HomeMy WebLinkAboutResolution - 4310 - Contract-Knox, Gailey, & Meador Inc Emergency Access Roads, Water Line Crossing - 11_11_1993Resolution No. 4310
November 11, 1993
Item #17
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock BE and is hereby authorized and
directed to execute for and on behalf of the City of Lubbock a Contract and
all related documents by and between the City of Lubbock and Knox, Gailey, an(
Meador, Inc. of Lubbock, Texas to furnish and install all materials as bid foi
the Emergency Access Roads -Water Line Crossing for the City of Lubbock, which
contract is attached hereto, which shall be spread upon the minutes of the
Council and as spread upon the minutes of this Council shall constitute and bE
a part of this Resolution as if fully copied herein in detail.
Passed by the City Council thi
ATTEST:
)A L
ettygt.' JohntVon, City Secretary
APPROVED AS TO CONTENT:
") tLe�a4�
Victor KilmanV PurchasinFftn`5`g-FF
APPROVED AS TO FORM:
uenaia u. vanaiver, rirs
Assistant City Attorney
DGV:dp\Agenda #3\Knox.Rea
November 2, 1993
1th
day of
November
1993.
r
M
SPECIFICATIONS AND
CONTRACT DOCUMENTS
CITY OF LUBBOCK, TEXAS
LUBBOCK INTERNATIONAL
AIRPORT
EMERGENCY ACCESS ROADS -
WATER LINE CROSSING
AIP PROJECT No. 3-48-0138-13
SEPTEMBER, 1993
OEI
OLLER ENGINEERING INC.
I-2I-1�3
F
INDEX
1. Prebid Information
A. Notice to Bidders
B. Advertisement for Bids
C. Required Language in Published Advertisement for Bids for AIP Construction Contracts
D. Special Notice to Bidders - Buy American Steel and Manufactured Products for Construction
Contracts
2. Instructions to Bidders
A. General Instructions to Bidders
B. Disadvantaged Business Enterprise Contract Provisions
C. Special Instructions to Bidders Regarding Equal Employment Opportunity (EEO)
D. Required Contract Provision Regarding Buy American
3. Bid Forms
A. Bid Proposal - Bid for Lump Sum Contracts
B. List of Subcontractors
C. Required Language in Proposals for AIP Contracts
D. Certification Regarding Debarment, Suspension, Ineligibility and voluntary Exclusion
E. Certification of Bidder Regarding Equal Employment Opportunity
4. Bonds and Certificates
A. Payment Bond
B. Performance Bond
C. Certificate of Insurance
5. Contract
6. General Conditions
A. General Conditions of the Agreement
B. FAA Advisory Circular 150/5370-2C, Operational Safety on Airports During Construction.
C. SW 5200.5A, airport Safety During FAA -Funded Airport Construction and FAA Facilities
Maintenance.
7. Current Wage Determination
8. Specifications
Section 1 - Structural Portland Cement Concrete
Section 2 - Drilled Shaft Foundations
Section 3 - Structural Precast Concrete
Section 4 - Subgrade Preparation and Base Construction
Section 5 - Plant Mix Bituminous Pavements
Section 6 - Bituminous Prime Coat
Section 7 - Bituminous Tack Coat
Section 8 - Runway and Taxiway Painting
Section 9 - Temporary Air and Water Pollution, Soil Erosion, and Siltation Control
9. Special Conditions
A. Special Provisions
B. Wage, Labor, EEO, Safety and General Requirements
10. Notice of Acceptance
11. Geotechnical Information
12. Drawings
r
NOTICE TO BIDDERS
NOTICE TO BIDDERS
BID #12723
Sealed proposals addressed to Ron Shuffield, Senior Buyer, City of Lubbock, Texas, will be received at
r the office of the Purchasing Manager, Municipal Building, 1625 13th Street Roam L-04, Lubbock, Texas, 79401
r until 2:00 P.M. on the 28th day of October, 1993, or as changed by the issuance of formal addenda to all
6 planholders, to furnish all labor and materials and perform all work for the construction of the following
described project:
LUBBOCK INTERNATIONAL AIRPORT EMERGENCY ACCESS ROADS - WATER LINE CROSSING
After the expiration of the time and date above first written, said sealed proposals will be opened by
the Purchasing Manager and publicly read aloud.
It is the sole responsibility of the bidder to insure that his bid is actually in the office of Ron
Shuffield, Senior Buyer for the City of Lubbock, prior to the expiration of the date above first written.
The City Council will consider the bids on November 11, 1993 at Municipal Building, Lubbock, Texas, or
r 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 and payment bond in
accordance with Article 5160, Vernon's Ann. Civil St., in the amount of 100% of the total contract price in the
event that said contract price exceeds $25,000.00. Said statutory bonds should be issued by a company carrying
a current Best Rating of I or superior, as the rating of the bond company is a factor that will be considered
in determination of the lowest responsible bidder. If the contract price does not exceed $25,000.00, the said
statutory bonds will not be required.
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's
or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable
surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of
the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all
necessary bonds (if required) within 10 days after notice of award of the contract to him.
It shall be each bidders sole responsibility to inspect the site of the work and to inform himself
regarding all Local conditions under which the work is to be done. It shall be understood and agreed that all
such factors have been thoroughly investigated and considered in the preparation of the bid submitted.
The plans, specifications, proposal forms and contract documents may be examined at the offices of the
Director of Aviation and the Purchasing Manager for the City of Lubbock, Texas, and at the office of Otter
Engineering, Inc., Lubbock, Texas.
Minimum wage rates have been predetermined as required by Law and are set forth in the specifications.
The proposed contract is subject to 49 CFR Part 23 concerning the participation of disadvantaged
business enterprises and is under and subject to Executive Order 11246 of September 24, 1965 and to the Equal
Opportunity Clause contained in the bidding documents.
r�+
It is the policy of the Department of Transportation (DOT) that disadvantaged business enterprises as
defined in 49 CFR Part 23 shall have the maximum opportunity to participate in the performance of contracts
financed in whole or in part with Federal funds.
71 The proposed contract is subject to the Aviation Safety and Capacity Expansion Act of 1990.
The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant
to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit
bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex,
or national origin in consideration for an award.
Copies of the plans and specifications may be secured from Otter Engineering, Inc., Consulting
Engineers, 7806 Indiana Avenue, Suite 202, Lubbock, Texas 79423, upon a deposit of FIFTY DOLLARS (S50.00) as
a guarantee of the safe return of the plans and specifications. The full amount will be returned to the Bidder
upon return of the documents to the Engineer in good condition within ten (10) days after the date for receiving
bids.
7
NS-1
7
There will be a pre -bid conference held at 10:00 AM on the 13th day of October, 1993 in the Blue Room
at Lubbock International Airport.
R n u f ld,
Senior Buyer
ma-2
F
F
r
ADVERTISEMENT FOR BIDS
BID 012723
Sealed proposals addressed to Ron Shuffield, Senior Buyer, City of Lubbock, Texas, will be received
at the office of the Purchasing Manager, Municipal Building, 1625 13th Street Room L-04, Lubbock, Texas,
79401 until 2:00 P.M. on the 28th day of October, 1993, 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 INTERNATIONAL AIRPORT EMERGENCY ACCESS ROADS - WATER LINE CROSSING
After the expiration of the time and date above first written, said sealed proposals will be opened
by the Purchasing Manager and publicly read aloud.
The plans, specifications, proposal forms and contract documents may be examined at the offices of
the Director of Aviation and the Purchasing Manager for the City of Lubbock, Texas, and at the office of
Oiler Engineering, Inc., Lubbock, Texas.
Minimum wage rates have been predetermined as required by law and are set forth in the
specifications.
The proposed contract is subject to 49 CFR Part 23 concerning the participation of disadvantaged
business enterprises and is under and subject to Executive Order 11246 of September 24, 1965 and to the
Equal Opportunity Clause contained in the bidding documents.
It is the policy of the Department of Transportation (DOT) that disadvantaged business enterprises
as defined in 49 CFR Part 23 shall have the maximum opportunity to participate in the performance of
contracts financed in whole or in part with Federal funds.
The proposed contract is subject to the Buy American provision under Section 9129 of the Aviation
Safety and Capacity Expansion Act of 1990. Details of such requirement are contained in the Specifications.
All bidders and proposers shall make good faith efforts, as defined in Appendix A of 49 CFR Part 23,
Regulations of the Office of the Secretary of Transportation, to subcontract 10 percent of the dollar value
of the prime contract to small business concerns owned and controlled by socially and economically
disadvantaged individuals (DBE). In the event that the bidder for this solicitation qualifies as a DBE, the
contract goal shall be deemed to have been met. Individuals who are rebuttably presumed to be socially and
economically disadvantaged include women, Blacks, Hispanics, Native Americans, Asian -Pacific Americans and
Asian -Indian Americans. The apparent successful bidder (proposer) will be required to submit information
concerning the DBE's that will participate in this contract. The information will include the name and
address for each DBE, a description of the work to be performed by each named firm, and the dollar value of
the contract (subcontract). If the bidder fails to achieve the contract goal as stated herein, it will be
required to provide documentation demonstrating that it made good faith efforts in attempting to do so. A
bid that fails to meet these requirements will be considered nonresponsive.
The proposed contract is subject to the Aviation Safety and Capacity Expansion Act of 1990.
Copies of the plans and specifications may be secured from Oiler Engineering, Inc., Consulting
Engineers, 7806 Indiana Avenue, Suite 202, Lubbock, Texas 79423, upon a deposit of FIFTY DOLLARS (S50.00)
as a guarantee of the safe return of the plans and specifications. The full amount will be returned to the
Bidder upon return of the documents to the Engineer in good condition within ten (10) days after the date
for receiving bids.
There will be a pre -bid conference held at 10:00 AM on the 13th day of October, 1993, Blue Room,
Lubbock International Airport.
A-1
on S f 1
Senior Buyer
1'
7
j" REQUIRED LANGUAGE IN PUBLISHED ADVERTISEMENT FOR BIDS
l . FOR AIP CONSTRUCTION CONTRACTS
a. Required I.Anguage In Published Advertisements For Bids For All AIP Contrails:
(1) Policy. It Is the policy of the Department of Transportation (DOT) that disadvantaged business
enterprises as defined In 49 CFR Part 23 shall have the maximum opportunity to participate in the
performance of contracts financed In whole or In part with Federal funds.
(2) Buy American Provision.
The proposed contract is subject to the Buy American provision under Section 9129 of the Aviation
Safety and Capacity Expansion Act of 1990. Details of such requirement are contained in the
Specifications.
b. Additional I&MMM R"mired In Publisbed Advertisemcnt For Bids For AIP Contracts Where The
SSponaor Has A DBE Proeram In Effect Or Is Required B9 49 CFR Part 23 To Have An Approved DBE
All bidders and proposers shall make good faith efforts, as defined In Appendix A of 49 CFR Part 23,
Regulations of the Office of the Secretary of Transportation, to subcontract 10 percent of the
dollar value of the prime contract to small business concerns owned and controlled by socially and
economically disadvantaged individuals (DBE). In the event that the bidder for this solicitation qualifies
as a DBE, the contract goal shall be deemed to have been met. Individuals who are rebuttably presumed
to be socially and economically disadvantaged include women, Blacks, Hispanics, Native Americans,
Asian -Pacific Americans and Asian -Indian Americans. The apparent successful bidder (proposer) will
be required to submit information concerning the DBE's that will participate in this contract The
Information will include the name and address for each DBE, a description of the work to be performed
by each named firm, and the dollar value of the contract (subcontract). If the bidder falls to achieve
the contract goal as stated herein, It will be required to provide documentation demonstrating that it
made good faith efforts in attempting to do so. A bid that fails to meet these requirements will be
considered nonresponsive.
C. Required Notices For Contracts Over $10.000.
The regulations and orders of the Secretary of Labor, OFCCP and FAR 1S2.61 require that the sponsor
or his contractor(s) Include, in invitations for bids or negotiations for contracts over $10,000, the
following notices:
(1) The proposed contract is under and subject to Executive Order 11246 of September 24,1965,
and to the Equal Opportunity Clause. The Bidder's (Proposer's) attention is called to the
'Equal Opportunity Clause" and the 'Standard Federal Equal Employment Opportunity
Construction Contract Specifications' set forth in the Specifications.
(2) The Bidder (Proposer) must supply all the information required by the bid or proposal form.
(3) The successful bidder will be required to submit a Certification of Nonsegregated Facilities prior
to award of the contract, and to notify prospective subcontractors of the requirement for such
a Certification where the amount of the subcontract exceeds $10,000. Samples of the
Certification and Notice to Subcontractors appear in the Specifications.
(4) Women will be afforded equal opportunity In all areas of employment However, the employment
of women shall not diminish the standards or requirements for the employment of minorities.
r (2192)
r
F *
2 —
d. Coabw:ts In Fscess Of 550JM
In the Invitation for bids relating to contracts of $50,000 or more, the sponsor shall include the following
notice:
For contracts of $50,000 or more, a contractor having 50 or more employees, and his subcontractors
having 50 or more employees and who may be awarded a subcontract of $50,000 or more, will be
required to maintain an affirmative action program within 120 days of the commencement of the
contract.
e- I Additional Notices For $1 Million Contracts.
For each contract which may result in a bid of $1 million or more, the invitation for bids shall. also
Include the following notices:
(1) Preaward Eoual Opportunity Compliance Reviews. Where the bid of the apparent low
responsible bidder is in the amount of $1 million or more, the bidder and his known all -tier
subcontractors which will be awarded subcontracts of $1 million or more will be subject to full
on -site, preaward equal opportunity compliance reviews before the award of the contract for the
purpose of determining whether the bidder and his subcontractors are able to comply with the
provisions of the equal opportunity clause.
(2) Compliance Reports. Within 30 days after award of this contract , the contractor shall file a
compliance report (Standard Form 100) if.
(a) The contractor has not submitted a complete compliance report within 12 months
preceding the date of award; and
(b) The contractor is within the definition of "employer" in Paragraphs 2e(3) of the
Instructions included in Standard Form 100.
(3) The contractor shall require the subcontractor on all -tier subcontracts, irrespective of dollar
amount, to file Standard Form 100 within 30 days after award of the subcontract if the the
above two conditions apply. Standard Form 100 will be furnished upon request.
It is not necessary for the sponsor to physically Include the equal opportunity clauses in the published
advertisement for bids. It is sufficient if the advertisement states that the proposed contract is subject to the
equal opportunity clause contained In the specifications which will be furnished prospective bidders or will be
available for examination at the office Indicated in the advertisement.
(2192)
7
SPECIAL NOTICE TO BIDDERS
b
P
BUY ANIERICAN. - SIEF.L. AND MANUFACTURED
PRODUCTS FOR CONSTRUCTION CONTRACTS
r- (Aviation Sandy and Capacity Act of I990)
(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 whey funds are expended pursuant to a grant issued
under the Airport Improvement Program. The following terms apply:
1. 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 talcs placie In the United States. Components
(' of foreign origin of the same class or idnd as the products referred to in subparagraphs (b) (1) or (2)
{ shall be treated as domestic.
2. Components. As used in this clause, components means those articles, materials, and supplies
Incorporated' directly Into steel and manufactured products.
3. Cost of Components. This means the cost for production of the components, exclusive of final
�.. assembly labor costs.
(b) The successful bidder will be required to assure that only domestic steel and manufactured products will
be used by the Contractor, subcontractors materialmen, and suppliers In the performance of this contract,
except those
(1) that the U.S. Department of Transportation has determined, under the Aviation Safety and
Capacity Expansion Act of 1990, are not produced In the United States In sufi,icient and reasonably
available quantities and of a satisfactory quality,
(2) that the U.S. Department of Transportation has determined, under the Aviation Safety and
Capacity Expansion Act of 1990, that domestic preference would be Inconsistent with the public
Interest; or
(3) that Inclusion of domestic material will Increase the cost of the overall project contract by more
than 25 percent,
(2192)
GENERAL INSTRUCTIONS TO BIDDERS
r
SEVERAL INSTRUCTIONS TO BIDDERS
1. SCOPE OF WORK
�^ The work to be done under the contract documents shall consist of the following:
` The construction of a pre -cast concrete bridge across a 72-inch water line, excavation and grading, and other
related items of work.
The contractor shall furnish all labor, superintendence, machinery, equipment and all materials necessary to
complete this project in accordance with contract documents.
2. CONTRACT DOCUMENTS
All work covered by this contract shall be done in accordance with contract documents described in the General
Conditions.
All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the
construction of this project and shall be responsible for the satisfactory completion of all work contemplated by
said contract documents.
3. PLANS FOR USE BY BIDDERS
It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered
by the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without
charge of forfeiture of deposit. The contract documents, may be examined without charge as noted in the Notice to
Bidders.
4. TIME AND ORDER FOR COMPLETION
The construction covered by the contract documents shall be fully completed within 60 calendar days from the date
specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder.
The Contractor will be permitted to prosecute the work in the order of this 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 if not in accordance with the progress schedule so submitted, the
City may direct the Contractor to take such action as the City deems necessary to insure completion of the project
with the time specified.
r 5. PAYMENT
iAll payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the
contract documents.
6 6. AFFIDAVITS OF BILLS PAID
` The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to
execute an affidavit that all bills for 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.
7. MATERIALS AND WORKMANSHIP
t The intent of these contract documents is that only materials and workmanship of the best quality and grade will be
l 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 the 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.
S. GUARANTEES
All equipment and materials incorporated in the project and all construction shall be guaranteed against defective
materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general
guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any 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).
'w
j
G,
9. PLANS FOR THE CONTRACTOR
The Contractor will be furnished one set of plans and specifications, and related contract documents for his use
during construction. Plans and specifications for use during construction will only be furnished 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.
10. PROTECTION OF THE WORK
The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials,
supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any
and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the
date the City issues its certificate of completion to Contractor. The City reserves the right, after the bids have
been opened and before the contract has been awarded, to require of a bidder the following information:
(a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by the
proposed contract and all work in progress with bond amounts and percentage completed.
(b) A sworn statement of the current financial condition of the bidder.
(c) Equipment schedule.
11. TEXAS STATE SALES TAX
This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of
Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act.
The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to
be incorporated into the work without paying the tax at the time of purchase.
12. PROTECTION OF SUBSURFACE LINES AND STRUCTURES
It shall be the 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.
13. BARRICADES AND SAFETY MEASURES
The Contractor shall, at this 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 this own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and
Lights shall not cease untiC the date of issuance to Contractor of City's certificate of acceptance of the project.
14. EXPLOSIVES
The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from —
the City. In all cases where written permission is obtained for the use of explosives, the Contractor shall assume
full responsibility for 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.
Explosive materials shall not be stored or kept at the construction site by the Contractor.
in all cases where explosives are to be used during the construction of the project contemplated by this contract,
it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground)
in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given
sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their
property from injury. such notice, however, shall not relieve the Contractor of responsibility for any damage —'
resulting from his blasting operations.
F
15. CONTRACTOR'S REPRESENTATIVE
The successful bidder shall be required to have a responsible local representative available at all times while the
work is in progress under this contract. The successful bidder shall be required to furnish the name, address, and
{r' telephone number where such local representative may be reached during the time that the work contemplated by this
contract is in progress.
16. INSURANCE
The Contractor shall not commence work under this contract until he has obtained all insurance as required in the
General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas
and satisfactory to 'the City. Proof of coverage shall be furnished to the City and written 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 insurance certificates furnished shall name the City as an additional insured and shall further state that all
subcontractors are named as additional insureds, or in the alternative, shall be accompanied by a statement from the
Contractor to the effect that no work on this particular project shall be subcontracted.
17. LABOR AND WORKING HOURS
Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages
Included in these contract documents. The wage rate which must be paid on this project shall not be less than
specified in the schedule of general prevailing rates of per diem wages as above mentioned. The bidder's attention
is further directed to the requirements of Article 5159a, Vernon's Annotated Civil Statutes providing for the
payment of the wage schedules above mentioned and the bidder's obligations thereunder. The inclusion of the
schedule of general prevailing rate of per diem wages in these contract documents does not release the Contractor
from compliance with any wage law the may be applicable. Construction work under this contract requiring an
inspector will not be performed on weekends or holidays unless the following conditions exist:
0) The project being constructed is essential to the City of Lubbock's ability to provide the necessary service
to its citizens.
(2) Delays in construction are due to factors outside the control of the Contractor. The Contractor is
approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to
complete the contract within the allotted time.
Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor must
notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires
to do work and obtain written permission from the Owner's Representative to do such work. The final decision on
whether to allow construction work requiring an inspector on weekends or holidays will be made by the Owner's
Representative.
in any event, if a condition should occur or arise at the site of this project or from the work being done under
this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work,
regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer
dangerous to property or life.
7 Is. PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS
The Contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under
this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not
Less often than once each week. The Contractor and each of his subcontractors engaged at the site of the work shall
not later than the seventh day following the payment of wages, file with the Owner's Representative, or Engineer, a
certified, sworn, legible copy of such payroll. This shall contain the name of each employee, his classification,
the number of hours worked on each day, rate of pay, and net pay. The affidavit shall state that the copy is a true
and correct copy of such payroll, that no rebates or deductions (except as shown) have been made, or will in the
future be made from the wages paid as shown thereon. The Contractor must classify employees according to one of the
classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included
in the contract documents.
r• The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, ten dollars
for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman, or
mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of
general prevailing rate of per diem wages included in these contract documents.
19. PROVISIONS CONCERNING ESCALATOR CLAUSES
Proposals 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. —
20 PREPARATION FOR _PROPOSAL
The bidder shall submit his proposal on forms furnished by the City. All blank spaces in the form shall be
correctly filled in and the bidder shall state the price both in words and'nunerals, for which he proposes to do the
work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly,
or typewritten. In case of discrepancy between the price written In words and the price written in figures, the
price written in words shall govern. If the proposal is submitted by an individual, his name must be signed by him
or his duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and
address of each member must be given and the proposal signed by a member of the firm, association or partnership, or
person duly authorized. If the proposal is submitted by a company or corporation, the company or corporate name and
business address must be given, and the proposal signed by an official or duly authorized agent. Powers of attorney
authorizing agents or others to sign proposals must be properly certified and must be in writing and submitted with
the proposal. The proposal shall be executed in ink.
Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed
on the outside of the envelope in the following manner:
(a) Bidder's name
(b) Proposal for (description of the project).
Bid proposals may be withdrawn and resubmitted at any time prior to the time set for opening of the bids, but no
proposal may be withdrawn or altered thereafter.
21. BOUND COPY OF CONTRACT DOCUMENTS
Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the following:
(a) Notice to Bidders.
(b) General Instructions to Bidders.
(c) Bidder's Proposal.
(d) Statutory Bond (if required).
(e) Contract Agreement.
(f) General Conditions.
(g) Special Conditions (if any).
(h) Specifications.
(i) Insurance Certificates.
(j) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders.
If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered
incorporated by reference into the aforementioned contract documents.
DISADVANTA® BIISINESS ENMMM CONTRACT PROVISIONS
(49 CFR PART 23)
PART A
oli It is the policy of the Department of Transportation (DOT) that diasdvantaged business enterprises
as defined In 49 CFR Part 23 shall have the maximum opportunity to participate in the performance of
contracts financed in whole or in part with Federal funds under this agreement. Consequently, the DBE
requirements of 49 CFR Part 23 apply to this agreement.
DBE Obligation. The contractor agrees to ensure that disadvantaged business enterprises as defined in 49
CFR Part 23 have the maximum opportunity to participate in the performance of contracts and subcontracts
financed in whole or In part with Federal funds provided under this agreement. In this regard all contractors
shall take all necessary and reasonable steps in accordance with 49 CFR Part 23 to ensure that disadvantaged
business enterprises have the maximum opportunity to compete for and perform contracts. Contractors shall
not discriminate on the basis of race, color, national origin or sex In the award and performance of DOT -
assisted contracts.
Comyiiance. All bidders, potential contractors or subcontractors for this DOT -assisted contract are hereby
notified that failure to carry out the DOT policy and the DBE obligation, as set forth above, shall constitute
a breach of contract which may result in termination of the contract or such other remedy as deemed
appropriate by the owner.
Subcontract Clauses.
All bidders and potential contractors hereby assure that they will indude the above clauses in all subcontracts
which offers furtber subcontracting opportunities.
,., PART B .
i . It is further understood and agreed:
!- The award procedure for this solicitation will Include the selection criteria of 49'CFR Part
23AS(1) to ensure that prime contracts are awarded to competitors that meet Disadvantaged
Business Entrprise (DBE) goals.
Notification Is hereby given that DBE goals are established for this prime contract. The goal
for Gyms owned and controlled by socially and economically dlsavantaged individuals is
10 percent of the dollar value of this contrail.
After opening bids, the apparent successful bidder will be required to submit the names and addresses
of the DBE firms that will participate in the contract along with a description of the work to be
performed by each named firm and the dollar value for each contract (subcontract). If the responses
do not dearly show DBE partidpatfon will meet the goals above, the apparent successful bidder must
must provide documentation dearly demonstrating, to the satisfaction of the airport sponsor, that it
made good faith efforts in attempting to do so and that meeting said goals is not reasonably possible.
A bid that falls to meet these requirements will be considered nonresponsive.
Agreements between bidder/proposer and a DBE in which the DBE promises not to provide subcontracting
quotations to other bidders/proposers are prohibited. All bidders and proposers shall make a good faith
effort to replace a DBE subcontractor that is unable to perform successfully with another DBE subcontractor.
The bidder shall establish and maintain records and submit regular reports, as required, which will identify
and assess progress in achieving DBE subcontract goals and other DBE afllrmative action efforts.
(2192)
G
r
I F
SPECIAL INSTRUCTION TO BIDDERS REGARDING EEO
Notice of Regaicrment for Affirmative Aetion to
Ensure Equal Employ eni Opportunity
(Ei a Order U246, as amended)
1. The Offeror's or Bidder's attention is called to the 'Equal Opportunity Clause" and the "Standard
Federal Equal Employment Opportunity Construction Contract Specifications" set forth herein.
2. The goals and timetables for minority and female participation, expressed in percentage terms for the
contractor's aggregate work force in each trade on all construction work In the covered area, are as
follows:
Goals for minority Goals for female
participation in participation In
each trade each trade
19.6+6 6.9%
These goals are applicable to all the contractor's construction work (whether or not it is Federal or
federally assisted) performed in the covered area. If the contractor performs construction work in a
geographical area located outside of the covered area, it shall apply the goals established for such
geographical area where the work is actually performed. With regard to this second area, the
contractor also Is subject to the goals for both its federally involved and nonfederally involved
construction.
The contractor's compliance with the executive order and the regulations in 41 CFR Part 604 shall
r- be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations
required by the specifications set forth In 41 CFR Part 60-43(a), and Its efforts to meet the goals
k established for the geographical area where the contract resulting from this solicitation is to be
performed. The hours of minority and female employment and training must be substantially uniform
Imp
throughout the length of the contract, and In each trade, and the contractor shall make a good faith
effort to employ minorities and women evenly on each of its projects. The transfer of minority or
female employees or trainees from contractor to contractor or from project to project, for the sole
purpose of meeting the contractor's goals, shall be a violation of the contract, the executive order, and
the regulations In 41 CFR Part 60-4. Compliance with the goals will be measured against the total
work hours performed.
�^ 3. The contractor shall provide written notification to the Director, OFCCP, within 10 working days of
award of any construction subcontract in excess of $10,000 at any tier for construction work under the
contract resulting from this solicitation. The notification shall list the name, address, and telephone
number of the subcontractor; employee identification number, estimated dollar amount of the
r subcontract; estimated starting and completion dates of the subcontract; and the geographical area
In which the contract is to be performed.
4. As used in this notice and in the contract resulting from this solicitation, the "covered area' is (insert
description of the geographical areas where the contract is to be performed giving the state, county,
and city, if any).
(2192)
REQUIRED CONTRACT PROVISION REGARDING
BUY ANIMCAN
The following contract provision shall be included in all construction contracts, unless an exception, as
provided in the Act, has been granted:
BUY AMERICAN - STEEL AND MANUFACTURED
PRODUCT'S FOR CONSTRUCTION CONTRACTS
(a) The Contractor agrees that only domestic steel and manufactured products will be used by the Contractor,
subcontractors, materialmen, and suppliers in the performance of this contract, as defined in (b) below.
(b) The following terms apply to this clause:
1. Steel and manufactured products. As used in this clause, steel and manufactured products include
(1) those produced in the United States or (2) a manufactured product produced In the United States,
If the cost of its components mined, produced or manufactured In the United States exceeds 60 percent
of the cost of all Its components and Final assembly has taken place In the United States.
2. Components. As used in this clause, components means those articles, materials, and supplies
incorporated directly Into steel and manufactured products.
3. Cost of Components. This means the cost for production of the components, exclusive of final
assembly labor costs.
(2192)
.J
y4
aO
O
a
6
O
In
F
BID PROPOSAL
BID FOR LUMP SUM CONTRACTS
l
PLACE Lubbock, Texas
DATE October 28, 1993
PROJECT NO. 3-48-0138-13
Proposal of Knox, Gailey, & Meador, Inc. (hereinafter called Bidder)
To the Honorable Mayor and City Council, City of Lubbock, Texas (hereinafter called Owner)
Gentlemen:
The Bidder, in compliance with your invitation for bids for the construction of Emergency
Access Roads - Water
Line Crossing for the Lubbock International Airport, having carefully examined the plans, specifications,
instructions to bidders, notice to bidders and all other related contract documents and the site of the proposed
work, and being familiar with all of the conditions surrounding the construction of
the proposed project
Including the availability of materials and labor, hereby proposes to furnish all labor, materials, and
supplies; and to construct the project in accordance with the plans, specifications and contract documents,
within the time set forth therein and at the price stated below. The price to cover all
expenses incurred in
performing the work required under the contract documents, of which this proposal is
to be a part, is as
follows:
111
EMERGENCY ACCESS ROADS - WATER LINE CROSSING
Item Quantity Description of Item
Total
No, and unit and Unit Prices
1. 120 L.F. 18-in. Diameter Drilled Shaft
Amount
I
I
MATERIAL: One Thousand One Hundred
(s 1,100.00 )
rSERVICES:
Two Thousand Five Hundred
(y 2,500.00)
'
TOTAL
#1: Three Thousand Six Hundred
(S 3,600.00 )
2. 68 L.F. Cast -in -Place Ledger Beam
MATERIAL: Three Thousand Four Hundred
(E 3,400.00 )
SERVICES: Five Thousand Seven Hundred Eighty
(E 5,780.00)
TOTAL
Nine Thousand One Hundred Eighty
(s 9,180.00)
3. 480 S.F. Pre -Cast Concrete Double Tee Unit
MATERIAL: Fifteen Thousand Two Hundred Eighty
(e 15,280.00 )
SERVICES: Two Thousand
(S 2,000.00 )
TOTAL
#3: Seventeen Thousand Two Hundred Eighty
(y 17,260.00 )
P
4. 116 S.Y. Subgrade Preparation and Base Construction
C
MATERIAL: Seven Hundred
(y 700 - 00 )
SERVICES: Two Thousand Seven Hundred Eighty
(y 2,780.00 )
TOTAL
#4: Three Thousand Four Hundred Eighty
(E 3,480.00 )
F
-1-
r
F5. a Ton Bituminous Surface Course
MATERIAL•
Six Hundred
(S
600.00 )
SERVICES:
Three
Thousand Two Hundred
(s
3,200.00 )
TOTAL
TO;
Three
Thousand Eight Hundred
(s
3,800.00 )
6.
50 S.F.
PAVEMENT MARKING
MATERIAL:
Ten
(S
10.00 )
I
L
SERVICES:
Forty
(s
40.00 )
TOTAL
j6•.
7.
Fifty
1 L.S.
COST FOR INSURANCE POLICIES SPECIFIED IN PARAGRAPHS 26A, B,
($
50.00 )
AND E OF THE GENERAL CONDITIONS
MATERIAL:
None
(S
- )
SERVICES:
Three
Thousand
(S
3 , 000.00 )
TOTAL
#7:
Three
Thousand
(s
3,000.00 )
TOTAL MATERIALS
(S 21,
090.00 )
TOTAL SERVICES
(s 19,300.00
)
TOTAL BID - ITEMS 1-7 INCLUSIVE
(s 40
, 390.00 )
.2-
F
Amount shall be shown in both words and figures. In case of discrepancy, the amount shorn in words shall
govern.
Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written
°Notice to Proceed" of the Owner and to fully complete the project within 60 calendar days.
Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $50O.00 (FIVE HUNDRED DOLLARS)
for each consecutive calendar day in excess of the time set forth hereinabove for completion of this project,
all as more fully set forth in the general conditions of the contract documents.
Bidder understands and agrees that this bid proposal shall be completed and submitted in accordance with
�+ instruction number 20 of the General Instructions to Bidders.
Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in
the bidding.
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of sixty (60) calendar days
after the scheduled closing time for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the
plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees
to commence work on or before the date specified in the written notice to proceed, and to substantially complete
the work on which he has bid; as provided in the contract documents.
Enclosed with this proposal is a Cashier's Check or Certified Check for
Dollars (E ) or a Proposal Bond in the sum of 5% of amount
bid Dollars (E ), which it is agreed shall be collected and retained
by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails
to execute the necessary contract documents and the required bond (if any) with the Owner within ten (10) days
after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond
shall be returned to the undersigned upon demand.
Bidder understands and agrees that the contract to be executed by Bider shall be bound and include a'll contract
rn documents made available to him for his inspection in accordance with the Notice to Bidders.
F
(Seal if Bider is a Corporation)
ATTEST:
Secretar
F
-14-
Knox, Gai , & Mea r, Inc.
Contractor
BY:
F
LIST Of SUBCONTRACTORS
This form shall be completed and submitted with the Bidder's Proposal.
Minority Owned?
Yes No
1. Jar Con - Jarnigan Construction x
2. Precision Drilling X
3. Bennett Steel Erectors X
i.
5.
6.
T.
8.
9.
10.
FREQUIRED LANGUAGE IN PROPOSALS FOR AIP CONTRACTS
Section 60-1.7(b) of the Regulations of the Secretary of Labor requires each bidder or prospective prime
contractor and proposed subcontractor, where appropriate, to state in the bid or at the outset of negotiations
for the contract whether it has participated In any previous contract or subcontract subject to the equal
opportunity clause; and if so, whether it has filed with the Joint Reporting Committee, the Director, an agency,
or the former President's Committee on Equal Employment Opportunity all reports due under the applicable
filing requirements. In any case in which a bidder or prospective prime contractor or proposed subcontractor
which which participated in a previous contract subject to Executive Order 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 or Proposal Form. To effectuate the foregoing requirements, the sponsor is required to include in the bid
or proposal form a statement substantially as follows:
The bidder (proposer) shall complete the following statement by checking the appropriate space.
The bidder (proposer) has X has not participated in a previous contract subject to the equal
opportunity clause prescribed by Executive Order 10925, or Executive Order 11114, or Executive Order
11246.
The bidder (proposer) has X has not _ submitted all compliance reports In connection with any such
contract due under the applicable filing requirements; and that representations Indicating submission
of required compliance reports signed by proposed subcontractors will be obtained prior to award of
subcontracts.
If the bidder (proposer) has participated in a previous contract subject to the equal opportunity clause
and has not submitted compliance reports due under applicble filing requirements, the Bidder
(Proposer) shall submit a compliance report on Standard Form 100, "Employee Information Report
EEO -I" prior to the award of contract.
Standard Form 100 Is norm -ally furnished contractors annually, based on a mailing list currently
t maintained by the Joint Reporting Committee. In the event a contractor has not received the form,
be may obtain it by writing to the following address:
Joint Reporting Committee
1800 G Street
Washington, DC 20506
F
F
(2/92)
F
2
Certification Regarding Debarment, Suspension,
Ineligibility and Voluntary Exclusion
(49 CFR PART 29)
The bidder (offeror) certifies, by submission of this proposal or acceptance of this contract, that
neither it nor its principals is presently debarred, suspended, proposed for debarment, declared
ineligible, or voluntary excluded from participation in this transaction by any Federal department or
agency. It further agrees that by submitting this proposal that it will include this clause without
modification in all lower tier transactions, solicitations, proposals, contracts, and subcontracts. Where
the bidder/offeror/contractor or any lower tier participant Is unable to certify to this statement, It
shall attach an explanation to this solicitation/proposal.
CartiSmtion Regarding Foreign Trade Restrictions
(49 CFR PART 30)
The contractor or subcontractor, by submission of an offer and/or execution of a contract, certifies
that it:
a. is not owned or controlled by one or more citizens or nationals of a foreign country
Included in the list of countries that discriminate against U.S. firms published by the
Office of the United States Trade representative (USTR);
b. has not knowingly entered into any contract or subcontract for this project with a
contractor that is a citizen or national of a foreign country on said list, or is owned
or controlled directly or indirectly by one or more citizens or nationals of a foreign
country on said list.
C. has not procured any product nor subcontracted for the supply of any product for
use on the project that is produced in a foreign country on said list.
Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with
49 CFR 30.17, no contract shall be awarded to a contractor or subcontractor who Is unable to certify
to the above. If the contractor knowingly procures or subcontracts for the supply of any product or
service of a foreign country on said list for use on the project, the Federal Aviation Administration may
direct, through the sponsor, cancellation of the contract at no cost to the Government.
Further, the contractor agrees that, if awarded a contract resulting from this solicitation, it will
Incorporate this provision for certification without modification in each contract and in all lower tier
subcontracts. The contractor may rely upon the certification of a prospective subcontractor unless it
has knowledge that the certification is erroneous. The contractor shall provide immediate written
notice to the sponsor if the contractor learns that its certification or that of a subcontractor was
erroneous when submitted or has become erroneous by reason of changed circumstances. The
subcontractor agrees to provide Immediate written notice to the contractor, if at any time it learns that
its certification was erroneous by reason of changed circumstances.
This certification is a material representation of fact upon which reliance was placed when making the
award. If It is later determined that the contractor or subcontractor knowingly rendered an erroneous
certification, the Federal Aviation Administration may direct, through the sponsor, cancellation of the
contract or subcontract for default at no cost to the Government.
Nothing contained In the foregoing shall be construed to require establishment of a system of records
In order to render, in good faith, the certification required by this provision. The knowledge and
(2192)
3
information of a contractor is not required to exceed that which is normally possessed by a prudent
person in the ordinary course of business dealings.
This certification concerns a matter within the jurisdiction of an agency of the United States of
�• America and the making of a false, fictitious, or fraudulent certification may render the maker subject
{ to prosecution under Title 18, United States Code, Section 1001.
Buy American C.atiScation
(Aviation Safety and Capacity Expansion Act of IM)
By submitting a bid/proposal under this solicitation, except for those Items listed by the offeror below
or on a separate and clearly identified attachment to this bid/proposal, the offeror certifies that steel
and each manufactured product, is produced in the United States (as defined in the clause Buy
American • Steel and Manufactured Products for Construction Contracts) and that components of
unknown origin are considered to have been produced or manufactured outside the United States.
Offerors may obtain from (insert sponsor representative)
lists of articles, materials, and supplies excepted from this provision.
PRODUCT COUNTRY OF ORIGIN
F
i
a
CERTIFICATION OF BIDDER REGARDING
EQUAL EMPLOYMENT OPPORTUNITY
GENERAL
BIDDER'S NAME Knox, Gailey, & Meador, Inc.
ADDRESS P.O. Box 5736, Lubbock, Texas 79408
INTERNAL REVENUE SERVICE EMPLOYER IDENTIFICATION NO. 75-1452706-2
NONSEGREGATED FACILITIES
NOTICE TO PROSPECTIVE FEDERALLY ASSISTED
CONSTRUCTION CONTRACTORS
(41 CFR 60-1.8)
(1) A Certification of Nonsegregated Facilities must be submitted prior to the award of a federally assisted
construction contract exceeding $10,000 which is not exempt from the provisions of the equal
opportunity clause.
(2) Contractors receiving federally assisted construction contract awards exceeding $10,000 which are not
exempt from the provisions of the equal opportunity clause will be required to provide for the
forwarding of the following notice to prospective subcontractors for supplies and construction contracts
where the subcontracts exceed $10,000 and are not exempt from the provisions of the equal opportunity
clause.
NOTE: The penalty for making false statements In offers is prescribed in 18 U.S.C. 1001.
NOTICE TO PROSPECTIVE SUBCONTRACTORS OF REQUIREMENTS FOR
CERTIFICATION OF NONSEGREGATED FACILITIES
(1) A Certification of Nonsegregated Facilities must be submitted prior to the award of a subcontract
exceeding $10,000 which is not exempt from the provisions of the equal opportunity clause.
(2) Contractors receiving subcontract awards exceeding $10,000 which are not exempt from the provisions
of the equal opportunity clause will be requirrd 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.
F(1192)
F
2
CERTIFICATION OF NONSEGREGATED FACHITEES
The federally assisted construction contractor certifies that he does not maintain or provide for his employees
any segregated facilities at any of his establishments, and that he does not permit his employees to perform
their services at any location, under his control, where segregated facilities are maintained. The federally
assisted construction certifies further that he will not maintain or provide for his employees any segregated
facilities at any of his establishments, and that he will 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, timeclocks, locker rooms and other storage or
dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing
facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis
of race, color, religion, sex, or national origin, because of habit, local custom, or any other reason. The
federally assisted construction agrees that (except where he has obtained identical certifications from proposed
subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors
prior to the award of subcontracts exceding $10,000 which are not exempt from the provisions of the equal
opportunity clause, and that he will retain such certifications in his files.
NOTICE TO PROSPECTIVE CONTRACTORS OF REQUIREMENT FOR
CERTIFICATION OF NONSEGREGATED FACILITIES
A Certification of Nonsegregated Facilities must be submitted prior to the award of a contract or
subcontract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity
Clause.
Certification - The information above is true and complete to the best of my knowledge and belief.
NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001.
(1192)
No Text
PAYMENT BOND
(McGregor Act — Public Works)
Texas
SAFECO INSURANCE COMPANhl OF AMERICA
GENERAL INSURANCE COMPANY OF AMERICA
FIRST NATIONAL INSURANCE COMPANY
OF AMERICA
HOME OFFICE: SAFECO PLAZA
SEATTLE. WASHINGTON 98185
Bond No. 5749859
KNOW ALL BY THESE PRESENTS, That, we, KNOX , GA I LEY & MEADOR , INC.
(hereinafter called the Principal), as Principal, and SAFECO INSURANCE COMPANY OF AMERICA, a corporation
organized and existing under the laws of the State of Washington, with its principal office in the City of Seattle,
Washington, and authorized and admitted to do business in the State of Texas and licensed by the State of Texas to
execute bonds (hereinafter called the Surety), as Surety, are held and firmly bound unto
CITY OF LUBBOCK
(hereinafter called the Obligee) in the amount of FORTY THOUSAND THREE HUNDRED N I NETY AND
NO1100--------------------------------------------- -------------------------
Dollars, for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators,
executors, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the
11TH day of NOVEMBER 1993 ,to wit
LUBBOCK INTERNATIONAL AIRPORT EMERGENCY ACCESS ROADS WATER LINE CROSSING.
AIP PROJECT NO. 3-48-0138-13
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 /S SUCH, that if the said Principal shall pay all
claimants supplying labor and material to him/her or a sub -contractor 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 Article 5160 of the Revised
Civil Statutes of Texas, 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 and Surety have signed and sealed this instrument this
11 TH day of NOVEMBER 1993
KNOX, GAI ME INC.
(Seal)
DON MEADOR , S CRE AR 1 TREASURER Principal
BOND CHECK SAFECO INSURANCE COMPANY OF AMERICA (Seal)
BEST RATING fir
LICENSED IN TExMS
DATE 1 71/?7 By e; - By (Seal)
H A D COWAN Attorney —in —Fact
® Reeistered Trademark of SAFECD Insurance Company
S-21701EP 319D PRINTED IN U.S.A.
IMPORTANT NOTICE
To obtain information or make a complaint:
You may contact the Texas Department of Insurance to obtain
information on companies, coverages, rights or complaints at:
1-800-252-3439
You may write the Texas Department of Insurance:
P.O. Box 149104
Austin, TX 78714-9104
FAX # (512)475-1771
PREMIUM OR CLAIM DISPUTES:
Should you have a dispute concerning your premium or about a claim you
should contact the agent or the company first. If the dispute is not
resolved, you may contact the Texas Department of Insurance.
ATTACH THIS NOTICE TO YOUR POLICY:
This notice is for information only and does not become a part or
condition of the attached document.
POWER
OF ATTORNEY
KNOW ALL BY THESE PRESENTS:
SAFECO INSURANCE COMPANY OF AMERICA
GENERAL INSURANCE COMPANY OF AMERICA
HOME OFFICE: SAFECO PLAZA
SEATTLE. WASHINGTON 08185
No. 8035
That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington
corporation, does each hereby appoint
•oRamsHOWARD COWAN; CARLA ROGERS; KEVIN J. DUNN; MIKE HENTHORN; ANGIE GOFF; MARLA HILL; RON
STROMAN, Lubbock, Texas��saes�taesrs�sseeessa��r�er��as���erra�����es��eeResre�ee��e«r�e��r��Rr
Its true and lawful attorney(s)-in-fact, with full authority to execute on Its behalf fidelity and surety bonds or undertakings and other
documents of a similar character issued in the course of Its business, and to bind the respective company thereby.
IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each
executed and attested these presents
this 4 t h day of January , 19 92 .
� 40
F.A. P�.ETS'JN, S�.^.RF'TA�tY
CERTIFICATE
DAN D. McLEAN, PRESIDENT
Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA
and of GENERAL INSURANCE COMPANY OF AMERICA:
"Article V. Section 13. - FDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary. and any Assistant Vice
President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as
attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and
other documents of similar character issued by the company in the course of its business ... On any instrument making or evidencing
such appointment. the signatures may be affixed by facsimile. On any Instrument conferring such authority or on any bond or undertaking
of the company, the seal. or a facsimile thereof, may be impressed or affixed or in any other manner reproduced: provided. however.
That the seal shall not be necessary to the validity of any such Instrument or undertaking."
Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA
and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28. 1970.
"On any certificate executed by the Secretary or an assistant secretary of the Company setting out.
(i) The provisions of Article V. Section 13 of the By -Laws. and
00 A copy of the power -of -attorney appointment, executed pursuant thereto. and
00 Certifying that said power -of -attorney appointment is in full force and effect.
the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof."
I. R. A. Pierson, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA,
do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of these corporations, and
of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of
Attorney are stilt in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation
SEAL
1956 �a<,
F Of
this 11TH
o-�¢�eaCE COAgoQ�s
CORPORATE
_AL.
\`'P 1423
r\ of Wa.h�o°`ar
day of NOVEMBER . 19 93 .
H.A. P;E:IHSGN, SE CREiARY
® Registered trademark of SAFECO Corporation.
3-074/EP V03
STATUTORY PAYMENT BOND PURSUANT TO ARTICLE 5160
OF THE REVISED CIVIL STATUTES OF TEXAS
AS AMENDED BY
ACTS OF THE 56TH LEGISLATURE, REGULAR SESSION,
1959
KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Principal(s), as }
Principal(s), and
(hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the
Obligee), in the amount of Dollars (S ) lawful money of the United States for
the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors
and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the day of
19 _, to
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 Article 5160 of the Revised Civil
Statutes of Texas as amended by Acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this band shall
be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein.
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this day
of 19—
Surety
Principal
*By:
(Title)
By:
(Title)
By:
(Title)
By:
(Title)
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
(Title)
By:
City Attorney
* Note: if signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing
that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of
attorney for our files.
2
O
GO
W
U
Z
O
GC
W
a
,w , l
SAFECO
PERFORMANCE BOND
(McGregor Act — Public Works)
Texas
SAFECO INSURANCE COMPANY OF AMERICA
GENERAL INSURANCE COMPANT OF AMERICA
FIRST NATIONAL INSURANCE COMPANY
OF AMERICA
HOME OFFICE SAFECO PLAZA
SEATTLE. WASHINGTON 98165
Bond No. 6749859
KNOW ALL BY THESE PRESENTS, That, we, KNOX , GA I LEY & MEADOR , INC.
(hereinafter called the Principal), as Principal, and SAFECO INSURANCE COMPANY OF AMERICA, a corporation
organized and existing under the laws of the State of Washington, with its principal office in the City of Seattle,
Washington, and authorized and admitted to do business in the State of Texas and licensed by the State of Texas
to execute bonds (hereinafter called the Surety), as Surety, are held and firmly bound unto
CITY OF LUBBOCK
(hereinafter called the Obligee) in the amount of FORTY THOUSAND THREE HUNDRED NINETY AND
NO/100-------------------------------------------- ------------------------
Dollars, for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators,
executors, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS,
the Principal has
entered into a certain
written contract with the Obligee, dated the
11 TH
day of
NOVEMBER 1993
, to wit
LUBBOCK
INTERNATIONAL
AIRPORT EMERGENCY
ACCESS ROADS WATER LINE CROSSING.
AIP PROJECT NO. 3-48-0138-13
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 of feet
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised
Civil Statutes of Texas, 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 and Surety have signed and sealed this instrument this
11TH dayof NOVEMBER 19 93
Witness: KNOX GA I & ME4aOR, INC. (Seal)_
BOND CHECK (Seal)
(If Individual or Fir4%ST RATING 14411�
Attest
(If Corporation)
LICENSED IN TEXAS
DATE kbf BY 2
�21 PCw -p
(Sea!)
(Seal)
Principal
SAFEC NSURANCE ANY OF AMERICA
(Seal)
ARD COWAN Attornav— in —Fact
S-21691EP 9190
® Registered Trademark of SAFECO Insurance Companj
PRINTED IN U.S.A.
r
STATUTORY PERFORMANCE BOND PURSUANT TO ARTICLE 5160
OF THE REVISED CIVIL STATUTES OF TEXAS AS
AMENDED BY
ACTS OF THE 56TH LEGISLATURE, REGULAR SESSION 1959
KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Principal(s), as Principal(s), and
ri=
1
(hereinafter calEed the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the
Obligee), in the amount of Dollars (S ) lawful money of the United States for
the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors
and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the _ day of
, 19_, to
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 Article 5160 of the Revised Civil
Statutes of Texas as amended by Acts of the 56th Legislature, regular session 1959, and all liabilities on this bond shall be
` determined in accordance with the provisions of said article to the same extent as if it were copied at length herein.
FSurety
* By:
(Title)
IN WITNESS WHEREOF, the said Principal (a) and Surety (s) have signed and sealed this instrument this _ day of
19_
Principal
Y.
(Title)
By:
(Title)
By:
(Title)
c
I
F
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 officer of the Surety Company, there must be on file a certified extract from the by-laws showing
that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of
attorney for our files.
CERTIFICATE OF INSURANCE
CER*T*IF.&(..ATf_--.0F INSURANCIE
11./17/1.993
1'-'RODUCER
THIS CERTIFICATE IS ISSU1.,:D AS A ]MATTER 01--
:The Shropshire,Agency, Inc.
:INFORMATION ONLY AND CONFERS NO RIGHTS UPON
:P.O. Box 10428'1
:THE CERTIFICATE HOLDER. IT DOES NOT AMEND,
;Lubbock, TX 79408
!EXTEND OR ALTER THE COVERAGE AFFORDED BY THE
:(806) 763-7311'
!POLICIES BELOW.
: — ----------- -------------
COMPANIES AFFORDIN(..1 (:.OVERAGE
:INSURED
COMPANY As AETNA CASUALTY & SURETY CO.
:KNOXjGAILEY & MEADORO INC.
COMPANY Bs TEXAS WRKRS'COMP INS FUND
:P.O. BOX 5736,
COMPANY Cs
:LUBBOCK, TEXAS 79417
COMPANY Di
.(806) 762-0418',
COMPANY Et
This is to certify that policies of insurance listed below have been issued to the insured named above for the policy period
indicated, notwithstanding any requirement, term or condition of any contract or other document with respect to which this
certificate may be issued, or may pertain, the insurance afforded by the policies described herein is subject to all the terms,
exclusions and conditions" of such policies. Limits shown may have been reduced by paid claims.
,00:=: INSURANCE POLICY
. .... .... .
NLJ1v1F4EF**Z DATE".3
GENERAL LIABILITY:
Effective:$ 1j000v000 General Agg
:A :[X3 Gen Liablility,'071 TCP
6023813 04/20/93 :$ 1p000j000 Prod/CoOps Agg:
:[X3 Occ I I CM
11$ 50OlO0O Pers/Adv Ini
OCP
:$ 500,000 Occurrence
:Expiration:$ 500000 Fire Damage
04/20/94 :$ 59000 Medical Exp
:ALJT0 LIAT.11LITY
Effe c: t i ve
:A :[X1 Any Auto :071 FJ
1142791 04/20/93 :$ 5000000 CSL
:[X1 All Owned
:[X] Scheduled
:[X1 Hired
:[X3 Non —owned
:Expiration:$ BI (person)
3 Garage Liab
04/20/94 :$ BI (accident)
:$ PD
:EXCESS LIABILITY
04/20/93 :$ 10000p000 Occurrence
:A :[X] Umbrella: :071 XS
23299088 :$ 1#000p000 Aggregate
I Other
04/20/94 : ---------------------------
---------------------------------------------------
:[ ] Statutory Lmts',
:B WORKERS COMP :TSF-110754-00
04/20/93 :$ 500;000 Each Accident
IAND a
:$ 5OOvO0O Disease —Limit
EMPLOYERS LIAR
04/20/94 :$ 5000000 Disease—Empl
... .... . ..
'A :ALL RISK :071 IB
2453477 03/21/93 :$ 2y5000000
:BUILDERS RISK
03/21/94 :$
'Description of o;)erc-itiont�/Icicittior-oig/vehi(::lei5/c)-ther-
WATER LINE CROSSING AT
POLICY ISSUED IN NAME OF CONTRACTOR
LUBBOCK INTERNATIONAL
HIS SUB —CONTRACTORS, OWNER AS ADD'L
AIRPORT
INS'D. INSURANCE IS SPECIFIC AS TO
COVERAGE.
-I- T101 CANC -:1 LA -4
CERTI17lCATFK HOLDET'
N
. . .... .... .. . ....
. . .... ........... =::::':Sh(Atld any of the above., deg-i-cribed policies:
. ...... —--.-----------',be
cancelled before the expiration date
:therecff. the insuing company will endeavorl,
:to mail 10 days written notice to the
:certificate holder named 'to the.? left, bUt
CITY OF LUBBOCK
:failure to mail Such notice shall pose no
:obligation or liability of any kind upon
n th om ny, its agentsor reps.
LUBBOCK, TEXAS 79401
At.tt rp . .. .... .... .
F
TO: CITY OF LUBBOCK
Lubbock, Texas
CERTIFICATE OF INSURANCE
DATE:
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 types of insurance and in accordance with
the provisions of the standard policies used by this Company, the further hereinafter described. Exceptions to standard
' policy noted hereon.
0
TYPE OF INSURANCE
Policy No. Effective Expires Limits of Liability
Workmen's
Compensation
Owner's Protec-
Per Person
S
tive or Contin-
Per Occurrence
S
gent Liability
--------------------------------------------------------------------------------------------------------------------
Property Damage
S
Contractor's
Per Person
S
Protective or
Per Occurrence
S
Contingent
Property Damage
S
Liability
--------------------------------------------------------------------------------------------------------------------
Per Person
S
Automobile
Per Occurrence
S
--------------------------------------------------------------------------------------------------------------------
Property Damage
S
Comprehensive
General Liability
S
Umbrella liability S
--------------------------------------------------------------------------------------------------------------------
The foregoing Policies (do) (do not) cover all subcontractors.
Locations Covered
DESCRIPTION of Operations Covered
The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or cancele7
by the insurer in less than the legal time required after the insured has received written notice of such change or
cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation.
FIVE COPIES OF THIS CERTIFICATE
MUST BE SENT TO THE OWNER.
(Name of Insurer)
By:
Title
0
No Text
F
r
F
CONTRACT
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this /• �liiQ �� r
by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through David R. Langston,
Mayor, thereunto authorized to do so, hereinafter referred to as OWNER, and Knox. Gailey, & Meador. Inc. of the
City of Lubbock, County of Lubbock, and the state of TEXAS, hereinafter termed CONTRACTOR.
WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and
performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the
CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as
follows:
BID #12723 - LUBBOCK INTERNATIONAL AIRPORT EMERGENCY ACCESS ROADS - WATER LINE CROSSING, 1N THE AMOUNT
OF $40,390.00.
and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or
their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence,
Labor, insurance and other accessories and services necessary to complete the said construction in accordance with
the contract documents as defined in the General Conditions of 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 proposal submitted therefore, subject to additions and deductions, as provided in the contract -documents
and to make payment on account thereof as provided therein.
1N WITNESS WHEREOF, the parties to these presents h reexecuted��th agreement in L ck,-Lubbock- County,
Texas in the year and day first above written.
ATTEST:
Secretary
rAPPROVED AS TO CONTENT:
6
APB PJiOVEq AS TO FORM \
r
ATTEST:
01.
01
V
CONTRACTOR
Knox, Gailey, & Meador, Inc.
By:
Tit
CON
F
No Text
P_
GSURAL CONDITIONS OF THE AGREEMENT
OWNER
Whenever the word Owner, or the expression Party of the First Part, or First Party, are used in this con-
tract, it shall be understood as referring to the City of Lubbock, Texas.
CCNTRACTCR
Whenever the word Contractor, or the expression Party of the Second Part, or Second Party, is used, it shall
be understood to mean the person, persons, cc -partnership or corporation, to -wit: Knox, Gailey, &Meador, Inc.
who has agreed to perform the work embraced in this contract, or to his or their legal representative.
3. MNER'S REPRESENTATIVE
Whenever the word owner's Representative or representative is used in this contract, it shall be understood
as referring to Bern Case, Director of Aviation , city of Lubbock, under
whose supervision these contract documents, including the plans and specifications, were prepared, and who
will inspect constructions; or to such other representative, supervisor, or inspector as may be authorized
by said Owner to act in any particular under this agreement. Engineers, supervisor or inspectors will act
for the Owner wider the direction of Owner's Representative, but shaLL not directly supervise the Contractor
or men acting.in behalf of the Contractor.
�. CONTRACT DOCUMENTS
The contract documents shall consist of the Notice to Bidders, General Instructions to Bidders, Proposal,
On Signed Agreement, Statutory Bonds Of required), General Conditions of the Agreement, Special Conditions of
the Agreement (if any), Specifications, Plans, Insurance Certificate, and all other documents made available
to Bidder for his inspection in accordance with the Notice to Bidders.
i. 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.
Whenever in the Specifications or drawings accompanying this agreement, the terms of description of various
on qualities relative to finish, workmanship, or other qualities of similar kind which cannot, from their na-
ture, be specifically and clearly described and specified, but are necessarily described in general terms,
the fulfillment of which must depend on individual judgment, then, in all such cases, any question of the
on fulfillment of said Specifieatimm shall be decided by the owner's Representative, and said work shall be
done in accordance with his interpretations of the meaning of the words, terms, or clauses defining the
character of the work.
No. SUBCONTRACTOR
The term Subcontractor, as employed herein, includes only these having a direct contract with the Contractor
• for performance of work on the project contemplated by these contract documents. Owner shall have no re-
sponsibility to any Subcontractor emptoyed 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.
p.
T. WRITTEN NOTICE
Written notice shall be deemed to have been duly served if delivered in person to the individual or to a
member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent
certified mail to the last business address known to him who gives the notice.
a. WORK
Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery,
equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and
all other facilities necessary for the execution and completion of the work covered by the contract docu-
ments. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be
of a goad quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and
quality of materials. Materials or work described in words which so applied have well known, technical or
trade meaning shall be held to refer such recognized standards.
All work shall be done and all materials furnished in strict conformity with the contract documents.
4. SUBSTANTIALLY COMPLETED
The term "Substantially Completed" is meant that the structure or project contemplated by the contract docu-
ments has been made suitable for use or occupancy or the facility is in a condition to serve its intended
purpose, but still may require minor miscellaneous work and adjustment.
10. LAYOUT
Except as specifically provided herein, the Contractor shell be responsible for laying out all work and
shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative
will check the Contractor's layout of all major structures and any other layout work done by the Contractor
at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly
locating all work in accordance with the Plans and Specifications.
11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE
The Contractor shall be furnished with one copies of all Plans, Profiles and Specifications without expense
to him and he shall keep one copy of same consistently accessible an the job site.
12. RIGHT OF ENTRY
The Owner's Representative may make periodic visits to the site to observe the progress of quality of the
executed work and to determine, in general, if the work is proceeding in accordance with the contract docu-
ments. He will not be required to make exhaustive or continuous on -site inspections to check the quality or
quantity of the work, nor will he be responsible for the construction means, methods, techniques, sequences
or procedures, or the safety precautions incident thereto. His efforts will be directed towards providing
assurances for the Owner that the completed project will conform to the requirements of the contract docu-
ments, but he will not be responsible for the Contractor's failure to perform the work in accordance with
the Contract Documents. On the basis of his on -site observations, he will keep the Owner informed of the
progress of the work and will endeavor to guard the Owner against defects and deficiencies in the work of
the Contractor.
r
PM
13. LINES AND GRADES
All lines and grades shall be furnished by the Owner's Representative whenever necessary for the commence-
ment of the work contemplated by these contract documents or the completion of the work contemplated by
these contract documents. Whenever necessary, Contractor shall suspend his work in order to permit Owner's
Representative to comply with this requirement, but such suspension will be as brief as practical and Con-
tractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Repre-
sentative ample notice of the time and place where lines and grades will be needed. All stakes, marks,
etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by him,
his Subcontractors, or his employees, such stakes, marks, etc., shall be replaced by the Owner's Representa-
tive at Contractor's expense.
14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY
Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's
Representative shall review all work included herein. He has the authority to stop the work whenever such
^.. stoppage may be necessary to insure the proper execution of the contract. In order to permit delays and
disputes and to discourage litigation, it is further agreed that the Owner's Representative shall, in all
cases, determine the amounts and quantities of the several kinds of work which are to be paid for under this
contract. He shalt determine all questions in relation to said work and the construction thereof, and
r shall, in all cases, decide every question which may arise relative to the execution of this contract on the
part of said Contractor. The Owner's Representative's estimates and findings shall be conditions precedent
to the right of the parties hereto to arbitration or to any action on the contract, and to any rights of the
Contractor to receive any money under this contract; provided, however, that should owner's Representative
render any decision or give any direction, which in the opinion of either party hereto, is not in accordance
with the meaning and intent of this contract, either party may file with said owner's Representative within
r 30 days his written objection to the decision or direction so rendered, and by such action may reserve the
right.to submit the questions so raised to arbitration as hereinafter provided. It is the intent of this
Agreement that there shall be no delay in the execution of the work, therefore, written decisions or direc-
tion of the Owner's Representative as rendered shall be promptly carried out, and any claim arising there-
from shall be thereafter adjusted to arbitration as hereinafter provided.
The Owner's Representative shall, within a reasonable time, render and deliver to both the Owner and the
OM, Contractor a written decision on all claims of the parties hereto and on all questions which may arise rela-
tive to the execution of the work or the interpretation of the contract, specifications end plans. Should
the Owner's Representative fail to make such decision within a reasonable time, an appeal to arbitration may
be taken as if his decision had been rendered against the party appealing.
15. SSUPERINTENDENCE AND INSPECTION
"+ It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint
from time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative
may deem proper to inspect the materials furnished and the work'done under this Agreemeant, and to see that
�+ said material is furnished and said work is done in accordance with the specifications therefore. The Con-
tractor 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 shalt regard and obey
the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when
such directions and instructions are consistent with the obligations of this Agreement and accompanying
plans and specifications provided, however, should the Contractor object to any orders by any subordinate
engineer, supervisor or inspector, the Contractor may within six (6) days make written appeal to the Owner's
^" Representative for his decision.
PM
ow
16. CONTRACTOR'S DUTY AND SUPERINTENDENCE
The Contractor shall give personal attention to the faithful prosecution and completion of this contract and
shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all
satisfactory to Owner's Representative. The superintendent shall represent the Contractor in his absence
and all directions given to him shall be binding as if given to the Contractor. Adequate supervision by
competent and reasonable representatives of the Contractor is essential to the proper performance of the
work and lack of such supervision shall be grounds for suspending operations of the Contractor.
The work, from its commencement to completion, shall be under the exclusive charge and control of the Con-
tractor and all risk in connection therewith shall be borne by the Contractor.
The Owner or Owner's Representatives will not be responsible for the acts or omissions of the Contractor, or
any subcontractors, or any of his agents or employees, or any other persons performing any of the work.
17. CONTRACTOR'S UNDERSTANDING
It is understood and agreed that the Contractor has, by careful examination, satisfied himself as to the na-
ture and location of the work, the confirmation of the ground, the character, quality and quantity of mate-
rials to be encountered, the character of equipment and facilities needed preliminary to and during the
prosecution of the work, and the general and local conditions, and all other matters which in any way effect
the work under this contract. No verbal agreement or conversation with any officer, agent, or employee of
the Owner, either before or after the execution of this contract, shall effect or modify any of the terms or
obligations herein contained.
18. CHARACTER OF WORKMEN
The Contractor agrees to employ only orderly and competent men, skillful in the performance in the type of
work required under this contract, to do the work; and agrees that whenever the owner's Representative shall
inform him in writing that- any man or men on the work, are, in his opinion, incompetent, unfaithful, or dis-
orderly, such man or mien shall be discharged from the work and shall not again be empLayed.on the work with-
out the owner's Representative's written consent.
19. CONSTRUCTION PLANT
The Contractor shaLL provide all labor, tools, equipment, machinery and materials necessary in the prosecu-
tion and completion of this contract where it is not otherwise specifically provided that Owner shall fur-
nish same, and it is also understood that Owner shall not be held responsible for the care, preservation,
conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it
is finally completed and accepted.
The building of structures for the housing of men or equipment will be permitted only at such places as the
Owner's Representative shall direct, and the sanitary conditions of the grounds in or about such structure
shall at all times be maintained in a manner satisfactory to the Owner's Representative.
20. SANITATION
Necessary sanitary conveniences for the use of Laborers on the work. site, properly secluded from public ob-
servation, shall be constructed and maintained by the Contractor in such manner and at such points as shaLL
be approved by the Owner's Representative and their use shall be strictly enforced.
.•
21. OBSERVATION AND TESTING
The Owner or Owner's Representative shall have the right at all reasonable times to observe and test the
work. Contractor shall make necessary arrangements and provide proper facilities and access for such obser-
vation and testing at any location wherever work is in preparation or progress. Contractor shall ascertain
the scope of any observation which may be contemplated by Owner or Owner's Representative and shall give am-
ple notice as to the time each part of the work will be ready for such observation. Owner or owner's Rep-
resentative may reject any work found to be defective or not in accordance with the contract documents, re-
gardless of the stage of its completion or the time or place of discovery of such errors and regardless of
^„ whether Owner's Observer has previously accepted the work through oversight or otherwise. If any work
should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Repre-
sentative, be uncovered for examination at Contractor's expense. In the event that any part of the work is
being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Represente-
'w tive to make observations of such work or require testing of said work, then in such event Owner or Owner's
Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection,
testing or approval made by persons competent to perform such tasks at the location where that part of the
work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed
by the American Society for Testing and Materials or such other applicable organization as may be required
by law or the contract documents.
rr
If any work which is required to be inspected, tested, or approved is covered up without written approval or
consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representa-
tive, be uncovered for observation and testing at the Contractor's expense. The cost of all such Inspec-
tions, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work
which fails to meet the requirements of any such tests, inspections or approval, and any work which meets
the requirements of any such tests or approval but does not meet the requirements of the contract documents
shall be considered defective. Such defective work shall be corrected at the Contractor's expense.
Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by
Owner, Owner's Representative, or other persons authorized under this agreement to make,such inspections,
tests, or approvals shall relieve the Contractor from his obligation to perform the work in accordance with
the requirements of the contract documents.
P- 22. DEFECTS AND THEIR REMEDIES
It is -further agreed that if the work or any part thereof, or any material brought on the site of the work
for use in the work or selected for the same, shall be deemed by the Owner or Owners' Representative as un-
suitable or not in conformity with plans, specification and contract documents, the Contractor shall, after
receipt of written notice thereof from the Owner's Representative, forthwith remove such material and re-
build or otherwise remedy such work so that it shall be in full accordance with this contract. It is fur-
ther 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 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 in-
crease 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 mate-
rial already furnished or used in said work, then the owner shall recompense the Contractor for any material
or labor so used, and for any actual loss occasioned by such change, due to actual expenses incurred in
preparation for the work as originally planned.
24. EXTRA WORK
The term "extra work" as used in this contract 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, al-
teration or addition to the work as shown on the plans and specifications or contract documents and not cov-
ered by Contractor's proposal, except as provided under Changes and Alterations herein.
It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representa-
tive when presented with a written work order signed by the Owner's Representative; subject, however, to the
right of the Contractor to require written confirmation of such extra work order by the Owner. It is also
agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined
by the following methods:
Method (A) By agreed unit prices; or
Method (B) - By agreed lump sum; or
Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is com-
menced, then the Contractor shall be paid the actual field cost of the work, plus
fifteen (15%) per cent.
In the event said extra work be performed and paid for under Method (C), then the provisions of this para-
graph shall apply and the nactual field cost" is hereby defined to include the cost of all workmen, such as
foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and
equipment, for the time actually employed or used on such extra work, plus actual transportation charges
necessarily incurred, together with all expenses incurred directly on account of such extra work, including
Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workmen's
Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or
Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts
of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's
Representative. The Owner's Representative may also specify in writing, before the work commences, the
method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these mat-
ters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machin-
ery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of
Equipment and Ownership Expenses adopted by the Associated General Contractors of America. where practical,
the 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 com-
pensate him for his profit, overhead, general superintendence and field office expense, and all other ele-
ments of cost and expense not embraced within the actual field cost as herein defined, save that where the
Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost
to maintain and operate the same shall be included in the "actual field cost."
No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In
case any orders or instructions appear to the Contractor to involve extra work for which he should receive
compensation or an adjustment in the construction time, he shall make written request to the Owner's Repre-
sentative for a written order authorizing such extra work. Should a difference of opinion arise as to what
does or does not constitute extra work or as to the payment therefore, and the owner's Representative in-
sists upon its performance, the Contractor shall proceed with the work after making written request for
written order and shall keep adequate and accurate account of the actual field cost thereof, as provided
under Method (C). The Contractor will thereby preserve the right to submit the matter of payment to arbi-
tration as herein below provided.
P_
oft
25. DISCREPANCIES AND OMISSIONS
it is further agreed that it is the intent of this contract that all work described in the proposal, the
specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor
and that such price shell include all appurtenances necessary to cc plete the work in accordance with the
intent of these contract documents as interpreted by Owner's Representative. if the Contractor finds any
.• discrepancies or omissions in these plans, specifications, or contract documents, he should notify the
Owners' Representative and obtain a clarification before the bids are received, and if no such request is
received by the owner's Representative prior to the opening of bids, then it shall be considered that the
Contractor fully understands the work to be included and has provided sufficient sums in his proposal to
complete the work in accordance with these plans and specifications. it is further understood that any re-
quest for clarification must be submitted no later than five days prior to the opening of bids.
om 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.
.�• it at any time the workingforce of the Contractor is inadequate
dequate for securing the progress herein speci-
fied, the Contractor shall, it so ordered in writing, increase his force or equipment, or both, to such an
extent as to give reasonable assurance of compliance with the schedule of progress.
27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC
The Contractor shall take out and procure a policy or policies of Workmen's Compensation insurance with an
insurance company licensed to transact business in the State of Texas, which policy shall comply with the
Workmen's 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
r• or municipal laws or regulations. The Contractor, his sureties and insurance carriers shall defend, indem-
nify and save harmless the Owner and all of its officers, agents and employees from all suits, actions, or
claims of any character whatsoever, brought for or on account of any injuries or damages received or sus-
tained by any person or persons or property, on account of any negligent act or fault of the Contractor or
any subcontractor, their agents or employees, in the execution and supervision of said contract, and the
project which is the subject matter of this contract, on account of the failure of Contractor or any subcon-
tractor to provide necessary barricades, warning lights, or signs and will be required to pay any judgment
with costs which may be obtained against the Owner or any of its officers, agents, or employees including
attorney's fees.
.+ The safety precautions taken shall be the sole responsibility of the Contractor, in his sole discretion as
an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be
given by the owners or the Owner's Representative concerning omissions under this paragraph as the work pro-
gresses, are intended as reminders to the Contractor of his duty and shall not be construed as any assump-
tion of duty to supervise safety precautions by either the Contractor or any of his subcontractors.
MW
2B. CONTRACTOR'S INSURANCE
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. Comprehensive General Liability Insurance
The contractor shall have Comprehensive General Liability Insurance with limits of $500,000 Combined Single
Limit in the aggregate and per occurrence to include:
Premises and Operations
Explosion & Collapse Hazard
Underground Damage Hazard
Products & Completed Operations Hazard
Contractual Liability
Independent Contractors Coverage
Personal Injury (with exclusion "c" waived)
The City is to be named as an additional insured on this policy for this specific job, and copy of the
endorsement doing so is to be attached to the Certificate of Insurance.
B. Owner's Protective or Contingent Public Liability Insurance and Property Damage Liability Insurance.
The Contractor shall obtain an Owner's Protective or Contingent Public Liability Insurance policy naming the
City of Lubbock as insured and the amount of such policy shall be as follows:
For bodily injuries, including accidental death and or property damage, $500,000 Combined Single Limit.
C. Comprehensive Automobile Liability Insurance
The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than;
Bodily Injury/Property Damage, $500,000 Combined Single Limit,
to include all owned and nonowned cars including: Employers Nonownership Liability Hired and Nonowned
Vehicles. The City is to be named as an additional insured on this policy for this specific Job and copy of
the endorsement doing so is to be attached to the Certificate of Insurance.
D. Builder's Risk Insurance
The Contractor shall obtain a Builder's Risk policy in the amount of (100% of potential loss) .—
naming the City of Lubbock as insured.
E. Excess or Umbrella Liability Insurance
The Contractor shall have Excess or Umbrella Liability Insurance in the amount of $500,000 with coverage to
correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverages.
The City is to be named as an additional insured on this policy for this specific Job and copy of the
endorsement doing so is to be attached to the Certificate of Insurance.
F. Worker's Compensation and Employers liability Insurance
As required by State statute covering all employees whether employed by the Contractor or any Subcontractor
on the job with Employers Liability of at least E500,000
*�^ 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.
P_
(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 bid specifications.
.., (6) A provision that written notice shalt 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.
29. DISABLED -EMPLOYEES
^ Contractors having more than 15 employees agree to comply with the Americans with Disabilities Act of 1990, and
agree not to discriminate against a qualified individual with a disability because of the disability of such
individual in regard to Job application procedures, the hiring, advancement, or discharge of employees, employee
^ compensation, Job training, and other terms, conditions, and priviliges of employment.
30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS, LABORERS, MATERIALMEN, AND FURNISHERS OF MACHINERY, EQUIPMENT AND
SUPPLIES
r
The Contractor agrees that he will indemnify and save the Owner harmless from all claims growing out of any demands
of subcontractors, laborers, workmen, mechanics, materialmen and furnishers of machinery and parts thereof,
equipment, power tools, all suppliers, including commissary, incurred in the furtherance of the performance of this
contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the
nature hereinabove designated have been paid, discharged or waived.
If during the progress of the work, Contractor shall allow any indebtedness to accrue for work furnished by any of
those designated in the preceding paragraph and shall fail to pay and discharge any such indebtedness within five
(5) days after demand is made, then Owner may, during the period for which such indebtedness shall remain unpaid,
withhold from the unpaid portion of this contract, a sum equal to the amount of such unpaid indebtedness or may
apply the sum so withheld to discharge any such indebtedness.
Any and all communications between any party under this paragraph must be in writing.
30. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION
The contractor shall pay all royalties and license fees, and shall provide for the use of any design, de-
vice, material or process covered by letters patent or copyright by suitable legal agreement with the Paten-
tee or Owner thereof. The Contractor shall defend all suits or claims for infringement of any patent or
copyrights and shall indemnify and save the Owner harmless from any loss on account thereof, except that
Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular
design, device, material or process or the product of a particular manufacturer or manufacturers is speci-
fied or required in these contract documents by Owner; provided, however, if choice of alternate design, de-
vice, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner harm -
Less from any loss on account thereof. If the material or process specified or required by Owner is an in-
fringement, the Contractor shall be responsible for such loss unless he promptly gives written notice to the
Owner of such infringement.
31. LAWS AND CROINANCES
The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and
regulations, which in any manner effect the contract or the work, and shall indemnify and save harmless the
Owner against any claims arising from the violation of any such laws, ordinances, and regulations, whether
by the Contractor or his employees. If the Contractor observes that the plans and specifications are at
variance therewith, he shall promptly notify the Owners' Representative in writing and any necessary changes
shall be adjusted as provided in the contract for changes in the work. If the Contractor performs any work
knowing it to be contrary to such laws, ordinances, rules and regulations, and without such notice to the
Owner's Representative, he shall bear all costs arising therefrom.
The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, in-
sofar as the same regulates the objects for which, or the manner in which, or the conditions under which the
Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to
the same effect as though embodied herein.
32. ASSIGNMENT AND SUBLETTING
The Contractor further agrees that he will retain personal control and will give his personal attention to
the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature
of the work, or materials required in the performance of this contract, shall not relieve the Contractor
from his full obligations to the Owner, as provided by this contractual agreement.
33. TIME FOR COMPLETION AND LIQUIDATED DAMAGES
It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of
beginning and time for completion as specified in the contract of work to be done hereunder are essential
conditions of this contract; and it is further mutually understood and agreed that the work embraced in this
contract shall be commenced on a date to be specified in the Notice to Proceed.
If the Contractor should neglect, fail, or refuse to complete the work within the time herein specified, or
any proper extension thereof granted by the Owner, then the Contractor does hereby agree as part of the con-
sideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total
compensation, the sum of t500.00 PER DAY, not as a penalty, but as liquidated damages for the breach of the
contract as herein set forth for each and every calendar day that the Contractor shalt be in default after
the time stipulated for completing the work.
It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the com-
pletion of the work described herein is reasonable time for the completion of the same, taking into consid-
eration the average climatic change and conditions and usual industrial conditions, prevailing in this local
r• ity•
The amount is fixed and agreed upon by and between the Contractor and the Owner because of the impractica-
bility and extreme difficulty in fixing and ascertaining actual damages the Owner woutd in such event sus-
tain, and the amount is agreed to be damages the Owner would sustain and shall be retained by the Owner from
current periodical estimates for payments or from final payment.
It is further agreed and understood between the Contractor and owner that time is of the essence of this
contract.
34. TIME AND ORDER OF COMPLETION
It is the meaning and intent of this contract; unless otherwise herein specifically provided, that the Con-
tractor shall be allowed to prosecute his work at such time and sessions, in such order of precedence, and
in such manner as shall be most conductive to ec onomy of construction; provided, however, that the order and
time of prosecution shall be such that the work shall be substantially compteted as a whole and in part, in
accordance with this contact, the plans and specifications, and within the time of completion designated in
the proposals; provided, also, that when the owner is having other work done, either by contract or by his
own force, the Owner's Representative may direct the time and manner of constructing work done under this
contract so that conflicts will be avoided and the construction of the various works being done for the
Owner shall be harmonized.
The Contractor shall submit, at such times as may reasonably be requested by the Owners Representative,
schedutes which shall show the order in which the Contractor proposes to carry on the work, with dates at
r which the Contractor will start the several parts of the work and estimated dates of completion of the sev-
eral parts.
,. 35. EXTENSION OF TIME
The Contractor agrees that he has submitted his proposal in full recognition of the time required for the
completion of this project, taking into consideration the average climatic range and industrial conditions
PM prevailing in this locality, and has considered the liquidated damage provisions of paragraph 33 hereinabove
set forth and that he shall not be entitled to, nor will he request, an extension of time on this contract,
except when his work has been delayed by an act or neglect of the Owner, Owner's Representative, employees
... of the Owner or other contractors employed by the owner, or by changes ordered in the work, or by strike,
walk -outs, acts of God or the public enemy, fire or flood. The Contractor may apply in writing for an ex-
tension of time, submitting therewith all written justification as may be required by Owner's Representative
PM for such an extension as requested by Contractor. The Owner's Representative within ten (10) days after re-
ceipt of a written request for an extension of time by the Contractor supported by all requested docu-
mentation shall then submit such written request to the City Council of the City of Lubbock for their con-
sideration. Should the Contractor disagree with the action of City Councit on granting an extension of
r• time, such disagreement shall be settled by arbitration as hereinafter provided.
36. HINDRANCE AND DELAYS
In executing the contract agreement, the Contractor agrees that in undertaking to complete the work within
the time herein fixed, he has taken into consideration' and made allowances for all hindrances and delays in -
PM cident to such work, whether growing out of delays in securing material or workmen or otherwise. No charge
on
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 judgment of the Owner's _
Representative that is caused by such stoppage shall be paid by Owner to Contractor.
37. QUANTITIES AND MEASUREMENTS
No extra or customary measurements of any kind will be allowed, but the actual measured or computed length,
area, solid contents, number and weight only &hall 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 shorn for the various
classes of work to be done and material to be furnished under this contract, they are approximate and are to
be used only as a basis for estimating the probable cost of the work and for comparing their proposals of-
fered for the work. It is understood and agreed that the actual amount of work to be done and the materials
to be furnished under this contract may differ somewhat from these estimates, and that where the basis for
payment under this contract is the unit price method, payment shall be for the actual amount of work done
and materials furnished on the project.
38. PROTECTION OF ADJOINING PROPERTY
The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any
way encountered, which may be injured or seriously affected by any process of construction to be undertaken
under this agreement, from any damage or injury by reason of said process of construction; and he shall be
Liable for any and all claims for such damage on account of his failure to fully protect all adjacent
property. The Contractor agrees to indemnify, save and hold harmless the Owner against any claim or claims
for damages due to any injury to any adjacent or adjoining property, arising or growing out of the perfor-
mance of this contract, but such indemnity shall not apply to any claim of any kind arising out of the exis-
tence or character of the work.
39. PRICE FOR WORK
In consideration of the furnishing of all necessary labor, equipment and material and the completion of all
work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity
with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price
set forth in the proposal attached hereto, which has been made a part of this contract, and the Contractor
hereby agrees to receive such price in full for furnishing all materials and all labor required for the
aforesaid work, also, for all expenses incurred by him and for well and truly performing the same and the
whole thereof in the manner and according to this agreement, the attached specifications, plans, contract
documents and requirements of Owner's Representative.
40. PAYMENTS
No payments made or certificates given shall be considered as conclusive evidence of the performance of the
contract, either wholly or in part, nor. shall any certificate or payment be considered as acceptance of de-
fective work. Contractor shall at any time requested during the progress of the work furnish the Owner or
Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness
in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or
otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the con-
tract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all
claims against owner which have not theretofore been timely filed as provided in this contract.
r
41. PARTIAL PAYMENTS
On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an applica-
tion for partial payment. Owner's Representative shall review said application for partial payment and the
progress of the work made by the Contractor and if found to be in order shall prepare a certificate for par-
tial payment showing as completely as practical the total value of the work done by the Contractor up to and
including the last day of the preceding month; said statement shall also include the value of all sound ma-
terials delivered on site of the work that are to be fabricated into the work.
go* The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount
of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5%
shall be retained until final payment, and further, less all previous payments and all further sums that may
be retained by owner under the terms of this agreement. It is understood, however, that in case the whole
work be near to completion, and this fact is certified to by Owner's Representative and some unexpected and
some unusual delay occurs due to no fault or negligence on the part of the Contractor, the Owner may upon
written recommendation of Owner's Representative pay a reasonable and equitable portion of the retained per-
,..centage due Contractor.
42. FINAL COMPLETION AND ACCEPTANCE
PON
Within thirty-one (31) days after the Contractor has given the Owner's Representative written notice that
the work has been completed or substantially completed, the Owner's Representative and the owner shall in-
spect the work and within said time, if the work be found to be completed or substantially completed in ac-
cordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor his
certificate of completion, and thereupon it shall be the duty of the Owner within thirty-one (31) days to
issue a certificate of acceptance of the work to the Contractor.
r
43. FINAL PAYMENT
Upon the issuance of the certificate of co Aetion, the Owner's Representative shall proceed to make final
measurement and prepare a final statement of -the value of all work performed and materials furnished under
the terms of the agreement, and shall certify same to the Owner, who shall pay to the. Contractor on or be-
fore the 31st day after the date of certificate of completion, the balance due Contractor under the terms of
this agreement, provided he has fully performed his contractual obligations under the terms of this con-
tract; and said payment shall become due in any event upon said performance by the Contractor. Neither the
certificate of acceptance nor the final payment, nor any provision in the contract documents shall relieve
the Contractor of the obligation for fulfillment of any warranty which may be required in the special condi-
tions (if any) of this contract or required in the specifications made apart of this contract.
44. CORRECTION OF WORK BEFORE FINAL PAYMENT FOR WORK
r
Contractor shall promptly remove from Owners' premises all materials condemned by the Owner's Representative
on account of failure to conform to the contract, whether actually incorporated in the work or not, and Con-
tractor shall at his own expense promptly replace such condemned materials with other materials conforming
to the requirements of the contract. Contractor shall also bear the expense of restoring all work of other
contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such
condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative,
Owner may remove and replace it at Contractor's expense.
45. CORRECTION OF WORK AFTER FINAL PAYMENT
Neither the final payment nor certificate nor any provision in this contract shall relieve the Contractor of
responsibility for faulty materials or workmanship, and he shall remedy any defects due thereto and pay for
oft any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the
ON*
date of substantial completion. The Owner or the Owner's Representative shall give notice of observed de-
fects with reasonable promptness.
46. PAYMENT WITHHELD
The Owner may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any
certificate to such extent as may be necessary to protect himself from loss on account of:
(a) Defective work not remedied.
(b) Claims filed or reasonable evidence indicating possible filing of claims.
(c) Failure of the Contractor to make payments promptly to subcontractors or for materials or labor.
(d) Damage to another contractor.
When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner,
which will protect the Owner in the amount withheld, payment shall be made for amounts withheld because of
them.
47. TIME OF FILING CLAIMS
It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the
Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) days after the
Owner's Representative has given any directions, order or instruction to which the Contractor desires to
take exception. The Owners' Representative shall reply to such written exceptions by the Contractor and
render his final decision in writing. in case the Contractor should appeal from the decision of the Owner's
Representative, any demand for arbitration shall be filed with the Owner's Representative and the Owner in
writing within ten (10) days after the date of delivery to Contractor of the final decision of the Owner's
Representative. It is further agreed that final acceptance of the work by the owner snd the acceptance by
the Contractor of the final payment shall be a bar to any claim by either party, except where noted other-
wise in the contract documents.
48. ARBITRATION
All questions of dispute under this agreement shall be submitted to arbitration at the request of either
party to the dispute. The parties may agree upon one arbitrator, otherwise, there shall be three; one named
in writing by each party and the third chosen by the two arbiters selected; or if the arbiters fail to se-
lect a third within ten (10) days, he shall be chosen by the District Judge, 72nd Judicial District of
Texas. Each arbiter shall be a resident of the City of Lubbock. Should the party demanding arbitration
fail to name an arbiter within ten (10) days of the demand, his right to arbitrate shall lapse, and the de-
cision of the owner's Representative shall be final and binding on him. Should the other party fait to
choose an arbiter within ten (10) days, the Owner's Representative shall appoint such arbiter. Should ei-
ther party refuse or neglect to supply the arbiters with any papers or information demanded in writing, the
arbiters are empowered by both parties to take Ex Parte Proceedings.
The arbiters shall act with promptness. The decision of any two shall be binding on both parties to the
contract, unless either or both parties shall appeal within ten (10) days from date of the award by the ar-
biters, and it is hereby agreed that each party shall have the right of appeal and all proceedings shall be
according to and governed by Arbitration Statutes of Texas, being Article 224, et seq., Vernon's Annotated
Civil Statutes. THE DECISION OF THE ARBITERS UPON ANY QUESTION SUBMITTED TO ARBITRATION UNDER THIS CONTRACT
SHALL BE A CONDITION PRECEDENT TO ANY RIGHT OF LEGAL ACTION.
.—
.M
The arbiters, if they deem the case demands it, are authorized to award the party whose contention is sus -
twined, such sums as they deem proper for the time, expense and trouble incident to the appeal, and if the
appeal was taken without reasonable cause, they may award damages for any delay occasioned thereby. The ar-
w• biters shall fix their own compensation, unless otherwise provided , ompe p by agreement and shall assess the costs
and charges of the arbitration upon either or both parties. The award of the arbiters must be made in writ-
ing and shall not be open to objection on account of the form of proceedings or award.
b
49. ABANDONMENT BY CONTRACTOR
In case the Contractor should abandon and fail or refuse to resume work within ten (10) days after written
notification from the Owner or the Owner's Representative, or if the Contractor fails to comply with the or-
ders of the Owner's Representative, when such orders are consistent with this contract, this Agreement, or
the Specification hereto attached, then the Surety on the bond shall be notified in writing and directed to
complete the work and a copy of said notice shall be delivered to the Contractor.
After receiving said notice of abandonment, the Contractor shall not remove from the work any machinery,
�• equipment, tools, materials or supplies then on the job, but the same, together with any materials and
equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the
Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any
r.
rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as
provided for under paragraph 24 of this contract); it being understood that the use of such equipment and
materials will ultimately reduce the cost to complete the work and be reflected in the final settlement.
In case the Surety should fail to commence compliance with the notice for completion hereinbefore provided
for within ten (10) days after service of such notice, then the Owner may provide for completion of the work
in either of the following elective manners:
(a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and sup-
plies as said Owner may deem necessary to complete the work and charge the expense of such labor,
machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged
shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at
any time become due to the Contractor under and by virtue of this Agreement. In case such expense
is less than the sum which would have been payable under this contract, if the same had been
com-pleted by the Contractor, then said Contractor shall receive the difference. In case such expense
is greater than the sum which would have been payable under this contract, if the same had been com-
plated by said Contractor, then the Contractor and/or his Surety shall pay the amount of such excess
to the Owner; or
(b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspa-
per having a general circulation in the County of location of the work, may let the contract for the
.. completion of the work under substantially the ',same terms and condition which are provided in this
contract. In case of any increase in cost to the Owner under the new contract as compared to what
would have been the cost under this contract, such increase shall be charged to the Contractor and
the Surety shall be and remain bound therefore. However, should the cost to complete any such new
contract prove to be less than that which would have been the cost to complete the work under this
contract, the Contractor or his Surety shall be credited therewith.
r
When the work shall have been substantially completed, the Contractor and his Surety shall be so notified
and certificates of completion and acceptance, as provided in paragraph 42 hereinabove set forth, shall be
Issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as
r being correct shall then be prepared and delivered to Contractor and his Surety, whereon the Contractor or
his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within
30 days after the date of certificate of completion.
r
am
In the event the statement of accounts shows that the cost to complete the work is less than that which
would have been the cost to the Owner had the work been completed by the Contractor under the terms of this
contract, or when the Contractor and/or his Surety shall pay the balance shown to be due by them to the
Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be
turned over to the Contractor and/or his Surety. Should the cost to complete the work exceed the contract
price, and the Contractor and/or his Surety fail to pay the amount due the Owner within the time designated
hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the
work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the
Contractor and his Surety at the respective addresses designated in this contract; provided, however, that
actual written notice given in any manner will satisfy this condition. After mailing, or other giving of
such notice, such property shall be held at the risk of the Contractor and his Surety subject only to the
duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) days from the date
of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net
sum derived from such sale to the credit of the Contractor and his Surety. Such sale may be made at either
public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machin-
ery, equipment, tools, materials, or supplies which remain on the *jobsite and belong to persons other than
the Contractor or his Surety, to their proper owners.
50. ABANDONMENT BY OWNER
In case the Owner shall fail to comply with the terms of this contract, and should fail or refuse to comply
with said terms within ten (10) days after written notification by the Contractor, then the Contractor may
suspend or wholly abandon the work, and may remove therefrom all machinery, tools, and equipment, and all
materials on the ground that have not been included in payments to the Contractor and have not been incorpo-
rated into the work. Thereupon, the Owner's Representative shall make an estimate of the total amount
earned by the Contractor, which estimate shall include the value of all work actually completed by said Con-
tractor at the prices stated in the the attached proposal, the value of all partially completed work at a
fair and equitable price, and the amount of all Extra Work performed at the prices agreed upon, or provided
for by the terms of this contract, and a reasonable sum to cover the cost of any provisions made by the Con-
tractor to carry the whole work to completion, and which cannot be utilized. The Owner's Representative
shall then make a final statement of the balance due the Contractor by deducting from the above estimate all
previous payments by the Owner and all other sums that may be retained by the owner under the terms of this
Agreement, and shall certify same to the Owner who shall pay to the Contractor on or before thirty (30) days
after the date of the notification by the Contractor the balance shown by said final statement as due the
Contractor, under the terms of this Agreement.
51. BONDS
The successful bidder shall be required to furnish a performance bond and payment bond in accordance with
Article 5160, Vernon's Amotated Civil Statutes in the amount of 100% of the total contract price, in the
event said contract price exceeds $25,000.00. If the contract price does not exceed $25,000.00, the statu-
tory bonds will not be required. All bonds, if required, shall be submitted on forms supplied by the Owner,
and executed by an approved Surety Company authorized to do business in the State of Texas. And it is fur-
ther agreed that this contract shall not be in effect until such bonds are so furnished.
52. SPECIAL CONDITIONS
In the event special conditions are contained herein as part of the contract documents and said special con-
ditions conflict with any of the general conditions contained in this contract, then in such event the
special conditions shall control.
OSSES FROM NATURAL CAUSES
Unless otherwise specified herein, all loss or damage to the Contractor arising out of the nature of the
work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution
of the same, or from unusual obstructions or difficulties which may be encountered in the prosecution of the
work, shall be sustained and borne by the Contractor at his own cost and expense.
INDEPENDENT CONTRACTOR
Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and au-
thority to direct, supervise, and control his own employees and to determine the method of the performance
of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to ob-
serve Contractorls work during his performance and to carry out the other prerogatives which are expressly
reserved to and vested in the Owner or Owners 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 Owners Representative or to the Contractors own employees or to any other person, firm, or
corporation.
CLEANING UP
The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and
at the completion of the work he shall remove all such debris and also his 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.
17
V
US Department
of Transportation
F*dtral Aviation
Administration
Subject: OPERATIONAL SAFETY ON AIRPORTS
DURING CONSTRUCTION
Advisory
Circular
Date: 5/31/84 AC No: 150/5370-2C
Initiated by: AAS-300 Change:
1. PURPOSE. This advisory circular (AC) sets forth guidelines concerning
the operational safety on airports during construction, to assist airport
operators in complying with Part 139, Certification and Operation: Land
Airports Serving Certain Air Carriers, of the Federal Aviation Regulations
(FAR), and with the requirements of Federally -funded construction projects.
Construction activity is defined as the presence and movement of personnel,
equipment, and materials in any location which could infringe upon the
movement of aircraft. For noncertificated airports and airports with no
grant agreements, application of these provisions will help maintain the
desired level of operational safety during periods of construction.
2. CANCELLATION. AC 150/5370-2B, Operational Safety on Airports With
r Emphasis on Safaty During Construction, dated October. 9, 1981, is canceled.
d
3. RELATED READING MATERIAL. All references cited herein are available
for inspection in any Federal Aviation Administration (FAA) regional
r office.
a. The Federal Aviation Regulations are sold by the Superintendent of
Documents (AC 00-44, Status of Federal Aviation Regulations, current edi-
tion, contains a price list and ordering instructions).
b. AC 150/5370-10, Standards for Specifying Construction of Airports,
is also sold by the Superintendent of Documents (AC 00-2, Advisory Circular
Checklist, current edition, contains ordering instructions).
4. BACKGROUND. Various AC's which detail all major elements of safe,
efficient airport design and construction are available. However, opera-
tional safety on airports may be degraded by construction hazards or margi-
nal conditions that develop after an airport has been opened or approved
.. for operation. This AC addresses that problem. NOTE: Airports which have
received Federal assistance (grants, real or personal property) and air-
ports certificated under FAR Part 139 have mandatory requirements related
to this subject.
k
AC 150/5370-2C 5/31/84
5. GENERAL.
a. The airport operator is responsible for full compliance with the require-
ments of FAR Part 139 for certificated airports and with the provisions of Federal
grant agreements when applicable. Adherence to the following provisions will
materially assist the airport operator in providing the level of safety required.
Local FAA Airports offices have technical expertise to assist airport operators in
all safety matters on airports. (See AC 150/5000-3, Address List for Regional
Airports Divisions and Airports District/Field Offices, current edition.)
b. Each bidding document (construction plans and/or specifications) for air-
port development work or air navigation facility (NAVAID) installation involving
aircraft operational areas should incorporate a section on,safety on airports
during the construction activity. The section, as a minimum, should contain the
appropriate provisions outlined in appendix 1 to -this AC.
c. The airport operator should pay particular attention to the pullback
distances and clearances for any maintenance activities and emergencies that occur
on airports. These include activities which involve maintenance equipment --such as
mowing machines, snowplows, lighting equipment —as well as emergency standbys for
firefighting and rescue equipment.
d. Where feasible and where operational safety is not affected, the airport
operator may choose to keep open operational areas adjacent to construction
activity during construction rather than close them to aircraft activity.
e. At airports that are undergoing a multi -year major redevelopment, a compre-
hensive construction safety plan should be developed. This safety plan may contain
deviations from the criteria outlined in appendix 1 of this AC so long as they are
based upon a commitment by the airport operator and the users to provide the maxi-
mum clearances possible between construction activities and aircraft within the
limits imposed by local conditions.
6. COORDINATION OF AIRPORT CONSTRUCTION ACTIVITIES. Construction activities on an
airport, in proximity to, or affecting aircraft operational areas or navigable
airspace, should be coordinated with the FAA and airport users prior to initiating
such activities. In addition, basic responsibilities and procedures should be
developed and' disseminated to instruct construction personnel in airport procedures
and for monitoring construction activities for conformance with safety require-
ments. These and other safety considerations should be addressed in the earliest
stages of project formulation and incorporated in the contract specifications.
Construction areas located within safety areas requiring special attention by the
contractor should be clearly delineated on the project plans. The airport operator
should closely monitor construction activity throughout its duration to ensure con-
tinual compliance with safety requirements.
a. Formal Notification. A formal notification to the FAA is required by regu-
lation for certain airport projects. For instance, FAR Part 157, Notice of
Construction, Alteration, Activation, and Deactivation of Airports, requires that
FAA be notified in writing whenever a non -Federally funded project involves the
2 Par 5
F
l 5/31/84 AC 150/5370-2C
rconstruction of a new airport; the construction, realigning, altering, activating,
or abandoning of a runway, landing strip, or associated taxiway; and the deac-
tivating or abandoning of an entire airport. Formal notification is made by sub-
witting FAA Form 7480-1, Notice of Landing Area Proposal, to the nearest FAA
district office or FAA regional office. (See AC 70-2, Airspace Utilization
Considerations in the Proposed Construction, Alteration, Activiation and
Deactivation of Airports, current edition.) Also, any person proposing any kind of
construction or alteration of objects that affect navigable airspace, as defined in
FAR Part 77, Objects Affecting Navigable Airspace, is required to notify the FAA.
FAA Form 7460-1, Notice of Proposed Construction or Alteration, should be used for
this purpose. (See AC 70/7460-2, Proposed Construction or Alteration of Objects
That May Affect the Navigable Airspace, current edition.)
b. Work Scheduling and Accomplishment. Predesign, preconstruction, and prebid
conferences provide excellent opportunities to introduce the subject of airport
operational safety during construction. All parties involved, including the spon-
sor's engineer and contractors, should integrate operational safety requirements
into their planning and work schedules as early as practical. Also, respon-
sibilities should be clearly established for continuous monitoring and compliance
with the requirements assigned and for vigilance to detect areas needing attention
due to oversight or altered construction activity. When construction.is being
planned on FAR Part 139 certificated airports, the responsible airport safety
(certification) inspector should be directly involved at all stages, from pre -
design through final inspection.
c. Safety Considerations. The following is a partial list of safety con-
siderations which experience indicates will need attention during airport
construction.
(1) Minimum disruption of standard operating procedures for aeronautical
activity.
(2) Clear routes from firefighting and rescue stations to active airport
operations areas and safety areas.
(3) Chain of notification and authority to change safety -oriented aspects
of the construction plan.
areas.
(4) Initiation, currency, and cancellation of Notice to Airmen (NOTAM's).
(5) Suspension or restriction of aircraft activity on airport operations
(6) Threshold displacement and appropriate temporary lighting and marking.
(7) Installation and maintenance of temporary lighting and marking for
closed or diverted aircraft routes on airport operations areas.
(8) Revised vehicular control procedures or additional equipment and
manpower.
(9) Marking/lighting of construction equipment.
7 Par 6 3
AC 150/5370-2C 5/31/84
- (10) Storage of construction equipment and materials when not in use.
(11) Designation of responsible representatives of all involved parties and
their availability.
(12) Location of construction personnel parking and transportation to and
from the work site.
(13) Marking/lighting of construction areas.
(14) Location of construction offices.
(15) Location of contractor's plants.
(16) Designation of waste areas and disposal.
(17) Debris: cleanup responsibilities and schedule.
(18) Identification of construction personnel and equipment.
(19) Location of haul roads.
.(20) Security control on temporary gates and relocated fencing.
(21) Noise pollution.
(22) Blasting regulation and control.
(23) Dust control.
(24) Location of utilities.
(25) Provision for temporary utilities and/or immediate repairs in the
event of disruption.
(26) Location of power and control lines for electronic/visual navigational
aids.
(27) Additional security measures required if FAR Part 107, Airport
Security, is involved.
(28) Marking and lighting of closed airfield pavement areas.
(29) Coordination of construction activities during the printer with airport
snow removal plan.
(30) Phasing of work.
(31) Shutdown and/or protection of airport electronic/visual navigational
aids.
4 Par 6
5/31/84 AC 150/5370-2C
7 (32) Smoke, steam, and vapor controls.
7 (33) Notify crash/fire/rescue personnel when working on water lines.
L,
(34) Provide traffic directors/wing. walkers, etc., as needed to assure
clearance in construction areas.
d. Guidelines for Proximity of Construction Activity to Airport Operations
Areas. The guidelines contained in appendix 1 are for use in the preparation of
plans and specifications when construction activities are to be conducted in loca-
tions which may interfere with aircraft operations. They should be adapted to the
needs of a particular project and should not be incorporated verbatim into project
specifications.
7. EXAMPLES OF HAZARDOUS AND MARGINAL CONDITIONS. Analyses of past accidents and
incidents have identified many contributory hazards and conditions. A represen-
tative list follows:
a. Excavation adjacent to runways, taxiways, and aprons.
b. Mounds or stockpiles of earth, construction material, temporary structures,
and other obstacles in proximity to airport operations areas and approach zones.
c. Runway surfacing projects resulting in excessive lips greater than 1 inch
(2.54 cm) for runways and 3 inches (7.62 cm) for edges between old and new surfaces
at runway edges and ends.
d. Heavy equipment, stationary or mobile, operating or idle near airport
operations areas or in safety areas.
e. Proximity of equipment or material which may degrade radiated signals or
impair monitoring of navigational aids.
f. Tall but relatively low visibility units such as cranes, drills, and the
like in critical areas such as safety areas and approach zones.
g. Improper or malfunctioning lights or unlighted airport hazards.
h. Holes, obstacles, loose pavement, trash, and other debris on or near air-
port operations areas.
i. Failure to maintain fencing during construction to deter human and animal
intrusions into the airport operation areas.
J. Open trenches along side pavement.
k. Improper marking or lighting of runways, taxiways, and displaced
thresholds.
1. Attractions for birds such as trash, grass seeding, or ponded water on or
near airports.
7, Par 6
5
f'�
5/31/64
m. Inadequate or improper methods of marking temporarily closed airport opera-
tions areas including improper and unsecured barricades.
n. Obliterated markings on active operational areas.
NOTE: Safety area encroachments, improper ground vehicle operations, and
unmarked or uncovered holes and trenches in the vicinity of aircraft operating sur-
faces are the three most recurring threats to safety during construction.
8. ASSURING OPERATIONAL SAFETY. The airport operator is responsible for
establishing and using procedures for the immediate notification of airport users
and the FAA of any conditions adversely affecting operational safety at the air-
port. If construction operations require shutdown of a navigational aid from ser-
vice for more than 24 hours or in excess of 4 hours daily on consecutive days, a
45-day minimum notice is desirable prior to the facility shutdown. Notification of
construction, rough pavement, weather -caused effects, bird hazards, and other con-
ditons affecting the use of the airport is usually made by NOTAM issued by Flight
Service Stations. FAA Air Traffic facilities and Airports district/field offices,
will assist in the notification process. Airmen or other persons engaged in
aviation activities are encouraged to report safety -related airport conditions to
airport management, the FAA or through the use of the National Aeronautics and
Space Administration's Aviation Safety Reporting System.
9. VEHICLES ON AIRPORTS. Vehicular activity on airport movement areas should be
kept to a minimum. Where vehicular traffic on airport operation areas cannot be
avoided, it should be carefully controlled. A basic guiding principle is that the
aircraft always has the rirht-of-way. Some aspects of vehicle control and iden-
tification are discussed below. It should be recognized, however, that every air-
port presents different vehicle requirements and problems and therefore needs
individualized solutions so that vehicle traffic does not endanger aircraft
operations.
a. Visibility. Vehicles which routinely operate on airport operations areas
should be marked/flagged for high daytime visibility and, if appropriate, lighted
for nighttime operations. Vehicles which are not marked and lighted should be
escorted by one that is equipped with temporary marking and lighting devices. (See
AC 150/5210-5, Painting, Marking, and Lighting of Vehicles Used on an Airport,
current edition.)
b. Identification. It is usually desirable to be able to identify visually
specific vehicles from a distance. It is recommended that radio equipped vehicles
which routinely operate on airport operations areas be permanently marked with
identifying characters on the sides and roof. (See AC 150/5210-5.) Vehicles
needing intermittent identification could be marked with tape or with magnetically
attached markers which are commercially available. Whenever possible, vehicles
should be purchased with the recommended markings and lighting.
c. Noticeability. Construction vehicles/equipment should have automatic
signalling devices to sound an alarm when moving in reverse.
6 Par 7
5/31/84 AC 150/5370-2C
d. Movement. The control of vehicular activity on airport operations areas is
pj of the highest importance. Airport management is responsible for developing proce-
dures, procuring equipment, and providing training regarding vehicle operations to
ensure aircraft safety during construction. This requires coordination with air-
port users and air traffic control. Consideration should be given to the use of
two-way radio, signal lights, traffic signs, flagmen, escorts, or other means
suitable for the particular airport. The selection of a frequency for two-way
radio communications between construction contractor vehicles and the air traffic
control (ATC) tower must be coordinated with the ATC tower chief. At nontower air-
ports, two-way radio control between contractor vehicles and fixed -base operators
or other airport users should avoid frequencies used by aircraft. It should be
remembered that even with the most sophisticated procedures and equipment, systematic
training of vehicle operators is necessary to achieve safety. Special con-
sideration should be given to training intermittent operators, such as construction
r• workers, even if escort service is being provided.
10. INSPECTION. Frequent inspections should be made by the airport operator or a
representative during critical phases of the work to ensure that the contractor is
following the prescribed safety procedures and that there is an effective litter
control program.
11. FAA SAFETY RESPONSIBILITIES. FAA Airports engineers and certification inspec-
tors have specific responsibilities regarding operational safety on certificated
airports before and during periods of construction activity. Their particular area
of concern will be directed towards construction within safety areas, and they will
be involved in the following functions:
a. Review of plans to determine limits of work and possible safety problem
areas.
b. Give special attention to the development of the safety plan which is a
part of the plans and specifications.
c. Advise FAA elements such as regional Flight Standards, Air Traffic, and
Airway Facilities of the construction activities and the safety plan.
d. 'Ensure that users of the facilities have ample warning of the proposed
construction so that they may make advanced plans to change their operations.
e. FAA Airports engineers and certification inspectors should participate in
the predesign and preconstruction conferences if the project involves a complex
safety plan. Also, they should participate in construction inspections and in the
inspection of the finished work to determine that there are no safety violations to
FAR Part 139•
� pqa Z-. W4"61�
LEON�E.KMUD
Director, Office of Airport Standards
Par 9 7 (and
r
1
5/31/84 AC 150/5370-2C
Appendix 1
FAPPENDIX 1. SPECIAL SAFETY REQUIREMENTS DURING CONSTRUCTION
1. RUNWAY ENDS. Construction equipment normally should not penetrate the 20:1
approach surface.
2. RUNWAY EDGES. Construction activities normally should not be permitted within
200 feet of the runway centerline. However, construction may be permitted within
200 feet of the runway centerline on a case -by -case basis with approval of the air-
port operator, the FAA and the users.
3. TAXIWAYS AND APRONS. Normally, construction activity set -back lines should be
z located at a distance of 25 feet plus one-half the wingspan of the largest predomi-
nant aircraft from the centerline of an active taxiway or apron. However,
'•. construction activity may be permitted up to the taxiway and aprons in use provided
€ that the activity is first coordinated with the airport operator, the FAA and the
users; NOTAM's are issued; marking and lighting provisions are implemented; and it
is determined the height of equipment and materials is safely below any part of the
aircraft using the airport operations areas which might overhang those areas. An
e occasional passage of an aircraft with wingspan greater than 165 feet should be
dealt with on a case -by -case basis.
4. EXCAVATION AND TRENCHES.
a. Runways. Excavations and open trenches may be permitted up to 200 feet
from the centerline of an active runway, provided they are adequately signed,
lighted and marked. In addition, excavation and open trenches may be permitted
within 200 feet of the runway centerline on a case -by -case basis, i.e., cable
trenches, pavement tie-ins, etc., with the approval of the airport operator, the
FAA and the users.
b. Taxiways and Aprons. Excavation and open trenches may be permitted up to
the edge of structural taxiway and apron pavements provided the drop-off is ade-
quately signed, lighted and marked.
5. STOCKPILED MATERIAL. Extensive stockpiled materials should not�be permitted
within the construction activity areas defined in the preceding four sections.
r- 6. MAXIMUM EQUIPMENT HEIGHT. Notice of proposed construction shall be submitted
to the appropriate Airports district office for review prior to the placement of
construction equipment on airports. The guiding criteria involving FAR Part 139
certificated airports and grant agreement airports is that all construction plans
and specifications require direct coordination with the appropriate Airports
district, field, or regional office. In addition, airports should file FAA Form
7460-1 when equipment is expected to penetrate any of the surfaces defined above in
r" paragraphs 1, 2, and 3. Airport operators are reminded that FAR Part 157 requires
prior notice to construct, realign, alter, or activate any runway/landing area or
associated taxiway for any project which is non -Federally funded.
r- 7. PROXIMITY OF CONSTRUCTION ACTIVITY TO NAVIGATIONAL AIDS. Construction activity
in the vicinity of navigational aids requires special consideration. The effect of
the activity and its permissible distance and direction from the aid must be eval-
uated in each instance. A coordinated evaluation by the airport operator and the
1
AC 150/5370-2C
Appendix 1
5/31/84
FAA is necessary. Technical involvement by FAA regional Airports, Air Traffic,
Flight Standards, and Airway Facilities Specialists is needed as well as construc-
tion engineering and management input. Particular attention needs to be given to
stockpiling materials as well as to the movement and parking of equipment which may
interfere with line -of -sight from the tower or interfere with electronic emissions.
(See AC 150/5300-2D, Airport Design Standards --Site Requirements for Terminal
Navigational Facilities, current edition, for critical areas of NAVAIDS.)
8. CONSTRUCTION VEHICLE TRAFFIC. With respect to vehicular traffic, aircraft
safety during construction is likely to be endangered by four principle causes:
increased traffic volume, nonstandard traffic patterns, vehicles without radio com-
munication and marking, and operators untrained in the airport's procedures.
Because each construction situation differs, airport management must develop and
coordinate a construction vehicle traffic plan with airport users, air traffic
control and the appropriate construction engineers and contractors. This plan,
when signed by all participants becomes a part of the contract. The airport opera-
tor is responsible for coordinating and enforcing the plan.
9. LIMITATION ON CONSTRUCTION.
a. Open -flame welding or torch -cutting operations should be prohibited unless
adequate fire and safety precautions are provided and have been approved by the
airport operator. All vehicles are to be parked and serviced behind the construc-
tion restriction line and/or in an area designated by the airport operator.
b. Open trenches, excavations, and stockpiled material at the construction
site should be prominently marked with orange flags and lighted with flashing
yellow light units (acceptable to the airport operator and the FAA) during hours of
restricted visibility and/or darkness. Under no circumstances are flare pots to be
near aircraft turning areas.
c. Stockpiled material should be constrained in -a manner to prevent movement
result of aircraft blast or wind. Material should not be stored near aircraft
turning areas or movement areas.
10. MARKING AND LIGHTING OF CLOSED OR HAZARDOUS AREAS ON AIRPORTS. The construc-
tion specifications should include a provision requiring the contractor to have a
man on call 24 hours per day for emergency maintenance of airport hazard lighting
and barricades.
a. Permanently Closed Runways and Taxiways. For runways and taxiways which
have been permanently closed, the lighting circuits should be disconnected. With
runways, the threshold markings, runway designation marking, and touchdown zone
markings should be obliterated, and crosses should be placed at each end at
1,000-foot (300 m) intervals. With taxiways, a cross is placed at each entrance of
the closed taxiway.
b. Temporarily Closed Runways and Taxiways. Temporarily closed runways are
treated in the same manner as in paragraph 10a except runway markings are not obli-
terated. Rather, crosses are usually of the temporary type (constructed of
2
5/31/84
Appendix 1
material such as fabric or plywood), and they are required only at runway ends.
The crosses should be located on top of the runway numerals. For temporary
marking, the dimensions of the crosses may be reduced to permit use of standard
sheets of 4-by-8-foot (1.22 by 2.44 m) plywood. Temporarily closed taxiways are
r- usually treated as an unusable area as explained in paragraph 10d.
c. Closed Airports. When all runways are closed temporarily, the runways are
marked as in paragraph 10b, and the airport beacon is turned off. When all runways
are closed permanently, the runways are marked as in paragraph 10a, the airport
beacon is disconnected, and a cross is placed in the segmented circle or at central
location if no segmented circle exists.
d. Hazardous Areas. Hazardous areas, in which no part of an aircraft may
enter, are indicated by use of barricades with alternate orange and white markings.
The barricades are supplemented with orange flags at least 20 by 20 inches (50 by
50 cm) square and made and installed so that they are always in the extended posi-
tion and properly oriented. For nighttime use, the barricades are supplemented
with flashing yellow lights. The intensity of the lights and spacing for barricades,
flags, and lights must be such to delineate adequately the hazardous area.
e. Notices to Airmen (NOTAM's). The airport operator should provide infor-
mation on closed or hazardous conditons to the local air traffic control facility
(control tower, approach control, center, flight service station) so that a NOTAM
can be issued.
f. Stabilized Areas. Holding bays, aprons, and taxiways are sometimes pro-
vided with shoulder stabilization to prevent blast and water erosion. This stabi-
lization may have the appearance of 'a full strength pavement but is not intended
for aircraft use. Usually the taxiway edge marking will define this area, but con-
ditions may exist such as stabilized islands or -taxiway curves where confusion may
exist as to which side of the edge stripe is the full strength pavement. Where
such a condition exists, the stabilized area should be marked with 3-foot (1 m)
stripes perpendicular to the edge stripes. On straight sections, the marks should
be placed at a maximum of 100-foot (30 m) spacing. On -curves, the marks should be
placed a maximum of 50 feet (15 m) apart between the curve tangents., The stripes
should be extended to 5 feet (1.5 m) from the edge of stabilized area or to 25 feet
s (7.5 m),in length, whichever is less.
g. Runway Shoulder Marking. Usually the runway side stripes will indicate the
edges of the full strength pavement. However, conditions may exist, such as excep-
tionally wide runways, where there is a need to indicate the area not intended for
use by aircraft. In such cases, chevrons should be used.
11. TEMPORARY RUNWAY THRESHOLD DISPLACEMENTS. Identification of temporary runway
threshold displacements should be located outboard of the runway surface. These
`.. could include outboard lights, Runway End Identification Lights (REILS), and
markings. The extent of the marking and lighting should be directly related to the
duration of the displacement as well as the type and level of aircraft activity_
3 (and 4)
i
F
r,
s�
r
t
U.S. DEPARTMENT OF TRANSPORTATION
FEDERAL AVIATION ADMINISTRATION
Southwest Region
Fort Worth, Texas
Airport Safety During FAA -Funded Airport Construction and FAA
SUBJ: Facilities Maintenance
SW 5200.5A
6/6/89
1. 7R . This Order establishes airport safety standards for FAA -funded
cons =action and FAA facilities maintenance.
2. DISTRIH[TI'ION. This Order is distributed to the Section level in the
Airports and Airway Facilities Divisions, to the Branch level in the Flight
Standards, Air Traffic, and Civil Aviation Security Divisions, to all
Southwest Region field offices and facilities, and to F & E Field
Installation/Construction Representatives.
3. CANCEIIATION. Order SW 5200.5, Safety Requirements on Airports During
Agency Funded Construction Activity, dated 11/21/75, is cancelled.
4. OF CHANCES. This order revises and updates criteria to be used
during construction and maintenance on airports, consistent with current
Advisory Circulars and agency safety regulations.
a. Airport Elevation - the highest point on the landing surface of an
airport.
b. Certificated Airport - an airport which, by law, is safety regulated by
" the FAA under Part 139 of the Federal Aviation Regulations, and which operates
under specific safety requirements which apply to maintenance and construction
activities on the airport. Certificated airports are listed in Appendix 2.
c. Displaced Threshold - a runway landing threshold which is located at a
point other than at the beginning of the full-strength pavement. A temporary
displacmwnt maybe used to give landing aircraft adequate clearance over
construction equipment or other objects in the approach area of a runway or
adjacent to a runway.
d. Obstacle Free Zone (OFZ) - a design standard involving imaginary
surfaces in the vicinity of a runway. They are the Runway OFZ, Inner -
transitional surface on, and Inner -Approach OFZ.
Distribution: Initiated By:
A-FOF-O (maximzn); A-FAF-10 ASW-650
7
SW 5200.5A
6/6/89
e. Obstruction - a structure, natural growth, vehicle or construction
material which penetrates any airport imaginary surface defined by FAR Part 77,
including primary, transitional, approach, horizontal, and conical surfaces.
f. Relocated Threshold - a runway end which is not located at the physical
end of the pavement. If part of a runway is closed for landing and takeoff
begimwV at the pavement end, then the threshold has been relocated. (Note:
this term is not used in the Notice to Airmen system.)
g. Safety Area - the ground surface next to runways, taxiways, and
aircraft parking areas which is expected to be graded, drained and free of any
hazardous surface variations and nonfrangible objects, and which is to reduce
the risk of damage to an aircraft inadvertently leaving airport pavement.
h. ' Small Aircraft - one weighing 12,500 lbs. or less maximm certificated
takeoff weight.
i. Large Aircraft - one weighing more than 12,500 lbs. maximum
certificated takeoff weight.
6. PROCEMMES. Aviation safety is a priaasy consideration during airport
construction and facilities maintenance. These activities shall be planned
and scheduled to minimize disruption of normal aircraft ground and air
traffic. For airports subject to FAR 107, Airport Security, the airport
operator's security program standards shall be observed in the areas of access
control, and movement and identification of construction and FAA personnel and
vehicles.
a. These standards shall be used to develop specific safety measures which
FAA employees, grantees, and contractors shall adhere to during these
activities on all airports in the Southwest Region. They provide a reasonable
level of safety, but aircraft operations, weather, security, or local airport
rules may require use of more stringent safety measures. Use of less stringent
measures and changes that- impact security controls -is permitted only after
coordination between Airports, Air Traffic, Airway Facilities, Flight
Standards, and Civil Aviation Security Divisions, airport management, and
affected aviation users.
b. Bid documents for on -airport construction or maintenance projects shall
include general and specific safety requirements, based on Appendix 1 to this
Order, so that contractors are aware of the costs and constraints which will
apply during the project to maintain a high level of aviation safety.
Page 2 Far 5 —
7
6/6/89 SW 5200.5A
c. If the clearances and restrictions described in this Order cannot be
maintained while construction or maintenance is underway, action will be taken
as appropriate to:
r,. (1) close runways, taxiways, or aprons,
(2) relocate or displace runway thresholds temporarily,
r (3) perform work at night or during periods of minimal
{.. aircraft activity,
(4) close affected areas to certain types of aircraft,
(5) restrict aircraft use by weight, wingspan, approach speed, or
other characteristic,
(6) shut down or restrict use of navigational or approach
aids.
d. F'AA employees who are responsible for construction or maintenance
activities on airports shall coordinate project safety and security
requirements and impacts with the airport sponsor as soon as the impacts have
been identified but before commitments are made with contractors or others to
perform work on an airport. Coordination will vary from formal predesign
conferences to informal contacts with the airport manager or responsible
sponsor official before starting work.
7. SAFETY IMPACTS. Potentially hazardous conditions which. may occur during
airport construction and maintenance include the following:
a. Excavations, trenches, and stockpiled material on or near runways,
taxiways and aprons. 1.
b. Construction equipment on aircraft operating areas or in runway
approaches or departure areas.
c. Inadequate construction area marking or lighting.
d. Lack of control over vehicle access to aircraft operating areas,
unauthorized entry of personnel, vehicles, or animals.
e. Inadequate vehicle marking or lighting.
f. Deficient marking and lighting of temporary runway thresholds.
g. F`ailure to issue, update, or cancel Notices to Airmen concerning
airport or runway closures or other construction -related airport conditions.
Par 6 Page 3
SW 5200.5A 6/6/89 —
h. Failure to mark and identify utilities or power cables, resulting in
loss of airport lighting; navigational, visual, or approach aids; weather
reporting service; or commmications.
i. Unauthorized vehicle operations in localizer or glide slope critical
areas, resulting in'electronic interference or facility shutdown.
j. Construction debris (gravel, sand, mud, paving material, etc.) on
airport pavements, resulting in aircraft pimp, turbine engine, or tire damage.
k. Fqposed pavement edges (dropoffs) from runways, taxiways and aprons to
adjacent pavement sections or shoulders.
1. Construction activities which hamper aircraft rescue/firefighting
access from fire stations to the runway -taxiway system or airport buildings.
m. Lack of radio communication with construction and maintenance vehicles
in aircraft cperating areas.
8. SAFETY STANDARDS. Paragraphs a through h below define safety standards and
guidelines for FAA -funded construction and FAA maintenance activities on
airports.
a. Obstacle Free Zone
(1) Objects, vehicles, and stockpiled material normally are not
Permitted to penetrate an OFZ. OFZs are shown on Figure 1.
(a) Runway OFZs are applicable at any time the runway is open for
aircraft use. On precision runways, the inner -approach and inner -
transitional surface OFZs must be kept free of penetrations only when the
weather conditions are below an 800 ft. ceiling or less than 2 miles
visibility and aircraft are using ILS approaches.
(b) Objects which do not penetrate an OFZ still may require
notice to the FAA under FAR Parts 77 or 152 and may be obstructions to air
navigation. 'Those objects which exceed FAR part 77 obstruction standards are
to be appropriately obstruction marked and, if used at night, obstruction
lighted. Cranes or other equipment of unusual height may require special
consideration and coordination with FAA operating elements and airport users.
Page 4 Par 7
I
F
6/6/89 SW 5200.5A
(2) Tthe dimensions of an Obstacle Free Zone are as follows: (keyed to
Figure 1).
(a) Runway Obstacle Free Zone (See A in Figure 1) extends 200
feet beyond each end of the runway and has the following width for:
Runways serving small aircraft:
Precision instrument runway - 300 feet
Other runways - 250 feet.
,? Runways serving large aircraft:
The greater of 400 feet, or
180 feet plus the wingspan of the most demanding
airplane, plus 20 feet per 1000 feet of airport elevation.
(Note: The runway OFZ width for all transport runways on certificated
airports in the Southwest Region (Appendix 2)is 400 feet.)
(b) Ines Approach Obstacle Free Zone (See B in Figure 1)
I The Inner -Approach OFZ applies only to runways ends with
an approach lighting system.
2 Beginning 200 feet fran the runway threshold and
ending 200 feet beyond the last light unit in an approach lighting system,
width same as the Runway On, slope 50:1, beginning at runway end elevation.
(c) Inner -Transitional Surface Obstacle Free Zone (See C in
Figure 1)
.1 The Inner -Transitional Surface OFZ applies only to
precision instrument runways.
2 Slope 3:1 perpendicular to the runway centerline and
extending laterally fiat the edges of the runway OFZ and approach OFZ to a
height of 150 feet above airport elevation.
Par 8 Page 5
4
F
SIN 5200.5A
6/6/89
A
INNER -TRANSITIONAL
SURFACE OF""
RUNWAY OFZ
A
Fig. 1 OBSTACLE FREE ZONE
Page 6
6/6/89
SW 5200.5A
b. Approach Clearance Over Equipmrent and Material.
(1) Cbnstruction activity in a ruryway approach may result in a need
to displace the landing threshold temporarily. If an object penetrates a
surface shown in Fig. 2, displace the threshold to a point where the surface is
not penetrated.
(2) Objects which do not penetrate these surfaces still may be
obstructions to air navigation and/or may affect standard instrument approach
procedures. Coordinate these with the Airspace and Procedures Branch, ASW-530,
and the Flight Procedures Branch, ASW-220, as necessary.
Equipment
a�.
20
A
Runway H C
Li
D 0.1
20:1 Threshold Incation Surface
Dimensions
Small Aircraft
Large Aircraft
A
0
200
H
250
400
C
700
1000
D
2250
1500
Fig. 2 Runway Thayshold Location
FPar 8 Page 7
SW 5200.5A 6/6/89
(2) When equipment or construction/maintenance activity must be on a
runway and a decision is made to keep part of the runway open for aircraft,
part of the runway must be closed as shown in Fig. 3. The dimensions shown are
reo®errled however, a larger closed area than sham may be necessary
depending an aircraft use, level of activity," pilot technique, and equipment
height, and a smaller closed area may be possible under scene circumstances.
nese recar¢nendations are based on equipment heights of about 15 feet; higher
objects may require special consideration.
Closed Area
USABLE F&WWAY 500' OR 1000' Equip wnt
END RELOCATED THRESHOLD END
Use the following distances from the construction/maintenance activity to
the relocated threshold:
Small aircraft (12,500 lbs. or less) - 500 ft.
Large aircraft (More than 12,500 lbs.) - 1000 ft.
Fig. 3 Relocated Threshold For Equipment on the Runway
Page 8 Par 7
6/6/89
c. Runway and Taxiway Safety Areas.
SW 5200.5A
l (1) Runway safety areas - construction or maintenance activity is
prohibited in runway safety areas while the full length of the runway is open.
Normal FAA maintenance of visual, approach, and navigational aids is
permissible within safety areas provided vehicles, material, and excavations do
not penetrate a runway OFZ and requrmnents of paragraph 7b for approach
clearance over vehicles, equipment and material are met.
(2) Rurymy safety area dimensions are shown in Fig. 4. Existing
safety areas at a particular airport may be larger or smaller than the starr3ard
dimension listed. If construction or maintenance activity must take place
within the specified safety area, it is also acceptable to restrict the runway
use to a smaller size of aircraft and use a narrower and/or shorter safety area
dimension for the duration of the activity.
a
b Runway c
Safety Area
MAMMY DESIGN CATEGORY
SAFEW AREA MMMONS (Ft.)
a or b (1) c (2)
1. Utility AC 150/5300-4
a. Visual or Nonprecision
Design Group I
30 120
200
Design Grote II
40 150
300
b. Precision Instrument
Design Group I
110 300
600
Design Group II
100 300
600
Design Grasp III
100 300
600
2. Transport AC 150/5300-12
500 (3)
1000
(1) Use dimension a or b, whichever results in the greater distance from the
runway centerline.
(2) Use dimension c or the existing safety area length, whichever is less,
but no less than 200 feet.
(3) Some certificated airports have or permit use of 400-foot wide runaway
safety areas during construction and maintenance. Coordinate proposals with
the Airports Safety Section, ASW-651.
Fig. 4 Runway Safety Areas
fr' par g Page 9
1.�
SW 5200.5A
6/6/89
(3) Taxiway safety areas/obstacle free areas - see Fig. 5.
ConstructiorVraintenanoe activity is permissible in taxiway obstacle free
areas and safety areas if the activity is hazard marked and/or lighted and
1Jt7 MMs are ` in effect. special consideration must be given to the height of .
barricades, flashers and other warning devices to clear aircraft wingtips,
propellers, engines etc. Other actions may be necessary such as:
- Using "wingwalkers" to guide aircraft past hazards,
- Using teoporary taxiway markirg/lighting to detour aircraft,
clear of the area,
- Moving equipment and personnel well clear to allow air=aft to
pass safely.
1r hiMP
REtnr.hCE
TAX I WAY
SAFETY
AREA
U
IrINGTIP
CLEc21 i
.OEiJECT
Design Group (1)
Item
I II III IV V
Taxiway Safety
Area Width
49 79 118 171 214
Taxiway Abject
Free Area Width
88 130 186 260 320
(1) Typical aircraft in these groups are listen in Appendix 3.
Fig. 5 Taxiway Clearanoes
Page 10 Par 8
,l
6/6/89
d. Marking and Lighting
(1) ��orary displaced runway threshold:
SW 5200.5A
(a) Mark with yellow arrows and a white threshold stripe as
• shown in A.C. 150/5340-1, or
(b) Use alternate marking which is:
I Clearly visible to the pilot,
2 Not misleading, confusing, or deceptive,
Secured in place to prevent movement,
g Made of material which will minimize damage to aircraft
which come in contact with the marking.
(2) Temporary relocated runway threshold (partial closure of a
runway) :
(a) Mark with yellow chevrons as shown in A.C. 150/5340-1, or
use alternate marking as described in par. Ib above.
(b) Amway distance remaining signs may need to be covered or
removed during the closure.
(3) 7rmgorary nurwrav thresholds must be lighted if all or part of a
runway is to be open at night during construction or maintenance. The airport
operator may already have temporary threshold lighting available, but this
should be determined in advance.
(a) Use light lens colors and spacing in A.C. 150/5340-24,
R way and Taxiway Edge Lighting System.
(b) Disable edge lights and threshold lights on closed parts of
runways. On some lighting systems, it may be necessary to cover a light rather
than removing the lamp or fixture.
(c) Disable visual glide slope indicators (VASI, PAPI, PUSI,
etc.), FML, and approach lights which would otherwise give misleading
indications to pilots as to the threshold location. Installation of temporary
visual aids may be necessary to provide adequate guidance for pilots on
approach to the affected runway. These may be funded or provided by the FAA or
the sponsor.
Par 8 Page 11
i_ .
SW 5200.5A
6/6/89
(4) Closed runway marking:
(a) Use yellow "X" marking as shown in A.C. 150/5340-1.
(b) Closed runway marking is not required on airports with
24-hour Control Tbwers if the closed runway cannot be mistaken by pilots for
nearby open runways and the airport operator consents to omitting them. In
some cases, closed runway marking could interfere with the use of the runway
for air -craft taxiing if this is to be allowed while the runway is closed for
landings and takeoffs.
(c) Closed runway marking is not required on runways which are
closed only at night provided that:
I Runway lighting and visual aids are off,
NotanLs are in effect regarding the closure.
(5) Hazard marking (barricades, traffic cones, flashers, etc.) shall
be used:
(a) Tb outline construction maintenance areas which are
accessible to aircraft, persons, or vehicles,
(b) Tb identify isolated hazards such as open manholes, small
areas under repair, stockpiled material, waste areas, etc.,`
(c) Tb prevent aircraft from taxiing onto a closed runway for
takeoff,
(d) Tb identify FAA, airport, and National Weather Service
facilities, cables, power lines, ILS critical areas and other sensitive areas,
in order to prevent damage, interference, and facility shutdown.
e. Navigation Aids and Instrument Approach Procedures
(1) The need to shut down navigational, approach, or visual aids
shall be determined on a case -by -case basis. Flight Standards, Air Traffic,
Airports, and Airway Facilities offices shall be involved in the decision as
necessary•
(2) Construction on or near runways may severely restrict the use of
Standard Instnment Approach Procedures, and all phases of the project shall be
000rrUnated with the Flight Pro a r+es &-dnch, ASW-220, to determine the
effects.
f . Notices Tb Airmen (NOTAM)
(1) Responsibility for issuing Notams shall be determiner) before
construction or maintenance begins. Refer to Order 7930.1, National Notice to
Airmen System.
Page 12 Par 7
6/6/89
SW 5200.5A
(2) Notams on shutdown or irregular operation of FAA -Owned facilities
shall be issued and cancelled only by FAA employees. Not'ams on airport
conditions shall be issued and cancelled only by the airport sponsor. Any
person having reason to believe that a Notam is missing, incarplete, or
inaccurate shall notify the responsible person.
g. Vehicle Identification. FAA employees who operate vehicles on an
r airport shall cmply with the airport owner's rules for vehicle marking,
lighting, and operations, unless FAA requirements are more stringent.
Vehicles operated by FAA employees on active runways, taxiways, or safety
Area shall be marked with orange and white flags or flashing yellow beacons
during daylight hours, and with flashing yellow beacons at night. Contractors
and suppliers shall be informed of the applicable requirements of the airport
sponsor by the FAA or airport sponsor employee responsible for the work.
h. Controlling Access To Aircraft Operational Areas
(1) Vehicle and pedestrian access routes for airport construction and
maintenance shall be controlled as necessary to prevent inadvertent or
unauthorized entry of persons, vehicles, and animals. The amount of
construction traffic or local security/safety rules may require use of
personnel to control access through gates or fencing, or across aircraft
movement areas. Radio communications may be required between these personnel
and a Control Tbwer if equipment and personnel must enteror cross an active
Aircraft Movement Area.
(2) Vehicle par�c'm areas for FAA and contractor employees shall be
designated in advance to minimize vehicle traffic in aircraft movement areas
while still providing reasonable employee access to the job site.
9. STANDARD SAFETY SPECIFICATIONS. General safety provisions which apply
during contract work on airports are contained in the following docLmients:
a. Facilities and Equipment (F & E) Program projects - Additional General
Provisions, FAA P-1, Clause No. 75, "Special Precautions for Work at Operating
Airports."
b. Airport Improvement Program (AIP) projects - Advisory Circular
150/5370-10, "Standards for Specifying Construction of Airports," General
Provisions 40-05, Maintenance of Traffic; 70-08, Barricades, Warning Signs,
and Hazard Marking; 80-04, Limitation of Operations.
F
j" par 8 Page 13
ti:
SW 5200.5A 6/6/89
10. PRLl7ECr SMCMCATIONS. Specific safety requirements for a project may be
developed using the guide in Appendix 1 of this order, or may be written or
provided in other forms which provide similarguidance. The project safety
requirements shall be included in the plans and specifications, as applicable,
when an invitation for bids is issued.
Don P. Watson
Regional Administrator
Page 14 Paz' 9
6/6/89
SW 5200.5A
Appendix 1
1. General SafetvRerruireements: During performance of this contract, the
airport rtamways, taxiways, and aircraft parking aprons shall remain in use by
aircraft to the maximzn extent possible. Aircraft use of areas near the
r- contractor's work will be controlled to minimize disturbance to the
contractor's operation. The contractor shall not allow his/her employees,
rs, suppliers, or any person over whom he/she has control to enter
or remain in any part of the airport which would be hazardous to persons or to
aircraft operations. Whenever aircraft operations require, the (acting
Officer, Engineer, etc.) may order the contractor to suspend operations, move
plant, personnel, equipment, and materials to a safe location and stand by
until aircraft use is completed.
2. Obstacle Free Zone (OFZ): Construction activity within an Obstacle Free
.- Zone will require closing part or all of the affected runway. See Figure 1.
` 3. approach Clearance to Runways: Runway landing thresholds shall be located
to provide an unobstructed approach surface with an approach ratio over
7 equipment and material as shown on Figure 2.
4. Runway and Taxiway Safety Areas: Construction activity within a runway
safety area will require closing part or all of the affected runway.
Construction activity within taxiway safety areas/obstacle free areas is
r 14�ible when the taxiway is open to aircraft traffic if:
r
a. Adequate wingtip/empennage clearance exists between the aircraft and
equipment/material ,
b. Excavations, trenches, or other conditions are conspicuously marked and
lighted.
c. Notices to Airmen are in effect concerning the activity, usually "Men
and equipment adjacent to Taxiway ."
Safety area dimensions are shown on Figures 4 and 5.
5. Threshold Marking and Liahtinq:
a. Tleqporary threshold marking is (4mg*imd, not required). Threshold
marking will be furnished by the (airport owner, contractor, etc.).
b. Temporary threshold lighting is ( , not required). Threshold
lighting will be furnished and maintained by the (airport owner, contractor,
etc.)
r
F
Fpar 1 Page 1
SW 5200.5A 6/6/69
Appendix 2
c. Temporary visual aids (VASI, PAPI, REIL, etc.) are (, not
required). The visual aids) will be furnished and maintained by the (airport
owner, FAA, contractor, etc.)
6. Closed Runway Marking/Hazard Marking:
a. Closed runway marking is (nsqwired, not required) Closed rurnway
marking shall be (as shown on the plans, furnished by the owner, etc.) .
b. Hazard marking and lighting shall be as required by the (airport owner,
project superintendent, engineer, etc), and small be as (described in
Section of the specifications, as shown on the plans, etc.).
7. vehicle Identification and Parkin:
a. Contractor vehicles and equipment shall be identified by "(describe
marking and lighting).
b. Employee parking shall be (specific location, or as designated by the
engineer, superintendent, airport manager, etc.)
S. Construction Site Access and Haul Roads: Access to the job site shall be
via (specific route, as shown on the plans, designated by the engineer,
superintendent, airport manager, etc.)
9. Radio Cmmunications: Radio communications are (required between the
contractor's representative and the Control 'Ibwer), ( ). (Specify
communication requirements in as much detail as possible.)
Page 2 Par 5
CURRENT WAGE DETERMINATIONS
1.
i7
i
r
General Decision Number TX930028
Superseded General Decision No. TX910028
State: TEXAS
Construction Type:
Heavy
Highway
County(ies):
ECTOR POTTER TOM GREEN
LUBBOCK RANDALL
MIDLAND TAYLOR
HEAVY (excluding tunnels & dams) and HIGHWAY PROJECTS (does not
include building structures in rest area projects).
Modification Number Publication Date
0 02/19/1993
TX930028 - 1
COUNTY(ies):
ECTOR POTTER TOM GREEN
LUBBOCK RANDALL
MIDLAND TAYLOR
SUTX2037A 11/13/1991
Rates
ASPHALT HEATER OPERATOR
$7.467
ASPHALT RAKER
7.267
ASPHALT SHOVELER
6.400
BATCHING PLANT WEIGHER
9.799
CARPENTER
8.153
CARPENTER HELPER
6.881
.CONCRETE FINISHER -PAVING
7.496
CONCRETE FINISHER HELPER PAVING
6.500
CONCRETE FINISHER STRUCTURES
8.148
CONCRETE FINISHER HELPER STRUCTURES
6.987
ELECTRICIAN
10.000
ELECTRICIAN HELPER
9.500
FLAGGER
5.500
FORM BUILDER -STRUCTURES
8.021
FORM BUILDER HELPER STRUCTURES
7.000
FORM SETTER- PAVING & CURB
8.300
FORM SETTER HELPER -PAVING & CURB
6.307
FORM SETTER -STRUCTURES
7.839
FORM SETTER HELPER STRUCTURES
6.479
LABORER -COMMON
6.018
LABORER UTILITY
7.102
MECHANIC
10.282
MECHANIC HELPER
8.000
OILER
8.233
SERVICER
7.823
PIPE LAYER
7..000
-P.IPE LAYER HELPER =
-6.250.
ASPHALT DISTRIBUTOR OPERATOR
7.972
ASPHALT PAVING MACHINE
8.187
BROOM OR SWEEPER OPERATOR
.6.411
BULLDOZER.
7.963.
CONCRETE PAVING CURING MACHINE
9..100
CONCRETE PAVING FINISHING MACHINE
8.075
CONCRETE PAVING JOINT SEALER
7.750
CONCRETE PAVING SAW
10.063
CONCRETE PAVING SPREADER
9.100
REINFORCING STEEL MACHI14E
6.500
SLIPFORM MACHINE OPERATOR
9.000
CRANE, CLAMSHELL, BACKHOE
DERRICK, DRAGLINE, SHOVEL
LESS THAN 1 1/2 C.Y.
8.574
CRANE, CLAMSHELL, BACKHOE
DERRICK, DRAGLINE, SHOVEL
1 1/2 C.Y. & OVER
10.043
CRUSHER OR SCREENING PLANT
Fringes
TX930028 - 2
r
OPERATOR
7.500
FOUNDATION DRILL OPERATOR
CRAWLER MOUNTED
9.000
FOUNDATION DRILL OPERATOR
TRUCK MOUNTED
10.750
FOUNDATION DRILL OPERATOR
HELPER
7.050
FRONT END LOADER - 2 1/2 C.Y.
& LESS
7.458
FRONT END LOADER - OVER 2 1/2
C.Y.
7.669
HOIST - DOUBLE DRUM
8.100
MOTOR GRADER OPERATOR
FINE GRADE
10.343
MOTOR GRADER
9.835
PAVEMENT MARKING MACHINE
9.150
PLANER OPERATOR
1.0.458
l
ROLLER, STEEL WHEEL PLANT
MIX PAVEMENTS
6.828
ROLLER, STEEL WHEEL OTHER,
FLATWHEEL OR TAMPING
6.474
`
ROLLER, PNEUMATIC SELF-PROPELLED
6.455
SCRAPER-17 C.Y. & LESS
7.546
SCRAPER -OVER 17 C.Y.
7.655
SIDE BOOM
6.350
TRACTOR -CRAWLER TYPE 150 HP
r"
AND LESS
7.290
TRACTOR -CRAWLER TYPE OVER
150 HP
10.750
TRACTOR - PNEUMATIC
7.422
REINFORCING STEEL SETTER
`
PAVING
7.926
REINFORCING STEEL SETTER
STRUCTURES
9.086
REINFORCING STEEL SETTER
.HELPER
7.772 .
STEEL WORKER - STRUCTURAL
9.000
STEEL WORKER HELPER STRUCTURAL
6.250
SPREADER BOX OPERATOR
7.332
BARRICADE SERVICER WORK ZONE
:6.500-
�.
.TRUCK DRIVER -SINGLE AXLE LIGHT
6.592
TRUCK DRIVER -SINGLE AXLE HEAVY
6.791
,..
TRUCK DRIVER -TANDEM AXLE SEMI
TRAILER
7.130
TRUCK DRIVER-LOWBOY/FLOAT
8.868
TRUCK DRIVER -TRANSIT MIX
6.891
r
WELDER
11.827
WELDER HELPER
----------------------------------------------------------------
8.290
Unlisted classifications needed for
work not included within the
scope of the classifications listed
may be added after award only
as provided in the labor standards
contract clauses (29 CFR
k' .. .
FTX930028 - 3
No Text
000,6
SPECIFICATIONS
FModifications to
SECTION 1
ITEM P-610 STRUCTURAL PORTLAND CEMENT CONCRETE
Item P-610 Structural Portland Cement Concrete of the project
specifications shall be modified as follows:
1. Paragraph 610-2.1 GENERAL. Delete the fourth sentence in the
first subparagraph and insert the following:
w "Test certificates for each of the materials
shall be submitted by the Contractor for
approval."
2. Paragraph 610-3.18 COLD WEATHER PROTECTION. Delete the first
two sentences in the second subparagraph. Calcium chloride
rshall not be used on this project.
3. METHOD OF MEASUREMENT and BASIS OF PAYMENT. Delete the
paragraphs and insert the following:
"610-4.1 METHOD OF MEASUREMENT and BASIS OF
r- PAYMENT. The cost of portland cement concrete
and reinforcing steel in pay items involved in
the contract shall be included in the unit bid
price of such pay items and no direct payment
will be made for yardage of portland cement
concrete or poundage of reinforcing steel."
i
i
t
r
i
' 1-a
r
SECTION 1
ITEM P-610 STRUCTURAL PORTLAND CEMENT CONCRETE
DESCRIPTION
610-1.1 This item shall consist of reinforced structural portland
cement concrete, prepared and constructed in accordance with these
specifications, at the locations and of the form and dimensions
shown on the plans.
MATERIALS
610-2.1 GENERAL. Only approved materials, conforming to the
requirements of these specifications, shall be used in the work.
They may be subjected to inspection and tests at any time during
the progress of their preparation or use. The source of supply of
each of the materials shall be approved by the Engineer before
delivery or use is started. Representative preliminary samples of
the materials shall be submitted by the Contractor, when required,
for examination and test. Materials shall be stored and handled to
insure the preservation of their quality and fitness for use and
shall be located to facilitate prompt inspection. All equipment
for handling and transporting materials and concrete must be clean
before any material or concrete is placed therein.
In no case shall the use of
pit -run or naturally mixed
aggregates
be permitted. Naturally mixed aggregate shall bescreened and
washed, and all fine and
coarse aggregates shaLll
be stored
separately and kept- clean.
The mixing of different
kinds of
aggregates from different
sources in one storage
pile or
alternating batches of different
aggregates will not. be
permitted.
r
610-2.2 COARSE AGGREGATE. The coarse aggregate for concrete shall
meet the requirements of ASTM C 33.
Coarse aggregate shall be well graded from coarse to fine and shall
meet one of the gradations shown in Table 1, using ASTM C 136.
610-2.3 FINE AGGREGATE. The fine aggregate for concrete shall
meet the requirements of ASTM C 33.
The fine aggregate shall be well graded from fine to coarse and
shall meet the requirements of Table 2, when tested in accordance
with ASTM C 136:
1-1
I
TABLE 1. GRADATION FOR COARSE AGGREGATE
Sieve Designation
Percentage by Weight Passing Sieves
(square openings) 211
1-1/2 " 111
3/4 " 1/211
3/811 No.4
No. 4 to 3/4 in.
100
90-100
20-55 0-10
(4.75-19.0 mm)
No. 4 to 1 in.
100 90-100
25-60
0-10
(4.75-25.0 mm)
No. 4 to 100
95-100
35-70
10-30 0-5
1-1/2 in.
(4.75-38.1 mm)
TABLE 2.
GRADATION FOR FINE
AGGREGATE
Sieve Designation
(square openings)
Percentage by
Weight Passing
Sieves
3/8 inch (9.5 mm)
100
No. 4 (4.75 mm)
95-100
No. 16 (1.18 mm)
45-80
No. 30 (0.60 mm)
25-55
No. 50 (0.30 mm)
10-30
No. 100 (0.15 mm)
2-10
Blending will be permitted, if necessary, in order to meet the
gradation requirements for fine aggregate. Fine aggregate
deficient in the percentage of material passing the No. 50 mesh
sieve may be accepted, provided that such deficiency does not
exceed 5% and is remedied by the addition of pozzolanic or
cementitious materials other than portland cement, as specified in
610-2.6 on admixtures, in sufficient quantity to produce the
required workability as approved by the Engineer.
610-2.4 CEMENT. Cement shall conform to the requirements of ASTM
C 150 Type I.
The Contractor shall furnish vendors' certified test reports for
each carload, or equivalent, of cement shipped to the project. The
report shall be delivered to the Engineer before permission to use
the cement is granted. All such test reports shall be subject to
verification by testing sample materials received for use on the
project.
610-2.5 WATER. The water used in concrete shall be free from
sewage, oil, acid, strong alkalies, vegetable matter, and clay and
loam. If the water is of questionable quality, it shall be tested
in accordance with AASHO T 26.
1 -2
F
F
610-2.6 ADMIXTURES. The use of any material added to the concrete
mix shall be approved by the Engineer. Before approval of any
material, the Contractor shall be required to submit the results of
complete physical and chemical analyses made by an acceptable
testing laboratory. Subsequent tests shall be made of samples
taken by the Engineer from the supply of the material being
furnished or proposed for use on the work to determine whether the
admixture is uniform in quality with that approved.
Pozzolanic admixtures shall be fly ash or raw or calcined natural
pozzolons meeting the requirements of ASTM C 618.
Air -entraining admixtures shall meet the requirements of ASTM C
260. Air -entraining admixtures shall be added at the mixer in the
amount necessary to produce the specified air content.
Water -reducing, set -controlling admixtures shall meet the
requirements of ASTM C 494, Type A, water -reducing or Type D,
water -reducing and retarding. Water -reducing admixtures shall be
added at the mixer separately from air -entraining admixtures in
accordance with the manufacturer's printed instructions.
610-2.7 PREMOLDED JOINT MATERIAL. Premolded joint material for
expansion joints shall meet the requirements of ASTH D 1751.
610-2.8 JOINT FILLER. The .filler for joints shall meet the
requirements of Item P-605, unless otherwise specified in the
proposal.
610-2.9 STEEL REINFORCEMENT. Reinforcing shall consist of
deformed bars of either structural, intermediate or hard grade
billet steel conforming to the requirements of ASTM A 615.
610-2.10 COVER MATERIALS FOR CURING. Curing materials shall
conform to one of the following specifications:
Waterproof paper for curing concrete ASTM C 171
Polyethylene Sheeting for Curing Concrete ASTM C 171
Liquid Membrane -Forming Compounds for
Curing Concrete ASTM C 309,
Type 2
CONSTRUCTION METHODS
610-3.1 GENERAL. The Contractor shall furnish all labor,
materials, and services necessary for, and incidental to, the
completion of all work as shown on the drawings and specified
herein. All machinery and equipment owned or controlled by the
Contractor, which he proposes to use on the work, shall be of
sufficient size to meet the requirements of the work, and shall be
1-3
such as to produce satisfactory work; all work shall be subject to
the inspection and approval of the Engineer.
610-3.2 CONCRETE COMPOSITION. The concrete shall develop a
compressive strength of 4,000 psi in 28 days as determined by test
cylinders made in accordance with ASTM C 31 and tested in
accordance with ASTM C 39. The concrete shall contain not less
than 470 pounds of cement per cubic yard (280 kg per cubic meter) .
The concrete shall contain 5 percent of entrained air, plus or
minus 1 percent, as determined by ASTM C 231 and shall have a slump
of not more than 4 inches (10 cm) as determined by ASTM C 143.
610-3.3 ACCEPTANCE SAMPLING AND TESTING. Concrete for each
structure will be accepted on the basis of the compressive strength
specified in paragraph 3.2. The concrete shall be sampled in
accordance with ASTM C 172. Compressive strength specimens shall
be made in accordance with ASTM C 31 and tested in accordance with
ASTM C 39.
Concrete cylindrical test specimens shall be made in accordance
with ASTM C 31 and tested in accordance with ASTM C 39. The
Contractor shall cure and store the test specimens under such
conditions as directed. The Engineer will make the actual tests on
the specimens at no expense to the Contractor.
610-3.4 PROPORTIONING AND MEASURING DEVICES. When package cement
is used, the quantity for each batch shall be equal to one or more
whole sacks of cement. The aggregates shall be measured separately
by weight. If aggregates are delivered to the mixer in batch
trucks, the exact amount for each mixer charge shall be contained
in each batch compartment. Weighing boxes or, hoppers shall -be
approved by the Engineer and shall provide means of regulating the
flow of aggregates into the batch box so that the required and
exact weight of aggregates can be readily obtained.
610-3.5 CONSISTENCY. The consistency of the concrete shall be
checked by the slump test specified in ASTM C 143.
610-3.6 MIXING. Concrete may be mixed at the construction site,
at a central point, or wholly or in part in truck mixers. The
concrete shall be mixed and delivered in accordance with the
requirements of ASTM C 94.
610-3.7 MIXING CONDITIONS. The concrete shall be mixed only in
quantities required for immediate use. Concrete shall not be mixed
while the air temperature is below 40 F (4 C) without permission of
the Engineer. If permission is granted for mixing under such
conditions, aggregates or water, or both, shall be heated and the
concrete shall be placed at a temperature not less than 50 (10 C)
nor more than 100 F (38 C). The Contractor shall be held
responsible for any defective work, resulting from freezing or
1-4
7
L.
injury in any manner during placing and curing, and shall replace
�I such work at his/her expense.
Retempering of concrete by adding water or any other material shall
not be permitted.
�. The delivery of concrete to the job shall be in such a manner that
batches of concrete will be deposited at uninterrupted intervals.
n,
610-3.8 FORMS. Concrete shall not be placed until all the forms
and reinforcements have been inspected and approved by the
Engineer. Forms shall be of suitable material and shall be of the
type, size, shape, quality, and strength to build the structure as
designed on the plans. The forms shall be true to line and grade
and shall be mortar -tight and sufficiently rigid to prevent
displacement and sagging between supports. The Contractor shall
bear responsibility for their adequacy. The surfaces of forms
shall be smooth and free from irregularities, dents, sags, and
holes.
The internal ties shall be arranged so that, when the forms are
removed, no metal will show in the concrete surface or discolor the
surface when exposed to weathering. All forms shall be wetted with
water or with a nonstaining mineral oil which shall be applied
shortly before the concrete is placed. Forms shall be constructed
so that they can be removed without injuring the concrete or
concrete surface. The forms shall not be removed before the
expiration of at least 30 hours from vertical faces, walls, slender
columns, and similar structures; forms supported by falsework under
slabs, beams, girders, arches, and similar construction shall not
7be removed until tests indicate that at least 60% of the design
,, strength of the concrete has developed.
610-3.9 PLACING REINFORCEMENT. All reinforcement' shall be
accurately placed, as shown on the plans, and shall be firmly held
in position during concreting. Bars shall be fastened together at
intersections. The reinforcement shall be supported by approved
l metal chairs. Shop drawings, lists, and bending details shall be
` supplied by the Contractor when required.
F
610-3.10 EMBEDDED ITEMS. Before placing concrete, any items that
are to be embedded shall be firmly and securely fastened in place
as indicated. All such items shall be clean and free: from coating,
rust, scale, oil, or any foreign matter. The embedding of wood
shall be avoided. The concrete shall be spaded and consolidated
around and against embedded items.
610-3.11 PLACING CONCRETE. All concrete shall be placed during
daylight, unless otherwise approved. The concrete shall not be
placed until the depth and character of foundation, the adequacy of
forms and falsework, and the placing of the steel reinforcing have
been approved. Concrete shall be placed as soon as practical after
1-5
F
mixing and in no case later than i hour after water has been added
to the mix. The method and manner of placing shall be such to
avoid segregation and displacement of the reinforcement. Troughs,
pipes, and chutes shall be used as an aid in placing concrete when
necessary. Dropping the concrete a distance of more than 5 feet
(1.5 m), or depositing a large quantity at one point, will not be
permitted. Concrete shall be placed upon clean, damp surfaces,
free from running water, or upon properly consolidated soil.
The concrete shall be compacted with suitable mechanical vibrators
operating within the concrete. When necessary, vibrating shall be
supplemented by hand spading with suitable tools to assure proper
and adequate compaction. Vibrators shall be manipulated so as to
work the concrete thoroughly around the reinforcement and embedded
fixtures and into corners and angles of the forms. The vibration
at any joint shall be of sufficient duration to accomplish
compaction but shall not be prolonged to the point where
segregation occurs. Concrete deposited under water shall be
carefully placed in a compact mass in its final position by means
of a tremie, a closed bottom dump bucket, or other approved method
and shall not be disturbed after being deposited.
610-3.12 CONSTRUCTION JOINTS. When the placing of concrete is
suspended, necessary provisionsshallbe made for joining future
work before the placed concrete takes its initial set. For the
proper bonding of old and new concrete, such provisions shall be
made for grooves, steps, keys, dovetails, reinforcing bars or other
devices as may be prescribed. The work shall be arranged so that
a section begun on any day shall be finished during daylight of the
same day. Before depositing new concrete on or against concrete
which has hardened, the surface of the hardened concrete shall be
cleaned by a heavy steel broom, roughened slightly, wetted, and
covered with a neat coating of cement paste or grout:
610-3.13 EXPANSION JOINTS. Expansion joints shall be constructed
at such points and of such dimensions as may be indicated on the
drawings. The premolded filler shall be cut to the same shape as
that of the surfaces being joined. The filler shall be fixed
firmly against the surface of the concrete already in place in such
manner that it will not be displaced when concrete is deposited
against it.
610-3.14 DEFECTIVE WORK. Any defective work disclosed after the
forms have been removed shall be immediately removed and replaced.
If any dimensions are deficient, or if the surface of the concrete
is bulged, uneven, or shows honeycomb, which in the opinion of the
Engineer cannot be repaired satisfactorily, the entire section
shall be removed and replaced at the expense of the Contractor.
610-3.15 SURFACE FINISH. All exposed concrete surfaces shall be
true, smooth, free from open or rough spaces, depressions, or
projections. The concrete in horizontal plane surfaces shall be
1-6
brought flush with the finished top surface
., and shall be struck -off with a straightedg
e
When directed, the surface finish of exposed concrete shall be a
rubbed finish. If forms can be removed while the concrete is still
green, the surface shall be pointed and wetted and then rubbed with
a wooden float until all irregularities are removed. If the
concrete has hardened before being rubbed, a carborundum stone
shall be used to finish the surface. When approved, the finishing
can be done with a rubbing machine.
610-3.16 CURING AND PROTECTION. All concrete shall be properly
cured and protected by the Contractor. The work shall be protected
from the elements, flowing water, and from defacement of any nature
during the building operations. The concrete shall be cured as
soon as it has sufficiently hardened by covering with an approved
material. Water -absorptive coverings shall be thoroughly saturated
when placed and kept saturated for a period of at least 3 days.
All curing mats or blankets shall be sufficiently weighted or tied
down to keep the concrete surface,, covered and to prevent the
surface from being exposed to currents of air. Where wooden forms
are used, they shall be kept wet at all times until removed to
prevent the opening of joints and drying out of the concrete.
Traffic shall not be allowed on concrete surfaces for 7 days after
the concrete has been placed.
610-3.17 DRAINS OR DUCTS. Drainage pipes, conduits, and ducts
that are to be encased in concrete shall be installed by the
Contractor before the concrete is placed. The pipe shall be held
rigidly so that it will not be displaced or moved -during the
placing of the concrete.
610-3.18 COLD WEATHER PROTECTION. When concrete is placed at
temperatures below 40 F (4 C), the Contractor shall provide
satisfactory methods and means to protect the mix from injury by
freezing. The aggregates, or water, or both, shall be heated in
order to place the concrete at temperatures between 50 and 100 F
(10 and 38 C).
Calcium chloride may be
directed by the Engineer.
Type 1 nor more than 1.6
added per bag of cement.
Contractor shall provide
canvas, framework, heating
the structure and maintai
n
1-7
610-3.19 FILLING JOINTS. All joints which require filling shall
be thoroughly cleaned, and any excess mortar or concrete shall be
cut out with proper tools. Joint filling shall not be started
until after final curing and shall be done only when the concrete
is completely dry. The cleaning and filling shall be carefully
done with proper equipment and in a manner to obtain a neat looking
joint free from excess filler.
METHOD OF MEASUREMENT
610-4.1 Portland cement concrete shall be measured by the number
of cubic yards (cubic meters) of concrete complete in place and
accepted. In computing the yardage of concrete for payment, the
dimensions used shall be those shown on the plans or ordered by the
Engineer. No measurements or other allowances shall be made for
forms, falsework, cofferdams, pumping, bracing, expansion joints,
or finishing of the concrete. No deductions in yardage shall be
made for the volumes of reinforcing steel or embedded items.
610-4.2 Reinforcing steel shall be measured by the calculated
theoretical number of pounds (kg) placed, as shown on the plans,
complete in place and accepted. The unit weight used for deformed
bars shall be the weight of plain square or round bars of equal
nominal size. If so indicated on the plans, the poundage to be
paid for shall include the weight of metal pipes and drains, metal
conduits and ducts, or similar materials indicated and included.
BASIS OF PAYMENT
610-5.1 Payment shall be made at the contract unit price per cubic
yard (cubic meter) for structural portland cement concrete and per
pound (kg) for reinforcing steel. These prices shall be full
compensation for furnishing all materials and for all preparation,
delivering and installation of these materials, and for all labor,
equipment, tools, and incidentals necessary to complete the item.
Payment will be made under:
Item P-610-5.1 Structural Portland Cement Concrete --per
cubic yard (cubic meter)
Item P-610-5.1 Steel Reinforcement --per pound (kg)
TESTING REQUIREMENTS
ASTM C 31 Making and Curing Test Specimens in the Field
ASTM C 39 Compressive Strength of Cylindrical Concrete
Specimens
1-8
0
ASTM
C
136
Sieve or Screen Analysis of Fine and Coarse
Aggregate
r"
ASTM
C
138
Unit Weight, Yield, and Air Content of
Concrete
ASTM
C
143
Slump of Portland Cement Concrete
ASTM
C
231
Air Content of Freshly Mixed Concrete by the
Pressure Method
MATERIAL REQUIREMENTS
r•
ASTM
A
184
Specification for Fabricated Deformed Steel
Bar Mats for Concrete Reinforcement
ASTM
A
185
Welded Steel Wire. Fabric for Concrete
�I
Reinforcement
ASTM
A
497
Specification for Welded Deformed Steel Wire
Fabric for Concrete Pavement
ASTM
A
615
Deformed and Plain Billet -Steel Bars for
r..
Concrete Reinforcement
'
ASTM
C
33
Concrete Aggregates
ASTM
C
94
Ready -Mixed Concrete
ASTM
C
150
Portland Cement
b 1•
ASTM
C
171
Sheet Materials for Curing Concrete
ASTM
C
260
Air -Entraining Admixtures for Concrete
ASTM
C
309
Liquid Membrane -Forming Compounds for Curing
Concrete
r
ASTM
C
595
Blended Hydraulic Cements
ASTM
C
618
Fly Ash and Raw or Calcined Natural Pozzolan
for Use as a Mineral Admixture in Portland
Cement Concrete
ASTM
D
1751
Specification for Preformed Expansion Joint
t.
Fillers for Concrete Paving and Structural
Construction
r-
.,,
ASTM
D
1752
Specification for Preformed Sponge Rubber and
Cork Expansion Joint Fillers for Concrete
r
Paving and Structural Construction
SECTION 2
�.� DRILLED SHAFT FOUNDATIONS
DESCRIPTION
2-1.1 This item shall govern for the construction of
foundations consisting of reinforced concrete drilled shafts
without bell footings. Drilled shafts shall be constructed in
accordance with this specification and in conformance with the
details and dimensions shown on the plans.
MATERIALS
2-2.1 All concrete and materials shall be in accordance with
the requirements of Item P-610 Structural Portland Cement Concrete,
and the requirements herein. The maximum size coarse aggregate
shall be 1 1/2 inches for cased shafts. A retarder or water
reducing agent will be required in all concrete when casing is used
or when shafts are placed underwater. Entrained air will be
required in shaft concrete when placed in water. Reinforcing steel
shall conform to the requirements of Item P-610 Structural Portland
Cement Concrete. The sizes and dimensions shall be as shown on the
plans.
CONSTRUCTION METHODS
2-3.1 EXCAVATION. The plans indicate the expected depths and
elevations where satisfactory bearing material will be encountered.
The Contractor shall perform the excavation required for the
shafts through whatever materials encountered, to the dimensions
and elevations shown on the plans or required by the site
conditions. If satisfactory material is not encountered at plan
�^ elevation, the bottom of the shaft will be adjusted, or the
i foundation altered, as determined by the Engineer, to
` satisfactorily comply with design requirements.
Shaft alignment shall be within a tolerance of one inch per
ten feet of depth.
Where caving conditions and/or excessive ground water is
E encountered, no further drilling will be allowed until a
construction method is employed which will prevent excessive caving
r that will cause the excavation to be appreciably larger than the
1 size of casing to be used. Drilling in a mud slurry, as necessary
to control ground water and caving until a casing is set, will be
permitted.
r
4
F�q
Casing will be required when necessary to prevent caving of
the material or when necessary to exclude ground water. Casing
shall be metal of ample strength to withstand handling stresses,
the pressure of concrete and of the surrounding earth or backfill
materials, and shall be watertight.
When casing is required, the outside diameter of the casing
shall not be less than the specified diameter of shaft. The
portion of the shaft below the casing may be slightly smaller than
the nominal diameter of the shaft, i.e., shall be the largest size
possible when drilled through a casing with the outside diameter as
specified herein; otherwise the size of casing and size of drilled
excavation will be left to the discretion of the Contractor except
as noted below.
If the elevation of the top of the shaft is below ground level
at the time of concrete placement, an oversize surface casing from
ground elevation to a point below the top of the shaft may be
required to control caving of any material into the freshly placed
concrete.
When casing is used, it shall be smooth, clean, and free of
accumulations of hardened concrete.
Under normal operations, the removal of the casing shall not
be started until all concrete placement is completed in the shaft.
Movement of the casing for short pulls of a few inches, rotating,
exerting downward pressure and tapping it to facilitate extraction
will be permitted. When unusual conditions warrant, the casing may
be pulled in partial stages. A sufficient head of concrete shall
be maintained at all times above the bottom of the casing to
overcome hydrostatic pressure. Casing extraction shall be at a
slow, uniform rate with the pull in line with the vertical axis of
the shaft.
When the plansindicatethat skin friction design has been
used, any casing used will not be permitted to remain in place
unless otherwise noted on the plans or permitted by the Engineer.
Material excavated from shafts, including drilling mud, and
not used in the backfill around the completed bents or piers shall
be disposed of off the Airport.
At the time concrete is placed, the excavation shall be free
from accumulated seep water. All loose material shall be removed
from the bottom of the excavation prior to placing concrete.
The Contractor shall provide suitable access and lighting for
proper inspection of the completed excavation, and to check the
dimensions and alignment of shafts.
2-2
r
Any required lighting shall be electric. Any mechanical
equipment used within the excavation shall be operated by air or
electricity. The use of gasoline driven engines within the
excavation for pumping or drilling will not be permitted.
2-3.2 REINFORCING STEEL. The cage of reinforcing steel,
consisting of longitudinal bars and spiral reinforcement, lateral
ties or horizontal bands shall be completely assembled and placed
as a unit immediately prior to concrete placement, unless otherwise
specified.
If the shaft is lengthened, and the plans require full depth
reinforcement, a minimum of one-half of the longitudinal bars
required in the upper portion of the shaft shall be extended to the
bottom, with proper lateral reinforcement. These bars may be lap
spliced, spliced by welding, or un-spliced bars of the proper
length. Any splices required shall be in the lower portion of the
shaft.
Where spiral reinforcement is used, it shall be: tied or tack
welded to the longitudinal bars at a spacing not to exceed 12
inches. Unless otherwise shown welding will not be permitted
within the top 15 feet of the steel cage.
The cage shall be supported and/or held down by some positive
method to minimize vertical displacement during concrete placement
and/or extraction of the casing. The support shall be concentric
rj with the cage to prevent racking and distortion of the steel. An
4J adequate number of the vertical bars shall be supported.
In un-cased shafts, concrete spacer blocks, or steel chairs
shall be used at sufficient intervals to insure concentric spacing
for the entire length of the cage. In cased shafts, concrete
spacer blocks may not be used. Metal "chair" type spacers or bent
F11 pieces of steel bars shall be placed at sufficient intervals around
the steel cage to insure concentric spacing inside the casing.
The elevation of the top of the steel cage shall be carefully
checked before and after casing extraction. Generally, any upward
movement of the steel not exceeding 2 inches, or any downward
movement not exceeding 6 inches per 20 feet of shaft length will be
acceptable. Displacement of the steel beyond the above limits will
be cause for rejection.
r-
The minimum length of steel required for lap with column steel
shall be maintained. Dowel bars may be used if the proper lap
length is provided both into the shaft and into the column.
2-3.3 CONCRETE. The work shall be performed in accordance with
the provisions of Item P-610 Structural Portland Cement Concrete,
and with the requirements herein.
2-3
Concrete shall be placed as soon as possible after all
excavation is complete and reinforcing steel placed, and shall be
of such workability that vibrating or rodding will not be required.
Concrete placing shall be continuous in the shaft to the
construction joint indicated on the plans.
Concrete shall be placed through a suitable tube or tremie to
prevent segregation of materials. The tube or tremie may be made
in sections to provide proper discharge and permit raising it as
the placement progresses. A non -jointed pipe may be used if
sufficient openings of the proper size are provided to allow for
the flow of concrete into the shaft.
The elapsed time from the beginning of concrete placement in
the cased portion of the shaft, until extraction of the casing is
begun, shall not exceed one hour.
Placing of drilled shaft concrete under water may not be done
without the permission of the Engineer. If permission is granted,
the concrete shall be placed with a closed tremie or may be pumped.
Provisions shall be made for a sump, or other approved methods, to
channel displaced water away from the shaft. All shaft concrete
placed underwater shall contain an additional sack of cement per
cubic yard.
A riser block of equal diameter as the column and of a maximum
height of 6 inches may be cast at the top of the completed shaft.
The top surface shall be cured and any construction joint area
shall be treated as prescribed in Item P-610 Structural Portland
Cement Concrete.
No extra compensation will be allowed for the additional
concrete required to fill an oversize casing or oversize
excavation.
2-4.1 Acceptable drilled shafts of the specified diameter,
complete in place, will be measured by the linear foot. Shafts for
interior bents and piers will be measured from a point
approximately six inches below the ground elevation at the center
of shaft unless specific elevations or dimensions are indicated on
the plans or unless the Engineer directs otherwise to meet unusual
conditions. (The bent height shown on the plans is for estimating
purposes only and does not control the top of shaft measurement.)
I
PAYMENT
3-5.1 Drilled shafts will be paid for at the unit price bid per
linear foot of Drilled Shaft of the specified diameter, subject to
the following limitations for overruns authorized by the Engineer.
3-5.2 Payment for individual completed shaft lengths up to and
j including five feet in excess of the maximum plan length shaft, as
EE defined herein, will be made at the unit price bid per linear foot
of the specified diameter of Drilled Shaft.
3-5.3 Payment for that portion of individual completed shaft
length in excess of five feet and up to, and including, 15 feet
more than the maximum plan length shaft, as defined herein, will be
made at a unit price equal to 115 percent of the unit price bid per
linear foot of the specified diameter of Drilled Shaft.
(� 3-5.4 Payment for that portion of individual completed shaft
length in excess of 15 feet and up to, and including, 25 feet more
than the maximum plan length shaft, as defined herein, will be made
at a unit price equal to 125 percent of the unit price bid per
linear foot of the specified diameter of Drilled Shaft.
3-5.5 The foregoing unit prices shall be full compensation for
making all excavations; for doing any necessary pumping; for
furnishing, placing and removing any required casing; for
furnishing and placing all concrete and reinforcing steel, for all
backfilling; and for furnishing all tools, labor, equipment, and
incidentals necessary to complete the work. When the bottom of any
drilled shaft is ordered to be placed at an elevation below plan
grade and a splice of reinforcement is required, no payment will be
made for the extra reinforcement required, but it shall be
considered subsidiary to the price bid per foot of shaft. No extra
payment will be made for casings left in place.
END OF SECTION
2.5
u
SECTION 3
STRUCTURAL PRECAST CONCRETE
Part
I -
General
1.01
Work Included
A.
Floor, roof, and/or wall double tees
1.02
Related Work
r
1
A.
Foundation concrete work
B.
Concrete reinforcement
1.03
References
A.
ACI 301 - Structural Concrete for Buildings
B.
ANSI/ACI 318 - Building Code Requirements for
l
l
Reinforced Concrete
C.
ANSI/ASTM A416 - Uncoated Low Relaxation (or Stress
Relieved) Strand for Prestressed Concrete
D.
ANSI/AWS D1.1 - Structural Welding Code
E.
ASTM C150 - Portland Cement
F.
PCI - Design and Typical Details of Connections for
Precast Prestressed Concrete .
G.
PCI - Design Handbook - Precast & Prestressed Concrete
H.
PCI MNL-116 - Manual for Quality Control for Plants and
r
1,
Production of Precast Prestressed Concrete Products
1.04
Performance
A.
Design members to withstand their own weight, the live
and dead loads as indicated on the plans, and handling
�.
and erection stresses as necessary.
B.
Design connections to provide for site assembly
tolerances.
f
3-1
1.05 Quality Assurance
A. Manufacturer shall have a minimum of ten years
production experience in structural precast concrete
work of the quality and scope required on this project.
B. Manufacturer must be able to show that he has
experienced personnel, physical facilities, established
quality control procedures, and a management capability
sufficient to produce the required units without
causing delay to the project.
C. When requested by the Engineer, the manufacturer shall
submit written evidence of the above requirements.
D. Erector shall have a minimum of ten years experience in
the erection of structural precast concrete units
similar to those required on this project.
E. Comply with testing provisions of PCI MNL-iib.
F. Manufacture and install members so that each unit,
after erection, complies with the dimensional
tolerances as listed in PCI MNL-116.
G. Design members under the direct supervision of a
professional engineer experienced in the design of
structural precast concrete.
1.06 Submittals
A. Submit shop drawings to the Engineer for approval.
-B. shop drawings shall show unit shapes, dimensions,
finishes, reinforcing, joint and connection details,
lift points, and any other items cast into the members.
C. Indicate design live loads, deflections, cambers, and
any special conditions.
1.07 Delivery, Storage, and Handling
A. Handle precast members in a position consistent with
their shape and design. Lift and support only from
support points.
B. Protect edges of members to prevent staining, chipping,
or spalling of concrete.
C. Do not place units directly on the ground.
D. Inconspicuously mark members with date of production
and mark each unit to show its final position in the
structure.
Part II - Products
2.01 Materials
A. Cement: Grey portland, conforming to ASTM C150, Type
III
B. Aggregate, sand, water, admixtures: Determined by pre-
cast manufacturer as appropriate to design
0�a
requirements.
C. Reinforcing steel: Prestressing strands and deformed
b 1
steel bars as required for the member design.
D. The 28 day compressive strength shall be 5000 psi
minimum when tested by 6" x 12" cylinders.
E. For prestressed members, the minimum release strength
shall be 3500 psi when tested by 6" x 12" cylinders.
F. For non -prestressed members, the minimum stripping or
handling strength shall be 2000 psi when tested by 6" x
12" cylinders.
r' G. Water shall be clean and potable.
2.02 Accessories
A. Connecting and Supporting Devices: Plates, angles, and
inserts shall conform to ASTM A36.
B. Grout: Dry pack, non -shrink.
C. Bearing Pads: RFR or neoprene as designed by the pre-
cast concrete manufacturer.
D. Bolts, Nuts, and Washers: Shall conform to ASTM A307.
2.03 Fabrication
A. Manufacturing procedures shall be in general compliance
with PCI MNL-116.
B. Maintain plant records and quality control program
during production of precast members. Make records
available to the Engineer upon request.
C. Ensure reinforcing steel, anchors, inserts, plates,
angles and other cast -in items are embedded and located
as indicated on the shop drawings.
D. Tension reinforcement strands as required to achieve
design criteria.
E. Provide required openings, 10" round or square or
larger and embed accessories provided in other sections
to indicated locations.
2.04 Finishes
A. Ensure exposed -to -view finish surfaces of unpainted
precast concrete members are uniform in color and
appearance.
B. Cure members under identical conditions to develop
concrete quality and minimize appearance blemishes such
as non -uniformity, staining, or surface cracking.
C. Small surface holes, normal form joint marks, minor
chips, and spalls are acceptable. Major unsightly
imperfections, honeycomb, or structural defects are not
acceptable. Repair or replace as directed by the
Engineer.
D. Exposed ends at Stressing Tendons: Fill recess with
epoxy.
3-3
E. Top finish for tees: Floor units - horizontal rake
Roof units - smooth float
Wall units - light horizontal
broom -
2.05 Tolerances
A. Conform to PCI MNL-116
Part III - Execution
3.01 Inspection
A. Verify that bearing surfaces, elevations, and -
measurements are acceptable prior to delivery of pre-
cast members.
B. Beginning of installation means acceptance of existing
conditions.
3.02 Preparation
A. Provide for erection procedure, temporary bracing and
induced loads during erection. Maintain temporary
bracing in place until final support is provided.
3.03 Erection
A. Provide clear, well drained access on all sides of the
structure so that erection equipment can operate under
its own power at all times.
B. Provide adequate barricades and/or signs to safeguard
traffic in the immediate area of hoisting and handling
operations.
C. Erect members level and plumb, within allowable
tolerances and without damage to structural capacity,
shape, or finish. Replace or repair damaged members.
D. Align and maintain uniform horizontal and vertical
joints as erection progresses.
E. Adjust differential camber between precast members to
tolerance before final attachment.
F. Set columns dry, without grout, with steel or plastic
shims. Grout between column base plate and top of
supporting structure.
G. Perform welding according to ANSI/AWS D1.1.
3.04 Erection Tolerances
A. Erect to the following tolerances:
1. Maximum variation from plane or location indicated
on shop drawings: 1/4" per 101 and 3/8" in 1001,
non -cumulative
3-4
2. Maximum offset from true alignment between
members: 1/4"
3. Maximum out of square: 1/8" per 10' non-
cumulative
4. Maximum variation from dimensions: plus or minus
1/4"
r- B. Exposed joint dimension: 3/8" plus or minus 1/4"
3.05 Protection
A. Protect members from damage caused by field welding or
erection operations. Provide non-combustible shields
as required during welding operations.
3.06 Cleaning
A. Clean weld marks, dirt, or blemishes from surface of
exposed members.
Part IV - Measurement and Payment
4.01 Method of Measurement
A. Precast concrete double tee units will be measured by
the square footage of unit produced and set in place.
4.02 Basis of Payment
0
A. Payment will be made at the contract unit price per
square foot for precast concrete double tee units.
This price shall be full compensation for furnishing
all materials, for preparing and placing these
materials, and for all labor, equipment, tools, and
t
incidentals necessary to complete the item.
END OF SECTION
K=1
r
F
SECTION 4
SUBGRADE PREPARATION AND
BASE CONSTRUCTION
DESCRIPTION
1.1 General. Subgrade preparation and base construction shall
consist of all grading and compaction work necessary to bring the
subgrade and base course to the lines, grades and typical cross
sections shown on the drawings and as established by the
Engineer.
All suitable material taken from excavation shall be used in the
formation of embankment, subgrade and for backf illing.
When the volume of the excavation exceeds that required to
construct the embankments to the grades indicated, the excess
shall be placed as embankment in designated areas on site.
1.2 Classifications. All material excavated shall be defined as
unclassified excavation and shall include all excavation
performed under this item regardless of the material encountered.
Base course shall be constructed using material salvaged from the
existing roadway.
CONSTRUCTION METHODS
2.1 General. Existing pavement and base course shall be removed
to the limits shown. The rough excavation shall be carried to
the necessary depth to obtain the specified depth of subgrade
compaction shown on the plans. On embankment, the depth of
subgrade compaction shall be as shown on the drawings. Should
the Contractor, through negligence or other fault, excavate below
the designated line, he shall replace the excavation with
approved materials at his own expense.
If it is necessary to interrupt existing surface drainage, sewers
or underdrainage, conduits, or similar underground structures,
the Contractor shall be responsible for and shall take all
necessary precautions to protect and preserve or provide
temporary services. The Contractor shall, at his own expense,
satisfactorily repair all damage to such facilities or structures
which may result from any of his operations during the period of
the contract.
2.2 Excavation. Excavation shall be performed as indicated on
the drawings to the lines, grades and elevation shown. All
material encountered within the limits indicated shall be removed
and disposed of as directed. During excavation, the grade shall
be maintained so that it will be well drained at all times.
CC51
F
All unstable or otherwise unsuitable material shall be removed
from the subgrade and replaced with approved material.
The subgrade under areas to be paved shall be compacted to the
depths and to the densities at optimum moisture as shown on the
drawings or as a specified, and as determined by the compaction
control tests specified in ATSM D 1557.
2.3 Embankment. Embankment areas shall be cleared and grubbed.
All depressions or holes shall be backfilled with approved
material and compacted to the level of the ground surface before
construction of the embankment can begin.
Immediately prior to placing fill material, the entire area shall
be scarified and broken by approved equipment to a depth of 6
inches. Embankment shall be formed of approved materials placed
in successive horizontal layers of not more than 8 inches in
loose depth for the full width of the cross section.
Operations on earthwork shall be suspended at any time when
satisfactory results cannot be obtained because of rain, freezing
weather, or other conditions in the field.
The material in the layers shall be of the proper moisture
content before rolling to obtain the prescribed compaction.
Wetting or drying of the material and manipulation when necessary
to secure a uniform moisture content throughout the layer shall
be required.
Rolling operations shall be continued until the embankment is,
compacted to not less than 95% for noncohesive soils, and 90% for
cohesive soils, of the maximum density at optimum moisture as ,
determined by the compaction control tests in ASTM D 1557. In
place field density shall be determined in accordance with ASTM D
1556, ASTM D 2922, or ASTM D 2167.
2.4 Protection of the Subgrade. When completed, the surface of
the subgrade shall be true to the lines, grades and cross
sections shown on the drawings. Any irregularities or
depressions that develop under rolling shall be corrected by
loosening the material and adding, removing or replacing material
until the surface is smooth and uniform.
At all times, the top of the subgrade shall be kept in such
condition that it will drain readily and effectively. Until the
subgrade has been checked and approved, no base course shall be
laid thereon.
4-2
F
I
2.5 Finishing and Compacting. The salvaged mixture shall have a
satisfactory moisture content when rolling is started, and any
minor variations prior to or during rolling shall be corrected by
sprinkling or aeration.
The base course shall be thoroughly compacted by rolling. The
rolling shall continue until the base material has been compacted
to not less than 100 percent density, as determined by ASTM D
1557.
Blading and rolling shall be done alternately to obtain a smooth
even and uniformly compacted base.
The base shall not be rolled when the underlying course is soft
or yielding, or when the roller causes undulation in the base
course. When the rolling develops irregularities that exceed 3/8
inch when tested with a 16-foot straight edge, the irregular
surface shall be loosened, additional base material added, and
compacted.
2.6 Surface Test. After the course has been completely
compacted, the surface shall be tested for smoothness and
accuracy of grade and crown. Any portion failing to meet
specified tolerances shall be scarified, reshaped, and
recompacted until the tolerances are met. The finished surface
shall not vary more than 3/8 inch from a 16-foot straight edge
when applied to the surface parallel with, and at right angles
to, the centerline. The finished elevation of the compacted base
course shall not vary more than 0.03 feet from the specified
grade.
2.7 Protection. Work on the base course shall not be
accomplished during freezing temperatures or when the subgrade is
wet. When the material or underlying course is frozen, the
construction shall be stopped.
2.8 Maintenance. Following the completion of the base course,
the Contractor shall perform all maintenance work necessary to
keep the base course in a condition satisfactory for priming.
After priming, the surface shall be kept clean and free from
foreign material. The base course shall be properly drained at
all times. If cleaning is necessary, or if the prime coat
becomes disturbed, any work necessary to correct the deficiency
shall be performed at the sole expense of the Contractor.
METHOD OF MEASUREMENT
3.1 The quantity of subgrade preparation and base construction
to be paid for shall be the number of square yards graded,
compacted and accepted.
4-3
F
BASIS OF PAYMENT
4.1 Payment shall be made at the contract unit price per square
yard for subgrade preparation and base construction. This price
shall be full compensation for furnishing all materials and for
all preparation, hauling, and placing of these materials, and
fore all labor, equipment, tools, and incidentals necessary to
complete the item.
END OF SECTION
4-4
r Modifications to
SECTION 5
ITEM P-401 PLANT MI% BITUMINOUS PAVEMENTS
Item P-401 Plant Mix Bituminous Pavements of the project
specifications shall be modified as follows:
1. Paragraph 401-1.1 Add the following as a second subparagraph:
"The surface course shall be constructed in
lifts not to exceed 2 inches in compacted
thickness."
2. Paragraph 401-2.1 AGGREGATE. Delete references to slag in
this and all subsequent paragraphs.
l 3. Paragraph 401-2.1 a. Coarse Aggregate. Add the following to
d the first subparagraph:
"If the requirements for sodium sulfate
soundness cannot be met, a weighted loss in
excess of 9%, but not to exceed 14%, will be
accepted provided the coarse aggregate can be
shown to have a satisfactory service record of
at least 5 years duration under similar
conditions of service and exposure."
4. TABLE 3. AGGREGATE - BITUMINOUS PAVEMENTS. Delete this table
and insert the following gradation:
r
a
" Sieve Size
Percentage
r•
Passing 7/8"
100
Passing 5/8"
95-100
Passing 5/8", retained on 3/8"
16-42
Passing 3/8", retained on No. 4
11-37
Passing No. 4, retained on No.
10 11-32
l
Total retained on No. 10
54-74
Passing No. 10, retained on No.
40 6-32
Passing No. 40, retained on No.
80 4-27
Passing No. 80, retained on No.
200 3-27
Passing No. 200
1-8
Bitumen percent
3.5-7.0 It
5. Paragraph 401-4.13 SAMPLING PAVEMENT. In the first
subparagraph, delete the first sentence and insert the
following:
!� "Core samples for determination of the density
of completed pavements shall be obtained by
the Engineer's representative or laboratory."
5-a
r-
Delete
the
last sentence in the
first subparagraph.
Delete
the
second subparagraph
and insert the following:
"All tests necessary to determine conformance
with requirements specified in this item will
be performed by the Engineer. The costs for
failing tests will be charged to the
Contractor."
F
6. Paragraph 401-4.14 SURFACE TESTS. Delete the first sentence
of the fourth subparagraph and insert the following:
"The finished surfaces of bituminous courses
shall not vary from the gradeline, elevations,
and cross sections shown on the contract
drawings by more than 1/2 inch."
7. Add the following new paragraph:
401-4.15 TOLERANCE IN PAVEMENT THICKNESS.
The thickness of the pavement shall be
determined by average caliper measurement of
cores tested in accordance with AASHTO T 148.
Pavement thickness shall be not less than the
specified minimum thickness.
For the purpose of determining the thickness
of pavement, units to be considered separately
are defined as 1,000 linear feet of pavement
in each paving lane starting from the end of
the pavement bearing the smaller station
number. The last unit in each lane shall be
1,000 feet plus the fractional part of 1,000
feet remaining. One core shall be taken at
random in each unit. When the measurement of
the core from a unit is not deficient from the
specified minimum thickness, full payment will
be made.
When the measurement of any core is less than
the specified minimum thickness, the actual
thickness of the pavement in this area shall
be determined by taking additional corer at
not less than 10-foot intervals parallel to
the centerline in each direction from the
r' affected location, until in each direction
1 core is found which is not deficient. Areas
found deficient in thickness shall be removed
and replaced with surfacing of the minimum
thickness specified.
Cores shall be taken at the discretion of the
Engineer.
No additional payment over the unit contract
bid price shall be made for any pavement which
has a thickness in excess of that shown on the
plans."
5-c
F
SECTION 5
ITEM P-401 PLANT MIX BITUMINOUS PAVEMENTS
DESCRIPTION
401-1.1 This item shall consist of a surface course composed of
mineral aggregate and bituminous material mixed in a central mixing
plant and placed on a prepared course in accordance with these
specifications and shall conform to the lines, grades, thicknesses,
and typical cross sections shown on the plans. Each course shall
be constructed to the depth, typical section, or elevation required
by the plans and shall be rolled, finished, and approved before the
placement of the next course.
MATERIALS
401-2.1 AGGREGATE. Aggregates shall consist of crushed stone,
crushed gravel, or crushed slag with or without sand or other inert
finely divided mineral aggregate. The portion of materials
retained on the No. 8 sieve shall be known as coarse aggregate. The
portion passing the No. 8 (2.36 mm) sieve and retained on the No.
200 (0.075 mm) sieve as fine aggregate, and the portion passing the
No. 200 (0.075 mm) sieve as mineral filler.
a. Coarse Aggregate. Coarse aggregate shall consist of
sound, tough, durable particles, free from adherent films of matter
r that would prevent thorough coating with the bituminous material.
The percentage of wear shall not be greater than 40 percent when
r
F
tested in accordance with ASTM C 131. The sodium sulfate soundness
loss shall not exceed 9 percent, after five cycles, when tested in
accordance with ASTM C 88.
Aggregate shall contain at least 70 percent by weight of crushed
.pieces having two or more fractured faces and 85 percent having at
least one fractured face. The area of each face shall be equal to
at least 75 percent of the smallest midsectional area of the piece.
When two fractured faces are contiguous, the angle between the
planes of fractures shall be at least 30 degrees to count as two
fractured faces. Fractured faces shall be obtained by artificial
crushing.
The aggregate shall not contain more than 8 percent, by weight, of
flat or elongated pieces, a flat particle is one having a ratio of
width to thickness greater than five; an elongated particle is one
having a ratio of length to width greater than five.
Slag shall be air-cooled, blast furnace slag, and. shall have a
compacted weight of not less than 70 pounds per cubic foot (1.12
mg/cubic meter) when tested in accordance with ASTM C 29.
5-1
r
b. Fine Aggregate. Fine aggregate shall consist of clean,
sound, durable, angular particles produced by crushing stone, slag,
or gravel that meets the requirements for wear and soundness
specified for coarse aggregate. The aggregate particles shall be
free from coatings of clay, silt, or other objectionable matter and
shall contain no clay balls. The fine aggregate, including any
blended filler, shall have a plasticity index of not more than six
and a liquid limit of not more than 25 when tested in accordance
with ASTM D 4318.
Natural sand may be used to obtain the gradation of the aggregate
blend or to improve the workability of the mix. The amount of sand
to be added will be adjusted to produce mixtures conforming to
requirements of this specification.
c. Sampling and Testing. ASTM D 75 shall be used in sampling
coarse and fine aggregate, and ASTM C 183 shall be used in sampling
mineral filler. The Contractor shall furnish documentation to the
Engineer confirming that the aggregates meet specification
requirements.
d. Sources of Aggregates. Sources of aggregates shall be
selected well in advance of the time the materials are required in
the work. When the aggregates are obtained from a previously
approved source or an existing source producing aggregates that has
a satisfactory service record in airport bituminous pavement
construction for at least 5 years, samples shall be submitted 14
days prior to start of production. An inspection of the producer's
operation will be made by the Engineer. When new sources are to be
developed, the Contractor shall indicate the sources and shall
submit a plan for operation 30 days in advance of starting
production. Samples from test pits, borings, and other excavations
shall be submitted at the same time. Approval of the source of
aggregate does not relieve the Contractor in any way of the
responsibility for delivery at the job site of aggregates that meet
the requirements specified herein.
e. samples of Aggregates. Samples of aggregates shall be
furnished by the Contractor at the start of production and at
intervals during production of bituminous mixtures. The sampling
points and intervals will be designated by the Engineer. The
samples will be the basis of approval of specific lots of
aggregates from the standpoint of the quality requirements of this
section.
401-2.2 FILLER. If filler, in addition to that naturally present
in the aggregate, is necessary, it shall meet the requirements of
ASTM D 242.
401-2.3 BITUMINOUS MATERIAL. Bituminous material shall conform to
the following requirements:
Pe"
F
r
Type and Grade Specification
Asphalt Cement
Penetration Grade 85-100 ASTM D 946
Viscosity Grade AC-10 ASTM D 3381
The Contractor shall furnish vendor's certified test reports for
each tankload of bitumen shipped to the project. The report shall
be delivered to the Engineer before permission is granted for use
of the material. The furnishing of the vendor's certified test
report for the bituminous material shall be the basis for final
acceptance.
COMPOSITION
401-3.1 COMPOSITION OF MIXTURE. The bituminous plant mix shall be
composed of a mixture of aggregate, filler if required, and
bituminous material. The several aggregate fractions shall be
sized, uniformly graded, and combined in such proportions that the
resulting mixture meets the grading requirements of the job mix
formula.
401-3.2 JOB MIX FORMULA. No bituminous mixture for payment shall
be produced until a job mix formula has been approved by the
Engineer. The formula shall be submitted in writing by the
Contractor to the Engineer at least 14 days prior to the start of
paving operations and shall indicate the definite percentage of
each sieve fraction of aggregate, the percentage of bitumen, and
the temperature of the completed mixture when discharged from the
mixer. All test data used to develop the job mix formula shall also
be submitted. The job mix formula for each mixture shall be in
effect until modified in writing by the Engineer. Should a change
in sources of materials be made, a new job mix formula must be
established before the new material is used.
The bituminous mixture shall be designed using procedures contained
in Chapter III, MARSHALL METHOD OF MIX DESIGN, of the Asphalt
Institute's Manual Series No. 2 (MS-2), current edition, and shall
meet the requirements of Tables 1 and 2.
5-3
I
TABLE 1. MARSHALL DESIGN CRITERIA
TEST PROPERTY
Number of Blows 75
Stability, Minimum pounds (newtons) 1800 (8000)
Flow, 0.01 in.-(0.25 mm) 8 - 16
Percent air voids 3.0 5.0
Percent voids in mineral aggregate See Table 2
TABLE 2. MINIMUM PERCENT VOIDS IN MINERAL AGGREGATE
Maximum Particle Size Minimum, Voids in Mineral
Aggregate
(Table 3)
in. mm Percent
1/2 12.5 16
3/4 19.0 15
1 25.0 14
1-1/4 31.25 13
The mineral- aggregate shall be of such size that the percentage
composition by weight, as determined by laboratory screens, will
conform to the gradation or gradations specified in Table 3 when
tested in accordance with ASTM Standard C 136 and C 117. The
percentage by weight for the bituminous material shall. be within
the limits specified.
The gradations in Table 3 represent the limits which_ shall
determine the suitability of aggregate for use from the sources of
supply. The aggregate, as finally selected, shall have a gradation
within the limits designated in Table 3 and shall not vary from the
low limit on one sieve to the high limit on the adjacent sieve, or
vice versa, but shall be uniformly graded from coarse to fine.
5-4
F
r
7
r
r
F
TABLE 3. AGGREGATE - BITUMINOUS PAVEMENTS
Sieve Size
3/4" Max
1-1/4 in. (31.25 mm)
1 in. (25.0 mm)
3/4 in. (19.0 mm)
1/2 in. (12.5 mm)
3/8 in. (9.5 mm)
No. 4 (4.75 mm)
No. 8 (2.36 mm)
No. 16 (1.18 mm)
No. 30 (0.60 mm)
No. 50 (0.30 mm)
No. 100 (0.15 mm)
No. 200 (0.075 mm)
Bitumen percent
Stone or gravel
Percentage by Weight Passing Sieves
100
79-99
68-88
48-68
33-53
20-40
14-30
9-21
6-16
3-6
5-7.5
The job mix tolerances shown in Table 4 shall be applied to the job
mix formula to establish a job control grading band. The full
tolerances still will apply if application of the job mix
tolerances results in a job control grading band outside the master
grading band.
TABLE 4. JOB MI% FORMULA TOLERANCES
(Based on a Single Test)
Material Tolerance — plus or minus
Aggregate passing No. 4 sieve or larger 7 percent
Aggregate passing No. 10 sieve 6 percent
Aggregate Passing No. 40 sieve 5 percent
Aggregate Passing Nos. 80 and 200 sieves.. 3 percent
Bitumen 0.45 percent
Temperature of mix 20 F (11 C)
The aggregate gradation may be adjusted within the limits of Table
3 as directed, without adjustments in the contract unit prices.
Deviation from the final approved design for bitumen content and
gradation of aggregates shall not be greater than the tolerances
permitted and shall be based on daily plant extraction. Extraction
tests for bitumen content and aggregate gradation will be made at
least twice daily. The mixture will be tested for bitumen content
in accordance with ASTM D 2172 and for aggregate gradation in
accordance with AASHTO T 30.
The completed mixture shall be sampled at the plant to retain job
control. One sample shall be taken from each sublot on a random
5-5
basis, in accordance with procedures contained in ASTM D 3665. A
lot shall consist of 1000 tons or each day's production and shall
be divided into 4 sublots. Testing shall be in accordance with the
Marshall Method procedures contained in Chapter III of the Asphalt
Institute Manual Series No. 2 (MS-2), current edition. If any two
consecutive Marshall test results of any property do not conform to
the requirements shown in Tables 1 and 2, the Contractor shall take
immediate corrective action. In no instance shall the percent air
voids exceed +/- 1 percent of the job mix formula 'value.
The Engineer may halt production if the Marshall test criteria are
not met and not allow it to resume until the problem is corrected.
If the index of retained strength of the specimens of composite
mixture, as determined by ASTM D 1075, is less than 75, the
aggregates shall be rejected or the asphalt shall be treated with
an antistripping agent. The amount of antistripping agent added to
the asphalt shall be sufficient to produce an index of retained
strength of not less than 75.
401-3.3 TEST SECTION. Prior to full production, the Contractor
shall prepare a quantity of bituminous mixture according to the job
mix formula. the amount of mixture should be sufficient to
construct a test section 50 feet long and 20 feet wide placed in
two sections and shall be of the same depth specified for the
construction of the course which it represents. The underlying
grade or pavement structure upon which the test section is to be
constructed shall be the same as the remainder of the course
represented by the test section. The equipment used in
construction of the test section shall be the same type and weight
to be used on the remainder of the course represented by the test
section.
If the test section should prove to be unsatisfactory, the
necessary adjustments to the mix design, plant operation, and/or
rolling procedures shall be made. Additional test sections, as
required, shall be constructed and evaluated for conformance to the
specifications. When test sections do not conform to specification
requirements, the pavement shall be removed and replaced at the
Contractor's expense. A marginal quality test -section that has
been placed in an area of little or no traff is may be left in
place. If a second test section also does not meet specification
requirements both sections shall be removed at the Contractor's
expense. Full production shall not begin without the Engineer's
approval. Test sections will be paid for in accordance with
paragraph 6.1.
401-3.4 TESTING LABORATORY. The testing laboratory used to
develop the job mix formula and to perform the tests required by
this specification shall meet the requirements of ASTM D 3666. A
certification that the laboratory meets these requirements shall be
5-6
I
F
submitted to the Engineer. An approved testing laboratory will not
be required for quality control tests made by the Contractor.
CONSTRUCTION METHODS
401-4.1 WEATHER LIMITATIONS. The bituminous mixture shall not be
placed upon a wet surface or when the surface temperature of the
underlying course is less than specified in Table 5. The
temperature requirements may be waived, but only at the discretion
of the Engineer.
TABLE S. BASE TEMPERATURE LIMITATIONS
Base Temperature (Minimum)
Mat Thickness Deg. F Deg. C
3 in. (7.5 cm) or greater 40 4
Greater than 1 in. (2.5 cm) but
less than 3 in. (7.5 cm) 45 7
1 in. (2.5 cm) or less 50 10
401-4.2 BITUMINOUS MIXING PLANT. Plants used for the preparation
of bituminous mixtures shall conform to the requirements of ASTM D
995 with the following changes:.
a. Requirements for All Plants.
00 Truck Scales. The bituminous mixture shall be
weighed on approved scales furnished by the Contractor, or on
public scales at the Contractor's expense. Such scales shall be
inspected and sealed as often as the Engineer deems necessary,to.
assure their accuracy. Scales shall conform to the requirements of
Section 90.
(2) Testing Laboratory. The Contractor or producer shall
provide laboratory facilities for control and acceptance testing
functions during periods of mix production, sampling, and testing
and whenever materials subject to the provisions of these
specifications are being supplied or tested. The laboratory shall
provide adequate equipment, space, and utilities as required for
the performance of the specified tests.
(3) Inspection of Plant. The Engineer, or his/her
authorized representative, shall have access, at all times, to all
parts of the plant for checking adequacy of equipment; inspecting
operation of the plant: verifying weights, proportions, and-
5-7
F
character of materials; and checking the temperatures maintained in
the preparation of the mixtures.
(4) Storage Bins and Surge Bins. Paragraph 3.9 of ASTM
D 995 is deleted. Instead, the following applies. Use of surge
bins or storage bins for temporary storage of hot bituminous
mixtures will be permitted as follows:
(a) The bituminous mixture may be stored in surge
bins for period of time not to exceed 3 hours,
(b) The bituminous mixture may be stored in
insulated storage bins for a period of time not to exceed 24 hours,
provided an inert gas atmosphere is maintained in the bin during
the storage period.
The bins shall be such that mix drawn from them meets the same
requirements as mix loaded directly into trucks.
If the Engineer determines that there is an excessive amount of
heat loss, segregation or oxidation of the mixture due to temporary
storage, no overnight storage will be allowed.
401-4.3 HAULING EQUIPMENT. Trucks used for hauling bituminous
mixtures shall have tight, clean, and smooth metal beds. To
prevent the mixture from adhering to them, the truck beds shall be
lightly coated with a minimum amount of paraffin oil, lime
solution, or other approved material. Each truck shall have a
suitable cover to protect the mixture from adverse weather. When
necessary, to ensure that the mixture will be delivered to the site
at the specified temperature, truck beds shall be insulated and
covers shall be securely fastened.
401-4.4 BITUMINOUS PAVERS. Bituminous pavers shall be self
contained, power -propelled units with an activated' screed or
strike -off -assembly, heated if necessary, and shall be capable
spreading and finishing courses of bituminous plant mix material
which will meet the specified thickness, smoothness, and grade.
Pavers used for shoulders and similar construction shall be capable
of spreading and finishing courses of bituminous plant mix material
in widths shown on the plans.
The paver shall have a receiving hopper of sufficient capacity to
permit a uniform spreading operation. The hopper shall be equipped
with a distribution system to place the mixture uniformly in front
of the screed. The screed or strike -off assembly shall effectively
produce a finished surface of the required evenness and texture
without tearing, shoving, or gouging the mixture.
The paver shall be capable of operating at forward speeds
consistent with satisfactory laying of the mixture.
5-S
F
If an automatic grade control device is used, the paver shall be
equipped with a control system capable of automatically maintaining
the specified screed elevation. The control system shall be
automatically actuated from either a reference line or surface
through a system of mechanical sensors or sensor -directed
mechanisms or devices which will maintain the paver screed at a
predetermined transverse slope and at the proper elevation to
obtain the required surface. The transverse slope controller shall
be capable of maintaining the screed at the desired slope within
plus or minus 0.1 percent.
The controls shall be capable of working in conjunction with any of
the following attachments:
a. Ski -type device of not less than 30 feet (9.14 m) in
length or as directed by the Engineer.
b. Taut stringline (wire) set to grade.
j� c. Short ski or shoe.
1 401-4.5 ROLLERS. Rollers of the vibratory, steel wheel, or
pneumatic -tired type may be used. They shall be in good condition,
capable of operating at slow speeds to avoid displacement of the
bituminous mixture. The number, type, and weight of rollers shall
be sufficient to compact the mixture to the required density while
it is still in a workable condition.
The use of equipment which causes excessive crushing of the
aggregate will not be permitted.
401-4.6 PREPARATION OF BITUMINOUS MATERIAL. The bituminous
material shall be heated in a manner that will avoid local
overheating and provide a continuous supply of the bituminous
material to the mixer at a uniform temperature. The temperature of
the bituminous material delivered to the mixer shall be sufficient
to provide a suitable viscosity for adequate coating of the
l aggregate particles but shall not exceed 325 F (160 C).
401-4.7 PREPARATION OF MINERAL AGGREGATE. The aggregate for the
mixture shall be dried and heated to the temperature designated by
the job formula within the job tolerance specified. The maximum
temperature and rate of heating shall be such that no permanent
�• damage occurs to the aggregates. Particular care shall be taken
that aggregates high in calcium or magnesium content are not
damaged by overheating. The temperature shall not be lower than is
required to obtain complete coating and uniform distribution on the
aggregate particles and to provide a mixture of satisfactory
workability.
7
5-9
401-4.6 PREPARATION OF BITUMINOUS MIXTURE. The aggregates and the
bituminous material shall be weighed or metered and introduced into
the mixer in the amount specified by the job mix formula.
The combined materials shall be mixed until the aggregate obtains
a uniform coating of bitumen and is thoroughly distributed
throughout the mixture. Wet mixing time shall be the shortest time
that will produce a satisfactory mixture. It shall be established
by the Contractor, based on the procedure for determining the
percentage of coated particles described in ASTM D 2489, and
approved by the Engineer for each individual plant and for each
type of aggregate used. The minimum mixing time shall be 25
seconds. The mixing time will be set to achieve 95 percent of
coated particles. For continuous mix plants, the minimum mixing
time shall be determined by dividing the weight of its contents at
operating level by the weight of the mixture delivered per second
by the mixer. The moisture content of the mix shall not exceed 1.0
percent.
401-4.9 TRANSPORTING, SPREADING, AND FINISHING. The mixture shall
be transported from the mixing plant to the point of use in
vehicles conforming to the requirements of Section 401-4.3.
Deliveries shall be scheduled so that spreading and rolling of all
mixture prepared for one day"s run can be completed during
daylight, unless adequate artificial lighting is provided. Hauling
over freshly placed material shall not be permitted until the
material has been compacted, as specified, and allowed to cool to
atmospheric temperature.
Immediately before placing the bituminous mixture, the underlying
course shall be cleared of all debris with power blowers, power
brooms, or hand brooms as directed.
The mix shall be placed at a temperature of not less than 250 F
(107 C) when asphalt cement is used, and not less than 150 F (65 C)
when tar is used.
Upon arrival, the mixture shall be spread to the full width by an
approved bituminous paver. It shall be struck off in a uniform
layer of such depth that, when the work is completed, it shall have
the required thickness and conform to the grade and contour
indicated. The speed of the paver shall be regulated to eliminate
pulling and tearing of the bituminous mat. Unless otherwise
directed, placement of the mixture shall begin along the centerline
of a crowned section or on the high side of areas with a one-way
slope. The mixture shall be placed in consecutive adjacent strips
having a minimum width of 12.0 feet except where edge lanes require
less width to complete the area. The longitudinal joint in one
layer shall offset that in the layer immediately below by at least
1 foot (30 cm) ; however, the joint in the top layer shall be at the
centerline of the pavement. Transverse joints in one layer shall be
5-10
l offset by at least 2 feet (60 cm) from transverse joints in the
l previous layer. Transverse joints in adjacent lanes shall be
offset a minimum of 10 feet (3 m).
r-
r
On areas where irregularities or unavoidable obstacles make the use
of mechanical spreading and finishing equipment impractical, the
mixture may be spread, raked, and luted by hand tools.
401-4.10 COMPACTION OF MIXTURE. After spreading, the mixture
shall be thoroughly and uniformly compacted by rolling. The
surface shall be rolled when the mixture has attained sufficient
stability so that the rolling does not cause undue displacement,
cracking or shoving. The sequence of rolling operations and the
type of rollers used shall be at the discretion of the Contractor.
The speed of the roller shall, at all times, be sufficiently slow
to avoid displacement of the hot mixture. Any displacement
occurring as a result of reversing the direction of the roller, or
from any other cause, shall be corrected at once.
Sufficient rollers shall be furnished to handle the output of the
plant. Rolling shall continue until all roller marks are
eliminated, the surface is of uniform texture and true to grade and
cross section, and the required field density is obtained.
To prevent adhesion of the mixture to the roller, the wheels shall
be kept properly moistened, but excessive water will not be
permitted.
In areas not accessible to the roller, the mixture shall be
thoroughly compacted with hot hand tampers.
Any mixture that becomes loose and broken, mixed with dirt, or in
any way 'defective shall be removed and replaced with fresh hot
mixture and immediately compacted to conform to the surrounding
area. This work shall be done at the Contractor's expense. Skin
patching shall not be allowed.
401-4.11 JOINTS. The formation of all joints shall be made in
such a manner as to ensure a continuous bond between old and new
sections of the course. All joints shall have the same texture,
density, and smoothness as other sections of the course.
The roller shall not pass over the unprotected end of the freshly
laid mixture except when necessary to form a transverse joint. When
necessary to form a transverse joint, it shall be made by means of
placing a bulkhead or by tapering the course, in which case the
edge shall be cut back to its full depth and width on a straight
line to expose a vertical face. In both methods all contact
surfaces shall be given a tack coat of bituminous material before
placing any fresh mixture against the joint.
5-11
r+
Longitudinal joints which are irregular, damaged, or other
defective shall be cut back to expose a clean, ,sound surface for
the full depth of the course. All contact surfaces shall be given
a tack coat of bituminous material prior to placing any fresh
mixture against the joint.
401-4.12 ACCEPTANCE SAMPLING AND TESTING OF BITUMINOUS MIXTURE
(DENSITY). Pavement density will be determined by comparing the
density of cores taken from the compacted pavement to the density
of laboratory -compacted specimens.
a. Lot Sizes. The pavement will be accepted for density
on a lot basis. A lot will consist of:
(1) One day's production where it is not expected
to exceed 2,000 tons (1 814 000 kg).
(2) A half day's production where a days
production is expected to consist of between 2,000 and 4,000 tons
(1 814 000 and 3 628 000 kg).
(3) Similar subdivisions for quantities greater
than 4,000 tons (3 628 000 kg).
b. Laboratory Density. Bituminous mixture for
laboratory -compacted specimens shall be sampled on a lot basis from
trucks delivering material to the job site. The lot size shall be
the same as indicated in paragraph 401-4.12a and shall be divided
into four equal sublots. One sample shall be taken from each
sublot on a random basis, in accordance with procedures contained
in ASTM D 3665. One laboratory compacted specimen shall be prepared
from each sublot.
The specimens shall be compacted in accordance with ASTM D 1559,
Section 3.5. The sample of bituminous, mixture may be put in a
covered metal tin and placed in an oven for not more than 30
minutes to maintain the heat. In no instance shall the mixture
cool more than 20 F (12 C) below the job -mix temperature prior to
compaction. The density of each specimen shall be determined in
accordance with ASTM D 2726 or D 1188, whichever is applicable.
c. Core Density. Cores for determining the density of
the compacted pavement shall be taken on a lot basis. The lot size
shall be the same as indicated in paragraph 401-4.12a and shall be
dividedinto four equal sublots. One core shall be taken from each
sublot on a random basis in accordance with procedures contained in
ASTM D 3665. The cores shall be taken in accordance with the
requirements of paragraph 401-4.13. The density of each core shall
be determined in accordance with ASTM D 2726 or D 1188, whichever
is applicable.
5-I2
d. Partial Lots - Plant Produced Material. Lf
W operational conditions cause a lot to be terminated before the
specified four tests have been made for the lot, the following
procedure will be used to adjust the lot size and the number of
tests for the lot:
Where three sublots have been produced, they shall constitute a
lot. Where one or two sublots have been produced, they shall be
incorporated into the next lot or the previous lot and the total
number of sublots shall be used in the acceptance criteria
calculation, i.e., n=5 or n=6.
e. Partial Lots — Compacted Pavement. The lot size for
the compacted pavement shall correspond to that of the plant
produced material.
f. Pavement Density. The pavement density shall be
determined by dividing the core density of each sublot by the
average density of the laboratory -prepared specimens.
g. Acceptance Criteria. Acceptance of each lot of in -
place pavement shall be based on the percentage of material within
specification limits (PWL). The PWL acceptance plan considers the
variability (standard deviation) of the material and the testing
procedures, as well as the mean value of the densities. In this
plan, producing at a target density of 98 percent and a standard
deviation of 1.3 percent will result in a PWL of 90 and 100 percent
payment. If a material of greater variability is produced, then a
higher target density must be maintained in order to achieve a PWL
of 90 or more. The PWL is determined using standard statistical
techniques and involves the average of the pavement densities (X)
as determined under paragraph 401-4.12(f), the standard deviation
of the pavement densities (S), the lower specification limit (L)
and the Quality Index (Q). The Quality Index is calculated from
the following formula:
Q = C-L
Sn
Where: Q = Quality Index
X = average of pavement densities in the lot
L = lower specification limit = 96.3
�•- Sn = standard deviation of the number of samples
in the lot
r„ The standard deviation is calculated by use of the
P following formula:
r-
t
Sn _ ( d12 + d22 + d32 + .. dn2 / n-1 ) 1/2
5-13
Where:
dt, d2 = deviations of the individual sample
values from the average value X
that is di _ (XI - X) , d2 = (X2 - X) ... dn _ (Xn X)
n = number of samples or measurements
A calculator which performs this function may also be used.
The PWL shall be determined from Table 6, using the appropriate
number of tests (n) and the Quality Index (Q).
Each lot of bituminous mix shall be accepted for density when the
PWL equals or exceeds 90 percent. Each lot not meeting the 90
percent PWL requirement will be accepted at an adjusted contract
unit price in accordance with Table 7.
TABLE 6.TABLE FOR ESTIMATING PERCENT OF LOT WITHIN LIMITS (PWL)
Positive
Values
of Q
Percent .Within
Limits
n=3
n=4
n=5
n=6
n=7
n=8
99
1.1541
1.4700
1.6714
1.8008
1.8888
1.9520
98
1.1524
1.4400
1.6016
1.6982
1.7612-
1.8053
97
1.1496
1.4100
1.5427
1.6181
1.6661
1.6993
96
1.1456
1.3800
1.4897
1.5497
1.5871
1.6127
95
1.1405
1.3500
1.4407
1.4887
1.5181
1.5381
94
1.1342
1.3200
1.3946
1.4329
1.4561
1.4716
93
1.1269
1.2900
1.3508
1.3810
1.3991
1.4112
92
1.1184
1.2600
1.3088
1.3323
1.3461
1.3554
91
1.1089
1.2300
1.2683
1.2860
1.2964
1.3032
90
1.0982
1.2000
1.2290
1.2419
1.2492
1.2541
89
1.0864
1.1700
1.1909
1.1995
1.2043
1.2075
88
1.0736
1.1400
1.1537
1.1587
1.1613
1.1630
87
1.0597
1.1100
1.1173
1.1191
1.1199
1.1204
86
1.0448
1.0800
1.0817
1.0808
1.0800
1.0794
85
1.0288
1.0500
1.0467
1.0435
1.0413
1.0399
84
1.0119
1.0200
1.0124
1.0071
1.0037
1.01015
83
0.9939
0.9900
0.9785
0.9715
0.9672
0.9643
82
0.9749
0.9600
0.9452
0.9367
0.9325
0.9281
81
0.9550
0.9300
0.9123
0.9025
0.8966
0.8928
80
0.9342
0.9000
0.8799
0.8690
0.8625
0.8583
79
0.9124
0.8700
0.8478
0.8360
0.8291
0.8245
78
0.8897
0.8400
0.8160
0.8036
0.7962
0.7915
77
0.8662
0.8100
0.7846
0.7716
0.7640
0.7590
76
0.8417
0.7800
0.7535
0.7401
0.7322
0.7271
75
0.8165
0.7500
0.7226
0.7089
0.7009
0.6958
5-14
7
74
0.7904
0.7200
0.6921
0.6781
0.6701
0.6649
73
0.7636
0.6900
0.6617
0.6477
0.6396
0.6344
72
0.7360
0.6600
0.6316
0.6176
0.6095
0.6044
71
0.7077
0.6300
0.6016
0.5878
0.5798
0.5747
70
0.6787
0.6000
0.5719
0.5583
0.5504
0.5454
69
0.6490
0.5700
0.5423
0.5290
0.5213
0.5164
68
0.6187
0.5400
0.5129
0.4999
0.4924
0.4877
67
0.5878
0.5100
0.4836
0.4710
0.4638
0.4592
66
0.5563
0.4800
0.4545
0.4424
0.4354
0.4310
65
0.5242
0.4500
0.4255
0.4139
0.4073
0.4031
64
0.4916
0.4200
0.3967
0.3856
0.3793
0.3753
63
0.4586
0.3900
0.3679
0.3575
0.3515
0.3477
62
0.4251
0.3600
0.3392
0.3295
0.3239
0.3203
61
0.3911
0.3300
0.3107
0.3016
0.2964
0.2931
60
0.3568
0.3000
0.2822
0.2738
0.2691
0.2660
59
0.3222
0.2700
0.2537
0.2461
0.2418
0.2391
58
0.2872
0.2400
0.2254
0.2186
0.2147
0.2122
57
0.2519
0.2100
0.1971
0.1911
0.1,877
0.2122
56
0.2164
0.1800
0.1688
0.1636
0.1.877
0.1855
55
0.1806
0.1500
0.1408
0.1363
0.1338
0.1322
54
0.1447
0.1200
0.1125
0.1090
0.1070
0.1057
53
0.1087
0.0900
0.0843
0.0817
0.0802
0.0792
52
0.0725
0.0600
0.0562
0.0544
0.0534
0.0528
51
0.0363
0.0300
0.0281
0.0272
0.0267
0.0264
50
0.0
0.0
0.0
0.0
0.0
0.0
TABLE 7. PRICE ADJUSTMENT SCHEDULE
Percentage of Material Above
the Specification Limit (PWL)
Percent of Contract Unit
Price to be Paid
90-100
100
80-90
0.5 PWL + 55.0
65-80
2.0 PWL - 65.0
--
Below 65
\1\
\1\ The
lot shall be removed and replaced. However,
the Engineer
a
may decide to accept the deficient lot. In that
case, if the
Engineer
and Contractor
agree in writing, that lot
shall not be
r
removed,
and it will be
paid for at 50 percent of
the contract
a
price.
401-4.13 SAMPLING PAVEMENT. Core samples for determination of the
density of completed pavements shall be obtained by the Contractor
at no extra cost. The size, number, and locations of the samples
will be as directed by the Engineer. Samples shall be neatly cut
with a saw, core drill, or other approved equipment. Cores that
are clearly defective shall be resampled. The Contractor shall
furnish all tools, labor, and materials for cutting samples and
replacing pavement.
5-15
All tests necessary to determine conformance with requirements
specified in this item will be performed by the Engineer without
cost to the Contractor.
a. Resampling. Resampling_of the pavement for density
will be allowed if the Contractor requests, in writing, resampling
and retesting of a lot of material within 48 hours after receiving
the written test results from the Engineer. A retest shall consist
of all the sampling and testing procedures contained in paragraphs
401-4.12c, f, and g. Only one resampling per lot will be
permitted.
(1) A Redefined PWL shall be calculated for the
resampled lot. The number of tests used to calculate the Redefined
PWL shall include the initial tests made for that lot plus the
retests.
(2) If the Redefined PWL results in a PWL greater
than the original lot and a payment of ..100 percent, the cost of
resampling and retesting shall be borne by the Engineer. If
payment of less than 100 percent results, the costs shall be borne
by the Contractor.
(3) If the Redefined PWL for a resampled lot
results in a PWL equal to or less than the original lot the cost of
resampling and retesting shall be borne by the Contractor.
b. Payment for Resampled Lots. The Redefined PWL for a
resampled lot shall be used to calculate the payment for that lot
in accordance with Table 7.
C. Outliers. If the tests within a lot include a very
large or a very small value which appears to be outside the normal
limits of variation, check for an outlier in accordance with ASTM
E 178, at a significance level of 5 percent, to determine if this
value should be discarded and another measurement substituted.
Failing test results should not be discarded unless it is clear
that an outlying observation is the result of gross deviation from
the prescribed testing procedures, i.e., core not taken properly,
dropped core.
401-4.14 SURFACE TESTS. Tests for conformity with the specified
crown and grade shall be made by the Contractor immediately after
initial compaction. Any variation shall be corrected by the
removal or addition of materials and by continuous rolling.
The finished surface shall not vary more than 1/4 .inch for the
surface course when tested with a 16-foot (4.8 m) straightedge
applied parallel with, or at right angles to, the centerline..
After the completion of final rolling, the smoothness of the course
shall be tested by the Engineer; humps or depressions exceeding the
5-16
I
F
specified tolerances shall be immediately corrected by removing the
defective work and replacing with new material, as directed by the
Engineer. This shall be done at the Contractor's expense.
The finished surfaces of bituminous courses shall not vary from the
gradeline, elevations, and cross sections shown on the contract
drawings by more than 1/2 inch (12.70 mm). The Contractor shall
correct pavement areas varying in excess of this amount by paving
and replacing the defective work. skin patching will not be
permitted.
METHOD OF MEASUREMENT
401-5.1 Plant mix bituminous concrete pavement shall be measured
by the number of tons (kg) of bituminous mixture used in the
accepted work. Recorded batch weights or truck scale weights will
be used to determine the basis for the tonnage.
BASIS OF PAYMENT
401-6.1 Payment for an accepted bituminous concrete pavement shall
be made at the full or adjusted contract unit price per ton (kg).
The price shall be full compensation for furnishing all materials,
for all preparation, mixing, and placing of these materials, and
for all labor, equipment, tools, and incidentals necessary to
complete the item.
a. Basis of Adjusted Payment. Table 7 shall be used to
determine the adjusted contract price for a lot of material when
the results of the pavement density tests for that lot indicate
that the percentage of material above the specification limit is
less than 90 percent.
b. Payment. Payment will be made under:
Item P-401-6.1
Bituminous Surface
Course - per ton (kg)
TESTING REQUIREMENTS
ASTM C 29 Unit Weight of Aggregate
ASTM C 88 Soundness of Aggregates by Use
of Sodium Sulfate or Magnesium
Sulfate
ASTM C 131 Resistance to Abrasion of Small
Size Coarse Aggregate by Use of
the Los Angeles Machine
5-17
ASTM C 136
Sieve or Screen Analysis of Fine
and Coarse Aggregates
ASTM C 183
Sampling Hydraulic Cement
ASTM D 75
Sampling Aggregates
ASTM D 995
Requirements for Mixing Plants
for Hot -Mixed Hot -Laid
Bituminous Paving Mixtures
ASTM D 1075
Effect of Water on Cohesion of
Compacted Bituminous Mixtures
ASTM D 1188
Bulk Specific_ Gravity of
Compacted Bituminous Mixtures
Using Paraffin -Coated Specimens _
ASTM D 1559
Resistance to Plastic Flow of
Bituminous Mixtures Using
Marshall Apparatus
ASTM D 2172
Quantitative Extraction of
Bitumen from Bituminous Paving -
Mixtures
ASTM D 2489
Degree of Particle Coating of
Bituminous -Aggregate Mixtures
ASTM D 2726
Bulk Specific Gravity of
Compacted Bituminous Mixtures
Using Saturated Surface -Dry
Specimens
ASTM D 3665
Random Sampling of Paving
Materials
ASTM D 3666
Inspection and Testing Agencies
for Bituminous Paving Materials
ASTM D 4318
Liquid Limit, Plastic Limit, and -
Plasticity Index of Soils
AASHTO T 30
Mechanical Analysis of Extracted
Aggregate
The Asphalt
Mix Design Methods for Asphalt
Institute's Concrete Manual No.
2 (MS-2)
5-18
F
MATERIAL
REQUIREMENTS
ASTM
D
242
Mineral Filler for Bituminous
Paving Mixtures
ASTM
D
490
Tar
ASTM
D
946
Asphalt Cement for Use in
Pavement Construction
ASTM
D
3381
Viscosity -Graded Asphalt Cement
for Use in Pavement Construction
END OF ITEM P-401
5-19
Modifications to
SECTION 6
ITEM P-602 BITUMINOUS PRIME COAT
Item P-602 Bituminous Prime Coat of the project specifications
shall be modified as follows:
1. Paragraph 602-2.1 BITUMINOUS MATERIAL. Delete emulsified
asphalt. Cutback asphalt shall be used for prime coat.
2. METHOD OF MEASUREMENT and BASIS OF PAYMENT. Delete these
paragraphs and insert the following:
"602-4.1 METHOD OF MEASUREMENT and BASIS OF PAYMENT.
The cost of bituminous prime coat shall be included in
the unit bid price for subgrade preparaLtion and base
construction and no direct payment will be made for
bituminous prime coat."
6-a
r
r SECTION 6
( ITEM P-602 BITUMINOUS PRIME COAT
DESCRIPTION
602-1.1 This item shall consist of an application of bituminous
material on the prepared base course in accordance with these
specifications and in reasonably close conformity to the lines
shown on the plans.
MATERIALS
602-2.1 BITUMINOUS MATERIAL. The types, grades, controlling
specifications, and application temperatures for the bituminous
materials are given in Table 1. The Engineer shall designate the
specific material to be used.
TABLE 1. BITUMINOUS MATERIAL
Application Temperatures \1\
Type and Grade Specification Deg. F Deg. C
Emulsified Asphalt
SS-1,
SS-lh
ASTM
D
977
70-160
20-70
MS-2,
HFMS-1
ASTM
D
977
70-160
20-70
CSS-11
CSS-lh
ASTM
D
2397
70-160
20-70
CMS-2
ASTM
D
2397
70-160
20-70
Cutback
Asphalt
RC-30
ASTM
D
2028
80+
30+
RC-70
ASTM
D
2028
120+
50+
RC-250
ASTM
D
2028
165+
75+
\1\ The maximum temperature for cutback asphalt shall be that at
which fogging occurs.
CONSTRUCTION METHODS
602-3.1 WEATHER LIMITATIONS. The prime coat shall be applied only
when the existing surface is dry or contains sufficient moisture to
get uniform distribution of the bituminous material, when the
atmospheric temperature is above 60 F (15 C), and when the weather
is not foggy or rainy. The temperature requirements may be waived,
but only when so directed by the Engineer.
602-3.2 EQUIPMENT. The equipment used by the Contractor shall
* include a self -powered pressure bituminous material distributor
and equipment for heating bituminous material.
71
6-1
The distributor shall be designed, equipped, maintained, and
operated so that bituminous material at even heat may be applied
uniformly on variable widths of surface at the specified rate. The
allowable variation from the specified rate shall not exceed 10
percent. Distributor equipment shall include a tachometer,
pressure gages, volume -measuring devices or a calibrated tank, and
a thermometer for measuring temperatures of tank contents. The
distributor shall be self -powered and shall be equipped with a
power unit for the pump and full circulation spray bars adjustable
laterally and vertically.
A power broom and/or blower shall be provided for any required
cleaning of the surface to be treated.
602-3.3 APPLICATION OF BITUMINOUS MATERIAL. Immediately
before applying the prime coat, the full width of the surface to be
primed shall be swept with a power broom to remove all loose dirt
and other objectionable material.
The bituminous material including solvent shall be uniformly
applied with a bituminous distributor at the rate of 0.25 to 0.50
gallons per square yard (1.20 to 2.40 liters per square meter)
depending on the base course surface texture. The type of
bituminous material and application rate shall be approved by the
Engineer prior to application.
Following the application, the primed surface shall be allowed to
dry not less than 48 hours without being disturbed or for such
additional time as may be necessary to permit the drying out of the
prime until it will not be picked up by traffic or equipment. This
period shall be determined by the Engineer. The surface shall
then be maintained by the Contractor until the surfacing has been
placed. Suitable precautions shall be taken by the Contractor to
protect the primed surface against damage during this interval,
including supplying and spreading any sand necessary to blot up
excess bituminous material.
602-3.4 BITUMINOUS MATERIAL CONTRACTOR'S RESPONSIBILITY. Samples
of the bituminous materials that the Contractor proposes to use,
together with a statement as to their source and character, must be
submitted and approved before use of such material begins. The
Contractor shall require the manufacturer or producer of the
bituminous materials to furnish material subject to this and all
other pertinent requirements of the contract. Only satisfactory
materials, so demonstrated by service tests, shall be acceptable.
The Contractor shall furnish vendor's certified test reports for
each carload, or equivalent, of bituminous material shipped to the
project. The report shall be delivered to the Engineer before
permission is granted for use of the material. The furnishing of
the vendor's certified test report for the bituminous material
shall not be interpreted as basis for final acceptance. All such
test reports shall be subject to verification by testing samples of
materials received for use on the project.
6-2
602-3.5 FREIGHT AND WEIGH BILLS. Before the final estimate is
allowed, the Contractor shall file with the Engineer receipted
bills when railroad shipments are made, and certified weigh bills
when materials are received in any other manner, of the bituminous
materials actually used in the construction covered by the
contract. The Contractor shall not remove bituminous material
from the tank car or storage tank until the initial outage and
temperature measurements have been taken by the Engineer, nor shall
the car or tank be released until the final outage has been taken
by the Engineer.
Copies of freight bills and weigh bills shall be furnished to the
Engineer during the progress of the work.
METHOD OF MEASUREMENT
602-4.1 The bituminous material for prime coat shall be measured
by the gallon (liter). Volume shall be corrected to the volume at
60 F (15 C) in .accordance with ASTM D 1250 for cutback asphalt, and
Table IV-3 of The Asphalt Institute's Manual MS-6 for emulsified
asphalt.
BASIS OF PAYMENT
602-5.1 Payment shall be made at the contract unit price per
gallon (liter) for bituminous prime coat. This price shall be full
compensation for furnishing all materials and for all preparation,
delivering, and applying the materials, and for all labor,
equipment, tools, and incidentals necessary to complete this item.
Payment will be made under:
Item P-602-5.1 Bituminous Prime Coat --per gallon (liter)
MATERIAL REQUIREMENTS
ASTM D 977 Emulsified Asphalt
ASTM
D
2028
Asphalt,
Cutback (Rapid Curing Grade)
ASTM
D
2397
Cationic
Emulsified Asphalt
6-3
TESTING REQUIREMENTS
ASTM D 1250 Petroleum Measurement Tables
Asphalt Institute Temperature -Volume Corrections for Manual
MS-6 Emulsified Asphalts
Table IV-3
END OF ITEM P-602
6-4
4
Modifications to
1, SECTION 7
ITEM P-603 BITUMINOUS TACK COAT
Item P-603 Bituminous Tack Coat of the project specifications shall
be modified as follows:
a
1. Paragraph 603-2.1 BITUMINOUS MATERIALS. Delete tar.
Emulsified asphalt and cutback asphalt shall be used for tack
coat.
2. METHOD OF MEASUREMENT and BASIS OF PAYMENT. Delet these
r- paragraphs and insert the following:
` 11602-4.1 METHOD OF MEASUREMENT and BASIS OF PAYMENT.
The cost of bituminous tack coat shall be included in the
unit bid price for plant mix bituminous pavement and no
direct payment will be made for bituminous tack coat."
7-a
F
SECTION 7
ITEM P-603 BITUMINOUS TACK COAT
DESCRIPTION
603-1.1 This item shall consist of preparing and treating a
bituminous or concrete surface with bituminous material in
accordance with these specifications and in reasonably close
conformity to the lines shown on the plans.
MATERIALS
603-2.1 BITUMINOUS MATERIALS. The bituminous material shall be
either cutback asphalt, emulsified asphalt, or tar and shall
conform to the requirements of Table 1. The type, grade,
controlling specification, and application temperature of
bituminous material to be used shall be specified by the Engineer.
TABLE 1. BITUMINOUS MATERIAL
Application Temperature
Type and Grade Specification Deg. F Deg. C
Emulsified Asphalt
SS-1, SS-lh ASTM D 977 75-130 25-55
CSS-1, CSS-lh ASTM D 2397 75-130 25-55
Cutback Asphalt
RC-70
Tar
RTCB 5, RTCB 6
ASTM D 2028 120-160
AASHTO M 52 60-120
CONSTRUCTION METHODS
'50-70
15-50
603-3.1 WEATHER LIMITATIONS. The tack -coat shall be applied only
when the existing surface is dry and the atmospheric temperature is
above 60 F (15 C). The temperature requirements may be waived, but
only when so directed by the Engineer.
603-3.2 EQUIPMENT. The Contractor shall provide equipment for
heating and applying the bituminous material.
The distributor shall be designed, equipped, maintained, and
operated so that bituminous material at even heat may be applied
uniformly on variable widths of surface at the specified rate. The
allowable variation from the specified rate shall not exceed 10
percent. Distributor equipment shall include a tachometer,
pressure gages, volume -measuring devices or a calibrated tank, and
a thermometer for measuring temperatures of tank contents. The
distributor shall be self -powered and shall be equipped with a
power unit for the pump and full circulation spray bars adjustable
laterally and vertically.
7-1
A power broom and/or blower shall be provided for any required
cleaning of the surface to be treated.
603-3.3 APPLICATION OF BITUMINOUS MATERIAL. Immediately before
applying the tack coat, the full width of surface to be treated
shall be swept with a power broom and/or airblast to remove all
loose dirt and other objectionable material.
Emulsified asphalt shall be diluted by the addition of water when
directed by the Engineer and shall be applied a sufficient time in
advance of the paver to ensure that all water has evaporated before
any of the overlying mixture is placed on the tacked surface.
The bituminous material including vehicle or solvent shall be
uniformly applied with a bituminous distributor at the rate of 0.05
to 0.15 gallons per square yard (0.24 to 0.72 liters per square
meter) depending on the condition of the existing surface. The
type of bituminous material and application rate shall be approved
by the Engineer prior to application.
Following the application, the surface shall be allowed to cure
without being disturbed for such period of time as may be necessary
to permit drying out and setting of the tack coat. This period
shall be determined by the Engineer. The surface shall then be
maintained by the Contractor until the next course has been
placed. Suitable precautions shall be taken by the Contractor to
protect the surface against damage during this interval.
603-3.4 BITUMINOUS MATERIAL -CONTRACTOR'S RESPONSIBILITY. Samples
of the bituminous material that the Contractor proposes to use,
together with a statement as to its source and character, must be
submitted and approved before use of such material begins. The
Contractor shall require the manufacturer or producer of the
bituminous material to furnish material subject to this and all
other pertinent requirements of the contract. Only satisfactory
materials so demonstrated by service tests, shall be acceptable.
The Contractor shall furnish the vendor's certified test reports
for each carload, or equivalent, of bituminous material shipped to
the project. The report shall be delivered to the Engineer before
permission is granted for use of the material. The furnishing of
the vendor's certified test report for the bituminous material
shall not be interpreted as a basis for final acceptance. All such
test reports shall be subject to verification by testing samples of
material received for use on the project.
603-3.5 FREIGHT AND WEIGH BILLS. Before the final estimate is
allowed, the Contractor shall file with the Engineer receipted
bills when railroad shipments are made, and certified weigh bills
when materials are received in any other manner, of the bituminous
materials actually used in the
contract. The Contractor shall not
the tank car or storage tank u
n
construction covered by the
remove bituminous material from
til the initial outage and
7-2
r" temperature measurements have been taken by the Engineer, nor shall
the car or tank be released until the final outage has been taken
by the Engineer. Copies of freight bills and weigh bills shall be
-� furnished to the Engineer during the progress of the work.
METHOD OF MEASUREMENT
603-4.1 The bituminous material for tack coat shall be measured by
the gallon (liter). Volume shall be corrected to the volume at 60
F (15 C) in accordance with ASTM D 1250 for cutback: asphalt, ASTM
'"' D 633 for tar, and Table IV-3 of The Asphalt Institute's Manual
MS-6 for emulsified asphalt. Water added to emulsified asphalt
will not be measured for payment.
BASIS OF PAYMENT
603.5-1 Payment shall be made at the contract unit price per
gallon (liter) of bituminous material. This price shall be full
compensation for furnishing all materials, for all preparation,
delivery, and application of these materials, and for all labor,
equipment, tools, and incidentals necessary to complete the item.
Payment will be made under:
Item P-603-5.1 Bituminous Tack Coat --per gallon (liter)
MATERIAL REQUIREMENTS
ASTM D 633 Volume Correction Table for Road Tar
ASTM D 977 Emulsified Asphalt
ASTM D 1250 Petroleum Measurement Tables
ASTM D 2028 Liquid Asphalt (Rapid -Curing Type)
ASTM D 2397 Cationic Emulsified Asphalt
AASHTO M 52 Tar for Use in Road Construction
Asphalt Institute Temperature -Volume Corrections for
Manual MS-6 Emulsified Asphalts
Table IV-3
END ITEM P-603
7
7-3
7
7
Modifications to
SECTION 8
ITEM P-620 RUNWAY AND TAXIWAY PAINTING
Item P-620 Runway and Taxiway Painting of the project
specifications shall be modified as follows:
1. Paragraph 620-2.2 REFLECTIVE MEDIA. Delete this paragraph.
2. Paragraph 620-3.3 PREPARATION OF SURFACE. Insert the
following immediately after the first subparagraph:
"If paint flakes off or comes loose during the
Contractor's guaranty period, the painted area
shall be recleaned and repainted at the
Contractor's expense."
3. Paragraph 620-3.5 APPLICATION. Delete the second subparagraph
and insert the following:
"The paint shall be mixed in accordance with
the manufacturer's instructions and applied to
the pavement with a marking machine at the
rate as shown for the type of surface course.
The addition of thinner will not be permitted.
Surface Course
Bituminous
Pavement
,Application Rate,
100-110 SF/GAL.
A period of 72 hours for TT-P-1352 shall
elapse between placement of a bituminous
surface course or sealcoat and application of
the paint."
8-a
I
SECTION 8
ITEM P-620 RUNWAY AND TAXIWAY PAINTING
DESCRIPTION
620-1.1 This item shall consist of the painting of numbers,
markings, and stripes on the surface of runways and taxiways
applied in accordance with these specifications and at the
locations shown on the plans, or as directed by the engineer.
MATERIALS
620-2.1 PAINT. Paint shall meet the requirements of Fed. Spec.
TT-P-1952.
620-2.2 REFLECTIVE MEDIA. Glass spheres shall meet the
requirements of Fed. Spec. TT-B-1325, Type III, gradation A.
CONSTRUCTION METHODS
620-3.1 WEATHER LIMITATIONS. The painting shall be performed only
when the surface is dry, when the atmospheric temperature is above
45 F (7 C), and when the weather is not foggy or windy.
620-3.2 EQUIPMENT. All equipment for the work shall be approved
by the engineer and shall include the apparatus necessary to
properly clean the existing surface, a mechanical marking machine,
and such auxiliary hand -painting equipment as may be necessary to
satisfactorily complete the job.
The mechanical marker shall be an atomizing spray -type marking
machine suitable for application of traffic paint. It shall
produce an even and uniform film thickness at the required coverage
and shall be designed so as to apply markings of uniform cross
sections and clear-cut edges without running or spattering.
620-3.3 PREPARATION OF SURFACE. Immediately before application of
the paint, the surface shall be dry and free from dirt, grease,
oil, laitance, or other foreign material which would reduce the
bond between the paint and the pavement. The area to be painted
�- shall be cleaned by sweeping and blowing or by other methods as
required to remove all dirt, laitance, and loose materials.
r 620-3.4 LAYOUT OF MARKINGS. On those sections of pavement where
7 no previously applied markings are available to serve as a guide,
the proposed markings shall be laid out in advance of the paint
application.
i'
620-3.5 APPLICATION. Markings shall be applied at the locations
and to the dimensions and spacing shown on the plans. Paint shall
8-1
not be applied until the layout and condition of the surface have
been approved by the engineer.
The paint shall be mixed in accordance with the manufacturer's —
instructions and applied to the pavement with a marking machine at
the rate of 100 to 110 square feet (9 to 10 square meters) per
gallon (liter). The addition of thinner will not be permitted. A
period of [ ] shall elapse between placement of a bituminous
surface course or seal coat and application of the paint.
The edges of the markings shall not vary from a straight line more
than 1/2 inch (12 mm) in 50 feet (15 m), and the dimensions shall
be within a tolerance of plus or minus 5 percent. Glass spheres
shall be distributed to the surface of the marked areas immediately —
after application of the paint. A dispenser shall be furnished
which is properly designed for attachment to the marking machine
and suitable for dispensing glass spheres. The spheres shall be
applied at the rate of 10 pounds per gallon (1.2 kg per liter) of
paint.
The contractor shall furnish certified test reports for the
materials shipped to the project. The reports shall not be
interpreted as a basis for final acceptance. The contractor shall
notify the engineer upon arrival of a shipment of paint to the job
site. All emptied containers shall be returned to the paint
storage area for checking by the engineer. The containers shall
not be removed from the airport or destroyed until authorized by
the engineer.
620-3.6 PROTECTION. After application of the paint, all markings
shall be protected from damage until the paint is dry. All
surfaces shall be protected from disfiguration by spatter,
splashes, spillage, or drippings of paint.
METHOD OF MEASUREMENT
620-4.1 The quantity of runway and taxiway markings to be paid for
shall be the number of square feet (square meters) of painting
performed in accordance with the specifications and accepted by the
engineer.
BASIS OF PAYMENT
Payment shall be made at the contract unit price per square foot
(square meter) for runway and taxiway painting. This price shall
be full compensation for furnishing all materials and for all
labor, equipment, tools, and incidentals necessary to complete the
item.
Payment will be made under:
8-2
Item P-620-5.1 Runway and Taxiway Painting --per square
foot (square meter)
MATERIAL REQUIREMENTS
Fed.Spec.
TT-P-85 Paint, Traffic, and Airfield Marking,
Solvent Base
Fed.Spec.
TT-P-1952 Paint, Traffic and Airfield Marking,
Water Emulsion Base
Fed.Spec.
TT-P-110 Paint, Traffic Black (Nonreflectorized)
6
Fed.Spec.
TT-B-1325 Beads (Glass Spheres) Retroreflective
u.
END OF ITEM P-620
e:
a.
1
l
S-3
F
!� Modifications to
SECTION 9
ITEM P-156 TEMPORARY AIR AND WATER POLLUTION,
SOIL EROSIONS AND SILTATION CONTROL
Item P-156 Temporary Air and Water Pollution, Soil Erosion, and
Siltation Control of the project specifications shall be modified
as follows:
1. Sections METHOD OF MEASUREMENT and BASIS OF PAYMENT. Delete
these sections and insert the following:
�^ "METHOD OF MEASUREMENT AND BASIS OF PAYMENT
f The performance of this work shall not be
r paid for directly but shall be considered as a
subsidiary obligation of the Contractor
covered under other contract items. The cost
of temporary air and water pollution, soil
erosion, and siltation control shall be
included in the unit bid price of such pay
items and no direct payment will be made for
r- this work."
9-a
SECTION 9
' ITEM P-156 TEMPORARY AIR AND WATER POLLUTION,
SOIL EROSION, AND SILTATION CONTROL
DESCRIPTION
156-1.1 This item shall consist of temporary control measures as
shown on the plans or as ordered by the Engineer during the life of
a contract to control water pollution, soil erosion, and siltation
through the use of berms, dikes, dams, sediment basins, fiber mats,
gravel, mulches, grasses, slope drains, and other erosion control
devices or methods.
The temporary erosion control measures contained herein shall be
coordinated with the permanent erosion control measures specified
r- as part of this contract to the extent practical to assure
economical, effective, and continuous erosion control throughout
the construction period.
Temporary control may include work outside the construction limits
such as borrow pit operations, equipment and material storage
sites, waste areas, and temporary plant sites.
MATERIALS
we
156-2.1 GRASS. Grass which will not compete with the grasses
sown later for permanent cover shall be a quick -growing species
(such as ryegrass, Italian ryegrass, or cereal grasses) suitable to
the area providing a temporary cover.
156-2.2 MULCHES. Mulches may be hay, straw, fiber mats, netting,
bark, wood chips, or other suitable material reasonably clean and
free of noxious weeds and deleterious materials.
�.. 156-2.3 FERTILIZER. Fertilizer shall be a standard commercial
grade and shall conform to all Federal and state regulations and to
the standards of the Association of official Agricultural Chemists.
156-2.4 SLOPE DRAINS. Slope drains may be constructed of pipe,
fiber mats, rubble, portland cement concrete, bituminous concrete,
or other materials that will adequately control erosion.
156-2.5 OTHER. All other materials shall meet commercial grade
standards and shall be approved by the Engineer before being
�,. incorporated into the project.
9-1
CONSTRUCTION REQUIREMENTS
156-3.1 GENERAL. In the event of conflict between these
requirements and pollution control laws, rules, or regulations of
other Federal, state, or local agencies, the more restrictive laws,
rules, or regulations shall apply.
The Engineer shall be responsible for assuring compliance to the
extent that construction practices, construction operations, and
construction work are involved.
156-3.2 SCHEDULE. Prior to the start of construction, the
Contractor shall submit schedules for accomplishment of temporary
and permanent erosion control work, as are applicable for clearing
and grubbing; grading; construction; paving; and structures at
watercourses. The Contractor shall also submit a proposed method
of erosion and dust control on haul roads and borrow pits and a --
plan for disposal of waste materials. Work shall not be started
until the erosion control schedules and methods of operation for
the applicable construction have been accepted by the Engineer. _
156-3.3 AUTHORITY OF ENGINEER. The Engineer has the authority to
limit the surface area of erodible earth material exposed by
clearing and grubbing, to limit the surface area of erodible earth --
material exposed by excavation, borrow and fill operations, and to
direct the Contractor to provide immediate permanent or temporary
pollution control measures to minimize contamination of adjacent _
streams or other watercourses, lakes, ponds, or other areas of
water impoundment.
156-3.4 CONSTRUCTION DETAILS. The Contractor will be required to
incorporate all permanent erosion control features into the project
at the earliest practicable time as outlined in the accepted
schedule. Except where future construction operations will damage
slopes, the Contractor shall perform the permanent seeding and
mulching and other specified slope protection work in stages, as
soon as substantial areas of exposed slopes can be made available.
Temporary erosion and pollution control measures will be used to
correct conditions that develop during construction that were not
foreseen during the design stage; that are needed prior to
installation of permanent control features; or that are needed
temporarily to control erosion that develops during -normal
construction practices, but are not associated with permanent
control features on the project.
Where erosion is likely to be a problem, clearing and grubbing
operations should be scheduled and performed so that grading
operations and permanent erosion control features can follow
immediately thereafter if the project conditions permit; otherwise,
temporary erosion control measures may be required between
successive construction stages.
The Engineer will limit the area of clearing and grubbing,
excavation, borrow, and embankment operations in progress,
9-2
w
commensurate with the Contractor's capability and progress in
keeping the finish grading, mulching, seeding, and other such
permanent control measures current in accordance with the accepted
schedule. Should seasonal limitations make such coordination
unrealistic, temporary erosion control measures shall be taken
immediately to the extent feasible and justified.
PM
In the event that temporary erosion and pollution control measures
" are required due to the Contractor's negligence, carelessness, or
failure to install permanent controls as a part of the work as
scheduled or are ordered by the Engineer, such work shall be
performed by the Contractor at his/her own expense.
The Engineer may increase or decrease the area of erodible earth
material to be exposed at one time as determined by analysis of
project conditions.
r
E The erosion control features installed by the Contractor shall be
` acceptably maintained by the Contractor during the construction
period.
Whenever construction equipment must cross watercourses at frequent
intervals, and such crossings will adversely affect the sediment
levels, temporary structures should be provided.
Pollutants such as fuels, lubricants, bitumen, raw sewage, wash
water from concrete mixing operations, and other harmful materials
shall not be discharged into or near rivers, streams, and
impoundments or into natural or manmade channels leading thereto.
l.. METHOD OF MEASUREMENT
r 156-4.1 Temporary erosion and pollution control work required
i which is not attributed to the Contractor's negligence,
carelessness, or failure to install permanent controls will be
performed as scheduled or ordered by the Engineer. Completed and
accepted work will be measured as follows:
a. Temporary seeding and mulching will be measured by the
square yard (square meter).
b. Temporary slope drains will be measured by the linear
foot (meter).
c. Temporary benches, dikes, dams, and sediment basins will
be measured by the cubic yard (cubic meter) of excavation
performed, including necessary cleaning of sediment basins, and the
cubic yard (cubic meter) of embankment placed at the direction of
the Engineer, in excess of plan lines and elevations.
d. All fertilizing will be measured by the ton (kilogram).
F
9-3
t�'
156-4.2 Control work performed for protection of construction
areas outside the construction limits, such as borrow and waste
areas, haul roads, equipment and material storage sites, and
temporary plant sites, will not be measured and paid for directly
but shall be considered as a subsidiary obligation of the
Contractor with costs included in the contract prices bid for the
items to which they apply.
BASIS OP PAYMENT
156-5.1 Accepted quantities of temporary water pollution, soil
erosion, and siltation control work ordered by the Engineer and
measured as provided in paragraph 156-4.1 will be paid for under:
Item P-156-5.1 Temporary seeding and mulching --per square
yard (square meter)
Item P-156-5.2 Temporary slope drains --per linear foot
(meter)
Item P-156-5.3 Temporary benches, dikes, dams and sediment
basins --per cubic yard (cubic meter)
Item P-156-5.4 Fertilizing --per ton (kilogram)
Where other directed work falls within the specifications for a
work item that has a contract price, the units of work shall be
measured and paid for at the contract unit price bid for the
various items.
Temporary control features not covered by contract items that are
ordered by the Engineer will be paid for in accordance with Section
90-05.
END OP ITEM P-156
9-4
SPECIAL CONDITIONS
i I
SPECIAL PROVISIONS
SP-1. SCOPE OF WORK
The project described in these specifications and the
accompanying drawings consists of the construction of a precast
concrete structure with drilled piers across a 72-inch concrete
water line.
All labor, materials and equipment necessary to complete
the work called for in these specifications and shoum on the plans
shall be furnished by the Contractor.
CPayment for the various items of work will be made as
specified under the various payment paragraphs of the technical
sections.
SP-2. TIME AND ORDER OF COMPLETION
The Contractor will be permitted to prosecute certain
i portions of the work in the order and manner of his own choosing to
the best interest of the project. However, the work shall be
conducted in such manner and with such materials, equipment and
labor as may be required to insure completion in accordance with
6 the plans and specifications within time stated in the Proposal and
in the Contract. The Contractor shall furnish the Engineer with
his proposed progress schedule and this schedule shall be approved
u by the Engineer before work is commenced on the project.
Other contractors will be performing work for the Owner
in the same general area as that covered under this contract. The
Contractor shall be expected to coordinate his work with the work
of other contractors as may be required to insure that all work can
be carried out with the least possible interference with the
operation of other contractors or the Owner. The Contractor's
coordination with other contractors shall require the approval of
the Engineer. The Engineer reserves the right to control and
direct the sequence of operations in the areas where others will be
working. Provision shall be made for other contractors to have
suitable space to work and for storage of materials, as well as
f access to these areas.
F
The Contractor shall schedule his work well in advance of
actual operations and shall keep the Engineer advised of this
schedule so that close coordination can be maintained with the
Director of Aviation and with other contractors.
SP-1
r
SP-3. LIMITATION OF OPERATION
The 72-inch water line is owned and operated by the Canadian
River Municipal Water Authority. The water is not designed to
support heavy equipment. ABSOLUTELY NO CONSTRUCTION EQUIPMENT WILL
BE ALLOWED OVER THE LINE. Any damage done to the line will be
repaired at the Contractor's expense.'
Each item of work shall be completed without delay and in
no instance shall the Contractor be permitted to transfer his
forces from uncompleted work to new work without the permission of
the Engineer. The Contractor shall be required to submit a
schedule of operations to the Engineer for approval. The
Contractor shall not commence new work to the prejudice of work
already started.
The Contractor shall take all precautions necessary to
insure the safety of operating aircraft and their passengers as
well as that of his own equipment and personnel. Special
considerations shall be given to flight schedules and other
aircraft operations. The Contractor shall obey all instructions as
to routes to be taken by equipment traveling within the airport
area. The Contractor shall provide all such equipment with a flag
on a staff so attached to the equipment that the flag will be
readily visible. The flag shall be not less than three feet square
consisting of a checkered pattern of international orange and white
squares of not less than one foot on each side. During nighttime
work, the Contractor shall provide such equipment with approved
flashing lights so attached to the equipment that the lights will
be readily visible. The Contractor shall make his own estimate of
all difficulties to be encountered. Equipment not actually in
operation shall be kept clear of landing areas; personnel shall not
enter areas of the airport where aircraft are operating without
specific permission. —
All operations shall be coordinated, through the
Engineer, with the Director of Aviation, to the end that no
interference with aircraft traffic on active runways, taxiways or
aprons will result from the operations of the Contractor.
Construction activities will not be allowed within the safety areas
of any active runway or taxiway. The taxiway safety area is
defined as the area within 131 feet of the centerline of any
taxiway or taxilane. The runway safety area is defined as the area
250 feet of the centerline of any runway when aircraft are
operating under Visual Flight Rule (VFR, clear weather) conditions,
or within 570 feet of the centerline of any runway when aircraft
are operating under Instrument Flight Rule (IFR, inclement weather)
conditions. VFR or IFR conditions shall be determined by the
Lubbock Air Traffic Control Tower personnel.
SP-2
I
The Contractor shall maintain flagmen, as may be required, to
l direct his construction traffic if it becomes necessary for such
traffic to cross or travel along any active taxiway or runway.
Traffic shall be directed away from these facilities whenever
possible and no traffic shall ever cross an active runway or
taxiway without having proper clearance from the control tower.
Trenches and manhole excavations within the limits of the
safety area of any airfield paving shall be backfilled as outlined
in these specifications by the end of the work day or work period.
t Excavations outside the safety areas of any active airfield paving
shall be barricaded as outlined in these specifications to the
satisfaction of the Engineer by the end of each work day or work
period. All excavations shall be backfilled as soon as
practicable. No open excavations shall be allowed within the
safety area of any active airfield pavement.
The Contractor shall schedule his work well in advance of
actual operations and shall keep the Engineer advised of this
schedule so that close coordination can be maintained with the
Director of Aviation.
The Contractor shall exert every effort to maintain the
safety of aircraft traffic and shall acquaint himself with the
rules and regulations concerning aircraft traffic safety.
Violations of the safety rules by the Contractor's workmen shall
result in the discharge of such men in accordance with the General
Conditions. Continued violations of safety rules and regulations
by the Contractor, after having been notified of such violations by
the Engineer, shall constitute grounds for suspending the
Contractor's operations until steps are taken that will insure a
safe operation.
The Contractor shall be required to equip vehicles used
by the superintendent or foreman on the project with a radio
receiver/transmitter(s) for maintaining direct communication with
the FAA control tower at Lubbock International Airport.
Communication will be required at a frequency of 121.9 MHz for
Lubbock ground control. Radio contact shall be required when
construction operations are in the vicinity of, or when crossing
any active runway, taxiway, or apron, or as directed by the
Engineer. The Contractor shall have an adequate number of radios
to maintain communication in all areas of work.
The Contractor shall provide an area for parking all
equipment not being used for construction purposes, and for parking
of employee vehicles. This area shall be located away from the
r operational area of the airport in an area approved by the Engineer
and the Director of Aviation. No employee or other unauthorized
vehicles will be allowed within the operational area of the
airport.
SP-3
Hauling routes shall not be along or across any paved
airport street, road, apron, taxiway or runway without specific
written authorization from the Engineer and the Director of
Aviation. Any damage incurred by the Contractor's equipment shall
be repaired by and at the expense of the Contractor, and as
required by the Engineer and the Director of Aviation. As a
minimum, repair shall include a single course sealcoat of paved -
surfaces and other requirements as may be identified for the
specific route.
The Contractor shall not permit water to stand in any
excavation adjacent to existing pavements. To insure compliance
with this requirement, the Contractor shall maintain at the site
not less than two dewatering pumps in good working condition at all
times that any excavation adjacent to existing pavements is open.
No work other than dewatering operations will be permitted on the
project at any time water is standing in open excavations.
The Contractor shall maintain the paved surfaces of
runways, taxiways, aprons and roads which are used for hauling
routes in a clean condition, suitable for use by aircraft or
vehicular traffic, as determined by the Director of Aviation.
The successful Bidder shall be subject to a pre -award
review by the Office of Compliance and Security, Equal Opportunity
Division, Federal Aviation Administration, to determine previous
compliance status of the Contractor.
The Contractor shall be subject to a pre -construction
conference to discuss phasing and project safety control after
award of contract.
SP-4. AIRPORT OPERATIONS SECURITY
SP-4.1 General
Airport security is a vital part of the
Contractor's responsibilities during the course of this project.
Airport security, nationwide, has come under close scrutiny in the
last few years. The following security guidelines and the rules
and regulations of the Lubbock International Airport Police
Department (LIAPD) and the Federal Aviation Administration (FAA)
shall be followed by the Contractor and the Contractor's employees,
subcontractors, suppliers or representatives at all times during
the execution of this project. The Contractor shall be directly
responsible for any and all fines or penalties levied against the
Airport as a result of any breach of security or safety caused by
the Contractor or the Contractor's employees, subcontractors,
suppliers or representatives.
SP-4
SP-4.2 Airport Operations Area (AOA)
The Airport operations area (AOA) shall be
defined as any portion of the Airport property normally secured.
against unauthorized entry. The AOA includes all areas specifi-
cally reserved for the operations of aircraft and aircraft support
equipment and personnel. Generally, the AOA is defined by the
Airports outer security fencing and other security measures at the
Airport terminal building.
SP-4.3 LIAPD-Issued Security Badges
The Contractor shall be responsible for
u obtaining a photo-identif ication security badge issued by the LIAPD
for each supervisor or foreman of each work crew working within the
F
F
r
F
11
11
F
AOA. The Contractor shall obtain LIAPD security badges for at
least one member of each work crew working in separate areas of the
a Contractor -issued identification badge, as specified below, AND
be escorted or directly supervised by an individual displaying a
current LIAPD security badge.
The Contractor may obtain LIAPD security badges
from the Lubbock International Airport Police Department at the
Lubbock International Airport. The LIAPD reserves the right to
limit the number of security badges issued to, the Contractor. The
LIAPD will charge the Contractor a twenty-five dollar ($25.00) fee
for each security badge issued. An additional fee will be charged,
as noted later in this section, for lost or destroyed badges.
The LIAPD security badges shall be worn in an
easily visible location on the person issued the badge at all times
while working within the AOA. The badge holder shall be familiar
with and shall obey all security and safety rules and regulations.
The LIAPD security badge may be confiscated and all security rights
revoked by the LIAPD upon the breach of any security or safety
regulations at the discretion of the LIAPD. The holder of an LIAPD
security badge shall surrender the badge at the completion of this
project, upon transfer or termination of employment, or at any
other time at the request of the LIAPD.
The Contractor shall conduct a background check
of each applicant for an LIAPD security badge utilizing standard
background check forms provided by the LIAPD. The Contractor shall
be responsible for completing the required forms, and for
submitting the forms to the LIAPD for their review as early in the
project as possible to avoid any construction delays. Forms for
L, completing the required background check shall be available through
the Director of Aviation's office after award of the project. The
background check shall show proof of a minimum five (5) year
employment record and will be reviewed by the LIAPD. The LIAPD
SP-5
shall be responsible for reviewing the background checks. Only
persons whose application. is approved by the LIAPD shall be issued
security badges. The LIAPD reserves the right to bar from the AOA
any individuals found by the background check to be, in the opinion
of the LIAPD, a risk to AOA security or safety.
At the completion of this project, the
Contractor shall return all LIAPD-issued security badges to the
LIAPD. The LIAPD will charge an additional one hundred dollar
($100.00) fee for each lost or destroyed LIAPD-issued security
badge. All LIAPD-issued security badges must be accounted for and
surrendered at the completion of this project. Failure to account
for and surrender all LIAPD-issued security badges will constitute
grounds for withholding retainage from the final pay estimate
amount.
SP-4.4 Contractor -Issued Identification Badges
The Contractor shall be responsible for the
identification of each of the Contractor's employees, subcontrac-
tors, suppliers and representatives while these individuals operate
within the AOA. The Contractor shall be responsible for issuing
identification badges to each of the Contractor's employees,
subcontractors, suppliers and representatives operating within the
AOA. The Contractor shall maintain a record of all persons issued
a Contractor's identification badge. This record shall include the
home address and telephone number of each person issued a badge.
The Contractor's record of all employees issued an identification
badge shall be made available upon the request of the LIAPD, the
Director of Aviation or the Engineer.
The format and content of the Contractor -issued
identification badge shall be approved by the LIAPD prior to
issuing. The identification badge shall display the Contractor's
company name, the employee's name, and the badge's effective and
expiration dates, and shall be plastic -laminated with a clip -on or
pin -on method of attaching the badge to the holder's outer
clothing. The identification badge shall be worn in an easily
visible location on the person issued the badge at all times while
operating within the AOA.
Contractor -issued identification badge shall
not be transferable from individual to individual, but shall be
issued to and carried by the specific employee, subcontractor,
supplier or representative, issued the badge. The Contractor -
issued identification badges shall be renewed by the Contractor
every thirty (30) days during the project construction period. The
Contractor shall be responsible for all Contractor -issued identifi-
cation badges. All expired identification badges or badges
invalidated by termination of the holder's employment, completion
of construction activities, or other reasons, shall be confiscated
by the Contractor and retained by the Contractor until the end of
the project. It shall be the Contractor's responsibility to record
SP-6
7
and account for all Contractor -issued identification badges. All
identification badges issued by the Contractor during the project
and the records of said badges shall be transferred to the
possession of the LIAPD at the completion of the project.
The Contractor -issued identification badge does
not allow unlimited access to all areas within the AOA, but will
permit only escorted or directly supervised access to only those
portions of the AOA under construction by the Contractor. ve
at all times. All individual employees, subcontractors, suppliers
or representatives, or groups of employees, subcontractors,
suppliers or representatives, must be escorted or directly
supervised by an individual bearing a valid LIAPD-issued security
badge at all times while within the AOA. Persons within the AOA
not possessing a valid LIAPD-issued security badge, or escorted or
directly supervised by an individual possessing a valid LIAPD-
issued security badge, shall be considered in violation of LIAPD
security requirements and shall be subject to immediate removal
from the AOA and any other disciplinary actions necessitated by
LIAPD security arrangements.
SP-4.5 Contractor's Entrance Gate
The Contractor shall provide an entrance gate
to the AOA for the Contractor's employees, subcontractors,
suppliers and representatives at a .location directed by the
Engineer. This entrance gate shall be provided, installed, and, at
the end of all construction activities, shall be removed, and the
existing fence reinstalled to the satisfaction of the Engineer, by
the Contractor at no additional expense to the Owner. Adjacent to
the Contractor's entrance gate, outside the AOA, the Contractor
shall provide a parking area for the Contractor's employees'
personal automobiles. This area may also be used for storage of
the Contractor's equipment and materials. The limits of this
parking/storage area shall be as directed by the Engineer. At the
completion of this project, any damage done by the Contractor to
this storage area shall be repaired to the satisfaction of the
Engineer at no additional cost to the Owner. Repairs shall
include, but not be limited to, regrading and reseeding any damaged
areas.
The Contractor shall be responsible for, and
shall control all movement through, the Contractor's entrance gate.
Only authorized personnel and vehicles shall be allowed to enter
the AOA through this gate. When not in immediate use by the
Contractor, the gate shall be securely locked by the Contractor to
prevent entrance by unauthorized persons or vehicles. Upon
request, the Contractor shall provide the Director of Aviation and
the LIAPD with duplicate keys (for key locks) or combinations (for
combination locks) to the lock or locks used by secure the
Contractor's entrance gate to the AOA.
SP-7
r
If construction activities, such as hauling
materials, require that the Contractor's entrance gate to the AOA
remain open for long periods of time, the Contractor may, upon
approval from the Engineer, leave the gate open and provide a full-
time watchguard at the gate. The watchguard shall be approved for
and shall possess an LIAPD-issued security badge. If this security
arrangement is desired and approved, the gate shall be manned by
the watchguard as long as the gate remains open. The watchguard
shall be the Contractor's representative and shall be responsible
for all movement through the gate. Again, only authorized persons
and vehicles shall be allowed by the Contractor's watchguard to
enter the AOA. At the Contractor's option, and upon approval of
the Engineer, an automatic gate operator may be installed in lieu
of_providing a watchguard.
SP-4.6 Vehicle Escorts
All vehicles responsible to the Contractor,
such as supplier's vehicles, entering the AOA shall be escorted by
an approved Contractor escort vehicle from the point of AOA entry
to the construction site. The escort vehicle shall be clearly
identified with standard FAA markings and/or FAA flags. In
addition, the escort vehicle shall be marked with the Contractor's
name.
The escort vehicle will be responsible for
leading supply, delivery or other vehicles across the active
airfield. To facilitate safe movement of the escort vehicle and
the escorted vehicles, the driver of the escort vehicle shall be
approved for, shall be issued, and shall display an LIAPD security
badge. Further, the escort vehicle driver shall be familiar with
airport security and safety procedures. The escort vehicle shall
be equipped with an FAA radio, as specified herein, and the driver
of the escort vehicle shall be familiar with the FAA radio and its
operation, and shall obey all instructions from the Air Traffic
Control Tower.
All Contractor's employees, subcontractors,
suppliers and representatives driving within the AOA shall attend
a driver orientation conducted by the Airport staff.
SP-4.7 Challenging Unauthorized Personnel or Vehicles
The Contractor and the Contractor's employees,
subcontractors, suppliers, and representatives who have been issued
an LIAPD security badge shall be responsible for challenging any
person or vehicle found on the AOA or other non-public areas who is
not displaying a valid LIAPD security badge, or who cannot produce
a valid LIAPD security badge, or who is not under escort or under
the direct supervision of a person possessing a valid LIAPD
security badge. The challenge shall consist of notifying the
person that he is within a restricted area, and informing the
person of an appropriate exit route. Should the unauthorized
person refuse to exit the restricted area, the LIAPD shall be
SP-8
r immediately notified for further action, and the unauthorized
person shall be kept under surveillance until the LIAPD arrive.
Any expired or altered badge, or any badge
bearing a photograph not matching the bearer, shall be brought to
the attention of the LIAPD and shall be immediately confiscated by
r the LIAPD or the Director of Aviation.
F
SP-4.8 Cranes or _Hoists
Any construction activity utilizing a crane or
any other hoisting device shall have the prior written approval of
the Federal Aviation Administration. The Contractor shall be
responsible for filing the prescribed forms for airspace clearance
in accordance with Part 77 of the Federal Aviation Regulations.
Applications for airspace clearance must be submitted at least
thirty (30) days prior to the beginning of construction activities.
To avoid construction delays, the Contractor is urged to file the
prescribed forms in a timely manner. Airspace clearance from the
FAA must be approved prior to the erection of the crane or other
hoisting device.
When requesting approval for the use of a crane
or other hoisting device, the following information is required:
shall be marked
checkered flag.
lowered at night
or during periods
by the Director o
at the direction
1. Exact location of construction
activities utilizing a crane or
other hoisting device.
2. Maximum extendable height of crane
or other hoisting device.
3. Duration of construction activities
utilizing a crane or other hoisting
device.
4. Daily hours of operation of crane or
other hoisting device.
The top of the crane or other hoisting device
with a 3-foot square safety orange and white
The crane or other hoisting device shall be
or at the conclusion of construction activities,
of poor visibility (ILS conditions) as directed
f Aviation or the Engineer, or at any other time
off the Director of Aviation or the. Engineer.
The Contractor shall notify the Engineer and
Director of Aviation at least forty-eight (48) hours prior to
actual erection of the crane or other hoisting device.
SP-9
SP-5. CONTRACTOR'S PLANT SITE, STORAGE AND OFFICE AREAS)
The Contractor shall make his own provisions for plant
site, storage and office areas. If the Contractor desires to
utilize an on -airport location, arrangements must be made with the
Director of Aviation. The following specific requirements apply to
on -airport plant site, storage and office areas.
1. The Contractor will be held completely responsible
for any damage or deterioration in areas allowed
for Contractor's use. The Contractor will also be
responsible for maintenance of areas and dust
control for the duration of the project.
2. Direct negotiation may be conducted with the
Director of Aviation for any areas desired.. Areas
used by the Contractor may be subject to rental
rates and fees as identified by the Director of
Aviation.
3. Any areas occupied by the Contractor and his forces
will be required to be completely restored by the
Contractor, at his expense, including but not
limited to (1) regrading disturbed areas; (2)
complete removal of debris 'or any other material
brought onto the site by the Contractor; (3)
complete replacement of topsoil, turf, asphalt
pavement, concrete slabs or drives, etc. that is
worn, deteriorated or damaged during the period the
Contractor and his forces occupy the area. All
restoration shall be to the satisfaction of the
Director of Aviation.
4. Prior to moving into an unpaved area, the
Contractor shall remove and stockpile a minimum of
6-inches of existing topsoil. After completion of
the project and after clearing the site of
materials, equipment and debris, the Contractor
shall replace, spread and grade the salvaged
topsoil, followed by seeding and fertilizing.
5. All restoration activities shall be accomplished in
accordance with applicable technical specifications
of these documents.
6. No direct payment will be made to the Contractor
for restoring plant site, storage or office areas.
SP-10
F
SP-6. PROTECTION OF PROPERTY
The Contractor shall exercise care to prevent damage to
all structures, either above or below ground, including buildings,
fences, pipelines, utilities, roads, etc., whether publicly or
privately owned and including work performed by others. The
�- Contractor shall be responsible for locating all underground
facilities that might be damaged by the proposed construction.
The Contractor shall be responsible for all damage done
L to either public or private property during the course of
L construction except as specifically provided otherwise in these
specifications.
Various existing underground utilities and structures are
shown on the plans. Their locations are believed to be reasonably
accurate but are not guaranteed. Though an effort has been made to
locate and mark, on the plans, all underground utilities, the
Contractor is herein warned that unmarked utilities may exist
within the construction area. Prior to construction, the
Contractor shall coordinate his activities with FAA facilities at
Lubbock International Airport.
SP-7. PAYMENT
Partial payments and final payment for work covered
herein will be made in accordance with the provisions of the
GENERAL CONDITIONS.
SP-8. AFFIDAVIT OF BILLS PAID
Prior to final acceptance of this project by the Owner,
the Contractor shall execute an affidavit that all bills for labor,
materials and incidentals incurred in the construction of these
improvements, have been paid in full, including any retainage, and
that there are no claims pending, of which he has been notified.
SP-11
SP-9. CALENDAR DAY
Time for completion
damages shall be in accordance
CONDITIONS, Paragraph GC-33.
day shown on the calendar.
of the project and for liquidated
with the provisions of the GENERAL
A calendar day is defined as every
SP-10. ELECTRIC POWER AND NATURAL GAS
The Contractor shall make his own provisions for his
electrical, natural gas and other fuel requirements and shall pay
for electricity, gas or fuel consumed during the construction of
the project. The Contractor shall construct his own service lines
and such construction shall be in strict accordance with all
applicable codes and laws.
SP-11. BARRICADES, SIGNS AND HAZARD MARKINGS
The Contractor shall provide, erect, and maintain all
necessary barricades, signs, danger signals, and lights for the
protection of the work and the safety of the public for both land
and air traffic. Before closing existing apron, runways or
taxiways, warning signs for air traffic shall be placed at such
locations and shall be visible day and night. A runway closed
because of construction or other activities or hazards shall have
appropriate FAA standard markings. Any movement of Contractor's
vehicles or equipment on or across landing areas shall -carry FAA
standard markings or flags. Movement of other vehicles responsible
to the Contractor shall be under escort, as specified in AIRPORT
OPERATIONS SECURITY.
Taxiways closed to traffic shall be protected by
effective barricades. Spacing of barricades shall be as directed
by the Engineer. Barricades for aprons closed to traffic shall
consist of heavy duty barricades constructed of railroad ties.
Each tie shall have reflective striping and a flashing light on
each end. Barricades shall be spaced with no more than 3'
clearance between the ends. Suitable warning signs illuminated at
night by acceptable light units shall be provided for closed
runways, apron, taxiways and roadways. Obstructions shall be
illuminated at night. The proper illumination of obstructions is
critical to the safe operation of aircraft on the Airport. All
warning lights shall be equipped with photocell controls to
automatically turn on the lights at night and turn them off at
daytime. The lights shall be checked daily by the Contractor to
weakly or in otherwise less than acceptable operating condition
shall be immediately replaced or repaired. The Engineer may
suspend work on the project if the Contractor's warning lights are
not maintained in an acceptable manner. A twenty-five dollar
SP-12
E
7 ($25,00) charge will be assessed the Contractor for each light, per
L day, found to be inoperative by Owner"s personnel or
representatives.
SP-12. WATER FOR CONSTRUCTION
The Contractor shall make his own provisions for his
water requirements and shall pay for all water consumed during the
construction of the project. The Contractor shall make his own
arrangements for connections to existing water mains and fire
hydrants and piping or hauling the water to the point where the
water is required, all at his own expense.
SP-13. MATERIAL TESTS
Various tests on materials of construction are required
in the specifications. In general, the Contractor shall bear the
cost of all material tests required before approval of a material
source or mix design. The City will bear the cost of all passing
commercial laboratory tests required during construction and the
Contractor shall bear the cost of all failing construction tests.
The following is a summary of tests required of the Contractor.
Concrete Aggregate Tests required, prior to use,
for approval of source.
Cement Certified mill test on each car
of cement.
Concrete Concrete mix designs for all
concrete proposed, as required
in the specifications.
Asphalt Certified plant tests and
certificates of compliance with
each shipment.
Bituminous Surface Tests on all aggregates, prior
Courses (Hot Mix to use, for approval of source;
Asphaltic Concrete asphalt tests as required
above; tests necessary for the
establishment of approved job
mix; mix designs for proposed
material, as required in the
specifications.
Where only small amounts of any material are used or
where compliance with the specifications can be determined by
►,. visual inspection, no tests are required. Certificates of
compliance shall be required on all materials not tested.
r
SP-13
Allmaterialsproposed to be used may be tested at any
time during their preparation and use. If, after trial, it is
found that sources of supply which have been approved do not
furnish a product of uniform quality or if the product from any
source proves unacceptable at any time, the Contractor shall
furnish approved material from another source.
SP-14. PROGRESS SCHEDULE
Within fourteen (14) days after award of the contract, _
the Contractor shall submit a progress schedule for the project.
-
The progress schedule shall be prepared in a form suitable to the
Engineer and shall show the proposed starting and completion dates
for each phase of construction and each item of work within each
phase. The progress schedule shall include a "Percent Complete
Curve," with the monthly amount, cumulative amount and cumulative
percent. The progress schedule, when submitted in suitable form
and provided the schedule indicates certain completion of the
project within the time specified, will be approved in writing by
the Engineer. _
Revisions or changes in the approved progress schedule
may be made only with approval of the Engineer.
SP-15. PREVENTION OF AIR AND WATER POLLUTION
The Contractor shall use suitable precaution to minimize
air and water pollution during the progress of work. The
Contractor shall comply with directives given by the Engineer in
implementation of the letter and intent of FAA Advisory Circular
150/5370-10, Item P-156 entitled "Temporary Air and Water Pollution
Soil Erosion, and Siltation Control." Item P-156, entitled
"Temporary Air and Water Pollution Soil Erosion, and Siltation
Control," is included in the technical specifications for this
project.
SP-16. PUBLIC CONVENIENCE AND SAFETY
Materials stored on the airport shall be so placed and
the work shall, at all times, be so conducted as to cause no
greater obstruction to the air and ground traffic than is
considered necessary by the Engineer. In protecting operational
areas, the minimum clearances maintained for runways shall be in
agreement with Part 77 of the Federal Aviation Regulations. During
construction of the project, the Contractor shall also maintain
operational safety on the Airport in accordance with FAA's Advisory
Circular 150/5370-2C, "Operational Safety on Airports During
Construction." No runway, taxiway, apron, or roadway shall be
closed or opened except by "express permission from the Engineer and
Director of Aviation.
SP-14
r
F
The Contractor shall be responsible for maintaining the
pavement free of all rocks, gravel, dirt and other debris in areas
where hauling is permitted on or across any active apron, runway or
taxiway, or in areas temporarily closed which are subject to
opening on short notice. All rocks, gravel, dirt or other debris
shall be removed immediately by the Contractor.
SP-17. INSURANCE
The Contractor shall not begin work under this contract
until he has obtained all insurance as required in the General
Conditions of the Agreement, has furnished proof of same to the
Owner, and the Owner shall have approved same.
The Owner's Protective or Contingent Public Liability
Insurance and Property Damage Liability Insurance policy specified
in the General Conditions, Paragraph 28B, shall also include the
Engineer as an insured. A copy of this policy shall be delivered
to the Owner and to the Engineer. The cost of this separate policy
shall be included in the Proposal under the appropriate item.
A Certificate of Insurance is included in the
Specifications and Contract Documents for this project. The
Contractor will be required to have five (5) extra copies of this
certificate executed by his insurance company or companies. This
certificate will become a part of the Contract Documents and must
be included with the Contract Documents before execution by the
City of Lubbock. Coverages ,specified herein apply to all
operations of the Contractor in connection with this work,
including automobiles and other vehicles.
Coverage shall extend to all subcontractors unless proof
of minimum coverage required is submitted separately by each
subcontractor not so covered.
SP-18. REMOVAL AND DISPOSAL OF -STRUCTURES, UTILITIES
AND OBSTRUCTIONS
All structures, utilities or obstructions found on the
airport and shown on the plans which are to remain in place or
which are not to be used in the new construction shall be removed
as directed by the Engineer. Unless specified in the proposal,
this work shall not be paid for separately but shall be considered
as subsidiary obligation of the Contractor covered under other
contract items. All material found on the airport or removed
therefrom shall remain the property of the Owner, unless otherwise
indicated. All materials and debris specified to be disposed of by
the Contractor shall become the property of the Contractor and
shall be properly disposed of off the airport property by the
Contractor.
SP-15
SP-19. CONFORMITY WITH PLANS AND ALLOWABLE DEVIATIONS
Any deviation from the plans which may be required by the
exigencies of construction shall be determined by the Engineer and
authorized by him in writing.
SP-20. REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK
All work which has been rejected or condemned shall be
repaired or, if it cannot be satisfactorily repaired, removed and
replaced at the Contractor"s expense. Materials not conforming to
the requirements of the specifications shall be removed immediately
from the site of the work and replaced with satisfactory material
by the Contractor at his expense.
Work done beyond that shown on the plans, or as given,
except as herein provided, work done without proper inspection, or
any extra or unclassified work done without written authority and
prior agreement in writing as to prices, will be done at the
Contractor's risk and will be considered unauthorized and, at the
option of the Engineer, may not be measured and paid for and may be
ordered removed and replaced at the Contractor's expense.
Upon the failure of the Contractor to repair satisfac-
torily or 'to remove and replace, if so directed, rejected,
unauthorized, or condemned work or materials immediately after
receiving formal notice from the Engineer, the Owner may recover
for such defective work or materials on the Contractor's bond, or
by action in a court having proper jurisdiction over such matters,
or may employ labor and equipment and satisfactorily repair or
remove and replace such work and charge the cost of the same to the
Contractor, which cost will be deducted from any money due him.
SP-21. FEDERAL PARTICIPATION
The attention of the Contractor is invited to the fact
that, pursuant to the provisions of the Act of Congress known as
the Airport Improvement Program of 1982, the United States
Government may pay a portion of the cost of these improvements.
The above Act of Congress provides that the construction work and
labor in each state shall be done in accordance with the laws of
that state subject to the inspection and approval of the FAA and in
accordance with the rules and regulations made pursuant to said
Act. The construction work, therefore, will be subject to such
inspection by the Administrator of the Federal Aviation
Administration or his agents as may be deemed necessary to meet
with the above requirements when Federal funds are used, but such
inspection will in no sense make the Federal Government a party to
this contract and will in no way interfere with the rights of
either party to the contract.
SP-lb
r SP-22. INDEMNIFICATION
The Contractor shall indemnify and hold harmless and
F
defend the Owner and all of the Owner's officers, agents and
employees from all suits, actions, claims, damages, personal
injuries, losses, property damage and expenses of any character
whatsoever, including attorney's fees, brought for or on account of
any injuries or damages received or sustained by any person or
persons or property, on account of any negligent act of the
Contractor, his agents or employees, or any subcontractor, in the
execution, supervision and operations growing out of or in any way
connected with the performance of this contract, and the Contractor
will be required to pay any judgment with costs which may be
obtained against the Owner or any of its officers, agents or
employees, including attorney's fees.
The Contractor shall indemnify and hold harmless and
defend the Owner and all of the Owner's officers, agents and
employees from all suits actions, claims, damages, personal
injuries, property damage, losses and expenses of any character
whatsoever, including attorney's fees, brought for or on account of
any injuries or damages received or sustained by any person or
persons or property, on account of any negligent act of the Owner,
the Owner's officers, agents and employees, whether such negligent
act was the sole proximate cause of the injury or damage or a
proximate cause jointly and concurrently with the Contractor or the
Contractor's employees', agents' or subcontractors' negligence in
the execution, supervision and operations growing out of or in any
way connected with the performance of this contract, and the
Contractor will be required to pay any judgment with costs which
may be obtained against the Owner or any of its officers, agents or
employees, including attorney's fees.
The Contractor agrees that he will indemnify and save the
Owner harmless from all claims growing out of any demands of
subcontractors, laborers, workmen, mechanics, materialmen, and
furnishers of machinery and parts thereof, equipment, power tools,
all supplies, including commissary incurred in the furtherance of
the performance of this contract. When the Owner so desires, the
Contractor shall furnish satisfactory evidence that all obligations
of the nature hereinabove designated have been paid, discharged or
waived.
SP-23. OPENING OF SECTION OF AIRPORT TO TRAFFIC
The opening of any section of the work will be held as an
acceptance of said section but shall not be considered as a waiver
of any of the provisions of these Specifications or Contract.
Pending final completion and acceptance of the work, all necessary
repairs and renewals on any section opened, due to defective
material or work, to natural causes other than ordinary wear and
SP-17
tear, or to the operations of the Contractor, shall be performed by
and at the expense of the Contractor.
SP-24. CONTRACTOR'S RESPONSIBILITY FOR WORK
Until acceptance by the Engineer of any part or all of
the construction, as provided for in these specifications, it shall
be under the charge and care of the Contractor, and he shall take
every necessary precaution against injury or damage to any part of
the work by the action of the elements or from any other cause
whatsoever, whether arising from the execution or from the
nonexecution of the work. The Contractor shall rebuild, repair,
restore, and make good, at his own expense, all injuries or damage
to any portion of the work occasioned by any of the above causes
before its completion and acceptance.
SP-25. CORRECTION OF FAULTY WORK AFTER FINAL PAYMENT
The making of the final payment by the Owner to the
Contractor shall not relieve the Contractor of responsibility for
faulty materials or workmanship. The Contractor shall promptly
replace any such defects discovered within one year from the date
of written acceptance of the work.
The Performance Bond shall remain in effect until one
year after the date of the written acceptance of the work to insure
compliance by the Contractor with the requirements of this
paragraph.
SP-26. SEPARATE CONTRACTS
The Owner reserves the right to let other contracts in
connection with or in the vicinity of the project. The Contractor
shall afford other contractors reasonable opportunity for the
introduction and storage of their materials and the execution of
their work, and shall coordinate his work and theirs. The
Contractor's coordination with other contractors shall require the
approval of the Engineer.
SP-27. SHOP DRAWINGS
The Contractor shall submit to the Engineer with such
promptness as to cause no delay in his own work or in that of any
other Contractor, six copies, unless otherwise specified, of all
shop and/or setting drawings and schedules required for the work of
the various trades, and the Engineer shall pass upon them with
reasonable promptness, making required corrections. The Contractor
shall make any corrections required by the Engineer, file with him
the corrected copies and furnish such other copies as may be
needed. If the Contractor and/or the Manufacturer desires
additional approved sets, the number of final copies submitted
shall be the four copies for the Engineer plus the copies desired
SP-18
r
j' by the Contractor
ll such drawings or
responsibility f4
unless he has in
deviations at the
responsibility f
schedules.
and/or Manufacturer. The Engineer's approval of
schedules shall not relieve the Contractor from
it deviations from drawings or specifications,
writing called the Engineer's attention to such
time of submission, nor shall it relieve him from
�r errors of any sort in shop drawings or
SP-28. ENGINEER
l Whenever the word Engineer is used in this Contract, it
` shall be understood as referring to 011er Engineering, Inc.,
Consulting Engineers, Lubbock, Texas, Engineer of the Owner, or
F
such other Engineer, Supervisor or Inspector as may be authorized
by said Owner to act in any particular.
SP-29. LINES AND GRADES
The Engineer will provide the Contractor with horizontal
control points and a benchmark for vertical control, as shown on
the drawings. All construction staking shall be done by the
Contractor. References to lines and grades as established by the
Enaineer shall be in reference to these control Doints.
The Engineer will provide the Contractor with all
necessary information relating to control points set by the
Engineer. The Contractor will be responsible for laying out the
work from the control points established by the Engineer. The
Engineer. will check all "blue tops", grade control, forms, and all
major layouts at his discretion, but this check will not relieve
the Contractor of the responsibility of correctly locating line and
grade in accordance with the plans and specifications.
The Engineer will take all measurements necessary for the
determination of the amount of work performed under the various
items for which payment is provided. Whenever necessary, work will
be suspended to permit this work, but such suspension will be as
brief as practicable and the Contractor shall be allowed no extra
compensation therefor.
The Contractor shall satisfy himself as to the accuracy
of all measurements before constructing any permanent structure and
shall not take advantage of any errors which may have been made in
laying out the work. Such stakes and markings as the Engineer may
set for either his own or the Contractor's guidance shall be
scrupulously preserved by the Contractor. In case of negligence on
the part of the Contractor, or his employees, resulting in the
destruction of such stakes or markings, an amount equal to the cost
of replacing the same may be deducted from subsequent estimates due
the Contractor, at the discretion of the Engineer.
SP-19
SP-30. SUBSURFACE CONDITIONS
Subsurface soil explorations for this project were
conducted by Terra Testing, Inc. Boring logs of all borings are
reproduced in the Appendix of these specifications. The
approximate locations of the borings are shown in the drawings.
The borings were made in order to secure information for
use during the design of the project. The fact that the Boring
Logs are included herein does not constitute a warranty by the
Owner or the Engineer as to the subsurface conditions which might
be encountered during construction of the project. It is the
responsibility of the Bidder to satisfy himself as to the
subsurface conditions.
SP-20
I
.� WAGE. LABOR. EEO, SAFETY AND GENERAL REQUIREMENTS
SERMON A
(Federal Aviation (F" R I Iraaats)
A-1 Airport aad Airway Lrprorement Prw= Project.
The work in this contract is included In Airport Improvement Project No. 3-48-0138-13
which is being undertaken and accomplished by the City of Lubbock, Texas (Sponsor)
In accordance with the terms and conditions of a grant agreement between the Sponsor and the United States,
under the Airport and Airway Improvement Act of 1982 (P.L. 97-248) as amended by the Airport and Airway
Safety and Capacity Expansion Act of 1987 (P.L.100-223) and Part 152 of the Federal Aviation Regulations (14
CFR Part 152), pursuant to which the United States has agreed to pay a certain percentage of the costs under
those Acts. The United States is not a party to this contract and no reference In this contract to the FAA or
any representative thereof, or the United States, by the contract, makes the United States a party to this
contract.
A-2 Cooxat to Awd�t
The contractor shall obtain the prior written consent of the Sponsor to any proposed assignment of any
Interest in or part of this contract
A-3 Convict Labor.
No convict labor may be employed under this contract
A4 Veterans Preference.
In the employment of labor (except In executive, administrative, and supervisory positions), preference shall
be given to veterans of the Vietnam era and disabled veterans as defined in Section 515(c)(1) and (2) of the
Act. However, This preference shall apply only where the individuals are available! and qualified to perform
the work to which the employment relates.
A-5 Withholding: Sponsor tivm Contractor.
Whether or not payments or advances to the City of Lubbock. Texas (Sponsor)
are withheld or suspended by the FAA, the Sponsor may withhold or cause to be withheld from the contractor
so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics
employed by the contractor or any subcontractor on the work, the full amount of wages required by this
contract
A-6 Nonpayment of Wages.
If the contractor or subcontractor fails to pay any laborer or mechanic employed or working on the site of the
work any of the wages required by this contract, the City of Lubbock, Texas (Sponsor)
may, after written notice to the contractor, take such action as may be necessary to cause the suspension of
any further payment or advance of funds until the violations cease.
(2192)
6
F
2
A-7 FAA lespection and review.
The contractor shall allow any authorized representative of the FAA to inspect and review any work or
materials used In the performance of this contract
A$ Subcoatra ts..
The contractor shall insert In each of his subcontracts the provisions contained in paragraphs A-1, A 3, A-
4, A-S, A-6, and A-7 requiring the subcontractors to Include these provisions In any lower tier subcontracts
which they may enter into, together with a clause requiring this insertion in any further subcontracts that may
In turn be made.
AA Contract termInatkm
Any violation or breach of the terms of this contract on the part of the contractor or subcontractor may result
In the suspension or termination of this contract or such other action which may be necessary to enforce the
rights of the parties of this agreement. (49 CFR Part 18).
A-10 Inspection of Records.
The contractor shall maintain an acceptable cost accounting system. The Sponsor, the FAA, and the
Comptroller General of the United States shall have access to any books, documents, paper, and records of
the contractor which are directly pertinent to the specific contract for the purposes of making an audit,
examination, excerpts, and transcriptions. The contractor shall maintain all required records for three years
after the Sponsor makes final payment and all other pending matters are closed. (49 CFR Part 18).
A-11 Rights to Inventions.
All rights to inventions and materials generated under this contract are subject to regulations issued by the
FAA and the Sponsor of the Federal grant under which this contract is executed. Information regarding these
rights Is available from the FAA and the Sponsor. (49 CFR Part 18).
A-12 General Civil Rights Pr vWoas-
The contractor assures that it will comply with pertinent statutes, Executive orders and such rules as are
promulgated to assure that no person shall, on the grounds of race, creed, color, national origin, sex, age, or
handicap be excluded from participating In any activity conducted with or benefiting from Federal assistance.
This provision binds the contractor from the bid solicitation period through the completion of the contract.
(Section. 520, Airport and Airway Improvement Act of 1982).
(2192)
r
SECTION B
DAVIS-EACON ACT RF.QUDZEMEN15
(29 CFR PART 5)
B-1 Mialazna WOOM
(a) All laborers and mechanics employed or working upon the site of the work will be paid
unconditionally and not less often than once a week, and without subsequent deduction or rebate on any
account (except such payroll deductions as are permitted by the Secretary of Labor under the Copeland Act
(29 CFR Part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalent thereon due at
time of payment computed at rates not less than those contained in the wage determination of the Secretary
of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which
may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs
reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Lhivis-Bacon Act on behalf of
laborers or mechanics are considered wages paid to laborers or mechanics, subject to the provisions of
paragraph (B-1)(d) of this section; also, regular contributions made or costs incurred for more than a weekly
period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly
period, are deemed to be constructively made or incurred during such weekly period. Such laborers and
mechanics shall be paid the appropriate wage rate and fringe benefits on the imp determination for the
classification of work actually performed, without regard to skill, except as provided in 29 CFR Part SS(a)(4).
Laborers or mechanics performing work in more than one classification may b.- compensated at the rate
specified for each classification for the time actually worked therein: Provided, That the employer's payroll
records accurately set forth the time spent in each classification in which work is performed. The wage
determination (including any additional classification and wage rates conformed under (B-1) (b) of this section)
and the Davis -Bacon poster (WH-1321) shall be posted at all times by the contractor and Its subcontractors
at the site of the work In a prominent and accessible place where it can easily be seen by the workers.
(2/92)
(b) (1) The contracting officer shall require that any class of laborers or mechanics which is not
listed In the wage determination and which is to be employed under the contract shall be
classified in conformance with the wage determination. The contracting officer shall approve
an additional classification and wage rate and fringe benefits therefore only when the following
criteria have been met-
(1) The work to be performed by the classification requmted is not
performed by a classification in the wage determinations; and
(ii) The classification Is utilized in the area by the construction
Industry, and
(III) The proposed wage rate, including any bona fide fringe benefits,
bears a reasonable relationship to the wage rates contained in the
wage determination.
(2) If the contractor and the laborers and mechanics to be employed in the classification (if
known), or their representatives, and the contracting oMcer agree on the classification and
wage rate (including the amount designated for fringe benefits where appropriate), a report
of the action taken shall be sent by the contracting officer to the Administrator of the Wage
and Hour Division, Employment Standards Administration, US. Department of Labor,
Washington, D.C. 20210. The Administrator, or an authorized representative, will approve,
modify, or disapprove every additional classification action within 30 days of receipt and so
advise the contracting officer or will notify the contracting officer within the 30-day period
2
that additional time is necessary. (Approved by the Office of Management and Budget under
OMB Control Number 1215-0140).
(3) In the�event the contractor, the laborers or mechanics to be employed In the classification
or their representatives and the contracting officer do not agree on the proposed classification
and wage rate (including the amount designated for fringe 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. (Approved by the Office of Management and
Budget under OMB Control Number 1.21S-0140).
(4) The wage rate (including fringe benefits where appropriate) determined pursuant to
subparagraphs (B-1)(b)(2) or (3) of this paragraph, shall be paid to all workers performing
work In the classification under this contract from the first day on which work its performed
in the classification.
(c) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics
includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit _
as stated in the wage determination or shall pay another bona ride fringe benefit or an hourly cash equivalent
thereof.
(d) If the contractor does not make payments to a trustee or other third person, the contractor may
consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in
providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found,
upon the written request of the contractor, that the applicable standards of the Davis -Bacon Act have been
met. _The Secretary of Labor may require the contractor to set aside in a separate account assets for the
meeting of obligations under the plan or program. (Approved by the Office of Management and Budget under
OMB Control Number 1215-0140).
&2 Will wkHag.
The Federal Aviation Administration or the Sponsor shall upon its own action or upon written request of an
authorized representative of the Department of Labor withhold or cause to be withheld from the contractor
under this contract or any other Federal contract with the same prime contractor, or any other
Federally -assisted contract subject to David -Bacon prevailing wage requirements, which is held by the same
prime contractor, so much of the accrued payments or advances as may be considered necessary to pay
laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any
subcontractor the full amount of wages required by the contract In the event of failure to pay any laborer or
mechanic, including any apprentice, trainee, or helper, employed or working on the site of work, all or part of
the wages required by the contract, the Federal Aviation Administration may, after written notice to the
contractor, sponsor, applicant, or owner, take such action as may be accessary to cause the suspension of any
further payment, advance, or guarantee of funds until such violations have ceased.
B-3 Payrol[ls and bask reeoc+ds.
(a) Payrolls and basic records relating thereto shall be maintained by the contractor during the course
of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the
site of the work Such records shall contain the name, address, and social security number of each such
worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs
anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in I(b)(2)(B) of the
Davis -Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid.
Whenever the Secretary of Labor has found under 29 CFR 55(a)(1)(iv) that the wages of any laborer or
(2192)
r
mechanic include the amount of any costs reasonably anticipated In providing benefits under a plan or
program described in section 1(b)(2)(B) of the Davis -Bacon Act, the contractor shall maintain records which
show that the commitment to provide such benefits is enforceable, that the plan or program Is financially
responsible, and that the plan or program has been communicated in writing to the laborers or mechanics
affected, and records which show the costs anticipated or the actual costs Incurred in providing such benefits.
Contractors employing apprentices or trainees under approved programs shall maintain written evidence of
the registration of apprenticeship programs and certification of trainee programs, the registration of the
apprentices and trainees, and the ratios and wage rates prescribed In the applicable programs. (29 CFR
5S(a)(3)(1) (Approved by the Office of Management and Budget under OMB Control Numbers 1215-0140 and
1215-0017).
(b) (1) The contractor shall submit weekly, for each week In which any contract work is performed,
a copy of all payrolls to the applicant, sponsor, or owner, as the case may be, for transmission to the Federal
Aviation Administration. The payrolls submitted shall set out accurately and completely all of the information
required to be maintained under paragraph SS(a)(3)(I) above. This Informationmay be submitted In any
form desired. Optional Form WH-347 is available for this purpose and may be purchased from the
Superintendent of Documents (Federal Stock Number 029-0OS-00014.1), U.S. Government Printing Office,
Washington, D.C20402. The prime contractor is responsible for the submission of copies of payrolls by all
subcontractors. (Approved by the Office of Management and Budget under OMB Control Number 1215-0149).
(2) Each payroll submitted shall be accompanied by a 'Statement of Compliance,• signed by the
contractor or subcontractor or his or her agent who pays or supervises the payment of the persons
employed under the contract and shall certify the following.
(1) That the payroll for the payroll period contains the information required
to be maintained under paragraph B-3 (a) above and that such information
Is correct and. complete;.
(ii) That each laborer and mechanic (Including each helper, apprentice and
trainee) employed on the contract during the payroll period has been paid
the full weekly wages earned, without rebate, either directly or indirectly, and
that no deductions have been made either directly or indirectly from the full
wages earned, other than permissible deductions as set forth in Regulations
29 CFR Part 3;
(Ili) That each laborer or mechanic has been paid not less than the
applicable wage rates and fringe benefits or cash equivalents for the
classification of work performed, as specified in the applicable wage
determination incorporated into the contract.
(3) The weekly submission of a properly executed certification set forth on the reverse side of
Optional Form WIi 347 shall satisfy the requirement for submission of the 'Statement of Compliance
required by paragraph B-3 (b)(2) of this section.
(4) The falsification of any of the above certifications may subject the contractor or subcontractor to
civil or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United
States Code.
(c) The contractor or subcontractor shall make the records required under paragraph B•3 (a) of this
section available for inspection, copying or transcription by authorized representatives of the Sponsor, the
Federal Aviation Administration or the Department of Labor, and shall permit such representatives to
Interview employees during working hours on the job. If the contractor or subcontractor faits to submit the
required records or to make them available, the Federal agency may, after written notice to the contractor,
sponsor, applicant or owner, take such action as may be necessary to cause the suspension of any further
(2192)
F
4
payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request
or to make such records available may be grounds for debarment action pursuant to 29 CFR 512.
B-4 Appresrtim amd Trainers.
(a) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the
work they performed when they are employed pursuant to and Individually registered In a bona Ilde
apprenticeship program registered with the US. Department of Labor, Employment and Training
Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by
the Bureau, or if a person Is employed in his or her first 90 days of probationary employment as an apprentice
in such an apprenticeship program, who Is not Individually registered in the program, but who has been
certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate)
to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen
on the job site In any craft classification shall not be greater than the ratio permitted to the contractor as to
the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate,
who Is. not registered or otherwise employed as stated above, shall be paid not kss than the applicable wage
rate on the wage determination for the classification of work actually performed. In addition, any apprentice
performing work on the job site in excess of the ratio permitted under the registered program shall be paid
not less than the applicable wage rate on the wage determination for the work actually performed. Where a
contractor is performing construction on a project In a locality other than that in which its program is
registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in
the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at
not less than the rate specified in the registered program for the apprentice's level of progress, expressed as
a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall
be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship
program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on
the wage determination for the applicable classification. If the Administrator determines that a different
practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that.
determination. in the event the Bureau of Apprenticeship and Training, or a State Apprenticeship Agency
recognized by the Bureau, withdraws approval of an apprenticeship program, the contractor will no longer be
permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until
an acceptable program Is approved.
(b) Trainees. Except as provided in 29 CFR 516, trainees wail not be permitted to work at less than
the predetermined rate for the work performed unless they are employed pursuant to and Individually
registered In a program which has received prior approval, evidenced by formal certification by the US.
Department of Labor, Employment and 'raining 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 binge benefits In accordance with the provisions of the
trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the hull amount
of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division
determines that there Is an apprenticeship program associated with the corresponding journeyman wage rate
on the wage determination which provides for less than full hinge beDests for apprentices. Any employee listed
on the payroll at a trainee rate who Is not registered and participating In a training plan approved by the
Employment and Training Administration shall be paid not less than the applicable wage rate on the wage
determination for the classification of work actually performed. In addition, any trainee performing work on
the job site In excess of the ratio permitted under the registered program shall be paid not less than the
applicable wage rate on the wage determination for the work actually performed. In the event the Employment
and Training Administration withdraws approval of a training program, the contractor will no longer be
permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an
acceptable program is approved.
(2192)
5
(c) Equal Employment Opportunity. The utilization of apprentices, trainees and journeymen under
this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246,
as amended, and 29 CFR Part 30.
E B-5 Caasptiasiae With Cepetaad Act Regaireswts.
The contractor shall comply with the requirements of 29 CFR Part 3, which are Incorporated by reference in
this contract
The contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR Part
55(a)(1) through (10) and such other clauses as the Federal Aviation Administration may by appropriate
Instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier
subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier
subcontractor with all the contract clauses in 29 CFR Part 55.
B-7 Comphaaee Wit* Davis -Bacon and Mated Act Reombrencots.
All rulings and interpretations of the Davis -Bacon and Related Acts contained in 29 CFR Parts 1, 3, and S art
herein Incorporated by reference In this contract.
B4 Disputes Coaaeraing Libor Standards.
Disputes arising out of the labor standards provisions of this contract shall not be subject to the general
disputes clause of this contract Such disputes shall be resolved in accordance with the procedures of the
Department of Labor set forth In. 29 CFR Parts S, 6 and 7. Disputes within the meaning of this clause include
disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department
of Labor, or the employees or their representatives.
BA Cartifiadion of Eligibility.
l (a) By entering into this contract, the contractor certifies that neither It (nor he or she) nor any
person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded
Government contracts by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1).
(b) No part of this contract shall be subcontracted to any person or firm ineligible for awsrd of a
Government contract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1).
(c) The penalty for making false statements is prescribed in the U.S. Criminal Code,18 U.S.C.1001.
B-10 Contract Terainitian: Debaraeut.
A breach of the contract clauses in paragraph B-1 through B-9 of this section and paragraphs C-1 through C.
5 of Section C may be grounds for termination of the contract, and for the debarment as a contractor and a
subcontractor as provided in 29 CFR 5.12.
F(2192)
7
F
SECTION C
CONTRACT WOREMOURS AND SAFEW
STANDARDS ACT REQUMEMEMS
(29 CFR PART F)
C-1 Oratiase Requhmseests.
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, indudlng
watchmen and guards, In any workweek in which be or she is employed on such work to work in cross of forty
hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and
one-half times the basic rate of pay for all hours worked in excess of forty hours In such workweek.
C 2 vio"os, L"Wity for Uapald Wad; Liquidated Do nam
In the event of any violation of the clause set forth In paragraph C4 above, the contractor or any subcontractor
responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall
be liable to the United States (in the case of work done under contract for the District of Columbia or a
territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be
computed with respect to each Individual laborer or mechanic, including watchmen and guards, employed in
violation of the clause set forth in paragraph C-1 above, In the sum of $10 for each calendar day on which such
Individual was required or permitted to work In excess of the standard workwcek of forty hours without
payment of the overtime wages required by the clause set forth in paragraph C-1 above.
C-3 Withholding for Unpaid Wages and Liquidated Damage&
The Federal Aviation Administration or the Sponsor shall upon Its own action or upon written request of an
authorized representative of the Department of Labor withhold or cause to be withheld, from any monies
payable on account of work performed by the contractor or subcontractor under any -such contract or any other
Federal contract with the same prime contractor, or any other Federally -assisted contract subject to the
Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as
may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid
wages and liquidated damages as provided in the clause set forth in paragraph C-2 above.
C4 Subcootractom
11e contractor or subcontractor shall insert In any subcontracts the clauses set forth in paragraphs C-1
through C4 and also a clause requiring the subcontractor to include these clauses in any lower tier
subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier
subcontractor with the clauses set forth In paragraphs C-1 through C4.
C-6 Working Conditions.
No contractor or subcontractor may require any laborer or mechanic employed in the performance of any
contract to work in surroundings or under working conditions that are unsanitary, hazardous or dangerous
to his health or safety as determined under construction safety and health standards (29 CFR Part 192b)
issued by the Department of Labor.
7 (2192)
F
F
SECTION D
EQUAL EMIWYM a OPPOR7UNM
(41 CFR PART 60-L4(b))
During the performance of this contract, the contractor agrees as follows:
D-1 The contractor will not discriminate against any employee orappliasnt for employment because
of race, color, religion, sex, or national origin. The contractor will take affirmative action to
ensure that applicants are employed, and that employees are treated during employment
P without to their rac
e, ce, color, religion, scx, or national origin.. Soch action shad Include,
but not be limited to the following-
7 Employment, upgmding, demotion, or t mnsfer, recruitment orrecrultmentadverdsing;
layoff or termination; rates of pay or other forms of compensation; and selection for
training, including apprenticeship. The contractor agrees to post in conspicuous
places, available to employees and applicants for employment, notices to be provided
7 setting forth the provisions of this nondiscrimination clause.
D-2 The contractor will, in all solicitations or advertisements for employees placed by or on behalf
of the contractor, state that all qualified applicants will receive considerations for employment
without regard to race, color, religion, sex, or national origin.
D-3 'Ile contractor will send to each labor union or representative of workers with which he has
a collective bargaining agreement or other contract or understanding, a notice to be provided
. advising the said labor union or workers' representatives of the contractor's commitments
under this section, and shall post copies of the notice in conspicuous places available to
employees and applicants for employment.
D4 The contractor will comply with all provisions of Executive Order 11M of September 24,1965,
as amended, and of the rules, regulations, and relevant orders of the Secretary of Labor.
DS The contractor will furnish all Information and reports required ty Executive Order 1=46 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.
r D-6 In the event of the contractor's noncompliance with the nondiscrimination clauses of this
contract or with any of the said rules, regulations, or orders, this, contract may be canceled,
terminated or suspended in whole or In part and the contractor mny be declared Ineligible for
further Government contracts or federally assisted construction contracts In accordance with
procedure authorized in Executive Order 11246 of September 24, 1965, and such other
sanctions may be Imposed and remedies Invoked as provided In Executive Order 11246 of
September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise
r•n provided by law. '
(2192)
f
i
2
D-7 The contractor will Include the portion of the sentence Immediately preceding paragraph D-
1 and the provisions of paragraphs D-1 through D-7 In every subcontract or purchase order
unless exempted by rules, regulations; or orders of the Secretary of Labor issued pursuant to
section 204 of Executive Order W46 of September 24,1965, so that such provisions will be
binding upon each subcontractor or vendor. The contractor will take such action with respell
to any subcontract or purchase order as the administering agency may direct as a means of
enforcing such provision, Including sanctions for noncompliance: Provided, however, that in
the event a contractor becomes involved in, or Is threatened with, litigation with a
subcontractor or vendor as a result of such direction by the administering agency the
contractor may request the United States to enter Into such litigation to protect the Interests
of the United States.
(2192)
a
i'
SSEMON E
CLEAN AIR AND WATER POLUMON CONTROL REQUIR1EhMM
E-1 Any other provision herein to the contrary notwithstanding, the contractor In carrying out work under
this contract, shall at all times comply with all applicable state and federal air and water quality
standards; with all pollution control laws; and with such rules, regulations, and directives as may be
lawfully issued by a local, state, or federal agency having within its jurisdiction the protection of the
environment in the area surrounding where work under this contract will be performed. In addition,
the contractor shall comply with directives given by the Project Engine in Impkmeatation of the letter
and intent of FAA Advisory Circular 00/5370-10, Item P-M Temporary Air and Water Pollution,
Soll Erosion and Siltation Control. Copies of this Advisory Circular can be obtained from Department
rof Transportation, Distribution Unit, TAD4843, Washington, D.C. 20590.
4 E-Z Contractors and subcontractors agree:
r a. That any facility to be used in the performance of the contract or subcontract or to benefit
from the contract is not listed on the Environmental Protection Agency (EPA) List of Violating
Facilities; .
b. To comply with all the requirements of Section 114 of the Clean Air Act, as amended, 42
US.C.1957 et seq. and Section 308 of the Federal Water Pollution Control Act, as amended,
33 US.C.1251 et seq. relating to inspection, monitoring, entry, reports, and information, as
well as all other requirements specified in Section 114 and Section 308 of the Acts,respectively, .
and all other regulations and guidelines Issued thereunder,
c. That, as a condition for the award of this contract, the contractor or subcontractor will
r^ notify the awarding official of the receipt of any communication from the EPA indicating that
a facility to be used for the performance of or benefit from the contract is under consideration
to be listed on the EPA List of Violating Facilities;
d. To include or cause to be included in any construction contract or subcontract which
exceeds $100,000 the aforementioned criteria and requirements.
(2192)
c.
rr SEMON F
EI.
STANDARD FEDERAL EQUAL EM"YMENT OPPORTUNITY CONSTRUCTION
CONTRACT SPECIFICATIONS
(41 CFR 60-43)
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, OtIIce of Federal Contract Compliance Prcagrams (OFCCP),
US. Department of Labor, or any person to whom the Director delegates authority;
c. 'Employer identification number' means the Federal social security number used on the
Employer's Quarterly Federal Tax Return, US. Treasury Department Form 941;
d. 'Minority" includes:
(1) Black (all) persons having origins in any of the Black African racial groups not of
Hispanic origin);
(2) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American, or
other Spanish culture or origin regardless of race);
(3) Asian and Pacific Islander (all persons having origins In any of the original peoples of
the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands); and
I (4) American Indian or Alaskan native (all persons having origins in any of the original
peoples of North America and maintaining Identifiable tribal affiliations through membership
and participation or community identification).
2. Whenever the contractor, or any subcontractor at any tier, subcontracts a portion of the work involving any
construction trade, it shall physically include In each subcontract in excess of $10,000 the provisions of these
specifications and the Notice which contains the applicable goals for minority and female participation and
which Is set forth In the solicitations from which this contract resulted.
C,
3. If the contractor Is participadng (pursuant to 41 CFR 60-45) in a Hometown Plan approved by the US.
�^ 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. The contractor shall implement the specific affirmative action standards provided. In paragraphs 7a through
7p of these specifications. The goals set forth In the solicitation from which this contract resulted are
expressed as percentages of the total hours of employment and training of minority and female utilization the
contractor should reasonably be able to achieve in each construction trade In which it has employees In the
covered area. Covered construction contractors performing construction work in a geographical area where
they do not have a Federal or federally assisted construction contract shall apply the minority and female goals
(1192)
r
2
established for the geographical area where the work is being performed. Goals are published periodically
In the Federal Register in notice form, and such notices may be obtained from any Office of Federal Contract
Compliance Programs office or from Federal procurement contracting officers. The contractor Is expected to
make substantially uniform progress in meeting Its goals in each craft during the period specified.
S. Neither the provisions of any collective bargaining agreement nor the failure by a union with whom the
contractor has a collective bargaining agreement to refer either minorities or women shall excuse the
contractor's obligations under these specifications, Executive Order 11246 or the regulations promulgated
pursuant thereto.
6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals,
such apprentices and trainees shall be employed by the contractor during the training period and the
contractor shall have made a commitment to employ the apprentices and trainees at the completion of their --
training, subject to the availability of employment opportunities. Trainees shall be trained pursuant to training
programs approved by the US. Department of Labor.
7. The contractor shall take specific affirmative actions to ensure equal employment opportunity. The
evaluation of the contractor's compliance with these specifications shall be based upon Its effort to achieve
maximum results from Its actions. The contractor shall document these efforts fully,.and shall Implement
affirmative action steps at least as extensive as the following:
a. Ensure and maintain a working environment free of harassment, intimidation, and coercion
at all sites, and in all facilities at which the contractor's employees are assigned to work. The
contractor, where possible, will assign two or more women to each construction project. The
contractor shall specifically ensure that all foremen, superintendents, and other onsite
supervisory personnel are aware of and carry out the contractor's obligation to maintain such
a working environment, with specific attention to minority or female individuals working at
such sites or In such facilities.
b. Establish and maintain a current list of minority and female recruitment sources, provide
written notification to minority and female recruitment sources and to community'
organizations when the contractor or its unions have employment opportunities available, and
maintain a record of the organizations' responses.
e. 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 the contractor by the union or, If referred, not employed by the contractor,
this shall be documented In the file with the reason therefore along with whatever additional
actions the contractor may have taken.
d. Provide Immediate written notification to the Director when the union or unions with which
the contractor has a collective bargaining agreement has not referred to the contractor a
minority person or female sent by the contractor, or when the contractor has other
Information that the union referral process has impeded the contractor's efforts to meet Its
obligations.
e. Develop on-the-job training opportunities and/or participate In training programs for the
area which expressly include minorities and women, including upgrading programs and
apprenticeship and trainee programs relevant to the contractor's employment needs, especially
those programs funded or approved by the Department of Labor. The contractor shall
provide notice of these programs to the sources complied under 7b above.
(1/42)
r+
E Disseminate the contractor's EEO policy by providing notice of the pollcy to unions and
training programs and requesting their cooperation in assisting the contractor in meeting its
EEO obligations; by including It in any policy manual and collective barpdning agreement;
by publicizing it In the company newspaper, annnal report, etch 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
l at each location where construction work Is performed.
g. Review, at least annually, the company's EEO policy and affirmative action obligations
ender these specifications with all employees having any responsibility for hiring, assignment,
L layoM termination, or other employment decisions including specific review of these items with
onsite supervisory personnel such a superintendents, general foremen, etc, prior to the
initiation of construction work at any job site. A written record shall be made and maintained
Identifying the tfine and place of these meetings, persons attending, subject matter discussed,
and disposition of the subject matter.
h. Disseminate the contractor's EEO policy externally by Including it In any advertising in
the news media, specifically Including minority and female news media, and providing written
notification to and discussing the contractor's EEO policy with 'other contractors and
subcontractors with whom the contractor does or anticipates doing business.
I. Direct its recruitment efforts, both oral and written, to minority, female, and community
organizations, to schools with minority and female students; and to minority and female
recruitment and training organizations serving the contractor's recruitment area and
employment needs. Not later than one month prior to the date for the acceptance of
applications for apprenticeship or other training by any recruitment source, the contractor
shall send written notification to organizations, such as the above, describing the openings,
screening procedures, and tests to be used in the selection process.
J. Encourage present minority and female employees to recruit other minority persons and
women and, where reasonable provide after school, summer, and vacation employment to
minority and female youth both on the site and In other areas of a contractor's workforce.
i.
k. Validate all tests and other selection requirements where there is an obligation to do so
under 41 CFR Part 60-3.
L Conduct, at least annually, an inventory and evaluation at least of all minority and female
personnel, for promotional opportunities and encourage these employees to seek or to prepare
for, through appropriate training, etc, such opportunities.
m. Ensure that seniority practices, Job classifications, work assignments, and other personnel
practices do not have a discriminatory eSect by continually monitoring all personnel and
employment related activities to ensure that the EEO policy and the contractor's obligations
under these specifications are being carried out.
n. Ensure that all facilities and company activities are nonsegregated except that separate or
single user toilet and necessary changing facilities shall be provided to assure privacy between
the sexes.
o. Document and maintain a record of all solicitations of offers for subcontracts from
minority and female construction contractors and suppliers, including circulation of
solicitations to minority and female contractor associations and other business associations.
(1192)
3
4
p. Conduct a review, at least annually, of all supervisor's adherence to and performance under
the contractor's EEO policies and affirmative action obligations.
S. Contractors are encouraged to participate In voluntary associations which assist In fulfilling one or more
of their affirmative action obligations (7a through p). The efforts of a contractor association, joint contractor
r union, contractor community, or other similar groups of which the conaiwtor Is a member and participant,
may be asserted as fulfilling any one or more of its obligations under 7a through p of these specifications
provided that the contractor actively participates in the group, makes every effort to assure that the group has
a positive impact on the employment of minorities and women In the industry, ensures that the concrete
benefits of the program are reflected In the contractor's minority and female workforce participation, makes
a good faith effort to meet Its Individual goals and timetables, and can provide access to documentation which
demonstrates the effectiveness of actions taken on behalf of the contractor. The obligation to comply, however,
Is the contractor's and failure of such a group to fulfill an obligation shall not be a defense for the contractor's
noncompliance.
9. A single goal for minorities and a separate single goal for women have been established. The contractor,
however, is required to provide equal employment opportunity and to take affirmative action for all minority
groups, both male and female, and all women, both minority and nonminority. Consequently, If the particular
group is employed in a substantially disparate manner (for example, even though the contractor has achieved
its goals for women generally,) the contractor may be In violation of the Executive Order if a specific minority
group of women is underutilized.
10. The contractor shall not use the goals and timetables or affirmative action standards to discriminate
against any person because of race, color, religion, sex, or national origin.
11. The contractor shall not enter Into any subcontract with any person or firm debarred from Government
contracts pursuant to Executive Order 11246.
12. The contractor shall carry out such sanctions and penalties for violation of these specifications and of the
Equal Opportunity Clause, Including suspension, termination, and cancellation of existing subcontracts as may
be imposed or ordered pursuant to Executive Order 11246, as amended, and Its Implementing regulations, by
the Office of Federal Contract Compliance Programs. Any contractor who fails to carry out such sanctions
and penalties shall be in violation of these specifications and Executive Order 11246, as amended.
13. The contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative
action steps, at least as extensive as those standards prescribed In paragraph 7 of these specifications, so as
to achieve maximum results from Its efforts to ensure equal employment opportunity. If the contractor falls
to comply with the requirements of the Executive Order, the Implementing regulations, or these specifications,
the Director shall proceed in accordance with 41 CFR 60-4.&
14. The contractor shall designate a responsible official to monitor all employment related activity to ensure
that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may
be required by the Government, and to keep records. Records shall at least include for each employee, the
name, address, telephone number, construction trade, union affiliation if any, employee identification number
when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer),
dates of changes In status, hours worked per week in the Indicated trade, rate of pay, and locations at which
the work was performed. Records sba11 be maintained in an easily understandable and retrievable form;
however, to the degree that existing records satisfy this requirement, contractors shall not be required to
maintain separate records.
15. Nothing herein provided shall be construed as,a limitation upon the application of other laws which
establish different standards of compliance or upon the application of requirements for the hiring of local or
other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community
Development Block Grant Program).
(1192)
r
SF.MON G
9
A
CONTRACTUAL REQUIREJANIS PURSUAW TO
CIVIL RIGHTS ACT OF 1964, TIZYE VI
(49 CFR PART 21)
During the performance of this contract, the contractor, for Itself, its assignees and successors In Interest
(hereinahtr referred to as the 'contractor') agrees as follows:
1. Compliance with Regulations. The contractor shall comply with the Regulations relative to
€ nondiscrimination In federally assisted programs of the Department of Transportation
(hereinaher,'DOr) Title 49, Code of Federal Regulations, Part 21, as they may be amended
from time to time (hereinafter referred to as the Regulations), which are herein Incorporated
by reference and made a part of this contract.
2. Nondiscrimination. The contractor, with regard to the work performed by it during the
contract, shall not discriminate on the grounds of race, color, or national origin In the
selection and retention of subcontractors, Including procurements of materials and leases of
equipment. The contractor shall not participate either directly or indirectly In the
discrimination prohibited by section 21.5 of the Regulations, Including employment practices
when the contract covers a program set forth in Appendix B of the Regulations.
3. Solicitations for Subcontracts, Including Procurements of Materials and Equipment. In all
solicitations either by competitive bidding or negotiation made by the contractor for work to
be performed under a subcontract, Including procurements of materials or leases of equipment,
each potential subcontractor or supplier shall be notified by the contractor of the contractor's
obligations under this contract and the Regulations relative to nondiscrimination on the
grounds of race, color, or national origin.
4. Information and Reports. The contractor shall provide all information and reports required
by the Regulations or directives Issued pursuant thereto and shall permit access to its books,
records, accounts, other sources of information, and its facilities as; may be determined by the
Sponsor or the Federal Aviation Administration (FAA) to be pertinent to ascertain compliance
with such Regulations, orders, and Instructions. Where any information required of a
contractor is In the exclusive possession of another who fails or refuses to furnish this
Information, the contractor shall so certify to the sponsor or the FAA, as appropriate, and
shall set forth what efforts It has made to obtain the information.
S. Sanctions for Noncompliance. In the event of the contractor's noncompliance with the
nondiscrimination provisions of this contract, the sponsor shall impose such contract
sanctions as it or the FAA may determine to be appropriate, including, but not limited to:
a. Withholding of payments to the contractor under the contract until the contractor
complies, and/or
b. Cancellation, termination, or suspension of the contract, In whole or In part,
6. Incorporation of Provisions. The contractor shall Include the provisions of paragraphs I
through S In every subcontract, including procurements of materials and leases of equipment,
unless exempt by the Regulations or directives Issued pursuant thereto. The contractor shall
take such action with respect to any subcontract or procurement as the sponsor or the FAA
may direct as a means of enforcing such provisions including suictions for noncompliance.
Provided, however, that In the event a contractor becomes involved in, or is threatened with,
(2192)
e.
1
No Text
� I
�. SECTION H
1ERMINATION OF CONTRACr
(49 CFR PART M
1. The Sponsor may, by written notice, terminate this contract in whole or, in part at any time, either
for the Sponsor's convenience or because of failure to falfill the contract obligations. Upon receipt of such
6.; notice services shall be immediately discontinued (unless the notice directs otherwise) and all materials as may
have been accumulated in performing this contract, whether completed or in progress, delivered to the Sponsor.
2. If the termination Is for the convenience of the Sponsor, an equitable adjustment In the contract
price shall be made, but no amount shall be allowed for anticipated profit on unperformed services.
3. If the termination Is due to failure to fulfill the contractor's obligations, the Sponsor may take over
the work and prosecute the same to completion by contract or otherwise. In such. case, the contractor shall
be liable to the Sponsor for any additional cost occasioned to the Sponsor thereby.
4. If, after notice of termination for failure to NO contract obligations, it Is determined that the
i contractor had not so failed, the termination shall be deemed to have been effected, for the convenience of the
Sponsor. In such event, adjustment In the contract price shall be made as provided In paragraph 2 of this
r clause.
S. The rights and remedies of the sponsor provided In this clause are In addition to any other rights
and remedies provided by law or under this contract
r
r '
r
j,
11�
r.
f
i
(2192)
SEMON I
BUY ""CAN - SIFT. AND MANUFACIIJ "
PRODUCTS FOR CONSTRUCTION CONTRACTS
(Aviafm Safdy aad Capacity Fspusion Act of 19%)
(a) The Contractor agrees that only domestic steel and manufactured products will be used by the Contractor,
subcontractors, materialmen, and suppliers in the performance of this contract, as defined in (b) below.
(b) The following terms apply to this clause:
1. =Steel and manufactured products. As used in this clause, steel and manufactured products include
(1) those produced In the United States or (2) a manufactured product produced in the United States,
If the cost of its components mined, produced or manufactured in the United States exceeds 60 percent
of the cost of all Its components and final assembly has taken place in the United States.
2. Components. As used in this clause, components means those articles, materials, and supplies
incorporated directly Into steel and manufactured products.
3. Cost or Components. Ills means the cost for production of the components, exclusive of final
assembly labor costs.
(2192)
NOTICE OF ACCEPTANCE
r NOTICE OF ACCEPTANCE
TO:
r' The City of Lubbock, having considered the proposals submitted and opened on the day of
199_, for work to be done and materials to be furnished in and for:
as set forth in detail in the Specifications, Plans, and Contract Documents for such work for the City of Lubbock;
It appearing that your proposal is fair, equitable and to the best interest of said City, please take notice that
said proposal was accepted by the City Council of the City of Lubbock on the day of 199_ at
the bid price contained therein, subject to the execution of and furnishing of all contract documents, bonds, cer-
tificates of insurance, and all other documents specified and required to be executed and furnished under the con-
tract documents. It will be necessary for you to execute and furnish to the City of Lubbock all such documents
rwithin ten (10) days from your receipt of this Notice.
lY
The five percent (5%) bid security, submitted with your proposal, will be returned upon the execution of
such contract documents and bonds within the above specified ten (10) day period. In the event you should fail to
execute and furnish such contract documents and bonds within the time limit specified, said bid security will be re -
tamed by the City of Lubbock.
CITY OF LUBBOCK
Owner's Representative
l
r�
k
r
4 ,
f�
T
F ;
1 .
l
I ,
r
GEOTECHNICAL INFORMATION
C •.
s•
t
r*
4,
i:.
L, :
TEST HOLE NO. i
RORTNf. i.nr-
LVA Airport Terminal Apron & Access Roads
'uMock, TX
D1OY -�3
S" 7nkno m
is 25 Diamew 611
M`�'°d
sue. No.
Hibbs, 011er & Todd, Attn: Mr. Roger Gras
WT
Description
8
lC
.$
6
.
d IR
�
SPT
Na Of Blom
a
6
a
Isc
6-
?ad
6'
3rd
6*1
.5
5
6
6
-
-
_5_
5
5
6
---
-
-10-
--
4
7
10
•15-
9
16
18
---
--
--
--
.20-
1
20
28
---------
--
-
-25-
8
11
16
----
.30-
-35.
-40-
-45-
TERRA ENGINEERS, INC.
F
TEST HOLE NO. 2
BORING LOG
LfsPcc,��Air Airport Terminal Apron & Access Roads
t=ock, TX
05-2 3
S (JnJSilOWI1
20 � 611
B i37 dwd
o=g
Str. Nm
Hibbs, 011er & Todd, Attn: Mr. Roger Gras
Dqxh b. cWr
�
S
�Qs
`
Description
..
d
%�
...
Sp
xa MOWS
t,t
?ne
are
!C
6"
6"
2.5
-
5
6
10
--
4
5
6
-10-
4
4
5
-15-
-
--
-
6
15
20
----- -
.20-
-
--
--
5
9
15
---
-25-
-30-
.35-
-40-
.45-
TERRA ENGINEERS, INC.
L
C
c
r
r
r
r
i
i
Qo
I
LUBBOCK WATER �
TREATMENT PLANT
r
r
1
zl _
�J
<I
3::I CLEAR
ZONE
U
1
1�
PROJECT LOCATION
CONTRACTOR'S ENTRANCE GATE
LUBBOCK INTERNATIONAL AIRPORT
CITY OF LUBBOCK. TEXAS
EMERGENCY ACCESS ROAD
WATER LINE CROSSING
PROJECT LAYOUT
NOT TO SCALE
PLATE 1
COTE. REN,IOVE EXISTII' lG rA�EI�,IFNT 72" 0 CRMWA
AND EASE `OR 20' FAC',l WATER LINE
Si`E AND RECONSTRUCT.
i 6X 4X1/4WI
BEAIvi ANEC TEE. /
i CONNECT WITH 4 X 4 X li'4 R /
I
/
—� ,"--------------------------------------_------- — —
1 —7
3 X 4 X 1/4 R EACH TEF.
lGON^IEGT WITH 3 X 3 114 R. .7LL ___________________,C _-_------_-_----_-_
I(TYPICAL) , --------------------t_-__---- ___---_-__--
---------------------1--------------------
7�-----------._._...._------ — — — — — — — — — __ — — — — —
-7—
450 .'
/ -�`--� ------------------------ o ' �.0
—� 7G��------------------------------------ �
o�.
I-----------�---_---------- --- ------------------
STA 32+50.42
-------------------- --------------------- —=7G
I X 3 SLOT
IN FLANGE
(8 SLOTS/TEE)
TYP. ALL TEEES
/ O O
-------------------.--- -- —. ---- ._-----------.._.
/
/
_ _____
------------------- � _�------------ ------ —�•�
15RIM(srm PLAN
A
I
¢ IF_XISTlA&
PAII'--C ROAC
LUBBOCK INTERNATIONAL AIRPORT
CITY OF LUBBOCK, TEXAS
EMERGENCY ACCESS ROAD
WATER LINE CROSSING
PLAN
SCALE: 1/4" — 1'
PLATS 2
SEE TYPICAL
PA4iNG SECTION
AREA PLATE b -
�T
CI Cl.I - G111
�s I
LUBBOCK INTERNATIONAL AIRPORT
NOTES FOk DOUBLE TEES
1. SET TEES ON 1f::lEAIzlNG FADS.
�. DESIGN LOADS,
A. .AASkTO NS--2 D
!1. 47,000 LB. &VW Ot", -. "HEELS
SECTION A
CITY OF LUBBOCK, TEXAS
EMERGENCY ACCESS ROAD
WATER LINE CROSSING
SECTION
SCAI..E: I/2' - V
PUTS 3
0
O
N
16
�n prr
LJ OF DRILLED
PIER
I a ,
EXTEND #8 BARS
I TO TOP OF BEAM
- d
r ••f
f t1 f
I I
{1 •• 4 d I
1 -- �i
4 - #8 VERTICAL BARS
_•_- #3 TIES O 16" O.C.
w
--_—*---------------t-----4
SECTION
NOTE: CAST BOTTOM OF LEDGER BEAM
BETWEEN DRILLED SHAFTS ON
CARDBOARD FORMS_ DO NOT CAST
AGAINST SUBGRAUE.
LAMOOR 5raAm d
DRILLED SHART 05TAl
LUBBOCK INTERNATIONAL. AIRPORT
CITY OF LUBBOCK, TEXAS
EMERGENCY ACCESS ROAD
WATER LINE CROSSING
STRUCTURAL DETAILS
SCALE: 3/4' — 1'
PLSTE 4
O r!
2 -- #5 HORIZ.----
BAR EACH FACE
#4 STIRRUPS
=E DETAIL THIS -SHEET FOR
5ACING AT TEE LEGS
I — #4 HORIZ. BAR
"
1'-10"
3 — #8 BARS LAP 40"
AT MID SPAN, NOOK AT
EACH END OF BEAM RUN.
2-6X4X1/4R.
ALTERNATE ENDS.
in
0
1
"�JII
i
3" 6" , _6" 1 _6" ,
3"
6" 6" 6" 6" 6" 6" 6"
3"
3"
t------------- -----
l~ ! I 1 I ! I 1 I I 1 I I I I I 1 I r
i. •E I i I• •l I 1 I I I. •I I I .[ !
it li i i it le i i i i it 1; i I it li `
1 I I I [ ! 1 I I I I I I I 1 I I
I f I l ! { 1 I 1 l 1 I I I I 3
..'—�"'1---'}---i—...,�—_�—^'-i---"•--N------t----�-1-----F-- ^-t—__ice.-_.-t----1—^--1---'^f------
c--q OF TEE LEG = 4'-0"
TYPICALI STIRRUP SPACI
L 3X3X5/16 CGALV.?
CONT. WITH 95 HOOKED
BARS AT 8" O.C. WELDED TO
ANGLE. REBAR TO BE WELDABLE,
SEE STRUCTURAL NOTES.
2 — #4 HORIZ. BARS
#3 TIES AT 12" O.C.
3 #8 BOTTOM BARS, LAP
40" AT SUPPORTS IF REQUIRED
TAI
#4 STIRRUPS
TYPICAL
IDETAI
LUBBOCK INTERNATIONAL AIRPORT
CITY OF LUBBOCK, TEXAS
EMERGENCY ACCESS ROAD
WATER LINE CROSSING
STRUCTURAL DETAILS
SCALE: 31,C - V
PLATE 5
SU5GRADE (95% DENSITY)
ASE COURSE (100% DENSITY)
'RIME COAT
'ACK COAT
L-1I I ���III I:JUld SURFACE COURSE () - 2" LIFTS)
(3 - 2" LIFTS AT BEAM)
LUBBOCK INTERNATIONAL AIRPORT
CITY OF LUBBOCK, TEXAS
EMERGENCY ACCESS ROAD
WATER LINE CROSSING
TYPICAL PAVING e6corloN AREA SECTION