■ request the Department test the stockpile for specification compliance; and ■ once approved, do not add material to the stockpile unless otherwise approved. Provide aggregate from non -listed sources only when tested by Engineer and approved before use. Allow 30 calendar days for Engineer to sample, test, and report results for non -listed sources. Provide coarse aggregate with at least the minimum SAC shown on the plans. SAC requirements only apply to aggregates used on the surface of travel lanes. SAC requirements apply to aggregates used on surfaces 341 other than travel lanes when shown on the plans. The SAC for sources on the Department's Aggregate Quality Monitoring Program (AQMP) (Tex-499-A) is listed in the BRSQC. 2.1.1.1. Blending Class A and Class B Aggregates. Class B aggregate meeting all other requirements in Table 1 may be blended with a Class A aggregate to meet requirements for Class A materials. Ensure that at least 50% by weight, or volume if required, of the material retained on the No. 4 sieve comes from the Class A aggregate source when blending Class A and B aggregates to meet a Class A requirement. Blend by volume if the bulk specific gravities of the Class A and B aggregates differ by more than 0.300. Coarse aggregate from RAP and Recycled Asphalt Shingles (RAS) will be considered as Class B aggregate for blending purposes. Engineer may perform tests at any time during production, when Contractor blends Class A and B aggregates to meet a Class A requirement, to ensure that at least 50% by weight, or volume if required, of the material retained on the No. 4 sieve comes from the Class A aggregate source. Engineer will use the Department's mix design template, when electing to verify conformance, to calculate the percent of Class A aggregate retained on the No. 4 sieve by inputting the bin percentages shown from readouts in the control room at the time of production and stockpile gradations measured at the time of production. Engineer may determine the gradations based on either washed or dry sieve analysis from samples obtained from individual aggregate cold feed bins or aggregate stockpiles. Engineer may perform spot checks using the gradations supplied by Contractor on the mixture design report as an input for the template; however, a failing spot check will require confirmation with a stockpile gradation determined by Engineer. 2.1.1.2. Micro-Deval Abrasion. Contractor will perform a minimum of one Micro-Deval abrasion test in accordance with Tex-461-A for each coarse aggregate source used in the mixture design that has a Rated Source Soundness Magnesium (RSSM) loss value greater than 15 as listed in the BRSQC. Contractor will perform testing before the start of production and may perform additional testing at any time during production. Engineer may obtain the coarse aggregate samples from each coarse aggregate source or may require Contractor to obtain the samples. Engineer may waive all Micro-Deval testing based on a satisfactory test history of the same aggregate source. Engineer will estimate the magnesium sulfate soundness loss for each coarse aggregate source, when tested, using the following formula: Mgest. _ (RSSM)(MDact1RSMD) where: Mgest. = magnesium sulfate soundness loss MDaet. = actual Micro-Deval percent loss RSMD = Rated Source Micro-Deval When the estimated magnesium sulfate soundness loss is greater than the maximum magnesium sulfate soundness loss specified, the coarse aggregate source will not be allowed for use unless otherwise approved. Engineer will consult the Geotechnical, Soils, and Aggregates Branch of the Construction Division, and additional testing may be required before granting approval. 2.1.2. Intermediate Aggregate. Aggregates not meeting the definition of coarse or fine aggregate will be defined as intermediate aggregate. Supply intermediate aggregates, when used that are free from organic impurities. Engineer may test the intermediate aggregate in accordance with Tex-408-A to verify the material is free from organic impurities. Supply intermediate aggregate from coarse aggregate sources, when used that meet the requirements shown in Table 1 unless otherwise approved. Test the stockpile if 10% or more of the stockpile is retained on the No. 4 sieve, and verify that it meets the requirements in Table 1 for crushed face count (Tex-460-A) and flat and elongated particles (Tex-280-F). 2.1.3. Fine Aggregate. Fine aggregates consist of manufactured sands, screenings, and field sands. Fine aggregate stockpiles must meet the gradation requirements in Table 2. Supply fine aggregates that are free from organic impurities. Contractor may test the fine aggregate in accordance with Tex-408-A to verify the 341 material is free from organic impurities. No more than 15% of the total aggregate may be field sand or other uncrushed fine aggregate. Use fine aggregate, with the exception of field sand, from coarse aggregate sources that meet the requirements shown in Table 1 unless otherwise approved. Test the stockpile if 10% or more of the stockpile is retained on the No. 4 sieve and verify that it meets the requirements in Table 1 for crushed face count (Tex-460-A) and flat and elongated particles (Tex-280-F). That portion of the fine aggregate including any blended filler, passing a No. 40 sieve shall have a plasticity index of not more than 6, as determined by AASHTO Designation T-91, and a liquid limit of not more than 25, as determined by AASHTO Designation T-89. Table 1 - Aggregate Quality Requirements Property Test Method Requirement Coarse Aggregate SAC Tex-499-A AQMP As shown on the plans Deleterious material, %, Max Tex-217-F, Part 1 1.5 Decantation, %, Max Tex-217-F, Part II 1.5 Micro-Deval abrasion, % Tex-461-A Note 1 Los Angeles abrasion, %, Max Tex-410-A 40 Magnesium sulfate soundness, %, Max 5 cycles, Tex-411-A 30 Crushed face count,' %, Min Tex-460-A, Part 1 85 Flat and elongated particles @ 5:1, %, Max Tex-280-F 10 Fine Aggregate Linear shrinkage, %, Max Tex-107-E 3 Combined Aggregate3 Sand equivalent, %, Min Tex-203-F 45 Used to estimate the magnesium sulfate soundness loss in accordance with Section 341.2.1.1.2., "Micro-Deval Abrasion." Magnesium sulfate soundness loss will not be greater than 20% when Class A aggregate is required. 1. Only applies to crushed gravel. 2. Aggregates, without mineral filler, RAP, RAS, or additives, combined as used in the job -mix formula (JMF). Table 2 - Gradation Requirements for Fine Aggregate Sieve Size % Passing by Weight or Volume 3/8" 100 #8 70-100 #200 0-30 2.2. Mineral Filler. Mineral filler consists of finely divided mineral matter such as agricultural lime, crusher fines, hydrated lime, or fly ash. Mineral filler is allowed unless otherwise shown on the plans. Use no more than 2% hydrated lime or fly ash unless otherwise shown on the plans. Use no more than 1 % hydrated lime if a substitute binder is used unless otherwise shown on the plans or allowed. Test all mineral fillers except hydrated lime and fly ash in accordance with Tex-107-E to ensure specification compliance. The plans may require or disallow specific mineral fillers. Provide mineral filler, when used, that: ■ is sufficiently dry, free -flowing, and free from clumps and foreign matter as determined by Engineer; ■ does not exceed 3% linear shrinkage when tested in accordance with Tex-107-E; and ■ meets the gradation requirements in Table 3. Table 3 - Gradation Requirements for Mineral Filler Sieve Size % Passing by Weight or Volume #8 100 #200 55-100 2.3. Baghouse Fines. Fines collected by the baghouse or other dust -collecting equipment may be reintroduced into the mixing drum. 3. Asphalt Binder. Provide a binder with a performance grade of 64-28 for the Type D Mix in accordance with TxDOT Section 300.2.J, Performance -Graded Binders. 341 3.1. Tack Coat. Furnish a tack coat and prime coat in accordance with Item P-603 of these specifications. 3.2. Additives. Use the type and rate of additive specified when shown on the plans. Additives that facilitate mixing, compaction, or improve the quality of the mixture are allowed when approved. Provide Engineer with documentation such as the bill of lading showing the quantity of additives used in the project unless otherwise directed. 3.2.1. Lime and Liquid Antistripping Agent. When lime or a liquid antistripping agent is used, add in accordance with Item 301, "Asphalt Antistripping Agents." Do not add lime directly into the mixing drum of any plant where lime is removed through the exhaust stream unless the plant has a baghouse or dust collection system that reintroduces the lime into the drum. 3.2.2. Warm Mix Asphalt (WMA). Warm Mix Asphalt (WMA) is defined as HMA that is produced within a target temperature discharge range of 215°F and 275°F using approved WMA additives or processes from the Department's MPL. WMA is allowed for use on all projects and is required when shown on the plans. When WMA is required, the maximum placement or target discharge temperature for WMA will be set at a value below 275°F. Department -approved WMA additives or processes may be used to facilitate mixing and compaction of HMA produced at target discharge temperatures above 2757; however, such mixtures will not be defined as WMA. 3.3. Recycled Materials. Use of RAP and RAS is not permitted. 3.3.1. RAP. Not Used. 3.3.2. 3.3.2. RAS. Not Used. 3.4. Substitute Binders. Not Used. 4. EQUIPMENT Provide required or necessary equipment in accordance with Item 320, "Equipment for Asphalt Concrete Pavement." 5. CONSTRUCTION Produce, haul, place, and compact the specified paving mixture. In addition to tests required by the specification, Contractors may perform other QC tests as deemed necessary. All acceptance sampling and testing necessary to determine conformance with the requirements specified in this section will be performed by Engineer, except as noted, at no cost to Contractor, except that the costs for all failing tests shall be borne by Contractor at no additional expense to the project. Contractor shall develop a Quality Control Program in accordance with Section 100 of these specifications, addressing all elements that affect the quality of the pavement. 5.1. Certification. Personnel certified by the Department -approved hot -mix asphalt certification program must conduct all mixture designs, sampling, and testing in accordance with Table 6. Supply Engineer with a list of certified personnel and copies of their current certificates before beginning production and when personnel changes are made. Provide a mixture design developed and signed by a Level 2 certified specialist. Provide Level 1A certified specialists at the plant during production operations. Provide Level 1B certified specialists to conduct placement tests. 341 Table 4 - Test Methods, Test Responsibility, and Minimum Certification Levels Test Description Test Method Contractor I Engineer Level' 1. Aggregate and Recycle Material Testing Sampling Tex-221-F ✓ 1A Dry sieve Tex-200-F, Part I ✓ 1A Washed sieve Tex-200-F, Part 11 ✓ 1A Deleterious material Tex-217-F, Parts I & III ✓ 1A Decantation Tex-217-F, Part 11 ✓ 1A Los Angeles abrasion Tex-410-A ✓ TOOT Magnesium sulfate soundness Tex-411-A ✓ TOOT Micro-Deval abrasion Tex-461-A ✓ 2 Crushed face count Tex460-A ✓ 2 Flat and elongated particles Tex-280-F ✓ 2 Linear shrinkage Tex-107-E ✓ 2 Sand equivalent Tex-203-F ✓ 2 Organic impurities Tex408-A ✓ 2 2. As halt Binder & Tack Coat Sam lin Asphalt binder sampling Tex-500-C, Part II ✓ 1A/1 B Tack coat sampling Tex-500-C, Part III ✓ 1A/1 B 3. Mix Design & Verification Design and JMF changes Tex-204-F ✓ 2 Mixing Tex-205-F ✓ 2 Molding TGC Tex-206-F ✓ 1A Molding SGC Tex-241-F ✓ 1A Laboratory -molded density Tex-207-F ✓ 1A VMA2 calculation only) Tex-204-F ✓ 2 Rice gravity Tex-227-F ✓ 1A Ignition oven correction factors3 Tex-236-F ✓ 2 Indirect tensile strength Tex-226-F ✓ 2 Hamburg Wheel test Tex-242-F ✓ 2 4. Production Testin Selecting production random numbers Tex-225-F, Part I ✓ 1A Mixture sampling Tex-222-F ✓ 1A Molding TGC Tex-206-F ✓ 1A Molding SGC Tex-241-F ✓ 1A Laboratory -molded density Tex-207-F ✓ 1A VMAz calculation only) Tex-204-F ✓ 1A Rice gravity Tex-227-F ✓ 1A Gradation & asphalt binder content3 Tex-236-F ✓ 1A Control charts Tex-233-F ✓ 1A Moisture content Tex-212-F ✓ 1A Hamburg Wheel test Tex-242-F ✓ 2 Micro-Deval abrasion Tex461-A ✓ 2 Boil test Tex-530-C ✓ 1A Abson recovery I Tex-211-F I ✓ I I TOOT I Cantabro loss I Tex-245-F I ✓ I I 2 1 5. Placement Testin Selecting placement random numbers Tex-225-F, Part II ✓ 1A/113 Trimming roadway cores Tex-207-F ✓ ✓ 1A/113 In -place air voids Tex-207-F ✓ ✓ 1A/1 B Establish rolling pattern Tex-207-F ✓ 1B Control charts Tex-233-F ✓ ✓ 1A Ride quality measurement Tex-1001-S ✓ ✓ Note Segregation(density profile) Tex-207-F, Part V ✓ ✓ 1 B Longitudinal joint density Tex-207-F, Part VII ✓ ✓ 1 B Thermal profile Tex-244-F ✓ ✓ 113 1. Level 1 A, 1 B, and 2 are certification levels provided by the Hot Mix Asphalt Center certification program. 2. Voids in mineral aggregates. 3. Refer to Section 341.4.9.2.3., "Production Testing," for exceptions to using an ignition oven. 4. Profiler and operator are required to be certified at the Texas A&M Transportation Institute facility when Surface Test Type B is specified. 5.2. Reporting and Responsibilities. Use Department -provided templates to record and calculate all test data, including mixture design, production and placement QC/QA, control charts, thermal profiles, segregation 341 density profiles, and longitudinal joint density. Obtain the current version of the templates at http://www.txdot.gov/inside-txdoVforms-publications/consultants-contractors/forms/site-manager.html or from Engineer. Engineer will provide any available test results to the other party when requested. The maximum allowable time for Contractor and Engineer to exchange test data is as given in Table 7 unless otherwise approved. Engineer will immediately report to Engineer any test result that requires suspension of production or placement, a payment adjustment less than 1.000, or that fails to meet the specification requirements. Record and electronically submit all test results and pertinent information on Department -provided templates. Subsequent sublots placed after test results are available to Contractor, which require suspension of operations, may be considered unauthorized work. Unauthorized work will be accepted or rejected at the discretion of Engineer in accordance with Article 5.3., "Conformity with Plans, Specifications, and Special Provisions." Table 7 - Reporting Schedule Descrilption Reported By Reported To To Be Reported Within Production ualit Control Gradation' Contractor Engineer 1 working day of completion of the sublot Asphalt binder content' Laboratory -molded densit 2 Moisture content3 Boil testa Production Quality Assurance Gradation3 Contractor Engineer 1 working day of completion of the sublot Asphalt binder content3 Laboratory -molded densityl Hamburg Wheel test2 Binder tests2 Placement Quality Control In lace air voids2 Contractor Engineer g 1 working day of completion of the lot Segregation' Longitudinal joint density' Thermalprofile' Placement Q ality Assurance In -place air voids' Contractor Engineer 1 working day of receipt of the trimmed cores for in -place air voids4 Se re ation2 Longitudinal joint densit 2 Thermal profile2 Aging ratio2 Payment adjustment summary Engineer Contractor 2 working days of performing all required tests and receiving Contractor test data 1. These tests are required on every sublot. 2. Optional test. To be reported as soon as results become available. 3. To be performed at the frequency specified on the plans. 4. 2 days are allowed if cores cannot be dried to constant weight within 1 day. Engineer will use the Department -provided template to calculate all payment adjustment factors for the lot. Sublot samples may be discarded after Engineer and Contractor sign off on the payment adjustment summary documentation for the lot. Use the procedures described in Tex-233-F to plot the results of all quality control (QC) and quality assurance (QA) testing. Update the control charts as soon as test results for each sublot become available. Make the control charts readily accessible at the field laboratory. Engineer may suspend production for failure to update control charts. 5.3. Quality Control Plan (QCP). Develop and follow the QCP in detail. Obtain approval for changes to the QCP made during the project. Engineer may suspend operations if Contractor fails to comply with the QCP. Submit a written QCP before the mandatory pre -paving meeting. Receive approval of the QCP before beginning production. Include the following items in the QCP: 341 5.3.1. Project Personnel. For project personnel, include: ■ a list of individuals responsible for QC with authority to take corrective action; ■ current contact information for each individual listed; and ■ current copies of certification documents for individuals performing specified QC functions. 5.3.2. Material Delivery and Storage. For material delivery and storage, include: ■ the sequence of material processing, delivery, and minimum quantities to assure continuous plant operations; ■ aggregate stockpiling procedures to avoid contamination and segregation; ■ frequency, type, and timing of aggregate stockpile testing to assure conformance of material requirements before mixture production; and ■ procedure for monitoring the quality and variability of asphalt binder. 5.3.3. Production. For production, include: ■ loader operation procedures to avoid contamination in cold bins; ■ procedures for calibrating and controlling cold feeds; ■ procedures to eliminate debris or oversized material; ■ procedures for adding and verifying rates of each applicable mixture component (e.g., aggregate, asphalt binder, RAP, RAS, lime, liquid antistrip, WMA); ■ procedures for reporting job control test results; and ■ procedures to avoid segregation and drain -down in the silo. 5.3.4. Loading and Transporting. For loading and transporting, include: ■ type and application method for release agents; and ■ truck loading procedures to avoid segregation. 5.3.5. Placement and Compaction. For placement and compaction, include: ■ proposed agenda for mandatory pre -paving meeting, including date and location; ■ proposed paving plan (e.g., paving widths, joint offsets, and lift thicknesses); ■ type and application method for release agents in the paver and on rollers, shovels, lutes, and other utensils; ■ procedures for the transfer of mixture into the paver, while avoiding segregation and preventing material spillage; ■ process to balance production, delivery, paving, and compaction to achieve continuous placement operations and good ride quality; ■ paver operations (e.g., operation of wings, height of mixture in auger chamber) to avoid physical and thermal segregation and other surface irregularities; and ■ procedures to construct quality longitudinal and transverse joints. 5.4. Mixture Design. 5.4.1. Design Requirements. Contractor may design the mixture using a Texas Gyratory Compactor (TGC) or a Superpave Gyratory Compactor (SGC) unless otherwise shown on the plans. Use the dense -graded design procedure provided in Tex-204-F. Design the mixture to meet the requirements listed in Tables 1, 2, 3, 4, 5, 8, 9, and 10. 5.4.1.1. Target Laboratory -Molded Density When the TGC is Used. Design the mixture at a 96.5% target laboratory -molded density. Increase the target laboratory -molded density to 97.0% or 97.5% at Contractor's discretion or when shown on the plans or specification. 5.4.1.2. Design Number of Gyrations (Ndesign) When the SGC is Used. Design the mixture at 50 gyrations (Ndesign). Use a target laboratory -molded density of 96.0% to design the mixture; however, adjustments can 7 341 be made to the Ndesign value as noted in Table 9. The Ndesign level may be reduced to no less than 35 gyrations at Contractor's discretion. Use an approved laboratory from the Department's MPL to perform and document the Hamburg Wheel test, and provide results with the mixture design. Contractor may submit a new mixture design at any time during the project. Engineer will verify and approve all mixture designs (JMF1) before Contractor can begin production. Provide Engineer with a mixture design report using the Department -provided template. Include the following items in the report: ■ the combined aggregate gradation, source, specific gravity, and percent of each material used; ■ asphalt binder content and aggregate gradation of RAP and RAS stockpiles; ■ the target laboratory -molded density (or Ndesign level when using the SGC); ■ results of all applicable tests; ■ the mixing and molding temperatures; ■ the signature of the Level 2 person or persons that performed the design; ■ the date the mixture design was performed; and ■ a unique identification number for the mixture design. Table 8 - Master Gradation Limits (% Passing by Weight or Volume) and VMA Requirements Sieve Size A Coarse Base B Fine Base C Coarse Surface D Fine Surface F Fine Mixture 2" 100.0' — — — — 1-1/2" 98.0-100.0 100.0' — — — 1" 78.0-94.0 98.0-100.0 100.01 — — 3/4" 64.0-85.0 84.0-98.0 95.0-100.0 100.01 — 1/2" 50.0-70.0 — — 98.0-100.0 100.01 3/8" — 60.0-80.0 70.0-85.0 85.0-100.0 98.0-100.0 #4 30.0-50.0 40.0-60.0 43.0-63.0 50.0-70.0 70.0-90.0 #8 22.0-36.0 29.0-43.0 32.0-44.0 35.046.0 38.048.0 #30 8.0-23.0 13.0-28.0 14.0-28.0 15.0-29.0 12.0-27.0 #50 3.0-19.0 6.0-20.0 7.0-21.0 7.0-20.0 6.0-19.0 #200 2.0-7.0 2.0-7.0 2.0-7.0 1 2.0-7.0 2.0-7.0 Design VMA, % Minimum — 12.0 13.0 14.0 15.0 16.0 Production Plant -Produced VMA, % Minimum — 11.5 1 12.5 1 13.5 14.5 15.5 1. Defined as maximum sieve size. No tolerance allowed. Table 9 - Laboratory Mixture Design Properties Mixture Property Test Method Requirement Target laboratory- molded density, % (TGC) Tex-207-F 96.5' Design gyrations (Ndesign for SGC Tex-241-F 502 Indirect tensile strength (dry), psi Tex-226-F 85-2003 Boil testa Tex-530-C — 1. Increase to 97.0% or 97.5% at Contractor's discretion or when shown on the plans or specification. 2. Adjust within a range of 35-100 gyrations when shown on the plans or specification or when mutually agreed between Engineer and Contractor. 3. Engineer may allow the IDT strength to exceed 200 psi if the corresponding Hamburg Wheel rut depth is greater than 3.0 mm and less than 12.5 mm. 4. Used to establish baseline for comparison to production results. May be waived when approved. 341 Table 10 - Hamburg Wheel Test Requirements High -Temperature Test Method Minimum # of Passes Binder Grade @ 12.5 mm' Rut Depth, Tested @ 50°C PG 64 or lower 10,0002 PG 70 Tex-242-F 15,0003 PG 76 or higher 20,000 1. When the rut depth at the required minimum number of passes is less than 3 mm, Engineer may require Contractor to increase the target laboratory -molded density (TGC) by 0.5% to no more than 97.5% or lower the Ndesign level (SGC) to no less than 35 gyrations. 2. May be decreased to no less than 5,000 passes when shown on the plans. 3. May be decreased to no less than 10,000 passes when shown on the plans. 5.4.2. Job -Mix Formula Approval. The job -mix formula (JMF) is the combined aggregate gradation, target laboratory -molded density (or Ndesign level), and target asphalt percentage used to establish target values for hot -mix production. JMF1 is the original laboratory mixture design used to produce the trial batch. When WMA is used, JMF1 may be designed and submitted to Engineer without including the WMA additive. When WMA is used, document the additive or process used and recommended rate on the JMF1 submittal. Engineer and Contractor will verify JMF1 based on plant -produced mixture from the trial batch unless otherwise approved. Engineer may accept an existing mixture design previously used on a Department project and may waive the trial batch to verify JMF1. The Department may require Contractor to reimburse the Department for verification tests if more than 2 trial batches per design are required. 5.4.2.1. Contractor's Responsibilities. 5.4.2.1.1. Providing Gyratory Compactor. Use a TGC calibrated in accordance with Tex-914-K when electing or required to design the mixture in accordance with Tex-204-F, Part I, for molding production samples. Furnish an SGC calibrated in accordance with Tex-241-F when electing or required to design the mixture in accordance with Tex-204-F, Part IV, for molding production samples. Locate the SGC, if used, at Engineer's field laboratory and make the SGC available to Engineer for use in molding production samples. 5.4.2.1.2. Gyratory Compactor Correlation Factors. Use Tex-206-F, Part II, to perform a gyratory compactor correlation when Engineer uses a different gyratory compactor. Apply the correlation factor to all subsequent production test results. 5.4.2.1.3. Submitting JMF1. Furnish a mix design report (JMF1) with representative samples of all component materials and request approval to produce the trial batch. Provide approximately 10,000 g of the design mixture if opting to have the Department perform the Hamburg Wheel test on the laboratory mixture, and request that the Department perform the test. 5.4.2.1.4. Supplying Aggregates. Provide approximately 40 lb. of each aggregate stockpile unless otherwise directed. 5.4.2.1.5. Supplying Asphalt. Provide at least 1 gal. of the asphalt material and sufficient quantities of any additives proposed for use. 5.4.2.1.6. Ignition Oven Correction Factors. Determine the aggregate and asphalt correction factors from the ignition oven in accordance with Tex-236-F. Provide Engineer with split samples of the mixtures before the trial batch production, including all additives (except water), and blank samples used to determine the correction factors for the ignition oven used for QA testing during production. Correction factors established from a previously approved mixture design may be used for the current mixture design if the mixture design and ignition oven are the same as previously used, unless otherwise directed. 5.4.2.1.7. Boil Test. Not required. 5.4.2.1.8. Trial Batch Production. Provide a plant -produced trial batch upon receiving conditional approval of JMF1 and authorization to produce a trial batch, including the WMA additive or process if applicable, for verification testing of JMF1 and development of JMF2. Produce a trial batch mixture that meets the requirements in Table 4, Table 5, and Table 11. Engineer may accept test results from recent production of the same mixture instead of a new trial batch. 341 5.4.2.1.9. Trial Batch Production Equipment. Use only equipment and materials proposed for use on the project to produce the trial batch. 5.4.2.1.10. Trial Batch Quantity. Produce enough quantity of the trial batch to ensure that the mixture meets the specification requirements. 5.4.2.1.11. Number of Trial Batches. Produce trial batches as necessary to obtain a mixture that meets the specification requirements. 5.4.2.1.12. Trial Batch Sampling. Obtain a representative sample of the trial batch and split it into 3 equal portions in accordance with Tex-222-F. Label these portions as "Contractor," "Engineer," and "Referee." Deliver samples to the appropriate laboratory as directed. 5.4.2.1.13. Trial Batch Testing. Test the trial batch to ensure the mixture produced using the proposed JMF1 meets the mixture requirements in Table 11. Ensure the trial batch mixture is also in compliance with the Hamburg Wheel requirement in Table 10. Use a Department -approved laboratory to perform the Hamburg Wheel test on the trial batch mixture or request that the Department perform the Hamburg Wheel test. Engineer will be allowed 10 working days to provide Contractor with Hamburg Wheel test results on the trial batch. Provide Engineer with a copy of the trial batch test results. 5.4.2.1.14. Development of JMF2. Evaluate the trial batch test results after Engineer grants full approval of JMF1 based on results from the trial batch, determine the optimum mixture proportions, and submit as JMF2. Adjust the asphalt binder content or gradation to achieve the specified target laboratory -molded density. The asphalt binder content established for JMF2 is not required to be within any tolerance of the optimum asphalt binder content established for JMF1; however, mixture produced using JMF2 must meet the voids in mineral aggregates (VMA) requirements for production shown in Table 8. If the optimum asphalt binder content for JMF2 is more than 0.5% lower than the optimum asphalt binder content for JMF1, Engineer may perform or require Contractor to perform Tex-226-F on Lot 1 production to confirm the indirect tensile strength does not exceed 200 psi. Verify that JMF2 meets the mixture requirements in Table 5. 5.4.2.1.15. Mixture Production. Use JMF2 to produce Lot 1 as described in Section 341.4.9.3.1.1., "Lot 1 Placement," after receiving approval for JMF2 and a passing result from a Department -approved laboratory's Hamburg Wheel test on the trial batch. If desired, proceed to Lot 1 production, once JMF2 is approved, at Contractor's risk without receiving the results from the Department's Hamburg Wheel test on the trial batch. Contractor will be required to submit Hamburg Wheel Test results as part of the mix design. Note that Engineer may require up to the entire sublot of any mixture failing the Hamburg Wheel test to be removed and replaced at Contractor's expense. 5.4.2.1.16. Development of JMF3. Evaluate the test results from Lot 1, determine the optimum mixture proportions, and submit as JMF3 for use in Lot 2. 5.4.2.1.17. JMF Adjustments. If JMF adjustments are necessary to achieve the specified requirements, make the adjustments before beginning a new lot. The adjusted JMF must: ■ be provided to Engineer in writing before the start of a new lot; ■ be numbered in sequence to the previous JMF; ■ meet the mixture requirements in Table 4 and Table 5; ■ meet the master gradation limits shown in Table 8; and ■ be within the operational tolerances of JMF2 listed in Table 11. 5.4.2.1.18. Requesting Referee Testing. Use referee testing, if needed, in accordance with Section 341.4.9.1., "Referee Testing," to resolve testing differences with Engineer. 01 341 Table 11 -0 erational Tolerances Description Test Method Allowable Difference Between Trial Batch and JMF1 Target Allowable Difference from Current JMF Target Allowable Difference between Contractor and Engineer' Individual % retained for #8 sieve and larger Tex 200 F or Tex 236 F Must be Within Master Grading Limits in Table 8 ±5.02,3 ±5.0 Individual % retained for sieves smaller than #8 and larger than #200 ±3.02,3 ±3.0 % passingthe #200 sieve ±2 02,3 ±1.6 Asphalt binder content, % Tex-236-F ±0.5 ±0.33 ±0.3 Laboratory -molded density, % Tex-207-F ±1.0 ±1.0 ±1.0 In -place air voids, % N/A N/A ±1.0 Laboratory -molded bulk specific gravity N/A N/A ±0.020 VMA, %, min Tex-204-F Note 4 Note 4 N/A Theoretical maximum specific Ricegravity Tex-227-F N/A N/A ±0.020 1. Contractor may request referee testing only when values exceed these tolerances. 2. When within these tolerances, mixture production gradations may fall outside the master grading limits; however, the % passing the #200 will be considered out of tolerance when outside the master grading limits. 3. Only applies to mixture produced for Lot 1 and higher. 4. Test and verify that Table 8 requirements are met. 5.4.2.2. Engineer's Responsibilities. 5.4.2.2.1 Conditional Approval of JMF1 and Authorizing Trial Batch. Engineer will review and verify conformance of the following information within 2 working days of receipt: ■ Contractor's mix design report (JMF1); ■ Contractor -provided Hamburg Wheel test results; ■ all required materials including aggregates, asphalt, additives, and recycled materials; and ■ the mixture specifications. Engineer will grant Contractor conditional approval of JMF1 if the information provided on the paper copy of JMF1 indicates that Contractor's mixture design meets the specifications. When Contractor does not provide Hamburg Wheel test results with laboratory mixture design, 10 working days are allowed for conditional approval of JMF1. Engineer will base full approval of JMF1 on the test results on mixture from the trial batch. Unless waived, Engineer will determine the Micro-Deval abrasion loss in accordance with Section 341.2.1.1.2., "Micro-Deval Abrasion." If Engineer's test results are pending after 2 working days, conditional approval of JMF1 will still be granted within 2 working days of receiving JMF1. When Engineer's test results become available, they will be used for specification compliance. After conditionally approving JMF1, including either Contractor- or Department -supplied Hamburg Wheel test results, Contractor is authorized to produce a trial batch. Engineer will have the option to perform the following tests on the trial batch: ■ Tex-226-F, to verify that the indirect tensile strength meets the requirement shown in Table 9; and ■ Tex-530-C, to retain and use for comparison purposes during production. 5.4.2.2.2 Full Approval of JMF1. Engineer will grant full approval of JMF1 and authorize Contractor to proceed with developing JMF2 if Engineer's results for the trial batch meet the requirements in Table 11. Engineer will notify Contractor that an additional trial batch is required if the trial batch does not meet these requirements. 5.4.2.2.3 Approval of JMF2. Engineer will approve JMF2 within one working day if the mixture meets the requirements in Table 5 and the gradation meets the master grading limits shown in Table 8. The asphalt binder content established for JMF2 is not required to be within any tolerance of the optimum asphalt binder content established for JMF1; however, mixture produced using JMF2 must meet the VMA requirements shown in Table 8. If the optimum asphalt binder content for JMF2 is more than 0.5% lower than the optimum asphalt binder content for JMF1, Engineer may perform or require Contractor to perform Tex-226-F on Lot 1 production to confirm the indirect tensile strength does not exceed 200 psi. 341 5.4.2.2.4 Approval of Lot 1 Production. Engineer will authorize Contractor to proceed with Lot 1 production (using JMF2) as soon as a passing result is achieved from the Department's or a Department -approved laboratory's Hamburg Wheel test on the trial batch. Contractor may proceed at its own risk with Lot 1 production without the results from the Hamburg Wheel test on the trial batch. If the Department's or Department -approved laboratory's sample from the trial batch fails the Hamburg Wheel test, Engineer will suspend production until further Hamburg Wheel tests meet the specified values. Engineer may require up to the entire sublot of any mixture failing the Hamburg Wheel test be removed and replaced at Contractor's expense. 5.4.2.2.5 Approval of JMF3 and Subsequent JMF Changes. JMF3 and subsequent JMF changes are approved if they meet the mixture requirements shown in Table 4, Table 5, and the master grading limits shown in Table 8, and are within the operational tolerances of JMF2 shown in Table 11. 5.5. Production Operations. Perform a new trial batch when the plant or plant location is changed. Take corrective action and receive approval to proceed after any production suspension for noncompliance to the specification. 5.5.1. Storage and Heating of Materials. Do not heat the asphalt binder above the temperatures specified in Item 300, "Asphalts, Oils, and Emulsions," or outside the manufacturer's recommended values. Provide Engineer with daily records of asphalt binder and hot -mix asphalt discharge temperatures (in legible and discernible increments) in accordance with Item 320, "Equipment for Asphalt Concrete Pavement," unless otherwise directed. Do not store mixture for a period long enough to affect the quality of the mixture, nor in any case longer than 12 hr. unless otherwise approved. 5.5.2. Mixing and Discharge of Materials. Notify Engineer of the target discharge temperature and produce the mixture within 25°F of the target. Monitor the temperature of the material in the truck before shipping to ensure that it does not exceed 350°F (or 275°F for WMA) and is not lower than 215°F. The Department will not pay for or allow placement of any mixture produced above 350°F. Produce WMA within the target discharge temperature range of 215°F and 275°F when WMA is required. Take corrective action any time the discharge temperature of the WMA exceeds the target discharge range. Engineer may suspend production operations if Contractor's corrective action is not successful at controlling the production temperature within the target discharge range. Note that when WMA is produced, it may be necessary to adjust burners to ensure complete combustion such that no burner fuel residue remains in the mixture. Control the mixing time and temperature so that substantially all moisture is removed from the mixture before discharging from the plant. Determine the moisture content, if requested, by oven -drying in accordance with Tex-212-F, Part II, and verify that the mixture contains no more than 0.2% of moisture by weight. Obtain the sample immediately after discharging the mixture into the truck and perform the test promptly. 5.6. Hauling Operations. Clean all truck beds before use to ensure that mixture is not contaminated. Use a release agent shown on the Department's MPL to coat the inside bed of the truck when necessary. Use equipment for hauling as defined in Section 341.4.7.3.3., "Hauling Equipment." Use other hauling equipment only when allowed. 5.7. Placement Operations. Collect haul tickets from each load of mixture delivered to the project and provide the Department's copy to Engineer approximately every hour, or as directed. Use a hand-held thermal camera or infrared thermometer, when a thermal imaging system is not used, to measure and record the internal temperature of the mixture as discharged from the truck or Material Transfer Device (MTD) before or as the mix enters the paver and an approximate station number or GPS coordinates on each ticket. Calculate the daily yield and cumulative yield for the specified lift and provide to Engineer at the end of paving operations for each day unless otherwise directed. Engineer may suspend production if Contractor fails to produce and provide haul tickets and yield calculations by the end of paving operations for each day. 12 341 Prepare the surface by removing raised pavement markers and objectionable material such as moisture, dirt, sand, leaves, and other loose impediments from the surface before placing mixture. Remove vegetation from pavement edges. Place the mixture to meet the typical section requirements and produce a smooth, finished surface with a uniform appearance and texture. Offset longitudinal joints of successive courses of hot -mix by at least 6 in. Place mixture so that longitudinal joints on the surface course coincide with lane lines, or as directed. Ensure that all finished surfaces will drain properly. Place the mixture at the rate or thickness shown on the plans. Engineer will use the guidelines in Table 12 to determine the compacted lift thickness of each layer when multiple lifts are required. The thickness determined is based on the rate of 110 lb./sq. yd. for each inch of pavement unless otherwise shown on the plans. Table 12 - Compacted Lift Thickness and Required Core Height Mixture Type Compacted Lift Thickness Guidelines Minimum Untrimmed Core Height (in.) Eligible for Testing Minimum in. Maximum in. A 3.00 6.00 2.00 B 2.50 5.00 1.75 C 2.00 4.00 1.50 D 1.50 3.00 1.25 F 1.25 2.50 1.25 5.7.1. Weather Conditions. 5.7.1.1. When Using a Thermal Imaging System. Contractor may pave any time the roadway is dry and the roadway surface temperature is at least 32°F; however, Engineer may restrict Contractor from paving surface mixtures if the ambient temperature is likely to drop below 32°F within 12 hr. of paving. Provide output data from the thermal imaging system to demonstrate to Engineer that no recurring severe thermal segregation exists in accordance with Section 341.4.7.3.1.2., "Thermal Imaging System." 5.7.1.2. When Not Using a Thermal Imaging System. Place mixture when the roadway surface temperature is at or above the temperatures listed in Table 13 unless otherwise approved or as shown on the plans. Measure the roadway surface temperature with a hand-held thermal camera or infrared thermometer. Engineer may allow mixture placement to begin before the roadway surface reaches the required temperature if conditions are such that the roadway surface will reach the required temperature within 2 hr. of beginning placement operations. Place mixtures only when weather conditions and moisture conditions of the roadway surface are suitable as determined by Engineer. Engineer may restrict Contractor from paving if the ambient temperature is likely to drop below 32°F within 12 hr. of paving. Table 13 - Minimum Pavement Surface Temperatures Originally Specified High Minimum Pavement Surface Temperatures (°F Temperature Binder Grade Subsurface Layers or Surface Layers Placed in Night Pavin Operations Daylight Operations PG 64 or lower 45 50 PG 70 551 601 PG 76 or higher 60' 60' 1. Contractors may pave at temperatures 10°F lower than these values when utilizing a paving process including WMA or equipment that eliminates thermal segregation. In such cases, use a hand-held thermal camera operated in accordance with Tex-244-F to demonstrate to the satisfaction of Engineer that the uncompacted mat has no more than 10°F of thermal segregation. 5.7.2. Tack Coat. Clean the surface before placing the tack coat. Engineer will set the rate between 0.04 and 0.10 gal. of residual asphalt per square yard of surface area. Tack coats and prime coats shall be applied at the rates specified in Item P-603 of these specifications. Allow adequate time for emulsion to break completely before placing any material. Prevent splattering of tack coat when placed adjacent to curb, gutter, and structures. Roll the tack coat with a pneumatic -tire roller to remove streaks and other irregular patterns when directed. 13 341 5.7.3. Lay -Down Operations. 5.7.3.1. Thermal Profile. Use a hand-held thermal camera or a thermal imaging system to obtain a continuous thermal profile in accordance with Tex-244-F. Thermal profiles are not applicable in areas described in Section 341.4.9.3.1.4., "Miscellaneous Areas." 5.7.3.1.1. Thermal Segregation. 5.7.3.1.1.1. Moderate. Any areas that have a temperature differential greater than 257, but not exceeding 50°F, are deemed as having moderate thermal segregation. 5.7.3.1.1.2. Severe. Any areas that have a temperature differential greater than 50°F are deemed as having severe thermal segregation. 5.7.3.1.2. Thermal Imaging System. Review the output results when a thermal imaging system is used, and provide the automated report described in Tex-244-F to Engineer daily unless otherwise directed. Modify the paving process as necessary to eliminate any recurring (moderate or severe) thermal segregation identified by the thermal imaging system. Engineer may suspend paving operations if Contractor cannot successfully modify the paving process to eliminate recurring severe thermal segregation. Density profiles are not required and not applicable when using a thermal imaging system. Provide Engineer with electronic copies of all daily data files that can be used with the thermal imaging system software to generate temperature profile plots upon completion of the project or as requested by Engineer. 5.7.3.1.3. Thermal Camera. Take immediate corrective action to eliminate recurring moderate thermal segregation when a hand-held thermal camera is used. Evaluate areas with moderate thermal segregation by performing density profiles in accordance with Section 341.4.9.3.3.2., "Segregation (Density Profile)." Provide Engineer with the thermal profile of every sublot within one working day of the completion of each lot. Report the results of each thermal profile in accordance with Section 341.4.2., `Reporting and Responsibilities." Engineer will use a hand-held thermal camera to obtain a thermal profile at least once per project. No production or placement payment adjustments greater than 1.000 will be paid for any sublot that contains severe thermal segregation. Suspend operations and take immediate corrective action to eliminate severe thermal segregation unless otherwise directed. Resume operations when Engineer determines that subsequent production will meet the requirements of this Section. Evaluate areas with severe thermal segregation by performing density profiles in accordance with Section 341.4.9.3.3.2., "Segregation (Density Profile)." Remove and replace the material in any areas that have both severe thermal segregation and a failing result for Segregation (Density Profile) unless otherwise directed. The sublot in question may receive a production and placement payment adjustment greater than 1.000, if applicable, when the defective material is successfully removed and replaced. 5.7.3.2. Windrow Operations. Operate windrow pickup equipment so that when hot -mix is placed in windrows, substantially all the mixture deposited on the roadbed is picked up and loaded into the paver. 5.7.3.3. Hauling Equipment. Use belly dumps, live bottom, or end dump trucks to haul and transfer mixture; however, with exception of paving miscellaneous areas, end dump trucks are only allowed when used in conjunction with an MTD with remixing capability or when a thermal imaging system is used unless otherwise allowed. 5.7.3.4. Screed Heaters. Turn off screed heaters to prevent overheating of the mat if the paver stops for more than 5 min. Engineer may evaluate the suspect area in accordance with Section 341.4.9.3.3.4., "Recovered Asphalt Dynamic Shear Rheometer (DSR)," if the screed heater remains on for more than 5 min. while the paver is stopped. 5.8. Compaction. Compact the pavement uniformly to contain between 3.8% and 8.5% in -place air voids. Take immediate corrective action to bring the operation within 3.8% and 8.5% when the in -place air voids exceed the range of these tolerances. Engineer will allow paving to resume when the proposed corrective action is likely to yield between 3.8% and 8.5% in -place air voids. 14 341 Obtain cores in areas placed under Exempt Production, as directed, at locations determined by Engineer. Engineer may test these cores and suspend operations or require removal and replacement if the in -place air voids are less than 2.7% or more than 9.9%. Areas defined in Section 341.4.9.3.1.4., "Miscellaneous Areas," are not subject to in -place air void determination. Furnish the type, size, and number of rollers required for compaction as approved. Use a pneumatic -tire roller to seal the surface unless excessive pickup of fines occurs. Use additional rollers as required to remove any roller marks. Use only water or an approved release agent on rollers, tamps, and other compaction equipment unless otherwise directed. Use the control strip method shown in Tex-207-F, Part IV, on the first day of production to establish the rolling pattern that will produce the desired in -place air voids unless otherwise directed. Use tamps to thoroughly compact the edges of the pavement along curbs, headers, and similar structures and in locations that will not allow thorough compaction with rollers. Engineer may require rolling with a trench roller on widened areas, in trenches, and in other limited areas. Complete all compaction operations before the pavement temperature drops below 160°F unless otherwise allowed. Engineer may allow compaction with a light finish roller operated in static mode for pavement temperatures below 1607. Allow the compacted pavement to cool to 1607 or lower before opening to traffic unless otherwise directed. Sprinkle the finished mat with water or limewater, when directed, to expedite opening the roadway to traffic. 5.9. Acceptance Plan. Payment adjustments for the material will be in accordance with Article 341.6., "Payment." Sample and test the hot -mix on a lot and sublot basis. Suspend production until test results or other information indicates to the satisfaction of Engineer that the next material produced or placed will result in payment factors of at least 1.000, if the production payment factor given in Section 341.6.1., "Production Payment Adjustment Factors," for 2 consecutive lots or the placement pay factor given in Section 341.6.2., "Placement Payment Adjustment Factors," for 2 consecutive lots is below 1.000. 5.9.1. Referee Testing. The Construction Division is the referee laboratory. Contractor may request referee testing if a "remove and replace" condition is determined based on Engineer's test results, or if the differences between Contractor and Engineer test results exceed the maximum allowable difference shown in Table 11 and the differences cannot be resolved. Contractor may also request referee testing if Engineer's test results require suspension of production and Contractor's test results are within specification limits. Make the request within 5 working days after receiving test results and cores from Engineer. Referee tests will be performed only on the sublot in question and only for the particular tests in question. Allow 10 working days from the time the referee laboratory receives the samples for test results to be reported. The Department may require Contractor to reimburse the Department for referee tests if more than 3 referee tests per project are required and Engineer's test results are closer to the referee test results than Contractor's test results. The Construction Division will determine the laboratory -molded density based on the molded specific gravity and the maximum theoretical specific gravity of the referee sample. The in -place air voids will be determined based on the bulk specific gravity of the cores, as determined by the referee laboratory and Engineer's average maximum theoretical specific gravity for the lot. With the exception of "remove and replace" conditions, referee test results are final and will establish payment adjustment factors for the sublot in question. Contractor may decline referee testing and accept Engineer's test results when the placement payment adjustment factor for any sublot results in a "remove and replace" condition. Placement sublots subject to be removed and replaced will be further evaluated in accordance with Section 341.6.2.2., "Placement Sublots Subject to Removal and Replacement." 15 341 5.9.2. Production Acceptance. 5.9.2.1. Production Lot. A production lot consists of 4 equal sublots. The default quantity for Lot 1 is 1,000 tons; however, when requested by Contractor, Engineer may increase the quantity for Lot 1 to no more than 4,000 tons. Engineer will select subsequent lot sizes based on the anticipated daily production such that approximately 3 to 4 sublots are produced each day. The lot size will be between 1,000 tons and 4,000 tons. Engineer may change the lot size before Contractor begins any lot. If the optimum asphalt binder content for JMF2 is more than 0.5% lower than the optimum asphalt binder content for JMF1, Engineer may perform or require Contractor to perform Tex-226-F on Lot 1 to confirm the indirect tensile strength does not exceed 200 psi. Take corrective action to bring the mixture within specification compliance if the indirect tensile strength exceeds 200 psi unless otherwise directed. 5.9.2.1.1. Incomplete Production Lots. If a lot is begun but cannot be completed, such as on the last day of production or in other circumstances deemed appropriate, Engineer may close the lot. Adjust the payment for the incomplete lot in accordance with Section 341.6.1., "Production Payment Adjustment Factors." Close all lots within 5 working days unless otherwise allowed. 5.9.2.2. Production Sampling. 5.9.2.2.1. Mixture Sampling. Obtain hot -mix samples from trucks at the plant in accordance with Tex-222-F. The sampler will split each sample into 3 equal portions in accordance with Tex-200-F and label these portions as "Contractor," "Engineer," and "Referee." Engineer will perform or witness the sample splitting and take immediate possession of the samples labeled "Engineer" and "Referee." Engineer will maintain the custody of the samples labeled "Engineer" and "Referee" until the Department's testing is completed. 5.9.2.2.1.1. Random Sample. At the beginning of the project, Engineer will select random numbers for all production sublots. Determine sample locations in accordance with Tex-225-F. Take one sample for each sublot at the randomly selected location. Engineer will perform or witness the sampling of production sublots. 5.9.2.2.1.2. Blind Sample. For one sublot per lot, Engineer will obtain and test a "blind" sample instead of the random sample collected by Contractor. Test either the "blind" or the random sample; however, referee testing (if applicable) will be based on a comparison of results from the "blind" sample. The location of Engineer's "blind" sample will not be disclosed to Contractor. Engineer's "blind" sample may be randomly selected in accordance with Tex-225-F for any sublot or selected at the discretion of Engineer. Engineer will use Contractor's split sample for sublots not sampled by Engineer. 5.9.2.2.2. Informational Cantabro and Overlay Testing. When requested or shown on the plans, select one random sublot from Lot 2 or higher for Cantabro and Overlay testing during the first week of production. Obtain and provide Engineer with approximately 90 lb. (40 kg) of mixture in sealed containers, boxes, or bags labeled with the Control -Section -Job (CSJ), mixture type, lot, and sublot number. Engineer will ship the mixture to the Construction Division for Cantabro and Overlay testing. Results from these tests will not be used for specification compliance. 5.9.2.2.3. Asphalt Binder Sampling. Obtain a 1-qt. sample of the asphalt binder for each lot of mixture produced. Obtain the sample at approximately the same time the mixture random sample is obtained. Sample from a port located immediately upstream from the mixing drum or pug mill in accordance with Tex-500-C, Part II. Label the can with the corresponding lot and sublot numbers and deliver the sample to Engineer. Engineer may also obtain independent samples. If obtaining an independent asphalt binder sample, Engineer will split a sample of the asphalt binder with Contractor. Engineer will test at least one asphalt binder sample per project to verify compliance with Item 300, "Asphalts, Oils, and Emulsions." 5.9.2.3. Production Testing. Contractor must perform production tests in accordance with Table 14. Determine compliance with operational tolerances listed in Table 11 for all sublots. Take immediate corrective action if Engineer Contractor's laboratory -molded density on any sublot is less than 95.0% or greater than 98.0% to bring the mixture within these tolerances. Engineer may suspend 16 341 operations if Contractor's corrective actions do not produce acceptable results. Engineer will allow production to resume when the proposed corrective action is likely to yield acceptable results. Engineer may allow alternate methods for determining the asphalt binder content and aggregate gradation if the aggregate mineralogy is such that Tex-236-F does not yield reliable results. Provide evidence that results from Tex-236-F are not reliable before requesting permission to use an alternate method unless otherwise directed. Use the applicable test procedure as directed if an alternate test method is allowed. Table 14 - Production and Placement Testing Frequency Description Test Method Minimum Contractor Testing Frequency Minimum Engineer Testing Frequency Individual % retained for #8 sieve and larger Tex-200-F or Tex 236 F 1 per sublot 1 per 12 sublots' Individual % retained for sieves smaller than #8 and larger than #200 % passing the #200 sieve Laboratory -molded density Tex-207-F NIA 1 per sublot' Laboratory -molded bulk specific gravity In -place air voids VMA Tex-204-F Segregation(density profile 2 Tex-207-F, Part V 1 per sublot 1 per project Longitudinal joint densityTex-207-F, Part VII Moisture content Tex-212-F, Part II When directed Theoretical maximumspecific Ricegravity Tex-227-F N/A 1 per sublot' Asphalt binder content Tex-236-F 1 per sublot 1 per lot' Hamburg Wheel test Tex-242-F N/A 1 per project Recycled Asphalt Shingles (RAS)3 Tex-217-F, Part III N/A Thermal profile2 Tex-244-F 1 per sublot Asphalt binder sampling and testing Tex-500-C 1 per lot (sample only) Tack coat sampling and testing Tex-500-C, Part III N/A Boil testa Tex-530-C 1 per lot Cantabro loss5 Tex-245-F 1 per project (sample only) Overlay tests Tex-248-F 1. For production defined in Section 341.4.9.4., "Exempt Production," Engineer will test one per day if 100 tons or more are produced. For Exempt Production, no testing is required when less than 100 tons are produced. 2. Not required when a thermal imaging system is used. 3. Testing performed by the Construction Division or designated laboratory. 4. Engineer may reduce or waive the sampling and testing requirements based on a satisfactory test history. 5. Testing performed by the Construction Division and for informational purposes only. 5.9.2.4. Operational Tolerances. Control the production process within the operational tolerances listed in Table 11. When production is suspended, Engineer will allow production to resume when test results or other information indicates the next mixture produced will be within the operational tolerances. 5.9.2.4.1. Gradation. Suspend operation and take corrective action if any aggregate is retained on the maximum sieve size shown in Table 8. A sublot is defined as out of tolerance if either Engineer's or Contractor's test results are out of operational tolerance. Suspend production when test results for gradation exceed the operational tolerances for 3 consecutive sublots on the same sieve or 4 consecutive sublots on any sieve unless otherwise directed. The consecutive sublots may be from more than one lot. 5.9.2.4.2. Asphalt Binder Content. A sublot is defined as out of operational tolerance if either Engineer's or Contractor's test results exceed the values listed in Table 11. No production or placement payment adjustments greater than 1.000 will be paid for any sublot that is out of operational tolerance for asphalt binder content. Suspend production and shipment of the mixture if Engineer's or Contractor's asphalt binder content deviates from the current JMF by more than 0.5% for any sublot. 5.9.2.4.3. Voids in Mineral Aggregates (VMA). Engineer will determine the VMA for every sublot. For sublots when Engineer does not determine asphalt binder content, Engineer will use the asphalt binder content results from QC testing performed by Contractor to determine VMA. 17 341 Take immediate corrective action if the VMA value for any sublot is less than the minimum VMA requirement for production listed in Table 8. Suspend production and shipment of the mixture if Engineer's VMA results on 2 consecutive sublots are below the minimum VMA requirement for production listed in Table 8. No production or placement payment adjustments greater than 1.000 will be paid for any sublot that does not meet the minimum VMA requirement for production listed in Table 8 based on Engineer's VMA determination. Suspend production and shipment of the mixture if Engineer's VMA result is more than 0.5% below the minimum VMA requirement for production listed in Table 8. In addition to suspending production, Engineer may require removal and replacement or may allow the sublot to be left in place without payment. 5.9.2.4.4. Hamburg Wheel Test. Engineer may perform a Hamburg Wheel test at any time during production, including when the boil test indicates a change in quality from the materials submitted for JMF1. In addition to testing production samples, Engineer may obtain cores and perform Hamburg Wheel tests on any areas of the roadway where rutting is observed. Suspend production until further Hamburg Wheel tests meet the specified values when the production or core samples fail the Hamburg Wheel test criteria in Table 10. Core samples, if taken, will be obtained from the center of the finished mat or other areas excluding the vehicle wheel paths. Engineer may require up to the entire sublot of any mixture failing the Hamburg Wheel test to be removed and replaced at Contractor's expense. If the Department's or Department approved laboratory's Hamburg Wheel test results in a "remove and replace" condition, Contractor may request that the Department confirm the results by re -testing the failing material. The Construction Division will perform the Hamburg Wheel tests and determine the final disposition of the material in question based on the Department's test results. 5.9.2.5. Individual Loads of Hot -Mix. Engineer can reject individual truckloads of hot -mix. When a load of hot -mix is rejected for reasons other than temperature, contamination, or excessive uncoated particles, Contractor may request that the rejected load be tested. Make this request within 4 hr. of rejection. Engineer will sample and test the mixture. If test results are within the operational tolerances shown in Table 11, payment will be made for the load. If test results are not within operational tolerances, no payment will be made for the load. 5.9.3. Placement Acceptance. 5.9.3.1. Placement Lot. A placement lot consists of 4 placement sublots. A placement sublot consists of the area placed during a production sublot. 5.9.3.1.1. Lot 1 Placement. Placement payment adjustments greater than 1.000 for Lot 1 will be in accordance with Section 341.6.2., "Placement Payment Adjustment Factors'; however, no placement adjustment less than 1.000 will be assessed for any sublot placed in Lot 1 when the in -place air voids are greater than or equal to 2.7% and less than or equal to 9.9%. Remove and replace any sublot with in -place air voids less than 2.7% or greater than 9.9%. 5.9.3.1.2. Incomplete Placement Lots. An incomplete placement lot consists of the area placed as described in Section 341.4.9.2.1.1., "Incomplete Production Lots," excluding areas defined in Section 341.4.9.3.1.4., "Miscellaneous Areas." Placement sampling is required if the random sample plan for production resulted in a sample being obtained from an incomplete production sublot. 5.9.3.1.3. Shoulders, Ramps, Etc. Shoulders, ramps, intersections, acceleration lanes, deceleration lanes, and turn lanes are subject to in -place air void determination and payment adjustments unless designated on the plans as not eligible for in -place air void determination. Intersections may be considered miscellaneous areas when determined by Engineer. 5.9.3.1.4. Miscellaneous Areas. Miscellaneous areas include areas that typically involve significant handwork or discontinuous paving operations, such as temporary detours, driveways, mailbox turnouts, crossovers, gores, spot level -up areas, and other similar areas. Temporary detours are subject to in -place air void determination when shown on the plans. Miscellaneous areas also include level -ups and thin overlays when the layer thickness specified on the plans is less than the minimum untrimmed core height eligible for testing 341 shown in Table 12. The specified layer thickness is based on the rate of 110 lb./sq. yd. for each inch of pavement unless another rate is shown on the plans. When "level up" is listed as part of the item bid description code, a payment adjustment factor of 1.000 will be assigned for all placement sublots as described in Article 341.6, "Payment." Miscellaneous areas are not eligible for random placement sampling locations. Compact miscellaneous areas in accordance with Section 341.4.8., "Compaction." Miscellaneous areas are not subject to in -place air void determination, thermal profiles testing, segregation (density profiles), or longitudinal joint density evaluations. 5.9.3.2. Placement Sampling. Engineer will select random numbers for all placement sublots at the beginning of the project. Engineer will provide Contractor with the placement random numbers immediately after the sublot is completed. Mark the roadway location at the completion of each sublot and record the station number. Determine one random sample location for each placement sublot in accordance with Tex-225-F. Adjust the random sample location by no more than necessary to achieve a 2-ft. clearance if the location is within 2 ft. of a joint or pavement edge. Shoulders, ramps, intersections, acceleration lanes, deceleration lanes, and turn lanes are always eligible for selection as a random sample location; however, if a random sample location falls on one of these areas and the area is designated on the plans as not subject to in -place air void determination, cores will not be taken for the sublot and a 1.000 pay factor will be assigned to that sublot. Provide the equipment and means to obtain and trim roadway cores on site. On -site is defined as in close proximity to where the cores are taken. Obtain the cores within one working day of the time the placement sublot is completed unless otherwise approved. Obtain two 6-in. diameter cores side -by -side from within 1 ft. of the random location provided for the placement sublot. For Type D and Type F mixtures, 4-in. diameter cores are allowed. Mark the cores for identification, measure and record the untrimmed core height, and provide the information to Engineer. Engineer will witness the coring operation and measurement of the core thickness. Visually inspect each core and verify that the current paving layer is bonded to the underlying layer. Take corrective action if an adequate bond does not exist between the current and underlying layer to ensure that an adequate bond will be achieved during subsequent placement operations. Trim the cores immediately after obtaining the cores from the roadway in accordance with Tex-207-F if the core heights meet the minimum untrimmed value listed in Table 12. Trim the cores on site in the presence of Engineer. Use a permanent marker or paint pen to record the lot and sublot numbers on each core as well as the designation as Core A or B. Engineer may require additional information to be marked on the core and may choose to sign or initial the core. Engineer will take custody of the cores immediately after they are trimmed and will retain custody of the cores until the Department's testing is completed. Before turning the trimmed cores over to Engineer, Contractor may wrap the trimmed cores or secure them in a manner that will reduce the risk of possible damage occurring during transport by Engineer. After testing, Engineer will return the cores to Contractor. Engineer may have the cores transported back to the Department's laboratory at the HMA plant via Contractor's haul truck or other designated vehicle. In such cases where the cores will be out of Engineer's possession during transport, Engineer will use Department -provided security bags and the Roadway Core Custody protocol located at http://www.txdot.gov/business/specifications.htm to provide a secure means and process that protects the integrity of the cores during transport. Decide whether to include the pair of cores in the air void determination for that sublot if the core height before trimming is less than the minimum untrimmed value shown in Table 12. Trim the cores as described above before delivering to Engineer if electing to have the cores included in the air void determination. Deliver untrimmed cores to Engineer and inform Engineer of the decision to not have the cores included in air void determination if electing to not have the cores included in air void determination. The placement pay factor for the sublot will be 1.000 if cores will not be included in air void determination. Instead of Contractor trimming the cores on site immediately after coring, Engineer and Contractor may mutually agree to have the trimming operations performed at an alternate location such as a field laboratory or other similar location. In such cases, Engineer will take possession of the cores immediately after they are obtained from the roadway and will retain custody of the cores until testing is completed. Either the iu] 341 Department or Contractor representative may perform trimming of the cores. Engineer will witness all trimming operations in cases where Contractor representative performs the trimming operation. Dry the core holes and tack the sides and bottom immediately after obtaining the cores. Fill the hole with the same type of mixture and properly compact the mixture. Repair core holes with other methods when approved. 5.9.3.3. Placement Testing. Perform placement tests in accordance with Table 14. After Engineer returns the cores, Contractor may test the cores to verify Engineer's test results for in -place air voids. The allowable differences between Contractor's and Engineer's test results are listed in Table 11. 5.9.3.3.1. In -Place Air Voids. Engineer will measure in -place air voids in accordance with Tex-207-F and Tex-227-F. Before drying to a constant weight, cores may be pre -dried using a Corelok or similar vacuum device to remove excess moisture. Engineer will average the values obtained for all sublots in the production lot to determine the theoretical maximum specific gravity. Engineer will use the average air void content for in - place air voids. Engineer will use the vacuum method to seal the core if required by Tex-207-F. Engineer will use the test results from the unsealed core to determine the placement payment adjustment factor if the sealed core yields a higher specific gravity than the unsealed core. After determining the in -place air void content, Engineer will return the cores and provide test results to Contractor. 5.9.3.3.2. Segregation (Density Profile). Test for segregation using density profiles in accordance with Tex-207-F, Part V. Density profiles are not required and are not applicable when using a thermal imaging system. Density profiles are not applicable in areas described in Section 341.4.9.3.1.4., "Miscellaneous Areas." Perform a density profile every time the paver stops for more than 60 sec. on areas that are identified by either Contractor or Engineer as having thermal segregation and on any visibly segregated areas unless otherwise approved. Perform a minimum of one profile per sublot if the paver does not stop for more than 60 sec. and there are no visibly segregated areas or areas that are identified as having thermal segregation. Provide Engineer with the density profile of every sublot in the lot within one working day of the completion of each lot. Report the results of each density profile in accordance with Section 341.4.2., "Reporting and Responsibilities." The density profile is considered failing if it exceeds the tolerances in Table 15. No production or placement payment adjustments greater than 1.000 will be paid for any sublot that contains a failing density profile. When a hand-held thermal camera is used instead of a thermal imaging system, Engineer will measure the density profile at least once per project. Engineer's density profile results will be used when available. Engineer may require Contractor to remove and replace the area in question if the area fails the density profile and has surface irregularities as defined in Section 341.4.9.3.3.5., "Irregularities." The sublot in question may receive a production and placement payment adjustment greater than 1.000, if applicable, when the defective material is successfully removed and replaced. Investigate density profile failures and take corrective actions during production and placement to eliminate the segregation. Suspend production if 2 consecutive density profiles fail unless otherwise approved. Resume production after Engineer approves changes to production or placement methods. Table 15 - Se re tion (Densitv Profile Acce tance Criteria Maximum Allowable Maximum Allowable Mixture Type Density Range Density Range (Highest to Lowest) (Average to Lowest) Type A & Type B 8.0 pcf 5.0 pcf Type C, Type D & Type F 6.0 pcf 3.0 pcf 20 341 5.9.3.3.3. Longitudinal Joint Density. 5.9.3.3.3.1. Informational Tests. Perform joint density evaluations while establishing the rolling pattern and verify that the joint density is no more than 3.0 pcf below the density taken at or near the center of the mat. Adjust the rolling pattern, if needed, to achieve the desired joint density. Perform additional joint density evaluations, at least once per sublot, unless otherwise directed. 5.9.3.3.3.2. Record Tests. Perform a joint density evaluation for each sublot at each pavement edge that is or will become a longitudinal joint. Joint density evaluations are not applicable in areas described in Section 341.4.9.3.1.4., "Miscellaneous Areas." Determine the joint density in accordance with Tex-207-F, Part VII. Record the joint density information and submit results on Department forms to Engineer. The evaluation is considered failing if the joint density is more than 3.0 pcf below the density taken at the core random sample location and the correlated joint density is less than 90.0%. Engineer will make independent joint density verification at least once per project and may make independent joint density verifications at the random sample locations. Engineer's joint density test results will be used when available. Provide Engineer with the joint density of every sublot in the lot within one working day of the completion of each lot. Report the results of each joint density in accordance with Section 341.4.2., "Reporting and Responsibilities." Investigate joint density failures and take corrective actions during production and placement to improve the joint density. Suspend production if the evaluations on 2 consecutive sublots fail unless otherwise approved. Resume production after Engineer approves changes to production or placement methods. 5.9.3.3.4. Recovered Asphalt Dynamic Shear Rheometer (DSR). Engineer may take production samples or cores from suspect areas of the project to determine recovered asphalt properties. Asphalt binders with an aging ratio greater than 3.5 do not meet the requirements for recovered asphalt properties and may be deemed defective when tested and evaluated by the Construction Division. The aging ratio is the DSR value of the extracted binder divided by the DSR value of the original unaged binder. Obtain DSR values in accordance with AASHTO T 315 at the specified high temperature performance grade of the asphalt. Engineer may require removal and replacement of the defective material at Contractor's expense. The asphalt binder will be recovered for testing from production samples or cores in accordance with Tex-211-F. 5.9.3.3.5. Irregularities. Identify and correct irregularities including segregation, rutting, raveling, flushing, fat spots, mat slippage, irregular color, irregular texture, roller marks, tears, gouges, streaks, uncoated aggregate particles, or broken aggregate particles. Engineer may also identify irregularities, and in such cases, Engineer will promptly notify Contractor. If Engineer determines that the irregularity will adversely affect pavement performance, Engineer may require Contractor to remove and replace (at Contractor's expense) areas of the pavement that contain irregularities and areas where the mixture does not bond to the existing pavement. If irregularities are detected, Engineer may require Contractor to immediately suspend operations or may allow Contractor to continue operations for no more than one day while Contractor is taking appropriate corrective action. 5.9.4. Exempt Production. Engineer may deem the mixture as exempt production for the following conditions: ■ anticipated daily production is less than 1,000 tons; ■ total production for the project is less than 5,000 tons; ■ when mutually agreed between Engineer and Contractor; or ■ when shown on the plans. For exempt production, Contractor is relieved of all production and placement sampling and testing requirements, and the production and placement pay factors are 1.000. All other specification requirements apply, and Engineer will perform acceptance tests for production and placement listed in Table 14 when 100 tons or more per day are produced. 21 341 For exempt production: ■ produce, haul, place, and compact the mixture in compliance with the specification and as directed; ■ control mixture production to yield a laboratory -molded density that is within ±1.0% of the target laboratory -molded density as tested by Engineer; ■ compact the mixture in accordance with Section 341.4.8., "Compaction;" and ■ when a thermal imaging system is not used, Engineer may perform segregation (density profiles) and thermal profiles in accordance with the specification. 5.9.5. Ride Quality. Ride quality not required on this Project; however, final surface shall be free from roller marks. Finished surfaces for each course of pavement shall not vary more than 1/8 inch when evaluated with a straightedge. Readings shall be in accordance with requirements in TOOT Item 585. 6. MEASUREMENT Hot mix will be measured by the ton of composite hot -mix, which includes asphalt, aggregate, and additives. Measure the weight on scales in accordance with the following formula: (Area of Asphalt x Mat Thickness x Unit Weight from Mix Design.) Thickness of mat in excess of specified plan thickness will not be paid for. A decrease in tonnage will be made for deficient mat thickness. The measurement of tonnage is being used to allow for an anticipated variance in actual mix design unit weight. 7. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under Section 341.5., "Measurement," will be paid for at the unit bid price for "Dense Graded Hot -Mix Asphalt" of the mixture type, SAC, and binder specified. These prices are full compensation for surface preparation, materials including tack coat, placement, equipment, labor, tools, and incidentals. Payment will be made under: TOOT Item 341, Dense -Graded Hot -Mix Asphalt furnished and installed, complete per ton. Tack coat will be paid for under item P-603. Payment adjustments will be applied as determined in this Item; however, a payment adjustment factor of 1.000 will be assigned for all placement sublots for "level ups" only when "level up" is listed as part of the item bid description code. A payment adjustment factor of 1.000 will be assigned to all production and placement sublots when "exempt' is listed as part of the item bid description code. Payment for each sublot, including applicable payment adjustments greater than 1.000, will only be paid for sublots when Contractor supplies Engineer with the required documentation for production and placement QC/QA, thermal profiles, segregation density profiles, and longitudinal joint densities in accordance with Section 341.4.2., "Reporting and Responsibilities." When a thermal imaging system is used, documentation is not required for thermal profiles or segregation density profiles on individual sublots; however, the thermal imaging system automated reports described in Tex-244-F are required. Trial batches will not be paid for unless they are included in pavement work approved by the Department. Payment adjustment for ride quality will be determined in accordance with Item 585, `Ride Quality for Pavement Surfaces." 7.1. Production Payment Adjustment Factors. The production payment adjustment factor is based on the laboratory -molded density using Engineer's test results. A payment adjustment factor will be determined from Table 16 for each sublot using the deviation from the target laboratory -molded density defined in Table 9. 22 341 The production payment adjustment factor for completed lots will be the average of the payment adjustment factors for the 4 sublots sampled within that lot. Table 16 - Production Payment Adjustment Factors for Laboratory -Molded Density' Absolute Deviation from Target Laboratory -Molded Density Production Payment Adjustment Factor (Target Laboratory -Molded Density) 0.0 1.050 0.1 1.050 0.2 1.050 0.3 1.044 0.4 1.038 0.5 1.031 0.6 1.025 0.7 1.019 0.8 1.013 0.9 1.006 1.0 1.000 1.1 0.965 1.2 0.930 1.3 0.895 1.4 0.860 1.5 0.825 1.6 0.790 1.7 0.755 1.8 0.720 > 1.8 Remove and replace 1. If Engineer's laboratory -molded density on any sublot is less than 95.0% or greater than 98.0%, take immediate corrective action to bring the mixture within these tolerances. Engineer may suspend operations if Contractor's corrective actions do not produce acceptable results. Engineer will allow production to resume when the proposed corrective action is likely to yield acceptable results. 7.1.1. Payment for Incomplete Production Lots. Production payment adjustments for incomplete lots, described under Section 341.4.9.2.1.1., "Incomplete Production Lots," will be calculated using the average production payment factors from all sublots sampled. A production payment factor of 1.000 will be assigned to any lot when the random sampling plan did not result in collection of any samples. 7.1.2. Production Sublots Subject to Removal and Replacement. If after referee testing, the laboratory -molded density for any sublot results in a "remove and replace" condition as listed in Table 16, Engineer may require removal and replacement or may allow the sublot to be left in place without payment. Engineer may also accept the sublot in accordance with Section 5.3.1., "Acceptance of Defective or Unauthorized Work." Replacement material meeting the requirements of this Item will be paid for in accordance with this Section. 7.2. Placement Payment Adjustment Factors. The placement payment adjustment factor is based on in -place air voids using Engineer's test results. A payment adjustment factor will be determined from Table 17 for each sublot that requires in -place air void measurement. A placement payment adjustment factor of 1.000 will be assigned to the entire sublot when the random sample location falls in an area designated on the plans as not subject to in -place air void determination. A placement payment adjustment factor of 1.000 will be assigned to quantities placed in areas described in Section 341.4.9.3.1.4., "Miscellaneous Areas." The placement payment adjustment factor for completed lots will be the average of the placement payment adjustment factors for up to 4 sublots within that lot. 23 341 Table 17 - Placement Payment Adjustment Factors for In -Place Air Voids In -Place Air Voids Placement Pay Adjustment Factor In -Place Air Voids Placement Pay Adjustment Factor < 2.7 Remove and Replace 6.4 1.042 2.7 0.710 6.5 1.040 2.8 0.740 6.6 1.038 2.9 0.770 6.7 1.036 3.0 0.800 6.8 1.034 3.1 0.830 6.9 1.032 3.2 0.860 7.0 1.030 3.3 0.890 7.1 1.028 3.4 0.920 7.2 1.026 3.5 0.950 7.3 1.024 3.6 0.980 7.4 1.022 3.7 0.998 7.5 1.020 3.8 1.002 7.6 1.018 3.9 1.006 7.7 1.016 4.0 1.010 7.8 1.014 4.1 1.014 7.9 1.012 4.2 1.018 8.0 1.010 4.3 1.022 8.1 1.008 4.4 1.026 8.2 1.006 4.5 1.030 8.3 1.004 4.6 1.034 8.4 1.002 4.7 1.038 8.5 1.000 4.8 1.042 8.6 0.998 4.9 1.046 8.7 0.996 5.0 1.050 8.8 0.994 5.1 1.050 8.9 0.992 5.2 1.050 9.0 0.990 5.3 1.050 9.1 0.960 5.4 1.050 9.2 0.930 5.5 1.050 9.3 0.900 5.6 1.050 9.4 0.870 5.7 1.050 9.5 0.840 5.8 1.050 9.6 0.810 5.9 1.050 9.7 0.780 6.0 1.050 9.8 0.750 6.1 1.048 9.9 0.720 6.2 1.046 > 9.9 Remove and Replace 6.3 1.044 7.2.1. Payment for Incomplete Placement Lots. Payment adjustments for incomplete placement lots described under Section 341.4.9.3.1.2., "Incomplete Placement Lots," will be calculated using the average of the placement payment factors from all sublots sampled and sublots where the random location falls in an area designated on the plans as not eligible for in -place air void determination. A placement payment adjustment factor of 1.000 will be assigned to any lot when the random sampling plan did not result in collection of any samples. 7.2.2. Placement Sublots Subject to Removal and Replacement. If after referee testing, the placement payment adjustment factor for any sublot results in a "remove and replace" condition as listed in Table 17, Engineer will choose the location of 2 cores to be taken within 3 ft. of the original failing core location. Contractor will obtain the cores in the presence of Engineer. Engineer will take immediate possession of the untrimmed cores and submit the untrimmed cores to the Construction Division, where they will be trimmed if necessary and tested for bulk specific gravity within 10 working days of receipt. The average bulk specific gravity of the cores will be divided by Engineer's average maximum theoretical specific gravity for that lot to determine the new payment adjustment factor of the sublot in question. If the new payment adjustment factor is 0.700 or greater, the new payment adjustment factor will apply to that sublot. If the new payment adjustment factor is less than 0.700, no payment will be made for the sublot. Remove and replace the failing sublot, or Engineer may allow the sublot to be left in place without payment. 24 341 Engineer may also accept the sublot in accordance with Section 5.3.1., "Acceptance of Defective or Unauthorized Work." Replacement material meeting the requirements of this Item will be paid for in accordance with this Section. 7.3. Total Adjusted Pay Calculation. Total adjusted pay (TAP) will be based on the applicable payment adjustment factors for production and placement for each lot. TAP = (A+B)/2 where: A = Bid price x production lot quantity x average payment adjustment factor for the production lot B = Bid price x placement lot quantity x average payment adjustment factor for the placement lot + (bid price x quantity placed in miscellaneous areas x 1.000) Production lot quantity = Quantity actually placed - quantity left in place without payment Placement lot quantity = Quantity actually placed - quantity left in place without payment - quantity placed in miscellaneous areas 25 12/21/2018 AC 150/5370-10H Item P-501 Cement Concrete Pavement DESCRIPTION 501-1.1 This work shall consist of pavement composed of cement concrete with and without reinforcement constructed on a prepared underlying surface in accordance with these specifications and shall conform to the lines, grades, thickness, and typical cross -sections shown on the plans. The terms cement concrete, hydraulic cement concrete, and concrete are interchangeable in this specification. MATERIALS 501-2.1 Aggregates. a. Reactivity. Fine and Coarse aggregates to be used in PCC on this project shall be tested and evaluated by the Contractor for alkali -aggregate reactivity in accordance with both ASTM C1260 and ASTM C1567. Tests must be representative of aggregate sources which will be providing material for production. ASTM C 1260 and ASTM C 1567 tests may be run concurrently. (1) Coarse aggregate and fine aggregate shall be tested separately in accordance with ASTM C 1260; however, the length of test shall be extended to 28 days (30 days from casting). Tests must have been completed within 6 months of the date of the concrete mix submittal. (2) The combined coarse and fine aggregate shall be tested in accordance with ASTM C1567, modified for combined aggregates, using the proposed mixture design proportions of aggregates, cementitious materials, and/or specific reactivity reducing chemicals. If the expansion does not exceed 0.10% at 28 days, the proposed combined materials will be accepted. If the expansion is greater than 0.10% at 28 days, the aggregates will not be accepted unless adjustments to the combined materials mixture can reduce the expansion to less than 0.10% at 28 days, or new aggregates shall be evaluated and tested. (3) If lithium nitrate is proposed for use with or without supplementary cementitious materials, the aggregates shall be tested in accordance with Corps of Engineers (COE) Concrete Research Division (CRD) C662 in lieu of ASTM C1567. If lithium nitrate admixture is used, it shall be nominal 30% f0.5% weight lithium nitrate in water. If the expansion does not exceed 0.10% at 28 days, the proposed combined materials will be accepted. If the expansion is greater than 0.10% at 28 days, the aggregates will not be accepted unless adjustments to the combined materials mixture can reduce the expansion to less than 0.10% at 28 days, or new aggregates shall be evaluated and tested. b. Fine aggregate. Grading of the fine aggregate, as delivered to the mixer, shall conform to the requirements of ASTM C33 and the parameters identified in the fine aggregate material requirements below. Fine aggregate material requirements and deleterious limits are shown in the following table: Item P-501 Portland Cement Concrete (PCC) Pavement 12/21/2018 AC 150/5370-1OH Fine Aggregate Material Requirements Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate Loss after 5 cycles: 10% maximum using Sodium sulfate - or - 15% maximum using magnesium sulfate ASTM C88 Sand Equivalent 45 minimum ASTM D2419 Fineness Modulus (FM) 2.50 < FM < 3.40 ASTM C136 Limits for Deleterious Substances in Fine Aggregate for Concrete Clay lumps and friable particles 1.0% maximum ASTM C142 Coal and lignite 0.5% using a medium with a density of Sp. Gr. of 2.0 ASTM C123 Total Deleterious Material 1.0% maximum c. Coarse aggregate. The maximum size coarse aggregate shall be 1-inch. Aggregates delivered to the mixer shall be clean, hard, uncoated aggregates consisting of crushed stone, crushed or uncrushed gravel, air-cooled iron blast furnace slag, crushed recycled concrete pavement, or a combination. The aggregates shall have no known history of detrimental pavement staining. Steel blast furnace slag shall not be permitted. Coarse aggregate material requirements and deleterious limits are shown in the table below; washing may be required to meet aggregate requirements. The course aggregate shall be tested with an indicator to identify staining particles. This shall be by immersion of aggregate into a lime slurry. If staining particles are present, a blue-green gelatinous precipitate will form within five to 10 minutes, rapidly changing to a brown color on exposure to air and light. The reaction should be complete in 30 minutes. If no brown gelatinous precipitate forms, there is little chance of reaction in concrete. (Portland Concrete Association, Design and Control of Concrete Mixtures). COARSE AGGREGATE MATERIAL REQUIREMENTS Material Test Requirement Standard Resistance to Degradation Loss: 40% maximum ASTM C131 Soundness of Aggregates Loss after 5 cycles: by Use of Sodium Sulfate or 12% maximum using Sodium sulfate - or - ASTM C88 Magnesium Sulfate 18% maximum using magnesium sulfate Flat, Elongated, or Flat and 8% maximum, by weight, of flat, elongated, or Elongated Particles flat and elongated particles at15:1 for any size ASTM D4791 rou coarser than 3/8 sieve Bulk density of slag 2 Weigh not less than 70 pounds per cubic foot ASTM C29 1.12 Mg/cubic meter D-cracking(Freeze-Thaw)3 Durability factor > 95 ASTM C666 1 A flat particle is one having a ratio of width to thickness greater than five (5); an elongated particle is one having a ratio of length to width greater than five (5). 2 Only required if slag is specified. 3 Coarse aggregate may only be accepted from sources that have a 20-year service history for the same gradation to be supplied with no history of D-Cracking. Aggregates that do not have a 20-year record of service free from major repairs (less than 5% of slabs replaced) in similar conditions without D-cracking shall not be used unless the material currently being produced has a durability factor greater than or equal to 95 per ASTM C666. Contractor shall submit a current certification and test results to verify the aggregate acceptability. Test results Item P-501 Portland Cement Concrete (PCC) Pavement 2 12/21/2018 AC 150/5370-10H will only be accepted from a State Department of Transportation (DOT) materials laboratory or an accredited laboratory. Certification and test results which are not dated or which are over one year old or which are for different gradations will not be accepted. The amount of deleterious material in the coarse aggregate shall not exceed the following limits: Limits for Deleterious Substances in Coarse Aggregate Deleterious material ASTM Percentage by Mass Clay Lumps and friable particles ASTM C142 1.0 Material finer than No. 200 sieve 75 m ASTM C117 1.01 Lightweight particles ASTM C123 using a medium with a 0.5 density of Sp. Gr. of 2.0 Chert2 (less than 2.40 Sp Gr.) ASTM C123 using a medium with a 0.13 density of Sp. Gr. of 2.40 1 The limit for material finer than 75-µm is allowed to be increased to 1.5% for crushed aggregates consisting of dust of fracture that is essentially free from clay or shale. Test results supporting acceptance of increasing limit to 1.5% with statement indicating material is dust of fracture must be submitted with Concrete mix. Acceptable techniques to characterizing these fines include methylene blue adsorption or X-ray diffraction analysis. 2 Chert and aggregates with less than 2.4 specific gravity. 3 The limit for chert may be increased to 1.0 percent by mass in areas not subject to severe freeze and thaw. d. Combined aggregate gradation. This specification is targeted for a combined aggregate gradation developed following the guidance presented in United States Air Force Engineering Technical Letter (ETL) 97-5: Proportioning Concrete Mixtures with Graded Aggregates for Rigid Airfield Pavements. Base the aggregate grading upon a combination of all the aggregates (coarse and fine) to be used for the mixture proportioning. Three aggregate sizes may be required to achieve an optimized combined gradation that will produce a workable concrete mixture for its intended use. Use aggregate gradations that produce concrete mixtures with well -graded or optimized aggregate combinations. The Contractor shall submit complete mixture information necessary to calculate the volumetric components of the mixture. The combined aggregate grading shall meet the following requirements: (1) The materials selected and the proportions used shall be such that when the Coarseness Factor (CF) and the Workability Factor (WF) are plotted on a diagram as described in paragraph 501-2.1 d(4) below, the point thus determined shall fall within the parallelogram described therein. (2) The CF shall be determined from the following equation: CF = (cumulative percent retained on the 3/8 in. sieve)(100) / (cumulative percent retained on the No. 8 sieve) (3) The WF is defined as the percent passing the No. 8 sieve based on the combined gradation. However, WF shall be adjusted, upwards only, by 2.5 percentage points for each 94 pounds of cementitious material per cubic meter yard greater than 564 pounds per cubic yard . (4) A diagram shall be plotted using a rectangular scale with WF on the Y-axis with units from 20 (bottom) to 45 (top), and with CF on the X-axis with units from 80 (left side) to 30 (right side). On this diagram a parallelogram shall be plotted with corners at the following coordinates (CF-75, WF-28), (CF- 75, WF-40), (CF-45, WF-32.5), and (CF-45, WF-44.5). If the point determined by the intersection of the computed CF and WF does not fall within the above parallelogram, the grading of each size of aggregate used and the proportions selected shall be changed as necessary. The point determined by the plotting of the CF and WF may be adjusted during production f3 WF and ±5 CF. Adjustments to gradation may not take the point outside of the parallelogram. e. Contractors combined aggregate gradation. Contractor shall submit their combined aggregate gradation using the following format: Item P-501 Portland Cement Concrete (PCC) Pavement 12/21/2018 AC 150/5370-10H CONTRACTOR'S COMBINED AGGREGATE GRADATION Sieve Size Contractor's Concrete mix Gradation (Percent passing by weight) 2 inch 1-1 /2 inch 1 inch 3/4 inch 1/2 inch 3/8 inch No. 4 No. 8 No. 16 No. 30 No. 50 No. 100 501-2.2 Cement. Cement shall conform to the requirements of ASTM C 150 Type II. 501-2.3 Cementitious materials. a. Fly ash. Fly ash shall meet the requirements of ASTM C618, except for loss of ignition, where the maximum shall be less than 6%. Fly ash shall have a Calcium Oxide (CaO) content of less than 15% and a total alkali content less than 3% per ASTM C311. Contractor shall furnish the previous three most recent, consecutive ASTM C618 reports for each source of fly ash proposed in the concrete mix and shall furnish each additional report as they become available during the project. The reports can be used for acceptance or the material may be tested independently by Resident Project Representative (RPR). b. Slag cement (ground granulated blast furnace (GGBF)). Slag cement shall conform to ASTM C989, Grade 100 or Grade 120. Slag cement shall be used only at a rate between 25% and 55% of the total cementitious material by mass. c. Raw or calcined natural pozzolan. Natural pozzolan shall be raw or calcined and conform to ASTM C618, Class N, including the optional requirements for uniformity and effectiveness in controlling Alkali -Silica reaction and shall have a loss on ignition not exceeding 6%. Class N pozzolan for use in mitigating Alkali -Silica Reactivity shall have a total available alkali content less than 3%. d. Ultrafine fly ash and ultrafine pozzolan. U1traFine Fly Ash (UFFA) and U1traFine Pozzolan (UFP) shall conform to ASTM C618, Class F or N, and the following additional requirements: (1) The strength activity index at 28 days of age shall be at least 95% of the control specimens. (2) The average particle size shall not exceed 6 microns. 501-2.4 Joint seal. The joint seal for the joints in the concrete pavement shall meet the requirements of Item P-605 and shall be of the type specified in the plans. 501-2.5 Isolation joint filler. Premolded joint filler for isolation joints shall conform to the requirements of ASTM D1752Type II or III and shall be where shown on the plans. The filler for each joint shall be furnished in a single piece for the full depth and width required for the joint, unless otherwise specified by the RPR. When the use of more than one piece is required for a joint, the abutting ends shall be fastened securely and held accurately to shape by stapling or other positive fastening means satisfactory to the RPR. Item P-501 Portland Cement Concrete (PCC) Pavement 4 12/21/2018 AC 150/5370-10H 501-2.6 Steel reinforcement. Reinforcing shall conform to the requirements of ASTM A775 Standard Specification for Epoxy -Coated Steel Reinforcing Bars and ASTM A934 Standard Specification for Epoxy -Coated Prefabricated Steel Reinforcing Bars. 501-2.7 Dowel and Tie Bars. Dowel bars shall be plain steel bars conforming to ASTM A615 and shall be free from burring or other deformation restricting slippage in the concrete. a. Dowel Bars. Before delivery to the construction site each dowel bar shall be epoxy coated per ASTM A1078, Type 1, with a coating thickness after curing greater than 10 mils. Patched ends are not required for Type 1 coated dowels. The dowels shall be coated with a bond -breaker recommended by the manufacturer. Dowel sleeves or inserts are not permitted. Grout retention rings shall be fully circular metal or plastic devices capable of supporting the dowel until the grout hardens. b. Tie Bars. Tie bars shall be deformed steel bars and conform to the requirements of ASTM A615. Tie bars designated as Grade 60 in ASTM A615 or ASTM A706 shall be used for construction requiring bent bars. 501-2.8 Water. Water used in mixing or curing shall be potable. If water is taken from other sources considered non -potable, it shall meet the requirements of ASTM C 1602. 501-2.9 Material for curing concrete. Curing materials shall conform to one of the following specifications: a. Liquid membrane -forming compounds for curing concrete shall conform to the requirements of ASTM C309, Type 2, Class A, or Class B. b. White polyethylene film for curing concrete shall conform to the requirements of ASTM C 171. c. White burlap -polyethylene sheeting for curing concrete shall conform to the requirements of ASTM C171. d. Waterproof paper for curing concrete shall conform to the requirements of ASTM C 171. 501-2.10 Admixtures. Admixtures shall conform to the following specifications: a. Air -entraining admixtures. Air -entraining admixtures shall meet the requirements of ASTM C260 and shall consistently entrain the air content in the specified ranges under field conditions. The air -entraining agent and any water reducer admixture shall be compatible. b. Water -reducing admixtures. Water -reducing admixture shall meet the requirements of ASTM C494, Type A, B, or D. c. Other admixtures. The use of set retarding and set -accelerating admixtures shall be approved by the RPR prior to developing the concrete mix. Retarding admixtures shall meet the requirements of ASTM C494, Type A, B, or D and set -accelerating admixtures shall meet the requirements of ASTM C494, Type C. Calcium chloride and admixtures containing calcium chloride shall not be used. d. Lithium Nitrate. The lithium admixture shall be a nominal 30% aqueous solution of Lithium Nitrate, with a density of 10 pounds/gallon, and shall have the approximate chemical form as shown below: LITHIUM ADMIXTURE Constituent Limit (Percent by Mass) LiNO3 (Lithium Nitrate) 30 f0.5 SO4 (Sulfate Ion) 0.1 (max) Cl (Chloride Ion) 0.2 (max) Na (Sodium Ion) 0.1 (max) K (Potassium Ion) 0.1 (max) Item P-501 Portland Cement Concrete (PCC) Pavement 12/21/2018 AC 150/5370-1OH The lithium nitrate admixture dispensing and mixing operations shall be verified and certified by the lithium manufacturer's representative. 501-2.11 Epoxy -resin. All epoxy -resin materials shall be two -component materials conforming to the requirements of ASTM C881, Class as appropriate for each application temperature to be encountered, except that in addition, the materials shall meet the following requirements: a. Material for use for embedding dowels and anchor bolts shall be Type IV, Grade 3. b. Material for use as patching materials for complete filling of spalls and other voids and for use in preparing epoxy resin mortar shall be Type III, Grade as approved. c. Material for use for injecting cracks shall be Type IV, Grade 1. d. Material for bonding freshly mixed Portland cement concrete or mortar or freshly mixed epoxy resin concrete or mortar to hardened concrete shall be Type V, Grade as approved. 501-2.12 Bond Breaker. Liquid membrane forming compound shall be in accordance with ASTM C-309 and per paragraph 501-2.9(a). CONCRETE MIX 501-3.1. General. No concrete shall be placed until an acceptable concrete mix has been submitted to RPR for review and RPR has taken appropriate action. RPR review shall not relieve Contractor of the responsibility to select and proportion the materials to comply with this section. 501-3.2 Concrete Mix Laboratory. The laboratory used to develop the concrete mix shall be accredited in accordance with ASTM C 1077. The laboratory accreditation must be current and listed on the accrediting authority's website. All test methods required for developing the concrete mix must be included in the lab accreditation. A copy of the laboratory's current accreditation and accredited test methods shall be submitted to the RPR prior to start of construction. 501-3.3 Concrete Mix Proportions. Develop the mix using the procedures contained in Portland Cement Association (PCA) publication, "Design and Control of Concrete Mixtures." Concrete shall be proportioned to achieve a 28-day flexural strength that meets or exceeds the acceptance criteria contained in paragraph 501-6.6 for a flexural strength of 650 psi per ASTM C78. The minimum cementitious material shall be adequate to ensure a workable, durable mix. The minimum cementitious material (cement plus fly ash, or slag cement) shall be 517 pounds per cubic yard. The ratio of water to cementitious material, including free surface moisture on the aggregates but not including moisture absorbed by the aggregates shall be between 0.38 — 0.45 by weight. Flexural strength test specimens shall be prepared in accordance with ASTM C 192 and tested in accordance with ASTM C78. At the start of the project, Contractor shall determine an allowable slump as determined by ASTM C 143 not to exceed 2 inches for slip -form placement. For fixed -form placement, the slump shall not exceed 3 inches. For hand placement, the slump shall not exceed 4 inches. Ratio of the seven-day compressive strength of the selected mixture to the 28-day flexural strength of the mixture (for Contractor QC control). The results of the concrete mix shall include a statement giving the maximum nominal coarse aggregate size and the weights and volumes of each ingredient proportioned on a one cubic yard basis. Aggregate quantities shall be based on the mass in a saturated surface dry condition. If a change in source(s) is made, or admixtures added or deleted from the mix, a new concrete mix must be submitted to RPR for approval. RPR may request samples at any time for testing, prior to and during production, to verify the quality of the materials and to ensure conformance with the applicable specifications. Item P-501 Portland Cement Concrete (PCC) Pavement 12/21/2018 AC 150/5370-10H 501-3.4 Concrete Mix submittal. The concrete mix shall be submitted to RPR at least 30 days prior to the start of operations. The submitted concrete mix shall not be more than 180 days old and must use the materials to be used for production for the project. Production shall not begin until the concrete mix is approved in writing by RPR. Each of the submitted concrete mixes (i.e, slip form, side form machine finish and side form hand finish) shall be stamped or sealed by the responsible professional Engineer of the laboratory and shall include the following items and quantities as a minimum: 1. Certified material test reports for aggregate in accordance with paragraph 501-2.1. Certified reports must include all tests required; reporting each test, test method, test result, and requirement specified (criteria). 2. Combined aggregate gradations and analysis; and including plots of the fine aggregate fineness modulus. 3. Reactivity Test Results. 4. Coarse aggregate quality test results, including deleterious materials. 5. Fine aggregate quality test results, including deleterious materials. 6. Mill certificates for cement and supplemental cementitious materials. 7. Certified test results for all admixtures, including Lithium Nitrate if applicable. 8. Specified flexural strength, slump, and air content. 9. Recommended proportions/volumes for proposed mixture and trial water-cementitious materials ratio, including actual slump and air content. 10. Flexural and compressive strength summaries and plots, including all individual beam and cylinder breaks. 11. Correlation ratios for acceptance testing and Contractor QC testing, when applicable. 12. Historical record of test results documenting production standard deviation, when applicable. 501-3.5 Cementitious materials. a. Fly ash. When fly ash is used as a partial replacement for cement, the replacement rate shall be determined from laboratory trial mixes and shall be between 20 and 30% by weight of the total cementitious material. If fly ash is used in conjunction with slag cement the maximum replacement rate shall not exceed 10% by weight of total cementitious material. b. Slag cement (ground granulated blast furnace (GGBF)). Slag cement may be used. The slag cement, or slag cement plus fly ash if both are used, may constitute 25 - 55% of the total cementitious material by weight. c. Raw or calcined natural pozzolan. Natural pozzolan may be used in the concrete mix. When pozzolan is used as a partial replacement for cement, the replacement rate shall be determined from laboratory trial mixes and shall be between 20 and 30% by weight of the total cementitious material. If pozzolan is used in conjunction with slag cement the maximum replacement rate shall not exceed 10% by weight of total cementitious material. d. Ultrafine fly ash (UFFA) and ultrafine pozzolan (UFP). UFFA and UFP may be used in the concrete mix with the RPR's approval. When UFFA and UFP is used as a partial replacement for cement, the replacement rate shall be determined from laboratory trial mixes and shall be 7 - 16% by weight of the total cementitious material. Item P-501 Portland Cement Concrete (PCC) Pavement 7 12/21/2018 AC 150/5370-1OH 501-3.6 Admixtures. a. Air -entraining admixtures. Air -entraining admixture are to be added in such a manner that will ensure uniform distribution of the agent throughout the batch. The air content of freshly mixed air -entrained concrete shall be based upon trial mixes with the materials to be used in the work adjusted to produce concrete of the required plasticity and workability. The percentage of air in the mix shall be 6.0. Air content shall be determined by testing in accordance with ASTM C231 for gravel and stone coarse aggregate and ASTM C 173 for slag and other highly porous coarse aggregate. b. Water -reducing admixtures. Water -reducing admixtures shall be added to the mix in the manner recommended by the manufacturer and in the amount necessary to comply with the specification requirements. Tests shall be conducted with the materials to be used in the work, in accordance with ASTM C494. c. Other admixtures. Set controlling, and other approved admixtures shall be added to the mix in the manner recommended by the manufacturer and in the amount necessary to comply with the specification requirements. Tests shall be conducted with the materials to be used in the work, in accordance with ASTM C494. d. Lithium nitrate. Lithium nitrate shall be added to the mix in the manner recommended by the manufacturer and in the amount necessary to comply with the specification requirements in accordance with paragraph 501-2.1Od. CONSTRUCTION METHODS 501-4.1 Control Strip. The control strip(s) shall be to the next planned joint after the initial 250 feet of each type of pavement construction (slip -form pilot lane, slip -form fill-in lane, or fixed form). Contractor shall demonstrate, in the presence of RPR, that the materials, concrete mix, equipment, construction processes, and quality control processes meet the requirements of the specifications. The concrete mixture shall be extruded from the paver meeting the edge slump tolerance and with little or no finishing. Pilot, fill- in, and fixed -form control strips will be accepted separately. Minor adjustments to the mix design may be required to place an acceptable control strip. The production mix will be the adjusted mix design used to place the acceptable control strip. Upon acceptance of the control strip by RPR, the Contractor must use the same equipment, materials, and construction methods for the remainder of concrete paving. Any adjustments to processes or materials must be approved in advance by RPR. Acceptable control strips will meet edge slump tolerance and surface acceptable with little or no finishing, air content within action limits, strength equal or greater than requirements of P501-3.3. The control strip will be considered one lot for payment (no sublots required for control strip). Payment will only be made for an acceptable control strip in accordance with paragraph 501-8.1 using a lot pay factor equal to 100. 501-4.2 Equipment. Contractor is responsible for the proper operation and maintenance of all equipment necessary for handling materials and performing all parts of the work to meet this specification. a. Plant and equipment. The plant and mixing equipment shall conform to requirements of ASTM C94/C685. Each truck mixer shall have attached in a prominent place a manufacturer's nameplate showing the capacity of the drum in terms of volume of mixed concrete and the speed of rotation of the mixing drum or blades. The truck mixers shall be examined daily for changes in condition due to accumulation of hard concrete or mortar or wear of blades. The pickup and throwover blades shall be replaced when they have worn down 3/4 inch or more. Contractor shall have a copy of the manufacturer's design on hand showing dimensions and arrangement of blades in reference to original height and depth. Equipment for transferring and spreading concrete from the transporting equipment to the paving lane in front of the finishing equipment shall be provided. The equipment shall be specially manufactured, Item P-501 Portland Cement Concrete (PCC) Pavement 12/21/2018 AC 150/5370-1OH self-propelled transfer equipment which will accept the concrete outside the paving lane and will spread it evenly across the paving lane in front of the paver and strike off the surface evenly to a depth which permits the paver to operate efficiently. b. Finishing equipment. (1) Slip -form. The standard method of constructing concrete pavements shall be with an approved slip -form paving equipment designed and operated to spread, consolidate, screed, and finish the freshly placed concrete in one complete pass of the machine so that the end result is a dense and homogeneous pavement which is achieved with a minimum of hand finishing. The paver -finisher shall be a heavy duty, self-propelled machine designed specifically for paving and finishing high quality concrete pavements. (2) Fixed form. On projects requiring less than 10,000 cubic yards of concrete pavement or irregular areas at locations inaccessible to slip -form paving equipment, concrete pavement may be placed with equipment specifically designed for placement and finishing using stationary side forms. Methods and equipment shall be reviewed and accepted by RPR. Hand screeding and float finishing may only be used on small irregular areas as allowed by RPR. c. Vibrators. Vibrator shall be the internal type. The rate of vibration of each vibrating unit shall be sufficient to consolidate the pavement without segregation or voids. The number, spacing, and frequency shall be as necessary to provide a dense and homogeneous pavement and meet the recommendations of American Concrete Institute (ACI) 309R, Guide for Consolidation of Concrete. Adequate power to operate all vibrators shall be available on the paver. The vibrators shall be automatically controlled so that they shall be stopped as forward motion ceases. Contractor shall provide an electronic or mechanical means to monitor vibrator status. The checks on vibrator status shall occur a minimum of two times per day or when requested by RPR. Handheld vibrators may only be used in irregular areas and shall meet the recommendations of ACI 309R, Guide for Consolidation of Concrete. d. Concrete saws. Contractor shall provide sawing equipment adequate in number of units and power to complete the sawing to the required dimensions. Contractor shall provide at least one standby saw in good working order and a supply of saw blades at the site of the work at all times during sawing operations. e. Fixed forms. Straight side fixed forms shall be made of steel and shall be furnished in sections not less than 10 feet in length. Forms shall be provided with adequate devices for secure settings so that when in place they will withstand, without visible spring or settlement, the impact and vibration of the consolidating and finishing equipment. Forms with battered top surfaces and bent, twisted or broken forms shall not be used. Built-up forms shall not be used, except as approved by the RPR. The top face of the form shall not vary from a true plane more than 1/8 inch in 10 feet, and the upstanding leg shall not vary more than 1/4 inch. The forms shall contain provisions for locking the ends of abutting sections together tightly for secure setting. Wood forms may be used under special conditions, when approved by the RPR. The forms shall extend the full depth of the pavement section. 501-4.3 Form setting. Forms shall be set to line and grade as shown on the plans, sufficiently in advance of the concrete placement, to ensure continuous paving operation. Forms shall be set to withstand, without visible spring or settlement, the impact and vibration of the consolidating and finishing equipment. Forms shall be cleaned and oiled prior to the concrete placement. 501-4.4 Base surface preparation prior to placement. Any damage to the prepared base, subbase, and subgrade shall be corrected full depth by the Contractor prior to concrete placement. The underlying surface shall be entirely free of frost when concrete is placed. The prepared grade shall be moistened with water, without saturating, immediately ahead of concrete placement to prevent rapid loss of moisture from concrete. Bond breaker shall be applied in accordance with 501-2.12. Item P-501 Portland Cement Concrete (PCC) Pavement 9 12/21/2018 AC 150/5370-10H 501-4.5 Handling, measuring, and batching material. Aggregate stockpiles shall be constructed and managed in such a manner that prevents segregation and intermixing of deleterious materials. Aggregates from different sources shall be stockpiled, weighed and batched separately at the concrete batch plant. Aggregates that have become segregated or mixed with earth or foreign material shall not be used. All aggregates produced or handled by hydraulic methods, and washed aggregates, shall be stockpiled or binned for draining at least 12 hours before being batched. Store and maintain all aggregates at a uniform moisture content prior to use. A continuous supply of materials shall be provided to the work to ensure continuous placement. 501-4.6 Mixing concrete. The concrete may be mixed at the work site, in a central mix plant or in truck mixers. A central plant will be required on all projects with concrete volume exceeding 2,500 cubic yards. The mixer shall be of an approved type and capacity. Mixing time shall be measured from the time all materials are placed into the drum until the drum is emptied into the truck. All concrete shall be mixed and delivered to the site in accordance with the requirements of ASTM C94 or ASTM C685. Mixed concrete from the central mixing plant shall be transported in truck mixers, truck agitators, or non - agitating trucks. The elapsed time from the addition of cementitious material to the mix until the concrete is discharged from the truck should not exceed 30 minutes when the concrete is hauled in non -agitating trucks, nor 90 minutes when the concrete is hauled in truck mixers or truck agitators. In no case shall the temperature of the concrete when placed exceed 90°F. Retempering concrete by adding water or by other means will not be permitted. With transit mixers additional water may be added to the batch materials and additional mixing performed to increase the slump to meet the specified requirements provided the addition of water is performed within 45 minutes after the initial mixing operations and provided the water/cementitious ratio specified is not exceeded. Provide batch ticket for each batch discharged and used in the Work, indicating Project identification name and number, date, mix type, mix time, quantity, and amount of water added. Batch ticket shall be automatically generated by batch plant and indicate batching operation variances according to ACI 304R. a. Cement and supplementary cementitious material within f 1 % of desired weight. b. Aggregates measured within f2% of desired weight (f 1 % when cumulative weight is taken). c. Allowable water adjusted for free moisture in aggregates. d. Admixtures discharged separately within a volumetric tolerance of f3% using a method that does not allow concentrated admixtures to contact each other. 501-4.7 Weather Limitations on mixing and placing. No concrete shall be mixed, placed, or finished when the natural light is insufficient, unless an adequate and approved artificial lighting system is operated. a. Cold weather. Unless authorized in writing by the RPR, mixing and concreting operations shall be discontinued when a descending air temperature in the shade and away from artificial heat reaches 40°F and shall not be resumed until an ascending air temperature in the shade and away from artificial heat reaches 35°F. The aggregate shall be free of ice, snow, and frozen lumps before entering the mixer. The temperature of the mixed concrete shall not be less than 50°F at the time of placement. Concrete shall not be placed on frozen material nor shall frozen aggregates be used in the concrete. When concreting is authorized during cold weather, water and/or the aggregates may be heated to not more than 150°F. The apparatus used shall heat the mass uniformly and shall be arranged to preclude the possible occurrence of overheated areas which might be detrimental to the materials. Item P-501 Portland Cement Concrete (PCC) Pavement 10 12/21/2018 AC 150/5370-10H Curing during cold weather shall be in accordance with paragraph 501-4.13d. Requirements of ACI 306R, Cold Weather Concretingshall hall apply. b. Hot weather. During periods of hot weather when the maximum daily air temperature exceeds 85°F, the following precautions shall be taken. The forms and/or the underlying surface shall be sprinkled with water immediately before placing the concrete. The concrete shall be placed at the coolest temperature practicable, and in no case shall the temperature of the concrete when placed exceed 90°F. The aggregates and/or mixing water shall be cooled as necessary to maintain the concrete temperature at or not more than the specified maximum. The concrete placement shall be protected from exceeding an evaporation rate of 0.2 psf per hour. When conditions are such that problems with plastic cracking can be expected, and particularly if any plastic cracking begins to occur, Contractor shall immediately take such additional measures as necessary to protect the concrete surface. If Contractor measures are not effective in preventing plastic cracking, paving operations shall be immediately stopped. Curing during hot weather shall be in accordance with paragraph 501-4.13e. Requirements of ACI 305R, Hot Weather Concretingshall hall apply. c. Temperature management program. Prior to the start of paving operation for each day of paving, the Contractor shall provide RPR with a Temperature Management Program for the concrete to be placed to assure that uncontrolled cracking is avoided. (Federal Highway Administration HIPERPAV 3 is one example of a temperature management program.) As a minimum, the program shall address the following items: (1) Anticipated tensile strains in the fresh concrete as related to heating and cooling of the concrete material. (2) Anticipated weather conditions such as ambient temperatures, wind velocity, and relative humidity; and anticipated evaporation rate using Figure 19-9, PCA, Design and Control of Concrete Mixtures. (3) Anticipated timing of initial sawing of joint. (4) Anticipated number and type of saws to be used. d. Rain. Contractor shall have available materials for the protection of the concrete during inclement weather. Such protective materials shall consist of rolled polyethylene sheeting at least 4 mils thick of sufficient length and width to cover the plastic concrete slab and any edges. The sheeting may be mounted on either the paver or a separate movable bridge from which it can be unrolled without dragging over the plastic concrete surface. When rain appears imminent, all paving operations shall stop and all available personnel shall begin covering the surface of the unhardened concrete with the protective covering. 501-4.8 Concrete Placement. At any point in concrete conveyance, the free vertical drop of the concrete from one point to another or to the underlying surface shall not exceed 3 feet. The finished concrete product must be dense and homogeneous, without segregation and conforming to the standards in this specification. Backhoes and grading equipment shall not be used to distribute the concrete in front of the paver. Front end loaders will not be used. All concrete shall be consolidated without voids or segregation, including under and around all load -transfer devices, joint assembly units, and other features embedded in the pavement. Hauling equipment or other mechanical equipment can be permitted on adjoining previously constructed pavement when the concrete strength reaches a flexural strength of 550 psi -based on the average of four field cured specimens per 2,000 cubic yards of concrete placed. Contractor must determine that the above minimum strengths are adequate to protection the pavement from overloads due to the construction equipment proposed for the project. Contractor shall have available materials for the protection of the concrete during cold, hot and/or inclement weather in accordance with paragraph 501-4.7. Item P-501 Portland Cement Concrete (PCC) Pavement 11 12/21/2018 AC 150/5370-10H a. Slip -form construction. The concrete shall be distributed uniformly into final position by a self- propelled slip -form paver without delay. The alignment and elevation of the paver shall be regulated from outside reference lines established for this purpose. The paver shall vibrate the concrete for the full width and depth of the strip of pavement being placed and the vibration shall be adequate to provide a consistency of concrete that will stand normal to the surface with sharp well-defined edges. The sliding forms shall be rigidly held together laterally to prevent spreading of the forms. The plastic concrete shall be effectively consolidated by internal vibration with transverse vibrating units for the full width of the pavement and/or a series of equally placed longitudinal vibrating units. The space from the outer edge of the pavement to longitudinal unit shall not exceed 9 inches for slipform and at the end of the dowels for the fill-in lanes. The spacing of internal units shall be uniform and shall not exceed 18 inches. "Internal vibration" means vibrating units located within the specified thickness of pavement section. The rate of vibration of each vibrating unit shall be sufficient to consolidate the pavement without, segregation, voids, or vibrator trails and the amplitude of vibration shall be sufficient to be perceptible on the surface of the concrete along the entire length of the vibrating unit and for a distance of at least 1 foot. The frequency of vibration or amplitude should be adjusted proportionately with the rate of travel to result in a uniform density and air content. The paving machine shall be equipped with a tachometer or other suitable device for measuring and indicating the actual frequency of vibrations. The concrete shall be held at a uniform consistency. The slip -form paver shall be operated with as nearly a continuous forward movement as possible and all operations of mixing, delivering, and spreading concrete shall be coordinated to provide uniform progress with stopping and starting of the paver held to a minimum. If for any reason, it is necessary to stop the forward movement of the paver, the vibratory and tamping elements shall also be stopped immediately. No tractive force shall be applied to the machine, except that which is controlled from the machine. When concrete is being placed adjacent to an existing pavement, that part of the equipment which is supported on the existing pavement shall be equipped with protective pads on crawler tracks or rubber -tired wheels on which the bearing surface is offset to run a sufficient distance from the edge of the pavement to avoid breaking the pavement edge. Not more than 15% of the total free edge of each 500-foot segment of pavement, or fraction thereof, shall have an edge slump exceeding 1/4 inch, and none of the free edge of the pavement shall have an edge slump exceeding 3/8 inch. (The total free edge of 500 feet of pavement will be considered the cumulative total linear measurement of pavement edge originally constructed as nonadjacent to any existing pavement; that is, 500 feet of paving lane originally constructed as a separate lane will have 1,000 feet of free edge, 500 feet of fill-in lane will have no free edge, etc.). The area affected by the downward movement of the concrete along the pavement edge shall be limited to not more than 18 inches from the edge. When excessive edge slump cannot be corrected before the concrete has hardened, the area with excessive edge slump will be removed the full width of the slip form lane and replaced at the expense of the Contractor as directed by the RPR. b. Fixed -form construction. Forms shall be drilled in advance of being placed to line and grade to accommodate tie bars / dowel bars where these are specified. Immediately in advance of placing concrete and after all subbase operations are completed, side forms shall be trued and maintained to the required line and grade for a distance sufficient to prevent delay in placing. Side forms shall remain in place at least 12 hours after the concrete has been placed, and in all cases until the edge of the pavement no longer requires the protection of the forms. Curing compound shall be applied to the concrete immediately after the forms have been removed. Item P-501 Portland Cement Concrete (PCC) Pavement 12 12/21/2018 AC 150/5370-10H Side forms shall be thoroughly cleaned and coated with a release agent each time they are used and before concrete is placed against them. Concrete shall be spread, screed, shaped and consolidated by one or more self-propelled machines. These machines shall uniformly distribute and consolidate concrete without segregation so that the completed pavement will conform to the required cross-section with a minimum of handwork. The number and capacity of machines furnished shall be adequate to perform the work required at a rate equal to that of concrete delivery. The equipment must be specifically designed for placement and finishing using stationary side forms. Methods and equipment shall be reviewed and accepted by the RPR. Concrete for the full paving width shall be effectively consolidated by internal vibrators. The rate of vibration of each vibrating unit shall be sufficient to consolidate the pavement without segregation, voids, or leaving vibrator trails. Power to vibrators shall be connected so that vibration ceases when forward or backward motion of the machine is stopped. c. Consolidation. Concrete shall be consolidated with the specified type of lane -spanning, gang - mounted, mechanical, immersion type vibrating equipment mounted in front of the paver, supplemented, in rare instances as specified, by hand -operated vibrators. The vibrators shall be inserted into the concrete to a depth that will provide the best full -depth consolidation but not closer to the underlying material than 2 inches. Vibrators shall not be used to transport or spread the concrete. For each paving train, at least one additional vibrator spud, or sufficient parts for rapid replacement and repair of vibrators shall be maintained at the paving site at all times. Any evidence of inadequate consolidation (honeycomb along the edges, large air pockets, or any other evidence) or over -consolidation (vibrator trails, segregation, or any other evidence) shall require the immediate stopping of the paving operation and adjustment of the equipment or procedures as approved by RPR. If a lack of consolidation of the hardened concrete is suspected by RPR, referee testing may be required. Referee testing of hardened concrete will be performed by RPR by cutting cores from the finished pavement after a minimum of 24 hours curing. RPR shall visually examine the cores for evidence of lack of consolidation. Density determinations will be made by RPR based on the water content of the core as taken. ASTM C642 shall be used for the determination of core density in the saturated -surface dry condition. When required, referee cores will be taken at the minimum rate of one for each 500 cubic yards of pavement, or fraction. Contractor shall be responsible for all referee testing cost if they fail to meet the required density. The average density of the cores shall be at least 97% of the original concrete mix density, with no cores having a density of less than 96% of the original concrete mix density. Failure to meet the referee tests will be considered evidence that the minimum requirements for vibration are inadequate for the job conditions. Additional vibrating units or other means of increasing the effect of vibration shall be employed so that the density of the hardened concrete conforms to the above requirements. 501-4.9 Strike -off of concrete and placement of reinforcement. Following the placing of the concrete, it shall be struck off to conform to the cross-section shown on the plans and to an elevation that when the concrete is properly consolidated and finished, the surface of the pavement shall be at the elevation shown on the plans. When reinforced concrete pavement is placed in two layers, the bottom layer shall be struck off to such length and depth that the sheet of reinforcing steel fabric or bar mat may be laid full length on the concrete in its final position without further manipulation. The reinforcement shall then be placed directly upon the concrete, after which the top layer of the concrete shall be placed, struck off, and screed. If any portion of the bottom layer of concrete has been placed more than 30 minutes without being covered with the top layer or if initial set has taken place, it shall be removed and replaced with freshly mixed concrete at Contractor expense. When reinforced concrete is placed in one layer, the reinforcement may be positioned in advance of concrete placement or it may be placed in plastic concrete by mechanical or vibratory means after spreading. Item P-501 Portland Cement Concrete (PCC) Pavement 13 12/21/2018 AC 150/5370-10H Reinforcing steel, at the time concrete is placed, shall be free of mud, oil, or other organic matter that may adversely affect or reduce bond. Reinforcing steel with rust, mill scale or a combination of both will be considered satisfactory, provided the minimum dimensions, weight, and tensile properties of a hand wire - brushed test specimen are not less than the applicable ASTM specification requirements. 501-4.10 Joints. Joints shall be constructed as shown on the plans and in accordance with these requirements. All joints shall be constructed with their faces perpendicular to the surface of the pavement and finished or edged as shown on the plans. Joints shall not vary more than 1/2-inch from their designated position and shall be true to line with not more than 1/4-inch variation in 10 feet. The surface across the joints shall be tested with a 12-foot straightedge as the joints are finished and any irregularities in excess of 1/4 inch shall be corrected before the concrete has hardened. All joints shall be so prepared, finished, or cut to provide a groove of uniform width and depth as shown on the plans. a. Construction. Longitudinal construction joints shall be slip -formed or formed against side forms as shown in the plans. Transverse construction joints shall be installed at the end of each day's placing operations and at any other points within a paving lane when concrete placement is interrupted for more than 30 minutes or it appears that the concrete will obtain its initial set before fresh concrete arrives. The installation of the joint shall be located at a planned contraction or expansion joint. If placing of the concrete is stopped, Contractor shall remove the excess concrete back to the previous planned joint. b. Contraction. Contraction joints shall be installed at the locations and spacing as shown on the plans. Contraction joints shall be installed to the dimensions required by forming a groove or cleft in the top of the slab while the concrete is still plastic or by sawing a groove into the concrete surface after the concrete has hardened. When the groove is formed in plastic concrete the sides of the grooves shall be finished even and smooth with an edging tool. If an insert material is used, the installation and edge finish shall be according to the manufacturer's instructions. The groove shall be finished or cut clean so that spalling will be avoided at intersections with other joints. Grooving or sawing shall produce a slot at least 1/8 inch wide and to the depth shown on the plans. c. Isolation (expansion). Isolation joints shall be installed as shown on the plans. The premolded filler of the thickness as shown on the plans, shall extend for the full depth and width of the slab at the joint. The filler shall be fastened uniformly along the hardened joint face with no buckling or debris between the filler and the concrete interface, including a temporary filler for the sealant reservoir at the top of the slab. The edges of the joint shall be finished and tooled while the concrete is still plastic d. Dowels and Tie Bars for Joints (1) Tie bars. Tie bars shall consist of deformed bars installed in joints as shown on the plans. Tie bars shall be placed at right angles to the centerline of the concrete slab and shall be spaced at intervals shown on the plans. They shall be held in position parallel to the pavement surface and in the middle of the slab depth and within the tolerances in paragraph 501-4.10(f.). When tie bars extend into an unpaved lane, they may be bent against the form at longitudinal construction joints, unless threaded bolt or other assembled tie bars are specified. Tie bars shall not be painted, greased, or enclosed in sleeves. When slip - form operations call for tie bars, two-piece hook bolts can be installed. If tie bars are installed by drilling and epoxying into the cured concrete, then testing shall be performed by Contractor according to ASTM C900 at a frequency of once per panel or as dictated by Engineer. Minimum tie bar pullout strength shall be equivalent to 75% of the yield strength of the tie bar. (2) Dowel bars. Dowel bars shall be placed across joints in the proper horizontal and vertical alignment as shown on the plans. The dowels shall be coated with a bond -breaker or other lubricant recommended by the manufacturer and approved by the RPR. Dowels bars at longitudinal construction joints shall be bonded in drilled holes. Item P-501 Portland Cement Concrete (PCC) Pavement 14 12/21/2018 AC 150/5370-1OH (3) Placing dowels and tie bars. Horizontal spacing of dowels shall be within a tolerance of f3/4 inch. The vertical location on the face of the slab shall be within a tolerance of f 1/2 inch. The method used to install dowels shall ensure that the horizontal and vertical alignment will not be greater than 1 /4 inch per feet, except for those across the crown or other grade change joints. Dowels across crowns and other joints at grade changes shall be measured to a level surface. Horizontal alignment shall be checked perpendicular to the joint edge. The portion of each dowel intended to move within the concrete or expansion cap shall be wiped clean and coated with a thin, even film of lubricating oil or light grease before the concrete is placed. Dowels shall be installed as specified in the following subparagraphs. (a) Contraction joints. Dowels and tie bars in longitudinal and transverse contraction joints within the paving lane shall be held securely in place by means of rigid metal frames or basket assemblies of an approved type. The basket assemblies shall be held securely in the proper location by means of suitable pins or anchors. Do not cut or crimp the dowel basket tie wires. At Contractor option, dowels and tie bars in contraction joints may be installed by insertion into the plastic concrete using approved equipment and procedures per the paver manufacturer's design. Approval of installation methods will be based on the results of the control strip showing that the dowels and tie bars are installed within specified tolerances as verified by cores or non-destructive rebar location devices approved by the RPR. (b) Construction joints. Install dowels and tie bars by the cast -in- place or the drill -and - dowel method. Installation by removing and replacing in preformed holes will not be permitted. Dowels and tie bars shall be prepared and placed across joints where indicated, correctly aligned, and securely held in the proper horizontal and vertical position during placing and finishing operations, by means of devices fastened to the forms. (c) Joints in hardened concrete. Install dowels in hardened concrete by bonding the dowels into holes drilled into the concrete. The concrete shall have cured for seven days or reached a minimum flexural strength of 450 psi before drilling begins. Holes 1/8 inch greater in diameter than the dowels shall be drilled into the hardened concrete using rotary -core drills. Rotary -percussion drills may be used, provided that excessive spalling does not occur. Spalling beyond the limits of the grout retention ring will require modification of the equipment and operation. Depth of dowel hole shall be within a tolerance of ±1/2 inch of the dimension shown on the drawings. On completion of the drilling operation, the dowel hole shall be blown out with oil -free, compressed air. Dowels shall be bonded in the drilled holes using epoxy resin. Epoxy resin shall be injected at the back of the hole before installing the dowel and extruded to the collar during insertion of the dowel so as to completely fill the void around the dowel. Application by buttering the dowel will not be permitted. The dowels shall be held in alignment at the collar of the hole by means of a suitable metal or plastic grout retention ring fitted around the dowel. e. Sawing of joints. Sawing shall commence, without regard to day or night, as soon as the concrete has hardened sufficiently to permit cutting without chipping, spalling, or tearing and before uncontrolled shrinkage cracking of the pavement occurs and shall continue without interruption until all joints have been sawn. All slurry and debris produced in the sawing of joints shall be removed by vacuuming and washing. Curing compound or system shall be reapplied in the initial saw -cut and maintained for the remaining cure period. Joints shall be cut in locations as shown on the plans. The initial joint cut shall be a minimum 1/8 inch wide and to the depth shown on the plans. Prior to placement of joint sealant or seals, the top of the joint shall be widened by sawing as shown on the plans. 501-4.11 Finishing. Finishing operations shall be a continuing part of placing operations starting immediately behind the strike -off of the paver. Initial finishing shall be provided by the transverse screed or extrusion plate. The sequence of operations shall be transverse finishing, longitudinal machine floating if used, straightedge finishing, edging of joints, and then texturing. Finishing shall be by the machine method. The hand method shall be used only on isolated areas of odd slab widths or shapes and in the event Item P-501 Portland Cement Concrete (PCC) Pavement 15 12/21/2018 AC 150/5370-10H of a breakdown of the mechanical finishing equipment. Supplemental hand finishing for machine finished pavement shall be kept to an absolute minimum. Any machine finishing operation which requires appreciable hand finishing, other than a moderate amount of straightedge finishing, shall be immediately stopped and proper adjustments made or the equipment replaced. Equipment, mixture, and/or procedures which produce more than 1/4 inch of mortar -rich surface shall be immediately modified as necessary to eliminate this condition or operations shall cease. Compensation shall be made for surging behind the screeds or extrusion plate and settlement during hardening and care shall be taken to ensure that paving and finishing machines are properly adjusted so that the finished surface of the concrete (not just the cutting edges of the screeds) will be at the required line and grade. Finishing equipment and tools shall be maintained clean and in an approved condition. At no time shall water be added to the surface of the slab with the finishing equipment or tools, or in any other way. Fog (mist) sprays or other surface applied finishing aids specified to prevent plastic shrinkage cracking, approved by RPR may be used in accordance with the manufacturer requirements. a. Machine finishing with slipform pavers. The slipform paver shall be operated so that only a very minimum of additional finishing work is required to produce pavement surfaces and edges meeting the specified tolerances. Any equipment or procedure that fails to meet these specified requirements shall immediately be replaced or modified as necessary. A self-propelled non -rotating pipe float may be used while the concrete is still plastic, to remove minor irregularities and score marks. Only one pass of the pipe float shall be allowed. Equipment, mixture, and/or procedures which produce more than 1 /4 inch of mortar - rich surface shall be immediately modified as necessary to eliminate this condition or operations shall cease. Remove excessive slurry from the surface with a cutting straightedge and wipe off the edge. Any slurry which does run down the vertical edges shall be immediately removed by hand, using stiff brushes or scrapers. No slurry, concrete or concrete mortar shall be used to build up along the edges of the pavement to compensate for excessive edge slump, either while the concrete is plastic or after it hardens. b. Machine finishing with fixed forms. The machine shall be designed to straddle the forms and shall be operated to screed and consolidate the concrete. Machines that cause displacement of the forms shall be replaced. The machine shall make only one pass over each area of pavement. If the equipment and procedures do not produce a surface of uniform texture, true to grade, in one pass, the operation shall be immediately stopped and the equipment, mixture, and procedures adjusted as necessary. c. Other types of finishing equipment. Clary screeds, other rotating tube floats, or bridge deck finishers are not allowed on mainline paving but may be allowed on irregular or odd -shaped slabs, and near buildings or trench drains, subject to RPR approval. Bridge deck finishers shall have a minimum operating weight of 7,500 pounds and shall have a transversely operating carriage containing a knock -down auger and a minimum of two immersion vibrators. Vibrating screeds or pans shall be used only for isolated slabs where hand finishing is permitted as specified, and only where specifically approved. d. Hand finishing. Hand finishing methods will not be permitted, except under the following conditions: (1) in the event of breakdown of the mechanical equipment, hand methods may be used to finish the concrete already deposited on the grade and (2) in areas of narrow widths or of irregular dimensions where operation of the mechanical equipment is impractical. e. Straightedge testing and surface correction. After the pavement has been struck off and while the concrete is still plastic, it shall be tested for trueness with a 12-foot finishing straightedge swung from handles capable of spanning at least one-half the width of the slab. The straightedge shall be held in contact with the surface in successive positions parallel to the centerline and the whole area gone over from one side of the slab to the other, as necessary. Advancing shall be in successive stages of not more than one- half the length of the straightedge. Any excess water and laitance in excess of 1/8 inch thick shall be removed from the surface of the pavement and wasted. Any depressions shall be immediately filled with freshly mixed concrete, struck off, consolidated, and refinished. High areas shall be cut down and Item P-501 Portland Cement Concrete (PCC) Pavement 16 12/21/2018 AC 150/5370-1OH refinished. Special attention shall be given to assure that the surface across joints meets the smoothness requirements. Straightedge testing and surface corrections shall continue until the entire surface is found to be free from observable departures from the straightedge and until the slab conforms to the required grade and cross-section. The use of long -handled wood floats shall be confined to a minimum; they may be used only in emergencies and in areas not accessible to finishing equipment. 501-4.12 Surface texture. The surface of the pavement shall be finished as designated below for all newly constructed concrete pavements. It is important that the texturing equipment not tear or unduly roughen the pavement surface during the operation. The texture shall be uniform in appearance and approximately 1/16 inch in depth. Any imperfections resulting from the texturing operation shall be corrected to the satisfaction of RPR. a. Brush or broom finish. Not used. b. Burlap drag finish. Burlap, at least 15 ounces per square yard, will typically produce acceptable texture. To obtain a textured surface, the transverse threads of the burlap shall be removed approximately 1 foot from the trailing edge. A heavy buildup of grout on the burlap threads produces the desired wide sweeping longitudinal striations on the pavement surface. c. Artificial turf finish. Shall be applied by dragging the surface of the pavement in the direction of concrete placement with an approved full -width drag made with artificial turf. The leading transverse edge of the artificial turf drag will be securely fastened to a lightweight pole on a traveling bridge. At least 2 feet of the artificial turf shall be in contact with the concrete surface during dragging operations. Approval of the artificial turf will be done only after it has been demonstrated by Contractor to provide a satisfactory texture. One type that has provided satisfactory texture consists of 7,200 approximately 0.85-inch-long polyethylene turf blades per square foot. 501-4.13 Curing. Immediately after finishing operations are completed and bleed water is gone from the surface, all exposed surfaces of the newly placed concrete shall be cured for a seven-day cure period in accordance with one of the methods below. Failure to provide sufficient cover material of whatever kind Contractor may elect to use, or lack of water to adequately take care of both curing and other requirements, shall be cause for immediate suspension of concreting operations. The concrete shall not be left exposed for more than 1/2 hour during the curing period. When a two -saw -cut method is used to construct the contraction joint, the curing compound shall be applied to the saw -cut immediately after the initial cut has been made. The sealant reservoir shall not be sawed until after the curing period has been completed. When the one cut method is used to construct the contraction joint, the joint shall be cured with wet rope, wet rags, or wet blankets. The rags, ropes, or blankets shall be kept moist for the duration of the curing period. a. Impervious membrane method. Curing with liquid membrane compounds should not occur until bleed and surface moisture has evaporated. All exposed surfaces of the pavement shall be sprayed uniformly with white pigmented curing compound immediately after the finishing of the surface and before the set of the concrete has taken place. The curing compound shall not be applied during rainfall. Curing compound shall be applied by mechanical sprayers under pressure at the rate of 1 gallon to not more than 150 75 square feet. The spraying equipment shall be of the fully atomizing type equipped with a tank agitator. At the time of use, the compound shall be in a thoroughly mixed condition with the pigment uniformly dispersed throughout the vehicle. During application, the compound shall be stirred continuously by mechanical means. Hand spraying of odd widths or shapes and concrete surfaces exposed by the removal of forms will be permitted. When hand spraying is approved by RPR, a double application rate shall be used to ensure coverage. Should the film become damaged from any cause, including sawing operations, within the required curing period, the damaged portions shall be repaired immediately with additional compound or other approved means. Upon removal of side forms, the sides of the exposed slabs shall be protected immediately to provide a curing treatment equal to that provided for the surface. Item P-501 Portland Cement Concrete (PCC) Pavement 17 12/21/2018 AC 150/5370-1OH Cover an 8- by 8-foot (or larger) area with 8-mil thick (or thicker) clear polyethylene barrier and seal all edges to concrete surface with duct tape. If moisture collects beneath polyethylene barrier any time during a 72-hour time period after application of barrier, decrease coverage rate (thicker film of curing compound) and repeat test until appropriate application rate determined. Appropriate coverage rate is when no moisture collects beneath barrier within the 72-hour period. Repeat this test every 10 working days (concrete placement days) to reconfirm coverage rate. b. White burlap -polyethylene sheets. The surface of the pavement shall be entirely covered with the sheeting. The sheeting used shall be such length (or width) that it will extend at least twice the thickness of the pavement beyond the edges of the slab. The sheeting shall be placed so that the entire surface and both edges of the slab are completely covered. The sheeting shall be placed and weighted to remain in contact with the surface covered, and the covering shall be maintained fully saturated and in position for seven days after the concrete has been placed. c. Water method. The entire area shall be covered with burlap or other water absorbing material. The material shall be of sufficient thickness to retain water for adequate curing without excessive runoff. The material shall be kept wet at all times and maintained for seven days. When the forms are stripped, the vertical walls shall also be kept moist. It shall be the responsibility of Contractor to prevent ponding of the curing water on the subbase. d. Concrete protection for cold weather. Maintain the concrete at a temperature of at least 50°F for a period of 72 hours after placing and at a temperature above freezing for the remainder of the 7-day curing period. Contractor shall be responsible for the quality and strength of the concrete placed during cold weather; and any concrete damaged shall be removed and replaced at Contractor expense. e. Concrete protection for hot weather. Concrete should be continuous moisture cured for the entire curing period and shall commence as soon as the surfaces are finished and continue for at least 24 hours. However, if moisture curing is not practical beyond 24 hours, the concrete surface shall be protected from drying with application of a liquid membrane -forming curing compound while the surfaces are still damp. Other curing methods may be approved by RPR. 501-4.14 Removing forms. Unless otherwise specified, forms shall not be removed from freshly placed concrete until it has hardened sufficiently to permit removal without chipping, spalling, or tearing. After the forms have been removed, the sides of the slab shall be cured in accordance with paragraph 501-4.13. If honeycombed areas are evident when the forms are removed, materials, placement, and consolidation methods must be reviewed and appropriate adjustments made to assure adequate consolidation at the edges of future concrete placements. Honeycombed areas that extend into the slab less than approximately 1 inch, shall be repaired with an approved grout, as directed by RPR. Honeycombed areas that extend into the slab greater than a depth of 1 inch shall be considered as defective work and shall be removed and replaced in accordance with paragraph 501-4.19. 501-4.15 Saw -cut grooving. If shown on the plans, grooved surfaces shall be provided in accordance with the requirements of Item P-621. 501-4.16 Sealing joints. The joints in the pavement shall be sealed in accordance with P-605 and the plans. 501-4.17 Protection of pavement. Contractor shall protect the pavement and its appurtenances against both public traffic and traffic caused by Contractor's employees and agents until accepted by RPR. This shall include watchmen to direct traffic and the erection and maintenance of warning signs, lights, pavement bridges, crossovers, and protection of unsealed joints from intrusion of foreign material, etc. Any damage to the pavement occurring prior to final acceptance shall be repaired or the pavement replaced at Contractor's expense. Item P-501 Portland Cement Concrete (PCC) Pavement 18 12/21/2018 AC 150/5370-10H Aggregates, rubble, or other similar construction materials shall not be placed on airfield pavements. Traffic shall be excluded from the new pavement by erecting and maintaining barricades and signs until the concrete is at least seven days old, or for a longer period if directed by RPR. In paving intermediate lanes between newly paved pilot lanes, operation of the hauling and paving equipment will be permitted on the new pavement after the pavement has been cured for seven days, the joints are protected, the concrete has attained a minimum field cured flexural strength of 450 psi, and the slab edge is protected. All new and existing pavement carrying construction traffic or equipment shall be kept clean and spillage of concrete and other materials shall be cleaned up immediately. Damaged pavements shall be removed and replaced at Contractor expense. Slabs shall be removed to the full depth, width, and length of the slab. 501-4.18 Opening to construction traffic. The pavement shall not be opened to traffic until test specimens molded and cured in accordance with ASTM C31 have attained a flexural strength of 450 pounds per square inch when tested in accordance with ASTM C78. If such tests are not conducted, the pavement shall not be opened to traffic until 14 days after the concrete was placed. Prior to opening the pavement to construction traffic, all joints shall either be sealed or protected from damage to the joint edge and intrusion of foreign materials into the joint. As a minimum, backer rod or tape may be used to protect the joints from foreign matter intrusion. Contractor shall bear the cost of molding and testing additional test specimens for early opening testing. 501-4.19 Repair, removal, or replacement of slabs. New pavement slabs that are broken or contain cracks or are otherwise defective or unacceptable as defined by acceptance criteria in paragraph 501-6.6 shall be removed and replaced or repaired, as directed by RPR, at Contractor expense. Spalls along joints shall be repaired as specified. Removal of partial slabs is not permitted. Removal and replacement shall be full depth, shall be full width of the slab, and the limit of removal shall be normal to the paving lane and to each original transverse joint. RPR will determine whether cracks extend full depth of the pavement and may require cores to be drilled on the crack to determine depth of cracking. Such cores shall be have a diameter of 2 inches to 4 inches, shall be drilled by Contractor and shall be filled by Contractor with a well consolidated concrete mixture bonded to the walls of the hole with a bonding agent, using approved procedures. Drilling of cores and refilling holes shall be at no expense to Owner. Repair of cracks as described in this section shall not be allowed if in the opinion of RPR the overall condition of the pavement indicates that such repair is unlikely to achieve an acceptable and durable finished pavement. No repair of cracks shall be allowed in any panel that demonstrates segregated aggregate with an absence of coarse aggregate in the upper 1/8 inch of the pavement surface. a. Shrinkage cracks. Shrinkage cracks which do not exceed one-third of the pavement depth shall be cleaned and either high molecular weight methacrylate (HMWM) applied; or epoxy resin (Type IV, Grade 1) pressure injected using procedures recommended by the manufacturer and approved by RPR. Sandblasting of the surface may be required following the application of HMWM to restore skid resistance. Care shall be taken to ensure that the crack is not widened during epoxy resin injection. All epoxy resin injection shall take place in the presence of the RPR. Shrinkage cracks which exceed one-third the pavement depth shall be treated as full depth cracks in accordance with paragraphs 501-4.19b and 501-19c. b. Slabs with cracks through interior areas. Interior area is defined as that area more than 6 inches from either adjacent original transverse joint. The full slab shall be removed and replaced at no cost to the Owner, when there are any full depth cracks, or cracks greater than one-third the pavement depth, that extend into the interior area. c. Cracks close to and parallel to joints. All full -depth cracks within 6 inches either side of the joint and essentially parallel to the original joints, shall be treated as follows. Item P-501 Portland Cement Concrete (PCC) Pavement 19 12/21/2018 AC 150/5370-1OH (1) Full depth cracks and original joint not cracked. The full -depth crack shall be treated as the new joint and the original joint filled with an epoxy resin. i. Full -depth crack. The joint sealant reservoir for the crack shall be formed by sawing to a depth of 3/4 inches, f1/16 inch, and to a width of 5/8 inch, f1/8 inch. The crack shall be sawed with equipment specially designed to follow random cracks. Any equipment or procedure which causes raveling or spalling along the crack shall be modified or replaced to prevent raveling or spalling. The joint shall be sealed with sealant in accordance with P-605 or as directed by RPR. ii. Original joint. If the original joint sealant reservoir has been sawed out, the reservoir and as much of the lower saw cut as possible shall be filled with epoxy resin, Type IV, Grade 2, thoroughly tooled into the void using approved procedures. If only the original narrow saw cut has been made, it shall be cleaned and pressure injected with epoxy resin, Type IV, Grade 1, using approved procedures. Where a parallel crack goes part way across paving lane and then intersects and follows the original joint which is cracked only for the remained of the width, it shall be treated as specified above for a parallel crack, and the cracked original joint shall be prepared and sealed as originally designed. (2) Full depth cracks and original joint cracked. If there is any place in the lane width where a parallel crack and a cracked portion of the original joint overlap, the entire slab containing the crack shall be removed and replaced. d. Removal and replacement of full slabs. Make a full depth cut perpendicular to the slab surface along all edges of the slab with a concrete saw cutting any dowels or tie -bars. Remove damaged slab protecting adjacent pavement from damage. Damage to adjacent slabs may result in removal of additional slabs as directed by RPR at Contractor expense. The underlying material shall be repaired, re -compacted and shaped to grade. Dowels of the size and spacing specified for other joints in similar pavement on the project shall be installed along all four edges of the new slab in accordance with paragraph 501-4.1Od. Placement of concrete shall be as specified for original construction. The joints around the new slab shall be prepared and sealed as specified for original construction. e. Spalls along joints. (1) Spalls less than 1 inch wide and less than the depth of the joint sealant reservoir, shall be filled with joint sealant material. (2) Spalls larger than 1 inch and/or deeper than the joint reservoir, but less than half the slab depth, and less than 25% of the length of the adjacent joint shall be repaired as follows: i. Make a vertical saw cut at least 1 inch outside the spalled area and to a depth of at least 2 inches. Saw cuts shall be straight lines forming rectangular areas surrounding the spalled area. ii. Remove unsound concrete and at least 1/2 inch of visually sound concrete between the saw cut and the joint or crack with a light chipping hammer. iii. Clean cavity with high-pressure water jets supplemented with compressed air as needed to remove all loose material. iv. Apply a prime coat of epoxy resin, Type III, Grade 1, to the dry, cleaned surface of all sides and bottom of the cavity, except any joint face. v. Fill the cavity with low slump concrete or mortar or with epoxy resin concrete or mortar. vi. An insert or other bond -breaking medium shall be used to prevent bond at all joint faces. vii. A reservoir for the joint sealant shall be sawed to the dimensions required for other joints, or as required to be routed for cracks. The reservoir shall be thoroughly cleaned and sealed with the sealer specified for the joints. Item P-501 Portland Cement Concrete (PCC) Pavement 20 12/21/2018 AC 150/5370-1OH (3) Spalls deeper than 1/2 of the slab depth or spalls longer than 25% of the adjacent joint require replacement of the entire slab. f. Diamond grinding of Concrete surfaces. Diamond grinding shall be completed prior to pavement grooving. Diamond grinding of the hardened concrete should not be performed until the concrete is at least 14 days old and has achieved full minimum strength. Equipment that causes ravels, aggregate fractures, spalls or disturbance to the joints will not be permitted. The depth of diamond grinding shall not exceed %2 inch and all areas in which diamond grinding has been performed will be subject to the final pavement thickness tolerances specified. Diamond grinding shall be performed with a machine specifically designed for diamond grinding capable of cutting a path at least 3 feet wide. The saw blades shall be 1/8-inch wide with sufficient number of flush cut blades that create grooves between 0.090 and 0.130 inches wide; and peaks and ridges approximately 1/32 inch higher than the bottom of the grinding cut. Contractor shall determine the number and type of blades based on the hardness of the aggregate. Contractor shall demonstrate to RPR that the grinding equipment will produce satisfactory results prior to making corrections to surfaces. Grinding will be tapered in all directions to provide smooth transitions to areas not requiring grinding. The slurry resulting from the grinding operation shall be continuously removed and the pavement left in a clean condition. All grinding shall be at the expense of Contractor. g. Clay balls, mud balls, dirt balls, and other deleterious contamination. Any panel with observable contamination beyond reasonable expectation, whether from stockpile contamination or other means, shall be fully removed and replaced. "Reasonable Expectation" shall be considered not more than three points of contamination greater than 1 inch in diameter per 225 square feet or any foreign matter greater than 2 inches in diameter. Contractor will be responsible for repairing isolated points of contamination in a manner approved by RPR. CONTRACTOR QUALITY CONTROL (CQC) 501-5.1 Quality control program. Contractor shall develop a Quality Control Program in accordance with Item C-100. No partial payment will be made for materials that are subject to specific quality control requirements without an approved quality control program. 501-5.2 Contractor Quality Control (CQC). Contractor shall provide or contract for testing facilities in accordance with Item C-100. RPR shall be permitted unrestricted access to inspect Contractor's QC facilities and witness QC activities. RPR will advise Contractor in writing of any noted deficiencies concerning the QC facility, equipment, supplies, or testing personnel and procedures. When the deficiencies are serious enough to be adversely affecting the test results, the incorporation of the materials into the work shall be suspended immediately and will not be permitted to resume until the deficiencies are satisfactorily corrected. 501-5.3 Contractor QC testing. Contractor shall perform all QC tests necessary to control the production and construction processes applicable to this specification and as set forth in the CQCP. Testing program shall include, but not necessarily be limited to tests for aggregate gradation, aggregate moisture content, slump, and air content. A QC Testing Plan shall be developed and approved by RPR as part of the CQCP. RPR may at any time, notwithstanding previous plant acceptance, reject and require the Contractor to dispose of any batch of concrete mixture which is rendered unfit for use due to contamination, segregation, or improper slump. Such rejection may be based on only visual inspection. In the event of such rejection, Contractor may take a representative sample of the rejected material in the presence of RPR, and if it can be demonstrated in the laboratory, in the presence of RPR, that such material was erroneously rejected, payment will be made for the material at the contract unit price . Item P-501 Portland Cement Concrete (PCC) Pavement 21 12/21/2018 AC 150/5370-1OH a. Fine aggregate. (1) Gradation. A sieve analysis shall be made at least twice daily in accordance with ASTM C 13 6 from randomly sampled material taken from the discharge gate of storage bins or from the conveyor belt. (2) Moisture content. If an electric moisture meter is used, at least two direct measurements of moisture content shall be made per week to check the calibration. If direct measurements are made in lieu of using an electric meter, two tests shall be made per day. Tests shall be made in accordance with ASTM C70 or C566. (3) Deleterious substances. Fine aggregate as delivered to the mixer shall be tested for deleterious substances in fine aggregate for concrete as specified in paragraph 501-2.1b, prior to production of the control strip, and a minimum of every 30-days during production or more frequently as necessary to control deleterious substances. b. Coarse Aggregate. (1) Gradation. A sieve analysis shall be made at least twice daily for each size of aggregate. Tests shall be made in accordance with ASTM C136 from randomly sampled material taken from the discharge gate of storage bins or from the conveyor belt. (2) Moisture content. If an electric moisture meter is used, at least two direct measurements of moisture content shall be made per week to check the calibration. If direct measurements are made in lieu of using an electric meter, two tests shall be made per day. Tests shall be made in accordance with ASTM C566. (3) Deleterious substances. Coarse aggregate as delivered to the mixer shall be tested for deleterious substances in coarse aggregate for concrete as specified in paragraph 501-2.1 c, prior to production of the control strip, and a minimum of every 30-days during production or more frequently as necessary to control deleterious substances. c. Slump. One test shall be made for each sublot. Slump tests shall be performed in accordance with ASTM C 143 from material randomly sampled from material discharged from trucks at the paving site. Material samples shall be taken in accordance with ASTM C172. d. Air content. One test shall be made for each sublot. Air content tests shall be performed in accordance with ASTM C231 for gravel and stone coarse aggregate and ASTM C 173 for slag or other porous coarse aggregate, from material randomly sampled from trucks at the paving site. Material samples shall be taken in accordance with ASTM C 172. e. Unit weight and Yield. One test shall be made for each sublot. Unit weight and yield tests shall be in accordance with ASTM C138. The samples shall be taken in accordance with ASTM C172 and at the same time as the air content tests. f. Temperatures. Temperatures shall be checked at least four times per lot at the job site in accordance with ASTM C1064. g. Smoothness for Contractor Quality Control. The Contractor shall perform smoothness testing in transverse and longitudinal directions daily to verify that the construction processes are producing pavement with variances less than 1/4 inch in 12 feet, identifying areas that may pond water which could lead to hydroplaning of aircraft. If the smoothness criteria is not met, appropriate changes and corrections to the construction process shall be made by the Contractor before construction continues Contractor may use a 12-foot "straightedge, a rolling inclinometer meeting the requirements of ASTM E2133 or rolling external reference device that can simulate a 12-foot straightedge approved by RPR. Straight -edge testing shall start with one-half the length of the straightedge at the edge of pavement section being tested and then moved ahead one-half the length of the straightedge for each successive Item P-501 Portland Cement Concrete (PCC) Pavement 22 12/21/2018 AC 150/5370-10H measurement. Testing shall be continuous across all joints. The surface irregularity shall be determined by placing the freestanding (unleveled) straightedge on the pavement surface and allowing it to rest upon the two highest spots covered by its length and measuring the maximum gap between the straightedge and the pavement surface in the area between the two high points. If the rolling inclinometer or external reference device is used, the data may be evaluated using either the FAA profile program, ProFAA, or FHWA profile program ProVal, using the 12-foot straightedge simulation function. Smoothness readings shall not be made across grade changes or cross slope transitions. The transition between new and existing pavement shall be evaluated separately for conformance with the plans. (1) Transverse measurements. Transverse measurements shall be taken for each day's production placed. Transverse measurements shall be taken perpendicular to the pavement centerline each 50 feet or more often as determined by RPR. The j oint between lanes shall be tested separately to facilitate smoothness between lanes. (2) Longitudinal measurements. Longitudinal measurements shall be taken for each day's production placed. Longitudinal tests shall be parallel to the centerline of paving; at the center of paving lanes when widths of paving lanes are less than 20 feet; and at the third points of paving lanes when widths of paving lanes are 20 ft or greater. Deviations on the final surface course in either the transverse or longitudinal direction that will trap water greater than 1/4 inch shall be corrected with diamond grinding per paragraph 501-4.19f or by removing and replacing the surface course to full depth. Grinding shall be tapered in all directions to provide smooth transitions to areas not requiring grinding. All areas in which diamond grinding has been performed shall be subject to the final pavement thickness tolerances specified in paragraph 501-6.6. Control charts shall be kept to show area of each day's placement and the percentage of corrective grinding required. Corrections to production and placement shall be initiated when corrective grinding is required. If Contractor machines and/or methods produce significant areas that need corrective actions in excess of 10 percent of a day's production, production shall be stopped until corrective measures are implemented by Contractor. h. Grade. Grade will be evaluated prior to and after placement of the concrete surface. Measurements will be taken at appropriate gradelines (as a minimum at center and edges of paving lane) and longitudinal spacing as shown on cross -sections and plans. The final surface of the pavement will not vary from the gradeline elevations and cross -sections shown on the plans by more than 1/2 inch vertically and 0.1 feet laterally. The documentation will be provided by Contractor to RPR within 48 hours. Areas with humps or depression that that exceed grade or smoothness and that retain water on the surface must be ground off provided the course thickness after grinding is not more than 1/2 inch less than the thickness specified on the plans. If these areas cannot be corrected with grinding then the slabs that are retaining water must be removed and replaced in accordance with paragraph 501-4.19d. Grinding shall be in accordance with paragraph 501-4.19f. All corrections will be at the Contractors expense. 501-5.4 Control charts. Contractor shall maintain linear control charts for fine and coarse aggregate gradation, slump, and air content. Contractor shall also maintain a control chart plotting the coarseness factor/workability factor from the combined gradations in accordance with paragraph 501-2.1d. Control charts shall be posted in a location satisfactory to RPR and shall be kept up to date at all times. As a minimum, the control charts shall identify the project number, the contract item number, the test number, each test parameter, the Action and suspension Limits, or Specification limits, applicable to each test parameter, and Contractor's test results. Contractor shall use the control charts as part of a process control system for identifying potential problems and assignable causes before they occur. If Contractor's projected data during production indicates a potential problem and Contractor is not taking satisfactory corrective action, RPR may halt production or acceptance of the material. Item P-501 Portland Cement Concrete (PCC) Pavement 23 12/21/2018 AC 150/5370-10H a. Fine and coarse aggregate gradation. Contractor shall record the running average of the last five gradation tests for each control sieve on linear control charts. Superimposed on the control charts shall be the action and suspension limits. Gradation tests shall be performed by the Contractor per ASTM C136. Contractor shall take at least two samples per lot to check the final gradation. Sampling shall be per ASTM D75 from the flowing aggregate stream or conveyor belt. b. Slump and air content. Contractor shall maintain linear control charts both for individual measurements and range (that is, difference between highest and lowest measurements) for slump and air content in accordance with the following Action and Suspension Limits. c. Combined gradation. Contractor shall maintain a control chart plotting the coarseness factor and workability factor on a chart in accordance with paragraph 501-2.1d. CONTROL CHART LIMITS' Control Parameter Individual Measurements Action Limit Suspension Limit Gradation *3 *3 Coarseness Factor CF f3.5 f5 Workability Factor WF f2 f3 Slum +0.5 to 4 inch +1 to -1.5 inch Air Content f 1.5% f2.0% Control charts shall developed and maintained for each control parameter indicated. Control charts shall be developed and maintained for each sieve size. 3 Action and suspension limits shall be determined by the Contractor. 501-5.5 Corrective action at Suspension Limit. CQCP shall indicate that appropriate action shall be taken when the process is believed to be out of control. CQCP shall detail what action will be taken to bring the process into control and shall contain sets of rules to gauge when a process is out of control. As a minimum, a process shall be deemed out of control and corrective action taken if any one of the following conditions exists. a. Fine and coarse aggregate gradation. When two consecutive averages of five tests are outside of the suspension limits, immediate steps, including a halt to production, shall be taken to correct the grading. b. Coarseness and Workability factor. When the CF or WF reaches the applicable suspension limits, the Contractor, immediate steps, including a halt to production, shall be taken to correct the CF and WE c. Fine and coarse aggregate moisture content. Whenever the moisture content of the fine or coarse aggregate changes by more than 0.5%, the scale settings for the aggregate batcher and water batcher shall be adjusted. d. Slump. Contractor shall halt production and make appropriate adjustments whenever: (1) one point falls outside the Suspension Limit line for individual measurements OR (2) two points in a row fall outside the Action Limit line for individual measurements. d. Air content. Contractor shall halt production and adjust the amount of air -entraining admixture whenever: (1) one point falls outside the Suspension Limit line for individual measurements OR (2) two points in a row fall outside the Action Limit line for individual measurements. Item P-501 Portland Cement Concrete (PCC) Pavement 24 12/21/2018 AC 150/5370-1OH MATERIAL ACCEPTANCE 501-6.1 Quality Assurance (QA) Acceptance sampling and testing. All acceptance sampling and testing necessary to determine conformance with the requirements specified in this section, with the exception of coring for thickness determination, will be performed by RPR. Contractor shall provide adequate facilities for the initial curing of beams. Contractor shall bear the cost of providing initial curing facilities and coring and filling operations, per paragraph 501-6.5b(1). The samples will be transported while in the molds. The curing, except for the initial cure period, will be accomplished using the immersion in saturated lime water method. During the 24 hours after molding, the temperature immediately adjacent to the specimens must be maintained in the range of 60' to 80°F, and loss of moisture from the specimens must be prevented. The specimens may be stored in tightly constructed wooden boxes, damp sand pits, temporary buildings at construction sites, under wet burlap in favorable weather, or in heavyweight closed plastic bags, or using other suitable methods, provided the temperature and moisture loss requirements are met. 501-6.2 Quality Assurance (QA) testing laboratory. Quality assurance testing organizations performing these acceptance tests will be accredited in accordance with ASTM C 1077. The quality assurance laboratory accreditation must be current and listed on the accrediting authority's website. All test methods required for acceptance sampling and testing must be listed on the lab accreditation. A copy of the laboratory's current accreditation and accredited test methods will be submitted to RPR prior to start of construction. 501-6.3 Lot size. Concrete will be accepted for strength and thickness on a lot basis. A lot will consist of a day's production not to exceed 200 square yards. Each lot will be divided into approximately equal sublots. Where three sublots are produced, they will constitute a lot. Where one or two sublots are produced, they will be incorporated into the previous or next lot. Where more than one plant is simultaneously producing concrete for the job, the lot sizes will apply separately for each plant. 501-6.4 Partial lots. When operational conditions cause a lot to be terminated before the specified number of tests have been made for the lot or for overages or minor placements to be considered as partial lots, 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 will constitute a lot. Where one or two sublots have been produced, they will be incorporated into the next lot or the previous lot and the total number of sublots will be used in the acceptance criteria calculation, that is, n=5 or n=6. 501-6.5 Acceptance Sampling and Testing. a. Strength. (1) Sampling. One sample will be taken for each sublot from the concrete delivered to the job site. Sampling locations will be determined by the RPR in accordance with random sampling procedures contained in ASTM D3665. The concrete will be sampled in accordance with ASTM C172. (2) Test Specimens. RPR will be responsible for the casting, initial curing, transportation, and curing of specimens in accordance with ASTM C31. Two specimens will be made from each sample and slump, air content, unit weight, and temperature tests will be conducted for each set of strength specimens. Within 24 to 48 hours, the samples will be transported from the field to the laboratory while in the molds. Samples will be cured in saturated lime water. The strength of each specimen will be determined in accordance with ASTM C78. The strength for each sublot will be computed by averaging the results of the two test specimens representing that sublot. (3) Acceptance. Acceptance of pavement for strength will be determined by the RPR in accordance with paragraph 501-6.6b(1). All individual strength tests within a lot will be checked for outliers in accordance with ASTM E178, at a significance level of 5%. Outliers will be discarded and the remaining test values will be used to determine acceptance in accordance with paragraph 501-6.5b. Item P-501 Portland Cement Concrete (PCC) Pavement 25 12/21/2018 AC 150/5370-10H b. Pavement thickness. (1) Sampling. One core will be taken by Contractor for each sublot in the presence of RPR. Sampling locations will be determined by the RPR in accordance with random sampling procedures contained in ASTM D3665. Areas, such as thickened edges, with planned variable thickness, will be excluded from sample locations. Cores shall be a minimum 4 inch in diameter neatly cut with a core drill. Contractor will furnish all tools, labor, and materials for cutting samples and filling the cored hole. Core holes will be filled by the Contractor with a non -shrink grout approved by the RPR within one day after sampling. (2) Testing. Thickness of cores will be determined by RPR by the average caliper measurement in accordance with ASTM C 174. Each core shall be photographed and photograph included with test report. (3) Acceptance. Acceptance of pavement for thickness will be determined by RPR in accordance with paragraph 501-6.6. 501-6.6 Acceptance criteria. a. General. Acceptance will be based on the following characteristics of the completed pavement discussed in paragraph 501-6.5b: (1) Strength (2) Thickness (3) Grade (4) Profilograph smoothness: Not used. (5) Adjustments for repairs Acceptance for strength, thickness, and grade, will be based on the criteria contained in accordance with paragraph 501-6.6b(1), 501-6.6b(2), and 501-6.6b(3), respectively. Production quality must achieve 90 PWL or higher to receive full payment. Strength and thickness will be evaluated for acceptance on a lot basis using the method of estimating PWL. Production quality must achieve 90 PWL or higher to receive full pavement. PWL will be determined in accordance with procedures specified in Item C-110. The lower specification tolerance limit (L) for strength and thickness will be: LOWER SPECIFICATION TOLERANCE LIMIT (L) Strength 0.93 x strength specified in paragraph 501-3.3 Thickness Lot Plan Thickness in inches, - 0.50 in b. Acceptance criteria. (1) Strength. The strength for each sublot shall be computed by averaging the results of that sublot. When sublot strength equals or exceeds the strength as specified in paragraph 501-3.3, the lot will be acceptable. Acceptance and payment for the lot will be determined in accordance with paragraph 501-8.1. (2) Thickness. If sublot thickness is not be less than 1/2 inch from plan thickness, the lot will be acceptable. Acceptance and payment for the lot will be determined in accordance with paragraph 501-8.1. (3) Grade. The final finished surface of the pavement of the completed project will not vary from the gradeline elevations and cross -sections shown on the plans by more than 1/2 inch vertically or 0.1 feet laterally. The documentation, stamped and signed by a licensed surveyor shall be in accordance with paragraph 501-5.3h. Payment for sublots that do not meet grade for over 25% of the sublot shall reduced by 5% and not be more than 95%. Item P-501 Portland Cement Concrete (PCC) Pavement 26 12/21/2018 AC 150/5370-10H (4) Profilograph roughness for QA Acceptance. Not used. (5) Adjustments for repair. Sublots with spall repairs, crack repairs, or partial panel replacement, will be limited to no more than 95% payment. (6) Adjustment for grinding. For sublots with grinding over 25% of a sublot, payment will be reduced 5%. METHOD OF MEASUREMENT 501-7.1 13- to 15-inch Portland cement concrete pavement to be paid for under this item shall be the number of square yards of plain pavement, of various thicknesses, as specified in -place, completed and accepted less applicable deductions. Portland cement concrete pads for cleanouts (4 feet x 4 feet x 8 inches) to be paid under this item shall be the number of square yards of reinforced pavement as specified in place, completed and accepted. Joint sealing of new Portland cement concrete pavement shall not be measured but shall be considered subsidiary to P-501. BASIS OF PAYMENT 501-8.1 Payment. Payment for concrete pavement meeting all acceptance criteria as specified in paragraph 501-6.6. Acceptance Criteria shall be based on results of strength, smoothness, and thickness tests. Payment for acceptable lots of concrete pavement shall be adjusted in accordance with paragraph 501-8.1a for strength and thickness; 501-8.1b for repairs and 501-8.lc for grinding; and 501-8.1d for smoothness, subject to the limitation that: The total project payment for concrete pavement shall not exceed 100 percent of the product of the contract unit price and the total number of square yards of concrete pavement used in the accepted work. Payment shall be full compensation for all labor, materials, tools, equipment, and incidentals required to complete the work as specified herein and on the drawings. a. Basis of adjusted payment. Full payment will be made for P-501 Concrete meeting strength and thickness criteria defined in 501-6.6(b). Any concrete place not meeting this criteria shall be removed and replaced at Contractor expense. PRICE ADJUSTMENT SCHEDULE' Percentage of Materials Within Specification Limits PWL Lot Pay Factor (Percent of Contract Unit Price) 96 — 100 106 90 — 95 PWL + 10 75 — 90 0.5 PWL + 55 55-74 1.4PWL-12 Below 55 Reject' 1 Although it is theoretically possible to achieve a pay factor of 106% for each lot, actual payment in excess of 100% shall be subject to the total project payment limitation specified in paragraph 501-8.1. a The lot shall be removed and replaced unless, after receipt of FAA concurrence, the Owner and Contractor agree in writing that the lot will remain; the lot paid at 50% of the contract unit price; and the total project payment limitation reduced by the amount withheld for that lot. Item P-501 Portland Cement Concrete (PCC) Pavement 27 12/21/2018 AC 150/5370-10H For each lot accepted, the adjusted contract unit price shall be the product of the lot pay factor for the lot and the contract unit price. Payment shall be subject to the total project payment limitation specified in paragraph 501-8.1. Payment in excess of 100% for accepted lots of concrete pavement shall be used to offset payment for accepted lots of concrete pavement that achieve a lot pay factor less than 100%; except for rejected lots which remain in place and/or sublots with adjustments for repairs. b. Adjusted payment for repairs. PWL lot pay factor shall be reduced by 5% and be no higher than 95% for sublots which contain repairs in accordance with paragraph 501-4.19 on more than 20% of the slabs within the sublot. Payment factors greater than 100 percent for the strength and thickness cannot be used to offset adjustments for repairs. c. Adjusted payment for grinding. PWL lot pay factor shall be reduced by 5% and be no higher than 95% for sublots with grinding over 25% of a sublot. d. Profilograph Roughness. Not used. e. Payment. Payment shall be made under: Item P-501-8.1-1 Portland Cement Concrete Pavement. 13- to 15-inch thickness, including reinforcement and dowels where applicable, complete, per square yard Item P-501-8. 1-2 Portland Cement Concrete Pads for Cleanout. 4-foot x 4-foot x 8-inch thickness, complete, per square yard REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. ASTM International (ASTM) ASTM A184 Standard Specification for Welded Deformed Steel Bar Mats for Concrete Reinforcement ASTM A615 Standard Specification for Deformed and Plain Carbon -Steel Bars for Concrete Reinforcement ASTM A704 Standard Specification for Welded Steel Plain Bar or Rod Mats for Concrete Reinforcement ASTM A706 Standard Specification for Low -Alloy Steel Deformed and Plain Bars for Concrete Reinforcement ASTM A775 Standard Specification for Epoxy -Coated Steel Reinforcing Bars ASTM A884 Standard Specification for Epoxy -Coated Steel Wire and Welded Wire Reinforcement ASTM A934 Standard Specification for Epoxy -Coated Prefabricated Steel Reinforcing Bars ASTM A996 Standard Specification for Rail -Steel and Axle -Steel Deformed Bars for Concrete Reinforcement ASTM A1035 Standard Specification for Deformed and Plain, Low -Carbon, Chromium, Steel Bars for Concrete Reinforcement ASTM A1064 Standard Specification for Carbon -Steel Wire and Welded Wire Reinforcement, Plain and Deformed, for Concrete Item P-501 Portland Cement Concrete (PCC) Pavement 28 12/21/2018 AC 150/5370-10H ASTM A1078 Standard Specification for Epoxy -Coated Steel Dowels for Concrete Pavement ASTM C29 Standard Test Method for Bulk Density ("Unit Weight") and Voids in Aggregate ASTM C31 Standard Practice for Making and Curing Concrete Test Specimens in the Field ASTM C33 Standard Specification for Concrete Aggregates ASTM C39 Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens ASTM C70 Standard Test Method for Surface Moisture in Fine Aggregate ASTM C78 Standard Test Method for Flexural Strength of Concrete (Using Simple Beam with Third -Point Loading) ASTM C88 Standard Test Method for Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate ASTM C94 Standard Specification for Ready -Mixed Concrete ASTM C 114 Standard Test Methods for Chemical Analysis of Hydraulic Cement ASTM C117 Standard Test Method for Materials Finer than 75-µm (No. 200) Sieve in Mineral Aggregates by Washing ASTM C 123 Standard Test Method for Lightweight Particles in Aggregate ASTM C136 Standard Test Method for Sieve Analysis of Fine and Coarse Aggregates ASTM C131 Standard Test Method for Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine ASTM C136 Standard Test Method for Sieve or Screen Analysis of Fine and Coarse Aggregates ASTM C138 Standard Test Method for Density (Unit Weight), Yield, and Air Content (Gravimetric) of Concrete ASTM C142 Standard Test Method for Clay Lumps and Friable Particles in Aggregates ASTM C143 Standard Test Method for Slump of Hydraulic -Cement Concrete ASTM C150 Standard Specification for Portland Cement ASTM C171 Standard Specification for Sheet Materials for Curing Concrete ASTM C 172 Standard Practice for Sampling Freshly Mixed Concrete ASTM C 173 Standard Test Method for Air Content of Freshly Mixed Concrete by the Volumetric Method ASTM C 174 Standard Test Method for Measuring Thickness of Concrete Elements Using Drilled Concrete Cores ASTM C227 Standard Test Method for Potential Alkali Reactivity of Cement - Aggregate Combinations (Mortar -Bar Method) Item P-501 Portland Cement Concrete (PCC) Pavement 29 12/21/2018 AC 150/5370-10H ASTM C231 Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method ASTM C260 Standard Specification for Air -Entraining Admixtures for Concrete ASTM C295 Standard Guide for Petrographic Examination of Aggregates for Concrete ASTM C309 Standard Specification for Liquid Membrane -Forming Compounds for Curing Concrete ASTM C311 Standard Test Methods for Sampling and Testing Fly Ash or Natural Pozzolans for Use in Portland Cement Concrete ASTM C494 Standard Specification for Chemical Admixtures for Concrete ASTM C566 Standard Test Method for Total Evaporable Moisture Content of Aggregates by Drying ASTM C595 Standard Specification for Blended Hydraulic Cements ASTM C618 Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete ASTM C642 Standard Test Method for Density, Absorption, and Voids in Hardened Concrete ASTM C666 Standard Test Method for Resistance of Concrete to Rapid Freezing and Thawing ASTM C685 Standard Specification for Concrete Made by Volumetric Batching and Continuous Mixing ASTM C881 Standard Specification for Epoxy -Resin -Base Bonding Systems for Concrete ASTM C989 Standard Specification for Slag Cement for Use in Concrete and Mortars ASTM C1017 Standard Specification for Chemical Admixtures for Use in Producing Flowing Concrete ASTM C1064 Test Method for Temperature of Freshly Mixed Hydraulic -Cement Concrete ASTM C1077 Standard Practice for Agencies Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Testing Agency Evaluation ASTM C1157 Standard Performance Specification for Hydraulic Cement ASTM C 1260 Standard Test Method for Potential Alkali Reactivity of Aggregates (Mortar -Bar Method) ASTM C1365 Standard Test Method for Determination of the Proportion of Phases in Portland Cement and Portland -Cement Clinker Using X-Ray Powder Diffraction Analysis ASTM C1567 Standard Test Method for Determining the Potential Alkali -Silica Reactivity of Combinations of Cementitious Materials and Aggregate (Accelerated Mortar -Bar Method) Item P-501 Portland Cement Concrete (PCC) Pavement 30 12/21/2018 AC 150/5370-1OH ASTM C 1602 Standard Specification for Mixing Water Used in the Production of Hydraulic Cement Concrete ASTM D75 Standard Practice for Sampling Aggregates ASTM D 1751 Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Nonextruding and Resilient Bituminous Types) ASTM D1752 Standard Specification for Preformed Sponge Rubber and Cork and Recycled PVC Expansion Joint Fillers for Concrete Paving and Structural Construction ASTM D2419 Standard Test Method for Sand Equivalent Value of Soils and Fine Aggregate ASTM D3665 Standard Practice for Random Sampling of Construction Materials ASTM D4791 Standard Test Method for Flat Particles, Elongated Particles, or Flat and Elongated Particles in Coarse Aggregate ASTM E178 Standard Practice for Dealing with Outlying Observations ASTM E1274 Standard Test Method for Measuring Pavement Roughness Using a Proflograph ASTM E2133 Standard Test Method for Using a Rolling Inclinometer to Measure Longitudinal and Transverse Profiles of a Traveled Surface American Concrete Institute (ACI) ACI 305R Guide to Hot Weather Concreting ACI 306R Guide to Cold Weather Concreting ACI 309R Guide for Consolidation of Concrete Advisory Circulars (AC) AC 150/5320-6 Airport Pavement Design and Evaluation Federal Highway Administration (FHWA) HIPERPAV 3, version 3.2 Portland Concrete Association (PCA) PCA Design and Control of Concrete Mixtures, 16t1i Edition U.S. Army Corps of Engineers (USACE) Concrete Research Division (CRD) CRD C662 Determining the Potential Alkali -Silica Reactivity of Combinations of Cementitious Materials, Lithium Nitrate Admixture and Aggregate (Accelerated Mortar -Bar Method) United States Air Force Engineering Technical Letter (ETL) ETL 97-5 Proportioning Concrete Mixtures with Graded Aggregates for Rigid Airfield Pavements END ITEM P-501 Item P-501 Portland Cement Concrete (PCC) Pavement 31 12/21/2018 AC 150/5370-10H Item P-608 Emulsified Asphalt Seal Coat DESCRIPTION 608-1.1 This item shall consist of the application of a emulsified asphalt surface treatment composed of an emulsion of natural and refined asphalt materials, water and a polymer additive, for taxiways and runways with the application of a suitable aggregate to maintain adequate surface friction; and airfield secondary and tertiary pavements including low -speed taxiways, shoulders, overruns, roads, parking areas, and other general applications with or without aggregate applied as designated on the plans. "Seal coat," "asphalt sealer," and "asphalt material" are interchangeable throughout this specification. `Emulsified asphalt" means an emulsion of natural and refined asphalt materials. Iu/:VY017/:11Ify 608-2.1 Aggregate. The aggregate material shall be a dry, clean, dust and dirt free, sound, durable, angular shaped manufactured specialty sand, such as that used as an abrasive, with a Mohs hardness of 6 to 8. Contractor shall submit the specialty sand manufacturer's technical data and a manufacturer's Certificate of Analysis (COA) indicating that the specialty sand meets the requirements of the specification to RPR prior to start of construction. The sand must be approved for use by RPR and shall meet the following gradation limits when tested in accordance with ASTM C 13 6 and C117: AGGREGATE MATERIAL GRADATION REQUIREMENTS' Sieve Designation (square openings) Individual Percentage Retained by Weight No. 10 0 No. 14 0-4 No. 16 0-8 No. 20 0-35 No. 30 20-50 No. 40 10-45 No. 50 0-20 No. 70 0-5 No. 100) 0-2 No. 200 0-2 Locally available sand or abrasive material that is slightly outside of the gradation requirements may be approved by RPR with concurrence by the seal coat manufacturer for the use of locally available sand or abrasive material. RPR and manufacturer's field representative should verify acceptance during application of Control strips indicated under paragraph 608-3.2. Contractor shall provide a certification showing particle size analysis and properties of the material delivered for use on the project. Contractor's certification may be subject to verification by testing the material delivered for use on the project. Item P-608 Emulsified Asphalt Seal Coat 12/21/2018 AC 150/5370-10H 608-2.2 Asphalt Emulsion. The asphalt emulsion shall meet the properties in the following table: Concentrated Asphalt Emulsion Properties Properties Specification Limits Viscosity, Saybolt Furol at 7717 ASTM D7496 20 — 100 seconds Residue by Distillation or Evaporation ASTM D6997 or ASTM D6934 57% minimum Sieve Test ASTM D6933 0.1% maximum 24-hour Stability ASTM D6930 1% maximum 5-day Settlement Test ASTM D6930 5.0% maximum Particle Charge ASTM D7402 Positive 6.5 maximum pH ' pH may be used in lieu of the particle charge test which is sometimes inconclusive in slow setting, asphalt emulsions. The asphalt material base residue shall contain not less than 20% gilsonite, or uintaite and shall not contain any tall oil pitch or coal tar material and shall contain no less than one percent (1%) polymer. TESTS ON RESIDUE FROM DISTILLATION OR EVAPORATION Properties Specification Limits Viscosity at 275°F ASTM D4402 1750 cts maximum Solubility in 1, 1, 1 trichloroethylene ASTM D2042 97.5% minimum Penetration ASTM D5 50 dram maximum Asphaltenes ASTM D2007 15% minimum Saturates ASTM D2007 15% maximum Polar Compounds ASTM D2007 25% minimum Aromatics ASTM D2007 15% minimum The asphalt emulsion, when diluted in the volumetric proportion of two parts concentrated asphalt material to one part hot water shall have the following properties: TWO -TO -ONE DILUTION EMULSION PROPERTIES Properties Specification Limits In Ready -to -Apply Form, two parts concentrate to one part water, by volume Viscosity, Saybolt Furol at 7717 (25°C) ASTM D7496 5 — 50 seconds Residue by Distillation or Evaporation ASTM D6997 or ASTM D6934 38% minimum Pumping Stability' Pass Pumping stability is tested by pumping one pint of seal coat diluted one (1) part concentrate to one (1) part water, at 77°F, through a 1/4-inch gear pump operating 1750 rpm for 10 minutes with no significant separation or coagulation. Contractor shall provide a copy of the manufacturer's Certificate of Analysis (COA) for the emulsified asphalt delivered to the project. If the asphalt emulsion is diluted at other than the manufacturer's facility, Contractor shall provide a supplemental COA from an independent laboratory verifying the asphalt emulsion properties. Item P-608 Emulsified Asphalt Seal Coat 2 12/21/2018 AC 150/5370-10H COA shall be provided to and approved by RPR before the emulsified asphalt is applied. The furnishing of the vendor's certified test report for the asphalt material shall not be interpreted as a basis for final acceptance. The manufacturer's COA may be subject to verification by testing the material delivered for use on the project. The asphalt material storage and handling temperature shall be 50 - 160°F and the material shall be protected from freezing, or whenever outside temperature drops below 40°F for prolonged time periods. Contractor shall provide a list of airport pavement projects, exposed to similar climate conditions, where this product has been successfully applied within at least 5 years of the project. 608-2.3 Water. Water used in mixing or curing shall be from potable water sources. Other sources shall be tested in accordance with ASTM C 1602 prior to use. Water used in making and diluting the emulsion shall be potable, with a maximum hardness of 90ppm calcium and 15ppm magnesium; deleterious iron, sulfates, and phosphates maximum 7ppm, and less than 1ppm of organic byproducts. Water shall be a minimum of 140°F prior to adding to emulsion. 608-2.4 Polymer. The polymer shall meet the properties in the following table: POLYMER PROPERTIES Properties Limits Solids Content 47% to 65%, Percent by Weight Weight 8.0 to 9.0 pounds/gallon pH 3.0 to 8.0 Particle Charge Nonionic/Cationic Mechanical Stability Excellent Film Forming Temperature, °C +5°C, minimum Tg, °C 22°C, maximum The manufacturer shall provide a copy of the Certificate of Analysis (COA) for the polymer used in the seal coat; and Contractor shall include the COA with the emulsified asphalt COA when submitting to RPR. 608-2.5 Seal Coat with Aggregate. Contractor shall submit friction test data from no less than one of the airport projects identified under 608-2.2. The test data must be from the same project and include technical details on application rates, aggregate rates, and point of contact at the airport to confirm use and success of sealer with aggregate. Friction test data in accordance with AC 150/5320-12, at 40 or 60 mph wet, must include as a minimum; the friction value prior to sealant application; two values, between 24 and 96 hours after application, with a minimum of 24 hours between tests; and one value between 180 days and 360 days after the application. The results of the tests between 24 and 96 hours shall indicate friction is increasing at a rate to obtain similar friction value of the pavement surface prior to application, and the long-term test shall indicate no apparent adverse effect with time relative to friction values and existing pavement surface. Seal coat material submittal without required friction performance will not be approved. Friction tests performed on this project cannot be used as a substitute of this requirement. Item P-608 Emulsified Asphalt Seal Coat 12/21/2018 AC 150/5370-1OH COMPOSITION AND APPLICATION RATE 608-3.1 Application Rate. The approximate amounts of materials per square yard for the asphalt surface treatment shall be as provided in the table for the treatment area(s) at the specified dilution rate(s) as noted on the plans. The actual application rates will vary within the range specified to suit field conditions and will be recommended by the manufacturer's representative and approved by RPR from the test area/sections evaluation. APPLICATION RATE Dilution Rate Quantity of Emulsion al/ d2 Quantity of Aggregate lb/ dZ 2:1 0.08-0.17 0.20-0.50 608-3.2 Control areas and control strips. Prior to full application, the control strip must be accepted by RPR. The surface preparation, personnel, equipment, and method of operation used on the test area(s) and control strip(s) shall be the same as used on the remainder of the work. A qualified manufacturer's representative shall be present in the field to assist Contractor in applying control areas and/or control strips to determine the appropriate application rate of both emulsion and aggregate to be approved by RPR. A test area(s) and control strip(s) shall be applied for each differing asphalt pavement surface identified in the project. The test area(s) and control strip(s) shall be used to determine the material application rate(s) of both emulsion and sand prior to full production. a. For taxiway, taxilane, and apron surfaces. Prior to full application, Contractor shall place test areas at varying application rates as recommended by Contractor's manufacturer's representative to determine appropriate application rate(s). The test areas will be located on representative section(s) of the pavement to receive the asphalt surface treatment designated by RPR. b. For runway and high-speed exit taxiway surfaces. Prior to full application, Contractor shall place a series of control strips a minimum of 300 feet long by 12 feet wide, or width of anticipated application, whichever is greater, at varying application rates as recommended by the manufacturer's representative and acceptable to RPR to determine appropriate application rate(s). The control strips should be separated by a minimum of 200 feet between control strips. The area to be tested will be located on a representative section of the pavement to receive the asphalt surface treatment designated by RPR. The control strips should be placed under similar field conditions as anticipated for the actual application. The skid resistance of the existing pavement shall be determined for each control strip with a continuous friction measuring equipment (CFME). The skid resistance of existing pavement can be immediately adjacent to the control strip or at the same location as the control strip if testing prior to application. Contractor may begin testing the skid resistance of runway and high-speed exit taxiway control strips after application of the asphalt surface treatment has fully cured, generally 8 to 36 hours after application of the control strips depending on site and environmental conditions. Aircraft shall not be permitted on the runway or high speed exit taxiway control strips until such time as Contractor validates that its surface friction meets the maintenance planning friction levels in AC 150/5320-12, Table 3-2 when tested at speeds of 40 and 60 mph wet with approved CFME. If the control strip should prove to be unsatisfactory, necessary adjustments to the application rate, placement operations, and equipment shall be made. Additional control strips shall be placed and additional skid resistance tests performed and evaluated. Full production shall not begin without RPR's approval of an appropriate application rate(s). Acceptable control strips shall be paid for in accordance with paragraph 608-8.1. Item P-608 Emulsified Asphalt Seal Coat 4 12/21/2018 AC 150/5370-10H CONSTRUCTION METHODS 608-4.1 Worker safety. Contractor shall obtain a Safety Data Sheet (SDS) for both the asphalt emulsion product and sand and require workmen to follow the manufacturer's recommended safety precautions. 608-4.2 Weather limitations. The asphalt emulsion shall be applied only when the existing pavement surface is dry and when the weather is not foggy, rainy, or when the wind velocity will prevent the uniform application of the material. No material shall be applied in strong winds that interfere with the uniform application of the material(s), or when dust or sand is blowing or when rain is anticipated within eight hours of application completion. The atmospheric temperature and the pavement surface temperature shall both be at, or above 60°F and rising. Seal coat shall not be applied when pavement temperatures are expected to exceed 130°F within the subsequent 72 hours if traffic will be opened on pavement within those 72 hours. During application, account for wind drift. Cover existing buildings, structures, runway edge lights, taxiway edge lights, informational signs, retro-reflective marking and in -pavement duct markers as necessary to protect against overspray before applying the emulsion. Should emulsion get on any light or marker fixture, promptly clean the fixture. If cleaning is not satisfactory to RPR, Contractor shall replace any light, sign or marker with equivalent equipment at no cost to the Owner. 608-4.3 Equipment and tools. Contractor shall furnish all equipment, tools, and machinery necessary for the performance of the work. a. Pressure distributor. The emulsion shall be applied with a manufacturer -approved computer rate - controlled asphalt distributor. The equipment shall be in good working order and contain no contaminants or diluents in the tank. Spray bar tips must be clean, free of burrs, and of a size to maintain an even distribution of the emulsion. Any type of tip or pressure source is suitable that will maintain predetermined flow rates and constant pressure during the application process with application speeds under eight miles per hour or 700 feet per minute. The equipment will be tested under pressure for leaks and to ensure proper set-up before use. Contractor will provide verification of truck set-up (via a test -shot area), including but not limited to, nozzle tip size appropriate for application per nozzle manufacturer, spray -bar height and pressure and pump speed appropriate for the viscosity and temperature of sealer material, evidence of triple - overlap spray pattern, lack of leaks, and any other factors relevant to ensure the truck is in good working order before use. The distributor truck shall be equipped with a 12-foot, minimum, spray bar with individual nozzle control. The distributor truck shall be capable of specific application rates in the range of 0.05 to 0.25 gallons per square yard. These rates shall be computer -controlled rather than mechanical. The distributor truck shall have an easily accessible thermometer that constantly monitors the temperature of the emulsion and have an operable mechanical tank gauge that can be used to cross-check the computer accuracy. The distributor truck shall effectively heat and mix the material to the required temperature prior to application in accordance with the manufacturer's recommendations. The distributor shall be equipped with a hand sprayer to spray the emulsion in areas not accessible to the distributor truck. b. Aggregate spreader. The asphalt distributor truck will be equipped with an aggregate spreader mounted to the distributor truck that can apply sand to the emulsion in a single pass operation without driving through wet emulsion. The aggregate spreader shall be equipped with a variable control system capable of uniformly distributing the sand at the specified rate at varying application widths and speeds. The aggregate spreader must be adjusted to produce an even and accurate application of specified aggregate. Prior to any seal coat application, the aggregate spreader will be calibrated onsite to ensure acceptable uniformity of spread. RPR will observe the calibration and verify the results. The aggregate spreader will be re -calibrated each time the aggregate rate is changed either during the application of test strips or production. Contractor may consult the seal coat manufacturer representative for procedure and guidance. Item P-608 Emulsified Asphalt Seal Coat 12/21/2018 AC 150/5370-10H The sander shall have a minimum hopper capacity of 3,000 pounds of sand. Push -type hand sanders will be allowed for use around lights, signs and other obstructions, if necessary. c. Power broom/blower. A power broom and/or blower shall be provided for removing loose material from the surface to be treated. d. Equipment calibration. Asphalt distributors must be calibrated within the same construction season in accordance with ASTM D2995. Contractor must furnish a current calibration certification for the asphalt distributor truck from any State or other agency as approved by RPR. 608-4.4 Preparation of asphalt pavement surfaces. Clean pavement surface immediately prior to placing the seal coat so that it is free of dust, dirt, grease, vegetation, oil or any type of objectionable surface film. Remove oil or grease from the asphalt pavement by scrubbing with a detergent, washing thoroughly with clean water, and then treat these areas with a spot primer. Any additional surface preparation, such as crack repair, shall be in accordance with Item P-101, paragraph 101-3.6. a. New asphalt pavement surfaces. Allow new asphalt pavement surfaces to cure so that there is no concentration of oils on the surface. Perform a water -break -free test to confirm that the surface oils have degraded and dissipated. (Cast approximately 1 gallon of clean water out over the surface. The water should sheet out and wet the surface uniformly without crawling or showing oil rings.) If signs of crawling or oil rings are apparent on the pavement surface, additional time must be allowed for additional curing and retesting of the pavement surface prior to treatment.] 608-4.5 Emulsion mixing. The application emulsion shall be obtained by blending asphalt material concentrate, water and polymer, if specified. Always add heated water to the asphalt material concentrate, never add asphalt material concentrate to heated water. Mix one part heated water to two parts asphalt material concentrate, by volume. Add 1 % polymer, by volume, to the emulsion mix. If the polymer is added to the emulsion mix at the plant, submit weight scale tickets to RPR. As an option, the polymer may be added to the emulsion mix at the job site provided the polymer is added slowly while the asphalt distributor truck circulating pump is running. The mix must be agitated for a minimum of 15 minutes or until the polymer is mixed to the satisfaction of RPR. 608-4.6 Application of asphalt emulsion. The asphalt emulsion shall be applied using a pressure distributor upon the properly prepared, clean and dry surface at the application rate recommended by the manufacturer's representative and approved by RPR from the test area/sections evaluation for each designated treatment area. The asphalt emulsion should be applied at a temperature between 130°F and 160°F or in accordance with the manufacturer's recommendation. If low spots and depressions greater than 1/2 inch in depth in the pavement surface cause ponding or puddling of the applied materials, the pavement surface shall be lightly broomed with a broom or brush type squeegee until the pavement surface is free of any pools of excess material. During all applications, the surfaces of adjacent structures shall be protected to prevent their being spattered or marred. 608-4.7 Application of aggregate material. Immediately following the application of the asphalt emulsion, friction sand at the rate recommended by the manufacturer's representative and approved by RPR from the test area/sections evaluation for each designated application area, shall be spread uniformly over the asphalt emulsion in a single -pass operation simultaneous with the sealer application. The aggregate shall be spread to the same width of application as the asphalt material and shall not be applied in such thickness as to cause blanketing. Item P-608 Emulsified Asphalt Seal Coat 12/21/2018 AC 150/5370-1OH Sprinkling of additional aggregate material and spraying additional asphalt material over areas that show up having insufficient cover or bitumen, shall be done by hand whenever necessary. In areas where hand work is necessitated, the sand shall be applied before the sealant begins to break. Minimize aggregate from being broadcast and accumulating on the untreated pavement adjacent to an application pass. Prior to the next application pass, Contractor shall clean areas of excess or loose aggregate and remove from project site. QUALITY CONTROL (QC) 608-5.1 Manufacturer's representation. The manufacturer's representative knowledgeable of the material, procedures, and equipment described in the specification is responsible to assist Contractor and RPR in determining the appropriate application rates of the emulsion and aggregate, as well as recommendations for proper preparation and start-up of seal coat application. Documentation of the manufacturer representative's experience and knowledge for applying the seal coat product shall be furnished to RPR a minimum of 10 workdays prior to placement of the control strips. The cost of the manufacturer's representative shall be included in Contractor's bid price. 608-5.2 Contractor qualifications. Contractor shall provide documentation to RPR that the seal coat Contractor is qualified to apply the seal coat, including personnel, and equipment, and has made at least three applications similar to this project in the past two years. MATERIAL ACCEPTANCE 608-6.1 Application rate. The rate of application of the asphalt emulsion shall be verified at least twice per day. 608-6.2 Friction tests. Friction tests in accordance with AC 150/5320-12, Measurement, Construction, and Maintenance of Skid -Resistant Airport Pavement Surfaces, shall be performed on all runway and high- speed taxiways that received a seal coat. Each test includes performing friction tests at 40 mph and 60 mph both wet, 15 feet to each side of runway centerline with approved continuous friction measuring equipment (CFME). Contractor shall coordinate testing with RPR and provide RPR a written report of friction test results. RPR shall be present for testing. METHOD OF MEASUREMENT 608-7.1 Asphalt surface treatment. The quantity of asphalt surface treatment shall be measured by the square yards of material applied in accordance with the plans and specifications and accepted by RPR. Contractor must furnish RPR with the certified weigh bills when materials are received for the asphalt material used under this contract. Contractor must not remove material from the tank car or storage tank until initial amounts and temperature measurements have been verified. BASIS OF PAYMENT 608-8.1 Payment shall be made at the contract unit price per square yard for the asphalt surface treatment applied and accepted by RPR. This price shall be full compensation for all surface preparation, furnishing all materials, delivery and application of these materials, for all labor, equipment, tools, and incidentals necessary to complete the item, and any costs associated with furnishing a qualified manufacturer's representative to assist with control strips. The price shall cover the complete specified range of application rates as well as cost for aggregate and polymer. Item P-608 Emulsified Asphalt Seal Coat 12/21/2018 AC 150/5370-10H Payment will be made under: Item P-608-8.1 Item P-608-8.1 Emulsified Asphalt Seal Coat, complete, per square yard REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. ASTM International (ASTM) ASTM C117 Standard Test Method for Materials Finer than 75-µm (No. 200) Sieve in Mineral Aggregates by Washing ASTM C136 Standard Test Method for Sieve Analysis of Fine and Coarse Aggregates ASTM C1602 Standard Specification for Mixing Water Used in the Production of Hydraulic Cement Concrete ASTM D5 Standard Test Method for Penetration of Asphalt Materials ASTM D244 Standard Test Methods and Practices for Emulsified Asphalts ASTM D2007 Standard Test Method for Characteristic Groups in Rubber Extender and Processing Oils and Other Petroleum -Derived Oils by the Clay -Gel Absorption Chromatographic Method ASTM D2042 Standard Test Method for Solubility of Asphalt Materials in Trichloroethylene ASTM D2995 Standard Practice for Estimating Application Rate of Bituminous Distributors ASTM D4402 Standard Test Method for Viscosity Determination of Asphalt at Elevated Temperatures Using a Rotational Viscometer ASTM D5340 Standard Test Method for Airport Pavement Condition Index Surveys Advisory Circulars (AC) AC 150/5320-12 Measurement, Construction, and Maintenance of Skid -Resistant Airport Pavement Surfaces AC 150/5320-17 Airfield Pavement Surface Evaluation and Rating (PASER) Manuals AC 150/5380-6 Guidelines and Procedures for Maintenance of Airport Pavements END OF ITEM P-608 Item P-608 Emulsified Asphalt Seal Coat 12/21/2018 AC 150/5370-10H Item P-603 Emulsified Asphalt Tack Coat DESCRIPTION 603-1.1 This item shall consist of preparing and treating an asphalt or concrete surface with asphalt material in accordance with these specifications and in reasonably close conformity to the lines shown on the plans. MATERIALS 603-2.1 Asphalt materials. The asphalt material shall be an emulsified asphalt as specified in ASTM D3628 as an asphalt application for tack coat appropriate to local conditions. The emulsified asphalt shall not be diluted. Contractor shall provide a copy of the manufacturer's Certificate of Analysis (COA) for the asphalt material to Resident Project Representative (RPR) before the asphalt material is applied for review and acceptance. The furnishing of COA for the asphalt material shall not be interpreted as a basis for final acceptance. The manufacturer's COA may be subject to verification by testing the material delivered for use on the project. CONSTRUCTION METHODS 603-3.1 Weather limitations. The tack coat shall be applied only when the existing surface is dry and the atmospheric temperature is 50°F or above; the temperature has not been below 35°F for the 12 hours prior to application; and when the weather is not foggy or rainy. The temperature requirements may be waived when directed by RPR. 603-3.2 Equipment. Contractor shall provide equipment for heating and applying the emulsified asphalt material. The emulsion shall be applied with a manufacturer -approved computer rate -controlled asphalt distributor. The equipment shall be in good working order and contain no contaminants or diluents in the tank. Spray bar tips must be clean, free of burrs, and of a size to maintain an even distribution of the emulsion. Any type of tip or pressure source is suitable that will maintain predetermined flow rates and constant pressure during the application process with application speeds under eight miles per hour or 700 feet per minute. The equipment will be tested under pressure for leaks and to ensure proper set-up before use to verify truck set-up (via a test -shot area), including but not limited to, nozzle tip size appropriate for application, spray -bar height and pressure and pump speed, evidence of triple -overlap spray pattern, lack of leaks, and any other factors relevant to ensure the truck is in good working order before use. The distributor truck shall be equipped with a minimum 12-foot spreader spray bar with individual nozzle control with computer -controlled application rates. The distributor truck shall have an easily accessible thermometer that constantly monitors the temperature of the emulsion and have an operable mechanical tank gauge that can be used to cross-check the computer accuracy. If the distributor is not equipped with an operable quick shutoff valve, the prime operations shall be started and stopped on building paper. The distributor truck shall be equipped to effectively heat and mix the material to the required temperature prior to application as required. Heating and mixing shall be done in accordance with the manufacturer's recommendations. Do not overheat or over mix the material. The distributor shall be equipped with a hand sprayer. Item P-603 Emulsified Asphalt Tack Coat 12/21/2018 AC 150/5370-1OH Asphalt distributors must be calibrated annually in accordance with ASTM D2995. Contractor must furnish a current calibration certification for the asphalt distributor truck from any State or other agency as approved by RPR. A power broom and/or power blower suitable for cleaning the surfaces to which the asphalt tack coat is to be applied shall be provided. 603-3.3 Application of emulsified asphalt material. The emulsified asphalt shall not be diluted. Immediately before applying the emulsified asphalt tack coat, the full width of surface to be treated shall be swept with a power broom and/or power blower to remove all loose dirt and other objectionable material. The emulsified asphalt material shall be uniformly applied with an asphalt distributor at the rates appropriate for the conditions and surface specified in the table below. The type of asphalt material and application rate shall be approved by RPR prior to application. Emulsified Asphalt Surface Type Residual Rate, al/SY Emulsion Application Bar Rate, al/SY New asphalt 0.02-0.05 0.03-0.07 Existing asphalt 0.04-0.07 0.06-0.11 Milled Surface 0.04-0.08 .0.06-0.12 Concrete 0.03-0.05 0.05-0.08 After application of the tack coat, the surface shall be allowed to cure without being disturbed for the period of time necessary to permit drying and setting of the tack coat. This period shall be determined by RPR. Contractor shall protect the tack coat and maintain the surface until the next course has been placed. When the tack coat has been disturbed by Contractor, tack coat shall be reapplied at Contractor's expense. 603-3.4 Freight and waybills Contractor shall submit waybills and delivery tickets, during progress of the work. Before the final statement is allowed, file with RPR certified waybills and certified delivery tickets for all emulsified asphalt materials used in the construction of the pavement covered by the contract. Do not remove emulsified asphalt material from storage until the initial outage and temperature measurements have been taken. The delivery or storage units will not be released until the final outage has been taken. METHOD OF MEASUREMENT 603-4.1 The emulsified asphalt material for tack coat shall be measured by the gallon.- Volume shall be corrected to the volume at 60°F in accordance with ASTM D 1250. The emulsified asphalt material paid for will be the measured quantities used in the accepted work, provided that the measured quantities are not 10% over the specified application rate. Any amount of emulsified asphalt material more than 10% over the specified application rate for each application will be deducted from the measured quantities, except for irregular areas where hand spraying of the emulsified asphalt material is necessary. 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 of emulsified asphalt material. This price shall be full compensation for furnishing all materials, for all preparation, delivery, and application of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item P-603-5.1 Emulsified Asphalt Tack Coat - per gallon Item P-603 Emulsified Asphalt Tack Coat 2 12/21/2018 AC 150/5370-10H REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. ASTM International (ASTM) ASTM D 1250 Standard Guide for Use of the Petroleum Measurement Tables ASTM D2995 Standard Practice for Estimating Application Rate and Residual Application Rate of Bituminous Distributors ASTM D3628 Standard Practice for Selection and Use of Emulsified Asphalts END ITEM P-603 Item P-603 Emulsified Asphalt Tack Coat 12/21/2018 AC 150/5370-1OH Item P-604 Compression Joint Seals for Concrete Pavements DESCRIPTION 604-1.1 This item shall consist of preformed polychloroprene compression seals used for sealing joints of rigid pavements. MATERIALS 604-2.1 Compression seals. Compression joint seal materials shall be a vulcanized elastomeric compound using polychloroprene as the only base polymer. The material and the manufactured seal shall conform to ASTM D2628. The joint seal shall be a labyrinth type seal. The uncompressed depth of the face of the compression seal (that is to be bonded to the joint wall) shall be greater than the uncompressed width of the seal, except that for seals 1 inch or greater in width, the depth need be 1-5/8 inches or greater. The actual width of the uncompressed seal shall be as recommended by the joint seal manufacturer for the type and width of joints as shown on the plans. Tolerance on the seal shall be f1/16 inch below top of the pavement surface or bottom of groove for grooved pavement. Contractor shall provide a copy of the manufacturer's Certificate of Analysis (COA) for the joint seal material delivered to the project. The COA shall be provided to and approved by RPR before the material is installed. The furnishing of the vendor's certified test report shall not be interpreted as a basis for final acceptance. The manufacturer's COA may be subject to verification by testing the material delivered for use on the project. Materials delivered to the job site shall be inspected for defects, unloaded, and stored with a minimum of handling to avoid damage. Storage facilities shall be provided at the job site to protect materials from weather and maintain materials at temperatures recommended by the manufacturer. Representative sample of joint seal material will be sampled and retained by RPR for possible testing. 604-2.2 Lubricant/adhesive. Lubricant/adhesive used for the compression elastomeric joint seal shall be a one -component compound conforming to ASTM D2835. CONSTRUCTION METHODS 604-3.1 Equipment. Machines, tools, and equipment used in the performance of the work required by this section shall be approved by RPR before the work starts and shall be maintained by Contractor in satisfactory condition at all times. a. Joint cleaning equipment. (1) Concrete saw. A self-propelled power saw with water-cooled diamond saw blades shall be provided for cutting joints to the depths and widths specified and for removing filler, existing old joint seal or other material embedded in the joints or adhered to the joint faces. (2) Waterblasting equipment. Waterblasting equipment shall include a trailer -mounted water tank, pumps, high-pressure hose, a wand with safety release cutoff controls, nozzle, and auxiliary water resupply equipment. The water tank and auxiliary water resupply equipment shall be of sufficient capacity Item P-604 Compression Joint Seals for Concrete Pavements 12/21/2018 AC 150/5370-1OH to permit continuous operations. The pumps, hoses, wand, and nozzle shall be of sufficient capacity to permit the cleaning of both walls of the joint and the pavement surface for a width of at least 1/2 inch on either side of the joint. The pump shall be capable of supplying a pressure of at least 3,000 psi. A pressure gauge mounted at the pump shall show at all times the pressure in pounds per square inch (psi) at which the equipment is operating. (3) Sandblasting equipment. Sandblasting is not allowed. b. Sealing equipment. Equipment used to install the compression seal shall place the compression seal to the prescribed depths within the specified tolerances without cutting, nicking, twisting, or otherwise damaging the seal. The equipment shall not stretch or compress the seal more than 2.0% longitudinally during installation. The machine shall be an automatic self-propelled joint seal application equipment and shall be engine powered. The machine shall include a reservoir for the lubricant/adhesive, a device for conveying the lubricant/adhesive in the proper quantities to the sides the preformed seal or the sidewalls of the joint, a reel capable of holding one full spool of compression seal, and a power -driven apparatus for feeding the joint seal through a compression device and inserting the seal into the joint. The equipment shall also include a guide to maintain the proper course along the joint being sealed. The machine shall at all times be operated by an experienced operator. Hand operated joint seal application equipment may be used for localized areas and for projects less than 500 square yards. The equipment shall be a two -axle, four-wheel machine that includes means for compressing and inserting the compression seal into the joint and a reel capable of holding one full spool of compression seal material. CONSTRUCTION METHODS 604-4.1 Environmental conditions. The ambient temperature and the pavement temperature within the joint wall shall be at least 35°F and rising at the time of installation of the materials. Sealant application will not be permitted if moisture or any foreign material is observed in the joint. 604-4.2 Trial joint seal and lubricant/adhesive installation. Prior to the cleaning and sealing of the joints for the entire project, a control strip at least 200 feet long shall be prepared at a location designated by RPR using the specified materials and the approved equipment, to demonstrate the materials and construction processes for joint preparation and sealing of all types of joints included in the project. No other joints shall be sealed until the test installation has been approved by RPR. If materials or installation do not meet requirements, materials shall be removed, joints cleaned, and a new trial joint seal installation performed at Contractor expense. RPR approved trial section will be incorporated into the permanent work. 604-4.3 Preparation of joints. Immediately before installation of the compression joint seal, the joints shall be thoroughly cleaned to remove all laitance, filler, existing sealer, foreign material and protrusions of hardened concrete from the sides and upper edges of the joint space to be sealed. Cleaning shall extend along pavement surfaces at least 1/2 inch on either side of the joint. After final cleaning and immediately prior to sealing, the joints shall be blown out with compressed air and left free of debris and water. Any irregularity in the joint face that would prevent uniform contact between the joint seal and the joint face shall be corrected prior to the installation of the joint seal. a. Sawing. Joints shall be sawed to clean and to open them to the full specified width and depth. Immediately following the sawing operation, the joint faces and opening shall be thoroughly cleaned using a water jet to remove all saw cuttings or debris remaining on the faces or in the joint opening. Compression seal shall be installed within three calendar days of the time the joint cavity is sawed. Depth of the joint cavity shall be in accordance with manufacturer's instructions. Submit printed copies of manufacturers' instructions 60 days prior to use on the project. The saw cut for the joint seal cavity shall at all locations be Item P-604 Compression Joint Seals for Concrete Pavements 2 12/21/2018 AC 150/5370-1OH centered over the joint line. The nominal width of the sawed joint seal cavity shall be as follows; the actual width shall be within a tolerance of ±1/16 inch: (1) If a nominal 1-inch-wide compression seal is furnished, the nominal width of the saw cut shall be 5/8 inch when the pavement temperature at the time of sawing is +25 to +80°F. If the pavement temperature at the time of sawing is above this range, the nominal width of the saw cut shall be decreased 1/16 inch. If the pavement temperature at the time of sawing is below this range, the nominal width of the saw cut shall be increased l/16 inch. (2) If a nominal 1.25-inch-wide compression seal is furnished, the nominal width of the saw cut shall be 3/4 inch when the pavement temperature at the time of sawing is +30 to +170°F. If the pavement temperature at the time of sawing is above this range, the nominal width of the saw cut shall be decreased 1/16 inch. If the pavement temperature at the time of sawing is below this range, the nominal width of the saw cut shall be increased 1/16 inch. (3) If a nominal 3-inch-wide compression seal is furnished, nominal width of saw cut shall be 2 inches when pavement temperature at the time of sawing is +25 to +80 degrees F. If pavement temperature at the time of sawing is above this range, nominal width of the saw cut shall be decreased 1/16 inch. If pavement temperature at the time of sawing is below this range, nominal width of the saw cut shall be increased l/16 inch. (4) If a nominal 13/16-inch-wide compression seal is furnished, nominal width of saw cut shall be 1 /2 inch when pavement temperature at the time of sawing is +25 to +80 degrees F. If pavement temperature at the time of sawing is above this range, nominal width of saw cut shall be decreased l/ 16 inch. If pavement temperature at the time of sawing is below this range, nominal width of saw cut shall be increased 1/16 inch. (5) The pavement temperature shall be measured and recorded in the presence of RPR. Measurement shall be made each day before commencing sawing and at any other time during the day when the temperature appears to be moving out of the allowable sawing range. * Note that this seal shall not be installed in a saw cut less than 7/16 in and thus cannot be used in this area if sawing must be done at temperatures less than +50°F, based on: a. Tolerance from nominal specified width of uncompressed seal +1/8 inch and -1/16 inch. b. Tolerance from nominal saw cut width fl/16 inch. c. Compression seal must be compressed at least 20% of its uncompressed width at all times. d. Compression seal must never be compressed more than 60% of its uncompressed width at any time (narrowest opening in hot weather must be at least 40% of uncompressed seal width). b. Waterblast cleaning. The concrete joint faces and pavement surfaces extending at least 1/2 inch from the joint edges shall be waterblasted clean. A multiple pass technique shall be used until the surfaces are free of dust, dirt, curing compound, or any residue that might prevent ready insertion or uniform contact of the seal and bonding of the lubricant/adhesive to the concrete. After final cleaning and immediately prior to sealing, the joints shall be blown out with compressed air and left completely free of debris and water. c. Sandblast cleaning. Sandblast cleaning is not allowed. d. Rate of progress. Cleaning of the joint faces shall be limited to the linear footage of joint that can be sealed during the same workday. 604-4.4 Installation of the compression seal. a. Time of installation. Joints shall be sealed within three calendar days of sawing the joint seal cavity and the final cleaning of the joint walls, or a temporary seal shall be installed to prevent infiltration of foreign material. If rain interrupts the sealing operations, the joints shall be washed, cleaned with air and be dry before proceeding with installing of the lubricant/adhesive and compression seal. b. Installation Sequence. Longitudinal joints shall be sealed first, then seal the transverse joints. Transverse joint seals will be continuous from edge to edge of the pavement. Intersections shall be made Item P-604 Compression Joint Seals for Concrete Pavements 12/21/2018 AC 150/5370-1OH monolithic by use of joint seal adhesive and care in fitting the intersection parts together. Seals which do not reach an intersection shall be removed and replaced with new seal as directed by RPR at Contractor expense. Seal extender pieces shall not be used at intersections. c. Sealing joints. The sides of the joint seal or the sides of the joint shall be covered with a coating of lubricant/adhesive and the seal installed as specified. Butt joints and seal intersections shall be coated with liberal applications of lubricant/adhesive. Lubricant/adhesive spilled on the pavement shall be removed immediately to prevent setting on the pavement. The joint seal shall be placed at a uniform depth within the tolerances specified. The compression joint seal shall be placed to a depth of 3/16 inch, f1/8 inch, below the pavement surface or below the depth of the groove unless otherwise directed by RPR. The seal shall be installed in the longest practicable lengths in longitudinal joints and shall be cut at the joint intersections to provide continuous installation of the seal in the transverse joints. The joint seal shall be installed in an upright position, free from twisting, distortion, and cuts. If stretch of installed joint seal exceeds 1%, adjustments shall be made to the installation equipment and procedure. Stretch of installed joint seals exceeding 2% stretch shall be removed and replaced. After installation of the longitudinal joint seals, it shall set for a minimum of one hour prior to cutting the seal at the joint intersections. For all transverse joints, the minimum length of the preformed joint seal shall be the pavement width from edge to edge. 604-4.5 Clean-up. Upon completion of the project, all unused materials shall be removed from the site, all lubricant/adhesive on the pavement surface shall be removed, and the pavement shall be left in clean condition. 604-4.6 Quality Control and Quality Assurance. a. Quality Control The application equipment shall be inspected to assure uniform application of lubricant/adhesive to the sides of the compression joint seal or the walls of the joint. Equipment causing cutting, twisting, nicking, excessive stretching or compressing of the compression seal, or improper application of the lubricant/adhesive, shall not be used until causes of the deficiencies are determined and corrected by Contractor. The seal shall be inspected by Contractor a minimum of once per 400 feet of seal for compliance to the shrinkage or compression requirements. Measurements shall be made at the same interval to determine conformance with depth and width installation requirements. Manufacturer's representative required to be present during the first two days of compression seal installation. b. Quality Assurance. Cleaned joints shall be approved by RPR prior to installation of the lubricant/adhesive and compression joint seal. Conformance to stretching and compression limitations shall be determined by RPR using the following procedures: (1) Mark the top surface of the compression seal at 1-foot intervals in a manner clear and durable to enable length determinations of the seal. (2) After installation, the distance between the marks on the seal shall be measured by Contractor. (3) If the stretching or compression exceeds the specified limit, the seal shall be removed and replaced with new joint seal at Contractor's Expense. The seal shall be removed up to the last correct measurement. 604-4.7 Acceptance. The joint sealing system (compression seal and lubricant/adhesive) shall be inspected by RPR for proper rate of cure and bonding to the concrete, cuts, twists, nicks, and other deficiencies. Seals Item P-604 Compression Joint Seals for Concrete Pavements 4 12/21/2018 AC 150/5370-1OH exhibiting any defects prior to final acceptance of the project, shall be removed from the joint, wasted, and replaced with new material in a satisfactory manner, at Contractor's expense, as determined by RPR. METHOD OF MEASUREMENT 604-5.1 Measurement. The quantity of compression joint seals installed and accepted (for all four specified sizes), will be determined by the linear feet. BASIS OF PAYMENT 604-6.1 Payment. Payment will be made at the contract unit bid prices per linear foot for the compression joint seals. The unit bid prices shall include the cost of all labor, materials, the use of all equipment, and tools required to complete the work. Item 604-6.1 Compression Joint Sealant for Concrete Pavements (3-inch seal in 2-inch joint) includes cleaning, sawing, preparing existing joint reservoir, and sliver spall repair, per linear foot Item 604-6.2 Compression Joint Sealant for Concrete Pavements (1-1/4-inch seal in 3/4-inch joint) includes cleaning, sawing, preparing existing joint reservoir, and sliver spall repair, per linear foot Item 604-6.3 Compression Joint Sealant for Concrete Pavements (I-inchseal in 5/8-inch joint), includes cleaning, sawing, preparing existing joint reservoir, and sliver spall repair, per linear foot Item 604-6.4 Compression Joint Sealant for Concrete Pavements (13/16-inch seal in 1/2-inch joint), includes cleaning, sawing, preparing existing joint reservoir, and sliver spall repair, per linear foot REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. ASTM International (ASTM) ASTM D2628 Standard Specification for Preformed Polychloroprene Elastomeric Joint Seals for Concrete Pavements ASTM D2835 Standard Specification for Lubricant for Installation of Preformed Compression Seals in Concrete Pavements Corps of Engineers CRD C548 Standard Specification for Jet -Fuel and Heat Resistant Preformed Polychloroprene Elastomeric Joint Seals for Rigid Pavements Unified Facilities Criteria (UFC) UFC 3-250-08FA Standard Practice for Sealing Joints and Cracks in Rigid and Flexible Pavements END ITEM P-604 Item P-604 Compression Joint Seals for Concrete Pavements 12/21/2018 AC 150/5370-1OH Item P-605 Joint Sealants for Pavements DESCRIPTION 605-1.1 This item shall consist of providing and installing a resilient and adhesive joint sealing material capable of effectively sealing joints in pavement; joints between different types of pavements; and cracks in existing pavement. MATERIALS 605-2.1 Joint sealants. Joint sealant materials shall meet the requirements of the following: a) ASTM D6690 Standard Specification for Joint and Crack Sealants, Hot Applied, for Asphalt Pavements (formerly ASTM D3405). ASTM D6690 material shall be approved for crack filling in existing bituminous pavements. b) ASTM D5893 — Standard Specification for Cold Applied, Single Component, Chemically Curing Silicone Joint Sealant for Portland Cement Concrete Pavements, shall be used for joints and cracks in Portland cement concrete, and for the shoulder interface joint between the concrete pavement and asphalt shoulder. Each lot or batch of sealant shall be delivered to the jobsite in the manufacturer's original sealed container. Each container shall be marked with the manufacturer's name, batch or lot number, the safe heating temperature, and shall be accompanied by the manufacturer's certification stating that the sealant meets the requirements of this specification. 605-2.2 Backer rod. The material furnished shall be a compressible, non -shrinking, non -staining, nonabsorbing material that is non -reactive with the joint sealant in accordance with ASTM D5249. The backer -rod material shall be 25% f 5% larger in diameter than the nominal width of the joint. 605-2.3 Bond breaking tapes. Provide a bond breaking tape or separating material that is a flexible, non- shrinkable, non -absorbing, non -staining, and non -reacting adhesive -backed tape. The material shall have a melting point at least 5°F greater than the pouring temperature of the sealant being used when tested in accordance with ASTM D789. The bond breaker tape shall be approximately 1/8 inch wider than the nominal width of the joint and shall not bond to the joint sealant. CONSTRUCTION METHODS 605-3.1 Time of application. Joints shall be sealed as soon after completion of the curing period as feasible and before the pavement is opened to traffic, including construction equipment. The pavement temperature shall be 50°F and rising at the time of application of the poured joint sealing material or as required by manufacturer. Do not apply sealant if moisture is observed in the joint. 605-3.2 Equipment. Machines, tools, and equipment used in the performance of the work required by this section shall be approved before the work is started and maintained in satisfactory condition at all times. Submit a list of proposed equipment to be used in performance of construction work including descriptive data, 30 days prior to use on the project. Item P-605 Joint Sealants for Pavements 12/21/2018 AC 150/5370-1OH a. Tractor -mounted routing tool. Provide a routing tool, used for removing old sealant from the joints, of such shape and dimensions and so mounted on the tractor that it will not damage the sides of the joints. The tool shall be designed so that it can be adjusted to remove the old material to varying depths as required. The use of V-shaped tools or rotary impact routing devices will not be permitted. Hand -operated spindle routing devices may be used to clean and enlarge random cracks. b. Concrete saw. Provide a self-propelled power saw, with water-cooled diamond or abrasive saw blades, for cutting joints to the depths and widths specified. c. Sandblasting equipment. Contractor must demonstrate sandblasting equipment including the air compressor, hose, guide and nozzle size, under job conditions, before approval in accordance with paragraph 605-3.3. Contractor shall demonstrate, in the presence of the Resident Project Representative (RPR), that the method cleans the joint and does not damage the joint. d. Waterblasting equipment. Contractor must demonstrate waterblasting equipment including the pumps, hose, guide and nozzle size, under job conditions, before approval in accordance with paragraph 605-3.3. Contractor shall demonstrate, in the presence of RPR, that the method cleans the joint and does not damage the joint. e. Hand tools. Hand tools may be used, when approved, for removing defective sealant from a crack and repairing or cleaning the crack faces. Hand tools should be carefully evaluated for potential spalling effects prior to approval for use. f. Hot -poured sealing equipment. The unit applicators used for heating and installing ASTM D6690 joint sealant materials shall be mobile and shall be equipped with a double -boiler, agitator -type kettle with an oil medium in the outer space for heat transfer; a direct -connected pressure -type extruding device with a nozzle shaped for inserting in the joint to be filled; positive temperature devices for controlling the temperature of the transfer oil and sealant; and a recording type thermometer for indicating the temperature of the sealant. The applicator unit shall be designed so that the sealant will circulate through the delivery hose and return to the inner kettle when not in use. g. Cold -applied, single -component sealing equipment. The equipment for installing ASTM D5893 single component joint sealants shall consist of an extrusion pump, air compressor, following plate, hoses, and nozzle for transferring the sealant from the storage container into the joint opening. The dimension of the nozzle shall be such that the tip of the nozzle will extend into the joint to allow sealing from the bottom of the joint to the top. Maintain the initially approved equipment in good working condition, serviced in accordance with the supplier's instructions, and unaltered in any way without obtaining prior approval. Small hand-held air -powered equipment (i.e., caulking guns) may be used for small applications. 605-3.3 Preparation of joints. Pavement joints for application of material in this specification must be dry, clean of all scale, dirt, dust, curing compound, and other foreign matter. Contractor shall demonstrate, in the presence of RPR, that the method cleans the joint and does not damage the joint. a. Sawing. All joints shall be sawed in accordance with specifications and plan details. Immediately after sawing the joint, the resulting slurry shall be completely removed from joint and adjacent area by flushing with a jet of water, and by use of other tools as necessary. b. Sealing. Immediately before sealing, the joints shall be thoroughly cleaned of all remaining laitance, curing compound, filler, protrusions of hardened concrete, old sealant and other foreign material from the sides and upper edges of the joint space to be sealed. Cleaning shall be accomplished by sandblasting, tractor -mounted routing equipment, concrete saw, waterblasteras specified in paragraph 605-3.2. The newly exposed concrete joint faces and the pavement surface extending a minimum of 1/2 inch from the joint edge shall be sandblasted clean. Sandblasting shall be accomplished in a minimum of two passes. One pass per joint face with the nozzle held at an angle directly toward the joint face and not more than 3 inches from it. Item P-605 Joint Sealants for Pavements 2 12/21/2018 AC 150/5370-1OH After final cleaning and immediately prior to sealing, blow out the joints with compressed air and leave them completely free of debris and water. The joint faces shall be surface dry when the seal is applied. Sandblasting only permitted when aircraft not in immediate area. Blast so sand is not widely scattered and wind conditions are favorable. Contractor must have a vacuum truck and other cleaning equipment onsite at all times to keep area free of debris from sand -blasting operations. c. Backer Rod. When the joint opening is of a greater depth than indicated for the sealant depth, plug or seal off the lower portion of the joint opening using a backer rod in accordance with paragraph 605-2.2 to prevent the entrance of the sealant below the specified depth. Take care to ensure that the backer rod is placed at the specified depth and is not stretched or twisted during installation. d. Bond -breaking tape. Where inserts or filler materials contain bitumen, or the depth of the joint opening does not allow for the use of a backup material, insert a bond -separating tape breaker in accordance with paragraph 605-2.3 to prevent incompatibility with the filler materials and three -sided adhesion of the sealant. Securely bond the tape to the bottom of the joint opening so it will not float up into the new sealant. 605-3.4 Installation of sealants. Joints shall be inspected for proper width, depth, alignment, and preparation, and shall be approved by RPR before sealing is allowed. Sealants shall be installed in accordance with the following requirements: Immediately preceding, but not more than 50 feet ahead of the joint sealing operations, perform a final cleaning with compressed air. Fill the joints from the bottom up to 1/8 inch f1/16 inch below the top of pavement surface; or bottom of groove for grooved pavement. Remove and discard excess or spilled sealant from the pavement by approved methods. Install the sealant in such a manner as to prevent the formation of voids and entrapped air. In no case shall gravity methods or pouring pots be used to install the sealant material. Traffic shall not be permitted over newly sealed pavement until authorized by RPR. When a primer is recommended by the manufacturer, apply it evenly to the joint faces in accordance with the manufacturer's instructions. Check the joints frequently to ensure that the newly installed sealant is cured to a tack -free condition within the time specified. 605-3.5 Inspection. Contractor shall inspect the joint sealant for proper rate of cure and set, bonding to the joint walls, cohesive separation within the sealant, reversion to liquid, entrapped air and voids. Sealants exhibiting any of these deficiencies at any time prior to the final acceptance of the project shall be removed from the joint, wasted, and replaced as specified at no additional cost to the airport. 605-3.6 Clean-up. Upon completion of the project, remove all unused materials from the site and leave the pavement in a clean condition. METHOD OF MEASUREMENT 605-4.1 Joint sealing material, preparation, and related material for joints in Portland cement concrete pavement shall be measured by linear foot for joint sealant completed and accepted. 605-4.2 Joint sealing and related material for joints between Portland cement concrete pavement and asphalt pavement will be measured for separate payment by the linear foot for joint sealant completed and accepted. 605-4.3 Joint sealing for cracks in concrete pavement shall be measured by the linear foot of cracks prepared and sealed, measured on the ground in place, complete and accepted. This includes all removal, cleaning and preparation work. Item P-605 Joint Sealants for Pavements 12/21/2018 AC 150/5370-1OH BASIS OF PAYMENT 605-5.1 Payment for joint sealing in Portland cement concrete pavement shall include removal of existing sealant, furnishing all materials, for joint preparation, delivering and placing of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. 605-5.2 Payment for joint sealant between Portland cement concrete pavement and existing asphalt pavement, shall be made at the contract unit price bid by the linear foot. This price shall be full compensation for routing the joint, furnishing, and delivering all materials, and all labor, equipment, tools, and incidentals necessary to complete the item. 605-5.3 Payment for joint sealing for cracks in concrete pavement shall be made at the contract unit price per linear, complete and accepted. This price shall be full compensation for furnishing all materials, preparation of the crack, 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 Seal in Existing Concrete Pavement, includes cleaning, sawcut and preparing existing joint reservoir, per linear foot Item P-605-5.2 Joint Seal of Joint between Portland Cement Concrete Pavement and Existing Asphalt Shoulder, includes cleaning, sawcut and preparing existing joint reservoir, per linear foot Item P-605-5.3 Sealing Cracks in Existing Concrete Pavement, per linear foot Item P-605-5.4 Joint Seal between Existing Concrete Pavement and Existing Concrete Shoulder up to 1-1/2", includes cleaning, sawcut and preparing existing reservoir, per linear foot REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. ASTM International (ASTM) ASTM D789 Standard Test Method for Determination of Relative Viscosity of Polyamide (PA) ASTM D5249 Standard Specification for Backer Material for Use with Cold- and Hot - Applied Joint Sealants in Portland -Cement Concrete and Asphalt Joints ASTM D5893 Standard Specification for Cold Applied, Single Component, Chemically Curing Silicone Joint Sealant for Portland Cement Concrete Pavements ASTM D6690 Standard Specification for Joint and Crack Sealants, Hot Applied, for Concrete and Asphalt+ Advisory Circulars (AC) AC 150/5340-30 Design and Installation Details for Airport Visual Aids END ITEM P-605 Item P-605 Joint Sealants for Pavements 4 12/21/2018 AC 150/5370-1OH Item P-610 Concrete for Miscellaneous Structures DESCRIPTION 610-1.1 This item shall consist of concrete and reinforcement, as shown on the plans, prepared and constructed in accordance with these specifications. This specification shall be used for all concrete other than airfield pavement which are cast -in -place. MATERIALS 610-2.1 General. Only approved materials, conforming to the requirements of these specifications, shall be used in the work. Materials may be subject to inspection and tests at any time during their preparation or use. The source of all materials shall be approved by Resident Project Representative (RPR) before delivery or use in the work. Representative preliminary samples of the materials shall be submitted by Contractor, when required, for examination and test. Materials shall be stored and handled to ensure preservation of their quality and fitness for use and shall be located to facilitate prompt inspection. All equipment for handling and transporting materials and concrete must be clean before any material or concrete is placed in them. The use of pit -run aggregates shall not be permitted unless the pit -run aggregate has been screened and washed, and all fine and coarse aggregates stored separately and kept clean. The mixing of different aggregates from different sources in one storage stockpile or alternating batches of different aggregates shall not be permitted. a. Reactivity. Fine aggregate and coarse aggregates to be used in all concrete shall have been tested separately within six months of the project in accordance with ASTM C 1260. Test results shall be submitted to RPR. The aggregate shall be considered innocuous if the expansion of test specimens, tested in accordance with ASTM C1260, does not exceed 0.08% at 14 days (16 days from casting). If the expansion either or both test specimen is greater than 0.08% at 14 days, but less than 0.20%, a minimum of 25% of Type F fly ash, or between 40% and 55% of slag cement shall be used in the concrete mix. If the expansion is greater than 0.20% the aggregates shall not be used, and test results for other aggregates must be submitted for evaluation. 610-2.2 Coarse aggregate. The coarse aggregate for concrete shall meet the requirements of ASTM C33 and the requirements of Table 4, Class Designation 5S; and the grading requirements shown, as required for the project. Coarse Aggregate Grading Requirements Maximum Aggregate Size ASTM C33, Table 3 Grading Requirements (Size No.) 1 inch 57 610-2.2.1 Coarse Aggregate susceptibility to durability (D) cracking. Not used. 610-2.3 Fine aggregate. The fine aggregate for concrete shall meet all fine aggregate requirements of ASTM C33. 610-2.4 Cement. Cement shall conform to the requirements of ASTM C 150 Type II. Item P-610 Concrete for Miscellaneous Structures 12/21/2018 AC 150/5370-1OH 610-2.5 Cementitious materials. a. Fly ash. Fly ash shall meet the requirements of ASTM C618, with the exception of loss of ignition, where the maximum shall be less than 6%. Fly ash shall have a Calcium Oxide (CaO) content of less than 15% and a total available alkali content less than 3% per ASTM C311. Fly ash produced in furnace operations using liming materials or soda ash (sodium carbonate) as an additive shall not be acceptable. Contractor shall furnish the previous three most recent, consecutive ASTM C618 reports for each source of fly ash proposed in the concrete mix and shall furnish each additional report as they become available during the project. The reports can be used for acceptance or the material may be tested independently by RPR. b. Slag cement (ground granulated blast furnace (GGBF)). Slag cement shall conform to ASTM C989, Grade 100 or Grade 120. Slag cement shall be used only at a rate between 25% and 55% of the total cementitious material by mass. 610-2.6 Water. Water used in mixing or curing shall be from potable water sources. Other sources shall be tested in accordance with ASTM C 1602 prior to use. 610-2.7 Admixtures. Contractor shall submit certificates indicating that the material to be furnished meets all requirements indicated below. In addition, RPR may require Contractor to submit complete test data from an approved laboratory showing that the material to be furnished meets all requirements of the cited specifications. Subsequent tests may be made of samples taken by RPR from the supply of the material being furnished or proposed for use on the work to determine whether the admixture is uniform in quality with that approved. a. Air -entraining admixtures. Air -entraining admixtures shall meet the requirements of ASTM C260 and shall consistently entrain the air content in the specified ranges under field conditions. The air -entrainment agent and any water reducer admixture shall be compatible. b. Water -reducing admixtures. Water -reducing admixture shall meet the requirements of ASTM C494, Type A, B, or D. ASTM C494, Type F and G high range water reducing admixtures and ASTM C 1017 flowable admixtures shall not be used. c. Other chemical admixtures. The use of set retarding and set -accelerating admixtures shall be approved by RPR. Retarding shall meet the requirements of ASTM C494, Type A, B, or D and set -accelerating shall meet the requirements of ASTM C494, Type C. Calcium chloride and admixtures containing calcium chloride shall not be used. 610-2.8 Premolded joint material. Premolded joint material for expansion joints shall meet the requirements of ASTM D 1751. 610-2.9 Joint filler. The filler for joints shall meet the requirements of Item P-605, unless otherwise specified. 610-2.10 Steel reinforcement. Reinforcing shall consist of reinforcing steel conforming to the requirements of ASTM A615. 610-2.11 Materials for curing concrete. Curing materials shall conform to ASTM C309. 610-3.1 General. Contractor shall furnish all labor, materials, and services necessary for, and incidental to, the completion of all work as shown on the drawings and specified here. All machinery and equipment used by Contractor on the work, shall be of sufficient size to meet the requirements of the work. All work shall be subject to the inspection and approval of RPR. Item P-610 Concrete for Miscellaneous Structures 2 12/21/2018 AC 150/5370-1OH 610-3.2 Concrete Mixture. The concrete shall develop a compressive strength of 4,000 psi in 28 days as determined by test cylinders made in accordance with ASTM C31 and tested in accordance with ASTM C39. The concrete shall contain not less than 470 pounds of cementitious material per cubic yard. The water cementitious ratio shall not exceed 0.45 by weight. The air content of the concrete shall be 5% f 1.2% as determined by ASTM C231 and shall have a slump of not more than 4 inches as determined by ASTM C 143. 610-3.3 Mixing. Concrete may be mixed at the construction site, at a central point, or wholly or in part in truck mixers. The concrete shall be mixed and delivered in accordance with the requirements of ASTM C94 or C685. The concrete shall be mixed only in quantities required for immediate use. Concrete shall not be mixed while the air temperature is below 40°F without RPRs approval. If approval is granted for mixing under such conditions, aggregates or water, or both, shall be heated and the concrete shall be placed at a temperature not less than 50°F nor more than 100°F. Contractor shall be held responsible for any defective work, resulting from freezing or injury in any manner during placing and curing, and shall replace such work at his expense. Retempering of concrete by adding water or any other material is not permitted. Rate of delivery of concrete to the job shall be sufficient to allow uninterrupted placement of the concrete. 610-3.4 Forms. Concrete shall not be placed until all the forms and reinforcements have been inspected and approved by RPR. Forms shall be of suitable material and shall be of the type, size, shape, quality, and strength to build the structure as shown on the plans. The forms shall be true to line and grade and shall be mortar -tight and sufficiently rigid to prevent displacement and sagging between supports. The surfaces of forms shall be smooth and free from irregularities, dents, sags, and holes. Contractor shall be responsible for their adequacy. The internal form ties shall be arranged so no metal will show in the concrete surface or discolor the surface when exposed to weathering when the forms are removed. All forms shall be wetted with water or with a non -staining mineral oil, which shall be applied immediately before the concrete is placed. Forms shall be constructed so they can be removed without injuring the concrete or concrete surface. 610-3.5 Placing reinforcement. All reinforcement shall be accurately placed, as shown on the plans, and shall be firmly held in position during concrete placement. Bars shall be fastened together at intersections. The reinforcement shall be supported by approved metal chairs. Shop drawings, lists, and bending details shall be supplied by Contractor when required. 610-3.6 Embedded items. Before placing concrete, all embedded items shall be firmly and securely fastened in place as indicated. All embedded items shall be clean and free from coating, rust, scale, oil, or any foreign matter. The concrete shall be spaded and consolidated around and against embedded items. The embedding of wood shall not be allowed. 610-3.7 Concrete Consistency. Contractor shall monitor the consistency of the concrete delivered to the project site; collect each batch ticket; check temperature; and perform slump tests on each truck at the project site in accordance with ASTM C143. 610-3.8 Placing concrete. All concrete shall be placed during daylight hours, unless otherwise approved. The concrete shall not be placed until the depth and condition of foundations, the adequacy of forms and falsework, and the placing of the steel reinforcing have been approved by RPR. Concrete shall be placed as soon as practical after mixing, but in no case later than one hour after water has been added to the mix. The method and manner of placing shall avoid segregation and displacement of the reinforcement. Troughs, pipes, and chutes shall be used as an aid in placing concrete when necessary. The concrete shall not be dropped from a height of more than 5 feet. Concrete shall be deposited as nearly as practical in its final position to avoid segregation due to rehandling or flowing. Do not subject concrete to procedures which Item P-610 Concrete for Miscellaneous Structures 12/21/2018 AC 150/5370-1OH cause segregation. Concrete shall be placed on clean, damp surfaces, free from running water, or on a properly consolidated soil foundation. 610-3.9 Vibration. Vibration shall follow the guidelines in American Concrete Institute (ACI) Committee 309R, Guide for Consolidation of Concrete. 610-3.10 Joints. Joints shall be constructed as indicated on the plans. 610-3.11 Finishing. All exposed concrete surfaces shall be true, smooth, and free from open or rough areas, depressions, or projections. All concrete horizontal plane surfaces shall be brought flush to the proper elevation with the finished top surface struck -off with a straightedge and floated. 610-3.12 Curing and protection. All concrete shall be properly cured in accordance with the recommendations in American Concrete Institute (ACI) 308R, Guide to External Curing of Concrete. The concrete shall be protected from damage until project acceptance. 610-3.13 Cold weather placing. When concrete is placed at temperatures below 40°F, follow the cold weather concreting recommendations found in ACI 306R, Cold Weather Concreting. 610-3.14 Hot weather placing. When concrete is placed in hot weather greater than 85°F, follow the hot weather concreting recommendations found in ACI 305R, Hot Weather Concreting. QUALITY ASSURANCE (QA) 610-4.1 Quality Assurance sampling and testing. Concrete for each day's placement will be accepted on the basis of the compressive strength specified in paragraph 610-3.2. RPR will sample the concrete in accordance with ASTM C 172; test the slump in accordance with ASTM C 143; test air content in accordance with ASTM C231; make and cure compressive strength specimens in accordance with ASTM C31; and test in accordance with ASTM C39. The QA testing agency will meet the requirements of ASTM C 1077. Contractor shall provide adequate facilities for the initial curing of cylinders. 610-4.2 Defective work. Any defective work that cannot be satisfactorily repaired as determined by RPR, shall be removed and replaced at Contractor's expense. Defective work includes, but is not limited to, uneven dimensions, honeycombing and other voids on the surface or edges of the concrete. METHOD OF MEASUREMENT 610-5.1 Concrete shall be considered incidental and no separate measurement shall be made. of concrete complete in place and accepted. BASIS OF PAYMENT 610-6.1 Concrete shall be considered incidental to other items and no separate payment shall be made. REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. ASTM International (ASTM) ASTM A184 Standard Specification for Welded Deformed Steel Bar Mats for Concrete Reinforcement Item P-610 Concrete for Miscellaneous Structures 4 12/21/2018 AC 150/5370-1OH ASTM A615 Standard Specification for Deformed and Plain Carbon -Steel Bars for Concrete Reinforcement ASTM A704 Standard Specification for Welded Steel Plain Bar or Rod Mats for Concrete Reinforcement ASTM A706 Standard Specification for Low -Alloy Steel Deformed and Plain Bars for Concrete Reinforcement ASTM A775 Standard Specification for Epoxy -Coated Steel Reinforcing Bars ASTM A884 Standard Specification for Epoxy -Coated Steel Wire and Welded Wire Reinforcement ASTM A934 Standard Specification for Epoxy -Coated Prefabricated Steel Reinforcing Bars ASTM A1064 Standard Specification for Carbon -Steel Wire and Welded Wire Reinforcement, Plain and Deformed, for Concrete ASTM C31 Standard Practice for Making and Curing Concrete Test Specimens in the Field ASTM C33 Standard Specification for Concrete Aggregates ASTM C39 Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens ASTM C94 Standard Specification for Ready -Mixed Concrete ASTM C136 Standard Test Method for Sieve or Screen Analysis of Fine and Coarse Aggregates ASTM C114 Standard Test Methods for Chemical Analysis of Hydraulic Cement ASTM C136 Standard Test Method for Sieve Analysis of Fine and Coarse Aggregates ASTM C143 Standard Test Method for Slump of Hydraulic -Cement Concrete ASTM C150 Standard Specification for Portland Cement ASTM C171 Standard Specification for Sheet Materials for Curing Concrete ASTM C172 Standard Practice for Sampling Freshly Mixed Concrete ASTM C231 Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method ASTM C260 Standard Specification for Air -Entraining Admixtures for Concrete ASTM C309 Standard Specification for Liquid Membrane -Forming Compounds for Curing Concrete ASTM C311 Standard Test Methods for Sampling and Testing Fly Ash or Natural Pozzolans for Use in Portland -Cement Concrete ASTM C494 Standard Specification for Chemical Admixtures for Concrete ASTM C618 Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete ASTM C666 Standard Test Method for Resistance of Concrete to Rapid Freezing and Thawing Item P-610 Concrete for Miscellaneous Structures 12/21/2018 AC 150/5370-1OH ASTM C685 Standard Specification for Concrete Made by Volumetric Batching and Continuous Mixing ASTM C989 Standard Specification for Slag Cement for Use in Concrete and Mortars ASTM C 1017 Standard Specification for Chemical Admixtures for Use in Producing Flowing Concrete ASTM C1077 Standard Practice for Agencies Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Testing Agency Evaluation ASTM C1157 Standard Performance Specification for Hydraulic Cement ASTM C1260 Standard Test Method for Potential Alkali Reactivity of Aggregates (Mortar -Bar Method) ASTM C1365 Standard Test Method for Determination of the Proportion of Phases in Portland Cement and Portland -Cement Clinker Using X-Ray Powder Diffraction Analysis ASTM C 1602 Standard Specification for Mixing Water Used in the Production of Hydraulic Cement Concrete ASTM D 1751 Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Nonextruding and Resilient Asphalt Types) ASTM D 1752 Standard Specification for Preformed Sponge Rubber Cork and Recycled PVC Expansion Joint Fillers for Concrete Paving and Structural Construction American Concrete Institute (ACI) ACI 305R Hot Weather Concreting ACI 306R Cold Weather Concreting ACI 308R Guide to External Curing of Concrete ACI 309R Guide for Consolidation of Concrete END OF ITEM P-610 Item P-610 Concrete for Miscellaneous Structures 12/21/2018 AC 150/5370-1OH Item P-620 Runway and Taxiway Marking DESCRIPTION 620-1.1 This item shall consist of the preparation and painting of numbers, markings, and stripes on the surface of runways, taxiways, and aprons, in accordance with these specifications and at the locations shown on the plans, or as directed by Resident Project Representative (RPR). "Paint," "marking material," "painting," and "application of markings" are interchangeable throughout this specification. MATERIALS 620-2.1 Materials acceptance. Contractor shall furnish manufacturer's certified test reports, for materials shipped to the project. The certified test reports shall include a statement that the materials meet the specification requirements. This certification along with a copy of the paint manufacturer's surface preparation; marking materials, including adhesion, flow promoting and/or floatation additive; and application requirements must be submitted and approved by RPR prior to the initial application of markings. The reports can be used for material acceptance or RPR may perform verification testing. The reports shall not be interpreted as a basis for payment. Contractor shall notify RPR upon arrival of a shipment of materials to the site. All material shall arrive in sealed containers that are easily quantifiable for inspection by RPR. 620-2.2 Marking materials TABLE 1. MARKING MATERIALS Paint' Glass Beads2 Type Color Fed Std. 595 Number Application Rate Maximum Type Application Rate Minimum II White 37925 115 ft2/gal 7 lb/gal II Red 31136 115 ft2/gal 7 lb/gal II Yellow 33538 or 33655 115 ft2/gal 7 lb/gal II Black 37038 115 ft2/gal 7 lb/gal 'See paragraph 620-2.2a 2 See paragraph 620-2.2b a. Paint. Paint shall be waterborne in accordance with the requirements of this paragraph. Paint colors shall comply with Federal Standard No. 595: White (37925), Red (31136), Yellow (33538 or 33655), and Black (37038). Waterborne. Paint shall meet the requirements of Federal Specification TT-P-1952F, Type II. The non- volatile portion of the vehicle for all paint types shall be composed of a 100% acrylic polymer as determined by infrared spectral analysis. Reflective media. Glass beads for white and yellow paint shall meet the requirements for Federal Specification TT-B-1325D Type I, Gradation A. Glass beads for red and pink paint shall meet the requirements for Type I, Gradation A. Item P-620 Runway and Taxiway Marking 12/21/2018 AC 150/5370-10H Glass beads shall be treated with all compatible coupling agents recommended by the manufacturers of the paint and reflective media to ensure adhesion and embedment. Glass beads shall not be used in black and green paint. Type III glass beads shall not be used in red and pink paint. CONSTRUCTION METHODS 620-3.1 Weather limitations. Painting shall only be performed when the surface is dry, and the ambient temperature and the pavement surface temperature meet the manufacturer's recommendations in accordance with paragraph 620-2.1. Painting operations shall be discontinued when the ambient or surface temperatures does not meet the manufacturer's recommendations. Markings shall not be applied when the wind speed exceeds 10 mph unless windscreens are used to shroud the material guns. Markings shall not be applied when weather conditions are forecasts to not be within the manufacturers' recommendations for application and dry time. 620-3.2 Equipment. Equipment shall include the apparatus necessary to properly clean the existing surface, a mechanical marking machine, a bead dispensing machine, and such auxiliary hand -painting equipment as may be necessary to satisfactorily complete the job. The mechanical marker shall be an atomizing spray -type or airless type marking machine with automatic glass bead dispensers suitable for application of traffic paint. It shall produce an even and uniform film thickness and appearance of both paint and glass beads at the required coverage and shall apply markings of uniform cross -sections and clear-cut edges without running or spattering and without over spray. The marking equipment for both paint and beads shall be calibrated daily. 620-3.3 Preparation of surfaces. Immediately before application of the paint, the surface shall be dry and free from dirt, grease, oil, laitance, or other contaminates that would reduce the bond between the paint and the pavement. Use of any chemicals or impact abrasives during surface preparation shall be approved in advance by RPR. After the cleaning operations, sweeping, blowing, or rinsing with pressurized water shall be performed to ensure the surface is clean and free of grit or other debris left from the cleaning process. Work will be performed where workers and aircraft are present. The means used for surface preparation shall account for precautionary measures needed to contain shot or sand. Shot or sand are not permitted to leave approved work area. Engineer and Owner may shut down Contractor operations if concerns arise. a. Preparation of new pavement surfaces. The area to be painted shall be cleaned by broom, blower, water blasting, or by other methods approved by RPR to remove all contaminants, including PCC curing compounds, minimizing damage to the pavement surface. b. Preparation of pavement to remove existing markings. Existing pavement markings shall be removed by rotary grinding, water blasting, or by other methods approved by RPR minimizing damage to the pavement surface. The removal area may need to be larger than the area of the markings to eliminate ghost markings. After removal of markings on asphalt pavements, apply a fog seal or seal coat to `block out' the removal area to eliminate `ghost' markings. c. Preparation of pavement markings prior to remarking. Prior to remarking existing markings, loose existing markings must be removed minimizing damage to the pavement surface, with a method approved by RPR. After removal, the surface shall be cleaned of all residue or debris. Prior to the application of markings, Contractor shall certify in writing that the surface is dry and free from dirt, grease, oil, laitance, or other foreign material that would prevent the bond of the paint to the pavement or existing markings. This certification along with a copy of the paint manufactures application and surface preparation requirements must be submitted to RPR prior to the initial application of markings. Item P-620 Runway and Taxiway Marking 2 12/21/2018 AC 150/5370-1OH 620-3.4 Layout of markings. The proposed markings shall be laid out in advance of the paint application. The locations of markings to receive glass beads shall be shown on the plans. 620-3.5 Application. A period of 30 days shall elapse between placement of surface course or seal coat and application of the permanent paint markings. Paint shall be applied at the locations and to the dimensions and spacing shown on the plans. Paint shall not be applied until the layout and condition of the surface has been approved by RPR. The edges of the markings shall not vary from a straight line more than 1/2 inch in 50 feet, and marking dimensions and spacing shall be within the following tolerances: MARKING DIMENSIONS AND SPACING TOLERANCE Dimension and Spacing Tolerance 36 inch or less f1/2 inch eater than 36 inch to 6 feet ±1 inch greater than 6 feet to 60 feet f2 inch greater than 60 feet f3 inch The paint shall be mixed in accordance with the manufacturer's instructions and applied to the pavement with a marking machine at the rate shown in Table 1. The addition of thinner will not be permitted. Glass beads shall be distributed upon the marked areas at the locations shown on the plans to receive glass beads immediately after application of the paint. A dispenser shall be furnished that is properly designed for attachment to the marking machine and suitable for dispensing glass beads. Glass beads shall be applied at the rate shown in Table 1. Glass beads shall not be applied to black paint or green paint. Glass beads shall adhere to the cured paint or all marking operations shall cease until corrections are made. Different bead types shall not be mixed. Regular monitoring of glass bead embedment and distribution should be performed. 620-3.6 Application --preformed thermoplastic airport pavement markings. Preformed thermoplastic pavement markings not used. 620-3.7 Control strip. Prior to the full application of airfield markings, Contractor shall prepare a control strip in the presence of RPR. Contractor shall demonstrate the surface preparation method and all striping equipment to be used on the project. The marking equipment must achieve the prescribed application rate of paint and population of glass beads (per Table 1) that are properly embedded and evenly distributed across the full width of the marking. Prior to acceptance of the control strip, markings must be evaluated during darkness to ensure a uniform appearance. 620-3.8 Retro-reflectance. Reflectance shall be measured with a portable retro-reflectometer meeting ASTM E 1710 (or equivalent). A total of 6 reading shall be taken over a 6 square foot area with 3 readings taken from each direction. The average shall be equal to or above the minimum levels of all readings which are within 30% of each other. MINIMUM RETRO-REFLECTANCE VALUES Material Retro-reflectance mcd/m2/lux White Yellow Red Initial Type I 300 175 35 Initial Type III 600 300 35 Initial Thermoplastic 225 100 35 All materials, remark when less than' 100 75 10 ' `Prior to remarking determine if removal of contaminants on markings will restore retro-reflectance Item P-620 Runway and Taxiway Marking 12/21/2018 AC 150/5370-10H 620-3.9 Protection and cleanup. After application of the markings, all markings shall be protected from damage until dry. All surfaces shall be protected from excess moisture and/or rain and from disfiguration by spatter, splashes, spillage, or drippings. Contractor shall remove from the work area all debris, waste, loose reflective media, and by-products generated by the surface preparation and application operations to the satisfaction of RPR. Contractor shall dispose of these wastes in strict compliance with all applicable state, local, and federal environmental statutes and regulations. METHOD OF MEASUREMENT 620-4.1a The quantity of permanent runway- and taxiway -marking obliteration paid for under this item shall be the number of square feet of painting obliterated, including black. Quantity of permanent runway and taxiway markings paid for shall be the number of square feet painting performed in accordance with specifications and accepted by Engineer. BASIS OF PAYMENT 620-5.1 This price shall be full compensation for furnishing all materials and for all labor, equipment, tools, and incidentals necessary to complete the item complete in place and accepted by RPR in accordance with these specifications. Payment made at the respective contract price per square foot for runway and taxiway marking obliteration. Payment made at the respective contract price per square foot for including new marking reflective media where applicable. Payment will be made under: Item P-620-5.1-1 Obliteration of Runway and Taxiway Marking, per square foot Item P-620-5.1-2 Permanent Taxiway and Apron Marking (including reflective beads), per square foot Item P-620-5.1-3 Permanent Taxiway and Apron Marking (black paint), per square foot REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. ASTM International (ASTM) ASTM D476 Standard Classification for Dry Pigmentary Titanium Dioxide Products ASTM D968 Standard Test Methods for Abrasion Resistance of Organic Coatings by Falling Abrasive ASTM D1652 Standard Test Method for Epoxy Content of Epoxy Resins ASTM D2074 Standard Test Method for Total, Primary, Secondary, and Tertiary Amine Values of Fatty Amines by Alternative Indicator Method ASTM D2240 Standard Test Method for Rubber Property - Durometer Hardness ASTM D7585 Standard Practice for Evaluating Retroreflective Pavement Markings Using Portable Hand -Operated Instruments ASTM E303 Standard Test Method for Measuring Surface Frictional Properties Using the British Pendulum Tester Item P-620 Runway and Taxiway Marking 4 12/21/2018 AC 150/5370-10H ASTM E 1710 Standard Test Method for Measurement of Retroreflective Pavement Marking Materials with CEN-Prescribed Geometry Using a Portable Retroreflectometer ASTM E2302 Standard Test Method for Measurement of the Luminance Coefficient Under Diffuse Illumination of Pavement Marking Materials Using a Portable Reflectometer ASTM G154 Standard Practice for Operating Fluorescent Ultraviolet (UV) Lamp Apparatus for Exposure of Nonmetallic Materials Code of Federal Regulations (CFR) 40 CFR Part 60, Appendix A-7, Method 24 Determination of volatile matter content, water content, density, volume solids, and weight solids of surface coatings 29 CFR Part 1910.1200 Hazard Communication Federal Specifications (FED SPEC) FED SPEC TT-B-1325D Beads (Glass Spheres) Retro-Reflective FED SPEC TT-P-1952F Paint, Traffic and Airfield Marking, Waterborne FED STD 595 Colors used in Government Procurement Commercial Item Description A-A-288613 Paint, Traffic, Solvent Based Advisory Circulars (AC) AC 150/5340-1 Standards for Airport Markings AC 150/5320-12 Measurement, Construction, and Maintenance of Skid Resistant Airport Pavement Surfaces END OF ITEM P-620 Item P-620 Runway and Taxiway Marking 5 12/21/2018 AC 150/5370-1OH Item F-162 Chain -Link Fence DESCRIPTION 162-1.1 This item shall consist of furnishing and erecting a chain -link fence in accordance with these specifications, the details shown on the plans, and in conformity with the lines and grades shown on the plans or established by RPR. MATERIALS 162-2.1 Fabric. The fabric shall be woven with a 9-gauge galvanized steel wire in a 2-inch mesh and shall meet the requirements of ASTM A392, Class 2. Metallic -coated fabric shall have a clear acrylic coating applied to the selvage area after weaving. 162-2.2 Barbed wire. Barbed wire shall be 2-strand 12-1/2 gauge zinc -coated wire with 4-point barbs and shall conform to the requirements of ASTM A121, Class 3. 162-2.3 Posts, rails, and braces. Line posts, rails, and braces shall conform to the requirements of ASTM F 1043 or ASTM F 1083 as follows: • Galvanized tubular steel pipe shall conform to the requirements of Group IA, (Schedule 40) coatings conforming to Type A, or Group IC (High Strength Pipe), External coating Type B, and internal coating Type B or D. • Roll Formed Steel Shapes (C-Sections) shall conform to the requirements of Group IIA, and be galvanized in accordance with the requirements of ASTM F 1043, Type A. • Hot -Rolled Shapes (H Beams) shall meet the requirements of Group III, and be galvanized in accordance with the requirements of ASTM F 1043, Type A. The dimensions of the posts, rails, and braces shall be in accordance with Tables I through VI of Federal Specification RR-F-191/3. 162-2.4 Gates. No gates included in this project. 162-2.5 Wire ties and tension wires. Wire ties for use in conjunction with a given type of fabric shall be of the same material and coating weight identified with the fabric type. Tension wire shall be 7-gauge marcelled steel wire with the same coating as the fabric type and shall conform to ASTM A824. All material shall conform to Federal Specification RR-F-191/4. 162-2.6 Miscellaneous fittings and hardware. Miscellaneous steel fittings and hardware for use with zinc - coated steel fabric shall be of commercial grade steel or better quality, wrought or cast as appropriate to the article, and sufficient in strength to provide a balanced design when used in conjunction with fabric posts, and wires of the quality specified herein. All steel fittings and hardware shall be protected with a zinc coating applied in conformance with ASTM A153. Barbed wire support arms shall withstand a load of 250 pounds applied vertically to the outermost end of the arm. 162-2.7 Concrete. Concrete shall have a minimum 28-day compressive strength of 3,000 psi. 162-2.8 Marking. Each roll of fabric shall carry a tag showing the kind of base metal (steel, aluminum, or aluminum alloy number), kind of coating, the gauge of the wire, the length of fencing in the roll, and the Item F-162 Chain -Link Fence 12/21/2018 AC 150/5370-1OH name of the manufacturer. Posts, wire, and other fittings shall be identified as to manufacturer, kind of base metal (steel, aluminum, or aluminum alloy number), and kind of coating. CONSTRUCTION METHODS 162-3.1 General. The fence shall be constructed in accordance with the details on the plans and as specified here using new materials. All work shall be performed in a workmanlike manner satisfactory to RPR. Contractor shall span the opening below the fence with barbed wire at all locations where it is not practical to conform the fence to the general contour of the ground surface because of natural or manmade features such as drainage ditches. The new fence shall be permanently tied to the terminals of existing fences as shown on the plans. Contractor shall stake down the woven wire fence at several points between posts as shown on the plans. Contractor shall arrange the work so that construction of the new fence will immediately follow the removal of existing fences. The length of unfenced section at any time shall not exceed 300 feet. The work shall progress in this manner and at the close of the working day the newly constructed fence shall be tied to the existing fence. 162-3.2 Clearing fence line. Clearing shall consist of the removal of all stumps, brush, rocks, trees, or other obstructions that will interfere with proper construction of the fence. Stumps within the cleared area of the fence shall be grubbed or excavated. The bottom of the fence shall be placed a uniform distance above ground, as specified in the plans. When shown on the plans or as directed by RPR, the existing fences which interfere with the new fence location shall be removed by Contractor as a part of the construction work unless such removal is listed as a separate item in the bid schedule. All holes remaining after post and stump removal shall be refilled with suitable soil, gravel, or other suitable material and compacted with tampers. Posts should be spaced not more than 10 feet apart and should be set a minimum of 36 inches in concrete footings. The posts holes shall be in proper alignment so that there is a minimum of 3 inches of concrete on all sides of the posts. The cost of removing and disposing of the material shall not constitute a pay item and shall be considered incidental to fence construction. 162-3.3 Installing posts. All posts shall be set in concrete at the required dimension and depth and at the spacing shown on the plans. The concrete shall be thoroughly compacted around the posts by tamping or vibrating and shall have a smooth finish slightly higher than the ground and sloped to drain away from the posts. All posts shall be set plumb and to the required grade and alignment. No materials shall be installed on the posts, nor shall the posts be disturbed in any manner within seven days after the individual post footing is completed. Should rock be encountered at a depth less than the planned footing depth, a hole 2 inches larger than the greatest dimension of the posts shall be drilled to a depth of 12 inches . After the posts are set, the remainder of the drilled hole shall be filled with grout, composed of one part Portland cement and two parts mortar sand. Any remaining space above the rock shall be filled with concrete in the manner described above. In lieu of drilling, the rock may be excavated to the required footing depth. No extra compensation shall be made for rock excavation. 162-3.4 Installing top rails. The top rail shall be continuous and shall pass through the post tops. The coupling used to join the top rail lengths shall allow for expansion. 162-3.5 Installing braces. Horizontal brace rails, with diagonal truss rods and turnbuckles, shall be installed at all terminal posts. 162-3.6 Installing fabric. The wire fabric shall be firmly attached to the posts and braced as shown on the plans. All wire shall be stretched taut and shall be installed to the required elevations. The fence shall Item F-162 Chain -Link Fence 2 12/21/2018 AC 150/5370-10H generally follow the contour of the ground, with the bottom of the fence fabric no less than 1 inch or more than 4 inches from the ground surface. Grading shall be performed where necessary to provide a neat appearance. At locations of small natural swales or drainage ditches and where it is not practical to have the fence conform to the general contour of the ground surface, longer posts may be used and multiple strands of barbed wire stretched to span the opening below the fence. The vertical clearance between strands of barbed wire shall be 6 inches or less. 162-3.7 Electrical grounds. Electrical grounds shall be constructed at 500 feet intervals. The ground shall be accomplished with a copper clad rod 8 feet long and a minimum of 5/8 inches in diameter driven vertically until the top is 6 inches below the ground surface. A No. 6 solid copper conductor shall be clamped to the rod and to the fence in such a manner that each element of the fence is grounded. Installation of ground rods shall not constitute a pay item and shall be considered incidental to fence construction. Contractor shall comply with FAA-STD-019, Lightning and Surge Protection, Grounding, Bonding and Shielding Requirements for Facilities and Electronic Equipment, paragraph 4.2.3.8, Lightning Protection for Fences and Gates, when fencing is adjacent to FAA facilities. 162-3.8 Cleaning up. Contractor shall remove from the vicinity of the completed work all tools, buildings, equipment, etc., used during construction. All disturbed areas shall be seeded per T-901. METHOD OF MEASUREMENT 162-4.1 Chain -link fence will not be measured for payment. BASIS OF PAYMENT 162-5.1 Payment for chain -link fence will be considered subsidiary to GP-105 Mobilization. REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. ASTM International (ASTM) ASTM A121 Standard Specification for Metallic -Coated Carbon Steel Barbed Wire ASTM A153 Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware ASTM A392 Standard Specification for Zinc -Coated Steel Chain -Link Fence Fabric ASTM A491 Standard Specification for Aluminum -Coated Steel Chain -Link Fence Fabric ASTM A824 Standard Specification for Metallic -Coated Steel Marcelled Tension Wire for Use with Chain Link Fence ASTM B 117 Standard Practice for Operating Salt Spray (Fog) Apparatus ASTM F668 Standard Specification for Polyvinyl Chloride (PVC), Polyolefin and other Organic Polymer Coated Steel Chain -Link Fence Fabric ASTM F1043 Standard Specification for Strength and Protective Coatings on Steel Industrial Fence Framework Item F-162 Chain -Link Fence 12/21/2018 AC 150/5370-10H ASTM F 1083 Standard Specification for Pipe, Steel, Hot -Dipped Zinc -Coated (Galvanized) Welded, for Fence Structures ASTM F 1183 Standard Specification for Aluminum Alloy Chain Link Fence Fabric ASTM F 1345 Standard Specification for Zinc 5% Aluminum-Mischmetal Alloy Coated Steel Chain -Link Fence Fabric ASTM G152 Standard Practice for Operating Open Flame Carbon Arc Light Apparatus for Exposure of Nonmetallic Materials ASTM G153 Standard Practice for Operating Enclosed Carbon Arc Light Apparatus for Exposure of Nonmetallic Materials ASTM G154 Standard Practice for Operating Fluorescent Ultraviolet (UV) Lamp Apparatus for Exposure of Nonmetallic Materials ASTM G155 Standard Practice for Operating Xenon Arc Light Apparatus for Exposure of Nonmetallic Materials Federal Specifications (FED SPEC) FED SPEC RR-F-191/3 Fencing, Wire and Post, Metal (Chain -Link Fence Posts, Top Rails and Braces) FED SPEC RR-F-191/4 Fencing, Wire and Post, Metal (Chain -Link Fence Accessories) FAA Standard FAA-STD-019 Lightning and Surge Protection, Grounding, Bonding and Shielding Requirements for Facilities and Electronic Equipment FAA Orders 5300.38 AIP Handbook END OF ITEM F-162 Item F-162 Chain -Link Fence 4 12/21/2018 AC 150/5370-1OH Item D-705 Pipe Underdrains for Airports DESCRIPTION 705-1.1 This item shall consist of the construction of pipe drains in accordance with these specifications and in reasonably close conformity with the lines and grades shown on the plans. MATERIALS 705-2.1 General. Materials shall meet the requirements shown on the plans and specified herein. 705-2.2 Pipe. The pipe shall be of the type called for on the plans or in the proposal and shall be in accordance with the following appropriate requirements. AASHTO M252 Standard Specification for Corrugated Polyethylene Drainage Pipe AASHTO M304 Standard Specification for Poly (Vinyl Chloride) (PVC) Profile Wall Drain Pipe and Fittings Based on Controlled Inside Diameter ASTM F758 Standard Specification for Smooth -Wall Poly (Vinyl Chloride) (PVC) Plastic Underdrain Systems for Highway, Airport, and Similar Drainage 705-2.3 Joint mortar. Pipe joint mortar shall consist of one part by volume of Portland cement and two parts sand. The Portland cement shall conform to the requirements of ASTM C 150, Type I. The sand shall conform to the requirements of ASTM C144. 705-2.4 Elastomeric seals. Elastomeric seals shall conform to the requirements of ASTM F477. 705-2.5 Porous backfill. Porous backfill shall be free of clay, humus, or other objectionable matter, and shall conform to the gradation in Table 1 when tested in accordance with ASTM C136. TABLE 1. GRADATION OF POROUS BACKFILL Sieve Designation (square openings) Percentage by Weight Passing Sieves Porous Material No. 1-1/2 inch *100 1 inch *90-100 3/8inch *26-60 No. 4 *5-40 No. 8 *0-20 No. 16 No. 50 No. 100 When two courses of porous backfill are specified in the plans, the finer of the materials shall conform to particle size tabulated herein for porous material No. 1. The coarser granular material shall meet the gradation given in the tabulation for porous material No. 2. 705-2.6 Granular material. Granular material used for backfilling shall conform to the requirements of ASTM D2321 for Class IA, IB, or II materials. Item D-705 Pipe Underdrains for Airports 12/21/2018 AC 150/5370-10H 705-2.7 Filter fabric. The filter fabric shall conform to the requirements of AASHTO M288 Class 2 or equivalent. TABLE 2. FABRIC PROPERTIES Fabric Property Test Method Test Requirement Grab Tensile Strength, lbs ASTM D4632 125 min Grab Tensile Elongation % ASTM D4632 50 min Burst Strength, psi ASTM D3785 125 min Trapezoid Tear Strength, lbs ASTM D4533 55 min Puncture Strength, lbs ASTM D4833 40 min Abrasion, lbs ASTM D4886 15 max loss Equivalent Opening Size ASTM D4751 70-100 Permittivity sec' ASTM D4491 0.80 Accelerated Weathering (UV Stability) (Strength Retained - % ASTM D4355 * 500 hrs exposure) 70 705-2.8 Controlled low -strength material (CLSM). Controlled low -strength material shall conform to the requirements of Item P-153. All joints shall have elastomeric seals. CONSTRUCTION METHODS 705-3.1 Equipment. All equipment required for the construction of pipe underdrains shall be on the project, in good working condition, and approved by RPR before construction is permitted to start. 705-3.2 Excavation. The width of the pipe trench shall be sufficient to permit satisfactory jointing of the pipe and thorough tamping of the bedding material under and around the pipe, but shall not be less than the external diameter of the pipe plus 6 inches on each side of the pipe. The trench walls shall be approximately vertical. Where rock, hardpan, or other unyielding material is encountered, it shall be removed below the foundation grade for a depth of at least 4 inches. The excavation below grade shall be backfilled with selected fine compressible material, such as silty clay or loam, and lightly compacted in layers not over 6 inches in uncompacted depth to form a uniform but yielding foundation. Where a firm foundation is not encountered at the grade established, due to soft, spongy, or other unstable soil, the unstable soil shall be removed and replaced with approved granular material for the full trench width. RPR shall determine the depth of removal necessary. The granular material shall be compacted to provide adequate support for the pipe. Excavated material not required or acceptable for backfill shall be disposed of by Contractor as directed by RPR. The excavation shall not be carried below the required depth; if this occurs, the trench shall be backfilled at Contractor's expense with material approved by RPR and compacted to the density of the surrounding material. The pipe bedding shall be constructed uniformly over the full length of the pipe barrel, as required on the plans. The maximum aggregate size shall be 1 inch when the bedding thickness is less than 6 inches, and 1 1/2 inch when the bedding thickness is greater than 6 inches. Bedding shall be loosely placed, uncompacted material under the middle third of the pipe prior to placement of the pipe. Contractor shall do trench bracing, sheathing, or shoring necessary to perform and protect the excavation as required for safety and conformance to federal, state and local laws. Unless otherwise provided, the bracing, sheathing, or shoring shall be removed by Contractor after the backfill has reached at least 12 inches over the top of the pipe. The sheathing or shoring shall be pulled as the granular backfill is placed and compacted to avoid any unfilled spaces between the trench wall and the backfill material. The cost of Item D-705 Pipe Underdrains for Airports 2 12/21/2018 AC 150/5370-1OH bracing, sheathing, or shoring, and the removal of same, shall be included in the unit price bid per foot for the pipe. 705-3.3 Laying and installing pipe. a. Concrete pipe. The laying of the pipe in the finished trench shall be started at the lowest point and proceed upgrade. When bell and spigot pipe is used, the bells shall be laid upgrade. If tongue and groove pipe is used, the groove end shall be laid upgrade. Holes in perforated pipe shall be placed down, unless otherwise shown on the plans. The pipe shall be firmly and accurately set to line and grade so that the invert will be smooth and uniform. Pipe shall not be laid on frozen ground. Pipe which is not true in alignment, or which shows any settlement after laying, shall be taken up and re-laid by Contractor at no additional expense. Making adjustments in grade by exerting force on the barrel of the pipe with excavating equipment, by lifting and dropping the pipe, or by lifting the pipe and packing bedding material under it shall be prohibited. If the installed pipe section is not to grade, the pipe section shall be completely removed, the grade corrected, and the pipe rejoined. b. Metal pipe. The metal pipe shall be laid with the separate sections joined firmly together with bands, with outside laps of circumferential joints pointing upgrade, and with longitudinal laps on the sides. Any metal in the pipe or bands that is not protected thoroughly by galvanizing shall be coated with a suitable asphaltum paint. During installation, the asphalt -protected pipe shall be handled without damaging the asphalt coating. Any breaks in the bitumen or treatment of the pipe shall be refilled with the type and kind of bitumen used in coating the pipe originally. c. PVC, fiberglass, or polyethylene pipe. PVC or polyethylene pipe shall be installed in accordance with the requirements of ASTM D2321. Perforations shall meet the requirements of AASHTO M252 or AASHTO M294 Class 2, unless otherwise indicated on the plans. The pipe shall be laid accurately to line and grade. Fiberglass per ASTM D3839 Standard Guide for Underground Installation of "Fiberglass" (Glass -Fiber Reinforced Thermosetting -Resin) Pipe. d. All types of pipe. The upgrade end of pipelines, not terminating in a structure, shall be plugged or capped as approved by RPR. Unless otherwise shown on the plans, a 4-inch bed of granular backfill material shall be spread in the bottom of the trench throughout the entire length under all perforated pipe underdrains. Pipe outlets for the underdrains shall be constructed when required or shown on the plans. The pipe shall be laid with tight -fitting joints. Porous backfill is not required around or over pipe outlets for underdrains. All connections to other drainage pipes or structures shall be made as required and in a satisfactory manner. If connections are not made to other pipes or structures, the outlets shall be protected and constructed as shown on the plans. e. Filter fabric. The filter fabric shall be installed in accordance with the manufacturer's recommendations, or in accordance with the AASHTO M288 Appendix, unless otherwise shown on the plans. 705-3.4 Mortar. The mortar shall be of the desired consistency for caulking and filling the joints of the pipe and for making connections to other pipes or to structures. Mortar that is not used within 45 minutes after water has been added shall be discarded. Retempering of mortar shall not be permitted. 705-3.5 Joints in concrete pipe. When open or partly open joints are required or specified, they shall be constructed as indicated on the plans. The pipe shall be laid with the ends fitted together as designed. If bell and spigot pipe is used, mortar shall be placed along the inside bottom quarter of the bell to center the following section of pipe. Item D-705 Pipe Underdrains for Airports 12/21/2018 AC 150/5370-10H The open or partly open joints shall be surrounded with granular material meeting requirements of porous backfill No. 2 in Table 1 or as indicated on the plans. This backfill shall be placed so its thickness will be not less than 3 inches nor more than 6 inches, unless otherwise shown on the plans. When the original material excavated from the trench is impervious, commercial concrete sand or granular material meeting requirements of porous backfill No. 1 shall surround porous backfill No. 2 (Table 1), as shown on the plans or as directed by RPR. When the original material excavated from the trench is pervious and suitable, it may be used as backfill in lieu of porous backfill No. 1, when indicated on the plans or as directed by RPR. 705-3.6 Embedment and Backfill a. Earth. All trenches and excavations shall be backfilled soon after the pipes are installed, unless additional protection of the pipe is directed. The embedment material shall be select material from excavation or borrow and shall be approved by RPR. The select material shall be placed on each side of the pipe out to a distance of the nominal pipe diameter and 1 foot over the top of the pipe and shall be readily compacted. It shall not contain stones 3 inches or larger in size, frozen lumps, chunks of highly plastic clay, or any other material that is objectionable to RPR. The material shall be moistened or dried, as required to aid compaction. Placement of the embedment material shall not cause displacement of the pipe. Thorough compaction under the haunches and along the sides to the top of the pipe shall be obtained. The embedment material shall be placed in loose layers not exceeding 6 inches in depth under and around the pipe. Backfill material over the pipe shall be placed in lifts not exceeding 8 inches . Successive layers shall be added and thoroughly compacted by hand and pneumatic tampers, approved by RPR, until the trench is completely filled and brought to the planned elevation. Embedment and backfilling shall be done to avoid damaging top or side of the pipe. In embankments and other unpaved areas, the backfill shall be compacted per Item P-152 to the density required for embankments in unpaved areas. Under paved areas, the subgrade and any backfill shall be compacted per Item P-152 to the density required for embankments for paved areas. b. Granular backfill. When granular backfill is required, placement in the trench and about the pipe shall be as shown on the plans. The granular backfill shall not contain an excessive amount of foreign matter, nor shall soil from the sides of the trench or from the soil excavated from the trench be allowed to filter into the granular backfill. When required by RPR, a template shall be used to properly place and separate the two sizes of backfill. The backfill shall be placed in loose layers not exceeding 6 inches in depth. The granular backfill shall be compacted by hand and pneumatic tampers to the requirements as given for embankment. Backfilling shall be done to avoid damaging top or side pressure on the pipe. The granular backfill shall extend to the elevation of the trench or as shown on the plans. When perforated pipe is specified, granular backfill material shall be placed along the full length of the pipe. The position of the granular material shall be as shown on the plans. If the original material excavated from the trench is pervious and suitable, it shall be used in lieu of porous backfill No. 1. If porous backfill is placed in paved or adjacent to paved areas before grading or subgrade operations is completed, the backfill material shall be placed immediately after laying the pipe. The depth of the granular backfill shall be not less than 12 inches, measured from the top of the underdrain. During subsequent construction operations, a minimum depth of 12 inches of backfill shall be maintained over the underdrains. When the underdrains are to be completed, any unsuitable material shall be removed exposing the porous backfill. Porous backfill containing objectionable material shall be removed and replaced with suitable material. The cost of removing and replacing any unsuitable material shall be at Contractor's expense. If a granular subbase blanket course is used which extends several feet beyond the edge of paving to the outside edge of the underdrain trench, the granular backfill material over the underdrains shall be placed Item D-705 Pipe Underdrains for Airports 4 12/21/2018 AC 150/5370-1OH in the trench up to an elevation of 2 inches above the bottom surface of the granular subbase blanket course. Immediately prior to the placing of the granular subbase blanket course, Contractor shall blade this excess trench backfill from the top of the trench onto the adjacent subgrade where it can be incorporated into the granular subbase blanket course. Any unsuitable material that remains over the underdrain trench shall be removed and replaced. The subbase material shall be placed to provide clean contact between the subbase material and the underdrain granular backfill material for the full width of the underdrain trench. c. Controlled low -strength material (CLSM). Controlled low -strength material shall conform to the requirements of Item P-153. 705-3.7 Flexible Pipe Ring Deflection. The flexible pipe shall be inspected by Contractor during and after installation to ensure that the internal diameter of the pipe barrel has not been reduced by more than 5 percent. For guidance on properly sizing mandrels, refer to ASTM D3034 and ASTM F679 appendices. 705-3.8Connections. When the plans call for connections to existing or proposed pipe or structures, these connections shall be watertight and made to obtain a smooth uniform flow line throughout the drainage system. 705-3.9 Cleaning and restoration of site. After the backfill is completed, Contractor shall dispose of all surplus material, soil, and rubbish from the site. Surplus soil may be deposited in embankments, shoulders, or as directed by RPR. Except for paved areas of the airport, Contractor shall restore all disturbed areas to their original condition. METHOD OF MEASUREMENT 705-4.1a The length of pipe shall be the number of linear feet of pipe underdrains in place, completed, and approved; measured along the centerline of the pipe from end or inside face of structure to the end or inside face of structure, whichever is applicable. All fittings shall be included in the footage as typical pipe sections in the pipeline being measured. No separate payment will be made for porous backfill, filter fabric, trenching, cleanouts or other items necessary to construct the fully functioning pipe underdrain system as it is shown in the plans. 705-4.2 Pipe line extending from pipe underdrain to infiltration structure in place, completed, and approved; measured along centerline of pipe from end or inside face of structure the end or inside face of structure, whichever is applicable. All fittings shall be included in the footage as typical pipe sections in the pipeline being measured. No separate payment made for trenching, porous backfill, filter fabric, cleanouts, or other items necessary to construct the fully functioning pipe system as shown on plans. 705-4.3 Connection of the underdrain to existing underdrain will be measured per each connection completed in accordance with plans and specifications. BASIS OF PAYMENT 705-5.1 Payment will be made at the contract unit price per linear foot for pipe underdrains of the type, class, and size designated. These prices shall be full compensation for furnishing all materials and for all preparation, excavation, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Separate payment will not be made for porous backfill, filter fabric, fittings, cleanouts or other items to complete the fully functioning pipe underdrain system as it is shown on the plans. 705-5.2 Payment will be made at the contract unit price per linear foot for pipe line extending from pipe underdrain to infiltration structure of the type, class, and size designated. Price shall be full compensation for furnishing all materials and for all preparation, excavating, and installation of these materials, as well as all labor, equipment, tools, and incidentals necessary to complete the item. Separate payment not made Item D-705 Pipe Underdrains for Airports 12/21/2018 AC 150/5370-1OH for porous backfill, fittings, or other items to complete fully functioning underdrains system as shown on plans. 705-5.3 Payment made at the contract price per each for connecting existing pipe underdrain system, including all demolition, preparation, fittings, labor, materials, equipment, tools, and incidentals necessary to complete the connection as shown in the plans. Payment will be made under: Item D-705-5.1 Pipe Underdrain System, complete, in place, per linear foot; Item D-705-5.2 Underdrain Discharge Line, complete, in place, per linear foot; Item D-705-5.3 Connection to Existing Pipe Underdrain System, complete, in place, per each. REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. ASTM International (ASTM) ASTM C 136 Standard Test Method for Sieve or Screen Analysis of Fine and Coarse Aggregates ASTM C 144 Standard Specification for Aggregate for Masonry Mortar ASTM C150 Standard Specification for Portland Cement ASTM D2321 Standard Practice for Underground Installation of Thermoplastic Pipe for Sewers and Other Gravity -Flow Applications ASTM F758 Standard Specification for Smooth Wall Poly (Vinyl Chloride) (PVC) Plastic Underdrain Systems for Highway, Airport, and Similar Drainage American Association of State Highway and Transportation Officials (AASHTO) AASHTO M252 Standard Specification for Corrugated Polyethylene Drainage Pipe AASHTO M288 Standard Specification for Geotextile Specification for Highway Applications END OF ITEM D-705 Item D-705 Pipe Underdrains for Airports 12/21/2018 AC 150/5370-1OH Item D-751 Manholes, Catch Basins, Inlets, and Inspection Holes DESCRIPTION 751-1.1 This item shall consist of construction of manholes, catch basins, inlets, and inspection holes, in accordance with these specifications, at the specified locations and conforming to the lines, grades, and dimensions shown on the plans or required by RPR. MATERIALS 751-2.1 Brick. Not applicable to this project. 751-2.2 Mortar. Mortar shall consist of one part Portland cement and two parts sand. The cement shall conform to the requirements of ASTM C 150, Type I. The sand shall conform to the requirements of ASTM C 144. 751-2.3 Concrete. Plain and reinforced concrete used in precast structures are as specified by the product manufacturer according to intended use. 751-2.4 Precast concrete pipe manhole rings. Precast concrete pipe manhole rings shall conform to the requirements of ASTM C478. Unless otherwise specified, the risers and offset cone sections shall have an inside diameter as detailed on the plans. There shall be a gasket between individual sections and sections cemented together with mortar on the inside of the manhole. Gaskets shall conform to the requirements of ASTM C443. All precast sections shall be rated for aircraft loading for minimum B-737 max 8 (181,000 lb.). 751-2.5 Corrugated metal. Not applicable to this project. 751-2.6 Frames, covers, and grates. The castings shall conform to one of the following requirements: a. ASTM A48, Class 3513: Gray iron castings b. ASTM A47: Malleable iron castings c. ASTM A27: Steel castings d. ASTM A283, Grade D: Structural steel for grates and frames e. ASTM A536, Grade 65-45-12: Ductile iron castings L ASTM A897: Austempered ductile iron castings All castings or structural steel units shall conform to the dimensions shown on the plans and shall be designed to support the loadings, aircraft gear configuration and/or direct loading, specified. Each frame and cover or grate unit shall be provided with fastening members to prevent it from being dislodged by traffic but which will allow easy removal for access to the structure. All castings shall be thoroughly cleaned. After fabrication, structural steel units shall be galvanized to meet the requirements of ASTM A123. Manhole lids shall be labeled in accordance with City of Lubbock Standard Storm Sewer Manhole requirements. 751-2.7 Steps. Not applicable to this project. Item D-751 Manholes, Catch Basins, Inlets, and Inspection Holes 12/21/2018 AC 150/5370-1OH 751-2.8 Precast inlet structures. Not applicable to this project. CONSTRUCTION METHODS 751-3.1 Unclassified excavation. a. Contractor shall excavate for structures and footings to the lines and grades or elevations, shown on the plans. The excavation shall be of sufficient size to permit the placing of the full width and length of the structure or structure footings shown. The elevations of the bottoms of footings, as shown on the plans, shall be considered as approximately only; and RPR may direct, in writing, changes in dimensions or elevations of footings necessary for a satisfactory foundation. b. Boulders, logs, or any other objectionable material encountered in excavation shall be removed. All rock or other hard foundation material shall be cleaned of all loose material and cut to a firm surface either level, stepped, or serrated, as directed by RPR. All seams or crevices shall be cleaned out and grouted. All loose and disintegrated rock and thin strata shall be removed. Where concrete will rest on a surface other than rock, the bottom of the excavation shall not be disturbed and excavation to final grade shall not be made until immediately before the concrete or reinforcing is placed. c. Contractor shall do all bracing, sheathing, or shoring necessary to implement and protect the excavation and the structure as required for safety or conformance to governing laws. The cost of bracing, sheathing, or shoring shall be included in the unit price bid for the structure. d. All bracing, sheathing, or shoring involved in the construction of this item shall be removed by Contractor after the completion of the structure. Removal shall not disturb or damage finished masonry. The cost of removal shall be included in the unit price bid for the structure. e. After excavation is completed for each structure, Contractor shall notify RPR. No concrete or reinforcing steel shall be placed until RPR has approved the depth of the excavation and the character of the foundation material. 751-3.2 Brick structures. Not applicable to this project. a. Foundations. Not applicable to this project. b. Laying brick. Not applicable to this project. c. Joints. Not applicable to this project. d. Pointing. Not applicable to this project. e. Cleaning. Not applicable to this project. f. Curing and cold weather protection. Not applicable to this project. 751-3.3 Concrete structures. Not applicable to this project. 751-3.4 Precast concrete structures. Precast concrete structures shall be furnished by a plant meeting National Precast Concrete Association Plant Certification Program or another RPR approved third party certification program. Precast concrete structures shall conform to ASTM C478. Precast concrete structures shall be constructed on prepared or previously placed slab foundations conforming to the dimensions and locations shown on the plans. All precast concrete sections necessary to build a completed structure shall be furnished. The different sections shall fit together readily. Joints between precast concrete risers and tops shall be full -bedded in cement mortar and shall: (1) be smoothed to a uniform surface on both interior and exterior of the structure or (2) utilize a rubber gasket per ASTM C443. The top of the upper precast concrete section shall be suitably formed and dimensioned to receive the metal frame and cover or grate, or other cap, as Item D-751 Manholes, Catch Basins, Inlets, and Inspection Holes 2 12/21/2018 AC 150/5370-10H required. Provision shall be made for any connections for lateral pipe, including drops and leads that may be installed in the structure. The flow lines shall be smooth, uniform, and cause minimum resistance to flow. The metal or metal encapsulated steps that are embedded or built into the side walls shall be aligned and placed in accordance to ASTM C478. When a metal ladder replaces the steps, it shall be securely fastened into position. Precast concrete manholes/infiltration structures and associated lids and frames specified are to be aircraft rated and meet single -wheel loading of heaviest D-IV aircraft. Precast manufacturer shall review loading conditions of D-IV aircraft within FAA database: https://www.faa. og v/airports/enzin aircraft_char database/, to determine worst -case wheel -loading scenario. 751-3.5 Corrugated metal structures. Not applicable to this project. 751-3.6 Inlet and outlet pipes. Inlet and outlet pipes shall extend through the walls of the structures a sufficient distance beyond the outside surface to allow for connections. They shall be cut off flush with the wall on the inside surface of the structure, unless otherwise directed. For concrete or brick structures, mortar shall be placed around these pipes to form a tight, neat connection. 751-3.7 Placement and treatment of castings, frames, and fittings. All castings, frames, and fittings shall be placed in the positions indicated on the plans or as directed by RPR and shall be set true to line and elevation. If frames or fittings are to be set in concrete or cement mortar, all anchors or bolts shall be in place before the concrete or mortar is placed. The unit shall not be disturbed until the mortar or concrete has set. When frames or fittings are placed on previously constructed masonry, the bearing surface of the masonry shall be brought true to line and grade and shall present an even bearing surface so the entire face or back of the unit will come in contact with the masonry. The unit shall be set in mortar beds and anchored to the masonry as indicated on the plans or as directed by RPR. All units shall set firm and secure. After the frames or fittings have been set in final position, the concrete or mortar shall be allowed to harden for seven days before the grates or covers are placed and fastened down. 751-3.8 Installation of steps. Not applicable to this project. 751-3.9 Backfilling. a. After a structure has been completed, the area around it shall be backfilled with approved material, in horizontal layers not to exceed 8 inches (200 mm) in loose depth, and compacted to the minimum 95-percent density per ASTM D698 and within f2 percent of optimum moisture. Each layer shall be deposited evenly around the structure to approximately the same elevation. The top of the fill shall meet the elevation shown on the plans or as directed by RPR. b. Backfill shall not be placed against any structure until approved by RPR. For concrete structures, approval shall not be given until the concrete has been in place seven days, or until tests establish that the concrete has attained sufficient strength to withstand any pressure created by the backfill and placing methods. c. Backfill shall not be measured for direct payment. Performance of this work shall be considered an obligation of Contractor covered under the contract unit price for the structure involved. 751-3.10 Cleaning and restoration of site. After the Backfill is completed, Contractor shall dispose of all surplus material, dirt, and rubbish from the site. Surplus dirt may be deposited in embankments, shoulders, or as approved by RPR. Contractor shall restore all disturbed areas to their original condition. Contractor shall remove all tools and equipment, leaving the entire site free, clear, and in good condition. Item D-751 Manholes, Catch Basins, Inlets, and Inspection Holes 12/21/2018 AC 150/5370-1OH METHOD OF MEASUREMENT 751-4.1 Manholes (infiltration structures) shall be measured per each. BASIS OF PAYMENT 751-5.1 The accepted quantities of manholes (infiltration structures) will be paid for at the contract unit price per each in place when completed. This price shall be full compensation for furnishing all materials and for all preparation, excavation, backfilling and placing of the materials; furnishing and installation of such specials and connections to pipes and other structures as may be required to complete the item as shown on the plans; and for all labor equipment, tools and incidentals necessary to complete the structure. Payment will be made under: Item D-751-5.1 Manholes (infiltration structures) - per each REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. ASTM International (ASTM) ASTM A27 Standard Specification for Steel Castings, Carbon, for General Application ASTM A47 Standard Specification for Ferritic Malleable Iron Castings ASTM A48 Standard Specification for Gray Iron Castings ASTM A123 Standard Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products ASTM A283 Standard Specification for Low and Intermediate Tensile Strength Carbon Steel Plates ASTM A536 Standard Specification for Ductile Iron Castings ASTM A897 Standard Specification for Austempered Ductile Iron Castings ASTM C 144 Standard Specification for Aggregate for Masonry Mortar ASTM C150 Standard Specification for Portland Cement ASTM C443 Standard Specification for Joints for Concrete Pipe and Manholes, Using Rubber Gaskets. ASTM C478 Standard Specification for Precast Reinforced Concrete Manhole Sections ASTM C913 Standard Specification for Precast Concrete Water and Wastewater Structures. END OF ITEM D-751 Item D-751 Manholes, Catch Basins, Inlets, and Inspection Holes 4 APPENDIX A GEOTECHNICAL INVESTIGATION *Engineering CMT GEOTECHNICAL DATA REPORT LBB TERMINAL APRON MAINTENANCE LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT LUBBOCK, TEXAS Prepared For: PARKHILL, SMITH & COOPER, INC. Lubbock, Texas Prepared by: CMT ENGINEERING, INC. Lubbock, Texas July 13, 2017 4 GMT *Engineering 12804 CR 2500 Lubbock, Texas 79404 pl 306.7 71 .7283 f l 806.771.7062 July 13, 2017 Mr. Stephen Schwieterman Engineer Parkhill, Smith & Cooper, Inc. 4222 85th Street Lubbock, Texas 79423 Subject: Geotechnical Data Report LBB Terminal Apron Maintenance Lubbock Preston Smith International Airport Lubbock, Texas Dear Mr. Schwieterman: This report presents the results of a geotechnical study performed for the referenced project in Lubbock, Texas. This study was performed in accordance with our Proposal dated February 21, 2017. The results of the field exploration and laboratory testing are included in this report. We appreciate the opportunity to be of assistance on this project. Please feel free to contact us if you have any questions or if we can be of further service. Sincerely, CMT ENGINEERING, INC. TBPE Firm Registration No. 13112 :r ....... COLE T HUTSON It,...... .. Cole Hutson, P.E Project Manager Copies Submitted: 1 (via email) i 18779'�; 113117 TABLE OF CONTENTS PAGE 1 INTRODUCTION...............................................................................................................1 1.1 PROJECT AND SITE DESCRIPTION...................................................................1 1.2 PURPOSE AND SCOPE OF WORK.....................................................................1 2 FIELD EXPLORATION.....................................................................................................2 3 LABORATORY TESTING................................................................................................3 4 SUBSURFACE CONDITIONS..........................................................................................4 4.1 GEOLOGY............................................................................................................4 4.2 SUBSURFACE CONDITIONS..............................................................................4 4.3 GROUNDWATER CONDITIONS..........................................................................5 5 LIMITATIONS................................................................................................................... 5 APPENDIX A FIGURE VicinityMap........................................................................................................................ Figure 1 Plan of Borings(POB)........................................................................................................ Figure 2 APPENDIX B Logs of Borings (131 through 138) Soil Classification Chart Sampler Graphics Legend CMT Engineering, Inc. GEOTECHNICAL DATA REPORT LBB TERMINAL APRON MAINTENACE LUBBOCK, TEXAS 1 INTRODUCTION 1.1 PROJECT AND SITE DESCRIPTION This report presents the results of the field exploration and laboratory testing program for the proposed LBB Terminal Apron Maintenance Project in Lubbock, Texas. The project is located at the Lubbock Preston Smith International Airport as shown on the Site Vicinity Map, Figure 1 included in Appendix A. This data report briefly describes the procedures utilized during the field exploration and presents the laboratory testing results to Parkhill, Smith & Cooper, Inc. for data evaluation. 1.2 PURPOSE AND SCOPE OF WORK The purpose of this study was to evaluate the subsurface conditions at the site. To accomplish the intended purpose, the study has been conducted based on the following scope: • Exploration and evaluation of the soil and rock strata at the boring locations; • Perform laboratory tests on selected samples; and, • Report of our findings. Page 1 of 6 CMT Engineering, Inc. 2 FIELD EXPLORATION The subsurface material at the project site was explored by drilling eight (8) borings on July 7, 2017. Borings 131, B4 and B8 were drilled to a depth of 6.5 feet below the existing grade in the shoulder area. Borings B2, B3, B5, B6 and B7 were drilled to a depth of 10 feet below the existing grade in the concrete paving. Approximate locations are shown on the Plan of Borings (POB), Figure 2 in Appendix A. The Logs of Borings and a key to terms and descriptions on the logs are provided in Appendix B of this report. At selected depths, disturbed samples of non -cohesive soils, and/or hard cohesive materials were collected by driving a split -spoon sampler in conjunction with the Standard Penetration Test (SPT). This technique involves driving the spoon sampler a distance into the soil using a free -falling hammer (based upon ASTM D 1586). During the test, the logger records the number of blows required to drive the spoon sampler over three successive 6-inch increments. The first 6 inches is the "seating drive," while the number of blows required to drive the sampler the last two 6-inch increments is the "penetration" in blows per foot. Where resistance was high, the number of inches of penetration for 50 blows of the hammer is recorded. When less than 6 inches of penetration is obtained, the test is terminated regardless of the drive increment. The results of the penetration test are reported on the boring log at the corresponding depth. Materials recovered from the split -spoon sampler are then placed in a plastic bag to protect the sample and to reduce moisture loss. The boreholes were backfilled with soil cuttings upon completion of drilling and patched at the surface with concrete or cold patch. Field boring logs were prepared by the drill crew as part of the drilling operations. The boring logs include visual classifications of the materials encountered during drilling and the driller's interpretation of the subsurface conditions between samples. The final boring logs included in this report represent the engineer's interpretation of the field logs and include modifications based on observations and testing of the samples in the laboratory. Soil strata boundaries shown on the boring logs are approximate. The stratification boundaries shown on the boring logs represent the approximate locations of the changes Page 2 of 6 CMT Engineering, Inc. in the soil and rock types; in situ, the transition between material types may be gradual and indistinct. Due to equipment limitations, Dynamic Cone Penetration (DCP) testing was not performed in the upper few feet of the subgrade. Cement treated base was encountered directly under the concrete pavement and we were not successful in completely removing this layer to perform the DCP testing. The boring locations should be considered accurate only to the degree implied by the method used in its determination. If a greater degree of accuracy is required or desired, then a licensed land surveyor should be retained to record the coordinates of the borings. 3 LABORATORY TESTING Samples were examined at our laboratory by the project manager. Classification tests performed for this study included liquid and plastic limits, percent passing a No. 200 sieve, and moisture content analysis. Results of these tests are presented on the boring logs. A core of the existing subgrade was obtained from Boring B1 and was tested for compressive strength as shown in Table 3.1 below. The core was disturbed during sampling and the results should be used for general information. All classification tests were performed in accordance with the applicable ASTM methods. Table 3.1 — Unconfined Compressive Strength Boring B1, 1ft-2ft Below Grade Average Diameter (in) 5.88 Average Height (in) 4.88 Uncorrected Compressive Strength (psi) 620 Page 3 of 6 CMT Engineering, Inc. 4 SUBSURFACE CONDITIONS 4.1 GEOLOGY Atlas maps published by the Bureau of Economic Geology at the University of Texas, Austin indicated that the site maybe located within the Blackwater Geologic formation overlying the Ogallala formation with potential Playa deposits scattered intermittently throughout the area. The Blackwater formation consists predominantly of Aeolian sediments comprised mainly of grayish red sands with silts and caliche nodules. Due to the sporadic depositional characteristics, it is not uncommon to find clay deposits as well. The Ogallala formation is a fluviatile deposition comprised of sand, silt, clay and gravel commonly capped with caliche. The Playa deposits are formed by the formation of small lakes formed on the surface of the Blackwater formation. The Playa deposits consist of clay and silt and are typically light gray in color. 4.2 SUBSURFACE CONDITIONS Specific types and depths of subsurface strata encountered in the borings are shown on the boring logs. A cement treated base layer was encountered under the concrete pavement and was measured as a minimum depth in Borings B2, B3, B5 and B7 due to equipment limitations and the thickness of the concrete pavement. We were able to accurately measure the thickness of the cement treated base layer in B6. The minimum depths are shown on the logs a depth with a "+" following. The subgrade encountered under the HMAC in the shoulder areas appeared to be stabilized but did not have any reaction with phenolphthalein, which is an indicator of basic materials such as lime and the free lime found in hydrated cement. The typical apron sections shown on sheet 10 and 7 of the plans from 1973 and 1983, that were provided by Parkhill Smith and Cooper, Inc., appear to be close to what was encountered during our investigation. The presence of a lime treated layer and in place density of the subgrade was not definitive based on the results of the field investigation. Refer to the Logs of Borings in Appendix B for detailed subsurface descriptions. Note that demarcation lines between the strata are interpretive of the field conditions, and that actual strata transitions in the field may be gradual. Page 4 of 6 CMT Engineering, Inc. 4.3 GROUNDWATER CONDITIONS The borings were advanced with an air rotary drilling rig. These methods allow relatively accurate groundwater observations to be made while drilling. Groundwater was encountered during drilling in borings B1 and B7. An initial reading and final reading was taken during drilling and upon completion of drilling. The amount of ground water encountered in perched conditions is regularly dependent upon recent rainfall. It is not possible to accurately predict the magnitude of subsurface water fluctuations that might occur based upon short-term observations. The occurrence and variation of groundwater can vary due to many factors. These factors include seasonal changes, site topography, surface runoff, the layering and permeability of subsurface strata; water levels in waterways, utilities, and other factors not evident at the time of this study. The possibility of groundwater and its fluctuation should be considered when developing this project. 5 LIMITATIONS In preparation of this report, we have strived to perform our services in a manner consistent with that level of care and skill ordinarily exercised by other members of our profession currently practicing in the same locality under similar conditions and at the time the services are provided. The results, conclusions, opinions and recommendations provided in this report are directed at, and intended to be utilized within, the scope of work contained in the proposal and agreement executed by CMT Engineering, Inc. and the client. These are based on a limited number of observations and data. It is possible that conditions could vary between or beyond the data evaluated. CMT Engineering, Inc. makes no other representation, guarantee or warranty, express or implied, regarding the services, communication (oral or written), report, opinion, or instrument of service provided. This report may be used only by the client and the registered design professional in responsible charge and only for the purposes stated for this specific engagement within a reasonable time from its issuance, but in no event later than two (2) years from the date of the report. Page 5 of 6 CMT Engineering, Inc. The scope of services was limited to the borings completed at the site. It should be recognized that definition and evaluation of subsurface conditions are difficult. Since some variation was found in subsurface conditions at the specific boring locations for this study, all readers should be aware that a greater variation could occur between the boring locations. Statements in the report as to subsurface variations across the site are intended only as estimations from the data obtained at specific boring locations. The scope of services did not include environmental assessments or evaluations regarding the presence or absence of wetlands or hazardous substances in the soil, surface water, or groundwater at this site. Page 6 of 6 CMT Engineering, Inc. 4 CMT Engineering APPENDIX A -A& Y. d d 1!o! b Emil %ea. I OL :Tl T imp. ll;�hl ;.dmmL I -'N L- A tqa-� I -b % 00 1% hr eA fit ; Win ,pk jpV CMT Engineering LBB Terminal Apron Maintenance Lubbock, Texas Figure 2 V I Plan of Borings V N I.- � CMT `' Engineering APPENDIX B BORING NUMBER 131 CMT Engineering, Inc. 12804 CR 2500 PAGE 1 OF 1 Lubbock, Texas 79404 Telephone: (806)771-7283 CLIENT Parkhill, Smith & Cooper, Inc. PROJECT NAME LBB Terminal Apron Maintenance PROJECT NUMBER PROJECT LOCATION Lubbock, Texas DATE STARTED 6/28/17 COMPLETED 6/28/17 GROUND ELEVATION HOLE SIZE 4 inches DRILLING CONTRACTOR SKG GROUND WATER LEVELS: DRILLING METHOD Air Rotary AT TIME OF DRILLING --- 10in Below Grade LOGGED BY BG CHECKED BY CTH AT END OF DRILLING --- 8ft Below Grade NOTES GPS Coordinates: 33°39'29.80"N, 101 °49'14.90"W AFTER DRILLING --- ATTERBERG ui a z Lu W o LIMITS w U } = U �w WS �� 0 a ���� z z a a 0 MATERIAL DESCRIPTION W m J� w 0 > z JDQ N W.- Z Q W 0 H H� U x O Uo Lu �J aD 2z U� m0> Uz Ye �" >- H 0� cng Q W H c7 W O �O �� J QZ wv U a 0 U a z 0.0 a a 8.875" of HMAC CLAYEY SAND, (SC) brown, loose to medium dense, wet SPT 7-4- 18 24 11 13 30 2.5 SPT 8-10-10 (20) 5.0 SPT 15) 19 28 12 16 43 9-14-14 SPT (28) Bottom of borehole at 7.2 feet. BORING NUMBER B2 CMT Engineering, Inc. 12804 CR 2500 PAGE 1 OF 1 Lubbock, Texas 79404 Telephone: (806)771-7283 CLIENT Parkhill, Smith & Cooper, Inc. PROJECT NAME LBB Terminal Apron Maintenance PROJECT NUMBER PROJECT LOCATION Lubbock, Texas DATE STARTED 6/28/17 COMPLETED 6/28/17 GROUND ELEVATION HOLE SIZE 4 inches DRILLING CONTRACTOR SKG GROUND WATER LEVELS: DRILLING METHOD Air Rotary AT TIME OF DRILLING --- Not Encountered LOGGED BY BG CHECKED BY CTH AT END OF DRILLING --- NOTES GPS Coordinates: 33°39'22.70"N, 101'49'25.10"W AFTER DRILLING --- ATTERBERG ui a z Lu W o LIMITS w U } = U �w WS �� 0 o �� �� z a O MATERIAL DESCRIPTION w m J� w 0 > z JDQ N W.- Z Q z (n W 0 H H� U x O Uo Lu �J a0 2z O� m0> Uz Ye �" H 0� cng Q W H c7 W O a: 0O �� J QZ wv U a 0 U o- -i z 0.0 IL w 14.5" of Concrete Pavement 6"+ of Cement Treated Base SILTY, CLAYEY SAND, (SM) reddish brown, dense, damp SPT 28-23-10 15 25 14 11 11 (33) 2.5 CLAYEY SAND, (SC) brown, medium dense to dense, damp SPT 5(26)8 14 24 12 12 39 5.0 SPT 12-20-16 (36) CLAYEY SAND, (SC) tan with caliche, loose to medium dense, damp 7.5 SPT 3-3-3 (6) 10.0 SPT 3-5-6 (11) Bottom of borehole at 11.3 feet. BORING NUMBER B3 CMT Engineering, Inc. 12804 CR 2500 PAGE 1 OF 1 Lubbock, Texas 79404 Telephone: (806)771-7283 CLIENT Parkhill, Smith & Cooper, Inc. PROJECT NAME LBB Terminal Apron Maintenance PROJECT NUMBER PROJECT LOCATION Lubbock, Texas DATE STARTED 6/28/17 COMPLETED 6/28/17 GROUND ELEVATION HOLE SIZE 4 inches DRILLING CONTRACTOR SKG GROUND WATER LEVELS: DRILLING METHOD Air Rotary AT TIME OF DRILLING --- Not Encountered LOGGED BY BG CHECKED BY CTH AT END OF DRILLING --- NOTES GPS Coordinates: 33°39'24.90"N, 1 01°49'23.30"W AFTER DRILLING --- ATTERBERG ui a z Lu W o LIMITS w U } = U �w WS �� 0 o �� �� z a O MATERIAL DESCRIPTION w m J� w 0 > z JDQ N W.- Z Q z W 0 H H� U x O Uo Lu �J a0 2z U� m0> Uz Ye �" H 0� cng Q W H c7 W O a: 0O �� J QZ wv U a 0 U o- -i z 0.0 IL w 14.5" of Concrete Pavement 6.5"+ of Cement Treated Base 3-6-6 SANDY CLAY, (SC) brown, medium dense to dense, damp SPT (12) 2.5 SPT 6-9-9 (18) CLAYEY SAND, (CL) reddish brown, very stiff, damp 5.0 SPT 8 (0- 2 16 28 12 16 51 CLAYEY SAND, (CL) tan with caliche, medium stiff to stiff, damp 7.5 SPT 8-7- 17 27 12 15 54 10.0 SPT 5-6-6 (12) Bottom of borehole at 11.3 feet. BORING NUMBER B4 CMT Engineering, Inc. 12804 CR 2500 PAGE 1 OF 1 Lubbock, Texas 79404 Telephone: (806)771-7283 CLIENT Parkhill, Smith & Cooper, Inc. PROJECT NAME LBB Terminal Apron Maintenance PROJECT NUMBER PROJECT LOCATION Lubbock, Texas DATE STARTED 6/28/17 COMPLETED 6/28/17 GROUND ELEVATION HOLE SIZE 4 inches DRILLING CONTRACTOR SKG GROUND WATER LEVELS: DRILLING METHOD Air Rotary AT TIME OF DRILLING --- Not Encountered LOGGED BY BG CHECKED BY CTH AT END OF DRILLING --- NOTES GPS Coordinates: 33°39'27.40"N, 1 01°49'24.50"W AFTER DRILLING --- ATTERBERG ui a z Lu W o LIMITS w U } = U �w WS �� 0 o �� �� z z a O MATERIAL DESCRIPTION w m J� w 0 > z JDQ N W.- Z Q W 0 H H� U x O Uo Lu �J a0 2z U� m0> Uz Ye �" H 0� cng Q W H c7 W O a: 0O �� J QZ wv U a 0 U o- -i z 0.0 IL w 8.0" of HMAC SANDY CLAY, (CL) brown, stiff, damp SPT 1-3-7 (10) 2.5 SPT 3-5- 21 28 11 17 50 5.0 SPT 3-7-6 (13) CLAYEY SAND, (SC) reddish brown, loose, damp SPT (0) 22 42 14 28 47 Bottom of borehole at 7.2 feet. BORING NUMBER B5 CMT Engineering, Inc. 12804 CR 2500 PAGE 1 OF 1 Lubbock, Texas 79404 Telephone: (806)771-7283 CLIENT Parkhill, Smith & Cooper, Inc. PROJECT NAME LBB Terminal Apron Maintenance PROJECT NUMBER PROJECT LOCATION Lubbock, Texas DATE STARTED 6/28/17 COMPLETED 6/28/17 GROUND ELEVATION HOLE SIZE 4 inches DRILLING CONTRACTOR SKG GROUND WATER LEVELS: DRILLING METHOD Air Rotary AT TIME OF DRILLING --- Not Encountered LOGGED BY BG CHECKED BY CTH AT END OF DRILLING --- NOTES GPS Coordinates: 33°39'25.10"N, 1 01°49'22.20"W AFTER DRILLING --- ATTERBERG ui a z Lu W o LIMITS w U } = U �w WS �� 0 o �� �� z z a O MATERIAL DESCRIPTION w m J� w 0 > z N W.- Z Q (n W 0 H H� U x O Uo Lu �J a0 2z O� JDQ m0> Uz Ye �" H 0� cng Q W H c7 W O a: 0O �� J QZ wv U a 0 U o- -i z 0.0 IL w 15.0" of Concrete Pavement 6.75"+ of Cement Treated Base 34-12-11 CLAYEY SAND, (SC) brown, medium dense to dense, dry SPT (23) 11 26 13 13 40 2.5 SPT 9-17-24 (41) 5.0 SANDY CLAY, (CL) tan with caliche, stiff to very stiff, dry SPT 19-20-22 (42) 7.5 SPT 10-4-5 (9) 10.0 SPT 6-2-12 12 32 12 20 55 Bottom of borehole at 11.3 feet. BORING NUMBER B6 CMT Engineering, Inc. 12804 CR 2500 PAGE 1 OF 1 Lubbock, Texas 79404 Telephone: (806)771-7283 CLIENT Parkhill, Smith & Cooper, Inc. PROJECT NAME LBB Terminal Apron Maintenance PROJECT NUMBER PROJECT LOCATION Lubbock, Texas DATE STARTED 6/28/17 COMPLETED 6/28/17 GROUND ELEVATION HOLE SIZE 4 inches DRILLING CONTRACTOR SKG GROUND WATER LEVELS: DRILLING METHOD Air Rotary AT TIME OF DRILLING --- Not Encountered LOGGED BY BG CHECKED BY CTH AT END OF DRILLING --- NOTES GPS Coordinates: 33°39'24.10"N, 1 01°49'24.20"W AFTER DRILLING --- ATTERBERG ui a z Lu W o LIMITS w U } = U �w WS �� 0 o �� �� z z a O MATERIAL DESCRIPTION w m J� w 0 > z JDQ N W.- Z Q (n W 0 H H� U x O Uo Lu �J a0 2z O� m0> Uz Ye �" H 0� cng Q W H c7 W O a: 0O �� J QZ wv U a 0 U o- -i z 0.0 IL w 14.5" of Concrete Pavement 7.25" of Cement Treated Base 50-19-12 CLAYEY SAND, (SC) brown, medium dense to dense, damp SPT (31) 2.5 SPT 9 i4 ) 0 15 25 11 14 45 5.0 SANDY CLAY, (CL) tan with caliche, stiff to very stiff, damp SPT 5-5-6 (11) 7.5 SPT 5-5- 16 26 11 15 57 10.0 SPT 6-9-11 (20) Bottom of borehole at 11.3 feet. BORING NUMBER B7 CMT Engineering, Inc. 12804 CR 2500 PAGE 1 OF 1 Lubbock, Texas 79404 Telephone: (806)771-7283 CLIENT Parkhill, Smith & Cooper, Inc. PROJECT NAME LBB Terminal Apron Maintenance PROJECT NUMBER PROJECT LOCATION Lubbock, Texas DATE STARTED 6/28/17 COMPLETED 6/28/17 GROUND ELEVATION HOLE SIZE 4 inches DRILLING CONTRACTOR SKG GROUND WATER LEVELS: DRILLING METHOD Air Rotary AT TIME OF DRILLING --- 17in Below Grade LOGGED BY BG CHECKED BY CTH AT END OF DRILLING --- 9ft Below Grade NOTES GPS Coordinates: 33°39'20.50"N, 1 01°49'26.90"W AFTER DRILLING --- ATTERBERG ui a z Lu W o LIMITS w U } = U �w WS �� 0 o �� �� z z a O MATERIAL DESCRIPTION w m J� w 0 > z JDQ N W.- Z Q (n W 0 H H� U x O Uo Lu �J a0 2z O� m0> Uz Ye �" H 0� cng Q W H c7 W O a: 0O �� J QZ wv U a 0 U o- -i z 0.0 IL Li 15.0" of Concrete Pavement 6.5"+ of Cement Treated Base 20-7-10 CLAYEY SAND, (SC) brown, loose to medium dense, wet SPT (17) 18 28 11 17 29 2.5 SPT 8-10-12 (22) 5.0 10-20-25 CLAYEY SAND, (SC) tan with caliche, medium dense to dense, wet SPT (45) 18 31 12 19 13 7.5 SPT 5-6-5 (11) 10.0 . SPT 6-6-7 (13) Bottom of borehole at 11.3 feet. BORING NUMBER B8 CMT Engineering, Inc. 12804 CR 2500 PAGE 1 OF 1 Lubbock, Texas 79404 Telephone: (806)771-7283 CLIENT Parkhill, Smith & Cooper, Inc. PROJECT NAME LBB Terminal Apron Maintenance PROJECT NUMBER PROJECT LOCATION Lubbock, Texas DATE STARTED 6/28/17 COMPLETED 6/28/17 GROUND ELEVATION HOLE SIZE 4 inches DRILLING CONTRACTOR SKG GROUND WATER LEVELS: DRILLING METHOD Air Rotary AT TIME OF DRILLING --- Not Encountered LOGGED BY BG CHECKED BY CTH AT END OF DRILLING --- NOTES GPS Coordinates: 33°39'19.73"N, 1 01°49'28.05"W AFTER DRILLING --- ATTERBERG ui a z Lu W o LIMITS w U } = U �w WS �� 0 a ���� z z a a 0 MATERIAL DESCRIPTION w m J� w 0 > z JDQ N W.- Z Q (n W 0 H H� U x O Uo Lu �J aD 2z O� m0> Uz Ye �" >- H 0� cng Q W H c7 W O �O �� J QZ wv U a 0 U a z 0.0 a w 7.75" of HMAC CLAYEY SAND, (SC) brown with caliche nodules, medium dense to dense, damp SPT 2 -16 7 30 14 16 23 2.5 SPT 6(3 )5 29 12 17 41 5.0 SPT 4-7-15 (22) CLAYEY SAND, (SC) tan with caliche, medium dense, damp SPT 17-12-13 (25) Bottom of borehole at 7.1 feet. SOIL CLASSIFICATION CHART MAJOR DIVISIONS SYMBOLS TYPICAL DESCRIPTIONS GRAPH LETTER GRAVEL AND CLEAN GRAVELS •� GW WELL-GRADED GRAVELS, GRAVEL - SAND MIXTURES, LITTLE OR NO FINES GRAVELLY SOILS (LITTLE OR NO FINES) o D�o D O °O GP POORLY -GRADED GRAVELS, GRAVEL - SAND MIXTURES, LITTLE OR NO FINES COARSE GRAINED SOILS MORE THAN 50% OF COARSE GRAVELS WITH FINES ° �� D O ° �° o ° D O GM SILTY GRAVELS, GRAVEL - SAND - SILT MIXTURES FRACTION RETAINED ON NO. 4 SIEVE (APPRECIABLE AMOUNT OF FINES) GC CLAYEY GRAVELS, GRAVEL - SAND - CLAY MIXTURES SAND CLEAN SANDS SW WELL -GRADED SANDS, GRAVELLY SANDS, LITTLE OR NO FINES MORE THAN 50% OF MATERIAL IS LARGER THAN NO. 200 SIEVE SIZE AND SANDY SOILS (LITTLE OR NO FINES) SP POORLY -GRADED SANDS, GRAVELLY SAND, LITTLE OR NO FINES o MORE THAN 50% SANDS WITH FINES SM SILTY SANDS, SAND - SILT MIXTURES OF COARSE FRACTION PASSING ON NO. 4 SIEVE (APPRECIABLE AMOUNT OF FINES) IF/Ex SC �7 CLAYEY SANDS, SAND - CLAY MIXTURES INORGANIC SILTS AND VERY FINE ML SANDS, ROCK FLOUR, SILTY OR CLAYEY FINE SANDS OR CLAYEY SILTS WITH SLIGHT PLASTICITY INORGANIC CLAYS OF LOW TO SILTS FINE GRAINED SOILS AND LIQUID LIMIT CLAYS LESS THAN 50 ILI CL MEDIUM PLASTICITY, GRAVELLY CLAYS, SANDY CLAYS, SILTY CLAYS, LEAN CLAYS OL ORGANIC SILTS AND ORGANIC SILTY CLAYS OF LOW PLASTICITY MORE THAN 50% OF MATERIAL IS SMALLER THAN NO. 200 SIEVE MH INORGANIC SILTS, MICACEOUS OR DIATOMACEOUS FINE SAND OR SILTY SOILS SIZE SILTS AND LIQUID LIMIT CLAYS GREATER THAN 50 CH INORGANIC CLAYS OF HIGH PLASTICITY OH ORGANIC CLAYS OF MEDIUM TO HIGH PLASTICITY, ORGANIC SILTS HIGHLY ORGANIC SOILS 0 0 „/ �„/ �„/ �„� PT PEAT, HUMUS, SWAMP SOILS WITH HIGH ORGANIC CONTENTS NOTE: DUAL SYMBOLS ARE USED TO INDICATE BORDERLINE SOIL CLASSIFICATIONS Sampler Graphics Legend Auger Cuttings Grab Sample Modified California Sampler No Recoverey Rock Core Shelby Tube Standard Penetration Test Split Spoon Texas Cone Penetration Undisturbed Vane Shear APPENDIX B CONSTRUCTION SAFETY AND PHASING PLAN (CSPP) Parkhill CONSTRUCTION SAFETY AND PHASING PLAN CITY OF LUBBOCK, TEXAS Lubbock Preston Smith International Airport LBB Terminal Apron and Runway 8/26 Rehabilitation 'A Lubbock Preston Smith International Airport 91 City of Lubbock ITB No. 20-15449-JM FAA AIP Project Nos.: 3-48-0138-046-2020 (Runway 8/26 Rehabilitation) 3-48-0138-047-2020 (Terminal Apron Rehabilitation) September 12020 Parkhill Project # 01271417 Parkhillxom Parkhill CONSTRUCTION SAFETY AND PHASING PLAN CITY OF LUBBOCK, TEXAS Lubbock Preston Smith International Airport LBB Terminal Apron and Runway 8/26 Rehabilitation 'A Lubbock Preston Smith International Airport 91 City of Lubbock ITB No. 20-15449-JM FAA AIP Project Nos.: 3-48-0138-046-2020 (Runway 8/26 Rehabilitation) 3-48-0138-047-2020 (Terminal Apron Rehabilitation) September 12020 Parkhill Project # 01271417 9/11/2020 Parkhillxom City of Lubbock, Texas Lubbock Preston Smith International Airport LBB Terminal Apron and Runway 8/26 Rehabilitation CSPP September 2020 TABLE OF CONTENTS Page 1. COORDINATION.............................................................................................................................. 1 2. PHASING........................................................................................................................................... 3 3. AREAS AND OPERATIONS AFFECTED BY CONSTRUCTION ACTIVITY ............................. 5 4. PROTECTION OF NAVIGATION AIDS(NAVAIDS).................................................................... 5 5. CONTRACTOR ACCESS.................................................................................................................. 6 6. WILDLIFE MANAGEMENT.......................................................................................................... 11 7. FOREIGN OBJECT DEBRIS (FOD) MANAGEMENT................................................................. 11 8. HAZARDOUS MATERIALS (HAZMAT) MANAGEMENT........................................................ 12 9. NOTIFICATION OF CONSTRUCTION ACTIVITIES.................................................................. 12 10. INSPECTION REQUIREMENTS.................................................................................................... 14 11. UNDERGROUND UTILITIES........................................................................................................ 14 12. PENALTIES..................................................................................................................................... 15 13. SPECIAL CONDITIONS................................................................................................................. 15 14. MARKING AND SIGNS................................................................................................................. 16 15. HAZARD MARKING AND LIGHTING........................................................................................ 16 16. PROTECTION..................................................................................................................................17 17. OTHER LIMITATIONS ON CONSTRUCTION............................................................................ 18 APPENDICES APPENDIX A PROJECT AIRPORT LAYOUT PLAN APPENDIX B CONSTRUCTION PHASING, SAFETY PLAN AND DETAILS, AND SECURITY NOTES APPENDIX C FAA FORM 7460-1, NOTICE OF PROPOSED CONSTRUCTION OR ALTERATION (BLANK) APPENDIX D ADVISORY CIRCULAR 150/5370-2G, OPERATING SAFETY ON AIRPORTS DURING CONSTRUCTION APPENDIX E SAFETY DETAILS PARKHILL TOC - i 01271417 X:\2017\2714.17\02 DSGN\04 REPT\00 CLERICAL\CSPP\3-TOC.docx City of Lubbock, Texas Lubbock Preston Smith International Airport CSPP LBB Terminal Apron and Runway 8/26 Rehabilitation September 2020 Project Name: LBB Terminal Apron and Runway 8/26 Rehabilitation Sponsor's Agent: Mr. Steve Nicholson, Deputy Director Operations and Safety Lubbock Preston Smith International Airport (LBB) Administration Office, 2nd Floor 5401 North Martin Luther King, Jr. Blvd, Unit 389 Lubbock Texas 79403 806.775.2036 Consultant/Engineer: Mr. Mark Haberer, P.E., CM PARKHILL 4222 85th Street Lubbock Texas 79423 806.473.2200 Grant/Project Numbers: LBB Terminal Apron and Runway 8/26 Rehabilitation FAA AIP No.: 3-48-0138-046-2020 (Runway 8/26 Rehabilitation) FAA AIP No.: 3-48-0138-047-2020 (Terminal Apron Rehabilitation) City of Lubbock ITB No. 20-15449-JM Engineer's Project No. 01271417 1. COORDINATION A. Project Meetings: 1. Predesign Conference. A predesign conference was held May 25, 2017. Items discussed included project scope, phasing, design schedule, survey, unique project elements/areas of potential concern, and utilities. Attendees included Airport Administrative staff (Kelly Campbell, AAE, and Steve Nicholson, CM) and Consulting Engineer (Mark Haberer, P.E., CM and Stephen Schwieterman, E.I.T.). 2. Prebid Conference. A prebid conference, in accordance with FAA AC 150/5370-12B, will be held a minimum 10 days before bid opening. The meeting will allow Consulting Engineer, City of Lubbock, and LBB staff to review project details and Contractors to ask project specific questions. The prebid conference will be led by City of Lubbock Purchasing Department, with assistance from Airport Administration and Consulting Engineer. 3. Preconstruction Meeting. A preconstruction meeting in accordance with FAA AC 150/5370-12B will be held before issuing the Notice to Proceed. Required attendees are Director of Aviation, Airport Deputy Director, PARKHILL 1 01271417 City of Lubbock, Texas Lubbock Preston Smith International Airport CSPP LBB Terminal Apron and Runway 8/26 Rehabilitation September 2020 Airport Operations Manager, Consulting Engineer, Resident Project Representative (RPR), Prime Contractor, and all subcontractors. 4. Construction Progress Meetings. Construction progress meetings will be held throughout the Project duration, typically at bi-weekly intervals. At a minimum, required attendees will be Airport administrative staff, Airport Operations staff, Consulting Engineer, RPR, Prime Contractor, and all subcontractors performing work during the current period. Construction phasing and safety will be a standing item at all construction progress meetings. Other ongoing agenda items will include: • Project Schedule • Safety/Security • Project Coordination • Construction Issues • Review of Submittals • Review of Request for Information (RFI) • Review of Change Orders • Review of Field Directives / Supplemental Information • Environmental Issues/Concerns • Quality Assurance and Quality Control Test Results and Concerns • Pertinent Information for Record Drawings • Review of Pay Application • Other General Discussion Consulting Engineer will lead the meeting and be responsible for preparing and distributing meeting minutes for all meetings. 5. Daily Safety Meetings. Contractor shall hold daily safety meetings with all personnel, including subcontractors, before anyone may enter the construction gate. In addition to the daily safety topic, Contractor shall address safe driving, approved haul route, approved construction area, protocol around aircraft, restricted areas, and other key safety and security items. Contractor shall document discussion items and attendance and submit to Owner and Engineer. B. Scope 1. Work to be accomplished on the LBB Terminal Apron and Runway 8/26 Rehabilitation Project includes, but not limited to, removal and replacement of failed concrete panels, concrete spall repair, concrete crack seal, asphalt crack seal, and concrete joint seal. Project also involves installation of an edge drain system and remarking portions of the apron. Alternate Bid Items 1-3 will include asphalt joint and crack repair, concrete joint beveling, application of an emulsified seal coat to asphalt shoulder, and remarking entire apron. Alternate Bid Items 4-6 will include concrete spall repair, concrete joint beveling, concrete joint sealing, concrete crack seal, and concrete crack repair on Runway 8/26. PARKHILL 2 01271417 City of Lubbock, Texas Lubbock Preston Smith International Airport CSPP LBB Terminal Apron and Runway 8/26 Rehabilitation September 2020 2. All Work completed by Contractor shall be per AC 150/5300-13A and 150/5370-2G. C. FAA ATCT Coordination 1. Contractor shall coordinate all project -related correspondence with FAA ATCT through the Consulting Engineer and Owner. 2. PHASING Refer to Phasing Plans included in Appendix B for limits of each phase. A. Base Bid (245 calendar days total) 1. Phase 1 (24 calendar days): Closed portion of terminal apron as defined in phasing sheet. Install low -profile barricades and signage as shown. Complete all specified work including, applicable portion of the edge drain. Taxiways F and R shall remain active and Gates 1-6 and 8 shall remain available. a. Subphase 1A (14 calendar days): Closed portion of terminal apron and Taxiway F, east of Taxiway M. Maintain aircraft access to Taxiway F during daytime hours as defined in phasing sheet. Install low -profile barricades and signage as shown. Complete all specified work. Taxiways F and R shall remain active. Gates 1-6 and 8 shall remain available. Subphase to be completed within Phase 1 with no additional days. All Subphase IA work to be performed at night between 11:30pm and 5am. 2. Phase 2 (40 calendar days): Closed portion of terminal apron as defined in phasing sheet. Install low -profile barricades and signage as shown. Complete all specified work. Taxiway F and R shall remain active. Gates 1-6, 8, and 9 shall remain available. a. Subphase 2A (7 calendar days): Closed portion of terminal apron as defined in phasing sheet. Install low -profile barricades and signage as shown. Complete all specified work. Taxiways F and R shall remain active and Gates 1-6 and 9 shall remain available. Gate 8 shall be available at night. 3. Phase 3 (45 calendar days): Closed portion of terminal apron as defined in phasing sheet. Install low -profile barricades and signage as shown. Complete all specified work. Taxiways F and R shall remain active. Gates 1-4 and 8-9 shall remain available. Gate 7 shall be made available as soon as possible. a. Subphase 3A (5 calendar days): Closed portion of terminal apron as defined in phasing sheet. Work may occur anytime within Phase 3 but total time is limited as indicated. Install low -profile PARKHILL 3 01271417 City of Lubbock, Texas Lubbock Preston Smith International Airport CSPP LBB Terminal Apron and Runway 8/26 Rehabilitation September 2020 barricades and signage as shown. Complete all specified work including applicable potion of edge drain. Taxiways F and R shall remain active. Gates 1-4 and 8-9 shall remain available. Gate 7 shall be made available as soon as possible. 4. Phase 4 (40 calendar days): Closed portion of terminal apron as defined in phasing sheet. Install low profile barricades and signage as shown. Complete all specified work including applicable portion of edge drain. Taxiways F and R shall remain active. Gates 3-9 shall remain available. 5. Phase 5 (16 calendar days): Closed portion of terminal apron as defined in phasing sheet. Install low -profile barricades and signage as shown. Complete all specified work. Taxiways F and R shall remain active. Gates 1-2 and 6-9 shall remain available. 6. Phase 6 (40 calendar days): Closed portion of terminal apron as defined in phasing sheet. Install low -profile barricades and signage as shown. Complete all specified work including applicable portion of edge drain. Taxiways F and R shall remain active. Gates 1-2 and 6-9 shall remain available. Contractor shall accommodate Lubbock Preston Smith International Airport Operations Department (LBB Operations), airline ground operations, and other critical operations at all times during this phase and make steel plate available for use as/when needed. a. Subphase 6A (7 calendar days): Work related to Subphase 6A will impact Taxiway R as well as aircraft movement along the temporary taxilane to Gates 1-2. To minimize the impact, Subphase 6A work shall be condensed to a period not exceeding 7 calendar days and all Subphase 6A work shall occur at night from 11:30pm and 5am. 7. Phase 7 (24 calendar days): Always maintain aircraft access to both Taxiways F and R and provide access to all gates. Provide continued access to baggage bays in terminal building. Install low -profile barricades and signage as shown. Complete all specified work within Phase 7. All Phase 7 work to be completed at night between hours of 11:30pm and 5am. Required to provide continuous access to/from the baggage bays, Contractor shall be prepared to provide steel plates for bridging spall repairs or other repairs. 8. Phase 8 (6 calendar days): Phase 8 work shall occur under active apron and taxiway traffic. Contractor shall always have a badge supervisor onsite to monitor ground control frequency. When aircraft operation occurs, Contractor shall remove men and equipment from affected apron area or object free area of taxilane along perimeter of apron. At no time shall Contractor be within object free area of Taxiways F and R unless contact is established with Air Traffic Control and approval received. a. Subphase 8A (3 calendar days): Work is contingent upon cure time; therefore, must occur beyond completion of all other work. Phase 8A shall include P-608 emulsion for entire shoulder 30 days following placement and completion of the last asphalt patch. PARKHILL 4 01271417 City of Lubbock, Texas Lubbock Preston Smith International Airport CSPP LBB Terminal Apron and Runway 8/26 Rehabilitation September 2020 b. Subphase 8B (3 calendar days): Includes all shoulder marking and occurs 30 days following completion of P-608 emulsion. 9. Phase 9 (50 calendar days): Runway 8/26 will be closed to RSA as defined in phasing sheet. Install low -profile barricades and signage as shown. Complete all specified work. Phase 9 work may occur concurrent with other phases. Coordinate with Owner 14 days in advance. 10. Final Completion Punchlist (10 additional days): To complete for all phases. B. Project Schedule 1. Contractor is required to submit an overall project schedule and phasing plan 10 days prior to the preconstruction meeting. 3. AREAS AND OPERATIONS AFFECTED BY CONSTRUCTION ACTIVITY A. The Project will affect aircraft operations on the terminal apron, Taxiway F, Taxiway R, and Runway 8/26. All work will occur in the non -movement area. Secure Identification Display Area (SIDA) badges will be required for work on terminal apron. Construction activity will be coordinated with LBB Operations, all airlines, LBB ARFF, fueling operations, and other critical operations. B. Mitigation of Effects 1. Section 2 "Phasing" describes work associated in each phase. Refer to Appendix B for Construction Phasing, Safety Plan and Details, and Security Notes. 2. ARFF will be notified by LBB Operations of construction activities and portions of pavement closed during construction. 3. No anticipated disruption to essential utilities. Contractor will be required to locate all utilities before construction to mitigate the potential for changes. 4. Ongoing coordination of construction phasing will be coordinated to keep ATC up-to-date on closures and temporary taxilanes. 5. All communication and coordination will be through LBB Operations. 4. PROTECTION OF NAVIGATION AIDS (NAVAIDS) A. There are not any NAVAIDs near work area. Therefore, there is no physical impact to any NAVAIDs anticipated. PARKHILL 5 01271417 City of Lubbock, Texas Lubbock Preston Smith International Airport CSPP LBB Terminal Apron and Runway 8/26 Rehabilitation September 2020 5. CONTRACTOR ACCESS AND SPECIAL REQUIREMENTS A. General 1. Airport security is a vital part of Contractor responsibility during the Project. The following security guidelines, rules, and regulations of LBB Operations and Transportation Security Administration (TSA), shall be followed by the Contractor and Contractor employees, subcontractors, suppliers, and other representatives all times during Project execution. Contractor is 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 Contractor or Contractor employees, subcontractors, suppliers, or other representatives. B. Airport Operations Area (AOA) 1. AOA is defined as any portion of the Airport property normally secured against unauthorized entry. AOA includes all areas specifically reserved for aircraft operations, support equipment, and personnel. Generally, AOA is defined by the Airport's outer security fencing and any building forming part of the secured perimeter. When necessary to cross pavement surfaces on the airfield, Contractor shall continually inspect all paved surfaces for Foreign Object Debris (FOD), especially before reopening pavement surface to air traffic. Final inspection shall be by LBB Operations. Contractor shall not leave opening in secure fence or leave any gate unlocked at any time. Contractor gate into AOA shall always be monitored by an LBB-badged watchguard if left unattended. C. Secure Identification Display Area (SIDA) 1. This full project shall occur in the non -movement area. At no time shall escort or other vehicle be within movement area. a. All vehicular movement for work on terminal apron shall occur along the perimeter of terminal apron and at no time across Taxiways F or R. b. All vehicular movement for work on Runway 8/26 shall follow designated haul route and avoid crossing any active airfield pavement. D. LBB Security Badges 1. Contractor is responsible for obtaining a photo -identification security badge issued by LBB Operations for supervisors/foremen of every work crew working within AOA and SIDA. Badges shall be for the SIDA area Contractor shall obtain LBB Operations security badges for at least one member of each work crew working in separate areas of AOA and SIDA. PARKHILL 6 01271417 City of Lubbock, Texas Lubbock Preston Smith International Airport CSPP LBB Terminal Apron and Runway 8/26 Rehabilitation September 2020 The intent is all individuals responsible to the Contractor, including Contractor employees, subcontractors, suppliers, or other representatives, obtain and display an LBB Operations security badge or a Contractor - issued identification badge AND be escorted or directly supervised by an individual displaying a current LBB Operations security badge. 2. Contractor may obtain LBB security badges from the Lubbock Preston Smith International Airport Operations Department. LBB Operations reserves the right to limit the number of security badges issued to the Contractor. LBB Operations will charge the Contractor $20.00 for each security badge issued. The cost for a fingerprint verification will be an additional $30.00. Total non-refundable cost is $50.00. An additional fee will be charged, as noted later in this section, for lost or destroyed badges. 3. LBB Operations security badges shall be worn and easily visible all times while working within AOA and SIDA. Badge holder shall be familiar with and obey all regulations, security, and safety rules. LBB Operations security badge may be confiscated and all security rights revoked by LBB Operations upon breach of any security or safety regulations at Operations discretion. An LBB Operations security badge holder shall surrender the badge at Project completion, upon transfer or termination of employment, or at LBB Operation request. 4. Contractor shall conduct a background check of each applicant for an LBB Operations security badge utilizing standard background check forms provided by LBB Operations. Contractor is responsible for completing required forms and submitting to LBB Operations for review as early in the Project as possible to avoid construction delays. Forms for completing required background check are available through LBB Operations after award of Project. Background checks shall show proof of minimum 5-year employment record and reviewed by LBB Operations. Any gap in excess of 30 days must be documented or explained. LBB Operations shall be responsible for reviewing background checks. Only persons whose application is approved by LBB Operations are issued security badges. LBB Operations reserves the right to bar, from the AOA and SIDA, any individuals found by the background check to be, in the opinion of LBB Operations, a risk to AOA and SIDA security or safety. 5. At Project completion, Contractor shall return all LBB Operations -issued security badges to LBB Operations. LBB Operations will charge an additional $100.00 for each lost or destroyed LBB Operations -issued security badge if badge is not replaced. If the lost badge is to be replaced, LBB Operations will charge a $120.00 fee. All LBB Operations -issued security badges must be accounted for and surrendered at Project completion. Failure to account for and surrender all LBB Operations - issued security badges, will constitute grounds for withholding retainage from the final pay estimate amount. PARKHILL 7 01271417 City of Lubbock, Texas Lubbock Preston Smith International Airport CSPP LBB Terminal Apron and Runway 8/26 Rehabilitation September 2020 E. Contractor's Entrance Gate 1. Adjacent to Contractor entrance gate, outside the AOA, Contractor shall provide a parking area for Contractor employee's personal automobiles. Parking/storage area limits directed by Engineer. At Project completion, any damage done by Contractor to this area, shall be repaired to the satisfaction of Engineer at no additional cost to Owner. Repairs shall include but not limited to regrading and reseeding or repaving any damaged areas. 2. Contractor is responsible for and shall control all movement through Contractor entrance gate. Only authorized personnel and vehicles are allowed to enter AOA through this gate. Pedestrian walkthroughs are not allowed through the vehicular gate. When not in immediate use by Contractor, the gate shall be securely locked by Contractor to prevent entrance by unauthorized persons or vehicles. Upon request, Contractor shall provide the Director of Aviation and LBB Operations with duplicate keys (for key locks) or combinations (for combination locks) to lock(s) used to secure Contractor entrance gate to the AOA. 3. If construction activities, such as hauling materials, require the Contractor entrance gate to AOA to remain open for long periods of time, Contractor may, upon approval from LBB Operations, leave gate open and provide a full-time watchguard at the gate. The watchguard shall be approved for and possess an LBB Operations -issued security badge. If this security arrangement is desired and approved, the gate shall be manned by a watchguard if gate remains open. The watchguard shall be a Contractor representative, responsible for all movement through the gate. Again, only authorized persons and vehicles are allowed by the Contractor's watchguard to enter the AOA. At the Contractor's option and upon approval of Owner and Engineer, an automatic -gate operator may be installed in lieu of a watchguard if appropriate security measures to control access into gate are included, subject to approval by LBB Operations. 4. At the end of construction, Contractor is required to remove the temporary construction gate currently in place and close the opening with a TSA- approved fence section as detailed. 5. Contractor shall provide a security badged watchgard to monitor/control unlocked gate. F. Contractor's Storage and Office Area 1. Contractor shall store all equipment, material, and other items in the approved staging area. All personal vehicles shall be parked in the approved staging area. PARKHILL 8 01271417 City of Lubbock, Texas Lubbock Preston Smith International Airport CSPP LBB Terminal Apron and Runway 8/26 Rehabilitation September 2020 2. Contractor is completely responsible for any damage or deterioration in areas allowed for Contractor use. Contractor also responsible for maintenance of areas and dust control for Project duration. 3. 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. 4. Contractor required to completely restore areas occupied by Contractor and his forces, at his expense, including but not limited to regrading disturbed areas; complete removal of debris or any other material brought onto the site by Contractor; complete replacement of topsoil, turf, asphalt pavement, concrete slabs or drives, etc. that are worn, deteriorated, or damaged while Contractor and his forces occupied the area. All restoration shall be to the satisfaction of the Director of Aviation. 5. Before moving into an unpaved area, Contractor shall clear and grub as well as remove and stockpile minimum 6 inches of existing topsoil. After Project completion and clearing site of materials, equipment, and debris, Contractor shall replace, spread, and grade the salvaged topsoil, followed by seeding and fertilizing. 6. All restoration activities shall be accomplished in accordance with applicable technical specifications. 7. No direct payment made to Contractor for preparing or restoring plant site haul routes, storage, or office areas. G. Vehicle Escort 1. Escort vehicle drivers must receive Airport Movement Area (AMA) driver training. 2. All vehicles responsible to Contractor such as supplier vehicles, entering AOA, shall be escorted by an approved Contractor escort vehicle from point of AOA entry to construction site. Escort vehicle shall be clearly identified with standard FAA —specified markings and/or flags. In addition, escort vehicle shall be marked with Contractor name. 3. Escort vehicle is responsible for leading supply, delivery, or other vehicles across active airfield. To facilitate safe movement of escort vehicle and escorted vehicles, driver of escort vehicle shall be approved for, issued, and display an LBB Operations security badge. Further, escort vehicle driver shall be familiar with airport security and safety procedures. Escort vehicle shall be equipped with a communication radio with FAA Air Traffic Control Tower, as specified in Article 5.I - Two -Way Radio Communications, and driver of escort vehicle shall be familiar with radio, its operation, and obey all instructions from Air Traffic Control Tower. 4. Vehicle drivers must be fluent in the English language. PARKHILL 9 01271417 City of Lubbock, Texas Lubbock Preston Smith International Airport CSPP LBB Terminal Apron and Runway 8/26 Rehabilitation September 2020 H. Challenging Unauthorized Personnel or Vehicles 1. Contractor and employees, subcontractors, suppliers, and representatives who have been issued an LBB Operations security badge are responsible for challenging any person or vehicle found on AOA, SIDA, or other non-public area who does not or cannot display a valid LBB Operations security badge, or who are not under escort or direct supervision of a person possessing a valid LBB Operations security badge. The challenge consists of advising the person that he is within a restricted area and relaying an appropriate exit route. If unauthorized person refuses to exit restricted area, LBB Operations shall be immediately notified for further action, and unauthorized person kept under surveillance until LBB Operations arrives. All incidents shall be reported immediately to LBB Operations. 2. Any expired or altered badge or badge bearing a photograph not matching bearer, shall be brought to the attention of LBB Operations and immediately confiscated by LBB Operations or Airport Police. I. Two -Way Radio Communications 1. Contractor is required to equip vehicles used by his Project superintendent and foremen on Project with radio receiver/transmitters to monitor and maintain direct communication with FAA Air Traffic Control Tower at Lubbock Preston Smith International Airport. Contractor will provide minimum two radios, as specified. The provided radios shall consist of two Icom America, Model IC-A6 (or latest equivalent model), with AC charger, DC charger, carrying case, flexible antenna, headset adapter cable, headset desk charger, multi -charger, and two 760 mAH heavy rechargeable battery packs. 2. Communication required at 121.9 MHz frequency for Lubbock ground control. Radio contact required when construction operations are in the vicinity of any active runway, taxiway, or apron, or as directed by LBB Operations. Contractor is required to provide enough radios to maintain communication in all work areas. 3. Contractor shall be familiar with ATCT light gun signals in the event of radio failure. Refer to FAA Safety Placard, "Ground to Airport Signs and Markings," at www.faa. og v/airports/runway- safety/publications. 4. All radio operators and vehicle drivers must be fluent in the English language. J. Safety Plan Compliance Document (SPCD) 1. Contractor is required to submit an SPCD as part of the submittal process before receiving notice to proceed. SPCD shall always be adhered to. LBB reserves the right to have Contractor amend the SPCD at any time if PARKHILL 10 01271417 City of Lubbock, Texas Lubbock Preston Smith International Airport CSPP LBB Terminal Apron and Runway 8/26 Rehabilitation September 2020 concerns arise. SPCD shall, at a minimum, address CSPP items in a parallel manner. Additional detail shall be included where required by FAA AC 150/5370-2G. 2. Empty trash receptacles or secure the trash receptacle lid daily to prevent wildlife from accessing after hours. 6. WILDLIFE MANAGEMENT A. Trash 1. Contractor is required to dispose all trash in a covered receptacle or other method so trash will not become a hazard or animal attractant. B. Standing Water 1. Contractor is required to minimize standing water. C. Tall Grass and Seeds 1. Contractor shall coordinate maintenance of grass in construction area with LBB, where applicable. D. Poorly Maintained Fencing and Gates 1. Any fencing or gates used by Contractor, shall be maintained in good condition and proper working order. Gap under the fence or gate shall not exceed 3 inches. E. Disruption of Existing Wildlife Habitat 1. In the event of wildlife habitat, Contractor will immediately notify LBB and Engineer. 7. FOREIGN OBJECT DEBRIS (FOD) MANAGEMENT A. Contractor is required to train and emphasize to construction site employees, the need for continuous FOD checks on or near active airfield pavement. B. Contractor is required, at minimum, to conduct FOD checks before and after each construction shift as well as monitor nearby active pavements throughout construction shift. FOD shall be immediately removed, even if within zoned construction area. PARKHILL 11 01271417 City of Lubbock, Texas Lubbock Preston Smith International Airport CSPP LBB Terminal Apron and Runway 8/26 Rehabilitation September 2020 8. HAZARDOUS MATERIALS (HAZMAT) MANAGEMENT A. Hazardous materials will be handled and stored per the latest revision to FAA Advisory Circular 150/5370-2 (current revision), Operational Safety on Airports During Construction. Contractor must be prepared to immediately contain and clean spills resulting from fuel, oil, petroleum products, or hydraulic fluid leaks. Transportation and handling other hazardous materials on Airport require additional special procedures as addressed in latest revisions to FAA Advisory Circular 150/5320-15, Management of Airport Industrial Waste. All spills must be immediately reported to LBB Operations at 806.775.2044. In the event of an emergency, contact 911. 9. NOTIFICATION OF CONSTRUCTION ACTIVITIES A. Responsible Representatives / Points of Contact Lubbock Preston Smith International Airport Name Position Phone Number Steve Nicholson Deputy Director of Aviation 1 806.775.2036 PARKHILL, Engineer/Consultant Position Phone Number Em- Mark Haberer, P.E., CM Project Manager 806.473.3600 or 806.543.0222 Lanell Pahe Engineer 806.473.3600 Larry Castleman Engineer 806.473.3739 Mark Carrnenter RPR 806.777.0160 TBD, Quality Assurance Testing Name Position Phone Number Airport Emergencv Contact Information Department Contact Phone Number Fire/EMS/Police 911 Operations 806.774.2044 Hospital University Medical Center 806.775-8200 PARKHILL 12 01271417 City of Lubbock, Texas Lubbock Preston Smith International Airport CSPP LBB Terminal Apron and Runway 8/26 Rehabilitation September 2020 TBA, Contractor Name L Position/Trade Phone Number TBA, Subcontractors Name Position/Trade Phone Number B. Notices to Airmen (NOTAM) 1. LBB is responsible for issuing any NOTAM required before the Project begins and as Project progresses and will cancel NOTAMs at completion of intermediate construction phases of the Project, as required. Contractor is required to closely coordinate anticipated and required NOTAMs with LBB and give LBB at least a 72-hour notice of necessary NOTAMs. C. Emergency Notification Procedures 1. In case of emergency, Contractor shall immediately contact 911 first, then LBB operations at 806.775.2044. 2. Emergency vehicles shall enter at Gate 48 (east end of terminal building), unless other instruction is given. Escort shall immediately coordinate between Operations and Contractor. D. Aircraft Rescue and Firefighting (ARFF) Notification 1. During airport emergencies, ARFF vehicles always have the immediate right-of-way and may traverse any and all known roadways throughout airfield. Contractor, subcontractors, and suppliers shall immediately yield right-of-way to all Airport ARFF personnel and equipment. 2. Owner and Engineer shall be notified in writing at least 72 hours in advance if water lines or fire hydrants are out of service. 72-hour advance notification shall also be provided before performing any work that may close or affect an emergency rescue and firefighting route. 3. LBB Administration and/or LBB Operations will communicate with LBB ARFF as needed to ensure LBB ARFF remain aware of construction activities. PARKHILL 13 01271417 City of Lubbock, Texas Lubbock Preston Smith International Airport CSPP LBB Terminal Apron and Runway 8/26 Rehabilitation September 2020 E. Notification to the FAA 1. While work around FAA -owned NAVAIDS is not anticipated, Contractor will notify Consulting Engineer, LBB Operations, and FAA SSC Manager Brandon Brown, 806.766.6401, 72 hours in advance of any work around NAVAIDs or shutdowns affecting NAVAIDs, if it becomes necessary. 2. All communication with FAA Air Traffic Control Tower (ATCT) shall be through LBB Administration or LBB Operations. 10. INSPECTION REQUIREMENTS A. Daily Inspections 1. Contractor is required to perform daily safety, security, and phasing inspections to ensure compliance with CSPP. Inspections shall be documented in Contractor Daily Logs/Quality Control Logs. Reference Appendix D of FAA AC 150/5370-2G for go-by checklist. 2. Contractor is required to submit a Quality Control Plan for Owner or designated representative review before any construction begins. Quality Control Plan will address specific requirements for inspecting individual specification/pay items including test method, sampling point, testing frequency for each item, and proposed remediation action for each item if not meeting specification requirements. Quality Control Plan will also provide direction on developing inspection reports and what to include. Quality Control Plan will likely be developed in whole or in conjunction with selected Quality Control firm. Quality Control Plan shall include and address requirements of Construction Management Plan. B. Final Inspections 1. LBB Operations will perform the final safety inspection before any airfield pavement opening to aircraft. 11. UNDERGROUND UTILITIES A. Utilities 1. Contractor is responsible for locating, marking, and protecting all utilities and infrastructure during construction. Location of utilities includes notification of Texas 811 system as well as coordination with LBB Operations and FAA SSC personnel. PARKHILL 14 01271417 City of Lubbock, Texas Lubbock Preston Smith International Airport CSPP LBB Terminal Apron and Runway 8/26 Rehabilitation September 2020 2. Contractor shall repair damage to any FAA -owned utility as required by FAA SSC Manager Brandon Brown, 806.766.6401. The complete cost of repairs is Contractor responsibility. 3. Contractor shall repair damage to any utility owned by the airport or a private utility provider. The complete cost of repairs is Contractor responsibility. 12. PENALTIES A. Contractor to pay all penalty fines associated with any safety violation caused by Contractor or any subcontractor. 13. SPECIAL CONDITIONS A. FAA Form 7460-1 1. Consulting Engineer will prepare and submit FAA Form 7460-1 for project scope and proposed Construction Safety and Phasing Plan. 2. Contractor shall submit 7460s on all equipment over 20 feet high. 3. A blank Federal Aviation Administration (FAA) Form 7460-1, Notice of Proposed Construction or Alteration, is included in Appendix C. Contractor shall submit supplemental FAA Form 7460-1 to FAA at least 45 days before utilization of equipment in excess of 20 feet in height. B. Temporary Marking and Lighting 1. Temporary marking is not anticipated beyond what is indicated in the Plans to be done by the Contractor. 2. Owner will perform additional temporary marking in accordance with plan and specification requirements, if it becomes necessary, or will pay Contractor for additional services. 3. Temporary marking will be coordinated with LBB and other key stakeholders. 4. Although temporary lighting is not anticipated, Contractor will be required to bypass lighting along construction area. Follow proper log-out/tag-out protocol and coordinate all vault work with LBB. C. Onsite Burning and Blasting 1. Onsite burning and blasting are prohibited. PARKHILL 15 01271417 City of Lubbock, Texas Lubbock Preston Smith International Airport CSPP LBB Terminal Apron and Runway 8/26 Rehabilitation September 2020 D. Gun Prohibition on Airport Property 1. No firearms or guns allowed on LBB property. E. Conditions where construction activity should cease 1. Construction shall cease upon any reason deemed necessary by Contractor and/or Airport. 14. MARKING AND SIGNS A. Access Route 1. Contractor shall mark, sign, and train personnel on approved access route as necessary to ensure proper use. B. Approved Work Areas 1. Contractor is required to mark approved work areas with low -profile barricades to ensure construction personnel and equipment remain in approved areas. 2. Contractor will be required to provide, install, and maintain construction signs along Taxiways F and R notifying aircraft of construction on the terminal apron. 3. Contractor will be required to provide, install, and maintain construction signs along Taxiways J, P, K, and G. 4. Contractor will be required to provide, install, and maintain signage on both ends of the temporary taxilane during Phase 6 work. 15. HAZARD MARKING AND LIGHTING A. Equipment 1. Contractor vehicles shall be clearly identified with Contractor name, standard FAA marking, lighting, and/or flags. Rotating amber beacons required for all nighttime work. 2. Contractor shall submit 7460s on all equipment over 20 feet in height. 3. Any request to use nighttime lighting is provided two weeks before requested start time and in writing from Contractor to Engineer and LBB Airport for approval. Request shall be accompanied by plan showing proposed location, height, and orientation of lighting. PARKHILL 16 01271417 City of Lubbock, Texas Lubbock Preston Smith International Airport LBB Terminal Apron and Runway 8/26 Rehabilitation B. Work Areas CSPP September 2020 1. Temporary low -profile barricades provided by Contractor to delineate safe operating areas for aircrafts. 2. Barricades shall have flashing red lights. 3. Contractor is required to inspect lights each evening and immediately replace lights not operating correctly. 4. Contractor will be fined for non -working lights as indicated in Project specifications. 5. Construction area perimeter shall be lined with low -profile aviation barricades spaced at 4 feet. 6. Contractor will install orange construction signs on Taxiways F and R to notify pilots of construction activity. Place signs outside TOFA, just prior apron. 7. Protect all open trenches with low -profile barricades and flashing red lights at night by extending barricades and lights along both sides of the open trench. 16. PROTECTION A. Runway Safety Area (RSA) 1. No construction or material stockpile shall occur within an active RSA. RSA is 500 feet wide and extends 1,000 feet beyond runway end. Contractor shall not be near runway at any time during this project. B. Runway Object Free Area (ROFA) 1. No material stockpile will occur within an active ROFA. ROFA is 800 feet wide and 1,000 feet beyond runway end. Contractor shall not be near runway at any time during this project. C. Taxiway Safety Area (TSA) 1. No construction or material stockpile shall occur within an active TSA. TSA is 171 feet wide. Contractor shall use low -profile barricades to keep construction traffic outside any active TSA. D. Taxiway Object Free Area (TOFA) 1. No material stockpile shall occur within an active TOFA. TOFA is 259 feet wide. PARKHILL 17 01271417 City of Lubbock, Texas Lubbock Preston Smith International Airport CSPP 1.1313 Terminal Apron and Runway 8/26 Rehabilitation September 2020 E. Obstacle Free Zone (OFZ) 1. No construction activity or material stockpile will penetrate OFZ. F. Runway Approach/Departure Surfaces 1. No construction activities will penetrate approach/departure surfaces. G. Open Trenches 1. Open trenches are not permitted within RSA of an open runway or TSA of an open taxiway. Contractor shall prominently mark any open trench or excavation at construction site with lighted, low -profile barricades. H. Safety Information 1. Refer to Appendix E - Safety Details, for safety information. I. Jet Blast 1. Contractor shall take precautions to minimize effects of jet blast, particularly in areas within close proximity to aircraft being pushed back from the gate. Contractor should consider moving men and equipment away from all aircraft during pushback. J. Electrical Lock-Out/Tag-Out Requirements 1. Contractor to prepare lock out/tag out plan and communicate procedures to all staff. 2. Where applicable, coordinate all required work in the electrical vault with Owner. 17. OTHER LIMITATIONS ON CONSTRUCTION A. Prohibitions 1. No use of tall equipment over 20 feet unless a 7460-1 Determination Letter is issued for such equipment. 2. No use of open flame welding or torches. 3. No use of electrical blasting caps. 4. No use of flare pots. PARKHILL 18 01271417 City of Lubbock, Texas Lubbock Preston Smith International Airport CSPP LBB Terminal Apron and Runway 8/26 Rehabilitation September 2020 B. Restrictions 1. Any construction suspension required during specific airport operations will be coordinated by Engineer, Owner, and Contractor during construction. 2. Areas to be worked on will be coordinated with Engineer, Owner, and airlines during construction. 3. Refer to Section 16 - Hazard Marking and Lighting, for nighttime construction requirements. 4. Seasonal construction restrictions will be coordinated by Engineer, Owner, and Contractor during construction. 5. Contractor shall always remain off grassed infield except when installing infiltration structures. 6. At no time shall Contractor's personnel enter the Terminal Building. 7. Coordinate movement of all jet bridges, equipment, etc., with Engineer, Owner, and airlines. 8. Contractor employees shall not be in the active AMA. 9. AIRCRAFT HAVE THE RIGHT -OF WAY AT ALL TIMES. PARKHILL 19 01271417 APPENDIX A PROJECT AIRPORT LAYOUT PLAN PARKHILL 01271417 Page is too large to OCR. APPENDIX B CONSTRUCTION PHASING, SAFETY PLAN AND DETAILS, AND SECURITY NOTES PARKHILL 01271417 Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. APPENDIX C FAA FORM 7460-1 NOTICE OF PROPOSED CONSTRUCTION OR ALTERATION (BLANK) PARKHILL 01271417 NOTICE OF PROPOSED CONSTRUCTION OR ALTERATION § 77.7 Form and time of notice. (3) 25 to 1 for a horizontal distance of (a) If you are required to file notice under §77.9, 5,000 ft. from the nearest point of the nearest you must submit to the FAA a completed FAA landing and takeoff area of each heliport Form 7460-1, Notice of Proposed Construction described in paragraph (d) of this section. or Alteration. FAA Form 7460-1 is available at (c) Any highway, railroad, or other traverse way FAA regional offices and on the Internet. (b) You must submit this form at least 45 days before the start date of the proposed construction or alteration or the date an application for a construction permit is filed, whichever is earliest. (c) If you propose construction or alteration that is also subject to the licensing requirements of the Federal Communications Commission (FCC), you must submit notice to the FAA on or before the date that the application is filed with the FCC. (d) If you propose construction or alteration to an existing structure that exceeds 2,000 ft. in height above ground level (AGL), the FAA presumes it to be a hazard to air navigation that results in an inefficient use of airspace. You must include details explaining both why the proposal would not constitute a hazard to air navigation and why it would not cause an inefficient use of airspace. (e) The 45-day advance notice requirement is waived if immediate construction or alteration is required because of an emergency involving essential public services, public health, or public safety. You may provide notice to the FAA by any available, expeditious means. You must file a completed FAA Form 7460-1 within 5 days of the initial notice to the FAA. Outside normal business hours, the nearest flight service station will accept emergency notices. § 77.9 Construction or alteration requiring notice. If requested by the FAA, or if you propose any of the following types of construction or alteration, you must file notice with the FAA of: (a) Any construction or alteration that is more than 200 ft. AGL at its site. (b) Any construction or alteration that exceeds an imaginary surface extending outward and upward at any of the following slopes: (1) 100 to 1 for a horizontal distance of 20,000 ft. from the nearest point of the nearest runway of each airport described in paragraph (d) of this section with its longest runway more than 3,200 ft. in actual length, excluding heliports. (2) 50 to 1 for a horizontal distance of 10,000 ft. from the nearest point of the nearest runway of each airport described in paragraph (d) of this section with its longest runway no more than 3,200 ft. in actual length, excluding heliports. Mail Processing Center Federal Aviation Administration Southwest Regional Office Obstruction Evaluation Group 2601 Meacham Boulevard Fort Worth, TX 76193 Fax: (817) 321-7765 Phone: (817) 321-7750 for mobile objects, of a height which, rf adjusted upward 17 feet for an Interstate Highway that is part of the National System of Military and Interstate Highways where overcrossings are designed for a minimum of 17 feet vertical distance, 15 feet for any other public roadway, 10 feet or the height of the highest mobile object that would normally traverse the road, whichever is greater, for a private road, 23 feet for a railroad, and for a waterway or any other traverse way not previously mentioned, an amount equal to the height of the highest mobile object that would normally traverse it, would exceed a standard of paragraph (a) or (b) of this section. (d) Any construction or alteration on any of the following airports and heliports: (1) A public use airport listed in the Airport/Facility Directory, Alaska Supplement, or Pacific Chart Supplement of the U.S. Government Flight Information Publications; (2) A military airport under construction, or an airport under construction that will be available for public use; (3) An airport operated by a Federal agency or the DOD. (4) An airport or heliport with at least one FAA -approved instrument approach procedure. (e) You do not need to file notice for construction or alteration of: (1) Any object that will be shielded by existing structures of a permanent and substantial nature or by natural terrain or topographic features of equal or greater height, and will be located in the congested area of a city, town, or settlement where the shielded structure will not adversely affect safety in air navigation; (2) Any air navigation facility, airport visual approach or landing aid, aircraft arresting device, or meteorological device meeting FAA - approved siting criteria or an appropriate military service siting criteria on military airports, the location and height of which are fixed by its functional purpose; (3) Any construction or alteration for which notice is required by any other FAA regulation. (4) Any antenna structure of 20 feet or less in height, except one that would increase the height of another antenna structure. Website: https://oeaaa.faa.gov INSTRUCTIONS FOR COMPLETING FAA FORM 7460-1 PLEASE TYPE or PRINT ITEM #1. Please include the name, address and phone number of a personal contact point as well as the company name. ITEM #2. Please include the name, address and phone number of a personal contact point as well as the company name. ITEM #3. New Construction would be a structure that has not yet been built. Alteration is a change to an existing structure such as the addition of a side mounted antenna, a change to the marking and lighting, a change to power and/or frequency, or a change to the height. The nature of the alteration shall be included in ITEM #21 "Complete Description of Proposal". Existing would be a correction to the latitude and/or longitude, a correction to the height, or if filing on an existing structure which has never been studied by the FAA. The reason for the notice shall be included in ITEM #21 "Complete Description of Proposal". ITEM #4. If Permanent, so indicate. If Temporary, such as a crane or drilling derrick, enters the estimated length of time the temporary structure will be up. ITEM #5. Enter the date that construction is expected to start and the date that construction should be completed. ITEM #6. Please indicate the type of structure. DO NOT LEAVE BLANK. ITEM #7. In the event that obstruction marking and lighting is required, please indicate type desired. If no preference, check "other' and indicate "no preference" DO NOT LEAVE BLANK. NOTE: High Intensity lighting shall be used only for structures over 500' AGL. In the absence of high intensity lighting for structures over 500' AGL, marking is also required. ITEM #8. If this is an existing tower that has been registered with the FCC, enter the FCC Antenna Structure Registration number here. ITEM #9 and #10. Latitude and longitude must be geographic coordinates, accurate to within the nearest second or to the nearest hundredth of a second if known. Latitude and longitude derived solely from a hand-held G P S instrument is NOT acceptable. A hand-held GPS is only accurate to within 100 meters (328 feet) 95 percent of the time. This data, when plotted, should match the site depiction submitted under ITEM #20. ITEM #11. NAD 83 is preferred; however, latitude and longitude may be submitted in NAD 27. Also, in some geographic areas where NAD 27 and NAD 83 are not available other datum may be used. It is important to know which datum is used. DO NOT LEAVE BLANK. ITEM #12. Enter the name of the nearest city and state to the site. If the structure is or will be in a city, enter the name of that city and state. ITEM #13. Enter the full name of the nearest public -use (not private -use) airport or heliport or military airport or heliport to the site. ITEM #14. Enter the distance from the airport or heliport listed in #13 to the structure. ITEM #15. Enter the direction from the airport or heliport listed in #13 to the structure. ITEM #16. Enter the site elevation above mean sea level and expressed in whole feet rounded to the nearest foot (e.g. 17'3" rounds to 17', 17'6" rounds to 18'). This data should match the ground contour elevations for site depiction submitted under ITEM #20. ITEM #17. Enter the total structure height above ground level in whole feet rounded to the next highest foot (e.g. 17'3" rounds to 18'). The total structure height shall include anything mounted on top of the structure, such as antennas, obstruction lights, lightning rods, etc. ITEM #18. Enter the overall height above mean sea level and expressed in whole feet. This will be the total of ITEM #16 + ITEM #17. ITEM #19. If an FAA aeronautical study was previously conducted, enter the previous study number. ITEM #20. Enter the relationship of the structure to roads, airports, prominent terrain, existing structures, etc. Attach an 8-1/2" x 11" non -reduced copy of the appropriate 7.5 minute U.S. Geological Survey (USGS) Quadrangle Map MARKED WITH A PRECISE INDICATION OF THE SITE LOCATION. To obtain maps, contact USGS at 1-888-275-8747 or via internet at "http://store.usgs.gov". If available, attach a copy of a documented site survey with the surveyor's certification stating the amount of vertical and horizontal accuracy in feet. ITEM #21. • For transmitting stations, include maximum effective radiated power (ERP) and all frequencies. • For antennas, include the type of antenna and center of radiation (Attach the antenna pattern, if available). • For microwave, include azimuth relative to true north. • For overhead wires or transmission lines, include size and configuration of wires and their supporting structures (Attach depiction). • For each pole/support, include coordinates, site elevation, and structure height above ground level or water. • For buildings, include site orientation, coordinates of each corner, dimensions, and construction materials. • For alterations, explain the alteration thoroughly. • For existing structures, thoroughly explain the reason for notifying the FAA (e.g. corrections, no record or previous study, etc.). Filing this information with the FAA does not relieve the sponsor of this construction or alteration from complying with any other federal, state or local rules or regulations. If you are not sure what other rules or regulations apply to your proposal, contact local/state aviation's and zoning authorities. Paperwork Reduction Work Act Statement: This information is collected to evaluate the effect of proposed construction or alteration on air navigation and is not confidential. Providing this information is mandatory or anyone proposing construction or alteration that meets or exceeds the criteria contained in 14 CFR, part 77. We estimate that the burden of this collection is an average 19 minutes per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, completing and reviewing the collection of information. A federal agency may not conduct or sponsor, and a person is not required to respond to, nor shall a person be subject to a penalty for failure to comply with a collection of information subject to the requirements of the Paperwork Reduction Act unless that collection of information displays a currently valid OMB Control Number. The OMB control number associated with this collection is 2120-0001. Comments concerning the accuracy of this burden and suggestions for reducing the burden should be directed to the FAA at: 800 Independence Ave SW, Washington, DC 20591, Attn: Information Collection Clearance Officer, AES-200. Fcrm 7460-1 (2-12) Superseded Previous Edition Electronic Version (Adobe) NSN: 0052-00-012-0009 Please Type or Print on This Form Form Approved OMB No.2120-0001 Expiration Date: 813112014 Failure To Provide All Requested Information May Delay Processing of Your Notice U.S. Department of Transportation Notice of Proposed Construction or Alteration Federal Aviation Administration FOR FAA USE ONLY Aeronautical Study Number 1. Sponsor (person, company, etc. proposing this action): Attn. of: Name: 9. Latitude: o , 10. Longitude: 0 11. Datum: ❑ NAD 83 ❑ NAD 27 ❑ Other 12. Nearest: City: State 13. Nearest Public -use (not private -use) or Military Airport or Heliport: Address: City: State: Zip: Telephone: Fax: 14. Distance from #13. to Structure: 15. Direction from #13. to Structure: 16. Site Elevation (AMSL): ft. 17. Total Structure Height (AGL): ft. 18. Overall Height (#16 + #17) (AMSL): ft. 19. Previous FAA Aeronautical Study Number (if applicable): -OE 2. Sponsor's Representative (if other than #1): Attn. of: Name: Address: City: State: Zip: Telephone: Fax: 20. Description of Location: (Attach a USGS 7.5 minute Quadrangle Map with the precise site marked and any certified survey) 3. Notice of: ❑ New Construction ❑ Alteration ❑ Existing 4. Duration: ❑ Permanent ❑ Temporary ( months, days) 5. Work Schedule: Beginning End 6. Type: ❑ Antenna Tower ❑ Crane ❑ Building ❑ Power Line ❑ Landfill ❑ Water Tank ❑ Other 7. Marking/Painting and/or Lighting Preferred: ❑ Red Lights and Paint ❑ Dual - Red and Medium Intensity ❑ White -Medium Intensity ❑ Dual - Red and high Intensity ❑ White -High Intensity ❑ Other 8. FCC Antenna Structure Registration Number (if applicable): 21. Complete Description of Proposal: I I I Frequency/Power (kW) Notice is required by 14 Code of Federal Regulations, part 77 pursuant to 49 U.S.C., Section 44718. Persons who knowingly and willingly violate the notice requirements of part 77 are subject to a civil penalty of $1,000 per day until the notice is received, pursuant to 49 U.S.C., Section 46301(a) hereby certify that all of the above statements made by me are true, complete, and correct to the best of my knowledge. In addition, I agree to mark and/or light the structure in accordance with established marking & lighting standards as necessary. Date Typed or Printed Name and Title of Person Filing Notice Signature FAA Form 7460-1 (2-12) Supersedes Previous Edition NSN: 0052-00-012-0009 APPENDIX D ADVISORY CIRCULAR 150/5370-2G OPERATING SAFETY ON AIRPORTS DURING CONSTRUCTION PARKHILL 01271417 �1 U.S. Department of Transportation Federal Aviation Administration Subject: Operational Safety on Airports During Construction Advisory Circular Date: 12/13/2017 Initiated By: AAS-100 AC No: 150/5370-2G Change: Purpose. This AC sets forth guidelines for operational safety on airports during construction. 2 Cancellation. This AC cancels AC 150/5370-2F, Operational Safety on Airports during Construction, dated September 29, 2011. 3 Application. This AC assists airport operators in complying with Title 14 Code of Federal Regulations (CFR) Part 139, Certification of Airports. For those certificated airports, this AC provides one way, but not the only way, of meeting those requirements. The use of this AC is mandatory for those airport construction projects receiving funds under the Airport Improvement Program (AIP). See Grant Assurance No. 34, Policies, Standards, and Specifications. While we do not require non -certificated airports without grant agreements or airports using Passenger Facility Charge (PFC) Program funds for construction projects to adhere to these guidelines, we recommend that they do so to help these airports maintain operational safety during construction. 4 Related Documents. ACs and Orders referenced in the text of this AC do not include a revision letter, as they refer to the latest version. Appendix A contains a list of reading material on airport construction, design, and potential safety hazards during construction, as well as instructions for obtaining these documents. 5 Principal Changes. The AC incorporates the following principal changes: 1. Notification about impacts to both airport owned and FAA -owned NAVAIDs was added. See paragraph 2.13.5.3, NAVAIDs. 12/13/2017 AC 150/5370-2G 2. Guidance for the use of orange construction signs was added. See paragraph 2.18.4.2, Temporary Signs. 3. Open trenches or excavations may be permitted in the taxiway safety area while the taxiway is open to aircraft operations, subject to restrictions. See paragraph 2.22.3.4, Excavations. 4. Guidance for temporary shortened runways and displaced thresholds has been enhanced. See Figure and Figure. 5. Figures have been improved and a new Appendix F on the placement of orange construction signs has been added. Hyperlinks (allowing the reader to access documents located on the internet and to maneuver within this document) are provided throughout this document and are identified with underlined text. When navigating within this document, return to the previously viewed page by pressing the "ALT" and " <—" keys simultaneously. Figures in this document are schematic representations and are not to scale. 6 Use of Metrics. Throughout this AC, U.S. customary units are used followed with "soft" (rounded) conversion to metric units. The U.S. customary units govern. 7 Where to Find this AC. You can view a list of all ACs at http://www.faa. og v/regulations policies/advisory circulars/. You can view the Federal Aviation Regulations at hqp://www.faa. og v/regulations policies/faa regulations/. Feedback on this AC. If you have suggestions for improving this AC, you may use the Advisory Circular Feedback form at the end of this AC. 5;; R. Der noe4y Director of Airport Safety and Standards ii 12/13/2017 AC 150/5370-2G CONTENTS Paragraph Page Chapter 1. Planning an Airfield Construction Project.........................................................1-1 1.1 Overview....................................................................................................................... 1-1 1.2 Plan for Safety...............................................................................................................1-1 1.3 Develop a Construction Safety and Phasing Plan(CSPP)............................................ 1-3 1.4 Who Is Responsible for Safety During Construction?.................................................. 1-4 Chapter 2. Construction Safety and Phasing Plans.............................................................. 2-1 2.1 Overview....................................................................................................................... 2-1 2.2 Assume Responsibility.................................................................................................. 2-1 2.3 Submit the CSPP........................................................................................................... 2-1 2.4 Meet CSPP Requirements............................................................................................. 2-2 2.5 Coordination . ................................................................................................................ 2-6 2.6 Phasing..........................................................................................................................2-7 2.7 Areas and Operations Affected by Construction Activity ............................................ 2-7 2.8 Navigation Aid (NAVAID) Protection....................................................................... 2-11 2.9 Contractor Access....................................................................................................... 2-11 2.10 Wildlife Management................................................................................................. 2-15 2.11 Foreign Object Debris (FOD) Management............................................................... 2-16 2.12 Hazardous Materials (HAZMAT) Management......................................................... 2-16 2.13 Notification of Construction Activities....................................................................... 2-16 2.14 Inspection Requirements............................................................................................. 2-18 2.15 Underground Utilities................................................................................................. 2-19 2.16 Penalties...................................................................................................................... 2-19 2.17 Special Conditions . ..................................................................................................... 2-19 2.18 Runway and Taxiway Visual Aids............................................................................. 2-19 2.19 Marking and Signs for Access Routes........................................................................ 2-29 2.20 Hazard Marking, Lighting and Signing...................................................................... 2-30 2.21 Work Zone Lighting for Nighttime Construction....................................................... 2-32 2.22 Protection of Runway and Taxiway Safety Areas ...................................................... 2-33 2.23 Other Limitations on Construction............................................................................. 2-37 iii 12/13/2017 AC 150/5370-2G Chapter 3. Guidelines for Writing a CSPP............................................................................3-1 3.1 General Requirements................................................................................................... 3-1 3.2 Applicability of Subjects............................................................................................... 3-1 3.3 Graphical Representations............................................................................................ 3-1 3.4 Reference Documents................................................................................................... 3-2 3.5 Restrictions . .................................................................................................................. 3-2 3.6 Coordination . ................................................................................................................ 3-2 3.7 Phasing..........................................................................................................................3-2 3.8 Areas and Operations Affected by Construction.......................................................... 3-2 3.9 NAVAID Protection..................................................................................................... 3-2 3.10 Contractor Access......................................................................................................... 3-3 3.11 Wildlife Management................................................................................................... 3-4 3.12 FOD Management......................................................................................................... 3-4 3.13 HAZMAT Management................................................................................................ 3-4 3.14 Notification of Construction Activities......................................................................... 3-4 3.15 Inspection Requirements............................................................................................... 3-5 3.16 Underground Utilities................................................................................................... 3-5 3.17 Penalties . ....................................................................................................................... 3-5 3.18 Special Conditions........................................................................................................ 3-5 3.19 Runway and Taxiway Visual Aids............................................................................... 3-6 3.20 Marking and Signs for Access Routes.......................................................................... 3-6 3.21 Hazard Marking and Lighting....................................................................................... 3-6 3.22 Work Zone Lighting for Nighttime Construction......................................................... 3-6 3.23 Protection of Runway and Taxiway Safety Areas ........................................................ 3-7 3.24 Other Limitations on Construction............................................................................... 3-7 Appendix A. Related Reading Material................................................................................ A-1 AppendixB. Terms and Acronyms........................................................................................B-1 Appendix C. Safety and Phasing Plan Checklist.................................................................. C-1 Appendix D. Construction Project Daily Safety Inspection Checklist ............................... D-1 Appendix E. Sample Operational Effects Table....................................................................E-1 Appendix F. Orange Construction Signs...............................................................................F-1 iv 12/13/2017 AC 150/5370-2G FIGURES Number Page Figure 2-1. Temporary Partially Closed Runway........................................................................ 2-9 Figure 2-2. Temporary Displaced Threshold.............................................................................2-10 Figure 2-3. Markings for a Temporarily Closed Runway.......................................................... 2-21 Figure 2-4. Temporary Taxiway Closure................................................................................... 2-22 Figure 2-5. Temporary Outboard White Threshold Bars and Yellow Arrowheads .................. 2-24 Figure 2-6. Lighted X in Daytime..............................................................................................2-26 Figure 2-7. Lighted X at Night................................................................................................... 2-26 Figure 2-8. Interlocking Barricades........................................................................................... 2-31 Figure 2-9. Low Profile Barricades...........................................................................................2-32 FigureE-1. Phase I Example.......................................................................................................E-1 FigureE-2. Phase II Example......................................................................................................E-2 Figure E-3. Phase III Example.....................................................................................................E-3 Figure F-1. Approved Sign Legends............................................................................................F-1 Figure F-2. Orange Construction Sign Example 1.......................................................................F-2 Figure F-3. Orange Construction Sign Example 2.......................................................................F-3 TABLES Number Table A-1. FAA Publications............................................................... Table A-2. Code of Federal Regulation ................................................ Table B-1. Terms and Acronyms.......................................................... Table C-1. CSPP Checklist................................................................... Table D-1. Potentially Hazardous Conditions ...................................... Table E-1. Operational Effects Table ................................................... Table E-2. Runway and Taxiway Edge Protection ............................... Table E-3. Protection Prior to Runway Threshold ................................ Page ................................. A-1 ................................. A-3 ................................. B-1 ................................. C-1 ................................. D-1 .................................. E-4 .................................. E-6 .................................. E-7 ►v 12/13/2017 AC 150/5370-2G Page Intentionally Blank vi 12/13/2017 AC 150/5370-2G CHAPTER 1. PLANNING AN AIRFIELD CONSTRUCTION PROJECT 1.1 Overview. Airports are complex environments, and procedures and conditions associated with construction activities often affect aircraft operations and can jeopardize operational safety. Safety considerations are paramount and may make operational impacts unavoidable. However, careful planning, scheduling, and coordination of construction activities can minimize disruption of normal aircraft operations and avoid situations that compromise the airport's operational safety. The airport operator must understand how construction activities and aircraft operations affect one another to be able to develop an effective plan to complete the project. While the guidance in this AC is primarily used for construction operations, the concepts, methods and procedures described may also enhance the day-to-day airport maintenance operations, such as lighting maintenance and snow removal operations. 1.2 Plan for Safety. Safety, maintaining aircraft operations, and construction costs are all interrelated. Since safety must not be compromised, the airport operator must strike a balance between maintaining aircraft operations and construction costs. This balance will vary widely depending on the operational needs and resources of the airport and will require early coordination with airport users and the FAA. As the project design progresses, the necessary construction locations, activities, and associated costs will be identified and their impact to airport operations must be assessed. Adjustments are made to the proposed construction activities, often by phasing the project, and/or to airport operations to maintain operational safety. This planning effort will ultimately result in a project Construction Safety and Phasing Plan (CSPP). The development of the CSPP takes place through the following five steps: 1.2.1 Identify Affected Areas. The airport operator must determine the geographic areas on the airport affected by the construction project. Some, such as a runway extension, will be defined by the project. Others may be variable, such as the location of haul routes and material stockpiles. 1.2.2 Describe Current Operations. Identify the normal airport operations in each affected area for each phase of the project. This becomes the baseline from which the impact on operations by construction activities can be measured. This should include a narrative of the typical users and aircraft operating within the affected areas. It should also include information related to airport operations: the Aircraft Approach Category (AAC) and Airplane Design Group (ADG) of the airplanes that operate on each runway; the ADG and Taxiway Design Group (TDG)1 for each affected taxiway; designated approach visibility minimums; 1 Find Taxiway Design Group information in AC 150/5300-13, Airport Design. 1-1 12/13/2017 AC 150/5370-2G available approach and departure procedures; most demanding aircraft; declared distances; available air traffic control services; airport Surface Movement Guidance and Control System (SMGCS) plan; and others. The applicable seasons, days and times for certain operations should also be identified as applicable. 1.2.3 Allow for Temporary Changes to Operations. To the extent practical, current airport operations should be maintained during the construction. In consultation with airport users, Aircraft Rescue and Fire Fighting (ARFF) personnel, and FAA Air Traffic Organization (ATO) personnel, the airport operator should identify and prioritize the airport's most important operations. The construction activities should be planned, through project phasing if necessary, to safely accommodate these operations. When the construction activities cannot be adjusted to safely maintain current operations, regardless of their importance, then the operations must be revised accordingly. Allowable changes include temporary revisions to approach procedures, restricting certain aircraft to specific runways and taxiways, suspension of certain operations, decreased weights for some aircraft due to shortened runways, and other changes. An example of a table showing temporary operations versus current operations is shown in Appendix E. 1.2.4 Take Required Measures to Revise Operations. Once the level and type of aircraft operations to be maintained are identified, the airport operator must determine the measures required to safely conduct the planned operations during the construction. These measures will result in associated costs, which can be broadly interpreted to include not only direct construction costs, but also loss of revenue from impacted operations. Analysis of costs may indicate a need to reevaluate allowable changes to operations. As aircraft operations and allowable changes will vary widely among airports, this AC presents general guidance on those subjects. 1.2.5 Manage Safety Risk. The FAA is committed to incorporating proactive safety risk management (SRM) tools into its decision -making processes. FAA Order 5200.11, FAA Airports (ARP) Safety Management System (SMS), requires the FAA to conduct a Safety Assessment for certain triggering actions. Certain airport projects may require the airport operator to provide a Project Proposal Summary to help the FAA determine whether a Safety Assessment is required prior to FAA approval of the CSPP. The airport operator must coordinate with the appropriate FAA Airports Regional or District Office early in the development of the CSPP to determine the need for a Safety Risk Assessment. If the FAA requires an assessment, the airport operator must at a minimum: 1. Notify the appropriate FAA Airports Regional or District Office during the project "scope development" phase of any project requiring a CSPP. 2. Provide documents identified by the FAA as necessary to conduct SRM. 3. Participate in the SRM process for airport projects. 4. Provide a representative to participate on the SRM panel. 1-2 12/13/2017 AC 150/5370-2G 5. Ensure that all applicable SRM identified risks elements are recorded and mitigated within the CSPP. 1.3 Develop a Construction Safety and Phasing Plan (CSPP). Development of an effective CSPP will require familiarity with many other documents referenced throughout this AC. See Appendix A for a list of related reading material. 1.3.1 List Requirements. A CSPP must be developed for each on -airfield construction project funded by the Airport Improvement Program (AIP) or located on an airport certificated under Part 139. For on -airfield construction projects at Part 139 airports funded without AIP funds, the preparation of a CSPP represents an acceptable method the certificate holder may use to meet Part 139 requirements during airfield construction activity. As per FAA Order 5200.11, projects that require Safety Assessments do not include construction, rehabilitation, or change of any facility that is entirely outside the air operations area, does not involve any expansion of the facility envelope and does not involve construction equipment, haul routes or placement of material in locations that require access to the air operations area, increase the facility envelope, or impact line -of -sight. Such facilities may include passenger terminals and parking or other structures. However, extraordinary circumstances may trigger the need for a Safety Assessment and a CSPP. The CSPP is subject to subsequent review and approval under the FAA's Safety Risk Management procedures (see paragraph 1.2.5). 1.3.2 Prepare a Safety Plan Compliance Document (SPCD The Safety Plan Compliance Document (SPCD) details how the contractor will comply with the CSPP. Also, it will not be possible to determine all safety plan details (for example specific hazard equipment and lighting, contractor's points of contact, construction equipment heights) during the development of the CSPP. The successful contractor must define such details by preparing an SPCD that the airport operator reviews for approval prior to issuance of a notice -to -proceed. The SPCD is a subset of the CSPP, similar to how a shop drawing review is a subset to the technical specifications. 1.3.3 Assume Responsibility for the CSPP. The airport operator is responsible for establishing and enforcing the CSPP. The airport operator may use the services of an engineering consultant to help develop the CSPP. However, writing the CSPP cannot be delegated to the construction contractor. Only those details the airport operator determines cannot be addressed before contract award are developed by the contractor and submitted for approval as the SPCD. The SPCD does not restate nor propose differences to provisions already addressed in the CSPP. 1-3 12/13/2017 AC 150/5370-2G 1.4 Who Is Responsible for Safety During Construction? 1.4.1 Establish a Safety Culture. Everyone has a role in operational safety on airports during construction: the airport operator, the airport's consultants, the construction contractor and subcontractors, airport users, airport tenants, ARFF personnel, Air Traffic personnel, including Technical Operations personnel, FAA Airports Division personnel, and others, such as military personnel at any airport supporting military operations (e.g. national guard or a joint use facility). Close communication and coordination between all affected parties is the key to maintaining safe operations. Such communication and coordination should start at the project scoping meeting and continue through the completion of the project. The airport operator and contractor should conduct onsite safety inspections throughout the project and immediately remedy any deficiencies, whether caused by negligence, oversight, or project scope change. 1.4.2 Assess Airport Operator's Responsibilities. An airport operator has overall responsibility for all activities on an airport, including construction. This includes the predesign, design, preconstruction, construction, and inspection phases. Additional information on the responsibilities listed below can be found throughout this AC. The airport operator must: 1-4 12/13/2017 AC 150/5370-2G 1.4.2.1 Develop a CSPP that complies with the safety guidelines of Chapter 2, Construction Safety and Phasing Plans, and Chapter 3, Guidelines for Writing a CSPP. The airport operator may develop the CSPP internally or have a consultant develop the CSPP for approval by the airport operator. For tenant sponsored projects, approve a CSPP developed by the tenant or its consultant. 1.4.2.2 Require, review and approve the SPCD by the contractor that indicates how it will comply with the CSPP and provides details that cannot be determined before contract award. 1.4.2.3 Convene a preconstruction meeting with the construction contractor, consultant, airport employees and, if appropriate, tenant sponsor and other tenants to review and discuss project safety before beginning construction activity. The appropriate FAA representatives should be invited to attend the meeting. See AC 150/5370-12 Quality Management for Federally Funded Airport Construction Projects. (Note "FAA" refers to the Airports Regional or District Office, the Air Traffic Organization, Flight Standards Service, and other offices that support airport operations, flight regulations, and construction/environmental policies.) 1.4.2.4 Ensure contact information is accurate for each representative/point of contact identified in the CSPP and SPCD. 1.4.2.5 Hold weekly or, if necessary, daily safety meetings with all affected parties to coordinate activities. 1.4.2.6 Notify users, ARFF personnel, and FAA ATO personnel of construction and conditions that may adversely affect the operational safety of the airport via Notices to Airmen (NOTAM) and other methods, as appropriate. Convene a meeting for review and discussion if necessary. 1.4.2.7 Ensure construction personnel know applicable airport procedures and changes to those procedures that may affect their work. 1.4.2.8 Ensure that all temporary construction signs are located per the scheduled list for each phase of the project. 1.4.2.9 Ensure construction contractors and subcontractors undergo training required by the CSPP and SPCD. 1.4.2.10 Ensure vehicle and pedestrian operations addressed in the CSPP and SPCD are coordinated with airport tenants, the airport traffic control tower (ATCT), and construction contractors. 1.4.2.11 At certificated airports, ensure each CSPP and SPCD is consistent with Part 139. 1-5 12/13/2017 AC 150/5370-2G 1.4.2.12 Conduct inspections sufficiently frequently to ensure construction contractors and tenants comply with the CSPP and SPCD and that there are no altered construction activities that could create potential safety hazards. 1.4.2.13 Take immediate action to resolve safety deficiencies. 1.4.2.14 At airports subject to 49 CFR Part 1542, Airport Security, ensure construction access complies with the security requirements of that regulation. 1.4.2.15 Notify appropriate parties when conditions exist that invoke provisions of the CSPP and SPCD (for example, implementation of low -visibility operations). 1.4.2.16 Ensure prompt submittal of a Notice of Proposed Construction or Alteration (Form 7460-1) for conducting an aeronautical study of potential obstructions such as tall equipment (cranes, concrete pumps, other), stock piles, and haul routes. A separate form may be filed for each potential obstruction, or one form may be filed describing the entire construction area and maximum equipment height. In the latter case, a separate form must be filed for any object beyond or higher than the originally evaluated area/height. The FAA encourages online submittal of forms for expediency at https:Hoeaaa.faa.gov/oeaaa/external/portal.jssp. The appropriate FAA Airports Regional or District Office can provide assistance in determining which objects require an aeronautical study. 1.4.2.17 Ensure prompt transmission of the Airport Sponsor Strategic Event Submission, FAA Form 6000-26, located at https:Hoeaaa.faa.gov/oeaaa/extemal/content/AIRPORT_SPONSOR STR ATEGIC_EVENT _SUBMISSION _FORM.pdf, to assure proper coordination for NAS Strategic Interruption per Service Level Agreement with ATO. 1.4.2.18 Promptly notify the FAA Airports Regional or District Office of any proposed changes to the CSPP prior to implementation of the change. Changes to the CSPP require review and approval by the airport operator and the FAA. The FAA Airports Regional or District office will determine if further coordination within the FAA is needed. Coordinate with appropriate local and other federal government agencies, such as Environmental Protection Agency (EPA), Occupational Safety and Health Administration (OSHA), Transportation Security Administration (TSA), and the state environmental agency. 1.4.3 Define Construction Contractor's Responsibilities. The contractor is responsible for complying with the CSPP and SPCD. The contractor must: 1101 12/13/2017 AC 150/5370-2G 1.4.3.1 Submit a Safety Plan Compliance Document (SPCD) to the airport operator describing how it will comply with the requirements of the CSPP and supply any details that could not be determined before contract award. The SPCD must include a certification statement by the contractor, indicating an understanding of the operational safety requirements of the CSPP and the assertion of compliance with the approved CSPP and SPCD unless written approval is granted by the airport operator. Any construction practice proposed by the contractor that does not conform to the CSPP and SPCD may impact the airport's operational safety and will require a revision to the CSPP and SPCD and re -coordination with the airport operator and the FAA in advance. 1.4.3.2 Have available at all times copies of the CSPP and SPCD for reference by the airport operator and its representatives, and by subcontractors and contractor employees. 1.4.3.3 Ensure that construction personnel are familiar with safety procedures and regulations on the airport. Provide a point of contact who will coordinate an immediate response to correct any construction -related activity that may adversely affect the operational safety of the airport. Many projects will require 24-hour coverage. 1.4.3.4 Identify in the SPCD the contractor's on -site employees responsible for monitoring compliance with the CSPP and SPCD during construction. At least one of these employees must be on -site when active construction is taking place. 1.4.3.5 Conduct sufficient inspections to ensure construction personnel comply with the CSPP and SPCD and that there are no altered construction activities that could create potential safety hazards. 1.4.3.6 Restrict movement of construction vehicles and personnel to permitted construction areas by flagging, barricading, erecting temporary fencing, or providing escorts, as appropriate, and as specified in the CSPP and SPCD. 1.4.3.7 Ensure that no contractor employees, employees of subcontractors or suppliers, or other persons enter any part of the air operations area (AOA) from the construction site unless authorized. 1.4.3.8 Ensure prompt submittal through the airport operator of Form 7460-1 for the purpose of conducting an aeronautical study of contractor equipment such as tall equipment (cranes, concrete pumps, and other equipment), stock piles, and haul routes when different from cases previously filed by the airport operator. The FAA encourages online submittal of forms for expediency at hitps:Hoeaaa.faa.gov/oeaaa/extemal/portal.jssp. 1-7 12/13/2017 AC 150/5370-2G 1.4.3.9 Ensure that all necessary safety mitigations are understood by all parties involved, and any special requirements of each construction phase will be fulfilled per the approved timeframe. 1.4.3.10 Participate in pre -construction meetings to review construction limits, safety mitigations, NOTAMs, and understand all special airport operational needs during each phase of the project. 1.4.4 Define Tenant's Responsibilities. If planning construction activities on leased property, Airport tenants, such as airline operators, fixed base operators, and FAA ATO/Technical Operations sponsoring construction are strongly encouraged to: 1. Develop, or have a consultant develop, a project specific CSPP and submit it to the airport operator. The airport operator may forgo a complete CSPP submittal and instead incorporate appropriate operational safety principles and measures addressed in the advisory circular within their tenant lease agreements. 2. In coordination with its contractor, develop an SPCD and submit it to the airport operator for approval issued prior to issuance of a Notice to Proceed. 3. Ensure that construction personnel are familiar with safety procedures and regulations on the airport during all phases of the construction. 4. Provide a point of contact of who will coordinate an immediate response to correct any construction -related activity that may adversely affect the operational safety of the airport. 5. Identify in the SPCD the contractor's on -site employees responsible for monitoring compliance with the CSPP and SPCD during construction. At least one of these employees must be on -site when active construction is taking place. 6. Ensure that no tenant or contractor employees, employees of subcontractors or suppliers, or any other persons enter any part of the AOA from the construction site unless authorized. 7. Restrict movement of construction vehicles to construction areas by flagging and barricading, erecting temporary fencing, or providing escorts, as appropriate, as specified in the CSPP and SPCD. 8. Ensure prompt submittal through the airport operator of Form 7460-1 for conducting an aeronautical study of contractor equipment such as tall equipment (cranes, concrete pumps, other), stock piles, and haul routes. The FAA encourages online submittal of forms for expediency at hLtps:Hoeaaa.faa.gov/oeaaa/extemal/portal.jsp. 9. Participate in pre -construction meetings to review construction limits, safety mitigations, NOTAMs, and understand all special airport operational needs during each phase of the project. 1-8 12/13/2017 AC 150/5370-2G CHAPTER 2. CONSTRUCTION SAFETY AND PHASING PLANS 2.1 Overview. Aviation safety is the primary consideration at airports, especially during construction. The airport operator's CSPP and the contractor's Safety Plan Compliance Document (SPCD) are the primary tools to ensure safety compliance when coordinating construction activities with airport operations. These documents identify all aspects of the construction project that pose a potential safety hazard to airport operations and outline respective mitigation procedures for each hazard. They must provide information necessary for the Airport Operations department to conduct airfield inspections and expeditiously identify and correct unsafe conditions during construction. All aviation safety provisions included within the project drawings, contract specifications, and other related documents must also be reflected in the CSPP and SPCD. 2.2 Assume Responsibility. Operational safety on the airport remains the airport operator's responsibility at all times. The airport operator must develop, certify, and submit for FAA approval each CSPP. It is the airport operator's responsibility to apply the requirements of the FAA approved CSPP. The airport operator must revise the CSPP when conditions warrant changes and must submit the revised CSPP to the FAA for approval. The airport operator must also require and approve a SPCD from the project contractor. 2.3 Submit the CSPP. Construction Safety and Phasing Plans should be developed concurrently with the project design. Milestone versions of the CSPP should be submitted for review and approval as follows. While these milestones are not mandatory, early submission will help to avoid delays. Submittals are preferred in 8.5 X 11 inch or 11 X 17 inch format for compatibility with the FAA's Obstruction Evaluation / Airport Airspace Analysis (OE / AAA) process. 2.3.1 Submit an Outline/Draft. By the time approximately 25% to 30% of the project design is completed, the principal elements of the CSPP should be established. Airport operators are encouraged to submit an outline or draft, detailing all CSPP provisions developed to date, to the FAA for review at this stage of the project design. 2.3.2 Submit a CSPP. The CSPP should be formally submitted for FAA approval when the project design is 80 percent to 90 percent complete. Since provisions in the CSPP will influence contract costs, it is important to obtain FAA approval in time to include all such provisions in the procurement contract. 2-1 12/13/2017 AC 150/5370-2G 2.3.3 Submit an SPCD. The contractor should submit the SPCD to the airport operator for approval to be issued prior to the Notice to Proceed. 2.3.4 Submit CSPP Revisions. All revisions to a previously approved CSPP must be re -submitted to the FAA for review and approval/disapproval action. 2.4 Meet CSPP Requirements. 2.4.1 To the extent possible, the CSPP should address the following as outlined in Chapter 3, Guidelines for Writing a CSPP. Details that cannot be determined at this stage are to be included in the SPCD. 1. Coordination. a. Contractor progress meetings. b. Scope or schedule changes. c. FAA ATO coordination. 2. Phasing. a. Phase elements. b. Construction safety drawings. 3. Areas and operations affected by the construction activity. a. Identification of affected areas. b. Mitigation of effects. 4. Protection of navigation aids (NAVAIDs). 5. Contractor access. a. Location of stockpiled construction materials. b. Vehicle and pedestrian operations. 6. Wildlife management. a. Trash. b. Standing water. c. Tall grass and seeds. d. Poorly maintained fencing and gates. e. Disruption of existing wildlife habitat. 7. Foreign Object Debris (FOD) management. 8. Hazardous materials (HAZMAT) management. 9. Notification of construction activities. 2-2 12/13/2017 AC 150/5370-2G a. Maintenance of a list of responsible representatives/ points of contact. b. NOTAM. c. Emergency notification procedures. d. Coordination with ARFF Personnel. e. Notification to the FAA. 10. Inspection requirements. a. Daily (or more frequent) inspections. b. Final inspections. 11. Underground utilities. 12. Penalties. 13. Special conditions. 14. Runway and taxiway visual aids. Marking, lighting, signs, and visual NAVAIDs. a. General. b. Markings. c. Lighting and visual NAVAIDs. d. Signs, temporary, including orange construction signs, and permanent signs. 15. Marking and signs for access routes. 16. Hazard marking and lighting. a. Purpose. b. Equipment. 17. Work zone lighting for nighttime construction (if applicable). 18. Protection of runway and taxiway safety areas, object free areas, obstacle free zones, and approach/departure surfaces. a. Runway Safety Area (RSA). b. Runway Object Free Area (ROFA). c. Taxiway Safety Area (TSA). Provide details for any adjustments to Taxiway Safety Area width to allow continued operation of smaller aircraft. See paragraph 2.22.3. d. Taxiway Object Free Area (TOFA). Provide details for any continued aircraft operations while construction occurs within the TOFA. See paragraph 2.22.4. e. Obstacle Free Zone (OFZ). f. Runway approach/departure surfaces. 19. Other limitations on construction. a. Prohibitions. 2-3 12/13/2017 AC 150/5370-2G b. Restrictions. 2.4.2 The Safety Plan Compliance Document (SPCD) should include a general statement by the construction contractor that he/she has read and will abide by the CSPP. In addition, the SPCD must include all supplemental information that could not be included in the CSPP prior to the contract award. The contractor statement should include the name of the contractor, the title of the project CSPP, the approval date of the CSPP, and a reference to any supplemental information (that is, "I, (Name of Contractor), have read the (Title of Project) CSPP, approved on (Date), and will abide by it as written and with the following additions as noted:"). The supplemental information in the SPCD should be written to match the format of the CSPP indicating each subject by corresponding CSPP subject number and title. If no supplemental information is necessary for any specific subject, the statement, "No supplemental information," should be written after the corresponding subject title. The SPCD should not duplicate information in the CSPP: 1. Coordination. Discuss details of proposed safety meetings with the airport operator and with contractor employees and subcontractors. 2. Phasing. Discuss proposed construction schedule elements, including: a. Duration of each phase. b. Daily start and finish of construction, including "night only" construction. c. Duration of construction activities during: i. Normal runway operations. ii. Closed runway operations. iii. Modified runway "Aircraft Reference Code" usage. 3. Areas and operations affected by the construction activity. These areas and operations should be identified in the CSPP and should not require an entry in the SPCD. 4. Protection of NAVAIDs. Discuss specific methods proposed to protect operating NAVAIDs. 5. Contractor access. Provide the following: a. Details on how the contractor will maintain the integrity of the airport security fence (gate guards, daily log of construction personnel, and other). b. Listing of individuals requiring driver training (for certificated airports and as requested). c. Radio communications. i. Types of radios and backup capabilities. ii. Who will be monitoring radios. iii. Who to contact if the ATCT cannot reach the contractor's designated person by radio. 2-4 12/13/2017 AC 150/5370-2G d. Details on how the contractor will escort material delivery vehicles. 6. Wildlife management. Discuss the following: a. Methods and procedures to prevent wildlife attraction. b. Wildlife reporting procedures. 7. Foreign Object Debris (FOD) management. Discuss equipment and methods for control of FOD, including construction debris and dust. 8. Hazardous Materials (HAZMAT) management. Discuss equipment and methods for responding to hazardous spills. 9. Notification of construction activities. Provide the following: a. Contractor points of contact. b. Contractor emergency contact. Listing of tall or other requested equipment proposed for use on the airport and the timeframe for submitting 7460-1 forms not previously submitted by the airport operator. d. Batch plant details, including 7460-1 submittal. 10. Inspection requirements. Discuss daily (or more frequent) inspections and special inspection procedures. 11. Underground utilities. Discuss proposed methods of identifying and protecting underground utilities. 12. Penalties. Penalties should be identified in the CSPP and should not require an entry in the SPCD. 13. Special conditions. Discuss proposed actions for each special condition identified in the CSPP. 14. Runway and taxiway visual aids. Including marking, lighting, signs, and visual NAVAIDs. Discuss proposed visual aids including the following: a. Equipment and methods for covering signage and airfield lights. b. Equipment and methods for temporary closure markings (paint, fabric, other). c. Temporary orange construction signs. d. Types of temporary Visual Guidance Slope Indicators (VGSI). 15. Marking and signs for access routes. Discuss proposed methods of demarcating access routes for vehicle drivers. 16. Hazard marking and lighting. Discuss proposed equipment and methods for identifying excavation areas. 17. Work zone lighting for nighttime construction (if applicable). Discuss proposed equipment, locations, aiming, and shielding to prevent interference with air traffic control and aircraft operations. 2-5 12/13/2017 AC 150/5370-2G 18. Protection of runway and taxiway safety areas, object free areas, obstacle free zones, and approach/departure surfaces. Discuss proposed methods of identifying, demarcating, and protecting airport surfaces including: a. Equipment and methods for maintaining Taxiway Safety Area standards. b. Equipment and methods to ensure the safe passage of aircraft where Taxiway Safety Area or Taxiway Object Free Area standards cannot be maintained. c. Equipment and methods for separation of construction operations from aircraft operations, including details of barricades. 19. Other limitations on construction should be identified in the CSPP and should not require an entry in the SPCD. 2.5 Coordination. Airport operators, or tenants responsible for design, bidding and conducting construction on their leased properties, should ensure at all project developmental stages, such as predesign, prebid, and preconstruction conferences, they capture the subject of airport operational safety during construction (see AC 150/5370-12, Quality Management for Federally Funded Airport Construction Projects). In addition, the following should be coordinated as required: 2.5.1 Progress Meetings Operational safety should be a standing agenda item for discussion during progress meetings throughout the project developmental stages. 2.5.2 Scope or Schedule Changes. Changes in the scope or duration at any of the project stages may require revisions to the CSPP and review and approval by the airport operator and the FAA (see paragraph 1.4.2.17). 2.5.3 FAA ATO Coordination. Early coordination with FAA ATO is highly recommended during the design phase and is required for scheduling Technical Operations shutdowns prior to construction. Coordination is critical to restarts of NAVAID services and to the establishment of any special procedures for the movement of aircraft. Formal agreements between the airport operator and appropriate FAA offices are recommended. All relocation or adjustments to NAVAIDs, or changes to final grades in critical areas, should be coordinated with FAA ATO and may require an FAA flight inspection prior to restarting the facility. Flight inspections must be coordinated and scheduled well in advance of the intended facility restart. Flight inspections may require a reimbursable agreement between the airport operator and FAA ATO. Reimbursable agreements should be coordinated a minimum of 12 months prior to the start of construction. (See paragraph 2.13.5.3.2 for required FAA notification regarding FAA -owned NAVAIDs.) W, 12/13/2017 AC 150/5370-2G 2.6 Phasing. Once it has been determined what types and levels of airport operations will be maintained, the most efficient sequence of construction may not be feasible. In this case, the sequence of construction may be phased to gain maximum efficiency while allowing for the required operations. The development of the resulting construction phases should be coordinated with local Air Traffic personnel and airport users. The sequenced construction phases established in the CSPP must be incorporated into the project design and must be reflected in the contract drawings and specifications. 2.6.1 Phase Elements. For each phase the CSPP should detail: • Areas closed to aircraft operations. • Duration of closures. • Taxi routes and/or areas of reduced TSA and TOFA to reflect reduced ADG use. • ARFF access routes. • Construction staging, disposal, and cleanout areas. • Construction access and haul routes. • Impacts to NAVAIDs. • Lighting, marking, and signing changes. • Available runway length and/or reduced RSA and ROFA to reflect reduced ADG use. • Declared distances (if applicable). • Required hazard marking, lighting, and signing. • Work zone lighting for nighttime construction (if applicable). • Lead times for required notifications. 2.6.2 Construction Safety Drawings. Drawings specifically indicating operational safety procedures and methods in affected areas (i.e., construction safety drawings) should be developed for each construction phase. Such drawings should be included in the CSPP as referenced attachments and should also be included in the contract drawing package. 2.7 Areas and Operations Affected by Construction Activity. Runways and taxiways should remain in use by aircraft to the maximum extent possible without compromising safety. Pre -meetings with the FAA ATO will support operational simulations. See Appendix E for an example of a table showing temporary operations versus current operations. The tables in Appendix E can be useful for coordination among all interested parties, including FAA Lines of Business. 2-7 12/13/2017 AC 150/5370-2G 2.7.1 Identification of Affected Areas. Identifying areas and operations affected by the construction helps to determine possible safety problems. The affected areas should be identified in the construction safety drawings for each construction phase. (See paragraph 2.6.2.) Of particular concern are: 2.7.1.1 Closing, or Partial Closing, of Runways, Taxiways and Aprons, and Displaced Thresholds. When a runway is partially closed, a portion of the pavement is unavailable for any aircraft operation, meaning taxiing, landing, or takeoff in either direction on that pavement is prohibited. A displaced threshold, by contrast, is established to ensure obstacle clearance and adequate safety area for landing aircraft. The pavement prior to the displaced threshold is normally available for take -off in the direction of the displacement and for landing and takeoff in the opposite direction. Misunderstanding this difference, may result in issuance of an inaccurate NOTAM, and can lead to a hazardous condition. 2.7.1.1.1 Partially Closed Runways. The temporarily closed portion of a partially closed runway will generally extend from the threshold to a taxiway that may be used for entering and exiting the runway. If the closed portion extends to a point between taxiways, pilots will have to back -taxi on the runway, which is an undesirable operation. See Figure for a desirable configuration. 2.7.1.1.2 Displaced Thresholds. Since the portion of the runway pavement between the permanent threshold and a standard displaced threshold is available for takeoff and for landing in the opposite direction, the temporary displaced threshold need not be located at an entrance/exit taxiway. See Figure. 2.7.1.2 Closing of aircraft rescue and fire fighting access routes. 2.7.1.3 Closing of access routes used by airport and airline support vehicles. 2.7.1.4 Interruption of utilities, including water supplies for fire fighting. 2.7.1.5 Approach/departure surfaces affected by heights of objects. 2.7.1.6 Construction areas, storage areas, and access routes near runways, taxiways, aprons, or helipads. 2-8 12/13/2017 AC 150/5370-2G Figure 2-1. Temporary Partially Closed Runway CHANGE LENSES AS NECESSARY OBLITERATE AIMING POINT MARKING COVER DISTANCE REMAINING SIGN \ IN THIS DIRECTION INSTALL SIGN AT BOTH ENDS OF THE RUNWAY (OPTIONAL) FM 1101 (- Z V OBLITERATE TAXIWAY L [— CENTERLINE MARKINGS TO CLOSED AREAS m INSTALL TEMPORARY TAXIWAY CLOSED MARKING 1 BLAST FENCE TO PROTECT \ Q CONSTRUCTION ZONE (MAY BE REQUIRED). IF BLAST FENCE IS NOT USED, INSTALL LOW PROFILE BARRICADES SLOW PROFILE BARRICADES WITH FLASHERS SEE NOTE 1 OBLITERATE RUNWAY DESIGNATION — AND CENTERLINE MARKINGS DISCONNECT/COVER TAXIWAY DIRECTION SIGNS DISCONNECT/COVER TAXIWAY DIRECTION SIGN DISCONNECT LIGHTS (TYPICAL) OBLITERATE THRESHOLD MARKINGS USE DECLARED DISTANCES TO PROVIDE RSA AND CLEAR APPROACH AND DEPARTURE SURFACE INSTALL TEMPORARY RUNWAY DESIGNATION AND THRESHOLD BAR 000 OOOO CONSTRUCTION AREA 2-9 INSTALL TEMPORARY RUNWAY THRESHOLD/END LIGHTING INSTALL TEMPORARY REIL (OPTIONAL) OBLITERATE TOUCHDOWN ZONE MARKING INSTALL TEMPORARY CHEVRONS RUNWAY SAFETY AREA EXTENDS REQUIRED DISTANCE PRIOR TO THRESHOLD NOTES: 1. PLACE LOW PROFILE BARRICADES AT ALL ACCESS POINTS TO CLOSED SECTION OF RUNWAY. 2. THIS FIGURE IS A SCHEMATIC REPRESENTATION AND NOT INTENDED FOR INSPECTION PURPOSES. REFER TO THE APPLICABLE ACs FOR GUIDANCE. 3. THIS FIGURE DEPICTS A TYPICAL TEMPORARY PARTIALLY CLOSED RUNWAY. THE ACTUAL TEMPORARY MEASURES WILL VARY PER EACH SPECIFIC SITUATION. 4. DISCONNECT/COVER LIGHTS IN CLOSED AREAS. 5. DURING CONSTRUCTION VASI AND PAPI SYSTEMS SHOULD BE TAKEN OUT OF SERVICE. NOT TO SCALE 12/13/2017 AC 150/5370-2G Figure 2-2. Temporary Displaced Threshold OBLITERATE AIMING POINT MARKING INSTALL TEMPORARY RUNWAY DESIGNATION, ARROWHEADS AND DISPLACED THRESHOLD BAR INSTALL TEMPORARY ' RUNWAY THRESHOLD LIGHTING (INBOARD LIGHT IS YELLOW/GREEN, ALL OTHERS ARE BLANKIGREEN) INSTALL TEMPORARY ARROWS TO EXISTING CENTERLINE MARKING, SEE NOTE TURN CENTERLINE LIGHTS OFF IF DISPLACEMENT OF THRESHOLD IS MORE THAN 700' OBLITERATE RUNWAY DESIGNATION MARKING CHANGE EXISTING LIGHTS TO YELLOW/RED . N . I �Y V Q � NOTES: 1. THIS FIGURE IS A SCHEMATIC REPRESENTATION AND NOT INTENDED FOR INSPECTION PURPOSES. REFER TO THE APPLICABLE ACs FOR GUIDANCE. 2. THIS FIGURE DIPICTS A TYPICAL TEMPORARY DISPLACED THRESHOLD. THE ACTUAL TEMPORARY MEASURES WILL VARY PER EACH SPECIFIC SITUATION. 3. DURING CONSTRUCTION VASI AND PAPI SYSTEMS SHOULD BE TAKEN OUT OF SERVICE. Note: See paragraph 2.18.2.5. USE DECLARED DISTANCES TO PROVIDE RSA AND CLEAR INSTALL APPROACH/DEPARTURE TEMPORARY SURFACE REIL (OPTIONAL) v8®® OBLITERATE TOUCHDOWN ZONE AND CENTERLINE MARKING RUNWAY SAFETY AREA EXTENDS REQUIRED DISTANCE PRIOR TO THRESHOLD CONSTRUCTION AREA p e e 2-10 OBLITERATE THRESHOLD MARKINGS INSTALL RED/RED LIGHTS BLAST FENCE OUTSIDE TOFA TO PROTECT CONSTRUCTION ZONE (MAY BE REQUIRED) NOT TO SCALE 12/13/2017 AC 150/5370-2G 2.7.2 Mitigation of Effects. Establishment of specific procedures is necessary to maintain the safety and efficiency of airport operations. The CSPP must address: 2.7.2.1 Temporary changes to runway and/or taxi operations. 2.7.2.2 Detours for ARFF and other airport vehicles. 2.7.2.3 Maintenance of essential utilities. 2.7.2.4 Temporary changes to air traffic control procedures. Such changes must be coordinated with the ATO. 2.8 Navigation Aid (NAVAID) Protection. Before commencing construction activity, parking vehicles, or storing construction equipment and materials near a NAVAID, coordinate with the appropriate FAA ATO/Technical Operations office to evaluate the effect of construction activity and the required distance and direction from the NAVAID. (See paragraph 2.13.5.3.) Construction activities, materials/equipment storage, and vehicle parking near electronic NAVAIDs require special consideration since they may interfere with signals essential to air navigation. If any NAVAID may be affected, the CSPP and SPCD must show an understanding of the "critical area" associated with each NAVAID and describe how it will be protected. Where applicable, the operational critical areas of NAVAIDs should be graphically delineated on the project drawings. Pay particular attention to stockpiling material, as well as to movement and parking of equipment that may interfere with line of sight from the ATCT or with electronic emissions. Interference from construction equipment and activities may require NAVAID shutdown or adjustment of instrument approach minimums for low visibility operations. This condition requires that a NOTAM be filed (see paragraph 2.13.2). Construction activities and materials/equipment storage near a NAVAID must not obstruct access to the equipment and instruments for maintenance. Submittal of a 7460-1 form is required for construction vehicles operating near FAA NAVAIDs. (See paragraph 2.13.5.3.) 2.9 Contractor Access. The CSPP must detail the areas to which the contractor must have access, and explain how contractor personnel will access those areas. Specifically address: 2.9.1 Location of Stockpiled Construction Materials. Stockpiled materials and equipment storage are not permitted within the RSA and OFZ, and if possible should not be permitted within the Object Free Area (OFA) of an operational runway. Stockpiling material in the OFA requires submittal of a 7460-1 form and justification provided to the appropriate FAA Airports Regional or District Office for approval. The airport operator must ensure that stockpiled materials and equipment adjacent to these areas are prominently marked and lighted during hours of restricted visibility or darkness. (See paragraph 2.18.2.) This includes determining and 2-11 12/13/2017 AC 150/5370-2G verifying that materials are stabilized and stored at an approved location so as not to be a hazard to aircraft operations and to prevent attraction of wildlife and foreign object damage from blowing or tracked material. See paragraphs 2.10 and 2.11. 2.9.2 Vehicle and Pedestrian Operations. The CSPP should include specific vehicle and pedestrian requirements. Vehicle and pedestrian access routes for airport construction projects must be controlled to prevent inadvertent or unauthorized entry of persons, vehicles, or animals onto the AOA. The airport operator should coordinate requirements for vehicle operations with airport tenants, contractors, and the FAA air traffic manager. In regard to vehicle and pedestrian operations, the CSPP should include the following, with associated training requirements: 2.9.2.1 Construction Site Parking. Designate in advance vehicle parking areas for contractor employees to prevent any unauthorized entry of persons or vehicles onto the AOA. These areas should provide reasonable contractor employee access to the job site. 2.9.2.2 Construction Equipment Parking. Contractor employees must park and service all construction vehicles in an area designated by the airport operator outside the OFZ and never in the safety area of an active runway or taxiway. Unless a complex setup procedure makes movement of specialized equipment infeasible, inactive equipment must not be parked on a closed taxiway or runway. If it is necessary to leave specialized equipment on a closed taxiway or runway at night, the equipment must be well lighted. Employees should also park construction vehicles outside the OFA when not in use by construction personnel (for example, overnight, on weekends, or during other periods when construction is not active). Parking areas must not obstruct the clear line of sight by the ATCT to any taxiways or runways under air traffic control nor obstruct any runway visual aids, signs, or navigation aids. The FAA must also study those areas to determine effects on airport design criteria, surfaces established by 14 CFR Part 77, Safe, Efficient Use, and Preservation of the Navigable Airspace (Part 77), and on NAVAIDs and Instrument Approach Procedures (IAP). See paragraph 2.13.1 for further information. 2.9.2.3 Access and Haul Roads. Determine the construction contractor's access to the construction sites and haul roads. Do not permit the construction contractor to use any access or haul roads other than those approved. Access routes used by contractor vehicles must be clearly marked to prevent inadvertent entry to areas open to airport operations. Pay special attention to ensure that if construction traffic is to share or cross any ARFF routes that ARFF right of way is not impeded at any time, and that construction traffic on haul 2-12 12/13/2017 AC 150/5370-2G roads does not interfere with NAVAIDs or approach surfaces of operational runways. Address whether access gates will be blocked or inoperative or if a rally point will be blocked or inaccessible. 2.9.2.4 Marking and lighting of vehicles in accordance with AC 150/5210-5, Painting, Marking, and Lighting of Vehicles Used on an Airport. 2.9.2.5 Description of proper vehicle operations on various areas under normal, lost communications, and emergency conditions. 2.9.2.6 Required escorts. 2.9.2.7 Training Requirements for Vehicle Drivers to Ensure Compliance with the Airport Operator's Vehicle Rules and Regulations. Specific training should be provided to vehicle operators, including those providing escorts. See AC 150/5210-20, Ground Vehicle Operations on Airports, for information on training and records maintenance requirements. 2.9.2.8 Situational Awareness. Vehicle drivers must confirm by personal observation that no aircraft is approaching their position (either in the air or on the ground) when given clearance to cross a runway, taxiway, or any other area open to airport operations. In addition, it is the responsibility of the escort vehicle driver to verify the movement/position of all escorted vehicles at any given time. At non -towered airports, all aircraft movements and flight operations rely on aircraft operators to self -report their positions and intentions. However, there is no requirement for an aircraft to have radio communications. Because aircraft do not always broadcast their positions or intentions, visual checking, radio monitoring, and situational awareness of the surroundings is critical to safety. 2.9.2.9 Two -Way Radio Communication Procedures. 2.9.2.9.1 General. The airport operator must ensure that tenant and construction contractor personnel engaged in activities involving unescorted operation on aircraft movement areas observe the proper procedures for communications, including using appropriate radio frequencies at airports with and without ATCT. When operating vehicles on or near open runways or taxiways, construction personnel must understand the critical importance of maintaining radio contact, as directed by the airport operator, with: 1. Airport operations 2. ATCT 2-13 12/13/2017 AC 150/5370-2G 3. Common Traffic Advisory Frequency (CTAF), which may include UNICOM, MULTICOM. 4. Automatic Terminal Information Service (ATIS). This frequency is useful for monitoring conditions on the airport. Local air traffic will broadcast information regarding construction related runway closures and "shortened" runways on the ATIS frequency. 2.9.2.9.2 Areas Requiring Two -Way Radio Communication with the ATCT. Vehicular traffic crossing active movement areas must be controlled either by two-way radio with the ATCT, escort, flagman, signal light, or other means appropriate for the particular airport. 2.9.2.9.3 Frequencies to be Used. The airport operator will specify the frequencies to be used by the contractor, which may include the CTAF for monitoring of aircraft operations. Frequencies may also be assigned by the airport operator for other communications, including any radio frequency in compliance with Federal Communications Commission requirements. At airports with an ATCT, the airport operator will specify the frequency assigned by the ATCT to be used between contractor vehicles and the ATCT. 2.9.2.9.4 Proper radio usage, including read back requirements. 2.9.2.9.5 Proper phraseology, including the International Phonetic Alphabet. 2.9.2.9.6 Light Gun Signals. Even though radio communication is maintained, escort vehicle drivers must also familiarize themselves with ATCT light gun signals in the event of radio failure. See the FAA safety placard "Ground Vehicle Guide to Airport Signs and Markings." This safety placard may be downloaded through the Runway Safety Program Web site at http://www.faa. og v/airports/runway safety/publications/ (see "Signs & Markings Vehicle Dashboard Sticker") or obtained from the FAA Airports Regional Office. 2.9.2.10 Maintenance of the secured area of the airport, including: 2.9.2.10.1 Fencing and Gates. Airport operators and contractors must take care to maintain security during construction when access points are created in the security fencing to permit the passage of construction vehicles or personnel. Temporary gates should be equipped so they can be securely closed and locked to prevent access by animals and unauthorized people. Procedures should be in place to ensure that only authorized persons and vehicles have access to the AOA and to prohibit "piggybacking" behind another person or vehicle. The Department of Transportation (DOT) document DOT/FAA/AR- 2-14 12/13/2017 AC 150/5370-2G 00/52, Recommended Security Guidelines for Airport Planning and Construction, provides more specific information on fencing. A copy of this document can be obtained from the Airport Consultants Council, Airports Council International, or American Association of Airport Executives. 2.9.2.10.2 Badging Requirements. Airports subject to 49 CFR Part 1542, Airport Security, must meet standards for access control, movement of ground vehicles, and identification of construction contractor and tenant personnel. 2.10 Wildlife Management. The CSPP and SPCD must be in accordance with the airport operator's wildlife hazard management plan, if applicable. See AC 150/5200-33, Hazardous Wildlife Attractants On or Near Airports, and CertAlert 98-05, Grasses Attractive to Hazardous Wildlife. Construction contractors must carefully control and continuously remove waste or loose materials that might attract wildlife. Contractor personnel must be aware of and avoid construction activities that can create wildlife hazards on airports, such as: 2.10.1 Trash. Food scraps must be collected from construction personnel activity. 2.10.2 Standing Water. 2.10.3 Tall Grass and Seeds. Requirements for turf establishment can be at odds with requirements for wildlife control. Grass seed is attractive to birds. Lower quality seed mixtures can contain seeds of plants (such as clover) that attract larger wildlife. Seeding should comply with the guidance in AC 150/5370-10, Standards for Specifying Construction of Airports, Item T-901, Seeding. Contact the local office of the United Sates Department of Agriculture Soil Conservation Service or the State University Agricultural Extension Service (County Agent or equivalent) for assistance and recommendations. These agencies can also provide liming and fertilizer recommendations. 2.10.4 Poorly Maintained Fencing and Gates. See paragraph 2.9.2.10.1. 2.10.5 Disruption of Existing Wildlife Habitat. While this will frequently be unavoidable due to the nature of the project, the CSPP should specify under what circumstances (location, wildlife type) contractor personnel should immediately notify the airport operator of wildlife sightings. 2-15 12/13/2017 AC 150/5370-2G 2.11 Foreign Object Debris (FOD) Management. Waste and loose materials, commonly referred to as FOD, are capable of causing damage to aircraft landing gears, propellers, and jet engines. Construction contractors must not leave or place FOD on or near active aircraft movement areas. Materials capable of creating FOD must be continuously removed during the construction project. Fencing (other than security fencing) or covers may be necessary to contain material that can be carried by wind into areas where aircraft operate. See AC 150/5210-24, Foreign Object Debris (FOD) Management. 2.12 Hazardous Materials (HAZMAT) Management. Contractors operating construction vehicles and equipment on the airport must be prepared to expeditiously contain and clean-up spills resulting from fuel or hydraulic fluid leaks. Transport and handling of other hazardous materials on an airport also requires special procedures. See AC 150/5320-15, Management of Airport Industrial Waste. 2.13 Notification of Construction Activities. The CSPP and SPCD must detail procedures for the immediate notification of airport users and the FAA of any conditions adversely affecting the operational safety of the airport. It must address the notification actions described below, as applicable. 2.13.1 List of Responsible Representatives/points of contact for all involved parties, and procedures for contacting each of them, including after hours. 2.13.2 NOTAMs. Only the airport operator may initiate or cancel NOTAMs on airport conditions, and is the only entity that can close or open a runway. The airport operator must coordinate the issuance, maintenance, and cancellation of NOTAMs about airport conditions resulting from construction activities with tenants and the local air traffic facility (control tower, approach control, or air traffic control center), and must either enter the NOTAM into NOTAM Manager, or provide information on closed or hazardous conditions on airport movement areas to the FAA Flight Service Station (FSS) so it can issue a NOTAM. The airport operator must file and maintain a list of authorized representatives with the FSS. Refer to AC 150/5200-28, Notices to Airmen (NOTAMs) for Airport Operators, for a sample NOTAM form. Only the FAA may issue or cancel NOTAMs on shutdown or irregular operation of FAA owned facilities. Any person having reason to believe that a NOTAM is missing, incomplete, or inaccurate must notify the airport operator. See paragraph 2.7.1.1 about issuing NOTAMs for partially closed runways versus runways with displaced thresholds. 2-16 12/13/2017 AC 150/5370-2G 2. l 3.3 Emergency notification procedures for medical, fire fighting, and police response. 2.13.4 Coordination with ARFF. The CSPP must detail procedures for coordinating through the airport sponsor with ARFF personnel, mutual aid providers, and other emergency services if construction requires: 1. The deactivation and subsequent reactivation of water lines or fire hydrants, or 2. The rerouting, blocking and restoration of emergency access routes, or 3. The use of hazardous materials on the airfield. 2.13.5 Notification to the FAA. 2.13.5.1 Part 77. Any person proposing construction or alteration of objects that affect navigable airspace, as defined in Part 77, must notify the FAA. This includes construction equipment and proposed parking areas for this equipment (i.e., cranes, graders, other equipment) on airports. FAA Form 7460-1, Notice of Proposed Construction or Alteration, can be used for this purpose and submitted to the appropriate FAA Airports Regional or District Office. See Appendix A to download the form. Further guidance is available on the FAA web site at oeaaa.faa.gov. 2.13.5.2 Part 157. With some exceptions, Title 14 CFR Part 157, Notice of Construction, Alteration, Activation, and Deactivation of Airports, requires that the airport operator notify the FAA in writing whenever a non -Federally funded project involves the construction of a new airport; the construction, realigning, altering, activating, or abandoning of a runway, landing strip, or associated taxiway; or the deactivation or abandoning of an entire airport. Notification involves submitting FAA Form 7480-1, Notice of Landing Area Proposal, to the nearest FAA Airports Regional or District Office. See Appendix A to download the form. 2.13.5.3 NAVAIDs. For emergency (short -notice) notification about impacts to both airport owned and FAA owned NAVAIDs, contact: 866-432-2622. 2.13.5.3.1 Airport Owned/FAA Maintained. If construction operations require a shutdown of 24 hours or greater in duration, or more than 4 hours daily on consecutive days, of a NAVAID owned by the airport but maintained by the FAA, provide a 45-day minimum notice to FAA ATO/Technical Operations prior to facility shutdown, using Strategic Event Coordination (SEC) Form 6000.26 contained within FAA Order 6000.15, General Maintenance Handbook for National Airspace System (NAS) Facilities. 2-17 12/13/2017 AC 150/5370-2G 2.13.5.3.2 FAA Owned. 1. The airport operator must notify the appropriate FAA ATO Service Area Planning and Requirements (P&R) Group a minimum of 45 days prior to implementing an event that causes impacts to NAVAIDs, using SEC Form 6000.26. 2. Coordinate work for an FAA owned NAVAID shutdown with the local FAA ATO/Technical Operations office, including any necessary reimbursable agreements and flight checks. Detail procedures that address unanticipated utility outages and cable cuts that could impact FAA NAVAIDs. Refer to active Service Level Agreement with ATO for specifics. 2.14 Inspection Requirements. 2.14.1 Daily Inspections. Inspections should be conducted at least daily, but more frequently if necessary to ensure conformance with the CSPP. A sample checklist is provided in Appendix D, Construction Project Daily Inspection Checklist. See also AC 150/5200-18, Airport Safety Self -Inspection. Airport operators holding a Part 139 certificate are required to conduct self -inspections during unusual conditions, such as construction activities, that may affect safe air carrier operations. 2.14.2 Interim Inspections. Inspections should be conducted of all areas to be (re)opened to aircraft traffic to ensure the proper operation of lights and signs, for correct markings, and absence of FOD. The contractor should conduct an inspection of the work area with airport operations personnel. The contractor should ensure that all construction materials have been secured, all pavement surfaces have been swept clean, all transition ramps have been properly constructed, and that surfaces have been appropriately marked for aircraft to operate safely. Only if all items on the list meet with the airport operator's approval should the air traffic control tower be notified to open the area to aircraft operations. The contractor should be required to retain a suitable workforce and the necessary equipment at the work area for any last minute cleanup that may be requested by the airport operator prior to opening the area. 2.14.3 Final Inspections. New runways and extended runway closures may require safety inspections at certificated airports prior to allowing air carrier service. Coordinate with the FAA Airport Certification Safety Inspector (ACSI) to determine if a final inspection will be necessary. 2-18 12/13/2017 AC 150/5370-2G 2.15 Underground Utilities. The CSPP and/or SPCD must include procedures for locating and protecting existing underground utilities, cables, wires, pipelines, and other underground facilities in excavation areas. This may involve coordinating with public utilities and FAA ATO/Technical Operations. Note that "One Call" or "Miss Utility" services do not include FAA ATO/Technical Operations. 2.16 Penalties. The CSPP should detail penalty provisions for noncompliance with airport rules and regulations and the safety plans (for example, if a vehicle is involved in a runway incursion). Such penalties typically include rescission of driving privileges or access to the AOA. 2.17 Special Conditions. The CSPP must detail any special conditions that affect the operation of the airport and will require the activation of any special procedures (for example, low -visibility operations, snow removal, aircraft in distress, aircraft accident, security breach, Vehicle / Pedestrian Deviation (VPD) and other activities requiring construction suspension/resumption). 2.18 Runway and Taxiway Visual Aids. This includes marking, lighting, signs, and visual NAVAIDs. The CSPP must ensure that areas where aircraft will be operating are clearly and visibly separated from construction areas, including closed runways. Throughout the duration of the construction project, verify that these areas remain clearly marked and visible at all times and that marking, lighting, signs, and visual NAVAIDs that are to continue to perform their functions during construction remain in place and operational. Visual NAVAIDs that are not serving their intended function during construction must be temporarily disabled, covered, or modified as necessary. The CSPP must address the following, as appropriate: 2.18.1 General. Airport markings, lighting, signs, and visual NAVAIDs must be clearly visible to pilots, not misleading, confusing, or deceptive. All must be secured in place to prevent movement by prop wash, jet blast, wing vortices, and other wind currents and constructed of materials that will minimize damage to an aircraft in the event of inadvertent contact. Items used to secure such markings must be of a color similar to the marking. 2.18.2 Markings. During the course of construction projects, temporary pavement markings are often required to allow for aircraft operations during or between work periods. During the design phase of the project, the designer should coordinate with the project manager, 2-19 12/13/2017 AC 150/5370-2G airport operations, airport users, the FAA Airports project manager, and Airport Certification Safety Inspector for Part 139 airports to determine minimum temporary markings. The FAA Airports project manager will, wherever a runway is closed, coordinate with the appropriate FAA Flight Standards Office and disseminate findings to all parties. Where possible, the temporary markings on finish grade pavements should be placed to mirror the dimensions of the final markings. Markings must be in compliance with the standards of AC 150/5340-1, Standards for Airport Markings, except as noted herein. Runways and runway exit taxiways closed to aircraft operations are marked with a yellow X. The preferred visual aid to depict temporary runway closure is the lighted X signal placed on or near the runway designation numbers. (See paragraph 2.18.2.1.2.) 2.18.2.1 Closed Runways and Taxiways. 2.18.2.1.1 Permanently Closed Runway For runways, obliterate the threshold marking, runway designation marking, and touchdown zone markings, and place an X at each end and at 1,000-foot (300 m) intervals. For a multiple runway environment, if the lighted X on a designated number will be located in the RSA of an adjacent active runway, locate the lighted X farther down the closed runway to clear the RSA of the active runway. In addition, the closed runway numbers located in the RSA of an active runway must be marked with a flat yellow X. 2.18.2.1.2 Temporarily Closed Runway For runways that have been temporarily closed, place an X at each end of the runway directly on or as near as practicable to the runway designation numbers. For a multiple runway environment, if the lighted X on a designated number will be located in the RSA of an adjacent active runway, locate the lighted X farther down the closed runway to clear the RSA of the active runway. In addition, the closed runway numbers located in the RSA of an active runway must be marked with a flat yellow X. See Figure .. See also paragraph 2.18.3.3. 2.18.2.1.3 Partially Closed Runways and Displaced Thresholds. When threshold markings are needed to identify the temporary beginning of the runway that is available for landing, the markings must comply with AC 150/5340-1. An X is not used on a partially closed runway or a runway with a displaced threshold. See paragraph 2.7.1.1 for the difference between partially closed runways and runways with displaced thresholds. Because of the temporary nature of threshold displacement due to construction, it is not necessary to re -adjust the existing runway centerline markings to meet standard spacing for a runway with a visual approach. Some of the requirements below may be waived in the cases of low -activity airports and/or short duration changes that are measured in days rather than weeks. Consider whether the presence of an airport traffic 2-20 12/13/2017 AC 150/5370-2G control tower allows for the development of special procedures. Contact the appropriate FAA Airports Regional or District Office for assistance. Figure 2-3. Markings for a Temporarily Closed Runway 1. Partially Closed Runways. Pavement markings for temporary closed portions of the runway consist of a runway threshold bar, runway designation, and yellow chevrons to identify pavement areas that are unsuitable for takeoff or landing (see AC 150/5340-1). Obliterate or cover markings prior to the moved threshold. Existing touchdown zone markings beyond the moved threshold may remain in place. Obliterate aiming point markings. Issue appropriate NOTAMs regarding any nonstandard markings. See Figure. 2. Displaced Thresholds. Pavement markings for a displaced threshold consist of a runway threshold bar, runway designation, and white arrowheads with and without arrow shafts. These markings are required to identify the portion of the runway before the displaced threshold to provide centerline guidance for pilots during approaches, takeoffs, and landing rollouts from the opposite direction. See AC 150/5340-1. Obliterate markings prior to the displaced threshold. Existing touchdown zone markings beyond the displaced threshold may remain in place. Obliterate aiming point markings. Issue appropriate NOTAMs regarding any nonstandard markings. See Fi rum. 2-21 12/13/2017 AC 150/5370-2G 2.18.2.1.4 AL Taxiways. 1. Permanently Closed Taxiways. AC 150/5300-13 Airport Design, notes that it is preferable to remove the pavement, but for pavement that is to remain, place an X at the entrance to both ends of the closed section. Obliterate taxiway centerline markings, including runway leadoff lines, leading to the closed taxiway. See Figure _ 2-4. Figure 2-4. Temporary Taxiway Closure OBLITERATE LEAD-OFF CENTERLINE FOR EXTENDED CLOSURE .`WWW`WWW`W` \ TAXIWAY CLOSURE � L MARKER • RSA EOUNDARY CLOSED TAXIWAY HOLDING POSITION MARKING LOW PROFILE BARRICADES WITH FL4SHERS 2-22 iWWWWWWWW`WWWW� �s 12/13/2017 AC 150/5370-2G 2. Temporarily Closed Taxiways. Place barricades outside the safety area of intersecting taxiways. For runway/taxiway intersections, place an X at the entrance to the closed taxiway from the runway. If the taxiway will be closed for an extended period, obliterate taxiway centerline markings, including runway leadoff lines and taxiway to taxiway turns, leading to the closed section. Always obliterate runway lead-off lines for high speed exits, regardless of the duration of the closure. If the centerline markings will be reused upon reopening the taxiway, it is preferable to paint over the marking. This will result in less damage to the pavement when the upper layer of paint is ultimately removed. See Figure 2-4. 2.18.2.1.5 Temporarily Closed Airport. When the airport is closed temporarily, mark all the runways as closed. 2.18.2.2 If unable to paint temporary markings on the pavement, construct them from any of the following materials: fabric, colored plastic, painted sheets of plywood, or similar materials. They must be properly configured and appropriately secured to prevent movement by prop wash, jet blast, or other wind currents. Items used to secure such markings must be of a color similar to the marking. 2.18.2.3 It may be necessary to remove or cover runway markings, including but not limited to, runway designation markings, threshold markings, centerline markings, edge stripes, touchdown zone markings and aiming point markings, depending on the length of construction and type of activity at the airport. When removing runway markings, apply the same treatment to areas between stripes or numbers, as the cleaned area will appear to pilots as a marking in the shape of the treated area. 2.18.2.4 If it is not possible to install threshold bars, chevrons, and arrows on the pavement, "temporary outboard white threshold bars and yellow arrowheads", see Figure, may be used. Locate them outside of the runway pavement surface on both sides of the runway. The dimensions must be as shown in Fi rug e 2-5. If the markings are not discernible on grass or snow, apply a black background with appropriate material over the ground to ensure they are clearly visible. 2.18.2.5 The application rate of paint to mark a short-term temporary runway and taxiway markings may deviate from the standard (see Item P-620, "Runway and Taxiway Painting," in AC 150/5370-10), but the dimensions must meet the existing standards. When applying temporary markings at night, it is recommended that the fast curing, Type II paint be used to help offset the higher humidity and cooler temperatures often experienced at night. Diluting the paint will substantially increase cure time and is not recommended. Glass beads are not recommended for temporary markings. Striated markings may also be used for certain temporary markings. AC 2-23 12/13/2017 AC 150/5370-2G 150/5340-1, Standards for Airport Markings, has additional guidance on temporary markings. Figure 2-5. Temporary Outboard White Threshold Bars and Yellow Arrowheads INSTALL TEMPORARY WHITE THRESHOLD BARS AND YELLOW ARROWHEADS ON BOTH SIDES SEE DETAIL BELOW CLOSED PORTION OF RUNWAY W /2 W/4 10' 45' �- 3' 15' SHOULDER EDGE YELLOW ARROWHEAD DETAIL 2-24 12/13/2017 AC 150/5370-2G 2.18.3 Lighting and Visual NAVAIDs. This paragraph refers to standard runway and taxiway lighting systems. See below for hazard lighting. Lighting installation must be in conformance with AC 150/5340-30, Design and Installation Details for Airport Visual Aids, and fixture design in conformance with AC 150/5345-50, Specification for Portable Runway and Taxiway Lights. When disconnecting runway and taxiway lighting fixtures, disconnect the associated isolation transformers. See AC 150/5340-26, Maintenance of Airport Visual Aid Facilities, for disconnect procedures and safety precautions. Alternately, cover the light fixture in such a way as to prevent light leakage. Avoid removing the lamp from energized fixtures because an excessive number of isolation transformers with open secondaries may damage the regulators and/or increase the current above its normal value. Secure, identify, and place any above ground temporary wiring in conduit to prevent electrocution and fire ignition sources. Maintain mandatory hold signs to operate normally in any situation where pilots or vehicle drivers could mistakenly be in that location. At towered airports certificated under Part 139, holding position signs are required to be illuminated on open taxiways crossing to closed or inactive runways. If the holding position sign is installed on the runway circuit for the closed runway, install a jumper to the taxiway circuit to provide power to the holding position sign for nighttime operations. Where it is not possible to maintain power to signs that would normally be operational, install barricades to exclude aircraft. Figure2-1, Figure 2-2, Figure 2-3, and Figure 2-4 illustrate temporary changes to lighting and visual NAVAIDs. 2.18.3.1 Permanently Closed Runways and Taxiways. For runways and taxiways that have been permanently closed, disconnect the lighting circuits. 2.18.3.2 Temporarily Closed Runways and New Runways Not Yet Open to Air Traffic. If available, use a lighted X, both at night and during the day, placed at each end of the runway on or near the runway designation numbers facing the approach. (Note that the lighted X must be illuminated at all times that it is on a runway.) The use of a lighted X is required if night work requires runway lighting to be on. See AC 150/5345-55, Specification for L-893, Lighted Visual Aid to Indicate Temporary Runway Closure. For runways that have been temporarily closed, but for an extended period, and for those with pilot controlled lighting, disconnect the lighting circuits or secure switches to prevent inadvertent activation. For runways that will be opened periodically, coordinate procedures with the FAA air traffic manager or, at airports without an ATCT, the airport operator. Activate stop bars if available. Figure 2-6 shows a lighted X by day. Fie 2-6 shows a lighted X by day. Figure e 2-7 shows a lighted X at night. 2-25 12/13/2017 AC 150/5370-2G Figure 2-6. Lighted X in Daytime Figure 2-7. Lighted X at Night 2.18.3.3 Partially Closed Runways and Displaced Thresholds. When a runway is partially closed, a portion of the pavement is unavailable for any aircraft operation, meaning taxiing and landing or taking off in either direction. A displaced threshold, by contrast, is put in place to ensure obstacle clearance by landing aircraft. The pavement prior to the displaced threshold is available for takeoff in the direction of the displacement, and for landing and takeoff in the opposite direction. Misunderstanding this difference and issuance of a subsequently inaccurate NOTAM can result in a hazardous situation. For both partially 2-26 12/13/2017 AC 150/5370-2G closed runways and displaced thresholds, approach lighting systems at the affected end must be placed out of service. 2.18.3.3.1 Partially Closed Runway Disconnect edge and threshold lights on that part of the runway at and behind the threshold (that is, the portion of the runway that is closed). Alternately, cover the light fixtures in such a way as to prevent light leakage. See Figure 2-1. 2.18.3.3.2 Temporary Displaced Thresholds. Edge lighting in the area of the displacement emits red light in the direction of approach and yellow light (white for visual runways) in the opposite direction. If the displacement is 700 feet or less, blank out centerline lights in the direction of approach or place the centerline lights out of service. If the displacement is over 700 feet, place the centerline lights out of service. See AC 150/5340-30 for details on lighting displaced thresholds. See Figure 2-2. 2.18.3.3.3 Temporary runway thresholds and runway ends must be lighted if the runway is lighted and it is the intended threshold for night landings or instrument meteorological conditions. 2.18.3.3.4 A temporary threshold on an unlighted runway may be marked by retroreflective, elevated markers in addition to markings noted in paragraph 2.18.2.1.3. Markers seen by aircraft on approach are green. Markers at the rollout end of the runway are red. At certificated airports, temporary elevated threshold markers must be mounted with a frangible fitting (see 14 CFR Part 139.309). At non -certificated airports, the temporary elevated threshold markings may either be mounted with a frangible fitting or be flexible. See AC 150/5345-39, Specification for L- 853, Runway and Taxiway Retroreflective Markers. 2.18.3.3.5 Temporary threshold lights and runway end lights and related visual NAVAIDs are installed outboard of the edges of the full-strength pavement only when they cannot be installed on the pavement. They are installed with bases at grade level or as low as possible, but not more than 3 inch (7.6 cm) above ground. (The standard above ground height for airport lighting fixtures is 14 inches (35 cm)). When any portion of a base is above grade, place properly compacted fill around the base to minimize the rate of gradient change so aircraft can, in an emergency, cross at normal landing or takeoff speeds without incurring significant damage. See AC 150/5370-10. 2.18.3.3.6 Maintain threshold and edge lighting color and spacing standards as described in AC 150/5340-30. Battery powered, solar, or portable lights that meet the criteria in AC 150/5345-50 may be used. These systems are intended primarily for visual flight rules (VFR) aircraft operations but may 2-27 12/13/2017 AC 150/5370-2G be used for instrument flight rules (IFR) aircraft operations, upon individual approval from the Flight Standards Division of the applicable FAA Regional Office. 2.18.3.3.7 When runway thresholds are temporarily displaced, reconfigure yellow lenses (caution zone), as necessary, and place the centerline lights out of 2.18.3.3.8 Relocate the Visual Glide Slope Indicator (VGSI), such as Visual Approach Slope Indicator (VASI) and Precision Approach Path Indicator (PAPI); other airport lights, such as Runway End Identifier Lights (REIL); and approach lights to identify the temporary threshold. Another option is to disable the VGSI or any equipment that would give misleading indications to pilots as to the new threshold location. Installation of temporary visual aids may be necessary to provide adequate guidance to pilots on approach to the affected runway. If the FAA owns and operates the VGSI, coordinate its installation or disabling with the local ATO/Technical Operations Office. Relocation of such visual aids will depend on the duration of the project and the benefits gained from the relocation, as this can result in great expense. See FAA JO 6850.2, Visual Guidance Lighting Systems, for installation criteria for FAA owned and operated NAVAIDs. 2.18.3.3.9 Issue a NOTAM to inform pilots of temporary lighting conditions. 2.18.3.4 Temporarily Closed Taxiways. If possible, deactivate the taxiway lighting circuits. When deactivation is not possible (for example other taxiways on the same circuit are to remain open), cover the light fixture in a way as to prevent light leakage. 2.18.4 Signs. To the extent possible, signs must be in conformance with AC 150/5345-44, Specification for Runway and Taxiway Signs, and AC 150/5340-18, Standard for Airport Sign Systems. 2.18.4.1 Existing Signs. Runway exit signs are to be covered for closed runway exits. Outbound destination signs are to be covered for closed runways. Any time a sign does not serve its normal function or would provide conflicting information, it must be covered or removed to prevent misdirecting pilots. Note that information signs identifying a crossing taxiway continue to perform their normal function even if the crossing taxiway is closed. For long term construction projects, consider relocating signs, especially runway distance remaining signs. 2-28 12/13/2017 AC 150/5370-2G 2.18.4.2 Temporary Signs. Orange construction signs comprise a message in black on an orange background. Orange construction signs may help pilots be aware of changed conditions. The airport operator may choose to introduce these signs as part of a movement area construction project to increase situational awareness when needed. Locate signs outside the taxiway safety limits and ahead of construction areas so pilots can take timely action. Use temporary signs judiciously, striking a balance between the need for information and the increase in pilot workload. When there is a concern of pilot "information overload," the applicability of mandatory hold signs must take precedence over orange construction signs recommended during construction. Temporary signs must meet the standards for such signs in Engineering Brief 93, Guidance for the Assembly and Installation of Temporary Orange Construction Signs. Many criteria in AC 150/5345-44, Specification for Runway and Taxiway Signs, are referenced in the Engineering Brief. Permissible sign legends are: 1. CONSTRUCTION AHEAD, 2. CONSTRUCTION ON RAMP, and 3. RWY XX TAKEOFF RUN AVAILABLE XXX FT. Phasing, supported by drawings and sign schedule, for the installation of orange construction signs must be included in the CSPP or SPCD. 2.18.4.2.1 Takeoff Run Available (TORA) signs. Recommended: Where a runway has been shortened for takeoff, install orange TORA signs well before the hold lines, such as on a parallel taxiway prior to a turn to a runway hold position. See EB 93 for sign size and location. 2.18.4.2.2 Sign legends are shown in Figure e F-1. Note: See Figure E-1, Figure E-2, Figure E-3, Figure F-2, and Figure F-3 for examples of orange construction sign locations. 2.19 Marking and Signs for Access Routes. The CSPP should indicate that pavement markings and signs for construction personnel will conform to AC 150/5340-18 and, to the extent practicable, with the Federal Highway Administration Manual on Uniform Traffic Control Devices (MUTCD) and/or State highway specifications. Signs adjacent to areas used by aircraft must comply with the frangibility requirements of AC 150/5220-23, Frangible Connections, which may require modification to size and height guidance in the MUTCD. 2-29 12/13/2017 AC 150/5370-2G 2.20 Hazard Marking, Lighting and Signing. 2.20.1 Hazard marking, lighting, and signing prevent pilots from entering areas closed to aircraft, and prevent construction personnel from entering areas open to aircraft. The CSPP must specify prominent, comprehensible warning indicators for any area affected by construction that is normally accessible to aircraft, personnel, or vehicles. Hazard marking and lighting must also be specified to identify open manholes, small areas under repair, stockpiled material, waste areas, and areas subject to jet blast. Also consider less obvious construction -related hazards and include markings to identify FAA, airport, and National Weather Service facilities cables and power lines; instrument landing system (ILS) critical areas; airport surfaces, such as RSA, OFA, and OFZ; and other sensitive areas to make it easier for contractor personnel to avoid these areas. 2.20.2 Equipment. 2.20.2.1 Barricades. Low profile barricades, including traffic cones, (weighted or sturdily attached to the surface) are acceptable methods used to identify and define the limits of construction and hazardous areas on airports. Careful consideration must be given to selecting equipment that poses the least danger to aircraft but is sturdy enough to remain in place when subjected to typical winds, prop wash and jet blast. The spacing of barricades must be such that a breach is physically prevented barring a deliberate act. For example, if barricades are intended to exclude aircraft, gaps between barricades must be smaller than the wingspan of the smallest aircraft to be excluded; if barricades are intended to exclude vehicles, gaps between barricades must be smaller than the width of the excluded vehicles, generally 4 feet (1.2 meters). Provision must be made for ARFF access if necessary. If barricades are intended to exclude pedestrians, they must be continuously linked. Continuous linking may be accomplished through the use of ropes, securely attached to prevent FOD. 2.20.2.2 Lights. Lights must be red, either steady burning or flashing, and must meet the luminance requirements of the State Highway Department. Batteries powering lights will last longer if lights flash. Lights must be mounted on barricades and spaced at no more than 10 feet (3 meters). Lights must be operated between sunset and sunrise and during periods of low visibility whenever the airport is open for operations. They may be operated by photocell, but this may require that the contractor turn them on manually during periods of low visibility during daytime hours. 2.20.2.3 Supplement Barricades with Signs (for example) As Necessary. Examples are "No Entry" and "No Vehicles." Be aware of the increased effects of wind and jet blast on barricades with attached signs. 2-30 12/13/2017 AC 150/5370-2G 2.20.2.4 Air Operations Area — General. Barricades are not permitted in any active safety area or on the runway side of a runway hold line. Within a runway or taxiway object free area, and on aprons, use orange traffic cones, flashing or steady burning red lights as noted above, highly reflective collapsible barricades marked with diagonal, alternating orange and white stripes; and/or signs to separate all construction/maintenance areas from the movement area. Barricades may be supplemented with alternating orange and white flags at least 20 by 20 inch (50 by 50 cm) square and securely fastened to eliminate FOD. All barricades adjacent to any open runway or taxiway / taxilane safety area, or apron must be as low as possible to the ground, and no more than 18 inches high, exclusive of supplementary lights and flags. Barricades must be of low mass; easily collapsible upon contact with an aircraft or any of its components; and weighted or sturdily attached to the surface to prevent displacement from prop wash, jet blast, wing vortex, and other surface wind currents. If affixed to the surface, they must be frangible at grade level or as low as possible, but not to exceed 3 inch (7.6 cm) above the ground. Figure and Figure show sample barricades with proper coloring and flags. Figure 2-8. Interlocking Barricades 2-31 12/13/2017 AC 150/5370-2G Figure 2-9. Low Profile Barricades 2.20.2.5 Air Operations Area — Runway/Taxiway Intersections. Use highly reflective barricades with lights to close taxiways leading to closed runways. Evaluate all operating factors when determining how to mark temporary closures that can last from 10 to 15 minutes to a much longer period of time. However, even for closures of relatively short duration, close all taxiway/runway intersections with barricades. The use of traffic cones is appropriate for short duration closures. 2.20.2.6 Air Operations Area — Other. Beyond runway and taxiway object free areas and aprons, barricades intended for construction vehicles and personnel may be many different shapes and made from various materials, including railroad ties, sawhorses, jersey barriers, or barrels. 2.20.2.7 Maintenance. The construction specifications must include a provision requiring the contractor to have a person on call 24 hours a day for emergency maintenance of airport hazard lighting and barricades. The contractor must file the contact person's information with the airport operator. Lighting should be checked for proper operation at least once per day, preferably at dusk. 2.21 Work Zone Lighting for Nighttime Construction. Lighting equipment must adequately illuminate the work area if the construction is to be performed during nighttime hours. Refer to AC 150/5370-10 for minimum illumination levels for nighttime paving projects. Additionally, it is recommended that all support equipment, except haul trucks, be equipped with artificial illumination to safely 2-32 12/13/2017 AC 150/5370-2G illuminate the area immediately surrounding their work areas. The lights should be positioned to provide the most natural color illumination and contrast with a minimum of shadows. The spacing must be determined by trial. Light towers should be positioned and adjusted to aim away from ATCT cabs and active runways to prevent blinding effects. Shielding may be necessary. Light towers should be removed from the construction site when the area is reopened to aircraft operations. Construction lighting units should be identified and generally located on the construction phasing plans in relationship to the ATCT and active runways and taxiways. 2.22 Protection of Runway and Taxiway Safety Areas. Runway and taxiway safety areas, OFZs, OFAs, and approach surfaces are described in AC 150/5300-13. Protection of these areas includes limitations on the location and height of equipment and stockpiled material. An FAA airspace study may be required. Coordinate with the appropriate FAA Airports Regional or District Office if there is any doubt as to requirements or dimensions (see paragraph 2.13.5) as soon as the location and height of materials or equipment are known. The CSPP should include drawings showing all safety areas, object free areas, obstacle free zones and approach departure surfaces affected by construction. 2.22.1 Runway Area (RSA. A runway safety area is the defined surface surrounding the runway prepared or suitable for reducing the risk of damage to airplanes in the event of an undershoot, overshoot, or excursion from the runway (see AC 15015300-13). Construction activities within the existing RSA are subject to the following conditions: 2.22.1.1 No construction may occur within the existing RSA while the runway is open for aircraft operations. The RSA dimensions may be temporarily adjusted if the runway is restricted to aircraft operations requiring an RSA that is equal to the RSA width and length beyond the runway ends available during construction. (See AC 150/5300-13). The temporary use of declared distances and/or partial runway closures may provide the necessary RSA under certain circumstances. Coordinate with the appropriate FAA Airports Regional or District Office to have declared distances information published, and appropriate NOTAMs issued. See AC 150/5300-13 for guidance on the use of declared distances. 2.22.1.2 The airport operator must coordinate the adjustment of RSA dimensions as permitted above with the appropriate FAA Airports Regional or District Office and the local FAA air traffic manager and issue a NOTAM. 2.22.1.3 The CSPP and SPCD must provide procedures for ensuring adequate distance for protection from blasting operations, if required by operational considerations. 2-33 12/13/2017 AC 150/5370-2G 2.22.1.4 Excavations. 2.22.1.4.1 Open trenches or excavations are not permitted within the RSA while the runway is open. Backfill trenches before the runway is opened. If backfilling excavations before the runway must be opened is impracticable, cover the excavations appropriately. Covering for open trenches must be designed to allow the safe operation of the heaviest aircraft operating on the runway across the trench without damage to the aircraft. 2.22.1.4.2 Construction contractors must prominently mark open trenches and excavations at the construction site with red or orange flags, as approved by the airport operator, and light them with red lights during hours of restricted visibility or darkness. 2.22.1.5 Erosion Control. Soil erosion must be controlled to maintain RSA standards, that is, the RSA must be cleared and graded and have no potentially hazardous ruts, humps, depressions, or other surface variations, and capable, under dry conditions, of supporting snow removal equipment, aircraft rescue and fire fighting equipment, and the occasional passage of aircraft without causing structural damage to the aircraft. 2.22.2 Runway Object Free Area (ROFA). Construction, including excavations, may be permitted in the ROFA. However, equipment must be removed from the ROFA when not in use, and material should not be stockpiled in the ROFA if not necessary. Stockpiling material in the OFA requires submittal of a 7460-1 form and justification provided to the appropriate FAA Airports Regional or District Office for approval. 2.22.3 Taxiway Area (TSA). 2.22.3.1 A taxiway safety area is a defined surface alongside the taxiway prepared or suitable for reducing the risk of damage to an airplane unintentionally departing the taxiway. (See AC 15015300-13.) Since the width of the TSA is equal to the wingspan of the design aircraft, no construction may occur within the TSA while the taxiway is open for aircraft operations. The TSA dimensions may be temporarily adjusted if the taxiway is restricted to aircraft operations requiring a TSA that is equal to the TSA width available during construction. Give special consideration to TSA dimensions at taxiway turns and intersections. (see AC 150/5300-13). 2.22.3.2 The airport operator must coordinate the adjustment of the TSA width as permitted above with the appropriate FAA Airports Regional or District Office and the FAA air traffic manager and issue a NOTAM. 2-34 12/13/2017 AC 150/5370-2G 2.22.3.3 The CSPP and SPCD must provide procedures for ensuring adequate distance for protection from blasting operations. 2.22.3.4 Excavations. 1. Curves. Open trenches or excavations are not permitted within the TSA while the taxiway is open. Trenches should be backfilled before the taxiway is opened. If backfilling excavations before the taxiway must be opened is impracticable, cover the excavations appropriately. Covering for open trenches must be designed to allow the safe operation of the heaviest aircraft operating on the taxiway across the trench without damage to the aircraft. 2. Straight Sections. Open trenches or excavations are not permitted within the TSA while the taxiway is open for unrestricted aircraft operations. Trenches should be backfilled before the taxiway is opened. If backfilling excavations before the taxiway must be opened is impracticable, cover the excavations to allow the safe passage of ARFF equipment and of the heaviest aircraft operating on the taxiway across the trench without causing damage to the equipment or aircraft. In rare circumstances where the section of taxiway is indispensable for aircraft movement, open trenches or excavations may be permitted in the TSA while the taxiway is open to aircraft operations, subject to the following restrictions: a. Taxiing speed is limited to 10 mph. b. Appropriate NOTAMs are issued. c. Marking and lighting meeting the provisions of paragraphs 2.18 and 2.20 are implemented. d. Low mass, low -profile lighted barricades are installed. e. Appropriate temporary orange construction signs are installed. 3. Construction contractors must prominently mark open trenches and excavations at the construction site with red or orange flags, as approved by the airport operator, and light them with red lights during hours of restricted visibility or darkness. 2.22.3.5 Erosion control. Soil erosion must be controlled to maintain TSA standards, that is, the TSA must be cleared and graded and have no potentially hazardous ruts, humps, depressions, or other surface variations, and capable, under dry conditions, of supporting snow removal equipment, aircraft rescue and firefighting equipment, and the occasional passage of aircraft without causing structural damage to the aircraft. 2-35 12/13/2017 AC 150/5370-2G 2.22.4 Taxiway Object Free Area (TOFA). Unlike the Runway Object Free Area, aircraft wings regularly penetrate the taxiway object free area during normal operations. Thus, the restrictions are more stringent. Except as provided below, no construction may occur within the taxiway object free area while the taxiway is open for aircraft operations. 2.22.4.1 The taxiway object free area dimensions may be temporarily adjusted if the taxiway is restricted to aircraft operations requiring a taxiway object free area that is equal to the taxiway object free area width available. Give special consideration to TOFA dimensions at taxiway turns and intersections. 2.22.4.2 Offset taxiway centerline and edge pavement markings (do not use glass beads) may be used as a temporary measure to provide the required taxiway object free area. Where offset taxiway pavement markings are provided, centerline lighting, centerline reflectors, or taxiway edge reflectors are required. Existing lighting that does not coincide with the temporary markings must be taken out of service. 2.22.4.3 Construction activity, including open excavations, may be accomplished without adjusting the width of the taxiway object free area, subject to the following restrictions: 2.22.4.3.1 Taxiing speed is limited to 10 mph. 2.22.4.3.2 NOTAMs issued advising taxiing pilots of hazard and recommending reduced taxiing speeds on the taxiway. 2.22.4.3.3 Marking and lighting meeting the provisions of paragraphs 2.18 and 2.20 are implemented. 2.22.4.3.4 If desired, appropriate orange construction signs are installed. See paragraph 2.18.4.2 and Appendix F. 2.22.4.3.5 Five-foot clearance is maintained between equipment and materials and any part of an aircraft (includes wingtip overhang). If such clearance can only be maintained if an aircraft does not have full use of the entire taxiway width (with its main landing gear at the edge of the usable pavement), then it will be necessary to move personnel and equipment for the passage of that aircraft. 2.22.4.3.6 Flaggers furnished by the contractor must be used to direct and control construction equipment and personnel to a pre -established setback distance for safe passage of aircraft, and airline and/or airport personnel. Flaggers must also be used to direct taxiing aircraft. Due to liability issues, the airport operator should require airlines to provide flaggers for directing taxiing aircraft. 2-36 12/13/2017 AC 150/5370-2G 2.22.5 Obstacle Free Zone (OFZ). In general, personnel, material, and/or equipment may not penetrate the OFZ while the runway is open for aircraft operations. If a penetration to the OFZ is necessary, it may be possible to continue aircraft operations through operational restrictions. Coordinate with the FAA through the appropriate FAA Airports Regional or District Office. 2.22.6 Runway pproach/Departure Areas and Clearways. All personnel, materials, and/or equipment must remain clear of the applicable threshold siting surfaces, as defined in AC 150/5300-13. Objects that do not penetrate these surfaces may still be obstructions to air navigation and may affect standard instrument approach procedures. Coordinate with the FAA through the appropriate FAA Airports Regional or District Office. 2.22.6.1 Construction activity in a runway approach/departure area may result in the need to partially close a runway or displace the existing runway threshold. Partial runway closure, displacement of the runway threshold, as well as closure of the complete runway and other portions of the movement area also require coordination through the airport operator with the appropriate FAA air traffic manager (FSS if non -towered) and ATO/Technical Operations (for affected NAVAIDS) and airport users. 2.22.6.2 Caution About Partial Runway Closures. When filing a NOTAM for a partial runway closure, clearly state that the portion of pavement located prior to the threshold is not available for landing and departing traffic. In this case, the threshold has been moved for both landing and takeoff purposes (this is different than a displaced threshold). There may be situations where the portion of closed runway is available for taxiing only. If so, the NOTAM must reflect this condition). 2.22.6.3 Caution About Displaced Thresholds. Implementation of a displaced threshold affects runway length available for aircraft landing over the displacement. Depending on the reason for the displacement (to provide obstruction clearance or RSA), such a displacement may also require an adjustment in the landing distance available and accelerate -stop distance available in the opposite direction. If project scope includes personnel, equipment, excavation, or other work within the existing RSA of any usable runway end, do not implement a displaced threshold unless arrivals and departures toward the construction activity are prohibited. Instead, implement a partial closure. 2.23 Other Limitations on Construction. The CSPP must specify any other limitations on construction, including but not limited to: 2-37 12/13/2017 AC 150/5370-2G 2.23.1 Prohibitions. 2.23.1.1 No use of tall equipment (cranes, concrete pumps, and so on) unless a 7460-1 determination letter is issued for such equipment. 2.23.1.2 No use of open flame welding or torches unless fire safety precautions are provided and the airport operator has approved their use. 2.23.1.3 No use of electrical blasting caps on or within 1,000 feet (300 meters) of the airport property. See AC 150/5370-10. 2.23.2 Restrictions. 2.23.2.1 Construction suspension required during specific airport operations. 2.23.2.2 Areas that cannot be worked on simultaneously. 2.23.2.3 Day or night construction restrictions. 2.23.2.4 Seasonal construction restrictions. 2.23.2.5 Temporary signs not approved by the airport operator. 2.23.2.6 Grades changes that could result in unplanned effects on NAVAIDs. 2-38 12/13/2017 AC 150/5370-2G CHAPTER 3. GUIDELINES FOR WRITING A CSPP 3.1 General Requirements. The CSPP is a standalone document written to correspond with the subjects outlined in paragraph 2_4. The CSPP is organized by numbered sections corresponding to each subject listed in paragraph 2_4, and described in detail in paragraphs 2_5 - 2.23. Each section number and title in the CSPP matches the corresponding subject outlined in paragraph 2_4 (for example, 1. Coordination, 2. Phasing, 3. Areas and Operations Affected by the Construction Activity, and so on). With the exception of the project scope of work outlined in Section 2. Phasing, only subjects specific to operational safety during construction should be addressed. 3.2 Applicability of Subjects. Each section should, to the extent practical, focus on the specific subject. Where an overlapping requirement spans several sections, the requirement should be explained in detail in the most applicable section. A reference to that section should be included in all other sections where the requirement may apply. For example, the requirement to protect existing underground FAA ILS cables during trenching operations could be considered FAA ATO coordination (Coordination, paragraph 2.5.3), an area and operation affected by the construction activity (Areas and Operations Affected by the Construction Activity, paragraph 2.7.1.4), a protection of a NAVAID (Protection of Navigational Aids (NAVAIDs), paragraph 2_8), or a notification to the FAA of construction activities (Notification of Construction Activities, paragraph 2.13.5.3.2). However, it is more specifically an underground utility requirement (Underground Utilities, paragraph 2.15). The procedure for protecting underground ILS cables during trenching operations should therefore be described in 2.4.2.11: "The contractor must coordinate with the local FAA System Support Center (SSC) to mark existing ILS cable routes along Runway 17-35. The ILS cables will be located by hand digging whenever the trenching operation moves within 10 feet of the cable markings." All other applicable sections should include a reference to 2.4.2.11: "ILS cables shall be identified and protected as described in 2.4.2.11" or "See 2.4.2.11 for ILS cable identification and protection requirements." Thus, the CSPP should be considered as a whole, with no need to duplicate responses to related issues. 3.3 Graphical Representations. Construction safety drawings should be included in the CSPP as attachments. When other graphical representations will aid in supporting written statements, the drawings, diagrams, and/or photographs should also be attached to the CSPP. References should be made in the CSPP to each graphical attachment and may be made in multiple sections. 3-1 12/13/2017 AC 150/5370-2G 3.4 Reference Documents. The CSPP must not incorporate a document by reference unless reproduction of the material in that document is prohibited. In that case, either copies of or a source for the referenced document must be provided to the contractor. Where this AC recommends references (e.g. as in paragraph 3_9) the intent is to include a reference to the corresponding section in the CSPP, not to this Advisory Circular. 3.5 Restrictions. The CSPP should not be considered as a project design review document. The CSPP should also avoid mention of permanent ("as -built") features such as pavements, markings, signs, and lighting, except when such features are intended to aid in maintaining operational safety during the construction. 3.6 Coordination. Include in this section a detailed description of conferences and meetings to be held both before and during the project. Include appropriate information from AC 150/5370- 12. Discuss coordination procedures and schedules for each required FAA ATO Technical Operations shutdown and restart and all required flight inspections. 3.7 Phasing. Include in this section a detailed scope of work description for the project as a whole and each phase of work covered by the CSPP. This includes all locations and durations of the work proposed. Attach drawings to graphically support the written scope of work. Detail in this section the sequenced phases of the proposed construction. Include a reference to paragraph 3.8, as appropriate. 3.8 Areas and Operations Affected by Construction. Focus in this section on identifying the areas and operations affected by the construction. Describe corresponding mitigation that is not covered in detail elsewhere in the CSPP. Include references to paragraphs below as appropriate. Attach drawings as necessary to graphically describe affected areas and mechanisms proposed. See Appendix F for sample operational effects tables and figures. 3.9 NAVAID Protection. List in this section all NAVAID facilities that will be affected by the construction. Identify NAVAID facilities that will be placed out of service at any time prior to or during construction activities. Identify individuals responsible for coordinating each shutdown and when each facility will be out of service. Include a reference to paragraph 3.6 for FAA ATO NAVAID shutdown, restart, and flight inspection coordination. Outline in detail procedures to protect each NAVAID facility remaining in service from interference by construction activities. Include a reference to paragraph 3.14 for the 3-2 12/13/2017 AC 150/5370-2G issuance of NOTAMs as required. Include a reference to paragraph 3.16 for the protection of underground cables and piping serving NAVAIDs. If temporary visual aids are proposed to replace or supplement existing facilities, include a reference to paragraph 3.19. Attach drawings to graphically indicate the affected NAVAIDS and the corresponding critical areas. 3.10 Contractor Access. This will necessarily be the most extensive section of the CSPP. Provide sufficient detail so that a contractor not experienced in working on airports will understand the unique restrictions such work will require. Due to this extent, it should be broken down into subsections as described below: 3.10.1 Location of Stockpiled Construction Materials. Describe in this section specific locations for stockpiling material. Note any height restrictions on stockpiles. Include a reference to paragraph 3.21 for hazard marking and lighting devices used to identify stockpiles. Include a reference to paragraph 3.11 for provisions to prevent stockpile material from becoming wildlife attractants. Include a reference to paragraph 3.12 for provisions to prevent stockpile material from becoming FOD. Attach drawings to graphically indicate the stockpile locations. 3.10.2 Vehicle and Pedestrian Operations. While there are many items to be addressed in this major subsection of the CSPP, all are concerned with one main issue: keeping people and vehicles from areas of the airport where they don't belong. This includes preventing unauthorized entry to the AOA and preventing the improper movement of pedestrians or vehicles on the airport. In this section, focus on mechanisms to prevent construction vehicles and workers traveling to and from the worksite from unauthorized entry into movement areas. Specify locations of parking for both employee vehicles and construction equipment, and routes for access and haul roads. In most cases, this will best be accomplished by attaching a drawing. Quote from AC 150/5210-5 specific requirements for contractor vehicles rather than referring to the AC as a whole, and include special requirements for identifying HAZMAT vehicles. Quote from, rather than incorporate by reference, AC 150/5210-20 as appropriate to address the airport's rules for ground vehicle operations, including its training program. Discuss the airport's recordkeeping system listing authorized vehicle operators. 3.10.3 Two -Way Radio Communications. Include a special section to identify all individuals who are required to maintain communications with Air Traffic (AT) at airports with active towers, or monitor CTAF at airports without or with closed ATCT. Include training requirements for all individuals required to communicate with AT. Individuals required to monitor AT frequencies should also be identified. If construction employees are also required to communicate by radio with Airport Operations, this procedure should be described in detail. Usage of vehicle mounted radios and/or portable radios should be addressed. Communication procedures for the event of disabled radio communication (that is, light 3-3 12/13/2017 AC 150/5370-2G signals, telephone numbers, others) must be included. All radio frequencies should by identified (Tower, Ground Control, CTAF, UNICOM, ATIS, and so on). 3.10.4 Airport Security. Address security as it applies to vehicle and pedestrian operations. Discuss TSA requirements, security badging requirements, perimeter fence integrity, gate security, and other needs. Attach drawings to graphically indicate secured and/or Security Identification Display Areas (SIDA), perimeter fencing, and available access points. 3.11 Wildlife Management. Discuss in this section wildlife management procedures. Describe the maintenance of existing wildlife mitigation devices, such as perimeter fences, and procedures to limit wildlife attractants. Include procedures to notify Airport Operations of wildlife encounters. Include a reference to paragraph 3.10 for security (wildlife) fence integrity maintenance as required. 3.12 FOD Management. In this section, discuss methods to control and monitor FOD: worksite housekeeping, ground vehicle tire inspections, runway sweeps, and so on. Include a reference to paragraph 3.15 for inspection requirements as required. 3.13 HAZMAT Management. Describe in this section HAZMAT management procedures: fuel deliveries, spill recovery procedures, Safety Data Sheet (SDS), Material Safety Data Sheet (MSDS) or Product Safety Data Sheet (PSDS) availability, and other considerations. Any specific airport HAZMAT restrictions should also be identified. Include a reference to paragraph 3.10 for HAZMAT vehicle identification requirements. Quote from, rather than incorporate by reference, AC 150/5320-15. 3.14 Notification of Construction Activities. List in this section the names and telephone numbers of points of contact for all parties affected by the construction project. We recommend a single list that includes all telephone numbers required under this section. Include emergency notification procedures for all representatives of all parties potentially impacted by the construction. Identify individual representatives — and at least one alternate — for each party. List both on -duty and off -duty contact information for each individual, including individuals responsible for emergency maintenance of airport construction hazard lighting and barricades. Describe procedures to coordinate immediate response to events that might adversely affect the operational safety of the airport (such as interrupted NAVAID service). Explain requirements for and the procedures for the issuance of Notices to Airmen (NOTAMs), notification to FAA required by 14 CFR Part 77 and Part 157 and in the event of affected NAVAIDs. For NOTAMs, identify an individual, and at least one alternate, responsible for issuing and cancelling each specific type of Notice to 3-4 12/13/2017 AC 150/5370-2G Airmen (NOTAM) required. Detail notification methods for police, fire fighting, and medical emergencies. This may include 911, but should also include direct phone numbers of local police departments and nearby hospitals. Identify the E911 address of the airport and the emergency access route via haul roads to the construction site. Require the contractor to have this information available to all workers. The local Poison Control number should be listed. Procedures regarding notification of Airport Operations and/or the ARFF Department of such emergencies should be identified, as applicable. If airport radio communications are identified as a means of emergency notification, include a reference to paragraph 3.10. Differentiate between emergency and nonemergency notification of ARFF personnel, the latter including activities that affect ARFF water supplies and access roads. Identify the primary ARFF contact person and at least one alternate. If notification is to be made through Airport Operations, then detail this procedure. Include a method of confirmation from the ARFF department. 3.15 Inspection Requirements. Describe in this section inspection requirements to ensure airfield safety compliance. Include a requirement for routine inspections by the resident engineer (RE) or other airport operator's representative and the construction contractors. If the engineering consultants and/or contractors have a Safety Officer who will conduct such inspections, identify this individual. Describe procedures for special inspections, such as those required to reopen areas for aircraft operations. Part 139 requires daily airfield inspections at certificated airports, but these may need to be more frequent when construction is in progress. Discuss the role of such inspections on areas under construction. Include a requirement to immediately remedy any deficiencies, whether caused by negligence, oversight, or project scope change. 3.16 Underground Utilities. Explain how existing underground utilities will be located and protected. Identify each utility owner and include contact information for each company/agency in the master list. Address emergency response procedures for damaged or disrupted utilities. Include a reference to paragraph 3.14 for notification of utility owners of accidental utility disruption as required. 3.17 Penalties. Describe in this section specific penalties imposed for noncompliance with airport rules and regulations, including the CSPP: SIDA violations, VPD, and others. 3.18 Special Conditions. Identify any special conditions that may trigger specific safety mitigation actions outlined in this CSPP: low visibility operations, snow removal, aircraft in distress, aircraft accident, security breach, VPD, and other activities requiring construction suspension/resumption. Include a reference to paragraph 3.10 for compliance with airport safety and security measures and for radio communications as required. Include 3-5 12/13/2017 AC 150/5370-2G a reference to paragraph 3.14 for emergency notification of all involved parties, including police/security, ARFF, and medical services. 3.19 Runway and Taxiway Visual Aids. Include marking, lighting, signs, and visual NAVAIDS. Detail temporary runway and taxiway marking, lighting, signs, and visual NAVAIDs required for the construction. Discuss existing marking, lighting, signs, and visual NAVAIDS that are temporarily, altered, obliterated, or shut down. Consider non-federal facilities and address requirements for reimbursable agreements necessary for alteration of FAA facilities and for necessary flight checks. Identify temporary TORA signs or runway distance remaining signs if appropriate. Identify required temporary visual NAVAIDS such as REIL or PAPI. Quote from, rather than incorporate by reference, AC 150/5340-1, Standards for Airport Markings; AC 150/5340-18, Standards for Airport Sign Systems; and AC 150/5340-30, as required. Attach drawings to graphically indicate proposed marking, lighting, signs, and visual NAVAIDs. 3.20 Marking and Signs for Access Routes. Detail plans for marking and signs for vehicle access routes. To the extent possible, signs should be in conformance with the Federal Highway Administration MUTCD and/or State highway specifications, not hand lettered. Detail any modifications to the guidance in the MUTCD necessary to meet frangibility/height requirements. 3.21 Hazard Marking and Lighting. Specify all marking and lighting equipment, including when and where each type of device is to be used. Specify maximum gaps between barricades and the maximum spacing of hazard lighting. Identify one individual and at least one alternate responsible for maintenance of hazard marking and lighting equipment in the master telephone list. Include a reference to paragraph 3.14. Attach drawings to graphically indicate the placement of hazard marking and lighting equipment. 3.22 Work Zone Lighting for Nighttime Construction. If work is to be conducted at night, specify all lighting equipment, including when and where each type of device is to be used. Indicate the direction lights are to be aimed and any directions that aiming of lights is prohibited. Specify any shielding necessary in instances where aiming is not sufficient to prevent interference with air traffic control and aircraft operations. Attach drawings to graphically indicate the placement and aiming of lighting equipment. Where the plan only indicates directions that aiming of lights is prohibited, the placement and positioning of portable lights must be proposed by the Contractor and approved by the airport operator's representative each time lights are relocated or repositioned. NO 12/13/2017 AC 150/5370-2G 3.23 Protection of Runway and Taxiway Safety Areas. This section should focus exclusively on procedures for protecting all safety areas, including those altered by the construction: methods of demarcation, limit of access, movement within safety areas, stockpiling and trenching restrictions, and so on. Reference AC 150/5300-13, as required. Include a reference to paragraph 3.10 for procedures regarding vehicle and personnel movement within safety areas. Include a reference to paragraph 3.10 for material stockpile restrictions as required. Detail requirements for trenching, excavations, and backfill. Include a reference to paragraph 3.21 for hazard marking and lighting devices used to identify open excavations as required. If runway and taxiway closures are proposed to protect safety areas, or if temporary displaced thresholds and/or revised declared distances are used to provide the required Runway Safety Area, include a reference to paragraphs 3.14 and 3.19. Detail procedures for protecting the runway OFZ, runway OFA, taxiway OFA and runway approach surfaces including those altered by the construction: methods of demarcation, limit of cranes, storage of equipment, and so on. Quote from, rather than incorporate by reference, AC 150/5300-13, as required. Include a reference to paragraph 3.24 for height (i.e., crane) restrictions as required. One way to address the height of equipment that will move during the project is to establish a three-dimensional "box" within which equipment will be confined that can be studied as a single object. Attach drawings to graphically indicate the safety area, OFZ, and OFA boundaries. 3.24 Other Limitations on Construction. This section should describe what limitations must be applied to each area of work and when each limitation will be applied: limitations due to airport operations, height (i.e., crane) restrictions, areas which cannot be worked at simultaneously, day/night work restrictions, winter construction, and other limitations. Include a reference to paragraph 3.7 for project phasing requirements based on construction limitations as required. 3-7 12/13/2017 AC 150/5370-2G Page Intentionally Blank 12/13/2017 APPENDIX A. RELATED READING MATERIAL AC 150/5370-2G Appendix A Obtain the latest version of the following free publications from the FAA on its Web site at hllp://www.faa.aov/aip2orts/. Table A-1. FAA Publications Number Title and Description AC 150/5200-28 Notices to Airmen (NOTAMs) for Airport Operators Guidance for using the NOTAM System in airport reporting. AC 150/5200-30 Airport Field Condition Assessments and Winter Operations Safety Guidance for airport owners/operators on the development of an acceptable airport snow and ice control program and on appropriate field condition reporting procedures. AC 150/5200-33 Hazardous Wildlife Attractants On or Near Airports Guidance on locating certain land uses that might attract hazardous wildlife to public -use airports. AC 150/5210-5 Painting, Marking, and Lighting of Vehicles Used on an Airport Guidance, specifications, and standards for painting, marking, and lighting vehicles operating in the airport air operations areas. AC 150/5210-20 Ground Vehicle Operations to include Taxiing or Towing an Aircraft on Airports Guidance to airport operators on developing ground vehicle operation training programs. AC 150/5300-13 Airport Design FAA standards and recommendations for airport design. Establishes approach visibility minimums as an airport design parameter, and contains the Object Free area and the obstacle free -zone criteria. AC 150/5210-24 Airport Foreign Object Debris (FOD) Management Guidance for developing and managing an airport foreign object debris (FOD) program FEW 12/13/2017 AC 150/5370-2G Appendix A Number Title and Description AC 150/5320-15 Management of Airport Industrial Waste Basic information on the characteristics, management, and regulations of industrial wastes generated at airports. Guidance for developing a Storm Water Pollution Prevention Plan (SWPPP) that applies best management practices to eliminate, prevent, or reduce pollutants in storm water runoff with particular airport industrial activities. AC 150/5340-1 Standards for Airport Markings FAA standards for the siting and installation of signs on airport runways and taxiways. AC 150/5340-18 Standards for Airport Sign Systems FAA standards for the siting and installation of signs on airport runways and taxiways. AC 150/5345-28 Precision Approach Path Indicator (PAPI) Systems FAA standards for PAPI systems, which provide pilots with visual glide slope guidance during approach for landing. AC 150/5340-30 Design and Installation Details for Airport Visual Aids Guidance and recommendations on the installation of airport visual aids. AC 150/5345-39 Specification for L-853, Runway and Taxiway Retroreflective Markers AC 150/5345-44 Specification for Runway and Taxiway Signs FAA specifications for unlighted and lighted signs for taxiways and runways. AC 150/5345-53 Airport Lighting Equipment Certification Program Details on the Airport Lighting Equipment Certification Program (ALECP). AC 150/5345-50 Specification for Portable Runway and Taxiway Lights FAA standards for portable runway and taxiway lights and runway end identifier lights for temporary use to permit continued aircraft operations while all or part of a runway lighting system is inoperative. AC 150/5345-55 Specification for L-893, Lighted Visual Aid to Indicate Temporary Runway Closure ON 12/13/2017 AC 150/5370-2G Appendix A Number Title and Description AC 150/5370-10 Standards for Specifying Construction of Airports Standards for construction of airports, including earthwork, drainage, paving, turfing, lighting, and incidental construction. AC 150/5370-12 Quality Management for Federally Funded Airport Construction Projects EB 93 Guidance for the Assembly and Installation of Temporary Orange Construction Signs FAA Order 5200.11 FAA Airports (ARP.) Safety Management System(SMS) Basics for implementing SMS within ARP. Includes roles and responsibilities of ARP management and staff as well as other FAA lines of business that contribute to the ARP SMS. FAA Certalert 98-05 Grasses Attractive to Hazardous Wildlife Guidance on grass management and seed selection. FAA Form 7460-1 Notice of Proposed Construction or Alteration FAA Form 7480-1 Notice of Landing Area Proposal FAA Form 6000.26 National NAS Strategic Interruption Service Level Agreement, Strategic Events Coordination, Airport Sponsor Form Obtain the latest version of the following free publications from the Electronic Code of Federal Regulations at http://www.ecfr.gov/. Table A-2. Code of Federal Regulation Number Title Title 14 CFR Part 77 Safe, Efficient Use and Preservation of the Navigable Airspace Title 14 CFR Part 139 Certification of Airports Title 49 CFR Part 1542 Airport Security Obtain the latest version of the Manual on Uniform Traffic Control Devices from the Federal Highway Administration at http://mutcd.thwa.dot.goy/. A-3 12/13/2017 Page Intentionally Blank AC 150/5370-2G Appendix A 12/13/2017 APPENDIX B. TERMS AND ACRONYMS Table B-1. Terms and Acronyms AC 150/5370-2G Appendix B Term Definition Form 7460-1 Notice of Proposed Construction or Alteration. For on -airport projects, the form submitted to the FAA regional or airports division office as formal written notification of any kind of construction or alteration of objects that affect navigable airspace, as defined in 14 CFR Part 77, Safe, Efficient Use, and Preservation of the Navigable Airspace. (See guidance available on the FAA web site at https://oeaaa.faa.gov.) The form may be downloaded at hllp://www.faa. og v/airports/resources/forms/, or filed electronically at: hllps://oeaaa.faa.gov. Form 7480-1 Notice of Landing Area Proposal. Form submitted to the FAA Airports Regional Division Office or Airports District Office as formal written notification whenever a project without an airport layout plan on file with the FAA involves the construction of a new airport; the construction, realigning, altering, activating, or abandoning of a runway, landing strip, or associated taxiway; or the deactivation or abandoning of an entire airport The form may be downloaded at http://www.faa. og v/airports/resources/forms/. Form 6000-26 Airport Sponsor Strategic Event Submission Form AC Advisory Circular ACSI Airport Certification Safety Inspector ADG Airplane Design Group AIP Airport Improvement Program ALECP Airport Lighting Equipment Certification Program ANG Air National Guard AOA Air Operations Area, as defined in 14 CFR Part 107. Means a portion of an airport, specified in the airport security program, in which security measures are carried out. This area includes aircraft movement areas, aircraft parking areas, loading ramps, and safety areas, and any adjacent areas (such as general aviation areas) that are not separated by adequate security systems, measures, or procedures. This area does not include the secured area of the airport terminal building. ARFF Aircraft Rescue and Fire Fighting ARP FAA Office of Airports ASDA Accelerate -Stop Distance Available AT Air Traffic ATCT Airport Traffic Control Tower ATIS Automatic Terminal Information Service ATO Air Traffic Organization Certificated Airport An airport that has been issued an Airport Operating Certificate by the FAA under F 12/13/2017 AC 150/5370-2G Appendix B Term Definition the authority of 14 CFR Part 139, Certification of Airports. CFR Code of Federal Regulations Construction The presence of construction -related personnel, equipment, and materials in any location that could infringe upon the movement of aircraft. CSPP Construction Safety and Phasing Plan. The overall plan for safety and phasing of a construction project developed by the airport operator, or developed by the airport operator's consultant and approved by the airport operator. It is included in the invitation for bids and becomes part of the project specifications. CTAF Common Traffic Advisory Frequency Displaced Threshold A threshold that is located at a point on the runway other than the designated beginning of the runway. The portion of pavement behind a displaced threshold is available for takeoffs in either direction or landing from the opposite direction. DOT Department of Transportation EPA Environmental Protection Agency FAA Federal Aviation Administration FOD Foreign Object Debris/Damage FSS Flight Service Station GA General Aviation HAZMAT Hazardous Materials HMA Hot Mix Asphalt IAP Instrument Approach Procedures IFR Instrument Flight Rules ILS Instrument Landing System LDA Landing Distance Available LOC Localizer antenna array Movement Area The runways, taxiways, and other areas of an airport that are used for taxiing or hover taxiing, air taxiing, takeoff, and landing of aircraft, exclusive of loading aprons and aircraft parking areas (reference 14 CFR Part 139). MSDS Material Safety Data Sheet MUTCD Manual on Uniform Traffic Control Devices NAVAID Navigation Aid NAVAID Critical Area An area of defined shape and size associated with a NAVAID that must remain clear and graded to avoid interference with the electronic signal. Non -Movement Area The area inside the airport security fence exclusive of the Movement Area. It is important to note that the non -movement area includes pavement traversed by aircraft. 12/13/2017 AC 150/5370-2G Appendix B Term Definition NOTAM Notices to Airmen Obstruction Any object/obstacle exceeding the obstruction standards specified by 14 CFR Part 77, subpart C. OCC Operations Control Center OE / AAA Obstruction Evaluation / Airport Airspace Analysis OFA Object Free Area. An area on the ground centered on the runway, taxiway, or taxi lane centerline provided to enhance safety of aircraft operations by having the area free of objects except for those objects that need to be located in the OFA for air navigation or aircraft ground maneuvering purposes. (See AC 150/5300-13 for additional guidance on OFA standards and wingtip clearance criteria.) OFZ Obstacle Free Zone. The airspace below 150 ft (45 m) above the established airport elevation and along the runway and extended runway centerline that is required to be clear of all objects, except for frangible visual NAVAIDs that need to be located in the OFZ because of their function, in order to provide clearance protection for aircraft landing or taking off from the runway and for missed approaches. The OFZ is subdivided as follows: Runway OFZ, Inner Approach OFZ, Inner Transitional OFZ, and Precision OFZ. Refer to AC 150/5300-13 for guidance on OFZ. OSHA Occupational Safety and Health Administration OTS Out of Service P&R Planning and Requirements Group NPI NAS Planning & Integration PAPI Precision Approach Path Indicator PFC Passenger Facility Charge PLASI Pulse Light Approach Slope Indicator Project Proposal Summary A clear and concise description of the proposed project or change that is the object of Safety Risk Management. RA Reimbursable Agreement RE Resident Engineer REIL Runway End Identifier Lights RNAV Area Navigation ROFA Runway Object Free Area RSA Runway Safety Area. A defined surface surrounding the runway prepared or suitable for reducing the risk of damage to airplanes in the event of an undershoot, overshoot, or excursion from the runway, in accordance with AC 150/5300-13. SDS Safety Data Sheet SIDA Security Identification Display Area SMS Safety Management System i 12/13/2017 AC 150/5370-2G Appendix B Term Definition SPCD Safety Plan Compliance Document. Details developed and submitted by a contractor to the airport operator for approval providing details on how the performance of a construction project will comply with the CSPP. SRM Safety Risk Management SSC System Support Center Taxiway Safety A defined surface alongside the taxiway prepared or suitable for reducing the risk Area of damage to an airplane unintentionally departing the taxiway, in accordance with AC 150/5300-13. TDG Taxiway Design Group Temporary Any condition that is not intended to be permanent. Temporary Runway The beginning of that portion of the runway available for landing and taking off in End one direction, and for landing in the other direction. Note the difference from a displaced threshold. Threshold The beginning of that portion of the runway available for landing. In some instances, the landing threshold may be displaced. TODA Takeoff Distance Available TOFA Taxiway Object Free Area TORA Takeoff Run Available. The length of the runway less any length of runway unavailable and/or unsuitable for takeoff run computations. See AC 150/5300-13 for guidance on declared distances. TSA Taxiway Safety Area, or Transportation Security Administration UNICOM A radio communications system of a type used at small airports. VASI Visual Approach Slope Indicator VGSI Visual Glide Slope Indicator. A device that provides a visual glide slope indicator to landing pilots. These systems include precision approach path indicator (PAPI), visual approach slope indicator (VASI), and pulse light approach slope indicator (PLASI). VFR Visual Flight Rules VOR Very High Frequency Omnidirectional Radio Range VPD Vehicle / Pedestrian Deviation AV 12/13/2017 APPENDIX C. SAFETY AND PHASING PLAN CHECKLIST AC 150/5370-2G Appendix C This appendix is keyed to Chapter 2. In the electronic version of this AC, clicking on the paragraph designation in the Reference column will access the applicable paragraph. There may be instances where the CSPP requires provisions that are not covered by the list in this appendix. This checklist is intended as an aid, not a required submittal. Table C-1. CSPP Checklist Coordination Reference Addressed? Remarks Yes No NA General Considerations Requirements for predesign, prebid, 2_5 and preconstruction conferences to introduce the subject of airport operational safety during construction are specified. Operational safety is a standing 2_5 agenda item for construction progress meetings. Scheduling of the construction phases 2_6 is properly addressed. Any formal agreements are 2.5.3 established. Areas and Operations Affected by Construction Activity Drawings showing affected areas are 2.7.1 included. Closed or partially closed runways, 2.7.1.1 taxiways, and aprons are depicted on drawings. Access routes used by ARFF vehicles 2.7.1.2 affected by the project are addressed. Access routes used by airport and 2.7.1.3 airline support vehicles affected by the project are addressed. Underground utilities, including 2.7.1.4 water supplies for firefighting and drainage. C-1 12/13/2017 AC 150/5370-2G Appendix C Coordination Reference Addressed? Remarks Yes No NA Approach/departure surfaces affected 2.7.1.5 by heights of temporary objects are addressed. Construction areas, storage areas, and 2.7.1 access routes near runways, taxiways, aprons, or helipads are properly depicted on drawings. Temporary changes to taxi operations 2.7.2.1 are addressed. Detours for ARFF and other airport 2.7.2.2 vehicles are identified. Maintenance of essential utilities and 2.7.2.3 underground infrastructure is addressed. Temporary changes to air traffic 2.7.2.4 control procedures are addressed. NAVAIDs Critical areas for NAVAIDs are 2.8 depicted on drawings. Effects of construction activity on the 2.8 performance of NAVAIDS, including unanticipated power outages, are addressed. Protection of NAVAID facilities is 2.8 addressed. The required distance and direction 2.8 from each NAVAID to any construction activity is depicted on drawings. Procedures for coordination with 2.8, 2.13.1, FAA ATO/Technical Operations, 2.13.5.3.1, including identification of points of 2.18.1 contact, are included. Contractor Access The CSPP addresses areas to which 2.9 contractor will have access and how C-2 12/13/2017 AC 150/5370-2G Appendix C Coordination Reference Addressed? Remarks Yes No NA the areas will be accessed. The application of 49 CFR Part 1542 2_9 Airport Security, where appropriate, is addressed. The location of stockpiled 2.9.1 construction materials is depicted on drawings. The requirement for stockpiles in the 2.9.1 ROFA to be approved by FAA is included. Requirements for proper stockpiling 2.9.1 of materials are included. Construction site parking is 2.9.2.1 addressed. Construction equipment parking is 2.9.2.2 addressed. Access and haul roads are addressed. 2.9.2.3 A requirement for marking and 2.9.2.4 lighting of vehicles to comply with AC 150/5210-5, Painting, Marking and Lighting of Vehicles Used on an Airport, is included. Proper vehicle operations, including 2.9.2.5, 2.9.2.6 requirements for escorts, are described. Training requirements for vehicle 2.9.2.7 drivers are addressed. Two-way radio communications 2.9.2.9 procedures are described. Maintenance of the secured area of 2.9.2.10 the airport is addressed. Wildlife Management The airport operator's wildlife 2.10 management procedures are addressed. C-3 12/13/2017 AC 150/5370-2G Appendix C Coordination Reference Addressed? Remarks Yes No NA Foreign Object Debris Management The airport operator's FOD 2.11 management procedures are addressed. Hazardous Materials Management The airport operator's hazardous 2.12 materials management procedures are addressed. Notification of Construction Activities Procedures for the immediate 2.13 notification of airport user and local FAA of any conditions adversely affecting the operational safety of the airport are detailed. Maintenance of a list by the airport 2.13.1 operator of the responsible representatives/points of contact for all involved parties and procedures for contacting them 24 hours a day, seven days a week is specified. A list of local ATO/Technical 2.13.1 Operations personnel is included. A list of ATCT managers on duty is 2.13.1 included. A list of authorized representatives to 2.13.2 the OCC is included. Procedures for coordinating, issuing, 2.8, 2.13.2, maintaining and cancelling by the 2.18.3.3.9 airport operator of NOTAMS about airport conditions resulting from construction are included. Provision of information on closed or 2.13.2 hazardous conditions on airport movement areas by the airport operator to the OCC is specified. Emergency notification procedures 2.13.3 for medical, fire fighting, and police C-4 12/13/2017 AC 150/5370-2G Appendix C Coordination Reference Addressed? Remarks Yes No NA response are addressed. Coordination with ARFF personnel 2.13.4 for non -emergency issues is addressed. Notification to the FAA under 14 2.13.5 CFR parts 77 and 157 is addressed. Reimbursable agreements for flight 2.13.5.3.2 checks and/or design and construction for FAA owned NAVAIDs are addressed. Inspection Requirements Daily and interim inspections by both 2.14.1, 2.14.2 the airport operator and contractor are specified. Final inspections at certificated 2.14.3 airports are specified when required. Underground Utilities Procedures for protecting existing 2.15 underground facilities in excavation areas are described. Penalties Penalty provisions for noncompliance 2.16 with airport rules and regulations and the safety plans are detailed. Special Conditions Any special conditions that affect the 2.17 operation of the airport or require the activation of any special procedures are addressed. Runway and Taxiway Visual Aids - Marking, Lighting, Signs, and Visual NAVAIDs The proper securing of temporary 2.18.1 airport markings, lighting, signs, and visual NAVAIDs is addressed. Frangibility of airport markings, 2.18.1, 2.18.3, lighting, signs, and visual NAVAIDs 2.18.4.2, is specified. 2.20.2.4 C-5 12/13/2017 AC 150/5370-2G Appendix C Coordination Reference Addressed? Remarks Yes No NA The requirement for markings to be 2.18.2 in compliance with AC 15015340-1, Standards for Airport Markings, is specified. Detailed specifications for materials 2.18.2 and methods for temporary markings are provided. The requirement for lighting to 2.18.3 conform to AC 150/5340-30, Design and Installation Details for Airport Visual Aids; AC 150/5345-50, Specification for Portable Runway and Taxiway Lights; and AC 150/5345-53, Airport Lighting Certification Program, is specified. The use of a lighted X is specified 2.18.2.1.2, where appropriate. 2.18.3.2 The requirement for signs to conform 2.18.4 to AC 150/5345-44, Specification for Runway and Taxiway Signs; AC 50/5340-18, Standards for Airport Sign Systems; and AC 150/5345-53, Airport Lighting Certification Program, is specified. Marking and Signs For Access Routes The CSPP specifies that pavement 2.18.4.2 markings and signs intended for construction personnel should conform to AC 150/5340-18 and, to the extent practicable, with the MUTCD and/or State highway specifications. Hazard Marking and Lighting Prominent, comprehensible warning 2.20.1 indicators for any area affected by construction that is normally accessible to aircraft, personnel, or vehicles are specified. M: 12/13/2017 AC 150/5370-2G Appendix C Coordination Reference Addressed? Remarks Yes No NA Hazard marking and lighting are 2.20.1 specified to identify open manholes, small areas under repair, stockpiled material, and waste areas. The CSPP considers less obvious 2.20.1 construction -related hazards. Equipment that poses the least danger 2.20.2.1 to aircraft but is sturdy enough to remain in place when subjected to typical winds, prop wash and jet blast is specified. The spacing of barricades is specified 2.20.2.1 such that a breach is physically prevented barring a deliberate act. Red lights meeting the luminance 2.20.2.2 requirements of the State Highway Department are specified. Barricades, temporary markers, and 2.20.2.3 other objects placed and left in areas adjacent to any open runway, taxiway, taxi lane, or apron are specified to be as low as possible to the ground, and no more than 18 inch high. Barricades are specified to indicate 2.20.2.3 construction locations in which no part of an aircraft may enter. Highly reflective barriers with lights 2.20.2.5 are specified to barricade taxiways leading to closed runways. Markings for temporary closures are 2.20.2.5 specified. The provision of a contractor's 2.20.2.7 representative on call 24 hours a day for emergency maintenance of airport hazard lighting and barricades is specified. C-7 12/13/2017 AC 150/5370-2G Appendix C Coordination Reference Addressed? Remarks Yes No NA Work Zone Lighting for Nighttime Construction If work is to be conducted at night, 2.21 the CSPP identifies construction lighting units and their general locations and aiming in relationship to the ATCT and active runways and taxiways. Protection of Runway and Taxiway Safety Areas The CSPP clearly states that no 2.22.1.1, construction may occur within a 2.22.3.1 safety area while the associated runway or taxiway is open for aircraft operations. The CSPP specifies that the airport 2.22.1.2, operator coordinates the adjustment 2.22.3.2 of RSA or TSA dimensions with the ATCT and the appropriate FAA Airports Regional or District Office and issues a local NOTAM. Procedures for ensuring adequate 2.22.3.3 distance for protection from blasting operations, if required by operational considerations, are detailed. The CSPP specifies that open 2.22.1.4 trenches or excavations are not permitted within a safety area while the associated runway or taxiway is open, subject to approved exceptions. Appropriate covering of excavations 2.22.1.4 in the RSA or TSA that cannot be backfilled before the associated runway or taxiway is open is detailed. The CSPP includes provisions for 2.22.1.4 prominent marking of open trenches and excavations at the construction site. Grading and soil erosion control to 2.22.3.5 maintain RSA/TSA standards are 12/13/2017 AC 150/5370-2G Appendix C Coordination Reference Addressed? Remarks Yes No NA addressed. The CSPP specifies that equipment is 2.22.2 to be removed from the ROFA when not in use. The CSPP clearly states that no 2.22.3 construction may occur within a taxiway safety area while the taxiway is open for aircraft operations. Appropriate details are specified for 2.22.4 any construction work to be accomplished in a taxiway object free area. Measures to ensure that personnel, 2.22.4.3.6 material, and/or equipment do not penetrate the OFZ or threshold siting surfaces while the runway is open for aircraft operations are included. Provisions for protection of runway 2.22.6 approach/departure areas and clearways are included. Other Limitations on Construction The CSPP prohibits the use of open 2.23.1.2 flame welding or torches unless adequate fire safety precautions are provided and the airport operator has approved their use. The CSPP prohibits the use of 2.23.1.3 electrical blasting caps on or within 1,000 ft (300 m) of the airport property. C-9 12/13/2017 AC 150/5370-2G Appendix D APPENDIX D. CONSTRUCTION PROJECT DAILY SAFETY INSPECTION CHECKLIST The situations identified below are potentially hazardous conditions that may occur during airport construction projects. Safety area encroachments, unauthorized and improper ground vehicle operations, and unmarked or uncovered holes and trenches near aircraft operating surfaces pose the most prevalent threats to airport operational safety during airport construction projects. The list below is one tool that the airport operator or contractor may use to aid in identifying and correcting potentially hazardous conditions. It should be customized as appropriate for each project including information such as the date, time and name of the person conducting the inspection. Table D-1. Potentially Hazardous Conditions No Action Item Action Required (Describe) Required (Check) Excavation adjacent to runways, taxiways, and aprons improperly backfilled. Mounds of earth, construction materials, temporary structures, and other obstacles near any open runway, taxiway, or taxi lane; in the related Object Free area and aircraft approach or departure areas/zones; or obstructing any sign or marking. Runway resurfacing projects resulting in lips exceeding 3 inch (7.6 cm) from pavement edges and ends. Heavy equipment (stationary or mobile) operating or idle near AOA, in runway approaches and departures areas, or in OFZ. Equipment or material near NAVAIDs that may degrade or impair radiated signals and/or the monitoring of navigation and visual aids. Unauthorized or improper vehicle operations in localizer or glide slope critical areas, resulting in electronic interference and/or facility shutdown. Tall and especially relatively low visibility units (that is, equipment with slim profiles) cranes, drills, and similar objects located in critical areas, such as OFZ and D-1 12/13/2017 AC 150/5370-2G Appendix D No Action Item Action Required (Describe) Required (Check) approach zones. Improperly positioned or malfunctioning lights or unlighted airport hazards, such as holes or excavations, on any apron, open taxiway, or open taxi lane or in a related safety, approach, or departure area. Obstacles, loose pavement, trash, and other debris on or near AOA. Construction debris (gravel, sand, mud, paving materials) on airport pavements may result in aircraft propeller, turbine engine, or tire damage. Also, loose materials may blow about, potentially causing personal injury or equipment damage. Inappropriate or poorly maintained fencing during construction intended to deter human and animal intrusions into the AOA. Fencing and other markings that are inadequate to separate construction areas from open AOA create aviation hazards. Improper or inadequate marking or lighting of runways (especially thresholds that have been displaced or runways that have been closed) and taxiways that could cause pilot confusion and provide a potential for a runway incursion. Inadequate or improper methods of marking, barricading, and lighting of temporarily closed portions of AOA create aviation hazards. Wildlife attractants such as trash (food scraps not collected from construction personnel activity), grass seeds, tall grass, or standing water — on or near airports. Obliterated or faded temporary markings on active operational areas. Misleading or malfunctioning obstruction lights. Unlighted or unmarked obstructions in the approach to any open runway pose aviation hazards. D-2 12/13/2017 AC 150/5370-2G Appendix D No Action Item Action Required (Describe) Required (Check) Failure to issue, update, or cancel NOTAMs about airport or runway closures or other construction related airport conditions. Failure to mark and identify utilities or power cables. Damage to utilities and power cables during construction activity can result in the loss of runway / taxiway lighting; loss of navigation, visual, or approach aids; disruption of weather reporting services; and/or loss of communications. Restrictions on ARFF access from fire stations to the runway / taxiway system or airport buildings. Lack of radio communications with construction vehicles in airport movement areas. Objects, regardless of whether they are marked or flagged, or activities anywhere on or near an airport that could be distracting, confusing, or alarming to pilots during aircraft operations. Water, snow, dirt, debris, or other contaminants that temporarily obscure or derogate the visibility of runway/taxiway marking, lighting, and pavement edges. Any condition or factor that obscures or diminishes the visibility of areas under construction. Spillage from vehicles (gasoline, diesel fuel, oil) on active pavement areas, such as runways, taxiways, aprons, and airport roadways. Failure to maintain drainage system integrity during construction (for example, no temporary drainage provided when working on a drainage system). D-3 12/13/2017 AC 150/5370-2G Appendix D No Action Item Action Required (Describe) Required (Check) Failure to provide for proper electrical lockout and tagging procedures. At larger airports with multiple maintenance shifts/workers, construction contractors should make provisions for coordinating work on circuits. Failure to control dust. Consider limiting the amount of area from which the contractor is allowed to strip turf. Exposed wiring that creates an electrocution or fire ignition hazard. Identify and secure wiring, and place it in conduit or bury it. Site burning, which can cause possible obscuration. Construction work taking place outside of designated work areas and out of phase. D-4 12/13/2017 AC 150/5370-2G Appendix E APPENDIX E. SAMPLE OPERATIONAL EFFECTS TABLE E.1 Project Description. Runway 15-33 is currently 7820 feet long, with a 500 foot stopway on the north end. This project will remove the stopway and extend the runway 1000 feet to the north and 500 feet to the south. Finally, the existing portion of the runway will be repaved. The runway 33 glide slope will be relocated. The new runway 33 localizer has already been installed by FAA Technical Operations and only needs to be switched on. Runway 15 is currently served only by a localizer, which will remain in operation as it will be beyond the future RSA. Appropriate NOTAMS will be issued throughout the project. E.1.1 During Phase I, the runway 15 threshold will be displaced 1000 feet to keep construction equipment below the approach surface. The start of runway 15 takeoff and the departure end of runway 33 will also be moved 500 feet to protect workers from jet blast. Declared distances for runway 33 will be adjusted to provide the required RSA and applicable departure surface. Excavation near Taxiway G will require its ADG to be reduced from IV to III. See Figure. Figure E-1. Phase I Example 7,320 (TORA, TODA) 7,320 (TORA, TODA, ASDA) 6,820 (ASDA, LDA) 1,000 6,820 (LDA) — 500 — 500 twit RUNWAY 15-33 cw> TAXIWAY G I III I� O 1TAXIWAY "z O (SECURED TO BARRICADES) 0 z D{ w LL NORTH W n LL� On J Y mm we p TT N J � C Z NEW CONSTRUCTION CLOSED CLOSED FOR LANDING - DISPLACED THRESHOLD LEGEND Note 1: Where hold signs are installed on both sides of a taxiway, install the TORA sign on the left side of the taxiway before the final turn to the runway intersection. Note 2: Based on the declared distances for Runway 33 departures, the maximum equipment height in the construction area is 12.5 feet (500/40 = 12.5). E-1 12/13/2017 AC 150/5370-2G Appendix E E.2 During Phase II, the runway 33 threshold will be displaced 1000 feet to keep construction equipment below the approach surface. The start of runway 33 takeoff and the departure end of runway 15 will also be moved 500 feet to protect workers from jet blast. Declared distances for runway 15 will be adjusted to provide the required RSA and applicable departure surface. See Figure E-2. Figure E-2. Phase II Example 7,820 FEET (ASDA, LDA) 8,320 (TORA, TODA, ASDA) 8,320 (TORA, TODA) 7,820 (LDA) 500 s 500 500 j RUNWAY 15 - 33 C-- I J U TAXIWAY G t Z Z pp TAXIH AY N NORTH m / D (SECURED TO BARRICADE) o� gC: W� 1LLI CDT m Qm z p m �3 NT O T Q 1C d' Z NEW CONSTRUCTION CLOSED CLOSED FOR LANDING - DISPLACED THRESHOLD LEGEND Note 1: Where hold signs are installed on both sides of a taxiway, install the TORA sign on the left side of the taxiway before the final turn to the runway intersection. Note 2: Based on the declared distances for Runway 15 departures, the maximum equipment height in the construction area is 12.5 feet (500/40 = 12.5). E-2 12/13/2017 AC 150/5370-2G Appendix E E.3 During Phase III, the existing portion of the runway will be repaved with Hot Mix Asphalt (HMA) and the runway 33 glide slope will be relocated. Construction will be accomplished between the hours of 8:00 pm and 5:00 am, during which the runway will be closed to operations. Figure E-3. Phase III Example 9,320 (TORA, TODA, ASDA, LDA) 9,320 (TORA, TODA, ASDA, LDA) RUNWAY 15-33 TAXIWAY G RAMP \ (BARRICADES WITH SIGN INSTALLED HOURS OF CONSTRUCTION) NORTH \DURING (SECURED TO BARRICADE) NOTE: INSTALL LIGHTED "X" OR YELLOW "X" ON NUMBERS AND REMOVE WHEN RUNWAYS ARE OPEN FOR OPERATIONS. NEW CONSTRUCTION CLOSED CLOSED FOR LANDING - DISPLACED THRESHOLD LEGEND E-3 12/13/2017 Table E-1. Operational Effects Table AC 150/5370-2G Appendix E Project Runway 15-33 Extension and Repaving Phase Normal Phase I: Extend Phase II: Extend Phase III: Repave (Existing) Runway 15 End Runway 33 End Runway Scope of Work N/A Extend Runway Extend Runway Repave existing 15-33 1,000 ft on 15-33 500 ft on runway with HMA north end with Hot south end with Relocate Runway Mix Asphaltic Hot Mix Asphaltic 33 Glide Slope Concrete (HMA). Concrete (HMA). Effects of N/A Existing North Existing South Runway closed Construction 500 ft closed 500 ft closed between 8:00 pm Operations and 5:00 am Edge lighting out of service Construction Phase N/A Phase I Phase II Phase III (Anticipated) (Anticipated) (Anticipated) Runway 15 Average Carrier: 52 Carrier: 40 /day Carrier: 45 /day Carrier: 45 / day Aircraft Operations /day GA: 26 /day GA: 26 /day GA: 20 / day GA: 26 Military: 0 /day Military: 5 /day Military: 0 /day /day Military: 11 /day Runway 33 Average Carrier: 40 Carrier: 30 /day Carrier: 25 /day Carrier: 20 /day Aircraft Operations /day GA: 18 /day GA: 18 /day GA: 5 /day GA: 18 Military: 0 /day Military: 5 /day Military: 0 /day /day Military: 10 /day Runway 15-33 C-IV C-IV C-IV C-IV Aircraft Category Runway 15 1 mile 1 mile 1 mile 1 mile Approach Visibility Minimums Runway 33 3/4 mile 3/4 mile 3/4 mile I mile Approach Visibility Minimums Note: Proper coordination with Flight Procedures group is necessary to maintain instrument approach procedures during construction. E-4 12/13/2017 AC 150/5370-2G Appendix E Project Runway 15-33 Extension and Repaving Phase Normal (Existing) Phase I: Extend Runway 15 End Phase II: Extend Runway 33 End Phase III: Repave Runway Runway 15 TORA 7,820 7,320 8,320 9,320 Declared Distances TODA 7,820 7,320 8,320 9,320 ASDA 7,820 7,320 7,820 9,320 LDA 7,820 6,820 7,820 9,320 Runway 33 TORA 7,820 7,320 8,320 9,320 Declared Distances TODA 7,820 7,320 8,320 9,320 ASDA 8,320 6,820 8,320 9,320 LDA 7,820 6,820 7,820 9,320 Runway 15 Approach Procedures LOC only LOC only LOC only LOC only RNAV RNAV RNAV RNAV VOR VOR VOR VOR Runway 33 Approach Procedures ILS ILS ILS LOC only RNAV RNAV RNAV RNAV VOR VOR VOR VOR Runway 15 NAVAIDs LOC LOC LOC LOC Runway 33 NAVAIDs ILS, MALSR ILS, MALSR ILS, MALSR LOC, MALSR Taxiway G ADG IV III IV IV Taxiway G TDG 4 4 4 4 ATCT (hours open) 24 hours 24 hours 24 hours 0500 - 2000 ARFF Index D D D D E-5 12/13/2017 AC 150/5370-2G Appendix E Project Runway 15-33 Extension and Repaving Phase Normal Phase I: Extend Phase II: Extend Phase III: Repave (Existing) Runway 15 End Runway 33 End Runway Special Conditions Air All military aircraft Some large All military aircraft National relocated to military aircraft relocated to Guard alternate ANG relocated to alternate ANG (ANG) Base alternate ANG Base military Base operations Information for Refer above for Refer above for Refer above for NOTAMs applicable applicable applicable declared distances. declared distances. declared distances. Taxiway G Airport closed limited to 118 ft 2000 — 0500. wingspan Runway 15 glide slope OTS. Note: This table is one example. It may be advantageous to develop a separate table for each project phase and/or to address the operational status of the associated NAVAIDs per construction phase. Complete the following chart for each phase to determine the area that must be protected along the runway and taxiway edges: Table E-2. Runway and Taxiway Edge Protection Runway/Taxiway Aircraft Approach Category* A,B,C,orD Airplane Design Group* I, II, III, or IV Safety Area Width in Feet Divided by 2 *See AC 150/5300-13 to complete the chart for a specific runway/taxiway. E-6 12/13/2017 AC 150/5370-2G Appendix E Complete the following chart for each phase to determine the area that must be protected before the runway threshold: Table E-3. Protection Prior to Runway Threshold Airplane Design Design Aircraft Approach Minimum Minimum Distance to Runway End Number Group* Category* Safety Area Prior to the Threshold Based on I, II, III, or A,B,C,orD Threshold* Required Approach Slope* IV ft ft : 1 ft ft : 1 ft ft : 1 ft ft : 1 *See AC 150/5300-13 to complete the chart for a specific runway. E-7 12/13/2017 Page Intentionally Blank E-8 AC 150/5370-2G Appendix E 12/13/2017 APPENDIX F. ORANGE CONSTRUCTION SIGNS Figure F-1. Approved Sign Legends CONSTRUCTION AHEAD CONSTRUCTION ON RAMP RWY 4L TAKEOFF RUN AVAILABLE 9,780 FT F-1 AC 150/5370-2G Appendix F 12/13/2017 AC 150/5370-2G Appendix F Figure F-2.Orange Construction Sign Example 1 Note: For proper placement of signs, refer to EB 93. F-2 12/13/2017 AC 150/5370-2G Appendix F Figure F-3.Orange Construction Sign Example 2 F- -1 CONSTRUCTION AREA TAXIWAY CENTERLINE TEMPORARILY RELOCATED CONSTRUCTION AHEAD Note: For proper placement of signs, refer to EB 93. F-3 12/13/2017 Page Intentionally Blank F-4 AC 150/5370-2G Appendix F Advisory Circular Feedback If you find an error in this AC, have recommendations for improving it, or have suggestions for new items/subjects to be added, you may let us know by (1) mailing this form to Manager, Airport Engineering Division, Federal Aviation Administration ATTN: AAS-100, 800 Independence Avenue SW, Washington DC 20591 or (2) faxing it to the attention of the Office of Airport Safety and Standards at (202) 267-5383. Subject: AC 150/5370-2G Date: Please check all appropriate line items: ❑ An error (procedural or typographical) has been noted in paragraph on page ❑ Recommend paragraph on page be changed as follows: ❑ In a future change to this AC, please cover the following subject: (Briefly describe what you want added.) ❑ Other comments: ❑ I would like to discuss the above. Please contact me at (phone number, email address). Submitted by: Date: Page Intentionally Blank APPENDIX E SAFETY DETAILS PARKHILL 01271417 Page is too large to OCR. APPENDIX C CONSTRUCTION MANAGEMENT PLAN (CMP) Parkhill CONSTRUCTION MANAGEMENT PLAN CITY OF LUBBOCK, TEXAS Lubbock Preston Smith International Airport LBB Terminal Apron and Runway 8/26 Rehabilitation 'A Lubbock Preston Smith International Airport City of Lubbock ITB No. 20-15449-JM FAA AIP Project Nos.: 3-48-0138-046-2020 (Runway 8/26 Rehabilitation) 3-48-0138-047-2020 (Terminal Apron Rehabilitation) September 12020 Parkhill Project # 01271417 Parkhillxom Parkhill CONSTRUCTION MANAGEMENT PLAN CITY OF LUBBOCK, TEXAS Lubbock Preston Smith International Airport LBB Terminal Apron and Runway 8/26 Rehabilitation 'A Lubbock Preston Smith International Airport 91 City of Lubbock ITB No. 20-15449-JM FAA AIP Project Nos.: 3-48-0138-046-2020 (Runway 8/26 Rehabilitation) 3-48-0138-047-2020 (Terminal Apron Rehabilitation) September 12020 Parkhill Project # 01271417 9/11/2020 Parkhillxom City of Lubbock, Texas Lubbock Preston Smith International Airport LBB Terminal Apron and Runway 8/26 Rehabilitation CMP September 2020 TABLE OF CONTENTS Page A. INTRODUCTION..................................................................................................................1 B. PERSONNEL.........................................................................................................................I C. INSPECTION PROCEDURES AND FREQUENCIES........................................................3 D. SUBMITTAL PROCESS.......................................................................................................4 E. QUALITY CONTROL TESTING (BY CONTRACTOR)....................................................4 F. ACCEPTANCE TESTING.....................................................................................................5 G. PAY FACTORS......................................................................................................................5 H. TEST RESULTS.....................................................................................................................5 I. FINAL TEST AND QUALITY CONTROL REPORT..........................................................6 APPENDICES APPENDIX A CONSULTING ENGINEERING STAFF RESUMES APPENDIX B PAVETEX ENGINEERING, LLC. CERTIFICATION APPENDIX C DAILY CHECKLIST APPENDIX D SUBMITTAL PROCESS SUMMARY APPENDIX E QUALITY CONTROL TESTING (BY CONTRACTOR) APPENDIX F ACCEPTANCE TESTING QUALITY ASSURANCE (BY ENGINEER) APPENDIX G PAY FACTORS PARKHILL TOC - i 01271417 X:\2017\2714.17\02DSGN\04 REPT\00 CLERICAL\CMP\1-toc.docx City of Lubbock, Texas Lubbock Preston Smith International Airport CMP LBB Terminal Apron and Runway 8/26 Rehabilitation September 2020 A. INTRODUCTION The Project to be accomplished under this program consists of construction work for the Lubbock Preston Smith International Airport (LBB). Project includes work on the terminal apron including concrete panel replacement, concrete crack seal, concrete spall repair, and edge drain system installation. Alternates 1-3 include asphalt crack seal, asphalt emulsified seal coat, marking, concrete joint seal, and joint beveling. Alternates 4-6 include concrete crack seal, concrete spall repair, concrete joint seal, and joint beveling on Runway 8/26. & PERSONNEL 1. Sponsor's Agent Mr. Steve Nicholson, Deputy Director of Safety and Security Lubbock Preston Smith International Airport (LBB) Administration Office, 2nd Floor 5401 North Martin Luther King, Jr. Blvd, Unit 389 Lubbock Texas79403 806.775.2036 The Sponsor's Agent shall be responsible for contract administration on behalf of the Sponsor, Lubbock Preston Smith International Airport, with the authority to administer the contract. 2. Consulting Engineer and Staff Mr. Mark D. Haberer, P.E., CM Project Manager PARKHILL 4222 85' Street Lubbock Texas 79423 806.473.3600 806.543.0222 Ms. Lanell Pahe Project Engineer PARKHILL 4222 85' Street Lubbock, Texas 79423 806.473.3664 Mr. Mark Carpenter, Resident Project Representative (RPR) PARKHILL 4222 85d' Street Lubbock Texas 79423 806.777.0160 PARKHILL Page 1 01271417 City of Lubbock, Texas Lubbock Preston Smith International Airport CMP LBB Terminal Apron and Runway 8/26 Rehabilitation September 2020 Ms. Debbie German, Project Assistant PARKHILL 4222 85t' Street Lubbock Texas79423 Quality Assurance Lab Mr. Cole Hutson, P.E. PaveTex Engineering, LLC 12804 County Road 2500 Lubbock Texas79404 806.771.7283 Mr. Mark Haberer will oversee construction period services. PARKHILL will also provide one full-time Resident Project Representative (RPR) during Project construction. A second RPR will be provided if needed. The duties, responsibilities, and limitations of authority of the RPR are described in the Professional Engineering Services Agreement. The RPR will report directly to the PARKHILL Project Manager. PARKHILL will compile a copy of all test reports to be delivered to the FAA as required in conditions of AIP Project Nos. 3-48-0138-046-2020 (Runway 8/26 Rehabilitation) and 3-48-0138-047-2020 (Terminal Apron Rehabilitation). Key personnel and chain of communication is described as follows: PARKHILL Page 2 01271417 City of Lubbock, Texas Lubbock Preston Smith International Airport CMP LBB Terminal Apron and Runway 8/26 Rehabilitation September 2020 4. Contractor (TBD) Testing Lab(s) The Sponsor's Quality Assurance (QA) testing laboratory will be PaveTex, certified according to ASTM D3666 and C1077 (refer to Appendix B for applicable certificate). Testing laboratory will report all construction period and material compliance test results to PARKHILL and Sponsor. Testing laboratory will also report construction period test results to Project Contractor. PaveTex will report directly to the PARKHILL Project Manager. Contractor will be responsible for selecting a separate testing laboratory for all required preconstruction material submittal testing and Quality Control (QC) testing. C. INSPECTION PROCEDURES AND FREQUENCIES For Surveying and Grade Control. a. Engineer provides grade control as part of the Construction Documents. Contractor will be responsible for verifying the control network at Project onset to confirm agreement. All PARKHILL Page 3 01271417 City of Lubbock, Texas Lubbock Preston Smith International Airport CMP LBB Terminal Apron and Runway 8/26 Rehabilitation September 2020 construction staking is Contractor's responsibility and Contractor will be required to immediately report any deviations. Engineer will employ a Texas -licensed RPLS to perform periodic verification of Contractor work. This will include isolated spot checks only. Verification survey will primarily be performed on flow lines of proposed edge drain. Any discrepancies found will result in an immediate coordination meeting between Engineer and Contractor. By Contractor. a. Contractor is required to execute daily inspections on work performed and work to be performed. All inspection notes shall be captured in the Contractor's daily log, submitted as required. Contractor also required to perform certain Quality Control testing. This testing will be performed by the Contractor's lab. Test reports shall be made available to Engineer daily. Frequencies are defined in Project specifications and in Item E. Contractor will detail Quality Control testing further in the Quality Control Plan. By Consulting Engineer. a. Observation Procedures: PARKHILL RPR will be onsite full-time daily throughout Project duration. A second RPR will assist when needed, but particularly during asphalt and concrete placement. As per the Agreement for Professional Services, RPR will check for "general conformance to plans and specifications." RPR will not "inspect" every detail of the Contractor's project nor direct Contractor operations. RPR will make observations, document findings, and bring concerns to the PARKHILL project manager's attention. RPR will also coordinate Owner's QA testing laboratory. Tests will be performed per Project specifications in Item F. RPR will also monitor daily activity to confirm Contractor performs required Quality Control testing. Observation notes will be captured in the PARKHILL Procore System. b. Daily Reporting/Diary: RPR will maintain daily logs (in Procore) for activity, progress, concerns, communication, testing, and other activity related to construction. The logs will be submitted to the Sponsor and FAA as part of the Project Final Report. RPR will also collect photos for reference where appropriate. All photos will be included in Procore, transmitted as part of the Project Final Report. c. Weekly Reporting: As required by AIP Project Nos. 3-48-0138-046-2020 (Runway 8/26 Rehabilitation) and 3-48-0138-047-2020 (Terminal Apron Rehabilitation), PARKHILL will prepare and submit weekly Construction Progress Reports (FAA Form 5370-1) by email to the FAA Program Manager with electronic copies to the Sponsor. d. Quarterly Reporting: As required by AIP Project Nos. 3-48-0138-046-2020 (Runway 8/26 Rehabilitation ) and 3-48-0138-047-2020 (Terminal Apron Rehabilitation), PARKHILL will prepare required quarterly reports as well as compile and submit reports from testing in the previous quarter to the FAA Program Manager with electronic copies to the Sponsor. D. SUBMITTAL PROCESS Contractor is required to prepare and submit a complete submittal list at preconstruction meeting. List will be populated in Procore, updated and maintained throughout Project. Engineer will also maintain a record of submittal status in Procore. All submittals shall address PARKHILL Page 4 01271417 City of Lubbock, Texas Lubbock Preston Smith International Airport CMP 1.1313 Terminal Apron and Runway 8/26 Rehabilitation September 2020 "Buy American" and FAA -approved source requirements by having the Contractor submit a written certification statement indicating requirements are met. 2. For a preliminary list of anticipated submittal items and applicable test(s), see Appendix D - Table 1: Summary of Submittals. Contractor responsible for reviewing Specifications and confirming all submittal requirements. Test values are included in Project specifications. All submittals will be routed through the PARKHILL Procore system for review and approval. E. QUALITY CONTROL TESTING (BY CONTRACTOR) Contractor must visually inspect all items to be used upon arrival and maintain control charts for applicable material production. Contractor shall perform and document all daily inspections and tests as determined in Section 100 of the specifications. Contractor shall make Quality Control (QC) reports, test results, and inspection reports available to Engineer. Test results will be provided before start of the following day. Inspection reports will be provided on the workday after day of record. All items of material and equipment shall be subject to Engineer surveillance. If Contractor determines to be noncompliant regarding any requirements of the Quality Control Program, the Engineer will have the option to order Contractor to: 1) replace ineffective or unqualified quality control personnel or subcontractors; or 2) stop operations until appropriate corrective action is taken. 2. For a list of anticipated Quality Control Tests, see Appendix E - Table 2: Quality Control Testing (By Contractor). Test values are included in the project specifications. PARKHILL Page 5 01271417 City of Lubbock, Texas Lubbock Preston Smith International Airport CMP LBB Terminal Apron and Runway 8/26 Rehabilitation September 2020 3. Quality Control Testing Responsibility Contractor's Quality Control Contractor's Project 4 Contractor's Project Manager Superintendent Manager Communication Contractor's Testing Owner's Field I co munication Laboratory Representative (PSC 0 RPR) / Owner's est Results PSC PSC PSC Representative Project Project 4 o, Project Engineer Assistant Manager FAA Project Manager Project Final Report 4. Summary of Action: If/when deficiencies arise during construction, immediate communication will occur as indicated above. Action will include but not limited to: a. Discussion of test results and potential implications. b. Re -test by Contractor to verify results. c. If re -test confirms deficiency, Contractor shall rework deficiency or potentially replace material depending on deficiency. d. Re -worked area or replaced material to be tested by Contractor's laboratory. e. Contractor shall develop and submit to Engineer a plan for avoiding same deficiency on future segments of work. f. Other specific courses of action to be defined in the Contractor's Quality Control Plan. PARKHILL Page 6 01271417 City of Lubbock, Texas Lubbock Preston Smith International Airport CMP LBB Terminal Apron and Runway 8/26 Rehabilitation September 2020 F. ACCEPTANCE TESTING (BY OWNER'S REPRESENTATIVE) 1. For Testing Methods, see Appendix F - Table 3: Quality Assurance (by Engineer). 2. Quality Assurance Testing Responsibility PSC PSC Project Engineer Owner's Representative (RPR) Final Proj FAA Project Manager Owners' Representative C!M 1 .1% IX"11M1 ommunication Communication PSC Project Assistant Owner's Testing Labor 1. For a list of Pay Factors, see Appendix G - Table 4: Pay Factors. H. TEST RESULTS 1. Documentation Contractor's Project Manaeer Contractor's Project Superintendent Contractor's Quality Control Manaeer a. Quality Control Tests (Daily): Contractor is required to document all Quality Control Tests results performed on Project. Test results shall be submitted to RPR for review the day after testing is performed. If results are deficient, RPR will initiate dialogue with Contractor's Superintendent. If results are favorable, RPR will forward results to the PARKHILL Project Assistant to be compiled for Project Final Report. PARKHILL Page 7 01271417 City of Lubbock, Texas Lubbock Preston Smith International Airport CMP LBB Terminal Apron and Runway 8/26 Rehabilitation September 2020 b. Quality Acceptance Tests (Daily): RPR will coordinate testing with Owner's Laboratory. RPR will also document all test results at point of testing, using this data to reconcile test reports received from Owner's Testing Laboratory. RPR will also note tests performed in Procore. Deficient test results will be communicated to Contractor's Project Superintendent immediately. c. Failing Tests: 1) Quality Control Testing: Whether passing or failing, RPR will obtain a copy of all Quality Control Test results performed by Contractor. Deficient results will result in immediate communication between Contractor and Engineer and subsequent action determined. Corresponding re -tests will be taken and documented. 2) Quality Assurance Testing: As previously mentioned, RPR will document all test results at point test is performed by Owner's Testing Laboratory. Deficient results will result in immediate communication between Contractor and Engineer and an action plan for remediation developed. Re -test results will be documented and all charges for failing tests invoiced to Contractor. I. FINAL TEST AND QUALITY CONTROL REPORT As part of the Project Final Report, Engineer, Contractor, and Owner's Testing Laboratory will coordinate preparation of a Final Test and Quality Control Report. The report will summarize number of tests performed versus number of tests required for each specification item. Failed tests and subsequent re -tests will be included. Payment reductions for applicable items will be included. Where necessary, acceptance of specification deficiencies will be documented. PARKHILL Page 8 01271417 APPENDIX A CONSULTING ENGINEER STAFF RESUMES PARKHILL 01271417 Mark Haberer, P.E., C.M. 1. Project Responsibilities Project Manager Sponsor Liaison FAA Liaison ll. Qualifications a. Mark Haberer, P.E., C.M. is a Firm Principal and the Director of Aviation for PARKHILL. His expertise involves project management, design, and construction administration for airfield infrastructure projects, both at General Aviation and Part 139 Certificated airports. Past projects have ranged from small rehabilitations to large runway extensions in excess of $40M and involving coordination of multiple subconsultants. Specifically, Mark is experienced with the FAA Airport Design Advisory Circular and the Airport Improvement Program (AIP) grant process. Technically, Mark has expertise in airfield concrete paving, pavement design, the FAA Airport GIS system, and coordination of new approach procedures. b. Education i. Loretta Scott Academy. ii. Bachelor of Science, Civil Engineering - Structural Emphasis, Texas Tech University, 1997 iii. Master of Business Administration, General, Texas Tech University, 1999 c. Professional Registration i. Licensed Professional Engineer, TX, 94867 ii. Licensed Professional Engineer, NM, 19706 iii. Licensed Professional Engineer, KS, 22310 iv. Licensed Professional Engineer, OK, 25664 d. Years of experience: 20 III. Experience • Artesia Municipal Airport Runway 12-30 Reconstruction • Big Spring Airpark 2001 Airport Layout Plan • El Paso International Airport Construction Management for Runway 4-22 Reconstruction • El Paso International Airport FBO Ramp Addition and Taxiway U & V Realignment • El Paso International Airport Taxiway L Reconstruction • Hereford Airport Improvements • Lubbock General Aviation Ramp Extension • Lubbock Preston Smith International Airport Airfield Drainage Improvements • Lubbock Preston Smith International Airport General Aviation Ramp Expansion, Phase II • Lubbock Preston Smith International Airport Master Plan • Lubbock Preston Smith International Airport Patriot Plaza • Lubbock Preston Smith International Airport Security Access Control Improvements • Lubbock Preston Smith International Airport Security Improvements • Lubbock Preston Smith International Airport Taxiway Lima Improvements • Lubbock Preston Smith International Airport Westport Access Road • Lubbock Preston Smith International Airport Westport Apron & Taxiway Expansion • Lubbock Preston Smith International Airport Airfield Asphalt Repair PARKHILL • Lubbock Preston Smith International Airport Airfield Marking • Lubbock Preston Smith International Airport Entrance Road Repaving and Signage • Lubbock Preston Smith International Airport Passenger Loading Bridge Replacement • Lubbock Preston Smith International Airport Rehab Signage and Graphics • Lubbock Preston Smith International Airport Runway 08-26 and Taxiway Improvements • Lubbock Preston Smith International Airport Runway 17R-35L Preliminary Engineering • Lubbock Preston Smith International Airport Runway 17R-35L • Lubbock Preston Smith International Airport Upgrade the FIDS • Lubbock Preston Smith International Airport Terminal Apron Rehabilitation • Moore Co. Airport Hangar • TxDOT Paducah Airfield Improvements • TxDOT Perryton Airport 2010 • TxDOT Post/Garza County Airport Electrical Improvements and Pavement Repairs PARKHILL 2 Lanell Pahe 1. Project Responsibilities • Project Engineer • Technical responsibilities including submittal review, responding to RFIs, coordination with Project Manager and RPR, and review of test reports. 11. Qualifications a. Ms. Pahe is a member of the Aviation Sector with experience on airside paving projects. b. Education i. Bachelor of Science, Civil Engineering — New Mexico State University, 2016 c. Years of experience: 5 Ill. Experience • Artesia Municipal Airport Runway 12-30 Reconstruction • El Paso International Airport FBO Ramp Addition and Taxiway U & V Realignment • Lubbock Preston Smith International Airport Runway 17R-35L • TxDOT Floydada Municipal Airport • TxDOT Hale County Airport • TxDOT Hemphill County Airport • TxDOT Hereford Airport Improvements • TxDOT Muleshoe Municipal Airport • TxDOT Odessa Ector Co Air • TxDOT Perryton Airport • TxDOT Post -Garza Co. Airport Electrical Improvement and Pavement Repairs • TxDOT Stanton Airport Pavement Rehab Lighting PARKHILL 3 Mark Carpenter, Sr. 1. Project Responsibilities • Lead Resident Project Representative (RPR) • Coordination of other RPR's required on the project • Coordination of Testing Lab (Quality Assurance Testing) • Preparation of Daily Logs and Weekly FAA Progress Reports • Wage Interviews 11. Qualifications a. Mr. Carpenter joined PARKHILL March 1998 as a Resident Project Representative (RPR). b. Mr. Carpenter has extensive experience including construction project management, heavy airport concrete and asphalt paving production, infrastructure construction, heavy equipment operation, and field inspection. c. Years of experience: 20 111. Experience • Lubbock Preston Smith International Airport Runway 17R-35L Construction. • El Paso International Airport Runway 4-22 Construction Management, El Paso. • Lubbock Preston Smith International Airport 8/26, Phases 1, 2, and 3 • Lubbock Preston Smith International Airport Perimeter Road • Lubbock Preston Smith International Airport Fiber Optic • Lubbock Preston Smith International Airport Gate Addition PARKHILL 4 Debbie German 1. Project Responsibilities • Project Assistant (PASS) • Project Manual Compilation • Construction Document Control Specialist • Coordination of Submittals • Preparation and Distribution Meeting Agenda and Minutes • Preparation of Application for Payment • Review of Certified Payroll Reports • Review of Progress towards DBE goal ll. Qualifications a. Background instilled importance of documentation, organization, and multitasking. b. Strong work ethic, effectively collaborates with a wide range of personalities, and sticks to a task until complete. c. Assists in organizing, planning, and facilitating meetings. d. Prepares, records, and maintains data from all incoming construction correspondences. e. Education: Bachelor of Science in Human Services, University of Phoenix, 2012 f. Years of experience: 5 III. Experience • El Paso FBO Ramp Addition and Taxiway U & V Realignment • Floydada Municipal Airport Hangar Access Taxiway Reconstruction • Lubbock Preston Smith International Airport Airfield -Wide Joint Seal • Lubbock Preston Smith International Airport Runway 17R-35L • Lubbock Preston Smith International Airport Terminal Apron Rehabilitation • Midland International Air & Space Port Aircraft Ramp Lighting System • Midland International Air & Space Port New Terminal Vehicle Parking Lots • Midland International Air & Space Port Northwest Basin Wildlife Improvements • Midland International Air & Space Port Rehabilitate Concrete Apron • Midland International Air & Space Port Security Checkpoint Expansion • Midland International Air & Space Port Terminal Vehicle Parking Rehabilitation • TxDOT Cameron AP Pavement Rehabilitation • TxDOT Lampasas Municipal Airport Airfield Pavement Rehabilitation, Marking, MIRL and Signage Replacement, and PAPI Installation • TxDOT Littlefield Taylor Brown Municipal Airport Improvements • TxDOT Odessa/Ector County Airport, Schlemeyer Field, Apron Expansion and Runway 11-29 MALS Installation • TxDOT Pecos Municipal Airport (PEQ) Taxiway and Apron Pavement Rehabilitation • TxDOT Post -Garza County Municipal Airport Electrical Improvements and Pavement Repair • TxDOT Seymour Municipal Airport Runway 17-35 Improvements • TxDOT Winkler County AP Pavement Improvement • Winkler County Airport Hangar Improvements PARKHILL 5 APPENDIX B PAVETEX CERTIFICATION PARKHILL 01271417 A A S HO A 0 C R E D I T E D CERTIFICATE OF ACCREDITATION AMERICAN ASSOCIATION OF STATE HiOMWAY AND TRANSPORTATION OFFiG1AE5 AASH 0 PAVETEX Engineering, LLC dea P"ETEX 11, Lubbock, Texas, USA has demonstrated proficiency for the testing of construction materials and has conformed to the requirements established in AASHTO R 18 and the AASHTO Accreditation policies established by the AASHTO Committee on Materials and Pavements. The scope of accreditation can be viewed on the Directory of AASHTO Accredited Laboratories (aashtoresource.org). 66 Tymon, AASHTO Executive Director Moe Jamshidi, AASHTO COMP Chair This certificate was generated on 03/05/2020 at 12:00 PM Eastern Time. Please confirm the current accreditation status of this laboratory at aashtoresource.org/aap/accreditation-directory i SCOPE OF AAS HTO ACCREDITATION FOR: PAVETEX Engineering, LLC dba PAVETEX AASH10 in Lubbock, Texas, USA A C C R E D I T E D Quality Management System Standard: Accredited Since: R18 Establishing and Implementing a Quality System for Construction Materials Testing Laboratories. AM 12/07/2010 C1077 (Aggregate) Laboratories Testing Concrete and Concrete Aggregates 04/30/2015 C1077 (Concrete) Laboratories Testing Concrete and Concrete Aggregates 04/30/2015 D3666 (Aggregate) Minimum Requirements for Agencies Testing and Inspecting Road and Paving Materials 04/25/2019 ID3666 (Asphalt Mixture) Minimum Requirements for Agencies Testing and Inspecting Road and Paving Materials 01/10/2011 D3740 (Soil) Minimum Requirements for Agencies Engaged in Testing and/or Inspection of Soil and Rock as Used in Engineering Design and Construction 05/21/2019 LE329 (Aggregate) 91 Standard Specification for Agencies Engaged in the Testing and/or Inspection of Materials Used in Construction 4/25/2019 E329 (Asphalt Mixture) Standard Specification for Agencies Engaged in the Testing and/or Inspection of Materials Used in Construction 10/12/2016 k329 (Soil),ikandarA Specification for Agencies Engaged in the Testing and/or Inspection of Materials Used in Constru Page 1 of 5 This certificate was generated on 03/05/2020 at 12:00 PM Eastern Time. Please confirm the current accreditation status of this laboratory at aashtoresource.org/aap/accreditation-directory 4�s%SCOPE OF AAS HTO ACCREDITATION FOR: , PAVETEX Engineering, LLC dba PAVETEX AA S H O in Lubbock, Texas, USA A C C R E D I T E D Asphalt Mixture Standard: Accredited Since: R47 Reducing Samples of Hot -Mix Asphalt to Testing Size 04/25/2019 T329 Moisture Content of Hot -Mix Asphalt (HMA) by Oven Method 04/25/2019 D2041 Maximum Specific Gravity of Hot Mix Asphalt Paving Mixtures D2726 Bulk Specific Gravity of Compacted Hot Mix Asphalt Using Saturated Surface -Dry Specimens 04/25/2019 D3203 Percent Air Voids in Compacted Dense and Open Bituminou D5444 Mechanical Analysis of Extracted Aggregate 04/25/2019 D6307 Determining the Asphalt Content of Hot Mix Asphalt (HMA) b D6925 Preparing and Determining the Density of Hot Mix Asphalt (HMA) Specimens by Means of the Superpave Gyratory Compactor 04/25/2019 Tex-206-F Compacting Specimens Using the Texas Gyratory Compact Page 2 of 5 This certificate was generated on 03/05/2020 at 12:00 PM Eastern Time. Please confirm the current accreditation status of this laboratory at aashtoresou rce.org/aap/accreditation-d i rectory 4�s%SCOPE OF AAS HTO ACCREDITATION l PAVETEX Engineering, LLC dba PAVETEX AASH10 in Lubbock, Texas, USA ACCREDITED Soil Standard: FOR: Accredited Since: 1LD421 Dry Preparation of Disturbed Soil and Soil Aggregate Samples for Test 4/25/2019 D698 The Moisture -Density Relations of Soils Using a 5.5 Ib [2.5 kg] Rammer and a 12 in. [305 mm] Drop 12/07/2010 D1557 Moisture -Density Relations of Soils Using a 10 lb [4.54 kg] Rammer and an 18 in. [457 mm] Drop re p4/25/2019 04/25/2019 b4/25/2019 D2487 Classification of Soils for Engineering Purposes (Unified Soil Classification System) 04/25/2019 ID4318 Determining the Liquid Limit of Soils (Atterberg L 2/07/2010 D4318 Plastic Limit of Soils (Atterberg Limits) 12/07/2010 In- In -Place Density and Moisture Content of Soil a Page 3 of 5 This certificate was generated on 03/05/2020 at 12:00 PM Eastern Time. Please confirm the current accreditation status of this laboratory at aashtoresource.org/aap/accreditation-directory SCOPE OF AAS HTO ACCREDITATION FOR: PAVETEX Engineering, LLC dba PAVETEX AA S H O in Lubbock, Texas, USA A C C R E D I T E D Aggregate Standard: Accredited Since: C40 Organic Impurities in Fine Aggregates for Concrete 04/30/2015 C117 Materials Finer Than 75-pm (No. 200) Sieve in Mineral Aggregates by Washing 04/30/2015 C127 So C128 Specific_ Gravity (Relative Density) and Absorption of Fine C136 Sieve Analysis of Fine and Coarse Ag C566 Total Moisture Content of Aggregate by Drying C702 Reducing Samples of Aggregate to Testing Page 4 of 5 This certificate was generated on 03/05/2020 at 12:00 PM Eastern Time. Please confirm the current accreditation status of this laboratory at aashtoresource.org/aap/accreditation-directory 04/30/2015 04/30/2015 SCOPE OF AAS HTO ACCREDITATION FOR: PAVETEX Engineering, LLC dba PAVETEX AA S H O in Lubbock, Texas, USA A C C R E D I T E D Concrete Standard: Accredited Since: king and Curing Concrete Test Specimens in the Field A 4/30/2015 C39 Compressive Strength of Cylindrical Concrete Specimens 04/30/2015 Flexural Strength of Concrete (Using Simple Beam with Third- /30/201 C138 Density (Unit Weight), Yield, and Air Content of Concrete 04/30/2015 /20111 ® Slump of Hydraulic Cement Concrete C172 Sampling Freshly Mixed Concrete 04/30/2015 0/2011 Air Content of Freshly Mixed Concrete by the Pre , C511 Moist Cabinets, Moist Rooms, and Water Storage Tanks Used in the testing of Hydraulic Cements and Concretes 04/30/2015 - Temperature of Freshly Mixed Portland Cement Concrete _ 4/30/2015 C1231 (7000 psi and below) Use of Unbonded Caps in Determination of Compressive Strength of Hardened Concrete Cylinders 04/30/2015 Page 5 of 5 This certificate was generated on 03/05/2020 at 12:00 PM Eastern Time. Please confirm the current accreditation status of this laboratory at aashtoresource.org/aap/accreditation-directory APPENDIX C DAILY CHECKLIST PARKHILL 01271417 *THIS FORM TO BE COMPLETED EACH DAY THAT A CONCRETE IS PLACED * RPR to complete fields highlighted in yellow. Time/Date of Placement: Sublot Truck Load(s) Placement STA & Lane RPR: Project Name: Project Number: Contractor: Testing Lab: Lot = (cubic yards) Sublot = (cubic yards) AM / PM on ,/ to AM / PM on Truck load from # to # Any trucks rejected? Lane: STA: + TO STA + & Lane: STA: + TO STA + Random #'s Based on CY Sublot ICY Truck Load Item Y N N/A Temperature 35 degrees F and rising Dowels epoxy coated Dowels coated with oil or debonding agent Grade of subgrade verified (including cross slope) Reinforcement & dowels clean and straight Steel Spacing and Size of Bar Correct Minimum cover over reinforcement Verify Curing Compound Application to Existing Concrete Dowel bars not more than 2% out of alignment or 1/4 inch per ft Did contractor note location of transverse bars to align with sawed joint Cold Weather provisions taken Hot Weather provisions taken Verified joint spacing and alignment Acceptable Application rate of curing compound or curing material used Core concrete at 1/sublot to verify thickness Concrete Paver String Line Tight with No Sags Evaporation Rate Slump (Side-Form=1"-2.5" or 8" w/water reducing agent) (Slip Form = 0.5"-1.5") %Air (5.5%+/- 1.2%) Slump at 1 test / sublot Air at 1 test /sublot Flexural strength at 1 test / sublot (set of 2) Unit weight sample at 1 test / sublot W/C Ratio range .41-.45 Using correct mix design Mixing and delivery time (90 minutes) Batch tickets provided Hydraulic Cement %variance (+/-1%) Flyash % Variance (+/- 3%) Aggregate material variance (+/-2% max) Allowable water adjusted for free moisture in aggregate Admixture material variance (+/-3% max by volume) Were hand vibrators used Appropriate surface finish used Concrete Paver Vibrators in Working Order at 2 checks/day Light Can Fixture Finish Edge Slump 16ft straight edge test acceptable Joints depth and sawed in a timely manner Depth check using stringline and/or Wet Stab Verify Control Chart Notes APPENDIX D SUBMITTAL PROCESS SUMMARY PARKHILL 01271417 Table 1: SUMMARY OF SUBMITTALS Submitted Sampling Minimum Test Specification ipec Sec_ Material Test Standard Test Required Requirements Notes By Locations Frequency 101-3.2 C Hot -Pour Crack Seal ASTM D 6690 Verify Meets Specs MFG 1 / Project Product Spec Sheet P-101 Surface 101-3.2 C Mastic Verify Meets Specs MFG 1 / Project Product Spec Sheet Preparation 101-3.4 C Spall Repair Material Verify Meets Specs MFG 1 / Project Product Spec Sheet 153-2.1.a C Cement ASTM C 150 or Standard Spec for Source 1 / Project ASTM C 595 Portland Cement 153-2.1.b C Fly Ash ASTM C 618 Fly Ass Standard Source 1 / Project P-153 Controlled Low- Standard Spec for Strength Material 153-2.1.c C Fine Aggregate ASTM C 33 Concrete Source 1 /Project Sieve Table (sand) (CLSM) Aggregates 28-Day Must achieve a 28-day 153-3.1.a C CLSM ASTM D 4832 Compressive Lab 1 /Project Include results of compressive strength Strength for CLSM of 100 to 200 psi. consistency test. 153-3.1 C CLSM Mix Design Lab 1 / Project Contractor to P-156 Temporary Air prepare P and Water Pollution, 156-1.1 C 1 / Project required) ed) and uNOI, Soil Erosion, and submit copies to Siltation Control Engineer/Owner. 341-2.1.1 C Course Aggregate Gradation Sieve Analysis Quarry 1/Project < 20% Passing No. 8 Preapproval perSieve BRSQC allowed 341 Table 1 C Course Aggregate Tex-499-A SAC Quarry 1/Project 341 Table 1 C Coarse Aggregate Tex 217-F Part 1 Deleterious Quarry 1/Project 1.5 Material % Max 341 Table 1 C Coarse Aggregate Tex 217-F Part 2 Decantation % Max Quarry 1/Project 1.5 341 Table C Course Aggregate Tex-461-A Micro-Deval Quarry 1/Project Abrasion% 341 Table 1 C Coarse Aggregate Tex 410-A Los Angeles Quarry 1/Project 40 Abrassion % Max Magnessium 341 Table 1 C Coarse Aggregate Tex 411-A Sulfate Soundness Quarry 1/Project 30 5 cycles % Max Coarse, Crushed Face 341 Table 1 C Intermediate, & Fine Tex 460-A Part 1 Quarry 1/Project 85 Aggregate min Coarse, Flat and Elongated Item TxDOT 341 341 Table 1 C Intermediate, & Fine Tex 280-F Particles @ 5:1 % Quarry 1/Project 10 Dense -Graded Hot- Aggregate Max Mix Asphalt 341Table 1 C Fine Aggregate Tex-107-E Linear Shrinkage % Quarry 1/Project 3 Max 341 Table 1 C Combined Aggregate Tex-203-E Sand Equivalent % Quarry 1/Project 45 min 341Table 2 C Fine Aggregate Gradation Sieve Analysis Quarry 1/Project 341 Table 3 C Mineral Filler Tex-107-E Gradation Quarry 1/Project 341.2.2 C Mineral Filler Sieve Analysis Table 3 of this item 341.3 C Asphalt Binder PG 64-28 Per TxDOT Section 300.2.J, Performance -Graded Binders 341.3.1 C Tack Coat See Item P-603 Any additives used must be submitted 341-3.2 C Additives and approved before use Lime & Liquid Anti 340.3.2.1 C stripping A See Item 301 341.3.3 C Recycled Materials Recycled Material including RAP & RAS not permitted 341.4 C Equipment See Item 320 341.5 C QCP See Section 100 341.5.1 C Certification Certification List in accordance with Table 6 Table 1: SUMMARY OF SUBMITTALS Submitted Sampling Minimum Test Specification ipec Sec_ Material Test Standard Test Required Requirements Notes By Locations Frequency 1 / Coarse Fine and Coarse Alkali Reactivity of 501-2.1.a C ASTM C1260 Source Aggregate; 1 / Fine Aggregate Aggregates Aggregate Combine Fine and 501-2.1.a.2 C Fine and Coarse ASTM C1567 Alkali Reactivity of Source 1 / Project <.1% at 28 days Coarse Aggregate Aggregate Aggregates and Test together. 30% ±0.5% weight 501-2.1.a.2 C Fine and Coarse COE CRD C662 Lithium Nitrate (if Source 1 / Project lithium nitrate in 30 days from casting Aggregate used) water Finess modulus between 2.5-3.4; 1 / Coarse Soundness loss <10% 501-2.1.b and C Fine and Coarse ASTM C88 Soundness Source Aggregate; 1 / Fine when sodium is used 501-2.1.c Aggregate Aggregate or 15% when magnesium sulfate is used, after 5 cycles 1 /Coarse Fine: The amount of 501-2.1.b and Fine and Coarse Material Finer than deleterious material C ASTM C117 Source Aggregate; 1 /Fine 501-2.1.c Aggregate No. 200 Sieve shall not exceed 3.0. Aggregate Coarse: <1.0 Fine: T e amount o 1 / Coarse deleterious material 501-2.1.b and C Fine and Coarse ASTM C142 Clay Lumps and Source Aggregate; 1 / Fine shall not exceed 1.0 Table in spec 501-2.1.c Aggregate Friable Particles Aggregate percentage by mass. Coarse: <1.0 Fine: The amount of deleterious material Lightweight 1 / Coarse 501-2.1.b and C Fine and Coarse ASTM C123 Particles Source Aggregate; 1 /Fine shall not exceed 0.5 Table in spec 501-2.1.c Aggregate percentage by mass. Aggregates Aggregate Coarse: <0.5 & 1.0 (see tables) Standard Spec for 1 /Coarse Fine: The amount of Table in spec. ASTM 501-2.1. b and C Fine and Coarse ASTM C33 Concrete Source Aggregate; 1 / Fine deleterious material C123 using a medium 501-2.1.c Aggregate shall not exceed 3.0 with a density of Sp. Aggregates Aggregate percentage by mass. Gr. Of 2.0 Coarse aggregate shall have at least 95% by weight of particles 501-2.1.c C Coarse Aggregate Fractured Faces Source 1 / Project with one or more Table in spec fractured faces and 75% of particles with two or more fractured faces. LA Abrasion Tests Percentage of wear 501-2.1.c C Coarse Aggregate ASTM C131 (Fine and Coarse Source 1 /Project Aggregates) <40 quantity of particles Flat and Elongated coarser then 3/8 sieve 501-2.1.c C Coarse Aggregate ASTM D4791 Source 1 /Project Particles shall not exceed 8% by weight 501-2.1c C Coarse Aggregate ASTM C88 Sodium Sulfate Source 1/project <12% or <18% after 5 Soundness Loss cycles 501-2.1.c C Coarse Aggregate ASTM C136 Sieve Analysis Source 1 / Project Aggregate shall have 501-2.1.c.1.a C Coarse Aggregate ASTM C666 Freeze / Thaw Test Source 1 / Project Durability factor>_ 95 a durability factor of using procedure B >95. All testing should be Workability Factor 501-2.1.c.1.b-d C Source 1 / Project current within 1 year (WF) of acceptance Standard Spec forPortland 501-2.2 C Cement ASTM C150 Source 1 /Project Type II Cement 501-2.3.a and C Fly Ash ASTM C618 Standard Spec for Source 1 Project / <6%; CaO <13%; Class 501-2.3.c-d Fly Ash N Contractor provides three most recent, consecutive reports for each source of fly ash proposed in mix 501-2.3.a C Fly Ash ASTM C311 Fly Ash Sampling Source 1 / Project Alkali <3% design and additional and Testing reports as available. Ultrafine fly ash: Class F or N. 95% @ 28 days; particle size <6 microns. Standard Spec for 501-2.3.b C Slag Cement ASTM C989 Source Sla Cement Table 1: SUMMARY OF SUBMITTALS Submitted Sampling Minimum Test Specification ipec Sec_ Material Test Standard Test Required Requirements Notes By Locations Frequency Grade 100 or Grade Standard Spec for 120; Slag rate 501-2.5 C Premolded Joint ASTM D1751 or Preformed Joint Source 1 Project between 25% and Filler ASTM D1752 55% of the total Filler cementitios material by mass Standard Specs for 501-2.6 C Steel Bar Mats ASTM A184 Fabricated Source 1 /Project Grade 60 Type II or III Deformed Steel Bar Mats Standard Spec for Deformed and Plain Deformed and Bars must conform 501-2.6 C ASTM A615 Source 1 Project Grade 60 Billet Steel Bars Plain Billet -Steel to ASTM A615. Bars Standard Spec for 501-2.6 C Steel -Welded Wire ASTM A1064 Steel -Welded Wire Source 1 / Project Reinforcement Reinforcement Epoxy -Coated Steel Epoxy -coating must be 501-2.7 C Epoxy -Coated Steel ASTM A1078 Bars for Concrete Source 1 / Project confirmed before Formerly ASTM Bars Pavement delivery to site. A497 Deformed and Plain 501-2.7 C Tie Bars for ASTM A706 Low -Alloy Steel Source 1 / Project Grade 60 Reinforcement Bars Potable, clean, free of oil, salt, acid, alkali, Mixing Water for 501-2.8 C Water for Mixing ASTM C1602 Use in Concrete Source 1 /Project sugra, vegetable, or Production other substances inurious to the finished product Standard Spec for Liquid Membrane Type 2, Class B, or A if 501-2.9.a C ASTM C309 Liquid -Membrane Source 1/ Project Curing Compound wax base only Curing Compounds polyethlene film, 501-2.9.b-d C Curing Material ASTM C171 Sheet Material for Source 1 / Project burlap -polyethylene, Curing Concrete waterproof paper P-501 Portland Cement Concrete Standard Spec for constantly entrain air; (PCC) Pavement 501-2.10.a C Air -Entraining ASTM C260 Air -Entraining Source 1 / Project shall be compatible Admixture Admixtures with water reducer Standard Spec for 501-2.10.b C Water -reducing ASTM C494 Chemical Source 1 / Project Type A, B, or D admixture Admixtures Standard Spec for Type F and G high Type A, B, or D shall 501-2.10.c C Other Admixture ASTM C494 Chemical Source 1 /Project range, and ASTM Admixtures meet C494, Type C C1017 not permited nominal 30% aqueous Calcium chloride and s solution of Lithium admixtures 501-2.10.d C Lithium Nitrate Source 1 / Project Ni Nitrate, with a density Ni rate,10 containing calcium / gal and shall meet chemical form in chloride shall not be used. spec section 2.10.d Standard Spec for embedding dowels 501-2.11.a C Epoxy -Resin Base ASTM C881 Epoxy -Resin Base Source 1 / Project and anchor bolts Type Bonding Bonding System 4grade 3 Standard Spec for 501-2.11.b C Patching ASTM C881 Epoxy -Resin Base Source 1 / Project Type 3, Grade as approved BondingSystem Standard Spec for used for filling spalls 501-2.11.c C Injecting cracks ASTM C881 Epoxy -Resin Base Source 1 / Project Type 4, Grade 1 and other voids and Bonding System epoxy resin mortar Bonding freshly mixed concrete or mortar, or freshly Standard Spec for 501-2.11.d C mixed epoxy resin ASTM C881 Epoxy -Resin Base Source 1 / Project Type V, Grade as approved concrete, or mortar Bonding System to hardened concrete Table 1: SUMMARY OF SUBMITTALS Submitted Sampling Minimum Test Specification ipec Sec_ Material Test Standard Test Required Requirements Notes By Locations Frequency Materials proposed for use shall show the appropriate ASTM test Certified Test for each material, test 501-2.12 C Reports results, and a statement that the material passed or failed. Engineer may request samples for 501-3.1 to 3.4 C Lab Project Concrete Mix Design testing, prior to production, to verify the aual'tv 28-Day Flexural Must meet or exceed 501.3.2 C PCC ASTM C78 Lab 1 / Project 600 psi a 28-day Flexural Strength strength of 600 psi Maximum allowable slump is between 1" 501-3.2 C PCC ASTM C143 Slump Test Source/Lab 1 / Project 1/2inch and 1-1/2inch to 2" for side form and 1/2" to 1-1/2" for slip form. 501-3.2 / 501- Standard Practice Mix Design Lab must C ASTM C1077 for Labs Testing Lab 1 / Project meet requirements 3.5 Concrete of ASTM C1077. ASTM C173 for slag a. Coarse, fine, and and other highly combined porous coarse aggregate aggregate / ASTM gradations and C231 for gravel and plots including stone coarse finess modulus of aggregate. Percent of the fine aggregate. air in mix shall be 5.5. b. Reactivity Test Results 501-3.2 C Mix Design C. Coarse aggregate quality test results, including deleterious materials. d. Fine aggregate quality test results, including deleterious materials. e. Mill certificates for cement and supplemental cementitous materials. f. Certified test results for all admixtures, including Lithium Nirtrate if applicable. g. Specified flexural strength, slump, and air content. h. Recommended proportions volumes for proposed micutre and trial water-cementitous materials ratio, including actual slump and air content. i. Flexural and compressive strength summaries and plots, including all individual beam and cylinder breaks. j. Correlation ratios for acceptance testing and Contractor Quality Control testing, when applicable. k. Historical record of test results documenting production standard deviation, when applicable. <20 % by weight of 501-3.3.a C Fly Ash Lab 1 / Project total cementitipus, if slag is used <10% by weight slag cement and fly Slag Cement (ground ash combined 501-3.3.b C granulated blast Lab 1 / Project between 25 - 55%of furnace (GGBF)) total cementitous material by weight If used as partial replacement between Slag maybe used. If 20 and 30%; If slipform, if air temp 501-3.3.c C Pozzolan Lab 1 / Project pozzolan +slag is used is expected to be <55 max replacement =F, the % slag cement <10% by weight of <30% by weight. total cementitious material if used as partial replacement rate 501-3.3.d C Ultrafine fly ash, 1 / Project between 7 and 16% by (UEFA) and (UFP) weight of the total cementitious material. 501-3.4.a C PCC ASTM C173 or Air Content Test Source 1 /Project 5.5 ASTM C231 Table 1: SUMMARY OF SUBMITTALS Submitted Sampling Minimum Test Specification ipec Sec_ Material Test Standard Test Required Requirements Notes By Locations Frequency Batch Plant / Standard Spec for 501-4.1.a C ASTM C94 Ready -Mixed Source 1 / Project Equipment Concrete Batch Plant and 501-4.1.b.2 C Blades for Central 1 /Project Equipment must Plant Mixer conform to ASTM C94. Contractor have Temperature 501-4.7.c C Source Project Manufacturer's Management Program design (ASTM D3628) Selection and Use P-603 Bituminous ASTM D977, ASTM Must conform to 603-2.1 C Bituminous Material of Emulsified Source 1 /Project Tack Coat D2028 or ASTM D2397 Asphalts ASTM D3628. 604-2.1 C Compression Seals ASTM D2628 Base Polymer 1/Product Certificate of 604-2.1 C Compression Seals Manufacturer Source 1/Delivery Analysis P-604 Compression Joint Seals for 604-2.2 C Lubricant/adhesive ASTM D2835 One -Component Source 1/Project Concrete Pavements Compound Manufacturer 1/Project; 60 days 604-4.3.a. C Sawing Manufacturer Source prior to use on Instructions ro'ect Hot -Applied Jointand 605-2.1.a C Joint Sealant ASTM D6690 Source 1 Project Crack Sealants P-605 Joint Sealants Cold -Applied, for Concrete Single Component Pavements 605-2.1.b C Joint Sealant ASTM D5893 Silicone Joint Source 1 / Project Sealant Backer Rod / Backup Gasket and Sealing 605-2.2-2.3 C ASTM C509 Source 1 /Project Material Material 608-2.1 C Aggregate ASTM C136 Sieve Analysis Source 1 / Project Material Finer than 608-2.1 C Aggregate ASTM C117 Source 1 / Project No. 200 Analysis Standard Test Concentrated asphalt 608-2.2 C Asphalt Material ASTM D244 Methods for Source Project material properties. Emulsified Asphalts Standard Test 2 to 1 dilution 608-2.2 C Asphalt Material ASTM D244 Methods for Source Project Emulsified Asphalts properties ASTM D4402, ASTM Emulsion residue by P-608 Emulsified 608-2.2 C Asphalt Material D2042, ASTM D5 Emulsion Residue Source Project distallation/evap Asphalt Seal Coat and ASTM D2007 tests. Gilsonite content in 608.2.2 C Asphalt Material Gilsonite Content Source Project asphalt material base residue 608-2.4 C Asphalt Material Polymer Properties Source Project Polymer properties. Manufacturer Rep's seal coat application 608-3.2 C Project experience and knowldege. 608-4.1 C Asphalt Material Source Project MSDS 620-2.2 C Paint Source Project Paint Type P-620 Runway And 620-2.2.a C Paint FED SPEC TT-P- Paint Spec. Source 1 / Project Taxiway Marking 1952E 620-2.3 C Reflective Media FED SPEC TT-B- Reflective Media Source 1 /Project 1325D PVC Underdrain 705-2.2 C Pipe ASTM F758 Source 1 /Project Systems Corrugated 705-2.2 C Pipe AASHTO M252 Polyethylene Source 1 / Project Drainage Tubing Cement for Joint 705-2.3 C ASTM C150 Portland Cement Source 1 /Project Mortar Sand for Joint Aggregate for 705-2.3 C ASTM C144 Source 1 /Project Mortar Masonry Mortar Elastomeric SealsSource 705-2.4 C Elastomeric Seals ASTM F477 1 /Project for Joining Pipe 705-2.5 C Backfill ASTM C136 Sieve Analysis Source 1 / Project Underground 705-2.6 C Granular Material ASTM D2321 Installation of Source 1 / Project for Backfill Thermoplastic Pipe Table 1: SUMMARY OF SUBMITTALS Submitted Sampling Minimum Test Specification ipec Sec_ Material Test Standard Test Required Requirements Notes By Locations Frequency Geotextile Spec for D-705 Pipe 705-2.7 C Filter Fabric AASHTO M288-99 Highway Source 1 / Project Underdrains For Applications Airports Grab -Breaking Load 705-2.7 Table 2 C Filter Fabric ASTM D4632 and Elongation of Source 1 / Project Geotextiles Standard Spec forSource 705-2.7 Table 2 C Filter Fabric ASTM D3785 1 /Project Woven Necktie and 705-2.7 Table 2 C Filter Fabric ASTM D4533 Trapezoid Tearing Source 1 / Project Index Puncture 705-2.7 Table 2 C Filter Fabric ASTM D4833 Source 1 /Project Resistance Abrasion 705-2.7 Table 2 C Filter Fabric ASTM D4886 Source 1 /Project Resistance Determining 705-2.7 Table 2 C Filter Fabric ASTM D4751 Apparent Opening Source 1 / Project Size 705-2.7 Table 2 C Filter Fabric ASTM D4491 Water Permeability Source 1 / Project Deterioration of 705-2.7 Table 2 C Filter Fabric ASTM D4355 Source 1 /Project Geotextiles Edge drain check C Source Project valve. C Source Project Rodent screen. D-751 Manholes, Catch 751-2.2 ASTM C150 Project Mortar mix. Basins, Inlets, and 751-2.4 ASTM C478 Project Material type. Inspections Holes 751-2.6 ASTM A123 Project Material type. 162-2.2 ASTMM252 Project Wire type. F-162 Chain Link Fence 162-2.3 ASTM C150 Project Material type. 162-2.7 AASHTOM288 Project Filter fabric. Low profile barricades, other traffic control devices. Material for concrete Other Submittals pavement spalls repair. Material for concrete pavement cracks repair. APPENDIX E QUALITY CONTROL TESTING (BY CONTRACTOR) PARKHILL 01271417 Table 2: QUALITY CONTROL (by Contractor) Minimum Test Specification Sp Test By Material Test Procedure Test Required Sampling Locations Requirements Notes Frequency P-101 Surface Preparation C None None P-153 Controlled Low- 153-4.3 C CLSM Consistency During Production 1,000 Cy Conforms to mix design Strength Material (CLSM) P-156 Temporary Air and Water Pollution, Soil Erosion, and Siltation C None None Control 341.5 Table 4 C HMA Mixture Sampling Tex-222-F During Production 1/sublot 341.5 Table 4 C HMA Molding (TGC) Tex-206-F During Production 1/sublot 341.5 Table 4 C HMA Molding (SGC) Tex-241-F During Production 1/sublot 341.5 Table 4 C HMA Lab molded Tex-207-F During Production 1/sublot density 341.5 Table C HMA VMA Tex-204-F During Production 1/sublot 341.5 Table 4 C HMA Rice Gravity Te227-F During Production 1/sublot Gradation & 341.5 Table 4 C HMA Asphalt Binder Tex-236-F During Production 1/sublot content 341.5 Table 4 C HMA Control charts Tex-233-F During Production 1/sublot 341.5 Table 4 C HMA Moisture Content Tex-212-F During Production 1/sublot 341.5 Table C HMA Hamburg Wheel Tex-242-F During Production 1/sublot Test 341.5 Table 4 C HMA Micro-Deval Tex-461-A During Production 1/sublot Abrasion 341.5 Table 4 C HMA Boil Test Tex-530-C During Production 1/sublot Item TxDOT 341 Dense- 341.5 Table 4 C HMA Abson recover Tex-211-F During Production 1/sublot Graded Hot -Mix Asphalt 341.5 Table 4 C HMA Overlay test Tex-248-F During Production 1/sublot 341.5 Table 4 C HMA Cantabro loss Tex-245-F During Production 1/sublot 341.5 Table C HMA Trimming roadway cores Tex-207-F During Placement 1/sublot 341.5 Table C HMA In -place air voids Tex-207-F During Placement 1/sublot 341.5 Table 4 C HMA Establish rolling Tex-207-F During Placement 1/sublot pattern 341.5 Table 4 C HMA Control charts Tex-233-F During Placement 1/sublot 341.5 Table 4 C HMA Ride Quality Tex-1001-S During Placement 1/sublot Measuremet 341.5 Table 4 C HMA Segregatin Tex-207-F. Part V During Placement 1/sublot (densityProfile 341.5 Table C HMA Longitudingal Joint Tex-207-F, Part During Placement 1/sublot Density VII Not required 341.5 Table 4 C HMA Thermal Profile Tex-244-f During Placement 1/sublot when a thermal imaging system is used. Table 2: QUALITY CONTROL (by Contractor) Minimum Test Specification S, Test By Material Test Procedure Test Required Sampling Locations Requirements Notes Frequency Vibrator 501-4.1.d C operational 2 / day Verify rate frequency Hot weather 501-4.7.b C concreting Daily Verify principles Temperature 501-4.7.c C management Daily Provide to Engineer program 501-4.11.e C Straight -edge Pavement behind 1/8 inch 12 foot straight paving machine edge Impervious 501.4.13.a C Membrane 5 / working days Reconfirm coverage rate. Method Provide adequate 501-5.1.a.3 C Curing of beams facilities. 501-S.l.b C PCC ASTM C174 Thickness by 1 core / sublot Coring Profilograph 501-5.2.e.3.b.ii C See CA or Spec section testing By licensed surveyor, P-501 Portland Cement 501-5.2.e.4 C Grade verification Grid Spacing at 50-ft. furnished to Engineer Concrete (PCC) Pavement Inspections and 501-6.1 C Daily tests CIC/inspection 501.6.1 C reports, test Daily Available to Engineer results Fine and 501-6.2.a.1 and C Coarse ASTM C136 Sieve Analysis 2 / day 501-6.2.b.1 Aggregates Fine and 501-6.2.a.2 C Coarse ASTM C70 or Moisture Content 2 / day Aggregates ASTM C566 501-6.2.c C PCC ASTM C143 Slump Test 1 / sublot 501-6.2.d C PCC ASTM C173 or Air Content 1 / sublot ASTM C231 Unit Weight and 501-6.2.e C PCC ASTM C138 1 / sublot Yield Test Fine and Coarse 501-6.3.a and Linear control Aggregates; C Daily Contractor to maintain 501-6.3.b charts Slump and Air Content P-603 Bituminous Tack Coat C None Ambient/ 604-4.1 C Sealant Pavement Temperature Daily Temperature P-604 Compression Joint Lubricant/ Shrinkage or Seals for Concrete 604-4.6 C adhesive Compression Compliance 1/400 ft Pavement Manufacturer's Representative required to 604-4.6a C Sealant be present the first two days of installation. P-605 Joint Sealants for Concrete Pavements C None P-608 Emulsified Asphalt Seal Coat C None P-620 Runway And Taxiway Marking C None D-705 Pipe Underdrains For Airports C None D-751 Manholes, Catch Basins, Inlets, and C None Inspections Holes F-162 Chain Link Fence C None Item MC -Miscellaneous Construction C None Other Submittals C None APPENDIX F ACCEPTANCE TESTING QUALITY ASSURANCE (BY ENGINEER) PARKHILL 01271417 Table 3: QUALITY ASSURANCE (by Engineer) Test Sampling Minimum Test Specification Spec Section Material Test Procedure Test Required Requirements Notes By Locations Frequency P-101 Surface E None None Preparation Consistency test. Verify material conforms with mix design. Since takes 28- Testing of CLSM 1 / day of CLSM Compressive days for strength, 153-3.1.a E CLSM ASTM D4832 Source / Plant strength at 28 day primary concern Test Cylinders placement between 100 to is proportions 200 psi. No meet JMR significant gain afterwards. 3" diamater x 6" tube Achieve proper 3 step process 1 /day of CLSM solid suspension outlined in spec P-153 Controlled 153-3.1.b E CLSM Cylinders Consistency Source / Plant placement and flowable section. May Low -Strength characteristics need to make Material (CLSM) adjustments Place when Air or Ground temp Monitor ambient 153-4.1.b E CLSM Temperature Site Engineer discretion >35°F and rising. temperatures. CLSM temp See section 4.2.a >407. During Write applicable Production Collect batch information on E CLSM from Trucks Every Truck batch tickets. either at plant tickets N umber tickets. or on site Scan tickets. P-156 Temporary Air and Water Pollution, Soil Erosion, and E None None Siltation Control Test one per day 341 E Aggregate Gradation Tex-236-F or Tex- In place 1 per 12 sublets See Table 14 if 100 tons or 200-F more are produced Laboratory- 341 E HMA Tex-207-F Lab 1 per sublet See Table 14 molded density Laboratory- 341 E HMA molded bulk Tex-207-F Lab 1 per sublet See Table 14 specific gravity 341 E HMA In -place air voids Tex-207-F Lab 1 per sublot See Table 14 341 E HMA VMA Tex-204-F Lab 1 per sublot See Table 14 Not required Segregation when a thermal 341 E HMA Tex-207-F, Part V Lab 1 per project See Table 14 (density Profile) imaging system is used. Longitudinal Tex-207-F, Part 341 E HMA Lab 1 per project See Table 14 Joint Density VII Moisture 341 E HMA Tex-212-F, Part II Lab 1 per project See Table 14 Item TxDOT 341 Content Dense -Graded Hot- Max Specific Mix Asphalt p 341 E HMA Gravity (Rice) Tex-227-F Lab lper sublet See Table 14 Asphalt Binder 341 E HMA Tex-236-F Lab 1 per lot See Table 14 Content Hamburg Wheel 341 E HMA Tex-242-F Lab 1 per project See Table 14 Test 341 E HMA RAS Tex-217-F, Part III Lab 1 per project See Table 14 341 E HMA Thermal profile Tex-244-F Lab 1 per project See Table 14 Table 3: QUALITY ASSURANCE (by Engineer) Test Sampling Minimum Test Specification Spec Sectior Material Test Procedure Test Required Requirements Notes By Locations Frequency Asphalt binder 341 E HMA sampling and Tex-500-C Lab 1 per project See Table 14 Testing 341 E HMA Tack coat sampling Tex-500-C, Part III Lab 1 per project See Table 14 and Testing 341 E HMA Boil Test Tex-530-C Lab 1 per project See Table 14 501-2.1.c E Aggregate ASTM C136 Sieve Analysis Prior to 1 project Meet tables in the production sec Flat and 501-2.1.c E Aggregate ASTM D479 Elongated Prior to 1 / project Meet tables in the Particles production spec 501-2.1.c E Aggregate ASTM C131 Percentage of Prior to 1 / project Meet tables in the wear production spec Batching Cement ±1%; Each load of Aggregate ±2%; 501-4.6 E PCC ACI 304R Operation Every Truck concrete Allowable water; Variances Admixtures ±3 Concrete shall not be placed Ambient temp As needed throughout when ambient F; 40rete 501-4.7 E PCC Temperature Site placement or as temperature is in conditions change Concrete t t emp excess of 90°F. 50°F-150 °F Evaporation rate <0.2 psf per hour Verify Curing application rate 1 / 5 concrete 501-4.13.a E Compound of curing placement days see Specs compound 501-5.1.a.2 E PCC ASTM C78 Flexural Strength 2 beams / sublot 600 psi 1/4 inch on test;free edge Tests will also be 501-5.1.a.2 E PCC ASTM C143 Slump Test Site 1 / sublot 3/8" @ 500' conducted by the intervals QA lab for each set of strength 501-5.1.a.2 E PCC ASTM C231 Air Content Site 1 / sublot samples per ASTM C31 501-5.1.a.2 E PCC Temperature Site 1 / sublot 501-5.1.b.2 E PCC ASTM C174 Thickness by Site / Lab 1 core / sublot Range = thickness (i.e:. 15.5 - 16 in) Coring in. - 0.5 in 1/4 inch with 12 ft 501-5.2.e.3 E PCC Smoothness Site 50 ft intervals straightedge Must be P-501 Portland calibrated prior Cement Concrete to use. 0.2 in (PCC) Pavement blanking band. Bump template 1 in w/ an offset Contractor to 501- C PCC ASTM E1274 Profilo rah g p Site 1 hase / P (/Project) of 0.4 in. submit data to 5.2.e.3.b.ii engineer the Profilograph following day record longitudinal scale 1 in = 25 ft. Vertical scale 1 in=tin RPLS, Lateral deviation ±0.10 501-5.2.e.4 C PCC Grade Site 50ftgrid ft; vertical deviation ±0.04 ft Density Absorption and 501- E ASTM C642 Voids in 1 / 1,000 Sy Hardened Concrete Table 3: QUALITY ASSURANCE (by Engineer) Test Sampling Minimum Test Specification Spec Sectic Material Test Procedure Test Required Requirements Notes By Locations Frequency Go through Pre -pour RPR to keep daily 501- E Site Before each day's pour checklist in inspection updated copy appendix RPR to record Pour Look for cracks, with pictures and 501- E PCC Daily observations anomalies. propper documentation Unit Weight, Yield, and Air 1 / sublot or Engineer 501- E PCC ASTM C138 Content of discretion Concrete 501- E PCC Other tests See Appendix D During Write applicable Production information on Collect batch E PCC from Trucks Every Truck batch tickets. tickets either at plant Number tickets. or on site Scan tickets. P-603 Bituminous E None Tack Coat P-604 Compression Mark the top of Compression During Joint Seals for 604-4.6 E Seal Placement 1 foot intervals surface of Concrete Pavement compression seal P-605 Joint Sealants for Concrete E None Pavements P-608 Emulsified E None Asphalt Seal Coat P-620 Runway And Taxiway Marking E None D-705 Pipe Underdrains For E None Airports D-751 Manholes, Catch Basins, Inlets, and Inspections E None Holes F-162 Chain Link E None Fence Item MC - Miscellaneous E None Construction Other Submittals E None APPENDIX G PAY FACTORS PARKHILL 01271417 Table 4 - PAY FACTORS Specification Spec Section Pay Factors P-101 Surface Preparation 101-5.1 No Pay Factors P-153 Controlled Low -Strength Material (CLSM) 153-4.1 No Pay Factors P-156 Temporary Air and Water Pollution, Soil 156-5.1 No Pay Factors Erosion, and Siltation Control Production Payment Adjustment 341 Table 16 Factor for Laboratory -Molded Density Placement Pay Adjustment Factor for 341 Table 17 In -Place Air Voids Total Adjusted Pay (TAP) = (A+B)/2 Item TxDOT 341 Dense -Graded Hot -Mix Asphalt A = Bid price x production lot qty x avg payment adjustment factor for 341.7.3 the production lot B = Bid price x placement lot qty x avg payment adjustment factor for the placement lot 501-8.1.c Lot Pay Factor (PWL) P-501 Portland Cement Concrete (PCC) Pavement 501.8.1.c Smoothness Pay Factor P-603 Bituminous Tack Coat 603-5.1 No Pay Factors P-604 Compression Joint Sealants for Concrete 604-5.1 No Pay Factors Pavements P-605 Joint Sealants for Concrete Pavements 605-5.1 No Pay Factors P-608 Emulsified Asphalt Seal Coat 608-8.1 No Pay Factors P-620 Runway And Taxiway Marking 620-5.1 No Pay Factors D-705 Pipe Underdrains For Airports 705-5.1 No Pay Factors D-751 Manholes, Catch Basins, Inlets, and Inspections Holes 751-5.1 No Pay Factors F-162 Chain Link Fence 162-5.1 No Pay Factors Item MC -Miscellaneous Construction Part 4 No Pay Factors Item MC -Nonwoven Geotextile Interlayer Part 3-3.3 No Pay Factors Other Submittals No Pay Factors APPENDIX D OSHA TRENCHING AND EXCAVATION SAFETY BROCHURE AND OSHA PART 1926 SUBPART P § 1926.606 If it is necessary to stand at the out- board or inboard edge of the deckload where less than 24 inches of bulwark, rail, coaming, or other protection ex- ists, all employees shall be provided with a suitable means of protection against falling from the deckload. (d) First -aid and lifesaving equipment. (1) Provisions for rendering first aid and medical assistance shall be in ac- cordance with subpart D of this part. (2) The employer shall ensure that there is in the vicinity of each barge in use at least one U.S. Coast Guard -ap- proved 30-inch lifering with not less than 90 feet of line attached, and at least one portable or permanent ladder which will reach the top of the apron to the surface of the water. If the above equipment is not available at the pier, the employer shall furnish it during the time that he is working the barge. (3) Employees walking or working on the unguarded decks of barges shall be protected with U.S. Coast Guard -ap- proved work vests or buoyant vests. (e) Commercial diving operations. Com- mercial diving operations shall be sub- ject to subpart T of part 1910, §§ 1910.401-1910.441, of this chapter. [39 FR 22801, June 24, 1974, as amended at 42 FR 37674, July 22, 1977] § 1926.606 Definitions applicable to this subpart. (a) Apron —The area along the water- front edge of the pier or wharf. (b) Bulwark —The side of a ship above the upper deck. (c) Coaming—The raised frame, as around a hatchway in the deck, to keep out water. (d) Jacob's ladder —A marine ladder of rope or chain with wooden or metal rungs. (e) Rail, for the purpose of § 1926.605, means a light structure serving as a guard at the outer edge of a ship's deck. Subpart P—Excavations AUTHORITY: Sec. 107, Contract Worker Hours and Safety Standards Act (Construc- tion Safety Act) (40 U.S.C. 333); Secs. 4, 6, 8, Occupational Safety and Health Act of 1970 (29 U.S.C. 653, 655, 657); Secretary of Labor's Order No. 12-71 (36 FR 8754), 8-76 (41 FR 29 CFR Ch. XVII (7-1-07 Edition) 25059), or 9-83 (48 FR 35736), as applicable, and 29 CFR part 1911. SOURCE: 54 FR 45959, Oct. 31, 1989, unless otherwise noted. § 1926.650 Scope, application, and defi- nitions applicable to this subpart. (a) Scope and application. This sub- part applies to all open excavations made in the earth's surface. Exca- vations are defined to include trenches. (b) Definitions applicable to this sub- part. Accepted engineering practices means those requirements which are compat- ible with standards of practice required by a registered professional engineer. Aluminum Hydraulic Shoring means a pre-engineered shoring system com- prised of aluminum hydraulic cylinders (crossbraces) used in conjunction with vertical rails (uprights) or horizontal rails (walers). Such system is designed, specifically to support the sidewalls of an excavation and prevent cave-ins. Bell-bottom pier hole means a type of shaft or footing excavation, the bottom of which is made larger than the cross section above to form a belled shape. Benching (Benching system) means a method of protecting employees from cave-ins by excavating the sides of an excavation to form one or a series of horizontal levels or steps, usually with vertical or near -vertical surfaces be- tween levels. Cave-in means the separation of a mass of soil or rock material from the side of an excavation, or the loss of soil from under a trench shield or support system, and its sudden movement into the excavation, either by falling or sliding, in sufficient quantity so that it could entrap, bury, or otherwise injure and immobilize a person. Competent person means one who is capable of identifying existing and pre- dictable hazards in the surroundings, or working conditions which are unsan- itary, hazardous, or dangerous to em- ployees, and who has authorization to take prompt corrective measures to eliminate them. Cross braces mean the horizontal members of a shoring system installed perpendicular to the sides of the exca- vation, the ends of which bear against either uprights or wales. 366 Occupational Safety and Health Admin., Labor Excavation means any man-made cut, cavity, trench, or depression in an earth surface, formed by earth re- moval. Faces or sides means the vertical or inclined earth surfaces formed as a re- sult of excavation work. Failure means the breakage, displace- ment, or permanent deformation of a structural member or connection so as to reduce its structural integrity and its supportive capabilities. Hazardous atmosphere means an at- mosphere which by reason of being ex- plosive, flammable, poisonous, corro- sive, oxidizing, irritating, oxygen defi- cient, toxic, or otherwise harmful, may cause death, illness, or injury. Kickout means the accidental release or failure of a cross brace. Protective system means a method of protecting employees from cave-ins, from material that could fall or roll from an excavation face or into an ex- cavation, or from the collapse of adja- cent structures. Protective systems in- clude support systems, sloping and benching systems, shield systems, and other systems that provide the nec- essary protection. Ramp means an inclined walking or working surface that is used to gain ac- cess to one point from another, and is constructed from earth or from struc- tural materials such as steel or wood. Registered Professional Engineer means a person who is registered as a profes- sional engineer in the state where the work is to be performed. However, a professional engineer, registered in any state is deemed to be a "registered pro- fessional engineer" within the meaning of this standard when approving de- signs for "manufactured protective systems" or "tabulated data" to be used in interstate commerce. Sheeting means the members of a shoring system that retain the earth in position and in turn are supported by other members of the shoring system. Shield (Shield system) means a struc- ture that is able to withstand the forces imposed on it by a cave-in and thereby protect employees within the structure. Shields can be permanent structures or can be designed to be portable and moved along as work pro- gresses. Additionally, shields can be ei- ther premanufactured or job -built in § 1926.650 accordance with § 1926.652 (c)(3) or (c)(4). Shields used in trenches are usu- ally referred to as "trench boxes" or "trench shields." Shoring (Shoring system) means a structure such as a metal hydraulic, mechanical or timber shoring system that supports the sides of an exca- vation and which is designed to prevent cave-ins. Sides. See "Faces." Sloping (Sloping system) means a method of protecting employees from cave-ins by excavating to form sides of an excavation that are inclined away from the excavation so as to prevent cave-ins. The angle of incline required to prevent a cave-in varies with dif- ferences in such factors as the soil type, environmental conditions of ex- posure, and application of surcharge loads. Stable rock means natural solid min- eral material that can be excavated with vertical sides and will remain in- tact while exposed. Unstable rock is considered to be stable when the rock material on the side or sides of the ex- cavation is secured against caving -in or movement by rock bolts or by an- other protective system that has been designed by a registered professional engineer. Structural ramp means a ramp built of steel or wood, usually used for vehicle access. Ramps made of soil or rock are not considered structural ramps. Support system means a structure such as underpinning, bracing, or shor- ing, which provides support to an adja- cent structure, underground installa- tion, or the sides of an excavation. Tabulated data means tables and charts approved by a registered profes- sional engineer and used to design and construct a protective system. Trench (Trench excavation) means a narrow excavation (in relation to its length) made below the surface of the ground. In general, the depth is greater than the width, but the width of a trench (measured at the bottom) is not greater than 15 feet (4.6 m). If forms or other structures are installed or con- structed in an excavation so as to re- duce the dimension measured from the forms or structure to the side of the ex- cavation to 15 feet (4.6 m) or less 367 § 1926.651 (measured at the bottom of the exca- vation), the excavation is also consid- ered to be a trench. Trench box. See "Shield." Trench shield. See "Shield." Uprights means the vertical members of a trench shoring system placed in contact with the earth and usually po- sitioned so that individual members do not contact each other. Uprights placed so that individual members are closely spaced, in contact with or interconnected to each other, are often called "sheeting." Wales means horizontal members of a shoring system placed parallel to the excavation face whose sides bear against the vertical members of the shoring system or earth. § 1926.651 Specific excavation require- ments. (a) Surface encumbrances. All surface encumbrances that are located so as to create a hazard to employees shall be removed or supported, as necessary, to safeguard employees. (b) Underground installations. (1) The estimated location of utility installa- tions, such as sewer, telephone, fuel, electric, water lines, or any other un- derground installations that reason- ably may be expected to be encoun- tered during excavation work, shall be determined prior to opening an exca- vation. (2) Utility companies or owners shall be contacted within established or cus- tomary local response times, advised of the proposed work, and asked to estab- lish the location of the utility under- ground installations prior to the start of actual excavation. When utility companies or owners cannot respond to a request to locate underground utility installations within 24 hours (unless a longer period is required by state or local law), or cannot establish the exact location of these installations, the employer may proceed, provided the employer does so with caution, and provided detection equipment or other acceptable means to locate utility in- stallations are used. (3) When excavation operations ap- proach the estimated location of under- ground installations, the exact loca- tion of the installations shall be deter- mined by safe and acceptable means. 29 CFR Ch. XVII (7-1-07 Edition) (4) While the excavation is open, un- derground installations shall be pro- tected, supported or removed as nec- essary to safeguard employees. (c) Access and egress—(1) Structural ramps. (i) Structural ramps that are used solely by employees as a means of access or egress from excavations shall be designed by a competent person. Structural ramps used for access or egress of equipment shall be designed by a competent person qualified in structural design, and shall be con- structed in accordance with the design. (ii) Ramps and runways constructed of two or more structural members shall have the structural members con- nected together to prevent displace- ment. (iii) Structural members used for ramps and runways shall be of uniform thickness. (iv) Cleats or other appropriate means used to connect runway struc- tural members shall be attached to the bottom of the runway or shall be at- tached in a manner to prevent tripping. (v) Structural ramps used in lieu of steps shall be provided with cleats or other surface treatments on the top surface to prevent slipping. (2) Means of egress from trench exca- vations. A stairway, ladder, ramp or other safe means of egress shall be lo- cated in trench excavations that are 4 feet (1.22 m) or more in depth so as to require no more than 25 feet (7.62 m) of lateral travel for employees. (d) Exposure to vehicular traffic. Em- ployees exposed to public vehicular traffic shall be provided with, and shall wear, warning vests or other suitable garments marked with or made of reflectorized or high -visibility mate- rial. (e) Exposure to falling loads. No em- ployee shall be permitted underneath loads handled by lifting or digging equipment. Employees shall be re- quired to stand away from any vehicle being loaded or unloaded to avoid being struck by any spillage or falling mate- rials. Operators may remain in the cabs of vehicles being loaded or un- loaded when the vehicles are equipped, in accordance with § 1926.601(b)(6), to provide adequate protection for the op- erator during loading and unloading operations. 368 Occupational Safety and Health Admin., Labor (f) Warning system for mobile equip- ment. When mobile equipment is oper- ated adjacent to an excavation, or when such equipment is required to ap- proach the edge of an excavation, and the operator does not have a clear and direct view of the edge of the exca- vation, a warning system shall be uti- lized such as barricades, hand or me- chanical signals, or stop logs. If pos- sible, the grade should be away from the excavation. (g) Hazardous atmospheres—(1) Testing and controls. In addition to the require- ments set forth in subparts D and E of this part (29 CFR 1926.50-1926.107) to prevent exposure to harmful levels of atmospheric contaminants and to as- sure acceptable atmospheric condi- tions, the following requirements shall apply: (i) Where oxygen deficiency (atmospheres containing less than 19.5 percent oxygen) or a hazardous atmos- phere exists or could reasonably be ex- pected to exist, such as in excavations in landfill areas or excavations in areas where hazardous substances are stored nearby, the atmospheres in the exca- vation shall be tested before employees enter excavations greater than 4 feet (1.22 m) in depth. (ii) Adequate precautions shall be taken to prevent employee exposure to atmospheres containing less than 19.5 percent oxygen and other hazardous atmospheres. These precautions in- clude providing proper respiratory pro- tection or ventilation in accordance with subparts D and E of this part re- spectively. (iii) Adequate precaution shall be taken such as providing ventilation, to prevent employee exposure to an at- mosphere containing a concentration of a flammable gas in excess of 20 per- cent of the lower flammable limit of the gas. (iv) When controls are used that are intended to reduce the level of atmos- pheric contaminants to acceptable lev- els, testing shall be conducted as often as necessary to ensure that the atmos- phere remains safe. (2) Emergency rescue equipment. (i) Emergency rescue equipment, such as breathing apparatus, a safety harness and line, or a basket stretcher, shall be readily available where hazardous at- § 1926.651 mospheric conditions exist or may rea- sonably be expected to develop during work in an excavation. This equipment shall be attended when in use. (ii) Employees entering bell-bottom pier holes, or other similar deep and confined footing excavations, shall wear a harness with a life -line securely attached to it. The lifeline shall be sep- arate from any line used to handle ma- terials, and shall be individually at- tended at all times while the employee wearing the lifeline is in the exca- vation. (h) Protection from hazards associated with water accumulation. (1) Employees shall not work in excavations in which there is accumulated water, or in exca- vations in which water is accumu- lating, unless adequate precautions have been taken to protect employees against the hazards posed by water ac- cumulation. The precautions necessary to protect employees adequately vary with each situation, but could include special support or shield systems to protect from cave-ins, water removal to control the level of accumulating water, or use of a safety harness and lifeline. (2) If water is controlled or prevented from accumulating by the use of water removal equipment, the water removal equipment and operations shall be monitored by a competent person to ensure proper operation. (3) If excavation work interrupts the natural drainage of surface water (such as streams), diversion ditches, dikes, or other suitable means shall be used to prevent surface water from entering the excavation and to provide adequate drainage of the area adjacent to the ex- cavation. Excavations subject to runoff from heavy rains will require an in- spection by a competent person and compliance with paragraphs (h)(1) and (h)(2) of this section. (i) Stability of adjacent structures. (1) Where the stability of adjoining build- ings, walls, or other structures is en- dangered by excavation operations, support systems such as shoring, brac- ing, or underpinning shall be provided to ensure the stability of such struc- tures for the protection of employees. (2) Excavation below the level of the base or footing of any foundation or re- taining wall that could be reasonably 369 § 1926.652 expected to pose a hazard to employees shall not be permitted except when: (i) A support system, such as under- pinning, is provided to ensure the safe- ty of employees and the stability of the structure; or (ii) The excavation is in stable rock; or (iii) A registered professional engi- neer has approved the determination that the structure is sufficently re- moved from the excavation so as to be unaffected by the excavation activity; or (iv) A registered professional engi- neer has approved the determination that such excavation work will not pose a hazard to employees. (3) Sidewalks, pavements, and appur- tenant structure shall not be under- mined unless a support system or an- other method of protection is provided to protect employees from the possible collapse of such structures. (j) Protection of employees from loose rock or soil. (1) Adequate protection shall be provided to protect employees from loose rock or soil that could pose a hazard by falling or rolling from an excavation face. Such protection shall consist of scaling to remove loose ma- terial; installation of protective barri- cades at intervals as necessary on the face to stop and contain falling mate- rial; or other means that provide equiv- alent protection. (2) Employees shall be protected from excavated or other materials or equip- ment that could pose a hazard by fall- ing or rolling into excavations. Protec- tion shall be provided by placing and keeping such materials or equipment at least 2 feet (.61 m) from the edge of excavations, or by the use of retaining devices that are sufficient to prevent materials or equipment from falling or rolling into excavations, or by a com- bination of both if necessary. (k) Inspections. (1) Daily inspections of excavations, the adjacent areas, and protective systems shall be made by a competent person for evidence of a sit- uation that could result in possible cave-ins, indications of failure of pro- tective systems, hazardous atmospheres, or other hazardous condi- tions. An inspection shall be conducted by the competent person prior to the start of work and as needed throughout 29 CFR Ch. XVII (7-1-07 Edition) the shift. Inspections shall also be made after every rainstorm or other hazard increasing occurrence. These in- spections are only required when em- ployee exposure can be reasonably an- ticipated. (2) Where the competent person finds evidence of a situation that could re- sult in a possible cave-in, indications of failure of protective systems, haz- ardous atmospheres, or other haz- ardous conditions, exposed employees shall be removed from the hazardous area until the necessary precautions have been taken to ensure their safety. (1) Walkways shall be provided where employees or equipment are required or permitted to cross over excavations. Guardrails which comply with § 1926.502(b) shall be provided where walkways are 6 feet (1.8 m) or more above lower levels. [54 FR 45959, Oct. 31, 1989, as amended by 59 FR 40730, Aug. 9, 1994] § 1926.652 Requirements for protective systems. (a) Protection of employees in exca- vations. (1) Each employee in an exca- vation shall be protected from cave-ins by an adequate protective system de- signed in accordance with paragraph (b) or (c) of this section except when: (i) Excavations are made entirely in stable rock; or (ii) Excavations are less than 5 feet (1.52m) in depth and examination of the ground by a competent person provides no indication of a potential cave-in. (2) Protective systems shall have the capacity to resist without failure all loads that are intended or could rea- sonably be expected to be applied or transmitted to the system. (b) Design of sloping and benching sys- tems. The slopes and configurations of sloping and benching systems shall be selected and constructed by the em- ployer or his designee and shall be in accordance with the requirements of paragraph (b)(1); or, in the alternative, paragraph (b)(2); or, in the alternative, paragraph (b)(3), or, in the alternative, paragraph (b)(4), as follows: (1) Option (1)—Allowable configurations and slopes. (i) Excavations shall be sloped at an angle not steeper than one and one-half horizontal to one vertical 370 Occupational Safety and Health Admin., Labor (34 degrees measured from the hori- zontal), unless the employer uses one of the other options listed below. (ii) Slopes specified in paragraph (b)(1)(i) of this section, shall be exca- vated to form configurations that are in accordance with the slopes shown for Type C soil in Appendix B to this subpart. (2) Option (2)—Determination of slopes and configurations using Appendices A and B. Maximum allowable slopes, and allowable configurations for sloping and benching systems, shall be deter- mined in accordance with the condi- tions and requirements set forth in ap- pendices A and B to this subpart. (3) Option (3)—Designs using other tab- ulated data. (i) Designs of sloping or benching systems shall be selected from and be in accordance with tab- ulated data, such as tables and charts. (ii) The tabulated data shall be in written form and shall include all of the following: (A) Identification of the parameters that affect the selection of a sloping or benching system drawn from such data; (B) Identification of the limits of use of the data, to include the magnitude and configuration of slopes determined to be safe; (C) Explanatory information as may be necessary to aid the user in making a correct selection of a protective sys- tem from the data. (iii) At least one copy of the tab- ulated data which identifies the reg- istered professional engineer who ap- proved the data, shall be maintained at the jobsite during construction of the protective system. After that time the data may be stored off the jobsite, but a copy of the data shall be made avail- able to the Secretary upon request. (4) Option (4)—Design by a registered professional engineer. (i) Sloping and benching systems not utilizing Option (1) or Option (2) or Option (3) under paragraph (b) of this section shall be approved by a registered professional engineer. (ii) Designs shall be in written form and shall include at least the following: (A) The magnitude of the slopes that were determined to be safe for the par- ticular project; § 1926.652 (B) The configurations that were de- termined to be safe for the particular project; and (C) The identity of the registered pro- fessional engineer approving the de- sign. (iii) At least one copy of the design shall be maintained at the jobsite while the slope is being constructed. After that time the design need not be at the jobsite, but a copy shall be made available to the Secretary upon re- quest. (c) Design of support systems, shield systems, and other protective systems. De- signs of support systems shield sys- tems, and other protective systems shall be selected and constructed by the employer or his designee and shall be in accordance with the requirements of paragraph (c)(1); or, in the alter- native, paragraph (c)(2); or, in the al- ternative, paragraph (c)(3); or, in the alternative, paragraph (c)(4) as follows: (1) Option (1)—Designs using appen- dices A, C and D. Designs for timber shoring in trenches shall be determined in accordance with the conditions and requirements set forth in appendices A and C to this subpart. Designs for alu- minum hydraulic shoring shall be in accordance with paragraph (c)(2) of this section, but if manufacturer's tab- ulated data cannot be utilized, designs shall be in accordance with appendix D. (2) Option (2)—Designs Using Manufac- turer's Tabulated Data. (i) Design of sup- port systems, shield systems, or other protective systems that are drawn from manufacturer's tabulated data shall be in accordance with all speci- fications, recommendations, and limi- tations issued or made by the manufac- turer. (ii) Deviation from the specifications, recommendations, and limitations issued or made by the manufacturer shall only be allowed after the manu- facturer issues specific written ap- proval. (iii) Manufacturer's specifications, recommendations, and limitations, and manufacturer's approval to deviate from the specifications, recommenda- tions, and limitations shall be in writ- ten form at the jobsite during con- struction of the protective system. After that time this data may be stored off the jobsite, but a copy shall 371 § 1926.652 be made available to the Secretary upon request. (3) Option (3)—Designs using other tab- ulated data. (i) Designs of support sys- tems, shield systems, or other protec- tive systems shall be selected from and be in accordance with tabulated data, such as tables and charts. (ii) The tabulated data shall be in written form and include all of the fol- lowing: (A) Identification of the parameters that affect the selection of a protective system drawn from such data; (B) Identification of the limits of use of the data; (C) Explanatory information as may be necessary to aid the user in making a correct selection of a protective sys- tem from the data. (iii) At least one copy of the tab- ulated data, which identifies the reg- istered professional engineer who ap- proved the data, shall be maintained at the jobsite during construction of the protective system. After that time the data may be stored off the jobsite, but a copy of the data shall be made avail- able to the Secretary upon request. (4) Option (4)—Design by a registered professional engineer. (i) Support sys- tems, shield systems, and other protec- tive systems not utilizing Option 1, Op- tion 2 or Option 3, above, shall be ap- proved by a registered professional en- gineer. (ii) Designs shall be in written form and shall include the following: (A) A plan indicating the sizes, types, and configurations of the materials to be used in the protective system; and (B) The identity of the registered professional engineer approving the de- sign. (iii) At least one copy of the design shall be maintained at the jobsite dur- ing construction of the protective sys- tem. After that time, the design may be stored off the jobsite, but a copy of the design shall be made available to the Secretary upon request. (d) Materials and equipment. (1) Mate- rials and equipment used for protective systems shall be free from damage or defects that might impair their proper function. (2) Manufactured materials and equipment used for protective systems shall be used and maintained in a man- 29 CFR Ch. XVII (7-1-07 Edition) ner that is consistent with the rec- ommendations of the manufacturer, and in a manner that will prevent em- ployee exposure to hazards. (3) When material or equipment that is used for protective systems is dam- aged, a competent person shall exam- ine the material or equipment and evaluate its suitability for continued use. If the competent person cannot as- sure the material or equipment is able to support the intended loads or is oth- erwise suitable for safe use, then such material or equipment shall be re- moved from service, and shall be evalu- ated and approved by a registered pro- fessional engineer before being re- turned to service. (e) Installation and removal of sup- port—(1) General. (i) Members of sup- port systems shall be securely con- nected together to prevent sliding, fall- ing, kickouts, or other predictable fail- ure. (ii) Support systems shall be in- stalled and removed in a manner that protects employees from cave-ins, structural collapses, or from being struck by members of the support sys- tem. (iii) Individual members of support systems shall not be subjected to loads exceeding those which those members were designed to withstand. (iv) Before temporary removal of in- dividual members begins, additional precautions shall be taken to ensure the safety of employees, such as in- stalling other structural members to carry the loads imposed on the support system. (v) Removal shall begin at, and progress from, the bottom of the exca- vation. Members shall be released slow- ly so as to note any indication of pos- sible failure of the remaining members of the structure or possible cave-in of the sides of the excavation. (vi) Backfilling shall progress to- gether with the removal of support sys- tems from excavations. (2) Additional requirements for support systems for trench excavations. (i) Exca- vation of material to a level no greater than 2 feet (.61 m) below the bottom of the members of a support system shall be permitted, but only if the system is designed to resist the forces calculated for the full depth of the trench, and 372 Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. A there are no indications while the trench is open of a possible loss of soil from behind or below the bottom of the support system. (ii) Installation of a support system shall be closely coordinated with the excavation of trenches. (f) Sloping and benching systems. Em- ployees shall not be permitted to work on the faces of sloped or benched exca- vations at levels above other employ- ees except when employees at the lower levels are adequately protected from the hazard of falling, rolling, or sliding material or equipment. (g) Shield systems —(I) General. (i) Shield systems shall not be subjected to loads exceeding those which the sys- tem was designed to withstand. (ii) Shields shall be installed in a manner to restrict lateral or other haz- ardous movement of the shield in the event of the application of sudden lat- eral loads. (iii) Employees shall be protected from the hazard of cave-ins when enter- ing or exiting the areas protected by shields. (iv) Employees shall not be allowed in shields when shields are being in- stalled, removed, or moved vertically. (2) Additional requirement for shield systems used in trench excavations. Exca- vations of earth material to a level not greater than 2 feet (.61 m) below the bottom of a shield shall be permitted, but only if the shield is designed to re- sist the forces calculated for the full depth of the trench, and there are no indications while the trench is open of a possible loss of soil from behind or below the bottom of the shield. APPENDIX A TO SUBPART P OF PART 1926—SOIL CLASSIFICATION (a) Scope and application—(1) Scope. This appendix describes a method of classifying soil and rock deposits based on site and envi- ronmental conditions, and on the structure and composition of the earth deposits. The appendix contains definitions, sets forth re- quirements, and describes acceptable visual and manual tests for use in classifying soils. (2) Application. This appendix applies when a sloping or benching system is designed in accordance with the requirements set forth in § 1926.652(b)(2) as a method of protection for employees from cave-ins. This appendix also applies when timber shoring for exca- vations is designed as a method of protection from cave-ins in accordance with appendix C to subpart P of part 1926, and when alu- minum hydraulic shoring is designed in ac- cordance with appendix D. This Appendix also applies if other protective systems are designed and selected for use from data pre- pared in accordance with the requirements set forth in §1926.652(c), and the use of the data is predicated on the use of the soil clas- sification system set forth in this appendix. (b) Definitions. The definitions and exam- ples given below are based on, in whole or in part, the following: American Society for Testing Materials (ASTM) Standards D653-85 and D2488; The Unified Soils Classification System, The U.S. Department of Agriculture (USDA) Textural Classification Scheme; and The National Bureau of Standards Report BSS-121. Cemented soil means a soil in which the par- ticles are held together by a chemical agent, such as calcium carbonate, such that a hand - size sample cannot be crushed into powder or individual soil particles by finger pressure. Cohesive soil means clay (fine grained soil), or soil with a high clay content, which has cohesive strength. Cohesive soil does not crumble, can be excavated with vertical sideslopes, and is plastic when moist. Cohe- sive soil is hard to break up when dry, and exhibits significant cohesion when sub- merged. Cohesive soils include clayey silt, sandy clay, silty clay, clay and organic clay. Dry soil means soil that does not exhibit visible signs of moisture content. Fissured means a soil material that has a tendency to break along definite planes of fracture with little resistance, or a material that exhibits open cracks, such as tension cracks, in an exposed surface. Granular soil means gravel, sand, or silt, (coarse grained soil) with little or no clay content. Granular soil has no cohesive strength. Some moist granular soils exhibit apparent cohesion. Granular soil cannot be molded when moist and crumbles easily when dry. Layered system means two or more dis- tinctly different soil or rock types arranged in layers. Micaceous seams or weakened planes in rock or shale are considered lay- ered. Moist soil means a condition in which a soil looks and feels damp. Moist cohesive soil can easily be shaped into a ball and rolled into small diameter threads before crumbling. Moist granular soil that contains some cohe- sive material will exhibit signs of cohesion between particles. Plastic means a property of a soil which al- lows the soil to be deformed or molded with- out cracking, or appreciable volume change. Saturated soil means a soil in which the voids are filled with water. Saturation does not require flow. Saturation, or near satura- tion, is necessary for the proper use of in- struments such as a pocket penetrometer or sheer vane. 373 Pt. 1926, Subpt. P, App. A Soil classification system means, for the pur- pose of this subpart, a method of catego- rizing soil and rock deposits in a hierarchy of Stable Rock, Type A, Type B, and Type C, in decreasing order of stability. The cat- egories are determined based on an analysis of the properties and performance character- istics of the deposits and the environmental conditions of exposure. Stable rock means natural solid mineral matter that can be excavated with vertical sides and remain intact while exposed. Submerged soil means soil which is under- water or is free seeping. Type A means cohesive soils with an unconfined compressive strength of 1.5 ton per square foot (tsf) (144 kPa) or greater. Ex- amples of cohesive soils are: clay, silty clay, sandy clay, clay loam and, in some cases, silty clay loam and sandy clay loam. Ce- mented soils such as caliche and hardpan are also considered Type A. However, no soil is Type A if: (i) The soil is fissured; or (ii) The soil is subject to vibration from heavy traffic, pile driving, or similar effects; or (iii) The soil has been previously disturbed; or (iv) The soil is part of a sloped, layered system where the layers dip into the exca- vation on a slope of four horizontal to one vertical (4H:1V) or greater; or (v) The material is subject to other factors that would require it to be classified as a less stable material. Type B means: (i) Cohesive soil with an unconfined com- pressive strength greater than 0.5 tsf (48 kPa) but less than 1.5 tsf (144 kPa); or (ii) Granular cohesionless soils including: angular gravel (similar to crushed rock), silt, silt loam, sandy loam and, in some cases, silty clay loam and sandy clay loam. (iii) Previously disturbed soils except those which would otherwise be classed as Type C soil. (iv) Soil that meets the unconfined com- pressive strength or cementation require- ments for Type A, but is fissured or subject to vibration; or (v) Dry rock that is not stable; or (vi) Material that is part of a sloped, lay- ered system where the layers dip into the ex- cavation on a slope less steep than four hori- zontal to one vertical (4H:1V), but only if the material would otherwise be classified as Type B. Type C means: (i) Cohesive soil with an unconfined com- pressive strength of 0.5 tsf (48 kPa) or less; or (ii) Granular soils including gravel, sand, and loamy sand; or (iii) Submerged soil or soil from which water is freely seeping; or (iv) Submerged rock that is not stable, or 29 CFR Ch. XVII (7-1-07 Edition) (v) Material in a sloped, layered system where the layers dip into the excavation or a slope of four horizontal to one vertical (4H:1V) or steeper. Unconfined compressive strength means the load per unit area at which a soil will fail in compression. It can be determined by labora- tory testing, or estimated in the field using a pocket penetrometer, by thumb penetra- tion tests, and other methods. Wet soil means soil that contains signifi- cantly more moisture than moist soil, but in such a range of values that cohesive material will slump or begin to flow when vibrated. Granular material that would exhibit cohe- sive properties when moist will lose those co- hesive properties when wet. (c) Requirements—(1) Classification of soil and rock deposits. Each soil and rock deposit shall be classified by a competent person as Stable Rock, Type A, Type B, or Type C in accordance with the definitions set forth in paragraph (b) of this appendix. (2) Basis of classification. The classification of the deposits shall be made based on the re- sults of at least one visual and at least one manual analysis. Such analyses shall be con- ducted by a competent person using tests de- scribed in paragraph (d) below, or in other recognized methods of soil classification and testing such as those adopted by the Amer- ica Society for Testing Materials, or the U.S. Department of Agriculture textural classi- fication system. (3) Visual and manual analyses. The visual and manual analyses, such as those noted as being acceptable in paragraph (d) of this ap- pendix, shall be designed and conducted to provide sufficient quantitative and quali- tative information as may be necessary to identify properly the properties, factors, and conditions affecting the classification of the deposits. (4) Layered systems. In a layered system, the system shall be classified in accordance with its weakest layer. However, each layer may be classified individually where a more stable layer lies under a less stable layer. (5) Reclassification. If, after classifying a de- posit, the properties, factors, or conditions affecting its classification change in any way, the changes shall be evaluated by a competent person. The deposit shall be re- classified as necessary to reflect the changed circumstances. (d) Acceptable visual and manual tests—(1) Visual tests. Visual analysis is conducted to determine qualitative information regarding the excavation site in general, the soil adja- cent to the excavation, the soil forming the sides of the open excavation, and the soil taken as samples from excavated material. (i) Observe samples of soil that are exca- vated and soil in the sides of the excavation. Estimate the range of particle sizes and the relative amounts of the particle sizes. Soil that is primarily composed of fine-grained 374 Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. B material is cohesive material. Soil composed primarily of coarse -grained sand or gravel is granular material. (ii) Observe soil as it is excavated. Soil that remains in clumps when excavated is cohesive. Soil that breaks up easily and does not stay in clumps is granular. (iii) Observe the side of the opened exca- vation and the surface area adjacent to the excavation. Crack -like openings such as ten- sion cracks could indicate fissured material. If chunks of soil spall off a vertical side, the soil could be fissured. Small spalls are evi- dence of moving ground and are indications of potentially hazardous situations. (iv) Observe the area adjacent to the exca- vation and the excavation itself for evidence of existing utility and other underground structures, and to identify previously dis- turbed soil. (v) Observe the opened side of the exca- vation to identify layered systems. Examine layered systems to identify if the layers slope toward the excavation. Estimate the degree of slope of the layers. (vi) Observe the area adjacent to the exca- vation and the sides of the opened exca- vation for evidence of surface water, water seeping from the sides of the excavation, or the location of the level of the water table. (vii) Observe the area adjacent to the exca- vation and the area within the excavation for sources of vibration that may affect the stability of the excavation face. (2) Manual tests. Manual analysis of soil samples is conducted to determine quan- titative as well as qualitative properties of soil and to provide more information in order to classify soil properly. (i) Plasticity. Mold a moist or wet sample of soil into a ball and attempt to roll it into threads as thin as 1/s-inch in diameter. Cohe- sive material can be successfully rolled into threads without crumbling. For example, if at least a two inch (50 mm) length of I/s-inch thread can be held on one end without tear- ing, the soil is cohesive. (ii) Dry strength. If the soil is dry and crumbles on its own or with moderate pres- sure into individual grains or fine powder, it is granular (any combination of gravel, sand, or silt). If the soil is dry and falls into clumps which break up into smaller clumps, but the smaller clumps can only be broken up with difficulty, it may be clay in any combination with gravel, sand or silt. If the dry soil breaks into clumps which do not break up into small clumps and which can only be broken with difficulty, and there is no visual indication the soil is fissured, the soil may be considered unfissured. (iii) Thumb penetration. The thumb penetra- tion test can be used to estimate the unconfined compressive strength of cohesive soils. (This test is based on the thumb pene- tration test described in American Society for Testing and Materials (ASTM) Standard designation D2488—"Standard Recommended Practice for Description of Soils (Visual — Manual Procedure).") Type A soils with an unconfined compressive strength of 1.5 tsf can be readily indented by the thumb; how- ever, they can be penetrated by the thumb only with very great effort. Type C soils with an unconfined compressive strength of 0.5 tsf can be easily penetrated several inches by the thumb, and can be molded by light finger pressure. This test should be conducted on an undisturbed soil sample, such as a large clump of spoil, as soon as practicable after excavation to keep to a miminum the effects of exposure to drying influences. If the exca- vation is later exposed to wetting influences (rain, flooding), the classification of the soil must be changed accordingly. (iv) Other strength tests. Estimates of unconfined compressive strength of soils can also be obtained by use of a pocket pene- trometer or by using a hand -operated shearvane. (v) Drying test. The basic purpose of the drying test is to differentiate between cohe- sive material with fissures, unfissured cohe- sive material, and granular material. The procedure for the drying test involves drying a sample of soil that is approximately one inch thick (2.54 cm) and six inches (15.24 cm) in diameter until it is thoroughly dry: (A) If the sample develops cracks as it dries, significant fissures are indicated. (B) Samples that dry without cracking are to be broken by hand. If considerable force is necessary to break a sample, the soil has sig- nificant cohesive material content. The soil can be classified as a unfissured cohesive ma- terial and the unconfined compressive strength should be determined. (C) If a sample breaks easily by hand, it is either a fissured cohesive material or a granular material. To distinguish between the two, pulverize the dried clumps of the sample by hand or by stepping on them. If the clumps do not pulverize easily, the mate- rial is cohesive with fissures. If they pul- verize easily into very small fragments, the material is granular. APPENDIX B TO SUBPART P OF PART 1926—SLOPING AND BENCHING (a) Scope and application. This appendix contains specifications for sloping and benching when used as methods of protecting employees working in excavations from cave-ins. The requirements of this appendix apply when the design of sloping and bench- ing protective systems is to be performed in accordance with the requirements set forth in §1926.652(b)(2). (b) Definitions. Actual slope means the slope to which an excavation face is excavated. Distress means that the soil is in a condi- tion where a cave-in is imminent or is likely 375 Pt. 1926, Subpt. P, App. B to occur. Distress is evidenced by such phe- nomena as the development of fissures in the face of or adjacent to an open excavation; the subsidence of the edge of an excavation; the slumping of material from the face or the bulging or heaving of material from the bottom of an excavation; the spalling of ma- terial from the face of an excavation; and ravelling, i.e., small amounts of material such as pebbles or little clumps of material suddenly separating from the face of an exca- vation and trickling or rolling down into the excavation. Maximum allowable slope means the steep- est incline of an excavation face that is ac- ceptable for the most favorable site condi- tions as protection against cave-ins, and is expressed as the ratio of horizontal distance to vertical rise (H:V). Short term exposure means a period of time less than or equal to 24 hours that an exca- vation is open. (c) Requirements—(1) Soil classification. Soil and rock deposits shall be classified in ac- cordance with appendix A to subpart P of part 1926. 29 CFR Ch. XVII (7-1-07 Edition) (2) Maximum allowable slope. The maximum allowable slope for a soil or rock deposit shall be determined from Table B-1 of this appendix. (3) Actual slope. (i) The actual slope shall not be steeper than the maximum allowable slope. (ii) The actual slope shall be less steep than the maximum allowable slope, when there are signs of distress. If that situation occurs, the slope shall be cut back to an ac- tual slope which is at least 1/2 horizontal to one vertical (1/2H:1V) less steep than the maximum allowable slope. (iii) When surcharge loads from stored ma- terial or equipment, operating equipment, or traffic are present, a competent person shall determine the degree to which the actual slope must be reduced below the maximum allowable slope, and shall assure that such reduction is achieved. Surcharge loads from adjacent structures shall be evaluated in ac- cordance with § 1926.651(i). (4) Configurations. Configurations of slop- ing and benching systems shall be in accord- ance with Figure B-1. TABLE B-1 MAXIMUM ALLOWABLE SLOPES SOIL OR ROCK TYPE MA'QMUM ALLOWABLE SLOPES(H:V)[11 FOR EXCAVATIONS LESS THAN 20 FEET STABLE ROCK TYPE A [21 TYPE B TYPE C AL(50 3E4 0 TIC 3/ (45� 1%Z: 1 (3V) NOTES: 1. Numbers shown in parentheses next to maximum allowable slopes are angles expressed in degrees from the horizontal. Angles have been rounded off. ?. A short-term maximum allowable slope of 1/2H:IV (63°) is allowed in excavations in Type A soil that are 12 feet (3.67 m) or less in depth. Short-term maximum allowable slopes for excavations greater than 12 feet (3.67 m) in depth shall be 3/4H:1V (53°). 3. Sloping or benching for excavations greater than 20 feet deep shall be designed by a registered professional engineer. 376 Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. B Figure B-1 Slope Configurations (All slopes stated below are in the horizontal to vertical ratio) B-1.1 Excavations made in Type A soil. 1. All simple slope excavation 20 feet or less in depth shall have a maximum allowable slope Of 3/4: 1. 20' Max. 1 I _\_/ 3/4 SIMPLE SLOPE —GENERAL Exception: Simple slope excavations which are open 24 hours or less (short term) and which are 12 feet or less in depth shall have a maximum allowable slope of 1/2:1. 12' Max. A1/2 1 SIMPLE SLOPE —SHORT TERM 2. All benched excavations 20 feet or less in depth shall have a maximum allowable slope of 3/4 to 1 and maximum bench dimensions as follows: 377 Pt. 1926, Subpt. P, App. B 29 CFR Ch. XVII (7-1-07 Edition) SIMPLE BENCH / 20' Max. ' A 1 Max. ! 3/4 ! 4' Max. I I MULTIPLE BENCH 3. All excavations 8 feet or less in depth which have unsupported vertically sided lower por- tions shall have a maximum vertical side of 31/2 feet. IA8' Max . 3/4 I3z' Max. UNSUPPORTED VERTICALLY SIDED LOWER PORTION —MAXIMUM 8 FEET IN DEPTH All excavations more than 8 feet but not more than 12 feet in depth which unsupported vertically sided lower portions shall have a maximum allowable slope of 1:1 and a maximum vertical side of 31/2 feet. 378 Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. B UNSUPPORTED VERTICALLY SIDED LOWER PORTION —MAXIMUM 12 FEET IN DEPTH All excavations 20 feet or less in depth which have vertically sided lower portions that are supported or shielded shall have a maximum allowable slope of 3/4:1. The support or shield sys- tem must extend at least 18 inches above the top of the vertical side. Support or shie7tem II1 W 20' Max. 18" Min. Total height of vertical side SUPPORTED OR SHIELDED VERTICALLY SIDED LOWER PORTION 4. All other simple slope, compound slope, and vertically sided lower portion excavations shall be in accordance with the other options permitted under § 1926.652(b). B-1.2 Excavations Made in Type B Soil 1. All simple slope excavations 20 feet or less in depth shall have a maximum allowable slope of 1:1. SIMPLE SLOPE 2. All benched excavations 20 feet or less in depth shall have a maximum allowable slope of 1:1 and maximum bench dimensions as follows: 379 Pt. 1926, Subpt. P, App. B 29 CFR Ch. XVII (7-1-07 Edition) This bench allowed in cohesive soil only. 20' Max 1 1 4' / / Max. i SINGLE BENCH LThis bench allowed in cohesive soil only i i i 20' Max. � i 4' ' 1 -- — 4' Max. MULTIPLE BENCH 3. All excavations 20 feet or less in depth which have vertically sided lower portions shall be shielded or supported to a height at least 18 inches above the top of the vertical side. All such excavations shall have a maximum allowable slope of 1:1. ical side VERTICALLY SIDED LOWER PORTION 4. All other sloped excavations shall be in accordance with the other options permitted in §1926.652(b). B 1.3 Excavations Made in Type C Soil 1. All simple slope excavations 20 feet or less in depth shall have a maximum allowable slope of 11/2:1. 380 Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. B 20' Max. SIMPLE SLOPE 2. All excavations 20 feet or less in depth which have vertically sided lower portions shall be shielded or supported to a height at least 18 inches above the top of the vertical side. All such excavations shall have a maximum allowable slope of 11/2:1. Support or shield system t 20' Max. E' l 1� 18" Min. Total height of vertical side VERTICAL SIDED LOWER PORTION 3. All other sloped excavations shall be in accordance with the other options permitted in §1926.652(b). B-1.4 Excavations Made in Layered Soils 1. All excavations 20 feet or less in depth made in layered soils shall have a maximum al- lowable slope for each layer as set forth below. 381 Pt. 1926, Subpt. P, App. B 29 CFR Ch. XVII (7-1-07 Edition) 8 OVER A C OVER A C OVER 3 382 Occupational Safety and Health Admin., Labor A OVER B A OVER C Pt. 1926, Subpt. P, App. C C � 1 B OVER C 2. All other sloped excavations shall be in accordance with the other options permitted in §1926.652(b). APPENDIX C TO SUBPART P OF PART 1926—TIMBER SHORING FOR TRENCHES (a) Scope. This appendix contains informa- tion that can be used timber shoring is pro- vided as a method of protection from cave- ins in trenches that do not exceed 20 feet (6.1 m) in depth. This appendix must be used when design of timber shoring protective systems is to be performed in accordance with § 1926.652(c)(1). Other timber shoring configurations; other systems of support such as hydraulic and pneumatic systems; and other protective systems such as slop- ing, benching, shielding, and freezing sys- tems must be designed in accordance with the requirements set forth in § 1926.652(b) and §1926.652(c). (b) Soil Classification. In order to use the data presented in this appendix, the soil type or types in which the excavation is made must first be determined using the soil clas- sification method set forth in appendix A of subpart P of this part. (c) Presentation of Information. Information is presented in several forms as follows: (1) Information is presented in tabular form in Tables C-1.1, C-1.2, and C-1.3, and Ta- bles C-2.1, C-2.2 and C-2.3 following para- graph (g) of the appendix. Each table pre- sents the minimum sizes of timber members to use in a shoring system, and each table contains data only for the particular soil type in which the excavation or portion of 383 Pt. 1926, Subpt. P, App. C the excavation is made. The data are ar- ranged to allow the user the flexibility to se- lect from among several acceptable configu- rations of members based on varying the horizontal spacing of the crossbraces. Stable rock is exempt from shoring requirements and therefore, no data are presented for this condition. (2) Information concerning the basis of the tabular data and the limitations of the data is presented in paragraph (d) of this appen- dix, and on the tables themselves. (3) Information explaining the use of the tabular data is presented in paragraph (e) of this appendix. (4) Information illustrating the use of the tabular data is presented in paragraph (f) of this appendix. (5) Miscellaneous notations regarding Ta- bles C-1.1 through C-1.3 and Tables C-2.1 through C-2.3 are presented in paragraph (g) of this Appendix. (d) Basis and limitations of the data—(1) Di- mensions of timber members. (i) The sizes of the timber members listed in Tables C-1.1 through C-1.3 are taken from the National Bureau of Standards (NBS) report, "Rec- ommended Technical Provisions for Con- struction Practice in Shoring and Sloping of Trenches and Excavations." In addition, where NBS did not recommend specific sizes of members, member sizes are based on an analysis of the sizes required for use by ex- isting codes and on empirical practice. (ii) The required dimensions of the mem- bers listed in Tables C-1.1 through C-1.3 refer to actual dimensions and not nominal di- mensions of the timber. Employers wanting to use nominal size shoring are directed to Tables C-2.1 through C-2.3, or have this choice under § 1926.652(c)(3), and are referred to The Corps of Engineers, The Bureau of Reclamation or data from other acceptable sources. (2) Limitation of application. (i) It is not in- tended that the timber shoring specification apply to every situation that may be experi- enced in the field. These data were developed to apply to the situations that are most commonly experienced in current trenching practice. Shoring systems for use in situa- tions that are not covered by the data in this appendix must be designed as specified in §1926.652(c). (ii) When any of the following conditions are present, the members specified in the ta- bles are not considered adequate. Either an alternate timber shoring system must be de- signed or another type of protective system designed in accordance with § 1926.652. (A) When loads imposed by structures or by stored material adjacent to the trench weigh in excess of the load imposed by a two - foot soil surcharge. The term "adjacent" as used here means the area within a horizontal distance from the edge of the trench equal to the depth of the trench. 29 CFR Ch. XVII (7-1-07 Edition) (B) When vertical loads imposed on cross braces exceed a 240-pound gravity load dis- tributed on a one -foot section of the center of the crossbrace. (C) When surcharge loads are present from equipment weighing in excess of 20,000 pounds. (D) When only the lower portion of a trench is shored and the remaining portion of the trench is sloped or benched unless: The sloped portion is sloped at an angle less steep than three horizontal to one vertical; or the members are selected from the tables for use at a depth which is determined from the top of the overall trench, and not from the toe of the sloped portion. (e) Use of Tables. The members of the shor- ing system that are to be selected using this information are the cross braces, the uprights, and the wales, where wales are re- quired. Minimum sizes of members are speci- fied for use in different types of soil. There are six tables of information, two for each soil type. The soil type must first be deter- mined in accordance with the soil classifica- tion system described in appendix A to sub- part P of part 1926. Using the appropriate table, the selection of the size and spacing of the members is then made. The selection is based on the depth and width of the trench where the members are to be installed and, in most instances, the selection is also based on the horizontal spacing of the crossbraces. Instances where a choice of horizontal spac- ing of crossbracing is available, the hori- zontal spacing of the crossbraces must be chosen by the user before the size of any member can be determined. When the soil type, the width and depth of the trench, and the horizontal spacing of the crossbraces are known, the size and vertical spacing of the crossbraces, the size and vertical spacing of the wales, and the size and horizontal spac- ing of the uprights can be read from the ap- propriate table. (f) Examples to Illustrate the Use of Tables C- 1.1 through C-1.3. (1) Example 1. A trench dug in Type A soil is 13 feet deep and five feet wide. From Table C-1.1, for acceptable arrange- ments of timber can be used. Arrangement #BI Space 4x4 crossbraces at six feet hori- zontally and four feet vertically. Wales are not required. Space 3x8 uprights at six feet horizontally. This arrangement is commonly called "skip shoring." Arrangement #B2 Space 4x6 crossbraces at eight feet hori- zontally and four feet vertically. Space 8x8 wales at four feet vertically. 384 Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. C Space 2x6 uprights at four feet hori- zontally. Arrangement #B3 Space 6x6 crossbraces at 10 feet hori- zontally and four feet vertically. Space 8x10 wales at four feet vertically. Space 2x6 uprights at five feet hori- zontally. Arrangement #B4 Space 6x6 crossbraces at 12 feet hori- zontally and four feet vertically. Space 10x10 wales at four feet vertically. Spaces 3x8 uprights at six feet hori- zontally. (2) Example 2. A trench dug in Type B soil in 13 feet deep and five feet wide. From Table C-1.2 three acceptable arrangements of members are listed. Arrangement #BI Space 6x6 crossbraces at six feet hori- zontally and five feet vertically. Space 8x8 wales at five feet vertically. Space 2x6 uprights at two feet hori- zontally. Arrangement #B2 Space 6x8 crossbraces at eight feet hori- zontally and five feet vertically. Space 10x10 wales at five feet vertically. Space 2x6 uprights at two feet hori- zontally. Arrangement #B3 Space 8x8 crossbraces at 10 feet hori- zontally and five feet vertically. Space 10x12 wales at five feet vertically. Space 2x6 uprights at two feet vertically. (3) Example 3. A trench dug in Type C soil is 13 feet deep and five feet wide. From Table C-1.3 two acceptable arrange- ments of members can be used. Arrangement #BI Space 8x8 crossbraces at six feet hori- zontally and five feet vertically. Space 10x12 wales at five feet vertically. Position 2x6 uprights as closely together as possible. If water must be retained use special tongue and groove uprights to form tight sheeting. Arrangement #B2 Space 8x10 crossbraces at eight feet hori- zontally and five feet vertically. Space 12x12 wales at five feet vertically. Position 2x6 uprights in a close sheeting configuration unless water pressure must be resisted. Tight sheeting must be used where water must be retained. (4) Example 4. A trench dug in Type C soil is 20 feet deep and 11 feet wide. The size and spacing of members for the section of trench that is over 15 feet in depth is determined using Table C-1.3. Only one arrangement of mem- bers is provided. Space 8x10 crossbraces at six feet hori- zontally and five feet vertically. Space 12x12 wales at five feet vertically. Use 3x6 tight sheeting. Use of Tables C-2.1 through C-2.3 would fol- low the same procedures. (g) Notes for all Tables. 1. Member sizes at spacings other than in- dicated are to be determined as specified in § 1926.652(c), "Design of Protective Systems." 2. When conditions are saturated or sub- merged use Tight Sheeting. Tight Sheeting refers to the use of specially -edged timber planks (e.g., tongue and groove) at least three inches thick, steel sheet piling, or similar construction that when driven or placed in position provide a tight wall to re- sist the lateral pressure of water and to pre- vent the loss of backfill material. Close Sheeting refers to the placement of planks side -by -side allowing as little space as pos- sible between them. 3. All spacing indicated is measured center to center. 4. Wales to be installed with greater di- mension horizontal. 5. If the vertical distance from the center of the lowest crossbrace to the bottom of the trench exceeds two and one-half feet, uprights shall be firmly embedded or a mudsill shall be used. Where uprights are embedded, the vertical distance from the center of the lowest crossbrace to the bot- tom of the trench shall not exceed 36 inches. When mudsills are used, the vertical dis- tance shall not exceed 42 inches. Mudsills are wales that are installed at the toe of the trench side. 6. Trench jacks may be used in lieu of or in combination with timber crossbraces. 7. Placement of crossbraces. When the vertical spacing of crossbraces is four feet, place the top crossbrace no more than two feet below the top of the trench. When the vertical spacing of crossbraces is five feet, place the top crossbrace no more than 2.5 feet below the top of the trench. 385 w 00 M TABLE C-1.1 TIMBER TRENCH SHORING -- MINIMUM TIMBER REQUIREMENTS SOIL TYPE A Pa = 25 X H + 72 psf (2 ft Surcharge) SIZE AC U P ** DEPTH CROSSBRACES WALES UPRIGHTS OF TRENCH HORIZ. OF TRENCH (FEET) VERT. VERT. MAXIMUM ALLOWABLE HORIZONTAL SPACING _WIDTH UP TO UP TO UP TO UP TO UP TO (FEET) SPACING SPACING SIZE SPACING (FEET (FEET) 4 6 9 12 5 (FEET) (IN) (FEET) UP TO Not 5 6 4X4 4X4 06 6X6 6X6 4 R 'd 2X6 UP TO Not TO 8 04 4X4 4X6 6X6 6X6 4 Req'd --- 2X8 UP TO 10 10 4X6 4X6 4X66 6X6 4 8X8 4 UP TO 12 4X6 4X6 6X6 6X6 6X6 4 8X8 4 2X6 UP TO Not 10 6 04 4X4 4X6 6X6 6X6 4 Re 'd 3X8 UP TO TO 8 4X6 4X6 6X6 6X6 6X6 4 8X8 4 2X6 UP TO 15 10 6X6 6X5 6X6 6X8 6X8 4 8X1O 4 2X6 UP TO 12 6X6 6X6 6X6 6X8 6X8 4 1OX10 4 3X8 UP TO 15 6 6X6 6X6 6X6 6X8 6X8 4 6X8 4 3X6 UP TO TO 8 6X6 6X6 6X6 6X8 6X8 4 8X8 4 3X6 UP TO 20 10 8X8 8X8 8X8 8X8 8X10 4 8X10 4 3X UP TO 12 8X8 8X8 8X8 8X8 8X10 4 1OX10 4 1 3X6 OVER 20 SEE NOTE 1 * Mixed oak or equivalent with a bending strength not less than 850 psi. ** Manufactured members of equivalent strength may by substituted for wood. X W W TABLE C-1.2 TIMBER TRENCH SHORING -- MINIMUM TIMBER REQUIREMENTS * SOIL TYPE B P = 45 X H t 72 psf (2 ft. Surcharge) a SIZE ** DEPTH CROSS BRACES WALES UPRIGHTS OF TRENCH HORIZ. WIDTH OF TRENCH FEET VERT. VERT. MAXIMUM ALLOWABLE HORIZONTAL SPACING UP TO UP TO UP TO UP TO (FEET) SPACING SPACING SIZE SPACING (FEET) CLOSE 2 3 (FEET) 46 9 12 15 (FEET) (IN) (FEET) UP TO 5 6 4X6 4X6 6X6 6X6 6X6 5 6X8 5 2X6 UP TO TO 6X6 6X6 6X6 6X8 6X8 5 8XI0 5 2X6 UP TO 10 10 6X6 6X6 6X6 6X8 6X8 5 1OX10 5 2X6 See Note 1 UP TO 10 6 6X6 6X6 6X6 6X8 6X8 5 8X8 5 2X6 UP TO 8 6X8 6X8 6X8 8X8 8X8 5 1OX10 5 2X6 TO UP TO 15 10 M 8X8 RYA RYR 5 1OX12 5 2X6 See Note 1 UP TO 15 6 6X8 6X8 6X8 8X8 8X8 5 8X10 5 3X6 UP TO TO 8 8X8 8X8 8X8 8X8 I 8X101 5 1OX12 5 3X6 UP TO 10 8X10 8X10 8X10 8XI0 1OX10 5 12X12 5 3X6 20 See Note 1 OVER 20 SEE NOTE 1 1 * Mixed oak or equivalent with a bending strength not less than 850 psi. ** Manufactured members of equivalent strength may by substituted for wood. W W 00 TABLE C-1.3 TIMBER TRENCH SHORING -- MINIMUM TIMBER REQUIREMENTS * SOIL TYPE C P = 80 X H ' 72 psf (2 ft. Surcharge) a DEPTH SIZE T D SPACING OF MEMBERS** OF CROSS BRACES I UPRIGHTS TRENCH HORIZ. WIDTH OF TRENCH (FEET) MAXIMUM ALLOWABLE HORIZONTAL SPACING UP TO UP TO UP TO UP TO UP TO (FEET) SPACING SPACING SIZE SPACING FEET See Note 2 CLOSE (FEET) 4 6 9 12 15 FEET IN. (FEET) UP TO 5 6 6X8 6X8 6X8 8X8 8X8 5 8X10 5 2X6 UP TO TO 8 8X8 8X8 8X8 8X8 8X10 5 1OX12 5 2X6 UP TO 10 10 8X10 8X10 8X10 8XIO IOX10 5 12X12 5 2X6 See Note I UP TO 10 6 8X8 8X8 8X8 8X8 8X10 5 IOX12 5 2X6 UP TO TO 8 8X10 8X10 8X10 8X10 IOXlO 5 12X12 5 2X6 See 15 Note 1 See Note 1 UP TO IS 6 8X10 8X10 8X10 8X10 1OX10 5 12X12 5 3X6 See TO Note 1 See 20 Note 1 See Note 1 OVER 20 SEE NOTE 1 * Mixed Oak or equivalent with a bending strength not less than 850 psi. ** Manufactured members of equivalent strength may be substituted for wood. X w 00 ro TARTY C-2.1 TIMBER TRENCH SHORING -- MINIMUM TIMBER REQUIREMENTS SOIL TYPE A P a = 25 X H t 72 psf (2 ft. Surcharge) DEPTH SIZE S4S AND SPI CINQ OF MFm7RFRq** OF CROSS BRACES WALES UPRIGHTS TRENCH WIDTH OF TRENCH FEET VERT. VERT. MAXIMUM ALLOWABLE HORIZONTAL SPACING UP TO UP TO UP TO UPTO UP TO SPACING SIZE SPACING FEET(FEET) CLOSE 4 5 6 8 4 6 FEET FHORIZ. Not Not 54X4 4X4 4X4 4X4 4X6 4 Req'd Req'd 4X6 TO 4X4 4X4 4X4 4X6 4X6 4 Req'd Req'd 4X8 UP TO 10 4X6 4X6 4X6 6X6 6X6 4 8X8 4 4X6 UP12TO 4X6 4X6 4X6 6X6 6X6 4 8X8 4 4X6 10 UP 6 TO 4X4 4X4 4X4 6X6 6X6 4 Req�d NoV Req d 4X10 UP TO TO 8 4X6 4X6 4X6 6X6 6X6 4 6X8 4 4X6 UP TO 10 6X6 6X6 6X6 6X6 6X6 4 8X8 4 4X8 15 P TO 12 6X6 6X6 6X6 6X6 6X6 4 8X10 4 4X6 4X10 P TO 15 6 6X6 6X6 6X6 6X6 6X6 4 6X8 4 3X6 P TO TO 8 6X6 6X6 6X6 6X6 6X6 4 8X8 4 3X6 4X12 P TO 20 10 6X6 6X6 6X6 6X6 8X1O 4 3X6 P TO d:d 12 6X6 6X6 6X6 6X88X12 4 3X6 4X12 OVER 20 SEE NOTE 1 * Douglas fir or equivalent with a bending strength not less than 1500 psi. ** Manufactured members of equivalent strength may be substituted for wood. Y GJ cc O TABLE C-2.2 TIMBER TRENCH SHORING -- MINIMUM TIMBER REQUIREMENTS SOIL TYPE B P = 45 X H t 72 psf (2 ft. Surcharge) a DEPTH SIZ (S4S) AND SPACING OF MEMBERS ** OF CROSS RRACFS WALES UPRICHTS TRENCH HORIZ. WIDTH OF TRENCH FEET VERT. VERT. MAXIMUM ALLOWABLE HORIZONTAL SPACING UP TO UP TO UP TO UP TO UP TO (FEET) SPACING SPACING SIZE SPACING (FEET) CLOSE 2 3 4 6 (FEET) 4 6 9 12 15 (FEET) (II4) UP TO 5 6 4X6 4X6 4X6 6X6 6X6 5 6X8 5 4X83X12 4X12 UP TO TO 8 4X6 4X6 6X6 6X6 6X6 5 8X8 5 3X8 4X8 UP TO 10 10 4X6 4X6 6X6 6X6 6X8 5 8X10 5 4X8 See Note 1 UP TO 10 6 6X6 6X6 6X6 6X8 6X8 5 8X8 5 3X6 4X10 UP TO TO 8 6X8 6X8 6X8 8X8 8X8 5 1OX10 5 3X6 4X10 UP TO 15 10 6X8 6X8 8X8 8X8 8X8 5 1OX12 5 3X6 4X10 See Note 1 UP TO 15 6 6X8 6X8 6X8 6X8 8X8 5 8X10 5 4X6 UP TO TO 8 6X8 6X8 6X8 8X8 8X8 5 10X12 5 4X6 UP TO 20 10 8X8 8X8 8X8 8X8 8X8 5 12X12 5 4X6 See Note 1 OVER 20 SEE NOTE 1 * Douglas fir or equivalent with a bending strength not less than 1500 psi. ** Manufactured members of equivalent strength may be substituted for wood. x GJ cc H FC ( IC m o �(D IC m m rn p p ID CD ¢ten 0 CD V m o � p ID m m m d P Ft m m m73 0 n ¢ter x coo . m n `C aq CD 'D (D coo m o TART.F C-9 _ 7 TIMBER TRENCH SHORING -- MINIMUM TIMBER REQUIREMENTS SOIL TYPE C P a = 80 X H ;F 72 psf (2 ft. Surcharge) DEPTH SIZE ** OF CROSS BRACES WALES UPRIGHTS HORIZ. WIDTH OF TRENCHVERT. VERT. MAXIMUM ALLOWABLE HORIZONTAL SPACING UP TO UP TO UP TO UP TO UP TO TRENCH (FEET) SPACING SPACING SIZE SPACING (FEET) CLOSE (FEET) 4 6 912 15 FEET N. FEET UP TO 6X6 6X6 6X6 6X6 8X8 5 8X8 5 3X6 5 6 UP TO To $ 6X6 6X6 6X6 8X8 8X8 5 1OX10 5 3X6 UP TO 10 10 6X6 6X6 8X8 8X8 8X8 5 1OX12 5 3X6 See Note 1 UP TO 10 6 6X8 6X8 6X8 8X8 8X8 5 1OX10 5 4X6 UP TO TO 8 8X8 8X8 8X8 8X8 8X8 5 12X12 5 4X6 15 Note 1 See Note 1 UP TO 15 6 8X8 8X8 8X8 8X10 8X10 5 10X12 5 4X6 See TO Note 1 See 20 Note 1 See ote 1 OVER 20 SEE NOTE 1 * Douglas fir or equivalent with a bending strength not less than 1500 psi. ** Manufactured members of equivalent strength may be substituted for wood. O n n C Q O 7 Q N Q fD z Q 3 Q. 2 m Q 3 D CL 7 r Q O Pt. 1926, Subpt. P, App. D first be determined using the soil classifica- tion method set forth in appendix A of sub- part P of part 1926. (c) Presentation of Information. Information is presented in several forms as follows: (1) Information is presented in tabular form in Tables D-1.1, D-1.2, D-1.3 and E-1.4. Each table presents the maximum vertical and horizontal spacings that may be used with various aluminum member sizes and various hydraulic cylinder sizes. Each table contains data only for the particular soil type in which the excavation or portion of the excavation is made. Tables D-1.1 and D- 1.2 are for vertical shores in Types A and B soil. Tables D-1.3 and D1.4 are for horizontal waler systems in Types B and C soil. (2) Information concerning the basis of the tabular data and the limitations of the data is presented in paragraph (d) of this appen- dix. (3) Information explaining the use of the tabular data is presented in paragraph (e) of this appendix. (4) Information illustrating the use of the tabular data is presented in paragraph (f) of this appendix. (5) Miscellaneous notations (footnotes) re- garding Table D-1.1 through D-1.4 are pre- sented in paragraph (g) of this appendix. (6) Figures, illustrating typical installa- tions of hydraulic shoring, are included just prior to the Tables. The illustrations page is entitled "Aluminum Hydraulic Shoring; Typical Installations." (d) Basis and limitations of the data. (1) Vertical shore rails and horizontal wales are those that meet the Section Modulus re- quirements in the D-1 Tables. Aluminum material is 6061-T6 or material of equivalent strength and properties. (2) Hydraulic cylinders specifications. (i) 2- inch cylinders shall be a minimum 2-inch in- side diameter with a minimum safe working capacity of no less than 18,000 pounds axial compressive load at maximum extension. Maximum extension is to include full range of cylinder extensions as recommended by product manufaturer. (ii) 3-inch cylinders shall be a minimum 3- inch inside diameter with a safe working ca- pacity of not less than 30,000 pounds axial compressive load at extensions as rec- ommended by product manufacturer. (3) Limitation of application. (i) It is not intended that the aluminum hydraulic specification apply to every situa- tion that may be experienced in the field. These data were developed to apply to the situations that are most commonly experi- enced in current trenching practice. Shoring systems for use in situations that are not covered by the data in this appendix must be otherwise designed as specified in §1926.652(c). (ii) When any of the following conditions are present, the members specified in the Ta- 29 CFR Ch. XVII (7-1-07 Edition) bles are not considered adequate. In this case, an alternative aluminum hydraulic shoring system or other type of protective system must be designed in accordance with §1926.652. (A) When vertical loads imposed on cross braces exceed a 100 Pound gravity load dis- tributed on a one foot section of the center of the hydraulic cylinder. (B) When surcharge loads are present from equipment weighing in excess of 20,000 pounds. (C) When only the lower portion or a trench is shored and the remaining portion of the trench is sloped or benched unless: The sloped portion is sloped at an angle less steep than three horizontal to one vertical; or the members are selected from the tables for use at a depth which is determined from the top of the overall trench, and not from the toe of the sloped portion. (e) Use of Tables D-1.1, D-1.2, D-1.3 and D- 1.4. The members of the shoring system that are to be selected using this information are the hydraulic cylinders, and either the vertical shores or the horizontal wales. When a waler system is used the vertical timber sheeting to be used is also selected from these tables. The Tables D-1.1 and D-1.2 for vertical shores are used in Type A and B soils that do not require sheeting. Type B soils that may require sheeting, and Type C soils that always require sheeting are found in the horizontal wale Tables D-1.3 and D-1.4. The soil type must first be determined in ac- cordance with the soil classification system described in appendix A to subpart P of part 1926. Using the appropriate table, the selec- tion of the size and spacing of the members is made. The selection is based on the depth and width of the trench where the members are to be installed. In these tables the vertical spacing is held constant at four feet on center. The tables show the maximum horizontal spacing of cylinders allowed for each size of wale in the waler system tables, and in the vertical shore tables, the hydrau- lic cylinder horizontal spacing is the same as the vertical shore spacing. (f) Example to Illustrate the Use of the Tables: (1) Example 1: A trench dug in Type A soil is 6 feet deep and 3 feet wide. From Table D-1.1: Find vertical shores and 2 inch diameter cylinders spaced 8 feet on center (o.c.) horizontally and 4 feet on center (o.c.) vertically. (See Figures 1 & 3 for typical installations.) (2) Example 2: A trench is dug in Type B soil that does not require sheeting, 13 feet deep and 5 feet wide. From Table D-1.2: Find vertical shores and 2 inch diameter cylinders spaced 6.5 feet o.c. horizontally and 4 feet o.c. vertically. (See Figures 1 & 3 for typical installations.) (3) A trench is dug in Type B soil that does not require sheeting, but does experience some minor raveling of the trench face. The 392 Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. D trench is 16 feet deep and 9 feet wide. From Table D-1.2: Find vertical shores and 2 inch diameter cylinder (with special oversleeves as designated by footnote #B2) spaced 5.5 feet o.c. horizontally and 4 feet o.c. vertically, plywood (per footnote (g)(7) to the D-1 Table) should be used behind the shores. (See Fig- ures 2 & 3 for typical installations.) (4) Example 4: A trench is dug in pre- viously disturbed Type B soil, with charac- teristics of a Type C soil, and will require sheeting. The trench is 18 feet deep and 12 feet wide. 8 foot horizontal spacing between cylinders is desired for working space. From Table D-1.3: Find horizontal wale with a sec- tion modulus of 14.0 spaced at 4 feet o.c. vertically and 3 inch diameter cylinder spaced at 9 feet maximum o.c. horizontally. N12 timber sheeting is required at close spacing vertically. (See Figure 4 for typical installation.) (5) Example 5: A trench is dug in Type C soil, 9 feet deep and 4 feet wide. Horizontal cylinder spacing in excess of 6 feet is desired for working space. From Table D-1.4: Find horizontal wale with a section modulus of 7.0 and 2 inch diameter cylinders spaced at 6.5 feet o.c. horizontally. Or, find horizontal wale with a 14.0 section modulus and 3 inch diameter cylinder spaced at 10 feet o.c. hori- zontally. Both wales are spaced 4 feet o.c. vertically. U12 timber sheeting is required at close spacing vertically. (See Figure 4 for typical installation.) (g) Footnotes, and general notes, for Tables D-1.1, D-1.2, D-1.3, and D-1.4. (1) For applications other than those listed in the tables, refer to § 1926.652(c)(2) for use of manufacturer's tabulated data. For trench depths in excess of 20 feet, refer to § 1926.652(c)(2) and § 1926.652(c)(3). (2) 2 inch diameter cylinders, at this width, shall have structural steel tube (3.54.54.1875) oversleeves, or structural oversleeves of manufacturer's specification, extending the full, collapsed length. (3) Hydraulic cylinders capacities. (i) 2 inch cylinders shall be a minimum 2-inch in- side diameter with a safe working capacity of not less than 18,000 pounds axial compres- sive load at maximum extension. Maximum extension is to include full range of cylinder extensions as recommended by product man- ufacturer. (ii) 3-inch cylinders shall be a minimum 3- inch inside diameter with a safe work capac- ity of not less than 30,000 pounds axial com- pressive load at maximum extension. Max- imum extension is to include full range of cylinder extensions as recommended by product manufacturer. (4) All spacing indicated is measured cen- ter to center. (5) Vertical shoring rails shall have a min- imum section modulus of 0.40 inch. (6) When vertical shores are used, there must be a minimum of three shores spaced equally, horizontally, in a group. (7) Plywood shall be 1.125 in. thick softwood or 0.75 inch. thick, 14 ply, arctic white birch (Finland form). Please note that plywood is not intended as a structural member, but only for prevention of local rav- eling (sloughing of the trench face) between shores. (8) See appendix C for timber specifica- tions. (9) Wales are calculated for simple span conditions. (10) See appendix D, item (d), for basis and limitations of the data. 393 Pt. 1926, Subpt. P, App. D 29 CFR Ch. XVII (7-1-07 Edition) ALUMINUM HYDRAULIC SHORING TYPICAL INSTALLATIONS FIGURE NO. 1 FIGURE NO. 2 VERTICAL ALUMM HYDRAULIC SHORING VERTICAL ALUMNW (SPOT BRACN N HYDRAULIC BMORNG (WrtH PLYWOOD) HORIZONTAL ]5� HORIZONTAL SPACING SPACING 18 VEI sPI 4' FIGURE NO. 3 VERTICAL ALUMINUM HYDRAULIC BMORNG �G (STACKED) `1 Rp S PS ,LO Pti �O VERTICAL SPACING 4' MAX. 2' MAX. VERTICAL RAIL 'I INDER 18" MAX. VERTICAL SPACING R. 4' MAX. � -::A.� 2' MAX. FIGURE NO. 4 ALUMINUM HYDRAULIC SNORNG WALER SYSTEM (TYPICAU HORIZONTAL SPACING 'ERTICAL RAIL 2' MAX. HYDRAULIC I/ CYLINDER VERTICAL SPACING 394 HYDRAULIC CYLINDER PLYWOOD UPRIGHT SHEETING HYDRAULIC CYLINDER w cc TABLED - 1.1 ALUMINUM HYDRAULIC SHORING VERTICAL SHORES FOR SOIL TYPE A HYDRAULIC CYLINDERS WIDTH OF TRENCH (FEET) DEPTH MAXIMUM MAXIMUM OF HORIZONTAL VERTICAL TRENCH SPACING SPACING UP TO 8 OVER 8 UP OVER 12 UP TO 12 TO 15 (FEET) (FEET) (FEET) OVER 5 UP TO 8 10 OVER 10 8 4 2INCH 2INCH 3INCH UP TO DIAMETER DIAMETER DIAMETER 15 NOTE (2) OVER 15 7 UP TO 20 OVER 20 NOTE (1) Footnotes to tables, and general notes on hydraulic shoring, are found in Appendix D, Item (g) Note (1): See Appendix D, Item (g) (1) Note (2): See Appendix D, Item (g) (2) ca cc M TABLE D - 1.2 ALUMINUM HYDRAULIC SHORING VERTICAL SHORES FOR SOIL TYPE B HYDRAULIC CYLINDERS WIDTH OF TRENCH (FEET) DEPTH MAXIMUM MAXIMUM OF HORIZONTAL VERTICAL TRENCH SPACING SPACING UP TO 8 OVER 8 UP OVER 12 UP TO 12 TO 15 (FEET) (FEET) (FEET) OVER 5 UP TO 8 10 OVER 10 6.5 4 2INCH 2INCH 3INCH UP TO DIAMETER DIAMETER DIAMETER 15 NOTE (2) OVER 15 5.5 UP TO 20 OVER 20 NOTE (1) Footnotes to tables, and general notes on hydraulic shoring, are found in Appendix D, Item (g) Note (1): See Appendix D, Item (g) (1) Note (2): See Appendix D, Item (g) (2) W TABLE D - 1.3 ALUMINUM HYDRAULIC SHORING WALER SYSTEMS FOR SOIL TYPE B WALES HYDRAULIC CYLINDERS TIMBER UPRIGHTS WIDTH OF TRENCH (FEET) MAX.HORIZ.SPACING DEPTH , (ON CENTER) UP TO 8 OVER 8 UP TO 12 OVER 12 UP T015 SOLID 2 FT. 3 FT. OF TRENCH [VERTICAL ACING SECTION MODULUS HORIZ. CYLINDER HORIZ. CYLINDER HORIZ. CYLINDER SHEEf (FEET) (FEET) (IN3) SPACING DIAMETER SPACING DIAMETER SPACING DIAMETER 2 IN OVER 3.5 8.0 2 IN 8.0 NOTE 2 8.0 3 IN 21N 5 4 7.0 9.0 21N 9.0 NOTE(2) 9.0 3 IN 3x12 - - UP TO 14.0 12.0 3IN 12.0 3IN 12.0 3IN 10 2 IN OVER 3.5 6.0 2 IN 6.0 Np 2 6.0 3 IN 7.0 8.0 3IN 8.0 3IN 8.0 3IN 10 4 - 3xI2 - UP TO 14.0 10.0 3IN 10.0 3IN 10.0 3IN 15 2 IN OVER 3.5 5.5 2 IN 5.5 NpTE 2 5.5 3IN 7.0 6.0 3IN 6.0 3IN 6.0 3IN 15 UP TO 4 3x12 - 14.0 9.0 3IN 9.0 3IN 9.0 3IN 20 OVER 20 NOTE (1) Footnotes to tables, and general notes on hydraulic shoring, are found in Appendix D, Item (g) Notes (1): See Appendix D, item (g) (1) Notes (2): See Appendix D, Item (g) (2) * Consult product manufacturer and/or qualified engineer for Section Modulus of available wales. GJ cc 00 TABLE D - 1.4 ALUMINUM HYDRAULIC SHORING WALER SYSTEMS FOR SOIL TYPE C WALES HYDRAULIC CYLINDERS TIMBER UPRIGHTS WIDTH OF TRENCH (FEET) MAX.HOR►Z SPACING DEPTH * (ON CENTER) UP TO 8 OVER 8 UP TO 12 OVER 12 UP TO 15 SOLID 2 FT. 3 FT. OF TRENCH VERTICAL SPACING SECTION MODULUS HORIZ. CYLINDER HORIZ. CYLINDER HORIZ. CYLINDER (FEET) (FEET) (IN 3) SPACING DIAMETER SPACING DIAMETER SPACING IDIAMETER OVER 3.5 6.0 2 IN 6.0 NOTE 2 6.0 3 IN 2IN 5 4 7.0 6.5 2IN 6.5 NOTE(2) 6.5 3IN 3x12 - - UP TO 10 14.0 10.0 3IN 10.0 3IN 10.0 3IN 2 IN OVER 3.5 4.0 2IN 4.0 NOTE 2 4. 3IN 7.0 5.5 3IN 5.5 3IN 5.5 3IN 10 4 3x12 - UP TO 14.0 8.0 3IN 8.0 3IN 1 8.0 3IN 15 2IN OVER 3.5 3.5 2 IN 3.5 NOTE 2 3.5 3IN 15 UP TO 4 7.0 5.0 3IN 5.0 3IN 5.0 3IN 3x12 - - 14A 6.0 3IN 6.0 3IN 6.0 3IN 20 OVER 20 NOTE (1) Footnotes to tables, and general notes on hydraulic shoring, are found in Appendix D, Item (g) Notes (1): See Appendix D, item (g) (1) Notes (2): See Appendix D, Item (g) (2) * Consult product manufacturer and/or qualified engineer for Section Modulus of available wales. n n 3 V Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. E APPENDIX E TO SUBPART P OF PART 1926-ALTERNATIVES TO TIMBER SHORING Figure 1. Aluminum Hydraulic Shoring 18" VER1 SPAC 4' MA :RTICAL RAIL YDRAULIC CYLINDER Figure 2. Pneumatic/hydraulic Shoring 0 0000 399 Pt. 1926, Subpt. P, App. F 29 CFR Ch. XVII (7-1-07 Edition) Figure 3. Trench Jacks (Screw Jacks) APPENDIX F TO SUBPART P OF PART part P for excavations 20 feet or less in 1926—SELECTION OF PROTECTIVE depth. Protective systems for use in exca- SYSTEMS vations more than 20 feet in depth must be designed by a registered professional engi- The following figures are a graphic sum- neer in accordance with § 1926.652 (b) and (c). mary of the requirements contained in sub- 400 Occupational Safety and Health Admin., Labor Is the excavation more tban 5 feet in depth? Is there potential for cave-in? iH Excavation may be made with vertical sides. Excavation must be sloped, shored, or shielded. Pt. 1926, Subpt. P, App. F Is the excavation entirely in stable rock? Sloping Shoring c selected. selected. Go to Figure 2 1 lding Go to Figure 3 1 FIGURE 1 - PRELIMINARY DECISIONS 401 Pt. 1926, Subpt. P, App. F 29 CFR Ch. XVII (7-1-07 Edition) ISloping selected as the method of protection Excavation must comply with one of the following three options: Option 1: S 1926.652 (b)(2) which requires Appendices A and B to be followed Option 2: §1926.652 (b)(3) which requires other tabulated data (see definition) to be followed. Option 3: ,91926.652 (b)(4) which requires the excavation to be designed by a registered professional engineer. Will soil classification be made in accordance with S1926.652 (b)? 402 NO Excavations must comply with§1926.652 (b)(1) which requires a slope of lkH:IV (340). FIGURE 2.- SLOPING OPTIONS Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. F Shoring or shielding selected as the method of protection. Soil classification is required when shoring or shielding is used. The excavation must comply with one of the following four options: Option 1 S1926.652 (c)(1) which requires Appendices A and C to be followed (e.g. timber shoring). Option 2 S1926.652 (c)(2) which requires manufacturers data to be followed (e.g. hydraulic shoring,trench jacks, air shores, shields). Option 3 ,S1926,652 (c)(3) which requires tabulated data (see definition) to be followed (e.g. any system as per the tabulated data). Option 4 S1926.652 (c)(4) which requires the excavation to be designed by a registered professional engineer (e.g. any designed system). FIGURE 3 - SHORING AND SHIELDING OPTIONS 403 OSHA www.osha.gov Occupational Safety and Health Administration C° www.osha.g4 Occupational Safety and Health Act of 1970 "To assure safe and healthful working conditions for working men and women; by authorizing enforcement of the standards developed under the Act; by assisting and encouraging the States in their efforts to assure safe and healthful working conditions; by providing for research, information, education, and training in the field of occupational safety and health." Material contained in this publication is in the public domain and may be reproduced, fully or partially, without permission. Source credit is requested but not required. This information will be made available to sensory -impaired individuals upon request. Voice phone: (202) 693-1999; teletypewriter (TTY) number: 1-877-889-5627. This publication is intended to provide information about OSHA's Excavations standards at 29 CFR Part 1926, Subpart P. The Occupational Safety and Health Act requires employers to comply with safety and health standards promulgated by OSHA or by a state with an OSHA -approved state plan. However, this publication is not itself a standard or regulation, and it creates no new legal obligations. Cover photo courtesy of Speed Shore Corp. Trenching and Excavation Safety U.S. Department of Labor Occupational Safety and Health Administration OSHA 2226-10R 2015 U.S. Department of Labor No Text Table of Contents Introduction...........................................1 What is the difference between an excavation and atrench?.........................................1 What are the dangers of trenching and excavation operations?.................................1 What do the OSHA Excavation standards cover, and how do they protect workers? ....................... 1 What are the soil classification categories? ................ 2 What is a competent person? ........................... 3 Preplanning............................................3 Why is preplanning important to excavation work?......... 3 What safety factors should be considered when bidding on a job? ...................................... 4 How can employers avoid hitting underground utility lines and pipes during excavation work? ............ 4 Protective Systems.....................................5 How can employers prevent cave-ins? .................... 5 What types of protective systems can employers use to protect workers from cave-ins? .................... 5 What other precautions do employers need to take to protect workers from cave-ins? ................... 7 What are the requirements for safely installing and removing protective systems? ....................... 8 What do employers need to do to maintain materials and equipment used for protective systems? .............. 9 Additional Hazards and Protections ....................... 9 What other excavation hazards do employers need to address?......................................9 What is the effect of water accumulation on excavation safety and what do employers need to do to protect workers from water -related excavation hazards? ... 10 How can employers protect workers from hazardous atmospheres inside excavations? ....................... 11 What means of access and egress must employers provide? ................................... 12 What protective equipment are employers required to provide to workers in pier holes and confined footing excavations? .......................... 12 When must employers conduct site inspections? ......... 12 Conclusion............................................13 Workers'Rights.......................................14 OSHA Assistance, Services and Programs ................. 14 Establishing an Injury and Illness Prevention Program ..... 15 Compliance Assistance Specialists ..................... 15 Free On -site Safety and Health Consultation Services for Small Business ....................................... 15 Cooperative Programs ................................ 16 Occupational Safety and Health Training ................. 17 OSHA Educational Materials ........................... 17 NIOSH Health Hazard Evaluation Program ................ 18 OSHA Regional Offices ................................. 19 How to Contact OSHA .................................. 21 Introduction Excavation and trenching are among the most hazardous construction operations. The Occupational Safety and Health Administration's (OSHA) Excavation standards, 29 Code of Federal Regulations (CFR) Part 1926, Subpart P, contain requirements for excavation and trenching operations. This booklet highlights key elements of the standards and describes safe work practices that can protect workers from cave-ins and other hazards. What is the difference between an excavation and a trench? OSHA defines an excavation as any man-made cut, cavity, trench, or depression in the Earth's surface formed by earth removal. A trench is defined as a narrow excavation (in relation to its length) made below the surface of the ground. In general, the depth of a trench is greater than its width, but the width of a trench (measured at the bottom) is not greater than 15 feet (4.6 m). What are the dangers of trenching and excavation operations? Trenching and excavation work presents serious hazards to all workers involved. Cave-ins pose the greatest risk and are more likely than some other excavation -related incidents to result in worker fatalities. One cubic yard of soil can weigh as much as a car. An unprotected trench can be an early grave. Employers must ensure that workers enter trenches only after adequate protections are in place to address cave-in hazards. Other potential hazards associated with trenching work include falling loads, hazardous atmospheres, and hazards from mobile equipment. What do the OSHA Excavation standards cover, and how do they protect workers? The standards apply to all open excavations made in the Earth's surface, including trenches. Following the requirements of the standards will prevent or greatly reduce the risk of cave-ins and other excavation -related incidents. Trenching and Excavation Safety 1 What are the soil classification categories? Some of the compliance methods permitted under the Excavation standards require a competent person to classify soil and rock deposits as: ■ Stable rock; ■ Type B soil; or ■ Type A soil; ■ Type C soil. See Appendix A to Subpart P of Part 1926 - Soil Classification. Stable Rock- Natural solid mineral matter that can be excavated with vertical sides and remain intact while exposed. Type A - Cohesive soils with an unconfined compressive strength of 1.5 tons per square foot (tsf) (144 kPa) or greater. Examples include: clay, silty clay, sandy clay, and clay loam. Certain conditions preclude soil from being classified as Type A. For example, no soil is Type A if it is fissured or has been previously disturbed. See Appendix A to Subpart P of Part 1926, paragraph (b) - Definitions (Type A), for a detailed definition of Type A soil. Type B - Includes cohesive soil with an unconfined compressive strength greater than 0.5 tsf (48 kPa) but less than 1.5 tsf (144 kPa) and granular cohesionless soils (such as angular gravel, similar to crushed rock, silt, silt loam, sandy loam, and, in some cases, silty clay loam and sandy clay loam). See Appendix A to Subpart P of Part 1926, paragraph (b) — Definitions (Type B), for a detailed definition of Type B soil. Type C - Cohesive soil with an unconfined compressive strength of 0.5 tsf (48 kPa) or less, granular soils (including gravel, sand, and loamy sand), submerged soil or soil from which water is freely seeping, submerged rock that is not stable, or material in a sloped, layered system where the layers dip into the excavation or with a slope of four horizontal to one vertical (41-1:1V) or steeper. See Appendix A to Subpart P of Part 1926, paragraph (b) — Definitions (Type C), for a detailed definition of Type C soil. Occupational Safety and Health Administration 2 Note: Unconfined compressive strength means the load per unit area at which a soil will fail in compression. It can be determined by laboratory testing or estimated in the field using a pocket penetrometer, thumb penetration tests, or other methods. See the video link below for additional guidance on classifying soil: www.osha. gov/dts/vtools/construction/ soil_testing_fnl_eng_web. html. What is a competent person? A competent person is an individual, designated by the employer, who is capable of identifying existing and predictable hazards in the surroundings or working conditions which are unsanitary, hazardous or dangerous to workers, and who is authorized to take prompt corrective measures to eliminate them. Under the Excavation standards, tasks performed by the competent person include: ■ Classifying soil; ■ Monitoring water removal ■ Inspecting protective equipment; and systems; ■ Conducting site ■ Designing structural ramps; inspections. Preplanning Why is preplanning important to excavation work? No matter how many trenching, shoring, and backfilling jobs an employer has done in the past, it is important to approach each new job with care and preparation. Many on-the-job incidents result from inadequate initial planning. Waiting until after the Trenching and Excavation Safety 3 work starts to correct mistakes in shoring or sloping slows down the operation, adds to the cost of the project, and makes a cave-in or other excavation failure more likely. What safety factors should be considered when bidding on a job? Before preparing a bid, employers should know as much as possible about the jobsite and the materials they will need to have on hand to perform the work safely and in compliance with OSHA standards. A safety checklist may prove helpful when employers are considering new projects. Factors to consider may include: ■ Traffic ■ Weather ■ Proximity and physical ■ Quantity of shoring or condition of nearby protective systems that structures may be required ■ Soil classification ■ Fall protection needs ■ Surface and ground water ■ Number of ladders that may ■ Location of the water table be needed ■ Overhead and ■ Other equipment needs. underground utilities Employers can gather the information they need through jobsite studies, observations, test borings for soil type or conditions, and consultations with local officials and utility companies. This information will help employers determine the amount, kind, and cost of safety equipment they will need to perform the work safely. How can employers avoid hitting underground utility lines and pipes during excavation work? Before starting work, the Excavation standards require employers to do the following: ■ Determine the approximate location(s) of utility installations including sewer, telephone, fuel, electric, and water lines. One common industry practice is to call 811, the "Call Before You Dig" number, to establish the location of any underground utility installations in the work area. Occupational Safety and Health Administration 4 ■ Contact and notify the utility companies or owners involved to inform them of the proposed work within established or customary local response times. ■ Ask the utility companies or owners to establish the location of underground installations prior to the start of excavation work. If they cannot respond within 24 hours (unless the period required by state or local law is longer) or cannot establish the exact location of the utility installations, employers may proceed with caution, which includes using detection equipment or other acceptable means to locate utility installations. ■ Determine the exact location of underground installations by safe and acceptable means when excavation operations approach the approximate location of the installations. ■ Ensure that while the excavation is open, underground installations are protected, supported or removed as necessary to safeguard workers. Protective Systems How can employers prevent cave-ins? OSHA generally requires that employers protect workers from cave-ins by: ■ Sloping and benching the sides of the excavation; ■ Supporting the sides of the excavation; or ■ Placing a shield between the side of the excavation and the work area. What types of protective systems can employers use to protect workers from cave-ins? In many cases the type of protective system needed is well known and simple to use. At other times employers will undertake the more complex process of designing a protective system. Designing a protective system requires consideration of many factors, including: soil classification, depth of cut, water content of soil, weather and climate, and other operations Trenching and Excavation Safety 5 in the vicinity. Employers are free to choose the most practical design that will provide the necessary protections. Any system used must meet the required performance criteria. The Excavation standards describe various methods and approaches that can be used to design protective systems. Examples of protective systems that can be used to comply with the Excavation standards include: ■ Sloping the sides of the excavation to an angle not steeper than 1'/2:1 (for every foot of depth, the trench must be excavated back 1%2 feet). A slope of this gradation is safe for any type of soil. 20' Max. I —"�z �1 1-1/2 Figure 1. Slope of 1'/2:1 ■ Designing a sloping and benching system in accord with tabulated data, such as tables and charts, approved by a registered professional engineer. This data must be in writing and must include enough explanatory information (including the criteria for selecting a system and the limits on the use of the data) for the user to be able to select an appropriate protective system. At least one copy of the data, which identifies the registered professional engineer who approved it, must be kept at the worksite during construction of the protective system. After the system is completed, the data may be stored away from the jobsite, but a copy must be provided upon request to an OSHA compliance officer. ■ Using a trench box or shield approved by a registered professional engineer or designed in accord with tabulated data approved by a registered professional engineer. Occupational Safety and Health Administration 6 Figure 2. Trench Shields The Excavation standards do not require a protective system when an excavation is made entirely in stable rock or when an excavation is less than 5 feet (1.52 meters) deep and a competent person has examined the ground and found no indication of a potential cave-in. What other precautions do employers need to take to protect workers from cave-ins? The Excavation standards require employers to provide support systems, such as shoring, bracing, or underpinning, when necessary to ensure that adjacent structures (including adjoining buildings, walls, sidewalks and pavements) remain stable for the protection of workers. The standards also prohibit excavation below the base or footing of any foundation or retaining wall that could be reasonably expected to pose a hazard to workers unless: ■ The employer provides a support system, such as underpinning; ■ The excavation is in stable rock; or Trenching and Excavation Safety 7 ■ A registered professional engineer determines that the structure is far enough away from the excavation that it would not be affected by the excavation activity or that the excavation work will not pose a hazard to workers. Excavations that would undermine sidewalks, pavement, and appurtenant structures are prohibited unless the employer provides an appropriately designed support system or another effective method of protecting workers from the possible collapse of those structures. What are the requirements for safely installing and removing protective systems? The Excavation standards require employers to take certain steps to protect workers when installing and removing support systems. For example: ■ Members of support systems must be securely connected to prevent sliding, falling, kickouts or predictable failure. ■ Support systems must be installed and removed in a manner that protects workers from cave-ins and structural collapses and from being struck by members of the support system. ■ Members of support systems must not be overloaded. ■ Before temporary removal of individual members, additional precautions are required, such as installing other structural members to carry loads imposed on the support system. ■ Removal must begin at, and progress from, the bottom of the excavation. ■ Backfilling must progress together with the removal of support systems from excavations. In addition, the standards permit excavation of 2 feet (0.61 meters) or less below the bottom of the members of a support system, but only if the system is designed to resist the forces calculated for the full depth of the trench and there are no indications, while the trench is open, of a possible loss of soil from behind or below the bottom of the support system. Employers must coordinate the installation of support systems with the excavation work. Occupational Safety and Health Administration 8 What do employers need to do to maintain materials and equipment used for protective systems? Employers are responsible for maintaining materials and equipment used for protective systems. Defective and damaged materials and equipment can cause protective systems to fail and lead to other excavation hazards. Employers must ensure that: ■ Materials and equipment are free from damage or defects that might impair their proper function; ■ Manufactured materials and equipment are used and maintained consistent with the manufacturer's recommendations and are used so as to prevent worker exposure to hazards; ',A ■ A competent person examines any damaged materials or equipment to evaluate its suitability for continued use; and ■ If a competent person cannot assure that damaged material or equipment can support the intended loads or is otherwise suitable for use, the materials and equipment are removed from service until evaluated and approved by a registered professional engineer. Additional Hazards and Protections What other excavation hazards do employers need to address? In addition to cave-ins and related hazards, workers involved in excavation work are exposed to hazards involving falling loads and mobile equipment. To protect workers from these hazards, OSHA requires employers to take certain precautions. For example, employers must: ■ Protect workers from excavated or other materials or equipment that could pose a hazard by falling or rolling Trenching and Excavation Safety 9 inside the excavation by placing and keeping such materials or equipment at least 2 feet (0.61 meters) from the edge and/or by using a retaining device to keep the materials or equipment from falling or rolling into the excavation. ■ Provide a warning system (such as barricades, hand or mechanical signals, or stop logs) when mobile equipment is operated adjacent to an excavation, or when such equipment must approach the edge of an excavation, and the operator does not have a clear and direct view of the edge. ■ Protect workers from loose rock or soil that could fall or roll from an excavation face by scaling to remove loose material, installing protective barricades at appropriate intervals, or using other equivalent forms of protection. ■ Institute and enforce work rules prohibiting workers from working on faces of sloped or benched excavations at levels above other workers unless the workers at the lower levels are adequately protected from the hazards of falling, rolling, or sliding material or equipment. ■ Institute and enforce work rules prohibiting workers from standing or working under loads being handled by lifting or digging equipment. ■ Require workers to stand away from vehicles being loaded or unloaded to protect them from being struck by any spillage or falling materials. (Operators may remain inside the cab of a vehicle being loaded or unloaded if the vehicle is equipped, in accord with 29 CFR 1926.601(b)(6), to provide adequate protection for the operator.) What is the effect of water accumulation on excavation safety and what do employers need to do to protect workers from water -related excavation hazards? Water in an excavation can undermine the sides of the excavation and make it more difficult for workers to get out of the excavation. The OSHA standards prohibit employers from allowing workers to enter an excavation where water has accumulated or is accumulating unless adequate precautions are taken to protect workers. Such precautions can include special Occupational Safety and Health Administration 1 0 support or shield systems to prevent cave-ins, water removal to control the water level, or the use of a safety harness and lifeline. If an employer uses water removal equipment to control or prevent water accumulation, the equipment and operations must be monitored by a competent person to ensure proper use. If excavation work interrupts the natural drainage of surface water, the OSHA standards also require the use of diversion ditches, dikes, or other suitable means to prevent surface water from entering the excavation and to provide adequate drainage of the adjacent area. In addition, a competent person must inspect excavations subject to runoffs from heavy rains, and excavations subject to such runoffs are subject to the requirements described previously in this paragraph. How can employers protect workers from hazardous atmospheres inside excavations? Atmospheric testing is required before workers enter an excavation greater than 4 feet (1.22 meters) in depth where an oxygen deficiency or a hazardous atmosphere is present or could reasonably be expected, such as in excavations in landfill areas or excavations in areas where hazardous substances are stored nearby. If there are any hazardous conditions present, the employer must ensure that adequate precautions are taken to prevent employee exposure to those conditions. Such precautions include providing workers with proper respiratory protection or ventilation. In addition, when controls are used to reduce the level of atmospheric contaminants to acceptable levels, testing must be conducted as often as necessary to ensure that the atmosphere remains safe. If hazardous atmospheric conditions exist or may reasonably be expected to develop in an excavation, the employer must ensure the ready availability of emergency rescue equipment, such as breathing apparatus, a safety harness and line, or a basket stretcher. This equipment must be attended when in use. Note: In addition to the Excavation standards' provisions on hazardous atmospheres in excavations, OSHA's Confined Spaces in Construction standard (29 CFR Part 1926, Subpart AA) applies to non -excavation work within a confined space located in an Trenching and Excavation Safety 1 1 excavation. These standards are intended to complement each other and address two distinct hazards: hazardous atmospheres in excavations and the additional hazards associated with confined spaces located within excavations. For example, the Confined Spaces in Construction standard covers entry into a prefabricated storm drain, other pipe, or manhole even if located at the bottom of an open excavation. What means of access and egress must employers provide? OSHA requires employers to provide ladders, steps, ramps, or other safe means of egress for workers working in trench excavations 4 feet (1.22 meters) or deeper. The means of egress must be located so as not to require workers to travel more than 25 feet (7.62 meters) laterally within the trench. Any structural ramps used solely for worker access or egress must be designed by a competent person. Structural ramps used for access or egress of equipment must be designed by a competent person qualified in structural design. Also, structural members used for ramps or runways must be uniform in thickness and joined in a manner to prevent tripping or displacement. What protective equipment are employers required to provide to workers in pier holes and confined footing excavations? Employers must ensure that any worker who enters a bell- bottom pier hole or similar deep and confined footing excavation wears a harness with a lifeline. The lifeline must be attached securely to the harness and must be separate from any line used to handle materials. Also, the lifeline must be individually attended by an observer at all times when the worker wearing the lifeline is in the excavation. When must employers conduct site inspections? Employers must ensure that a competent person inspects all excavations, adjacent areas, and protective systems daily for possible cave-ins, indications of failures in protective systems and equipment, hazardous atmospheres, and other hazardous Occupational Safety and Health Administration 1 2 conditions. Inspections must be done prior to the start of work and as needed throughout the shift. Inspections are also required after natural events, such as rainstorms, or other hazard -increasing occurrences, such as blasting work. If an inspector finds any unsafe conditions during an inspection, the employer must clear workers from the hazardous area until the necessary safety precautions have been taken. Conclusion When employers share the details of their safety and health programs with workers, they should emphasize the critical role workers play in keeping the jobsite safe. Employers also need to emphasize specific practices that will help reduce the risk of on-the-job injuries at excavation sites. Such practices can include the following: ■ Know where underground utilities are located before digging. ■ Keep excavated soil (spoils) and other materials at least 2 feet (0.61 meters) from trench edges. ■ Keep heavy equipment away from trench edges. ■ Identify any equipment or activities that could affect trench stability. ■ Test for atmospheric hazards such as low oxygen, hazardous fumes, and toxic gases when workers are more than 4 feet deep. ■ Inspect trenches at the start of each shift. ■ Inspect trenches following a rainstorm or other water intrusion. ■ Inspect trenches after any occurrence that could have changed conditions in the trench. ■ Do not work under suspended or raised loads and materials. ■ Ensure that personnel wear high -visibility or other suitable clothing when exposed to vehicular traffic. Employers should consider establishing and maintaining safety and health management systems that provide systematic Trenching and Excavation Safety 1 3 policies, procedures, and practices for protecting workers from job -related safety and health hazards. See www.osha.gov/ Pub lications/safety-health-ma nag ement-systems.pdf. Workers' Rights Workers have the right to: ■ Working conditions that do not pose a risk of serious harm. ■ Receive information and training (in a language and vocabulary the worker understands) about workplace hazards, methods to prevent them, and the OSHA standards that apply to their workplace. ■ Review records of work -related injuries and illnesses. ■ File a complaint asking OSHA to inspect their workplace if they believe there is a serious hazard or that their employer is not following OSHA's rules. OSHA will keep all identities confidential. ■ Exercise their rights under the law without retaliation, including reporting an injury or raising health and safety concerns with their employer or OSHA. If a worker has been retaliated against for using their rights, they must file a complaint with OSHA as soon as possible, but no later than 30 days. For more information, see OSHA's Workers page. OSHA Assistance, Services and Programs OSHA has a great deal of information to assist employers in complying with their responsibilities under OSHA law. Several OSHA programs and services can help employers identify and correct job hazards, as well as improve their injury and illness prevention program. Occupational Safety and Health Administration 1 4 Establishing an Injury and Illness Prevention Program The key to a safe and healthful work environment is a comprehensive injury and illness prevention program. Injury and illness prevention programs are systems that can substantially reduce the number and severity of workplace injuries and illnesses, while reducing costs to employers. Thousands of employers across the United States already manage safety using injury and illness prevention programs, and OSHA believes that all employers can and should do the same. Thirty-four states have requirements or voluntary guidelines for workplace injury and illness prevention programs. Most successful injury and illness prevention programs are based on a common set of key elements. These include management leadership, worker participation, hazard identification, hazard prevention and control, education and training, and program evaluation and improvement. Visit OSHA's Injury and Illness Prevention Programs web page at www.osha.gov/dsg/topics/ safetyhealth for more information. Compliance Assistance Specialists OSHA has compliance assistance specialists throughout the nation located in most OSHA offices. Compliance assistance specialists can provide information to employers and workers about OSHA standards, short educational programs on specific hazards or OSHA rights and responsibilities, and information on additional compliance assistance resources. For more details, visit www.osha.gov/dcsp/compliance—assistance/cas.html or call 1-800-321-OSHA (6742) to contact your local OSHA office. Free On -site Safety and Health Consultation Services for Small Business OSHA's On -site Consultation Program offers free and confidential advice to small and medium-sized businesses in all states across the country, with priority given to high - hazard worksites. Each year, responding to requests from small employers looking to create or improve their safety and health Trenching and Excavation Safety 1 5 management programs, OSHA's On -site Consultation Program conducts over 29,000 visits to small business worksites covering over 1.5 million workers across the nation. On -site consultation services are separate from enforcement and do not result in penalties or citations. Consultants from state agencies or universities work with employers to identify workplace hazards, provide advice on compliance with OSHA standards, and assist in establishing safety and health management programs. For more information, to find the local On -site Consultation office in your state, or to request a brochure on Consultation Services, visit www.osha.gov/consultation, or call 1-800-321-OSHA (6742). Under the consultation program, certain exemplary employers may request participation in OSHA's Safety and Health Achievement Recognition Program (SHARP). Eligibility for participation includes, but is not limited to, receiving a full - service, comprehensive consultation visit, correcting all identified hazards and developing an effective safety and health management program. Worksites that receive SHARP recognition are exempt from programmed inspections during the period that the SHARP certification is valid. Cooperative Programs OSHA offers cooperative programs under which businesses, labor groups and other organizations can work cooperatively with OSHA. To find out more about any of the following programs, visit www.osha.gov/cooperativeprograms. Strategic Partnerships and Alliances The OSHA Strategic Partnerships (OSP) provide the opportunity for OSHA to partner with employers, workers, professional or trade associations, labor organizations, and/or other interested stakeholders. OSHA Partnerships are formalized through unique agreements designed to encourage, assist, and recognize partner efforts to eliminate serious hazards and achieve model workplace safety and health practices. Through the Alliance Program, OSHA works with groups committed to worker safety Occupational Safety and Health Administration 1 6 and health to prevent workplace fatalities, injuries and illnesses by developing compliance assistance tools and resources to share with workers and employers, and educate workers and employers about their rights and responsibilities. Voluntary Protection Programs (VPP) The VPP recognize employers and workers in private industry and federal agencies who have implemented effective safety and health management programs and maintain injury and illness rates below the national average for their respective industries. In VPP, management, labor, and OSHA work cooperatively and proactively to prevent fatalities, injuries, and illnesses through a system focused on: hazard prevention and control, worksite analysis, training, and management commitment and worker involvement. Occupational Safety and Health Training The OSHA Training Institute partners with 27 OSHA Training Institute Education Centers at 42 locations throughout the United States to deliver courses on OSHA standards and occupational safety and health topics to thousands of students a year. For more information on training courses, visit www.osha.gov/otiec. OSHA Educational Materials OSHA has many types of educational materials in English, Spanish, Vietnamese and other languages available in print or online. These include: ■ Brochures/booklets; ■ Fact Sheets; ■ Guidance documents that provide detailed examinations of specific safety and health issues; ■ Online Safety and Health Topics pages; ■ Posters; ■ Small, laminated QuickCardsTM that provide brief safety and health information; and Trenching and Excavation Safety 1 7 ■ QuickTakes, OSHA's free, twice -monthly online newsletter with the latest news about OSHA initiatives and products to assist employers and workers in finding and preventing workplace hazards. To sign up for QuickTakes visit www.osha.gov/quicktakes. To view materials available online or for a listing of free publications, visit www.osha.gov/publications. You can also call 1-800-321-OSHA (6742) to order publications. Select OSHA publications are available in a -Book format. OSHA e-Books are designed to increase readability on smartphones, tablets and other mobile devices. For access, go to www.osha.gov/ebooks. OSHA's web site also has information on job hazards and injury and illness prevention for employers and workers. To learn more about OSHA's safety and health resources online, visit www.osha.gov or www.osha.gov/html/a-z-index.html. NIOSH Health Hazard Evaluation Program Getting Help with Health Hazards The National Institute for Occupational Safety and Health (NIOSH) is a federal agency that conducts scientific and medical research on workers' safety and health. At no cost to employers or workers, NIOSH can help identify health hazards and recommend ways to reduce or eliminate those hazards in the workplace through its Health Hazard Evaluation (HHE) Program. Workers, union representatives and employers can request a NIOSH HHE. An HHE is often requested when there is a higher than expected rate of a disease or injury in a group of workers. These situations may be the result of an unknown cause, a new hazard, or a mixture of sources. To request a NIOSH Health Hazard Evaluation go to www.cdc.gov/niosh/hhe/request.html. To find out more, in English or Spanish, about the Health Hazard Evaluation Program: E-mail HHERequestHelp@cdc.gov or call 800-CDC-INFO (800-232-4636). Occupational Safety and Health Administration 1 8 OSHA Regional Offices Region I Boston Regional Office (CT*, ME*, MA, NH, RI, VT*) JFK Federal Building, Room E340 Boston, MA 02203 (617) 565-9860 (617) 565-9827 Fax Region II New York Regional Office (NJ*, NY*, PR*, VI*) 201 Varick Street, Room 670 New York, NY 10014 (212) 337-2378 (212) 337-2371 Fax Region III Philadelphia Regional Office (DE, DC, MD*, PA, VA*, WV) The Curtis Center 170 S. Independence Mall West Suite 740 West Philadelphia, PA 19106-3309 (215) 861-4900 (215) 861-4904 Fax Region IV Atlanta Regional Office (AL, FL, GA, KY*, MS, NC*, SC*, TN*) 61 Forsyth Street, SW, Room 6T50 Atlanta, GA 30303 (678) 237-0400 (678) 237-0447 Fax Region V Chicago Regional Office (IL*, IN*, MI*, MN*, OH, WI) 230 South Dearborn Street Room 3244 Chicago, IL 60604 (312) 353-2220 (312) 353-7774 Fax Trenching and Excavation Safety 1 9 Region VI Dallas Regional Office (AR, LA, NM*, OK, TX) 525 Griffin Street, Room 602 Dallas, TX 75202 (972) 850-4145 (972) 850-4149 Fax (972) 850-4150 FSO Fax Region VII Kansas City Regional Office (IA*, KS, MO, NE) Two Pershing Square Building 2300 Main Street, Suite 1010 Kansas City, MO 64108-2416 (816) 283-8745 (816) 283-0547 Fax Region VIII Denver Regional Office (CO, MT, ND, SD, UT*, WY*) Cesar Chavez Memorial Building 1244 Speer Boulevard, Suite 551 Denver, CO 80204 (720) 264-6550 (720) 264-6585 Fax Region IX San Francisco Regional Office (AZ*, CA*, HI*, NV*, and American Samoa, Guam and the Northern Mariana Islands) 90 7th Street, Suite 18100 San Francisco, CA 94103 (415) 625-2547 (415) 625-2534 Fax Region X Seattle Regional Office (AK*, ID, OR*, WA*) 300 Fifth Avenue, Suite 1280 Seattle, WA 98104 (206) 757-6700 (206) 757-6705 Fax Occupational Safety and Health Administration 2 0 * These states and territories operate their own OSHA -approved job safety and health plans and cover state and local government employees as well as private sector employees. The Connecticut, Illinois, Maine, New Jersey, New York and Virgin Islands programs cover public employees only. (Private sector workers in these states are covered by Federal OSHA). States with approved programs must have standards that are identical to, or at least as effective as, the Federal OSHA standards. Note: To get contact information for OSHA area offices, OSHA - approved state plans and OSHA consultation projects, please visit us online at www.osha.gov or call us at 1-800-321-OSHA (6742). How to Contact OSHA For questions or to get information or advice, to report an emergency, fatality, inpatient hospitalization, amputation, or loss of an eye, or to file a confidential complaint, contact your nearest OSHA office, visit www.osha.gov or call OSHA at 1-800-321-OSHA (6742), TTY 1-877-889-5627. For assistance, contact us. We are OSHA. We can help. OSH O www.osha.,- Trenching and Excavation Safety 2 1 �,�MHNI' pp 5 aT 8 q 9 i TFd ��. �¢4 STATES pFP U.S. Department of Labor For more information: �SHA Occupational � Safety and Health Administration www.osha.gov (800) 321-OSHA (6742) Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR.