Loading...
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