Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2000-R0413 - Contract- Brown-Mckee Inc.- Aircraft Rescure & Fire Fighting Training Facility - 11/07/2000
Resolution No. 2000-80413 November 7, 2000 Item No. 43 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 to construct an Aircraft Rescue and Fire Fighting Training Facility, by and between the City of Lubbock and Brown -McKee, Inc. of Lubbock, Texas, and related documents. Said contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council this 7th day of November , 2000. WINDY SIT N, MAYOR ATTEST: Kaythie arnell, City Secretary 4 APPROVED AS TO CONTENT: — k/�etrl , Victor Kilman, chasing Manager APPROVED AS TO FORM: illiam de Haas Competition and Contracts Manager/Attorney gs:ccdocs/Brown-McKee, Inc. 102500 L7ELTA Resolution No. 2000-RO413 A113P0IgT COMSL.ILTA/VTS, INC. engineers - planners CharIotte, NC Austin, TX Harrisburg, PA Richmond, VA September 10, 2001 Mr. John McGinley Deputy Director for Operations Lubbock International Airport Route 3 Box 389 Lubbock, TX 79401 RE: Change Order No. 3 ARFF Training Facility Lubbock International Airport Lubbock, Texas AIP Project No. 3-48-0138-22-00 Delta Project No. TX 00103 Dear John: Delta has received the costs for the eight (8) changes made during the start-up phase of the project. After our review, we recommend approval of all eight (8) items in the total amount of $7,286.91. Delta has prepared the City of Lubbock Change Order form for your use. A summary of each of the items, its justification and cost is attached with the change order form. When combined with Change Orders 1 and 2, the total change order cost for the project is $20,860.73 or 0.76% of the original contract amount. Should you have any questions, please call. Sincerely, kc� o n C. Longnaker, P.E. JCL:drs Enclosures Tx 00I03 C187 7333 Whitepine Road Telephone (804) 275-8301 Richmond, Virginia 23237 Fax (804) 275-8371 Homepage: http://www.deltaairport.com E-mail: delta@deltaairport.com SUMMARY AND JUSTIFICATION CHANGE ORDER NO. 3 AIRCRAFT RESCUE AND FIREFIGHTING TRAINING FACILITY LUBBOCK INTERNATIONAL AIRPORT, TEXAS CITY OF LUBBOCK BID # 00-196 Summary and Justification Cost • Revised furniture and deletion of plaque: Through coordination with the $-797.00 airport staff, the furniture as originally bid was revised. In addition, a bronze plaque was eliminate from the project. • The original project included two 150 amp breakers. After installation, $1,507.65 it was determined that only 50 amp breakers were required. The 150 amp breakers were removed and the 50 amp breakers installed. • Furnish and Install 114" stainless steel plate at overflow weir. The design $ 720.02 drawings did not include the detail to show the plate at the overflow weir This plate provides a water seal between the overflow weir and the next chamber in the water tank. • Relocate Hand Line Trainer Cooling Water Line: After construction, it $ 281.37 was determined that the water piping used to cool the trainer which was located inside the trainer, would interfere with training as it reduced head room. The water line was moved to the exterior. • 114" Steel Plate @ Rock Screen: The pit outlet weir elevation, rock $ 102.19 surface elevation, and ignitor box elevations were established in the field at startup, a plate was needed to increase the elevation of the finished surface at the rock screen to prevent short circuiting. • Modify Windshields by adding 114" x 2" fitted tie downs: During $ 734.42 construction several spark plugs were damaged and had to be replaced by the contractor at a cost of $400 per plug plus labor. Firefighting training in the pit could also damage the plugs would involving a considerable repair expense. A relatively low cost solution to prevent damage was to install tie downs on the wind screens to protect the plugs. • Furnish and Install Five Natural Gas Wind Guards: During startup $1,297.38 testing, comparatively high winds in Lubbock interfered with the reliable ignition of the pilot natural gas flame at the engine fires. Wind guards were added to the engine fire ignition systems to provide reliable ignition in windy conditions. SUMMARY AND JUSTIFICATION CHANGE ORDER NO.3 AIRCRAFT RESCUE AND FIREFIGHTING TRAINING FACILITY LUBBOCK INTERNATIONAL AIRPORT, TEXAS CITY OF LUBBOCK BID # 00-196 • Furnish Four Ignitors and spare parts: The spark plug manufacturer indicated that the spark plugs are not a stock item and a considerable period of time may be required to deliver added plugs. To prevent down time of system operations four spare spark plugs were purchased. $1,894.20 • Adjust Pipe Bollards from 16 to 11: After completion of the project, it $-1,175.00 was determined that only 1 I pipe bollards would be required. The reduction was due to site changes made during construction. • Add 1.) additional wind shields, 2) add flex hoses to vents and 3) add $2,721.68 latch to hand line trainer galley door: 1) during startup testing, comparatively high winds in Lubbock interfered with the reliable ignition of the pilot natural gas flame at the wheel fires and in the handline trainer cabin fire. Wind guards were added; 2) during the startup, foam from ARFF training would discharge from the first two oil water separator vents causing a maintenance issue of foam/fuel splatter on the tank and concrete containment area. Flexible plastic hoses were attached to each vent and routed to the drain to prevent foam/fuel splash of the area; 3) during startup, the galley emergency door would open due to the force of the hand line hose spray. A latch was added to prevent the door from opening. CHANGE ORDER #: 3 DATE: September 7, 2001 CITY OF LUBBOCK CHANGE ORDER CONTRACTOR. Brown -McKee, Inc. 906 Slaton Rd., Lubbock, TX 79904 CITY OF LUBBOCK BID#: 00-196 PROJECT NAME: Construct Aircraft Rescue and Firefighting Training Facility DESCRIPTION OF WORK: As part of the final start-up process, several minor changes were made to improve the operation of the facility. These changes are detailed on the attached summary, sheet. ITEM DESCRIPTION A. ORIGINAL CONTRACT VALUE: B. AMOUNT OF THIS CHANGE ORDER: Council approval required if over $25,000 C. PERCENT OF CONTRACT VALUE THIS CHANGE ORDER (B/A): D. AMOUNT OF PREVIOUS CHANGE ORDERS: E. TOTAL AMOUNT OF ALL CHANGE ORDERS (B+D): F. PERCENT OF CONTRACT OF ALL CHANGE ORDERS (E/A):25%Max. G. NEW CONTRACT AMOUNT (A+E): SIGNATURES AND DATE: qf'� 111,_LA � /j /0( ER'S REPRESE ATIVE Z�_,Lv r LY PURCHASING EPARTMENT .:s ln?f CITY MANAGER. nk►rrail 0111r $ 2,753,101.87 CONTRACTOR SIGNATURE LEGAL DEPARTMENT MAYOR (Change Orders over $25,000) / TX 00103 C187 PUR-045 (Rev 3/99) ::>...........:I....... .I�����l�b is " $ 13,573 82 $ 20,860.73 41 $ 2,'773,962.60 CONTRACTOR SIGNATURE LEGAL DEPARTMENT MAYOR (Change Orders over $25,000) / TX 00103 C187 PUR-045 (Rev 3/99) JAN -03 93 00:04 FROM: juL'-10 01 07:06 FROM -.BROWN MCKE€ 8067481681 CONTRACTORS do £NGINE,ERS P.O. aax 3279 Lubbock, Texas 74452-3279 7110/2001 Delta Airport Consultants, Inc. 7333 Whitepine Road Richmond. Virginia 23237 Phone (804) 276-8301 Fax (604)275-8371 Am Mr. John C, Longnak.er, P.B. Re. Change Order 03 Proposal TO:804 875 8371 PAC T0:80r "75 8371 PAGE: 02 r"j (906)745-4511 Phone (306)74B-1661 Fax 906 Slacon Road 74404 Brown -McKee, , pr poses that Change Order #3 be issued to reduce the contract listed below b $797. 1 Pis change is due to changes in chair selection and for the removal of req ant to provide a building name plaque. These items are detailed on the attached letter from Tenn -Tex Enterprises, Also attached for approval, is a list of associated items which have been ordered based on local approval. Project Numbers: BMl • 0024 Delta- TX00103 AIF - ALP 3-48-0138-22 sincerely, Brown -McKee, Inc. �ln 4,%c Mc Robert C.'Craig SR. Project Manager JAN -03 93 00:05 FROM: JUA -10 01 07:09 FROM:BROWN MCKEE 8057491681 July 6, 2001 Brown -McKee. Inc. P. 0. Bort 3279 Lubbock, TcK,%s 79457 TO:804 275 8371 TO:80¢-:'75 8371 TENN-TEX ENTE"RISES 24 Highland Drlve Ransom Canyon, Texas 79366 PAGE: 04 PAGE: 03 Re: Aircraft Rescue & Firctightino Training Facility Gen0crritn: We request a Change Order based on the follotvin,- information: SECTION 10999 — hIItCELLANEOUS SPECIALTIES Item 2.3 Ten (10) Adjustable Chair/Stool ACS -1: Our Orlginsl COSI, 5186.00 each (51.860.00 X 1.10 Mukup) $2.046.00 Revised Cost. S 178.00 each (51,780.00 X 1.10 Markup) 51.958.00 Net Credit Due to Owner (S 88.00) Item 2.4 Four (4) Adjustable Chair/Stool ACS -2: Our Original Cost S 162.50 each x 4 (5650.00 X 1.10 Markup) S 715.00 Revised Cost $261.00 each x 2 (5522.00 X I.10 Markup) S 574.00 Net Credit Due To Owncr ($ 1d 1.00) SECTION 10400 - iDENTiFYI[NNG DEVICES Item 2.1 Building Name Plaque: Delete Namc Plaque From Contract Our Original Cast 5450 00 X 1.10 Markup Ntt Credit Due To Owner ($495.00) All of the above results in a Credit Change Order Request in the amount ut $724.00. If you have any questions plcast: advise Yours Twiy, TZrN?`•TEX ENTERPRISES Randy Hayes JAN -03 93 00:05 FROM: x L= 0'-01 07:09 FROM: BROWN MCKEF July 6, 2001 Brown -McKee, Inc, P. Ql Box 3279 Lubbock, Texns 79452 TO:804 275 8371 PAGE:05 6067481681 T0:1901 -?75 8371 PAGE: 04 TENN-TEX ENTERPRISES 24 Highland Dr, Hansom Canyon, Texas 79366 Re: Aircraft Rescue aid Firefightill?, Training Facility Gentlemen: We have placed the order for cite chairs and conference table as follows: SECTION 10999 - MISCELLANEOUS SPECIALTIES Item 2.2 One (t) Model T1vIRT46120 Bevis Slab Base Rectangular Table with T•Mold Edge 120-L x 46"W x 29"H, Gray Nebula 4623-60, 1 116" Thick High Pressure Top, Adjustable Leveling Glides, Min_ 45 LBS Industrial Grade Substrate, Bevis Limited 5 Ycar Wauranty. Item'?.3 Ten (10) Model HON4603 Managerial Mid Back, Pneumatic, Swivel, Tilt, Tilt Tension Tilt Lock, C•Artns, Fabric Grade III: BR Portfolio 95 Bluepoint. Item 2.4 Two (2) Model HON7705 Task Stool, Pneumatic, Back Heighr, Swivel, Adjustable Height Foot Rin©, Sits On S Casters, Max. 27'A"D x 26 V4"W x 47 ""H, Black Frame, Seat To Floor 22 K" - 32 Vi", Grade III Fabric - BR Portfolio 85 Bluepoint, Add Two (2) Model HON7791 C -Arms The projected delivery date of the above is August 10, 2001, Yours Truly, TENN-TEX ENTERPRISES Randy Hayes JAN-03 00 :05 FROM: 04 56 CONTRACTORS & E24QINEERS 45= (906) 74 5-4511 Phone P.O. BOX 3279 (8()6) 748-1681 Fax Lubbock9. 'i. SbIon Road 79404 August 10, 2001 John Longnaker Delta Airport Consultants, Inc, 7333 Whitepine Road Richmond Virginia 23237 RE: Request for Change Order A.ARF" Trauting Facility Lubbock Internationai Airport Lubbock, Texas AM Project No. 3.48.0138.22-00 Delta Project No. TX 00103 Replace two 150 amp broakcrs mith two 50 amp breakers sening dry type transforrners. The 150 amp brcakers were specified on the electrical pians, but were too large for the wire used. John Longnaker, authorized this work during a Lubbock status meeting, and the work has been completed. Attached is our change er wi ow -Wall electric. We have added 8% profit and. 5% overhead for a change order request I 51,710. 5Lr7. 4 - Thank you for your assistance an this matter, Atv-- <2 a4 Robert E. Craig Sr. Project Engineer. JAN -03 93 00:06 FROM: TO:804 275 8371 PAGE:08 G -8T 01 11:59 FROM:ROW WFiL El! _ RIC W67636067 70:9 _^ Ae15+81 pASE: 04 LADE- 70c M&L IWORIX L%U7X8n3Z1%)T0 M ROW -WALL ELECTRIC INC. P.O, ba 1914 4UUBOCK. T2XM 794M P i;�4 �, Ofte A11y Rrnwn Mnkge Tnc 1 8-6-d1 Top lou are hareby suthortced to oarrorm the follow4n0 spaclflc"lly descrlbed addltlonsl work! Replaced two150 amp breakers with two 50. amp.. breakers. serving dry type transformers. The 150 amp breakers were specified on the electrical pians, Lout' verb "to" large for the wire used 2 ..,. CHDIS HFD3050L 5014- 3P breaker 1 , 311 C 00 - markup 15% y 19�6q.5@5i ADDITIONAL CHARGE FOR AQOVE WORK IS: $ Payment will be made as follows: Above aaamonel wrorx io be performed under same conditions as spechled In orlpinal conirsct unless ethaywfse sllpulaied. Data 14- AulhorIzIng6lgneluro we hereby agree to furnish labor and materials -complete In accordance with tate above speclflcatlons,al above stated price. Aulnorized $Ignpture _ Date _ t 6 i i C �ZD K Ulm kLYRU R rrarL. r+r 11. rVq. N...�rr rub N, ..+v ti enela�.�rnc• •rn, iM aw�rL aorur.p e >" w. LO 8 1 m, cA'�. CFiUIS xI-n#:) SC'A 3P CK"T BIKRSim TOM SO -6679-17513 2 s r.e uQea� � ar 9uryrrs �g°°"'+'� to tyfld/1'li �ml� uld �^ RAST DUE � �aln.. 4d rA ff. Ot��. ,y.--.nrin�Th R'1fQT�!'O�Oilb �� 5mimsPRICE omaH 651.500 E I I 1311.00 i I L311.00 � t ocoum suamT To posOF 112 1I.fERMOM m ru w I� til r ORIGINAL x1210-00 0? --06-01 448420-01. 450649 D ASCU aaae MNM a°O giw�l 5792 AIRCRAn DAV7D LGF 1 of 1 1 W :m SMI' Itow-� ru RESCUE WESOD E}JSifbiJ*M- fm i m To PO'BOX 800 -919 -?3 0 f m 520-34Ti! �OSSOCK Tx 7i4f18 DA P.O. BOX $909]4 LAS TX 75389 09:4 806-747-325 79904 1 3 I.i]iIFf= 1 $OL o gp�j_ IA-tRCW? RESCUE a roar �+► RETIDfW )VATERAL"LL TQ P(i 914 pPQ+6 DA1E IWQ t1OU1>S i P09! TBas "'� �o N171' BE ACCEI 70 t+liRH- ■rrd 'Tx 79408 07-06-•01 iRESCO IIRDC ps EPAID � Y �+��� cA'�. CFiUIS xI-n#:) SC'A 3P CK"T BIKRSim TOM SO -6679-17513 2 s r.e uQea� � ar 9uryrrs �g°°"'+'� to tyfld/1'li �ml� uld �^ RAST DUE � �aln.. 4d rA ff. Ot��. ,y.--.nrin�Th R'1fQT�!'O�Oilb �� 5mimsPRICE omaH 651.500 E I I 1311.00 i I L311.00 � t ocoum suamT To posOF 112 1I.fERMOM m ru w I� til r BMI JOB NO. 0024 ARFF- CITY OF LUBBOCK 8130/01 C.O No. Description uant No. Req'd Comp. MH Mtls Sub Cont Equip No. Labor Comp MH Mtls Sub, Cont Equip Total Change Order No. 4 $19.00 $7.70 $0.00 $0,00 $0.00 $0.00 $0.00 Furnish & Install 1/4" SS Pit $19.00 $7.70 $0.00 $0.00 $0.00 $0.00 $0.00 Overflow Wier $19.00 $7.70 $0.00 $0.00 $0.00 $0.00 $0.00 550 Grout $19.00 $7,70 $0.00 $0.00 $0.00 $0.00 $0.00 3gals package Concresive Pasgals 1101. 3 $19.00 $35.16 $25 $7.70 $0.00 $105.47 $75.00 $0.00 $180.47 Labor 8. Equip $19.00 $7.70 4 $76.00 $0.00 $0.00 $30.8 $106.8 Backer Rod & Misc. 1 $19.00 $5.00 $7.70 1 $19.00 $5.00 $0.00 $7.70 $31,70 1000 1/4"SS Pit 17" x 115" ea 1 $19.00 $110 $7.70 $0.00 $110.00 $0.00 $0.00 $110.00 Labor to Set $19.00 $7.70 1.5 $28.50 $0.00 $0.00 $11,55 $40.05' Labor to Weld $19.00 $7.70 5.5 $104.50 $0.00 $0.00 $42.3057 $146.89' $19.00 $7.70 $0.00 $0.00 $0.00 $0.00 $0.00 $19.00 $7.70 $0.00 $0.00 $0.00 $0.00 $0.00 $19.00 $7.70 $0.00 $0.00 $0.00 $0.00 $0.00 $19,00 $7.70 $0.00 $0.00 $0.00 $0.00 $0.00 Total Cost Change Order No. 4 $19.00 $7.70 12 $228.00 $220.47 $75.00 $92.42 $615. Taxes on Equip. % 8.125 $19.00 $7.70 $7.51 $7.51 Total Cost With Taxes $19.00 $7.70 $228.00 $220.47 $75.00 $99.93 $623. Overhead % 10 $19.00 $7.70 $22.80 $22.05 $7,50 $9.99 $62.34 Profit % 5 $19.00 $7.70 $12.54 $12.13 $4.13 $5.50 $52'L4W, Change Order No. 4 $19.00 $7.70 1 0_271 $19.00 $7.70 $0.00 $19.00 $7.70 $0.00 $19.00 $7.70 $0.00 $19.00 $7.70 $0.00 $19.00 $7.70 $0.00 $19.00 $7.70 $0.00 $19.00 $7.70 $0.00 $19.00 $7.70 $0.00 $19.00 $7.70 $0.00 $19.00 $7.70 $0.00 $19.00 $7.70 $0.00 $19.00 $7.70 $0.00 $19.00 $7.70 $0.00 $19.00 $7.70 $0.00 $19.00 $7.70 $0.00 S $4' • 3 c) -91za.oL BMI JOB NO. 0024 ARFF- CITY OF LUBBOCK 8130101 C.O Description luanl No. Comp. Mtls Sub Equip No. Labor Mtls Sub- Equip Total No. Req'd MH Cont Comp MH Cont Change Order No. 5 $19.00 $7.70 $0.00 $0.00 $0.00 $0.00 $0.00 Relocate Hand Liner Trainer $19.00 $7.70 $0.00 $0.00 $0.00 $0.00 $0.00 Cooling Water Line $19.00 $7.70 $0.00 $0.00 $0.00 $0.00 $0.00 1800 Cut 3" SS Header and RemovE lot 1 $19.00 $25.00 $7,70 8 $152.00 $25,00 $0.00, $61.61 $238.64, Cut Portsll in Top of Trainer gals 3 $19.00 $7.70 $0.00 $0.00 $0.00 $0.00 $0.00 Install Pipe Supports Brksts $19.00 $7.70 $0.00 $0.00 $0.00 $0.00 $0.00 Install Pipe cooling water header $19.00 $7.70 $0.00 $0.00 $0.00 $0.00 $0.00 $19.00 $7.70 $0.00 $0.00 $0.00 $0.00 $0.00 $19.00 $7.70 $0.00 $0.00 $0.00 $0.00 $0.00 $19.00 $7.70 $0.00 $0.00 $0.00 $0.00 $0.00 $19.00 $7.70 $0.00 $0,00 $0.00 $0.00 $0.00 $19.00 $7.70 $0.00 $0.00 $0.00 $0.00, $0.00 $19.00 $7.70 $0.00 $0.00 $0.00 $0.00 $0.00 $19.00 $7,70 $0.00 $0.00 $0.00 $0.00 $0.00 Total Cost Change Order No. 5 $19.00 $7.70 8 $152.00 $25.00 $0.00 $61.61 $238. Taxes on Equip. % 8.125 $19.00 $7.70 $5.01 $5.01 Total Cost With Taxes $19.00 $7.70 $152.00 $25.05 $0.00 $66.62 $243.62 Overhead % 10 $19.00 $7.70 $15.20 $2.50 $0.00 $6.66 $24.36 Profit % 1 5 $19.00 $7.70 $8.36 $1.38 $0.00 $3.66 $294 Change Order No. 5 $19.00 $7.70 $-288-.452 $19.00 $7.70 $19.00 $7.70 $19.00 $7.70 $19.00 $7,70 $19.00 $7.70 $19.00 $7.70 $19.00 $7.70 $19.00 $7.70 $19,00 $7.70 $19.00 $7.70 $19.00 $7.70 $19.00 $7.70 $19.00 $7.70 $19.00 $7.70 `3 -C4 � 51.5 13MI JOB NO. 0024 ARFF- CITY OF LUBBOCK 8/30/01 C.O Description uant No. Camp. Mtls Sub Equip No, Labor Mtls Sub- Equip Total No. Req'd MW Coni Comp MH Cont Change Order No. 6 $19.00 $7.70 $0.00 $0.00 $0.00 $0.00 $0.00 1/4" Steel Pit. @ Rock $19.00 $7.70 $0.00 $0.00 $0.00 $0.00 $0.00 Screen $19.00 $7.70 $0.00 $0.00 $0.00 $0.00 $0.00 1000 1/4 It C/S 36" x 40" ea 1 $19.00 $7,70 $0.00 $0.00 $0.00 $0.00 $0.00 36"x40" x 10.2Wsft lbs 101.9 $19.00 $0.60 $7.70 1 $1900 $61.14 $0.00 $7.70 $87.84 $19.00 $7.70 $0.00 $0.00 $0.00 $0.00 $0.00 $19,00 $7.70 $0.00 $0.00 $0.00 $0.00 $0.00 $19.00 $7,70 $0.00 $0.00 $0.00 $0.00 $0.00 $19.00 $7.70 $0.00 $0.00 $0.00 $0.00 $0.00 $19.00 $7.70 $0.00 $0.00 $0.00 $0.00 $0.04 $19.00 $7.70 $0.00 $0.00 $0.00 $0.00 $0.00 $19.00 $7.70 $0.00 $0.00 $0.00 $0.00 $0.00 $19.00 $7.70 $0.00 $0.00 $0.00 $0.00 $0.00 $19.00 $7.70 $0.00 $0.00 $0.00 $0.00 $0.00 Total Cost Change Order No. 6 $19.00 $7.70 1 $19.00 $61.14 $0.00 $7.70 $87.84 Taxes on Equip. % B.125 $19.00 $7.70 $0.63 $0.63 Total Cast With Taxes $19.00 $7.70 $19.00 $61.14 $0.00 $8.33 $88.47 Overhead % 10 $19.00 $7.70 $1.90 $6.11 $0.00 $0.83 $8.85 Prollt % 5 $19.00 $7.70 $1.05 $3.36 $0.00 $0.46 11r44 - Change Order No. 6 $19.00 $7.70 $19.00 $7.70 $19.00 $7.70 $19.00 $7.70 $19.00 $7.70 $19.00 $7.70 $19,00 $7.70 $19.00 $7.70 $19.00 $7.70 $19.00 $7.70 $19.00 $7.70 $19.00 $7.70 $19.00 $7.70 $19.00 $7.70 $19.00 $7.70 4.87' 10-L.) UIIIYY uVU Y1V. vUs..� +YY 11 Y yr r v. �.,..✓✓... ar.� VtJVIV I C.O Description kuant No. Comp. Mtts Sub Equip No. tabor Mtls Sub- Equip Total No. Req'd MH Cont Comp MH Cont Change Order No. 7 $19.00 $7.70 $ - $0.00 $0.00 $0.00 $om Modify Windshiels Add ea 9 $19.00 $7.70 $ - $0.00 $0.00 $0.00 $0.00 114" x 2" Flt tie downs $19.00 $7.70 $ - $0.00 $0.00 $0.00 $0.00 1000 1/4 It CIS 2" x V-8(" +1- ea 18 $19.00 8.00 $7.70 $ - $144.00 $0.00 $0.00 $144.00 2" 1"-8" x (9`2) '10.2 lbs 51.02 $19.00 $7.70 $ - $0.00 $0.00 $0.00 $0.00 $19.00 $7.70 $ - $0.00 $0.00 $0.00 $0.00 Shields Deliver to S&H ea 9 $19.00 $7.70 2 $ 38.00 $0.00 $0.00 $15.40 $53.40 a. Pick -Up amd reset ea 9 $19.00 $7.70 2 $ 38.00 $0.00 $0.00 $15.40 $53.40 b. field cut bolt holes and mount 9 $19.00 $7.70 5 95.00 $0.00 $0.00 $38.54-0 $133. 55* c. Field Weld 2" Flt to Pipe ea 18 $19.00 $7.70 9 171.00 $0.00 $0.00 $69. 0 $240. $19.00 $7.70 0.00 $0.00 $0.00 $0.00 $0.00 $19.00 $7.70 0.00 $0.00 $0.00 $0.00 $0.00 $19.00 $7.70 0.00 $0.00 $0.00 $0.00 $0.00 $19.00 1 $7.70 1 0.00 $0.00 $0.00 $0.00 $0.00 Total Cost Change Order No. 7 $19.00 $7.70 18 342.00 $144.00 $0.00 $138.68 0 $624. 11 Taxes on Equip. % 8.125 $19.00 $7.70 $11.26 $11.26 342.00 $144.00 $0.00 $149.89 $835. Total Cost With Taxes $19.00 $7.70 Overhead % 10 $19.00 $7.70 $ 34.20 $14.40 $0.00 $14.99 $63.59 Profit % 5 $19.00 $7.70 $ 18.81 $7.92 $0.00 $8.24 $ Change Order No. 7 $19.00 $7.70 $19.00 $7.70 $19.00 $7.70 $19.00 $7.70 $19.00 $7.70 Price Per each saaTt $19.00 $7.70 $19.00 $7.70 $19.00 $7.70 $19.00 $7.70 $19.00 $7.70 $19.00 $7.70 $19.00 $7.70 $19.00 $7.70 $19.00 $7.70 $19.00 $0.00 0 ra 39.47- 7- dMI �,d NU, UUL4 HKrr- U I Y vr, LUbbUUK d130/01 C.0 Description luant No. Comp. Mtls Sub Equip No. Labor Mtls Sub- Equip Total No. Req'd MH Cant Comp MH Cont Change Order No. 8 $19.00 $7.70 $ - $0.00 $0.00 $0.00 $0.00 Furnis and Instasll (5) $19.00 $7.70 $ - $0.00 $0.00 $0.00 $0.00 Five NIG Wind Guards $19.00 $7.70 $ - $0.00 $0.00 $0.00 $0.00 1000 Fabricate 10 ga. Shields $19.00 $7.70 $ - $0.00 $0.00 $0.00 $0.00 a. (3) 9.25x14°x27 ea 3 $19.00 52 $7.70 $ - $156.00 $0.00 $0.00 $156.00 b. (1) 9.25.18*30 ea 1 $19.00 52 $7.70 $ - $52.00 $0.00 $0.00 $52.00 c. (1) 12" dia. X36" ea 1 $19.00 58 $7.70 $ - $58.00 $0.00 $0.00 $58.00 d. 318" x2.5" SS Bolts,Nuts ea 30 $19.00 1.25 $7.70 $ - $37.50 $0.00 $0.00 $37.50 d. Install ea 5 $19.00 $7.70 30 570.00 $0.00 $0.00 $231.080 $801.0 $19.00 $7.70 0.00 $0.00 $0.00 $0.00 $0.00 $19.00 $7.70 0.00 $0.00 $0.00 $0.00 $0.00 $19.00 $7.70 0.00 $0.00 $0.00 $0.00 $0.00 $19.00 $7.70 0.00 $0.00 $0.00 $0.00 $0.00 $19.00 $7.70 0.00 $0.00 $0.00 $0.00 $0.00 Total Cost Change Order No. 8 $19.00 $7.70 30 570.00 $303.50 $0.00 $231.05 $1,104.59 Taxes on Equip. % 8.125 $19.00 $7.70 $18.77 $18.77 570.00 $303.50 $0.00 $249.82 $1,123. Total Cost With Taxes $19.00 $7.70 Overhead % 10 $19.00 $7.70 $ 57.00 $30.35 $0.00 $24.98 $112.33 Profit % 5 $19.00 $7.70 $ 31.35 $16.69 $0.00 $13.74 *95r -t& Change Order No. 8 $19.00 $7.70 $19.00 $7.70 $19.00 $7.70 $19.00 $7.70 $19.00 $7.70 Price Per each 7 $19.00 $7.70 $19.00 $7.70 $19.00 $7.70 �JZ�L�: $19.00 $7.70 $19.00 $7.70 $19.00 $7.70 $19.00 $7.70 $19.00 $7.70 $19.00 $7.70 $19.00 $0.00 Z$' Col.S 1z.9?.38 Z51 , '1 17 UIVII Jvil 1,0J. VUL•1 � a111 1- va a s va a-+..+�uvvav Uf4r iv I C.O Description Want No. Comp. Mtls Sub Equip No. Labor Mtls Sub- Equip 1 Total No. Req'd MH Cont Comp MH Cont Change Order No. 9 $19.00 $7.70 $ - $0.00 $0.00 $0.00 $0.00 Furnish (4) Four Inigators $19.00 $7.70 $ - $0.00 $0.00 $0.00 $0.00 as Spare Parts ea 4 $19,00 $400 $10 $7.70 $0.00 $1,800 $40.00 $0,00 $1,640.00 $19.00 $7.70 $ - $0.00 $0.00 $0.00 $0.00 $19.00 $7.70 $ - $0.00 $0.00 $0.00 $0.00 $19.00 $7.70 $ - $0.00 $0.00 $0,00 $0.00 $19.00 $7.70 $ - $0.00 $0.00 $0.00 $0.00 $19.00 $7.70 $ - $0.00 $0.00 $0.00 $0.00 $19.00 $7.70 0.00 $0,00 $0.00 $0.00 $0.00 $19.00 $7.70 0.00 $0.00 $0.00 $0.00 $0.00 $19.00 $7.70 0.00 $0.00 $0.00 $0.00 $O.DO $19.00 $7.70 0.00 $0.00 $0.00 $0.00 $0.00 $19.00 $7.70 0.00 $0.00 $0.00 $0.00 KOO $19.0D $7.70 0.00 WOO $0.00 $0.00 $0.00 Total Cost Change Order No. 9 $19.00 $7.70. 0 0.00 $1,600 $40.00 $0.00 $1,640.00 Taxes on Equip. % 8.125 $19.00 $7.70 $0.00 $0.00 0.00 $1,600 $40.00 $0.00 $1,640.OD Total Cost With Taxes $19.00 $7.70 Overhead % 10 $19.00 $7.70 $ - $160.00 $4.00 $O.DO $164,D0 Profit % 5 $19.00 $7.70 $ - $88.00 $2.20 $0.00 Change Order No. 9 $19.00 $7,70 $19.00 $7.70 $19.00 $7.70 $19.00 $7.70 $19.00 $7.70 Price Per each $19.00 $7.70 $19.00 $7.70 $19.00 $7.70 $19.00 $7.70 $19.00 $7.70 $19.00 $7,70 $19.00 $7.70 $19.00 $7,70 $19.00 $7.70 $'19.00 $0.00 0)0. -Lo 18°1 IN. 2.d L/ Y,3. S.S BMI JOB NO. 0024 ARFF- Cf i . OF LUB13OCK a/zv/u f C.0 Description ual No. Comp. Mtis Sub Equip No. labor Mtls Total No. Re 'd MH Cont Com MH 1 contEquip - Change Carder No. 10 19.00 7.70 0 0 0 0 0 0 0 0 Adjust Pipe Bollards $19.00 $7.70 0 0 0 0 0 0 From (16) Sixteen to $19.00 $7.701 0 0 0 0 VyUven Bollards Tote; 16 $19.00 $107.56 131 $38 $7.70 $15.38 -1,721 -2,098 40 -bo.T-246 -4,6W 71 Deduct BMI ON. Bid Cast AddBMI ON. Bid Cost For ea ea 11 $107.56 131 $38 $15.38 1,183 1,442 1 433 4w 169 3,218 1 Add BMI Cast for Stockpile sa 5 $19.00 90 $7.70 0 450 0 0 4 50 $19.00 $7.70 0 0 0 0 $19.00 $7.70 0 0 0 0 0 $19.00 $7.70 0 0 0 0 0 $19.010 $7.70 0 0 0 0 0 $19.00 $7.70 0 0 0 0 0 $19.00 $7.70 0 0 0 0 0 $19.00 $7.70 0 0 0 0 0 Total Cost Chane Order No. 10 $19.00 $7.70 0 -538 -205 -192'0 -77 -1,0120 Taxes on Equip, % 8.125 $19.00 $7.70 -6 -8 Total Cost With Taxes $19.00 -538 -205 -192 -83 -1'0106 Overhead % 10 $19.00 $7.70 -54 -21 -19 -8 -102 Profit % 5 $19.00 $7.70 -30 -11 -11 -5 --W- 5'? harrpe i5rder Mo. 10 $19.00 $7.70 41,206. -/17S 17STotal TotalDeduct $19.00 $7.70 $19.00 $7.70 $19.00 $7.70 $19.00 $7.70 Price Per each $10.00 $7.70 $19.00 $7,70 $14.00 $7.70 $19.00 $7.70 $19.00 $7.70 $19.00 $7.70 $19.00 $7.70 $19.00 $7.70 $19.00 $7,70 $19.00 $0.00 a ru m iii Cr rl ao U) r - CU v m ar 0 Z 0 LL L rn m r'r m z Q F-) BMI JOB NO. 0024 ARFF- CITY OF LUBBOCK 917101 C.O Description uard f No. Comp. Wilds Sub Equip No. Labor Mt1s Sub- Equip Total No. Req'd MH Cont Comp MR Cont Change Order No. 12 $1900 $7.70 0.00 0.00 0.00 0.00 0.00 Add Wind Shields ea 3 $19.00 $42.00 $7.70 15 285.00 126.00 0.00 115,52 526.52 Modify Air/N.G Mixers ea 10 $19.00 $95.00 $7.70 10 190.00 950.00 0.00 77.02 1,217.02 Add Flex Hoses to Vents ea 2 $19.00 121.00 $7.70 8 152.00 242.00 0.00 61.61 455.61 Add Latch to HIT Galley Door ea 1 $19.00 $7.70 5 95.00 0.00 0.00 3651 133.51 $19.00 $7.70 0.00 0.00 0.00 0.0+0 0.00 $19.00 $7.70 0.00 0.00 0.00 0.00 0.00 .$19.00 $7.70 0.00 0.00 0.00 0.00 0.00 $19.00 $7.70 0.00 0.00 0.00 0.00 0-00 $19.00 $7.70 0.00 0.00 0.00 0.00 0.00 $19.00 $7.70 0.00 0.00 0.00 0.00 0.00 $19.00 $7.70 0.00 0.00 0.00 0.00 0.00 $19.00 $7.70 0.00 0.00 0.00 000 0.00 $19.00 .$7.70 0.00 0.00 0-00 0.00 0.00 Total Cost Change Order No. 12 $19.00 $7.70 38 722.00 1318.00 0.00 29266 2332.66 Takes on Equip. % 8.125 $19.00 $7.70 23.78 23,78 722.00 ` 1318.00 0.00 316.44 2336.44 Total Cost With Taxes $19.00 $7.70 Overhead % 10 $19.00 $7.70 72.20 131.80 0.00 31.64 235.64 Profit % 5 $19.00 $7.70 1 $39.71 $72.49 $0.00 $17.40 129.60 Change Order No. 12 $19.00 $7.70 $2,721.68 $19.00 $7.70 $19.00 $7.70 $19.00 $7.70 $19.00 $7.70 Price Per each $19.00 $7.70 $19.00 $7.70 $19.00 $7.70 $19.00 $7.70 $19.00 $7.70 $19.00 $7.70 $19.00 $7.70 $19.00 $7.70 $19.00 $7.70 No Text No Text (} � CITY OF LUBBOCK INVITATION TO BID � is } FOR L2 TITLE: CONSTRUCT AIRCRAFT RESCUE AND FIREFIGHTING TRAINING FACILITY [\ ADDRESS: LUBBOCK, TEXAS � � } \: � CIO NUMBER: 00-196 . PROJECT NUMBER: 90067.8304.20000 � CONTRACT PREPARED BY: PURCHASING DEPARTMENT � �• /\ \\ � LUBBOCK INTERNATIONAL AIRPORT VOLUME 1 OF 2 Specifications & Contract Documents For. CONSTRUCT AIRCRAFT RESCUE AND FIREFIGHTING TRAINING FACILITY AIP PROJECT NO.3-48-0138-22-00 DELTA PROJECT NO. TX 00108 ITB NO.00-198 ,... .E. •WINSLOW .• SUSM % r.................. ..;.., 82989�� !!�F fs�'j�T �Et�c•��� / For The CITY OF LUBBOCK WBBOCK TEXAS ,Allrc tizi I F— r. CONTRACT SPECIFICATIONS FOR CONSTRUCT AIRCRAFT RESCUE AND FIREFIGHTING TRAINING FACILITY SECTION AT LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS TABLE OF CONTENTS Invitation to Bid Table of Contents Notice to Bidders General Instructions to Bidders PART i - GENERAL PROVISIONS WX' Wp�liJui 3 3 i i thru iv 1 1 - 8 10 Definition of Terms 10-1 thru 10-7 20 Proposal Requirements & Conditions 20-1 thru 20-5 30 Award and Execution of Contract 30-1 thru 30-3 40 Scope of Work 40-1 thru 40-5 50 Control of Work 50-1 thru 50-7 60 Control of Materials 60-1 thru 60-6 70 Legal Relations and Responsibility 70-1 thru 70-10 To Public 80 Prosecution and Progress 80-1 thru 80-9 90 Measurement and Payment 90-1 thru 90-9 100 Contractor Quality Control Program 100-1 thru 100-8 120 Required Language to be Included 120-1 thru 120-29 in Solicitations for Bids 130 Contractor's Responsibilities for Operational Safety on Airports During Construction 130-1 thru 130-15 BID SUBMITTAL Proposal --- Attached P-1 thru P-16 Bid Bond --- Attached BB-1 thru BB-2 Payment Bond PB-1 thru PB-2 Performance Bond PB-1 thru PB-2 Certificate of Insurance CI-1 thru CI-3 ii c_v ITEM Contract Warranty of Construction Lien and Claims Release City of Lubbock General Conditions Of Agreement SP Special Provisions SPECIAL PROVISIONS PART II - EARTHWORK P-100 Mobilization P-101 Small Field office P-151 Clearing and Grubbing P-152 Excavation and Embankment P-156 Temporary Air and Water Pollution, Soil Erosion, and Siltation Control PAGE NUMBERS C-1 thru C-2 WC-1 thru WC-2 LCR-1 GC-1 thru GC-30 SP-1 thru SP-9 P-100-1-thru P-100-2 P-101-1 thru P-101-2 P-151-1 thru P-151-3 P-152-1 thru P-152-13 P-156-1 thru P-156-6 PART VII - MISCELLANEOUS M-122 Water and Sewer M-122-1 thru M-122-2 PART VIII - FENCING F-162-2 Chain Link Fencing F-162-1 thru F-162-13 PART IX - DRAINAGE D-701 Pipe For Storm Drains and D-701-1 thru D-701-9 Culverts PART X - TURFING T-901 Seeding T-908 Mulching T-901-1 thru T-901-7 T-908-1 thru T-908-3 L-110 Installation of Airport Underground Electrical Duct L-110-1 thru L-110-7 L-127 Electrical Manholes and And Junction Boxes L-127-1 thru L-127-6 iii Sul PART XII - ROADWAY PAGE NUMBERS R-247TX Flexible Base R-247-1 thru R-247-2 R-360 Concrete Pavement R-360-1 R-432 Concrete Paved Ditch R-432-1 R-529 Concrete Curb, Curb and Gutter R-529-1 R-531 Sidewalks R-531-1 R-999 Concrete Steel Pipe Bollards R-999-1 Appendix "A" Storm Water Pollution Prevention Plan Appendix "B" Geotechnical Report iv NOTICE TO BIDDERS 1 is NOTICE TO BIDDERS BID #00-196 Sealed bids addressed to Victor Kilman, Purchasing Manager, City of Lubbock, Texas, will be received in the office of the Purchasing Manager, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas, 79401, until 2:00 o'clock p.m. on the 19TH day of September, 2000, 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: "CONSTRUCT AIRCRAFT RESCUE AND FIREFIGHTING TRAINING FACILITY" After the expiration of the time and date above first written, said sealed bids will be opened in the office of 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 the Purchasing Manager for the City of Lubbock, prior to the expiration of the date above first written. The City of Lubbock will consider the bids on the 12th day of October, 2000, at the Municipal Building, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The successful bidder will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the. amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful bidder will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. Said statutory bonds should be issued by a company carrying a current Best Rating of B or superior. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within 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. There will be a pre -bid conference on 29th day of August. 2000 at 10:00 o'clock a.m., in the Blue Room @ Lubbock International Airport, 5401 North Martin Luther King Blvd., Lubbock, Texas Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing Manager of the City of Lubbock, which document is specifically referred to in this notice to bidders. Each bidder's attention is further directed to provision of Article 5159a, Vernon's Ann. Civil St., and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies 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, disability, or national origin in consideration for an award. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings and bid openings are available to all persons regardless of disability. If you would like bid information made available in a more accessible format or if yyou require assistance, please contact the City of Lubbock Human Relations Office at (806) 775-2281 at least 48 hours in advance of the meeting. f CITY OF LUBBOCK VICTOR KILMAN PURCHASING MANAGER Bid documents may be obtained upon request for a fee of $75.00 for postage and handling from Delta Airport Consultants, 7333 Whitepine Road, Richmond, VA 23237; Telephone (804) 275-8301 /Fax (804) 275-8371. No Text GENERAL INSTRUCTIONS TO BIDDERS 1. SCOPE OF WORK The contractor shall furnish all labor, superintendence, machinery, equipment and all materials necessary to complete this project in accordance with contract documents for the CONSTRUCT AIRCRAFT RESCUE AND FIREFIGHTING TRAINING FACILITY. 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. BIDDER INQUIRIES No bidder shall request any information verbally. All written requests for additional information or clarification concerning this bid must be addressed to: HELEN BURNS BUYER CITY OF LUBBOCK P.O. BOX 2000 LUBBOCK, TX 79457 FAX (806) 775-2164 Email: HBurns@mail.ci.lubbock.tx.us S. TIME AND ORDER FOR COMPLETION The construction covered by the contract documents shall be fully completed within one hundred eighty (180) ,CONSECUTIVE CALENDAR DAYS from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. K The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the �a progress of the work is not in accordance with the progress 1 schedule so take such completion 6. PAYMENT 7. go i submitted, the City may direct the Contractor to z; action as the City deems necessary to insure of the project within the time specified.-, All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 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. MATERIALS AND WORKMANSHIP-) The intent of these contract documents is that only materials -' and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the ) Contractor of full responsibility for providing materials of. high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality which the Owner believes necessary to procure a satisfactory project. 9. 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). Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be i_ from the effective date of this Contract. Also, the Contractor warrants the year 2000 calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of 2 �_� Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. The obligations contained herein apply to products and services provided by the Contractor, its sub -contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 10. 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. 11. 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 intended contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the bidder. (c) Equipment schedule. CA 12. 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. 13. 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. 14. BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 15. 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. 4 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. 16. CONTRACTOR'S REPRESENTATIVE The successful bidder shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful bidder shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 17. 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 Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverage's shall be submitted prior to contract execution. The insurance certificates furnishedshall name the City and Engineer as an 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. It shall be the contractors responsibility to provide to the owner all proof of coverage insurance documents including workers compensation coverage for each subcontractor. 61 18. LABOR AND WORKING HOURS Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate which must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The bidders' attention is further directed to the requirements of Article 5159a, Vernon's Annotated Civil Statutes providing for the payment of the wage schedules above mentioned and the bidder's obligations 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 that may be applicable. Construction work under this contract requiring an inspector will not be performed on weekends or holidays unless the following conditions exist: (1) The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. (2) Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on weekends or holidays will be made by the Owner's Representative. In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor 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. 19. 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 21. 22. 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. 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. PROVISIONS CONCERNING ESCALATION CLAUSES Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the bidder without being considered. The bidder shall submit his bid on forms furnished by the City. All blank spaces in the form shall be correctly filled in and the bidder shall state the price both in words and numerals, for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the price written in words and the price written in figures, the price written in words shall govern. If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent. If a bid is submitted by a firm, association, or partnership, the name and address of each member must be given and the bid signed by a member of the firm, association or partnership, or person duly authorized. If the bid is submitted by a company or corporation, the company or corporate name and business address must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign bids must be properly certified and must be in* writing and submitted with the bid. The bid shall be executed in ink. Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed on the outside of the envelope in the following manner: (a) Bidder's name (b) Bid for (description of the project) . Bid submittals may be withdrawn and resubmitted at any time prior to the time set for opening of the bids, but no bid may be withdrawn or altered thereafter. 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) (b) (c) (d) (e) (f) (g) (h) (i) (j ) Notice to Bidders. General Instructions to Bidders. Bidder's Submittal. Statutory Bond (if required) . Contract Agreement. General Conditions. Special Conditions (if any). Specifications. Insurance Certificates. All other documents made available to inspection in accordance with the Notice bidder for his 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. 23. QUALIFICATIONS OF BIDDERS The bidder may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The bidder may also be required to give a past history and references in order to satisfy the City of Lubbock in regard to the bidder's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the bidder to perform the work, and the bidder shall furnish to the City of Lubbock all information for this purpose that may be requested. The City of Lubbock reserves the right to reject any bid if the evidence submitted by, or investigation of, the bidder fails to satisfy the City of Lubbock that the bidder is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the bidder's qualifications shall include: 1. The ability, capacity, skill, and financial resources to perform the work or provide the service required. 2. The ability of the bidder to perform the work or provide the service promptly or within the time specified,without delay or interference. 3. The character, integrity, reputation, judgment, experience, and efficiency of the bidder. 4. The quality of performance of previous contracts or services. PART I - GENERAL PROVISIONS SECTION 10 - DEFINITION OF TERMS DIVISION I GENERAL PROVISIONS Whenever the following terms are used in these specifications, in the contract, in any documents or other instruments pertaining to construction where these specifications govern, the intent and meaning shall be interpreted as follows: 10-01 AASHTO. The American Association of State Highway and Transportation Officials, the successor association to AASHO. 10-02 ACCESS ROAD. The right-of-way, the roadway and all improvements constructed thereon connecting the airport to a public highway. 10-04 ADVERTISEMENT. A public announcement, as required by local law, inviting bids for work to be performed and materials to be furnished. 10-05 AIP. The Airport Improvement Program, a grant-in-aid program, administered by the Federal Aviation Administration. 10-06 AIR OPERATIONS AREA. For the purpose of these specifications, the term air operations area shall mean any area of the airport used or intended to be used for the landing, takeoff, or surface maneuvering of aircraft. An air operation area shall include such paved or unpaved areas that are used or intended to be used for the unobstructed movement of aircraft in addition to its associated runway, taxiway, or apron. 10-07 AIRPORT. Airport means an area of land or water which is used or intended to be used for the landing and takeoff of aircraft, and includes its buildings and facilities, if any. . 10-08 ASTM. The American Society for Testing and Materials. 10-09 AWARD. The acceptance, by the owner, of the successful bidder's proposal. 10-10 BIDDER. Any individual, partnership, firm, or corporation, acting directly or through a duly authorized representative, who submits a proposal for the work contemplated. 10-1 7/92 i i SECTION 10 - DEFINITION OF TERMS 10-11 BUILDING AREA. An area on the airport to be used, considered, or intended to be used for airport buildings or other airport facilities or rights -of -way together with all airport buildings and facilities located thereon. 10-12 CALENDAR DAY. Every day shown on the calendar. 10-13 CHANGE ORDER. A written order to the Contractor 10-14 CONTRACT. The written agreement covering the work to be performed. The awarded contract shall include, but is not limited to: The Advertisement; The Contract Form; The Proposal; The Performance Bond; The Payment Bond; any required insurance certificates; The Specifications; The Plans, and any addenda issued to bidders. 10-15 CONTRACT ITEM (PAY ITEM). A specific unit of work for which a price is provided in the contract. 10-16 CONTRACT TIME. The number of calendar days or working days, stated in the proposal, allowed for completion of the contract, including authorized time extensions. If a calendar date of completion is stated in the proposal, in lieu of a number of calendar or working days, the contract shall be completed by that date. 10-17 CONTRACTOR. The individual, partnership, firm, or corporation primarily liable for the acceptable performance of the work contracted and for the payment of all legal debts pertaining to the work who acts directly or through lawful agents or employees to complete the contract work. 10-18 DRAINAGE SYSTEM. The system of pipes, ditches, and structures by which surface or subsurface waters are collected and conducted from the airport area. 10-19 ENGINEER. The individual, partnership, firm, or corporation duly authorized by the owner (sponsor) to be responsible for engineering supervision of the contract work and actinq directly or.through an authorized representative. 1.- 10-2 7/92 SECTION 10 - DEFINITION OF TERMS 10-20 EQUIPMENT. All machinery, together with the necessary supplies for upkeep and maintenance, and also all tools and apparatus necessary for the proper construction and acceptable completion of the work. 10-21 EXTRA WORK. An item of work not provided for in the awarded contract as previously modified by change order or supplemental agreement, but which is found by the Engineer to be necessary to complete the work within the intended scope of the contract as previously modified. 10-22 FAA. The Federal Aviation Administration of the U.S. Department of Transportation. When used to designate a person, FAA shall mean the Administrator or his/her duly authorized representative. 10-24 FEDERAL SPECIFICATIONS. The Federal Specifications and Standards, and supplements, amendments, and indices thereto are prepared and issued by the General Services Administration of the Federal Government. 10-25 FINAL ACCEPTANCE. The work has been totally completed in the opinion of the Owner in accordance with the Contract Documents based on a final inspection by the Owner, Engineer, and Contractor. 10 - 2 6 INSPECTOR. : f,.. y :. ::plc; r,: 9i:.}i':: ffl}• •.• .{S}:;.}�.•.•S :lx.•x .,.•in } �C41y?:Zxi'Qr�.VY}}#%`•. ..; ;.+�f::•}::.}•:.. rt who is assigned o • e project site or any par f hereof 10-28 INTENTION OF TERMS. Whenever, in these specifications or on the plans, the words "directed," "required," "permitted," "ordered," "designated," "prescribed," or words of the like import are used, it shall be understood that the direction, requirement, permission, order, designation, or prescription of the Engineer is intended; and similarly, the words "approved," "acceptable," "satisfactory," or words of like import, shall mean approved by, or 10-3 7/92 SECTION 10 - DEFINITION OF TERMS ducts, manholes, handholes, lighting fixtures and bases; transformers; flexible and rigid pavements; navigational aids; buildings; vaults; and other manmade features of the airport that may be encountered in the work and not otherwise classified herein. 10-48 SUBGRADE. The soil which forms the pavement foundation. 10-50 SUPERINTENDENT. The Contractor's executive representative who is present on the work during progress, authorized to receive and fulfill instructions from the Engineer, and who shall supervise and direct the construction. 10-51 SUPPLE4E TPAL AGREEMENT. A written agreement between the Contractor and the owner covering: (1) work that would increase or decrease the total amount of the awarded contract, or any major contract item, by more than 25 percent, such increased or decreased work being within the scope of the originally awarded contract; or (2) work that is not within the scope of the originally awarded contract. 10-52 SURETY. The corporation, partnership, or individual, other than the Contractor, executing payment or performance bonds which are furnished to the owner by the Contractor. 10-53 TAXIWAY. For the purpose of this document, the term taxiway means the portion of the air operations area of an airport that has been designated by competent airport authority for movement of aircraft to and from the airport's runways or aircraft parking areas. 10-54 WORK. The furnishing of all labor, materials, tools, equipment, and incidentals necessary or convenient to the Contractor's performance of all duties and obligations imposed by the contract, plans, and specifications. 10-55 WORKING DAY. A working day shall be any day other than a legal holiday, Saturday, or Sunday on which the normal working forces of the Contractor may proceed with regular work for at least 10-6 7/92 SECTION 10 - DEFINITION OF TERMS 6 hours toward completion of the contract. Unless work is suspended for causes beyond the Contractor's control, Saturdays, Sundays and holidays on which the Contractor's forces engage in regular work, requiring the presence of an inspector, will be considered as working days. END OF SECTION 10 10-7 7/92 ri SECTION 20 - PROPOSAL REQUIREMENTS AND CONDITIONS 20-02 PREQUALIFICATION OF BIDDERS. Each bidder shall furnish the Owner satisfactory evidence of his/her competency to perform the proposed work. Such evidence of competency, unless otherwise specified, shall consist of statements covering the bidder's past experience on similar work, a list of equipment that would be available for the work, and a list of key personnel that would be available. In addition, each bidder shall furnish the Owner satisfactory evidence of his/her financial responsibility. Such evidence of financial responsibility, unless otherwise specified, shall consist of a confidential statement or report of the bidder's financial resources and liabilities as of the last calendar year or the Contractor's last fiscal year. Such statements or reports shall be certified by a public accountant. At the time of submitting such financial statements or reports, the bidder shall further certify whether his/her financial responsibility is approximately the same as stated or reported by the public accountant. If the bidder's financial responsibility has changed, the bidder shall qualify the public accountant's statement or report to reflect his/her (bidder's) true financial condition at the time such qualified statement or report is submitted to the Owner. Unless otherwise specified, a bidder may submit evidence that he is prequalified with the State Highway Division and is on the current "bidder's list" of the state in which the proposed work is located. Such evidence of State Highway Division prequalification may be submitted as evidence of financial responsibility in lieu of the certified statements or reports hereinbefore specified. Each bidder shall submit "evidence of competency" and "evidence of financial responsibility" to the Owner `"t>"'"f`'"> .r. ............... . ....:.. .. .. .. . ...... .::::ry.•::'`:?:':.};;•;•:::::: x.:...... x:L��:•: 4::n:?l:riirf:J•: �.?.}. v�i: Fv:'?�:?'•.v?� :fi j:'iiifi/i�1.��+/.w r �%J.•/rr+G::: $.•r 20-03 CONTENTS OF PROPOSAL FORMS. The Owner shall furnish bidders with proposal forms. All papers bound with or attached to the proposal forms are necessary parts and must not be detached. The plans, specifications, and other documents designated in the proposal form shall be considered a part of the proposal whether attached or not. 20-1 7/92 SECTION 20 - PROPOSAL REQUIREMENTS AND CONDITIONS The Owner reserves the right to reject any irregular proposal and the right to waive technicalities if such waiver is in the best interest of the Owner and conforms to local laws and ordinances pertaining to the letting of construction contracts. 20-09 BID GUARANTEE. Each separate proposal shall be accompanied by a certified check, or other negotiable instrument in the amount " <>:«:.: ;:::>::::::::>....:.....:>:<::;.;:..:...::::>::;::.;::::::; :......:..::::::. :...:::::......... .....3ta�:ft:::.;..�.:0:>;.:::::::«:::>t::<:::€:::::::f~he:<::::bd 20-10 DELIVERY OF PROPOSAL. Each proposal submitted shall be placed in a sealed envelope plainly marked with the project number, location of airport, and name and business address of the bidder on the outside. When sent by mail, preferably registered, the sealed proposal, marked as indicated above, should be enclosed in an additional envelope. No proposal will be considered unless received at the place specified in the advertisement before the time specified for opening all bids. Proposals received after the bid opening time shall be returned to the bidder unopened. 20-11 WITHDRAWAL OR REVISION OF PROPOSALS. A bidder may withdraw or revise (by withdrawal of one proposal and submission of another) a proposal provided that the bidder's request for withdrawal is received by the Owner in writing or by telegram before the time specified for opening bids. Revised proposals must be received at the place specified in the advertisement before the time specified for opening all bids. 20-12 PUBLIC OPENING OF PROPOSALS. Proposals shall be opened, and read, publicly at the time and place specified in the advertisement. Bidders, their authorized agents, and other interested persons are invited to attend. Proposals that have been withdrawn (by written or telegraphic request) or received after the time specified for opening bids shall be returned to the bidder unopened. 20-13 DISQUALIFICATION OF BIDDERS. A bidder shall be considered disqualified for any of the following reasons: a. Submitting more than one proposal from the same partnership, firm, or corporation under the same or different name. b. Evidence of collusion among bidders. Bidders participating in such collusion shall be disqualified as bidders for any future work of the Owner until any such participating bidder has been reinstated by the Owner as a qualified bidder. 20-4 7/92 SECTION 20 - PROPOSAL REQUIREMENTS AND CONDITIONS C. If the bidder is considered to be in "default" for any reason specified in the subsection titled ISSUANCE OF PROPOSAL FORMS of this section. END OF SECTION 20 20-5 7/92 SECTION 40 - SCOPE OF WORK Should a contract item be omitted or otherwise ordered to be nonperformed, the Contractor shall be paid for all work performed toward completion of such item prior to the date of the order to omit such item. Payment for work performed shall be in accordance with the subsection titled PAYMENT FOR OMITTED ITEMS of Section 90. 40-04 EXTRA WORK. Should acceptable completion of the contract require the Contractor to perform an item of work for which no basis of payment has been provided in the original contract or previously issued change orders or supplemental agreements, the same shall be called Extra Work. Extra work that is within the general scope of the contract shall be covered by written change order. Change orders for such extra work shall contain agreed unit prices -for performing the change order work in accordance with the requirements specified in the order, and shall contain any adjustment to the contract time that, in the Engineer's opinion, is necessary for completion of such extra work. When determined by the Engineer to be in the Owner's best interest, �Y he may order the Contractor to proceed with extra work by force g account as provided in the subsection titled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of Section 90. Extra work that is necessary for acceptable completion of the project, but is not within the general scope of the work covered by the original contract shall be covered by a Supplemental Agreement as hereinbefore defined in the subsection titled SUPPLEMENTAL AGREEMENT of Section 10. Any claim for payment of extra work that is not covered by written agreement (change order or supplemental agreement) shall be rejected by the Owner. 40-05 MAINTENANCE OF TRAFFIC. It is the explicit intention of the contract that the safety of aircraft, as well as the Contractor's equipment and personnel, is the most important consideration. It is understood and agreed that the Contractor shall provide for the free and unobstructed movement of aircraft in r the air operations areas of the airport with respect to his/her own operations and the operations of all his/her subcontractors as specified in the subsection titled LIMITATION OF OPERATIONS of Section 80. It is further understood and agreed that the Contractor shall provide for the uninterrupted operation of visual and electronic signals (including power supplies thereto) used in the guidance of aircraft while operating to, from, and upon the airport as specified in the subsection titled CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS in Section 70. 40-2 7/92 _! i SECTION 40 - SCOPE OF WORK With respect to his/her own operations and the operations of all his/her subcontractors, the Contractor shall provide marking, lighting, and other acceptable means of identifying: personnel; equipment; vehicles; storage areas; and any work area or condition that may be hazardous to the operation of aircraft, fire -rescue equipment, or maintenance vehicles at the airport. When the contract requires the maintenance of vehicular traffic on an existing road, street, or highway during the Contractor's performance of work that is otherwise provided for in the contract, plans, and specifications, the Contractor shall keep such road, street, or highway open to all traffic and shall provide such maintenance as may be required to accommodate traffic. The Contractor shall furnish, erect, and maintain barricades, warning signs, flagmen, and other traffic control devices in reasonable conformity with the manual of Uniform Traffic Control Devices for Streets and Highways (published by the United States Government Printing Office), unless otherwise specified herein. The Contractor shall also construct and maintain in a safe condition any temporary connections necessary for ingress to and egress from abutting property or intersecting roads, streets or highways. Unless otherwise specified herein, the Contractor will not be required to furnish snow removal for such existing road, street, or highway. The Contractor shall make his/her own estimate of all labor, materials, equipment, and incidentals necessary for providing the maintenance of aircraft and vehicular traffic as specified in this subsection. The cost of maintaining the aircraft and vehicular traffic specified in this subsection shall not be measured or paid for directly, but shall be included in the various contract items. 40-06 REMOVAL OF EXISTING STRUCTURES. All existing structures encountered within the established lines, grades, or grading sections shall be removed by the Contractor, unless such existing structures are otherwise specified to be relocated, adjusted up or down, salvaged, abandoned in place, reused in the work or to remain in place. The cost of removing such existing structures shall not be measured or paid for directly, but shall be included in the various contract items. Should the Contractor encounter an existing structure (above or below ground) in the work for which the disposition is not 3 indicated on the plans, the Engineer shall be notified prior to disturbing such structure. The disposition of existing structures so encountered shall be immediately determined by the Engineer in accordance with the provisions of the contract. 40-3 7/92 SECTION 40 - SCOPE OF WORK Except as provided in the subsection titled RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK of this section, it is intended that all existing materials or structures that may be encountered (within the lines, grades, or grading sections established for completion of the work) shall be utilized in the work as otherwise provided for in the contract and shall remain the property of the Owner when so utilized in the work. 40-07 RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK. Should the Contractor encounter any material such as (but not restricted to) sand, stone, gravel, slag, or concrete slabs within the established lines, grades, or grading sections, the use of which is intended by the terms of the contract to be either embankment or waste, he may at his/her option either: a. Use such material in another contract item, providing such use is approved by the Engineer and is in conformance with the contract specifications applicable to such use; or, g b. Remove such material from the site, upon written approval of the Engineer; or C. Use such material for his/her own temporary construction on site; or, d. Use such material as intended by the terms of the contract. Should the Contractor wish to exercise option a, b, or c, he shall request the Engineer's approval in advance of such use. Should the Engineer approve the Contractor's request to exercise option a, b, or c, the Contractor shall be paid for the excavation or removal of such material at the applicable contract price. The Contractor shall replace, at his/her own expense, such removed or excavated material with an agreed equal volume of material that is acceptable for use in constructing embankment, backfills, or otherwise to the extent that such replacement material is needed to complete the contract work. The Contractor shall not be charged for his/her use of such material so used in the work or removed from the site. Should the Engineer approve the Contractor's exercise of option a, the Contractor shall be paid, at the applicable contract price, for furnishing and installing such material in accordance with requirements of the contract item in which the material is used. It is understood and agreed that the Contractor shall make no claim for delays by reason of his/her exercise of option a, b, or c. SECTION 40 - SCOPE OF WORK The Contractor shall not excavate, remove, or otherwise disturb any -� material, structure, or part of a structure which is located outside the lines, grades, or grading sections established for the work, except where such excavation or removal is provided for in the contract, plans, or specifications. 40-08 FINAL CLEANING UP. Upon completion of the work and Cbefore acceptance and final payment will be made, the Contractor shall remove from the site all machinery, equipment, surplus and discarded materials, rubbish, temporary structures, and stumps or portions of trees. He shall cut all brush and woods within the limits indicated and shall leave the site in a neat and presentable condition. Material cleared from the site and deposited on adjacent property will not be considered as having been disposed of satisfactorily, unless the Contractor has obtained the written permission of such property owner END OF SECTION 40 40-5 7/92 bww....... .... ..m.,. ,..N.. SECTION 50 - CONTROL OF WORK 50-01 AUTHORITY OF THE ENGINEER. The Engineer shall decide any and all questions which may arise as to the quality and acceptability of materials furnished, work performed, and as to the manner of performance and rate of progress of the work. He shall decide all questions which may arise as to the interpretation of the specifications or plans relating to the work, the fulfillment of the contract on the part of the Contractor, and the rights of different Contractors on the project. The Engineer shall determine the amount and quality of the several kinds of work performed and materials furnished which are to be paid for the under contract. 50-02 CONFORMITY WITH PLANS AND SPECIFICATIONS. All work and all materials furnished shall be in reasonably close conformity with the lines, grades, grading sections, cross sections, dimensions, material requirements, and testing requirements that are specified (including specified tolerances) in the contract, plans or specifications. If the Engineer finds the materials furnished, work performed, or the finished product not within reasonably close conformity with the plans and specifications but that the portion of the work affected will, in his/her opinion, result in a finished product having a level of safety, economy, durability, and workmanship acceptable to the Owner, he will advise the Owner of his/her determination that the affected work be accepted and remain in place. In this event, the Engineer will document his/her determination and recommend to the Owner a basis of acceptance which will provide for an adjustment in the contract price for the affected portion of the work. The Engineer's determination and recommended contract price adjustments will be based on good engineering judgment and such tests or retests of the affected work as are, in his/her opinion, needed. Changes in the contract price shall be covered by contract modifications (change order or supplemental agreement) as applicable. If the Engineer finds the materials furnished, work performed, or the finished product are not in reasonably close conformity with the plans and specifications and have resulted in an unacceptable finished product, the affected work or materials shall be removed and replaced or otherwise correctedbyand at the expense of the Contractor in accordance with the Engineer's written orders. � ��:..�::�:.;:<? For the purpose of this subsection, the term "reasonably close conformity" shall not be construed as waiving _the Contractor's responsibility to complete the work in accordance with the contract, plans, and specifications. The term shall not be construed as waiving the Engineer's right to insist on strict compliance with the requirements of the contract, plans, and 50-1 7/92 SECTION 50 - CONTROL OF WORK specifications during the Contractor's prosecution of the work, when, in the Engineer's opinion, such compliance is essential to provide an acceptable finished portion of the work. For the purpose of this subsection, the term "reasonably close conformity" is also intended to provide the Engineer with the authority to use good engineering judgment in his/her determinations as to acceptance of work that is not in strict conformity but will provide a finished product equal to or better than that intended by the requirements of the contract, plans and specifications. 50-03 COORDINATION OF CONTRACT, PLANS, AND SPECIFICATIONS. The contract, plans, specifications, and all referenced standards cited are essential parts of the contract requirements. A requirement occurring in one is as binding as though occurring in all. They are intended to be complementary and to describe and provide for a complete work. In case of discrepancy, calculated dimensions will govern over scaled dimensions; contract technical specifications shall govern over contract general provisions, plans, cited standards for materials or testing, and cited FAA advisory circulars; contract general provisions shall govern over plans, cited standards for materials or testing, and cited FAA advisory circulars; plans shall govern over cited standards for materials or testing and cited FAA advisory circulars. The Contractor shall not take advantage of any apparent error or omission on the plans or specifications. In the event the Contractor discovers any apparent error or discrepancy, he shall immediately call upon the Engineer for his/her interpretation and decision, and such decision shall be final. 50-04. COOPERATION OF CONTRACTOR. The Contractor will be supplied with copy each of the plans and specifications. He shall have ava:r— le on the work at all times one copy each of the plans; and specifications. Additional copies of plans and specifications may be obtained by the Contractor for the cost of reproduction. The Contractor shall give constant attention to the work to facilitate the progress thereof, and he shall cooperate with the Engineer and his/her inspectors and with other contractors in every way possible. The Engineer shall allocate the work and designate the sequence of construction in case of controversy between contractors. The Contractor shall have a competent superintendent on the work at all times who is fully authorized as his/her agent on the work. The superintendent shall be capable of reading and thoroughly understanding the plans and specifications and shall receive and fulfill instructions from the Engineer or his/her authorized representative. 50-2 7/92 of so of SECTION 50 - CONTROL OF WORK 50-05 COOPERATION BETWEEN CONTRACTORS. The Owner reserves the right to contract for and perform other or additional work on or near the work covered by this contract. When separate contracts project, each Contractor interfere with or hinder being performed by other same nroiect shall cooner� are let within the limits shall conduct his/her work the progress of completion Contractors. Contractors w< any one as not to the work nq on the Each Contractor involved shall assume all liability, financial or otherwise, in connection with his/her contract and shall protect and save harmless the Owner from any and all damages or claims that may arise because of inconvenience, delays, or loss experienced by him because of the presence and operations of other Contractors working within the limits of the same project. The Contractor shall arrange his/her work and shall place and dispose of the materials being used so as not to interfere with the operations of the other Contractors within the limits of the same project. He shall join his/her work with that of the others in an acceptable manner and shall perform it in proper sequence to that of the others. 50-06 CONSTRUCTION LAYOUT AND STAKES. The Engineer shall furnish the Contractor with horizontal and vertical control only in the form of bench marks, and the Contractor must furnish all additional stakes for the lavout and construction of the work_ M 4[i # h, 3t A�rY .. rs- f oucn szaxes ana marKIngs as Lne . rsngineer may set or ei her is/7her 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/her employees, resulting in the destruction of such stakes or markings, an amount equal to the cost of replacing the same may be deducted from subsequent estimates due the Contractor at the discretion of the Engineer. 50-07 AUTOMATICALLY CONTROLLED EQUIPMENT. Whenever batching or mixing plant equipment is required to be operated automatically under the contract and a breakdown or malfunction of the automatic controls occurs, the equipment may be operated manually or by other methods for a period 48 hours following the breakdown or malfunction, provided this method of operations will product results which conform to all other requirements of the contract. 50-3 7/92 SECTION 50 - CONTROL OF WORK 50-08 AUTHORITY AND DUTIES OF INSPECTORS. Inspectors employed by the Owner shall be authorized to inspect all work done and all material furnished. Such inspection may extend to all or any part of the work and to the preparation, fabrication, or manufacture of the materials to be used. Inspectors are not authorized to revoke, alter, or waive any provision of the contract. Inspectors are not authorized to issue instructions contrary to the plans and specifications or to act as foreman for the Contractor. Inspectors employed by the Owner are authorized to notify the Contractor or his/her representatives of any failure of the work or materials to conform to the requirements of the contract, plans, or specifications and to reject such nonconforming materials in question until such issues can be referred to the Engineer for his/her decision. 50-09 INSPECTION OF THE WORK. All materials and each part or detail of the work shall be subject to inspection by the Engineer. The Engineer shall be allowed access to all parts of the work and shall be furnished with such information and assistance by the Contractor as is required to make a complete and detailed inspection. If the Engineer requests it, the Contractor, at any time before acceptance of the work, shall remove or uncover such portions of the finished work as may be directed. After examination, the Contractor shall restore said portions of the work to the standard required by the specifications. Should the work thus exposed or examined prove acceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be paid for as extra work; but should the work so exposed or examined prove unacceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be at the Contractor's expense. Any 'work done or materials used without inspection by an authorized representative of the Owner may be ordered removed and replaced at the Contractor's expense unless the Owner's representative failed to inspect after having been given reasonable notice in writing that the work was to be performed. Should the contract work include relocation, adjustment, or any other modification to existing facilities, not the property of the (contract) Owner, authorized representatives of the owners of such facilities shall have the right to inspect such work. Such inspection shall in no sense make any facility owner a party to the contract, and shall in no way interfere with the rights of the parties to this contract. 50-4 7/92 SECTION 50 - CONTROL OF WORK 50-10 REMOVAL OF UNACCEPTABLE AND UNAUTHORIZED WORK. All work which does not conform to the requirements of the contract, plans, and specifications will be considered unacceptable, unless otherwise determined acceptable by the Engineer as provided in the subsection titled CONFORMITY WITH PLANS AND SPECIFICATIONS of this section. Unacceptable work, whether the result of poor workmanship, use of - defective materials, damage through carelessness, or any other cause found to exist prior to the final acceptance of the work, shall be removed immediately and replaced in an acceptable manner in accordance with the provisions of the subsection titled CONTRACTOR'S RESPONSIBILITY FOR WORK of Section 70. Work done contrary to the instructions of the Engineer, work done beyond the lines shown on the plans or as given, except as herein specified, or any extra work done without authority, will be considered as unauthorized and will not be paid for under the provisions of the contract. Work so done may be ordered removed or replaced at the Contractor's expense. Upon failure on the part of the Contractor to comply forthwith with any order of the Engineer made under the provisions of this subsection, the Engineer will have authority to cause unacceptable work to be remedied or removed and replaced and unauthorized work to be removed and to deduct the costs (incurred by the Owner) from any monies due or to become due the Contractor. 50-11 LOAD RESTRICTIONS. The Contractor shall comply with all legal load restrictions in the hauling of materials on public roads beyond the limits of the work. A special permit will not relieve the Contractor of liability for damage which may result from the moving of material or equipment. The operation of equipment of such weight or so loaded as to cause damage to structures or to any other type of construction will not be permitted. Hauling of materials over the base course or surface course under construction shall be limited as directed. No loads will be permitted on a concrete pavement, base, or structure before the expiration of the curing period. The Contractor shall be responsible for all damage done by his/her hauling equipment and shall correct such damage at his/her own expense. 50-5 7/92 SECTION 50 - CONTROL OF WORK 50-12 MAINTENANCE DURING CONSTRUCTION. The Contractor shall maintain the work during construction and until the work is accepted. This maintenance shall constitute continuous and effective work prosecuted day by day, with adequate equipment and forces so that the work is maintained in satisfactory condition at all times. In the case of a contract for the placing of a course upon a course or subgrade previously constructed, the Contractor shall maintain the previous course or subgrade during all construction operations. All costs of maintenance work during construction and before the project is accepted shall be included in the unit prices bid on the various contract items, and the Contractor will not be paid an additional amount for such work. 50-13 FAILURE TO MAINTAIN THE WORK. Should the Contractor at any time fail to maintain the work as provided in the subsection titled MAINTENANCE DURING CONSTRUCTION of this section, the Engineer shall immediately notify the Contractor of such noncompliance. Such notification shall specify a reasonable time within which the Contractor shall be required to remedy such unsatisfactory maintenance condition. The time specified will give due consideration to the exigency that exists. Should the Contractor fail to respond to the Engineer's notification, the Engineer may suspend any work necessary for the Owner to correct such unsatisfactory maintenance condition, depending on the exigency that exists. Any maintenance cost incurred by the Owner, shall be deducted from monies due or to become due the Contractor. 50-14 PARTIAL ACCEPTANCE. If at any time during the prosecution of the project the Contractor substantially completes a usable unit or portion of the work, the occupancy of which will benefit the Owner, he may request the Engineer to make final inspection of that unit. If the Engineer finds upon inspection that the unit has been satisfactorily completed in compliance with the contract, he may accept it as being completed, and the Contractor may be relieved of further responsibility for that unit. Such partial acceptance and beneficial occupancy by the Owner shall not void or alter any provision of the contract. 50-15 FINAL ACCEPTANCE. Upon due notice from the Contractor of presumptive completion of the entire project, the Engineer and Owner will make an inspection. If all construction provided for and contemplated by the contract is found to be completed in 7/92 SECTION 50 - CONTROL OF WORK accordance with the contract, plans, and specifications, such inspection shall constitute the final inspection. The shall notify the Contractor in writing of final acceptance as .o 'the date of the final inspection. If, however, the inspection discloses any work, in whole or in part, as being unsatisfactory, the Engineer will give the Contractor the necessary instructions for correction of same and the Contractor shall immediately comply with and execute such instructions. Upon correction of the work, another inspection will be made which shall constitute the final inspection, provided the work has been satisfactorily completed. In such event, the Engineer will make the final acceptance and notify the Contractor in writing of this acceptance as of the date of final inspection. 50-16 CLAIMS FOR ADJUSTMENT AND DISPUTES. If for any reason the Contractor deems that additional compensation is due him for work or materials not clearly provided for in the contract, plans, or specifications or previously authorized as extra work, he shall notify the Engineer in writing of his/her intention to claim such additional compensation before he begins the work on which he bases the claim. If such notification is not given or the Engineer is not afforded proper opportunity by the Contractor for keeping strict account of actual cost as required, then the Contractor hereby agrees to waive any claim for such additional compensation. Such notice by the Contractor and the fact that the Engineer has kept account of the cost of the work shall not in any way be construed as proving or substantiating the validity of the claim. When the work on which the claim for additional compensation is based has been completed, the Contractor shall, within 10 calendar days, submit his/her written claim to the Engineer who will present it to the Owner for consideration in accordance with local laws or ordinances. Nothing in this subsection shall be construed as a waiver of the Contractor's right to dispute final payment based on differences in measurements or computations. END OF SECTION 50 50-7 7/92 SECTION 60 - CONTROL OF MATERIALS 60-01 SOURCE OF SUPPLY AND QUALITY REQUIREMENTS. The materials used on the work shall conform to the requirements of the contract, plans, and specifications. Unless otherwise specified, such materials that are manufactured or processed shall be new (as compared to used or reprocessed). In order to expedite the inspection and testing of materials, the Contractor shall furnish complete statements to the Engineer as to the origin, composition, and manufacture of all materials to be used in the work. Such statements shall be furnished promptly after execution of the contract but, in all cases, prior to delivery of such materials. At the Engineer's option, materials may be approved at the source of supply before delivery is stated. If it is found after trial that sources of supply for previously approved materials do not produce specified products, the Contractor shall furnish materials from other sources. The Contractor shall furnish airport lighting equipment that conforms to the requirements of cited materials specifications. In addition, where an FAA specification for airport lighting equipment is cited in the plans or specifications, the Contractor shall furnish such equipment that is: a. Listed in FAA Advisory Circular (AC) 150/5345-1, Approved Airport Equipment, that is in effect on the date of advertisement; and, b. Produced by the manufacturer qualified (by FAA) to produce such specified and listed equipment. 60-02 SAMPLES, TESTS, AND CITED SPECIFICATIONS. All materials used in the work shall be inspected, tested, and approved by the Engineer before incorporation in the work. Any work in which untested materials are used without approval or written permission of the Engineer shall be performed at the Contractor's risk. Materials found to be unacceptable and unauthorized will not be paid for and, if directed by the Engineer, shall be removed at the Contractor's expense. Unless otherwise designated, tests in accordance with the cited standard methods of AASHTO or ASTM which are current on the date of advertisement for bids will be made by and at the expense of the Owner. Samples will be taken by a qualified representative of the Owner. All materials being used are subject to inspection, test, or rejection at any time prior to or during incorporation into the work. Copies of all tests will be furnished to the Contractor's representative at his/her request. 60-1 2/97 60-03 CERTIFICATION OF COMPLIANCE. The Engineer may permit the use, prior to sampling and testing, of certain materials or assemblies when accompanied by manufacturer's certificates of compliance stating that such materials or assemblies fully comply with the requirements of the contract. The certificate shall be signed by the manufacturer. Each lot of such materials or assemblies delivered to the work must be accompanied by a certificate of compliance in which the lot is clearly identified. Materials or assemblies used on the basis of certificates of compliance may be sampled and tested at any time and if found not to be in conformity with contract requirements will be subject to rejection whether in place or not. The form and distribution of certificates of compliance shall be as approved by the Engineer. When a material or assembly is specified by "brand name or equal" and the Contractor elects to furnish the specified "brand name," the Contractor shall be required to furnish the manufacturer's certificate of compliance for each lot of such material or assembly delivered to the work. Such certificate of compliance shall_ clearly identify each lot delivered and shall certify as to: a. Conformance to the specified performance, testing, quality or dimensional requirements; and, b. Suitability of the material or assembly for the use intended in the contract work. Should the Contractor propose to furnish an "or equal" material or assembly, he shall furnish the manufacturer's certificates of compliance as hereinbefore described for the specified brand name material or assembly. However, the Engineer shall be the sole judge as to whether the proposed "or equal" is suitable for use in the work. The Engineer reserves the right to refuse permission for use of materials or assemblies on the basis of certificates of compliance. 60-04 PLANT INSPECTION. The Engineer or his/her authorized representative may inspect, at its source, any specified material or assembly to be used in the work. Manufacturing plants may be inspected from time to time for the purpose of determining compliance with specified manufacturing methods or materials to be used in the work and to obtain samples required for his/her acceptance of the material or assembly. 2/97 t_J SECTION 60 - CONTROL OF MATERIALS Should the Engineer conduct plant inspections, the following conditions shall exist: =° a. The Engineer shall have the cooperation and assistance of the Contractor and the producer with whom he has contracted for materials. b. The Engineer shall have full entry at all reasonable -' times to such parts of the plant that concern the manufacture or production of the materials being furnished. C. If required by the Engineer, the Contractor shall arrange for adequate office or working space that may be reasonably needed for conducting plant inspections. Office or working space should be conveniently located with respect to the plant. It is understood and agreed that the Owner shall have the right to retest any material which has been tested and approved at the source of supply after it has been delivered to the site. The Engineer shall have the right to reject only material which, when retested, does not meet the requirements of the contract, plans, or specifications. 60-05 ENGINEER'S FIELD OFFICE AND LABORATORY. When specified and provided for as a contract item, the Contractor shall furnish a building for the exclusive use of the Engineer as a field office and field testing laboratory. The building shall be furnished and maintained by the Contractor as specified herein and shall become property of the Contractor when the contract work is completed. 60-06 STORAGE OF MATERIALS. Materials shall be so stored as to assure the preservation of their quality and fitness for the work. Stored materials, even though approved before storage, may again be inspected prior to their use in the work. Stored materials shall be located so as to facilitate their prompt inspection. The Contractor shall coordinate the storage of all materials with the Engineer. Materials to be stored on airport property shall not create an obstruction to air navigation nor shall they interfere with the free and unobstructed movement of aircraft. Unless otherwise shown on the plans, the storage of materials and the location of the Contractor's plant and parked equipment or vehicles shall be as directed by the Engineer. Private property shall not be used for storage purposes without written permission of the Owner or lessee of such property. The Contractor shall make all arrangements and bear all expenses for the storage of materials on private property. Upon request, the Contractor shall furnish the Engineer a copy of the property Owner's permission. 60-3 2/97 SECTION 60 - CONTROL OF MATERIALS All storage sites on private or airport property shall be restored to their original condition by the Contractor at his/her entire expense, except as otherwise agreed to (in writing) by the Owner or lessee of the property. 60-07 UNACCEPTABLE MATERIALS. Any material or assembly that does not conform to the requirements of the contract, plans, or specifications shall be considered unacceptable and shall be rejected. The Contractor shall remove any rejected material or assembly from the site of the work, unless otherwise instructed by the Engineer. No rejected material or assembly, the defects of which have been corrected by the Contractor, shall be returned to the site of the work until such time as the Engineer has approved -its use in the work. 60-08 OWNER FURNISHED MATERIALS. The Contractor shall furnish all materials required to complete the work, except those specified herein (if any) to be furnished by the Owner. Owner -furnished materials shall be made available to the Contractor at the location specified herein. All costs of handling, transportation from the specified location to the site of work, storage, and installing Owner -furnished materials shall be included in the unit price bid for the contract item in which such Owner -furnished material is used. After any Owner -furnished material has been delivered to the AI location specified, the Contractor shall be responsible for any demurrage, damage, loss, or other deficiencies which may occur (j during the Contractor's handling, storage, or use of such Owner- furnished material. The Owner will deduct from any monies due or to become due the Contractor any cost incurred by the Owner in making -':'good such loss due to the Contractor's handling, storage, or use of`=Owner-furnished materials. 60-4 2/97 SECTION 60 - CONTROL OF MATERIALS 2/97 SECTION 60 - CONTROL OF MATERIALS END OF SECTION 60 2/97 SECTION 70 - LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC 70-01 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of all Federal and state laws, all local laws, ordinances, and regulations and all orders and decrees of bodies or tribunals having any jurisdiction or authority, which in any manner affect those engaged or employed on the work, or which in any way affect the conduct of the work. He shall at all times observe and comply with all such laws, ordinances, regulations, orders, and decrees; and shall protect and indemnify the Owner and all his/her officers, agents, or servants against any claim or liability arising from or based on the violation of any such law, ordinance, regulation, order, or decree, whether by himself or his/her employees. 70-02 PERMITS, LICENSES, AND TAXES. The Contractor shall procure all permits and licenses, pay all charges, fees, taxes, and give all notices necessary and incidental to the due aricl awful prosecution of the work. 70-03f PATENTED DEVICES, MATERIALS, AND PROCESSES. If the Contractor is required or desires to use any design, device, material, or process covered by letters of patent or copyright, he shall provide for such use by suitable legal agreement with the patentee or Owner. The Contractor and the surety shall indemnify and save harmless the Owner, any third party, or political subdivision from any and all claims for infringement by reason of the use of any such patented design, device, material or process, or any trademark or copyright, and shall indemnify the Owner for any costs, expenses, and damages which it may be obliged to pay by reason of an infringement, at any time during the prosecution or after the completion of the work. 70-04 RESTORATION OF SURFACES DISTURBED BY OTHERS. The Owner reserves the right to authorize the construction, reconstruction, or maintenance of any public or private utility service, FAA or National Oceanic and Atmospheric Administration (NOAA) facility, or a utility service of another government agency at any time during the progress of the work. the Contractor shall not permit any individual",firm, or corporation to excavate or otherwise disturb such utility services or facilities located within the limits of the work without the written permission of the Engineer. 70-1 7/92 SECTION 70 - LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC FACILITIES AND UTILITIES FACILITY PERSON TO CONTACT OR UTILITY (NAME AND TITLE) TELEPHONE Airways Facility Sector National Weather Services FAA Control Tower Airport Facilities Lubbock Power and Light Southwestern Bell ENERGAS Wendell Day Andy Anderson Alberto Ferran Quentin Thomas Deputy Director - Of Aviation 806-766-6401 806-745-4926 806-766-6503 806-767-2036 806-767-2509 800-464-7928 806-761-7131 DIGTESS 800-344-8377 Contact to utility companies (except water and sewer) to mark services lines. Should the owner of public or private utility service, FAA, or NOAA facility, or a utility service of another government agency be authorized to construct, reconstruct, or maintain work, the Contractor shall cooperate with such owners by arranging and performing the work in this contract so as to facilitate such construction, reconstruction or maintenance by others whether or not such work by others is listed in this subsection. When ordered as extra work by the Engineer, the Contractor shall make all necessary repairs to the work which are due to such authorized work by others, unless otherwise provided for in the contract, plans, or specifications. It is understood and agreed that the Contractor shall not be entitled to make any claim for damages due to such authorized work by others or for any delay to the work resulting from such authorized work. 70-05 FEDERAL AID PARTICIPATION. For AIP contracts, the United States Government has agreed to reimburse the Owner for some portion of the contract costs. Such reimbursement is made from time to time upon the Owner's (Sponsor's) request to the FAA. In consideration of the United States Government's (FAA's) agreement with the Owner, the Owner has included provisions in this contract pursuant to the requirements of the Airport Improvement Act of 70-2 7/92 H SECTION 70 - LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC 1982, as amended by the Airport and Airway Safety and Capacity Expansion Act of 1987, and the Rules and Regulations of the FAA that pertain to the work. As required by the Act, the contract work is subject to the inspection and approval of duly authorized representatives of the Administrator, FAA, and is further subject to those provisions of the rules and regulations that are cited in the contract, plans, or specifications. No requirement of the Act, the rules and regulations implementing the Act, or this contract shall be construed as making the Federal Government a party to the contract nor will any such requirement 1 interfere, in any way, with the rights of either party to the contract. 70-06 SANITARY, HEALTH, AND SAFETY PROVISIONS. The Contractor shall provide and maintain in a neat, sanitary condition such accommodations for the use of his/her employees as may be necessary to comply with the. requirements of the state and local Board of Health, or of other bodies or tribunals having jurisdiction. Attention is directed to Federal, state, and local laws, rules and regulations concerning construction safety and health standards. The Contractor shall not require any worker to work in surroundings or under conditions which are unsanitary, hazardous, or dangerous to his/her health or safety. 70-07 PUBLIC CONVENIENCE AND SAFETY. The Contractor shall control his/her operations and those of his/her subcontractors and all suppliers, to assure the least inconvenience to the traveling public. Under all circumstances, safety shall be the most important consideration. 70-3 7/92 SECTION 70 - LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC The Contractor shall maintain the free and unobstructed movement of aircraft and vehicular traffic with respect to his/her own operations and those of his/her subcontractors and all suppliers in accordance with the subsection titled MAINTENANCE OF TRAFFIC of Section 40 hereinbefore specified and shall limit such operations for the convenience and safety of the traveling public as specified in the subsection titled LIMITATION OF OPERATIONS of Section 80 hereinafter. 70-08 BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS. The Contractor shall furnish, erect, and maintain all barricades, warning signs, and markings for hazards necessary to protect the public and the work. When used during periods of darkness, such barricades, warning signs, and hazard markings shall be suitably illuminated. For vehicular and pedestrian traffic, the Contractor shall furnish, erect, and maintain barricades, warning signs, lights and other traffic control devices in reasonable conformity with the Manual of Uniform Traffic Control Devices for Streets and Highways (published by the United States Government Printing Office). When the work requires closing an air operations area of the airport or portion of such area, the Contractor shall furnish, erect, and maintain temporary markings and associated lighting conforming to the requirements of AC 150/5340-1, "Marking of Paved Areas on Airports". The Contractor shall furnish, erect, and maintain markings and associated lighting of open trenches, excavations, temporary stock piles, and his/her parked construction equipment that may be hazardous to the operation of emergency fire -rescue or maintenance vehicles on the airport in reasonable conformance to AC 150/5370- 2D, "Operational Safety on Airports During Construction". The Contractor shall identify each motorized vehicle or piece of construction equipment in reasonable conformance to AC 150/5370-2. The Contractor shall furnish and erect all barricades, warning signs, and markings for hazards prior to commencing work which requires such erection and shall maintain the barricades, warning signs, and markings for hazards until their dismantling is directed by the Engineer. Open -flame type lights shall not be permitted within the air operations areas of the airport. 70-09 USE OF EXPLOSIVES. When the use of explosives is necessary for the prosecution of the work, the Contractor shall exercise the utmost care not to endanger life or property, 70-4 7/92 SECTION 70 - LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC including new work. The Contractor shall be responsible for all damage resulting from the use of explosives. All explosives shall be stored in a secure manner in compliance with all laws and ordinances, and all such storage places shall be clearly marked. Where no local laws or ordinances apply, storage shall be provided satisfactory to the Engineer and, in general, not closer than 1,000 feet (300 m) from the work or from any building, road, or other place of human occupancy. The Contractor shall notify each property owner and public utility company having structures or facilities in proximity to the site of the work of his/her intention to use explosives. Such notice shall be given sufficiently in advance to enable them to take such steps as they may deem necessary to protect their property from injury. The use of electrical blasting caps shall not be permitted on or within 1,000 feet (300 m) of the airport property. __. 70-10 PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPE. The Contractor shall be responsible for the preservation of all public and private property, and shall protect carefully from disturbance or damage all land monuments and property markers until the Engineer has witnessed or otherwise referenced their location and shall not move them until directed. The Contractor shall be responsible for all damage or injury to property of any character, during the prosecution of the work, resulting from any act, omission, neglect, or misconduct in his/her manner or method of executing the work, or at any time due to defective work or materials, and said responsibility will not be released until the project shall have been completed and accepted. When or where any direct or indirect damage or injury is done to public or private property by or on account of any act, omission, neglect, or misconduct in the execution of the work, or in consequence of the nonexecution-thereof by the Contractor, he shall restore, at his/her own expense, such property to a condition similar or equal to that existing before such damage or injury was done, by repairing, or otherwise restoring as may be directed, or he shall make good such damage or injury in an acceptable manner. 70-11 RESPONSIBILITY FOR DAMAGE CLAIMS. The Contractor shall indemnify and save harmless the Engineer and the Owner and their officers, and employees from all suits, actions, or claims of any character brought because of any injuries or damage received or sustained by any person, persons, or property on account of the operations of the Contractor; or on account of or in consequence of any neglect in safeguarding the work; or through use of unacceptable materials in constructing the work; or because of any 70-5 7/92 SECTION 70 - LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC act or omission, neglect, or misconduct of said Contractor; or because of any claims or amounts recovered from any infringements of patent, trademark, or copyright; or from any claims or amounts arising or recovered under the "Workmen's Compensation Act", or any other law, ordinance, order, or decree. Money due the Contractor under and by virtue of his/her contract as may be considered necessary by the Owner for such purpose may be retained for the use of the Owner or, in case no money is due, his/her surety may be held until such suit or suits, action or actions, claim or claims for injuries or damages as aforesaid shall have been settled and suitable evidence to that effect furnished to the Owner, except that money due the Contractor will not be withheld when the Contractor produces satisfactory evidence that he is adequately protected by public liability and property damage insurance. 70-12 THIRD PARTY BENEFICIARY CLAUSE. It is specifically agreed between the parties executing the contract that it is not intended by any of the provisions of any part of the contract to create the public or any member thereof a third party beneficiary or to authorize anyone not a party to the contract to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of the contract. 70-13 OPENING SECTIONS OF THE WORK TO TRAFFIC. Should it be (� necessary for the Contractor to complete portions of the contract work for the beneficial occupancy of the Owner prior to completion of the entire contract, such "phasing" of the work shall be , specified herein and indicated on the plans. When so specified, the Contractor shall complete such portions of the work on or before the date specified or as otherwise specified. The Contractor shall make his/her own estimate of the difficulties (� involved in arranging his/her work to permit such beneficial LJ occupancy by the Owner.` on the plans, such portion may be accepted by the Owner in accordance with the subsection titled PARTIAL ACCEPTANCE of Section 50, if such Work is to be used. No portion of the work may be opened by the Contractor for public U use until ordered by the Engineer in writing. Should it become necessary to open a portion of the work to public traffic on a temporary or intermittent basis, such openings shall be made when, in the opinion of the Engineer, such portion of the work is in an acceptable condition to support the intended traffic. Temporary or intermittent openings are considered to be inherent in the work and l� shall not constitute either acceptance of the portion of the work J so opened or a waiver of any provision of the contract. Any damage r 70-6 7/92 1 _ 1�J I SECTION 70 - LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC to the portion of the work so opened that is not attributable to traffic which is permitted by the Owner shall be repaired by the Contractor at his/her expense. The Contractor shall make his/her own estimate of the inherent difficulties involved in completing the work under the conditions herein described and shall not claim any added compensation by reason of delay or increased cost due to opening a portion of the contract work. 70-14 CONTRACTOR'S RESPONSIBILITY FOR WORK. Until the Engineer's final written acceptance of the entire completed work, excepting only those portions of the work accepted in accordance with the subsection titled PARTIAL ACCEPTANCE of Section 50, the Contractor shall have the charge and care thereof and shall take every precaution against injury or damage to any part due to the action of the elements or from any other cause, whether arising from the execution or from the nonexecution of the work. The Contractor shall rebuild, repair, restore, and make good all injuries or damages to any portion of the work occasioned by any of the above causes before final acceptance and shall bear the expense thereof.1-0 If the work is suspended for any cause whatever, the Contractor shall be responsible for the work and shall take such precautions necessary to prevent damage to the work. The Contractor shall provide for normal drainage and shall erect necessary temporary structures, signs, or other facilities at his/her expense. During such :period of suspension of work, the Contractor shall properly and continuously maintain in an acceptable growing condition all living material in newly established planting, seedings, and soddings furnished under his/her contract, and shall take adequate precautions to protect new tree growth and other important vegetative growth against injury. 70-15 CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS. As provided in the subsection titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section, the Contractor shall cooperate with the owner of any public or private utility service, FAA or NOAA, or a utility service of another government agency that may be authorized by the Owner to construct, reconstruct or maintain such utility services or facilities during the progress of the work. In addition, the Contractor shall control his/her operations to prevent the unscheduled interruption of such utility services and facilities. To the extent that such public or private utility services, FAA, or NOAA facilities, or utility services of another governmental agency are known to exist within the limits of the contract work, the approximate locations have been indicated on the plans. 70-7 7/92 SECTION 70 - LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC It is understood and agreed that the Owner does not guarantee the accuracy or the completeness of the location information relating to existing utility services, facilities, or structures that may be shown on the plans or encountered in the work. Any inaccuracy or omission in such information shall not relieve the Contractor of his/her responsibility to protect such existing features from damage or unscheduled interruption of service. It is further understood and agreed that the Contractor shall, upon execution of the contract, notify the owners of all utility services or other facilities of his/her plan of operations. Such notification shall be in writing addressed to THE PERSON TO CONTACT as provided hereinbefore in this subsection and the subsection titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section. A copy of each notification shall be given to the Engineer. In addition to the general written notification hereinbefore provided, it shall be the responsibility of the Contractor to keep such individual owners advised of changes in his/her plan of operations that would affect such owners. Prior to commencing the work in the general vicinity of an existing utility service or facility, the Contractor shall again notify each such owner of his/her plan of operation. If, in the Contractor's opinion, the owner's assistance is needed to locate the utility service or facility or the presence of a representative of the owner is desirable to observe the work, such advice should be included in the notification. Such notification shall be given by the most expeditious means to reach the utility owner's PERSON TO CONTACT no later than two normal business days prior to the Contractor's commencement of operations in such general vicinity. The Contractor shall furnish a written summary of the notification to the -Engineer. The Contractor's failure to give the two day's notice herein above provided shall be cause for the Engineer to suspend the Contractor's operations in the general vicinity of a utility service or facility. Where the outside limits of an underground utility service have been located and staked on the ground, the Contractor shall be required to use excavation methods acceptable to the Engineer within 3 feet (90 cm) of such outside limits at such points as may be required to ensure protection from damage due to the Contractor's operations. SECTION 70 - LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC Should the Contractor damage or interrupt the operation of a -- utility service or facility by accident or otherwise, he shall immediately notify the proper authority and the Engineer and shall -' take all reasonable measures to prevent further damage or interruption of service. The Contractor, in such events, shall cooperate with the utility service or facility owner and the Engineer continuously until such damage has been repaired and service restored to the satisfaction of the utility or facility owner. �.. The Contractor shall bear all costs of damage and restoration of . service to any utility service or facility due to his/her operations whether or not due to negligence or accident. The contract Owner reserves the right to deduct such costs from any monies due or which may become due the Contractor, or his/her surety. 70-16 FURNISHING RIGHTS -OF -WAY. The Owner will be responsible for furnishing all rights -of -way upon which the work is to be constructed in advance of the Contractor's operations. 70-17 PERSONAL LIABILITY OF PUBLIC OFFICIALS. In carrying out any of the contract provisions or in exercising any power or authority granted to him by this contract, there shall be no liability upon the Engineer, his/her authorized representatives, or any officials of the Owner either personally or as an official of the Owner. It is understood that in such matters they act solely as agents and.representatives of the Owner. 70-18 NO WAIVER OF LEGAL RIGHTS. Upon completion of the work, the Owner will expeditiously make final inspection and notify the Contractor of final acceptance. Such final acceptance, however, shall not preclude or stop the Owner from correcting any measurement, estimate, or certificate made before or after completion of the work, nor shall the Owner_ be precluded or estopped from recovering from the Contractor or his/her surety, or both, such overpayment as may be sustained, or by failure on the part of the Contractor to fulfill his/her obligations under the contract. A waiver on the part of the Owner of any breach of any part of the contract shall not be held to be a waiver of any other or subsequent breach. The Contractor, without prejudice to the terms of the contract, shall be liable to the Owner for latent defects, fraud, or such gross mistakes as may amount to fraud, or as regards the Owner's rights under any warranty or guaranty. 70-19 ENVIRONMENTAL PROTECTION. The Contractor shall comply with all Federal, state, and local laws and regulations controlling pollution of the environment. He shall take necessary precautions 70-9 7/92 SECTION 70 - LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC to prevent pollution of streams, lakes, ponds, and reservoirs with fuels, oils, bitumens, chemicals, or other harmful materials and to prevent pollution of the atmosphere from particulate and gaseous matter. 70-20 ARCHAEOLOGICAL AND HISTORICAL FINDINGS. Unless otherwise specified in this subsection, the Contractor is advised that the site of the work is not within any property, district, or site, and does not contain any building, structure, or object listed in the current National Register of Historic Places published by the United States Department of Interior. Should the Contractor encounter, during his/her operations, any building, part of a building, structure, or object which is incongruous with its surroundings, he shall. immediately cease operations in that location and notify the Engineer. The Engineer will immediately investigate the Contractor's finding and will direct the Contractor to either resume his/her operations or to suspend operations as directed. Should the Engineer order suspension of the Contractor's operations in order to protect an archaeological or historical finding, or order the Contractor to perform extra work, such shall be covered - by an appropriate contract modification (change order or supplemental agreement) as provided in the subsection titled EXTRA WORK of Section 40 and the subsection titled PAYMENT FOR EXTRA WORK AND FORCE ACCOUNT WORK of Section 90. If appropriate, the contract modification shall include an extension of contract time in accordance with the subsection titled DETERMINATION AND EXTENSION OF CONTRACT TIME of Section 80. END OF SECTION 70 70-10 7/92 SECTION 80 - PROSECUTION AND PROGRESS Rev. 6/97 80-01 SUBLETTING OF CONTRACT. The Owner will not recognize any subcontractor on the work. The Contractor shall at all times when work is in progress be represented either in person, by a qualified superintendent, or by other designated, qualified representative who is duly authorized to receive and execute orders of thRM e 1 Engineer. Should the Contractor elect to assign his/her contract, said assignment shall be concurred in by the surety, shall be presented for the consideration and approval of the Owner, and shall be consummated only on the written approval of the Owner. In case of approval, the Contractor shall file copies of all subcontracts with t the Engineer. 80-02 NOTICE TO PROCEED. The notice to proceed shall state the date on which it is expected the Contractor will begin the construction and from which date contract time will be charged. The Contractor shall begin the work to be performed under the contract within 10 days of the date set by the in the written notice to proceed, but in any event, the Contractor shall notify the Engineer at least 0 hours in advance of the time actual construction operations will begin. 80-03 PROSECUTION AND PROGRESS. Unless otherwise specified, the Contractor shall submit his/her progress schedule for the Engineer's approval.; £ , The Contractor's progress scie Wc. MIMI# approve y e g Y}` y �b n sneer, may be used to establish major construction operations and to check on the progress of the work. The Contractor shall provide sufficient materials, equipment, and labor to guarantee the completion of the project in accordance with the plans and specifications within the r-, time set forth in the proposal. If the Contractor falls significantly behind the submitted schedule, the Contractor shall, upon the Engineer's request, submit a revised schedule for completion of the work within the contract time and modify his/her operations to provide such additional materials, equipment, and labor necessary to meet the revised schedule. Should the prosecution of the work be discontinued for any reason, the Contractor shall notify the Engineer at least hours in advance of resuming operations. For AIP contracts, the Contractor shall not commence any actual construction prior to the date on which the notice to proceed is issued by the Owner. 80-04 LIMITATION OF OPERATIONS. The Contractor shall control his/her operations and the operations of his/her subcontractors and 80-1 SECTION 80 - PROSECUTION AND PROGRESS Rev. 6/97 all suppliers so as to provide for the free and unobstructed movement of aircraft in the AIR OPERATIONS AREAS of the airport. When the work requires the Contractor to conduct his/her operations 1 within an AIR OPERATIONS AREA of the airport, the work shall be coordinated with airport management (through the Engineer) at least 48 hours prior to commencement of such work. The Contractor shall , not close an AIR OPERATIONS AREA until so authorized by the Engineer and until the necessary temporary marking and associated lighting is in place as provided in the subsection titled BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS of Section 70. When the contract work requires the Contractor to work within an AIR OPERATIONS AREA of the airport on an intermittent basis (intermittent j opening and closing of the AIR OPERATIONS AREA), the Contractor shall maintain constant communications as hereinafter specified; immediately obey all instructions to vacate the AIR OPERATIONS AREA; immediately obey all instructions to resume work in such AIR ) OPERATIONS AREA. Failure to maintain the specified communications or to obey instructions shall be cause for suspension of the Contractor's operations in the AIR OPERATIONS AREA until the satisfactory conditions are provided. The following AIR OPERATIONS AREA (AOA) cannot be closed to operating aircraft to permit the Contractor's operations on a continuous basis and will therefore be { closed to aircraft operations intermittently as follows: 80-05 CHARACTER OF WORKERS, METHODS, AND EQUIPMENT. The Contractor shall, at all times, employ sufficient labor and equipment for prosecuting the work to full completion in the manner and time required by the contract, plans, and specifications. All workers shall have sufficient skill and experience to perform properly the work assigned to them. Workers engaged in special work or skilled work shall have sufficient experience in such work and in the operation of the equipment required to perform the work satisfactorily. 80-2 SECTION 80 - PROSECUTION AND PROGRESS Rev. 6/97 All equipment which is proposed to be used on the work shall be of sufficient size and in such mechanical condition as to meet requirements of the work and to produce a satisfactory quality of work. Equipment used on any portion of the work shall be such that no injury to previously completed work, adjacent property, or existing airport facilities will result from its use. When the methods and equipment to be used by the Contractor in accomplishing the work are not prescribed in the contract, the Contractor is free to use any methods or equipment that will accomplish the work in conformity with the requirements of the contract, plans, and specifications. When the contract specifies the use of certain methods and equipment, such methods and equipment shall be used unless others are authorized by the Engineer. If the Contractor desires to use a method or type of equipment other than specified in the contract, he may request authority from the Engineer to do so. The request shall be in writing and shall include a full description of the methods and equipment proposed and of the reasons for desiring to make the change. If approval is given, it will be on.the condition that the Contractor will be fully responsible for producing work in conformity with contract requirements. If, after trial use of the substituted methods or equipment, the Engineer determines that the work produced does not meet contract requirements, the Contractor shall discontinue the use of the substitute method or equipment and shall complete the remaining work with the specified methods and equipment. The Contractor shall remove any deficient work and replace it with work of specified quality, or take such other corrective action as the Engineer may direct. No change will be made in basis of payment for the contract items involved nor in contract time as a result of authorizing a change in methods or equipment under this subsection. 80-06 TEMPORARY SUSPENSION OF THE WORK. The Engineer shall have the authority to suspend the work wholly, or in part, for such 80-3 SECTION 80 - PROSECUTION AND PROGRESS Rev. 6/97 period or periods as he may deem necessary, due to unsuitable weather, or such other conditions as are considered unfavorable for the prosecution of the work, or for such time as is necessary due to the failure on the part of the Contractor to carry out orders given or perform any or all provisions of the contract. In the event that the Contractor is ordered by the Engineer, in writing, to suspend work for some unforeseen cause not otherwise provided for in the contract and over which the Contractor has no control, the Contractor may be reimbursed for actual money expended on the work during the period of shutdown. No allowance will be made for anticipated profits. The period of shutdown shall be computed from the effective date of the Engineer's order to suspend work to the effective date of the Engineer's order to resume the work. Claims for such compensation shall be filed with the Engineer within the time period stated in the Engineer's order to resume work. The Contractor shall submit with his/her claim information substantiating the amount shown on the claim. The Engineer will forward the Contractor's claim to the Owner for consideration in accordance with local laws or ordinances. No provision of this article shall be construed as entitling the Contractor to compensation for delays due to inclement weather, for suspensions made at the request of the Contractor, or for any other delay provided for in the contract, plans, or specifications. If it should become necessary to suspend work for an indefinite period, the Contractor shall store all materials in such manner that they will not become an obstruction nor become damaged in any way. He shall take every precaution to prevent damage or deterioration of the work performed and provide for normal drainage of the work. The Contractor shall erect temporary structures where necessary to provide for traffic on, to, or from the airport. 80-07 DETERMINATION AND EXTENSION OF CONTRACT TIME. The number of calendar or working days allowed for completion of the work shall be stated in the proposal and contract and shall be known as the CONTRACT TIME. Should the contract time require extension for reasons beyond the Contractor's control, it shall be adjusted as follows: a. CONTRACT TIME based on WORKING DAYS shall be calculated weekly by the Engineer. The Engineer will furnish the Contractor a copy of his/her weekly statement of the number of working days charged against the contract time during the week and the number of working days currently specified for completion of the contract (the original contract time plus the number of working 80-4 SECTION 80 - PROSECUTION AND PROGRESS Rev. 6/97 days, if any, that have been included in approved CHANGE ORDERS or SUPPLEMENTAL AGREEMENTS covering EXTRA WORK). The Engineer shall base his/her weekly statement of contract time charged on the following considerations: (1) No time shall be charged for days on which the Contractor is unable to proceed with the principal item of work under construction at the time for at least 6 hours with the normal work force employed on such principal item. Should the normal work force be on a double -shift, 12 hours shall be used. Should the normal work force be on a triple - shift, 18 hours shall apply. Conditions beyond the Contractor's control such as strikes, lockouts, unusual delays in transportation, temporary suspension of the principal item of work under construction or temporary suspension of the entire work which have been ordered by the Engineer for reasons not the fault of the Contractor, shall not be charged against the contract time. - (2) The Engineer will not make charges against the contract time prior to the effective date of the notice to proceed. (3) The Engineer will begin charges against the contract time on the first working day after the effective date of the notice to proceed. (4) The Engineer will not make charges against the contract time after the date of final acceptance as defined in the subsection titled FINAL ACCEPTANCE of Section 50. (5) The Contractor will be allowed 1 week in which to file a written protest setting forth his/her objections to the Engineer's weekly statement. If no objection is filed within such specified time, the weekly statement shall be considered as �+ acceptable to the Contractor. The contract time (stated in the proposal) is based on the originally estimated quantities as described in the subsection titled INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES of Section 20. Should the satisfactory completion of the contract require performance of work in greater quantities than those estimated in the proposal, the contract time shall be increased in the same 80-5 SECTION 80 - PROSECUTION AND PROGRESS Rev. 6/97 proportion as the extended contract total amount of the actually completed quantities bears to the extended contract total amount of the originally estimated quantities in the proposal. Such increase in contract time shall not consider either the cost of work or the extension of contract time that has been covered by change order or supplemental agreement and shall be made at the time of final payment. b. CONTRACT TIME based on CALENDAR DAYS shall consist of the number of calendar days stated in the contract counting from the effective date of the notice -to -proceed and including all Saturdays, Sundays, holidays, and non -work days.t SECTION 80 - PROSECUTION AND PROGRESS Rev. 6/97 At the time of final payment, the contract time shall be increased in the same proportion as the cost of the actually completed quantities bears to the cost of the originally estimated quantities in the proposal. Such increase in the contract time shall not consider either cost of work or the extension of contract time that has been covered by the change order or supplemental agreement. Charges against the contract time will cease as of the date i:}1:{isliiiiii::ti:{ii:Y+{iiii:�i:::Ilii::1:$i si{{isY?::�:iy:.::::::Y.:4:i�2�ry::fi<i itLi_:.................................................................................................... C. When the contract time is a specified completion date, it shall be the date on which all contract work shall be substantially completed. If the Contractor finds it impossible for reasons beyond his/her control to complete the work within the contract time as specified, or as extended in accordance with the provisions of this subsection, he may, at any time prior to the expiration of the contract time as extended, make a written request to the Engineer for an extension of time setting forth the reasons which he believes will justify the granting of his/her request. The Contractor's plea that insufficient time was specified is not a valid reason for extension of time. If the Engineer finds that the work was delayed because of conditions beyond the control and without the fault of the Contractor, he may extend the time for completion in such amount as the conditions justify. The extended time for completion shall then be in full force and effect, the same as though it were the original time for completion. 80-08 FAILURE TO COMPLETE ON TIME. For each calendar day or working day, as specified in the contract, that any work remains uncompleted after the contract time (including all extensions and adjustments as provided in the subsection titled DETERMINATION AND EXTENSION OF CONTRACT TIME of this Section) the sum specified in the contract and proposal as liquidated damages will be deducted from any money due or to become due the Contractor or his/her surety. Such deducted sums shall not be deducted as a penalty but shall be considered as liquidation of a reasonable portion of damages that will be incurred by the Owner should the Contractor fail to complete the work in the time provided in his/her contract. Permitting the Contractor to continue and finish the work or any part of it after the time fixed for its completion, or after the 80-7 SECTION 80 - PROSECUTION AND PROGRESS Rev. 6/97, date to which the time for completion may have been extended, will in no way operate as a waiver on the part of the Owner of any of its rights under the contract. 80-09 DEFAULT AND TERMINATION OF CONTRACT. The Contractor shall be considered in default of his/her contract and such default will be considered as cause for the Owner to terminate the contract for any of the following reasons if the Contractor: a. Fails to begin the work under the contract within the time specified in the "Notice to Proceed," or b. Fails to perform the work or fails to provide sufficient workers, equipment or materials to assure completion of work in accordance with the terms of -the contract, or C. Performs the work unsuitably or neglects or refuses to remove materials or to perform anew such work as may be rejected as unacceptable and unsuitable, or d. Discontinues the prosecution of the work, or e. Fails to resume work which has been discontinued within a reasonable time after notice to do so, or f. Becomes insolvent or is declared bankrupt, or commits any act of bankruptcy or insolvency, or s g. Allows any final judgment to stand against him unsatisfied for a period of 10 days, or h. Makes an assignment for the benefit of creditors, or t=j i. For any other cause whatsoever, fails to carry on the work in an acceptable manner. Should the Engineer consider the Contractor in default of the contract for any reason hereinbefore, he shall immediately give written notice to the Contractor and the Contractor's surety as to the reasons for considering the Contractor in default and the Owner's intentions to terminate the contract. If the Contractor or surety, within a period of 10 days after such notice, does not proceed in accordance therewith, then the Owner will, upon written notification from the Engineer of the facts of such delay, neglect, or default and the Contractor's failure to comply with such notice, have full power and authority without violating the contract, to take the prosecution of the work out of the hands of the Contractor. The Owner may appropriate or use any SECTION 80 - PROSECUTION AND PROGRESS Rev. 6/97 or all materials and equipment that have been mobilized for use in the work and are acceptable and may enter into an agreement for the completion of said contract according to the terms and provisions thereof, or use such other methods as in the opinion of the Engineer will be required for the completion of said contract in an acceptable manner. All costs and charges incurred by the Owner, together with the cost of completing the work under contract, will be deducted from any monies due or which may become due the Contractor. If such expense exceeds the sum which would have been payable under the contract, then the Contractor and the surety shall be liable and shall pay to the Owner the amount of such excess. 80-10 TERMINATION FOR NATIONAL EMERGENCIES. The Owner shall terminate the contract or portion thereof by written notice when the Contractor is prevented from proceeding with the construction contract as a direct result of an Executive Order of the President with respect to the prosecution of war or in the interest of national defense. When the contract, or any portion thereof, is terminated before completion of all items of work in the contract, payment will be made for the actual number of units or items of work completed at the contract price or as mutually agreed for items of work partially completed or not started. No claims or loss of anticipated profits shall be considered. Reimbursement for organization of the work, and other overhead expenses, (when not otherwise included in the contract) and moving equipment and materials to and from the job will be considered, the intent being that an equitable settlement will be made with the Contractor. _a Acceptable materials, obtained or ordered by the Contractor for the work and that are not incorporated in the work shall, at the option of the Contractor, be purchased from the Contractor at actual cost as shown by receipted bills and actual cost records at such points of delivery as may be designated by the Engineer. Termination of the contract or a portion thereof shall neither relieve the Contractor of his/her responsibilities for the completed work nor shall it relieve his/her surety of its obligation for and concerning any just claim arising out of the work performed. END OF SECTION 80 1 SECTION 90 - MEASUREMENT AND PAYMENT 90-01 MEASUREMENT OF QUANTITIES. All work completed under the contract will be measured by the Engineer, or his/her authorized representatives, using United States Customary Units of Measurement or the International System of Units. The method of measurement and computations to be used in determination of quantities of material furnished and of work performed under the contract will be those methods generally recognized as conforming to good engineering practice. Unless otherwise specified, longitudinal measurements for area ?; computations will be made horizontally, and no deductions will be made for individual fixtures (or leave -outs) having an area of 9 square feet (0.8 square meter) or less. Unless otherwise specified, transverse measurements for area computations will be the neat dimensions shown on the plans or ordered in writing by the Engineer. Structures will be measured according to neat lines shown on the plans or as altered to fit field conditions. Unless otherwise specified, all contract items which are measured by the linear foot such as electrical ducts, conduits, pipe culverts, underdrains, and similar items shall be measured parallel to the base or foundation upon which such items are placed. In computing volumes of excavation the average end area method or other acceptable methods will be used. The thickness of plates and galvanized sheet used in the manufacture of corrugated metal pipe, metal plate pipe culverts and arches, and metal cribbing will be specified and measured in decimal fraction of inches. The term "ton" will mean the short ton consisting of 2,000 pounds (907 kilograms) avoirdupois. All materials which are measured or proportioned by weights shall be weighed on accurate, approved scales by competent, qualified personnel at locations designated by the Engineer. If material is shipped by rail, the car weight may be accepted provided that only the actual weight of material be paid for. However, car weights will not be acceptable for material to be passed through mixing plants. Trucks used to haul material being paid for by weight shall be weighed empty daily at such times as the Engineer directs, and each truck shall bear a plainly legible identification mark. Materials to be measured by volume in the hauling vehicle shall be hauled in approved vehicles and measured therein at the point of 90-1 7/92 SECTION 90 - MEASUREMENT AND PAYMENT delivery. Vehicles for this purpose may be of any size or type acceptable to the Engineer, provided that the body is of such shape that the actual contents may be readily and accurately determined. All vehicles shall be loaded to at least their water level capacity, and all loads shall be leveled when the vehicles arrive at the point of delivery. When requested by the Contractor and approved by the Engineer in writing, material specified to be measured by the cubic yard (cubic meter) may be weighed, and such weights will be converted to cubic yards (cubic meters) for payment purposes. Factors for conversion from weight measurement to volume measurement will be determined by the Engineer and shall be agreed to by the Contractor before such method. -of measurement of pay quantities is used. Bituminous materials will be measured by the gallon (liter) or ton (kilogram). When measured by volume, such volumes will be measured at 60 F (15 C) or will be corrected to the volume at 60 F (15 C) using ASTM D 1250 for asphalts or ASTM D 633 for tars. Net certified scale weights or weights based on certified volumes in the case of rail shipments will be used as a basis of measurement, subject to correction when bituminous material has been lost from the car or the distributor, wasted, or otherwise not incorporated in the work. When bituminous materials are shipped by truck or transport, net certified weights by volume, subject to correction for loss or foaming, may be used for computing quantities. Cement will be measured by the ton (kilogram) or hundredweight (kilogram). Timber will be measured by the thousand feet board measure s:, (M.F.B.M.) actually incorporated in the structure. Measurement 4 ' will be based on nominal widths and thicknesses and the extreme length of each piece. The term "lump sum" when used as an item of payment will mean complete payment for the work described in the contract. When a complete structure or structural unit (in effect, "lump sum" work) is specified as the unit of measurement, the unit will be construed to include all necessary fittings and accessories. Rental of equipment will be measured by time in hours of actual working time and necessary traveling time of the equipment within the limits of the work. Special equipment ordered by the Engineer in connection with force account work will be measured as agreed in the change order or supplemental agreement authorizing such force SECTION 90 - MEASUREMENT AND PAYMENT account work as provided in the subsection titled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of this section. When standard manufactured items are specified such as fence, wire, plates, rolled shapes, pipe conduit, etc., and these items are identified by gage, unit weight, section dimensions, etc., such identification will be considered to be nominal weights or dimensions. Unless more stringently controlled by tolerances in cited specifications, manufacturing tolerances established by the industries involved will be accepted. Scales for weighing materials which are required to be proportioned or measured and paid for by weight shall be furnished, erected, and maintained by the Contractor, or be certified permanently installed commercial scales. Scales shall be accurate within one-half percent of the correct weight throughout the range of use. The Contractor shall have the scales checked under the observation of the inspector before beginning work and at such other times as requested. The intervals shall:be uniform in spacing throughout the graduated or marked length of the beam or dial and shall not exceed one -tenth of 1 percent of the nominal rated capacity of the scale, but not less than 1 pound (454 grams). The use of spring balances will not be permitted. Beams,° dials, platforms, and other scale equipment shall be so arranged that the operator and the inspector can safely and conveniently view them. Scale installations shall have available ten standard 50-pound (23 kilogram) weights for testing the weighing equipment or suitable weights and devices for other approved equipment. Scales must be tested for accuracy and serviced before use at a new site. Platform scales shall be installed and maintained with the platform level and rigid bulkheads at each end. Scales "overweighing" (indicating more than correct weight) will not be permitted to operate, and all materials received subsequent to the last previous correct weighing -accuracy test will be reduced by the percentage of error in excess of one-half of 1 percent. _ In the event inspection reveals the scales have been "underweighing" (indicating less than correct weight), they shall be adjusted, and no additional payment to the Contractor will be allowed for materials previously weighed and recorded. All costs in connection with furnishing, installing, certifying, testing, and maintaining scales; for furnishing check weights and 90-3 7/92 r SECTION 90 - MEASUREMENT AND PAYMENT scale house; and for all other items specified in this subsection, for the weighing of materials for proportioning or payment, shall be included in the unit contract prices for the various items of the project. When the estimated quantities for a specific portion of the work are designated as the pay quantities in the contract, they shall be the final quantities for which payment for such specific portion of the work will be made, unless the dimensions of said portions of the work shown on the plans are revised by the Engineer. If revised dimensions result in an increase or decrease in the quantities of such work, the final quantities for payment will be revised in the amount represented by the authorized changes in the dimensions. 90-02 SCOPE OF PAYMENT. The Contractor shall receive and accept compensation provided for in the contract as full payment for furnishing all materials, for performing all work under the contract in a complete and acceptable manner, and for all risk, loss, damage, or expense of whatever character arising out of the nature of the work or the prosecution thereof, subject to the provisions of the subsection titled NO WAIVER OF LEGAL RIGHTS of Section 70. When the "Basis of Payment" subsection of a'technical specification requires that the contract price (price bid) include compensation for certain work or material essential to the item, this same work or material will not also be measured for payment under any other contract item which may appear elsewhere in the contract, plans, or specifications. 90-03 COMPENSATION FOR ALTERED QUANTITIES. When the accepted quantities of work vary from the quantities in the proposal, the Contractor shall accept as payment in full, so far as contract items : -.are concerned, payment at the original contract price for the accepted quantities of work actually completed and accepted. No allowance, except as provided for in the subsection titled ALTERATION OF WORK AND QUANTITIES of Section 40 will be made for any increased expense, loss of expected reimbursement, or loss of anticipated profits suffered or claimed by the Contractor which results directly from such alterations or indirectly from his/her unbalanced allocation of overhead and profit among the contract items, or from any other cause. 90-04 PAYMENT FOR OMITTED ITEMS. As specified in the subsection titled OMITTED ITEMS of Section 40, the Engineer shall have the right to omit from the work (order nonperformance) any contract item, except major contract items, in the best interest of the Owner. 90-4 7/92 SECTION 90 - MEASUREMENT AND PAYMENT Should the Engineer omit or order nonperformance of a contract item or portion of such item from the work, the Contractor shall accept payment in full at the contract prices for any work actually completed and acceptable prior to the Engineer's order to omit or nonperform such contract item. Acceptable materials ordered by the Contractor or delivered on the work prior to the date of the Engineer's order will be paid for at the actual cost to the Contractor and shall thereupon become the property of the Owner. In addition to the reimbursement hereinbefore provided, the Contractor shall be reimbursed for all actual costs incurred for the purpose of performing the omitted contract item prior to the date of the Engineer's order. Such additional costs incurred by the Contractor must be directly related to the deleted contract item and shall be supported by certified statements by the Contractor as to the nature and the amount of such costs. 90-05 PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK. Extra work, performed in accordance with the subsection titled EXTRA WORK of Section 40, will be paid for at the contract prices or agreed prices specified in the change order or supplemental agreement authorizing the extra work. When the change order or supplemental agreement authorizing the extra work requires that it be done by force account, such force account shall be measured and paid for based:on expended labor, equipment, and materials plus a negotiated and agreed upon allowance for overhead and profit. a. Miscellaneous. No additional allowance will be made for general superintendence, the use of small tools, or other costs for which no specific allowance is herein provided. b. Comparison of Record. The Contractor and the Engineer shall compare records of the cost of force account work at the end of each day. Agreement shall be indicated by signature of the Contractor and the Engineer or their duly authorized representatives. c. Statement. No payment will be made for work performed on a force account basis until the Contractor has furnished the Engineer with duplicate itemized statements of the cost of such force account work detailed as follows: (1) Name, classification, date, daily hours, total hours, rate and extension for each laborer and foreman. (2) Designation, dates, daily hours, total hours, rental rate, and extension for each unit of machinery and equipment. 90-5 7/92 SECTION 90 - MEASUREMENT AND PAYMENT (3) Quantities of materials, prices, and extensions. (4) Transportation of materials. (5) Cost of property damage, liability and workman's compensation insurance premiums, unemployment insurance contributions, and social security tax. Statements shall be accompanied and supported by a receipted invoice for all materials used and transportation charges. However, if materials used on the force account work are not specifically purchased for such work but are taken from the Contractor's stock, then in lieu of the invoices the Contractor shall -furnish an affidavit certifying that such materials were taken from his/her stock, that the quantity claimed was actually used, and that the price and transportation claimed represent the actual cost to the Contractor. 90-06 PARTIAL PAYMENTS. Partial payments will be made at least once each month as the work progresses. Said payments will be based upon estimates prepared by the Engineer of the value of the work performed and materials complete in place in accordance with the contract, plans, and specifications. Such partial payments may also include the delivered actual cost of those materials stockpiled and stored in accordance with the subsection titled PAYMENT FOR MATERIALS ON HAND of this section. No partial payment will be made when the amount due the Contractor since the last estimate amounts to less than five hundred dollars. From the total of the amount determined to be payable on a partial payment, 10 percent of such total amount will be deducted and retained by the Owner until the final payment is made, except as may be` provided (at the Contractor's option) in the subsection titled -TAYMENT OF WITHHELD FUNDS of this section. The balance (90 percent) of the amount payable, less all previous payments, shall be certified for payment. When not less than 95 percent of the work has been completed the Engineer may, at his/her discretion and with the consent of the surety, prepare an estimate from which will be retained an amount not less than twice the contract value or estimated cost, whichever is greater, of the work remaining to be done. The remainder, less all previous payments and deductions, will then be certified for payment to the Contractor. It is understood and agreed that the Contractor shall not be entitled to demand or receive partial payment based on quantities of work in excess of those provided in the proposal or covered by approved change orders or supplemental agreements, except when such 90-6 '7/92 SECTION 90 - MEASUREMENT AND PAYMENT excess quantities have been determined by the Engineer to be a part of the final quantity for the item of work in question. No partial payment shall bind the Owner to the acceptance of any materials or work in place as to quality or quantity. All partial payments are subject to correction at the time of final payment as provided in the subsection titled ACCEPTANCE AND FINAL PAYMENT of this section. 90-07 PAYMENT FOR MATERIALS ON HAND. Partial payments may be made to the extent of the delivered cost of materials to be incorporated in the work, provided that such materials meet the requirements of the contract, plans, and specifications and are delivered to acceptable sites on the airport property or at other sites in the vicinity that are acceptable to the Owner: Such delivered costs of stored or stockpiled materials may be included in the next partial payment after the following conditions are met: a. The material has been stored or stockpiled in a manner acceptable to the Engineer at or on an approved site. b. The Contractor has furnished the Engineer with acceptable evidence of the quantity and quality of such stored or stockpiled materials. C. The Contractor has furnished the Engineer with satisfactory evidence that the material and transportation costs have been paid. d. The Contractor has furnished the Owner legal title (free of liens or encumbrances of any kind) to the material so stored or stockpiled. e. The Contractor has furnished the Owner evidence that the material so stored or stockpiled is insured against.loss by damage to or disappearance of such materials at anytime prior to use in the work. It is understood and agreed that the transfer of title and the Owner's payment for such stored or stockpiled materials shall in no way relieve the Contractor of his/her responsibility for furnishing and placing such materials in accordance with the requirements of the contract, plans, and specifications. In no case will the amount of partial payments for materials on hand exceed the contract price for such materials or the contract price for the contract item in which the material is intended to be used. 90-7 7/92 SECTION 100 - CONTRACTOR QUALITY CONTROL PROGRAM 100-01 GENERAL. The maintain an effective methods and procedures materials and complete conform to contract p. requirements, whether m from subcontractors ( established and certain and elsewhere in the Contractor shall assume stated purpose. Contractor shall establish, provide, and Quality Control Program that details the that will be taken to assure that all d construction required by this contract tans, technical specifications and other anufactured by the Contractor, or procured )r vendors. Although guidelines are minimum requirements are specified herein contract technical specifications, the full responsibility for accomplishing the The intent of this section is to enable the Contractor to establish a necessary level of control that will: a. Adequately provide for the production of acceptable quality materials. b. Provide sufficient information to assure both the Contractor and the Engineer that the specification requirements can be met. C. Allow the Contractor as much latitude as possible to develop his or her own standard of control. The Contractor shall be prepared to discuss and present, at the preconstruction conference, his/her understanding of the quality control requirements. The Contractor shall not begin any construction or production of materials to be incorporated into the completed work until the Quality Control Program has been reviewed by the Engineer. No partial payment will be made for materials subject to specific quality control requirements until the Quality Control Program has been reviewed. The quality control requirements contained in this section and elsewhere in the contract technical specifications are in addition to and separate from the acceptance testing requirements. Acceptance testing requirements are the responsibility of the Engineer. 100-02 DESCRIPTION OF PROGRAM. a. General Description. The Contractor shall establish a Quality Control Program to perform inspection and testing of all items of work required by the technical specifications, including those performed by subcontractors. This Quality Control Program shall ensure conformance to applicable specifications and plans with respect to materials, workmanship, construction, finish, and functional performance. The Quality Control Program shall be 100-1 SECTION 100 - CONTRACTOR QUALITY CONTROL PROGRAM effective for control of all construction work performed under this Contract and shall specifically include surveillance and tests required by the technical specifications, in addition to other requirements of this section and any other activities deemed necessary by the Contractor to establish an effective level of quality control. b. Quality Control Program. The Contractor shall describe the Quality Control Program in a written document which shall be reviewed by the Engineer prior to the start of any production, construction, or off -site fabrication. The written Quality Control Program shall be submitted to the Engineer for review at least 5 calendar days before the before the preconstruction conference. The Quality Control Program shall be organized to address, as a minimum, the following items: a. Quality control organization; b. Project progress schedule; C. Submittals schedule; d. Inspection requirements; e. Quality control testing plan; f. Documentation of quality control activities; and g. Requirements for corrective action when quality control and/or acceptance criteria are not met. The Contractor is encouraged to add any additional elements to the Quality Control Program that he/she deems necessary to adequately control all production and/or construction processes required by this contract. 100-03 QUALITY CONTROL ORGANIZATION. The Contractor's Quality x Control Program shall be implemented by the establishment of a separate quality control organization. An organizational chart shall be developed to show all quality control personnel and how these personnel integrate with other management/production and construction functions and personnel. The organizational chart shall identify all quality control staff by name and function, and shall indicate the total staff required to implement all elements of the Quality Control Program, including inspection and testing for each item of work. If necessary, different technicians can be utilized for specific inspection and - testing functions for different items of work. If an outside 100-2 SECTION 100 - CONTRACTOR QUALITY CONTROL PROGRAM organization or independent testing laboratory is used for implementation of all or part of the Quality Control Program, the personnel assigned shall be subject to the qualification requirements of paragraph 100-03a and 100-03b. The organizational chart shall indicate which personnel are Contractor employees and which are provided by an outside organization. The quality control organization shall consist of the following minimum personnel: a. Program Administrator. The Program Administrator shall be a full-time employee of the Contractor, or a consultant engaged by the Contractor. The Program Administrator shall have a minimum d_. of 5 years of experience in airport and/or highway construction and shall have had prior quality control experience on a project of comparable size and scope as the contract. Additional qualifications for the Program Administrator shall include at least 1 of the following requirements: (1) Construction materials technician certified at Level III by the National Institute for Certification in Engineering Technologies (NICET) . (2) Highway materials technician certified at Level III by NICET. (3) Highway construction technician certified at Level III by NICET. (4) A NICET certified engineering technician in Civil �? Engineering Technology with 5 years of highway and/or airport experience acceptable to the Engineer. The Program Administrator shall have full authority to institute any and all actions necessary for the successful implementation of the Quality Control Program to ensure compliance with the contract plans and technical specifications. The Program Administrator shall report directly to a responsible officer of the construction firm. The Program Administrator may supervise the Quality Control Program on more than one project provided that person can be at the job site within 2 hours after being notified of a problem. b. Quality Control Technicians. A sufficient number of quality control technicians necessary to adequately implement the Quality Control Program shall be provided. These personnel shall be either engineers, engineering technicians, or experienced craftsman with qualifications in the appropriate field equivalent to NICET Level II or higher construction materials technician or highway 100-3 SECTION 100 - CONTRACTOR QUALITY CONTROL PROGRAM construction technician and shall have a minimum of 2 years of experience in their area of expertise. The quality control technicians shall report directly to the Program Administrator and shall perform the following functions: (1) Inspection of all materials, construction, plant, and equipment for conformance to the technical specifications, and as required by Section 100-06. (2) Performance of all quality control tests as required by the technical specifications and Section 100-07. Certification at an equivalent level, by a state or nationally recognized organization will be acceptable in lieu of NICET certification. c. Staffing Levels. The Contractor shall provide sufficient qualified quality control personnel to monitor each work activity at all times. Where material is being produced in a plant for incorporation into the work, separate plant and field technicians shall be provided at each plant and field placement location. The scheduling and coordinating of all inspection and testing must match the type and pace of work activity. The Quality Control Program shall state where different technicians will be required for different work elements. 100-04 PROJECT PROGRESS SCHEDULE. The Contractor shall submit a coordinated construction schedule for all work activities. The schedule shall be prepared as a network diagram in Critical Path Method (CPM), PERT, or other format, or as otherwise specified in the contract. As a minimum, it shall provide information on the sequence of work activities, milestone dates, and activity duration. The Contractor shall maintain the work schedule and provide an update '-and analysis of the progress schedule on a twice monthly basis, or as otherwise specified in the contract. Submission of the work schedule shall not relieve the Contractor of overall responsibility for scheduling, sequencing, and coordinating all work to comply with the requirements of the contract. 100-05 SUBMITTALS SCHEDULE. The Contractor shall submit a detailed listing of all submittals (e.g., mix designs, material certifications) and shop drawings required by the technical specifications. The listing can be developed in a spreadsheet format and shall include: a. Specification item number; b. Item description; 100-4 SECTION 100 - CONTRACTOR QUALITY CONTROL PROGRAM C. Description of submittal; d. Specification paragraph requiring submittal; and e. Scheduled date of submittal. 100-06 INSPECTION REQUIREMENTS. Quality control inspection functions shall be organized to provide inspections for all definable features of work, as detailed below. All inspections shall be documented by the Contractor as specified by Section 100-07. Inspections shall be performed daily to ensure continuing compliance with contract requirements until completion of the particular feature of work. These shall include the following minimum requirements: a. During plant operation for material production, quality control test results and periodic inspections shall be utilized to ensure the quality of aggregates and other mix components, and to adjust and control mix proportioning to meet the approved mix design and other requirements of the technical specifications. All equipment utilized in proportioning and mixing shall be inspected to ensure its proper operating condition. The Quality Control Programshall detail how these and other quality control functions will be accomplished and utilized. b. During field operations, quality control test results and periodic inspections shall be utilized to ensure the quality of all materials and workmanship. All equipment utilized in placing, finishing, and compacting shall be inspected to ensure its proper operating condition and to ensure that all such operations are in conformance to the technical specifications and are within the plan dimensions, lines, grades, and tolerances specified. The Program shall document how these and other quality control functions will be accomplished and utilized. 100-07 QUALITY CONTROL TESTING PLAN. As a part of,the overall Quality Control Program, the Contractor shall implement a quality control testing plan, as required by the technical specifications. The testing plan shall include the minimum tests and test frequencies required by each technical specification Item, as well as any additional quality control tests that the Contractor deems necessary to adequately control production and/or construction processes. The testing plan can be developed in a spreadsheet fashion and shall, as a minimum, include the following: a. Specification item number (e.g., P-401); b. Item description (e.g., Plant Mix Bituminous Pavements) C. Test type (e.g., gradation, grade, asphalt content); 100-5 SECTION 100 - CONTRACTOR QUALITY CONTROL PROGRAM When applicable or required by the technical specifications, the Contractor shall establish and utilize statistical quality control charts for individual quality control tests. The requirements for corrective action shall be linked to the control charts. 100-10 SURVEILLANCE BY THE ENGINEER. All items of material and equipment shall be subject to surveillance by the Engineer at the point of production, manufacture or shipment to determine if the Contractor, producer, manufacturer or shipper maintains an adequate quality control system in conformance with the requirements detailed herein and the applicable technical specifications and plans. In addition, all items of materials, equipment and work in place 'shall be subject to surveillance by the Engineer at the site for the same purpose. Surveillance by the Engineer does not relieve the Contractor of performing quality control inspections of either on -site or off -site Contractor's or subcontractor's work. 100-11 NONCOMPLIANCE. a. The Engineer will notify the Contractor of any noncompliance with any of the foregoing requirements. The Contractor shall, after receipt of such notice, immediately take corrective action. Any notice, when delivered by the Engineer or his/her authorized representative to the Contractor or his/her authorized representative at the site of the work, shall be considered sufficient notice. b. In cases where quality control activities do not comply with either the Contractor's Quality Control Program or the contract. provisions, or where the Contractor fails to properly operate and maintain an effective Quality Control Program, as determined by the Engineer, the Engineer may: (1) Order the Contractor to replace ineffective or unqualified quality control personnel or subcontractors. (2) Order the Contractor to stop operations until appropriate corrective actions is taken. END OF SECTION 100 Mm SECTION 120 - MANDATORY CONTRACT PROVISIONS WAGE, LABOR, EEO, SAFETY AND GENERAL REQUIREMENTS SECTION A (Federal Aviation Administration (FAA) Requirements) A-1 Airport and Airway Improvement Program Project. The work in this contract is included in Airport Improvement Project No. 348-0138-22-00 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 Slates, 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 Consent to Assignment. 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 from Contractor. Whether or not payments or advances to the City of Lubbock, Texas (Sponsor) are withheld or suspended by the FAA, the Sponsor may withhold or cause to be withheld from the contractor so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics employed by the contractor or any subcontractor on the work, the full amount of wages required by this contract. 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. 120-1 SECTION 120 - MANDATORY CONTRACT PROVISIONS taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, 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 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 1215-0140). (4) The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs (B-1)(b)(2) or (3) of this paragraph, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (c) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (d) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. (Approved by the Office of Management and Budget under OMB Control Number 1215-0140). B 2 Withholding. 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 necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. 120-4 SECTION 120 - MANDATORY CONTRACT PROVISIONS B-3 Payrolls and basic records. (a) Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in 1(b)(2)(B) of the Davis -Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis -Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual costs incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (29 CFR 5.5(a)(3)(i) (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 5.5(ax3xi) above. This information may be submitted in any form desired. Optionat Form WH-347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal Stock Number 029-005-00014-1), U.S. Government Printing Office, Washington, D.C.20402. 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: (i) 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; (iii) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. 120-5 SECTION 120 - MANDATORY CONTRACT PROVISIONS (3) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph B-3 (b)(2) of this section. (4) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United States Code. (c) The contractor or subcontractor shall make the records required under paragraph B-3 (a) of this section available for inspection, copying or transcription by authorized representatives of the Sponsor, the Federal Aviation Administration or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, die 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 payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. B4 Apprentices and Trainees. (a) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Bureau of Apprenticeship and Training, or a State Apprenticeship Agency recognized by the Bureau, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (b) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predeternned rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater 120-6 SECTION 120 - MANDATORY CONTRACT PROVISIONS than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (c) Equal Employment Opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30. B-5 Compliance With Copeland Act Requirements. The contractor shall comply with the requirements of 29 CFR Part 3, which are incorporated by reference in this contract.' B-6 Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR Part 5.5(a)(1) through (10) and such other clauses as the Federal Aviation Administration may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR Part 5.5. B-7 Compliance With Davis -Bacon and Related Act Requirements. All rulings and interpretations of the Davis -Bacon and Related Acts contained in 29 CFR Parts 1, 3, and 5 are herein incorporated by reference in this contract. B-8 Disputes Concerning Labor Standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR Parts 5, 6 and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. 120-7 l I SECTION 120 - MANDATORY CONTRACT PROVISIONS B-9 Certification of Eligibility. (a) By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). (b) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). (c) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. B-10 Contract Termination: Debarment. 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. SECTION 120 - MANDATORY CONTRACT PROVISIONS SECTION C CONTRACT WORKHOURS AND SAFETY STANDARDS ACT REQUIREMENTS (29 CFR PART S) C-1 Overtime Requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic, including watchmen and guards, in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. C-2 Violation; Liability for Unpaid Wages; Liquidated Damages. In the event of any violation of the clause set forth in paragraph C-1 above, the contractor or any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph C-1 above, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph C-1 above. C-3 Withholding for Unpaid Wages and Liquidated Damages. The Federal Aviation Administration or the Sponsor shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any monies payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other Federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph C-2 above. C-4 Subcontractors. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs C-1 through C-4 and also a clause requiring the subcontractor to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs C-1 through C-4. 120-9 SECTION 120 - MANDATORY CONTRACT PROVISIONS C-5 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 1926) issued by the Department of Labor. 120-10 1 SECTION 120 - MANDATORY CONTRACT PROVISIONS SECTION D EQUAL EMPLOYMENT OPPORTUNITY (41 CFR PART 60-1.4(b)) During the performance of this contract, the contractor agrees as follows: D-1 The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. D-2 The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, or national origin. D-3 The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. D4 The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, as amended, and of the rules, regulations, and relevant orders of the Secretary of Labor. D-5 The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. D-6 In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible for 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 provided by law. 120-11 SECTION 120 - MANDATORY CONTRACT PROVISIONS D-7 The contractor will include the portion of the sentence immediately preceding paragraph D-1 and the provisions of paragraphs D-1 through D-7 in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provision, including sanctions for noncompliance: Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the contractor may request the United States to enter into such litigation to protect the interests of the United States. 120-12 SECTION 120 - MANDATORY CONTRACT PROVISIONS SECTION E CLEAN AIR AND WATER POLLUTION CONTROL REQUIREMENTS 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 Engineer in implementation of the letter and intent of FAA Advisory Circular 150/5370-10, Item P-156, Temporary Air and Water Pollution, Soil Erosion and Siltation Control. Copies of this Advisory Circular can be obtained from Department of Transportation, Distribution Unit, TAD-484.3, Washington, D.C. 20590. E-2 Contractors and subcontractors agree: a. That any facility to be used in the performance of the contract or subcontract or to benefit from the contract is not listed on the Environmental Protection Agency (EPA) List of Violating Facilities; b. To comply with all the requirements of Section 114 of the Clean Air Act, as amended, 42 U.S.C. 1857 et seq. and Section 308 of the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. relating to inspection, monitoring, entry, reports, and information, as well as all other requirements specified in Section 114 and Section 308 of the Acts,respectively, and all other regulations and guidelines issued thereunder; c. That, as a condition for the award of this contract, the contractor or subcontractor will notify the awarding official of the receipt of any communication from the EPA indicating that a facility to be used for the performance of or benefit from the contract is under consideration to be listed on the EPA List of Violating Facilities; d. To include or cause to be included in any construction contract or subcontract which exceeds $100,000 the aforementioned criteria and requirements. 120-13 SECTION 120 - MANDATORY CONTRACT PROVISIONS SECTION F STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS (41 CFR 604.3) 1. As used in these specifications: a. "Covered area" means the geographical area described in the solicitation from which this contract resulted; b.' "Director" means Director, Office of Federal Contract Compliance Programs (OFCCP), U.S. Department of Labor, or any person to whom the Director delegates authority; c. "Employer identification number" means the Federal social security number used on the Employer's Quarterly Federal Tax Return, U.S. Treasury Department Form 941; d. "Minority" includes: (1) Black (all) persons having origins in any of the Black African racial groups not of Hispanic origin); (2) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American, or other Spanish culture or origin regardless of race); (3) Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands); and (4) American Indian or Alaskan native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification). 2. Whenever the contractor, or any subcontractor at any tier, subcontracts a portion of the work involving any constructioti trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors shall be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each contractor or subcontractor participating in an approved plan is individually required to comply with its obligations under the EEO clause and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other contractors or subcontractors toward a goal in an approved Plan does not excuse any covered contractor's or subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables. (2/92) 120-14 SECTION 120 - MANDATORY CONTRACT PROVISIONS 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 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. 5. Neither the provisions of any collective bargaining agreement nor the failure by a union with whom the contractor has a collective bargaining agreement to refer either minorities or women shall excuse the contractor's obligations under these specifications, Executive Order 11246 or the regulations promulgated pursuant thereto. 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees shall be employed by the contractor during the training period and the contractor shall have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees shall be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The contractor shall document these efforts fully and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the contractor's employees are assigned to work. The contractor, where possible, will assign two or more women to each construction project. The contractor shall specifically ensure that all foremen, superintendents, and other onsite supervisory personnel are aware of and carry out the contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of. minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community, organizations when the contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. c. Maintain a current file of the names, addresses, and telephone numbers of each minority and female off -the -street applicant and minority or female referral from 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 (2/92) 12 0 -15 (2/92) i SECTION 120 - MANDATORY CONTRACT PROVISIONS person or female sent by the contractor, or when the contractor has other information that the union referral process has impeded the contractor's efforts to meet its obligations. e. Develop on-the-job training opportunities and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the contractor's employment needs, especially those programs funded or approved by the Department of Labor. The contractor shall provide notice of these programs to the sources compiled under 7b above. f. Disseminate the contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination, or other employment decisions including 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 time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the contractor's EEO policy with other contractors and subcontractors with whom the contractor does or anticipates doing business. i. Direct its recruitment efforts, both oral and written, to minority, female, and community organizations, to schools with minority and female students; and to minority and female recruitment and training organizations serving the contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the contractor shall send written notification to organizations, such as the above, describing the openings, screening procedures, and -tests to be used in the selection process. j. Encourage present minority and female employees to recruit other minority persons and women and, where reasonable provide after school, summer, and vacation employment to minority and female youth both on the site and in other areas of a contractor's workforce. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3. 1. Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel, for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. 120-16 SECTION 120 - MANDATORY CONTRACT PROVISIONS in. Ensure that seniority practices, job classifications, work assignments, and other personnel practices do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and 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. 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. 8. 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 union, contractor community, or other similar groups of which the contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under 7a through p of these specifications provided that the contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the contractor's minority and female workforce participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the contractor. The obligation to comply, however, is the contractor's and failure of such a group to fulfill an obligation shall not be a defense for the contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and nonminority. Consequently, if the particular group is employed in a substantially disparate manner (for example, even though the contractor has achieved its goals for women generally,) the contractor may be in violation of the Executive Order if a specific minority group of women is underutilized. 10. The contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11. The contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination, and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the Office of Federal Contract Compliance Programs. Any contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13. The contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of these specifications, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the contractor fails to comply with (2/92) 12 0 -17 SECTION 120 - MANDATORY CONTRACT PROVISIONS the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8. 14. The contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government, and to keep records. Records shall at least include for each employee, the name, address, telephone number, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local, or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). (2/92) 12 0 -18 SECTION 120 - MANDATORY CONTRACT PROVISIONS SECTION G CONTRACTUAL REQUIREMENTS PURSUANT TO CPAL RIGHTS ACT OF 1964, TITLE VI (49 CFR PART 21) During the performance of this contract, the contractor, for itself, its assignees and successors in interest (hereinafter referred to as the "contractor") agrees as follows: 1. Compliance with Regulations. The contractor shall comply with the Regulations relative to nondiscrimination in federally assisted programs of the Department of Transportation (hereinafter, "DOT") Title 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. 5. 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. (2/92) 12 0 -19 SECTION 120 - MANDATORY CONTRACT PROVISIONS 6. Incorporation of Provisions. 'lice contractor shall include the provisions of paragraphs 1 through 5 in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations or directives issued pursuant thereto. The contractor shall take such action with respect to any subcontract or procurement as the sponsor or the FAA may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the contractor may request the Sponsor to enter into such litigation to protect the interests of the sponsor and, in addition, the contractor may request the United States to enter into such litigation to protect the interests of the United States. (2/92) 12 0 - 2 0 SECTION 120 - MANDATORY CONTRACT PROVISIONS SECTION H TERMINATION OF CONTRACT (49 CFR PART 18) 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 fulfill the contract obligations. Upon receipt of such notice services shall be immediately discontinued (unless the notice directs otherwise) and all materials as may have been accumulated in performing this contract, whether completed or in progress, delivered to the Sponsor. 2. If the termination is for the convenience of the Sponsor, an equitable adjustment in the contract price shall be made, but no amount shall be allowed for anticipated profit on unperformed services. 3. If the termination is due to failure to fulfill the contractor's obligations, the Sponsor may take over the work and prosecute the same to completion by contract or otherwise. In such case, the contractor shall be liable to the Sponsor for any additional cost occasioned to the Sponsor thereby. 4. If, after notice of termination for failure to fulfill contract obligations, it is determined that the contractor had not so failed, the termination shall be deemed to have been effected for the convenience of the Sponsor. In such event, adjustment in the contract price shall be made as provided in paragraph 2 of this clause. 5. 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. (2/92) 12 0 - 21 SECTION 120 - MANDATORY CONTRACT PROVISIONS SECTION I BUY AMERICAN - STEEL AND MANUFACTURED PRODUCTS FOR CONSTRUCTION CONTRACTS (Aviation Safety and Capacity Expansion Act of 1990) (a) The Contractor agrees that only domestic steel and manufactured products will be used by the Contractor, subcontractors, materialmen, and suppliers in the performance of this contract, as defined in (b) below. (b) The following terms apply to this clause: 1., Steel and manufactured products. As used in this clause, steel and manufactured products include (1) those produced in the United States or (2) a manufactured product produced in the United States, if the cost of its components mined, produced or manufactured in the United States exceeds 60 percent of the cost of all its components and final assembly has taken place in the United States. 2. Components. As used in this clause, components means those articles, materials, and supplies incorporated directly into steel and manufactured products. 3. Cost of Components. This means the cost for production of the components, exclusive of final assembly labor costs. (2/92) 12 0 - 2 2 SECTION 120 - MANDATORY CONTRACT PROVISIONS DISADVANTAGED BUSU*4FM ENTERPRISE CONTRACT PROWSIONS (49 CFR PART 23) PART A Policy. 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 finds 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 fiords provided under this agreement. In this regard all contractors shall take all necessary and reasonable steps in accordance with 49 CFR Part 23 to ensure that disadvantaged business enterprises have the maximum opportunity to compete for and perform contracts. Contractors shall not discriminate on the basis of race, color, national origin or sex in the award and performance of DOT -assisted contracts. Compliance. All bidders, potential contractors or subcontractors for this DOT -assisted contract are hereby notified that failure to carry out the DOT policy and the DBE obligation, as set forth above, shall constitute a breach of contract which may result in termination of the contract or such other remedy as deemed appropriate by the owner. Subcontract Clauses. All bidders and potential contractors hereby assure that they will include the above clauses in all subcontracts which offers further subcontracting opportunities. PART B It is further understood and agreed: The award procedure for this solicitation will include the selection criteria of 49 CFR Part 23.45(i) to ensure that prime contracts are awarded to competitors that meet Disadvantaged Business Entrprise (DBE) goals. Notification is hereby given that DBE goals are established for this prime contract. The goal for firms owned and controlled by socially and economically disavantaged individuals is 12 percent of the dollar value of this contract. After opening bids, the apparent successful bidder will be required to submit the names and addresses of the DBE firms that will participate in the contract along with a description of the work to be performed by each named firm and the collar value for each contract (subcontract). If the responses do not clearly show DBE participation will meet the goals above, the apparent successful bidder must must provide documentation clearly demonstrating, to the satisfaction of the airport sponsor, that it made good faith efforts in attempting to do so and that meeting said goals is not reasonably possible. A bid that fails to meet these requirements will be considered nonresponsive. (2/92) 12 0 - 2 3 i i SECTION 120 - MANDATORY CONTRACT PROVISIONS Agneetnents between bidder/proposer and a DBE m which the DBE promises not to provide sub -contracting quotations to other bidders/proposers are prohibited. All bidders and proposers shall make a good faith effort to replace a DBE subcontractor that is unable to perform successfully with another DBE subcontractor. The bidder shall establish and maintain records and submit regular reports, as required, which will identify and assess progress in achieving DBE subcontract goals and other DBE affirmative action efforts. (2/92) 12 0 - 2 4 SECTION 120 - MANDATORY CONTRACT PROVISIONS SPECIAL INSTRUCTION TO BIDDERS REGARDING EEO Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246, 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 participation in each trade 19.6 % Goals for female participation in each trade 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 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR Part 60-4.3(a), and its efforts to meet the goals established for the geographical area where the contract resulting from this solicitation is to be performed. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade, and the contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees fc-orn 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 perforated. 3. The contractor shall provide written notification to the Director, OFCCP, within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address, and telephone number of the subcontractor; employee identification number; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the contract is to be performed. 4. As used in this notice and in the contract resulting from this solicitation, the "covered area" is Lubbock, Texas. (2/92) 12 0 - 2 5 GENERAL DECISION TX000028 02/11/00 TX28 General Decision Number TX000028 Superseded General Decision No. TX990028 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 02/11/2000 COUNTY (ies) ECTOR LUBBOCK MIDLAND POTTER RANDALL TAYLOR SUTX2037A 03/26/1998 ASPHALT HEATER OPERATOR ASPHALT RAKER CARPENTER CONCRETE FINISHER -PAVING CONCRETE FINISHER STRUCTURES ELECTRICIAN TOM GREEN Rates 7.27 7.27 9.23 9.90 8.81 13.72 FLAGGER 6.56 FORM BUILDER -STRUCTURES 9.00 FORM SETTER - PAVING & CURB 8.30 FORM SETTER -STRUCTURES 8.83 LABORER -COMMON 6.79 LABORER UTILITY 8.46 MECHANIC 10.28 SERVICER 7.82 PIPE LAYER 8.70 ASPHALT DISTRIBUTOR OPERATOR 8.54 ASPHALT PAVING MACHINE 9.50 BROOM OR SWEEPER OPERATOR 7.17 BULLDOZER 8.74 SLIPFORM MACHINE OPERATOR 9.00 CRANE, CLAMSHELL, BACKHOE DERRICK, DRAGLINE, SHOVEL 9.67 FRONT END LOADER 8.09 MOTOR GRADER OPERATOR FINE GRADE 11.58 MOTOR GRADER 10.47 PLANER OPERATOR 10.46 ROLLER, STEEL WHEEL PLANT MIX PAVEMENTS 7.32 ROLLER, STEEL WHEEL OTHER, FLATWHEEL OR TAMPING 6.79 ROLLER, PNEUMATIC SELF-PROPELLED 6.79 SCRAPER 7.55 TRACTOR -CRAWLER TYPE 9.16 TRACTOR - PNEUMATIC 7.86 TRAVELING MIXER 8.46 REINFORCING STEEL SETTER PAVING 10.00 REINFORCING STEEL SETTER STRUCTURES 11.48 SPREADER BOX OPERATOR 7.33 WORK ZONE BARRICADE 6.79 TRUCK DRIVER -SINGLE AXLE LIGHT 6.91 TRUCK DRIVER -SINGLE AXLE HEAVY 8.20 TRUCK DRIVER -TANDEM AXLE SEMI TRAILER 7.13 TRUCK DRIVER-LOWBOY/FLOAT 8.87 WELDER 11.83 Unlisted classifications needed for work not included within the 120-27 scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR?5.5(a WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 The request should be accompanied by a full statement of the 120-28 interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION 120-29 n •\vv i •T ................................ ..........:....... .....................�.y.�:v�:?t`?.•::,....,,.ti..•;x?•}y.+��;?::....,�....?.}�..,v.: .^�a... .:,. ,}}}, .? wvT:•:;`.vx+.. fit+.>i-•,�.::.,•}��}}:??::>::,.,.,-.»....::,.,:.:.: :�`1F{i':+���iti. '' „ti ':ma�yy. } „.�.��.. �t'� ,,::?•:•}.y: .�ti.: ♦ .f:: ? •• '''' . ............ ..:.......... -::: ...:... v,:.n..:.w.........,.v...,..::::•}\4{•'.4:i.:i.}}:::}::•}:::.�.,,�::.w.x,hT:n�::.,vn\::vv:....tw:.�:::::::n„v:::: x.,-..u: :.,: }. �: :.::.gin... IJ RSV`•• 6 / 9 7 1. GENERAL SAFETY REQUIREMENTS During performance of this contract, the Airport runways, taxiways, and aircraft parking aprons shall remain in use by aircraft at all times. The Contractor shall not allow employees, subcontractors, suppliers, or any other unauthorized person to enter or remain in any airport area which would be hazardous to persons or to aircraft operations. All work which is too close to an active runway, taxiway or apron to be performed under operational conditions shall be performed when the runway, taxiway or apron is not in use. Such work shall not be accomplished without prior permission from the Engineer. Construction and Facilities Maintenance Contractors shall: a. be aware of the following types of safety problems and/or hazards which shall not be allowed on this project unless approved, in writing or via NOTAM, by the Owner or the Owner's designated representative: (1) Trenches, holes, or excavations on or adjacent to any open runway or in safety areas. (2) Unmarked/unlighted holes or excavation in any apron, open taxiway, open taxilane, or related safety area. (3) Mounds or piles of earth, construction materials, temporary structures, or other objects in vicinity of any open runway, taxiway, taxilane, or in a related safety, approach, or departure area. (4) Pavement drop-offs or pavement -turf lips (either permanent or temporary) which could cause, if crossed at normal operating speeds, damage to aircraft that normally use the airport. (The normal maximum is 1 inch for runways and 3 inches for edges between old and new surfaces at runway edges and ends.) 130-1 6/97 (5) Vehicles or equipment (whether operating or idle) on any open runway, taxiway, taxilane, or in any related safety, approach, or departure area. (6) Vehicles, equipment, excavations, stockpiles, or other materials which could degrade or otherwise interfere with electronic signals from radios or electronic navigational aids. (7) Unmarked utility, navaid, weather service, runway lighting, or other power or signal cables that, could be damaged during construction. (8) Objects (whether marked or flagged or not) or activities anywhere on or in the vicinity of the airport which could be distracting, confusing, or alarming to pilots during aircraft operations. (9) Unflagged/unlighted low visibility items (such as tall cranes, drills, and the like) anywhere in the vicinity of active runways, or in any approach or departure area. (10) Misleading or malfunctioning obstruction lights. (11) Unlighted/unmarked obstructions in the approach to any open runway. (12) Inadequate approach/departure surfaces (needed to assure adequate landing/takeoff clearance over obstructions or work or storage areas). (13) Inadequate, confusing, or misleading (to user pilots) marking/lighting of runways, taxiways, taxilanes (including displaced or relocated thresholds). (14) Water, snow, dirt, debris, or other transient accumulation which temporarily obscures pavement marking, pavement edges, or derogates visibility of runway/taxiway 130-2 6/97 marking or lighting, or of construction and maintenance areas. (15) Inadequate or improper methods of marking, barricading, and lighting of temporarily closed portions of airport operations area. (16) Trash or other materials with foreign object damage (FOD) potential, whether on runways, taxiways, or aprons, or in related safety areas. (17) Inadequate fencing or other marking to separate construction or maintenance areas from open aircraft operating areas. (18) Failure to control vehicle, human, and large animal access to, and nonessential nonaeronautical activities in, open aircraft operating areas. (19) Failure to maintain radio communication between construction/maintenance vehicles and air traffic control tower or other on - field communications facility, e.g., FAA Flight Service Station (FSS) or unicom radio. (20) Construction activities or materials which could hamper crash -fire -rescue (CFR) vehicle access from CFR stations to all parts of the runway/taxiway system, to runway approach and departure areas, and to aircraft parking locations. (21) Bird attractants such as edibles (food scraps, etc.) or other miscellaneous garbage, other trash, grass/crop seeding, or ponded water on airport. (22) Failure to issue, update, or cancel NOTAMs concerning airport or runway closures or other construction -related airport conditions. (23) Lack of radio communications with construction vehicles in aircraft operating areas. 130-3 6/97 (24) Spillage from vehicles (gasoline, diesel fuel, oil) on active pavement areas, such as runways, taxiways, aprons, and airport roadways. b. conduct activities so as not to violate any safety standards herein; C. inspect all construction and storage areas as often as necessary to be aware of conditions, and d. promptly take all steps needed to prevent/remedy any unsafe or potentially unsafe conditions/activities discovered. Before actual commencement of construction activity, Contractor shall through airport management give notice using the Notice to Airmen (NOTAM system) of proposed time and date of commencement of construction in such areas. Upon completion of work and return of all such areas to standard conditions, Contractor shall through airport management issue notice (using the NOTAM system) of completion of construction. 2. TRENCHES, EXCAVATIONS AND STOCKPILED MATERIAL a. Trenches and Excavations. Open trenches or excavations are not permitted within an operational safety area. b. Construction Materials Stockpiling. Stockpiling of construction materials and equipment storage is not permitted within operating runway or taxiway safety areas. Stockpiled materials and equipment should be prominently marked with red flags and lighted during hours of restricted visibility or darkness. Stockpiled material should not be stored near aircraft turning areas or operational movement areas, aprons, or excavations and trenches. Stockpiled material 'j, should not be stored near NAVAID's, visual or approach . aids, nor should they obstruct the ATCT's line of sight to the runway or taxiway under air traffic control. The airport operator should ensure that stockpiled construction materials and equipment do not cause degraded or hazardous conditions to airport operational safety. This includes determining and 1, verifying that equipment and materials are stored or parked at an approved location, that they are properly -' 130-4 ZIP 6/97 stowed to prevent foreign object debris (FOD), attraction by wildlife, or obstruction of air operations either by their proximity to NAVAID's or to airport movement areas. CONSTRUCTION IN PROXIMITY TO RUNWAYS a. Runway Obstacle Free Zone Objects, vehicles, stockpiled material, and construction activity are not permitted in the obstacle free zone of an active runway. The Runway Obstacle Free Zone (OFZ) is a volume of airspace extending from the runway surface up to 150 feet above the runway. The OFZ extends 200 feet beyond each end of the runway and has the widths and side slopes depicted in figures 1 through 4. 130-5 Runways Serving: Visibility Minimums lower than 314 mile Other Runways Small Aimraft 300 feet 250 feet Large Aircraft 400 feet 200 ft OFZ Rwy OFZ Width Plan View End Y�e�w Figure 1 OFZ - Visual Runways and Runways with visibility minimums not lower than 3/4 mile 130-6 6/97 Inner -Transitional OFZ tOFZe[j] Inner-TmnsWwW OR Plat View Figure 2 OFZ - Small airplanes exclusively with visibility minimums lower than 3/4 mile 130-7 6/97 Inner-Transftional O FZ —�-Rwv oFzT — Plan View Inner -Transitional OFZ FM-1 60 R End View Figure 3. OFZ - Runways serving large aircraft - visibility minimums lower than 3/4 mile The Inner -Approach OFZ, shown in Figure 4, applies only to runways with approach lighting systems. It begins 200 feet from the runway threshold and ends 200 feet beyond the last light unit in an approach lighting system, and has a 50:1 slope, beginning at runway end elevation. 130-8 Plan Yew Inner,Approach OR Profile View 50 Figure 4. Inner Approach OFZ - Runways with approach lighting systems 130-9 6/97 El 6/97 b. Approach Clearance Over Equipment and Material. (1) Construction activity in a runway approach may result in a need to displace the landing threshold temporarily. If an object penetrates a surface shown in Fig. 5, either the landing threshold must be displaced or the runway must be closed. See the construction plans for the requirements for this project. (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 Flight Procedures Office, and the Air Traffic System Management Branch as necessary. Runway End Rur wa 20 Obstacle Dimension Feet Small Aircraft Large Aircraft A 0 200 B 250 400 C 700 1000 D 2250 1500 E 2750 8500 Figure 5. 20:1 Threshold Location Surface 130-10 6/97 C. Construction activity is prohibited in runway safety areas. 4. CONSTRUCTION IN PROXIMITY TO TAXIWAYS/TAXILANES Construction activity is not permissible in taxiway obstacle free areas and safety areas. 5. HAZARD MARKING When areas on airports are closed or present hazards due to construction activities they shall be marked in accordance with AC 150/5340-1 (latest edition) and barricades, flaglines, traffic cones, flashers, and/or signs shall be used as necessary and as called for on the plans: a. To define the limits of construction, b. To identify isolated hazards, such as open manholes, excavations, areas under repair, stockpiled material, waste areas, etc., C. To prevent aircraft from taxiing onto a closed runway for takeoff, and d. To identify FAA, airport, and National Weather Service facilities, cables, power lines, ILS critical and other sensitive areas to prevent damage, interference, and facility shutdown. Barricades shall be supplemented with flashing yellow lights for use during reduced visibility or night hours. The Contractor shall have designated Contractor personnel on call 24 hours a day for emergency maintenance of hazard marking. 6. CONSTRUCTION AREA MARKING AND LIGHTING The Contractor shall ensure that all construction areas are clearly and visibly separated from aircraft movement areas, that construction hazards are clearly identified, and that facilities, cables, and power lines have been marked for the protection of personnel operating in the construction area. All barricades, temporary markers, flagline supports, and other objects placed/left in safety area of any open runway, taxiway, or taxilane shall be as shown on the plans and: a. as low as feasible 130-11 6/97 b. of low mass C. easily collapsible if impacted by an aircraft or component thereof d. weighted down or attached to surface to reduce chance of movement by prop wash/jet blast/wing vortex or other wind currents, and e. if affixed to the surface, frangible at ground level. 7. OTHER MARKING AND LIGHTING Objects (whether fixed or mobile) above runway elevation within the distances set out in Table 1 below or that penetrate the applicable runway approach surface described in FAR Part 77.25, Par. (d), may be hazardous to aircraft operations and are not permitted. TABLE 1 RUNWAY CATEGORY 1. Utility a. Visual Runway b. Nonprecision Instrument Runway 2. Larger Than Utility a. Visual Runway b. Nonprecision Instrument Runway with visibility minimums (for instrument landings) of over 3/4 mile C. Nonprecision Instrument Runway with visibility minimums (for instrument 130-12 DISTANCE FROM RUNWAY CENTERLINE 125 feet plus 7 times object height 250 feet plus 7 times object height 250 feet plus 7 times object height 250 feet plus 7 times object height 500 feet plus 7 times object height 6/97 landings) of 3/4 mile or less 3. Precision Instrument 500 feet plus 7 times object height 8. CONSTRUCTION SITE ACCESS/HAUL ROADS/MOTORIZED VEHICLES a. When any vehicle other than those approved for use in the aircraft movement area and runway approach area is required to travel over any portion of that area, it shall be escorted by a vehicle properly identified to operate in the area and be provided with a flag on a staff attached to the vehicle. A flag or escort vehicle is not required for vehicles which have been painted, marked and lighted for routine use on aircraft movement areas. Any vehicle operating on the movement area during the hours of darkness should be equipped with a flashing dome -type light, the color to be in accordance with local and/or state codes. b. Employee parking shall be as shown on the plans or (as approved designated by the Engineer. C. Vehicular and Pedestrian Control. Vehicles operated in the air operations area of an airport shall comply with the Airport Owner's rules and regulations for vehicle marking and operation. Vehicles are not permitted to operate on open runways or in their safety areas. During hours of darkness or low visibility daylight hours, vehicles shall be marked with at least flashing yellow beacons. See AC 150/5210-5, Painting, Marking and Lighting Vehicles used on Airports. Vehicles are not permitted on open runways or taxiways. Vehicles and pedestrian access routes used for airport construction and maintenance shall be controlled to prevent any unauthorized entry of persons or vehicles. Vehicle parking areas for the Contractor's employees shall be designated in advance to minimize vehicle traffic in open aircraft movement areas. 130-13 6/97 Contractor vehicles/equipment that is not in operation shall be placed in the areas designated on the plans. d. Construction Site Access and Haul Roads. Access to the job site shall be via as shown on the plans, or approved by the Engineer. 9. NAVIGATIONAL AIDS The Contractor shall not conduct any construction activity within the navigational aids (i.e., ILS components, VOR, ASR, ATCT) restricted areas shown on the plans. Stockpiling of materials, materials/equipment storage, and vehicle/equipment parking is also prohibited within navigational aids restricted areas. 10. LIMITATION ON CONSTRUCTION a. Open -flame welding or torch -cutting operations shall be prohibited unless adequate fire and safety precautions are provided and have been approved by the Airport Owner (or Sponsor) . All vehicles are to be parked and serviced behind the building restriction line and/or in an area designated by the airport operator. b. Stockpiling of construction materials and equipment storage is not permitted within operating runway or taxiway safety areas or in active NAVAID restricted areas. Open trenches, excavations and stockpiled material at the construction site shall be prominently marked with red flags and lighted by light units (acceptable to the Airport Owner or operator and the FAA) during hours of restricted visibility and/or darkness. Under no circumstances are flare pots to be used for airport lighting. C. Stockpiled material shall be constrained in a manner to prevent movement resulting from aircraft blast or wind conditions. Material should not be stored near aircraft turning areas. d. Stockpiled materials and equipment shall not obstruct pilot vision of visual navigation aids or airport signage, nor shall it interfere with the Air Traffic Control Tower's line of sight to controlled areas. 130-14 6/97 11. RADIO COMMUNICATIONS Radio communications are not required between the Contractors representative and the Air Traffic Control Tower. 12. FOREIGN OBJECT DEBRIS (FOD) MANAGEMENT Waste and loose material capable of causing damage to aircraft landing gears, propellers or being ingested in jet engines, shall not be placed on active aircraft movement areas. Material tracked on these areas shall be removed continuously during the work project. Waste or loose materials that may attract wildlife shall also be minimized and removed on a continuous basis. 13. AIRCRAFT RESCUE AND FIREFIGHTING (ARFF) NOTIFICATION The Owner and the Engineer shall be notified in writing at least seventy-two (72) hours in advance if any water line or fire hydrant will be out of service. Seventy-two (72) hour advance notification shall also be provided prior to performing any work that may close or affect an emergency rescue and fire fighting route. END OF SECTION 130 130-15 BID SUBMITTAL CONTRACTORS & ENGINEERS (806) 7454511 Phone P.O. BOX 3279 (806) 748-1681 Fax Lubbock. Texas 79452-3279 906 Slaton Road 79404 City of Lubbock, Texas ITB 00-196 Aircraft Rescue & Fire Fighting Facility _97,,, � .4" R�4m� Y71,9d. The following is a list of qualifications and exclusions form Brown -McKee, Inc. quotation. 1. As per conversation with the Project Engineer at the pre -bid conference BMI excludes furnishing and installation of the tapping sleeve and valve, back flow preventor, and the back flow preventor valve vault. 2. As per conversation with the Project Engineer at the pre -bid conference BMI will furnish and install the natural gas service main from a gas meter furnished by City of Lubbock and located on the project site. 3. The City of Lubbock will furnish water for the all hydrostatic testing. 4. Contractor will be allowed to dispose of water used during hydrostatic testing on the job site. 5. BMI has assumed the maximum water level of the pit area will be elevation 100'-1". This elevation will be the maximum elevation of hydrostatic testing of the liner system. 6. Quality control. In regards to the specified Contractor Quality Control Program detailed in Section 100. The specification requires that the contractor provide a program administrator with a minimum of 5 years experience in Airport and Highway Construction with an additional requirement of some level of NICET Certification. We take exception to these requirements and will provide testing as required in the specifications utilizing a local lab that is NICET Certified. We propose to use our Project Manager and/or Superintendent to coordinate this effort. 7. BMI understands project site location at one time in the past, was the site of a WW 11 Army Air Force Training Facility. There could be underground obstruction, foundations, burn pits, waste pits and under ground utilities unknown to Engineer, City or the Contractor. Excavation, disposal or handling of these items however classified, is exclude for our quotation. Brown -McKee, Inc. 1. 'Mike�EJ P. Oles President BID SUBMITTAL UNIT PRICE BID CONTRACT DATE: October 16, 2000 PROJECT NUMBER: 400-196 - FIREFIGHTING TRAINING FACILITY Bid of Brown -McKee, Inc. CONSTRUCT AIRCRAFT RESCUE AND (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Gentlemen: The Bidder, in comp11 anc with your invitation for bids for the construction of a Aircra t Rescue and Firefighting Training Facility having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends 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 herein. The price covers all expenses incurred in performing the work required under the contract documents. Bidder hereby agrees to commence the work on the above project on or before a date to be secified in a written "Notice to Proceed" of the Owner and to fuKy complete the roject within 180 (ONE HUNDRED EIGHTY) consecutive calendar da s hereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pa to Owner as liquidated damages the sum of g1000.00 ((ONE THOUAS DOLLARS) for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be $_ completed and submitted in accordance with instruction number 21 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of ninety (90) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. P-1 Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within (ten) 10 days after notice of award of the contract to him. Enclosed with this bid is a Cashier's Check or Certified Check for N/A Dollars ($ , N/A ) or a Bid on in the sum o of Greatest Amount Bi Dollars ($ _ ), which it is agreed snall be collected and retained by e er as liquidated damages in the event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, 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 bid; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. Therefore, any corrections to the bid price must be made on the Bid Submittal form prior to bid oaening. (Seal if Bidder is a Corporation) ATTEST: Authorized Signature -!:��� Mike P. 0 1 e s (Printed or Typed Name) Brown -McKee Inc Coff'6! Box 3279 Address Lubbock Lubbock C, County Texas 79452-3279 State Zip Code Telephone: 806 - 745-4511 Fax: 806 - 748-1681 Bidder acknowledges receipt of the following addenda: Addenda No. 1 Date 9-08-00 Addenda No. 2 Date 9-14-00 Addenda No. 3 Date 9-15-00 Addenda No. 4 Date _ -0.0 Addenda No. 5 Date - -00_ Addenda No. 6 Date�IU-I'-UU M/,WBE Firm: woman black American atiye American isp4nic AmeYican Asian Pacific American t er Specify) WIAP BID 3ROJECT NO. 3-48-0138-22-00 PROJECT NO. TX 00103 JO. 00-196 DATE' rONSTRUCT AIRCRAFT RESCUE AND FIREFIGHTING TRAINING FACILITY Item No. Approx. Quantity Item With Unit Price Written In Words Unit Prices In Figures Extended Total Dollars Cents Dollars Cents 1 P 100 1 LS MOBILIZATION 7WV 11V40f" � Z IaaJ 46¢ p �2107 PER LUMP SUM � 2 1 LS or CLEARING AND GRUBBING Si P-151 / rI7c-Star.+oi �[//Rt� 'T � /� 93�e /�p 93c e`► PER LUMP SUM / 3 1 LS UNCLASSIFIED EXCAVATION AND Q_ P-152 EMBANKMENT ��� r� -f �F`t � a � Ib LUMPSUM - ' / 500 CY UNSUITABLE EXCAVATION �Gsa �l�R.,La� /Qf09 4 P-152 ft'SL b ER CUBIC YARD— / 5 1 LS EROSION AND SEDIMENT CONT OL P-156 d *71 �---"� PER LUMP SUM ! ,�,� I/ /� 6 3,200 LF SILT .FENCE I'LILN5 /• - I ..Y r II C Q PER LINEAR F00T 7 1,540 LF 61 GALVANIZED CHAIN LINK FENCE G�� .�/ ', �hoo F-162 tx 16A'—d _ s /per lQ 1v PER LINEAR FOOT ( 8 1 EA 61X6' MANUAL PEDESTRIAN GATE F -162�N ^��',� �L'C7w s �. Do - �D PER EACH 9 3 EA 241X6' MANUAL DRIVEWAY GATE F-162 ot f G WC � Do Q PER EACH P-3 BID AIP PROJECT NO. 3-48-0138-22-00 DELTA PROJECT NO. TX 00103 DATE: 0 � ITB NO. 00-196 Item No. Approx. Quantity Item with Unit Price Written In words Unit Prices In Figures Extended Total Dollars Cents Dollars Cents 10 1 EA 241X6' AUTOMATIC SLIDING DRIVEWAY GATE F -162 1 Tta y ( ^PER EACH I J 11 1 LS ACCESS CONTROL SYSTEM ll. M61 F-162 �— q �+�b PER LUMP SUM `,� 12 M-122 87 LF 4 INCH C- 00 PVC WATER MAIN (► PER LINEAR FOOT [1 Imo, 1 INCH COPPER SERVICE LINE 13 M-122 70 LF 4- ��froo! 30 ;. ! 4 `oo �+ PER LINEAR FOOT �o 14 M-122 44 LF 6 INCH SDtR�35 PVC SANITARY SEWER L tLbi (AAALe `�I /!e �-----�'_ c�� n I �j �!' ..-. ' /f ,�— 124 PER LINEAR FOOT ` J't' 15 137 LF 4 INCH SDR PVC SANITARY SEWER (� �S�hoe q M-122 321oq PER LINEAR FOOT �25�? EXISTING MANHOLE TO GRADE �cO ri. 16 2 EA ADJUST j1 n AI -L► toe) ` 4vo ot) G� PER EACH 17 M-122�i�L. 2 EA SANITARY SEWER MANHOLE —t"10,e+ cS 4�JAdn�� Sri k�+ GIA cs>7 +� �'7 � $4, 4- S��/m �� PER EACH GIY(�V t 1 1 18 1 EA i" SANITARY SEWER SAMPLE WELL n M M-122 �• -$4StJo�6— �Pilo PER EACH P-4 BID ROJECT NO. 3-18-0138-22-00 DELTA PROJECT NO. TX 00103 ITB NO. 00-196 DATE : PQ ..- !/ — O 0 Item No. Approx. Ouantity Item With Unit Price Written In Words Unit Prices In Figures Extended Total Dollars Cents Dollars Cents 19 M-122 1 LS W/^A�T--E..R A'�PP�JPU,,R.�TENANCES `�f�1�f) Q.tbg PER LUMP SUM 20 D-701 249 LF 15" RCP CLASS V iZ�(L,.K, A, 1.b (�ow�. I DTa— /�-4 "[ e� p PER LINEAR FOOT 21 D-701 2 EA 151, TXDOT P PE END TREATMENT ,J 2 0 ors "' 2J, -39 PER EACH 22 T-901 3 AC SEEDING 00e- -51 ybf Q6t1a4-'& (.331 oea �/ �... `K" 33�i on PER ACRE 23 T-908 3 AC MU CHING TWa. T'40S� U-16 /lj h&,6 :5y=,� QA).P- " . — — 67 / o f 4- PER ACRE 24 L-110 425 LF 4"-2W CONCRETE ENCASED PVC CONDUIT � �Lf �e��an.`f. 6410p--- PER LINEAR FOOT * �'f'Z 17'2,00 25 L -127 1 EA ELECTRICAL '/HA_ND.HOLE = A) Af 16 — PER EACH 26 L-127 1 EA TELEPHONE HANDHOLES / k > �(12 �A1QAAV 01A)C N St X 06 C+fl ��Qra�s 141-Od/ PER EACH2�� 27 R-247 9,400 TN TXDOT TYPE A, GRADE 2F,/LLEXIBLE BASE IIAJ-e ms Dj���"�/lOO � T PER TON P-5 BID 'ROJECT NO. 3-48-0138-22-00 PROJECT NO. TX 00103 ITB NO. 00-196 DATE: lO —,/G -40 Item No. Approx. Quantity Item With Unit Price Written In Words Unit Prices In Figures Extended Total Dollars Cents Dollars Cents 28 R-360 90 SY CONCRETE PAVEMENT, 8 INCH 5 / A -51 _ �E (ICL" 9bxlb6 (p PER SQUARE YARD 29 218 LF CONCRETE PAVED DITCH _ 7h6jt� 717 PER LINEAR FOOT 30 R-529 147 LF CONCRETE CURB, MODIFIED TXDOT TYPE 16 INCH ce.t (7 jAAo& '¢f�p� PER LINEAR FOOT 31 R-531 142 SY PCC SIDEWALK Lt/O �i b SAA `T PER LINEAR FOOT 32 R-999 16 EA CONCRETE FILLED STEEL PIPE BOLLARDS S • .2d 3 ?- 37 / GD PER EACH 33 SP-19 1 LS MECHANICAL PROCESS AND SYSTEMS - ARFF TRAINER gica h%fsidero :5(;i& ;%'4fT;s&-kd- ft r �`"'�j 76-1 Lcg/�"'' . . :5ek(&fd UL�/ PER LUMP SUM 34 1 LS PIT LINER, SAND AND GRAVEL SP-19 -B;U�R�N 1 rllil �lli 1�QI1Gi n'� C�n���2 r �-��d �+�TL``_�____`%* %A 0 PER LUMP SUM L / 4 7/ 35 SP-19 1 LS MECHANICAL PROCESS AND SYSTEMS CONCRETE 01t/ t �1 1 �p t�i' 0 '� q ((O 0) 4 PER LUMP SUM 6b C 36 SP-19 1 LS EARTHWORK FOR INSTALLATION OF MECHANICAL PROCESS AND SYSTEMS--- RX44 GiTddOCk4A S2L WA& A141 SAX PER LUMP SUM 06 _ I IM BID AIP PROJECT NO. 3-48-0138-22-00 DELTA PROJECT NO. TX 00103 ITB NO. 00-196 DATE: /'o—A-'-d(' Item No. Approx. Quantity Item With Unit Price Written In Words Unit Prices In Figures Extended Total Dollars Cents Dollars Cents 37 1 LS METAL WORK F; e)1L _( 1,) SP-19 -%JSa. d JAt L(l6n" ' ,// /'*lO� ` -9 4�6� �— S—U7 S( k r S Lit � � 0 —7ER LUMP SUM 38 1 LS ARFF CONTROL TOWER AND PORCH I?111,02 AADO" SP-20 ML)� Fca btl —1)766.5twdl . VAjajo a& Gt" /o," PER LUMP SUM "Ca CONTRACT TIME: ~!!• CALENDAR DAYS LIQUIDATED DAMAGES: E O /CALENDAR DAY See Qualifications Per The Following Sheet. I P-7 TOTAL BASE BID AMOUNT S -�I, '75'31 BID L ` CONTRACTOR'S CERTIFICATION OF DBE PARTICIPATION L-" The bidder shall make good faith efforts, as defined in Appendix "A" of 49 CFR Part 26, Regulations of the Office of the Secretary of Transportation, to subcontract portions 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. If the bidder fails to achieve the contract goal stated herein, it will be required to provide with this bid, 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. Qi-t By signing this bid, the Bidder proposes to subcontract work on this Project as follows: Check Name & Address (✓) Work to be Dollar of Subcontractor DBE Performed Amount C_ 1. A -Fs - 61ylR-oxi wieJ-o_1.loc Y S�Lr-e..,�ce � 4 3 10� f 2zoi Roxt F D14V-e 6t0 (c(n, u'q A- 2s-na .72C 797M S�Ei�iyc, 2. D v Es s- R_-+C.'s � ✓ I►� A-r�wia�s. Q c �� o c o (r 58s3 44---5i T�s-r�a5 L_ t-o b T6 794-z4 3. 4. WE Check here if a continuation of this list of subcontractors has been attached to this Bid. Qualifications and requirements for DBE certification are described in Section 120 of the GENERAL PROVISIONS. Copies of DBE certificates shall be submitted with this Bid. A substitution of Subcontractors may be permitted only upon written request and approval by the Owner. r This. firm assures that it will utilize not less than .r% % of Disadvantage Business Enterprise Firms. If less than the goal in Section 120 of the GENERAL PROVISIONS, good faith efforts have been attached to this Bid. CERTIFICATION OF BIDDER for the above: BIDDERS NAME ©le5- Name and Title (Type or Print) SIGNATURE DATE �% • J, �OOG� . 5. P-9 CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Bidder And Attached to Bid Submittal I, the undersigned Bidder, certify that the insurance requirements contained in this bid document have been reviewed by me with the below identified Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this bid/proposal. Contractor (Signature) CONTRACTOR'S NAME: /' i tk&- 19' (Print or Type) CONTRACTOR'S ADDRESS: Name of Agent/Broker: Address of Agent/Broker: City/State/Zip: Agent/Broker Telephone N Date: Sf l %'1, ZOvy Nu Contractor (Print) 0. �✓ 3 7-7'7 /X- 79¢sz-3�75,. �/ o �2 •�� ST. ,C�hhac-1, Tx -71¢z3 : ( TOE) 7W -00/ NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this bid/proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Purchasing Manager for the City of Lubbock at (806) 775-2165. BID #00-196 - CONSTRUCT AIRCRAFT RESCUE AND FIREFIGHTING TRAINING FACILITY P-10 BID - J REQUIRED LANGUAGE M 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 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 )4- 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 4 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 applicable filing requirements, the Bidder (Proposer) shall submit a compliance report on Standard Form 100, "Employee Information Report EEO-1" prior to the award of contract. Standard Form 100 is normally furnished contractors annually, based on a mailing list currently maintained by the Joint Reporting Committee. In the event a contractor has not received the form, he may obtain it by writing to the following address: Joint Reporting Committee 1800 G Street Washington, DC 20506 P-11 BID 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. Certification 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. P-12 BID Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Section 1001. Buy American Certification (Aviation Safety and Capacity Expansion Act of 1990) By submitting a bid/proposal under this solicitation, except for those items listed by the offeror below or on a separate and clearly identified attachment to this bid/proposal, the offeror certifies that steel and each manufactured product, is produced in the United States (as defined in the clause Buy American - Steel and Manufactured Products for Construction Contracts) and that components of unknown origin are considered to have been produced or manufactured outside the United States. Offerors may obtain from (insert sponsor representative) lists of articles, materials, and supplies excepted from this provision. PRODUCT COUNTRY OF ORIGIN P-13 �., BID SPECIAL NOTICE TO BIDDERS BUY AMERICAN - STEEL AND MANUFACTURED '= PRODUCTS FOR CONSTRUCTION CONTRACTS (Aviation Safety and Capacity Expansion Act of 1990) (a) The Aviation Safety and Capacity Expansion Act of 1990 provides that preference be given to steel and manufactured products produced in the United States when funds are expended pursuant to a grant issued under the Airport Improvement Program. The following terms apply: 1. Steel and manufactured products. As used in this clause, steel and manufactured products include (1) steel produced in the United States or (2) a manufactured product produced in the United States, if the cost of its components mined, produced or manufactured in the United States exceeds 60 percent of the cost of all its components and final assembly has taken place in the United States. Components of foreign origin of the same class or kind as the products referred to in subparagraphs (b) (1) or (2) shall be treated as domestic. 2. Components. As used in this clause, components means those articles, materials, and supplies incorporated directly into steel and manufactured products. 3. Cost of Components. This means the 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 sufficient and reasonably available quantities and of a satisfactory quality; (2) that the U.S. Department of Transportation has determined, under the Aviation Safety and Capacity Expansion Act of 1990, that domestic preference would be inconsistent with the public interest; or (3) that inclusion of domestic material will increase the cost of the overall project contract by more than 25 percent. P-14 �a BID CERTIFICATION OF BIDDER REGARDING EQUAL EMPLOYMENT OPPORTUNITY GENERAL BIDDER'S NAME 91-elrunl /�%%G,Ly�, A/c, ADDRESS �5 4X % j /�J� /7Oc��L� / jC raj �SZ-- 3 2-7F. INTERNAL REVENUE SERVICE EMPLOYER IDENTIFICATION NO. -%5--0`:1O 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 required to provide for the forwarding of this notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the equal opportunity clause. NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. (2/92) P -15 BID ., CERTIFICATION OF NONSEGREGATED FACILITIES 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 exceeding $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 $10,000 which is not exempt from the provisions of the Equal Opportunity Clause. Certification - The information above is true and complete to the best of my knowledge and belief. Mike P. Oles, President Name and Title of Signer (Please Type) Signature Date NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. (1/92) P-16 MINUTES OF SPECIAL MEETING OF BOARD OF DIRECTORS OF BROWN-McKEE, INC. A Special meeting of the Board of Directors of Brown -McKee, Inc. -was held in -Lubbock, Texas on September 19, 2000 at th-e offices of the Company. A Quorum of the Directors were present in person. Purpose of meeting was to give authorization to executives to execute a bid proposal to the City of -Lubbock. After a full and complete discussion, the following resolution was unanimously adopted. "RESOLVED, that the executives of this Corporation authorize Mike P. Oles, President, to. execute a bid proposal to the City of Lubbock for' the construction of Aircraft Rescue And Fire- fighting Training Facility." There being no further business to come before the meeting, the meeting -was adjourned. 4PeggW Young Se ,etary P.O. Box 3133 Lubbock, Tx 79452 r J. E. Seay - Treasurer 24 Highland Dr. Ransom Canyon, Tx 79366 BROWN-McKEE, INC. (Chartered In The State Of Texas) Mike P. 0 es - President 5332 84th St. Lubbock, Tx 79424 <_ J Rev. 7/89 BID BOND KNOW ALL MEN BY THESE PRESENTS, THAT WE BROWN—MCKEE, INC. as Principal, hereinafter called the Principal, and UNITED FIRE & CASUALTY COMPANY a corporation duly organized under the laws of the State of IOWA as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Lubbock as Obligee, hereinafter called the Obligee, in the sum of FIVE PERCENT OF THE GREATEST AMOUNT BID---------------- Dollars ($----- 5%----- ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the principal has submitted a bid for the Construct Aircraft Rescue and Firefighting Training Facility located at Lubbock International Airport, Texas. NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the principal shall enter into a Contract with'the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the principal to enter such Contract and give such bond or bonds, if the principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party Rev. 7/89 BID BOND the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 16TH day of OCTOBER 2000. (Witness) (Witness) BROWN-MCKEE, INC. (Principal) (Seal) �4- az' MIKE OLES (Title) PRESIDENT UNITED FIRE & CASUALTY COMPANY ( Surety) (Seal) DEEDEE BRINKER(Title)ATTORNEY-IN-FACT Bc-2 .NITED FIRE & CASUALTY COM. NY HOME OFFICE - CEDAR RAPIDS, IOWA CERTIFIED COPY OF POWER OF A-rfORNEY (Original on file at Home Office of Company — See Certification) MKNOW ALL MEN BY THESE PRESENTS, That the UNITED FIRE & CASUALTY COMPANY, a corporation duly organized and existing under the laws of the State of Iowa, and having its principal office in Cedar Rapids. State of Iowa, does make, constitute and j appoint DAVID BRENHOLTZ, OR CARLA LANCE, OR EVELYN WARWICK, OR DEE DEE BRINKER ALL INDIVIDUALLY Of 8802 URBANA LUBBOCK TX 79424 its true and lawful Attorneys) —in —Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, undertakings and other obligatory instruments of similar nature as follows: ANY AND ALL BONDS and to bind UNITED FIRE & CASUALTY COMPANY thereby as fully and to the same extent as if such instruments were signed by J the duly authorized officers of UNITED FIRE & CASUALTY COMPANY and all the acts of said Attorney, pursuant to the authority hereby given are hereby ratified and confirmed. The Authority hereby granted shall expire MARCH 2nd 2002 unless sooner revoked. This power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted, by the J Board of Directors of the Company on April 18, 1973. "Article V - Surety Bonds and Undertakings." Section 2, Appointment of Attorneyln•Foct. 'The President or any Vice President, or any other officer of the Company, may, from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Company in the execution of policies of Insurance, bonds, undertakings and other - obligatory Instruments of like nature. The signature of any officer authorized hereby, and the Corporate seal, may be affixed by facsimile to any powerof attorney or special power of attorney or certification of either authorized hereby; such signature and seal, when so used, being adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of authority shall have full power to bind the Company by their signature and execution of any such Instruments and to attach the seal of the Company thereto. The President or any Vice President, the Board of Directors or any other officer of the Company may at any time revoke all power and authority previously given to any ottorneyin•fact. r IN WITNESS WHEREOF, the UNITED FIRE & CASUALTY COMPANY has caused these presents to be signed by its assistant vice president and its corporate seal to be hereto affixed this 111 'q 2nd day of MARCH _ •A-D• 2000 '` COl10lE1E !!><AL �, UNITED FIRE & S TY COMPANY o B �♦ Y v State of Iowa, County of Linn, ss: Assistant Vice resident On this 2 n d day of MARCH 2000. before me personally came JEFFREY A. CHAP IN to me known, who being by me my sworn, did depose and say: that he resides in Cedar Rapids, State of Iowa; that he is an Assistant Vice President of the UNITED FIRE & CASUALTY COMPANY, the corporation described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporated seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. t, SHERYL MCVAY � MY COMMISSION EXPIRES Notary lic�rn� March4,2= My commission expires MARCH 4, 2003 CERTIFICATION I, the undersigned officer of the UNITED FIRE & CASUALTY COMPANY, do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the By —Laws of said Company as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID COMPANY, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. In testimony whereof I have hereunto subcribed my name and affixed a corporate seal of the said Company this 16TH day of OCTOBER 2000 C01101ATE o SIAL �NYIM11{{� 0]WO�H[CK 8[31RADNG_ L|CEN BOND NO. 54-114313 STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) Y OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $25,000) r- KNOW ALL MEN BY THESE PRESENTS, that BROWN-MCKEE, INC. (hereinafter called the Principal(s), as Principa s , an UNITED FIRE & CASUALTY COMPANY (hereinafter called the Surety (s), as Surety (s), are held and f irmly bound unto the City Y�c� 3 Sj Nei WD E Obligee) , in the amount of mH [TSAND NF HTINDRR nNE AND / — Dollars ($ 2 753 101.81 lawful money of the United State s�or-tom payment whereof, tie 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 4TH day of DECEMBER 2000 to commence and complete the construction of certain improvements described as: BID #00-196 - Construct Aircraft Rescue and Firefighting Training Facility and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 4TH day of DECEMBER 2000 . UNITED FIRE & CASUALTY COMPANY Surety`�a ,r *By: l�P 1Lu-61i..�`. ..1" (Title) DEEDEE BRINKER ATTORNEY -IN -FACT Brown -McKee Inc (Company Name) By: MIKE OLES (Printed Name) Q (Signature) PRESIDENT (Title) The undersigned surety company represents that it is duly qualified h to do business in Texas, and hereby designates DEEDEE BRINKER 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. UNITED FIRE & CASUALTY COMPANY Surety A (Title) DEEDEE BRINKER ATTORNEY -IN -FACT Approved as to form: City of Lubbock By: `�� --- 4..- hlf` 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. K BOND NO. 54-114313 STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) KNOW ALL MEN BY THESE PRESENTS, that BROWN-MCKEE, Wgteinafter called the Principal(s), as Principal(s), an UNITED FIRE & CASUALTY COMPANY (hereinafter called the Surety(s) as Surety(s), are held and firmly bound unto the City L rl ( Dc E_E %6Aft Obligee), in the amount of _ Dollars ($ 2 753 101.87) lawful money o e united a es or e payment wher, or, 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 4TH day of DECEMBER 2000, to commence and complete the cons ruc ion ot certain improvements described as: BID #00-196 - Construct Aircraft Rescue and Firefighting Training Facility and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said signed and sealed this DECEMBER , 2000 . Principal (s) and Surety (s) have instrument this 4TH day of UNITED FIRE & CASUALTY COMPANY Surety * By: J n4 &ee (Title) DEEDEE BRINKER ATTORNEY -IN -FACT 1 Brown -McKee Inc (Company Name) By: MIKE OLES (Printed Name) /-d2�' (Signature) PRESIDENT (Title) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates DEEDEE BRINKER 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. UNITED FIRE & CASUALTY COMPANY Surety (Title) DEEDEE BRINKER ATTORNEY-IN-FAC' Approved as to Form City of/ Lubbock -p By: G `tom 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 copy ;0? Power Attorney, with 'ED FIRE:,:I fidavit, ant LS ON FI .onferred> to sign, i seal and execute in Ats behalf all ` as follows*,ANYt AND ALL BONDS ie same extent as if such ' instruments vvere signed by >. ill the acts of `said Attorney.,pursuant:.fa the authority A I have 'ANY, and that the same are correct U CERTIFICATE OF INSURANCE a ■ ■ - • 11RANCE TO: CITY OF�UBCERTIFICATE OFINSU INSURANCE � LUgBOCK, TX 794S7 THIS IS TO DATE; 12-05_2000 CERTIFY THAT the date of this certificate typed Of insur . insured b I B TYPE OF PROJECT: hereinafterdescribed.d in Y this Co 2 BID ��00-196 accordance with the pant wit res L BBOCK - CONSZ-RUC Exceptions to standard provisions pest to the business o iName and T AIRCj of the standard Aerations here natter s of insureds is, a TYPE °F INSURANCE Aoilcy noted hereon, A°IlCles use described RANCE POLICY d by this company,• for the E/VER,gL LIABIL/Iy NUMBER EFFr r�T..._ the further ^- $ •.1ntt/LlT x Any Auto All Owned Autos 0 Scheduled Autos $ � Hired Autos O � Non -Owned Autos � Any Auto 100% of the Total Contract /NSTALLAT/oN FLOATER Umbrella Form Other Than Umbrella Form 4PLOYERS' LIABILITY e Proprietor/ 0 rtners/Executive p icers are: pATE EFFECTIVE 4462600 pgrE LIMITS 4-10-00 / 4-10-01 Genera► g99re Products-t^omA Oe $ Personal & qdv. P AGG $ � Fi e� Occurrence $ j $ 1 ' Med E P 0�0 (may one Fire) Y one Person) 1462750 $ 5,000 4-10-00 4-10-01 Combined Single Limit j 13odi1y Injury (per Person 000 000 Bodily Injury (per Accident) Property Damage $ Auto Only _Each Accident $ Other than Auto Only: Each Accident Aggregate $ $ R463098 $ 4-10-00 $ 4-10-01 Each Occurrence Aggregate $ S 000 000 $ $ Statutory Limits Each Accident Disease Po►lc5' Limit $ Disease -Each Employee $ above policies y heirein Y thereof ceilation, or in case there is the legal tt,r b appropriate E COPIES OF THE CERTIF al require afteethe Insured ment provide that they . n less than five days as received vt/ritten 3T BE SENT TO THE CITY C RANCE OLD f cancellation anc mat not besuch F INSU Y advance notice changed or ICIES ARE ENDORSED TO Bp K of such change or 'ITIONAL INSURED IN FAV DE EPUBLIC INSUR CE 'RE IS A WRITTEN CONTRAC THEAIVER OF SUBROGATION COMP e o cu� r ANY CERTIFICATE HOLDER REQ EH THEABOVE -INSURED IFIC TE OLDER IF E ABOVE. AND Title: E I 1 AGER 2 i BExOP FAIW PI INSURE a TO: CITY OF LUBBOCK P.O. BOX 2000 CERTIFICATE OF INSURANCE DATE:12-05-2000 LUBBOCK, TX 79457 TYPE OF PROJECT: BID #00-196 - CONSTRUCT AIRCRAFT THIS IS TO CERTIFY THAT BROWN MCKEE. INC - BOX 3279: LUBBOCK (Name and Address of Insured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the provisions of the standard policies used by this company, the further hereinafter described. Exceptions to standard policy noted hereon. TYPE OF INSURANCE POLICY NUMBER EFFECTIVE DATE EFFECTIVE DATE LIMITS GENERAL LIABILITY General Aggregate $ 2 Products-Comp/Op AGG $ -, , OLIO Personal & Adv. Injury $ 1,_000.000 Each Occurrence $ 1.000.000 �►i Commercial General Liability 0 Claims Made XI Occurrence ❑ Owner's & Contractors Protectiv 4462600 4-10-00 4-10-01 $ Fire Damage (Any one Fire) $ $100,000 Med Exp (Any one Person) $ 5,000 AUTOMOTIVE LIABILITY Combined Single Limit $ 1, 000, 000 Bodily Injury (Per Person) $ Bodily Injury (Per Accident) 0 Any Auto n All Owned Autos 0 Scheduled Autos 1462750 4-10-00 4-10-01 X1 Hired Autos i0 Non -Owned Autos Property Damage $ GARAGE LIABILITY Auto Only - Each Accident $ Other than Auto Only: 0 Any Auto Each Accident $ Aggregate $ 0 BUILDER'S RISK $ ❑ 100% of the Total Contract Price 0 INSTALLATION FLOATER EXCESS LIABILITY 6 Umbrella Form ❑ Other Than Umbrella Form R463098 4-10-00 4-10-01 Each Occurrence $ 5,000.000 Aggregate $ 5.00 0.000 $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY The Proprietor/ 0 Included Partners/Executive 0 Excluded Officers are: Statutory Limits Each Accident $ Disease Policy Limit $ Disease -Each Employee $ OTHER The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or I ancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. FIVE COPIES OF THE CERTIFICATE OF INSURANCE OLD REPUBLIC INSURANCE COMPANY MUST BE SENT TO THE CITY OF LUBBOCK (P MeofW6ure POLICIES ARE ENDORSED TO PROVIDE WAIVER OF SUBROGATION & ire ADDITIONAL INSURED IN FAVOR OF THE CERTIFICATE HOLDER IF THERE IS A WRITTEN CONTRACT BETWEEN THE ABOVE INSURED'AND Title: REGIONAL MANAGER THE CERTIFICATE HOLDER REQUIRING THE ABOVE. � �` __F �.� ���,.,�, �,, �,ti�.�,...,...�. A.. A ACORD. CERTIFICATE OF LIABILITY INSURANCE 0ATE(MMfDD"" 12-06-2000 ODUCER Serial # THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION EMPLOYERS GENERAL INSURANCE GROUP ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P. 0. BOX 219010 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. DALLAS, TEXAS 75221 { INSURERS AFFORDING COVERAGE SURED i INSURERA OLD REPUBLIC INSURANCE COMPANY INSURER B: BROWN MCKEE, INC. INSURERC: P. 0. BOX 3279 INSURERD: T TTn 10nnTf mw A 0 -7 n /. c 7 INSURER E: THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TU I nt IN,5UMtU NwvltU At$VVt ruts I nr-rvua. �.. �� •� • • •. •� 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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ISR • TYPE OF INSURANCE I POLICY NUMBER POLICY EFFECTIVE ; POLICY EXPIRATIONT. LIMITS 1 GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY I CLAIMS MADE DOCCUR EACH OCCURRENCE 1 $ _ FIRE DAMAGE (Any one fire) S MED EXP (Any One person) PERSONAL 3 ADV INJURY S GENERAL AGGREGATE $ 1 PRODUCTS • COMP/OP AGG ! S AGGREGATE LIMIT APPLIES PER: i ,.GEN'L POLICY JECI PRO. F— LOC i j AUTOMOBILE LIABILITY i COMBINED SINGLE LIMIT S I (Ea accident) ANY AUTO —� ALL OWNED AUTOS i BODILY INJURY S (Per person) SCHEDULED AUTOS I I I HIRED AUTOS 1 BODILY INJURY $ (Per accident) NON -OWNED AUTOS i PROPERTY DAMAGE S (Per accident) { GARAGE LIABILITY I AUTO ONLY - EA ACCIDENT S ANY AUTO ' i OTHER THAN EA ACC-- i AUTO ONLY: AGG ! $ EXCESS LIABILITY! { j EACH OCCURRENCE $ I OCCUR CLAIMS MADE ` I AGGREGATE { $ I 1 iS DEDUCTIBLE ! S RETENTION S $ WC WORKERS COMPENSATION AND I Y LIMIT TORS ! ' ER EMPLOYERS' LIABILITY { I E.L. EACH ACCIDENT { S I I I E L. DISEASE - EA EMPLOYEE: S E.L. DISEASE - POLICY LIMIT I S OTHER i ! AGGREGATE LIMIT $2,000,000 1-A 'OWNERS CONTRACTORSI 1467325 j 12-06-00 12-06-01 EACH OCCURRENCE $2,000.000 DESCRIPTION OF OPERAT(ONS/LOCATTONSIVEHCLESIEXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS JOB: BID #00-196 — CONSTRUCT AIRCRAFT CERTIFICATE HOLDER ! ADDITIONAL INSURED; INSURER LETTER: CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 1 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR UABIUTY 0 ANY KIND UPON THE INSURER ITS AGENTS OR CITY OF LUBBOCK REPRESENTATIVES P. 0. BOX 2000 AUTHORIZED REPRESENTATIVE OF 1 DEN U A LUBBOCK TEXAS 79457 ICARL A. LUCKENBACH ACORD 25-S (7197) O ACORD CORPORATION 1988 CAFMPRO\CERTPROS.WEB r IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the, certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25-S (7197) ADD_. CERTIFICATE OF LIABILITY INSURANCE °A'F(M�°°^� 12-05-2000 PRODUCER Serial # THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION NATIONAL GENERAL AGENCY ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE P. O. BOX 219010 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. DALLAS, TEXAS 75221 I INSURERS AFFORDING COVERAGE INSURED ----- INSURER A: TEXAS WORKERS' COMP INS. FUND BROWN MCKEE , INC. INSURER 8: P. 0. BOX 3279 INSURER C: LUBBOCK, TEXAS 79452 IINSURERD: I INSURER E: CnVFRAGFS THE 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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, INSR TYPE OF INSURANCE I POLICY EFFECTIVE POLICY EXPIRATION LIMITS POUCYNUMBER GENERAL LIABILITY i EACH OCCURRENCE S COMMERCIAL GENERAL LIABILITY I ' FIRE DAMAGE (My one fire) Is -� CLAIMS MADE OCCUR ji MED EXP (Any one parson)' PERSONAL 3 ADV INJURY $ -- I I 1 GENERALAGGREGATE S GEN'L AGGREGATE LIMIT APPLIES PER ;PRODUCTS - COMP/OP AGG S 71POLICY. CT PRO- i 1pC AUTOMOBILE LIABILITY I SINGLE LIMIT :S ' (a ANY AUTO acciident) ALL OWNED AUTOS 1 80DILY INJURY S i SCHEDULED AUTOS i ! : (Per person) i - HIRED AUTOS BODILY INJURY I S . NON -OWNED AUTOS ((Per ecddent) —' PROPERTY DAMAGE ' (Per accident)S GARAGE LIABILITY i AUTO ONLY • EA ACCIDENT S ANY AUTO I OTHER THAN EA ACC ' S AUTO ONLY: AGG i S EXCESS LIABILITY I EACH OCCURRENCE !S OCCUR CLAIMS MADE I AGGREGATE I S — i I IS _ DEDUCTIBLE S RETENTION S 1 ' is i WORKERS COMPENSATION AND X TORY L MITS ER EMPLOYERS' LIABILITY A' I E.L. EACH ACCIDENT is 500,000 TSF-0001075056 i 1-1-2000 ! 1-1-2001 1 E.LOISEASE-EAEMPLOYE S 500,000 E.L. DISEASE • POLICY LIMIT Is 500,000 OTHER I I i I i DESCRIPTION OF OPERAMONSILOCATIONSIVEHCLES/EXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS POLICIES ARE ENDORSED TO PROVIDE WAIVER OF SUBROGATION IN FAVOR OF THE CERTIFICATE HOLDER IF THERE IS A WRITTEN CONTRACT BETWEEN THE ABOVE INSURED AND THE CERTIFICATE HOLDER REQUIR THE ABOVE. BID #00-196—CONSTRUCT AIRCRAFT CITY OF LUBBOCK P. 0. BOX 2000 LUBBOCK, TEXAS 79457 ACORD 25•S (7197) C:\FMPRO\CERTPROS.WEB CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF. THE ISSUING INSURER WALL ENDEAVOR TO Mpi�4 `T�"�a, 10 NOTICE TO THE CERTIFICATE *hb E LEFT'BO� FARc IMPOSE NO OBLIGATION OR W TY OFeA"ND U SURER, ITS AGENTS OR REPRESENTATIVES AUTHORIZED REPRESENTATIVE A�IEPE44FAY INSURAN OENCY TVIM AT T1 D T C4 i, IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor' does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 28-S (7197) CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK DATE: P.O. BOX 2000 LUBBOCK, TX 79457 TYPE OF PROJECT: THIS IS TO CERTIFY THAT (Name and Address of Insured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the provisions of the standard policies used by this company, the further hereinafter described. Exceptions to standard policy noted hereon. TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EFFECTIVE LIMITS DATE DATE GENERAL LIABILITY 0 Commercial General Liability wit D Pollution Coverage General Aggregate $ 0 Claims Made Products-Comp/Op AGG $ 0 Occurrence Personal & Adv. Injury $ 0 Owner's & Contractors Protectiv, Each Occurrence $ ❑ Fire Damage (Any one Fire) a Med Exp (Any one Person) S AUTOMOTIVE LIABILITY 0 Any Auto Combined Single Limit $ 0 All Owned Autos Bodily Injury (Per Person) $ 0 Scheduled Autos Bodily Injury (Per Accident) a ❑ Hired Autos Property Damage $ ❑ Non -Owned Autos GARAGE LIABILITY 0 Any Auto Autof Only - Each Accident $ 0 Other than Auto Only: Each Accident $ Aggregate $ ❑ BUILDERS RISK ❑ 100% of the Total Contract Pri $ 0 INSTALLATION FLOATER $ EXCESS LIABILITY 0 Umbrella Form Each Occurrence $ Aggregate $ ❑ Other Than Umbrella Form $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY The Proprietor/ ❑ Included Statutory Limits Partners/Executive ❑ Excluded Each Accident S Officers are: Disease Policy Limit S Disease -Each Employee S OTHER The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. FIVE COPIES OF THE CERTIFICATE OF INSURANCE MUST BE SENT TO THE CITY OF LUBBOCK (Name of insurer) By: Title: 1 No Text REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at (512)440- 3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and (8) contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e) (3) of this rule; (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage{ if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it _ contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new .,' certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; s (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writin by certified mail or personal delivery, within Iten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H) , with the certificate of coverage to be provided to the person for whom they are providing ► services. 3 CONTRACT CONTRACT STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this IA" day of /.�GGrrt(Jr✓, 2000 by and between the City of Lubbock, County of Lubbock,— State o1'7exas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so, hereinafter referred to as OWNER, and Brown -McKee, 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 #00-19UNT $2O S RlOT.AIRCRAFT RESCUE AND FIREFIGHTING TRAINING FACILITY - BID 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 Condition of Agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been iven to him ana to substantially complete same within the time speci ied in the contract documents. The OWNER agrees to pay,the CONTRACTOR in current funds for the erformance of the contract in accordance with the bid submitted herefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this a reement in Lubbock, Lubbock County, Texas in the year and day first above written. ATTEST: APPROVED AS TO CONTENT: IL c O er's Represehtative APPROVED AS TO FORM: City Attorney ATTE Co por e S 'cretary UK U 0 CONTRACTOR: Brown -McKee, Inc. By: PRINTED NAME : TITLE : /heel COMPLETE ADERESS: Company /3recv�l Address , O - /3 32 7 i City, State, Zip 1d6kdc4,7x 7541z- 2I5 CONTRACT BUY AMERICAN - STEEL AND MANUFACTURED PRODUCTS FOR CONSTRUCTION CONTRACTS (a) The Contractor agrees that only domestic steel and manufactured products will be used by the Contractor, subcontractors, materialmen, and suppliers in the performance of this contract, as defined in (b) below. (b) The following terms apply to this clause: 1. Steel and manufactured -roducts. 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 Unite 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. (2/92) 2 CONSTRUCT AIRCRAFT RESCUE AND FIREFIGHTING TRAINING FACILITY AT LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS AIP PROJECT NO. 3-48-0138-22-00 (Contractor, Address) hereby guarantees that all labor and material furnished and work performed under the above Contract are in accordance with the contract drawings and specifications and authorized alterations and additions thereto, and that all of the work under the Contract is free from faulty materials and improper workmanship, and guaranteed against injury from proper and usual wear, and agreeing (and we do hereby so agree) that should any defect develop during the contract guarantee period, as hereinafter defined, due to improper materials, workmanship or arrangement, we will, upon written notice, replace or re -execute such defective work, together with any other work affected in making good such defects, at the convenience of, and without expense to the Owner. The Contractor further warrants that all manufacturer's or other warranties on all materials and equipment furnished by Contractor shall run directly to or be specifically assigned to Owner on 1 demand. The Contractor warrants that the installation of any and all materials and equipment shall be in strict accordance with manufacturer's requirements. In the event Owner seeks to enforce a claim based upon a manufacturer's warranty and should such manufacturer then fail to honor its warranty based, in whole or in part, on a claim of defective installation, Owner shall be entitled to enforce said warranty against Contractor in accordance with the terms of said warranty, except that a claim of defective installation shall not be a defense to any such warranty claim by Owner against Contractor. WC-1 No Text The contract guarantee period shall be a period of one year from final acceptance, except in the cases of manufacturer's or other required extended warranties that extend for periods greater than one year from final acceptance, whereby the contract guarantee period shall extend to match for the items that are so warrantied. Contractor Subscribed and sworn before me in the State of Texas, this day of 1 2000. Notary Public My Commission expires WC-2 CONSTRUCT AIRCRAFT RESCUE AND FIREFIGHTING TRAINING FACILITY AT LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS AIP PROJECT NO. 3-48-0138-22-00 (Contractor, Address) hereby certifies that the work for the above project has been completed in accordance with the Contract Documents, and that all previous progress payments received from the Owner on account of work performed under the Contract referred to has been applied by the undersigned to discharge in full all obligations of the undersigned incurred in connection with the work covered by prior requisitions for payment under said Contract and that all materials and equipment covered by the final requisition for payment are free and clear of all liens, claims, security interests and encumbrances. All persons, firms and partnerships who have furnished labor and/or material to date on said project have been paid. Contractor Subscribed and sworn before me in the State of Texas, this day of , 2000. Notary Public My Commission expires LCR-1 GENERAL CONDITIONS OF THE AGREEMENT GENERAL CONDITIONS OF THE AGREEMENT 1. OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co -partnership or corporation, to wit Brown -McKee, Inc. who has agreed to perform the work embraced in this contract, or their legal representative. 3. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative JOHN MCGINLEY, DEPUTY DIRECTOR OF AVIATION, so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificate, and all other documents made available to Bidder for inspection in accordance with the Notice to Bidders. The above described materials are sometimes referred to herein as the "contract" or "contract documents". 5. 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. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for 1 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES All lines and grades shall be furnished by the Owner's Representative whenever Owner's Representative deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to insure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 3 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by ' careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee 1 4 f of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for will be permitted only at Representative shall consent conditions of the grounds in o all times be maintained in Owner's Representative. 20. SANITATION the housing of men or equipment such places as the Owner's or direct, and the sanitary r about such structure shall at a manner satisfactory to the Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location 5 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 Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C)(1). If Contractor does not notify Owner's Representative prior to the commencement any extra work, any claim for payment due to alleged extra work shall be deemed waived. 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the bid, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of 1.1 any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the bids are received, and if no such notice is received by the Owner's Representative prior to the opening of bids, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative prior to bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of bids. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of 'work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. 9 The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change: All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. The insurance certificates furnished shall name the City and the Engineer 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. It shall be the contractors responsibility to provide to the owner all proof of coverage insurance documents including workers compensation coverage for each subcontractor. A. General Liability Insurance The contractor shall have Comprehensive General Liability with Pollution CoverageInsurance with limits of $5,000,000.00 Combined Single Limit in the aggregate and per occurrence to include: 10 i Premises and Operations Explosion & Collapse Hazard Underground Damage Hazard Products & Completed Operations Hazard Contractual Liability Independent Contractors Coverage Personal Injury Advertising Injury B. Owner's Protective or Contingent Public Liability Insurance and Property Damage Liability Insurance. For bodily injuries, including accidental death and or property damage, $2,000,000.00 Combined Single Limit. This policy shall be submitted prior to contract execution. C. Comprehensive Automobile Liability Insurance The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $3,000,000.00 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 a n d copy of the endorsement doing so is to be attached to the Certificate of Insurance. D. Builder's Risk Insurance/Installation Floater Insurance. The Contractor shall obtain a Builder's Risk policy in the amount of 0% of the total contract price (100% of potential loss) naming the City of Lubbock as insured. E. Umbrella Liability Insurance The Contractor shall have Umbrella Liability Insurance in the amount of $2,000,000.00 on all contracts with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverages. F. Worker's Compensation and Employers Liability Insurance Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $500,000.00. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginnin of the work on the project until the _ Contractor's7person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ' ("subcontractor" in Section 406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without ( limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities zi unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. ) 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory re irements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the A. duration of the project, the Contractor must, prior 12 L- 5. No to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers` Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; 13 the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or 16 r providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 5121440-3789 to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage;" and (h) contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; (iii include in all contracts to provide services on the project the following language: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; 17 The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 50. BONDS The successful bidder will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful bidder will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds, if required, shall be submitted on forms supplied by the Owner, and 1, executed by an approved Surety Company authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so t furnished. 51. SPECIAL CONDITIONS In',the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 28 E t 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper - 29 performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 30 SPECIFICATIONS I" SPECIAL PROVISIONS IJ SP-1 INSURANCE Revised 7/8/99 The Contractor shall specify the Owner and the Engineer as named additional insured in all insurance required under the provisions of Section 30-09 "Insurance". SP-2 CONFLICT WITH OTHER CONTROLS In the event of conflict between these requirements and pollution control laws, rules, or regulations or other federal, state, or local agencies, the more restrictive laws, rules, or regulations shall apply. The CONTRACTOR shall be responsible for assuring compliance to the extent that construction practices, construction operations, and construction work are involved. SP-3 PAVEMENT PROTECTION The CONTRACTOR shall preserve and/or protect existing and new pavements from damage due to construction operations. Existing pavements which are damaged shall be replaced or repaved at the CONTRACTOR'S expense. The CONTRACTOR shall take immediate action to alleviate the problem. SP-4 COMMUNICATIONS The CONTRACTOR shall keep the resident project representative apprised of its scheduled construction activities in order to allow proper notification of the airport manager and airport operators. As a minimum, weekly meetings to discuss construction progress and location should be anticipated. SP-5 CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS The following statements concerning FAA cables and FAA NAVAID equipment shall apply to this project. (a) The local FAA Airway Facilities Sector Field Office (AFSFO) personnel, will, upon notification, mark all FAA cables in the vicinity of construction once, prior to the start of work. The CONTRACTOR shall be responsible for any damage to cables within three feet of the marked cable route. Should he/she damage any cables he/she shall immediately take all steps necessary for the repair of the cable. If the repair necessitates any work on the part of the local FAA personnel, the CONTRACTOR will be billed for all costs incurred. (b) The CONTRACTOR shall minimize, as much as possible, locations where haul routes will cross earth buried FAA SP-1 cable. At such crossing points, the cable must be protected with steel boiler -plate or a similar structural device. (c) At times when either threshold is displaced or equipment is operating in an ILS clear zone, that respective ILS must be taken off the air. Also, when equipment is operating between a localizer antenna and its associated landing threshold, that localizer must be taken off the air. The work must be closely coordinated with the local AFSFO to eliminate unnecessary shutdowns. SP-6 RECORD DRAWINGS The CONTRACTOR shall maintain during the work and shall provide the ENGINEER with one set of marked prints showing any modifications between the original plans and final "as - constructed" conditions. The CONTRACTOR shall provide the marked set of drawings to the ENGINEER at the final inspection. SP-7 FINAL INSPECTIONS The Engineer will attend a final inspection and if necessary, one follow-up final inspection of the completed work and the completed punch list items, respectively. These inspections will be scheduled when the Contractor indicates that the work is complete and ready for final inspection or that the punch list is totally complete and the final inspection can be made. If the Engineer is required to conduct more than two (2) final inspections outlined above, the charges for the Engineer's services associated with such additional inspections shall be deducted by the Owner from the Contractor's final payment for the project. SP-8 PROJECT SCHEDULE The -Contractor shall bring to the Preconstruction Conference to be`=scheduled prior to construction a detailed progress plan for the project. The plan shall be developed in a "Critical Path Method" (CPM) format to include production rates per work period and time for mobilization and demobilization each day. Once the Contractor's plan is approved, any deviations must also receive the Engineer's approval. <� The Contractor shall review the project schedule with the Engineer and/or Resident Project Representative prior to submittal of the monthly Contractor Pay Request. Any update deemed necessary by the Engineer or the Contractor shall be incorporated and the revised schedule submitted with the pay request. The Pay Request will not be processed unless an accurate up-to-date schedule is on file with the Engineer. SP-2 SP-9 CONTRACT TIME EXTENSIONS The Contractor shall be responsible for providing justification and documentation for proposed time extensions. The Contractor shall submit the justification and documentation along with a copy of the original and updated project schedules to the Engineer for review. SP-10 CONSTRUCTION FLAGS The Contractor shall furnish aircraft warning flags, in aeronautical areas, colored orange and white, three feet (31) by three feet (31) in a checkerboard pattern for equipment and flagmen use. Flags on equipment shall be mounted on a staff not less than eight feet (81) in length. Each truck or other piece of equipment of the Contractors shall have a warning flag attached to it, in a vertical and clearly visible position. SP-11 EMPLOYMENT HISTORY The CONTRACTOR shall provide background information concerning the ten (10) year employment history on all its employees or affiliated personnel who will be involved with work inside the security fence. Based upon background information on an employee, the OWNER reserves the right to restrict the access of an employee of the CONTRACTOR from working inside the security fence for reasons of airport security. Identification badges will be required for all personnel entering the aircraft operational areas (AOA) and can be obtained from the Airport Manager. A nominal fee may be charged to cover the cost of the materials for these identification badges. SP-12 TRAFFIC CONTROL PLAN The Contractor shall provide a traffic control plan, temporary signage, marking, flagmen, in conformance with the plans and the latest edition of "Part IV, Standards and Guides for Traffic Controls for Street and Highway Construction, Maintenance, Utility, and Incident Management Operations". Roads shall be kept open to all traffic while work is being completed. The Contractor shall obtain all necessary permits from the City of Lubbock for work inside the right-of-way. Any work inside the right-of-way shall be completed under an accelerated schedule. No measurement for work, materials, labor, tools and incidentals will be made. SP-3 SP-13 UTILITY CONFLICTS The Contractor should anticipate conflicts with existing utilities. Where conflicts are encountered, the Contractor shall reroute electrical conduits, ducts, water pressure lines and/or force mains around gravity lines which will take precedence over pressure lines for maintaining vertical alignment as shown on plans. Conflicts between pressure lines shall be resolved as ordered by the Engineer. No additional payment will be made for rerouting utilities due to conflicts. The Contractor shall be responsible for repair to utilities in service which are damaged by the Contractor's men and equipment. SP-14 TESTING GENERAL The Contractor shall inform the Engineer when work in progress or an area will be subject to or has been prepared for testing. A testing laboratory shall be used on the project for quality acceptance testing and will be under the direction of the Engineer. Timely communication between the Contractor and the Engineer will be required to schedule needed testing. The testing laboratory shall not be used by the Contractor for quality control purposes and failing tests will result in the Contractor being charged for the owner's cost of all retests. This amount shall be deducted from the contractor's periodic requests for payment. The Contractor is encouraged to provide the quality control testing which he deems necessary. SP-15 MATERIALS TESTING The Contractor shall provide actual test results and/or certifications for all materials incorporated into the work to assure his/her compliance with the contract specifications. Current ASTM, AASHTO, and/or federal specifications on the date of -advertisement for bids shall be used. The latest edition of other referenced specifications, handbooks or documents shall be used. Prior to installing, placing, or incorporating any materials into the work, the Contractor shall provide four (4) copies of the materials tests and/or certifications required by the specifications to the Engineer. The Testing/Certification submittals required by the specifications shall be provided by the Contractor to the Engineer at the Contractor's expense. The required submittals shall be all tests and certifications required by the specifications. SP-4 _# 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper 29 performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 30 SPECIFICATIONS SPECIAL PROVISIONS SP-1 INSURANCE Revised 7/8/99 The Contractor shall specify the Owner and the Engineer as named additional insured in all insurance required under the provisions of Section 30-09 "Insurance". SP-2 CONFLICT WITH OTHER CONTROLS In the event of conflict between these requirements and pollution control laws, rules, or regulations or other federal, state, or local agencies, the more restrictive laws, rules, or regulations shall apply. The CONTRACTOR shall be responsible for assuring compliance to the extent that construction practices, construction operations, and construction work are involved. SP-3 PAVEMENT PROTECTION The CONTRACTOR shall preserve and/or protect existing and new pavements from damage due to construction operations. Existing pavements which are damaged shall be replaced or repaved at the CONTRACTOR'S expense. The CONTRACTOR shall take immediate action to alleviate the problem. SP-4 COMUNICATIONS The CONTRACTOR shall keep the resident project representative apprised of its scheduled construction activities in order to allow proper notification of the airport manager and airport operators. As a minimum, weekly meetings to discuss construction progress and location should be anticipated. SP-5 CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS The following statements concerning FAA cables and FAA NAVAID equipment shall apply to this project. (a) The local FAA Airway Facilities Sector Field Office (AFSFO) personnel, will, upon notification, mark all FAA cables in the vicinity of construction once, prior to the start of work. The CONTRACTOR shall be responsible for any damage to cables within three feet of the marked cable route. Should he/she damage any cables he/she shall immediately take all steps necessary for the repair of the cable. If the repair necessitates any work on the part of the local FAA personnel, the CONTRACTOR will be billed for all costs incurred. (b) The CONTRACTOR shall minimize, as much as possible, locations where haul routes will cross earth buried FAA SP-1 0. cable. At such crossing points, the cable must be protected with steel boiler -plate or a similar structural device. (c) At times when either threshold is displaced or equipment is operating in an ILS clear zone, that respective ILS must be taken off the air. Also, when equipment is operating between a localizer antenna and its associated landing threshold, that localizer must be taken off the air. The work must be closely coordinated with the local AFSFO to eliminate unnecessary shutdowns. SP_6 RECORD DRAWINGS The CONTRACTOR shall maintain during the work and shall provide the ENGINEER with one set of marked prints showing any modifications between the original plans and final "as - constructed" conditions. The CONTRACTOR shall provide the marked set of drawings to the ENGINEER at the final inspection. SP-7 FINAL INSPECTIONS The Engineer will attend a final inspection and if necessary, one follow-up final inspection of the completed work and the completed punch list items, respectively. These inspections will be scheduled when the Contractor indicates that the work is complete and ready for final inspection or that the punch list is totally complete and the final inspection can be made. If the Engineer is required to conduct more than two (2) final inspections outlined above, the charges for the Engineer's services associated with such additional inspections shall be deducted by the Owner from the Contractor's final payment for the project. SP-8 PROJECT SCHEDULE The Contractor shall bring to the Preconstruction Conference to be -scheduled prior to construction a detailed progress plan for the project. The plan shall be developed in a "Critical Path Method" (CPM) format to include production rates per work period and time for mobilization and demobilization each day. Once the Contractor's plan is approved, any deviations must also receive the Engineer's approval. The Contractor shall review the project schedule with the Engineer and/or Resident Project Representative prior to submittal of the monthly Contractor Pay Request. Any update deemed necessary by the Engineer or the Contractor shall be incorporated and the revised schedule submitted with the pay request. The Pay Request will not be processed unless an accurate up-to-date schedule is on file with the Engineer. SP-2 [J 11 SP-9 CONTRACT TIME EXTENSIONS The Contractor shall be responsible for providing justification and documentation for proposed time extensions. The Contractor shall submit the justification and documentation along with a copy of the original and updated project schedules to the Engineer for review. SP-10 CONSTRUCTION FLAGS The Contractor shall furnish aircraft warning flags, in aeronautical areas, colored orange and white, three feet (31) by three feet (31) in a checkerboard pattern for equipment and flagmen use. Flags on equipment shall be mounted on a staff not less than eight feet (81) in length. Each truck or other piece of equipment of the Contractors shall have a warning flag attached to it, in a vertical and clearly visible position. SP-11 EMPLOYMENT HISTORY The CONTRACTOR shall provide background information concerning the ten (10) year employment history on all its employees or affiliated personnel who will be involved with work inside the security fence. Based upon background information on an employee, the OWNER reserves the right to restrict the access of an employee of the CONTRACTOR from working inside the security fence for reasons of airport security. Identification badges will be required for all personnel entering the aircraft operational areas (AOA) and can be obtained from the Airport Manager. A nominal fee may be charged to cover the cost of the materials for these identification badges. SP-12 TRAFFIC CONTROL PLAN The Contractor shall provide a traffic control plan, temporary signage, marking, flagmen, in.conformance with the plans and the latest edition of "Part IV, Standards and Guides for Traffic Controls for Street and Highway Construction, Maintenance, Utility, and Incident Management Operations". Roads shall be kept open to all traffic while work is being completed. The Contractor shall obtain all necessary permits from the City of Lubbock for work inside the right-of-way. Any work inside the right-of-way shall be completed under an accelerated schedule. No measurement for work, materials, labor, tools and incidentals will be made. SP-3 I SP-13 UTILITY CONFLICTS The Contractor should anticipate conflicts with existing utilities. Where conflicts are encountered, the Contractor shall reroute electrical conduits, ducts, water pressure lines and/or force mains around gravity lines which will take precedence over pressure lines for maintaining vertical alignment as shown on plans. Conflicts between pressure lines shall be resolved as ordered by the Engineer. No additional payment will be made for rerouting utilities due to conflicts. The Contractor shall be responsible for repair to utilities in service which are damaged by the Contractor's men and equipment. SP-14 TESTING GENERAL The Contractor shall inform the Engineer when work in progress or an area will be subject to or has been prepared for testing. A testing laboratory shall be used on the project for quality acceptance testing and will be under the direction of the Engineer. Timely communication between the Contractor and the Engineer will be required to schedule needed testing. The testing laboratory shall not be used by the Contractor for quality control purposes and failing tests will result in the Contractor being charged for the owner's cost of all retests. This amount shall be deducted from the contractor's periodic requests for payment. The Contractor is encouraged to provide the quality control testing which he deems necessary. SP-15 MATERIALS TESTING The Contractor shall provide actual test results and/or certifications for all materials incorporated into the work to assure his/her compliance with the contract specifications. Current ASTM, AASHTO, and/or federal specifications on the date of advertisement for bids shall be used. The latest edition of other referenced specifications, handbooks or documents shall be used. Prior to installing, placing, or incorporating any materials into the work, the Contractor shall provide four (4) copies of the materials tests and/or certifications required by the specifications to the Engineer. The Testing/Certification submittals required by the specifications shall be provided by the Contractor to the Engineer at the Contractor's expense. The required submittals shall be all tests and certifications required by the specifications. SP-4 IN i SP-16 OWNER CONSTRUCTION TESTING PROGRAM The City of Lubbock is required by the FAA to develop and implement of a Construction Management Program to monitor the Fi Contractor's compliance with the quality control provisions of the contract documents. SP-17 DUST CONTROL The Contractor is advised that aircraft maintenance operations are conducted adjacent to the project. Special attention to L dust control will be required during.the course of the project. The use of water and calcium chloride shall be anticipated. The Engineer reserves the right to halt work or hauling in non- conforming areas, if corrective actions are not promptly taken LLJJ by the Contractor to control dust. SP-18 CONTRACT DOCUMENTS The Contract Documents have been divided into four (4) segments based on the three (3) major components of construction, (Site Work, Mechanical Process Systems, and Architecture) and for General Requirements that pertain to all segments of work. Within the contract documents, these elements have been identified under the appropriate headings on the Plan Cover Sheet and in two (2) separate Volumes to the Technical Specifications. Volume 1 of 2 contains the General Provisions, Contract Forms and Special Provisions which pertain to ALL items of work under this contract. Volume 1 of 2 also contains the Site Work Technical Specifications. Volume 2 of 2 contains the technical specifications for the Mechanical Process and Systems and for the Architectural work. In some cases cross references between volumes are made. In such cases, the items contained in the reference volume shall be considered part of the volume containing the reference. It is also recognized that there are similar technical specifications for similar types of work, for example, Excavation and Embankment/Earthwork. Every effort has been made to identify and eliminate any conflict between these similar technical specifications between the volumes. During construction, the contractor shall follow the technical specification for the specific work being completed. In the event of conflict, the most restrictive technical specification shall be followed as determined by the ENGINEER. SP-19 MECHANICAL PROCESS AND SYSTEMS - ARFF TRAINER This project involves the construction of various mechanical and process system components associated with the storage of fuel and water, construction of the ARFF training pit, construction of the ARFF trainer, fuel delivery and ignition systems, water SP-S and water, construction of the ARFF training pit, construction of the ARFF trainer, fuel delivery and ignition systems, water recovery and processing, systems control panels and other appurtenances necessary to provide materials and labor to construct and have in working order the ARFF trainer. These systems are detailed in Volume 2 of 2 of the Specifications. Each of the Mechanical Process and Systems elements are broken down into the following general categories: 1. Mechanical: includes all pumps, strainers, tanks, oil/water separators; piping, fittings, valves, meters, hose reel and hose, regulators, injectors, nozzles; and all other incidentals necessary to complete the mechanical systems. 2. Liner: includes HDPE liner, geonetting, geotextile and testing necessary for constructing the ARFF pit liner. Also included is the sand and gravel at the depths and elevations as shown on the Plans. 3. Concrete: includes all walls, slabs, sumps, weirs, CMU and other items necessary to complete all concrete work associated with the fuel storage area, water storage area and fire training pit. 4. Earthwork: includes all earth work associated with trenching and excavation associated with other Mechanical Process and Systems component installation. Site excavation and excavation to the bottom of the ARFF training pit will be measured and paid for in accordance with Item P-152 Excavation and Embankment. 5. Metalwork: includes the aircraft mock-up, grating and handrails necessary in the construction of the Mechanical Process and Systems components. Measurement for the various components of each of the elements t� that makes up the Mechanical and Process Systems will be paid for on a lump sum basis wherein no measurement will be made. Payment for the various components of each of the elements that make up the Mechanical and Process Systems shall be made on a lump sum basis. This price shall be full compensation for furnishing all materials, labor, equipment, tools, fabrication and incidentals necessary to construct and complete the items of works: SP-6 Item SP-19-1 Mechanical Process and Systems ARFF Trainer -- per lump sum Item SP-19-2 Burn Pit Liner, Sand and Gravel -- per lump sum Item SP-19-3 Mechanical Process and Systems Concrete -- per lump sum Item SP-19-4 Earthwork for installation of Mechanical Process and Systems �, -- per lump sum j Item SP-19-5 Metal Work -- per lump sum SP-20 ARFF CONTROL BUILDING AND STAGING (PATIO) AREA An ARFF control building, staging areas and observation platform shall be constructed of the materials specified in Volume 2 of 2 of the contract documents and as indicated in the plans at the location shown on the plans. Work with this item shall be coordinated with all other items or work necessary to complete the construction of this item. Included in this work is all excavation required for foundation installation, all embankment necessary to provide an adequate base for the building slab, concrete, steel, blocking, roofing, flooring, finishes, furnishings and all other materials, labor, tools, and incidentals necessary to complete the construction of the control building, staging area (patio), observation platform and other building features as shown on the plans. The ARFF Control Building and Staging Area will be paid for on a lump sum basis wherein no measurement will be made. Payment for the ARFF Control Building and Staging Area shall be made on a lump sum basis. This price shall be full compensation for furnishing all materials, furnishings, labor, equipment, tools and incidentals necessary to complete the item. Payment will be made under: Item SP-20 ARFF Control Building and Staging Area SP-21 TRADES INTERFACING Construction of this project will require the interface of several trades. In general, the limits of the trades begin and end at the face of the various components. However, it is recognized that certain trades may need to go beyond these SP-7 limits. The prime contractor and its subcontractors are responsible for determining actual limits between various trades, resolving any conflicts between trades and other interface issues. SP-22 PROTECTION AGAINST ACCIDENTS TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Worker's Compensation Insurance with an insurance company licensed to transact business in the state of Texas, which shall comply with the Worker'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 or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and al of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the contractor's or any subcontractor's, agents or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discrimination as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be constructed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. SP-23 STORM WATER POLLUTION PREVENTION PLAN Appendix "B" of the specifications includes a draft copy of the Storm Water Pollution Prevention Plan (SW3P). The Contractor shall be responsible for developing and executing a SW3P Plan. A copy of the SW3P shall be submitted to the Engineer for approval and one (1) copy of the approved and executed plan :.:.;:.;;-:::::....::::::::. NM SP-9 PART II - EARTHWORK DESCRIPTION 100-1.1 This work shall consist of the performance of construction preparatory operations, including the movement of personnel and equipment to the project site, payment of performance and payment bond and other insurance premiums and for the establishment of the Contractor's offices, buildings, and other facilities necessary to begin work on a substantial phase of the contract. METHOD OF MEASUREMENT 100-2.1 Payment for mobilization will be made on a lump sum basis wherein no measurement will be made. BASIS OF PAYMENT 100-3.1 This item will be paid for at the contract lump sum price, which price shall be full compensation for performing the work specified and the furnishing of all materials, labor, tools, equipment and incidentals necessary to mobilize and subsequently demobilize the construction preparatory operations. Payment for this item will be made in two or more installments. The first payment of 50 percent of the lump sum price, will be made on the first estimate following partial mobilization and the initiation of construction work. The second installment will be made on the next estimate following the completion of substantial mobilization including the erection of all contractor's offices and buildings. The completion of the erection of materials processing plants, if any, will not be required as a condition to the release of the final payment. In the event the original contract lump sum bid price exceeds the limit stated hereinafter, the excess will be included on the semi- final estimate. Total Original Contract Amount, Including Mobilization To and More Than Including Maximum Lump Sum Bid Allowed for Mobilization $ 0 $ 200,000 10 percent of total contract amount $ 200,000 $ 1,000,000 $20,000 plus 7.5% (total contract minus $200,000) $1,000,000 $ More $80,000 plus 5% (contract minus $1,000,000) P-100-1 No additional payment will be made for demobilization and remobilization due to shutdowns, suspensions of the work or for other mobilization activities. Payment will be made under: Item P-100-3.1 Mobilization -- per lump sum END OF ITEM P-100 P-100-2 REV. 06/12/00 P-lO1S.SPC DESCRIPTION 101-1.1 This work shall consist of furnishing, erecting, equipping and maintaining a field office for the exclusive use of the Engineer and Resident Project Representative at a location on the project as ordered by the Engineer; said field { office and equipment are to remain the property of the Contractor. This office shall be separated from any buildings or trailers used by the Contractor. The office shall be erected C by the Contractor when work first commences on the project, shall be available throughout the duration of the work on the project and shall be removed upon completion of the project. CONSTRUCTION METHODS 101-2.1 The office shall be weatherproof construction, tightly floored and roofed, constructed with an air space above the ceiling for ventilation and shall be supported above the ground. The width of the office shall not be less than 8 feet and the floor -to -ceiling height shall not be less than 7 feet 6 inches, unless a trailer is provided in which event the width shall not be less than 7 feet 6 inches and the floor -to -ceiling height shall not be less than 6 feet 6 inches. The inside walls and ceiling shall be constructed of plywood, masonite, gypsum board or other suitable materials. Walls and ceiling shall be insulated. The office shall contain at least 3 windows, each having an area of not less than 540 square inches, and all of which shall be capable of being easily opened and secured from the inside only. Further, the office shall contain at least one (1) door, having dimensions of not less than 30 inches in width and 78 inches in height. Window screens shall be provided. The door(s) shall be equipped with lock (s) and at least 2 keys therefore shall be furnished the Engineer or Resident Project Representative. Steps shall conform to the State Building Code and shall be maintained free of obstructions to provide safe passage. The office shall have satisfactory lighting, water, heating equipment, exhaust fan, air -conditioner and electrical outlets connected to an operational power source. At least one of the light fixtures shall be a fluorescent light situated over the plan and drawing table. Fuel for the heating equipment and electrical current shall be furnished by the Contractor. The Contractor shall also furnish and maintain one chemical type and one 2% gallon pressurized water fire extinguisher of standard commercial quality. P-101-1 REV. 06 12 00 A suitable indoor or outdoor toilet, conforming to the requirements of the State and Local Boards of Health, or of other bodies or courts having jurisdiction in the area, shall be provided. When separate facilities for men and women are not available, a sign with the wording, "Rest Room" (letter heights of 1-inch minimum) shall be placed over the doorway and an adequate positive locking system shall be provided on the inside of the doorway to insure privacy. The field office shall have a minimum of 120 square feet and shall be equipped with the following: No. Item 1 Desk (60" x 34" minimum) 1 Plan and Drawing Table (30" x 96" minimum) 1 Metal 2-Drawer File Cabinet 2 Chairs 1 Waste Basket 1 Pencil Sharpener 1 Plain Paper Fax Machine 1 Telephone 1 Answering Machine 1 Plain Paper Copier The Contractor shall install telephone service in the field office. Installation and local service fees for the telephone will be paid by the Contractor. Long distance calls shall be paid by the party making the call. METHOD OF MEASUREMENT 101-3.1 This item shall be incidental to the project and there will be no separate measurement for this item. BASIS OF PAYMENT 101-4.1 This item shall be incidental to the project and no separate payment will be made for this item. TESTING AND MATERIAL REQUIREMENTS Test and Short Title Material and Short Title None None END OF ITEM P-101 P-101-2 �f ITEM P-151 CLEARING AND GRUBBING DESCRIPTION 151-1.1 This item shall consist of _?!R clearing and grubbing, including the disposal of materials, for all areas within the limits designated on the plans or as ordered by the Engineer. Clearing and grubbing shall consist of clearing the surface of the ground of the designated areas of all trees, stumps, down timber, logs, snags, brush, undergrowth, hedges, heavy growth of grass or weeds, fences, structures, debris, and rubbish of any nature, natural obstructions or such material which in the opinion of the Engineer is unsuitable for the foundation of strips, pavements, or other required structures, including the grubbing of stumps, roots, matted roots, foundations, and the disposal from the project of all spoil materials resulting from clearing and grubbing by burning or otherwise. CONSTRUCTION METHODS 151-2.1 GENERAL. The clearing and grubbing shall be done at a satisfactory distance in advance of the grading operations. All spoil materials removed by clearing and grubbing shall be disposed of by burning, when permitted by local laws, or by removal to approved disposal areas. When burning of material is permitted, it shall be burned under the constant care of competent watchmen so that the surrounding vegetation and other adjacent property will not be jeopardized. Burning shall be done in accordance with all applicable laws, ordinances, and regulations. Before starting any burning operations, the Contractor shall notify the agency having -, jurisdiction. As far as practicable, waste concrete and masonry shall be placed on slopes of embankments or channels. When embankments are constructed of such material, this material shall be placed in accordance with requirements for formation of embankments. Any broken concrete or masonry which cannot be used in construction, and all other materials not considered suitable for use elsewhere, shall be disposed of by the Contractor. In no case shall any discarded materials be left in windrows or piles adjacent to or within the airport limits. The manner and location of disposal of materials shall be subject to the approval of the Engineer and shall not create an unsightly or objectionable view. When the Contractor is required to locate a disposal area outside the airport property limits at his/her own expense, he shall obtain and ITEM P-151 CLEARING AND GRUBBING file with the Engineer, permission in writing from the property owner for the use of private property for this purpose. Any blasting necessary shall be done at the Contractor's responsibility, and the utmost care shall be taken not to endanger life or property. The removal of existing structures and utilities required to permit orderly progress of work shall be accomplished by E unless otherwise shown on the plans. Whenever `a '£'eephorie `or telegraph pole, pipeline, conduit, sewer, roadway, or other utility is encountered and must be removed or relocated the Contractor i.:ii: is ntiii::4:•'.:: •.::•: iii}i'{4 . ... v.....:.: :v..].-iiiiii:: n'::-.v...:..::v::.v:.v:: •::::::::::::--v::::: nv:::: n.:: v:::xx: •:::::::::...:: nvv-v: v::.•.•: x::::: v........................................ :.Y: ..:..}•:.:{.i: ::.......:i::::::::::-:i...� ...:.::... yv.:::. :::...:..y...: �:..:... Cti::•:-:•:...�...:-:::::•:. :.vi... �...:.: •: i. ' ::i-•••i'. ::ti::::-1" i:::.::':{:•i":•. '•i'i- shall 151-2.2 CLEARING AND GRUBBING. In areas designated to be cleared and grubbed, all stumps, roots, buried logs, brush, grass, and other unsatisfactory materials shall be removed. ? Tap roots and other projections over 1% inches (37 mm) in diameter shall be grubbed out to a depth of at least 18 inches (45 cm) below the finished subgrade or slope elevation. Any buildings and miscellaneous structures that are shown on the plans to be removed shall be demolished or removed, and all materials therefrom shall be disposed of either by burning or otherwise removed from the site. The remaining or existing foundations, wells, cesspools, and all like structures shall be destroyed by breaking out or breaking down the materials of which the foundations, wells, cesspools, etc., are built to a depth at least 2 feet (60 cm) below the existing surrounding ground. Any broken concrete, blocks, or other objectionable material which cannot be used in backfill shall be removed and disposed of. The holes or openings shall be backfilled with acceptable material and ..,.%i..::it:..:?i::'i:,:i:'r:•.:{'?.•:Si::ii'{.ii::[i9i:::::: {:i•Y.s r;:ii r'iri:•1,.; ivvir --;, r. vr..Ktl::%:..::i?::i:i:'.:..::::1:vi': ':i}'.2:i:'{. '•: ;ii%::: : properly compacted.dac:_:_�fti�c�:-::::r: All holes remaining after the grubbing operation in embankment areas shall have the sides broken down to flatten out the slopes, and shall be filled with acceptable material, moistened and properly compacted in layers to the density required in Item P-152. The same construction procedure shall be applied to all holes remaining after grubbing in excavation areas where the depth of holes exceeds the depth of the proposed excavation. P-151-2 ITEM P-151 CLEARING AND GRUBBING METHOD OF MEASUREMENT 151-3.1 The quantities of clearing and grubbing as shown .............. limits on the plans or as ordered by the Engineer €tf:�� Isolated trees designated for clearing ������� scneauie or sizes as roiiows: BASIS OF PAYMENT the ng 151-4.1 Payment shall be made at the contract for clearing and grubbing. This price shall be ful s i ......... n for furnishing all materials and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item P-151-4.1 Clearing and grubbing -- per I.,tttt END OF ITEM P-151 P-151-3 ITEM P-152 EXCAVATION AND EMBANKMENT DESCRIPTION 152-1.1 This item covers excavation, disposal, placement, and compaction of all materials within the limits of the work required to construct areas for drainage, building construction, parking, or other purposes in accordance with these specifications and in conformity to the dimensions and tvpical section shown on the plans 152-1.2 CLASSIFICATION. All material excavated shall be classified as defined below: a. Unclassified Excava excavation Unclassified b. Rock Excavation. Rock excavation }iOtrY:•::f::+fiv .. :fJ' :} by}%•}/:i} }vj:'.{fi'i: i'>i:•i `: shall include all solid rock in a gesl in e 'coed [ deposibs, in unstratified masses, and conglomerate deposits which _f:. are so firmly cemented they cannot be removed .without blasting �;. All boulders containing a volume of more than % cubic yard (0':4 cubic meter) will be classified as "rock excavation". C C.. ...: ": �'%3�`r'�1f'4:+:r+F�t ��'f{'� �}�•:�i �i 'r<:y�j.�{� •..... :;.�:zy S:r`C '• ��.jj .+'``�:<'• =: -::...._.�::.::::.._...�_.._..............:.:.......:+.f±hsA•?�sA!ru»';:ti'&.'iifr.:d::{:si4:icfi+ZGi7�fLt}Y�,&h2::3fss�Flr�.iie{6i'.b."if<f3S3YfisslatD:F4's?rn/.'s'•.Yi.^:iSr�&rXn'j:>':ir's3� A��L•'i••''a'v':<.:.: 152-1.3 UNSUITABLE EXCAVATION. llllA Yr \r114.11 �,s V11 Y.1rL1111L17 Y�ryVlr (ALJiV V1 VL �{4111 Vr lllf.il Y. V�ri, pKlr1L 44v lllYlV lY, peat, organic silt, or sod shall be considered unsuitable for use in embankment construction. Material, when approved by the Engineer as suitable to support ve etatio�n., may be used on the :<: ft},r:ffh ..4}x; ..4..,r {,r t<•:. f,: MEMO fj.• /•, yr..:;o•<.s• y f :• �cyy.:, r:.;;.; •:: .::: :. embankment slope. l�a�a a } : �'��; .fti: `y P-152-1 ITEM P-152 EXCAVATION AND EMBANKMENT CONSTRUCTION METHODS 152-2.1 GENERAL. Before beginning excavation, grading, and embankment operations in any area, the area shall be completely cleared and grubbed in accordance with Item P-151 t�:�7z��<>::`�:.:..'' The suitability of material to be placed in embankments shall be subject to approval by the Engineer. All unsuitable material shall be disposed of in waste areas shown on the plans. All waste areas shall be graded to allow positive drainage of the area and of adjacent areas. The surface elevation of waste areas shall not extend above the surface elevation of adjacent usable areas of the airport, unless specified on the plans or approved by the Engineer. When the Contractor's excavating operations encounter artifacts of historical or archaeological significance, the operations shall be temporarily discontinued. At the direction of the Engineer, the Contractor shall excavate the site in such a manner as to preserve the artifacts encountered and allow for their removal. Such excavation will be paid for as extra work. l� Those areas outside of the pavement areas in which the top layer of soil material has become compacted, by hauling or other activities of the Contractor shall be scarified and disked to a depth of 4 inches (100 mm), in order to loosen and pulverize the soil. If it is necessary to interrupt existing surface drainage, sewers or under -drainage, conduits, utilities, or similar underground structures the Contractor shall be responsible for and shall take all necessary precautions to preserve them or provide temporary services. When such facilities are encountered, the Contractor ** shall arrange for their removal if necessary. The Contractor shall,- at his/her own expense, satisfactorily repair or pay the cost of all damage to such facilities or structures which may result from any of the Contractor's operations during the period of the contract. P-152-2 ITEM P-152 EXCAVATION AND EMBANKMENT 152-2.2 EXCAVATION. No excavation shall be started until the work has been staked out by the Contractor, and the Engineer has obtained elevations and measurements of the ground surface. All suitable excavated material shall be used in the formation of embankment, subgrade, or for other purposes shown on the plans. All unsuitable material shall be disposed of as shown on the plans. When the volume of the excavation exceeds that required to construct the embankments to the grades indicated, the excess shall be used to grade the areas of ultimate development or disposed of as directed. When the volume of excavation is not sufficient for constructing the fill to the grades indicated, the deficiency shall be obtained from borrow areas. The grade shall be maintained so that the surface is well drained at all times. When necessary, temporary drains and drainage ditches shall be installed to intercept or divert surface water which may affect the work. a. Selective Grading. When selective grading is indicated on the plans, the more suitable material as designated by the Engineer shall be used in constructing the embankment or in capping the pavement subgrade. If, at the time of excavation, it is not possible to place this material in its final location, it shall be stockpiled in approved areas 5W`` b. Undercutting. Rock, shale, hardpan, loose rock, boulders, or other material unsatisfactory for runway safety areas, subgrades, roads, shoulders, or any areas intended for turfing shall be excavated to a minimum depth of 12 inches (300 mm), or to the depth specified by the Engineer, below the subgrade. Muck, peat, matted roots, or other yielding material, unsatisfactory for subgrade foundation, shall be removed to the depth specified. Unsuitable materials shall be disposed of at locations shown on the laps Q€J.`r::.>:1.:k�:ri:>:: This excavated material shall P-152-3 ITEM P-152 EXCAVATION AND EMBANKMENT be paid for at the contract unit price per cubic yard (per_ cubic i:;.:.'':::%:- � ::':ip:4iiiiii'r:.:. ''ii':{i•: :::i::i::':<:':-i}::::i::i �'-i ' ... ... .. .:..:.. .: ..� .. . . ... ...<... -. .. - - meter)ske::<><::gin::>;;:th� lhhc:::::::::::::. >az-men->::>:nc:'>::<;a:�;,;::::::<>: :.�_::::v3r::<:cr3s:::::< :. c:=r:ori<::':: me .......:.:.:.::.:::.:.::.;;:.::;:.::.::::.:::{.::::::{::..::::::::::::::::::.:::::::.:.::.._:>:.:.::;:.:;• g .._._.:_:::.:::p.::: .:_.......... ::: excavated area shall be ref ll`ecl with ""su able ma 'eria ....o . ained from the grading operations or borrow areas and thoroughly compacted by rolling. The necessary refilling will constitute a part of the embankment. Where rock cuts are made and refilled with selected material, any pockets created in the rock surface shall be drained in accordance with the details shown on the plans. C. Overbreak. Overbreak, including slides, is that portion of any material displaced or loosened beyond the finished work as planned or authorized by the Engineer. The Engineer shall determine if the displacement of such material was unavoidable and his/her decision shall be final. All overbreak shall be graded or removed by the Contractor and disposed of as directed; however, payment will not be made for the removal and disposal of overbreak which the Engineer determines as avoidable. Unavoidable overbreak will be classified as "Unclassified Excavation." d. Removal of utilities. The removal of existing structures and utilities required to permit the orderly progress of work be accomplished by , the Contractor . All existing foundations shall be excavated 'for at least 2 feet (6 cm) below the top of subgrade or as indicated on the plans, and the material disposed of as directed. All foundations thus excavated shall be backfilled with suitable material and compacted as specified herein. e. Compaction Requirements. The subgrade under areas to be paved shall be compacted to a depth of 12 inches and to a density of not less than 95�percent of the maximum density as determined by .;;...i°f9:tY,1.'[j::{jc%,t?:x•'::^.:'+;r..::.r{•::�:-:s7/::::•:`ri..:.r....;i^{:i.:::....:{{.;,>a-::-:::.:-;.�.--••...:-{.� .rr •::: •::: n.. f:.:....:.....:.. ..:x .. :{:.' .::.. ...,ir i• ::-i:: ..:..: ..: J.n.1:r•:xYv{.%7.;..`.,:{:i:?'...iC{: r.. ;..4•::i•:: {,....<:.. .. ...{..i•.}i{•: ASTM D698.`.�`�,,.:�#��3;13G:[-�.,..::��3:�:.�::��::�ria�:��:Tts:?!•�'����tr:.:�:.�3s:>;;;>t�x't�:xx�:i:� ,i�:�r•� f���< The in" -'place field density shall be determined in accordance with ASTM D 1556 or ASTM D 2167. Stones or rock fragments larger than 4 inches (100 mm) in their greatest dimension will not be permitted in top 6 inches (150 mm) of the subgrade. The finished grading operations, conforming to the typical cross section, shall be completed and maintained at least 1,000 feet (300 m) ahead of the paving operations or as directed by the Engineer. In cuts, all loose or protruding rocks on the back slopes shall be bared loose or otherwise removed to line of finished grade of slope. All cut -and -fill slopes shall be uniformly dressed to the slope, cross section, and alignment shown on the plans or as directed by the Engineer. Blasting will be permitted only when proper precautions are taken for the safety of all persons, the work, and the property. All P-152-4 ITEM P-152 EXCAVATION AND EMBANKMENT damage done to the work or property shall be repaired at the Contractor's expense. All operations of the Contractor in connection with the transportation, storage, and use of explosives shall conform to all state and local regulations and explosive manufacturers' instructions, with applicable approved permits reviewed by the Engineer. Any approval given, however, will not relieve the Contractor of his/her responsibility in blasting operations. Where blasting is approved, the Contractor shall employ a vibration consultant, approved by the Engineer, to advise on explosive charge weights per delay and to analyze records from seismograph recordings. The seismograph shall be capable of producing a permanent record of the three components of the motion in terms of particle velocity, and in addition shall be capable of internal dynamic calibration. In each distinct blasting area, where pertinent factors affecting blast vibrations and their effects in the area remain the same, the Contractor shall submit a blasting plan of the initial blasts to the Engineer for approval. This plan must consist of hole size, depth, spacing, burden, type of explosives, type of delay sequence, maximum amount of explosive on any one delay period, depth of rock; and depth of overburden if any. The maximum explosive charge weights per delay included in the plan shall not be increased without the approval of the Engineer. The Contractor shall keep a record of each blast fired --its date, time and location; the amount of explosives used, maximum explosive charge weight per delay period, and, where necessary, seismograph records identified by instrument number and location. These records shall be made available to the Engineer on a monthly basis or in tabulated form at other times as required. 152-2.3 BORROW EXCAVATION. Borrow area(s) within the airport property are indicated on the plans. Borrow excavation shall be made only at these designated locations and within the horizontal and vertical limits as staked or as directed. P-152-5 f ITEM P-152 EXCAVATION AND EMBANKMENT When borrow sources are outside the boundaries of the airport property, it shall be the Contractor's responsibility to locate and obtain the supply, subject to the approval of the Engineer. The Contractor shall notify the Engineer, at least £ days prior to beginning the excavation, so necessary measurements and tests can be made. All unsuitable material shall be disposed of by the Contractor. All borrow pits shall be opened up to expose the vertical face of various strata of acceptable material to enable obtaining a uniform product. Borrow pits shall be excavated to regular lines to permit accurate measurements, and they shall be drained and left in a neat, presentable condition with all slopes dressed uniformly. 152-2.4 DRAINAGE EXCAVATION. Drainage excavation shall consist of excavating for drainage ditches such as intercepting, inlet or outlet, for temporary levee construction; or for any other type as designed or as shown on the plans. The work shall be performed in the proper sequence with the other construction. All satisfactory material shall be placed in fills; unsuitable material shall be placed in waste areas or as directed. Intercepting ditches shall be constructed prior to starting adjacent excavation operations. All necessary work shall be performed to secure a finish true to line, elevation, and cross section. The Contractor shall maintain ditches constructed on the project to the required cross section and shall keep them free of debris or obstructions until the project is accepted. 152-2:-5 PREPARATION OF EMBANKMENT AREA. Where an embankment is - to be constructed all sod and vegetable matter shall be removed from the surface upon which the embankment is to be placed, and the cleared w surface shall be completely broken up by plowing or scarifying to a minimum depth of 6 inches (150 mm).' g: -rnis area shall then be compacted as Where embankments are to be placed on natural slopes steeper than to 1, horizontal benches shall be constructed as shown on the plans "::: ..........:.............:< P-152-6 No direct section. excavation work. ITEM P-152 EXCAVATION AND EMBANKMENT payment shall be made for the work performed under this The necessary clearing and grubbing and the quantity of removed will be paid for under the respective items of 152-2.6 FORMATION OF EMBANKMMUS. Embankments shall be formed in successive horizontal layers of not more than 8 inches (200 mm) in loose depth for the full width of the cross section, unless otherwise approved to the Engineer. The grading operations shall be conducted, and the various soil strata shall be placed, to produce a soil structure a shown on the typical cross section or as directed. Materials such as brush, hedge, roots, stumps, grass and other organic matter, shall not be incorporated or buried in the embankment. Operations on earthwork shall be suspended at any time when satisfactory results cannot be obtained because of rain, freezing, or other unsatisfactory conditions of the field. The Contractor shall drag, blade, or slope the embankment to provide proper surface drainage. The material in the layer shall be within +/-2 percent of optimum moisture content before rolling to obtain the prescribed compaction. In order to achieve a uniform moisture content throughout the layer, wetting or drying of the material and manipulation shall be required when necessary. Should the material be too wet to permit proper compaction or rolling, all work on all of the affected portions of the embankment shall be delayed until the material has dried to the required moisture content. Sprinkling of dry material to obtain the proper moisture content shall be done with approved equipment that will sufficiently distribute the water. Sufficient equipment to furnish the required water shall be available at all times. Samples of all embankment materials for testing, both before and after placement and compaction, will be taken for each 300 square yards inside the trainer pit and 1,000 square yards elsewhere. Based on these tests, the Contractor shall make the necessary corrections and adjustments in methods, materials or moisture content in order to achieve the correct embankment density. Rolling operations shall be continued until the embankment is compacted to not less than 95 percent of maximum density for ,i... : noncohesive soils, as determined by ASTM D698. IfNa9P' a11"areas to be paved or with stone, the embankments shall be compacted to a depth of>'" and to a ..... ............ ........,.::....:::::-:..r.................. P-152-7 r ITEM P-152 EXCAVATION AND EMBANKMENT density of not less than 95 percent of the maximum density as determined by ASTM D698. On all areas outside of the pavement areas, no compaction will be required on the top 4 inches (100 mm). The in -place field density shall be determined in accordance with ASTM D 1556 or ASTM D 2167. Compaction areas shall be kept separate, and no layer shall be covered by another until the proper density is obtained. During. construction of the embankment, the Contractor shall route his/her equipment at all times, both when loaded and when empty, 1 over the layers as they are placed and shall distribute the travel evenly over the entire width of the embankment. The equipment shall be operated in such a manner that hardpan, cemented gravel, clay, or other chunky soil material will be broken up into small particles and become incorporated with the other material in the t_j layer. In the construction of embankments, layer placement shall begin in the deepest portion of the fill; as placement progresses, layers shall be constructed approximately parallel to the finished pavement grade line. ; When rock and other embankment material are excavated at approximately the same, time, the rock shall be incorporated into the outer portion of the embankment and the other material shall be incorporated under the future paved areas. Stones or fragmentary rock larger than 4 inches (100 mm) in their greatest dimensions will not be allowed in the top 6 inches (150 mm) of the subgrade. Rockfill shall be brought up in layers as specified or as directed and every effort shall be exerted to fill the voids with the finer material forming a dense, compact mass. Rock or boulders shall not be disposed of outside the excavation or embankment areas, except at places and in the manner designated by the Engineer. - When the excavated material consists predominantly of rock fragments of such size that the material cannot be placed in layers of the prescribed thickness without crushing, pulverizing or 11 further breaking down the pieces, such material may be placed in LJ the embankment as directed in layers not exceeding 2 feet (60 cm) in thickness. Each layer shall be leveled and smoothed with suitable leveling equipment and by distribution of spalls and finer fragments of rock. These type lifts shall not be constructed above an elevation 4 feet (120 cm) below the finished subgrade. Density requirements will not apply to portions of embankments constructed of materials which cannot be tested in accordance with specified methods. P-152-8 ITEM P-152 EXCAVATION AND EMBANKMENT Frozen material shall not be placed in the embankment nor shall embankment be placed upon frozen material. There will be no separate measurement of payment for compacted embankment, and all costs incidental to placing in layers, compacting, disking, watering, mixing, sloping, and other necessary operations for construction of embankments will be included in the contract price for excavation, borrow, or other items.;; 152-2.7 FINISHING AND PROTECTION OF SUBGRADE. After the subgrade has been ' substantially completed the full width shall be conditioned by removing any soft or other unstable material which will not compact properly. The resulting areas and all other low areas, holes or depressions shall be brought to grade with suitable select material. Scarifying, blading, rolling and other methods shall be performed to provide a thoroughly compacted subgrade shaped to the lines and grades shown on the lane. f # > ? • R i r3 y<?I_ ° Yd 'i # i,i%kSS' p �' L' Sa x)'+Y Aft, Grading of the subgrade shall be performed so that it will drain readily. The Contractor shall take all precautions necessary to protect the subgrade from damage. He/she shall limit hauling over the finished subgrade to that which is essential for construction purposes. All ruts or rough places that develop in a completed subgrade shall be smoothed and recompacted. No subbase, or surface course shall be placed on the subgrade until the subgrade has been approved by the Engineer. 152-2.8 HAUL. All hauling will be considered a necessary and incidental part of the work. Its cost shall be considered by the Contractor and included in the contract unit price for the pay of items of work involved. No payment will be made separately or directly for haulina on anv hart of the work. "i'''} P-152-9 r ITEM P-152 EXCAVATION AND EMBANKMENT 152-2.9 TOLERANCES. In those areas upon which a subbase or base course is to be placed, the top of the subgrade shall be of such smoothness that, when tested with a 16-foot (4.8 m) straightedge applied parallel and at right angles to the centerline, it shall not show any deviation in excess of %-inch (12 mm), or shall not be more 'than 0.05-foot (.015 m) from true grade as established by grade -hubs or pins. Any deviation in excess of these amounts shall be corrected by loosening, adding, or removing materials; reshaping; and recompacting by sprinkling and rolling. On runway safety areas, intermediate and other designated areas, the surface shall be of such smoothness that it will not vary more than 0.10 foot (0.03 m) from true grade as established by grade hubs. Any deviation in excess of this amount shall be corrected by loosening, adding or removing materials, and reshaping. 152-2.10 TOPSOIL. ? shall be salvaged from stripping or other grading operations. 'rhe topsoil shall meet the requirements of Item T-905 MON.; If, at the time ,:::t.!:.':'t:.:r:••••t.•y3 .•:<;3ftc+X;:`"•. ..,'f•:ff• A••' •.. �'•:M:. of excavation or stripping, We topsoil cannot be placed in its proper and final section of finished construction, the material shall be stockpiled at approved locations. WN If, in the judgment of the Engineer, it is practical to place the salvaged topsoil at the time of excavation or stripping, the material shall be placed in its final position without stockpiling or further rehandling. Upon completion of grading operations, stockpiled topsoil shall be handled and placed as directed, or as required in Item T-905. P-152-10 P, ITEM P-152 EXCAVATION AND EMBANKMENT METHOD OF MEASUREMENT 152-3.1 The quantity of excavation to be paid for shall be on a lump sum basis wherein no measurement will be made. P-152-11 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 sediment through the use of berms, dikes, dams, sediment basins, fiber mats, gravel, mulches, grasses, slope drains, and other erosion control devices or methods. The temporary erosion control measures contained herein shall be coordinated with the permanent erosion control measures specified as part of this contract to the extent practical to assure economical, effective, and continuous erosion control throughout the construction period. Temporary control may include work inside the construction limits such as borrow pit operations, equipment and material storage sites, waste areas, and temporary plant sites. MATERIALS 156-2.1 TEMPORARY SEEDING. Temporary seeding plant material selection shall be in accordance with Item 164 of the Texas Department of Transportation, Standard Specifications for r Construction of Highways, Streets, and Bridges, 1993. l_ 156-2.2 MULCHES. Mulch material for temporary seeding, if required shall conform to Item 164 of the Texas Department of Transportation, Standard Specifications for Construction of Highways, Streets, and Bridges, 1993. r 156-2.3 FERTILIZER. Fertilizer shall be conform to Item 166 of t_ the Texas Department of Transportation, Standard Specifications for Construction of Highways, Streets and Bridges, 1993. 156-2.4 OTHER. All other materials necessary shall conform to respective items of the Texas Department of Transportation, Standard Specifications for Construction of Highways, Streets and Bridges, 1993. If not provided in reference, then they shall meet commercial grade standards. 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. P-156-1 DESCRIPTION 122-1.1 This item shall consist of the turn -key installation of the water and sewer systems furnished and installed in accordance with this specification, the referenced specifica- tions, plans, Federal, State and local Code requirements. The system shall be installed at the location and in accordance with the dimensions and details shown on the plans. This item shall include the furnishing of all equipment, materials, services, trenching, fittings, and incidentals necessary to place the complete system in first class operation, to the satisfaction of the Engineer. MATERIALS 122-2.1 The materials for this item shall comply with the requirements of the City of Lubbock's Department of Utilities Design Standards and Specifications for Water and Sewer. CONSTRUCTION METHODS 122-3.1 The Contractor shall construct the water and sewer lines as shown on the plans. The construction of the water and sewer lines shall comply with the requirements of the City of Lubbock's Department of Utilities Design Standards and Specifications for Water and Sewer. 122-4.1 The quantity of water main to be paid for under this item shall be the number of linear feet of pipe installed, excluding the length of valves, tees, reducers, etc., measured in place, completed and accepted. Separate measurement shall be made for the various types and sizes. All fittings, valves, valve boxes, tees, bends, appurtenances, etc. will not be measured separately. Payment will be made on a lump sum basis under Item M-122, Water Appurtenances. M-122-1 122-4.2 The quantity of sanitary sewer pipe to be paid for under this item shall be the number of linear feet of horizontal pipe installed, excluding the length of manholes where applicable, measured in -place, completed and accepted. Separate measurement shall be made for the various types and sizes. The quantity of sanitary sewer manholes and monitoring manholes to be paid for under this item shall be the number of manholes including frame and lid and other incidentals installed as a unit, measured in -place, completed and accepted. BASIS OF PAYMENT 122-5.1 Payment will be made at the contract unit price per linear foot for each type and size of pipe, at the contract unit price per manhole including frame and lid, and at the contract lump sum price for Water Appurtenances. These prices shall fully compensate the Contractor for furnishing all materials and for all preparation, excavation, backfill and installation of these materials, and for all labor, equipment, tools and incidentals necessary to complete the items. Payment will be made under: Item M-122-5.1 (Size) (Type) Water Main -- per linear foot Item M-122-5.1 (Size) (Type) Sanitary Sewer -- per linear foot Item M-122-5.1 Adjust Sewer Manhole to Grade -- per each Item M-122-5.1 Sanitary Sewer Sample Well -- per each Item M-122-5.1 Water Appurtenances -- per lump sum END OF ITEM M-122 M-122-2 PART VIII - FENCING ITEM F-162 CHAIN -LINK FENCING 162-2.2 BARBED WIRE. Barbed wire shall be 2-strand, 12%-gauge zinc -coated or aluminum -coated wire with 4-point barb and shall conform to the requirements of ASTM A 585, Class II for aluminum coated and ASTM A 121, Class 3 for galvanized. 162-2.3 POSTS, RAILS AND BRACES. Posts, rails, and braces furnished for use in conjunction with zinc -coated steel fabric or with aluminum -coated steel fabric shall be of zinc -coated steel or acrylic -coated steel pipe, and those furnished for use in conjunction with aluminum alloy fabric shall be aluminum alloy. Line posts, rails, and braces shall be galvanized steel pipe conforming to the requirements of ASTM F 1083. The dimensions of the posts, rails, and braces shall be in accordance with Tables I through VI of Fed. Spec. RR-F-191/3. 162-2.4 GATES. Gate frames shall consist of galvanized steel pipe, or aluminum alloy and conform to the specifications for the same material ufid6f'"Section 2.3. ....: e:::-:: .-::�4Y%iif ':-'-•-••'••'#} tiH.N:•r r+�'::• >\.: fp�.';}:••f;:Y• `X X.�h :. 4. .`•,i•'f,.^'?}}:}:}:}:}}: :.•• ...... ., 4.- .r-ac�-�- •''� rf----'''' '; -:•%r.<<�.':.<`::••.:•„s'-v. ,'�M,';:,."%�x.;:•� ✓:f..:�cff • �;. ' • se:.: e: }. .,_..X., fxr;;v �:•,••x _8. ��€z :�` -�:�;:.. :.}�:�. -: :r "•• � � • ."'SSE "••::<::,:�• .:..:�>: ............ �.�ex33lA}>L•^..�•'?�`�✓��rni•'.4A�t.}..x.:tv:::.t�:yc-�."`:'":c�'••_s•:x�:aix'..3`».L:�\`Y:CSY�•:`•��rs{a'Y:cv_•.xv::�_.Y::t~+1`s`_..•.+s?tx:F^.`.aa^:�:�:�,.._:._:._:.""�:_,•._':::.x�.:.:.:�::. :iiiiiiiii:Giiiiii:}"•� ';i:::ii::i:f ..::}: ii i{::(•:tii::}::i::i:::::'iv}:X...•}...n}}}"-} ti_:.}:Ytp}}}i}}'•:i}}}:�}i}}}}'.}T}}}i.}'.X"-}}}}}::i}}:}}:!'•}:'.}ii}}}}}}?}}:}}}': y}} .}...p}}}}}T}}}}}} q}:: F-162-2 162-2.5 ITEM F-162 CHAIN -LINK FENCING_ VEHICLE LOOP DETECTOR (a) Equipment: Catalog numbers specified are those of Automatic Parking Devices, Inc. and constitute the type of quality to be furnished. (b) Loop Detector: Detector Systems Model.1016AF Loop Detector with loop fail output (Fail -Secure) or approved equivalent shall be installed at the locations shown on the drawings and in accordance with the manufacturers recommendations and shall operate in conjunction with a wire loop. The detector shall be capable of communicating with an Access Control and Alarm Monitoring System to provide free exit and/or safety loop status, tailgating, vehicle presence, etc.. The detector shall be capable of being utilized for all manner of vehicle movement detection and its signals shall be used to open or close auto gates. The detector shall have the provisions for automatically maintaining peak sensitivity regardless of rain, snow or environmental changes. A light on the front panel shall indicate the presence of a vehicle. The vehicle detector is a solid state electronic device designed to detect the presence or transit of a vehicle over an embedded loop of wire. This loop -wire shall produce a magnetic field which is changed by the presence of a vehicle. The vehicle detector shall detect the change in the inductance and give an electrical signal to operate other equipment. (c) Enclosure: The enclosure shall be of all aluminum construction, and the cover will be removable by no more than two pins for ease of servicing. F-162-3 ITEM F-162 CHAIN -LINK FENCING "WOM (d) Tuning: The unit shall tune to its loop environment, rather than conditioning a loop to crystal controlled frequencies. No tools or meters shall be required for setting the unit which is completely automatic except for initial setting. A three position sensitivity switch shall be provided. . . ........ ilt' .6 . . . . . . . . . . .. . . . . . . . . . . . . . . ...... ...... ---------..--.- - .... .... .. � ............ 0. � .......... 111--i-O..."M !gm? a.0 V`M no 'KX: W.."M I Pill 4" ........... ................. J1 F-162-4 ITEM F-162 CHAIN -LINK FENCINC3 ........ .:.:... n:: ni':.:...:: .' :y:.:::::::::.:: iiiii:J}iii:: ii:•: iii:}. ';:: i-.:ti:•iii: iii:::4i.:.: ii'iYi. v::::: -v. :........,....F'.::;•;::iT:: � :iij: is ij.iii::iY -'i: i:iii: i::i<..._ ..._:.:- �33.�yt� j����tlw.ya '•':ii:?.e•}' .4'•. , •:: •.vi.::y ::...assys..--..,.:: i.^ii:::...+:'..:.::....:y':':r:i.:: >�r � � :�: �fi:•::�r� :���:`�;.' ,ham' •<' ' F-162-5 ITEM F-162 CHAIN -LINK FENCING [i I _ i_ va -, . .. ""a - M-0 -1 rr.-.,..�n�.rwrxi,.rrrrrrvrxrrm-nnvsrx:::,:s:svx>»�s-fxw..�r:•xs:r-rr>: ' •:i%{ii5{^r•}••}i' ��jj�r�ff.� ;� 5/1;.{'htr?�•}vW }}}Y,..:•.•'iyr';:fp.+f.H:r,. }:?ff::b'::Jfff K4Yfn'�• fr:•,:W ..•. fhr...�}: /:f'i-i: r-fi3}}j}}'lfff'r.Y�l�':�. lFv:}: ': ':d!!':�?{>:1.:. �Y.T• ••• .:.���.' S•y'��� j�'r l.ii�i'�.:i�•iX, ..•��i• •, ?� jv'{`?vy.. ::liK. ? ..� j� �j�(:: }f . ��1 �tc•�+f { ;.. i$'ti:j::: •.? '. .. •.:.vi.. ..: $i•:: •:'T"••�•.'.::::..}j:f�'i.+.:•:x••t•.••��••.:.v-Y:��i.•:v+:i!�'�rtt.}::: :Z,i,��.. Yr �ri: ,jTe,.�i,�'. ••:;.;., .........:.::..:::��,•�?}.j�y:¢•,r:: �/d�'if` Sf E'::fJ.•"tS::3}:�..y i•e�:,}�:t:•:•::,`.�:ff�?.;} f:tt.: �?}!,•;:{':r,.h:;ly;{}`••.`•�'.:f`.{': �:f''.,:y'./�s •-r+�r•-;�•f.^." .•..y''�3.':f'�•t`.':'#�^•.;;i: �� � °� Xfi:! ::t!r$ i)i r� '•`fi6�:;: ::4::�i.-:.••',•••:�'-''+}r,�.:tat•}:•:.'•3;:•}:aa}::i:::ftaktxb:•:}�.rf.'•:?!t•}}}�£?rt:,r`.•�.s<.ao-..},ocG�'�'i.•.;,•fr:::.`,{'�+•�#����:5::':::}ii;' _ f •..: •: j'+ IL�:::•iii •.•r:•�:+t�:•i}:.{•: �•�yf,•r:i:•rf`�i::i�:::::•.•S$.... :•:{�: 162-2.8 WIRE TIES AND TENSION WIRES. Wire fabric ties, wire ties, and tension wire for use in conjunction with a given type of fabric shall be of the same material identified with the fabric type. The tension wire shall be 7-gauge coiled spring wire coated similarly to the respective wire fabric being used. Wire fabric ties shall be hog rings, aluminum wire, or galvanized steel wire not less than 9 gauge. All material shall conform to Fed. Spec. RR-F-191/4. (� l F-162-6 _J ITEM F-162 CHAIN -LINK FENCING 162-2.9 MISCELLANEOUS FITTINGS AND HARDWARE. Miscellaneous steel fittings and hardware for use with zinc -coated or aluminum -coated steel fabric shall be of a commercial grade steel or better quality, wrought or cast as appropriate to the C article, and sufficient in strength to provide a balanced design when used in conjunction with fabric posts, and wires of the quality specified herein. All steel fittings and hardware shall be protected with a zinc coating applied in conformance with ASTM A 153. Miscellaneous aluminum fittings for use with aluminum allow fabric shall be wrought or cast aluminum alloy. Barbed wire support arms shall withstand a load of 250 pounds (113 kg) applied vertically to the outermost end of the arm. 162-2.10 CONCRETE. Concrete shall be of a commercial grade with a minimum 28-day compressive strength of #. 162-2.11 MARKING. Each roll of fabric shall carry a tag showing the kind of base metal (steel, aluminum, or aluminum alloy number), kind of coating, the gauge of the wire, the length of fencing in the roll, and the name of the manufacturer. Posts, wire, and other fittings shall be identified as to manufacturer, kind of base metal (steel, aluminum, or aluminum alloy number), and kind of coating. CONSTRUCTION METHODS F-162-7 ITEM F-162 CHAIN -LINK FENCINGtt 162-3.2 CLEARING FENCE LINE. All trees, brush, stumps, logs existing and other debris which would interfere with proper construction of the fence in the required location shall be removed and a minimum width of two (2) feet on each side of the fence centerline before starting fencing operations. The material removed and disposed of shall not constitute a pay item and shall be considered incidental to fence construction. 162-3.3 INSTALLING POSTS. All posts shall be set in concrete at the required dimension and depth and at the spacing shown on the plans. In no case shall the posts be spaced more than ten feet apart. Posts shall be set a minimum of thirty-six (36) inches in concrete footings and the post shall have a minimum of three (3) inches of concrete cover. The concrete shall be thoroughly compacted around the posts by tamping or vibrating and shall have a smooth finish slightly higher than the ground and sloped to drain away from the posts. All posts shall be set plumb and to the required grade and alignment. No materials shall be installed on the posts, nor shall the posts be disturbed in any manner within seven (7) days after the individual post footing is completed. Should rock be encountered at a depth less than the planned '(r footing depth, a hole two (2) inches larger than the greatest dimension of the posts shall be drilled to a depth of twelve (12:) inches. After the posts are set, the remainder of the dr�,lled hole shall be filled with grout, composed of one part porland cement and two parts mortar sand. Any remaining space above the rock shall be filled with concrete in the manner described above. In lieu of drilling, the rock may be excavated to the required footing depth. No extra compensation shall be made for rock excavation. 162-3.4 INSTALLING TOP RAILS. The top rail shall be continuous and shall pass through the post tops. The coupling used to join the top rail lengths shall allow for expansion. 162-3.5 INSTALLING BRACES. Horizontal brace rails, with diagonal truss rods and turnbuckles, shall be installed at all terminal posts. F-162-8 Ij ITEM F-162 CHAIN -LINK FENCING 162-3.6 INSTALLING -FABRIC. The wire fabric shall be firmly attached to the posts and braced in the manner shown on the plans. All wire shall be stretched taut and shall be installed to the required elevations. The fence shall generally follow the contour of the ground, with the bottom of the fence fabric no less than one (1) inch or more than four (4) inches from the ground surface. Grading shall be performed where necessary to provide a neat appearance. At locations of small natural swales or drainage ditches and where it is not practical to have the fence conform to the general contour of the ground surface, longer posts may be used and multiple strands of barbed wire stretched thereon to span the opening below the fence. The vertical clearance between strands of barbed wire shall be six (6) inches or less. F-162-9 ITEM F-162 CHAIN -LINK FENCING 162-3.10 ELECTRICAL GROUNDS F-162-10 ITEM F-162 CHAIN -LINK FENCING (c) Electrical grounds shall be constructed at 500-foot intervals. iff The ground shall be accomplished with a copperclaiA rod 8 feet long and a minimum of %-inch diameter driven vertically until the top is six (6) inches below the ground surface. A No. 6 solid copper conductor shall be clamped to the fence in such a manner that each element of the fence is grounded. Installation of grounding equipment shall not constitute a pay item and shall be considered incidental to fence construction. 162-4.1 Chain -link fence will be measured for payment by the linear foot. Measurement will be along the top of the fence from center to center of end posts, excluding the length occupied by gate openings. Gates will be measured as complete units, i`��' F-162-11 BASIS OF PAYMENT The price shall be full compensation for furnishing all materials, and for all preparation, erection, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item F-162-5.1 Chain Link Fence per linear foot Item F-162-5.1 per each Item F-162-5.1 Item F-162-5.1 . .................................. ... -X -X . ........ ...... . . . ............ . ..... 1 11 .. 1. ..... TESTING AND MATERIAL REQUIREMENTS Test and Short Title Material and Short Title ASTM A 121 Zinc -Coated (Galvanized Steel Barbed Wire ASTM A 123 Zinc (Hot Galvanized) Coatings on Products Fabricated from Rolled, Pressed, and Forged Steel Shapes, Plates, Bars, and Strip ASTM A 153 Zinc Coating (Hot -Dip) on Iron and Steel Hardware ASTM A 392 Zinc -Coated Steel Chain -Link Fence Fabric F-162-12 ITEM F-162 CHAIN -LINK FENCING ""f 92 ASTM A 491 Aluminum -Coated Steel Chain -Link Fence Fabric ASTM A 569 Steel, Carbon (0.15 Maximum, Percent), Hot Rolled Sheet and Strip Commercial Quality ASTM A 570 Hot -Rolled Carbon Steel Sheet and Strip Structural Quality ASTM A 572 High -Strength Low -Alloy Columbium - Vanadium Steels of Structural Quality ASTM A 585 Aluminum -Coated Steel Barbed Wire ASTM B 221 Aluminum -Alloy Extruded Bars, Rods, Wire Shapes and Tubes ASTM F 668 Poly(vinyl Chloride)(PVC)-Coated Steel Chain -Link Fence ASTM F 1083 Pipe, Steel, Hot -dipped Zinc -coated (galvanized) Welded, for Fence Structures ASTM F 1183 Aluminum Alloy Chain Link Fence Fabric ASTM F 1234 Protective Coatings on Steel Framework for Fences Fed. Spec.RR-F-191/3 Fencing, Wire and Post, Metal (Chain -Link Fence Posts, Top Rails and Braces) Fed. Spec.RR-F-191/4 Fencing, Wire and Post, Metal (Chain -Link Fence Accessories) END OF ITEM F-162 F-162-13 PART IX - DRAINAGE ITEM D-701 PIPE FOR STORM DRAINS AND CULVERTS DESCRIPTION 701-1.1 This item shall consist of the construction of pipe culverts and storm drains in accordance with these specifications �4 and in reasonably close conformity with the lines and grades shown on the plans. MATERIALS 701-2.1 Materials shall meet the requirements shown on the plans and specified below. 701-2.2 PIPE. Metallic Coated Corrugated Steel Pipe (Type I, IR or II) ASTM A 760 Galvanized Steel Corrugated Structural Plates and Fasteners for Pipe, Pipe -Arches, and Arches ASTM A 761 Polymer Precoated Corrugated Steel Pipe for Sewers and Drains ASTM A 762 Post -Coated and Lined (Bituminous or Concrete) Corrugated Steel Sewer and Drainage Pipe ASTM A 849 Fiber -Bonded Asphalt, Composite Coated, Corrugated Steel Pipe ASTM A 885 Corrugated Aluminum Alloy Culvert Pipe ASTM B 745 Vitrified Clay Pipe ASTM C 700 Non -Reinforced Concrete Pipe ASTM C 14 Reinforced Concrete Pipe ASTM C 76 Reinforced Concrete D-Load Pipe ASTM C 655 Reinforced Concrete Arch Pipe ASTM C 506 Reinforced Concrete Elliptical Pipe ASTM C 507 Precast Reinforced Concrete Box Sections ASTM C 789 and C 850 Bituminous -Coated Corrugated Metal Pipe and Pipe Arches AASHTO M 190 Bituminous -Coated Corrugated Aluminum AASHTO M 190 Alloy Culvert Pipe and M 196 Bituminous -Coated Structural Plate Pipe, Pipe AASHTO M 167 Arch, and Arches and M 243 Aluminum Alloy Structural Plate for Pipe, Pipe Arch, and Arches AASHTO M 219 Polyvinyl Chloride (PVC) Pipe ASTM D 3034 Corrugated Polyethylene Drainage Tubing AASHTO M 252 Corrugated Polyethylene Pipe AASHTO M 294 Poly (Vinyl Chloride) (PVC) Profile Wall Drain Pipe and Fittings Based on Controlled Inside Diameter AASHTO M 304 05/20/98 Chg 11 D-701-1 �s ITEM D-701 PIPE FOR STORM DRAINS AND CULVERTS 701-2.3 CONCRETE. Concrete for pipe cradles shall have a minimum compressive strength of 2000 psi (13 780 kPa) at 28 days and conform to the requirements of ASTM C 94. 701-2.4 RUBBER GASKETS. Rubber gaskets for rigid pipe shall conform to the requirements of ASTM C 443. Rubber gaskets for PVC pipe shall conform to the requirements of ASTM F 477. Rubber gaskets for zinc -coated steel pipe and precoated galvanized pipe shall conform to the requirements of ASTM D 1056, for the "RE" closed cell grades. 701-2.5 JOINT MORTAR. Pipe joint mortar shall consist of one part portland cement and two parts sand. The portland cement shall conform to the requirements of ASTM C 150, Type I. The sand shall conform to the requirements of ASTM C 144. 701-2.6 OAKUM. Oakum for joints in bell and spigot pipe shall be made from hemp (Cannabis Sativa) line, or Benares Sunn fiber, or from a combination of these fibers. The oakum shall be thoroughly corded and finished. 701-2.7 JOINT FILLERS. Poured filler for joints shall conform to, the requirements of ASTM D 1190. 701-2.8 PLASTIC GASKETS. Plastic gaskets shall conform to the requirements of AASHTO M 198 (Type B). 701-2.9 COMPRESSION JOINTS. Materials for compression joints for vitrified clay pipe shall meet the requirements of ASTM C 425. CONSTRUCTION METHODS 701-3.1 EXCAVATION. The width of the pipe trench shall be sufficient to permit satisfactory jointing of the pipe and thorough tamping of the bedding material under and around the pipe, but it shall not be less than the external diameter of the pipe plus six , (6) inches (150 mm) on each side. The trench walls shall be approximately vertical. Ll Where rock, hardpan, or other unyielding material is encountered, the Contractor shall remove it from below the foundation grade for a depth of at least twelve (12) inches (300 mm) or one-half inch (12 mm) for each foot of fill over the top of the pipe (whichever is greater) but for no more than three-quarters of the nominal diameter of the pipe. The width of the excavation shall be at least one (1) foot (30 cm) greater than the horizontal outside diameter of the pipe. The excavation below grade shall be backfilled with selected fine compressible material, such as silty clay or loam, and lightly compacted in layers not over six (6) D-701-2 ITEM D-701 PIPE FOR STORM DRAINS AND CULVERTS inches (150 mm) in uncompacted depth to form a uniform but yielding foundation. Where a firm foundation is not encountered at the grade established, due to soft, spongy, or other unstable soil, the unstable soil shall be removed and replaced with approved granular material for the full trench width. The Engineer shall determine the depth of removal necessary. The granular material shall be compacted to provide adequate support for the pipe. The excavation for pipes that are placed in embankment fill shall not be made until the embankment has been completed to a height above the top of the pipe as shown on the plans. 701-3.2 BEDDING. The pipe bedding shall conform to the class specified on the plans. When no bedding class is specified or detailed on the plans, the requirements for Class C bedding shall apply. a. Rigid Pipe. Class A bedding shall consist of a continuous concrete cradle conforming to the plan details. b. Flexible Pipe. For flexible pipe, the bed shall be roughly shaped to fit the pipe, and a bedding blanket of sand or fine granular material shall be provided as follows: Pipe Corrugation Depth in. mm Minimum Bedding Depth in. mm % 12.5 1 25.0 1 25.0 2 50.0 2 50.0 3 75.0 2% 62.5 3% 87.5 C. PVC and Polyethylene Pipe. For PVC and polyethylene pipe, the bedding material shall consist of coarse sands and gravels with a maximum particle size of %-inch (13 mm). For pipes installed under paved areas, no more than 12 percent of the material shall pass the No. 200 (0.075 mm) sieve. For all other areas, no more than 50 percent of the material shall pass the No. 200 (0.075 mm) sieve. The bedding shall have a thickness of at least six (6) inches (150 mm) below the bottom of the pipe and extend up around the pipe for a depth of not less than 50 percent of the pipe's vertical outside diameter. D-701-3 k t, l ITEM D-701 PIPS FOR STORM DRAINS AND CULVERTS 701-3.3 LAYING PIPE. The pipe laying shall begin at the lowest point of the trench and proceed upgrade. The lower segment of the pipe shall be in contact with the bedding throughout its full length. Bell or groove ends of rigid pipes and outside circumferential laps of flexible pipes shall be placed facing upgrade. Paved or partially lined pipe shall be placed so that the longitudinal center line of the paved segment coincides with the flow line. Elliptical and elliptically reinforced pipes shall be placed with the manufacturer's top of pipe mark within five degrees of a vertical plane through the longitudinal axis of the pipe. 701-3.4 JOINING PIPS. Joints shall be made with (1) portland cement mortar, (2) portland cement grout, (3) rubber gaskets, (4) oakum and mortar, (5) oakum and joint compound, or (6) plastic gaskets. Mortar joints shall be made with an excess of mortar to form a continuous bead around the outside of the pipe and shall be finished smooth on the inside. Molds or runners shall be used for grouted joints in order to retain the poured grout. Rubber ring gaskets shall be installed to form a flexible watertight seal. Where oakum is used, the joint shall be caulked with the oakum and then sealed with joint compound or mortar. a. Concrete Pipe. Concrete pipe may be either bell and spigot or tongue and groove. The method of joining pipe sections shall be such that the ends are fully entered and the inner surfaces are reasonably flush and even. Joints shall be thoroughly wetted before mortar or grout is applied. b. Metal Pipe. Metal pipe shall be firmly joined by form fitting bands conforming to the requirements of ASTM A 760 for steel pipe and AASHTO M 196 for aluminum pipe. C. PVC and Polyethylene Pipe. Joints for PVC pipe shall conform to the requirements of ASTM D 3212. Fittings for polyethylene pipe shall conform to the requirements of AASHTO M 252. D-701-4 ITEM D-701 PIPE FOR STORM DRAINS AND CULVERTS d. Vitrified Clay Pipe. Fittings for vitrified clay pipe shall conform to the requirements of ASTM C 700. Materials for compression joints shall conform to the requirements of ASTM C 425. 701-3.5 BACRFILLING. Pipes shall be inspected before any backfill is placed; any pipes found to be out of alignment, unduly settled, or damaged shall be removed and relaid or replaced at the Contractor's expense. Material for backfill shall be fine, readily compatible soil, or granular material selected from the excavation or a source of the Contractor's choosing. It shall not contain frozen lumps, stones that would be retained on a 2-inch (50.0 mm) sieve, chunks of highly plastic clay, or other objectionable material. No less than 95 percent of a granular backfill material shall pass through a %-inch (12 mm) sieve, and no less than 95 percent of it shall be retained on a No. 4 (4.75 mm) sieve. When the top of the pipe is even with or below the top of the trench, the backfill shall be compacted in layers not exceeding six (6) inches (150 mm) on both sides of the pipe and shall be brought up one (1)1,foot (30 cm) above the top of the pipe or to natural ground level, whichever is greater. Care shall be exercised to thoroughly compact the backfill material under the haunches of the pipe. Material shall be brought up evenly on both sides of the pipe. When the top of the pipe is above the top of the trench, the backfill shall be compacted in layers not exceeding six (6) inches (150 mm) and shall be brought up evenly on both sides of the pipe to 1-foot (30 cm) above the top of the pipe. The width of backfill on each side of the pipe for the portion above the top of the [ trench shall be equal to twice the pipe's diameter or twelve (12) feet (3.5 m), whichever is less. For PVC and polyethylene pipe, the backfill shall be placed in two stages; first to the top of the pipe and then at least twelve (12) inches (300 mm) over the top of the pipe. The backfill material shall meet the requirements of paragraph 701-3.2c. All backfill shall be compacted to the density required under Item P-152. D-701-5 ITEM D-701 PIPE FOR STORM DRAINS AND CULVERTS METHOD OF 701-4.1 The length of pipe shall be measured in linear feet (meters) of pipe in place, completed, and approved. It shall be measured along the centerline of the pipe from end or inside face of structure to the end or inside face of structure, whichever is applicable. The several classes, types and size shall be measured separately. All fittings shall be included in the footage as typical pipe sections in the pipe being measured. The BASIS OF PAYMENT 701-5.1 Payment will be made at the contract unit price per linear foot (meter) for each kind of pipe of the type and size designated . These prices shall fully compensate the Contractor for furnishing all materials and for all preparation, excavation, and installation of these materials; and for all labor, equipment, tools, and incidentals necessary to complete the item. D-701-6 ITEM D-701 PIPE FOR STORM DRAINS AND CULVERTS Payment will be made under: Item 701-5.1 (size) inch RPI_ -- per linear foot MATERIAL REQUIREMENTS ASTM A 760 Corrugated Steel Pipe, Metallic -Coated for Sewers and Drains ASTM A 761 Steel Galvanized, Corrugated Structural Plates and Fasteners for Pipe, Pipe -Arches, and Arches ASTM A 762 Precoated (Polymeric) Galvanized Steel Sewer and Drainage Pipe ASTM A 849 Post -Coated and Lined (Bituminous or Concrete) Corrugated Steel Sewer and Drainage Pipe ASTM A 885 Steel Sheet, Zinc and Aramid Fiber Composite Coated for Corrugated Steel Sewer, Culvert, and Underdrain Pipe ASTM B 745 Corrugated Aluminum Alloy Culvert Pipe ASTM C 14 Concrete Sewer, Storm Drain, and Culvert Pipe ASTM C 76 Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe ASTM C 94 Ready Mixed Concrete ASTM C 144 Aggregate for Masonry Mortar ASTM C 150 Portland Cement ASTM C 425 Compression Joints for Vitrified Clay Pipe ASTM C 443 Joints for Circular Concrete Sewer and Culvert Pipe, Using Rubber Gaskets ASTM C 506 Reinforced Concrete Arch Culvert, Storm Drain, and Sewer Pipe ASTM C 507 Reinforced Concrete Elliptical Culvert, Storm Drain and Sewer Pipe D-701-7 ITEM D-701 PIPE FOR STORM DRAINS AND CULVERTS ASTM C 655 Reinforced Concrete D-Load Culvert, Storm Drain and Sewer Pipe ASTM C 700 Vitrified Clay Pipe, Extra Strength, Standard Strength, and Perforated ASTM C 789 Precast Reinforced Concrete Box Sections for Culverts, Storm Drains, and Sewers ASTM C 850 Precast Reinforced Concrete Box Sections for Culverts, Storm Drains, and Sewers with Less than two (2) feet of Cover ASTM D 1056 Flexible Cellular Materials --Sponge or Expanded Rubber ASTM D 1190 Concrete Joint Sealer, Hot Poured Elastic Type ASTM D 3034 Type PSMPoly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings ASTM D 3212 Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals ASTM F 477 Elastomeric Seals (Gaskets) for Joining Plastic Pipe ASTM F 794 Poly (Vinyl Chloride) Ribbed Drain Pipe & Fittings Based on Controlled Inside Diameter ASTM F 949 Poly (Vinyl Chloride) (PVC) Corrugated Sewer Pipe with a Smooth Interior and Fittings AASHTO M 190 Bituminous -Coated Corrugated Metal Culvert Pipe and Pipe Arches AASHTO M 196 Corrugated Aluminum Alloy Culverts and Underdrains AASHTO M 198 Joints for Circular Concrete Sewer and Culvert Pipe Using Flexible Watertight Gaskets AASHTO M 219 Aluminum Alloy Structural Plate for Pipe, Pipe -Arches, and Arches AASHTO M 243 Field Applied Coating of Corrugated Metal Structural Plate for Pipe, Pipe -Arches, and Arches AASHTO M 252 Corrugated Polyethylene Drainage Tubing D-701-8 tj ITEM D-701 PIPE FOR STORM DRAINS AND CULVERTS AASHTO M 294 Corrugated Polyethylene Pipe 12- to 24-in. Diameter AASHTO M 304 Poly (Vinyl Chloride) (PVC) Profile Wall Drain Pipe and Fittings Based on Controlled Inside Diameter END OF ITEM D-701 PART X - TURFING -� ITEM T-901 SEEDING DESCRIPTION 901-1.1 This item shall consist of soil preparation, seeding, fertilizing and liming the areas shown on the plans or as directed by the Engineer in accordance with these specifications. MATERIALS 901-2.1 SEED. The species and application rates of grass, legume, and cover -crop seed furnished shall be those stipulated herein. Seed shall conform to the requirements of Fed. Spec. JJJ-S-181. Seed shall be furnished separately or in mixtures in standard containers with the seed name, lot number, net weight, percentages of purity and of germination and hard seed, and percentage of maximum weed seed content clearly marked for each kind of seed. The Contractor shall furnish the Engineer duplicate signed copies of a statement by the vendor certifying that each lot of seed has been tested by a recognized laboratory for seed testing within 6 months of date of delivery. This statement shall include: name and address of laboratory, date of test, lot number for each kind of seed, and the results of tests as to name, percentages of purity and of germination, and percentage of weed content for each kind of seed furnished, and, in case of a mixture, the proportions of each kind of seed. Seeds shall be applied as follows: ','+��,w� yam, r«�`xri<•�: --+ ....:::fa•:;•:s:•:'::::::{:;:•x.::2t;7�•..:;::•.......... ..........so-:{{•:w;.:{{z{< ...........r.......... iy��,��`l.{•::,.: :{.r:• !:-.:•:r:o:{>.;{{•;::;::•;:::a: Seeding shall be performed during the period between February 15 - May 15 inclusive, unless otherwise approved by the Engineer. T-901-1 ITEM T-901 SEEDING 901-2.2 LIME. Lime shall be ground limestone containing not less than 85% of total carbonates, and shall be ground to such fineness that 90% will pass through a No. 20 mesh sieve and 50% will pass through a No. 100 mesh sieve. Coarser material will be acceptable, providing the rates of application are increased to provide not less than the minimum quantities and depth specified in the special provisions on the basis of the two sieve requirements above. Dolomitic lime or a high magnesium lime shall contain at least 10% of magnesium oxide. Lime shall be applied at the rate of 150 lbs per 1,000 square feet. All liming materials shall conform to the requirements of ASTM C 602. 901-2.3 FERTILIZER. Fertilizer shall be standard commercial fertilizers supplied separately or in mixtures containing the percentages of total nitrogen, available phosphoric acid, and water-soluble potash. They shall be applied at the rate and to the depth specified herein, and shall meet the requirements of Fed. Spec. O-F-241 and applicable state laws. They shall be furnished in standard containers with name, weight, and guaranteed analysis of contents clearly marked thereon. No cyanamide compounds or hydrated lime shall be permitted in mixed fertilizers. The fertilizers may be supplied in one of the following forms: a. A dry, free -flowing fertilizer suitable for application by a common fertilizer spreader; b. A finely -ground fertilizer soluble in water, suitable for application by power sprayers; or C. A granular or pellet form suitable for application by blower equipment. Fertilizers shall be 10-20-10 commercial fertilizer and shall be spread at the rate of 10 lbs per 1000 square feet for the first application at planting and 15 lbs per 1000 square feet (second application) after six (6) weeks. T-901-2 ITEM T-901 SEEDING ........................... .......................... ........................... .......................... 901-2.4 SOIL FOR REPAIRS. The soil for fill and topsoiling of areas to be repaired shall be at least of equal quality to that which exists in areas adjacent to the area to be repaired. The soil shall be relatively free from large stones, roots, stumps, or other materials that will interfere with subsequent sowing of seed, compacting, and establishing turf, and shall be approved by the Engineer before being placed. CONSTRUCTION METHODS 901-3.1 ADVANCE PREPARATION AND CLEANUP. After grading of areas has been completed and before applying fertilizer and 'ground limestone, areas to be seeded shall be raked or otherwise cleared of stones larger than two (2) inches (50 mm) in any diameter, sticks, stumps, and other debris which might interfere with sowing of seed, growth of grasses, or subsequent maintenance of grass -covered areas. If any damage by erosion or other causes has occurred after the completion of grading and before beginning the application of fertilizer and ground limestone, the Contractor shall repair such damage. This may include filling gullies, smoothing irregularities, and repairing other incidental damage. An area to be seeded shall be considered a satisfactory seedbed without additional treatment if it has recently been thoroughly loosened and worked to a depth of not less than five (5) inches (125 mm) as a result of grading operations and, if immediately prior to seeding, the top three (3) inches (75 mm) of soil is loose, friable, reasonably free from large clods, rocks, large roots, or other undesirable matter, and if shaped to the required grade. However, when the area to be seeded is sparsely sodded, weedy, barren and unworked, or packed and hard, any grass and weeds shall first be cut or otherwise satisfactorily disposed of, and the soil then scarified or otherwise loosened to a depth not less than five (5) inches (125 mm). Clods shall be broken and the top three (3) inches (75 mm) of soil shall be worked into a satisfactory seedbed T-901-3 k, ITEM T-901 SEEDING by discing, or by use of cultipackers, rollers, drags, harrows, or other appropriate means. 901-3.2 DRY APPLICATION METHOD. a. Liming. Lime shall be applied separately and prior to the application of any fertilizer or seed and only on seedbeds which have previously been prepared as described above. The lime shall then be worked into the top three (3) inches (75 mm) of soil after which the seedbed shall again be properly graded and dressed to a smooth finish. b. Fertilizing. Following advance preparations and cleanup fertilizer shall be uniformly spread at the rate which will provide not less than the minimum quantity stated in paragraph 901-2.3. C. Seeding. Grass seed shall be sown at the rate specified in paragraph 901-2.1 immediately after fertilizing, and the fertilizer and seed shall be raked within the depth range stated in the special provisions. Seeds of legumes, either alone or in mixtures, shall be inoculated before mixing or sowing, in accordance with the instructions of the manufacturer of the inoculant. When seeding is required at other than the seasons shown on the plans or in the special provisions, a cover crop shall be sown by the same methods required for grass and legume seeding. d. Rolling. After the seed has been properly covered, the seedbed shall be immediately compacted by means of an approved lawnroller, weighing 40 to 65 pounds per foot (60 to 97 kg per meter) of width for clay soil (or any soil having a tendency to pack), and weighing 150 to 200 pounds per foot (223 to 298 kg per meter) of width for sandy or light soils. 901-3.3 WET APPLICATION METHOD. a. General. The Contractor may elect to apply seed and fertilizer (and lime, if required) by spraying them on the previously prepared seedbed in the form of an aqueous mixture and by using the methods and equipment described herein. The rates of application shall be as specified in the special provisions. b. Spraying Equipment. The spraying equipment shall have a container or water tank equipped with a liquid level gauge calibrated to read in increments not larger than fifty (50) gallons (190 liters) over the entire range of the tank capacity, mounted so as to be visible to the nozzle operator. The container or tank shall also be equipped with a mechanical power -driven agitator capable of keeping all the solids in the mixture in complete suspension at all times until used. T-901-4 ITEM T-901 SEEDING The unit shall also be equipped with a pressure pump capable of delivering 100 gallons (380 liters) per minute at a pressure of 100 pounds per square inch (690 kPa). The pump shall be mounted in a line which will recirculate the mixture through the tank whenever it is not being sprayed from the nozzle. All pump passages and pipe lines shall be capable of providing clearance for % inch (15 mm) solids. The power unit for the pump and agitator shall have controls mounted so as to be accessible to the nozzle operator. There shall be an indicating pressure gauge connected and mounted immediately at the back of the nozzle. The nozzle pipe shall be mounted on an elevated supporting stand in such a manner that it can be rotated through 360 degrees horizontally and inclined vertically from at least 20 degrees below to at least 60 degrees above the horizontal. There shall be a quick -acting, three-way control valve connecting the recirculating line to the nozzle pipe and mounted so that the nozzle operator can control and regulate the amount of flow of mixture delivered to the nozzle. At least three different types of nozzles shall be supplied so that mixtures may be properly sprayed over distance varying from 20 to 100 feet (6 to 30 m). One shall be a close -range ribbon nozzle, one a medium -range ribbon nozzle, and one a long-range jet nozzle. For case of removal and cleaning, all nozzles shall be connected to the nozzle pipe by means of quick -release couplings. In order to reach areas inaccessible to the regular equipment, an extension hose at least fifty (50) feet (15 m) in length shall be provided to which the nozzles may be connected. C. Mixtures. Lime, if required, shall be applied separately, in the quantity specified, prior to the fertilizing and seeding operations. Not more than 220 pounds (100 kg) of lime shall be added to and mixed with each 100 gallons (380 liters) of water. Seed and fertilizer shall be mixed together in the relative proportions specified, but not more than a total of 220 pounds (100 kg) of these combined solids shall be added to and mixed with each 100 gallons (380 liters) of water. All water used shall be obtained from fresh water sources and shall be free from injurious chemicals and other toxic substances harmful to plant life. Brackish water shall not be used at any time. The Contractor shall identify to the Engineer all sources of water at least 2 weeks prior to use. The Engineer may take samples of the water at the source or from the tank at any time and have a laboratory test the samples for chemical and saline content. The Contractor shall not use any water from any source which is disapproved by the Engineer following such tests. T-901-5 ITEM T-901 SEEDING All mixtures shall be constantly agitated from the time they are mixed until they are finally applied to the seedbed. All such mixtures shall be used within two (2) hours from the time they were mixed or they shall be wasted and disposed of at locations acceptable to the Engineer. d. Spraying. Lime, if required, shall be sprayed only upon previously prepared seedbeds. After the applied lime mixture has dried, the lime shall be worked into the top three (3) inches (8 cm), after which the seedbed shall again be properly graded and dressed to a smooth finish. Mixtures of seed and fertilizer shall only be sprayed upon previously prepared seedbeds on which the lime, if required, shall already have been worked in. The mixtures shall be applied by means of a high-pressure spray which shall always be directed upward into the air so that the mixtures will fall to the ground like rain in a uniform spray. Nozzles or sprays shall never be directed toward the ground in such a manner as might produce erosion or runoff. Particular care shall be exercised to insure that the application is made uniformly and at the prescribed rate and to guard against misses and overlapped areas. Proper predetermined quantities of the mixture in accordance with specifications shall be used to cover specified sections of known area. Checks on the rate and uniformity of application may be made by observing the degree of wetting of the ground or by distributing test sheets of paper or pans over the area at intervals and observing the quantity of material deposited thereon. On surfaces which are to be mulched as indicated by the plans or designated by the Engineer, seed and fertilizer applied by the spray method need not be raked into the soil or rolled. However, on surfaces on which mulch is not to be used, the raking and rolling operations will be required after the soil has dried. 901-3.4 MAINTENANCE OF SEEDED AREAS. The Contractor shall protect seeded areas against traffic or other use by warning signs or barricades, as approved by the Engineer. Surfaces gullied or otherwise damaged following seeding shall be repaired by regrading and reseeding as directed. The Contractor shall mow, water as directed, and otherwise maintain seeded areas in a satisfactory condition until final inspection and acceptance of the work. When either the dry or wet application method outlined above is used for work done out of season, it will be required that the Contractor establish a good stand of grass of uniform color and density to the satisfaction of the Engineer. If at the time when the contract has been otherwise completed it is not possible to •� a ITEM T-901 SEEDING make an adequate determination of the color, density, and uniformity of such stand of grass, payment for the unaccepted portions of the areas seeded out of season will be withheld until such time as these requirements have been met. METHOD OF MEASUREMENT 901-4.1 The quantity of seeding to be paid for shall be the number of acres (square meters) measured on the ground surface, completed and acceDted.-...� 1"�" -:.......�7....�....�...................�....... -B ..... BASIS OF PAYMENT 901-5.1 Payment shall be made at the contract unit price per acre (square meters) or fraction thereof, which price and payment shall be full compensation for furnishing and placing all material and for all labor, equipment, tools, and incidentals necessary to complete the work prescribed in this item.€1r Payment will be made under: Item 901-5.1 Seeding --per acre (square meters) MATERIAL REQUIREMENTS ASTM D 977 Emulsified Asphalt Fed. Spec. JJJ-S-181B Agricultural Seeds Fed. Spec. 0-F-241D Commercial Mixed Fertilizer END OF ITEM T-901 T-901-7 ITEM T-908 MULCHING DESCRIPTION 908-1.1 This item shall consist of furnishing, hauling, placing, and securing mulch on surfaces indicated on the plans or designated by the Engineer. MATERIALS 908-2.1 MULCH MATERIAL. Acceptable mulch shall be the materials listed below or any approved locally available material that is similar to those specified. Low grade, musty, spoiled, partially rotted hay, straw, or other materials unfit for animal consumption will be acceptable. Mulch materials, which contain matured seed of species which would volunteer and be detrimental to the proposed overseeding, or to surrounding farm land, will not be acceptable. Straw or other mulch material which is fresh and/or excessively brittle, or which is in such an advanced stage of decomposition as to smother or retard the planted grass, will not be acceptable. a. Hay. Hay shall be native hay, sudan grass hay, broomsedge hay, legume hay, or similar hay or grass clippings. b. Straw. Straw shall be the threshed plant residue of oats, wheat, barley, rye, or rice from which grain has been removed. C. Hay Mulch Containing Seed. Hay mulch shall be mature hay containing viable seed of native grasses or other desirable species stated in the special provisions or as approved by the Engineer. The hay shall be cut and handled so as to preserve the maximum quantity of viable seed. Hay mulch which cannot be hauled and spread immediately after cutting shall be placed in weather -resistant stacks or baled and stored in a dry location until used. d. Manufactured Mulch. Cellulose -fiber or wood -pulp mulch shall be products commercially available for use in spray applications. 908-2.2 INSPECTION. Within five (5) days after acceptance of the bid, the Engineer shall be notified of sources and quantities of mulch materials available and the Contractor shall furnish him with representative samples of the materials to be used. These samples may be used as standards with the approval of the Engineer and any materials brought on the site which do not meet these standards - shall be rejected. idwill-I ITEM T-908 MULCHING CONSTRUCTION METHODS 908-3.1 MULCHING. Before spreading mulch, all large clods, stumps, stones, brush, roots, and other foreign material shall be removed from the area to be mulched. Mulch shall be applied immediately after seeding. The spreading of the mulch may be by hand methods, blower, or other mechanical methods, provided a uniform covering is obtained. Mulch material shall be furnished, hauled, and evenly applied on the area shown on the plans or designated by the Engineer. Straw or hay shall be spread over the surface to a uniform thickness at the rate of two (2) to three (3) tons per acre (1800-2700 kg per acre) to provide a loose depth of not less than 1% inches (37 cm) nor more than three (3) inches (75 mm). Other organic material shall be spread at the rate directed by the Engineer. Mulch may be blown on the slopes and the use of cutters in the equipment for ? this purpose will be permitted to the extent that at least 95 percent of the mulch in place on the slope shall be six (6) inches (150 mm) or more in length. When mulches applied by the blowing method are cut, the loose depth in place shall be not less than one (1) inch (25 mm) nor more than two (2) inches (50 mm) . 908-3.2 SECURING MULCH. The mulch shall be held in place by light discing, a very thin covering of topsoil, small brush, pins, stakes, or wire mesh. 908-3.3 CARE AND REPAIR. a. The Contractor shall care for the mulched areas until i final acceptance of the project. Such care shall consist of providing protection against traffic or other use by placing warning signs, as approved by the Engineer, and erecting any barricades that may be shown on the plans before or immediately after mulching has been completed on the designated areas. b. The Contractor shall be required to repair or replace any tj mulching that is defective or becomes damaged until the project is finally accepted. When, in the judgment of the Engineer, such defects or damages are the result of poor workmanship or failure to meet the requirements of the specifications, the cost of the necessary repairs or replacement shall be borne by the Contractor. However, once the Contractor has completed the mulching of any area in accordance with the provisions of the specifications and to the Ll satisfaction of the Engineer, no additional work at his/her expense will be required, but subsequent qu , repairs and replacements deemed necessary by the Engineer shall be made by the Contractor and will be paid for as additional or extra work. T-908-2 METHOD OF MEASUREMENT .................. .. .. ...... 908-4.1 Mulching shall be the number of on the basis of the actual surface area acceptably mulched. BASIS OF PAYMENT 908-5.1 Payment will be made at the contract unit price per for mulching. The price shall be full compensation for furnisKllng all materials and for placing and anchoring the materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item T-908-5.1 Mulching - -per go END OF ITEM T-908 HIMEW ITEM L-110 INSTALLATION OF AIRPORT UNDERGROUND ELECTRICAL DUCT DESCRIPTION 110-1.1 This item shall consist of underground electrical ducts installed in accordance with this specification at the locations and in accordance with the dimensions, designs, and details shown in the plans. This item shall include the installation of all underground electrical ducts or underground conduits. It shall also include all trenching, backfilling, removal, and restoration of any paved areas; manholes, concrete encasement, mandreling installation of steel drag wires and duct markers, capping, and the testing of the installation as a completed duct system ready for installation of cables, to the satisfaction of the Engineer. EQUIPMENT AND MATERIALS 110-2.1 GENERAL. All equipment and materials covered by referenced specifications shall be subject to acceptance through manufacturer's certification of compliance with the applicable specification when so requested by the Engineer. 110 - 2.2 BITUMINOUS FIBER DUCT .€'`s'Y``' 1 _ 110 - 2 3 ASBESTOS CEMENT DUCT 110-2.5 STEEL CONDUIT. Rigid steel conduit and fittings shall conform to the requirements of Underwriters Laboratories Standard 6, 514, and 1242. 1 - 2 6 CONCRETE. .....:.... ...:::::::::::..... 110-2.7 PLASTIC CONDUIT. Plastic conduit and fittings shall conform to the requirements of Fed. Spec. W-C-1094 and shall be one of the following, as specified in the proposal: a. Type I - suitable for underground use either directly in the earth or encased in concrete. use. b. Type II - suitable for either above ground or underground L-110-1 8/96 ITEM L-110 INSTALLATION OF AIRPORT UNDERGROUND ELECTRICAL DUCT CONSTRUCTION METHODS 110-3.1 GENERAL. The Contractor shall install underground ducts at the approximate locations indicated in the airport layout plans. The Engineer shall indicate specific locations as the work progresses. Ducts shall be of the size, material, and type indicated in the plans or specifications. Where no size is indicated in the plans or specifications, the ducts shall be not less than 3 inches (75 mm) inside diameter. All duct lines shall be laid so as to grade toward handholes, manholes and duct ends for drainage. Grades shall be at least 3 inches (75 mm) per 100 feet (30 m)-. On runs where it is not practicable to maintain the grade all one way, the duct lines shall be graded from the center in both directions toward manholes, handholes, or duct ends. Pockets or traps where moisture may accumulate shall be avoided. The Contractor shall mandrel each duct. An iron -shod mandrel, not more than 1/4-inch (6 mm) smaller than the bore of the duct shall be pushed through each duct by means of jointed conduit rods. The mandrel shall have a leather or rubber gasket slightly larger than the duct hole. All ducts installed shall be provided with a No. 10 gauge galvanized iron or steel drag wire for pulling the permanent wiring. Sufficient length shall be left in manholes or handholes to bend the drag wire back to prevent it from slipping back into the duct. Where spare ducts are installed, as indicated on the plans, the open ends shall be plugged with removable tapered plugs, designed by the duct manufacturers, or with hardwood plugs conforming accurately to the shape of the duct and having the larger end of the plug at least 1/4-inch (6 mm) greater in diameter than the duct. All ducts shall be securely fastened in place during construction and progress of the work and shall be plugged to prevent seepage of grout,,.water, or dirt. Any duct section having a defective joint shall -hot be installed. All ducts, except steel conduit, installed under runways, taxiways, aprons, and other paved areas shall be encased in a concrete envelope. Where turf is well established and the sod can be removed, it shall be carefully stripped and properly stored. Trenches for ducts may be excavated manually or with mechanical trenching equipment. Walls of trenches shall be essentially vertical so that a minimum of shoulder surface is disturbed. Blades of road patrols or graders shall not be used to excavate the trench. The Contractor shall ascertain the type of soil or rock to be excavated before bidding. All excavation shall be unclassified. L-110-2 8/96 ij ITEM L-110 INSTALLATION OF AIRPORT UNDERGROUND ELECTRICAL DUCT 110-3.2 DUCTS ENCASED IN CONCRETE. Unless otherwise shown in the plans, concrete -encased ducts shall be installed so that the top of the concrete envelope is not less than 18 inches (45 cm) below the finished subgrade where installed under runways, taxiways, aprons, or other paved areas, and not less than 18 inches (45 cm) below finished grade where installed in unpaved areas. Ducts under paved areas shall extend at least 3 feet (90 cm) beyond the edges of the pavement or 3 feet (90 cm) beyond any underdrains which may be installed alongside the paved area. Trenches for concrete -encased ducts shall be opened the complete length before concrete is laid so that if any obstructions are encountered, proper provisions can be made to avoid them. All ducts for concrete encasements shall be placed on a layer of concrete not less than 3 inches (75 mm) thick prior to its initial set. Where two or more ducts are encased in concrete, the Contractor shall space them not less than 1% inches (37 mm) apart (measured from outside wall to outside wall) using spacers applicable to the type of duct. As the duct laying progresses, concrete not less than 3 inches (75 mm) thick shall be placed around the sides and top of the duct bank. End bells or couplings shall be installed flush with the concrete encasement where required. When specified, the Contractor shall reinforce the bottom side and top of encasements with steel reinforcing mesh or fabric or other approved metal reinforcement. When directed, the Contractor shall supply additional supports where the ground is soft and boggy, where ducts cross under roadways, or where otherwise shown on the plans. Under such conditions, the complete duct structure shall be supported on reinforced concrete footings, piers, or piles located at approximately 5-foot (150 cm) intervals. When clay or soapstone ducts are specified, they shall be installed with concrete encasement as described above. Clay conduit shall be of the single -bore type. Where the self -centering socket -joint type of single clay duct is used, conduit shall be built up, tier by tier, and separated only by sufficient mortar or fine aggregate concrete to bed the ducts evenly and fill all voids between ducts. Single ducts shall be jointed together and the joints grouted with portland cement mortar. A suitable gasket (of rubber or other approved material) shall first be placed in the receptacle end of the duct, prior to the joining operation, in order to exclude all mortar from the duct. Where the square bore butt -joint typ L-110-3 e 8/96 ) ITEM L-110 INSTALLATION OF AIRPORT UNDERGROUND ELECTRICAL DUCT inches (150, 200, 230, 300, 380 mm) long. Cement mortar shall be trawled around each and every joint. Voids in the duct bank, caused by the external shape of the corners of the conduit, shall also be filled with mortar. The joining and joints of soapstone duct shall be done in accordance with the manufacturer's recommendations. 110-3.3 DUCTS WITHOUT CONCRETE ENCASEMENT. Trenches for single -duct lines shall be not less than 6 inches (150 mm) nor more than 12 inches (300 mm) wide, and the trench for two (2) or more ducts installed at the same level shall be proportionately wider. Trench bottoms for ducts without concrete encasement shall be made to conform accurately to grade so as to provide uniform support for the duct along its entire length. A layer of fine earth material, at least 4 inches (100 mm) thick (loose measurement) shall be placed in the bottom of the trench as bedding for the duct. The bedding material shall consist of soft dirt, sand or other fine fill, and it shall contain no particles that would be retained on a X-inch (6 mm) sieve. The bedding material shall be tamped until firm. Unless otherwise shown in plans, ducts for direct burial shall be installed so that the tops of all ducts are at least 18 inches (45 cm) below the finished grade. When two (2) or more ducts are installed in the same trench without concrete encasement, they shall be spaced not less than 2 inches (50 mm) apart (measured from outside wall to outside wall) in a horizontal direction and not less than 6 inches (150 mm) apart in a vertical direction. Trenches shall be opened the complete length before duct is installed so that if any obstructions are encountered, proper provisions can be made to avoid them. 110-3.4 DUCT MARKERS. The location of the ends of all ducts shall be marked by a concrete slab marker 2 feet (60 cm) square and 4 inches (100 mm) thick extending approximately 1 inch (25 mm) above the surface. The markers shall be located above the ends of all ducts or duct banks, except where ducts terminate in a handhole, manhole, or building. The Contractor shall impress the word "Duct" on each marker slab. He shall also impress on the slab the number and size of ducts beneath the marker. The letters shall be 4 inches (100 mm) high and 3 inches (75 mm) wide with width of stroke M-inch (12 mm) and Y.-inch (6 mm) deep or as large as the available space permits. L-110-4 8/96 ITEM L-110 INSTALLATION OF AIRPORT UNDERGROUND ELECTRICAL DUCT 110-3.5 BACKFILLING. After concrete -encased ducts properly installed and the concrete has had time to set, shall be backfilled aerated as required. have been the trench Trenches shall not be excessively wet and shall not contain pools of water during backfilling operations. The trench shall be completely backfilled and tamped level with the adjacent surface: except that, when sod is to be placed over the trench, the backfilling shall be stopped at a depth equal to the thickness of the sod to be used, with proper allowance for settlement. Any excess excavated material shall be removed and disposed of in accordance with instructions issued by the Engineer. For ducts without concrete envelope, 8 inches (200 cm) of sand, soft earth, or other fine fill (loose measurement) shall be placed around the ducts and carefully tamped around and over them with hand,'tampers. The remaining trench may be filled with regular run of excavated material and thoroughly tamped as specified above. 110-3.6 RESTORATION. Where sod has been removed, it shall be replaced as soon as possible after the backfilling is completed. All areas disturbed by the trenching, storing of dirt, cable laying, pad construction and other work shall be restored to its original condition. The restoration shall include any necessary topsoiling, fertilizing, liming, seeding, sprigging, or mulching. All such work shall be performed in accordance with the FAA Standard Turfing Specifications. The Contractor shall be held responsible for maintaining all disturbed surfaces and replacements until final acceptance. METHOD OF MEASUREMENT L-110-5 8/96 ITEM L-110 INSTALLATION OF AIRPORT UNDERGROUND ELECTRICAL DUCT BASIS OF PAYMENT 110-5.1 Payment will be made at the contract unit price for each type and size of single -way or multi -way duct zc;completed and accepted. This price shall be full compensation fdk**furnishing all materials and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item. Payment will be made under: Item L 110 5.1 I(... -- per linear foot MATERIAL REQUIREMENTS Fed.Spec.W-C-571 Conduit and Fittings, Nonmetal, Rigid; (Asbestos -Cement or Fire -Clay Cement), (For Electrical Purposes) Fed.Spec.W-C-1094 Conduit and Fittings; Nonmetallic, Rigid, (Plastic) Underwriters Rigid Metal Conduit Laboratories Standard 6 Underwriters Fittings for Conduit and Outlet Boxes Laboratories Standard 514 Underwriters Impregnated -Fiber Electrical Conduit Laboratories Standard 543 L-110 -6 8/96 {\ ITEM L-110 INSTALLATION OF AIRPORT UNDERGROUND ELECTRICAL DUCT Underwriters Intermediate Metal Conduit Laboratories Standard 1242 END OF ITEM L-110 L-110-7 8/96 DESCRIPTION 127-1.1 This item shall consist of construction of electrical manholes, junction boxes, and pullboxes, in accordance with these specifications, at the specified locations and conforming to the lines, grades, and dimensions shown on the plans or required by the Engineer. MATERIALS 127-2.1 MORTAR. Mortar shall consist of one part portland cement and two parts sand. The portland cement shall conform to the requirements of ASTM C 150, Type I. The sand shall conform to the requirements of ASTM C 144. 127-2.2 CONCRETE. Plain and reinforced concrete used in structures, connections of conduit with structures, and the support of structures or frames shall conform to the requirements of TXDOT, Standard Specifications for Construction of Highways, Streets & Bridges, 1993. 127-2.3 PRECAST CONCRETE PIPE MANHOLE RINGS. Precast concrete pipe manhole rings shall conform to the requirements of ASTM C 478. Unless otherwise specified, the risers and offset cone sections shall have an inside diameter of not less than 36 inches (90 cm) nor more than 48 inches (120 cm). 127-2.4 FRAMES, COVERS, AND GRATES. The castings shall conform to one of the following requirements: a. Gray iron castings shall meet the requirements of ASTM A 48, Class 30B and 35B. b. Malleable iron castings shall meet the requirements of ASTM A 47. C. Steel castings shall meet the requirements of ASTM A 27. d. Structural steel for grates and frames shall conform to the requirements of ASTM A 283, Grade D. e. Ductile iron castings shall conform to the requirements of ASTM A 536. All castings or structural steel units shall conform to the dimensions shown on the plans and shall be designed to support the loadings specified. L-127-1 Each frame and cover or grate unit shall be provided with fastening members to prevent it from being dislodged by traffic but which will allow easy removal for access to the structure. 127-2.5 STEPS. Steps shall be "M.A. Industry Inc." or approved equivalent. Steps shall be copolymer polypropylene plastic with grade 60 steel reinforcement. 127-2.6 CABLE RACKS. Cable racks shall be Underground Devices, Inc., Catalog No. 2SR3 or approved equivalent. 127-2.7 GROUND RODS. Ground rods shall be '/," x 10' copper or copper clad installed adjacent to the wall of the manhole. CONSTRUCTION METHODS 127-3.1 UNCLASSIFIED EXCAVATION. a. The Contractor shall do all excavation for structures and structure footings to the lines and grades or elevations, shown on the plans, or as staked by the Engineer. The excavation shall be of sufficient size to permit the placing of the full width and length of the structure or structure footings shown. The elevations of the bottoms of footings, as shown on the plans, shall be considered as approximately only; and the Engineer may order, in writing, changes in dimensions or elevations of footings necessary to secure a satisfactory foundation. b. Boulders, logs, or any other objectionable material encountered in excavation shall be removed. All rock or other hard foundation material shall be cleaned of all loose material and cut to a firm surface either level, stepped, or serrated, as directed by the Engineer. All seams or crevices shall be cleaned out and grouted. All loose and disintegrated rock and thin strata shall be removed. When concrete is to rest on a surface other than rock, special care shall be taken not to disturb the bottom of the excavation, and excavation to final grade shall not be made until just before the concrete or reinforcing is to be placed. C. The Contractor shall do all bracing, sheathing, or shoring necessary to implement and protect the excavation and the structure as required for safety or conformance to governing laws. The cost of bracing, sheathing, or shoring shall be included in the unit price bid for the structure. L-127-2 11 .:::,::�:(:�:::::::.:.::•:::`vii:::..:...: ;yy;.``....iii: i:::::v, :::.:::::::::::::.}':: p...:::: :.ryiiii'::: ::•:. _::::::: :.. i:i......;....ni:.::.:.:.....:...:.::...:..::.:::::: {4}:y�.y..:j.::.:::::::::. d. Unless otherwise provided, bracing, sheathing, or shoring involved in the construction of this item shall be removed by the Contractor after the completion of the structure. Removal shall be effected in a manner which will not disturb or mar finished masonry. The cost of removal shall be included in the unit price bid for the structure. e. After each excavation is completed, the Contractor shall notify the Engineer to that effect; and concrete or reinforcing steel shall be placed after the Engineer has approved the depth of the excavation and the character of the foundation material. 127-3.2 CONCRETE STRUCTURES. Concrete structures shall be built on prepared foundations, conforming to the dimensions and form indicated on the plans. The construction shall conform to TXDOT, Standard Specifications for Construction of Highways, Streets & Bridges, 1993. Any reinforcement required shall be placed as indicated on the plans and shall be approved by the Engineer before the concrete is poured. 127-3.3 PRECAST CONCRETE STRUCTURES. Precast concrete structures shall be constructed on prepared or previously placed slab foundations and shall conform to the dimensions and locations shown on the plans. All precast concrete sections necessary to build a completed structure shall be furnished. The different sections shall fit together readily, and all jointing and connections shall be cemented with mortar. The top of the upper precast concrete member shall be suitably formed and dimensioned to receive the metal frame and cover or grate, or other cap, as required. Provision shall be made for any connections for lateral conduit, including drops and leads that may be installed in the structure. The steps which are embedded or built into the side walls shall be aligned and placed at vertical intervals of 12 inches (300 mm). When a ladder replaces the steps, it shall be securely fastened into position. 127-3.4 PLACEMENT AND TREATMENT OF CASTINGS, FRAMES, AND FITTINGS. All castings, frames, and fittings shall be placed in the positions indicated on the plans or as directed by the Engineer, and shall be set true to line and to correct elevation. If frames or fittings are to be set in concrete or cement mortar, all anchors or bolts shall be in place and position before the concrete or mortar is placed. The unit shall not be disturbed until the mortar or concrete has set. When frames or fittings are to be placed upon previously constructed masonry, the bearing surface or masonry shall be brought true to line and grade and shall present an even bearing surface in order that the entire face or back of the unit will come in contact with the masonry. The unit shall be set in mortar beds L-127-3 k s and anchored to the masonry as indicated on the plans or as directed and approved by the Engineer. All units shall set firm and secure. After the frames or fittings have been set in final position and the concrete or mortar has been allowed to harden for seven (7) days, then the grates or covers shall be placed and fastened down. 127-3.5 INSTALLATION OF STEPS. The steps shall be installed as indicated on the plans or as directed by the Engineer. When the steps are to be set in concrete, they shall be placed and secured in position before the concrete is poured. The steps shall not be disturbed or used until the concrete or mortar has hardened for at least seven (7) days. When steps are required with precast concrete pipe structures, they shall be cast into the sides of the structure at the time the sections are manufactured or set in place after the structure is erected by drilling holes in the concrete and cementing the steps in place. In lieu of steps, prefabricated copolymer polypropylene or rubber encapsulated ladders may be installed. In the case of concrete structures, the ladder shall be held in place by grouting the supports in drilled holes. 127-3.6 BACKFILLING. a. After a structure has been completed, the area around it LA shall be filled with approved material, placed in horizontal layers not to exceed 8 inches (200 mm) in loose depth, and each layer thoroughly tamped and compacted to a density of not less than 92 I percent of maximum density as determined by ASTM D-698. Under all areas to be paved, the backfill material shall be compacted to a density of not less than 95 percent of maximum density as determined b ASTM D-698 or to the density required in Item P-152 Y Y � , whichever is greater. If necessary to obtain the desired compaction, the backfill material shall be moistened or aerated as required. Each layer shall be deposited all around the structure to approximately the same elevation. The top of the fill shall meet the elevation shown on the plans or as directed by the Engineer. 11 b. Backfilling shall not be placed against any structure until permission is given by the Engineer. In the case of concrete, such permission shall not be given until the concrete has been in place seven (7) days, or until tests made by the laboratory under supervision of the Engineer establish that the concrete has attained sufficient strength to provide a factor of safety against L-127-4 ...................... ... .. damage or strain in withstanding any pressure created by the backfill or the methods used in placing it. C. Backfill shall not be measured for direct payment. rI Performance of this work shall be considered as a subsidiary obligation of the Contractor covered under the contract unit price for the structure involved. 127-3.7 CLEANING AND RESTORATION OF SITE. After the backfill is completed, the Contractor shall dispose of all surplus material, dirt, and rubbish from the site. Surplus dirt may be deposited in embankments, shoulders, or as ordered by the Engineer. The Contractor shall restore all disturbed areas to their original condition. After all work is completed, the Contractor shall remove all tools and equipment, leaving the entire site free, clear, and in good condition. 127-3.8 SHOP DRAWING. The Contractor shall provide shop drawings for all new and adjusted structures, with appropriate letters of certification from hardware and material suppliers. METHOD OF MEASUREMENT 127-4.1 Electrical Manholes, junction boxes, and pullboxes shall be measured by the unit. BASIS OF PAYMENT 127-5.1 The accepted quantities of electrical handholes and telephone handholes will be paid for at the contract unit price per each, complete and in place. This price shall be full compensation for furnishing all materials and for all preparation, excavation, backfilling and placing of the materials; furnishing and installation of such specials and connections to conduits and other structures as may be required to complete the item as shown on the plans; and for all labor equipment, tools and incidentals necessary to complete the structure. Payment will be made under: Item L-127-5.1 Electrical handholes -- per each Item L-127-5.1 Telephone handholes -- per each L-127-5 MATERIAL REQUIREMENT ASTM A 27 Mild to Medium -Strength Carbon -Steel Castings for General Application ASTM A 47 Malleable Iron Castings ASTM A 48 Gray Iron Castings ASTM A 123 Zinc (Hot -Galvanized) Coatings on Products Fabricated from Rolled, Pressed, and Forged Steel Shapes, Plates, Bars and Strip ASTM A 283 Low and Intermediate Tensile Strength Carbon Steel Plates, Shapes, and Bars ASTM A 536 Ductile Iron Castings ASTM C 32 Sewer and Manhole Brick ASTM C 144 Aggregate for Masonry Mortar ASTM C 150 Portland Cement AASHTO M 36 Zinc Coated (Galvanized) Corrugated Iron or Steel Culverts and Underdrains END OF ITEM L-127 L-127-6 PART XII - ROADWAY R-247TX DESCRIPTION 247-1.1 This item shall consist of a flexible base composed of one or more courses of mineral aggregates, placed on a prepared subgrade course in accordance with these specifications and in conformity with the dimensions and typical cross sections shown on the plans and with the lines and grades established by the Contractor. MATERIALS 247-2.1 The aggregate base material shall conform to Texas Department of Transportation's Standard Specifications for Construction of Highways, Streets and Bridges, 1993, Section 247 Type A, Grade 2. A job mix formula shall be submitted by the Contractor to the Engineer prior to starting work. When unsatisfactory results or a change in source of supply occur, a new job mix formula shall be required. EQUIPMENT AND CONSTRUCTION METHODS 247-3.1 The equipment and construction methods for this item shall conform to Texas Department of Transportation's Standard Specifications for Construction of Highways, Streets and Bridges, 1993, Section 247. 247-3.2 The tolerance for aggregate base course thickness shall comply with Texas Department of Transportation's Standard Specifications for Construction of Highways, Streets and ` Bridges, 1993, Section 247. METHOD OF MEASUREMENT 247-4.1 Flexible base will be measured by the ton of the type specified, complete in -place. Net weight information shall be furnished with each load of material delivered. BASIS OF PAYMENT 247-5.1 The accepted quantities of aggregate base material will be paid for at the contract unit price per ton for each type of flexible base. The unit price shall be full R-247-1 compensation for furnishing all materials, for all Il P g preparation, mixing, and placing of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. f Payment will be made under: Item R-247-5.1 (type) Flexible Base END OF ITEM R-247 R-247-2 - - per ton R-360TX DESCRIPTION 360-1.1 This item shall consist of a jointed concrete pavement, with or without reinforcement as specified, on a prepared subbase course in accordance with these specifications and shall conform to the lines, grades, thicknesses, and typical cross sections shown on the plans. MATERIALS 360-2.1 The material for this item shall conform to Texas Department of Transportation's Standard Specifications for Construction of Highways, Streets and Bridges, 1993 Item 360 for pavement and Item 421 for Class A Portland Cement Concrete and the construction plans. EQUIPMENT AND CONSTRUCTION METHODS 360-3.1 The equipment and construction methods for this item shall conform to Texas Department of Transportation's Standard Specifications for Construction of Highways, Streets and Bridges, 1993, Item 360 and as described on the plans. METHOD OF MEASUREMENT 360-4.1 Cement Concrete pavement will be measured in square yards of concrete pavement complete in -place with the required joints, steel, sealer, and scoring as shown on the plans. BASIS OF PAYMENT 360-5.1 The accepted quantities of concrete pavement will be paid for at the contract unit price per square yard, including any dowels, reinforcement and all joint material. This unit price shall be full compensation for furnishing and placing all materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item R-360-5.1 Concrete Pavement (depth) -- per square yard END OF ITEM R-360 R-360-1 DESCRIPTION 432-1.1 This item shall consist of the construction of concrete paved ditch in accordance with these specifications and in reasonably close conformity with the plans. MATERIALS 432-2.1 The materials for this item shall conform to TxDOT , Standard Specifications for Construction of Highways, Streets and Bridges, 1993, Item 432. CONSTRUCTION METHODS 432-3.1 The construction of the concrete paved ditch shall conform to TxDOT , Standard Specifications for Construction of Highways, Streets and Bridges, 1993, Item 432. METHOD OF MEASUREMENT 432-4.1 Concrete paved ditch will be measured in linear feet along the ditch invert, complete. No separate measurement will be made for specific materials used to construct the paved ditch. BASIS OF PAYMENT 432-5.1 The accepted quantities of paved ditch will be paid for at the contract unit price per linear foot. This unit price [ shall be full compensation for furnishing all materials, labor, tools, equipment, and incidentals necessary to complete the work. Payment will be made under: Item R-432-5.1 Concrete Paved Ditch -- per linear foot END OF ITEM R-432 R-432-1 Mk ..::::.......:::::::::::::::::::::::::::.:::::::::.::::::::::::.:::..::.:.,..............� .. ............................. MATERIALS 529-2.1 The materials for this item shall conform to Texas Department of Transportation's Standard Specifications for Construction of Highways, Streets and Bridges, 1993 Item 529 and Item 421 for Class A concrete. CONSTRUCTION METHODS 529-3.1 The construction of the concrete curb and curb and gutter shall conform to Texas Department of Transportation's C Standard Specifications for Construction of Highways, Streets and Bridges, 1993, Item 529. METHOD OF MEASUREMENT 529-4.1 Concrete curb and curb and gutter will be measured in linear feet along the curb accepted complete in -place. BASIS OF PAYMENT 529-5.1 The accepted quantities of concrete curb and curb and gutter will be paid for at the contract unit price per linear foot. The unit price shall be full compensation for furnishing all materials (including bedding materials), labor, tools, equipment, and incidentals necessary to complete the work. Payment will be made under: Item R-529-5.1 Concrete Curb (type) -- per linear foot END OF ITEM R-529 R-529-1 DESCRIPTION 531-1.1 This work shall consist of the construction of cement concrete sidewalks, in accordance with these specifications and in reasonably close conformity with the lines and grades shown on the plans or established by the Engineers. MATERIALS 531-2.1 Materials shall conform to the Texas Department of Transportation's Standard Specifications for Construction of Highways, Streets and Bridges, 1993, Item 531 and Item 421 for Class A concrete. CONSTRUCTION 531-3.1 Construction methods shall conform to the Texas Department of Transportation's Standard Specifications for Construction of Highways, Streets and Bridges, 1993, Item 531. 531-4.1 Cement concrete sidewalks will be measured in square yards of finished surface. Bedding material will be considered incidental and not be measured. BASIS OF PAYMENT 531-5.1 The accepted quantities of sidewalk will be paid for at the contract unit price per square yard for cement concrete sidewalk. Bedding material for the sidewalk shall be incidental. Price shall be full compensation for all materials, labor, tools, equipment and incidentals necessary to complete the items of work. Payment will be made under: Item R-531-5.1 PCC Sidewalk - per square yard END OF ITEM R-531 R-531-1 DESCRIPTION 999-1.1 This work shall consist of furnishing and installing concrete filled steel pipe bollards in accordance with the plans and specifications. MATERIALS 999-2.1 Materials shall conform to TxDOT, Standard Specifications for Construction of Highways, Streets and Bridges, 1993 and the Steel Construction Manual for the American Institute of Steel Construction. CONSTRUCTION METHODS 999-3.1 The equipment and construction methods for the installation of concrete filled steel pipe bollards shall conform to TxDOT, Standard Specifications for Construction of Highways, Streets and Bridges, 1993 and in accordance with the details as shown on the plans. METHOD OF MEASUREMENT 999-4.1 Concrete filled steel pipe bollards will be measured for each unit installed complete -in -place. BASIS OF PAYMENT 999-5.1 The accepted quantities of concrete filled steel pipe bollard will be paid for at the contract unit price per each. This price shall be full compensation for furnishing, installing concrete filled steel pipe bollards including all piping, concrete, painting, excavation, compaction and for all labor, tools, equipment, and incidentals necessary to complete the item. Payment will be made under: Item R-999-5.1 Concrete Filled Steel Pipe Bollard -- per each END OF ITEM R-999 R-999-1 APPENDIX "A" STORM WATER POLLUTION PREVENTION PLAN CITY OF Lubbock TEXAS STORM WATER POLLUTION PREVENTION PLAN FOR CONSTRUCTION ACTIVITIES LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS PROJECT NAME: CONSTRUCT AIRCRAFT RESCUE AND FIREFIGHTING TRAINING FACILITY August 2000 SWPPP.TX CONTENTS 1. INTRODUCTION a. Regulatory Background b. Storm Water Pollution Prevention Plan Organization 2. SITE DESCRIPTION a. Nature of the Activity b. Sequence of Construction C. Areas d. Pollution Potential e . Site Map 3. CONTROLS a. Erosion and Sediment Control b. Storm Water Management C. Construction Personnel 4. NON -STORM WATER DISCHARGES a. Applicable Laws b. Handling and Disposal of Hazardous Materials C. Notice, Response and Remediation of Hazardous Materials d. Notice of Environmental Permitting e. Above Ground Storage Tanks f. Right to Know g. Penalties h. Responsibility of the Owner 5. MAINTENANCE 6. INSPECTIONS 7. PERSONNEL DESIGNATION 8. SWPPP CONTENT REVIEW E 9. CERTIFICATION 10. NOTICE OF TERMINATION 11. APPENDIX "B-1" STORM WATER POLLUTION PREVENTION PLAN FOR CONSTRUCTION ACTIVITIES CERTIFICATION 3 1. INTRODUCTION a. Regulatory Background In 1972, the Federal Water Pollution Control Act (later referred to as the Clean Water Act (CWA)) was amended to provide that the discharge of pollutants to waters of the United States from any point source is effectively prohibited, unless the discharge is in compliance with a National Pollutant Discharge Elimination System (NPDES) Permit. Amendments to the CWA in 1987 added Section 402(p) to the Act which establishes a framework for regulating municipal and industrial discharges of storm water under the NPDES program. The regulations require that construction activities disturbing an area of five acres of more must be regulated as an industrial activity, and covered by an NPDES permit. Final regulations that established application requirements for regulated storm water discharges were published in the Federal Register on November 16, 1990. The federal regulations allow states which are authorized to implement the NPDES program. Texas however, does not have NPDES permitting authority. In Texas the NPDES storm water permitting program is administered by Region 6 of the United States Environmental Protection Agency (EPA). The EPA has issued a general permit for storm water discharges associated with construction activities requiring a permit. A requirement of the NPDES general permit for construction is adherence to a storm water pollution prevention plan (SWPPP) A separate SWPPP is required for each construction project. 4 C b. Storm Water Pollution Prevention Plan Organization This storm water pollution prevention plan (SWPPP) has been prepared in accordance with requirements of the EPA general construction permit. It is to be included in the specifications for this construction project at Lubbock International Airport consequently making the construction plans and specifications part of the SWPPP. The City of Lubbock requires that the contractor conform to all SWPPP requirements. 2. SITE DESCRIPTION The following is a general description of the construction project. a. Nature of the Activity The project consists of construction of an aircraft rescue and firefighting training facility. b. Sequence of Construction i. Install temporary construction entrances as shown on the plans. ii. Install temporary sediment trapping measures as required. iii. Remove existing pavement and construct new pavement. iv. Within fourteen (14) days of completing grading and shoulder work, and/or demolization of the temporary plant, seed and mulch all disturbed areas. V. Upon stabilization of all areas, remove the erosion and sediment control measures and accumulated sediment. 41 --y c . Areas The site consists of approximately 20 acres located on Lubbock International Airport in Lubbock, Texas. It is anticipated 17 that approximately 10 acres of the site will be disturbed during the project. d. Pollution Potential Potential pollution sources on this project site include vehicle fueling, storage of fertilizers, storage of paints, storage of equipment maintenance fluids, runoff from the temporary plant site, and sanitary waste facilities. The potential for pollution from runoff from denuded areas is minimal. e. Site Map All information required on the site map is included on the construction plans. 0 3. CONTROLS a. Erosion and Sediment Control Soil erosion and sediment control measures shall be in accordance with the project specifications and local guidelines. i. Stabilization Practices Permanent or temporary stabilization soil stabilization must be applied to denuded areas with fourteen (14) days after final grade is reached on any portion of the site. Soil stabilization must also be applied within fourteen (14) days to denuded areas which may not be at final grade but will remain unworked for longer than twenty-one (21) days. Soil stockpiles must be stabilized or protected with soil stabilization and/or sediment trapping measures to prevent soil loss. ii. Structural Practices The structural practices to be used are shown on the plans and are considered minimal steps and additional erosion and sediment control measures may be required. Specific types of erosion and sediment control are described in detail in the plans and specifications for each construction project. Maintenance of these measures is the responsibility of the Contractor until such time that the site is stabilized and the temporary erosion and sediment control measures removed. 7 b. Storm Water Management There will be nominal increase in runoff peak as a result of the project. Therefore, no permanent storm water management measures are proposed. C. Construction Personnel List all Contractors and Subcontractors for each construction activity: Name Contact Person Address Telephone No. Each firm listed above must sign the certification statement in Appendix B-1. 1.1 4. NON -STORM WATER DISCHARGES Any sources of non -storm water, excluding flows from fire fighting activities, that are combined with storm water discharges associated with industrial activity must be in conformance with any applicable federal, state and/or local laws, statutes, ordinances, rules, and regulations. a. Applicable Laws All persons on the Owner's property, whether tenant, lessees, sublessee, contractees, vendors, or otherwise, shall comply with, at all times, all federal, state, and local laws, statues, ordinances, rules, and regulations relating to environmental, health, safety, contamination, and pollution matters. b. Handling and Disposal of Hazardous Materials All persons handling, storing, or disposing of any hazardous material, hazardous waste of solid waste (as defined by all related environmental, health, and safety laws) at the Airport must follow all applicable -' regulations, including, but not limited to, those regulations which require proper identification, storage, containment, and labeling of hazardous materials and/or wastes. Notifications of hazardous materials and/or waste generation must be made to the appropriate federal, state, and/or local regulatory agencies, including the Owner as required or as requested. Proper record keeping procedures, as required under any of the applicable regulations, must be maintained and made available for inspection by the Owner at is request. Hazardous materials and/or wastes must be disposed of only at permitted treatment, storage, and disposal facilities. 9 C. Notice, Response, and Remediation of Hazardous Materials Incidents The Owner shall be notified immediately of any petroleum product, fuel, or hazardous materials leak, spill, release, or other unauthorized environmental discharge occurring on the Airport. In the event of a leak, spill, -' or release, the Contractor shall immediately initiate the proper remediation response. If the Contractor fails to respond in accordance with applicable local, state, and federal requirements, then the Owner will initiate remediation procedures. All persons responding to such leak, spill, release, or other unauthorized environmental discharge shall have received all required training and possess all required equipment for such remediation activities under applicable environmental, health, and safety laws. To the extent that notification of a leak, spill, release, or other unauthorized environmental discharge at the Airport is required under any environmental, health, and safety law to any federal, state, or local agency, the same notice shall also be provided contemporaneously to the Owner. If the Owner initiates remediation activities for hazardous material incidents due to a failure by any persons to -' appropriately respond to and remediate any unauthorized discharge then the responsible person shall be charged at a rate of 2000 of the cost for remediation and/or compliance. d. Notice of Environmental Permitting To the extent any person operating at the Airport is required to apply for and obtain any environmental permit, license, or approved plan (e.g., oil discharge contingency plans) from any federal, state, or local 10 agency for such operation, the Owner shall be contemporaneously advised of such application and provided a copy of any issued/approved permit, license, plan, or any change or update thereto. e. Aboveground Storage Tanks All persons owning or operating aboveground storage tanks at the Airport must comply with all applicable environmental, health, and safety laws related thereto, including but not limited to the pertinent and applicable provisions of National Fire Protection Association (NFPA) Standards 30 and 407 and of Federal Aviation Administration Advisory Circular 150/5230-4, as amended, including Appendices 7 ("Minimum Standards for Fuel Storage, Handling, and Dispensing on Airports") and 8 ("Siting of Airport Fuel Storage Facility"), and 14 CFR Part 139, including Section 139.321 thereof (handling and storage of hazardous substances and materials), all as may be amended from time to time. f. Right -To -Know All persons operating at the Airport must comply with applicable provisions of the Emergency Planning and Community Right -To -Know Act of 1986 (EPCRA) and all other environmental, health, and safety laws with respect to hazardous chemical inventory and release reporting, notifications to the appropriate government agencies, including the Owner, and compliance with communication requirements to the public and employees. 11 g. Penalties Failure by any persons to make any required notification, to remediate any unauthorized environmental discharge, tc comply with all federal, state, and local laws, statues, ordinances, rules and regulations relating to environmental, health, safety, contamination, and pollution matters, or to apply for and receive any permit required under any of these environmental regulations shall result in the Owner enforcing this failure as a violation of these rules and regulations and in the issuance of an administrative penalty. h. Responsibility of the Owner All persons other than the Owner shall be liable to and indemnify the Owner for payment of any fines or penalties levied against the Owner for alleged violations of any environmental, health, or safety laws arising out of the actions of such persons causing the violation of such laws and shall be liable and indemnify the Owner for the cost or fee of any cleanup or remediation incurred by the Owner and related thereto. 5. MAINTENANCE In general, all erosion and sediment control measures shall be checked weekly and within 24 hours of the end of a storm that is 0.5 inches or greater. The following items shall be checked in particular: a. The inlet protection devices shall be checked regularly for sediment clean out. 12 b. The gravel outlets shall be checked regularly for sediment accumulation which will prevent drainage. If the gravel is clogged with silt, it shall be removed and cleaned or replaced. C. The sediment fence barriers shall be checked regularly for undermining or deterioration. d. All seeded areas shall be checked regularly to see that a good stand of grass is maintained. Areas should be repaired and reseeded as required. 6. INSPECTIONS a. As a minimum, site inspections shall be performed by the Contractor on a weekly basis during dry weather and before and within 24 hours of the end of a storm that is 0.5 inches or greater. Where sites have been finally stabilized, such inspections shall be conducted at least once every month. These inspections shall be performed as part of a regular construction inspection program and reports of each inspection shall be kept. 7. Personnel Designation The Owner will designate their representative who will be the construction SWPPP coordinator for all activities at the airport. 8. SWPPP Content Review SWPPP elements will be modified as required. Elements specific to each construction project can be modified by the design engineer within the requirements. irements. The SWPPP will also be amended at P � any time it is found to be not adequately addressing conditions of EPA requirements. 13 9. CERTIFICATION The SWPPP certification is found in Appendix B-1. It must be signed by all contractors/subcontractors listed in this plan prior to an work. The Owner will submit the application to the EPA for Y PP the NPDES storm water discharge permit for construction activities. I _'I 10. Notice of Termination When the site has been finally stabilized and all storm water discharge from construction activities that are authorized by this permit are eliminated, the Owner shall submit a Notice of Termination to the EPA. The terms and conditions of this SWPPP shall remain in effect until a completed Notice of Termination is submitted. 14 APPENDIX B-1 STORM WATER POLLUTION PREVENTION PLAN FOR CONSTRUCTION ACTIVITIES CERTIFICATION 15 LUBBOCK INTERNATIONAL AIRPORT STORM WATER POLLUTION PREVENTION PLAN FOR CONSTRUCTION ACTIVITIES CERTIFICATION "I certify by my signature below that I accept the terms and conditions of the Storm Water Pollution Prevention Plan (SWPPP) as required by the general National Pollutant discharge Elimination System (NPDES permit number SCR 1000000) issued to the owner/operator of the construction activity for which I have been contracted to perform construction related professional services. Further, by my signature below, I understand that I am becoming a co -permit tee with the owner/operator of the facility for which I have been contracted to perform professional construction services. As a co-permittee, I understand that I, and my company, as the case may be, are legally accountable to the United States Environmental Protection Agency, to ensure compliance with the terms and conditions of the SWPPP. I also understand that the EPA enforcement actions may be taken against any specific co-permittee or combination of co-permittees if the terms and conditions of the SWPPP are not met. Therefore, having understood the above information, I am signing this certification and am receiving co- permittee status to the aforementioned general NPDES permit." Signature: Printed Name: Title. Business Address: Telephone No.: Date: 16 APPENDIX "B" SUBSURFACE INVESTIGATION REPORT SUBSURFACE INVESTIGATION For LUBBOCK INTERNATIONAL AIRPORT AIRCRAFT RESCUE AND FIREFIGHTING (ARFF) TRAINING FACILITY LUBBOCK, TEXAS Prepared for DELTA AIRPORT CONSULTANTS, INC. RICHMOND, VIRGINIA RABA-KISTNER CONSULTANTS (SW), INC. EL PASO, TEXAS PROJECT NO. AEA00-046-00 AUGUST 1, 2000 Italia-Kistner L Project No. AEA00-046-00 August 1, 2000 Delta Airport Consultants, Inc. 7333 Whitepine Road Richmond, Virginia 23237 Attn: Mr. John Longnaker, P.E. Re: Subsurface Investigation Lubbock International Airport ARFF Training Facility Lubbock,Texas Dear Mr. Longnaker: Engineers, Geologists, Hygienists and Environmental Scientists Raba Kistner Raba-Kistner Consultants (SW), Inc. 7002 Commerce, El Paso, TX 79915 (915)778-5233 - FAX (915)779-8301 e-mail: rkcisw 0 aol.com www.rkci.com Raba-Kistner (R-K) is pleased to submit this report of our subsurface investigation for the Lubbock International Airport — ARFF Training Facility in Lubbock, Texas. This report has been prepared for the use of Delta Airport Consultants, Inc. (Client), for design purposes in accordance with generally accepted geotechnical engineering practices. This report may not contain sufficient information for other parties or other uses. Ms. Susan E. Winslow P.E., representative of Delta Airport Consultants, Inc. authorized this study, pursuant to our proposal No. PEA00-012-00, dated January 14, 2000. We appreciate the opportunity to be of service to you on this project. If we may be of additional assistance on the materials testing -quality control program during the construction phase of the project, please call us. Respectfully submitted, RABA-KISTNER CONSULTANTS (SW), INC. Jaime Rojas, E.. ✓ Project Professional Geotechnical Engineering Arvel L. Willie Manager Building and Copies Submitted: Above (2) Delta Airport Consultants, Inc., Fort Worth, TX Office (1) Attn: Ms. Susan E. Winslow, P.E. H:\DATA\GEO\A00\046\aea00-046rep.doc jl 4 Raba K istw Austin - Brownsville - El Paso - Laredo - Las Cruces, NM - McAllen - Mexico - San Antonio Project No. AEA00-046-00 Delta Airport Consultants, Inc. August 1, 2000 TABLE OF CONTENTS Page 1.0 PROJECT DESCRIPTION........................................................................................... 1 2.0 SCOPE OF SERVICES................................................................................................ 1 3.0 SUBSURFACE EXPLORATION AND FIELD TESTS ................................................. 1 3.1 Soil Borings........................................................................................................ 1 4.0 LABORATORY TESTING............................................................................................ 2 4.1 Soil Classification Tests...................................................................................... 2 4.2 Laboratory California Bearing Ratio (CBR) Tests ............................................. 3 4.3 Soil Fertility Tests.............................................................................................. 3 5.0 GENERAL SITE CONDITIONS................................................................................... 3 5.1 Site Description................................................................................................. 3 5.2 Subsurface Soil Stratigraphy.............................................................................. 4 5.3 Groundwater....................................................................................................... 5 6.0 SUBGRADE CONDITIONS.......................................................................................... 5 6.1 Frost Affect......................................................................................................... 5 6.2 Potential Vertical Rise........................................................................................ 5 7.0 FOUNDATION ANALYSIS........................................................................................6 7.1 Structural Information .................................. { 7.2 Foundation Considerations and Preparation .......................... ......................... 6 8.0 FOUNDATION RECOMMENDATIONS 8.1 Conventional Spread and Continuous Foundations........................................7 8.2 Floor Slabs......................................................................................................7 8.3 Modulus of Subgrade Reaction.......................................................................8 9.0 FOUNDATION CONSTRUCTION GUIDELINES......................................................8 9.1 Site Drainage...................................................................................................8 9.2 Site Grading....................................................................................................9 9.3 Shallow Foundation Excavations....................................................................9 Raba-Kistner Project No. AEA00-046-00 Delta Airport Consultants, Inc. August 1, 2000 TABLE OF CONTENTS (Cont'd) Page 9.4 Reinforcement and Concrete Placement......................................................10 9.5 Excavation Equipment..................................................................................10 9.6 Site Preparation............................................................................................10 9.7 Structural Fill.................................................................................................11 10.0 PAVEMENT RECOMMENDATIONS....................................................................... 11 10.1 Pavement Structures.................................................................................... 11 10.1.1 Flexible Surface Course............................................................................. 12 10.1.2 Aggregate Base Course............................................................................. 12 11.0 PAVEMENT CONSTRUCTION CONSIDERATIONS .............................................. 13 11.1 Site Preparation.............................................................................................. 13 11.2 Site Grading.................................................................................................... 13 11.3 Drainage Considerations................................................................................ 13 11.4 Pavement Maintenance................................................................................. 14 12.0 LIMITATIONS........................................................................................................... 14 ILLUSTRATIONS Plate SiteLocation Map................................................................................................................ 1 Planof Borings.................................................................................................................... 2 Logof Borings............................................................................................................... 3-14 Keyto Symbols.................................................................................................................. 15 California Bearing Ratio Test Result................................................................................. 16 Soil Fertility Test Results..........................................................................................17 — 18 Raba-Kistner I' L Project No. AEA00-046-00 Delta Airport Consultants, Inc. August 1, 2000 1.0 PROJECT DESCRIPTION The project considered in this study consist of the construction of an Aircraft Rescue and Firefighting (ARFF) Training Facility at the Lubbock International Airport in Lubbock, Texas (see Plate 1, in the ILLUSTRATIONS section of this report). We understand that the proposed project site is located on a tract of land north of Independence Street, south of Taxiway J, and adjacent to the existing/abandoned training facility. We understand that the proposed new facility will contain a single and/or to two-story structure and compacted gravel roadway pavements. The proposed structure is expected to create relatively moderate loads to be carried by the foundation systems. Floor systems consisting of slabs on fill or at grade are expected to be preferred, provided soil -related potential vertical movements will not cause structural performance problems. Pavements for the project are anticipated to be subjected to primarily automotive and light truck traffic. 2.0 SCOPE OF SERVICES The broad objectives of this study were: To perform a subsurface investigation, to evaluate the engineering characteristics of the subsurface soils throughout the ARFF training facility project site. • To perform field tests and laboratory tests on selected soil samples to classify the subsurface soils. • To provide a geotechnical engineering report documenting our findings and laboratory test results. Our report also includes recommendations _. to guide design and construction of foundation systems and pavement structures for the project. 3.0 SUBSURFACE EXPLORATION AND FIELD TESTS 3.1 Soil Borings The subsurface conditions at the project site were evaluated by a total of 12 borings, drilled at the general locations shown on the aerial photograph, Plan of Borings, Plate 2, in the ILLUSTRATIONS section of this report. The boring locations shown on Plate 2 are approximate and were determined based on site plan provided by the Client. The boring locations were identified in the field by our geotechnical engineering staff. Page 1 of 14 Raba-Kistner Project No. AEA00-046-00 Delta Airport Consultants, Inc. August 1, 2000 The borings (B-1 through B-4 and B-6 through B-12) were drilled to a depth of approximately 10 ft. each, below the existing ground surface elevation at the time of our drilling activities. A single boring (B-5) was drilled within the proposed building location to an approximate 15 ft., below the existing ground surface elevation. The borings were drilled with hollow stem augers in accordance with ASTM D 420 procedures using a CME-75 truck -mounted rotary drilling rig. As part of our sampling procedures, 50 samples associated with Standard Penetration Tests (SPT) and a single bulk sample obtained from the auger cuttings were collected in the field for subsequent classification and laboratory testing to evaluate the subsurface soil conditions. Soil samples associated with SPT's were collected with split -spoon sampling techniques. Standard penetration test results are noted as "SPT N-Values" on the boring logs (see Plates 3 through 14 in the ILLUSTRATIONS section of this report), where "SPT N Value" refers to the number of blows required for a falling 140 pound (lbs.) hammer to penetrate 12-inches into the subsurface soils. The SPT's were performed in accordance with ASTM D 1586 and where hard subsurface soil conditions were encountered, the tests were terminated even if one foot of penetration had not been achieved. All borings were logged in the field and collected soil samples were visually classified during our drilling activities (see Plates 3 through 14). In addition to the above collected soil samples, a total of four (4) bulk subgrade soil samples were collected for subsequent laboratory testing. At the completion of our drilling operations ground water levels were noted (if observed) and the borings were backfilled with auger cuttings. In addition, the borings were stacked at the completion of our drilling operations, which we understand will be surveyed by others. At the time that this report was completed the survey information pertaining to our boring locations had not been provided to our firm. 4.0 LABORATORY TESTING 4.1 Soil Classification Tests Soil samples collected during our drilling activities were evaluated and visually classified by a member of our geotechnical engineering staff in general accordance with �... the Unified Soil Classification System (USCS). The geotechnical engineering properties Page 2 of 14 Raba-Kistner (� Project No. AEA00-046-00 1 Delta Airport Consultants, Inc. August 1, 2000 of selected soil samples for testing were evaluated by the following soil classification tests: oce, a m e u e Natural Moisture Contents D2216 13 Atterber Limit Tests D4318 8 Particle Size Analysis D 422/ D 4318 1 10 The results of our laboratory tests consisting of natural moisture contents, Atterberg limits and particle size analysis are presented in graphical or numerical form on the boring logs illustrated on Plates 3 through 14. A key to classification terms and symbols used on the boring logs is presented on Plate 15. The collected subsurface samples will be retained in our laboratory for 30 days after submittal of this report. Please notify us in writing prior to this time if longer storage arrangements are required. 4.2 Laboratory Califomia Bearing Ratio(CBR) Test The result of a single composite laboratory CBR test and moisture -density relationship test performed on collected bulk subgrade samples from Borings B-1 and B-10 are reported in Plate 16. A CBR value of about 26 percent and optimum density value of about 122 pcf were measured. The measured swell of the CBR test sample was about 0.85 percent. The tests were performed in general accordance with ASTM D-1883 and D-1557. � ix- k=- The reported results, by the Texas Agricultural Extension Service of the Texas A & M University System, of two composite native subgrade samples subjected to routine soil fertility tests are shown in Plates 17 and 18. 5.0 GENERAL SITE CONDITIONS 5.1 Site Description The proposed Aircraft Rescue and Firefighting (ARFF) Training Facility project site is located in the southeastern portion of the Lubbock International Airport in Lubbock, Texas. At the time of our study the project site was observed to be located on an undeveloped tract of land north of Independence Street, south of Taxiway J and east of Page 3 of 14 Raba-Kistner Project No. AEA00-046-00 Delta Airport Consultants, Inc. August 1, 2000 the existing airport maintenance facility. The site is located outside of aircraft flight zones and is primarily undeveloped land with native grasses, shrubs and trees. In general the project site contains a gentle vertical relief towards the northeast and access to the site is provided via a gravel road, which traverses the property. Utilities at the site consist of active and abandoned water and sewer lines. 5.2 Subsurface Soil Stratigraphy The subsurface stratigraphy at this site can be described by three (3) generalized strata. The lines designating the interfaces between strata on the boring log represent approximate boundaries. Transitions between strata may be gradual. Stratum I consists of relatively low plasticity, fine-grained, dark brown to tannish -brown sandy clay and/or clayey sands with varying amounts of organic material, calcareous material, fine gravel and traces of silty clay. These soils were encountered below the existing ground surface elevation at the time of our drilling activities in the borings and extending to a maximum depth of 10 feet. Soils in this stratum were encountered at a slightly moist to moist condition and at a soft to very stiff consistency or a very loose to dense relative density. Standard Penetration Test (SPT) values ranged from 2 to 45 blows per ft. of penetration. The tested liquid limit and plasticity index of these soils ranged from 21 to 29 and 5 to 15, respectively. -Based on grain size analyses, the percent fines (percent passing a No. 200 sieve) range from about 38 to 66 percent. These soils may be classed as CL or SC in general accordance with USCS. Stratum 11 consists of low plasticity, fine-grained, reddish -brown clayey sands with varying amounts of calcareous material and organic material. These soils were encountered below the Stratum I soil's described above and extending to depths ranging from 5 ft. to 15 ft. Stratum II soils were not encountered in Borings B-3, B-6, B-7, B-8, B-10 and B-12. Soils in this stratum were encountered at a slightly moist to moist condition and at a loose to very dense relative density with SPT values ranging from 10 to 58 blows per ft. of penetration. The result of a single Atterberg Limit test measured a liquid limit and plasticity index of 18 and 7, respectively. These soils may be classed as SC in general accordance with USCS. Stratum III consists of low plasticity, fine-grained, tannish -white to white - calcareous sands with clay and traces of organic material, fine gravel and gypsum. These soils were encountered below the Stratum I soil's described above and extending to depths ranging from 2-1/2 ft. to 10 ft. Stratum III soils were not encountered in Borings B-4, B-6, B-7, B-8, B-10 Page 4 of 14 IItalia-Kistner 17 Project No. AEA00-046-00 Delta Airport Consultants, Inc. August 1, 2000 and B-12. Soils in this stratum were encountered at a slightly moist condition and at a loose to dense relative density with SPT values ranging from 6 to 38 blows per ft. of penetration. The result of a single Atterberg Limit test measured a liquid limit and plasticity index of 26 and 14, respectively. These soils may be classified as SC in general accordance with USCS. 5.3 Groundwater Groundwater was not encountered or observed in the borings during or after the completion of our subsurface exploration study. The permanent groundwater table is believed to be below the planned depth of the proposed development. However, based on the encountered subsurface soil conditions water seepage may be observed beneath this site on a transient basis following periods of significant precipitation. 6.0 SUBGRADE CONDITIONS 6.1 Frost Affects Based on the results of the soil classification and in accordance with "Soil Frost Groups", table 2-4 of the US Department of Transportation. Federal Aviation Administration (FAA) Airport Pavement Design and Evaluation. 1995 (AC No.: 150I5320-6D), the existing surface soils may be group within the FG-3 to FG-4 soil groups. These soils are susceptible to frost affect if exposed to freezing temperatures. Based on the uDistribution of Design Air Freezing Indexes in the Continental U.S. map (see the above -mentioned reference), the design air freezing index for this area is about 200 degree days. The approximate depth of frost penetration in this area is about. 25 inches below the ground surface. 6.2 Potential Vertical Rise The anticipated ground movements at this site due to swelling of the underlying clayey soils were estimated using the Texas Department of Transportation, Method for determining the Potential Vertical Rise (PVR) Tex-124-E procedures. Total vertical movements were estimated to be on the order of less than a % inch to Y2 inch for the existing moisture conditions. Differential vertical movements typically may be estimated to be about one-half the expected total movement. Where localized subsurface clay deposits occur throughout the site, the differential movement due to volumetric changes within the clay soils structure may approach the total vertical movement. Our analysis was based on a maximum active zone of about 15 ft. and a surcharge pressure of about 1 psi. Page 5 of 14 Raba-Kistner Project No. AEA00-046-00 Delta Airport Consultants, Inc. August 1, 2000 This method of estimating expansive, soil -related movements is based on empirical correlations utilizing the measured plasticity indices and assuming typical seasonal fluctuations in moisture content. If desired, other methods of estimating expansive, soil - related movements are available, such as estimations based on swell tests and/or soil - suction analyses. However, the performance of these tests and the detailed analysis of expansive, soil -related movements was beyond the scope of the current study. It should also be noted that actual movements can exceed the calculated PVR values due to isolated changes in moisture content (such as due to leaks, landscape watering....) or if water seeps into the soils to greater depths than the assumed active zone depth due to deep trenching or excavations. 7.0 FOUNDATION ANALYSIS 7.1 Structural Information At the time this report was prepared, information relative to the projected structural loads was not available. Therefore, we have assumed maximum wall loads in the order of 3 kip per lineal foot and column loads of 70 kips for the proposed structure. In the event that the final loads vary significantly from the aforementioned, Raba-Kistner should be contacted immediately, so that further analyses can be made. 7.2 Foundation Considerations and Preparation Review of the borings and laboratory test data indicates that the factors discussed below will affect foundation design and construction at this site. • Based on our observations and our SPT results areas of the proposed project site are at a soft consistency. As a result, very loose _ subsurface soils will provide relatively low bearing capacity and potential for settlements. Therefore, we recommend that the native clayey soils supporting foundation elements be removed to a minimum depth of 12-inches and replaced with Structural Fill. The Structural Fill should meet the requirements of this report. The structural fill should be moisture conditioned and compacted to 95% of maximum dry density at t3% of optimum moisture as determined by ASTM D1557, below the planned foundation bearing depths. Subgrade soils supporting structural fill throughout the building footprint should be scarified to a depth of 8-inches. The soils should be stockpiled, processed, and moisture Page 6 of 14 IRaba-Kistner Project No. AEA00-046-00 Delta Airport Consultants, Inc. August 1, 2000 conditioned. The subgrade soils should be placed in lifts not to exceed 8-inches in loose thickness and compacted to a minimum of 90 percent of the maximum dry density as determined by ASTM D 1557 at +2% of optimum moisture. 8.0 FOUNDATION RECOMMENDATIONS The following recommendations are based on our observation of the site conditions, our SPT tests results located within the proposed building footprint, and our past experience with geotechnical conditions similar to those encountered at this site. Our engineering design analyses considered conventional spread and/or continuous foundations for the proposed building. Foundation systems designed in accordance with the recommendations given below will provide a factor of safety in excess of 2 with respect to the design soil shear strength, provided that the subgrade is prepared in accordance with the recommendations provided in this report. Total settlements are anticipated to be less than one -inch, provided that foundation widths are less than 6- feet in plan dimensions. Differential settlements typically are estimated to be about one-half the total estimated settlement for most subsurface conditions. However, differential movements across foundations may approach the magnitude of the total settlement if loose or soft soil deposits are encountered in some areas throughout the foundation footprint. 8.1 Conventional Spread and/or Continuous Foundations Conventional spread and/or continuous foundation may be used for the interior columns and load bearing walls of the proposed building. Foundations may be proportioned based on a net allowable bearing capacity of 2,000 pounds per square foot (psf). Foundations should bear at a minimum depth of 24-inches below the lowest adjacent finished grade and should have a minimum width of 18-inches. Foundation elements should be supported by a minimum of 12-inches of compacted Structural Fill. Structural Fill should be prepared in accordance with the �,. recommendations provided above. 8.2 Floor Slabs Concrete floor slabs for this project should be built on a minimum of 8-inches of moisture conditioned and compacted Structural Fill. The structural fill should be moisture conditioned and compacted to 95% of maximum dry density at f3% of optimum moisture as determined by ASTM D1557. Page 7 of 14 Raba-Kistner Project No. AEA00-046-00 Delta Airport Consultants, Inc. August 1, 2000 8.3 Modulus of Subgrade Reaction A modulus of subgrade reaction (k) of 150 psi/in. for compacted Structural Fill may be used in the design of concrete floor slabs. 9.0 FOUNDATION CONSTRUCTION GUIDELINES Construction guidelines for the subject project, are presented in the following sections. 9.1 Site Drainage Drainage is an important key to the successful performance of any foundation scheme. Positive surface drainage should be established prior to and be maintained during and after construction to prevent water from ponding within or adjacent to the foundation of '-- the proposed structure areas. When overexcavation and structural fill replacement is selected as a method to improve existing soil conditions at any site, considerations of surface and subsurface drainage - may be crucial to construction and adequate foundation performance of the soil - supported structures. Filling an excavation in relatively impervious days with relatively pervious fill material creates a "bathtub" beneath the structure, which can result in ponding or trapped water within the fill unless good surface and subsurface drainage is provided. Water entering the fill surface during construction or entering the fill exposed beyond the building lines after construction may create problems with fill moisture control during compaction and increased access for moisture to the underlying clays both during and f after construction. Several surface and subsurface drainage design features and construction precautions can be used to limit problems associated with fill moisture. These features and precautions may include but are not limited to the following: • Installing berms or swales on the uphill side of the construction area to divert surface runoff away from the excavation/fill area during construction; Sloping of the top of the subgrade with a minimum downward slope of 1.5 percent out to the base of a dewatering trench located beyond the building perimeter, Page 8 of 14 Italia-Kistner Project No. AEA00-046-00 Delta Airport Consultants, Inc. August 1, 2000 • Sloping the surface of the fill during construction to promote runoff of rain water to drainage features until the final lift is placed; • Sloping of the final, well maintained, impervious clay or pavement surface (downward away form the building) over the select fill material and any perimeter drain extending beyond the building lines, with a minimum gradient of 6-inches in 5 ft; • Constructing final surface drainage patterns to prevent ponding l and limit surface water, infiltration at and around the building perimeter, • Locating the water -bearing utilities, roof drainage outlets and irrigation spray heads outside of the select fill and perimeter drain boundaries; and Details relative to the extent and implementation of these considerations must be evaluated on a project -specific basis by all members of the project design team. Many variables which influence fill drainage considerations may depend on factors which are not fully developed in the early stages of design. For this reason, drainage of the fill should be given consideration at the earliest possible stages of the project. 9.2 Site Grading Site grading plans can result in changes in almost all aspects of foundation recommendations. We have prepared all foundation recommendations based on the encountered existing ground surface elevation and the stratigraphic conditions encountered at the time of our study. If site grading plans differ from existing grade, Raba-Kistner must be retained to review the site grading plans prior to bidding the project for construction. This will enable Raba-Kistner to provide input for any changes in our original recommendations which may be required as a result of site grading operations or other considerations. ` 9.3 Shallow Foundation Excavations Shallow foundation excavations should be observed by the Geotechnical Engineer or his representative prior to placement of reinforcing steel and concrete. This is necessary to verify that the bearing soils at the bottom of the excavations are similar to those encountered in our borings and that excessive loose materials and water are not present Page 9 of 14 Raba-Kistner Project No. AEA00-046-00 Delta Airport Consultants, Inc. August 1, 2000 in the excavations. If soft pockets of soil are encountered in the foundation excavations, they should be removed and replaced with a compacted non -expansive fill material or lean concrete up to the design foundation bearing elevations. 9.4 Reinforcement and Concrete Placement Reinforcing steel should be checked for size and placement prior to concrete placement. Placement of concrete should be accomplished as soon as possible after excavation to reduce changes in the moisture content or the state of stress of the foundation materials. No foundation element should be left open overnight without concreting. 9.5 Excavation Equipment Our boring logs are not intended for use in determining construction means and methods and may therefore be misleading if used for that purpose. We recommend that earth- work and utility contractors interested in bidding on the work perform their own tests in the form of test pits to determine the quantities of the different materials to be excavated, as well as the preferred excavation methods and equipment for this site. 9.6 Site Preparation Native subgrade soils that will support structural fill should be stripped of all vegetation, organic matters, topsoil, construction debris and/or any foreign matter. Exposed subgrade should be thoroughly proofrolled in order to locate and densify any weak, compressible zones. A minimum of 5 passes of a fully -loaded dump truck or a similar heavily -loaded piece of construction equipment should be used for planning purposes. Proofrolling operations should be observed by the Geotechnical Engineer or his representative to document subgrade condition and preparation. Weak or soft areas identified during proofrolling should be removed and replaced with a suitable, compacted structural fill in accordance with the recommendations presented in this report. If loose or soft soil deposits of subgrade soils are encountered in some areas throughout the foundation footprint, the exposed subgrade should be scarified just prior to fill placement to a minimum depth of 8-inches and recompacted to a minimum of 90 percent of maximum dry density determined by ASTM D 1557. The moisture content should be maintained within the range of +2 percentage points of the optimum moisture content. Subgrade soils compacted to more than +2 percentage points above the optimum moisture content may be accepted only after observation and approval by the project geotechnical engineer. Page 10 of 14 Raba-Kistner Project No. AEA00-046-00 Delta Airport Consultants, Inc. August 1, 2000 9.7 Structural Fill Structural fill materials should be granular and free of deleterious material, cobbles or boulders over 3 inches in nominal size. The structural fill should have a liquid limit less than 40 and a plasticity index less than 15. Soils classified in the following list according to the USCS can be considered satisfactory for use as select fill: SW, SP, SM, SC, SW-SM, SW -SC, SP-SM, SP-SC, SC-SM, GW, GP, GM, GC, GW-GM, GW-GC, GP -GM and GP -GC. However, if alternative materials are being considered for bidding purposes, the materials should be submitted to the Geotechnical Engineer for pre -approval. Failure to do so will be the responsibility of the contractor. Soils classified as CH, CL, MH, ML, OH, OL and PT under the USCS are not considered suitable for use as structural fill materials at this site. The Structural Fill should be moisture conditioned and compacted to 95% of maximum dry density at ±3% of optimum moisture as determined by ASTM D1557. Structural Fill should be placed in loose lifts not exceeding 8-inches in thickness and the moisture content of the fill .should be maintained until permanently covered. 10.0 PAVEMENT RECOMMENDATIONS The following recommendations are based on our experience with geotechnical conditions similar to those encountered at the site, our California Bearing Ratio (CBR) test result, and our engineering analysis in general accordance with the 1993 "Guide for the Design of Pavement Structures" by the American Association of State Highway and Transportation Officials (AASHTO). Assumed 18-kip Equivalent Single Axle Load (ESAL) value of 50,000 ESAL's was used in our engineering analysis for a design period of 20 years. Our engineering analysis considered a traditional flexible pavement section and a equivalent compacted crushed gravel pavement section. 10.1 Pavement Structures Based on our analysis of the data as indicated above, we recommend the following minimum thickness for the pavement section components: Page 11 of 14 Raba-Kistner Project No. AEA00-046-00 Delta Airport Consultants, Inc. August 1, 2000 Traditional Flexible Pavement Section ---,,;. �4cces's.anesndarkin rArea's A'.d' '� I xC�omponen�=x< Y 1p.fhicknessr ��,3' � M �..t......t i�H'K{lw�x•.nF3.�tS.c�4Aw. _.._.....mod �'C�. �?� v a. �. - _... _.. .�.... Hot -Mix Asphaltic Concrete 2 Crushed Stone Base 6 Compacted Subgrade 8 Compacted Crushed Gravel Pavement Section (E�! `Y,�.v> -� C'�i; • • • ti:d' *{ TnM3s .bz, -SSA*,}-lid �N�V�AAg``�'-i'.�yK't �irFs::i •. y'�.��yay-T�`rLia%','. i� 'iuw�k�^�('i6.fS'. � : ♦.�4N.""' RrK T. Yeq '�'C-y��"1��'�.%SA � `.s �/!D'fyiv �{i1 ^LSy,3��,"H'.':� ..�u _ 'i ;T' <i�.. III Crushed Stone Base Compacted Select-Fill- 10.1.1 Flexible Surface Course The requirements of Item P-401. Plant Mix Bituminous Pavements, of the Federal Aviation Administration (FAA) Manual AC 150/5370-10A Standard for Si2ecifying Construction of Airports, should be met when evaluating the quality and suitability of materials for use as bituminous surface course. As an alternative to the FAA pavement, Item 340, Type C Hot Mix Asphaltic Concrete Pavement, as specified in the Texas Department of Transportation "Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges" may be used for areas of non -airplane traffic. 10.1.2 Aggregate Base Course Base course materials should comply with the requirements of Item P-209. Crushed Aggregate Base Course, of the FAA document mentioned above. Base course materials should be compacted to a minimum of 100 percent of the maximum dry density as determined by ASTM D 1577 at t 3% of optimum moisture. As an alternative to FAA Item P209, Item 247, Type A, Grade 2, Flexible Base as J specked in the TxDOT "Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges" may be used for areas non -airplane traffic. Page 12 of 14 Raba-Kistner Project No. AEA00-046-00 Delta Airport Consultants, Inc. August 1, 2000 11.0 PAVEMENT CONSTRUCTION CONSIDERATIONS Construction guidelines for the subject project are presented in the following sections. 11.1 Site Preparation Natural subgrades to receive treated subgrade soils should be stripped of all vegetation, organic matter, construction debris and any foreign matter. The exposed subgrade should be scarified to a minimum depth of 8 inches and recompacted to a minimum of 90 percent of the maximum density as determined by ASTM D 1557 laboratory compaction procedures. The moisture content of the subgrade should be maintained within +2% of the optimum moisture content until permanently covered. Subgrade soils compacted I more than two percentage points above the optimum moisture content may be accepted only after observation and approval by the project geotechnical engineer. Site preparation, in general, should meet items P-151 and P-152 of FAA AC 150/5370-10A. 11.2 Site Grading Site grading plans can result in changes in almost all aspects of pavement recommendations. We have prepared all recommendations based on the encountered existing ground surface and the stratigraphic conditions encountered at the time of our study. If site grading plans differ from existing grade, Raba-Kistner must be retained to review the site grading plans prior to bidding the project for construction. This will enable Raba-Kistner to provide input for any changes in our original recommendations which may be required as a result of site grading operations or other considerations. 11.3 Drainage Considerations As with any soil -supported structure, the satisfactory performance of a pavement system is contingent on the provision of adequate surface and subsurface drainage. Insufficient drainage which allows saturation of the pavement subgrade and/or the supporting granular pavement materials will greatly reduce the performance and service life of the pavement systems. Surface and subsurface drainage considerations crucial to the performance of pavements at this site include (but are not limited to) the following: 1) Any known natural or man-made subsurface seepage at the site which may occur at sufficiently shallow depths as to influence moisture contents within the subgrade should be intercepted by drainage ditches or below grade French drains. Page 13 of 14 Raba-Kistner No Text Project No. AEA00-046-00 Delta Airport Consultants, Inc. August 1, 2000 Final site grading should eliminate isolated depressions adjacent to curbs which may allow surface water to pond and infiltrate into the underlying soils. Curbs should be installed to sufficient depth to reduce infiltration of water beneath the curbs. . 2) Pavement surfaces should be maintained to help minimize surface ponding and to provide rapid sealing of any developing cracks. These measures will help reduce infiltration of surface water downward through the pavement section. 11.4 Pavement Maintenance Differential movements should be anticipated for any pavement on native subgrade. This movement may result in cracking of the paved surfaces. A routine maintenance program may be required to reduce the loss of traffic loading capacity. Although we have provided recommendation to retard reflective cracking, it is anticipated that reflective cracking will occur in a hot mixed asphalt overlay at some time in the future. Such cracks should be sealed immediately after occurrence and re -sealed as required as part of a regular maintenance program. 12.0 LIMITATIONS The recommendations submitted in this report are based on: 1) the data obtained from 12 field borings drilled on the subject site; 2) our understanding of the project information provided to us by the Client; and 3) the assumption that the proposed finished grade elevation will not vary significantly. If the project information described in this report is incorrect, is altered, or if new information becomes available, we should be retained to review, and if necessary, modify our recommendations. This report may not reflect the exact variations of the subsurface conditions across this site. The nature and extent of variations across the site may not become evident until construction commences. If variations then appear evident, Raba-Kistner should be contacted immediately. It may be necessary to reevaluate our recommendations after ` performing on -site observations and tests to establish the engineering significance of such variations. The scope of our geotechnical engineering study does not include an environmental assessment of the property's air, soil or water conditions either on or adjacent to the site. No environmental opinions were prepared for or presented in this report. Page 14 of 14 Raba-Kistner ILLUSTRATIONS Raba-Kistner gal In 17TIAT-itil" .._ . r-.-.......w.w........ ..-......... .--.... - ... ...w....-..... ..., - - . t .. . .. M � -t.�r fT -Y'�- t 8t•♦ r -•5j _ -- .. , ^ xi _i �flfciazr . ,w�.: :'4z�.,�Y.. i_ e�y,rtc . "-4i' . ... .. $. `.,, w .� � ,/� te����� w.- 3 � . . - ._aat .,ij A.:.. arRrDJk��;at s� .a{•c �{.. �..'b,. •b.' �' ��"t� .. . d%S, `� x`i r �� q _Y � t 1 i � f }}+� > � It �`;��-�_ f-,. vti_ �� ic,, it •, �� ,- � E ' r� �f; i ., II, �' :< .��J� � '� •� Log of Boring Project: Subsurface Investigation - ARFF Training Facility Project Number: AEA00-046-00 Client: Delta Airport Consultants, Inc. Boring Number: B-1 Location: Lubbock International Airport Logger: Raba-Kistner Boring Location: See Plan of Borings - Plate 1 Begin Date: 7/1 1 /00 Drilling Method: CME-75 w/4" I.D. HSA End Date: 7/1 1 /00 Remarks: Depth/Elev. v) a E (n — A Description USCS C �in o nAaN# Cd mmpFeet Test Results Moisture Content % Pl. i SPT N-Value 10 20 30 40 50 LL 0 SAND, Fine Grained, Clayey, Brown, Loose to Medium Dense, Moist with fine gravel sc 72.s 37.5 ' and organic material i 5 '` .. ......... ............ .......... ....... .. CLAY, Sandy, Tannish -Brown, Very Stiff, Moist with calcareous material ; t• .l •.f I ( t 10 .. ...................... SAND, Fine Grained, Clayey, Reddish -Brown, Medium Dense to Very Dense, Slightly Moist to Moist with calcareous ` i ` material i - calcareous material at 10 to 11-1 /2 feet (N = 58) ` 15 c i ( 1 i 20 I 25 30 Water Depth Not Encountered on 7/11/00 Project Professional: JR Water Depth - on - Project Manager: ALW Data File: AEA00046 Plate Number: 3 Rahn-Kictnar r nnc(dtants Inr _ Log of Boring Project: Subsurface Investigation - ARFF Training Facility Project Number: AEA00-046-00 Client: Delta Airport Consultants, Inc. Boring Number: B-2 Location: Lubbock International Airport Logger: Raba-Kistner Boring Location: See Plan of Borings - Plate 1 Begin Date: 7/1 1 /00 Drilling Method: CME-75 w/4" I.D. HSA End Date: 7/1 1 /00 Remarks: N d C N C y Test Results Depth/Elev. Feet n E _ m C/') Description USCS a 6 MO vy to aaO0 Moisture Content % • a rn rn z it LL C PL SPT N-Value ® 10 20 30 40 50 u Cr � 0 .................... ............................ :. :. CLAY, Sandy,Brown, Medium C Stiff, Slightly Moist with U. organic material, fine gravel J ' and clayey sands cc 5 "a'. - tannish -brown with 0. calcareous material below 5 LU feet in .......... SAND, Fine Grained, Clayey, L„ m Reddish -Brown, Medium Dense, o Slightly Moist to Moist with z 10 calcareous material D 0 0 J z 15 it O CO w in w N 20 C z 25 30 Water Depth Not Encountered on 7/1 1 /00 Project Professional: JR Water Depth - on - Project Manager: ALW Data File: AEA00046 Plate Number: 4 Raba-Kistner Consultants, Inc. Log of Boring Project: Subsurface Investigation - ARFF Training Facility _ Project Number: AEA00-046-00 Client: Delta Airport Consultants, Inc. _ Boring Number: B-3 Location: Lubbock International Airport Logger: Raba-Kistner Boring Location: See Plan of Borings - Plate 1 Begin Date: 7/1 1 /00 Drilling Method: CME-75 w/4" I.D. HSA End Date: 7/1 1 /00 Remarks: Test Results Depth/Elev. Feet N a E _ c°np Descrip tion uscs C > io Q. o C m y u' Ao 0. o Moisture Content % 0 I i cn N LL PL SPT N-Value 10 20 30 40 50 t 0 ................................... ............ CLAY, Sandy, Brown, Medium t Stiff, Moist with organic t 1 14material, traces of calcareous material and 22} clayey sands t .a .: i 5 """ CLAY, Sandy, Tannish -Brown, CL 91.7 66.4 i Soft to Very Stiff, Moist t L with traces of calcareous U. material and organic material c ' - calcareous material at A 8-1/2 to 10 feet (N=41) 10 i i c c c c 15 i t t i t i 20 1 25 30 Water Depth Not Encountered on 7/1 1 /00 Project Professional: JR Water Depth - on - Project Manager: ALW Data File: AEA00046 Plate Number: 5 Raba-Kistner Consultants, Inc. Log of Boring Project: Subsurface Investigation - ARFF Training Facility _ Project Number: AEA00-046-00 Client: Delta Airport Consultants, Inc. _ Boring Number: B-6 Location: Lubbock International Airport _ Logger: Raba-Kistner Boring Location: See Plan of Borings - Plate 1 Begin Date: 7/11/00 Drilling Method: CME-75 w/4" I.D. HSA End Date: 7/1 1 /00 Remarks: Test Results Depth/Elev. Feet a .o �� Description USCs AN Q. 0o ao Moisture Content % • F m o u # PL LL t SPT N-Value 10 ® 20 30 ; 40 50 0 .................... Y;.......................... . LAY C, Sand Brown, Soft, Dr i to Slightly Moist with organic L material and traces of ":: calcareous material and CL-ML • } '.�'`. clayey sands ` - silty clay at 2-1 /2 to 4 "r'... feet L 5 ................................................... SAND, Fine Grained, { Calcareous, Clayey, Tannish -White, Loose, Moist with traces of gypsum { I• t 10 ` i; t c c c 15 i t a , I , i 20 25 30 Water Depth Not Encountered on 7/1 1 /00 Project Professional: JR Water Depth - on - Project Manager: ALW Data File: AEA00046 Plate Number: 8 Raba-Kistner Consultants, Inc. Log of Boring Project: Subsurface Investigation - ARFF Training Facility _ Project Number: AEA00-046-00 Client: Delta Airport Consultants Inc. — Boring Number: B-7 Location: Lubbock International Airport _ Logger: Raba-Kistner Boring Location: See Plan of Borings - Plate 1 Begin Date: 7/12/00 Drilling Method: CME-75 w/4" I.D. HSA End Date: 7/12/00 Remarks: m C C a7 Test Results Depth/Elev. Feet d a 0 o m rn Description uscs U A`n 0-0 N cn m0 a 0 Moisture Content % • cn in �,= o PL i I t.L i SPT N•Value ® 10 20 30 40 50 _ 0 CLAY, Sandy, Brown, Medium 46 0 Stiff to Stiff, Slightly Moist L with organic material and clayey sands at the surface Ct_ 65.8 ••_ C ................... ................ C 5 SAND, Fine Grained, c Calcareous, Tannish -White to White, Medium Dense, Moist g r}: with clay gravelly from 5 to 7 feet a f t 10 { t t t 15 i { t , c t 1 , 20 I , 25 30 Water Depth Not Encountered on 7/12/00 Project Professional: JR Water Depth - on - Project Manager: ALW Data File: AEA00046 Plate Number: 9 Rahn-Kistner rnnsultantS_ Inc. Log of Boring Project: Subsurface Investigation - ARFF Training Facility Project Number: AEA00-046-00 Client: Delta Airport Consultants, Inc. Boring Number: B-10 Location: Lubbock International Airport Logger: Raba-Kistner _ Boring Location: See Plan of Borings - Plate 1 Begin Date: 7/12/00 Drilling Method: CME-75 w/4" I.D. HSA End Date: 7/12/00 Remarks: y C rn m C u Test Results Depth/Elev. Feet a m o m �� Description Uscs mN a0 m0 n 0 Moisture Content % • rn j LL PL SPT N-Value 10 20 30 40 50 0 CLAY, Sandy, Brown, Medium Stiff, Slightly Moist with L organic material and clayey sands .. .. ................. f SAND, Fine Grained, C Calcareous, Tannish -Brown, 5 =_: Medium Dense, Moist with cL 88.7 53.5 i clay and traces of organic material clayey at 5 to 6-1/2 feet L c 10 -- t t t t t t 15 j t t i t 20 I I 25 30 Water Depth Not Encountered on 7/12/00 Project Professional: JR Water Depth - on - Project Manager: ALW Data File: AEA00046 Plate Number: 12 Raba-Kistner Consultants, Inc. CALIFORNIA BEARING RATIO DATE: 07/24/2000 PROJECT NO: AEA00-046-00 PROJECT: Subsurface Investigation - SAMPLE LOCATION: Composite Sample ARFF Training Facilty CLIENT: Delta Airport Consultants, Inc. SOIL DESCRIPTION: SAND, Clayey, Fine Grained, Tannish -Brown to Brown with calcareous material PENETRATION AND NORMAL STRESS DATA t_ t Penetration Reading (in) Load Reading Load Lbs Stress (psi) 0 0 0 0 0.010 2 58 19 0.020 3 87 29 0.030 6 174 58 0.040 10 290 96 0.050 19 551 183 0.060 24 696 231 0.070 27 783 260 0.080 30 870 289 0.090 32 928 308 0.100 34 986 328 0.150 38 1102 366 0.200 41 1189 395 0.250 43 1247 414 0.300 46 1334 443 0.350 49 1421 472 IMOISTURE -DENSITY RELATION OF SOILS Trial No. Moisture percent Dry Density pcf 1 9.1 119.6 2 11.0 121.9 3 12.9 118.2 4 1 15.2 1 112.2 Maximum Density (pcf) 121.9 lOpUm.Moist.Content (%) 10.8 500 450 400 350 N 300 a N 250 in 200 150 too 50 0 0 0.1 0.2 0.3 Penetration Reading (in.) 125 123 u CL 121 c 119 117 115 13.2 14.3 16.2 17.2 Moisture Content,(•h) Compaction Dry Density Moisture Content Dry Density Moisture Content CBR CBR Effort Prior to Soaking Prior to Soaking After Soaking After Soaking Swell at 0.1" at 0.2" (Blows/layer) (pcf) (%) (pof) (%) (%) Pen. Pen. 30 118.6 10.7 113.9 15.3 0.84 26 28 LABORATORY TEST PROCEDURES : ASTM D-1557, D-1883 H:DATA\GEO\A00\046\AEAOo-046cbr-composite samplAs Plate 16 Raba-Kistner SvtL' 1ES`i RLPOR? TEXAS AGRICULTURAL EXTENSION SERVICE -- THE TEXAS A & M UNIVERSITY SYSTEM SOIL TESTING LABORATORY, COLLEGE STATION TX. 77843 DR. TONY PROVIN LAB DIRECTOR (409)B•45-4816 DATE RF;CFIVrr) : 7/",q/0i) DATE PROCESI ED : 071261oo C'U[IN1'Y I,t-iRRIx:K CUUNTY4: 303 LAR 8 2 143. ISAMFLE ID# B-1 --- - ------------- SOIL ANALYSIS --------------------------------------------------- (SOIL TEST RATINGS - PPM ELEMENT (AVAILABLE FORM)) --- ------------------------------------------------------------------------------------- PH NITRATE- PHOSFHO- IMAGNESIUMISALINITYI I ------------ ACIDITY I ---------------------------------- N + RUS (FOTASSIUMICALCIUM ZINC IRON IMANGANESEI COPPER I SODIUM ISULPHUk I PORON I 5�KALINE 2842 1HIGH 417. _ I VERLOW MODERATEI I 13HIGH VERY ( NONE I I i MUDERA'1'EI HIGH I H1GHC71 ALMIL HVERY IGH (PPM X 2 = LBS/ACRE 6 INCHES DEEP) CROP AND YIELD RANGE: NO CROP GIVEN FURTHER INFORMATION AND ASSISTANCE CAN BE OBTAINED FROM YOUR COUNTY EXTENSION AGENT 3TANLEY YOUNG 1418 AVE. G LUBBOCK TX. 79401 A % GRGANIC MSER._---- r as m 00 ITB #00-196, Addendum #1 City of Lubbock PURCHASING DEPARTMENT ROOM L04, MUNICIPAL BUILDING 1625 13T" STREET LUBBOCK, TEXAS 79401 PH:(806)775-2167 FAX:(806)775-2164 hftp://purchasing.ci.lubbock.tx.us ADDENDUM #1 ITB #00-196 Construct Aircraft Rescue & Fire Fighting Training Facility MAILED TO VENDOR: September 8, 2000 CLOSE DATE: September 19, 2000 @ 2:00 p.m. The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Amended Specifications and Plans are appended as Attachment 1 of this document. 2. Questions and Answers are appended as Attachment 2 of this document. 3. Revised Plan Sheets P7, P8, P9, P17, P25, P74, P75, and P76 are appended as Attachment 3 of this document.. All requests for additional information or clarification must be submitted in writing and directed to: Questions may be faxed to: or Email to: OD-196ad1.doc Helen Burns, Buyer City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 (806)775-2164 Hbums@mail.ci.lubbock.tx.us THANK YOU, CITY F LUBBOCK Helen Bums Buyer PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID. ATTACHMENT 1 AMENDED SPECIFICATIONS AND PLANS FOR CONSTRUCTION AIRCRAFT RESCUE AND FIREFIGHTING FACILITY LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS CITY OF LUBBOCK ITB #00196 AIP PROJECT NO. 3-48-0138-22-00 DELTA PROJECT NO. TX 00103 ADDENDUM NO. ONE (1) CONSTRUCT AIRCRAFT RESCUE AND FIREFIGHTING TRAINING FACILITY LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS AIP PROJECT NO. 3-48-0138-22-00 DELTA PROJECT NO. TX 00103 September 8, 2000 From: Delta Airport Consultants, Inc. 7333 Whitepine Road Richmond, Virginia 23237 To: All Bidders of Record This Addendum is hereby made a part of the contract documents and specifications of the. above referenced project. All other requirements of the original specification shall remain in effect in their respective order. Acknowledge receipt of this addendum by inserting its number and date in the proposal form. a•""r "-" •a �'"1 .... . .r.....••.::• -1- TX00103C043.AD 1 ADDENDUM NO. ONE (1) GENERAL 1. Anywhere in the Contract Documents that the word "proposal" is used it should be replaced with the word "bid". BID SUBMITTAL No changes SPECIFICATIONS VOLUME 1 OF 2 2. REVISE Section 10, Paragraph 10-41 to read: 10-41 BID - the written offer of the bidder (when submitted on the approved Bid Submittal form) to perform the contemplated work and furnish the necessary materials in accordance with the provisions of the plans and specifications. VOLUME 2 OF 2 3. ADD TO Section 05500 Fabricated Metalwork and Castings; 2.11 Aluminum Grating C. Foot Traffic Grating 2. Material: "b. Grating for the water recycle tank and platform shall be at a minimum IKG Industries Type CM1, close mesh, 2 % - inch depth, 3/16-inch thick, bearing bars 7/16-inch on center, with a deflection not to exceed 5/16-inch for a 10 feet maximum span and a 100 psf loading or equal." 4. ADD TO Section 2200 Earthwork; 2.7 Structural Fill, B. Structural fill shall be 1-inch minus crushed gravel or crushed rock, free from dirt, clay, or organic material, well -graded from coarse to fine and containing sufficient fines to bind material when compacted, but with maximum 8 percent by weight passing No. 200 sieve. 5. ADD TO Satin 08800 Glazing; 2.2 Glazing Materials "B Color of tint shall be 20% Grey or as approved by the Engineer/Architect". -2- TX00103C043.AD1 58 ¢F[ : C. ADDENDUM NO. ONE (1) PLANS 6. Sheet 18 of 98 (P7) - REVISE Section F to clarify note as shown on revised Sheet 18 of 98 contained in Attachment 3. 7. Sheet 19 of 98 (P8) - REVISE Section A and E and Detail 1 to clarify slab thickness as shown on revised Sheet 19 of 98 contained in Attachment 3 8. Sheet 20 of 98 (P9) - REVISE Section D to clarify angle anchors 9 as shown on revised Sheet 20 of 98 contained in Attachment 3 9. Sheet 28 of 98 (P17) - REVISE Detail 2 to clarify structural member sizing as shown on revised Sheet 28 of 98 contained in Attachment 3 10. Sheet 36 of 98(P25) - REVISE Section A to clarify conical sections as shown on revised Sheet 36 of 98 contained in Attachment 3 11. Sheet 85 of 98 (P74) - REVISE Second Floor Framing Plan to clarify sheathing attachment detail as shown on revised Sheet 85 of 98 contained in Attachment 3 12. Sheet 86 of 98 (P75) - REVISE Section A to clarify dimension as shown on revised Sheet 86 of 98 contained in Attachment 3 13. Sheet 87 of 98 (P76) - REVISE Section A to clarify rebar details as shown on revised Sheet 87 of 98 contained in Attachment 3 14. Sheet 89 of 98 (P78) - DELETE Note 1 under "Grating Notes". - 3 TX00103C043.AD1 ADDENDUM NO. ONE (1) ATTACHMENT 2 QUESTIONS AND ANSWERS FOR CONSTRUCT AIRCRAFT RESCUE AND FIREFIGHTING TRAINING FACILITY LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS CITY OF LUBBOCK ITB #00196 AIP PROJECT NO. 3-48-0138-22-00 DELTA PROJECT NO. TX 00103 TX00103C043. AD I ADDENDUM NO. ONE (1) 1. QUESTION: In the specifications, sec 15445 par E the water closet is a wall hung with flush valve requiring a 1" water supply. On sheet 83 note and cold water piping schematic it shows to rough in %" water. Is it a tank type toilet or is the line size too small?" ANSWER: The piping shown is a general arrangement. All piping is to be installed in accordance with local code. The contractor shall determine the final location and configuration of the required piping to install fixtures, equipment, and floor drainage. The flush fixture specified requires a 1-inch water supply, therefore the contractor is required to rough in a 1-inch water supply line for the valve. 2. QUESTION: Aluminum Grate support beams are not sized and are not located for the influent basin, oil/water separator basin, overflow basin or the water recycling tank. Grate width cannot exceed 3'-0" by general note, page 89 (P-78) Note Number 1. The 3' width requires us to install several support beams in these pits, but they are not shown, sized and/or called out in any way. ANSWER: Delete General note Item 1. Refer to specifications section 05500 Fabricated Metalwork and Castings 2.11 Aluminum Gratings. 3. QUESTION: The grid steel on Page 32 calls out the length and width but does not call out thickness. ANSWER: The grid steel thickness (3/4 inch) is specified in Section 05500 3.8 Mockup B. Grid Steel. 4. QUESTION: Expanded metal for wheel covers calls for 5/8" thick expanded metal. I assume that is over all thickness of expanded metal and any type of expanded metal with a overall thickness of 5/8" will be acceptable. ANSWER: Expanded metal used in the mockup is specified in section 05500 3.8 Mockup A. General Fabrication. -1- TX00103C043.AD1 ADDENDUM NO. ONE (1) 5. QUESTION: Anchor bolts for equipment - no anchor bolt call outs or locations provided. ANSWER: Anchor bolt requirements are included in the specifications. Sizes are as specified by the equipment supplier. 6. QUESTION: Page 52 - Are the valve boxes, ignitor boxes, and inspirator boxes fabricated from Stainless steel or carbon steel? ANSWER: These boxes are fabricated from mild steel 7. QUESTION: No information on type of connection between fire hydrant and 4" SST pipe, page 54 Dtl. 3 ANSWER: The standard hydrant connection is a threaded NPT. It is up to the contractor to purchase the hydrant with the end connection SST fitting he/she plans to use. 8. QUESTION: Page 43 (P32) - General note call out 31x31x3' utility at each connection on the 3" dual wall pipe no utility box details furnished. Locations not shown. ANSWER: General utility box details are provided in Electrical Manhole/Handhole Detail 1 Sheet P64. An addendum will clarify that the note on Sheet P32 refers to this detail. The note indicates the general location. The final location will be determined in the field by the engineer. 9. QUESTION: Are windows to be sliding windows or swing out, and what type of glass is required? ANSWER: The windows are horizontal sliders. The front window has two sliding sections, one on each side, that will open about 1 foot 9 inches each, a 4 foot wide slider at the rear, and a 6 foot slider on the platform side at the front. Glass type is in spec Section 08800 2.2, laminated safety glass is specified. The glass shall be provided with 20% gray tinting. - 2 - TX00103C043.AD1 ADDENDUM NO. ONE (1) 15. QUESTION: What constitutes unsuitable material? ANSWER: In accordance with Item P-152-1.3 "Unsuitable Excavation", unsuitable excavation is any material which is determined by the Engineer to be unsuitable. Any material containing vegetable or organic matter, such as muck, peat, organic silt, or sod shall be considered unsuitable for use in embankment construction. Material, when approved by the Engineer as suitable to support vegetation, may be used on the embankment slope. Material which is saturated may not be unsuitable if when aerated or dried it would be acceptable for subgrades or embankments. 16. QUESTION: Will high in -place moisture content be grounds for classifying a material unsuitable? ANSWER: No. The Engineer will determine if the material is suitable or unsuitable based upon the physical properties of the material (e.g., liquid limits, plastic limits, CBR, etc.) High in -place moisture content will not be grounds for determining material to be unsuitable. The Contractor shall be responsible for proper handling and drying of all material. 17. QUESTION: Will there be a minimum time limit established in which the Contractor is required to attempt to dry any wet material, after which, if these efforts are unsuccessful, the material will be considered unsuitable? ANSWER: No. 18. QUESTION: Will the Contractor be required to spread topsoil in the cut section at the completion of the project? ANSWER: Yes. In accordance with Item P-152-2.10 "Topsoil", the Contractor shall be required'to spread topsoil in the cut areas There will be no separate measurement for payment for the handling and placing of the topsoil. The Contractor should note that the final grades shown on the plans are finished grades, thus requiring additional excavation (no pay item) to compensate for the layer of topsoil. -4- TX00103C043.AD1 ADDENDUM NO. ONE (1) 19. QUESTION: Will the Contractor be paid twice if he has to stockpile and handle excavation material twice? ANSWER: No. In accordance with Item P-152-3.1 "Method Of Measurement", separate measurement shall not be made for stockpiled materials. The quantity of excavation to be paid for shall be the number of cubic yards of excavation measured in its original position. 20. QUESTION: If unsuitable material is encountered above final grade, will payment for excavation of the unsuitable material be made under unsuitable excavation or unclassified excavation? ANSWER: Unclassified excavation. 21. QUESTION: Will any additional compensation be made for adverse field conditions such as excavation and/or trenching through rock? ANSWER: No. All bidders should examine the site and satisfy themselves as to the field conditions before submitting their bid. 22. QUESTION: Is the Contractor responsible for construction layout -and staking? ANSWER: Yes. In accordance with Section 50-06 "Construction Layout and Stakes", the Engineer shall furnish the Contractor with horizontal and vertical control only in the form of bench marks, and the Contractor must furnish all additional stakes for the layout and construction of the work and preserving all stakes and benchmarks through the duration of the project. 23. QUESTION: Will the Contractor be responsible for subgrade acceptance testing? ANSWER: No. The Owner will provide the personnel to complete the required acceptance testing. However, the Contractor will be responsible for his own quality control testing. Acceptance testing will not be performed as a quality check for the Contractor. Any failed - 5 TX00103C043.AD1 ADDENDUM NO. ONE (1) cceptance test shall be billed to the Contractor. Reference is directed to Section 100 for the Contractor's Quality Control Requirements. 24. QUESTION: Can a Contractor perform his own geotechnical investigation? ANSWER: Yes. The Contractor shall contact and coordinate with the Owner prior to mobilizing to perform any geotechnical investigation. The Contractors are encouraged to perform these additional investigations. 25. QUESTION: Is the Contractor responsible for repair to utilities in service which are damaged by the Contractor's men or equipment? ANSWER: Yes. 26. QUESTION: Are the DBE (Disadvantaged Business Enterprise) percent participation figures goals or requirements? ANSWER: The DBE percent participation figure of 10% is a goal which the Contractor shall make a good faith effort to obtain. The Contractor will be required to submit evidence of good faith effort with the proposal. The Owner encourages the Contractor to utilize DBE subcontractors wherever practical. 27. QUESTION: Will Davis Bacon wage rates be required on this project? ANSWER: Yes. All affected Contractor personnel and all subcontractors should be placed in one of the wage rate classifications included in Section 120 of the specifications. The Contractor may submit a request for a classification with supporting wage documentation if necessary. 28. QUESTION: Will the resident project representative's field office and associated equipment be measured for payment? ANSWER: No, this item shall be incidental to the project, and there will be no separate measurement or payment for this item. - 6 TX00103C043.AD1 ADDENDUM NO. ONE (1) 29. QUESTION: When will the project notice -to -proceed be issued? ANSWER: Upon successful completion of the FAA grant, construction contract and project submittals, the notice -to -proceed is anticipated for early 2001. 30. QUESTION: What permits are required to commence construction? ANSWER: The permits required shall be procured by the Contractor prior to the implementation of construction. The Contractor shall coordinate which permits are required with the City of Lubbock, and State of Texas. 31. QUESTION: Are there any equipment height restrictions? ANSWER: Yes. Equipment shall conform to the heights and distances specified in Section 130 "Airport Safety Requirements During Construction". Any equipment or objects penetrating the Part 77 imaginary surfaces shall be coordinated in advance with the Engineer. Obstructions penetrating the Part 77 surfaces shall be marked and/or lighted in accordance with FAA guidelines. 32. QUESTION: Will 10 percent retainage be required? ANSWER: Yes. The FAA 10 percent retainage policy outlined in Section 90-06 "Partial Payments" will apply on this project. 33. QUESTION: Do the contract documents allow for any adjustment in contract time due to unusually adverse weather conditions? ANSWER: Yes. As outlined in Section 80-07 "Determination and Extension of Contract Time", there are provisions in the contract documents for adjustment in contract time due to unusually adverse weather conditions. This is a calendar day contract, therefore, it is anticipated that overtime and weekend work will be required to complete the project within the allotted contract time. Timely completion of the work is essential to the Owner. - 7 TX00103C043.AD1 ADDENDUM NO. ONE (1) 34. QUESTION: Will the Contractor be required to reseed areas of the project which yield a sparse cover from initial seeding? ANSWER: Yes. The Contractor will be responsible for obtaining a "good stand of grass with regard to color and density". No additional compensation will be made for overseeding. 35. QUESTION: How will payment be made for work completed before the construction notice -to -proceed? ANSWER: Payment can only be made for stored materials prior to the construction notice -to -proceed. Specifications Section 90-07, "PAYMENT FOR MATERIALS ON HAND" addresses the requirements for receiving payment for stored materials. No payment will be made for design and submittal time until the effective construction notice -to -proceed date. 36. QUESTION: Who certifies DBE Contractors? ANSWER: The U. S. Department of Labor and the Texas State Department of Transportation have lists of current DBE Contractors. On a case by case basis, the Owner can certify a DBE Contractor for work on this project only, as defined in Appendix A of 49 CFR Part 23, Regulations of the Office of the Secretary of Transportation. 37. QUESTION: Can bond forms from Surety companies be used in lieu of documents in specifications? ANSWER: Yes, as long as they "say" the same thing. 38. QUESTION: Do the bid item prices have to be written out long hand on the proposal? ANSWER: The proposal shall be completed in accordance with Section 20-07 "Preparation of Proposal". The bidder shall state the price (written in ink or typed) both in words and numerals. 39. QUESTION: Will the Contractor be required to provide a 10-year employment history on all personnel working within the security fence of the Airport? - 8 TX00103C043.AD1 ADDENDUM NO. ONE (l) ANSWER: No. A to -year employee history is only required for personnel that apply for an airport Security badge. All personnel working within the Security fence must obtain a badge or be under the direct Supervision 0£ a person with a badge. END Or QUESTIONS AND ANSWERS � 001 @cam «D! ADDENDUM NO. ONE (1) ATTACHMENT 3 REVISED PLAN SHEETS FOR CONSTRUCT AIRCRAFT RESCUE AND FIREFIGHTING TRAINING FACILITY LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS CITY OF LUBBOCK ITB #00196 AIP PROJECT NO. 3-48-0138-22-00 DELTA PROJECT NO. TX 00103 TX00103C043.AD1 r� NOTE, FAB FROM MN %- 302 SST PLATE AND SST SHAPES A P -FAN r so vux .'. SS301 X[Q ... :b o• e o i:• qA EPDXY ITYP) 'b •t ANCHOR SECTION n r•r•o' — MELD SECTONS e e EL nA,AI R • r So TuK SE © sslo7 SE[ — •• .¢ :b ".01A EPDXY ITYPA ..'I. o :b SECTION r-r-Q• r HOLE. if TO -o [L 114.41 r-D- r-{•. TYP � T { IN SO TUBE S SPac D[ouALLT �� r•{- TYP S'/e r MOLE. TYP EL n3.0l L69.'//..6• LONG. {;cm EQUALLY 3• SPACED ATE WEN M f FOR I'll . LENGTH N M FCLO. NOTE: FA{ FROM MN %• 302 SST PLATE AND SST SLAVES P-• r-2-.2•-3- END PLATE WEIR PLATE Yi CIA EPDXY I E ANCNDA tiLITM CPAEASE�FOR &02 HOLES _1 vEL SCTION —� • YE*l Y EMOTH N FIELD. TN ;c► r•r r•r Y► O. O. oo( TS. WE1N PLATELATE i t ,)�• gip( WEIR PLATE DETAIL r.r•o• —{ E0. SPACED r HOLES T9.33 w.& M.501,.roe ► EPDXY Amc.M a:loll :a U.SO NTIAL SET TOTTOM O ROM SLOT 10 114.40 N liELD�A��� ' S � CWKIV gVION eg1 i •r•O- — r MOLE. TYP EL NL,AT 1• TYP � v DETAIL DETAIL l� DETAIL jM NTS NTS N71 — LMRLLSY l KI' N •[A• DELTA �,[ s .,� CH2MHILL AIRPORT CONSULTANTS, INC.,. {ng+mns - pwmas s-- StK/ west S Ontn Str{ot. SlAl0 500. Fort wwtk Tom" 76102 tOM34e-0301 oAT[ R'clrllaH6. Wow. Fort worn% Tar CNslRlto. TtsrtN C .&- ARFF TRAINING FACILITY r� u ow•:2 0o moos WATER RECYCI SING TANK WEIR T� C I IONS aK 20 98 {L�.cs P.• OCHUcrr LUBBOCK INTERNATIONAL AIRPORT tsNE• is .o "ol AMAIAT NRA NP. Atvnors n Ar., WELD S. 6-.61.. I . r• DIA BOLTS PL 1/2- . W . A To rtuSCtAGE , FUSELAGE FUSELAGE SADDLE PL V. 25- ity PL 3/3 . 2A- P< 3/s- 3/ ►LL 3R 11 3/4- / EACH FAQ .L VY . 2r COrti 6•-r ++ rr► tr I vY \'Lf-g' TYP TO OUTSOC I,A Or VCRTTCAL PLATE SECTION A -A FUSELAGE SUPPORT SADDLE DETAILit1 I/ •r 0 P. %w PL i � 1 1 4 1 r, 1 %• t lose. 3/11 + If" OF wT A+� SECTION TYPICAL WING SUPPORT DETAIL ' 1; •rep- ►M WING SUPPORT DETAIL i yo-•r-o- its ClO.TS.3 t2.2.ve —Ve- PLATE ttrT seem LATES rOR Vr PL, t2-..S• CUT.rn a 6 V 2- PL. S•.6•— TO �i SEE TAL. SUPPORT SECTION OCTAL rR MER & ENGINE ASSEMBLY DETAIL r4-N PH tr DN PPE SCM AO ADD LATERAL UIPPCRIS TALEACH SVPMT *CAM �.\ \ T-vr PL. 3'.3• TAIL SUPPORT DETAIL/T\ /6"•r•o- — IN ELEVATOR DETAIL a\ ' LtATIN.0.• ADO[MOtAt + IIF Fro •r.• DELTA ^ � s ,q� AIRPORT CONSULTANTS, INC. ._=' eAlg+Tews- pla-v 8 r� west So•e to Street, SuUe SRO, Fort worth. Tees 76102 t017F3e6-e30�,�,n, s•rr Rr3.naA V'rp+:e Fwt wwv% Tow CAwWte.Wwlh Cwofi" ARFF TRAINING FACILITY•oB-oLv-22•eo 1-3 w o w apow3 AIRCRAFT MOCKUP STRUCTURAL DETAILS LDW seECH2MHILL 28 or$00 98 . E-7. UIBBOCK INTERNATIONAL AIRPORT s - " , . .e. .[.+so+. e. +.. I coNlcK rASER � ND••s• Ar ADMI WN.IOpr Curd1T1 \ I I CORCK YC/IONQ STRA HT SNNELL SECTION R'-0'IV•R' LONG CONE SECTION Q I C pE SECTION I 31 STEEL RATE � AL TYFIC-- —.—.—. — '—'—•—'—•—' . —-—•—•—•—•---. ' -- STEEL GRAIMO YAN I fORAVfAATI1G 9� WIT Oct WELD GRATIHC NOSE ACCESf SPANS AT CL ( w,p OETAL YE rLISCLAAM SUPPORT OETAL� nT n SECTION I n r•r•o- nN WIDOW laAtWtS LAYERS OF CID'ANDEO TETK GRrOED OVER r WIDE R r•r LONG OPENNOS M t0► OF FRONT CONTROL ► FRONT LOCATION TO MATCHFRONT !►CEO O►PWS.ONE EACH Fr WIDE S Y-r `ONY. �FEMD M FRONT CONTROL 3 LAYERS OF EVAMQW NET//L�L,, �W O KHW FRONT CONTROL Yr pIAIN IRLLf M ►AHL ' —' — • STEEL C PLATE Ir WEE, T» Of . — ►ANEL orEW+G FOR CENTER CONSOLE® TOP Of GRAT64• GRAVEL AT SURFACE 3 LAVERS /r•41r•IO•I OF EI►AINDED METAL CRATING WELDED OVER r WIDE a r•s' LONG O►CNNCS M TD/ Of FRONT CpIROL PANEL, am AI(L ntomT OPETo mNMMIZ EACH I GRATWOow =wasOVCR STEEL END PLAITS ' yr DRAM H=S A PAMS, f.E• 3 6O1 TOP MOLES I AND ROTtPN ► NOU M CENTER PAN R b r"M RrwKIAa CHANNEL FROM V.' STEEL. FILL CHANNEL WITH ORD STEEL. TACK WELD t0 PAN M R ►LAMS. FOR rtLi SUPPLY LNE L� IONsd. SEE 1[oNwd^ CENTER CONSOLE MAY TO FLOOR GRAIAC o.EwNNo —' Duva M, slFrAa SECTION r•r-r nN CENTER Co. STEEL WKL TO KEEP AW r NQ( I raw WALL S EA SEE AT Ir CC FAR 10 FIT'. SED- TI N SECTION M r•r- 3••r•r — LrSwar DELTA yam.AIRCRAFT ARFF TRAR" FACLITY "y Dw.n s0 r�iEons CH2MHILL AIRPORT, CONSULTANTS, TSF INC. '� .-s: OCKUP s Rl rrruRw. f4Rr Iw .E,,,., KOr FL 36 s 500 Wost So mh Stf..t. SNilo 500. %art ww U% T.— 7sas Ee+7134e-830/ o. .Laws n r►. pArf Md.wrNNlWjrb Fort WWRL T" CRNWYtM,Minh C.AR&* EAIBBOCK MJTER"TON& AIRPORT T•.r-r "— , MFI ^p av L------� qt wuE . FGcol«WAL. S[wKl.SEE UvP S PLC$, -•-- OOEC110MOfGAI.K.ItYPI ^L,. GU~AL 1tv" C St r ALUI GAt«0 1STAIR LA.M e- DIA.VB• TNICR PLAVORM AL PPE POST T.O. GRATe1O t ®7. EL ,M.33 r79 :77-FORCON". SEEt P3 PLCSInB 1 `�00 ►]st 111111 I; IIIIII"III 0-16 �-8 1 1ry t-t_t T.o. EL ,*,.. 11 1 1 'I' I I I I; III ► Y 1 1 - A 1 1 1 1 ili 11 1 1 l l l l d l : 1B iOc um 7B 1 17I I I I I� 1 1 1 1 1 1 I11111�11 1' I111111111 C. • --�-- �� ---- b , 7.0. CAR.; EL D7A7 i.0.CW� �` etp 0 r•-SMCATIWID� ISY ' ' TSs.e POST A},odw MI « PLASTER i 3 s• 2'-O V-O- 3 e- W7B II Itvi r OC ITY► rn'-r ITYP 3 ►LCSI 1 i( CL ap7.'97 I , I I I SEED`MOT/ELK31rvn 1 1 1 I 1TTYYPR AT '� I , I — PLAN NOTES OPNOS/ r76 1 L FOR CENFJUL STRUCTURAL NOTES SEE SWOT P)3. , 1 FOR StR7CT ABMV1ATDNi SEE SNCET ►77. I 1 `• 1 tz 11 I -- 2. PROYDE 12•BCH mod" COIPACT(0 STRICi1W1AL FILL UwER ALL GONG LABS Al0 tOUIOA G I 1 1 1 T.O. CW u ITY► u0m. 1 1 I STAGING , T.O. CW 3. FOR rB6$N, GRADE ELEVATDNS. CONCRETE EA 1 I Q 70).N MM HPUOM.A7WES.IgT I BAR Ow I • _• pro/t• CONC SLAB p`� G•� NOTE e I 1 SMDWN. SEE SITE PLANS 1 1 I SEE ` I�YP UON7 I a. RENT CPO SW ON GRAM WITH Sd WL4.wt4 1 I T.O. O.0 I T.O. c U Wrr ITY► UDID. , I EL IR.00 ( EL In= 3• FOR TYPCK CW WALL OCTALS. SEE SHEET P77. 0. N.00 I I a FOR ... CPU" SRE AND LOCATIONS. SEE 1 1 1 1 I I TSA.. POST 76 I T.O. CW El IU.000WS AROPCH FOR A0011 REAq PS TAATl e WIDOr ANC DOOR SCE ARp ltp SNCC1 ►]7. 1 1 ^ 1 — — ). fG 512E 7YPE. B LOCATOM O< MALL AND Lb . . _ L. _ _ � TSs.a POST NKASTCR PENETRA�IpIi UIOERCIIOUIID ►PNf AND COIIOIIT. CNeFDOEO GPP[AEEY[a APD ORArs NDi L------------------------------ — I T.O. CW ---- ----•`� T.O. CW 1 ITY► 2 KCS) SNOrK COWW WItN YCp MD CLCC. ( CL ,Iloo `Mco ' T.O. CW G, .scmu tt g7.s7 tz SCC®e® a STAIRS. OUAR 1 CIO"I' A70 P,"12"Y 1s P]S ►7s STA« A CLVAWAL DCTAALS1.SEE SKETrt oTF tAL e 3 •r e o e••o- a •e A', a-o- 3'-.-. e• STAR LAYOUT SEE ACK f. FOR TTMCK t)uTe4 StP'PORt IKTAAi SEE OCTAL 3 So•-B. na w ASLLNErr EWES AI.L Aµl w FIRST FLOOR/FOUNDATION PLA�t STAIDMO St Otl(AWKE NDTFA.N SECOND FLOOR FRAMING PLAN •r•o' T.O. CO,1C 104.33 ITY► IA010 : •T-O- nil. I,L33 ve«ss,av 1I KF I MP 8.1.•m DELTA CH2iMHILL ; AIRPORT CONSULTANTS INC. engineors - 0bl.lsrs ' S00 West Seventh Street. Stitt $00. Fort Wwlh. It." 76102 t8t7734e-6SOT R43eeold.Viq.:e iorl worBl Tt.et CNorltltt.Nmlh CmtGn �,,. ,t T�.A._... �% ARFF TRAINING FACILITY �- .,2.6DT, 7s r0. „ FIRST AND SECOND FLOOR FDN/FRAMING PLAN � Lµr M 85 98 °" IT .vi LUBBOCK INTERNATIONAL AIRPORT Fewc• tpE• y,.r.r .wuu 7em •,,, ��,,,,- ,- •� ,,,,, ROd' '' Y CW WALL -- I •• • IRUSS[S CEO** P76 eT'•0• oc .14 POS?KLO ►a _ i I ICI I I— i �,, • i i I I I I i l l .� I_ i_ •-- � � � � �!—•-----' '—.._.. TR T"rMS"OCiTTn I I ( 1 (( I I eOu• i I j PRE•ENCKER[c ROD/ 11tVSYS Rr.r oc AA (( f� • 111r ORDER TRUSSI/ • r3L 2.0c _ _ I I I I i �1 i---- II I I i 11 ' ITT►{ 1— -T t— e. T1— • POST ns ' • — KtOr PRE-[WrJ([RCD ROOT iRoc 0.76 07-01 x PST. 2.0E typ PTO Q 3.0E —•---- ---- ------ •--.. _..—.. —*IMP cam TRIGS HP CROER •F I I I I I I . TRUSS 4TYrl - — • • • • • • I • • PRC-EwmEmo 1 1 1 1 Roa TRUSYS 1 1 —• Rr-r oc r.le• .� I I i l, l I I I I TSe1e� ►DST R 3AC 7{' eR� ORC YS —' r — ROOF FRAMING PLAN ROOF PLAN NOTES L r0it GENERAL STRUCTURAL NOTES YE SPEET P73. root STRUCTURAL ABBREVIAT06 SEE BEET P77. 3. ROOF SEAM SNALL K y• CC•Co PL7rfb0 MTN IleR R- OC AT ALL ► EDGES ARC 30 rem 7. SLL PL- 1T1 SR ON CS20 i\ eL OOR rPq noon r T FLOOR JORiT _T—f—r—• �_ ROOf T�RUSYS STUD rRNo OLK r ►SL WAN D.O. ►SL MAW r-`EL 04.33 FACL46 SEE ARU1 i FLi) i.= LAO ri �•� TSbe POST �-� NNDo1R. $a AMC Now —CAP PLATE R- E] WAIN RCK . R 7 T10N KA1 Kw' rsL ITYr r 31 • <:> K- IRA ITT" PL R-.RY/i %" Pt, TS COL1Ae1 SECTION A -A T6 il- Pt r A� • a� I �A r.»• PA REAR tr.r1 it ca c1-r•TInT l /F\ SCUM --r-rr'Jj1 -^• rACK YE ARC" r.N• scm . a MAY 1 �► r.N- eEA+ I T.o. Cw WALL VS... POST L 1 .0 SERE wroi CAI PLATE ASTER AT omwitr ' SOLO CROUI PLASTER EXTEND CONC STEM WALL AS RE09 roR QASTCR TA Co c EL ge.33 1 1 e- CONC SLAG I OA GRADE LVW*- TION f,o.. vCRT W ALL REK M CptNE REK. YE rse.e rosr eW ALL TYPICAL PILASTER CCF�TIALI /}S� OY>oiAI1Av 1I KF I RP •Te• DELTA '�! CH2MHILL AIRPORT CONSULTANTS, INC. er1¢rwers - pWnrwa - �� 500 West Seventh Street. sale SOD. rort WwK T.." 76102 98171348-0301 CG Tuer chos*,4 *,*ie Wert WrRL Teees Ch letw,Nerih Cerolne ARFF TRAIhMNG FACLiTY — ""R-Rw-::-oe sa T1fOOw ROOF FRAMING PLAN eR..e .. Re Wan Pre 86 4W 98 YsoK�e.`-1 Rtr! LU88OCK INTERNATIONAL AIRPORT r'ro ",rasr ses No. siveArw .. .A.. J EZ .$.O.Aof OC ! iNUii t• BLOCKING 2. LOC190 4w �AA��j [l pW.3J • t\e•SON A13 N A I SYPSON Ht,! IIE DOWN cc '%" CG•CO V.- KTWOOD w/ ee CACA1 �171 AOprt •! ANCHOR ITYPI I e s" OC TO too Or PLATE • PSL 1.4 IRCATCO $U PLAC 7.6*W OC F*.,. SCAN OM N �r.rOc _ J C _ �.0. B[AY CL 131.33 \FAtlA SEE ARCH 7"•M"KAM J.7 \ FACIA SEC ARCM Or CW WALL j 1TTPI 7 F we"*. SCE ARCH W.ANUIOR. STAONO AREA ROpi AT SY /SI AODTt •S +f� Vt.tt TREATED CL M.O NALER AT SM FLOOR f1(AT/wlf. i E RAN NOAN9 CCN WICf FOR rIeODLfs R e.TREATED MKCR \ MKMW i �� CIA; CAP. / Fie ITTPI 2/a FLOOR i 1••O' t SEC MCN FLOOR IIf.33 1 • DIA ANCHOR. 6 •-r•r OC. SE[ FM K00R EL ta.33 © T.O. Cw 077 WALLVARIES • 1 _ _ _ I tl. VARe:S SEC PLAN eta FLOOR JOIST. SEE RAN FOII - - - _ r 72.µ12 TREATED FLOOR JOIST -Se31' OC PA SR dr YAM IER �[RREATED SVSON \7TM IMMIiCR •$8/4" tTTPIQ e' Cw WALL- FOR! e" CMI WALL 10 RCK S[E© wr ITmQ SCC A ►I 1TTP •5432- Down L PERYI A- COO1NCC(SL16 ADDTIL •S GI KK, S[C' FR •SRt2• /- CONC SLAM e- CONC AN 1CONE AM GFtACC GRADE C AT T.O.p0 a T'c ss a -33 r • r• - - •Se3t'r� ; •s DOWEL 1 . •sea' oc 11}+ Ir Co1PACTCO M STRUCTWAL iLL -o" TYPICAL EXTERIOR WALL OREOETALSQ NOTE. SE[ uEQ9QWK r•o- v7s 75 N _� S CTI N / , r�Ti ..L� 114 P7! :•r•r P71 WALL WLI9.q I.9. CWC .w o I 13, •5e11-.CONr r•r -Seer TYPICAL WTERIOR DOOR OPNG IND FLOOR LFWALL CIAa FY FLR AND CIA; [L IIL33 1- CONC SLAB CTOND 040 p TL! ITYPP FLOOR .GISTON ORAOCAL CA iJO .R q..,U CONC TOOK iR SW T.O. CSY WALL SeR•SOM A35 L 115.0 4t_RCATCO , 2.0 BLOCKM WA w • e••r OC � " e s oe FOREDETKS NOT SECTION AT SIY scC 0 _ IN RROM EL late TYPICAL EXTERIOR DOOR OPNG SµeVSSO«A33 T.o.Cw WALL SECTION .® LI : r•o' n/ FLOOR JDIST ../ TREATED IIALLI I - BALL' a' •wr OOWaJ CONC CLOW i ALUM POST •S.GWT I 1" CONC SLAB KAC[ CONE pl GRADE. FOR % n KT[R POSE R[K,SEC PLAN KW T.O. GONG • TCLy.O..S�F IDL.A }•�p� ISr-Alr.CONT K Y; Sit FIT Y.' OIA -1 y ANC bOLIs TYPICAL INTERIOR WALL 13T-I.CONT r r I r-r •Ie31- OC TOTC, FOR DETAILS NOT r r SHOWN. SuiQ S CTI N SECTI N -•r-o- r7/ Mr. P74 ADD[ i I RP b—cmdW1RYCteIT KF DELTA ,, . ARFF TRAINNO FACILITY i :saw•t3 ro mo 03 CH2MHILL AIRPORT CONSULTANTS, INC. 'l-'= °"" '" LAHT low on "e Wnginers - plw~s STRUCTURAL SECTIONS ,L,m" e,• OF $% SDo. w9r11t, 76102 1017/318-830i 500 West seventh skeet•rt ; ` �! KIIT teW or o. .1wtw e. AA.. e+rE CorAIReIy, V:O.ir irl IFrBA te.ee CArINIe•NerM Cret:r w mmin LU880CK INTERNATIONAL AIRPORT r Ke•n AyWnr Tew a 9$ ! L4 tJI40 MY It 113ff •' � pw OL Sm"It Krt SEE SHT N I FOR MAIL mcw. s[E© PC n ns.o 1oP EL as•so It 10. f] TOP—,-n f" _ RH.Ts t or iaiP.w or ToPPNG•It Tr► TOPPe16 It 104.33 U.M.O. It 07.0{ CL 104.3 TOP Or SLOPE or CrMIXILRAL POUR [L 104.0 TOP p SYRUCTLIKAL POUR STRWIURAL P" I F'�j 10 N- �A I 1 I� I r sr-s' — ro- t rT oPCM.ID 1 1 I t 1 1 1 1 N WILL I 1 t 1 1 1 1 1 a 1Oh.50 I I1 EL w.o stoic Or sTRUCTNNAl rout 1 1 EL 102.0{ s• Sa TI 'ry Ps FPALL El CONKCT04 SOEOULE ptE�A I N New IQ MA C PLATE n SS SHEAR TMCR. TM am?Sri {•O { rA T Tot u.oA \, `j..y .i 1 1 1 1 1 1 I ". Sc..0 $$1 / • �' • • I TYPICAL SECTION j i i 1 i iLAMC[0 OK [AD fIV El n7.00 1 1 1 s- w SST L EW ON It 1 t l 1 — -- —•- I ------ -- --- ---- - - -- 1 1 LADO[R• SEE IW It18.001L I {.PVC ■[ rNi a• OIA SW 10 PALL Fe E NF a sa.a] I I It 9,.)s ORAN PR DIV EL 1173 It 91.75n sz.ao n es.7s I Ja w-w — — r•o• a•-r o-o- -SEE SECTION -ION puW EEL MOOD FACE Or CDMC. WALL OEM OR pWF SE[ KD A�iM a- K titAfNO mG f•Sat O.C.• SMKI B< A3 SPCCFEO. i. — #o CST SAEAR iAs. T. SST L K SwLL K faT/Ll[0 b g `-- 4 CQ COEOIEE 7M' O.C. TMAII s' TH tM SPM SNUG 1 TS S M.LA04) SHALL ALLNOT C[ — A ii 0aaes ,� OOWttS 105.0ARIES nww AT 1 OVERTriPTEHEO N ORDER TO CONST ANT TOPPNO + •fef' O.C.00ettS ��TI[ {�C/ILD AIWE h10YElEHi tt VARIES FROM n .� SE ��•�. OK CH"L •Sf{' 0.0 EACH FAR[ • tiT1'7Yw SIOTS(HpOR � �Y�. •CRt• 0.0 TK 1ACO FOR i•• DN •SRt• O.C. •SR{' O.C. t ��� n E SST WASHTM for { {OTTOY 3 IZA •>•f• O.C. •ae/7- O.C. Er PLAN ELEVATION •s.s o.e EMBED PLATE CONNECTION DETAIL SECS TIONtrN T•P P{ Ws P{ KAS I MOTES, ,QWES A�TLOIL L WADED N/CWW SILOS I IMI A' • •• «OVIS L,seO.0.r Ts000] Rr R. •T.• DELTA -, " ARFF TRAINING FAMITY 34y-0t».7y.w CHZMHILL ;=Z AIRPORT CONSULTANTS, ;' s uT�tuR� I�ri�iNs,.�,.�` �18 6 vower{ • p1aMNrs 500 Wont Seventh Street. Sdte 30Q Fat W4rl1A Tones 7{102 (SM3441•41301 oAu WsAe".4 virowo Fri Throb, Tow C]�rh.w. throb COPING" I; .� LUBBOCK MITER/iATX)NAL AIRPORT {Hoer G . AraT Rob r 8 9no w. Asveo.t or w. C`- s y:Kt I « •sas- or a M TO' ' $OTTpH SUMP SECTION DETAIL i1 I I rw 2 al ovu)[ j SPLQ I a +ts d r} L= TY►W7• r's"Kra •rODowaC.S + ■!Itli—� NOM R[6M SHOULD LOOK SYLM TO P TYPICAL BOTTOM WALL SECTION DETAIL to T•r F SEE IFeE�K�� -sas- « AT IMT, T► Sir « AT6MST. MM m TV► lM Snt- SRCE 4TVP «• [ice• •AIM-«` [v.« MlM •S SR or« h tL as « •s..- « '• tr-r r an T17 WALL R[K yTi [M �• rtL[l, I�► •! WTtH O O/.SFM WALL Pew •S i1 �� L •SO n- «4, AD CL i0 p1 4160GER ALTEMATE eqR¢ REK• MlMLMT tM'K 04• w •NNEET SW : F-O- 9 3A s• 0C R aA TYPICAL CORNER DETAIL m !rr•� a • w Oc tv EPDXY ODOS 0 comiRRAMtAmsr i MOL •S tAr' , MIE.p. •a pctm M1RT R[K TT► y WALL R[K WW TANK TYPICAL TEE DETAIL r41 FO Q:Wµ_ v� Au° � Irl � �� iT► Iqt CORNOe r•r T" A T7 fMAL,LL W6' OC R fiT none r f SlM REK ryp • OEKv� $. Y. - - • __ OR EPDXY EAST ::.:2 EF �aAOOL •Str OO, TOL17 M- « OOPT OYT MEF NEK TOI/ n Tn.ee AO0. •SM- « �w �TOKa it irto r CtJI r o-evT QTpOR PAP R OI v/Il NP[�T Oa0 Wry -Sw « tv FOR Otl a $L no O� NOTE, WALL PK. SLEEVE. AID NAIp1AL NOT SHOWN �DUCTOR PIT SECTION rA1 NOTE MALL ME. SLEEVE. NO MCMAL NOT SOvrt SUMP SECTION rEN(TION „ r R►H.., DELTAARFF AIRPORT CONSULTANTS. INC. - pw—1 S00 vast Se"ML Strast. S.AW 500. Fat Mort% lsK 76102 t6171348-6301 St,' rf. v. " Fort OWK Tay. p erio""rM cw*&" ' •�., r TRAINING FACUTY 'P'�� �,y ��p uopwCHZMHILL PROCESS AREA STRUCTURAL DETAILS a"""«eyl»�ra OcMoKTF19 — I LMOCK INTERNATONAL AIRPORT n RWw .ems..... 4 ITB #00-196, Addendum #2 4 oEP 15 2000 City of Lubbock BY: PURCHASING DEPARTMENT ROOM L04, MUNICIPAL BUILDING 1625 13' STREET LUBBOCK, TEXAS 79401 _. PH: (806)775-2167 FAX: (806)775-2164 ` http://purchasing.ci.lubbor-k.tx.us ADDENDUM #2 ITB #00-196 Construct Aircraft Rescue and Fire Fighting Training Facility Lubbock International Airport MAILED TO VENDOR: September 14, 2000 CLOSE DATE: September 19, 2000 @ 2:00 p.m. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Certification requirements, including monitoring and enforcement provisions for work performed by Disadvantaged Business Enterprises (DBEs), are appended as Attachment 1 of this document. 2. Contractors' pre -qualification documentation, as referenced in Section 20, is required before award of bid. 3. Questions and Answers: Q. Does Pump PC-3 require any thermal protection for classification of motor? A. Yes Q. Pump P-A-3 does not show if thermal protection is required for motor. A. Yes, it is required. All requests for additional information or clarification must be submitted in writing and directed to: Questions may be faxed to: or Email to: Helen Burns, Buyer City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 (806)775-2164 Hbums@mail.ci.lubbock.tx.us THANK YOU, CITY•F LIBBOCR Helen Bums Buyer PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID. Addend100-196ad2.doc E ITB #00-196, Addendum #2 The obligation of the bidder/offeror is to make good faith efforts. The bidder/offeror can demonstrate that it has done so either by meeting the contract goal or documenting good faith efforts. Examples of good faith efforts are found in Attachment 7 of the Department of Aviation's DBE plan. We will ensure that all information is complete and accurate and adequately documents and bidder/offeror's good faith efforts before we commit to the performance of the contract by the bidder/offeror. • #TJ.- .� Within 10 days of being informed by City of Lubbock that it is not responsive because it has not documented sufficient good faith efforts, a bidder/offeror may request administrative reconsideration. Bidder/offerors should make this request in writing to the following reconsideration official: Victor Kilman, Purchasing Manager City of Lubbock Purchasing Department PO Box 2000 Lubbock, Texas 79459 The reconsideration official will not have played any role in the original determination that the bidder/offeror did not make/document sufficient good faith efforts. As part of this reconsideration, the bidder/offeror will have the opportunity to provide written documentation or argument concerning the issue of whether it met the goal or made adequate good faith efforts to do so. The bidder/offeror will have the opportunity to meet in person with our reconsideration official to discuss the issue of whether it met the goal or made adequate good faith efforts to do so. We will send the bidder/offeror a written decision on reconsideration, explaining the basis for finding that the bidder did or did not meet the goal or make adequate good faith efforts to do so. The result of the reconsideration process is not administratively appealable to the Department of Transportation We will require a contractor to make good faith efforts to replace a DBE that is terminated or has otherwise failed to complete its work on a contract with another certified DBE, to the extend needed to meet the contract goal. We will require the prime contractor to notify the DBE Liaison Officer immediately of the DBE's inability or unwillingness to perform and provide reasonable documentation. In this situation, we will require the prime contractor to obtain our prior approval of the substitute DBE and to provide copies of new or amended subcontracts, or documentation of good faith efforts. If the contractor fails or refuses to comply in the time specified, our contracting office will issue an order stopping all or part of payment/work until satisfactory action has been taken. If the contractor still fails to comply, the contracting officer may issue a termination for default proceeding. The City of Lubbock will count DBE participation toward overall goals as provided in 49 CFR 26.55. Addend=-196adldoc City of Lubbock PURCHASING DEPARTMENT ROOM L04. MUNICIPAL BUILDING 1625 13T" STREET g-- LUBBOCK, TEXAS 79401 PH:(806)775-2167 FAX:(806)775-2164 hftp://purchasing.ci.lubbock.tx.us MAILED TO VENDOR: CLOSE DATE: ITB #00-196, Addendum #3 ADDENDUM #3 ITB #00-196 Construct Aircraft Rescue and Fire Fighting Training Facility Lubbock International Airport September 15, 2000 September 19, 2000 @ 2:00 p.m. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Plan holders list as of September 15, 2000, is appended as an attachment to this document. 2. A listing of Historically Underutilized Businesses (HUBs) in the State of Texas which qualify as Disadvantaged Business Enterprises (DBEs) is available at the State of Texas General Services Commission at www.asc.state.tx.us, click on "CMBL", then click on "Search the CMBL", then select HUBS on CMBL and refine as required. Order of preference should be HUBs located within Lubbock County, Texas; then HUBs located outside Lubbock County. 3. The following question & answer is provided: Q: Specification Section 081002.1-D-1&2, Metal Doors & Frames indicates Grade II (interior) & Grade III (exterior), Model 3 doors. Grade 11 doors are 18 ga. & Grade III doors are 16 ga. Model 3 refers to a stile and rail panel door. Same spec section also indicates using the more traditional 18 ga honeycomb core or polyurethane core doors for both the interior and exterior condition. Which does the City of Lubbock prefer to use? A: The contractor can use the 18 ga honeycomb core or polyurethane core doors for both the interior and exterior condition — full flush. All requests for additional information or clarification must be submitted in writing and directed to: Helen Bums, Buyer City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 Questions may be faxed to or Email to: Addend=-196ad3.doc (806)775-2164 Hbums@maii.ci.lubbock.tx.us THANK YOU, CITY OF LUBBOCK lc&w) 4161�� Helen Bums Buyer PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID. .. our G/.J OJUi , .7ep-d-UU I5.JIj DELTA AIRPORT CONSULTANTS, INC. 7333 Whitepine Road Richmond, Virginia 23237 804-275-8301 (phone) - 804-275-8371 (fax) BIDDERS LIST PRICE: 75.00 AIRPORT: LUBBOCK INTERNATIONAL AIRPORT j PRE -BID: TUESDAY- UGUST 29, 2000 - IN BLUE ROOM AT AIRPORT BID DUE DATE: SE ER 19, 2000 0 2:00 PM _- PROTECT TITLE: CONS UCT ARFF RESCUE AND FIREFIGHTING TRAINING FACILITY Page 2 TX 00103 j0 `. 0 O A T11 SET NO. 1 CONTACT &Tenn McGinley, Dir. of Oiler & Safe NDA } FIRM Lubbock Intn Airport ADDRESS 5401 N. Martin Luther King 131vd DATE: 8/9100 Lubbock, TX 79403 PHONE FAX ND SET NO. 2 CONTACT Ms. Helen Burn. Purchasing FIRM City- of Lubbock 3r�a AAADATE: 819100 PHONE - Lubbock, T3 / FAX NO, CONTACTSET NO. 3 m• KDA FIRM ...: _ :D• ADDRESS 2601 ? t T Lt 1 M: 76193-0650 FAX NO. SET NO. 4 CONTACT Ransiy Peterson 2nd Day FIRM CH2M_Hill ADDRESS 700 Clearwater Vane Boise. Idaho 83707 DATE: 8/10/QO PHONE FAX NO. SET NO. 5 CONTACT FIRM F. W. Dodge ADDRESS 1341 W. Mockinabird 200 Dallas. Tx 75247 PHONE 214-630-6111 DATE: B/10/00 FAX NO 214 688 5003 01 nu•. 410 nJui , Sep-8-00 15:51; Page 3 Delta # TX 00103 SET NO. 6 CONTACT FIRM F. W. Dodae ADDRESS 4601 50th St Suite 216 DATE: 8/10I00 Lubbock. TX 79414 PHONE 806-793-45 1 PAX NO. 806-793- 67 SET NO. 7 CONTACT FIRM F. W. Doda ADDRESS 1300 summit Ave Suite 740 DATE:/10/00 Fort Worth, TX 76�n� PHONE B17-338-4788 NO. SET NO. 8 CONTACT FIRM ADDRESS 1111 Stemmons Hiahwav DATE: 8110/00 Dallas_ TX 75229w PHONE 972-247-99F2 NO -972-247-1910 SET NO. 9 DATE: -8/10 00 CONTACT FIRM ADDRESS PHONE SET No. 10 CONTACT A.G.C. 417 Fulton 8t. Fort Worth. TX 76104 B17-332-9265 827-97n-77n= FIRM A.G.C. ADDRESS 3004-9 50th 9t DATE: 8/10/00 Lubbock, TX 794 PHONE 506-797-8898 O. 06- SET NO. 11 CONTACT FIRM ADDRESS 1707 W. 8th Ave DATE: 8110/00 Amarillo. TX 79101 PHONE 806-374-1924 EM No SET NO. 12 CONTACT FIRM ADDRESS DATE: PHONE 2 -"1 W., - .- QGp-a-uu ia:51; Page a Delta #_ TX 00103 SST NO. 13 CONTACT Y A - C'. h p FIRM ADDRESS DATE: PHONE FAX NO. SET NO. 14 CONTACT FIRM ADDRESS DATE: PHONE O SET NO. 15 CONTACT Lea FIRM A.G.C. ADDRESS 3525 Andrews i�ivinray DATE: 8/15 0 - �— PHONE Suite 119 Midland, TIC 79703 F NO. 919-520-2220 919-520-222 SET NO. 16 ` y CONTACT 3 Day UPS ' M FIRM Pharr & Coamany Will send c x ADDRESS 907 North Avenue 0 Drive DATE: 8/16/00 PHONE rAbbock, V, 79403 806-763-52F:q SET NO. 17 SO 9 CONTACT FIRM Will maw ck• ADDRESS 3 Day UPS DATE' 8l16/00 PHONE VAX NO �'G SET NO. 18 CONTACT Hailing Ck. #096366 FIRM ADDRESS DATE: 8/16/00 PHONE FAX NO. �� �94'3��' SET NO. 19 CONTACT FIRM Mailing Ck. #096366 ADDRESS DATE: 8/16/00 _ PHONE 3 Bob Underwood Sobn Correia Fax duo z13 nJui , sep-a-00 15:52; Page 5 SET NO. 20 Will mail ck... N ' 4. z DATE: A/lA/00 CONTACT FIRM ADDRESS PHONE Delta # TX 00103 SET NO. 21 A 31L CONTACT ZY. FIRM UK Hunt_ El e- tri r Will mail ck. ADDRESS 8217-A Valencia DATE: 8/18/00 Lubbock. TX 79424 PHONE 806-866-9911 SET NO. 22 CONTACT Dave Pluff FIRM Odessa Plan Room ADDRESS 2706 Henderson Avenue DATE: 0/21/00 Odessa. Tx 79764 PHONE 915-337-0912 SET NO. 23 i CONTACT Dav{d Wand ' Will mail ck. FIRM navid H02d Cnne*r,,.•r{on ADDRESS MOT Ra nr 327 ��hhnrlr DATE., 6l2.1100 . Tr PHONE 806-798-77nO FAX NO, Rnfi-79R-R?77 SET NO. 24 CONTACT SAME AS ABOVE Q a FIRM ADDRESS DATE: PHONE F NO. SET NO. 25 p� CONTACT SAME AS ABOVE FIRM ADDRESS DATE: ------------- PHONE FAX NO, SET NO. 26 Q CONTACT RAMA AR AR[1V1+ 4 FIRM ADDRESS DATE: PHONE FAX_NO. 4 -- ^•••+ ntb� UU4 C!O d4U1 j Sep-8-00 15:52; Page 819 c.. Delta # TX o0103 SET NO. 27 p FIRM CT _David Wood -David Mood nst terion ADDRESS (SAME es AROVE DATE: PHONE FAX NO. SET NO. 28 CONTACT �•.i}nJlanJ�jlC{ FIRM ADDRESS -� PHONE FAX NO. SET NO . 2 9 10 S CONTACT FIRM Brown McKee Inc. ADDRESS 906 East slatnn Rd - DATE : 8/22/00 PHONE SET NO. 30 15 iaocl CONTACT FIRM Brown M^K.e Inc. .�~ADDRESS DATE: 8/22/00 PHONE SST N0. 31 CA -4 9.2 CONTACT Will Anthouy to vend ck. FIRM Aathoav Mechanical ADDRESS 515 E. 40th 8t. DATE: _ 9/23/00 Lubbock, T7C PHONE 806 7 SET NO. 32 CONTACT Brian Case FIRM B. R. Case Co. ZIPS May select. ADDRESS P. O. Box VV O 68 th St . DATE: 8/24/00 Spur, TX -- bock. TX 79413 PHONE 806-789-9017 806-263-4018 SET NO. 33 CA ' # � �/ U Z- rode -fir. coal CONTACT FIRM B. R. lase Oo. ADDRESS DATE: 0/24/00 PHONE FAX NO 5 - --... �..,..., j dU4 21b UJU1 ; Sep-8-00 15:52; Page 7/9 Delta # TX 00103 SET NO. 34,A, QQ CONTACT l',� • y o� FIRM B. R.-Case Co. ADDRESS DATE = _ 8/24/00 PHONE FAX NO. SET NO- 35 t_& . * , y0 L CONTACT FIRM B. R. Case Co. ADDRESS DATE: PHONE NO SET NO. 36 It 1*1 'a 9 CONTACT Jae Taryar UPS 3day Vr ' FIRM T-arver Electric C7c�any ADDRESS 1812 4th sr - DATE; 8/25/00 PHONE SET NO. 37 .0 j`� � � OL CONTACT Richard gfraa._±.±Qr FIRM Sl i—R{ Er rerariees to send ek. ADDRESS 2943 Stewart (p Dr. 0Box Fort Worth. 11618 Zip 76110) DATE: 8128100 PHONE 32 7610i 8I.w_0 _97 SET NO. 38w p )A # q 7-4 CONTACT Bruce , FIRM Ski —Ai ant-orpriwem ADDRESS 311 Paris AVe (P. 0 $ex Lubbock. 2351 - Zip 79408) DATE: 6/28100 PHONE _ 806-761-11 t e FAX SET NO. 39 q f ffi COrrrACr LaRae Clark Will send ck `1 FIRM Manhattan Environmental, Inc. Sent FEDEX ADDRESS 5601 S. 122nd Eaet Avenue DATE: Tulsa. OR 74146 —S/2eiao PHONE HOD 918-582-1025 SET NO. 40 n�. CONTACT Scott $j=±nr W send ck. FIRM g_rnca Thal ._.d.__-ning ADDRESS 128 8t arnn Rd. DATE: 8%28/00 — PHONE - dmbbock. c 794ot� 806-745-74" 40 ONTS PORCELMM INITZALLy 10 ADDITIONAL SETS FURCHMED 8/28/00 EV oep-d-uu 15:53; Page 8/9 Della # TX 00103 SET NO. 41 CONTACT Don Tomlinson to send ck FIRM Armw Rlprtr4r �p ADDRESS 1115 RI ntnn ALA DATE: 8m/00—Lubhne-k. TX 79404 PITONS—806-745-7720 SET NO. 42 Cl ji CONTACT Mr. Tom Garcia to send ck FIRM a ems ADDRESS 6970 Nit Grand Avenue Ri DATE: 8/30/00 Gle'�ona PHONE 623-842-I 623-930--i-Mg- SET NO. 43 i� D CONTACT • �•�� to Bead ck. FIRMADDRESS DATE: 8/30/00 PHONE SBT NO. 44 QA -0 -3O'1 <. CONTACT FIRM to send ck. ADDRESS DATE: 8/30/00 PRONE FxNO SET NO. 4 S Q..04 . U 11R4C Cot=CT to seam chedc FIRM ADDRESS DATE: 8/30/00 PHONE SET NO. 46 C=MACT FIRM Pl ainp Ht�i 7elwrw Tnr► to Gant ck. ADDRESS 71 In rarrwnnn ). DATE: 9/1/00 PHONE �n AmxrilIn• �7[ 7glna 02 PAX No. M6-154-nl 19 �06—�S�Bt 91 SET NO. 47 • .J3 1 ? 7 ?/ CONTACT gams are aheva _ FIRM ADDRESS DATE: 9/i/no PHONE - nuv do ooul oep-B-UU 15:b3j Page 9/9 ' - Delta # TX 00103 SET NO. 48 CONTACT SATE AS ABOn z FIRM ADDRESS DATE : 4 i t tcto PHONE - FAX NO. SET NO. 49 CONTACT AMAn a Will -Mail ck L 2 p y`S'S' FIRM ;. First Service. . ADDRESS 3009 Garden City Highway HATE: 9/6l00_ PHONE H, idland, TX 79701 r 915-498-0750 SET NO. 50 CONTACT _Randy Paterson FIRM _HZM Hill [ 2nd et) ADDRESS 700 Clearwater Lane DATE: 9/8/00 PHONE -Boise. Idaho 83707 SET NO. 51 CONTACT Will mail do FIRM Superior Steel ADDRESS 1227 Part T EB=—1 Dr. P.O.Box 16357 DATE: PPHONEDu luth, Ml�ota 55802 Duluth 55816 9/8/00 PAX NO BET NM 52 CONTACT Tr-- TEFLrk,- FIRM ItCJAAlT FLF�•rp tG LOI�,P�t,ry ADDRESS N.1 DATE: PHONE �.�d �. �± FAX NO . rl t � � IisS"1 r 111.4 f/ SET NO. 53 DATE: CONTACT 'Unto" FIRM ADDRESS PHONE �L SET NO. 54 CONTACT FIRM ADDRESS DATE: PHONE 34-ADBIT11DRAL SETS ORDERED - 9/ 1 /00 TOTAL -*6#;2 it3 City of Lubbock PURCHASING DEPARTMENT ROOM L04, MUNICIPAL BUILDING 1625 13T" STREET LUBBOCK, TEXAS 79401 PH: (806)775-2167 FAX: (806)775-2164 http://purchasing.ci.lubbock.tx.us i ITB #00-196, Addendum #4 ADDENDUM #4 ITB #00-196 Construct Aircraft Rescue and Fire Fighting Training Facility Lubbock International Airport MAILED TO VENDOR: September 21, 2000 OLD CLOSE DATE: September 19, 2000 @ 2:00 p.m. NEW CLOSE DATE: October 16, 2000 @ 2:00 p.m. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. The bid closing date and time has been changed as follows: FROM: September 19, 2000 @ 2:00 p.m. TO: October 16, 2000 @ 2:00 p.m. All requests for additional information or clarification must be submitted in writing and directed to: Helen Bums, Buyer City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 Questions may be faxed to: (806)775-2164 or Email to: Hbums@mail.ci.lubbock.tx.us THANK YOU, CITY OF LUBBOCK Helen Bums Buyer PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID. Addend\00-196ad4.doc ITB #00-196, Addendum #5 City of Lubbock PURCHASING DEPARTMENT ROOM L04, MUNICIPAL BUILDING 1625 13TH STREET LUBBOCK, TEXAS 79401 PH:(806)775-2167 FAX:(806)775-2164 http://purchasing.ci.lubbock.tx.us MAILED TO VENDOR: CLOSE DATE: ADDENDUM #5 ITB #00-196 Construct Aircraft Rescue and Fire Fighting Training Facility Lubbock International Airport September 22, 2000 October 16, 2000 @ 2:00 p.m. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. The City of Lubbock will consider the bids on the 91 day of November. 2000, at the Municipal Building, 1625 13'hStreet, Lubbock, Texas, or as soon thereafter as may be reasonably convenient subject to the right to reject any and all bids and waive any formalities. 2. The City of Lubbock shall issue Notice to Proceed on the 2' day of January, 2001, or as soon thereafter as may be reasonably convenient. 3. GENERAL CONDITIONS OF THE AGREEMENT, Page 20, Item 34, Time for Substantial Completion and Liquidated Damages, second paragraph, is changed to read as follows: If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation the sum of $1,000.00 (ONE THOUSAND DOLLARS) PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. 4. GENERAL INSTRUCTIONS TO BIDDERS, Pagel, Item 5, Time and Order for Completion, first paragraph, is changed to read as follows: The construction covered by the contract documents shall be fully completed within two hundred twenty (220) CONSECUTIVE CALENDAR DAYS from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. 5. BID SUBMITTAL, page P-1, second paragraph, is changed to read as follows: Bidder 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 i within 220 (TWO HUNDRED TWENTY) consecutive calendar days thereafter as stipulated in the specifications and other contract documents. 6. BID SUBMITTAL, page P-7, CONTRACT TIME line is changed to read 220 calendar days. 7. SECTION 20 — PROPOSAL REQUIREMENTS AND CONDITIONS, Page 20-5, Paragraph 20-13 d may, is DELETED in its entirety. (NO 25% REQUIREMENT) 8. The City of Lubbock reserves the right to reject any or all bids, reject any particular item on a bid, and to waive immaterial formalities and to accept the offer most advantageous to the City of Lubbock in its sole discretion. The City shall award the bid based on the total bid amount for Bid Items one (1) through thirty-eight (38) shown on the Bid Submittal form. 9. All bids are evaluated for compliance with specifications before the bid price is considered. Response to specifications is primary in determining the best low bid. Failure to comply with the specifications may result in disqualification of the bid. Addend100-196ad5.doc n ITB #00-196, Addendum #6 City of Lubbock PURCHASING DEPARTMENT ROOM L04, MUNICIPAL BUILDING 1625 13T" STREET LUBBOCK, TEXAS 79401 PH: (806)775-2167 FAX: (806)775-2164 http://purchasing.ci.lubbock.tx.us MAILED TO VENDOR: CLOSE DATE: ADDENDUM #6 ITB #00-196 Construct Aircraft Rescue and Fire Fighting Training Facility Lubbock International Airport October 12, 2000 October 16, 2000 @ 2:00 p.m. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. The City of Lubbock will consider the bids on the 711 day of November. 2000, at the Municipal Building, 1625 13`' Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient [ _ subject to the right to reject any and all bids and waive any formalities. This date should not be confused with the CLOSE DATE (the date all bids are due), which is October 16, 2000 @ 2:00 p.m. All requests for additional information or clarification must be submitted in writing and directed to: Helen Burns, Buyer City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 Questions may be faxed to: or Email to: Addend\00-196ad6.doc (806)775-2164 Hburns@mail.ci.lubbock.tx.us THANK YOU, CITY OF LUBBOCK dL— J �'7 J A, , "X� Helen Burns Buyer PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID. �. �,_.r � �,.� �o �,� �, ITB #00-196, Addendum #5 City of Lubbock PURCHASING DEPARTMENT ROOM L04, MUNICIPAL BUILDING 1625 13TH STREET LUBBOCK, TEXAS 79401 PH: (806)775-2167 FAX: (806)775-2164 http://purchasing.ci.lubbock.tx.us MAILED TO VENDOR: CLOSE DATE: ADDENDUM #5 ITB #00-196 Construct Aircraft Rescue and Fire Fighting Training Facility Lubbock International Airport September 22, 2000 October 16, 2000 @ 2:00 p.m. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. The City of Lubbock will consider the bids on the 91' day of November. 2000, at the Municipal Building, 1625 13'hStreet, Lubbock, Texas, or as soon thereafter as may be reasonably convenient subject to the right to reject any and all bids and waive any formalities. 2. The City of Lubbock shall issue Notice to Proceed on the 21 day of January, 2001, or as soon thereafter as may be reasonably convenient. 3. GENERAL CONDITIONS OF THE AGREEMENT, Page 20, Item 34, Time for Substantial Completion tion and Liquidated Dame=, second paragraph, is changed to read as follows: If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently Y P Y from Contractor's total compensation the sum of $1,000.00 (ONE THOUSAND DOLLARS) PER DAY, not as a penalty, but as liquidated damages for the breach of the I_ contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. 4. GENERAL INSTRUCTIONS TO BIDDERS, Page 1, Item 5, Time and Order for Completion, first paragraph, is changed to read as follows: The construction covered by the contract documents shall be fully completed within two hundred twenty (220) CONSECUTIVE CALENDAR DAYS from the [- date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. 5. BID SUBMITTAL, page P-1, second paragraph, is changed to read as follows: Bidder 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 220 (TWO HUNDRED TWENTY) consecutive calendar days thereafter as stipulated in the specifications and other contract documents. 6. BID SUBMITTAL, page P-7, CONTRACT TIME line is changed to read 220 calendar days. 7. SECTION 20 — PROPOSAL REQUIREMENTS AND CONDITIONS, Page 20-5, Paragraph 20-13 d may, is DELETED in its entirety. (NO 25% REQUIREMENT) 8. The City of Lubbock reserves the right to reject any or all bids, reject any particular item on a bid, and to waive immaterial formalities and to accept the offer most advantageous to the City of Lubbock in its sole discretion. The City shall award the bid based on the total bid amount for Bid Items one (1) through thirty-eight (38) shown on the Bid Submittal form. 9. All bids are evaluated for compliance with specifications before the bid price is considered. Response to specifications is primary in determining the best low bid. Failure to comply with the specifications may result in disqualification of the bid. AddendW0-196ad5.doc ITB #00-196, Addendum #5 10. NO INDIVIDUAL OF ANY USING DEPARTMENT HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS INVITATION TO BID. 11. Q: Section 07610 — sheet Metal Roofing and Fascia, Paragraph 2.1 Roofing Panels, Item A Materials, calls for the panels to be formed using 0.032 inch thick stucco embossed pattern. Can 24- gauge pre -finished steel be used instead of 0.032-inch thick aluminum? A: No. 12. Q: Item C, Standing Seam, Item 3, manufacturers and Products. Will panels from MBCI (Craftsman series panels,) a Lubbock metal building component company be acceptable even though they do not appear on the specified list? A: If they meet the specification, yes. 13. Q: Accessory Materials, Item A Underlayment. Do you want Type 15 lb. or Type 30-lb. roofing felt for the underayment? A: 30 lb. 14. Q: Paragraph 3.3 installation, Item B. Underlayment and Slip Sheet, Item 3 calls for no more underlayment to be installed in a day than can be covered in the same day with the metal panels. Should not the entire wood decking be covered with the roofing felt prior to beginning the installation of the panels to keep the plywood deck from deteriorating? i A: No, install as specified. 15. Q: Item F, Edges, 1, refers to gutter lining. There are no gutters shown on the drawings. Where should gutters be fabricated and installed. A. No gutters are specified; please disregard reference to gutter lining. All requests for additional Information or clarification must be submitted in writing and directed to: Helen Bums, Buyer f- City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 Questions may be faxed to: or Email to: Addendl00-196ad5.doc (806)775-2164 Hbums@mail.ci.lubbock.tx.us r* 'LUBII &,,r-7LUBBOCK Helen Bums Buyer PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID.