Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
C2016-415 - 9/20/2016 - Approved
2016-415 9/20/16 Ord. 030960 SpawGlass Civil Construction Inc. 00 52 23 AGREEMENT This Agreement,for the Contract Renewal approved on September 20, 2016 , is between the City of Corpus Christi (Owner)and SpawGlass Civil Construction, Inc. (Contractor). Owner and Contractor agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: CCIA-East GA Apron Reconstruction E15234 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: KSA Engineers, Inc. 8875 Synergy Drive McKinney,TX 75070 2.02 The Owner's Authorized Representative for this Project is: Phil Boehk, P.E.-Acting Construction Engineer City of Corpus Christi-Engineering Services 4917 Holly Road#5 Corpus Christi TX 78411 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 325 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within 355 days after the date when the Contract Times commence to run. B. Milestones, and the dates for completion of each, are as defined in SECTION 01 35 00 SPECIAL PROCEDURES. Agreement 00 52 23-1 CCIA-East GA Apron Reconstruction E15234 Rev 06-22-2016 INDEXED CONTRACT DOCUMENTS FOR CONSTRUCTION OF CCIA - East GA Apron Reconstruction Project No. E15234 SOF 7'\ ••• N, Ney ; ,cS' r* • . * 1i VIVEK KHANNA I tl 4 . 11 8 4 8 3 ',; `M1 City of Corpus Christi KSA Engineers, Inc. 1, `1,s��ONAI`�,r-►- 8875 Synergy Drive/McKinney, TX/972-542-2995 Record Drawing Number AP -144 June 22, 2016 Table of Contents 00 01 00 - 1 CCIA - East GA Apron Reconstruction - E15234 Rev 01-13-2016 00 01 00 TABLE OF CONTENTS Division / Section Title Division 00 Procurement and Contracting Requirements 00 21 13 Invitation to Bid and Instructions to Bidders (Rev 01-13-2016) 00 30 00 Bid Acknowledgment Form (Rev 01-13-2016) 00 30 01 Bid Form (Rev 01-13-2016) 00 30 02 Compliance to State Law on Nonresident Bidders 00 30 05 Disclosure of Interest (Rev 01-13-2016) 00 30 06 Non-Collusion Certification 00 45 16 Statement of Experience (Rev 10-06-2015) 00 52 23 Agreement (Rev 01-13-2016) 00 61 13 Performance Bond (Rev 01-13-2016) 00 61 16 Payment Bond (Rev 01-13-2016) 00 72 00 General Conditions (Rev 3-23-2015) 00 72 01 Insurance Requirements (Rev 01-13-2016) 00 72 02 Wage Rate Requirements (Rev 06-12-2015) 00 72 03 Minority / MBE / DBE Participation Policy (Rev 01-13-2016) 00 73 00 Supplementary Conditions 00 74 00 Special Conditions for FAA Funding 00 74 01 Buy American Preference Division 01 General Requirements 01 11 00 Summary of Work (Rev 01-13-2016) 01 23 10 Alternates and Allowances 01 29 00 Application for Payment Procedures (Rev 03-11-2015) 01 29 01 Measurement and Basis for Payment (Rev 01-13-2016) 01 31 00 Project Management and Coordination (Rev 01-13-2016) 01 31 13 Project Coordination 01 31 14 Change Management 01 33 00 Document Management 01 33 01 Submittal Register (Rev 7/3/2014) 01 33 02 Shop Drawings 01 33 03 Record Data 01 33 04 Construction Progress Schedule Table of Contents 00 01 00 - 2 CCIA - East GA Apron Reconstruction - E15234 Rev 01-13-2016 Division / Section Title 01 33 05 Video and Photographic Documentation 01 35 00 Special Procedures 01 40 00 Quality Management 01 50 00 Temporary Facilities and Controls 01 57 00 Temporary Controls 01 70 00 Execution and Closeout Requirements Part T Technical Specifications General Provisions Part 2 Earthwork P-101 Surface Preparation P-152 Excavation and Embankment P-155 Lime Treated Subgrade P-156 Temporary Air & Water Pollution, Soil Erosion, & Siltation Control Part 6 Rigid Pavement P-501 Portland Cement Concrete Pavement Part 7 Miscellaneous P-602 Bituminous Prime Coat P-603 Bituminous Tack Coat P-605 Joint Sealant Filler P-620 Runway and Taxiway Painting Part 10 Turfing T-904 Sodding T-905 Topsoiling KSA Specifications S-2 Shop Drawings, Project Data, and Samples S-3 Barricades and Markings for Pavement Closures S-4 Trench or Excavation Safety Systems S-5 Proof Rolling S-6 Stormwater Pollution Prevention Plan S-7 Temporary Sediment Control Fence S-9 Foundation Material for Weak or Pumping Pavement Subgrade S-11 Dewatering the Project Site Table of Contents 00 01 00 - 3 CCIA - East GA Apron Reconstruction - E15234 Rev 01-13-2016 Division / Section Title S-17 Aircraft Tie Down Anchors S-19 Pavement Marking Obliteration S-43 Rock Filter Dams Appendix Title 1 Geotechnical Report END OF SECTION Division 00 – Procurement and Contracting Requirments Invitation to Bid and Instructions to Bidders 00 21 13 - 1 CCIA – East GA Apron Reconstruction – E15234 Rev 01-13-2016 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS ARTICLE 1 – DEFINED TERMS 1.01 Terms used in this Invitation to Bid and Instructions to Bidders have the meanings indicated in the General Conditions and Supplementary Conditions. ARTICLE 2 – GENERAL NOTICE 2.01 The City of Corpus Christi, Texas (Owner) is requesting Bids for the construction of the following Project: CCIA - East GA Apron Reconstruction Project No. E15234 A. The CCIA - East GA Apron Reconstruction is an apron and taxiway reconstruction which includes the following work: 1. Removal of existing apron concrete pavement 2. Removal of existing taxiway HMAC pavement 3. Placing of new concrete pavement for apron and taxiway 4. Replacement of tie-downs along the apron edge-of-pavement B. The CCIA – East GA Apron Reconstruction has one alternate, Additive Alternate No. 1, which includes the following work: 1. Removal of existing apron concrete pavement 2. Placing of new concrete pavement for apron 3. Replacement of tie-downs along the apron edge-of-pavement C. Funding for the CCIA – East GA Apron Reconstruction will be provided by the FAA 2.02 The Engineer’s Opinion of Probable Construction Cost for the Project is approximately $3,100,000 for the Base Bid. The Project is to be substantially complete and ready for operation within 325 days. The Project is to be complete and eligible for Final Payment 30 days after the date for Substantial Completion. 2.03 Advertisement and bidding information for the Project can be found at the following website: www.CivCastUSA.com 2.04 Contract Documents may be downloaded or viewed free of charge at this website. This website will be updated periodically with Addenda, lists of interested parties, reports, or other information relevant to submitting a Bid for the Project. Invitation to Bid and Instructions to Bidders 00 21 13 - 2 CCIA – East GA Apron Reconstruction – E15234 Rev 01-13-2016 ARTICLE 3 – DELIVERY AND OPENING OF BIDS 3.01 Bids must be received no later than 2:00 pm on Wednesday, July 20th, to be accepted. Bids received after this time will not be accepted. It is the sole responsibility of the Bidder to deliver the Bid, electronic or hard copy, by the specified deadline. 3.02 Complete and submit the Bid Form, the Bid Bond and the Bid Acknowledgement Form along with all required documents identified in the Bid Acknowledgement Form. 3.03 Electronic Bids may be submitted to the CivCast website at www.civcastusa.com. 3.04 If submitting a hard copy bid or bid security by cashier’s check or money order, please address envelopes or packages: City of Corpus Christi City Secretary’s Office City Hall Building, 1st Floor 1201 Leopard Street Corpus Christi, Texas 78401 Attention: City Secretary Bid – CCIA - East GA Apron Reconstruction, Project No. E15234 All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package, the project name and number and that bid documents are enclosed. 3.05 Bids will be publicly opened and read aloud at 2:00 pm on Wednesday, July 20th, at the following location: City Hall Building – City of Corpus Christi First Floor City Council Staff Room or Council Chambers 1201 Leopard Street Corpus Christi, Texas 78401 3.06 The Owner will read aloud the names of the Bidders and the apparent Bid amounts shown on the Bid Summary for all Bids received in time to be considered. Invitation to Bid and Instructions to Bidders 00 21 13 - 3 CCIA – East GA Apron Reconstruction – E15234 Rev 01-13-2016 ARTICLE 4 – PRE-BID CONFERENCE 4.01 A non-mandatory pre-bid conference for the Project will be held on Tuesday, July 12th, at 10:00 am at the following location: Airport Board Room Corpus Christi International Airport 1000 International Drive Corpus Christi, Texas 78406 Bids will not be accepted from Bidders who do not attend the conference. It is the Bidders’ responsibility to sign in at the pre-bid conference to verify their participation. ARTICLE 5 – COPIES OF CONTRACT DOCUMENTS 5.01 Obtain a complete set of the Contract Documents as indicated in SECTION 00 52 23 AGREEMENT. 5.02 Use complete sets of Contract Documents in preparing Bids; Bidder assumes sole responsibility for errors or misinterpretations resulting from the use of incomplete sets of Contract Documents. 5.03 OPT makes copies of Contract Documents available for the sole purpose of obtaining Bids for completion of the Project and does not confer a license or grant permission or authorization for any other use. ARTICLE 6 – EXAMINATION OF CONTRACT DOCUMENTS 6.01 Before submitting a Bid: A. Examine and carefully study the Contract Documents, including any Addenda and related supplemental data. B. Become familiar with all federal, state, and local Laws and Regulations that may affect cost, progress, or the completion of Work. C. Carefully study and correlate the information available to the Bidder with the Contract Documents, Addenda, and the related supplemental data. D. Notify the OAR of all conflicts, errors, ambiguities, or discrepancies that the Bidder discovers in the Contract Documents, Addenda, and the related supplemental data. E. Determine that the Contract Documents, Addenda, and the related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. 6.02 The submission of a Bid will constitute an incontrovertible representation by the Bidder that the Bidder has complied with every requirement of this Article 5, that without exception the Bid is premised upon completion of Work required by the Contract Documents, Addenda, and the related supplemental data, that the Bidder has given the OAR written notice of all conflicts, errors, ambiguities, and discrepancies that the Bidder has discovered in the Contract Documents, Addenda, and the related supplemental data and the written resolutions provided Invitation to Bid and Instructions to Bidders 00 21 13 - 4 CCIA – East GA Apron Reconstruction – E15234 Rev 01-13-2016 by the OAR are acceptable to the Bidder, and that the Contract Documents, Addenda, and the related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. ARTICLE 7 – INTERPRETATIONS AND ALTERNATE BIDS 7.01 Submit all questions about the meaning or intent of the Contract Documents, Addenda, and the related supplemental data using the Owner’s Bidding Website at www.civcastusa.com. Responses to questions submitted will be posted on the website by the Owner for the benefit of all Bidders. Responses will be posted for questions submitted by 5:00 p.m. seven (7) days prior to the date of the bid opening. Inquiries made after this period may not be addressed. 7.02 Submit any offer of alternate terms and conditions, or offer of Work not in strict compliance with the Contract Documents to the OAR no later than 14 days prior to the date for opening of Bids. OAR and Designer will issue Addenda as appropriate if any of the proposed changes to the Contract Documents are accepted. A Bid submitted with clarifications or taking exceptions to the Contract Documents, except as modified by Addenda, may be considered non-responsive. 7.03 Addenda may be issued to clarify, correct, or change the Contract Documents, Addenda or the related supplemental data as deemed advisable by the Owner or Designer. Modifications to the Contract Documents prior to the award of contract can only be made by Addenda. Only answers in Addenda authorized by the Owner will be binding. Oral and other interpretations or clarifications will be without legal effect. ARTICLE 8 – BID SECURITY 8.01 Bidders must submit an acceptable Bid Security with their Bid as a guarantee that the Bidder will enter into a contract for the Project with the Owner within 10 days of Notice of Award of the Contract. The security must be payable to the City of Corpus Christi, Texas in the amount of 5 percent (5%) of the greatest amount bid. 8.02 Bid Security may be in the form of a Bid Bond or a cashier’s check, certified check, money order, or bank draft from a chartered financial institution authorized to operate in the State of Texas. Bidders submitting bids electronically through the CivCast System at www.CivCastUSA.com shall scan and upload a copy of Bid Bond as an attachment to their bid. Cashier’s check, certified check, money order or bank draft must be enclosed in a sealed envelope, plainly identified on the outside as containing bid documents, the bidder’s name and the job name and number and delivered as required in Article 7 below. 8.03 Bid Bond Requirements: 1. A Bid Bond must guarantee, without qualification or condition, that the Owner will be paid a sum equal to 5 percent (5%) of the greatest amount bid if, within 10 calendar days of Notice of Award of the Contract, the Bidder/Principal: a. fails to enter into a contract for the Project with the Owner; or b. fails to provide the required Performance and Payment Bonds. 2. A Bid Bond may not limit the sum payable to the Owner to be the difference between the Bidder/Principal’s bid and the next highest bidder. Invitation to Bid and Instructions to Bidders 00 21 13 - 5 CCIA – East GA Apron Reconstruction – E15234 Rev 01-13-2016 3. The Bid Bond must reference the Project by name as identified in Article 1. 4. Bidders may provide their surety’s standard bid bond form if revised to meet these Bid Bond Requirements. 8.04 Failure to provide an acceptable Bid Security will constitute a non-responsive Bid which will not be considered. 8.05 Failure to provide the required Performance and Payment Bonds will result in forfeiture of the Bid Security to the City as liquidated damages. 8.06 Owner may annul the Notice of Award and the Bid Security of the Bidder will be forfeited if the apparent Selected Bidder fails to execute and deliver the Agreement or Amendments to the Agreement. The Bid Security of other Bidders whom the Owner believes to have a reasonable chance of receiving the award may be retained by the Owner until the earlier of 7 days after the Effective Date of the Contract or 90 days after the date Bids are opened. 8.07 Bid Securities are to remain in effect until the Contract is executed. The Bid Securities of all but the three lowest responsible Bidders will be returned within 14 days of the opening of Bids. Bid Securities become void and will be released by the Owner when the Contract is awarded or all Bids are rejected. ARTICLE 9 – PREPARATION OF BID 9.01 The Bid Form is included with the Contract Documents and has been made available at the Owner’s Bidding Website. Complete all blanks on the Bid Form by typing or printing in ink. Indicate Bid prices for each Bid item or alternate shown. 9.02 Execute the Bid Acknowledgement Form as indicated in the document and include evidence of authority to sign. 9.03 Acknowledge receipt of all Addenda by filling in the number and date of each Addendum. Provide a signature as indicated to verify that the Addenda were received. A Bid that does not acknowledge the receipt of all Addenda may be considered non-responsive. 9.04 Provide the name, address, email, and telephone number of the individual to be contacted for any communications regarding the Bid in the Bid Acknowledgement Form. 9.05 Provide evidence of the Bidder’s authority and qualification to do business in the State of Texas or covenant to obtain such qualification prior to award of the Contract. ARTICLE 10 – CONFIDENTIALITY OF BID INFORMATION 10.01 In accordance with Texas Government Code 552.110, trade secrets and confidential information in Bids are not open for public inspection. Bids will be opened in a manner that avoids disclosure of confidential information to competing Bidders and keeps the Bids from the public during considerations. All Bids are open for public inspection after the Contract is awarded, but trade secrets and confidential information in Bids are not typically open for public inspection. The Owner will protect this information to the extent allowed by Laws and Regulations. Clearly indicate which specific documents are considered to be trade secrets or confidential information by stamping or watermarking all such documents with the word “confidential” prominently on Invitation to Bid and Instructions to Bidders 00 21 13 - 6 CCIA – East GA Apron Reconstruction – E15234 Rev 01-13-2016 each page or sheet or on the cover of bound documents. Place “confidential” stamps or watermarks so that they do not obscure any of the required information on the document, either in the original or in a way that would obscure any of the required information in a photocopy of the document. Photocopies of “confidential” documents will be made only for the convenience of the selection committee and will be destroyed after the Effective Date of the Contract. Original confidential documents will be returned to the Bidder after the Effective Date of the Contract if the Bidder indicates that the information is to be returned with the Bid, and arrangements for its return are provided by the Bidder. ARTICLE 11 – MODIFICATION OR WITHDRAWAL OF BID 11.01 A Bid may be withdrawn by a Bidder, provided an authorized individual of the Bidder submits a written request to withdraw the Bid prior to the time set for opening the Bids. 11.02 A Bidder may withdraw its Bid within 24 hours after Bids are opened if the Bidder files a signed written notice with the Owner and promptly, but no later than 3 days, thereafter demonstrates to the reasonable satisfaction of the Owner that there was a material and substantial mistake in the preparation of its Bid. The Bid Security will be returned if it is clearly demonstrated to the Owner that there was a material and substantial mistake in its Bid. A Bidder that requests to withdraw its Bid under these conditions may be disqualified from responding to a reissued invitation to Bid for the Work to be furnished under these Contract Documents. ARTICLE 12 – BIDS REMAIN SUBJECT TO ACCEPTANCE (90 DAYS)//ACCEPTABLE 12.01 All Bids will remain subject to acceptance for 90 days, but the Owner may, at its sole discretion, release any Bid and return the Bid Security prior to the end of this period. ARTICLE 13 – STATEMENT OF EXPERIENCE 13.01 The three lowest Bidders must submit the information required in SECTION 00 45 16 STATEMENT OF EXPERIENCE within 5 days of the date Bids are due to demonstrate that the Bidder meets the minimum requirements to complete the Work. ARTICLE 14 – EVALUATION OF BIDS 14.01 The Owner will consider the amount bid, the Bidder’s responsibilities, the Bidder’s safety record, the Bidder’s indebtedness to Owner, the Bidder’s capacity to perform the work and/or whether the Bidder has met the minimum specific project experience requirements. 14.02 Owner may conduct such investigations as it deems necessary to establish the responsibility of the Bidder and any Subcontractors, individuals, or entities proposed to furnish parts of the Work in accordance with the Contract Documents. 14.03 Submission of a Bid indicates the Bidder’s acceptance of the evaluation technique and methodology as well as the Bidder’s recognition that some subjective judgments must be made by the Owner during the evaluation. Each Bidder agrees to waive any claim it has or may have against the OPT and their respective employees, arising out of or in connection with the administration, evaluation, or recommendation of any Bid. Invitation to Bid and Instructions to Bidders 00 21 13 - 7 CCIA – East GA Apron Reconstruction – E15234 Rev 01-13-2016 ARTICLE 15 – AWARD OF CONTRACT 15.01 The Bidder selected for award of the Contract will be the lowest responsible Bidder that submits a responsive bid. Owner reserves the right to reject any and all Bids, including without limitation, non-conforming, non-responsive or conditional Bids. The Owner reserves the right to adopt the most advantageous interpretation of the Bids submitted in the case of ambiguity or lack of clearness in stating Bid prices and/or waive any or all formalities. 15.02 More than one Bid for the same Work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work shall be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest. ARTICLE 16 – MINORITY / MBE / DBE PARTICIPATION POLICY 16.01 Selected Contractor is required to comply with the Owner’s Minority / MBE / DBE Participation Policy as indicated in SECTION 00 72 03 MINORITY / MBE / DBE PARTICIPATION POLICY. 16.02 Minority participation goal for this Project has been established to be 45%. 16.03 Minority Business Enterprise participation goal for this Project has been established to be 15%. 16.04 Disadvantaged Business Enterprise participation goal for this Project has been established to be 8.87%. ARTICLE 17 – BONDS AND INSURANCE 17.01 Article 6 of the General Conditions and SECTION 00 72 01 INSURANCE REQUIREMENTS sets forth the Owner’s requirements as to Bonds and insurance. When the Selected Bidder delivers the executed Agreement to the Owner, it must be accompanied by the required Bonds and evidence of insurance. 17.02 Provide Performance and Payment Bonds for this Project that fully comply with the provisions of Texas Government Code Chapter 2253. Administration of Bonds will conform to Texas Government Code Chapter 2253 and the provisions of these Contract Documents. ARTICLE 18 – SIGNING OF AGREEMENT 18.01 The City Engineer or Director of Capital Programs will submit recommendation for award to the City Council for those project awards requiring City Council action. The Selected Bidder will be required to deliver the required Bonds and insurance certificates and endorsements along with the required number of counterparts (1) of the Agreement and attached documents to the Owner within 14 days. The Contract will be signed by the City Manager or his/her designee after award and the Bidder’s submission of required documentation and signed counterparts. The Contract will not be binding upon Owner until it has been executed by both parties. Owner will process the Contract expeditiously. However, Owner will not be liable for any delays prior to the award or execution of Contract. Invitation to Bid and Instructions to Bidders 00 21 13 - 8 CCIA – East GA Apron Reconstruction – E15234 Rev 01-13-2016 ARTICLE 19 – SALES AND USE TAXES 19.01 The Owner generally qualifies as a tax exempt agency as defined by the statutes of the State of Texas and is usually not subject to any City or State sales or use taxes, however certain items such as rented equipment may be taxable even though Owner is a tax-exempt agency. Assume responsibility for including any applicable sales taxes in the Contract Price and assume responsibility for complying with all applicable statutes and rulings of the State of Texas Comptroller. 19.02 It is the Owner’s intent to have this Contract qualify as a “separated contract.” ARTICLE 20 – WAGE RATES 20.01 This Contract is subject to Texas Government Code Chapter 2258 concerning payment of prevailing wage rates. Requirements for paying the prevailing wage rates are discussed in SECTION 00 72 02 WAGE RATE REQUIREMENTS. Bidders must pay not less than the minimum wage shown on this list and comply with all statutes and rulings of the State of Texas Comptroller. ARTICLE 21 – BIDDER’s CERTIFICATION OF NO LOBBYING 21.01 In submitting its Bid, Bidder certifies that it has not lobbied the City or its officials, managers, employees, consultants, or contractors in such a manner as to influence or to attempt to influence the bidding process. In the event it reasonably appears that the Bidder influenced or attempted to influence the bidding process, the City may, in its discretion, reject the Bid. ARTICLE 22 – CONFLICT OF INTEREST 22.01 Bidder agrees to comply with Chapter 176 of the Texas Local Government Code and file Form CIQ with the City of Corpus Christi City Secretary’s Office, if required. For more information on Form CIQ and to determine if you need to file a Form CIQ, please review the information on the City Secretary’s website at http://www.cctexas.com/government/city-secretary/conflict- disclosure/index. ARTICLE 23 – CERTIFICATE OF INTERESTED PARTIES 23.01 Bidder agrees to comply with Texas Government Code section 2252.908 and complete Form 1295 Certificate of Interested Parties as part of this contract, if required. For more information, please review the information on the Texas Ethics Commission website at https://www.ethics.state.tx.us. ARTICLE 24 - REJECTION OF BID 24.01 The following will be cause to reject a Bid: A. Bids which are not signed by an individual empowered to bind the Bidder. B. Bids which do not have an acceptable Bid Security, with Power of Attorney, submitted as required by Article 7. C. More than one Bid for same Work from an individual, firm, partnership or corporation. D. Evidence of collusion among Bidders. Invitation to Bid and Instructions to Bidders 00 21 13 - 9 CCIA – East GA Apron Reconstruction – E15234 Rev 01-13-2016 E. Sworn testimony or discovery in pending litigation with Owner which discloses misconduct or willful refusal by bidder to comply with subject contract or instructions of Owner. F. Failure to have an authorized agent of the Bidder attend the mandatory Pre-Bid Conference, if applicable. G. Bids received from a Bidder who has been debarred or suspended by Owner. H. Bids received from a Bidder when Bidder or principals are currently debarred or suspended by Federal, State or City governmental agencies. 24.02 The following may be cause to reject a Bid or cause to deem a Bid non-responsive or irregular. The City reserves the right to waive any irregularities and any or all formalities: A. Poor performance in execution of work under a previous City of Corpus Christi contract. B. Failure to achieve reasonable progress on an existing City of Corpus Christi contract. Evidence of Bidder’s recurring failure to complete an item of work within a timeframe acceptable to the City or in accordance with a City-accepted schedule is evidence of Bidder’s failure to achieve reasonable progress under this subsection. C. Default on previous contracts or failure to execute Contract after award. D. Evidence of failure to pay Subcontractors, Suppliers or employees in accordance with Contract requirements. E. Bids containing omissions, alterations of form, additions, qualifications or conditions not called for by Owner, or incomplete Bids may be rejected. In any case of ambiguity or lack of clarity in the Bid, OWNER reserves right to determine most advantageous Bid or to reject the Bid. F. Failure to acknowledge receipt of Addenda. G. Failure to submit post-Bid information specified in Section 00 45 16 STATEMENT OF EXPERIENCE within the allotted time(s). H. Failure to timely execute Contract after award. I. Previous environmental violations resulting in fines or citations by a governmental entity (i.e. U.S. Environmental Protection Agency, Texas Commission on Environmental Quality, etc.). J. Bidder’s Safety Experience. K. Failure of Bidder to demonstrate, through submission of the Statement of Experience, the experience required as specified in Section 00 45 16 STATEMENT OF EXPERIENCE, if that Section is included in the bidding documents. L. Evidence of Bidder’s lack of sufficient resources, workforce, equipment or supervision, if required by inclusion of appropriate requirements in Section 00 45 16 STATEMENT OF EXPERIENCE. M. Evidence of poor performance on previous Projects as documented in Owner’s project performance evaluations. N. Unbalanced Unit Price Bid: “Unbalanced Bid” means a Bid, which includes a Bid that is based on unit prices which are significantly less than cost for some Bid items and significantly more than cost for others. This may be evidenced by submission of unit price Invitation to Bid and Instructions to Bidders 00 21 13 - 10 CCIA – East GA Apron Reconstruction – E15234 Rev 01-13-2016 Bid items where the cost are significantly higher/lower than the cost of the same Bid items submitted by other Bidders on the project. O. Evidence of Bidder’s lack of capacity to perform the Work. Evidence of Bidder’s lack of capacity. Evidence of capacity to perform the Work will include a factual review of (i) all remaining work or incomplete work items under any existing city or non-city contract; (ii) ability to perform the Work with remaining sufficient resources, workforce, equipment and supervision/supervisory staff; (iii) ability in the past to timely complete the same or similar work in a good and workmanlike manner utilizing same or similar remaining resources or under the same or similar conditions. Evidence of incomplete work items under any existing City-awarded IDIQ or other contract for similar work may constitute a lack of capacity to perform the Work. END OF SECTION Bid Acknowledgement Form 00 30 00 - 1 CCIA – East GA Apron Reconstruction – E15234 Rev 01-13-2016 00 30 00 BID ACKNOWLEDGEMENT FORM ARTICLE 1 – BID RECIPIENT 1.01 In accordance with the Drawings, Specifications, and Contract Documents, this Bid Proposal is submitted by _______________________________________________ (type or print name of company) on: July 20, 2016 at 2:00 pm for Project No. E15234 CCIA - East GA Apron Reconstruction. 1.02 Submit Bids, Bid Security and all attachments to the Bid (See Section 7.01 below) to the City’s electronic bidding website at www.CivCastUSA.com. If submitting hard copy bids or bid security in the form of a cashier’s or certified check, please send to: The City of Corpus Christi, Texas City Secretary’s Office 1201 Leopard Street Corpus Christi, Texas 78401 Attention: City Secretary Bid - CCIA - East GA Apron Reconstruction, Project No. E15234 All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package, the project name and number and that bid documents are enclosed. ARTICLE 2 – BIDDERS’S ACKNOWLEDGMENTS 2.01 Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner on the form included in the Contract Documents, to perform all Work specified or indicated in Contract Documents for the Contract Price indicated in this Bid or as modified by Contract Amendment. Bidder agrees to complete the Work within the Contract Times established in the Agreement or as modified by Contract Amendment and comply with the all other terms and conditions of the Contract Documents. 2.02 Bidder accepts all of the terms and conditions of SECTION 00 21 13 INVITATION AND INSTRUCTIONS TO BIDDERS, including those dealing with required Bonds. The Bid will remain subject to acceptance for 90 days after the opening of Bids. 2.03 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of its failure to complete Work in accordance with the schedule set forth in the Agreement. 2.04 Bidder acknowledges receipt of the following Addenda: Addendum No. Addendum Date Signature Acknowledging Receipt Bid Acknowledgement Form 00 30 00 - 2 CCIA – East GA Apron Reconstruction – E15234 Rev 01-13-2016 ARTICLE 3 – BIDDER’S REPRESENTATIONS 3.01 The Bidder has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. 3.02 The Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. 3.03 The Bidder is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. 3.04 The Bidder has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: A. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; B. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; C. Underground Facilities referenced in reports and drawings; D. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and E. Technical Data related to each of these reports and drawings. 3.05 The Bidder has considered the: A. Information known to Bidder; B. Information commonly known to contractors doing business in the locality of the Site; C. Information and observations obtained from visits to the Site; and D. The Contract Documents. 3.06 The Bidder has considered the items identified in Paragraphs 3.04 and 3.05 with respect to the effect of such information, observations, and documents on: A. The cost, progress, and performance of the Work; B. The means, methods, techniques, sequences, and procedures of construction to be employed by Bidder; and C. Bidder’s safety precautions and programs. 3.07 Based on the information and observations referred to in the preceding paragraphs, Bidder agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. 3.08 The Bidder is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. 3.09 The Bidder has correlated the information known to the Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and Bid Acknowledgement Form 00 30 00 - 3 CCIA – East GA Apron Reconstruction – E15234 Rev 01-13-2016 all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. 3.10 The Bidder has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Bidder has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Bidder. 3.11 The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 3.12 Bidder’s entry into this Contract constitutes an incontrovertible representation by Bidder that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 4 – BASIS OF BID 4.01 Bidder will complete the Work in accordance with the Contract Documents at the unit prices shown in the BID FORM. A. Extended amounts have been computed in accordance with Paragraph 13.03 of the General Conditions. B. Bidder acknowledges that the estimated quantities are not guaranteed, and final payment for all Unit Price items will be based on actual quantities provided, measured as provided in the Contract Documents. C. Unit Price and figures column will be used to compute the actual Bid price. ARTICLE 5 – EVALUATION OF BIDDERS 5.01 The contract may be awarded either to the lowest responsible bidder or to the bidder who provides the best value for the Owner. The Owner will consider the amount bid, the Bidder’s responsibility, the Bidder’s safety record, the Bidder’s indebtedness to Owner and whether the Bidder has met the minimum specific project experience requirements to determine the lowest responsible Bidder. The Owner reserves the right to waive any and all irregularities in determining the Bidders’ responsibility or value, and whether the Bidder has met the minimum specific project experience requirements, and reserves the right to require the submission of additional information. 5.02 The Owner has the right to accept a Bid, reject any and all Bids, to waive any and all irregularities in the Bids, or to reject non-conforming, non-responsive or conditional Bids. In addition, the Owner reserves the right to reject any Bid where circumstances and developments have, in the opinion of the Owner, changed the responsibility of the Bidder. 5.03 Material misstatements in the documentation submitted to determine the Bidder’s responsibility, including information submitted per SECTION 00 45 16 STATEMENT OF EXPERIENCE, may be grounds for rejection of the Bidder’s Bid on this Project. Any such misstatement, if discovered after award of the Contract to such Bidder, may be grounds for immediate termination of the Contract. Additionally, the Bidder will be liable to the Owner for any additional costs or damages to the Owner resulting from such misstatements, including costs and attorney’s fees for collecting such costs and damages. Bid Acknowledgement Form 00 30 00 - 4 CCIA – East GA Apron Reconstruction – E15234 Rev 01-13-2016 ARTICLE 6 – TIME OF COMPLETION 6.01 Bidder will complete the Work required to be substantially completed within 325 days after the date when the Contract Times commence to run as provided in Paragraph 4.01 of the General Conditions. Bidder will complete the Work required for final payment in accordance with Paragraph 15.06 of the General Conditions within 355 days after the date when the Contract Times commence to run. 6.02 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within the number of days indicated. ARTICLE 7 – ATTACHMENTS TO THIS BID In compliance with the Bid Requirements in SECTION 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS, the following are made a condition of this Bid: A. Bid Security. B. SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM and documentation of signatory authority. C. SECTION 00 30 01 BID FORM. D. SECTION 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS. E. SECTION 00 30 05 DISCLOSURE OF INTEREST. F. SECTION 00 30 06 NON-COLLUSION CERTIFICATION. ARTICLE 8 – DEFINED TERMS 8.01 The terms used in this Bid have the meanings indicated in the General Conditions and the Supplementary Conditions. The significance of terms with initial capital letters is described in the General Conditions. ARTICLE 9 – VENUE 9.01 Bidder agrees that venue shall lie exclusively in Nueces County, Texas for any legal action. ARTICLE 10 – SIGNATORY REQUIREMENTS FOR BIDDERS 10.01 Bidders must include their correct legal name, state of residency, and federal tax identification number in the Bid Form. 10.02 The Bidder, or the Bidder’s authorized representative, shall sign and date the Bid Form to accompany all materials included in the submitted Bid. Bids which are not signed and dated in this manner, or which do not contain the required documentation of signatory authority may be rejected as non-responsive. The individual(s) signing the Bid must have the authority to bind the Bidder to a contract, and if required, shall attach documentation of signatory authority to the Bid Form. Bid Acknowledgement Form 00 30 00 - 5 CCIA – East GA Apron Reconstruction – E15234 Rev 01-13-2016 10.03 Bidders who are individuals (“natural persons” as defined by the Texas Business Organizations Code §1.002), but who will not be signing the Bid Form personally, shall include in their bid a notarized power of attorney authorizing the individual designated as their authorized representative to submit the Bid and to sign on behalf of the Bidder. 10.04 Bidders that are entities who are not individuals shall identify in their Bid their charter or Certificate of Authority number issued by the Texas Secretary of State and shall submit with their Bid a copy of a resolution or other documentation approved by the Bidder’s governing body authorizing the submission of the Bid and designating the individual(s) authorized to execute documents on behalf of the Bidder. Bidders using an assumed name (an “alias”) shall submit a copy of the Certificate of Assumed Name or similar document. 10.05 Bidders that are not residents of the State of Texas must document their legal authority to conduct business in Texas. Nonresident Bidders that have previously registered with the Texas Secretary of State may submit a copy of their Certificate of Authority. Nonresident Bidders that have not previously registered with the Texas Secretary of State shall submit a copy of the Bidder’s enabling documents as filed with the state of residency, or as otherwise existing. ARTICLE 11 – BID SUBMITTAL 11.01 This Bid is submitted by: Bidder: (typed or printed full legal name of Bidder) By: (individual’s signature) Name: (typed or printed) Title: (typed or printed) Attest: (individual’s signature) State of Residency: Federal Tax Id. No. Address for giving notices: Phone: Email: (Attach evidence of authority to sign if the authorized individual is not the Bidder, but an individual signing on behalf of another individual Bidder, or if the authorized individual is a representative of a corporation, partnership, or joint venture.) Bid Acknowledgement Form 00 30 00 - 6 CCIA – East GA Apron Reconstruction – E15234 Rev 01-13-2016 END OF SECTION 00 30 01 BID FORM Project Name: Project Number: Owner: Bidder: OAR: Designer: Item UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT A1 Storm Water Pollution Prevention Plan (SWPPP)LS 1 A2 Mobilization, Etc.LS 1 A3 Barricades and Markings for Pavement Closures LS 1 B1 Asphaltic Concrete Pavement Removal SY 6,843 B2 Undercut and Replace Unsuitable Subgrade CY 231 B3 8" Lime-Treated Subgrade SY 6,918 B4 Hydrated Lime for Lime Stabilized Subgrade (8%)TON 186 B5 Installation and Removal of Silt Fence LF 134 B6 Rock Filter Dam LF 20 B7 Rock Construction Exit EA 1 B8 16" Portland Cement Concrete Pavement SY 6,843 B9 Yellow Markings (Reflective)SF 50 B10 Black Markings (Reflective)SF 100 B11 Sodding SY 149 B12 Furnish and Install 4" Topsoil on Disturbed Areas SY 149 B13 Remove and Replace Unsuitable Subgrade with Foundation Material as Directed by the Engineer CY 115 B14 Aircraft Tie Down EA 21 C1 Asphaltic Concrete Pavement Removal SY 7,715 C2 Undercut and Replace Unsuitable Subgrade CY 262 C3 8" Lime-Treated Subgrade SY 7,832 C4 Hydrated Lime for Lime Stabilized Subgrade (8%)TON 211 C5 Installation and Removal of Silt Fence LF 210 C6 16" Portland Cement Concrete Pavement SY 7,715 SUBTOTAL PART A - GENERAL (Items A1 thru A3) SUBTOTAL PART B - GA APRON RECONSTRUCTION SCHEDULE 1 (Items B1 thru B14) Part C - GA Apron Reconstruction Schedule 2 (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Part B - GA Apron Reconstruction Schedule 1 (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) DESCRIPTION Base Bid Part A - General (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Basis of Bid CCIA - East GA Apron Reconstruction City of Corpus Christi KSA Engineers, Inc. E15234 Bid Form CCIA - East GA Apron Reconstruction - E15234 Page 1 of 3 Rev 01-13-2016 00 30 01 BID FORM Item UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNTDESCRIPTION C7 Yellow Markings (Reflective)SF 68 C8 Black Markings (Reflective)SF 133 C9 Sodding SY 234 C10 Furnish and Install 4" Topsoil on Disturbed Areas SY 234 C11 Remove and Replace Unsuitable Subgrade with Foundation Material as Directed by the Engineer CY 129 C12 Aircraft Tie Down EA 38 D1 Asphaltic Concrete Pavement Removal SY 1,544 D2 Undercut and Replace Unsuitable Subgrade CY 53 D3 8" Lime-Treated Subgrade SY 1,568 D4 Hydrated Lime for Lime Stabilized Subgrade (8%)TON 43 D5 Installation and Removal of Silt Fence LF 42 D6 Rock Construction Exit EA 1 D7 16" Portland Cement Concrete Pavement SY 1,544 D8 Yellow Markings (Reflective)SF 34 D9 Black Markings (Reflective)SF 67 D10 Sodding SY 47 D11 Furnish and Install 4" Topsoil on Disturbed Areas SY 47 D12 Mobilization, Etc.LS 1 D13 Barricades and Markings for Pavement Closures LS 1 D14 Dewatering LS 1 D15 Remove and Replace Unsuitable Subgrade with Foundation Material as Directed by the Engineer CY 26 D16 Aircraft Tie Down EA 11 SUBTOTAL PART D - ADDITIVE ALTERNATIVE NO. 1 (D1 THRU D16) SUBTOTAL PART C - GA APRON RECONSTRUCTION SHEDULE 2 (Items C1 thru C12) Part D - Additive Alternative No. 1 (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Bid Form CCIA - East GA Apron Reconstruction - E15234 Page 2 of 3 Rev 01-13-2016 00 30 01 BID FORM Item UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNTDESCRIPTION SUBTOTAL PART D - ADDITIVE ALTERNATIVE NO. 1 (D1 THRU D16) p Contract Times 325 days 355 days SUBTOTAL PART C - GA APRON RECONSTRUCTION SHEDULE 2 (Items C1 thru C12) BID SUMMARY SUBTOTAL PART A - GENERAL (Items A1 thru A3) SUBTOTAL PART B - GA APRON RECONSTRUCTION SCHEDULE 1 (Items B1 thru B14) Bidder agrees to reach Substantial Completion in Bidder agrees to reach Final Completion in TOTAL PROJECT ADDITIVE ALTERNATED (PART D) TOTAL PROJECT BASE BID (PART A THRU C) Bid Form CCIA - East GA Apron Reconstruction - E15234 Page 3 of 3 Rev 01-13-2016 Compliance to State Law on Nonresident Bidders 00 30 02 - 1 CCIA - East GA Apron Reconstruction - E15234 11-25-2013 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS Chapter 2252 of the Texas Government Code applies to the award of government contract to nonresident bidders. This law provides that: “a government entity may not award a governmental contract to a nonresident bidder unless the nonresident underbids the lower bid submitted by a responsible resident bidder by an amount that is not less than the amount by which a resident bidder would be required to underbid the nonresident bidder to obtain a comparable contract in the state in which the nonresident’s principal place of business is located.” “Nonresident bidder” refers to a person who is not a resident of Texas. “Resident bidder” refers to a person whose principal place of business is in this state, including a contractor whose ultimate parent company or majority owner has its principal place of business in this state. Check the statement that is correct for Bidder. ☐ Bidder qualifies as a nonresident bidder whose principal place of business or residency is in the State of . ☐ Bidder (includes parent company or majority owner) qualifies as a resident bidder whose principal place of business is in the State of Texas. The Owner will use the information provided in the State of Texas Comptroller’s annual publication of other states’ laws on contracts to evaluate the Bids of nonresident Bidders. Bidder: Company Name: (typed or printed) By: (signature -- attach evidence of authority to sign) Name: (typed or printed) Title: Business address: Phone: Email: END OF SECTION 00 30 05 City of Corpus Christi Disclosure of Interest SUPPLIER NUMBER TO BE ASSIGNED BY CI FY = PURCHASING DIVISION City of Corpus Chnsti CITY OF CORPUS CHRISTI DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: P. O. BOX: STREET ADDRESS: CITY: ZIP: FIRM IS: 1. Corporation 8 4. Association 2. Partnership e 5. Other 3. Sole Owner ❑ DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each "employee" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Job Title and City Department (if known) 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Title 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Board, Commission or Committee 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Consultant City of Corpus Christi Disclosure of Interest 00 30 05 -1 Rev 01-13-2016 FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof, you shall disclose that fact in a signed writing to the City official, employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349 (d)] CERTIFICATION I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: Title: (Type or Print) Signature of Certifying Date: Person: DEFINITIONS a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi, Texas. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part- time basis, but not as an independent contractor. d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation, joint stock company, joint venture, receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi, Texas. f. "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements." g. "Consultant." Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. City of Corpus Christi Disclosure of Interest 003005-2 Rev 01-13-2016 00 30 06 NON -COLLUSION CERTIFICATION STATE OF TEXAS COUNTY OF NUECES OWNER: City of Corpus Christi, Texas 1201 Leopard Street Corpus Christi, Texas 78401 CONTRACT: CCIA - East GA Apron Reconstruction E15234 Bidder certifies that the it has not been a party to any collusion among Bidders in the restraint of freedom of competition by agreement to submit a Bid at a fixed price or to refrain from bidding; or with any official or employee of the Owner as to quantity, quality, or price in the prospective contract, or any other terms of said prospective contract; or in any discussion between Bidders and any official of the Owner concerning exchange of money or other thing of value for special consideration in the letting of a contract. Company Name: By: Name: Title: Business address: (typed or printed) (signature -- attach evidence of authority to sign) (typed or printed) Phone: Email: Non -Collusion Certification CCIA - East GA Apron Reconstruction - E15234 END OF SECTION 003006-1 11-25-2013 00 45 16 STATEMENT OF EXPERIENCE ARTICLE 1— REQUIREMENT TO PROVIDE A STATEMENT OF EXPERIENCE 1.01 To be considered a responsive Bidder, the three lowest Bidders must complete and submit the Statement of Experience within 5 days after the date Bids are due to demonstrate the Bidders' responsibility and ability to meet the minimum requirements to complete the Work. Failure to submit the required information in the Statement of Experience may result in the Owner considering the Bid non-responsive and result in rejection of the Bid by the Owner. The Bid Security of the Bidder will be forfeited if Bidder fails to deliver the Statement of Experience in an attempt to be released from its Bid. Bidders may be required to provide supplemental information if requested by the Owner to clarify, enhance or supplement the information provided in the Statement of Experience. 1.02 Bidders must provide the information requested in this Statement of Experience using the forms attached to this Section. A copy of these forms can be provided in Microsoft Word to assist with the preparation of the Statement of Experience. Information in these forms must be provided completely and in detail. Information that cannot be totally incorporated in the form may be included in an attachment to the form. This attachment must be clearly referenced by attachment number in the form, and the attached material must include the attachment number on every sheet of the attachment. The attachment must include only the information that responds to the question or item number to which the attachment information applies. 1.03 The Bidder may also be required to supply a financial statement, prepared no later than 90 days prior to the City Engineer's request, signed and dated by the Bidder's owner, president or other authorized party, specifying all current assets and liabilities. ARTICLE 2 — EXPERIENCE REQUIREMENTS 2.01 The Bidder agrees that, in addition to determining the apparent low Bid, the Owner will consider the responsiveness of the Bids and the responsibility of the Bidders in awarding a Contract for this Project. Information that indicates the Bidder or a Subcontractor is not responsible or that might negatively impact a Bidder's ability to complete the Work within the Contract Time and for the Contract Price may result in the Owner rejecting the Bid. 2.02 If none of the three apparent low Bidders are deemed responsible, the Owner may notify the next apparent low Bidders in order, who will then be required to submit the Statement of Experience for review, until a Contract is awarded or all Bids have been rejected. 2.03 The Bidder is responsible for the accuracy and completeness of all of the information provided by the Bidder or a proposed Subcontractor in response to this Statement of Experience. 2.04 Provide general information about the organization as required in Table 1. Describe the organizational structure of the Bidder's organization as it relates to this Project in Table 2. 2.05 Provide resumes for the key personnel that will be actively working on this Project. A. Key personnel include the Project Manager, Project Superintendent, Safety Manager and Quality Control Manager. If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much time will be devoted to each function, their qualifications to fulfill each role, and the percentage of their time that will be devoted to each role. If the individual is not to be devoted solely to this Project, indicate how that individual's time is to be divided between this Project and other assignments. B. The Bidder may provide resumes for an alternate individual if the Bidder is not able to commit to one individual for the Project at the time the Bid is submitted. Qualifications of these individuals will be considered in determining whether the experience of the Bidder meets the minimum requirements. The Statement of Experience 00 45 16 - 1 CCIA - East GA Apron Reconstruction - E15234 Rev 10-6-2015 Bidder must provide the services of the proposed key personnel for the life of the Project as a condition of qualification. Failure to provide the proposed Key Personnel may result in the disqualification of the Bidder and may void the award of the Contract. C. Provide information for each primary and alternate candidate that includes: technical experience, managerial experience, education and formal training and a work history which describes project experience, including the roles and responsibilities for each assignment. Additional information demonstrating experience that meets the minimum requirements should also be included. D. The Project Manager and Project Superintendent must have at least 5 years of recent experience in the management and oversight of projects of a similar size and complexity to this Project. This experience must include scheduling of manpower and materials, safety, coordination of Subcontractors, experience with the submittal process, Federal and State wage rate requirements and contract close-out procedures. The Project Manager and Project Superintendent shall maintain a respectful and professional working environment as exemplified in their speech and conduct. Use of offensive speech such as swearing, profane remarks, insults, lewd joking, and sexual harassment will not be tolerated at the job site. A minimum of three (3) references must be submitted to exemplify the professional character and interpersonal skills of the Project Manager and Project Superintendent from previous projects other than at the Corpus Christi International Airport. Resumes detailing the professional experience of the Project Manager and Project Superintendent are also required and subject to approval by the City of Corpus Christi and the FAA. Failure to provide Project Manager and Project Superintendent resumes and a minimum of three (3) references shall result in the disqualification of the Bidder and s void the award of the Contract. The Project Superintendent is to be present at the Site at all times that Work is being performed. Foremen must have at least 5 years of recent experience in similar work and be subordinate to the Project Superintendent. Foremen cannot act as a superintendent without prior written approval from the Owner. 2.06 Provide information on the project experience and past performance of the organization. A. Provide information on projects that have been awarded to the Organization in the last 5 years in Table 3. Attach additional pages if necessary. Experience must include the satisfactory completion of at least five similar projects within the last 5 years for the Bidder's organization that are equal to or greater in size and magnitude than the current Project. B. In determining the responsibility of the Bidder, the Owner will consider the Bidder's past projects and any substandard quality of workmanship on completed projects. The Owner will consider whether the Bidder's past project experience shows substandard quality of workmanship, issues related to a substandard appearance of the completed work, the amount of warranty or rework required, problems with durability and maintainability of the completed project, and problems with the lack of quality of documentation provided. In addition to the work produced, the Owner may consider issues related to the quality of construction practices, responsiveness to the owner's needs during construction, an inability to work in the spirit of partnering and any non -responsiveness of the Bidder to make warranty corrections. Information to make this determination will come from Owner's interviews with references provided for this project. By listing reference contact information in this Statement of Experience, Bidder indicates its approval for OPT to contact the individuals listed as a reference. ARTICLE 3 — PROVIDE INFORMATION TO DEMONSTRATE THE ABILITY OF THE BIDDER TO PROVIDE SUBCONTRACTING OPPORTUNITIES THAT WILL MEET THE OWNER'S ESTABLISHED GOALS FOR MINORITY, MBE, AND DBE PARTICIPATION IN THE PROJECT. LIST ALL WORK TO BE PERFORMED BY QUALIFIED MINORITY, MBE AND DBE -PROPOSED SUBCONTRACTORS OR SUPPLIERS IN TABLE 4. INCLUDE PERCENTAGES OF WORK SUBCONTRACTED TO EACH TO DEMONSTRATE COMPLIANCE WITH OWNER'S STATED GOALS.STATEMENT OF EXPERIENCE REQUIREMENTS 3.01 Provide one printed copy of the Statement of Experience using the referenced tables and narrative descriptions as described in Article 2. Pages are to be 8-1/2 x 11 pages using a minimum font size of 10. A limited number of 11 x 17 sheets may be used, and must be folded to the size of an 8-1/2 x 11 page. Statement of Experience CCIA - East GA Apron Reconstruction - E15234 004516-2 Rev 10-6-2015 3.02 Provide a digital copy of the Statement of Experience in Portable Document Format (PDF) on a CD, portable drive, or other digital recording device. This digital copy is to include all information required to evaluate the Bid and should match the content of the printed copy of the Bid. When creating the digital copy: A. Create PDF documents from native format files. B. Rotate pages so that the top of the document appears at the top of the file when opened in PDF viewing software. C. Submit PDF documents with adequate resolution to allow documents to be printed in a format equivalent to the original documents. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. D. Submit color PDF documents if color is used in the printed version of the documents. Statement of Experience CCIA - East GA Apron Reconstruction - E15234 004516-3 Rev 10-6-2015 Table 1— Organization Information Organization doing business as: Business Address of Principal Office Telephone No. Website Form of Business (check one) ■ Corporation ■ Partnership ■ Individual If a Corporation State of Incorporation Date of Incorporation Chief Executive Officer's Name President's Name Vice President's Name(s) Secretary's Name Treasurer's Name If a Partnership Date of Organization Form of Partnership: ■ General ■ Limited If an Individual Name Ownership of Organization List of companies, firms, or organizations that own any part of the organization. Names of Companies, Firms, or Organizations Percent Ownership Organization History List of names that this organization currently, has, or anticipates operating under including the names of related companies presently doing business. Names of Organizations From Date To Date Indicators of Organization Size Average number of current full-time employees Average estimate of revenue for the current year Statement of Experience CCIA - East GA Apron Reconstruction - E15234 004516-4 Rev 10-6-2015 Table 1— Organization Information Organization doing business as: Previous History with City of Corpus Christi List the 5 most recent projects that have been completed with the City of Corpus Christi. Project Name Year 1 2 3 4 5 Construction Site Safety Experience Provide Bidders Experience Modification Ratio (EMR) History for the last 3 years. Provide documentation of the EMR. Year EMR Year EMR Year EMR Previous Bidding and Construction Experience Has Bidder or a predecessor organization been disqualified as a bidder within the last 10 years? List Projects below and provide full details in a separate attachment if yes. Has Bidder or a predecessor organization been released from a bid or proposal in the past 10 years? List Projects below and provide full details in a separate attachment if yes. Has Bidder or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? List Projects below and provide full details in a separate attachment if yes. Has Bidder or a predecessor organization been involved in claims or litigation involving project owners within the last 10 years? List Projects below and provide full details in a separate attachment if yes. Have liens or claims for outstanding unpaid invoices been filed against the Bidder for services or materials on any projects begun within the preceding 3 years? Specify the name and address of the party holding the lien or making the claim, the amount and basis for the lien or claim, and an explanation of why the lien has not been released or that the claim has not been paid if yes. Statement of Experience CCIA - East GA Apron Reconstruction - E15234 004516-5 Rev 10-6-2015 Table 2 — Project Information Organization doing business as: Proposed Project Organization Provide a brief description of the organizational structure proposed for this project indicating the names and functional roles of proposed key personnel and alternates. Provide resumes for Project Manager, Superintendent, Safety Manager and Quality Control Manager. Position Primary Alternate Project Manager Superintendent Safety Manager Quality Control Manager Division of work between Bidder and Proposed Subcontractor and Suppliers Provide a list of Work to be self -performed by the Bidder and the Work contracted to Subcontractors and Suppliers for more than 10 percent of the Work (based on estimated subcontract or purchase order amounts and the Contract Price). Description of Work Name of Entity Performing the Work Estimated Percentage of Contract Price Subcontractor Construction Site Safety Experience Provide Experience Modification Ratio (EMR) History for the last 3 years for Subcontractors that will provide Work valued at 25% or more of the Contract Price. Provide documentation of the EMR. Subcontractor Year EMR Year EMR Year EMR Subcontractor Year EMR Year EMR Year EMR Statement of Experience CCIA - East GA Apron Reconstruction - E15234 004516-6 Rev 10-6-2015 Table 3 — Projects Awarded during the Last 5 Years Organization doing business as: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Contract Price Final Contract Price # Contract Days # Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Contract Price Final Contract Price # Contract Days # Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Contract Price Final Contract Price # Contract Days # Days Late Issues/Claims/ Litigation: Statement of Experience CCIA - East GA Apron Reconstruction - E15234 004516-7 Rev 10-6-2015 Table 3 — Projects Awarded during the Last 5 Years — Not including City of Corpus Christi Projects Organization doing business as: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Contract Price Final Contract Price # Contract Days # Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Contract Price Final Contract Price # Contract Days # Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Contract Price Final Contract Price # Contract Days # Days Late Issues/Claims/ Litigation: Statement of Experience CCIA - East GA Apron Reconstruction - E15234 004516-8 Rev 10-6-2015 Table 3 — Projects Awarded during the Last 5 Years — Not including City of Corpus Christi Projects Organization doing business as: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Contract Price Final Contract Price # Contract Days # Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Contract Price Final Contract Price # Contract Days # Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Contract Price Final Contract Price # Contract Days # Days Late Issues/Claims/ Litigation: Statement of Experience CCIA - East GA Apron Reconstruction - E15234 004516-9 Rev 10-6-2015 Table 4 — Demonstrated Minority, MBE, DBE Participation Organization doing business as Project Subcontractors and Suppliers Provide a list of anticipated Minority, MBE, DBE Subcontractors or Suppliers contracts that will be used to demonstrate compliance with the Owner's Minority / MBE / DBE Participation Policy Name Work to be Provided Estimated % of Contract Price Statement of Experience CCIA - East GA Apron Reconstruction - E15234 00 45 16 - 10 Rev 10-6-2015 ARTICLE 4 — CERTIFICATION 4.01 By submitting this Statement of Experience and related information, Bidder certifies that it has read this Statement of Experience and that Bidder's responses are true and correct and contain no material misrepresentations and that the individual signing below is authorized to make this certification on behalf of the Bidder's organization. The individual signing this certification shall attach evidence of individual's authority to bind the organization to an agreement. Bidder: By: Name: Title: (typed or printed) (individual's signature) (typed or printed) Designated Representative: Name: Title: Address: (typed or printed) Telephone No.: Email: END OF SECTION Statement of Experience CCIA - East GA Apron Reconstruction - E15234 00 45 16-11 Rev 10-6-2015 00 52 23 AGREEMENT This Agreement, for the Project awarded on October 4, 2016, is between the City of Corpus Christi (Owner) and Owner and Contractor agree as follows: ARTICLE 1— WORK (Contractor). 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: CCIA - East GA Apron Reconstruction E15234 ARTICLE 2 — DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: KSA Engineers, Inc. 8875 Synergy Drive McKinney, TX, 75070 2.02 The Owner's Authorized Representative for this Project is: TO BE DETERMINED ARTICLE 3 — CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 350 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within 380 days after the date when the Contract Times commence to run. B. Milestones, and the dates for completion of each, are as defined in SECTION 01 35 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones, Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Agreement 00 52 23 - 1 CCIA - East GA Apron Reconstruction - E15234 Rev 01-13-2016 Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Conditions. Owner and Contractor also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty): 1. Substantial Completion: Contractor shall pay Owner $5,000 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner $5,000 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 01 35 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 5. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4 — CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed in accordance with Paragraph 13.03 of the General Conditions. Contractor acknowledges that estimated quantities are not guaranteed, and were solely for the purpose of comparing Bids, and final payment for all unit price items will be based on actual quantities, determined as provided in the Contract Documents. Total Base Bid Price $ ARTICLE 5 — PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 15 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. 5.02 Progress Payments; Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. Agreement 00 52 23 - 2 CCIA - East GA Apron Reconstruction - E15234 Rev 01-13-2016 B. Progress payments equal to 95 percent of the total earned value to date for completed Work and properly stored materials will be made prior to Substantial Completion. The balance will be held as retainage. C. Payment will be made for the amount determined per Paragraph 5.02.B, less the total of payments previously made and less set -offs determined in accordance with Paragraph 15.01 of the General Conditions. D. At the Owner's option, retainage may be required at a higher percentage rate if progress on the Project is considered to be unsatisfactory. If retainage in excess of the amount described above is held prior to Substantial Completion, the Owner will place the additional amount in an interest bearing account. Interest will be paid in accordance with Paragraph 6.01. E. At the Owner's option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 15.01 of the General Conditions and less 200 percent of OAR's estimate of the value of Work to be completed or corrected to reach Substantial Completion. Owner may, at its sole discretion, elect to hold retainage in the amounts set forth above for progress payments prior to Substantial Completion if Owner has concerns with the ability of the Contractor to complete the remaining Work in accordance with the Contract Documents or within the time frame established by this Agreement. Release or reduction in retainage is contingent upon and consent of surety to the reduction in retainage. 5.03 Owner will pay the remainder of the Contract Price as recommended by OAR in accordance with Paragraph 15.06 of the General Conditions upon Final Completion and acceptance of the Work. ARTICLE 6 — INTEREST ON OVERDUE PAYMENTS AND RETAINAGE 6.01 The Owner is not obligated to pay interest on overdue payments except as required by Texas Government Code Chapter 2251. 6.02 The Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. ARTICLE 7 — CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site -related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; Agreement 00 52 23 - 3 CCIA - East GA Apron Reconstruction - E15234 Rev 01-13-2016 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. L. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. Agreement 00 52 23 - 4 CCIA - East GA Apron Reconstruction - E15234 Rev 01-13-2016 ARTICLE 8 — ACCOUNTING RECORDS 8.01 Accounting Record Availability: The Contractor shall keep such full and detailed accounts of materials incorporated and labor and equipment utilized for the Work consistent with the requirements of Paragraph 13.01 of the General Conditions and as may be necessary for proper financial management under this Agreement. Subject to prior written notice, the Owner shall be afforded reasonable access during normal business hours to all of the Contractor's records, books, correspondence, instructions, drawings, receipts, vouchers, memoranda, and similar data relating to the Cost of the Work and the Contractor's fee. The Contractor shall preserve all such documents for a period of 3 years after the final payment by the Owner. ARTICLE 9 — CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: 1. Specifications, forms, and documents listed in SECTION 00 01 00 TABLE OF CONTENTS. 2. Drawings listed in the Sheet Index. 3. Addenda. 4. Exhibits to this Agreement: a. Contractor's Bid Form. 5. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. ARTICLE 10 — CONTRACT DOCUMENT SIGNATURES One original of the signed Agreement will be required. The sequence of signatures will be completed in the following order: A. CONTRACTOR —Agreement must be signed by a person authorized to bind the firm or company. If Contractor is a Corporation, agreements must be Attested; B. ASSISTANT CITY ATTORNEY for the City; C. DIRECTOR OF ENGINEERING SERVICES; D. CITY SECRETARY for the City. ATTEST CITY OF CORPUS CHRISTI Agreement 00 52 23 - 5 CCIA - East GA Apron Reconstruction - E15234 Rev 01-13-2016 Rebecca Huerta City Secretary APPROVED AS TO LEGAL FORM: Janet L. Kellogg Assistant City Attorney J.H. Edmonds, P.E. Director of Engineering Services ATTEST (IF CORPORATION) CONTRACTOR (Seal Below) By: Note: Attach copy of authorization to sign if person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief Financial Officer Title: Address City State Zip Phone Fax EMail END OF SECTION Agreement 00 52 23 - 6 CCIA - East GA Apron Reconstruction - E15234 Rev 01-13-2016 00 61 13 PERFORMANCE BOND BOND NO. Contractor as Principal Name: Mailing address (principal place of business): Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Engineering Services 1201 Leopard Street Corpus Christi, Texas 78401 Contract Project name and number: Award Date of the Contract: Contract Price: Bond Date of Bond: (Date of Bond cannot be earlier than Award Date of the Contract) Said Principal and Surety have signed and sealed this instrument in 4 copies, each one of which shall be deemed an original. Surety Name: Mailing address (principal place of business): Physical address (principal place of business): Surety is a corporation organized and existing under the laws of the state of: By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Telephone (main number): Telephone (for notice of claim): Local Agent for Surety Name: Address: Telephone: E -Mail Address: The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800-252-3439 Performance Bond CCIA - East GA Apron Reconstruction - E15234 00 61 13 - 1 Rev 01-13-2016 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal faithfully performs the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal Signature: Surety Signature: Name: Name: Title: Title: Email Address: Email Address: (Attach Power of Attorney and place surety seal below) END OF SECTION Performance Bond CCIA - East GA Apron Reconstruction - E15234 006113-2 Rev 01-13-2016 00 61 16 PAYMENT BOND BOND NO. Contractor as Principal Name: Mailing address (principal place of business): Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Engineering Services 1201 Leopard Street Corpus Christi, Texas 78401 Contract Project name and number: Award Date of the Contract: Contract Price: Bond Date of Bond: (Date of Bond cannot be earlier than Award Date of Contract) Said Principal and Surety have signed and sealed this instrument in 4 copies, each one of which shall be deemed an original. Surety Name: Mailing address (principal place of business): Physical address (principal place of business): Surety is a corporation organized and existing under the laws of the state of: By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Telephone (main number): Telephone (for notice of claim): Local Agent for Surety Name: Address: Telephone: E -Mail Address: The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800-252-3439 Payment Bond Form CCIA - East GA Apron Reconstruction - E15234 006116-1 Rev. 01-13-2016 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Payment Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal pays all claimants providing labor or materials to him or to a Subcontractor in the prosecution of the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal Signature: Surety Signature: Name: Name: Title: Title: Email Address: Email Address: (Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Form 00 61 16 - 2 CCIA - East GA Apron Reconstruction - E15234 Rev. 01-13-2016 00 72 00 GENERAL CONDITIONS Table of Contents Page Article 1— Definitions and Terminology 6 1.01 Defined Terms 6 1.02 Terminology 11 Article 2 — Preliminary Matters 12 2.01 Delivery of Bonds and Evidence of Insurance 12 2.02 Copies of Documents 13 2.03 Before Starting Construction 13 2.04 Preconstruction Conference; Designation of Authorized Representatives 13 Article 3 — Contract Documents: Intent, Requirements, Reuse 13 3.01 Intent 13 3.02 Reference Standards 15 3.03 Reporting and Resolving Discrepancies 15 3.04 Interpretation of the Contract Documents 16 3.05 Reuse of Documents 16 Article 4 — Commencement and Progress of the Work 16 4.01 Commencement of Contract Times; Notice to Proceed 16 4.02 Starting the Work 16 4.03 Progress Schedule 17 4.04 Delays in Contractor's Progress 17 Article 5 — Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions 18 5.01 Availability of Lands 18 5.02 Use of Site and Other Areas 18 5.03 Subsurface and Physical Conditions 19 5.04 Differing Subsurface or Physical Conditions 19 5.05 Underground Facilities 21 5.06 Hazardous Environmental Conditions at Site 22 Article 6 — Bonds and Insurance 24 6.01 Performance, Payment, and Other Bonds 24 6.02 Licensed Sureties 24 General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 1 03-23-2015 6.03 Insurance Article 7 — Contractor's Responsibilities 7.01 Supervision and Superintendence 7.02 Labor; Working Hours 7.03 Services, Materials, and Equipment 7.04 Concerning Subcontractors, Suppliers, and Others 7.05 Patent Fees and Royalties 7.06 Permits 7.07 Taxes 7.08 Laws and Regulations 7.09 Safety and Protection 7.10 Safety Representative 7.11 Hazard Communication Programs 7.12 Emergencies 7.13 Contractor's General Warranty and Guarantee 7.14 Indemnification 7.15 Delegation of Professional Design Services Article 8 — Other Work at the Site 8.01 Other Work 8.02 Coordination 8.03 Legal Relationships Article 9 — Owner's and OPT's Responsibilities 9.01 Communications to Contractor 9.02 Replacement of Owner's Project Team Members 9.03 Furnish Data 9.04 Pay When Due 9.05 Lands and Easements; Reports and Tests 9.06 Insurance 9.07 Modifications 9.08 Inspections, Tests, and Approvals 9.09 Limitations on OPT's Responsibilities 9.10 Undisclosed Hazardous Environmental Condition 9.11 Compliance with Safety Program General Conditions Corpus Christi Standards - Regular Projects 007200-2 03-23-2015 Article 10 — OAR's and Designer's Status During Construction 36 10.01 Owner's Representative 36 10.02 Visits to Site 36 10.03 Resident Project Representatives 36 10.04 Rejecting Defective Work 36 10.05 Shop Drawings, Modifications and Payments 36 10.06 Decisions on Requirements of Contract Documents and Acceptability of Work 37 10.07 Limitations on OAR's and Designer's Authority and Responsibilities 37 Article 11— Amending the Contract Documents; Changes in the Work 37 11.01 Amending and Supplementing the Contract Documents 37 11.02 Owner -Authorized Changes in the Work 38 11.03 Unauthorized Changes in the Work 38 11.04 Change of Contract Price 39 11.05 Change of Contract Times 40 11.06 Change Proposals 40 11.07 Execution of Change Orders 40 11.08 Notice to Surety 41 Article 12 — Claims 42 12.01 Claims 42 12.02 Claims Process 42 Article 13 — Cost of the Work; Allowances; Unit Price Work 43 13.01 Cost of the Work 43 13.02 Allowances 46 13.03 Unit Price Work 46 13.04 Contingencies 47 Article 14 — Tests and Inspections; Correction, Removal, or Acceptance of Defective Work 47 14.01 Access to Work 47 14.02 Tests, Inspections, and Approvals 47 14.03 Defective Work 48 14.04 Acceptance of Defective Work 49 14.05 Uncovering Work 49 14.06 Owner May Stop the Work 49 14.07 Owner May Correct Defective Work 50 General Conditions Corpus Christi Standards - Regular Projects 007200-3 03-23-2015 Article 15 — Payments to Contractor; Set -Offs; Completion; Correction Period 15.01 Progress Payments 15.02 Contractor's Warranty of Title 15.03 Substantial Completion 15.04 Partial Utilization 15.05 Final Inspection 15.06 Final Payment 15.07 Waiver of Claims 15.08 Correction Period Article 16 — Suspension of Work and Termination 16.01 16.02 16.03 Owner May Suspend Work Owner May Terminate for Cause Owner May Terminate For Convenience Article 17 — Final Resolution of Disputes 17.01 Methods and Procedures Article 18 — Miscellaneous 18.01 Computation of Times 18.02 Owner's Right to Audit Contractor's Records 18.03 Independent Contractor 18.04 Cumulative Remedies 18.05 Limitation of Damages 18.06 No Waiver 18.07 Severability 18.08 Survival of Obligations 18.09 No Third Party Beneficiaries 18.10 Assignment of Contract 18.11 No Waiver of Sovereign Immunity 18.12 Controlling Law 18.13 Conditions Precedent to Right to Sue 18.14 Waiver of Trial by Jury 18.15 Attorney Fees 18.16 Compliance with Laws 18.17 Enforcement General Conditions Corpus Christi Standards - Regular Projects 007200-4 03-23-2015 18.18 Subject to Appropriation 60 18.19 Contract Sum 60 18.20 Contractor's Guarantee as Additional Remedy 60 General Conditions Corpus Christi Standards - Regular Projects 007200-5 03-23-2015 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. A term with initial capital letters, including the term's singular and plural forms, has the meaning indicated in this paragraph wherever used in the Bidding Requirements or Contract Documents. In addition to the terms specifically defined, terms with initial capital letters in the Contract Documents may include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda - Documents issued prior to the receipt of Bids which clarify or modify the Bidding Requirements or the proposed Contract Documents. 2. Agreement - The document executed between Owner and Contractor covering the Work. 3. Alternative Dispute Resolution - The process by which a disputed Claim may be settled as an alternative to litigation, if Owner and Contractor cannot reach an agreement between themselves. 4. Application for Payment - The forms used by Contractor to request payments from Owner and the supporting documentation required by the Contract Documents. 5. Award Date — The date the City Council of the City of Corpus Christi (City) authorizes the City Manager or designee to execute the Contract on behalf of the City. 6. Bid - The documents submitted by a Bidder to establish the proposed Contract Price and Contract Times and provide other information and certifications as required by the Bidding Requirements. 7. Bidding Documents - The Bidding Requirements, the proposed Contract Documents, and Addenda. 8. Bidder - An individual or entity that submits a Bid to Owner. 9. Bidding Requirements - The Invitation for Bids, Instructions to Bidders, Bid Security, Bid Form and attachments, and required certifications. 10. Bid Security - The financial security in the form of a bid bond provided by Bidder at the time the Bid is submitted and held by Owner until the Agreement is executed and the evidence of insurance and Bonds required by the Contract Documents are provided. A cashier's check, certified check, money order or bank draft from any State or National Bank will also be acceptable. 11. Bonds - Performance Bond, Payment Bond, Maintenance Bond, and other Surety instruments executed by Surety. When in singular form, refers to individual instrument. 12. Change Order - A document issued on or after the Effective Date of the Contract and signed by Owner and Contractor which modifies the Work, Contract Price, Contract Times, or terms and conditions of the Contract. General Conditions Corpus Christi Standards - Regular Projects 007200-6 03-23-2015 13. Change Proposal - A document submitted by Contractor in accordance with the requirements of the Contract Documents: a. Requesting an adjustment in Contract Price or Contract Times; b. Contesting an initial decision concerning the requirements of the Contract Documents or the acceptability of Work under the Contract Documents; c. Challenging a set-off against payment due; or d. Seeking a Modification with respect to the terms of the Contract. 14. City Engineer - The Corpus Christi City Engineer and/or his designated representative as identified at the preconstruction conference or in the Notice to Proceed. 15. Claim - A demand or assertion by Owner or Contractor submitted in accordance with the requirements of the Contract Documents. A demand for money or services by an entity other than the Owner or Contractor is not a Claim. 16. Constituent of Concern - Asbestos, petroleum, radioactive materials, polychlorinated biphenyls (PCBs), hazardous wastes, and substances, products, wastes, or other materials that are or become listed, regulated, or addressed pursuant to: a. The Comprehensive Environmental Response, Compensation and Liability Act, 42 U.S.C. §§9601 et seq. ("CERCLA"); b. The Hazardous Materials Transportation Act, 49 U.S.C. §§5501 et seq.; c. The Resource Conservation and Recovery Act, 42 U.S.C. §§6901 et seq. ("RCRA"); d. The Toxic Substances Control Act, 15 U.S.C. §§2601 et seq.; e. The Clean Water Act, 33 U.S.C. §§1251 et seq.; f. The Clean Air Act, 42 U.S.C. §§7401 et seq.; or g. Any other Laws or Regulations regulating, relating to, or imposing liability or standards of conduct concerning hazardous, toxic, or dangerous waste, substance, or material. 17. Contract - The entire integrated set of documents concerning the Work and describing the relationship between the Owner and Contractor. 18. Contract Amendment - A document issued on or after the Effective Date of the Contract and signed by Owner and Contractor which: a. Authorizes new phases of the Work and establishes the Contract Price, Contract Times, or terms and conditions of the Contract for the new phase of Work; or b. Modifies the terms and conditions of the Contract, but does not make changes in the Work. 19. Contract Documents - Those items designated as Contract Documents in the Agreement. 20. Contract Price - The monetary amount stated in the Agreement and as adjusted by Modifications, and increases or decreases in unit price quantities, if any, that Owner has agreed to pay Contractor for completion of the Work in accordance with the Contract Documents. General Conditions Corpus Christi Standards - Regular Projects 007200-7 03-23-2015 21. Contract Times - The number of days or the dates by which Contractor must: a. Achieve specified Milestones; b. Achieve Substantial Completion; and c. Complete the Work. 22. Contractor - The individual or entity with which Owner has contracted for performance of the Work. 23. Contractor's Team - Contractor and Subcontractors, Suppliers, individuals, or entities directly or indirectly employed or retained by them to perform part of the Work or anyone for whose acts they may be liable. 24. Cost of the Work - The sum of costs incurred for the proper performance of the Work as allowed by Article 13. 25. Defective - When applied to Work, refers to Work that is unsatisfactory, faulty, or deficient in that it: a. Does not conform to the Contract Documents; b. Does not meet the requirements of applicable inspections, reference standards, tests, or approvals referred to in the Contract Documents; or c. Has been damaged or stolen prior to OAR's recommendation of final payment unless responsibility for the protection of the Work has been assumed by Owner at Substantial Completion in accordance with Paragraphs 15.03 or 15.04. 26. Designer - The individuals or entity named as Designer in the Agreement and the subconsultants, individuals, or entities directly or indirectly employed or retained by Designer to provide design or other technical services to the Owner. Designer has responsibility for engineering or architectural design and technical issues related to the Contract Documents. Designers are Licensed Professional Engineers or Registered Architects qualified to practice their profession in the State of Texas. 27. Drawings - The part of the Contract that graphically shows the scope, extent, and character of the Work. Shop Drawings and other Contractor documents are not Drawings. 28. Effective Date of the Contract - The date indicated in the Agreement on which the City Manager or designee has signed the Contract. 29. Field Order - A document issued by OAR or Designer requiring changes in the Work that do not change the Contract Price or the Contract Times. 30. Hazardous Environmental Condition - The presence of Constituents of Concern at the Site in quantities or circumstances that may present a danger to persons or property exposed to Constituents of Concern. The presence of Constituents of Concern at the Site necessary for the execution of the Work or to be incorporated in the Work is not a Hazardous Environmental Condition provided these Constituents of Concern are controlled and contained pursuant to industry practices, Laws and Regulations, and the requirements of the Contract. General Conditions Corpus Christi Standards - Regular Projects 007200-8 03-23-2015 31. Indemnified Costs - All costs, losses, damages, and legal or other dispute resolution costs resulting from claims or demands against Owner's Indemnitees. These costs include fees for engineers, architects, attorneys, and other professionals. 32. Laws and Regulations; Laws or Regulations - Applicable laws, statutes, rules, regulations, ordinances, codes, and orders of governmental bodies, agencies, authorities, and courts having jurisdiction over the Project. 33. Liens - Charges, security interests, or encumbrances upon Contract related funds, real property, or personal property. 34. Milestone - A principal event in the performance of the Work that Contractor is required by Contract to complete by a specified date or within a specified period of time. 35. Modification - Change made to the Contract Documents by one of the following methods: a. Contract Amendment; b. Change Order; c. Field Order; or d. Work Change Directive. 36. Notice of Award - The notice of Owner's intent to enter into a contract with the Selected Bidder. 37. Notice to Proceed - A notice to Contractor of the Contract Times and the date Work is to begin. 38. Owner - The City of Corpus Christi (City), a Texas home -rule municipal corporation and political subdivision organized under the laws of the State of Texas, acting by and through its duly authorized City Manager and his designee, the City Engineer (the Director of Engineering Services), and the City's officers, employees, agents, or representatives, authorized to administer design and construction of the Project. 39. Owner's Authorized Representative or OAR - The individual or entity named as OAR in the Agreement and the consultants, subconsultants, individuals, or entities directly or indirectly employed or retained by them to provide construction management services to the Owner. The OAR may be an employee of the Owner. 40. Owner's Indemnitees - Each member of the OPT and their officers, directors, members, partners, employees, agents, consultants, and subcontractors. 41. Owner's Project Team or OPT - The Owner, Owner's Authorized Representative, Resident Project Representative, Designer, and the consultants, subconsultants, individuals, or entities directly or indirectly employed or retained by them to provide services to the Owner. 42. Partial Occupancy or Use - Use by Owner of a substantially completed part of the Work for the purpose for which it is intended (or a related purpose) prior to Substantial Completion of all the Work. General Conditions Corpus Christi Standards - Regular Projects 007200-9 03-23-2015 43. Progress Schedule - A schedule prepared and maintained by Contractor, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Times. 44. Project - The total undertaking to be accomplished for Owner under the Contract Documents. 45. Resident Project Representative or RPR - The authorized representative of OPT assigned to assist OAR at the Site. As used herein, the term Resident Project Representative includes assistants and field staff of the OAR. 46. Samples - Physical examples of materials, equipment, or workmanship representing some portion of the Work that are used to establish the standards for that portion of the Work. 47. Schedule of Documents - A schedule of required documents, prepared, and maintained by Contractor. 48. Schedule of Values - A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for Contractor's Applications for Payment. 49. Selected Bidder - The Bidder to which Owner intends to award the Contract. 50. Shop Drawings - All drawings, diagrams, illustrations, schedules, and other data or information that are specifically prepared or assembled and submitted by Contractor to illustrate some portion of the Work. Shop Drawings, whether approved or not, are not Drawings and are not Contract Documents. 51. Site - Lands or areas indicated in the Contract Documents as being furnished by Owner upon which the Work is to be performed. The Site includes rights-of-way, easements, and other lands furnished by Owner which are designated for use by the Contractor. 52. Specifications - The part of the Contract that describes the requirements for materials, equipment, systems, standards, and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable to the Work. 53. Subcontractor - An individual or entity having a direct contract with Contractor or with other Subcontractors or Suppliers for the performance of a part of the Work. 54. Substantial Completion - The point where the Work or a specified part of the Work is sufficiently complete to be used for its intended purpose in accordance with the Contract Documents. 55. Supplementary Conditions - The part of the Contract that amends or supplements the General Conditions. 56. Supplier - A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with Subcontractors or other Suppliers to furnish materials or equipment to be incorporated in the Work. 57. Technical Data - Those items expressly identified as Technical Data in the Supplementary Conditions with respect to either: a. Subsurface conditions at the Site; General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 10 03-23-2015 b. Physical conditions relating to existing surface or subsurface structures at the Site, except Underground Facilities; or c. Hazardous Environmental Conditions at the Site. 58. Underground Facilities - All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, other similar facilities or appurtenances, and encasements containing these facilities which are used to convey electricity, gases, steam, liquid petroleum products, telephone or other communications, fiber optic transmissions, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 59. Unit Price Work - Work to be paid for on the basis of unit prices. 60. Work - The construction of the Project or its component parts as required by the Contract Documents. 61. Work Change Directive - A directive issued to Contractor on or after the Effective Date of the Contract ordering an addition, deletion, or revision in the Work. The Work Change Directive serves as a memorandum of understanding regarding the directive until a Change Order can be issued. 1.02 Terminology A. The words and terms discussed in this Paragraph 1.02 are not defined, but when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. It is understood that the cost for performing Work is included in the Contract Price and no additional compensation is to be paid by Owner unless specifically stated otherwise in the Contract Documents. Expressions including or similar to "at no additional cost to Owner," "at Contractor's expense," or similar words mean that the Contractor is to perform or provide specified operation of Work without an increase in the Contract Price. C. The terms "day" or "calendar day" mean a calendar day of 24 hours measured from midnight to the next midnight. D. The meaning and intent of certain terms or adjectives are described as follows: 1. The terms "as allowed," "as approved," "as ordered," "as directed," or similar terms in the Contract Documents indicate an exercise of professional judgment by the OPT. 2. Adjectives including or similar to "reasonable," "suitable," "acceptable," "proper," "satisfactory," or similar adjectives are used to describe a determination of OPT regarding the Work. 3. Any exercise of professional judgment by the OPT will be made solely to evaluate the Work for general compliance with the Contract Documents unless there is a specific statement in the Contract Documents indicating otherwise. 4. The use of these or similar terms or adjectives does not assign a duty or give OPT authority to supervise or direct the performance of the Work, or assign a duty or give authority to the OPT to undertake responsibilities contrary to the provisions of Articles 9 or 10 or other provisions of the Contract Documents. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-11 03-23-2015 E. The use of the words "furnish," "install," "perform," and "provide" have the following meanings when used in connection with services, materials, or equipment: 1. Furnish means to supply and deliver the specified services, materials, or equipment to the Site or other specified location ready for use or installation. 2. Install means to complete construction or assembly of the specified services, materials, or equipment so they are ready for their intended use. 3. Perform or provide means to furnish and install specified services, materials, or equipment, complete and ready for their intended use. 4. Perform or provide the specified services, materials, or equipment complete and ready for intended use if the Contract Documents require specific services, materials, or equipment, but do not expressly use the words "furnish," "install," "perform," or "provide." F. Contract Documents are written in modified brief style: 1. Requirements apply to all Work of the same kind, class, and type even though the word "all" is not stated. 2. Simple imperative sentence structure is used which places a verb as the first word in the sentence. It is understood that the words "furnish," "install," "perform," "provide," or similar words include the meaning of the phrase "The Contractor shall..." before these words. 3. Unless specifically stated that action is to be taken by the OPT or others, it is understood that the action described is a requirement of the Contractor. G. Words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with this recognized meaning unless stated otherwise in the Contract Documents. H. Written documents are required where reference is made to notices, reports, approvals, consents, documents, statements, instructions, opinions or other types of communications required by the Contract Documents. Approval and consent documents must be received by Contractor prior to the action or decision for which approval or consent is given. These may be made in printed or electronic format through the OPT's project management information system or other electronic media as required by the Contract Documents or approved by the OAR. I. Giving notice as required by the Contract Documents may be by printed or electronic media using a method that requires acknowledgment of the receipt of that notice. ARTICLE 2 — PRELIMINARY MATTERS 2.01 Delivery of Bonds and Evidence of Insurance A. Provide required Bonds with the executed Agreement. B. Provide evidence of insurance required by the Contract Documents with the executed Agreement. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 12 03-23-2015 2.02 Copies of Documents A. OPT is to furnish one fully executed Agreement and one copy of the executed Contract Documents in electronic portable document format (PDF). This document is the Project Record Copy of the Contract Documents. 2.03 Before Starting Construction A. Provide the following preliminary documents in accordance with the Contract Documents within 10 days after the Effective Date of the Contract: 1. Progress Schedule; 2. Schedule of Documents; and 3. Schedule of Values and projected cash flow information. 2.04 Preconstruction Conference; Designation of Authorized Representatives A. Attend the preconstruction conference as required by the Contract Documents. B. Designate the specific individuals authorized to act as representatives of the Contractor. These individuals must have the authority to transmit and receive information, render decisions relative to the Contract, and otherwise act on behalf of the Contractor. C. Owner is to designate the specific individuals authorized to act as representatives of the Owner and the limits of their authority with regard to acting on behalf of the Owner. ARTICLE 3 — CONTRACT DOCUMENTS: INTENT, REQUIREMENTS, REUSE 3.01 Intent A. Requirements of components of the Contract Documents are as binding as if required by all Contract Documents. It is the intent of the Contract Documents to describe a functionally complete Project. The Contract Documents do not indicate or describe all of the Work required to complete the Project. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the OPT. 1. The Contract requirements described in the General Conditions, Supplementary Conditions, and General Requirements (Division 01 Sections of the Specifications) apply to Work regardless of where it is described in the Contract Documents, unless specifically noted otherwise. 2. In offering a Bid for this Project and in entering into this Contract, Contractor represents: a. Contractor has studied the Contract Documents, the Work, the Site, local conditions, Laws and Regulations, and other conditions that may affect the Work; b. Contractor has studied the Technical Data and other information referred to in the Contract Documents and has or will make additional surveys and investigations as deemed necessary for the performance of the Work; c. Contractor has correlated these studies and observations with the requirements of the Contract Documents; and General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 13 03-23-2015 d. Contractor has taken all of this information into consideration in developing the Contract Price offered and that the Contract Price offered provides full compensation for providing the Work in accordance with the Contract Documents. 3. Organization of the Contract Documents is not intended to control or lessen the responsibility of the Contractor when dividing Work among Subcontractors or Suppliers, or to establish the extent of Work to be performed by trades, Subcontractors, or Suppliers. Specifications or details do not need to be indicated or specified in each Specification or Drawing. Items shown in the Contract Documents are applicable regardless of their location in the Contract Documents. 4. Standard paragraph titles and other identifications of subject matter in the Specifications are intended to aid in locating and recognizing various requirements of the Specifications. Titles do not define, limit, or otherwise restrict Specification text. 5. Provide the labor, documentation, services, materials, or equipment that may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result, whether specifically called for in the Contract Documents or not. Include these related costs in the offered Contract Price. B. Provide equipment that is functionally complete as described in the Contract Documents. The Drawings and Specifications do not indicate or describe all of the Work required to complete the installation of products purchased by the Owner or Contractor. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the Designer through the OAR. C. Comply with the most stringent requirements where compliance with two or more standards is specified and they establish different or conflicting requirements for the Work, unless the Contract Documents indicate otherwise. D. Provide materials and equipment comparable in quality to similar materials and equipment incorporated in the Project or as required to meet the minimum requirements of the application if the materials and equipment are shown in the Drawings but are not included in the Specifications. E. The Project Record Copy of the Contract Documents governs if there is a discrepancy between the Project Record Copy of the Contract Documents and subsequent electronic or digital versions of the Contract Documents, including printed copies derived from these electronic or digital versions. F. The Contract supersedes all prior written or oral negotiations, representations, and agreements. The Contract Documents comprise the entire Agreement between Owner and Contractor. The Contract Documents may be modified only by a Modification. G. Request clarification from OAR for a decision before proceeding if Contractor is not clear on the meaning of the Contract Documents. OAR is to issue clarifications and interpretations of the Contract Documents in accordance with the Contract Documents. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 14 03-23-2015 3.02 Reference Standards A. Standard Specifications, Codes, Laws and Regulations: 1. Reference in the Contract Documents to standard specifications, manuals, reference standards, or codes of technical societies, organizations, or associations, or to Laws or Regulations, whether specific or implied, are those in effect at the time Contractor's Bid is submitted or when Contractor negotiates the Contract Price unless specifically stated otherwise in the Contract Documents. 2. No provision of referenced standard specifications, manuals, reference standards, codes, or instructions of a Supplier changes the duties or responsibilities of OPT or Contractor from those described in the Contract Documents or assigns a duty to or gives authority to the OPT to supervise or direct the performance of the Work or undertake responsibilities inconsistent with the Contract Documents. 3. The provisions of the Contract Documents take precedence over standard specifications, manuals, reference standards, codes, or instructions of a Supplier unless specifically stated otherwise in the Contract Documents. B. Comply with applicable construction industry standards, whether referenced or not. 1. Standards referenced in the Contract Documents govern over standards not referenced but recognized as applicable in the construction industry. 2. Comply with the requirements of the Contract Documents if they produce a higher quality of Work than the applicable construction industry standards. 3. Designer determines whether a code or standard is applicable, which of several are applicable, or if the Contract Documents produce a higher quality of Work. C. Make copies of reference standards available if requested by OAR. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Carefully study the Drawings and verify pertinent figures and dimensions with respect to actual field measurements before undertaking the Work. Immediately report conflicts, errors, ambiguities, or discrepancies that Contractor discovers or has actual knowledge of to the OAR. Do not proceed with affected Work until the conflict, error, ambiguity, or discrepancy is resolved by a clarification or interpretation from the OAR or by a Modification to the Contract Documents issued pursuant to Paragraph 11.01. 2. Immediately notify the OAR of conflicts, errors, ambiguities, or discrepancies in the Contract Documents or discrepancies between the Contract Documents and: a. Applicable Laws or Regulations; b. Actual field conditions; c. Standard specifications, manuals, reference standards, or codes; or d. Instructions of Suppliers. 3. Do not proceed with affected Work until the conflict, error, ambiguity, or discrepancy is resolved by a clarification or interpretation from the OAR or by a Modification to the General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 15 03-23-2015 Contract Documents issued pursuant to Paragraph 11.01, except in an emergency as required by Paragraph 7.12. 4. Contractor is liable to the OPT for failure to report conflicts, errors, ambiguities, or discrepancies in the Contract Documents of which Contractor has actual knowledge. 5. Contractor is deemed to have included the most expensive item, system, procedure, etc. in the Contract Price if a conflict, error, ambiguity, or discrepancy in components of the Contract Documents was known, but not reported prior to submitting the Bid or when Contractor negotiates the Contract Price. 3.04 Interpretation of the Contract Documents A. Submit questions concerning the non-technical or contractual / administrative requirements of the Contract Documents to the OAR immediately after those questions arise. OAR is to provide an interpretation of the Contract Documents regarding these questions and will coordinate the response of the OPT to Contractor. B. Submit questions regarding the design of the Project described in the Contract Documents to the OAR immediately after those questions arise. OAR is to request an interpretation of the Contract Documents from the Designer. Designer is to respond to these questions by providing an interpretation of the Contract Documents. OAR will coordinate the response of the OPT to Contractor. C. OPT may initiate a Modification to the Contract Documents through the OAR if a response to the question indicates that a change in the Contract Documents is required. Contractor may appeal Designer's or OAR's interpretation by submitting a Change Proposal. 3.05 Reuse of Documents A. Contractor's Team has no rights to the Contract Documents and may not use the Contract Documents, or copies or electronic media editions of the Contract Documents, other than for the construction of this Project. This provision survives final payment or termination of the Contract. B. Contractor is allowed to retain a copy of the Contract Documents for record purposes, unless specifically prohibited by the Owner for security reasons. Surrender paper and digital copies of the Contract Documents and other related documents and remove these documents from computer equipment or storage devices as a condition of final payment if the Owner so directs. ARTICLE 4 — COMMENCEMENT AND PROGRESS OF THE WORK 4.01 Commencement of Contract Times; Notice to Proceed A. The Contract Times commence to run on the date indicated in the Notice to Proceed. 4.02 Starting the Work A. Begin performing the Work on the date indicated in the Notice to Proceed. Do not begin Work prior to having the insurance required in Article 6 in force or before the date indicated in the Notice to Proceed. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 16 03-23-2015 4.03 Progress Schedule A. Construct the Work in accordance with the Progress Schedule established in accordance with the Contract Documents. 1. Adjust the Progress Schedule as required to accurately reflect actual progress on the Work. 2. Submit proposed adjustments in the Progress Schedule that change the Contract Times in accordance with the requirements of Article 11. B. Continue performing Work and adhere to the Progress Schedule during disputes or disagreements with Owner. Do not delay or postpone Work pending resolution of disputes or disagreements, or during an appeal process, except as permitted by Paragraph 16.04, or as Owner and Contractor may otherwise agree. 4.04 Delays in Contractor's Progress A. Contractor is entitled to an equitable adjustment in the Contract Times if OPT directly delays, disrupts, or interferes with the performance or progress of the Work. The Contractor agrees to make no Claim for damages for delay in the performance of the Contract occasioned by an act or omission to act of the OPT and agrees that the extension of time provides an equitable adjustment. B. Contractor is not entitled to an adjustment in Contract Price or Contract Times for delays, disruptions, or interference caused by or within the control of Contractor's Team. C. No time extensions are allowed for weather conditions, other than those listed in Paragraph 4.04.D.1, for Projects using calendar days or a fixed date to establish the Contract Time. Contractor is to include the cost associated with weather related delays in the Contract Price and assumes the risks associated with delays related to weather conditions. D. Contractor is entitled to an equitable adjustment in the Contract Times if Contractor's performance or progress is delayed, disrupted, or interfered with by unanticipated causes not the fault of and beyond the control of OPT or Contractor. These unanticipated causes may include: 1. Severe and unavoidable natural catastrophes e.g. fires, floods, hurricanes, epidemics, and earthquakes; 2. Acts or failures to act of utility owners other than those performing other work at or adjacent to the Site by arrangement with the Owner, as contemplated in Article 8; and 3. Acts of war or terrorism. 4. Rain days in excess of the number of days allocated for rain as described in the Supplementary Conditions. E. Delays, disruption, and interference to the performance or progress of the Work resulting from the following are governed by Article 5: 1. The existence of a differing subsurface or physical condition; 2. An Underground Facility not shown or not indicated with reasonable accuracy by the Contract Documents; and General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 17 03-23-2015 3. Hazardous Environmental Conditions. These adjustments in Contract Times are the Contractor's sole and exclusive remedy for the delays, disruption, and interference described in this paragraph. F. Article 8 governs delays, disruption, and interference to the performance or progress of the Work resulting from the performance of certain other work at or adjacent to the Site. G. Notify the OAR immediately of a potential delaying, disrupting, or interfering event. Submit a Change Proposal seeking an adjustment in Contract Price or Contract Times within 30 days of the commencement of the delaying, disrupting, or interfering event. H. Contractor is only entitled to an adjustment of the Contract Times for specific delays, disruptions, and interference to the performance or progress of the Work that can be demonstrated to directly impact the ability of the Contractor to complete the Work within the Contract Times. No adjustments in Contract Times are allowed for delays on components of the Work which were or could have been completed without impacting the Contract Times. I. Contractor is not entitled to an adjustment in Contract Price or Contract Times for delay, disruption, or interference caused by or within the control of the Owner if this delay is concurrent with a delay, disruption, or interference attributable to or within the control of the Contractor's Team. ARTICLE 5 —AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS 5.01 Availability of Lands A. Owner is to furnish the Site and inform the Contractor of encumbrances or restrictions known to Owner related to use of the Site with which Contractor must comply in performing the Work. B. Provide for additional lands and access Contractor requires for temporary construction facilities or storage of materials and equipment, other than those identified in the Contract Documents. Provide documentation of authority to use these additional lands to OAR before using them. 5.02 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Confine construction equipment, temporary construction facilities, the storage of materials and equipment, and the operations of workers to the Site, adjacent areas that Owner or Contractor has arranged to use through construction easements or agreements, and other adjacent areas as permitted by Laws and Regulations. Assume full responsibility for damage or injuries which result from the performance of the Work or from other actions or conduct of the Contractor's Team, including: a. Damage to the Site; b. Damage to adjacent areas used for Contractor's Team's operations; c. Damage to other adjacent land or areas; and General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 18 03-23-2015 d. Injuries and losses sustained by the owners or occupants of these lands or areas. 2. Take the following action if a damage or injury claim is made by the owner or occupant of adjacent land or area because of the performance of the Work, or because of other actions or conduct of the Contractor's Team: a. Take immediate corrective or remedial action as required by Paragraph 7.09; and b. Attempt to settle the claim through negotiations with the owner or occupant, or otherwise resolve the claim by mediation or other dispute resolution proceeding or at law. 5.03 Subsurface and Physical Conditions A. The Supplementary Conditions identify: 1. Those reports known to OPT of explorations and tests of subsurface conditions at or adjacent to the Site; 2. Those drawings known to OPT of physical conditions related to existing surface or subsurface structures at the Site, except Underground Facilities; and 3. Technical Data contained in these reports and drawings. B. Data contained in boring logs, recorded measurements of subsurface water levels, and the results of tests performed on materials described in geotechnical data reports specifically prepared for the Project and made available to Contractor are defined as Technical Data, unless Technical Data has been defined more specifically in the Supplementary Conditions. C. Contractor may rely upon the accuracy of the Technical Data contained in these reports and drawings, but these reports and drawings are not Contract Documents. Except for this reliance on Technical Data, Contractor may not rely upon or make claims against Owner's Indemnitees with respect to: 1. The completeness of reports and drawings for Contractor's purposes, including aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, or Contractor's safety precautions and programs; 2. Other data, interpretations, opinions, and information contained in these reports or shown or indicated in the drawings; or 3. Contractor's interpretation of or conclusions drawn from Technical Data or other data, interpretations, opinions, or information. 5.04 Differing Subsurface or Physical Conditions A. Notify OAR immediately, but in no event later than 3 days, after becoming aware of a subsurface or physical condition that is uncovered or revealed at the Site, and before further disturbing the subsurface or physical conditions or performing any related Work that: 1. Establishes that the Technical Data on which Contractor is entitled to rely as provided in Paragraph 5.03 is materially inaccurate; 2. Requires a change in the Drawings or Specifications; 3. Differs materially from that shown or indicated in the Contract Documents; or General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 19 03-23-2015 4. Is of an unusual nature and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents. Do not further disturb or perform Work related to this subsurface or physical condition, except in an emergency as required by Paragraph 7.12, until permission to do so is issued by OAR. B. OAR is to notify the OPT after receiving notice of a differing subsurface or physical condition from the Contractor. Designer is to: 1. Promptly review the subsurface or physical condition; 2. Determine the necessity of OPT's obtaining additional exploration or tests with respect the subsurface or physical condition; 3. Determine if the subsurface or physical condition falls within one or more of the differing Site condition categories in Paragraph 5.04.A; 4. Prepare recommendations to OPT regarding the Contractor's resumption of Work in connection with the subsurface or physical condition in question; 5. Determine the need for changes in the Drawings or Specifications; and 6. Advise OPT of Designer's findings, conclusions, and recommendations. C. OAR is to issue a statement to Contractor regarding the subsurface or physical condition in question and recommend action as appropriate after review of Designer's findings, conclusions, and recommendations. D. Possible Contract Price and Contract Times Adjustments: 1. Contractor is entitled to an equitable adjustment in Contract Price or Contract Times to the extent that a differing subsurface or physical condition causes a change in Contractor's cost or time to perform the Work provided the condition falls within one or more of the categories described in Paragraph 5.04.A. Any adjustment in Contract Price for Work that is paid for on a unit price basis is subject to the provisions of Paragraph 13.03. 2. Contractor is not entitled to an adjustment in the Contract Price or Contract Times with respect to a subsurface or physical condition if: a. Contractor knew of the existence of the subsurface or physical condition at the time Contractor made an offer to Owner with respect to Contract Price and Contract Times; b. The existence of the subsurface or physical condition could have been discovered or revealed as a result of examinations, investigations, explorations, tests, or studies of the Site and contiguous areas expressly required by the Bidding Requirements or Contract Documents prior to when Contractor's Bid is submitted or when Contractor negotiates the Contract Price; or c. Contractor failed to give notice as required by Paragraph 5.04.A. 3. Contractor may submit a Change Proposal no later than 30 days after OAR's issuance of the OPT's statement to Contractor regarding the subsurface or physical condition in question. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 20 03-23-2015 4. A Change Order is to be issued by the OAR if Owner and Contractor agree that Contractor is entitled to an adjustment in the Contract Price or Contract Times and agree to the amount or extent of adjustments in the Contract Price or Contract Times. 5.05 Underground Facilities A. The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or adjacent to the Site is based on information and data furnished to OPT by the owners of these Underground Facilities or by others. OPT is not responsible for the accuracy or completeness of information or data provided by others that OPT makes available to Contractor. The Contractor is responsible for: 1. Reviewing and checking available information and data regarding existing Underground Facilities at the Site; 2. Complying with Laws and Regulations related to locating Underground Facilities before beginning Work; 3. Locating Underground Facilities shown or indicated in the Contract Documents; 4. Coordinating the Work with the owners, including Owner, of Underground Facilities during construction; and 5. The safety and protection of existing Underground Facilities at or adjacent to the Site and repairing damage resulting from the Work. B. Notify the OAR and the owner of the Underground Facility immediately if an Underground Facility is uncovered or revealed at the Site that was not shown in the Contract Documents, or was not shown with reasonable accuracy in the Contract Documents. Do not further disturb conditions or perform Work affected by this discovery, except in the event of an emergency as required by Paragraph 7.12. C. The Designer is to take the following action after receiving notice from the OAR: 1. Promptly review the Underground Facility and conclude whether the Underground Facility was not shown or indicated in the Contract Documents, or was not shown or indicated with reasonable accuracy; 2. Prepare recommendations to OPT regarding the Contractor's resumption of Work in connection with this Underground Facility; 3. Determine the extent to which a change is required in the Drawings or Specifications to document the consequences of the existence or location of the Underground Facility; and 4. Advise OAR of Designer's findings, conclusions, and recommendations and provide revised Drawings and Specifications if required. D. OAR is to issue a statement to Contractor regarding the Underground Facility in question and recommend action as appropriate after review of Designer's findings, conclusions, and recommendations. E. Contractor is entitled to an equitable adjustment in the Contract Price or Contract Times as provided in Paragraphs 11.04 and 11.05 to the extent that the existing Underground Facility at the Site that was not shown or indicated in the Contract Documents, or was not shown General Conditions Corpus Christi Standards - Regular Projects 00 72 00-21 03-23-2015 or indicated with reasonable accuracy. Any adjustment in Contract Price for Work that is paid for on a unit price basis is subject to the provisions of Paragraph 13.03. F. Contractor is not entitled an adjustment in the Contract Price or Contract Times with respect to an existing Underground Facility at the Site if: 1. Contractor knew of the existence of the existing Underground Facility at the Site at the time Contractor made an offer to Owner with respect to Contract Price and Contract Times; 2. The existence of the existing Underground Facility at the Site could have been discovered or revealed as a result of examinations, investigations, explorations, tests, or studies of the Site and contiguous areas expressly required by the Bidding Requirements or Contract Documents prior to when Contractor's Bid is submitted or when Contractor negotiates the Contract Price; or 3. Contractor failed to give notice as required by Paragraph 5.05.6. G. Contractor may submit a Change Proposal regarding its entitlement to or the amount or extent of adjustments in the Contract Price or Contract Times no later than 30 days after OAR's issuance of OPT's statement to Contractor regarding the Underground Facility. 5.06 Hazardous Environmental Conditions at Site A. The Supplementary Conditions identify: 1. Those reports and drawings known to OPT relating to Hazardous Environmental Conditions that have been identified at or adjacent to the Site; and 2. Technical Data contained in these reports and drawings. B. Contractor may rely upon the accuracy of the Technical Data contained in reports and drawings relating to Hazardous Environmental Conditions identified in the Supplementary Conditions, but these reports and drawings are not Contract Documents. Except for the reliance on expressly identified Technical Data, Contractor may not rely upon or make claims against Owner's Indemnitees with respect to: 1. The completeness of these reports and drawings for Contractor's purposes, including aspects of the means, methods, techniques, sequences and procedures of construction to be employed by Contractor or Contractor's safety precautions and programs related to Hazardous Environmental Conditions; 2. Other data, interpretations, opinions, and information contained in these reports or shown or indicated in the drawings; or 3. Any Contractor interpretation of or conclusion drawn from Technical Data or other data, interpretations, opinions, or information. C. The results of tests performed on materials described in environmental reports specifically prepared for the Project and made available to Contractor are defined as Technical Data unless Technical Data has been defined more specifically in the Supplementary Conditions. D. Contractor is not responsible for removing or remediating Hazardous Environmental Conditions encountered, uncovered, or revealed at the Site unless this removal or General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 22 03-23-2015 remediation is expressly identified in the Contract Documents to be within the scope of the Work. E. Contractor is responsible for controlling, containing, and duly removing and remediating Constituents of Concern brought to the Site by Contractor's Team and paying associated costs. 1. Owner may remove and remediate the Hazardous Environmental Condition and impose a set-off against payments to Contractor for associated costs if Contractor's Team creates a Hazardous Environmental Condition and Contractor does not take acceptable action to remove and remediate the Hazardous Environmental Condition. 2. Contractor's obligation to indemnify Owner's Indemnitees for claims arising out of or related to Hazardous Environmental Conditions are as set forth in Paragraph 7.14. F. Immediately notify the OAR and take the following action if Contractor uncovers or reveals a Hazardous Environmental Condition at the Site or adjacent areas used by the Contractor's Team that was not created by the Contractor's Team: 1. Secure or otherwise isolate this condition; 2. Stop Work in affected areas or connected with the condition, except in an emergency as required by Paragraph 7.12; and 3. Do not resume Work in connection with the Hazardous Environmental Condition or in affected areas until after OPT has obtained required permits and OAR sends notice to the Contractor: a. Specifying that this condition and affected areas are or have been rendered safe for the resumption of Work; or b. Specifying special conditions under which Work may be resumed safely. 4. Owner may order the portion of the Work that is in the area affected by the Hazardous Environmental Condition to be deleted from the Work following the procedures in Article 11 if Contractor does not agree to: a. Resume the Work based on a reasonable belief it is unsafe; or b. Resume the Work under the special conditions provided by the OAR. 5. Owner may have this deleted portion of the Work performed by Owner's own forces or others in accordance with Article 8. G. Contractor may submit a Change Proposal or Owner may impose a set-off if an agreement is not reached within 10 days of OAR's notice regarding the resumption of Work as to whether Contractor is entitled to an adjustment in Contract Price or Contract Times or on the amount or extent of adjustments resulting from this Work stoppage or special conditions under which Contractor agrees to resume Work. H. The provisions of Paragraphs 5.03, 5.04, and 5.05 do not apply to the presence of Constituents of Concern or a Hazardous Environmental Condition uncovered or revealed at the Site. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 23 03-23-2015 ARTICLE 6 — BONDS AND INSURANCE 6.01 Performance, Payment, and Other Bonds A. Furnish Performance and Payment Bonds, each in an amount equal to the Contract Price, as security for the faithful performance and payment of Contractor's obligations under the Contract Documents. These Bonds are to remain in effect until 1 year after the date of final payment. Furnish other Bonds as required by the Contract Documents. B. Bonds furnished by the Contractor must meet the requirements of Texas Insurance Code Chapter 3503, Texas Government Code Chapter 2253, and all other applicable Laws and Regulations. C. Notify OAR immediately if the surety on Bonds furnished by Contractor: 1. Is declared bankrupt, or becomes insolvent; 2. Has its right to do business in Texas terminated; or 3. Ceases to meet the requirements of Paragraph 6.02. Provide a Bond and surety which comply with the requirements of Paragraph 6.02 within 20 days after the event giving rise to this notification. D. Contractor is to use amounts paid by Owner to Contractor under the Contract for the performance of the Contract and to satisfy claims against the Payment Bond. E. Notify the OAR of claims filed against the Payment Bond. Notify the claimant and OAR of undisputed amounts and the basis for challenging disputed amounts when a claimant has satisfied the conditions prescribed by Texas Government Code Chapter 2253. Promptly pay undisputed amount. F. Owner is not liable for payment of costs or expenses of claimants under the Payment Bond. Owner has no obligations to pay, give notice, or take other action to claimants under the Payment Bond. G. Owner may exclude the Contractor from the Site and exercise Owner's termination rights under Article 16 if Contractor fails to obtain or maintain required Bonds. H. OPT will provide a copy of the Payment Bond to Subcontractors, Suppliers, or other persons or entities claiming to have furnished labor or materials used in the performance of the Work that request this information in accordance with Texas Government Code Chapter 2253. 6.02 Licensed Sureties A. Provide Bonds in the form prescribed by the Contract Documents from sureties named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. B. Provide Bonds required by the Contract Documents from surety companies that are duly licensed or authorized to provide bonds in the State of Texas. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 24 03-23-2015 6.03 Insurance A. Obtain and maintain insurance as required in this Article and in SECTION 00 72 01 INSURANCE REQUIREMENTS. B. Deliver evidence of insurance in accordance with SECTION 00 72 01 INSURANCE REQUIREMENTS to the Owner to demonstrate that Contractor has obtained and is maintaining the policies, coverages, and endorsements required by the Contract. Provide copies of these certificates to each named insured and additional insured as identified in the Supplementary Conditions or otherwise. ARTICLE 7 — CONTRACTOR'S RESPONSIBILITIES 7.01 Supervision and Superintendence A. Supervise, inspect, and direct the performance of the Work in accordance with the Contract Documents. Contractor is solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. Provide a competent resident superintendent acceptable to the OPT. The resident superintendent or acceptable qualified assistant is to be present at all times when Work is being done. Do not replace this resident superintendent except under extraordinary circumstances. Provide a replacement resident superintendent equally competent to the previous resident superintendent if replacement is required. Notify the Owner prior to replacing the resident superintendent and obtain Owner's consent to the change in superintendent. 7.02 Labor; Working Hours A. Provide competent, suitably qualified personnel to survey and lay out the Work and perform Work to complete the Project. Maintain good discipline and order at the Site. B. Perform Work at the Site during regular working hours except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent to the Site and except as otherwise stated in the Contract Documents. C. Do not perform Work on a Saturday, Sunday, or legal holiday without OAR's consent. The following legal holidays are observed by the Owner: Holiday Date Observed New Year's Day January 1 Memorial Day Last Monday in May Independence Day July 4 Labor Day First Monday in September Thanksgiving Day Fourth Thursday in November Friday after Thanksgiving Friday after Thanksgiving Christmas Day December 25 General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 25 03-23-2015 D. If a legal holiday falls on a Saturday, it will be observed the preceding Friday. If a legal holiday falls on a Sunday, it will be observed the following Monday. E. Pay additional cost incurred by Owner for services of the OAR or RPR to observe Work constructed outside of regular working hours. OAR will issue a Set-off in the Application for Payment for this cost per Paragraph 15.01.6 7.03 Services, Materials, and Equipment A. Provide services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and other facilities and incidentals necessary for the performance, testing, start-up, and completion of the Work, whether or not these items are specifically called for in the Contract Documents. B. Provide new materials and equipment to be incorporated into the Work. Provide special warranties and guarantees required by the Contract Document. Provide satisfactory evidence, including reports of required tests, as to the source, kind, and quality of materials and equipment as required by the Contract Documents or as requested by the OAR. C. Store, apply, install, connect, erect, protect, use, clean, and condition materials and equipment in accordance with instructions of the applicable Supplier, unless otherwise required by the Contract Documents. 7.04 Concerning Subcontractors, Suppliers, and Others A. Contractor may retain Subcontractors and Suppliers for the performance of parts of the Work. All Subcontractors and Suppliers must be acceptable to Owner. B. Contractor must retain specific Subcontractors, Suppliers, or other individuals or entities for the performance of designated parts of the Work if required to do so by the Contract Documents. C. Submit a list of proposed Subcontractors and Suppliers to OAR prior to entering into binding subcontracts or purchase orders. These proposed Subcontractors or Suppliers are deemed acceptable to Owner unless Owner raises a substantive, reasonable objection within 30 days after receiving this list. D. Contractor is not required to retain Subcontractors, Suppliers, or other individuals or entities to furnish or perform part of the Work after the Effective Date of the Contract if Contractor has reasonable objection. E. Owner may require the replacement of Subcontractors, Suppliers, or other individuals or entities retained by the Contractor. Provide an acceptable replacement for the rejected Subcontractor, Supplier, or other individual or entity. Owner also may require Contractor to retain specific replacements, subject to Contractor's reasonable objections. F. Contractor may be entitled to an adjustment in Contract Price or Contract Times with respect to a replacement of Subcontractors, Suppliers, or other entities required by Owner. The Contractor is not entitled to an adjustment in Contract Price or Contract Time with respect to replacement of any individual deemed unsuitable by the OPT. Notify OAR immediately if a replacement of Subcontractors, Suppliers, or other entity increases the Contract Price or Contract Times. Initiate a Change Proposal for the adjustment within 10 General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 26 03-23-2015 days of Owner's notice to replace a Subcontractor, Supplier, or other entity retained by Contractor to perform part of the Work. Do not make the replacement until the change in Contract Price or Contract Times has been accepted by the Owner if Change Proposal is to be submitted. G. Owner's initial acceptance of Subcontractors, Suppliers, or other individuals or entities, or their replacements, does not constitute a waiver of the obligation of the Contractor to complete the Work in accordance with the Contract Documents. H. Maintain a current and complete list of Subcontractors and Suppliers that are to perform or furnish part of the Work. I. Contractor is fully responsible for the acts and omissions of Subcontractors, Suppliers, and other individuals or entities performing or furnishing Work. J. Contractor is solely responsible for scheduling and coordinating the work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing Work. K. Require Subcontractors, Suppliers, and other individuals or entities performing or furnishing Work to communicate with OPT through Contractor. L. Contracts between the Contractor and their Subcontractors or Suppliers may specifically bind the Subcontractors or Suppliers to the applicable terms and conditions of the Contract Documents. Contractor is responsible for meeting the requirements of the Contract Documents if they choose to not bind the Subcontractors or Suppliers to applicable terms or conditions of the Contract Documents. 1. All Subcontractors employed on this Project must be required to obtain Workers' Compensation Insurance. 2. Proof of this insurance will be required prior to the start of any Work. M. OPT may furnish information about amounts paid to Contractor for Work provided by Subcontractors or Suppliers to the entity providing the Work. N. Nothing in the Contract Documents: 1. Creates a contractual relationship between members of the OPT and members of the Contractor's Team. 2. Creates an obligation on the part of the Owner to pay or to see to the payment of money due members of the Contractor's Team, except as may be required by Laws and Regulations. 7.05 Patent Fees and Royalties A. Pay license fees, royalties, and costs incident to the use of inventions, designs, processes, products, or devices which are patented or copyrighted by others in the performance of the Work, or to incorporate these inventions, designs, processes, products, or devices which are patented or copyrighted by others in the Work. The Contract Documents identify inventions, designs, processes, products, or devices OPT knows are patented or copyrighted by others or that its use is subject to patent rights or copyrights calling for the payment of a license fee or royalty to others. Contractor is to include the cost associated with the use of patented or copyrighted products or processes, whether specified or selected by the Contractor, in the Contract Price. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 27 03-23-2015 B. Contractor's obligation to indemnify Owner's Indemnitees for claims arising out of or related to infringement of patent rights and copyrights are as set forth in Paragraph 7.14. 7.06 Permits A. Obtain and pay for construction permits and licenses. OPT is to assist Contractor in obtaining permits and licenses when required to do so by applicable Laws and Regulations. Pay governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time the Contractor's Bid is submitted or when Contractor negotiates the Contract Price. 7.07 Taxes A. Contractor is responsible for all taxes and duties arising out of the Work. The Owner generally qualifies as a tax exempt agency as defined by the statutes of the State of Texas and is usually not subject to any city or state sales or use taxes, however certain items such as rented equipment may be taxable even though Owner is a tax-exempt agency. Contractor is responsible for including in the Contract Price any applicable sales and use taxes and is responsible for complying with all applicable statutes and rulings of the State Comptroller. Pay sales, consumer, use, and other similar taxes required to be paid by Contractor in accordance with the Laws and Regulations. B. The Owner is exempt from the Federal Transportation and Excise Tax. Contractor must comply with all federal regulations governing the exemptions. C. Products incorporated into the Work are exempt from state sales tax according to the provisions of Subchapter H, Chapter 151, of the Texas Tax Code. D. Contractor may not include any amounts for sales, use, or similar taxes for which the Owner is exempt in the Contract Price or any proposed Change Order or Application for Payment. E. Obtain tax exemption certificates or other documentation necessary to establish Owner's exemption from such taxes. 7.08 Laws and Regulations A. Give required notices and comply with Laws and Regulations applicable to the performance of the Work. OPT is not responsible for monitoring Contractor's compliance with Laws or Regulations except where expressly required by applicable Laws and Regulations. B. Pay costs resulting from actions taken by Contractor that are contrary to Laws or Regulations. Contractor is not responsible for determining that the design aspects of the Work described in the Contract Documents is in accordance with Laws and Regulations. This does not relieve Contractor of its obligations under Paragraph 3.03. C. Owner or Contractor may give notice to the other party of changes in Laws or Regulations that may affect the cost or time of performance of the Work, including: 1. Changes in Laws or Regulations affecting procurement of permits; and 2. Sales, use, value-added, consumption, and other similar taxes which come into effect after Contractor's Bid is submitted or when Contractor negotiates the Contract Price. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 28 03-23-2015 D. Contractor may submit a Change Proposal or Owner may initiate a Claim within 30 days of this notice if Owner and Contractor are unable to agree on entitlement to or on the amount or extent of adjustments in Contract Price or Contract Times resulting from these changes. 7.09 Safety and Protection A. Contractor is solely responsible for initiating, maintaining, and supervising safety precautions and programs in connection with the Work. This responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. B. Take necessary precautions for the safety of persons on the Site or who may be affected by the Work, and provide the necessary protection to prevent damage, injury, or loss to: 1. Work and materials and equipment to be incorporated in the Work, whether stored on or off Site; and 2. Other property at or adjacent to the Site, including trees, shrubs, lawns, walks, pavements, roadways, structures, other work in progress, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. C. Comply with applicable Laws and Regulations relating to the safety and protection of persons or property. Erect and maintain necessary safeguards for safety and protection. Notify Owner; the owners of adjacent property, Underground Facilities, and other utilities; and other contractors and utility owners performing work at or adjacent to the Site when prosecution of the Work may affect them. Cooperate with them in the protection, removal, relocation, and replacement of their property or work in progress. 1. Comply with requirements of Underground Facility Damage Prevention and Safety Act, Texas Utilities Code Chapter 251. 2. Comply with all applicable safety rules and regulations of the Federal Occupational Health and Safety Act of 1970 and subsequent amendments (OSHA). D. Remedy damage, injury, or loss to property referred to in Paragraph 7.09.B caused by Contractor's Team. Pay remediation costs unless the damage or loss is: 1. Attributable to the fault of the Contract Documents; 2. Attributable to acts or omissions of OPT; or 3. Not attributable to the actions or failure to act of the Contractor's Team. E. Contractor's duties and responsibilities for safety and protection of persons or the Work or property at or adjacent to the Site continues until Work is completed and resumes whenever Contractor's Team returns to the Site to fulfill warranty or correction obligations or to conduct other tasks. F. Comply with the applicable requirements of the Owner's safety program if required to do so in the Supplementary Conditions. A copy of the Owner's safety program will be provided in the Bidding Documents. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 29 03-23-2015 7.10 Safety Representative A. Provide a qualified and experienced safety representative at the Site whose duties and responsibilities are the prevention of accidents and maintaining and supervising safety programs. 7.11 Hazard Communication Programs A. Coordinate the exchange of material safety data sheets or other hazard communication information required to be made available or exchanged between or among employers at the Site in accordance with Laws or Regulations. 7.12 Emergencies A. Act to prevent threatened damage, injury, or loss in emergencies affecting the safety or protection of persons or the Work or property at or adjacent to the Site. Notify OAR immediately if Contractor believes that significant changes in the Work or variations from the Contract Documents have been caused or are required as a result of this need to act. A Modification is to be issued by OAR if OPT determines that the incident giving rise to the emergency action was not the responsibility of the Contractor and that a change in the Contract Documents is required because of the action taken by Contractor in response to this emergency. 7.13 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to Owner that Work is in accordance with the Contract Documents and is not Defective. Owner is entitled to rely on Contractor's warranty and guarantee. Assume and bear responsibility for costs and time delays associated with variations from the requirements of the Contract Documents. B. This Contractor's warranty and guarantee excludes defects or damage caused by improper maintenance or operation, abuse, or modification by OPT; or normal wear and tear under normal usage. C. Contractor's obligation to perform and complete Work in accordance with the Contract Documents is absolute. None of the following constitute an acceptance of Defective Work or a release of Contractor's obligation to perform Work in accordance with the Contract Documents: 1. Observations by OPT; 2. Recommendation by OAR or payment by Owner of progress or final payments; 3. The issuance of a Certificate of Substantial Completion; 4. Use or occupancy of part of the Work by Owner; 5. Review and approval of a Shop Drawing or Sample; 6. Inspections, tests, or approvals by others; or 7. Correction of Defective Work by Owner. D. The Contract Documents may require the Contractor to accept the assignment of a contract between the Owner and a contractor or supplier. The specific warranties, guarantees, and General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 30 03-23-2015 correction obligations contained in an assigned contract govern with respect to Contractor's performance obligations to Owner for the Work described in an assigned contract. 7.14 Indemnification A. To THE FULLEST EXTENT PERMITTED BY LAW, THE CONTRACTOR SHALL INDEMNIFY, DEFEND, AND HOLD HARMLESS THE OWNER'S INDEMNITEES FROM AND AGAINST CLAIMS, DAMAGES, LOSSES AND EXPENSES, INCLUDING BUT NOT LIMITED TO ATTORNEY'S FEES OR DISPUTE RESOLUTION COSTS, ARISING OUT OF OR RESULTING FROM PERFORMANCE OF THE WORK, VIOLATIONS OF LAWS OR REGULATIONS, OR BODILY INJURY, DEATH, OR DESTRUCTION OF TANGIBLE PROPERTY CAUSED BY THE ACTS OR OMISSIONS OF THE CONTRACTOR'S TEAM, REGARDLESS OF WHETHER SUCH CLAIM, DAMAGE, LOSS OR EXPENSE IS ALLEGED TO BE CAUSED IN PART BY AN OWNER'S INDEMNITEE HEREUNDER, SUBJECT TO THE OWNER'S DEFENSES AND LIABILITY LIMITS UNDER THE TEXAS TORT CLAIMS ACT. HOWEVER, NOTHING HEREIN SHALL BE CONSTRUED TO REQUIRE CONTRACTOR TO INDEMNIFY AN OWNER'S INDEMNITEE AGAINST A CLAIM, LOSS, DAMAGE OR EXPENSE CAUSED BY THE (I) NEGLIGENCE OR FAULT, (II) BREACH OR VIOLATION OF A STATUTE, ORDINANCE, GOVERNMENTAL REGULATION, STANDARD OR RULE, OR (III) THE BREACH OF CONTRACT BY AN OWNER'S INDEMNITEE. PROVIDED FURTHER HOWEVER, AND IN ADDITION TO THE ABOVE, CONTRACTOR INDEMNIFIES EACH OF OWNER'S INDEMNITEES AGAINST CLAIMS FOR THE BODILY INJURY OR DEATH OF AN EMPLOYEE OF THE CONTRACTOR'S TEAM OF ANY TIER EVEN IF CAUSED BY THE SOLE OR CONCURRENT NEGLIGENCE OF AN OWNER'S INDEMNITEE. B. TO THE FULLEST EXTENT PERMITTED BY LAW, CONTRACTOR SHALL INDEMNIFY, DEFEND, AND HOLD HARMLESS THE OWNER'S INDEMNITEES FROM AND AGAINST INDEMNIFIED COSTS, ARISING OUT OF OR RELATING TO: (I) THE FAILURE TO CONTROL, CONTAIN, OR REMOVE A CONSTITUENT OF CONCERN BROUGHT TO THE SITE BY CONTRACTOR'S TEAM OR A HAZARDOUS ENVIRONMENTAL CONDITION CREATED BY CONTRACTOR'S TEAM, (II) CONTRACTOR'S TEAM'S ACTION OR INACTION RELATED TO DAMAGES, DELAYS, DISRUPTIONS, OR INTERFERENCE WITH THE WORK OF OWNER'S EMPLOYEES, OTHER CONTRACTORS, OR UTILITY OWNERS PERFORMING OTHER WORK AT OR ADJACENT TO THE SITE, OR (III) THE CORRECTION OF DEFECTIVE WORK. NOTHING IN THIS PARAGRAPH OBLIGATES THE CONTRACTOR TO INDEMNIFY THE OWNER'S INDEMNITEES FROM THE CONSEQUENCES OF THE OWNER'S AND OWNER'S INDEMNITEES OWN NEGLIGENCE. PROVIDED FURTHER HOWEVER, AND IN ADDITION TO THE ABOVE, CONTRACTOR INDEMNIFIES THE OWNER'S INDEMNITEES AGAINST CLAIMS FOR THE BODILY INJURY OR DEATH OF AN EMPLOYEE OF THE CONTRACTOR'S TEAM OF ANY TIER EVEN IF CAUSED BY THE SOLE OR CONCURRENT NEGLIGENCE OF OWNER'S INDEMNITEES. C. TO THE FULLEST EXTENT PERMITTED BY LAW, CONTRACTOR SHALL INDEMNIFY, DEFEND, AND HOLD HARMLESS THE OWNER'S INDEMNITEES FROM AND AGAINST INDEMNIFIED COSTS RESULTING FROM INFRINGEMENT ON PATENT RIGHTS OR COPYRIGHTS BY CONTRACTOR'S TEAM TO THE FULLEST EXTENT PERMITTED BY LAW. D. The indemnification obligations under this paragraph are not limited by the amount or type of damages, compensation, or benefits payable by or for members of the Contractor's Team or other individuals or entities under workers' compensation acts, disability benefit acts, or other employee benefit acts in claims against Owner's Indemnitees by an employee or the survivor or personal representative of employee of Contractor's Team. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-31 03-23-2015 E. The indemnification obligations of this Paragraph 7.14 do not extend to the liability of Designer arising out of the preparation of the Contract Documents or giving directions or instructions, or failing to give them, to the extent they are obligated to do so if that is the primary cause of the injury or damage. F. Notify the other party within 10 days if Owner or Contractor receives notice of any claim or circumstances that could give rise to an indemnified loss. The notice must include the following: 1. A description of the indemnification event in reasonable detail; 2. The basis on which indemnification may be due; and 3. The anticipated amount of the indemnified loss. This notice does not stop or prevent Owner's Indemnitees from later asserting a different basis for indemnification or a different amount of indemnified loss than that indicated in the initial notice. Owner's Indemnitees do not waive any rights to indemnification except to the extent that Contractor is prejudiced, suffers loss, or incurs expense because of the delay if Owner does not provide this notice within the 10 -day period. G. Defense of Indemnification Claims: 1. Assume the defense of the claim with counsel chosen by the Contractor and pay related costs, unless Owner decides otherwise. Contractor's counsel must be acceptable to Owner. Control the defense and any negotiations to settle the claim. Advise Owner's Indemnitees as to its defense of the claim within 10 days after being notified of the indemnification request. Owner's Indemnitees may assume and control the defense If Contractor does not assume the defense. Pay all defense expenses of the Owner's Indemnitees as an indemnified loss. 2. Owner's Indemnitees may retain separate counsel to participate in, but not control, the defense and any settlement negotiations if Contractor defends the claim. Contractor may not settle the claim without the consent or agreement of Owner. Contractor may settle the claim with Owner's consent and agreement unless it: a. Would result in injunctive relief or other equitable remedies or otherwise require Owner's Indemnitees to comply with restrictions or limitations that adversely affect Owner's Indemnitees; b. Would require Owner's Indemnitees to pay amounts that Contractor does not fund in full; or c. Would not result in Owner and Owner's Indemnitees' full and complete release from all liability to the plaintiffs or claimants who are parties to or otherwise bound by the settlement. 7.15 Delegation of Professional Design Services A. Contractor is not required to provide professional design services unless these services are specifically required by the Contract Documents for a portion of the Work or unless these services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences, and procedures. Contractor is not required to provide professional services in violation of applicable Laws and Regulations. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 32 03-23-2015 B. The Contract Documents specify performance and design criteria related to systems, materials, or equipment if professional design services or certifications by a design professional related to systems, materials, or equipment are specifically required of Contractor. These services or certifications must be provided by the licensed Texas Professional Engineer or Registered Architect who prepares, signs, and seals drawings, calculations, specifications, certifications, Shop Drawings, and other documents. C. OPT is entitled to rely upon the adequacy, accuracy, and completeness of the services, certifications, or approvals performed by Contractor's design professionals, provided OPT has specified to Contractor the performance and design criteria that these services must satisfy. D. Pursuant to this Paragraph 7.15, Designer's review and approval of design calculations and design drawings is only for the limited purpose of checking for conformance with the performance and design criteria given and the design concepts expressed in the Contract Documents. Designer's review and approval of Shop Drawings and other documents is only for the purpose stated in the Contract Documents. E. Contractor is not responsible for the adequacy of the performance or design criteria specified by OPT. Advise OPT if the performance or design criteria are known or considered likely to be inadequate or otherwise deficient. ARTICLE 8 — OTHER WORK AT THE SITE 8.01 Other Work A. Owner may arrange for other work at or adjacent to the Site which is not part of the Contractor's Work. This other work may be performed by Owner's employees or through other contractors. Utility owners may perform work on their utilities and facilities at or adjacent to the Site. Include costs associated with coordinating with entities performing other work or associated with connecting to this other work in the Contract Price if this other work is shown in the Contract Documents. B. OPT is to notify Contractor of other work prior to starting the work and provide any knowledge they have regarding the start of utility work at or adjacent to the Site to Contractor. C. Provide other contractors: 1. Proper and safe access to the Site; 2. Reasonable opportunity for the introduction and storage of materials and equipment; and 3. Reasonable opportunity to execute their work. D. Provide cutting, fitting, and patching of the Work required to properly connect or integrate with other work. Do not endanger the work of others by cutting, excavating, or otherwise altering the work of others without the consent of OAR and the others whose work will be affected. E. Inspect the work of others and immediately notify OAR if the proper execution of part of Contractor's Work depends upon work performed by others and this work has not been performed or is unsuitable for the proper execution of Contractor's Work. Contractor's General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 33 03-23-2015 failure to notify the OAR constitutes an acceptance of this other work as acceptable for integration with Contractor's Work. This acceptance does not apply to latent defects or deficiencies in the work of others. F. Take adequate measures to prevent damages, delays, disruptions, or interference with the work of Owner, other contractors, or utility owners performing other work at or adjacent to the Site. 8.02 Coordination A. Owner has sole authority and responsibility for coordination of this other work unless otherwise provided in the Contract Documents. The Owner is to identify the entity with authority and responsibility for coordination of the activities of the various contractors, the limitations of their authority, and the work to be coordinated prior to the start of other work at or adjacent to the Site. 8.03 Legal Relationships A. Contractor may be entitled to a change in Contract Price or Contract Times if, while performing other work at or adjacent to the Site for Owner, the OPT, other contractor, or utility owner: 1. Damages the Work or property of Contractor's Team; 2. Delays, disrupts, or interferes with the execution of the Work; or 3. Increases the scope or cost of performing the Work through their actions or inaction. B. Notify the OAR immediately of the event leading to a potential Change Proposal so corrective action can be taken. Submit the Change Proposal within 30 days of the event if corrective action has not adequately mitigated the impact of the actions or inactions of others. Information regarding this other work in the Contract Documents is used to determine if the Contractor is entitled to a change in Contract Price or Contract Times. Changes in Contract Price require that Contractor assign rights against the other contractor or utility owner to Owner with respect to the damage, delay, disruption, or interference that is the subject of the adjustment. Changes in Contract Times require that the time extension is essential to Contractor's ability to complete the Work within the Contract Times. C. Take prompt corrective action if Contractor's Team damages, delays, disrupts, or interferes with the work of Owner's employees, other contractors, or utility owners performing other work at or adjacent to the Site or agree to compensate other contractors or utility owners for correcting the damage. Promptly attempt to settle claims with other contractors or utility owners if Contractor damages, delays, disrupts, or interferes with the work of other contractors or utility owners performing other work at or adjacent to the Site. D. Owner may impose a set-off against payments due to Contractor and assign the Owner's contractual rights against Contractor with respect to the breach of the obligations described in this Paragraph 8.03 to other contractors or utility owners if damages, delays, disruptions, or interference occur. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 34 03-23-2015 E. Contractor's obligation to indemnify Owner's Indemnitees for claims arising out of or related damages, delays, disruptions, and interference with other work at the Site are as set forth in Paragraph 7.14. ARTICLE 9 — OWNER'S AND OPT'S RESPONSIBILITIES 9.01 Communications to Contractor A. OPT issues communications to Contractor through OAR except as otherwise provided in the Contract Documents. 9.02 Replacement of Owner's Project Team Members A. Owner may replace members of the OPT at its discretion. 9.03 Furnish Data A. OPT is to furnish the data required of OPT under the Contract Documents. 9.04 Pay When Due A. Owner is to make payments to Contractor when due as described in Paragraphs 15.01.D and 15.06.D. 9.05 Lands and Easements; Reports and Tests A. Owner's duties with respect to providing lands and easements are described in Paragraph 5.01. OPT will make copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at the Site available to Contractor in accordance with Paragraph 5.03. 9.06 Insurance A. Owner's responsibilities with respect to purchasing and maintaining insurance are described in Article 6. 9.07 Modifications A. Owner's responsibilities with respect to Modifications are described in Article 11. 9.08 Inspections, Tests, and Approvals A. OPT's responsibility with respect to certain inspections, tests, and approvals are described in Paragraph 14.02. 9.09 Limitations on OPT's Responsibilities A. The OPT does not supervise, direct, or have control or authority over, and is not responsible for Contractor's means, methods, techniques, sequences, or procedures of construction, or related safety precautions and programs, or for failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. OPT is not responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 35 03-23-2015 9.10 Undisclosed Hazardous Environmental Condition A. OPT's responsibility for undisclosed Hazardous Environmental Conditions is described in Paragraph 5.06. 9.11 Compliance with Safety Program A. Contractor is to inform the OPT of its safety programs and OPT is to comply with the specific applicable requirements of this program. ARTICLE 10 — OAR'S AND DESIGNER'S STATUS DURING CONSTRUCTION 10.01 Owner's Representative A. OAR is Owner's representative. The duties and responsibilities and the limitations of authority of OAR as Owner's representative are described in the Contract Documents. 10.02 Visits to Site A. Designer is to make periodic visits to the Site to observe the progress and quality of the Work. Designer is to determine, in general, if the Work is proceeding in accordance with the Contract Documents based on observations made during these visits. Designer is not required to make exhaustive or continuous inspections to check the quality or quantity of the Work. Designer is to inform the OPT of issues or concerns and OAR is to work with Contractor to address these issues or concerns. Designer's visits and observations are subject to the limitations on Designer's authority and responsibility described in Paragraphs 9.09 and 10.07. B. OAR is to observe the Work to check the quality and quantity of Work, implement Owner's quality assurance program, and administer the Contract as Owner's representative as described in the Contract Documents. OAR's visits and observations are subject to the limitations on OAR's authority and responsibility described in Paragraphs 9.09 and 10.07. 10.03 Resident Project Representatives A. Resident Project Representatives assist OAR in observing the progress and quality of the Work at the Site. The limitations on Resident Project Representatives' authority and responsibility are described in Paragraphs 9.09 and 10.07. 10.04 Rejecting Defective Work A. OPT has the authority to reject Work in accordance with Article 14. OAR is to issue a Defective Work Notice to Contractor and document when Defective Work has been corrected or accepted in accordance with Article 14. 10.05 Shop Drawings, Modifications and Payments A. Designer's authority related to Shop Drawings and Samples are described in the Contract Documents. B. Designer's authority related to design calculations and design drawings submitted in response to a delegation of professional design services are described in Paragraph 7.15. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 36 03-23-2015 C. OAR and Designer's authority related to Modifications is described in Articles 11. D. OAR's authority related to Applications for Payment is described in Articles 13 and 15. 10.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. OAR is to render decisions regarding non-technical or contractual / administrative requirements of the Contract Documents and will coordinate the response of the OPT to Contractor. B. Designer is to render decisions regarding the conformance of the Work to the requirements of the Contract Documents. Designer will render a decision to either correct the Defective Work, or accept the Work under the provisions of Paragraph 14.04, if Work does not conform to the Contract Documents. OAR will coordinate the response of the OPT to Contractor. C. OAR will issue a Request for a Change Proposal if a Modification is required. OAR will provide documentation for changes related to the non-technical or contractual / administrative requirements of the Contract Documents. Designer will provide documentation if design related changes are required. D. Contractor may appeal Designer's decision by submitting a Change Proposal if Contractor does not agree with the Designer's decision. 10.07 Limitations on OAR's and Designer's Authority and Responsibilities A. OPT is not responsible for the acts or omissions of Contractor's Team. No actions or failure to act, or decisions made in good faith to exercise or not exercise the authority or responsibility available under the Contract Documents creates a duty in contract, tort, or otherwise of the OPT to the Contractor or members of the Contractor's Team. ARTICLE 11—AMENDING THE CONTRACT DOCUMENTS; CHANGES IN THE WORK 11.01 Amending and Supplementing the Contract Documents A. The Contract Documents may be modified by a Contract Amendment, Change Order, Work Change Directive, or Field Order. 1. Contract Amendment: Owner and Contractor may modify the terms and conditions of the Contract Documents without the recommendation of the Designer using a Contract Amendment. A Contract Amendment may be used for: a. Changes that do not involve: 1) The performance or acceptability of the Work; 2) The design as described in the Drawings, Specifications, or otherwise; or 3) Other engineering, architectural or technical matters. b. Authorizing new phases of the Work and establishing the Contract Price, Contract Times, or terms and conditions of the Contract for the new phase of Work when using phased construction or purchasing Goods and Special Services to be incorporated into the Project. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 37 03-23-2015 2. Change Order: All changes to the Contract Documents that include a change in the Contract Price or the Contract Times for previously authorized Work, or changes to the Work requiring Designer's approval must be made by a Change Order. A Change Order may also be used to establish modifications of the Contract Documents that do not affect the Contract Price or Contract Times. 3. Work Change Directive: A Work Change Directive does not change the Contract Price or the Contract Times, but is evidence that the parties expect that the modifications ordered or documented by a Work Change Directive are to be incorporated in a subsequently issued Change Order following negotiations on the Contract Price and Contract Times. Contractor must submit a Change Proposal seeking an adjustment of the Contract Price or the Contract Times no later than 30 days after the completion of the Work set out in the Work Change Directive if negotiations are unsuccessful under the terms of the Contract Documents governing adjustments, expressly including Paragraphs 11.04 and 11.05. 4. Field Order: Designer may require minor changes in the Work that do not change the Contract Price or Contract Times using a Field Order. OAR may issue a Field Order for non-technical, administrative issues. Submit a Change Proposal if Contractor believes that a Field Order justifies an adjustment in the Contract Price or Contract Times before proceeding with the Work described in the Field Order. B. Perform added or revised Work under the applicable provisions of the Contract Documents for the same or similar Work unless different Drawings, Specifications, or directions are provided in the Modification. 11.02 Owner -Authorized Changes in the Work A. Owner may order additions, deletions, or revisions in the Work at any time as recommended by the Designer to the extent the change: 1. Involves the design as described in the Contract Documents; 2. Involves acceptance of the Work; or 3. Involves other engineering, architectural or technical matters. B. These changes may be authorized by a Modification. Proceed with the Work involved or, in the case of a deletion in the Work, immediately cease construction activities with respect to the deleted Work upon receipt of the Modification. Nothing in this paragraph obligates the Contractor to undertake Work that Contractor reasonably concludes cannot be performed in a manner consistent with Contractor's safety obligations under the Contract Documents or Laws and Regulations. 11.03 Unauthorized Changes in the Work A. Contractor is not entitled to an increase in the Contract Price or an extension of the Contract Times with respect to Work performed that is not required by the Contract Documents, except in the case of an emergency as provided in Paragraph 7.12, or in the case of uncovering Work as provided in Paragraph 14.05. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 38 03-23-2015 B. Contractor is responsible for costs and time delays associated with variations from the requirements of the Contract Documents unless the variations are specifically approved by Change Order. 11.04 Change of Contract Price A. The Contract Price can only be changed by a Change Order. Any Change Proposal for an adjustment in the Contract Price must comply with the provisions of Paragraph 11.06. Any Claim for an adjustment of Contract Price must comply with the provisions of Article 12. B. An adjustment in the Contract Price is to be determined as follows: 1. By applying unit prices to the quantities of the items involved, subject to the provisions of Paragraph 13.03, where the Work involved is covered by unit prices in the Contract Documents; 2. By a mutually agreed lump sum where the Work involved is not covered by unit prices in the Contract Documents; or 3. Payment on the basis of the Cost of the Work determined as provided in Paragraph 13.01 plus a Contractor's fee for overhead and profit determined as provided in Paragraph 11.04.D when the Work involved is not covered by unit prices in the Contract Documents or the parties do not reach a mutual agreement to a lump sum. C. The original Contract Price may not be increased by more than 25 percent or the limit set out in Texas Local Government Code 252.048 or its successor statute. Owner may decrease the Work by up to 25 percent of the Contract Price without adjusting Contractor's fee. D. Contractor's Fee: Determine the Contractor's fee for overhead and profit as follows: 1. A mutually acceptable fixed fee; or 2. A fee based on the following percentages of the various portions of the Cost of the Work: a. The Contractor's fee is 15 percent for costs incurred under Paragraphs 13.01.C.1 and 13.01.C.2; b. The Contractor's fee is 5 percent for costs incurred under Paragraph 13.01.C.3; c. Fees are to be determined as follows where one or more tiers of subcontracts are used: 1) The Subcontractor's fee is 15 percent for costs incurred under Paragraphs 13.01.C.1 and 13.01.C.2 for the Subcontractor that actually performs the Work at whatever tier; and 2) The Contractor and Subcontractors of a tier higher than that of the Subcontractor that actually performs the Work are to be allowed a fee of 5 percent of the fee plus underlying costs incurred by the next lower tier Subcontractor; d. No fee is payable on the basis of costs itemized under Paragraphs 13.01.C.4, and 13.01.D; e. Five percent of the net decrease in the cost is to be deducted for changes which result in a net decrease in Contract Price; and General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 39 03-23-2015 3. The adjustment in Contractor's fee is based on the net change in accordance with Paragraphs 11.04.D.2.a through 11.04.D.2.e, inclusive when both additions and credits are involved in any one change. 11.05 Change of Contract Times A. The Contract Times can only be changed by Change Order. Any Change Proposal for an adjustment in the Contract Times must comply with the provisions of Paragraph 11.06. Any Claim for an adjustment in the Contract Times must comply with the provisions of Article 12. B. An adjustment of the Contract Times is subject to the limitations described in Paragraph 4.04. 11.06 Change Proposals A. Submit a Change Proposal to the OAR to: 1. Request an adjustment in the Contract Price or Contract Times; 2. Appeal an initial decision by OPT concerning the requirements of the Contract Documents or relating to the acceptability of the Work under the Contract Documents; 3. Contest a set-off against payment due; or 4. Seek other relief under the Contract Documents. B. Notify the OAR immediately if a Change Proposal is to be submitted. Submit each Change Proposal to OAR no later than 30 days after the event initiating the Change Proposal. Submit the following as part of the Change Proposal: 1. Any proposed change in Contract Price, Contract Times, or other relief, accompanied by a statement that the requested Change Order is the entire adjustment to which Contractor believes it is entitled; 2. The reason for the proposed change; and 3. Supporting data, accompanied by a statement that the supporting data is accurate and complete. C. OAR is to advise OPT regarding the Change Proposal. OPT is to review each Change Proposal and Contractor's supporting data, and within 30 days after receipt of the documents, direct the OAR to either approve or deny the Change Proposal in whole or in part. OAR is to issue a Change Order for an approved Change Proposal. The Contractor may deem the Change Proposal to be denied if OAR does not take action on the Change Proposal within 30 days and start the time for appeal of the denial under Article 12. 11.07 Execution of Change Orders A. Owner and Contractor are to execute Change Orders covering: 1. Changes in the Contract Price or Contract Times which are agreed to by Owner and Contractor, including undisputed sums or amount of time for Work actually performed in accordance with a Work Change Directive; General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 40 03-23-2015 2. Changes in Contract Price resulting from Owner set -offs unless the set-off has been successfully challenged by Contractor; 3. Changes in the Work which are: a. Ordered by Owner pursuant to Paragraph 11.02.A, b. Required because Defective Work was accepted under Paragraph 14.04 or Owner's correction of Defective Work under Paragraph 14.07, or c. Agreed to by the Owner and Contractor; and 4. Changes in the Contract Price or Contract Times, or other changes under Paragraph 11.06 or Article 12. B. Acceptance of a Change Order by Contractor constitutes a full accord and satisfaction for any and all claims and costs of any kind, whether direct or indirect, including but not limited to impact, delay, or acceleration damages arising from the subject matter of the Change Order. Each Change Order must be specific and final as to prices and extensions of time, with no reservations or other provisions allowing for future additional money or time as a result of the particular changes identified and fully compensated in the Change Order. The execution of a Change Order by Contractor constitutes conclusive evidence of Contractor's agreement to the ordered changes in the Work. This Contract, as amended, forever releases any claim against Owner for additional time or compensation for matters relating to or arising out of or resulting from the Work included within or affected by the executed Change Order. This release applies to claims related to the cumulative impact of all Change Orders and to any claim related to the effect of a change on unchanged Work. C. All Change Orders require approval by either the City Council or Owner by administrative action. The approval process requires a minimum of 45 days after submission in final form with all supporting data. Receipt of Contractor's submission by Owner constitutes neither acceptance nor approval of a Bid, nor a warranty that the Bid will be authorized by City Council or administrative action. The time required for the approval process may not be considered a delay and no extensions to the Contract Times or increase in the Contract Price will be considered or granted as a result of the process. Contractor may proceed with Work if a Work Change Directive is issued. D. A Change Order is deemed to be in full force as if executed by Contractor if the Contractor refuses to execute a Change Order that is required to be executed under the terms of this Paragraph 11.07. 11.08 Notice to Surety A. Notify the surety of Modifications affecting the general scope of the Work, changes in the provisions of the Contract Documents, or changes in Contract Price or Contract Times. Adjust the amount of each Bond when Modifications change the Contract Price. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-41 03-23-2015 ARTICLE 12 — CLAIMS 12.01 Claims A. Follow the Claims process described in this Article for the following disputes between Owner and Contractor: 1. A demand or assertion by Owner to Contractor, submitted in accordance with the requirements of the Contract Documents: a. Seeking an adjustment of Contract Price or Contract Times; b. Contesting an initial decision by Designer concerning the requirements of the Contract Documents or the acceptability of Work under the Contract Documents; c. Contesting Designer's decision regarding a Change Proposal; d. Seeking resolution of a contractual issue that OAR has declined to address; or e. Seeking other relief with respect to the terms of the Contract. 2. A demand or assertion by Contractor to Owner, submitted in accordance with the requirements of the Contract Documents: a. Contesting OPT's decision regarding a Change Proposal; or b. Seeking resolution of a contractual issue that OPT has declined to address. 12.02 Claims Process A. Claims must be initiated by written notice. B. Claims by Contractor must be in writing and delivered to the Owner, Designer, and the OAR within 7 days: 1. After the start of the event giving rise to the Claim; or 2. After a final decision on a Change Proposal has been made. C. Claims by Owner must be submitted by written notice to Contractor. D. The responsibility to substantiate a Claim rests with the entity making the Claim. E. In the case of a Claim by Contractor seeking an increase in the Contract Price or Contract Times, Contractor must certify that the Claim is made in good faith, that the supporting data is accurate and complete, and that to the best of Contractor's knowledge and belief, the amount of time or money requested accurately reflects the full amount to which Contractor is entitled. F. The entity receiving a Claim is to review the Claim giving full consideration to its merits. The Owner and Contractor are to seek to resolve the Claim through the exchange of information and direct negotiations. The Owner and Contractor may extend the time for resolving the Claim by mutual agreement. Notify OAR of actions taken on a Claim. G. Owner and Contractor may mutually agree to mediate the underlying dispute at any time after initiation of a Claim. 1. The agreement to mediate suspends the Claim submittal and response process. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 42 03-23-2015 2. Owner or Contractor may unilaterally terminate the mediation process after 60 days from the agreement to mediate and resume the Claim submittal and decision process as of the date of the termination. The Claim process resumes as of the date of the conclusion of the mediation, as determined by the mediator, if the mediation is unsuccessful in resolving the dispute. 3. Owner and Contractor are to each pay one-half of the mediator's fees and costs. H. If the entity receiving a Claim approves the Claim in part or denies it in part, this action is final and binding unless the other entity invokes the procedure described in Article 17 for final resolution of disputes within 30 days of this action. I. Notify the OAR if efforts to resolve the Claim are not successful, and the Claim is denied. A denial of the Claim is final and binding unless the other entity invokes the procedure described in Article 17 for the final resolution of disputes within 30 days of the denial. J. The results of the agreement or action on the Claim is to be incorporated in a Change Order by the OAR to the extent they affect the Contract Documents, the Contract Price, or the Contract Times if the Owner and Contractor reach a mutual agreement regarding a Claim. ARTICLE 13 — COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK 13.01 Cost of the Work A. The Cost of the Work is the sum of costs described in this Paragraph 13.01, except those excluded in Paragraph 13.01.D, necessary for the proper performance of the Work. The provisions of this Paragraph 13.01 are used for two distinct purposes: 1. To determine Cost of the Work when Cost of the Work is a component of the Contract Price under cost-plus, time -and -materials, or other cost -based terms; or 2. To determine the value of a Change Order, Change Proposal, Claim, set-off, or other adjustment in Contract Price. B. Contractor is entitled only to those additional or incremental costs required because of the change in the Work or because of the event giving rise to the adjustment when the value of the adjustment is determined on the basis of the Cost of the Work. C. Costs included in the Cost of the Work may not exceed the prevailing costs in the proximate area of the Site for similar work unless agreed to by the Owner. Cost of the Work includes only the following items: 1. Payroll costs for Contractor's employees performing the Work, including one foreman per crew, and other required and agreed upon personnel for the time they are employed on the Work. Employees are to be paid according to wage rates for job classifications as agreed to by Owner. Where the Cost of the Work is being used under provisions of Paragraph 13.01.A.2, rates paid for this Work are to be the same as paid for Contract Work as established by certified payroll. Payroll costs may include: a. Actual costs paid for salaries and wages; b. Actual cost paid for fringe benefits, which may include: 1) Social security contributions, General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 43 03-23-2015 2) Unemployment, 3) Excise and payroll taxes, 4) Workers' compensation, 5) Health and retirement benefits, 6) Bonuses, and 7) Paid time off for sick leave, vacations, and holidays; and c. Actual cost of additional compensation paid for performing Work outside of regular working hours, on Saturday, Sunday, or legal holidays, to the extent authorized by Owner. 2. Cost of materials and equipment furnished and incorporated in the Work, including transportation and storage costs and required Suppliers' field services. Contractor may retain cash discounts unless Owner provided funds to the Contractor for early payment of these materials and equipment. Cash discounts are to be credited to Owner if the Owner provides funds for early payment. Make provisions for trade discounts, rebates, refunds, and returns from sale of surplus materials and equipment and reduce the Cost of the Work by these amounts. 3. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. Obtain competitive bids from Subcontractors acceptable to Owner unless Owner agrees to use Subcontractors proposed by the Contractor. Bids are to be opened in the presence of the OAR and other designated members for the OPT. Provide copies of bids to the OAR to use in determining, with the OPT, which bids are acceptable. The Subcontractor's Cost of the Work and fee are determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 13.01 if the subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee. 4. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work; b. Costs of materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site including transportation and maintenance costs; c. Costs of hand tools not owned by the workers consumed in the performance of the Work. Costs of hand tools not owned by the workers which are used but not consumed in the performance of the Work and which remain the property of Contractor, less their market value when Work is completed; d. Rental of construction equipment, including the costs of transporting, loading, unloading, assembling, dismantling, and removing construction equipment, whether rented from Contractor or others, in accordance with rental agreements approved by Owner. Costs for rental of equipment will not be paid when the equipment is no longer necessary for the Work. Justify idle time for equipment by demonstrating that it was necessary to keep equipment on Site for related future Work; General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 44 03-23-2015 e. Applicable sales, consumer, use, and other similar taxes related to the Work for which the Owner is not exempt, and which Contractor pays consistent with Laws and Regulations; f. Deposits lost for causes other than negligence of Contractor's Team; g. Royalty payments and fees for permits and licenses; h. Cost of additional utilities, fuel, and sanitary facilities at the Site; i. Minor expense items directly required by the Work; and j. Premiums for Bonds and insurance required by the Contract Documents. D. The Cost of the Work does not include the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals of partnerships and sole proprietorships, general managers, safety managers, superintendents, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office, for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 13.01.C.1 or specifically covered by Paragraph 13.01.C.4. These administrative costs are covered by the Contractor's fee. 2. Office expenses other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the actions of Contractor's Team for the correction of Defective Work, disposal of materials or equipment that do not comply with Specifications, and correcting damage to property. 5. Losses, damages, and related expenses caused by damage to the Work or sustained by Contractor in connection with the performance of the Work. Contractor is entitled to recover costs if covered by insurance provided in accordance with Article 6. Such losses may include settlements made with the approval of Owner. Do not include these losses, damages, and expenses in the Cost of the Work when determining Contractor's fee. 6. Any Indemnified Cost paid with regard to Contractor's indemnification of Owner's Indemnitees. 7. Other overhead or general expense costs and the costs of items not described in Paragraphs 13.01.C. E. The Contractor's fee is determined as follows: 1. In accordance with the Agreement when the Work is performed on a cost-plus basis. 2. In accordance with Paragraph 11.04.0 for Work covered by a Modification determined on the basis of Cost of the Work. F. Establish and maintain records in accordance with generally accepted accounting practices and submit these records, including an itemized cost breakdown together with supporting General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 45 03-23-2015 data, in a form and at intervals acceptable to OAR whenever the Cost of the Work is to be determined pursuant to this Paragraph 13.01. 13.02 Allowances A. Include allowances specified in the Contract Documents in the Contract Price and provide Work covered by the allowance as authorized by the Owner through the OAR. B. Contractor agrees that: 1. The cash allowance is used to compensate the Contractor for the cost of furnishing materials and equipment for the Work covered by the allowance item in the Contract Documents. Cost may include applicable taxes. Make provisions for trade discounts, rebates, and refunds and reduce the allowance costs by these amounts. 2. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the cash allowances have been included in the Contract Price and not in the allowances; and 3. Costs for cash allowances and installation costs as described in Paragraphs 13.02.6.1 and 13.02.6.2 above are included in the Contract Price. C. OAR will issue a Change Order to adjust the Contract Price by the difference between the allowance amount and the actual amount paid by Contractor for Work covered by the allowance. The Change Order will be issued at the time costs are incurred by Contractor for Work covered by the allowance and this Work is included on the Application for Payment. 13.03 Unit Price Work A. The initial Contract Price for Unit Price Work is equal to the sum of the unit price line items in the Agreement. Each unit price line item amount is equal to the product of the unit price for each line item times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparing Bids and determining an initial Contract Price. Payments to Contractor for Unit Price Work are to be based on actual quantities measured for Work in place. C. Each unit price is deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. D. OAR is to determine the actual quantities and classifications of Unit Price Work performed by Contractor to be incorporated into each Application for Payment. OAR's decision on actual quantities is final and binding, subject to the provisions of Paragraph 13.03.E. E. Contractor may submit a Change Proposal, or Owner may file a Claim, seeking an adjustment in the Contract Price within 30 days of OAR's decision under Paragraph 13.03.D, if: 1 The total cost of a particular item of Unit Price Work amounts to 20 percent or more of the total Contract Price and the variation in the quantity of that particular item of Unit Price Work performed by the Contractor differs by more than 20 percent from the estimated quantity of an item indicated in the Agreement; 2. There is no corresponding adjustment with respect to other items of Work; and General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 46 03-23-2015 3. Contractor believes it has incurred additional expense as a result of this condition or if Owner believes that the quantity variation entitles Owner to an adjustment in the Contract Price. 13.04 Contingencies A. Contingency funds may be included in the Contract Price to pay for Work not defined specifically by the Contract Documents that is essential to the completion of the Project. Contingency funds will be as described in the Agreement. B. The contingency funds may be used for costs incurred by the Contractor provided these costs are approved by the Owner. Costs are to be determined and documented in accordance with Paragraph 13.01. The contingency funds are not to be used for the following items: 1. Cost overruns due to changes in material costs after the Contract Price is established, unless specific price escalation provisions are made in the Agreement. 2. Rework required to correct Defective Work. 3. Inefficiencies in completing the Work due to the Contractor's selected means, methods, sequences, or procedures of construction. 4. Work Contractor failed to include in the Contract Price. 5. Changes required by changes in Laws and Regulations enacted after the Contract Price is established. 6. Any Work that does not constitute a change in Scope in the Work included in the Contract Price. C. OAR is to issue a Change Order for approved expenditures from contingency funds. When the Change Order is issued, the costs are to be added to the Application for Payment. Contractor is to maintain a tabulation showing the contingency amount, adjustments to the contingency amount, and amounts remaining as the Project progresses. D. Any contingency amounts that are not included in a Change Order are retained by the Owner. A Change Order will be issued to deduct unused contingency amounts from the Contract Price prior to Final Payment. ARTICLE 14—TESTS AND INSPECTIONS; CORRECTION, REMOVAL, OR ACCEPTANCE OF DEFECTIVE WORK 14.01 Access to Work A. Provide safe access to the Site and the Work for the observation, inspection, and testing of the Work in progress. Contractor can require compliance with Contractor's safety procedures and programs as part of providing safe access. 14.02 Tests, Inspections, and Approvals A. OPT may retain and pay for the services of an independent inspector, testing laboratory, or other qualified individual or entity to perform inspections. Notify OAR when the Work is ready for required inspections and tests. Provide adequate notice to allow for coordination General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 47 03-23-2015 with entities providing inspection or testing as determined by the OAR. Cooperate with inspection and testing personnel and assist with providing access for required inspections, tests, and handling test specimens or Samples. B. Arrange for and facilitate inspections, tests, and approvals required by Laws or Regulations of governmental entities having jurisdiction that require Work to be inspected, tested, or approved by an employee or other representative of that entity. Pay associated costs and furnish OAR with the required certificates of inspection or approval. C. Arrange, obtain, and pay for inspections and tests required: 1. By the Contract Documents, unless the Contract Documents expressly allocate responsibility for a specific inspection or test to OPT; 2. To attain OPT's acceptance of materials or equipment to be incorporated in the Work; 3. By manufacturers of equipment furnished under the Contract Documents; 4. For testing, adjusting, and balancing of mechanical, electrical, and other equipment to be incorporated into the Work; 5. For acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work; 6. For re -inspecting or retesting Defective Work, including any associated costs incurred by the testing laboratory for cancelled tests or standby time; and 7. For retesting due to failed tests. D. Provide independent inspectors, testing laboratories, or other qualified individuals or entities acceptable to OPT to provide these inspections and tests. 14.03 Defective Work A. It is Contractor's obligation to assure that the Work is not Defective. B. OPT has the authority to determine whether Work is Defective and to reject Defective Work. C. OAR is to notify Contractor of Defective Work of which OPT has actual knowledge. D. Promptly correct Defective Work. E. Take no action that would void or otherwise impair Owner's special warranties or guarantees when correcting Defective Work. F. Pay claims, costs, losses, and damages arising out of or relating to Defective Work, including: 1. Costs for correction, removal, and replacement of Defective Work; 2. Cost of the inspection and testing related to correction of Defective Work; 3. Fines levied against Owner by governmental authorities because of Defective Work; and 4. Costs of repair or replacement of work of others resulting from Defective Work. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 48 03-23-2015 14.04 Acceptance of Defective Work A. Owner may elect to accept Defective Work instead of requiring correction or removal and replacement of Defective Work provided: 1. This acceptance occurs prior to final payment; 2. Designer confirms that the Defective Work is in general accordance with the design intent and applicable engineering or architectural principles; and 3. Designer confirms that acceptance of the Defective Work does not endanger public health or safety. B. Owner may impose a reasonable set-off against payments due under Article 15 for costs associated with OPT's evaluation of Defective Work to determine if it can be accepted and to determine the diminished value of the Work. Owner may impose a reasonable set-off against payments due under Article 15 if the parties are unable to agree as to the decrease in the Contract Price to compensate Owner for the diminished value of Defective Work accepted. OAR is to issue a Modification for acceptance of the Defective Work prior to final payment. Pay an appropriate amount to Owner if the acceptance of Defective Work occurs after final payment. 14.05 Uncovering Work A. OPT has the authority to require inspection or testing of the Work, whether or not the Work is fabricated, installed, or completed. B. Work that is covered prior to approval of the OAR must be uncovered for OPT's observation if requested by OAR. Pay for uncovering Work and its subsequent restoration unless Contractor has given OAR timely notice of Contractor's intention to cover the Work and OAR fails to act with reasonable promptness in response to this notice. C. Provide necessary labor, material, and equipment and uncover, expose, or otherwise make available the portion of the Work suspected of being Defective for observation, inspection, or testing if OPT considers it necessary or advisable that covered Work be observed by Designer or inspected or tested by others as directed by the OAR. 1. Pay for claims, costs, losses, and damages associated with uncovering, exposing, observing, inspecting, and testing if it is found that the uncovered Work is Defective. Pay costs for correction of Defective Work. Pay for reconstruction, repair, or replacement of work of others if it is found that the uncovered Work is Defective. 2. Submit a Change Proposal for an increase in the Contract Price or an extension of the Contract Times directly attributable to this uncovering, exposure, observation, inspection, testing, and reconstruction if the uncovered Work is found to be not Defective. 14.06 Owner May Stop the Work A. Owner may order Contractor to stop the Work if: 1. The Work is Defective; 2. Contractor fails to supply sufficient skilled workers or suitable materials or equipment; or General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 49 03-23-2015 3. Contractor performs Work that may fail to conform to the Contract Documents when completed. This stop work order is to remain in effect until the reason for the stop work order has been eliminated. Owner's right to stop the Work does not create a duty to exercise this right for the benefit of Contractor's Team or surety. 14.07 Owner May Correct Defective Work A. Owner may remedy the following deficiencies after 7 days' notice to Contractor if: 1. Contractor fails to correct Defective Work, or to remove and replace rejected Work as required by OPT; 2. Contractor fails to perform the Work in accordance with the Contract Documents; or 3. Contractor fails to comply with other provisions of the Contract Documents. B. Owner may: 1. Exclude Contractor from the Site; 2. Take possession of the Work and suspend Contractor's services related to the Work; and 3. Incorporate stored materials and equipment in the Work. C. Allow OPT access to the Site and off Site storage areas to enable Owner to exercise the rights and remedies under this Paragraph 14.07. D. All claims, costs, losses, and damages incurred or sustained by Owner in exercising the rights and remedies under this Paragraph 14.07 are to be charged against Contractor as a set-off against payments due under Article 15. These claims, costs, losses, and damages include costs of repair and the cost of replacement of work of others destroyed or damaged by correction, removal, or replacement of Contractor's Defective Work. E. Contractor is not allowed an extension of the Contract Times because of delays in the performance of the Work attributable to the exercise of the Owner's rights and remedies under this Paragraph 14.07. ARTICLE 15 — PAYMENTS TO CONTRACTOR; SET -OFFS; COMPLETION; CORRECTION PERIOD 15.01 Progress Payments A. Progress payments are to be submitted to the OAR on the Application for Payment form provided by the OAR following procedures in the Contract Documents. 1. Progress payments for lump sum Work are to be paid on the basis of the earned value to date at the amounts shown in the Schedule of Values submitted as required by Paragraph 2.03. Final payment will be for the total lump sum amount. 2. Progress payments for Unit Price Work are based on the number of units completed as determined under the provisions of Paragraph 13.03. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 50 03-23-2015 3. Progress payments for Work to be paid on the basis of the Cost of the Work per Paragraphs 13.01, 13.02 and 13.04 are to be paid for Work completed by Contractor during the pay period. B. Reduction in Payment by Owner: 1. Owner is entitled to impose a set-off against payment based on the following: a. Claims made against Owner or costs, losses, or damages incurred by Owner related to: 1) Contractor's conduct in the performance of the Work, including, but not limited to, workplace injuries, non-compliance with Laws and Regulations, or patent infringement; or 2) Contractor's failure to take reasonable and customary measures to avoid damage, delay, disruption, and interference with other work at or adjacent to the Site, including but not limited to, workplace injuries, property damage, and non-compliance with Laws and Regulations. b. Owner has been required to remove or remediate a Hazardous Environmental Condition for which Contractor is responsible; c. Work is Defective, or completed Work has been damaged by Contractor's Team, requiring correction or replacement; d. Owner has been required to correct Defective Work or complete Work in accordance with Paragraph 14.07; e. The Contract Price has been reduced by Change Orders; f. Events have occurred that would constitute a default by Contractor justifying a termination for cause; Liquidated damages have accrued as a result of Contractor's failure to achieve Milestones, Substantial Completion, or completion of the Work; h. Liens have been filed in connection with the Work, except where Contractor has delivered a specific Bond satisfactory to Owner to secure the satisfaction and discharge of these Liens; g. i. Owner has been notified of failure to make payments to Subcontractors, Suppliers, or Employees; Failure to submit up-to-date record documents as required by the Contract Documents; k. Failure to submit monthly Progress Schedule updates or revised schedules as requested by the OAR; I. Failure to provide Project photographs required by the Contract Documents; m. Failure to provide Certified Payroll required by the Contract Documents; n. Compensation for OPT for overtime charges of OAR or RPR, third review of documents, review of substitutions, re -inspection fees, inspections or designs related to correction of Defective Work, or other services identified as requiring payment by the Contractor; j• General Conditions Corpus Christi Standards - Regular Projects 00 72 00-51 03-23-2015 o. Costs for tests performed by the Owner to verify that Work previously tested and found to be Defective has been corrected; OPT has actual knowledge of the occurrence of events that would constitute a default by Contractor and therefore justify termination for cause under the Contract Documents with associated cost impacts; q• Other items entitling Owner to a set-off against the amount recommended; or r. Payment would result in an over -payment of the Contract Price. 2. Compensation for services of OPT staff is to be at the rates established by negotiations between OPT and Contractor. 3. OAR is to notify Contractor stating the amount and the reasons for an imposed set-off. The Owner is to pay the Contractor amounts remaining after deduction of the set-off. Owner is to pay the set-off amount agreed to by Owner and Contractor if Contractor remedies the reasons for the set-off. Contractor may submit a Change Proposal contesting the set-off. C. Delayed Payments: 1. No money shall be paid by Owner upon any claim, debt, demand, or account whatsoever, to any person, firm, or corporation who is in arrears to Owner for taxes; and Owner shall be entitled to counterclaim and automatically offset against any such debt, claim, demand, or account in the amount of taxes so in arrears and no assignment or transfer of such debt, claim, demand, or account after said taxes are due, shall affect the right of Owner to offset said taxes, and associated penalties and interest if applicable, against the same. 2. No payment will be made for Work authorized by a Work Change Directive until the Work Change Directive is incorporated into a Change Order. Payment can be included in an Application for payment when the Change Order is approved. D. The Owner is to pay the amount of payment recommended by the OAR within 30 days after receipt of the Application for Payment and accompanying documentation from the OAR. 15.02 Contractor's Warranty of Title A. Contractor warrants and guarantees that title to the Work, materials, and equipment furnished under the Contract is to pass to Owner free and clear of Liens, title defects, and patent, licensing, copyright, or royalty obligations no later than 7 days after the time of payment by Owner of the Application for Payment which includes these items. 15.03 Substantial Completion A. Notify OAR when Contractor considers the entire Work substantially complete and request a Certificate of Substantial Completion. B. OPT is to inspect the Work after Contractor's notification to determine if the Work is substantially complete. OAR is to either issue the Certificate of Substantial Completion which sets the date of Substantial Completion or notify Contractor of the reasons the Project is not considered to be substantially complete. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 52 03-23-2015 C. The OPT and Contractor are to meet to discuss Owner's use or occupancy of the Work following Substantial Completion. Items to be discussed at this meeting include: 1. Review of insurance policies with respect to the end of the Contractor's coverage, and confirm the transition to coverage of the Work under a permanent property insurance policy held by Owner; 2. Owner's assumption of responsibility for security, operation, protection of the Work, maintenance, and utilities upon Owner's use or occupancy of the Work; 3. Contractor's obligations for operations and maintenance during performance and acceptance testing; 4. Contractor's access to the Site to complete punch list items; and 5. Procedures for correction of Defective Work during the 1 -year correction period. 15.04 Partial Utilization A. Owner may use or occupy substantially completed parts of the Work which are specifically identified in the Contract Documents, or which OPT and Contractor agree constitutes a separately functioning and usable part of the Work prior to Substantial Completion of the Work. Owner must be able to use that part of the Work for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. Contractor and OPT are to follow the procedures of Paragraph 15.03 for this part of the Work. B. No use or occupancy or separate operation of part of the Work may occur prior to compliance with the requirements of Article 6. 15.05 Final Inspection A. OPT is to make a final inspection upon notice from Contractor that the entire Work or portion to be accepted under Paragraph 15.04 is complete. OAR is to notify Contractor of Work determined to be incomplete or Defective. Immediately take corrective measures to complete the Work and correct Defective Work. 15.06 Final Payment A. Make Application for Final Payment after completing required corrections identified during the final inspection and delivering items and documents required by the Contract Documents. Provide the following with the final Application for Payment: 1. Consent of Surety to Final Payment acknowledging unsettled disputes; and 2. Certification of Payment of Debts and Claims or Certification of Release of Liens or furnish receipts or releases in full from Subcontractors and Suppliers. B. OAR is to either recommend payment of the final Application for Payment to Owner if OPT is satisfied that the Work has been completed and Contractor's other obligations under the Contract Documents have been fulfilled or notify the Contractor of the OPT's reasons for not recommending final payment. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 53 03-23-2015 C. The Work is complete, subject to surviving obligations, when it is ready for final payment as established by the OAR's recommendation of payment of the final Application for Payment to Owner and the issuance of a Certificate of Final Completion. D. The Owner is to pay the amount of final payment recommended by the OAR within 30 days after receipt of the final Application for Payment and accompanying documentation from the OAR. 15.07 Waiver of Claims A. The making of final payment does not constitute a waiver by Owner of claims or rights against Contractor. Owner expressly reserves claims and rights arising from: 1. Unsettled Liens or claims for non-payment; 2. Defective Work appearing after final inspection pursuant to Paragraph 15.05; 3. Contractor's failure to comply with the Contract Documents or the terms of specified special guarantees; or 4. Contractor's continuing obligations under the Contract Documents. B. Contractor waives claims and rights against Owner by accepting final payment with the exception of those Claims made in accordance with the provisions of Article 17 and specifically noted in the Certificate of Final Completion. 15.08 Correction Period A. Promptly correct Defective Work without cost to Owner for 1 year after the date of Substantial Completion or longer periods of time prescribed by the terms of the Contract Documents. B. Promptly correct damages to the Site or adjacent areas that Contractor has arranged to use through construction easements or other agreements. Promptly correct damages to Work or the work of others. Make corrections without cost to Owner. C. Owner may have the Defective Work and damages described in Paragraphs 15.08.A and 15.08.6 corrected if Contractor does not comply with the terms of OAR's instructions, or in an emergency where delay would cause serious risk of loss or damage. D. Contractor's obligation to indemnify Owner's Indemnitees for claims arising out of or related to the correction of Defective Work are as set forth in Paragraph 7.14. E. The correction period starts to run from the date when a specific item of equipment or systems are placed in continuous beneficial use by Owner before Substantial Completion of Work if so provided in the Specifications or if accepted for beneficial use by the Owner. F. The correction period is extended for an additional period of 1 year for Defective Work corrected after the date of Substantial Completion or after the accepted date the correction period starts to run as described in Paragraph 15.08.E. This extended correction period starts to run when Defective Work has been satisfactorily corrected under this Paragraph 15.08. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 54 03-23-2015 G. Contractor's obligations under this Paragraph 15.08 are in addition to other obligations or warranties. The provisions of this Paragraph 15.08 are not a substitute for, or a waiver of, the provisions of applicable statutes of limitation or repose. ARTICLE 16 — SUSPENSION OF WORK AND TERMINATION 16.01 Owner May Suspend Work A. Owner may suspend the Work or a portion of the Work for a period of not more than 90 consecutive days, at any time and without cause, by notice to Contractor. This notice fixes the date on which Contractor is to resume Work. Contractor is entitled to adjustments in the Contract Price and Contract Times directly attributable to this suspension only if efforts are made to mitigate the cost impacts of the suspension. Meet with the Owner within 10 days of the notice of suspension to discuss specific strategies to reduce or eliminate the cost of delays. Submit a Change Proposal seeking an adjustment no later than 30 days after the date fixed for resumption of Work. 16.02 Owner May Terminate for Cause A. The occurrence of one or more of the following events constitutes a default by Contractor and justifies termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents, including failure to supply sufficient skilled workers or suitable materials or equipment; 2. Failure to adhere to the Progress Schedule; 3. Failure of the Contractor to provide a satisfactory replacement Bond or insurance in the event either is lost or canceled; 4. Failure of Contractor to maintain financial solvency to adequately complete the Project as indicated by one or more of the following: a. A petition of bankruptcy is filed by or against Contractor, b. Contractor is adjudged as bankrupt or insolvent, c. Contractor or surety makes a general assignment for the benefit of creditors, d. A receiver is appointed for the benefit of Contractor's creditors, or e. A receiver is appointed on account of Contractor's insolvency; 5. Contractor's disregard of Laws or Regulations of public bodies having jurisdiction; or 6. Contractor's repeated disregard of the authority of OPT. B. Contractor and surety must provide adequate assurance of future performance in accordance with the Contract Documents that is satisfactory to Owner if Contractor is believed to be in financial distress due to the existence of one or more of the indicators listed in Paragraph 16.02.A.4. Owner may terminate this Contract if Contractor and surety fail to provide adequate documentation satisfactory to Owner within 10 days of OAR's request for this information. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 55 03-23-2015 C. Owner may declare Contractor to be in default, give notice to Contractor and surety that the Contract is terminated, and enforce the rights available to Owner under the Performance Bond after giving Contractor and surety 10 days' notice that one or more of the events identified in Paragraph 16.02.A has occurred. D. Owner may exclude Contractor from the Site, take possession of the Work, incorporate the materials and equipment stored and complete the Work as Owner may deem expedient if Owner has terminated the Contract for cause. E. Owner may elect not to proceed with termination of the Contract under this Paragraph 16.02 if Contractor begins to cure the cause for termination within 7 days of receipt of notice of intent to terminate. F. Contractor is not entitled to receive further payments until the Work is completed if Owner proceeds as provided in this Paragraph 16.02. The amount of the Contract Price remaining is to be paid to the Contractor if the unpaid balance exceeds the cost to complete the Work. This cost to complete the Work may include related claims, costs, losses, damages, and the fees and charges of engineers, architects, attorneys, and other professionals retained by Owner. Pay the difference to Owner if the cost to complete the Work including related claims, costs, losses, and damages exceeds the unpaid balance of the Contract Price. Claims, costs, losses, and damages incurred by Owner are to be reviewed as to their reasonableness and incorporated in a Change Order by OAR. Owner is not required to obtain the lowest price for the Work performed when exercising its rights or remedies under this paragraph. G. Termination does not affect the rights or remedies of Owner against Contractor or against surety under the Payment Bond or Performance Bond. Owner does not release Contractor from liability by paying or retaining money due Contractor. 16.03 Owner May Terminate For Convenience A. Owner may terminate the Contract without cause after giving 7 days' notice to Contractor of the effective date of termination. Contractor is to be paid for the following if Owner terminates for convenience: 1. Work completed in accordance with the Contract Documents prior to the effective date of termination; 2. Actual costs sustained prior to the effective date of termination for Work in progress, plus a fee calculated in accordance with Paragraph 11.04.D.; and 3. Reasonable expenses directly attributable to termination, including costs incurred to prepare a termination for convenience cost proposal. B. No payment is payable to Contractor for loss of anticipated overhead, profits or revenue, or other economic loss arising out of or resulting from this termination. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 56 03-23-2015 ARTICLE 17 — FINAL RESOLUTION OF DISPUTES 17.01 Methods and Procedures A. The Owner or Contractor may appeal a Claim, approved or denied in part or in full, by: 1. Electing to invoke the dispute resolution process if one is provided for in the Supplementary Conditions; 2. Agreeing with the other party to submit the dispute to a dispute resolution process; or 3. Notifying the other party of the intent to submit the dispute to a court of competent jurisdiction if no dispute resolution process is provided for in the Supplementary Conditions or mutually agreed to. ARTICLE 18 — MISCELLANEOUS 18.01 Computation of Times A. Exclude the first day and include the last day when determining dates for a period of time referred to in the Contract Documents by days. The last day of this period is to be omitted from the determination if it falls on a Saturday, Sunday, or a legal holiday. B. All references and conditions for a Calendar Day Contract in the Contract Documents apply for a Fixed Date Contract. A Fixed Date Contract is one in which the calendar dates for reaching Substantial Completion and/or final completion are specified in lieu of identifying the number of days involved. 18.02 Owner's Right to Audit Contractor's Records A. By execution of the Contract, Contractor grants Owner the right to audit, examine, inspect and/or copy, at Owner's election at all reasonable times during the term of this Contract and for a period of four (4) years following the completion or termination of the Work, all of Contractor's written and electronically stored records and billings relating to the performance of the Work under the Contract Documents. The audit, examination or inspection may be performed by an Owner designee, which may include its internal auditors or an outside representative engaged by Owner. Contractor agrees to retain its records for a minimum of four (4) years following termination of the Contract, unless there is an ongoing dispute under the Contract, then, such retention period must extend until final resolution of the dispute. As used in these General Conditions, "Contractor written and electronically stored records" include any and all information, materials and data of every kind and character generated as a result of the work under this Contract. Example of Contractor written and electronically stores records include, but are not limited to: accounting data and reports, billings, books, general ledgers, cost ledgers, invoices, production sheets, documents, correspondences, meeting notes, subscriptions, agreements, purchase orders, leases, contracts, commitments, arrangements, notes, daily diaries, reports, drawings, receipts, vouchers, memoranda, time sheets, payroll records, policies, procedures, Subcontractor agreements, Supplier agreements, rental equipment proposals, federal and state tax filings for any issue in question, along with any and all other agreements, sources of information and matters that may, in Owner's sole judgment, General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 57 03-23-2015 have any bearing on or pertain to any matters, rights, duties or obligations under or covered by any Agreement Documents. B. Owner agrees to exercise the right to audit, examine or inspect Contractor's records only during regular business hours. Contractor agrees to allow Owner and/or Owner's designee access to all of the Contractor's Records, Contractor's facilities and current or former employees of Contractor, deemed necessary by Owner or its designee(s), to perform such audit, inspection or examination. Contractor also agrees to provide adequate and appropriate work space necessary for Owner or its designees to conduct such audits, inspections or examinations. C. Contractor must include this Section in any Subcontractor, supplier or vendor contract. 18.03 Independent Contractor A. Contractor is to perform its duties under this Contract as an independent contractor. The Contractor's Team and their personnel are not considered to be employees or agents of the Owner. Nothing in this Contract is to be interpreted as granting Contractor's Team the right or authority to make commitments for the Owner. This Contract does not constitute or create a joint venture, partnership, or formal business organization of any kind. 18.04 Cumulative Remedies A. The duties and obligations imposed by these General Conditions and the rights and remedies available to the Owner or Contractor by these General Conditions are in addition to, and are not a limitation of, the rights and remedies which are otherwise imposed or available by: 1. Laws or Regulations; 2. Special warranties or guarantees; or 3. Other provisions of the Contract Documents. B. The provisions of this Paragraph 18.03 are as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. 18.05 Limitation of Damages A. Owner's Indemnitees are not liable to Contractor for claims, costs, losses, or damages sustained by Contractor's Team associated with other projects or anticipated projects. 18.06 No Waiver A. The failure of Owner or Contractor to enforce any provision of this Contract does not constitute a waiver of that provision, affect the enforceability of that provision, or the enforceability of the remainder of this Contract. 18.07 Severability A. If a court of competent jurisdiction renders a part of this Contract invalid or unenforceable, that part is to be severed and the remainder of this Contract continues in full force. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 58 03-23-2015 18.08 Survival of Obligations A. Representations, indemnifications, warranties, guarantees, and continuing obligations required by the Contract Documents survive completion and acceptance of the Work or termination of the Contract. 18.09 No Third Party Beneficiaries A. Nothing in this Contract can be construed to create rights in any entity other than the Owner and Contractor. Neither the Owner nor Contractor intends to create third party beneficiaries by entering into this Contract. 18.10 Assignment of Contract A. This Contract may not be assigned in whole or in part by the Contractor without the consent of the Owner. 18.11 No Waiver of Sovereign Immunity A. The Owner has not waived its sovereign immunity by entering into and performing its obligations under this Contract. 18.12 Controlling Law A. This Contract is governed by the laws of the State of Texas without regard to its conflicts of laws. Venue for legal proceedings lies exclusively in Nueces County, Texas. 18.13 Conditions Precedent to Right to Sue A. Notwithstanding anything herein to the contrary, Contractor will have at least 90 days to give notice of a claim for damages as a condition precedent to the right to sue on the Contract, subject to the contractual Claims and Alternative Dispute Resolution processes set forth herein. 18.14 Waiver of Trial by Jury A. Owner and Contractor agree that they have knowingly waived and do hereby waive the right to trial by jury and have instead agreed, in the event of any litigation arising out of or connected to this Contract, to proceed with a trial before the court, unless both parties subsequently agree otherwise in writing. 18.15 Attorney Fees A. The Parties expressly agree that, in the event of litigation, all parties waive rights to payment of attorneys' fees that otherwise might be recoverable, pursuant to the Texas Civil Practice and Remedies Code Chapter 38, Texas Local Government Code §271.153, the Prompt Payment Act, common law or any other provision for payment of attorney's fees. 18.16 Compliance with Laws A. Comply with the Americans with Disabilities Act of 1990 as amended (ADA) and Texas Architectural Barriers Act and all regulations relating to either statute. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 59 03-23-2015 B. Comply with all applicable federal, state, and city laws, rules and regulations. 18.17 Enforcement A. The City Manager or designee and the City Attorney or designee, are fully authorized and will have the right to enforce all legal rights and obligations under the Contract without further authorization from City Council. 18.18 Subject to Appropriation A. Funds are appropriated by the Owner on a yearly basis. If for any reason funds are not appropriated in any given year, the Owner may direct immediate suspension or termination of the Contract, with no additional liability to the Owner. If the Contractor is terminated or suspended and the Owner requests remobilization at a later date, the Contractor may request payment for reasonable demobilization/remobilization costs. Such costs shall be addressed through a Change Order to the Contract. Under no circumstances may a provision or obligation under this Contract be interpreted as contrary to this paragraph. 18.19 Contract Sum A. The Contract Sum is stated in the Contract and, including authorized adjustments, is the total maximum not -to -exceed amount payable by Owner to Contractor for performance of the Work under the Contract Documents. Contractor accepts and agrees that all payments pursuant to this Contract are subject to the availability and appropriation of funds by the Corpus Christi City Council. If funds are not available and/or appropriated, this Contract shall immediately be terminated with no liability to any party to this Contract. 18.20 Contractor's Guarantee as Additional Remedy A. The Contractor's guarantee is a separate and additional remedy available to benefit the Owner. Neither the guarantee nor the expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the Owner for any claims or causes of action against the Contractor or any other individual or entity. END OF SECTION General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 60 03-23-2015 00 72 01 INSURANCE REQUIREMENTS ARTICLE 1— INSURANCE REQUIREMENTS 1.01 CONTRACTOR'S INSURANCE AMOUNTS A. Provide the insurance coverage for at least the following amounts unless greater amounts are required by Laws and Regulations: Type of Insurance Minimum Insurance Coverage Commercial General Liability including 1. Commercial Form 2. Premises - Operations 3. Explosions and Collapse Hazard 4. Underground Hazard 5. Products / Completed Operations Hazard 6. Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors 9. Personal & Advertising Injury $1,000,000 Per Occurrence $2,000,000 Aggregate Business Automobile Liability - Owned, Non -Owned, Rented and Leased $1,000,000 Combined Single Limit Workers' Compensation Statutory Employer's Liability $500,000/ 500,000/ 500,000 Excess Liability/Umbrella Liability $1,000,000 Per Occurrence Contractor's Pollution Liability / Environmental Impairment Coverage Not limited to sudden and accidental discharge. To include long-term environmental impact for the disposal of pollutants/contaminants. $2,000,000 Per Claim • Required 11 Not Required Builder's Risk (All Perils including Collapse) Equal to Contract Price • Required 0 Not Required Installation Floater Equal to Contract Price • Required l•A Not Required Owner's Protective Liability Equal to Contractor's liability insurance • Required 11 Not Required 1.02 GENERAL PROVISIONS A. Provide insurance coverages and limits meeting the requirements for insurance in accordance with Article 6 of the General Conditions and this Section. Insurance Requirements CCIA - East GA Apron Reconstruction - E15234 007201-1 Rev 01-13-2016 B. Provide endorsements to the policies as outlined in this Section. C. Obtain insurance from companies that are duly licensed or authorized in the State of Texas to issue insurance policies for the required limits and coverages. Provide insurance from companies that have an A.M. Best rating of A -VIII or better. D. Furnish copies of policies and endorsements, and documentation of applicable self-insured retentions and deductibles upon request by OPT or any named insured or additional insured. Contractor may block out (redact) any confidential premium or pricing information contained in any policy or endorsement furnished under this Contract. E. The name and number of the Project must be referenced on the certificate of insurance. F. OPT's failure to demand such certificates or other evidence of the Contractor's full compliance with the insurance requirements or failure to identify a deficiency in compliance from the evidence provided is not a waiver of the Contractor's obligation to obtain and maintain the insurance required by the Contract Documents. G. Notify the Owner if the Contractor fails to purchase or maintain the insurance required by the Contract Documents. Contractor shall not be allowed to perform any Work on the Project until the required insurance policies are in effect. A Certificate of Liability Insurance shall be submitted to the OPT. H. Owner may exclude the Contractor from the Site and exercise Owner's termination rights under Article 16 of the General Conditions if Contractor fails to obtain or maintain the required insurance. I. Owner does not represent that the insurance coverage and limits established in this Contract are adequate to protect Contractor or Contractor's interests. J. The required insurance and insurance limits do not limit the Contractor's liability under the indemnities granted to Owner's Indemnitees in the Contract Documents. K. Provide for an endorsement that the "other insurance" clause shall not apply to the OPT where the OPT is an additional insured shown on the policy. Contractor's insurance is primary and non-contributory with respect to any insurance or self-insurance carried by the OPT for liability arising out of operations under this Contract. L. Include the Owner and list the other members of the OPT and any other individuals or entities identified in the Supplementary Conditions as additional insureds on all policies with the exception of the workers' compensation policy and Contractor's professional liability policy. 1.03 CONTRACTOR'S INSURANCE A. Purchase and maintain workers' compensation and employer's liability insurance for: 1. Claims under workers' compensation, disability benefits, and other similar employee benefit acts. Obtain workers' compensation coverage through a licensed insurance company in accordance with Texas law and written on a policy and endorsements approved by the Texas Department of Insurance. Provide insurance in amounts to meet all workers' compensation obligations. Provide an "All Other States" endorsement if Contractor is not domiciled in Texas and policy is not written in accordance with Texas Department of Insurance rules. Insurance Requirements 00 72 01- 2 CCIA - East GA Apron Reconstruction - E15234 Rev 01-13-2016 2. Claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. 3. United States Longshoreman and Harbor Workers' Compensation Act and Jones Act coverage (if applicable). 4. Foreign voluntary worker compensation (if applicable). B. Purchase and maintain commercial general liability insurance covering all operations by or on behalf of Contractor. Provide coverage on an occurrence basis, against: 1. Claims for damages because of bodily injury, sickness or disease, or death of any person other than Contractor's employees; 2. Claims for damages insured by reasonably available personal injury liability coverage which are sustained; 3. By any person as a result of an offense directly or indirectly related to the employment of such person by Contractor; 4. By any other person for any other reason; and 5. Claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including any resulting loss of use. C. Provide Contractor's commercial general liability policy that is written on a 1996 (or later) ISO commercial general liability form (occurrence form) and include the following coverages and endorsements: 1. Products and completed operations coverage as required in this Section. Insurance is to remain in effective for 3 years after final payment. Furnish evidence of the continuation of this insurance at final payment and again each year for 3 years after final payment to Owner and each named insured or additional insured. a. Eliminate the exclusion with respect to property under the care, custody, and control of Contractor. Provide and maintain Installation Floater insurance for property under the care, custody, or control of Contractor in lieu of elimination of the exclusion, or if required by this Section. Provide Installation Floater insurance that is a broad form or "All Peril" policy providing coverage for all materials, supplies, machinery, fixtures, and equipment which will be incorporated into the Work. 1) Provide coverage under the Contractor's Installation Floater that includes: a) Faulty or Defective workmanship, materials, maintenance, or construction; b) Cost to remove Defective or damaged Work from the Site or to protect it from loss or damage; c) Cost to cleanup and remove pollutants; d) Coverage for testing and startup; e) Any loss to property while in transit; f) Any loss at the Site; g) Any loss while in storage, both on and off the Site; and Insurance Requirements 00 72 01- 3 CCIA - East GA Apron Reconstruction - E15234 Rev 01-13-2016 h) Any loss to temporary Project Works if their value is included in the Contract Price. 2) Coverage cannot be contingent on an external cause or risk or limited to property for which the Contractor is legally liable. Provide limits of insurance adequate to cover the value of the installation. Pay any deductible carried under this coverage and assume responsibility for claims on materials, supplies, machinery, fixture, and equipment which will be incorporated into the Work while in transit or in storage. 2. Blanket contractual liability coverage for Contractor's contractual indemnity obligations in Paragraph 7.14 of the General Conditions, and all other contractual indemnity obligations of Contractor in the Contract Documents. 3. Broad form property damage coverage. 4. Severability of interest. 5. Underground explosion and collapse coverage. 6. Personal injury coverage. 7. Endorsement CG 2032, "Additional Insured - Engineers, Architects or Surveyors Not Engaged by the Named Insured" or its equivalent. D. Purchase and maintain automobile liability insurance against claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance, or use of any motor vehicle. E. Purchase and maintain umbrella or excess liability insurance written over the underlying employer's liability, commercial general liability, and automobile liability insurance described in the paragraphs above. Provide coverage that is at least as broad as all underlying policies. Provide a policy that provides first -dollar liability coverage as needed F. Provide Contractor's commercial general liability and automobile liability policies that: 1. Are written on an occurrence basis; 2. Include the individuals or entities identified in the Supplementary Conditions as additional insureds; 3. Include coverage for the respective officers, directors, members, partners, employees, agents, consultants, and subcontractors for each named insured or additional insured; 4. Provide primary coverage for all claims covered by the policies, including those arising from both ongoing and completed operations. G. Purchase and maintain insurance coverage for third -party injury and property damage claims, including clean-up costs that result from Hazardous Environmental Conditions which result from Contractor's operations and completed operations. Provide Contractor's pollution liability insurance that includes long-term environmental impacts for the disposal of pollutants/contaminants and is not limited to sudden and accidental discharge. The completed operations coverage is to remain in effect for 3 years after final payment. The policy must name OPT and any other individuals and entities identified in the Supplementary Conditions as additional insureds. Insurance Requirements 00 72 01- 4 CCIA - East GA Apron Reconstruction - E15234 Rev 01-13-2016 H. Purchase and maintain applicable professional liability insurance, or have Subcontractors and Suppliers do so, if Contractor or any Subcontractor or Supplier will provide or furnish professional services under this Contract. I. The policies of insurance required by this Section must: 1. Include at least the specific coverages and be written for not less than the limits of liability provided in this Section or required by Laws or Regulations, whichever is greater. 2. Contain a provision that coverage afforded will not be canceled or materially changed until at least 30 days prior written notice has been given to Contractor, Owner, and all named insureds and additional insureds. 3. Remain in effect at all times when Contractor is performing Work or is at the Site to conduct tasks arising from the Contract Documents. 4. Be appropriate for the Work being performed and provide protection from claims resulting from the Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether performed by Contractor, Subcontractor, Supplier, anyone directly or indirectly employed or retained by any of them, or by anyone for whose acts they may be liable. J. The coverage requirements for specific policies of insurance must be met directly by those policies and may not by rely on excess or umbrella insurance provided in other policies to meet the coverage requirement. 1.04 OWNER'S PROTECTIVE LIABILITY INSURANCE A. Purchase and maintain an Owner's Protective Liability insurance policy with the Owner as the named insured and other members of the OPT as additional insureds. Provide a policy that will protect the OPT from claims which arise from operations under the Contract Documents. Provide this coverage in the same amounts required for the Contractor's liability insurance and from the same company that provides the Contractor's liability insurance. 1.05 PROPERTY INSURANCE A. Purchase and maintain builder's risk insurance in the amount of the full replacement cost of the Project. This policy is subject to the deductible amounts requirements in this Section or those required by Laws and Regulations and must comply with the requirements of Paragraph 1.06. This insurance shall: 1. Include the OPT, Contractor, and all Subcontractors, and any other individuals or entities identified in the Supplementary Conditions, as named insureds. 2. Be written on a builder's risk "all risk" policy form that includes insurance for physical loss or damage to the Work, temporary buildings, falsework, and materials and equipment in transit, and insures against at least the following perils or causes of loss: fire; lightning; windstorm; riot; civil commotion; terrorism; vehicle impact; aircraft; smoke; theft; vandalism and malicious mischief; mechanical breakdown, boiler explosion, and artificially generated electric current; earthquake; volcanic activity, and other earth movement; flood; collapse; explosion; debris removal; demolition occasioned by enforcement of Laws and Regulations; water damage (other than that Insurance Requirements 00 72 01- 5 CCIA - East GA Apron Reconstruction - E15234 Rev 01-13-2016 caused by flood); and such other perils or causes of loss as may be specifically required by this Section. If insurance against mechanical breakdown, boiler explosion, and artificially generated electric current; earthquake; volcanic activity, and other earth movement; or flood, are not commercially available under builder's risk, by endorsement or otherwise, this insurance may be provided through other insurance policies acceptable to Owner and Contractor. 3. Cover expenses incurred in the repair or replacement of any insured property. 4. Cover materials and equipment in transit or stored prior to being incorporated in the Work. 5. Cover Owner -furnished or assigned property. 6. Allow for partial utilization of the Work by Owner. 7. Allow for the waiver of the insurer's subrogation rights as set forth below. 8. Provide primary coverage for all losses and damages caused by the perils or causes of loss covered. 9. Not include a co-insurance clause. 10. Include a broad exception for ensuing losses from physical damage or loss with respect to any Defective workmanship, design, or materials exclusions. 11. Include testing and startup. 12. Be maintained in effect until the Work as a whole is complete, unless otherwise agreed to in writing by Owner and Contractor. B. Evidence of insurance provided must contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least 30 days prior written notice has been given to Owner and Contractor and to each named insured. C. Pay for costs not covered by the policy deductible. D. Notify builder's risk insurance provider if Owner will occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work as provided in Paragraph 15.04 of the General Conditions. Maintain the builder's risk insurance in effect during this Partial Occupancy or Use. E. Contractor may purchase other special insurance to be included in or to supplement the builder's risk or property insurance policies provided under this Section. F. Contractor, Subcontractors, or employees of the Contractor or a Subcontractor owning property items, such as tools, construction equipment, or other personal property not expressly covered in the insurance required by the Contract Documents are responsible for providing their own insurance. 1.06 WAIVER OF RIGHTS A. Insurance shall include a waiver of subrogation in favor of the additional insureds identified in SECTION 00 73 00 SUPPLEMENTARY CONDITIONS. B. All policies purchased in accordance with this Section are to contain provisions to the effect that the insurers have no rights of recovery against OPT, named insureds or additional Insurance Requirements 00 72 01- 6 CCIA - East GA Apron Reconstruction - E15234 Rev 01-13-2016 insureds in the event of a payment for loss or damage. Contractor and insurers waive all rights against the Owner's Indemnities for losses and damages created by or resulting from any of the perils or causes of loss covered by these policies and any other applicable property insurance. None of these waivers extend to the rights Contractor has to the proceeds of insurance as trustee. C. Contractor is responsible for assuring that agreements with Subcontractors contains provisions that the Subcontractor waive all rights against Owner's Indemnitees, Contractor, named insureds and additional insureds, and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them, for all losses and damages created by or resulting from any of the perils or causes of loss covered by builder's risk insurance and other property insurance. 1.07 OWNER'S INSURANCE FOR THE PROJECT A. Owner is not responsible for purchasing and maintaining any insurance to protect the interest of the Contractor, Subcontractors, or others in the Work. The stated limits of insurance required are minimum only. Determine the limits that are adequate. These limits may be basic policy limits or any combination of basic limits and umbrella limits. In any event, Contractor is fully responsible for all losses arising out of, resulting from, or connected with operations under this Contract whether or not these losses are covered by insurance. The acceptance of evidence of insurance by the OPT, named insureds, or additional insureds does not release the Contractor from compliance with the insurance requirements of the Contract Documents. ARTICLE 2 — EVIDENCE OF INSURANCE 2.01 ACCEPTABLE EVIDENCE OF INSURANCE A. Provide evidence of insurance acceptable to the Owner with the executed Contract Documents. Provide the following as evidence of insurance: 1. Certificates of Insurance on an acceptable form; 2. Riders or endorsements to policies; and 3. Policy limits and deductibles. B. Provide a list of "Additional Insureds" for each policy. C. Provide evidence that waivers of subrogation are provided on all applicable policies. D. Provide evidence of requirements for 30 days' notice before cancellation or any material change in the policy's terms and conditions, limits of coverage, or change in deductible amount. 2.02 CERTIFICATES OF INSURANCE A. Submit Certificates of Insurance meeting the following requirements: 1. Form has been filed with and approved by the Texas Department of Insurance under Texas Insurance Code §1811.101; or 2. Form is a standard form deemed approved by the Department under Texas Insurance Code §1811.101. Insurance Requirements 00 72 01- 7 CCIA - East GA Apron Reconstruction - E15234 Rev 01-13-2016 3. No requirements of this Contract may be interpreted as requiring the issuance of a certificate of insurance on a certificate of insurance form that has not first been filed with and approved by the Texas Department of Insurance. B. Include the name of the Project in the description of operations box on the certificate of insurance. 2.03 INSURANCE POLICIES A. Provide a copy of insurance policies, declaration pages and endorsements, and documentation of applicable self-insured retentions and deductibles if requested by the Owner. B. Owner may require the deletion, revision, or modification of particular policy terms, conditions, limitations, or exclusions (except where policy provisions are established by Laws or Regulations binding upon either of the parties hereto or the underwriter of any such policies). Comply with these requests and submit a copy of the replacement certificate of insurance to Owner at the address provided below within 10 days of the requested change. 2.04 CONTINUING EVIDENCE OF COVERAGE A. Provide updated, revised, or new evidence of insurance in accordance this Section prior to the expiration of existing policies. B. Provide evidence of continuation of insurance coverage at final payment and for the following 3 years. 2.05 NOTICES REGARDING INSURANCE A. Submit notices regarding insurance are to be sent to the Owner at the following address: City of Corpus Christi — Engineering Attn: Construction Contract Admin. P.O. Box 9277 Corpus Christi, TX 78469-9277 B. Submit questions regarding insurance requirements to the Construction Contract Administrator by calling 361-826-3530. ARTICLE 3 — TEXAS WORKERS' COMPENSATION INSURANCE REQUIRED NOTICE 3.01 WORKERS' COMPENSATION INSURANCE COVERAGE A. Definitions: 1. 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. Insurance Requirements 00 72 01- 8 CCIA - East GA Apron Reconstruction - E15234 Rev 01-13-2016 2. Duration of the Project - includes the time from the beginning of the Work on the Project until the Contractor's/person's Work on the Project has been completed and accepted by the governmental entity. 3. Persons providing services on the Project ("Subcontractor" in §406.096) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the Project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the Project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the Project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the Contractor providing services on the Project, for the duration of the Project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the Contract. D. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the Project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The Contractor shall obtain from each person providing services on a project, and provide to the governmental entity: 1. 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 2. 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. F. The Contractor shall retain all required certificates of coverage for the duration of the Project and for one year thereafter. G. 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. H. 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. Insurance Requirements 00 72 01- 9 CCIA - East GA Apron Reconstruction - E15234 Rev 01-13-2016 I. The Contractor shall contractually require each person with whom it contracts to provide services on a project, to: 1. 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; 2. 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; 3. 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; 4. Obtain from each other person with whom it contracts, and provide to the Contractor: a. A certificate of coverage, prior to the other person beginning Work on the Project; and b. A new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; 5. Retain all required certificates of coverage on file for the duration of the Project and for one year thereafter; 6. Notify the governmental entity in writing by certified mail or personal delivery, within 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 7. Contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this Contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the Project will be covered by workers' compensation coverage for the duration of the Project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the Contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. END OF SECTION Insurance Requirements 00 72 01- 10 CCIA - East GA Apron Reconstruction - E15234 Rev 01-13-2016 00 72 02 WAGE RATE REQUIREMENTS ARTICLE 1— PREVAILING WAGE RATE REQUIREMENTS 1.01 PAYMENT OF PREVAILING WAGE RATES A. Contractor and any Subcontractors employed on this Project shall pay not less than the rates established by the Owner as required by Texas Government Code Chapter 2258. B. Contractor is required to pay Davis -Bacon Wage Rates. 1.02 RECORDS A. In accordance with Tex. Gov't Code §2258.024, the Contractor and its Subcontractors, if any, shall keep a record showing: 1. The name and occupation of each worker employed by the Contractor or Subcontractor in the construction of the Work; and 2. The actual per diem wages paid to each worker. B. The record shall be open at all reasonable hours to inspection by the officers and agents of the Owner. 1.03 LIABILITY; PENALTY; CRIMINAL OFFENSE A. Tex. Gov't Code §2258.003 — Liability: An officer, agent, or employee of the Owner is not liable in a civil action for any act or omission implementing or enforcing Chapter 2258 unless the action was made in bad faith. B. Tex. Gov't Code §2258.053(b) — Penalty: Any Contractor or Subcontractor who violates the requirements of Chapter 2258, shall pay to the Owner, on whose behalf the Contract is made, $60 for each worker employed or each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the Contract. C. Tex. Gov't Code §2258.058 — Criminal Offense: 1. An officer, agent, or representative of the Owner commits an offense if the person willfully violates or does not comply with a provision of Chapter 2258. 2. Any Contractor or Subcontractor, or an agent or representative of the Contractor or Subcontractor, commits an offense if the person violates Tex. Gov't Code §2258.024. 3. An offense is punishable by: a. A fine not to exceed $500; b. Confinement in jail for a term not to exceed 6 months; or c. Both a fine and confinement. 1.04 PREVAILING WAGE RATES A. The minimum rates for various labor classifications as established by the Owner are shown below: Wage Rate Requirements CCIA - East GA Apron Reconstruction - E15234 007202-1 REV 06-12-2015 Wage Determination Construction Type Project Type (WD) No TX -40 Highway Highway Construction Projects (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges). END OF SECTION Wage Rate Requirements CCIA - East GA Apron Reconstruction - E15234 007202-2 REV 06-12-2015 General Decision Number: TX160040 01/08/2016 TX40 Superseded General Decision Number: TX20150040 State: Texas Construction Type: Highway Counties: Aransas, Calhoun, Goliad, Nueces and San Patricio Counties in Texas. HIGHWAY CONSTRUCTION PROJECTS (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges). Note: Under Executive Order (50) 13658, an hourly minimum wage of $10.15 for calendar year 2016 applies to all contracts subject to the Davis -Bacon Act for which the solicitation was issued on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.15 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2016. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/08/2016 SUTX2011-010 08/08/2011 Rates CEMENT MASON/CONCRETE FINISHER (Paving & Structures)...$ 12.64 FORM BUILDER/FORM SETTER Paving & Curb $ 10.69 Structures $ 13.61 LABORER Asphalt Raker $ 11.67 Flagger $ 8.81 Laborer, Common $ 10.25 Laborer, Utility $ 11.23 Pipelayer $ 11.17 Work Zone Barricade Servicer $ 11.51 PAINTER (Structures) $ 21.29 POWER EQUIPMENT OPERATOR: Asphalt Distributor $ 14.25 Fringes Page 1 of 4 http://www.wdol.gov/wdol/scafiles/davisbacon/TX40.dvb?v=0 3/8/2016 Page 2 of 4 Asphalt Paving Machine $ 13.44 Mechanic $ 17.00 Motor Grader, Fine Grade$ 17.74 Motor Grader, Rough $ 16.85 TRUCK DRIVER Lowboy -Float $ 16.62 Single Axle $ 11.61 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that http://www.wdol.gov/wdol/scafiles/davisbacon/TX40.dvb?v=0 3/8/2016 Page 3 of 4 classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division http://www.wdol.gov/wdol/scafiles/davisbacon/TX40.dvb?v=0 3/8/2016 Page 4 of 4 U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION http://www.wdol.gov/wdol/scafiles/davisbacon/TX40.dvb?v=0 3/8/2016 00 72 03 MINORITY / MBE / DBE PARTICIPATION POLICY ARTICLE 1— PARTICIPATION POLICY 1.01 POLICY A. It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women, and Minority Business Enterprises (MBE) to participate in the performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and objectives of the Affirmative Action Policy Statement of the City dated October 1989, and any amendments thereto. In accordance with such policy, the City has established goals, as stated herein, both for minority and female participation by trade and for Minority Business Enterprise. 1.02 DEFINITIONS A. Prime Contractor: Any person, firm, partnership, corporation, association, or joint venture as herein provided which has been awarded a City contract. B. Subcontractor: Any named person, firm, partnership, corporation, association, or joint venture as herein identified as providing work, labor, services, supplies, equipment, materials, or any combination of the foregoing under contract with a prime contractor on a City contract. C. Minority Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s). Minority person(s) must collectively own, operate and/or actively manage, and share in payments from such an enterprise in the manner hereinafter set forth: 1. Owned: a. For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. b. For an enterprise doing business as a partnership, at least 51 percent of the assets or interest in the partnership property must be owned by one or more minority person(s). c. For an enterprise doing business as a corporation, at least 51 percent of the assets or interest in the corporate shares must be owned by one or more minority person(s). 2. Controlled: a. The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s). 3. Share in Payments: a. Minority partners, proprietors, or stockholders of the business enterprise, must be entitled to receive 51 percent or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. Minority / MBE / DBE Participation Policy CCIAEast GA Apron Reconstruction - E15234 007203-1 Rev 01-13-2016 D. Minority: Minority persons include Blacks, Mexican -Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this policy, women are also considered as minorities. E. Female Owned Business Enterprise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51 percent of whose assets or partnership interests are owned by one or more women, or a corporation at least 51 percent of whose assets or interests in the corporate shares are owned by one or more women. F. Joint Venture: A joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the Work to be performed by the joint venture. For example, a joint venture which is to perform 50 percent of the Work itself and in which a minority joint venture partner has a 50 percent interest, shall be deemed equivalent to having minority participation in 25 percent of the Work. Minority members of the joint venture must have financial, managerial, or technical skills in the Work to be performed by the joint venture. 1.03 GOALS A. The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor's aggregate work force on all construction Work for the Contract award shall be as specified in SECTION 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS. B. These goals are applicable to all the construction work (regardless of federal participation) performed in the Contract, including approved Change Orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's percentage is prohibited. 1.04 COMPLIANCE A. Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer. B. Make bi-weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi-weekly payrolls in a timely fashion or to submit overall participation information as required. END OF SECTION Minority / MBE / DBE Participation Policy CCIAEast GA Apron Reconstruction - E15234 007203-2 Rev 01-13-2016 00 73 00 SUPPLEMENTARY CONDITIONS These Supplementary Conditions amend or supplement SECTION 00 72 00 GENERAL CONDITIONS and other provisions of the Contract Documents. All provisions not amended or supplemented in these Supplementary Conditions remain in effect. The terms used in these Supplementary Conditions have the meanings stated in the General Conditions. Additional terms used in these Supplementary Conditions have the meanings stated below. ARTICLE 1— DEFINITIONS AND TERMINOLOGY SC -1.01 DEFINED TERMS A. The members of the OPT as defined in Paragraph 1.01.A.41 consists of the following organizations: KSA Engineers, Inc. Project Manager B. The following entities, along with the members of the OPT, are to be named as an additional insured on all insurance policies, except workers compensation insurance and the Contractor's professional liability insurance. NOT APPLICABLE C. Paragraph 1.01.A.54 "Substantial Completion" is more specifically defined for this Project as: 1. The following items are fully functional and suitable for operation in accordance with the Contract Documents: a. Pavements and pavement edge drop offs are certified by airport operations staff. b. All pavement areas are certified by the engineer as having reached desired strength and are capable of sustaining aircraft operations without damage. c. All project areas are free from foreign object debris (FOB). d. All required lighting and signage is operational. ARTICLE 4 — COMMENCEMENT AND PROGRESS OF THE WORK SC -4.04 DELAYS IN CONTRACTOR'S PROGRESS A. The allocation for delays in the Contractor's progress for rain days as set forth in General Conditions Paragraph 4.04.D are to be determined as follows: 1. Include rain days in developing the schedule for construction. Schedule construction so that the Work will be completed within the Contract Times assuming that these rain days will occur. Incorporate residual impacts following rain days such as limited access to and within the Site, inability to work due to wet or muddy Site conditions, delays in delivery of equipment and materials, and other impacts related to rain days when developing the schedule for construction. Include all costs associated with these rain days and residual impacts in the Contract Price. Supplementary Conditions CCIA - East GA Apron Reconstruction - E15234 007300-1 11-25-2013 2. A rain day is defined as any day in which the amount of rain measured by the National Weather Services at the Corpus Christi International Airport is 0.10 inch or greater. Records indicate the following average number of rain days for each month: Month Day Month Days January 3 July 3 February 3 August 4 March 2 September 7 April 3 October 4 May 4 November 3 June 4 December 3 3. A total of 43 rain days have been set for this Project. An extension of time due to rain days will be considered only after 43 rain days have been exceeded in a calendar year and the OAR has determined that a detrimental impact to the construction schedule resulted from the excessive rainfall. Rain days are to be incorporated into the schedule and unused rain days will be considered float time which may be consumed by the Owner or Contractor in delay claims. ARTICLE 5 — AVAILABILITY OF LANDS; SUBSURFACE CONDITIONS AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS SC -5.03 SUBSURFACE AND PHYSICAL CONDITIONS A. This Supplementary Condition identifies documents referenced in General Conditions Paragraph 5.03.A which describe subsurface and physical conditions. 1. Geotechnical Reports include the following: a. Subsurface Exploration Laboratory Testing Program and Pavement Evaluation for the Proposed East General Aviation Apron Project, Rock Engineering and Testing Laboratory Inc, December 18, 2012 - The Contractor may rely on the following Technical Data in using this document: 1) Boring Logs B-01 through B-11 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) include the following: a. Record Drawing No. AP -122, PGAL, May 2008 - The Contractor may rely on the following Technical Data in using this document: 1) All information presented with regard to material type and general location. b. Record Drawing No. AP -138, KSA, July 2012 - The Contractor may rely on the following Technical Data in using this document: 1) All information presented with regard to material type and general location. Supplementary Conditions CCIA - East GA Apron Reconstruction - E15234 007300-2 11-25-2013 SC -5.06 HAZARDOUS ENVIRONMENTAL CONDITIONS AT SITE A. This Supplementary Condition identifies documents referenced in General Conditions Paragraph 5.06 which describe Hazardous Environmental Conditions that have been identified at or adjacent to the Site. B. A. No reports of explorations or tests for Hazardous Environmental Conditions at or contiguous to the Site are known to Owner. ARTICLE 7 — CONTRACTOR'S RESPONSIBILITIES SC -7.04 CONCERNING SUBCONTRACTORS, SUPPLIERS, AND OTHERS A. Add the following sentence to the end of Paragraph 7.04.A: "The Contractor must perform at least [50] percent of the Work, measured as a percentage of the Contract Price, using its own employees." END OF SECTION Supplementary Conditions CCIA - East GA Apron Reconstruction - E15234 007300-3 11-25-2013 00 74 00 SPECIAL CONDITIONS FOR FAA FUNDING ARTICLE 1— GENERAL 1.01 FUNDING AGENCY REQUIREMENTS A. This Project is funded in whole or in part by the FAA (Funding Agency). The Funding Agency requires specific conditions and reporting as a condition for providing this funding. The conditions and reporting forms of the Funding Agency are included in the Contract Documents. The Funding Agency requirements govern in the event of any conflict between the Funding Agency requirements and any other provision of the Contract Documents. B. The applicable Funding Agency conditions and reporting forms are as follows: Specification Section Title Funding Agency Document No. General Provisions AC 150/5370-10E 00 21 13 Section 16.04 Minority / MBE / DBE Participation Policy 00 74 01 Buy American Preference END OF SECTION Special Conditions for [Funding Agency] CCIA - East GA Apron Reconstruction - E15234 007400-1 11-25-2013 5. BUY AMERICAN PREFERENCE. (Reference: 49 USC § 50101) 5.1. APPLICABILITY. The sponsor must meet the Buy American preference requirements found in 49 USC § 50101 in all AIP-funded projects. The Buy America requirements flow down from the sponsor to first tier contractors, who are responsible for ensuring that lower tier contractors and subcontractors are in compliance. The Buy American preference also applies to professional service agreements if the agreement includes any manufactured product as a deliverable. 5.2. REQUIREMENTS. The Buy -American preference requirements established within 49 USC § 50101 require that all steel and manufactured goods used on AIP projects must be produced in the United States. It also gives the FAA the ability to issue a waiver to the sponsor to use other materials on the AIP funded project. The FAA requires that these waivers be requested in advance of use of the materials on the AIP funded project. The sponsor may request that the FAA issue a waiver from the Buy American preference requirements if the FAA finds that: 1) applying the provision is not in the public interest; 2) the steel or manufactured goods are not available in sufficient quantity or quality in the United States; 3) the cost of components and subcomponents produced in the United States is more than 60 percent of the total components of a facility or equipment, and final assembly has taken place in the United States. Items that have an FAA standard specification item number (such as specific airport lighting equipment) is considered the equipment in this case. For construction of a facility, the application of this subsection is determined after bid opening; or 4) applying this provision would increase the cost of the overall project by more than 25 percent. 5.3. NATIONAL BUY AMERICAN WAIVERS WEBSITE. The FAA Office of Airports maintains a list of equipment that has received waivers from the Buy American preference requirements on the http://www.faa.gov/airports/aip/buy_american/ website. Products listed on the Nationwide Buy American Waivers Issued list do not require a project specific Buy American preference requirement waiver from the FAA. 5.4. MANDATORY CONTRACT LANGUAGE. The mandatory language that must be used on AIP funded project contracts is as follows: 00 74 01-1 Buy American Preference Updated February 10, 2014 BUY AMERICAN CERTIFICATION The contractor agrees to comply with 49 USC § 50101, which provides that Federal funds may not be obligated unless all steel and manufactured goods used in AIP-funded projects are produced in the United States, unless the FAA has issued a waiver for the product; the product is listed as an Excepted Article, Material Or Supply in Federal Acquisition Regulation subpart 25.108; or is included in the FAA Nationwide Buy American Waivers Issued list. A bidder or offeror must submit the appropriate Buy America certification (below) with all bids or offers on AIP funded projects. Bids or offers that are not accompanied by a completed Buy America certification must be rejected as nonresponsive. Type of Certification is based on Type of Project: There are two types of Buy American certifications. • For projects for a facility, the Certificate of Compliance Based on Total Facility (Terminal or Building Project) must be submitted. • For all other projects, the Certificate of Compliance Based on Equipment and Materials Used on the Project (Non -building construction projects such as runway or roadway construction; or equipment acquisition projects) must be submitted. Certificate of Buy American Compliance for Total Facility (Buildings such as Terminal, SRE, ARFF, etc.) As a matter of bid responsiveness, the bidder or offeror must complete, sign, date, and submit this certification statement with their proposal. The bidder or offeror must indicate how they intend to comply with 49 USC § 50101 by selecting one of the following certification statements. These statements are mutually exclusive. Bidder must select one or the other (i.e. not both) by inserting a checkmark (✓) or the letter "X". ❑ Bidder or offeror hereby certifies that it will comply with 49 USC. 50101 by: a) Only installing steel and manufactured products produced in the United States; or b) Installing manufactured products for which the FAA has issued a waiver as indicated by inclusion on the current FAA Nationwide Buy American Waivers Issued listing; or c) Installing products listed as an Excepted Article, Material or Supply in Federal Acquisition Regulation Subpart 25.108. By selecting this certification statement, the bidder or offeror agrees: 1. To provide to the Owner evidence that documents the source and origin of the steel and manufactured product. 2. To faithfully comply with providing US domestic products 00 74 01-2 Buy American Preference Updated February 10, 2014 3. To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified. ❑ The bidder or offeror hereby certifies it cannot comply with the 100% Buy American Preferences of 49 USC § 50101(a) but may qualify for either a Type 3 or Type 4 waiver under 49 USC § 50101(b). By selecting this certification statement, the apparent bidder or offeror with the apparent low bid agrees: 1. To the submit to the Owner within 15 calendar days of the bid opening, a formal waiver request and required documentation that support the type of waiver being requested. 2. That failure to submit the required documentation within the specified timeframe is cause for a non-responsive determination may results in rejection of the proposal. 3. To faithfully comply with providing US domestic products at or above the approved US domestic content percentage as approved by the FAA. 4. To furnish US domestic product for any waiver request that the FAA rejects. 5. To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified. Required Documentation Type 3 Waiver - The cost of components and subcomponents produced in the United States is more that 60% of the cost of all components and subcomponents of the "facility". The required documentation for a type 3 waiver is: a) Listing of all manufactured products that are not comprised of 100% US domestic content (Excludes products listed on the FAA Nationwide Buy American Waivers Issued listing and products excluded by Federal Acquisition Regulation Subpart 25.108; products of unknown origin must be considered as non-domestic products in their entirety) b) Cost of non-domestic components and subcomponents, excluding labor costs associated with final assembly and installation at project location. c) Percentage of non-domestic component and subcomponent cost as compared to total "facility" component and subcomponent costs, excluding labor costs associated with final assembly and installation at project location. Type 4 Waiver — Total cost of project using US domestic source product exceeds the total project cost using non-domestic product by 25%. The required documentation for a type 4 of waiver is: a) Detailed cost information for total project using US domestic product b) Detailed cost information for total project using non-domestic product False Statements: Per 49 USC § 47126, this certification concerns a matter within the jurisdiction of the Federal Aviation Administration and the making of a false, fictitious or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code. 00 74 01-3 Buy American Preference Updated February 10, 2014 Date Signature Company Name Title Certificate of Buy American Compliance for Manufactured Products (Non -building construction projects, equipment acquisition projects) As a matter of bid responsiveness, the bidder or offeror must complete, sign, date, and submit this certification statement with their proposal. The bidder or offeror must indicate how they intend to comply with 49 USC § 50101 by selecting one on the following certification statements. These statements are mutually exclusive. Bidder must select one or the other (not both) by inserting a checkmark (✓) or the letter "X". ❑ Bidder or offeror hereby certifies that it will comply with 49 USC § 50101 by: a) Only installing steel and manufactured products produced in the United States, or; b) Installing manufactured products for which the FAA has issued a waiver as indicated by inclusion on the current FAA Nationwide Buy American Waivers Issued listing, or; c) Installing products listed as an Excepted Article, Material or Supply in Federal Acquisition Regulation Subpart 25.108. By selecting this certification statement, the bidder or offeror agrees: 1. To provide to the Owner evidence that documents the source and origin of the steel and manufactured product. 2. To faithfully comply with providing US domestic product 3. To furnish US domestic product for any waiver request that the FAA rejects 4. To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified. ❑ The bidder or offeror hereby certifies it cannot comply with the 100% Buy American Preferences of 49 USC § 50101(a) but may qualify for either a Type 3 or Type 4 waiver under 49 USC § 50101(b). By selecting this certification statement, the apparent bidder or offeror with the apparent low bid agrees: 1. To the submit to the Owner within 15 calendar days of the bid opening, a formal waiver request and required documentation that support the type of waiver being requested. 00 74 01 -4 Buy American Preference Updated February 10, 2014 2. That failure to submit the required documentation within the specified timeframe is cause for a non-responsive determination may result in rejection of the proposal. 3. To faithfully comply with providing US domestic products at or above the approved US domestic content percentage as approved by the FAA. 4. To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified. Required Documentation Type 3 Waiver - The cost of the item components and subcomponents produced in the United States is more that 60% of the cost of all components and subcomponents of the "item". The required documentation for a type 3 waiver is: a) Listing of all product components and subcomponents that are not comprised of 100% US domestic content (Excludes products listed on the FAA Nationwide Buy American Waivers Issued listing and products excluded by Federal Acquisition Regulation Subpart 25.108; products of unknown origin must be considered as non-domestic products in their entirety) b) Cost of non-domestic components and subcomponents, excluding labor costs associated with final assembly at place of manufacture. c) Percentage of non-domestic component and subcomponent cost as compared to total "item" component and subcomponent costs, excluding labor costs associated with final assembly at place of manufacture. Type 4 Waiver — Total cost of project using US domestic source product exceeds the total project cost using non-domestic product by 25%. The required documentation for a type 4 of waiver is: a) Detailed cost information for total project using US domestic product b) Detailed cost information for total project using non-domestic product False Statements: Per 49 USC § 47126, this certification concerns a matter within the jurisdiction of the Federal Aviation Administration and the making of a false, fictitious or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code. Date Signature Company Name Title 00 74 01-5 Buy American Preference Updated February 10, 2014 Division 01 — General Requirements 01 1100 SUMMARY OF WORK 1.00 GENERAL 1.01 WORK INCLUDED A. Construct Work as described in the Contract Documents. 1. Provide the materials, equipment, and incidentals required to make the Project completely and fully useable. 2. Provide the labor, equipment, tools, and consumable supplies required for a complete Project. 3. The Contract Documents do not indicate or describe all of the Work required to complete the Project. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the OAR. 1.02 DESCRIPTION OF WORK A. The East GA Apron Reconstruction is an apron and taxiway reconstruction which includes the following work: 1. Removal of existing apron concrete pavement 2. Removal of existing taxiway HMAC pavement 3. Placing of new concrete pavement for apron and taxiway 4. Replacement of tie -downs along the apron edge -of -pavement B. The CCIA — East GA Apron Reconstruction has two alternates, Additive Alternate No. 1 and Additive Alternate No. 2, which includes the following work: 1. Removal of existing apron concrete pavement 2. Placing of new concrete pavement for apron 3. Replacement of tie -downs along the apron edge -of -pavement C. Funding for the CCIA — East GA Apron Reconstruction will be provided by the FAA 1.03 WORK UNDER OTHER CONTRACTS A. The following items of work are not included in this Contract, but may impact construction scheduling and completion: 1. NONE B. In the case of a disagreement between the above list and those specified elsewhere in the Contract Documents, the Contractor is to base his Proposal on the most expensive listing. C. Completion of the Work described in this Contract may impact the construction and testing of the items listed above. 1. Coordinate construction activities through the OAR. 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. Summary of Work CCIA - East GA Apron Reconstruction - E15234 011100-1 Rev 01-13-2016 1.04 WORK BY OWNER A. The Owner plans to perform the following items of work which are not included in this Contract, but may impact the construction scheduling and completion: 1. NONE B. Completion of the Work described in this Contract may impact the construction of the items listed above. 1. Coordinate construction activities through the OAR. 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. C. Owner will provide normal operation and maintenance of the existing facilities during construction, unless otherwise stated. 1.05 CONSTRUCTION OF UTILITIES A. Pay for temporary power, including but not limited to construction cost, meter connection fees, and permits. 1.06 USE PRIOR TO FINAL COMPLETION A. Owner has the right to use or operate any portion of the Project that is ready for use after notifying the Contractor of its intent to do so. B. The execution of Bonds is understood to indicate the consent of the surety to these provisions for use of the Project. C. Provide an endorsement from the insurance carrier permitting use of Project during the remaining period of construction. D. Conduct operations to insure the least inconvenience to the Owner and general public. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Summary of Work CCIA - East GA Apron Reconstruction - E15234 011100-2 Rev 01-13-2016 01 23 10 ALTERNATES AND ALLOWANCES 1.00 GENERAL 1.01 REQUIREMENTS A. Alternates: 1. This Section describes each alternate by number and describes the basic changes to be incorporated into the Work when this alternate is made a part of the Work in the Agreement. 2. Drawings and Specifications will outline the extent of Work to be included in the alternate Contract Price. 3. Coordinate related Work and modify surrounding Work as required to properly integrate the Work under each alternate, and provide a complete and functional Project as required by the Contract Documents. 4. Bids for alternates may be accepted or rejected at the option of the Owner. 5. Owner may incorporate these alternates in the Contract when executed, or may issue a Change Order to incorporate these alternates within 120 days at the prices offered in the Bid, unless noted otherwise. A Request for a Change Proposal may be issued after 120 days or other designated time period to negotiate a new price for incorporating the Work into the Project. B. Allowances: 1. Include specified allowance amount in the Contract Price. 2. The amount of each allowance includes: a. The cost of the product to the Contractor less any applicable trade discounts. b. Delivery to the Site. c. Applicable taxes. 3. Include in the Contract Price all costs for: a. Handling at the Site, including unloading, uncrating, and storage per SECTION 01 3100 PROJECT MANAGEMENT AND COORDINATION. b. Cost for labor and equipment for installation and finishing. c. Cost for related products not specifically listed in the allowance required for installation, including consumable supplies and materials. d. All overhead, profit, and related costs. 4. Assist Owner in the selection of products. a. Identify qualified Suppliers. b. Obtain bids from qualified Suppliers. c. Present available alternates to the Owner through the OAR. Notify OAR of: 1) Any objections to a particular Supplier or product. Alternates and Allowances CCIA - East GA Apron Reconstruction - E15234 012310-1 11-25-2013 2) Effect on the Construction Schedule anticipated by the selection of each option. 3) Cost of each option. 5. Upon selection of the product: a. Purchase and install the product. b. Contractor's responsibilities for products shall be the same as for products selected by the Contractor. 6. Submit a Change Proposal per SECTION 01 31 14 CHANGE MANAGEMENT to adjust Contract Price if the net cost of the product is more or less than the specified amount. a. Adjust the unit cost applied to the quantities installed per the method of payment described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES for products specified as Unit Price Work. b. Do not perform Work until selection of alternate has been approved by the Owner. c. Provide actual invoices for the materials. 1.02 DOCUMENT SUBMITTALS A. Provide documents for materials furnished as part of the alternate in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. 1.03 DESCRIPTION OF ALTERNATES A. Additive Alternate No.1, GA Apron Reconstruction Schedule 4: 1. Removal of existing apron concrete pavement 2. Placing of new concrete pavement for apron 3. Replacement of tie -downs along the apron edge -of -pavement B. Additive Alternate No.2, GA Apron Reconstruction Schedule 5: 1. Removal of existing apron concrete pavement 2. Placing of new concrete pavement for apron 3. Replacement of tie -downs along the apron edge -of -pavement 1.04 DESCRIPTION OF ALLOWANCES (NOT APPLICABLE) 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Alternates and Allowances CCIA - East GA Apron Reconstruction - E15234 012310-2 11-25-2013 01 29 00 APPLICATION FOR PAYMENT PROCEDURES 1.00 GENERAL 1.01 WORK INCLUDED A. Submit Applications for Payment for completed Work and for materials and equipment in accordance with the General Conditions, the Supplementary Conditions, the Agreement, and this Section. The Contract Price is to include costs for: 1. Providing the Work in accordance with the Contract Documents; 2. Installing Owner furnished equipment and materials; 3. Providing Work for Alternates and Allowances; 4. Commissioning, start-up, training and initial maintenance and operation; 5. Acceptance testing in manufacturer's facilities or on Site; 6. All home office overhead costs and expenses, including profit made directly or indirectly for the Project; 7. Project management, Contract administration, field office, and field operations staff, including supervision, clerical support, and technology system support; 8. Professional services including design fees, legal fees, and other professional services; 9. Bonds and insurance; 10. Permits, licenses, patent fees, and royalties; 11. Taxes; 12. Providing all documents and Samples required by the Contract Documents; 13. Facilities and equipment at the Site including: a. Field offices, office furnishings, and all related office supplies, software, and equipment, b. Storage facilities for Contractor's use, storage facilities for stored materials and equipment, including spare parts storage, c. Shops, physical plant, construction equipment, small tools, vehicles, technology and telecommunications equipment, d. Safety equipment and facilities to provide safe access and working conditions for workers and for others working at the Site, e. Temporary facilities for power and communications, f. Potable water and sanitation facilities, and g. Mobilization and demobilization for all of these facilities and equipment; 14. Products, materials, and equipment stored at the Site or other suitable location; 15. Products, materials, and equipment permanently incorporated into the Project; Application for Payment Procedures CCIA - East GA Apron Reconstruction - E15234 012900-1 03-11-2015 16. Temporary facilities for managing water, including facilities for pumping, storage, and treatment as required for construction and protection of the environment; 17. Temporary facilities for managing environment conditions and Constituents of Concern; 18. Temporary facilities such as sheeting, shoring, bracing, formwork, embankments, storage facilities, working areas, and other facilities required for construction of the Project; 19. Temporary and permanent facilities for protection of all overhead, surface, or underground structures or features; 20. Temporary and permanent facilities for removal, relocation, or replacement of any overhead, surface, or underground structures or features; 21. Products, materials, and equipment consumed during the construction of the Project; 22. Contractor labor and supervision to complete the Project, including that provided through Subcontractors or Suppliers; 23. Correcting Defective Work during the Contract Times, during the Correction Period, or as required to meet any warranty provision of the Contract Documents; 24. Risk associated with weather and environmental conditions, start-up, and initial operation of facilities including equipment, processes, and systems; 25. Contractor's safety programs, including management, administration, and training; 26. Maintenance of facilities, including equipment, processes, and systems until operation is transferred to Owner; 27. Providing warranties, extended or special warranties, or extended service agreements; 28. Cleanup and disposal of any and all surplus materials; and 29. Demobilization of all physical, temporary facilities not incorporated into the Project. B. Include the cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the Contract Price. C. Provide written approval of the surety company providing Bonds for the Schedule of Values, Application for Payment form, and method of payment prior to submitting the first Application for Payment. Submit approval using the Consent of Surety Company to Payment Procedures form provided. Payment will not be made without this approval. D. OAR may withhold processing Applications for Payment if any of the following processes or documentation are not up to date: 1. Progress Schedule per SECTION 01 33 04 CONSTRUCTION PROGRESS SCHEDULE. 2. Project photographs per SECTION 01 33 05 VIDEO AND PHOTOGRAPHIC DOCUMENTATION. 3. Record Documents per SECTION 01 31 13 PROJECT COORDINATION. 4. Documentation required to comply with Owner's Minority / MBE / DBE Participation Policy. Application for Payment Procedures CCIA - East GA Apron Reconstruction - E15234 012900-2 03-11-2015 1.02 SCHEDULE OF VALUES A. Submit a detailed Schedule of Values for the Work at least 10 days prior to submitting the first Application for Payment. B. Submit the Schedule of Values in the form for Attachment A - Tabulation of Earned Value of Original Contract Performed. C. Do not submit an Application for Payment until the Schedule of Values has been approved by the OAR. D. Use each unit price line item in the Agreement as a unit price line item in the Schedule of Values. E. Divide lump sum line items, including Subcontractor and Supplier amounts in the Schedule of Values into smaller components to allow more accurate determination of the earned value for each item. 1. Provide adequate detail to allow a more accurate determination of the earned value expressed as a percentage of Work completed for each item. 2. Line items may not exceed $50,000.00, unless they are for products, materials, or equipment permanently incorporated into the Project that cannot be subdivided into units or subassemblies. 3. Lump sum items may be divided into an estimated number of units to determine earned value. a. The estimated number of units times the cost per unit must equal the lump sum amount for that line item. b. Contractor will receive payment for the lump sum for the line item, regardless of the number of units installed, unless an adjustment is made by Change Order. 4. Include Contractor's overhead and profit in each line item in proportion to the value of the line item to the Contract Price. 5. Include the cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the Contract Price for each item. 6. These line items may be used to establish the value of Work to be added or deleted from the Project. 7. The sum of all values listed in the schedule must equal the total Contract Price. F. Subdivide each line item in the Schedule of Values into two payment components. The first component is the direct cost for products, materials, and equipment permanently incorporated into the Project. The second component is all other cost associated with the item in the Agreement. The sum of the two components must equal the value of the line item in the Schedule of Values. G. Where a percentage of the line value is allowed for a specified stage of completion, show the value for each stage of completion as a component of that line item cost. Application for Payment Procedures CCIA - East GA Apron Reconstruction - E15234 012900-3 03-11-2015 1.03 SCHEDULE OF ANTICIPATED PAYMENTS AND EARNED VALUE A. Submit a schedule of the anticipated Application for Payments showing the application numbers, submission dates, and the anticipated amount to be requested. Incorporate retainage into the development of this schedule of anticipated payments. B. Submit a tabulation of the anticipated Total Earned Value of Fees, Work, and Materials to create a graphic (curve) representation of the anticipated progress on the Project each month. Adjust this table and curve to incorporate Modifications. Use this curve to compare actual progress on the Project each month by comparing the anticipated cumulative Total Earned Value of Fees, Work, and Materials to the actual Total Earned Value of Fees, Work, and Materials each month. Use the comparison of values to determine performance on budget and schedule. C. Update the Schedule of Payments as necessary to provide a reasonably accurate indication of the funds required to make payments each month to the Contractor for Work performed. 1.04 BASIS FOR PAYMENTS A. Lump Sum Contracts: 1. Payment will be made for the earned value of Work completed during the payment period expressed as a percentage of Work completed for each line item during the payment period per the Contract Documents. 2. Payment amount is the value of Work completed per the Contract Documents multiplied by the percentage of Work completed. 3. Payment for lump sum items divided into an estimated number of units to determine earned value per Paragraph 1.02.E.3 will be made for the measured number of units. 4. Payment for stored materials and equipment will be made per Paragraph 1.05. B. Unit Price Contracts: 1. Payment will be made for the actual quantity of Work completed during the payment period and for materials and equipment stored during the payment period per the Contract Documents. a. Payment amount is the Work quantity measured per the Contract Documents multiplied by the unit prices for that line item in the Agreement. b. Payment for stored materials and equipment will be made per Paragraph 1.05. 2. Measure the Work described in the Agreement for payment. Payment will be made only for the actual measured and/or computed length, area, solid contents, number, and weight, unless other provisions are made in the Contract Documents. Payment on a unit price basis will not be made for Work outside finished dimensions shown in the Contract Documents. Include cost for waste, overages, and tolerances in the unit price for that line item. 1.05 PAYMENT FOR STORED MATERIALS AND EQUIPMENT. A. Store materials and equipment properly at the Site. Application for Payment Procedures CCIA - East GA Apron Reconstruction - E15234 012900-4 03-11-2015 1. Payment will be made for the invoice amount less the specified retainage. 2. Payment for materials and equipment show in the Application for Payment on Attachment A or Attachment B - Tabulation of Work on Approved Contract Modifications will be made for the invoice amount, up to the value show in the Schedule of Values for that line item. Costs for material and equipment in excess of the value shown in the Schedule of Values may not be added to other line items. 3. Payment will be made in full for the value shown in the line item for products and materials if invoices for materials and equipment are less than the amount shown in the line item and it can be demonstrated that no additional materials or equipment are required to complete Work described in that item. 4. Provide invoices at the time materials are included on Attachment D - Tabulation of Values for Materials and Equipment. Include invoice numbers on Attachment D so that a comparison can be made between invoices and amounts included on Attachment D. B. Provide a bill of sale, invoice, or other documentation warranting that Owner has received the materials and equipment free and clear of Liens. Provide documentation of payment for materials and equipment with the next Application for Payment. Adjust payment to the amount actually paid if this differs from the invoice amount. Remove items from the tabulation of materials and equipment if this documentation is not provided. Payment will not be made for material and equipment without documentation of payment. C. Contractors can be paid for non-perishable materials on hand stored at the site, provided that invoices are furnished to the City for verification of the material value; and provide documents, satisfactory to the City, that show that the material supplier has been paid for the materials delivered to the work site. D. Provide evidence that the materials and equipment are covered by appropriate property insurance or other arrangements to protect Owner's interest. E. The Work covered by progress payments becomes the property of the Owner at the time of payment. The Contractor's obligations with regard to proper care and maintenance, insurance, and other requirements are not changed by this transfer of ownership until accepted in accordance with the General Conditions. F. Payment for materials and equipment does not constitute acceptance of the product. 1.06 ALTERNATES AND ALLOWANCES A. Include amounts for specified Alternate Work in the Agreement in accordance with SECTION 01 23 10 ALTERNATES AND ALLOWANCES. B. Include amounts for specified Allowances for Work in the Agreement in accordance with SECTION 01 23 10 ALTERNATES AND ALLOWANCES. 1.07 RETAINAGE AND SET -OFFS A. Retainage will be withheld from each Application for Payment per the Agreement. Retainage will be released per the General Conditions. Application for Payment Procedures CCIA - East GA Apron Reconstruction - E15234 012900-5 03-11-2015 B. Reduce payments for set -offs per the General Conditions. Include Attachment C — Tabulation of Set -Offs in the Application for Payment. 1.08 PROCEDURES FOR SUBMITTING AN APPLICATION FOR PAYMENT A. Submit a draft Application for Payment to the OAR each month at least 20 days before the date established in the Agreement for Owner to make progress payments. Do not submit Applications for Payment more often than monthly. Review the draft Application for Payment with the OAR to determine concurrence with: 1. The earned value for each lump sum item including the value of properly stored and documented materials and equipment for each item in the original Contract. 2. The quantity of Work completed for each unit price item. 3. Set -offs included in the Application for Payment. 4. Values requested for materials and equipment consistent with invoices for materials and equipment. B. Submit Applications for Payment monthly through the OAR after agreement has been reached on the draft Application for Payment. 1. Number each application sequentially and include the dates for the application period. 2. Show the total amounts for earned value of original Contract performed, earned value for Work on approved Contract Amendments and Change Orders, retainage, and set- offs. Show total amounts that correspond to totals indicated on the attached tabulation for each. 3. Include Attachment A to show the earned value on each line item in the Schedule of Values for Work shown in the original Contract. 4. Include Attachment B to show the earned value on line item for approved Change Orders. Add items to Attachment B as Change Orders are approved. Change Orders must be approved before payment can be made on Change Order items. 5. Include Attachment C to document set -offs required per the Contract Documents. Show each set-off as it is applied. Show a corresponding line item to reduce the Set off amount if a payment held by a set-off is released for payment. 6. Include Attachment D to allow tracking of invoices used to support amounts requested as materials in Attachments A and B. Enter materials to show the amount of the invoice assigned to each item in Attachment A or B if an invoice includes materials used on several line items. 7. Complete the certification stating that all Work, including materials and equipment, covered by this Application for Payment have been completed or delivered and stored in accordance with the Contract Documents, that all amounts have been paid for Work, materials, and equipment for which previous payments have been made by the Owner, and that the current payment amount shown in this Application for Payment is now due. Application for Payment Procedures CCIA - East GA Apron Reconstruction - E15234 012900-6 03-11-2015 C. Submit attachments in Portable Document Format (PDF): 1. Generate attachments to the Application for Payment using the Excel spreadsheet provided. 2. Submit PDF documents with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. 1.09 RESPONSIBILITY OF OWNER'S AUTHORIZED REPRESENTATIVE A. OAR will review draft Application for Payment with Contractor to reach an agreement on the values that will be recommended for payment by the OAR. B. OAR will review Application for Payment submitted by Contractor to determine that the Application for Payment has been properly submitted and is in accordance with the agreed to draft Application for Payment. C. OAR is to either recommend payment of the Application for Payment to Owner or notify the Contractor of the OPT's reasons for not recommending payment. Contractor may make necessary corrections and resubmit the Application for Payment if it is not recommended within 10 days after receipt of the notice. OAR will review resubmitted Application for Payment and reject or recommend payment of the Application for Payment to Owner as appropriate. D. OAR's recommendation of the Application for Payment constitutes a representation by OPT that based on their experience and the information available: 1. The Work has progressed to the point indicated; 2. The quality of the Work is generally in accordance with the Contract Documents; and 3. Requirements prerequisite to payment have been met. E. This representation is subject to: 1. Further evaluation of the Work as a functioning whole; 2. The results of subsequent tests called for in the Contract Documents; or 3. Any other qualifications stated in the recommendation. F. OPT does not represent by recommending payment: 1. Inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work; or 2. Other matters or issues between the parties that might entitle Contractor to additional compensation or entitle Owner to withhold payment to Contractor may or may not exist. G. Neither OPT's review of Contractor's Work for the purposes of recommending payments nor OAR's recommendation of payment imposes responsibility on OPT: 1. To supervise, direct, or control the Work; Application for Payment Procedures CCIA - East GA Apron Reconstruction - E15234 012900-7 03-11-2015 2. For the means, methods, techniques, sequences, or procedures of construction, or safety precautions and programs; 3. For Contractor's failure to comply with Laws and Regulations applicable to Contractor's performance of the Work; 4. To make examinations to ascertain how or for what purposes Contractor has used the monies paid on account of the Contract Price; or 5. To determine that title to the Work, materials, or equipment has passed to Owner free and clear of Liens. 1.10 FINAL APPLICATION FOR PAYMENT A. Include adjustments to the Contract Price in the final Application for Payment for: 1. Approved Change Orders and Contract Amendments, 2. Allowances not previously adjusted by Change Order, 3. Deductions for Defective Work that has been accepted by the Owner, 4. Penalties and bonuses, 5. Deductions for liquidated damages, 6. Deduction for all final set -offs, and 7. Other adjustments if needed. B. OAR will prepare a final Change Order reflecting the approved adjustments to the Contract Price which have not been covered by previously approved Change Orders and if necessary reconcile estimate unit price quantities with actual quantities. C. Submit the final Application for Payment per the General Conditions, including the final Change Order. Provide the following with the Final Application for Payment: 1. Evidence of payment or release of liens on the forms provided and as required by the General Conditions. 2. Consent from Surety to Final Payment. 1.11 PAYMENT BY OWNER A. Owner is to pay the amount recommended for monthly payments within 30 days after receipt of the OAR's recommended Application for Payment. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Application for Payment Procedures CCIA - East GA Apron Reconstruction - E15234 012900-8 03-11-2015 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT 1.00 GENERAL 1.01 MEASUREMENT AND BASIS FOR PAYMENTS ON UNIT PRICE ITEMS A. Include all cost for completing the Work in accordance with the Contract Documents in unit price payment items. Include all direct cost for the Work associated with that unit price item and a proportionate amount for the indirect costs as described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES for each unit price item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the unit price. B. Measurement for payments will be made only for the actual measured and/or computed length, area, solid contents, number, and weight, unless other provisions are made in the Contract Documents. Payment on a unit price basis will not be made for Work outside finished dimensions shown in the Contract Documents. Include cost for waste, overages, and tolerances in the unit price for that line item. Measurement will be as indicated for each unit price item. 1.02 MEASUREMENT AND BASIS FOR PAYMENT FOR BASE BID ITEMS The basis of measurement and payment for the Bid Items shall be described in the Technical Specifications. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Measurement and Basis for Payment CCIA - East GA Apron Reconstruction - E15234 012901-1 Rev 01-13-2016 01 31 00 PROJECT MANAGEMENT AND COORDINATION 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish resources required to complete the Project with an acceptable standard of quality within the Contract Times. B. Construct Project in accordance with current safety practices. C. Manage Site to allow access to Site and control construction operations. D. Construct temporary facilities to provide and maintain control over environmental conditions at the Site. Remove temporary facilities when no longer needed. E. Provide temporary controls for pollutions, management of water and management of excess earth as required in SECTION 01 57 00 TEMPORARY CONTROLS. 1.02 QUALITY ASSURANCE A. Employ competent workmen, skilled in the occupation for which they are employed. Provide Work meeting quality requirements of the Contract Documents. B. Remove Defective Work from the Site immediately unless provisions have been made and approved by the OPT to allow repair of the product at the Site. Clearly mark Work as Defective until it is removed or allowable repairs have been completed. 1.03 DOCUMENT SUBMITTAL A. Provide documents in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. 1. Provide copies of Supplier's printed storage instructions prior to furnishing materials or products and installation instructions prior to beginning the installation. 2. Incorporate field notes, sketches, recordings, and computations made by the Contractor in Record Drawings. 1.04 PERMITS A. Obtain building permits for the Project from the local authorities having jurisdiction. Pay building permit fees and include this cost in the Contract Price. B. Obtain environmental permits required for construction at the Site. C. Provide required permits for transporting heavy or oversized loads. D. Provide other permits required to conduct any part of the Work. E. Arrange for inspections and certification by agencies having jurisdiction over the Work. F. Make arrangements with private utility companies and pay for fees associated with obtaining services, or for inspection fees. G. Retain copies of permits and licenses at the Site and observe and comply with all regulations and conditions of the permit or license. Project Management and Coordination CCIA - East GA Apron Reconstruction - E15234 013100-1 Rev 01-13-2016 1.05 SAFETY REQUIREMENTS A. Manage safety to protect the safety and welfare of persons at the Site. B. Provide safe access to move through the Site. Provide protective devices to warn and protect from hazards at the Site. C. Provide safe access for those performing tests and inspections. D. Comply with latest provisions of the Occupational Health and Safety Administration and other Laws and Regulation. E. Cooperate with accident investigations. Provide two copies of all reports, including insurance company reports, prepared concerning accidents, injury, or death related to the Project to the OAR as Record Data per SECTION 01 33 03 RECORD DATA. 1.06 ACCESS TO THE SITE A. Maintain access to the facilities at all times. Do not obstruct roads, pedestrian walks, or access to the various buildings, structures, stairways, or entrances. Provide safe access for normal operations during construction. B. Provide adequate and safe access for inspections. Leave ladders, bridges, scaffolding, and protective equipment in place until inspections have been completed. Construct additional safe access if required for inspections. C. Use roadways for construction traffic only with written approval of the appropriate representatives of each entity. Roadways may not be approved for construction traffic. Obtain written approval to use roads to deliver heavy or oversized loads to the Site. Furnish copies of the written approvals to the Owner as Record Data per SECTION 01 33 03 RECORD DATA. 1.07 CONTRACTOR'S USE OF SITE A. Limit the use of Site for Work and storage to those areas designated on the Drawings or approved by the OAR. Coordinate the use of the premises with the OAR. B. Provide security at the Site as necessary to protect against vandalism and loss by theft. C. Do not permit alcoholic beverages or illegal substances on the Site. Do not allow persons under the influence of alcoholic beverages or illegal substances to enter or remain on the Site at any time. Persons on Site under the influence of alcoholic beverages or illegal substances will be permanently prohibited from returning to the Site. Criminal or civil penalties may also apply. D. Park construction equipment in designated areas only and provide spill control measures as discussed in SECTION 01 57 00 TEMPORARY CONTROLS. E. Park employees' vehicles in designated areas only. F. Obtain written permission of the Owner before entering privately -owned land outside of the Owner's property, rights-of-way, or easements. G. Do not allow the use of audio devices, obnoxious, vulgar or abusive language, or sexual harassment in any form. These actions will cause immediate and permanent removal of the offender from the premises. Criminal or civil penalties may apply. Project Management and Coordination CCIA - East GA Apron Reconstruction - E15234 013100-2 Rev 01-13-2016 H. Require Workers to wear clothing that is inoffensive and meets safety requirements. Do not allow sleeveless shirts, shorts, exceedingly torn, ripped, or soiled clothing to be worn on the Project. I. Do not allow firearms or weapons of any sort to be brought on to the Site under any conditions. No exception is to be made for persons with concealed handgun permits. Remove any firearms or weapons and the person possessing these firearms or weapons immediately from the Site. 1.08 PROTECTION OF EXISTING STRUCTURES AND UTILITIES A. Examine the Site and review the available information concerning the Site. Locate utilities, streets, driveways, fences, drainage structures, sidewalks, curbs, and gutters. Verify the elevations of the structures adjacent to excavations. Report any discrepancies from information in the Contract Documents to the OAR before beginning construction. B. Determine if existing structures, poles, piping, or other utilities at excavations will require relocation or replacement. Prepare a Plan of Action per SECTION 01 35 00 SPECIAL PROCEDURES. Coordinate Work with local utility company and others for the relocation or replacement. C. Protect buildings, utilities, street surfaces, driveways, sidewalks, curb and gutter, fences, wells, drainage structures, piping, valves, manholes, electrical conduits, and other systems or structures unless they are shown to be replaced or relocated on the Drawings. Restore damaged items to the satisfaction of the OPT and utility owner. D. Carefully support and protect all structures and/or utilities so that there will be no failure or settlement where excavation or demolition endangers adjacent structures and utilities. Do not take existing utilities out of service unless required by the Contract Documents or approved by the OAR. Notify and cooperate with the utility owner if it is necessary to move services, poles, guy wires, pipelines, or other obstructions. E. Protect existing trees and landscaping at the Site. 1. Identify trees that may be removed during construction with OPT. 2. Mark trees to be removed with paint. 3. Protect trees to remain from damage by wrapping trunks with 2 x 4 timbers around the perimeter, securely wired in place, where machinery must operate around existing trees. Protect branches and limbs from damage by equipment. 4. Protect root zone from compaction. 1.09 PRE -CONSTRUCTION EXPLORATORY EXCAVATIONS (NOT APPLICABLE) A. Excavate and expose existing pipelines that cross within 20 feet of Project pipelines prior to any Work. Survey the line to determine its exact vertical and horizontal location at each point the existing pipeline may potentially conflict with the Work. B. Excavate and expose existing parallel pipelines at 300 feet intervals (maximum) for existing pipelines which are within 10 feet of Project pipelines. Survey the line to determine its exact vertical and horizontal location at each point where the line is excavated and exposed. Project Management and Coordination CCIA - East GA Apron Reconstruction - E15234 013100-3 Rev 01-13-2016 C. Prepare a Plan of Action per SECTION 01 35 00 SPECIAL PROCEDURES indicating the owner of pipelines excavated and surveyed and all pertinent survey data, including the station where lines cross or conflicts may exist and the distance to the pavement centerline and elevations of the top of existing pipelines. D. Do not perform Work on the Project until all exploratory excavations have been completed and the Plan of Action has been approved by the Designer. E. Include the cost for these pre -construction exploratory excavations in the unit price for pipe construction. Pavement repairs associated with exploratory excavations will be paid for at the unit prices for pavement repair. 1.10 DISRUPTION TO SERVICES / CONTINUED OPERATIONS A. Existing facilities are to continue in service as usual during the construction unless noted otherwise. Owner or utilities must be able to operate and maintain the facilities. Keep disruptions to existing utilities, piping, process piping, or electrical services to a minimum. 1. Do not restrict access to critical valves or operators. 2. Limit operations to the minimum amount of space needed to complete the specified Work. 3. Maintain storm sewers and sanitary sewers in service at all times. Provide temporary service around the construction or otherwise construct the structure in a manner that the flow is not restricted. B. Provide a Plan of Action in accordance with SECTION 01 35 00 SPECIAL PROCEDURES if facilities must be taken out of operation. 1.11 FIELD MEASUREMENTS A. Perform complete field measurements prior to purchasing products or beginning construction for products required to fit existing conditions. B. Verify property lines, control lines, grades, and levels indicated on the Drawings. C. Check Shop Drawings and indicate the actual dimensions available where products are to be installed. D. Include field measurements in Record Drawings as required in SECTION 01 31 13 PROJECT COORDINATION. 1.12 REFERENCE DATA AND CONTROL POINTS A. The OPT will provide the following control points: 1. Base line or grid reference points for horizontal control. 2. Benchmarks for vertical control. B. Locate and protect control points prior to starting the Work and preserve permanent reference points during construction. Designated control points may be on an existing structure or monument. Do not change or relocate points without prior approval of the OAR. Notify OAR when the reference point is lost, destroyed, or requires relocation. Replace Project control points on the basis of the original survey. Project Management and Coordination CCIA - East GA Apron Reconstruction - E15234 013100-4 Rev 01-13-2016 C. Provide complete engineering layout of the Work needed for construction. 1. Provide competent personnel. Provide equipment including accurate surveying instruments, stakes, platforms, tools, and materials. 2. Provide surveying with accuracy meeting the requirements established for Category 5 Construction Surveying as established in the Manual of Practice of Land Surveying in Texas published by the Texas Society of Professional Surveyors, latest revision. 3. Record Data and measurements per standards. 1.13 DELIVERY AND STORAGE A. Deliver products and materials to the Site in time to prevent delays in construction. B. Deliver packaged products to Site in original undamaged containers with identifying labels attached. Open cartons as necessary to check for damage and to verify invoices. Reseal cartons and store properly until used. Leave products in packages or other containers until installed. C. Assume full responsibility for the protection and safekeeping of products stored at the Site. D. Store products at locations acceptable to the OAR and to allow Owner access to maintain and operate existing facilities. E. Store products in accordance with the Supplier's storage instructions immediately upon delivery. Leave seals and labels intact. F. Provide additional storage areas as needed for construction. Store products subject to damage by elements in substantial weather -tight enclosures or storage sheds. Provide and maintain storage sheds as required for the protection of products. Provide temperature, humidity control, and ventilation within the ranges stated in the Supplier's instructions. Remove storage facilities at the completion of the Project. G. Protect the pipe interior. Keep all foreign materials such as dirt, debris, animals, or other objects out of the pipe during the Work. Cap or plug ends of installed pipe in an approved manner when pipe is not being installed. Clean or wash out pipe sections that become contaminated before continuing with installation. Take precautions to prevent the pipe from floating or moving out of the proper position during or after laying operations. Immediately correct any pipe that moves from its correct position. H. Provide adequate exterior storage for products that may be stored out-of-doors. 1. Provide substantial platforms, blocking, or skids to support materials and products above ground which has been sloped to provide drainage. Protect products from soiling or staining. 2. Cover products subject to discoloration or deterioration from exposure to the elements, with impervious sheet materials. Provide ventilation to prevent condensation below covering. 3. Store loose, granular materials on clean, solid surfaces, or on rigid sheet materials, to prevent mixing with foreign matter. 4. Provide surface drainage to prevent erosion and ponding of water. Project Management and Coordination CCIA - East GA Apron Reconstruction - E15234 013100-5 Rev 01-13-2016 5. Prevent mixing of refuse or chemically injurious materials or liquids with stored materials. 6. Pipes and conduits stored outdoors are to have open ends sealed to prevent the entrance of dirt, moisture, and other injurious materials. Protect PVC pipe from ultraviolet light exposure. 7. Store light weight products to prevent wind damage. I. Maintain storage facilities. Inspect stored products on a weekly basis and after periods of severe weather to verify that: 1. Storage facilities continue to meet specified requirements; 2. Supplier's required environmental conditions are continually maintained; and 3. Products that can be damaged by exposure to the elements are not adversely affected. J. Replace any stored item damaged by inadequate protection or environmental controls. K. Payment may be withheld for any products not properly stored. 1.14 CLEANING DURING CONSTRUCTION A. Provide positive methods to minimize raising dust from construction operations and provide positive means to prevent air -borne dust from disbursing into the atmosphere. Control dust and dirt from demolition, cutting, and patching operations. B. Clean the Project as Work progresses and dispose of waste materials, keeping the Site free from accumulations of waste or rubbish. Provide containers on Site for waste collection. Do not allow waste materials or debris to blow around or off of the Site. Control dust from waste materials. Transport waste materials with as few handlings as possible. C. Comply with Laws and Regulations. Do not burn or bury waste materials. Remove waste materials, rubbish and debris from the Site and legally dispose of these at public or private disposal facilities. D. Provide a final cleaning to thoroughly clean the entire Site and make ready for acceptance. 1. Remove construction debris, boxes, and trash from the Site. 2. Remove construction storage sheds and field offices. 3. Restore grade to match surrounding condition and remove excess dirt. 4. Sweep all drives and parking lots clean of dirt and debris. Use water trucks or hose down paved site to like new appearance. 1.15 MAINTENANCE OF ROADS, DRIVEWAYS, AND ACCESS A. Maintain roads and streets in a manner that is suitable for safe operations of public vehicles during all phases of construction unless the Owner approves a street closing. Do not close public roads overnight. Project Management and Coordination CCIA - East GA Apron Reconstruction - E15234 013100-6 Rev 01-13-2016 B. Submit a Notification by Contractor for Owner's approval of a street closing. The request shall state: 1. The reason for closing the street. 2. How long the street will remain closed. 3. Procedures to be taken to maintain the flow of traffic. C. Construct temporary detours, including by-pass roads around construction, with adequately clear width to maintain the free flow of traffic at all times. Maintain barricades, signs, and safety features around the detour and excavations. Maintain barricades, signs, and safety features around the Work in accordance with all provisions of the latest edition of the Manual on Uniform Traffic Control Devices (MUTCD). D. Assume responsibility for any damage resulting from construction along roads or drives. 1.16 AREA ACCESS AND TRAFFIC CONTROL A. Provide traffic control measures to assure a safe condition and to provide a minimum of inconvenience to motorists and the public. Provide all-weather access to all residents and businesses at all times during construction. Provide temporary driveways and/or roads of approved material during wet weather. Maintain a stockpile of suitable material on the Site to meet the demands of inclement weather. B. Schedule operations to minimize adverse impact on the accessibility of adjoining properties. Sequence construction to build driveways in half widths, construct temporary ramps, or any other measure required to maintain access to adjoining properties. C. Comply with the Owner's Uniform Barricading Standards and Practices. Copies of this document are available through the Owner's Traffic Engineering Department. Secure required permits from the Owner's Traffic Engineering Department. 1.17 OVERHEAD ELECTRICAL WIRES A. Comply with OSHA safety requirements regarding construction equipment working beneath overhead electrical wires. Prevent and pay for repairs for damage to existing overhead electrical wires or facilities. B. Provide for adequate safety with regard to overhead lines whether overhead lines are or are not shown in the Contract Documents. 1.18 BLASTING A. Blasting is not allowed for any purpose. 1.19 ARCHAEOLOGICAL REQUIREMENTS A. Cease operations immediately and contact the Owner for instructions if historical or archaeological artifacts are found during construction. B. Conduct all construction activities to avoid adverse impact on the Sites where significant historical or archaeological artifacts are found or identified as an area where other artifacts could be found. Project Management and Coordination CCIA - East GA Apron Reconstruction - E15234 013100-7 Rev 01-13-2016 1. Obtain details for Working in these areas. 2. Maintain confidentiality regarding the Site. 3. Adhere to the requirements of the Texas Historical Commission. 4. Notify the OAR and the Texas Historical Commission. C. Do not disturb archaeological sites. 1. Obtain the services of a qualified archaeological specialist to instruct construction personnel on how to identify and protect archaeological finds on an emergency basis. 2. Coordinate activities to permit archaeological work to take place within the area. a. Attempt to archaeologically clear areas needed for construction as soon as possible. b. Provide a determination of priority for such areas. D. Assume responsibility for any unauthorized destruction that might result to such Sites by construction personnel, and pay all penalties assessed by the State or Federal agencies for non-compliance with these requirements. E. Contract Times will be modified to compensate for delays caused by such archaeological finds. No additional compensation will be paid for delays. 1.20 ENDANGERED SPECIES RESOURCES A. Do not perform any activity that is likely to jeopardize the continued existence of a threatened or endangered species as listed or proposed for listing under the Federal Endangered Species Act (ESA), and/or the State of Texas Parks and Wildlife Code on Endangered Species, or to destroy or adversely modify the habitat of such species. B. Cease Work immediately in the area of the encounter and notify the OAR if a threatened or endangered species is encountered during construction. OPT will implement actions in accordance with the ESA and applicable State statutes. Resume construction in the area of the encounter when authorized to do so by the OAR. 1.21 COOPERATION WITH PUBLIC AGENCIES A. Cooperate with all public and private agencies with facilities operating within the limits of the Project. B. Provide a 48-hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using Texas 811 at 811 and the Lone Star Notification Company at 1-800-669-8344. C. For the Contractor's convenience, the following telephone numbers are listed: Public Agencies/Contacts Phone Number City Engineer 361-826-3500 Airport Development and Construction Manager 361-289-0171 KSA Project Manager 405-833-8705 Project Management and Coordination CCIA - East GA Apron Reconstruction - E15234 013100-8 Rev 01-13-2016 Public Agencies/Contacts Phone Number Traffic Engineering 361-826-3547 Police Department 361-882-2600 Water/ Wastewater/ Stormwater 361-826-1800 (361-826-1818 after hours) Gas Department 361-885-6900 (361-885-6942 after hours) 361-885-5999 (Dispatch after hours) Parks & Recreation Department 361-826-3461 Street Department 361-826-1875 City Street Div. for Traffic Signals 361-826-1610 Solid Waste & Brush 361-826-1973 MIS Department (City Fiber) 361-826-3740 AEP 1-877-373-4858 AT&T 361-881-2511 (1-800-824-4424 after hours) Grande Communications 254-379-4400 Time Warner Communications Crown Castle Communications 1-888-632-0931 Century Tel 361-883-3000 Windstream Regional Transportation Authority 361-289-2712 Port of Corpus Christi Authority Engr. 361-882-5633 TxDOT Area Office 361-808-2500 Corpus Christi ISD 361-886-9005 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Project Management and Coordination CCIA - East GA Apron Reconstruction - E15234 013100-9 Rev 01-13-2016 0131 13 PROJECT COORDINATION 1.00 GENERAL 1.01 WORK INCLUDED A. Administer Contract requirements to construct the Project. Provide documentation per the requirements of this Section. Provide information as requested by the OPT. 1.02 DOCUMENT SUBMITTAL A. Provide documents in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. B. Use the forms provided for Contract administration, applications for payment, document submittals, documentation of test results, equipment installation and documentation, and Project closeout. A digital copy of the required forms will be provided to the Contractor before or at the pre -construction conference. 1.03 COMMUNICATION DURING THE PROJECT A. The OAR is to be the first point of contact for all parties on matters concerning this Project. B. The Designer will coordinate correspondence concerning: 1. Documents, including Applications for Payment. 2. Clarification and interpretation of the Contract Documents. 3. Contract Modifications. 4. Observation of Work and testing. 5. Claims. C. The OAR will normally communicate only with the Contractor. Any required communication with Subcontractors or Suppliers will only be with the direct involvement of the Contractor. D. Direct written communications to the OAR at the address indicated at the pre -construction conference. Include the following with communications as a minimum: 1. Name of the Owner. 2. Project name. 3. Contract title. 4. Project number. 5. Date. 6. A reference statement. E. Submit communications on the forms referenced in this Section or in SECTION 01 33 00 DOCUMENT MANAGEMENT. Project Coordination CCIA - East GA Apron Reconstruction - E15234 013113-1 11-25-2013 1.04 PROJECT MEETINGS A. Pre -Construction Conference: 1. Attend a pre -construction conference. 2. The location of the conference will be determined by the OAR. 3. The time of the meeting will be determined by the OAR but will be after the Notice of Award is issued and not later than 15 days after the Notice to Proceed is issued. 4. The OPT, Contractor's project manager and superintendent, representatives of utility companies, and representatives from major Subcontractors and Suppliers may attend the conference. 5. Provide and be prepared to discuss: a. Preliminary construction schedule per SECTION 01 33 04 CONSTRUCTION PROGRESS SCHEDULE. b. Schedule of Values and anticipated Schedule of Payments per SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES. c. List of Subcontractors and Suppliers. d. Contractor's organizational chart as it relates to this Project. e. Letter indicating the agents of authority for the Contractor and the limit of that authority with respect to the execution of legal documents, Contract Modifications, and payment requests. B. Progress Meetings: 1. Attend meetings with the OAR and Owner. a. Meet on a monthly basis or as requested by the OAR to discuss the Project. b. Meet at the Site or other location as designated by the OAR. c. Contractor's superintendent and other key personnel are to attend the meeting. Other individuals may be requested to attend to discuss specific matters. d. Notify the OAR of any specific items to be discussed a minimum of 1 week prior to the meeting. 2. Provide information as requested by the OAR or Owner concerning this Project. Prepare to discuss: a. Status of overall Project schedule. b. Contractor's detailed schedule for the next month. c. Anticipated delivery dates for equipment. d. Coordination with the Owner. e. Status of documents. f. Information or clarification of the Contract Documents. g. Claims and proposed Modifications to the Contract. Project Coordination CCIA - East GA Apron Reconstruction - E15234 013113-2 11-25-2013 h. Field observations, problems, or conflicts. i. Maintenance of quality standards. 3. OAR will prepare minutes of meetings. Review the minutes of the meeting and notify the OAR of any discrepancies within 10 days of the date of the meeting memorandum. The minutes will not be corrected after the 10 days have expired. Corrections will be reflected in the minutes of the following meeting or as an attachment to the minutes. C. Pre- Submittal and Pre -Installation Meetings: 1. Conduct pre -submittal and pre -installation meetings as required in the individual technical Specifications or as determined necessary by the OAR (for example, instrumentation, roofing, concrete mix design, etc.). 2. Set the time and location of the meetings when ready to proceed with the associated Work. Submit a Notification by Contractor in accordance with Paragraph 1.07 for the meeting 2 weeks before the meeting. OPT must approve of the proposed time and location. 3. Attend the meeting and require the participation of appropriate Subcontractors and Suppliers in the meeting. 4. Prepare minutes of the meeting and submit to the OPT for review. OPT will review the minutes of the meeting and notify the Contractor of any discrepancies within 10 days of the date of the meeting memorandum. The minutes will not be corrected after the 10 days have expired. Corrections will be reflected in a revised set of meeting minutes. 1.05 REQUESTS FOR INFORMATION A. Submit Request for Information (RFI) to the Designer to obtain additional information or clarification of the Contract Documents. 1. Submit a separate RFI for each item on the form provided. 2. Attach adequate information to permit a written response without further clarification. Designer will return requests that do not have adequate information to the Contractor for additional information. Contractor is responsible for all delays resulting from multiple document submittals due to inadequate information. 3. A response will be made when adequate information is provided. Response will be made on the RFI form or in attached information. B. Response to an RFI is given to provide additional information, interpretation, or clarification of the requirements of the Contract Documents, and does not modify the Contract Documents. C. Designer will initiate a Request for a Change Proposal (RCP) per SECTION 01 31 14 CHANGE MANAGEMENT if the RFI indicates that a Contract Modification is required. D. Use the Project Issues Log to document decisions made at meetings and actions to be taken in accordance with Paragraph 1.06. E. Use the Action Item Log to document assignments for actions to be taken in accordance with Paragraph 1.06. Project Coordination CCIA - East GA Apron Reconstruction - E15234 013113-3 11-25-2013 1.06 DECISION AND ACTION ITEM LOG A. OAR will maintain a Project Decision Log to document key decisions made at meetings, telephone conversation or Site visits using the format provided: 1. Review the log prior to each regular meeting. 2. Report any discrepancies to the OAR for correction or discussion at the next monthly meeting. B. OAR will maintain an Action Item log in conjunction with the Project Decision Log to track assignments made at meetings, telephone conversation, or Site visits using the format provided: 1. Review the Action Item Log prior to each regular meeting. 2. Report actions taken subsequent to the previous progress meeting on items in the log assigned to the Contractor or through the Contractor to a Subcontractor or Supplier to the OAR. Report on status of progress 1 week prior to each progress meeting established in Paragraph 1.04 to allow OAR to update the log prior to the Progress meetings. 3. Be prepared to discuss the status at each meeting. C. Decisions or action items in the log that require a change in the Contract Documents will have the preparation of a Modification as an action items if appropriate. The Contract Documents can only be changed by a Modification. 1.07 NOTIFICATION BY CONTRACTOR A. Notify the OAR of: 1. Need for testing. 2. Intent to work outside regular working hours. 3. Request to shut down facilities or utilities. 4. Proposed utility connections. 5. Required observation by OAR, Designer, or inspection agencies prior to covering Work. 6. Training. B. Provide notification a minimum of 2 weeks in advance in order to allow OPT time to respond appropriately to the notification. C. Use "Notification by Contractor" form provided. 1.08 RECORD DOCUMENTS A. Maintain at the Site one complete set of printed Record Documents including: 1. Drawings. 2. Specifications. 3. Addenda. 4. Modifications. Project Coordination CCIA - East GA Apron Reconstruction - E15234 013113-4 11-25-2013 5. Record Data and approved Shop Drawings. 6. Construction photographs. 7. Test Reports. 8. Clarifications and other information provided in Request for Information responses. 9. Reference standards. B. Store printed Record Documents and Samples in the Contractor's field office. 1. Record Documents are to remain separate from documents used for construction. 2. Provide files and racks for the storage of Record Documents. 3. Provide a secure storage space for the storage of Samples. 4. Maintain Record Documents in clean, dry, legible conditions, and in good order. 5. Make Record Documents and Samples available at all times for inspection by the OPT. C. Maintain a digital record of Specifications and Addenda to identify products provided in PDF format. 1. Reference the Record Data number, Shop Drawings number, and O&M manual number for each product and item of equipment furnished or installed. 2. Reference Modifications by type and number for all changes. D. Maintain a digital record of Drawings in PDF format. 1. Reference the Record Data number, Shop Drawings number, and O&M manual number for each product and item of equipment furnished or installed. 2. Reference Modifications by type and number for all changes. 3. Record information as construction is being performed. Do not conceal any Work until the required information is recorded. 4. Mark Drawings to record actual construction, including the following: a. Depths of various elements of the foundation in relation to finished first floor datum or the top of walls. b. Horizontal and vertical locations of underground utilities and appurtenances constructed and existing utilities encountered during construction. c. Location of utilities and appurtenances concealed in the Work. Refer measurements to permanent structures on the surface. Include the following equipment: 1) Piping. 2) Ductwork. 3) Equipment and control devices requiring periodic maintenance or repair. 4) Valves, unions, traps, and tanks. 5) Services entrance. 6) Feeders. Project Coordination CCIA - East GA Apron Reconstruction - E15234 013113-5 11-25-2013 7) Outlets. d. Changes of dimension and detail. e. Changes by Modifications. f. Information in Request for Information or included in the Project Issues Log. g. Details not on the original Drawings. Include field verified dimensions and clarifications, interpretations, and additional information issued in response to REIs. 5. Mark Drawings with the following colors: a. Highlight references to other documents, including Modifications in blue; b. Highlight mark ups for new or revised Work (lines added) in yellow; c. Highlight items deleted or not installed (lines to be removed) in red; and d. Highlight items constructed per the Contract Documents in green. 6. Submit Record Documents to Designer for review and acceptance 30 days prior to Final Completion of the Project. E. Applications for Payment will not be recommended for payment if Record Documents are found to be incomplete or not in order. Final payment will not be recommended without complete Record Documents. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Project Coordination CCIA - East GA Apron Reconstruction - E15234 013113-6 11-25-2013 0131 14 CHANGE MANAGEMENT 1.00 GENERAL 1.01 REQUESTS FOR CHANGE PROPOSAL A. Designer will initiate Modifications by issuing a Request for a Change Proposal (RCP). 1. Designer will prepare a description of proposed Modifications. 2. Designer will issue the Request for a Change Proposal form to Contractor. A number will be assigned to the Request for a Change Proposal when issued. 3. Return a Change Proposal in accordance with Paragraph 1.02 to the Designer for evaluation by the OPT. 1.02 CHANGE PROPOSALS A. Submit a Change Proposal (CP) to the Designer for Contractor initiated changes in the Contract Documents or in response to a Request for Change Proposal. 1. Use the Change Proposal form provided. 2. Assign a number to the Change Proposal when issued. 3. Include with the Change Proposal: a. A complete description of the proposed Modification if Contractor initiated or proposed changes to the OPT's description of the proposed Modification. b. The reason the Modification is requested, if not in response to a Request for a Change Proposal. c. A detailed breakdown of the cost of the change if the Modification requires a change in Contract Price. The itemized breakdown is to include: 1) List of materials and equipment to be installed; 2) Man hours for labor by classification; 3) Equipment used in construction; 4) Consumable supplies, fuels, and materials; 5) Royalties and patent fees; 6) Bonds and insurance; 7) Overhead and profit; 8) Field office costs; 9) Home office cost; and 10) Other items of cost. d. Provide the level of detail outline in the paragraph above for each Subcontractor or Supplier actually performing the Work if Work is to be provided by a Subcontractor or Supplier. Indicate appropriate Contractor mark-ups for Work Change Management CCIA - East GA Apron Reconstruction - E15234 013114-1 11-25-2013 provided through Subcontractors and Suppliers. Provide the level of detail outline in the paragraph above for self -performed Work. e. Submit Change Proposals that comply with Article 13 of the General Conditions for Cost of Work. f. Provide a revised schedule. Show the effect of the change on the Project Schedule and the Contract Times. B. Submit a Change Proposal to the Designer to request a Field Order. C. A Change Proposal is required for all substitutions or deviations from the Contract Documents. D. Request changes to products in accordance with SECTION 01 33 02 SHOP DRAWINGS. 1.03 DESIGNER WILL EVALUATE THE REQUEST FOR A MODIFICATION. A. Designer will issue a Modification per the General Conditions if the Change Proposal is acceptable to the Owner. Designer will issue a Change Order or Contract Amendment for any changes in Contract Price or Contract Times. 1. Change Orders and Contract Amendments will be sent to the Contractor for execution with a copy to the Owner recommending approval. A Work Change Directive may be issued if Work needs to progress before the Change Order or Contract Amendment can be authorized by the Owner. 2. Work Change Directives, Change Orders, and Contract Amendments can only be approved by the Owner. a. Work performed on the Change Proposal prior to receiving a Work Change Directive or approval of the Change Order or Contract Amendment is performed at the Contractor's risk. b. No payment will be made for Work on Change Orders or Contract Amendments until approved by the Owner. B. The Contractor may be informed that the Request for a Change Proposal is not approved and construction is to proceed in accordance with the Contract Documents. 1.04 EQUAL NON SPECIFIED PRODUCTS A. The products of the listed Suppliers are to be furnished where Specifications list several manufacturers but do not specifically list "or equal" or "or approved equal" products. Use of any products other than those specifically listed is a substitution. Follow the procedures in Paragraph 1.05 for a substitution. B. Contractor may submit other manufacturers' products that are in full compliance with the Specification where Specifications list one or more manufacturers followed by the phase "or equal" or "or approved equal." 1. Submit a Shop Drawing as required by SECTION 01 33 02 SHOP DRAWINGS to document that the proposed product is equal or superior to the specified product. 2. Prove that the product is equal. It is not the OPT's responsibility to prove the product is not equal. Change Management CCIA - East GA Apron Reconstruction - E15234 013114-2 11-25-2013 a. Indicate on a point by point basis for each specified feature that the product is equal to the Contract Document requirements. b. Make a direct comparison with the specified manufacturer's published data sheets and available information. Provide this printed material with the Shop Drawing. c. The decision of the Designer regarding the acceptability of the proposed product is final. 3. Provide a typewritten certification that, in furnishing the proposed product as an equal, the Contractor: a. Has thoroughly examined the proposed product and has determined that it is equal or superior in all respects to the product specified. b. Has determined that the product will perform in the same manner and result in the same process as the specified product. Will provide the same warranties and/or bonds as for the product specified. Will assume all responsibility to coordinate any modifications that may be necessary to incorporate the product into the construction and will waive all claims for additional Work which may be necessary to incorporate the product into the Project which may subsequently become apparent. e. Will maintain the same time schedule as for the specified product. 4. A Change Proposal is not required for any product that is in full compliance with the Contract Documents. If the product is not in full compliance, it may be offered as a Substitution. c. d. 1.05 SUBSTITUTIONS A. Substitutions are defined as any product that the Contractor proposes to provide for the Project in lieu of the specified product. Submit a Change Proposal per Paragraph 1.02 along with a Shop Drawing as required by SECTION 01 33 02 SHOP DRAWINGS to request approval of a substitution. B. Prove that the product is acceptable as a substitute. It is not the Designer's responsibility to prove the product is not acceptable as a substitute. 1. Indicate on a point by point basis for each specified feature that the product is acceptable to meet the intent of the Contract Documents requirements. 2. Make a direct comparison with the specified Suppliers published data sheets and available information. Provide this printed material with the documents submitted. 3. The decision of the Designer regarding the acceptability of the proposed substitute product is final. C. Provide a written certification that, in making the substitution request, the Contractor: 1. Has determined that the substituted product will perform in substantially the same manner and result in the same ability to meet the specified performance as the specified product. Change Management CCIA - East GA Apron Reconstruction - E15234 013114-3 11-25-2013 2. Will provide the same warranties and/or bonds for the substituted product as specified or as would be provided by the manufacturer of the specified product. 3. Will assume all responsibility to coordinate any modifications that may be necessary to incorporate the substituted product into the Project and will waive all claims for additional Work which may be necessary to incorporate the substituted product into the Project which may subsequently become apparent. 4. Will maintain the same time schedule as for the specified product. D. Pay for review of substitutions in accordance with SECTION 01 33 02 SHOP DRAWINGS. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Change Management CCIA - East GA Apron Reconstruction - E15234 013114-4 11-25-2013 0133 00 DOCUMENT MANAGEMENT 1.00 GENERAL 1.01 WORK INCLUDED A. Submit documentation as required by the Contract Documents and as reasonably requested by the OPT. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, complete documents presented in a clear, easily understood manner. Documents not meeting these criteria will be returned without review. 1.03 CONTRACTOR'S RESPONSIBILITIES A. Review documents prior to submitting. Make certifications as required by the Contract Documents and as indicated on forms provided. B. Provide a Schedule of Documents to list the documents that are to be submitted, the dates on which documents are to be sent to the Designer for review, and proposed dates that documents must be returned to comply with the Project schedule. Use the form provided for this list. C. Incorporate the dates for processing documents into the Progress Schedule required by SECTION 01 33 04 CONSTRUCTION PROGRESS SCHEDULE. 1. Provide documents in accordance with the schedule so construction of the Project is not delayed. 2. Allow a reasonable time for the review of documents when preparing the Progress Schedule. Assume a 14 day review cycle for each document unless a longer period of time is indicated in the Contract Documents or agreed to by Designer and Contractor. 3. Schedule submittal of documents to provide all information for interrelated Work at one time. 4. Allow adequate time for processing documents so construction of the Project is not delayed. 1.04 DOCUMENT SUBMITTAL PROCEDURES A. Submit documents through the Designer. Send all documents in digital format for processing. 1. Provide all information requested with a completed Document Transmittal form. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. 2. The Document Transmittal form is to be the first page in the document submitted. 3. Submit all documents in Portable Document Format (PDF). Document Management CCIA - East GA Apron Reconstruction - E15234 013300-1 11-25-2013 a. Create PDF document using Bluebeam Revu software or other compatible software that will create files that can be opened and annotated using Bluebeam Revu software. b. Create PDF documents from native format files unless files are only available from scanned documents. c. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. d. Submit PDF document with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. e. Submit color PDF documents where color is required to interpret the document. f. Create or convert documents to allow text to be selected for comments or searched using text search features. Run scanned documents through Optical Character Recognition (OCR) software if necessary. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. h. Use Bluebeam Revu software to reduce file size using default settings except the option for "Drop Metadata." Uncheck the "Drop Metadata" box when reducing file size g. i. Add footers to each document with the Project name. 1.05 DOCUMENT NUMBERING A. Assign a number to the documents originated to allow tracking of the documents during the review process. 1. Assign the number consisting of a prefix, a sequence number, and a letter suffix. Prefixes shall be as follows: Prefix Description Originator AP Application for Payment Contractor CO Change Order OAR CP Change Proposal Contractor CTR Certified Test Report Contractor FO Field Order OAR NBC Notification by Contractor Contractor PD Photographic Documentation Contractor RCP Request for a Change Proposal OAR RD Record Data Contractor RFI Request for Information Contractor SD Shop Drawing Contractor Document Management CCIA - East GA Apron Reconstruction - E15234 013300-2 11-25-2013 Prefix Description Originator SCH Schedule of Progress Contractor 2. Issue sequence numbers in chronological order for each type of document. 3. Issue numbers for resubmittals that have the same number as the original document followed by an alphabetical suffix indicating the number of times the same document has been sent to the Designer for processing. For example: SD 025 A represents Shop Drawing number 25 and the letter "A" designates that this is the second time this document has been sent for review. 4. Clearly note the document number on each page or sheet of the document. 5. Correct assignment of numbers is essential since different document types are processed in different ways. B. Include reference the Drawing number and/or Specification Section, detail designation, schedule, or location that corresponds with the data on the document transmittal forms. Other identification may also be required, such as layout drawings or schedules to allow the reviewer to determine where a particular product is to be used. 1.06 DOCUMENT REQUIREMENTS A. Furnish documents as indicated below or in individual Specification Sections. Submit documents per the procedures described in the Contract Documents. B. Submit documents per the Specification Section shown in the following table: Document Type Specification Section Application for Payment 01 29 00 Change Proposal 01 31 14 Certified Test Report 01 33 02 for approval of product 0140 00 to demonstrate compliance Notification by Contractor 01 31 13 Photographic Documentation 01 33 05 Progress Schedules 01 33 04 Record Data 01 33 03 Request for Information 01 31 13 Shop Drawing 01 33 02 Schedule of Values 01 29 00 Substitutions 01 31 14 Suppliers and Subcontractors 01 31 13 and 0133 03 Document Management CCIA - East GA Apron Reconstruction - E15234 013300-3 11-25-2013 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Document Management CCIA - East GA Apron Reconstruction - E15234 013300-4 11-25-2013 0133 01 Submittal Register Specification Section Specification Description Paragraph No. Types of Submittals Required Product Information Sample or Mockup Operations Data P-101 List of all equipment used on the project 2.1 None None O&M Manual P-101 Method of joint cleaning 3.8 None None O&M Manual P-152 Survey notes of the ground surface elevations 2.2 None None None P-152 Proposed subgrade 2.7 None None None P-152 Stockpile area location 2.10 None None None P-155 Hydrated lime certification 2.1 None None None P-155 Soil mixture 2.4 None None None P-155 Soil -lime mixture 3.1 None None None P-155 Method of lime application and equipment 3.1 None None O&M Manual P-156 Materials used for temporary control 2.6 None None O&M Manual P-156 Erosion control work schedule 3.2 None None None P-156 Method for erosion and dust control 3.2 None None O&M Manual P-156 Waste material disposal plan 3.2 None None O&M Manual P-501 Concrete mixure 2.1 None None O&M Manual P-501 Certified test reports 2.1 None None None P-501 Equipment/procedure for handling admixtures 2.1 None None O&M Manual P-501 Copy of manufacturer's design 4.1 None None None P-501 Signed survey documentation 5.2 None None None P-501 Quality Control Program 6.1 None None None P-602 Product information 3.5 Shop Drawing None O&M Manual P-602 Delivery tickets 3.6 None None None P-602 Vendor's certified test reports 3.5 None None None P-603 Product information 3.4 Shop Drawing None O&M Manual P-603 Delivery tickets 3.5 None None None P-603 Vendor's certified test reports 3.4 None None None P-620 Manufacturer's certified test reports 2.1 None None None P-620 Paint manufacture's application requirement 3.5 Record Data None O&M Manual T-904 Certification of meeting specification requirments 2.1 None None None T-904 Sod information 2.1 None None O&M Manual T-904 Mowing equipment information 3.7 None None O&M Manual T-904 Fertilzer information 2.3 None None O&M Manual T-905 Certification of meeting specification requirments 2.1 None None None T-905 Topsoil source information 2.2 None None None S-1 Complete project schedule S-1-1.2 None None None S-6 Stormwater Pollution Prevention Plan (SWP3) S-6-1.1 None None None S-6 Notice of Intent (NO1), if applicable S-6-2.2 None None None S-6 Notice of Change (NOC), if applicable S-6-2.3 None None None S-6 Notice of Termination (NOT), if applicable S-6-2.4 None None None S-7 Sediment control information S-7-1.1 Shop Drawing None O&M Manual S-19 Method of debris disposal S-19-2.5 None None O&M Manual S-43 Rock filter dam information S-43-1.1 Shop Drawing None O&M Manual Submittal Register CCIA - East GA Apron Reconstruction - E15234 01 33 01-1 07-03-2014 0133 02 SHOP DRAWINGS 1.00 GENERAL 1.01 WORK INCLUDED A. Shop Drawings are required for those products that cannot adequately be described in the Contract Documents to allow fabrication, erection, or installation of the product without additional detailed information from the Supplier. B. Submit Shop Drawings as required by the Contract Documents and as reasonably requested by the OPT to: 1. Record the products incorporated into the Project for the Owner; 2. Provide detailed information for the products proposed for the Project regarding their fabrication, installation, commissioning, and testing; and 3. Allow the Designer to advise the Owner if products proposed for the Project by the Contractor conform, in general, to the design concepts of the Contract Documents. C. Contractor's responsibility for full compliance with the Contract Documents is not relieved by the review of Shop Drawings, Samples, or mockups. Contract modifications can only be approved by Change Order or Field Order. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, and complete documents presented in a clear, easily understood manner. Shop Drawings not meeting these criteria will be rejected. B. Demonstrate that the proposed products are in full and complete compliance with the design criteria and requirements of the Contract Documents, or will be if deviations requested per Paragraph 1.10 are approved. C. Furnish and install products that fully comply with the information included in the document submittal. 1.03 CONTRACTOR'S RESPONSIBILITIES A. Provide Shop Drawings for the following items: Specification Section Shop Drawing Description P-602, 3.5 Product information (Bituminous Prime Coat) P-603, 3.4 Product information (Bituminous Tack Coat) S-7-1.1 Sediment control information S-43-1.1 Rock filter dam information B. Include Shop Drawings in the Schedule of Documents required by SECTION 01 33 00 DOCUMENT MANAGEMENT to indicate the Shop Drawings to be submitted, the dates on which documents are to be sent to the Designer for review and proposed dates that the product will be incorporated into the Project. Shop Drawings CCIA - East GA Apron Reconstruction - E15234 013302-1 11-25-2013 C. Incorporate the dates for processing Shop Drawings into the Progress Schedule required by SECTION 01 33 04 CONSTRUCTION PROGRESS SCHEDULE. 1. Submit Shop Drawings in accordance with the schedule so construction of the Project is not delayed. 2. Allow a reasonable time for the review of Shop Drawings when preparing the Progress Schedule. Include time for making revisions to the Shop Drawings and resubmitting the Shop Drawing for a least a second review. Assume a 14 day review cycle for each time a Shop Drawing is submitted for review unless a longer period of time is indicated in the Contract Documents. 3. Schedule document submittals to provide all information for interrelated Work at one time. 4. Allow adequate time for ordering, fabricating, delivering, and installing product so construction of the Project is not delayed. D. Complete the following before submitting a Shop Drawing or Sample: 1. Prepare Shop Drawing Review and coordinate the Shop Drawing or Sample with other Shop Drawings and Samples and with the requirements of the Work and the Contract Documents; 2. Determine and verify specified performance and design criteria, installation requirements, materials, catalog numbers, and similar information with respect to Shop Drawings and Samples; 3. Determine and verify the suitability of materials and equipment offered with respect to the indicated application, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; and 4. Determine and verify information relative to Contractor's responsibilities for means, methods, techniques, sequences, and procedures of construction, and safety precautions and programs incident thereto. E. Determine and verify: 1. Accurate field measurements, quantities, and dimensions are shown on the Shop Drawing; 2. Location of existing structures, utilities, and equipment related to the Shop Drawing have been shown and conflicts between the products existing structures, utilities, and equipment have been identified; 3. Conflicts that impact the installation of the products have been brought to the attention of the OPT through the Designer; 4. Shop Drawing are complete for their intended purpose; and 5. Conflicts between the Shop Drawing related to the various Subcontractors and Suppliers have been resolved. F. Review Shop Drawings prior to submitting to the Designer. Certify that all Shop Drawings have been reviewed by the Contractor and are in strict conformance with the Contract Documents as modified by Addenda, Change Order, Field Order, or Contract Amendment when submitting Shop Drawings except for deviations specifically brought to the Designer's Shop Drawings CCIA - East GA Apron Reconstruction - E15234 013302-2 11-25-2013 attention on an attached Shop Drawing Deviation Request form in accordance with Paragraph 1.10. G. Fabrication or installation of any products prior to the approval of Shop Drawings is done at the Contractor's risk. Defective products may be rejected at the Owner's option. H. Payment will not be made for products for which Shop Drawings or Samples are required until these are approved by the Designer. 1.04 SHOP DRAWING REQUIREMENTS A. Provide adequate information in Shop Drawings and Samples so Designer can: 1. Assist the Owner in selecting colors, textures, or other aesthetic features. 2. Compare the proposed features of the product with the specified features and advise Owner that the product does, in general, conform to the Contract Documents. 3. Compare the performance features of the proposed product with those specified and advise the Owner that the product does, in general, conform to the performance criteria specified in the Contract Documents. 4. Review required certifications, guarantees, warranties, and service agreements for compliance with the Contract Documents. B. Include a complete description of the product to be furnished, including: 1. Type, dimensions, size, arrangement, and operational characteristics of the product; 2. Weights, gauges, materials of construction, external connections, anchors, and supports required; 3. All applicable standards such as ASTM or Federal specification numbers; 4. Fabrication and installation drawings, setting diagrams, manufacturing instructions, templates, patterns, and coordination drawings; 5. Mix designs for concrete, asphalt, or other materials proportioned for the Project; and 6. Complete and accurate field measurements for products which must fit existing conditions. Indicate on the document submittal that the measurements represent actual dimensions obtained at the Site. C. Submit Shop Drawings that require coordination with other Shop Drawings at the same time. Shop Drawings requiring coordination with other Shop Drawings will be rejected until a complete package is submitted. 1.05 SPECIAL CERTIFICATIONS AND REPORTS A. Provide all required certifications with the Shop Drawings as specified in the individual Specification Sections: 1. Certified Test Reports (CTR): A report prepared by an approved testing agency giving results of tests performed on products to indicate their compliance with the Specifications. This report is to demonstrate that the product when installed will meet the requirements and is part of the Shop Drawing. Field tests may be performed by Shop Drawings CCIA - East GA Apron Reconstruction - E15234 013302-3 11-25-2013 the Owner to determine that in place materials or products meet the same quality as indicated in the CTR submitted as part of the Shop Drawing. 2. Certification of Local Field Service (CLS): A certified letter stating that field service is available from a factory or supplier approved service organization located within a 300 mile radius of the Site. List names, addresses, and telephone numbers of approved service organizations on or attach it to the certificate. 3. Certification of Adequacy of Design (CAD): A certified letter from the manufacturer of the equipment stating that they have designed the equipment to be structurally stable and to withstand all imposed loads without deformation, failure, or adverse effects to the performance and operational requirements of the unit. The letter shall state that mechanical and electrical equipment is adequately sized to be fully operational for the conditions specified or normally encountered by the product's intended use. 1.06 WARRANTIES AND GUARANTEES A. Provide all required warranties, guarantees, and related documents with the Shop Drawing. The effective date of warranties and guarantees will be the date of acceptance of the Work by the Owner. B. Identify all Extended Warranties, defined as any guarantee of performance for the product or system beyond the 1 year correction period described in the General Conditions. Issue the warranty certificate in the name of the Owner. Provide a Warranty Bond for Extended Warranties if required by Specification Sections. C. Provide a copy of all warranties in a separate document in accordance with SECTION 01 70 00 EXECUTION AND CLOSEOUT REQUIREMENTS. 1.07 SHOP DRAWING SUBMITTAL PROCEDURES A. Submit Shop Drawings through the Designer. Send all documents in digital format for processing. 1. Provide all information requested in the Shop Drawing submittal form. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. The Shop Drawing submittal form is to be the first document in the file submitted. 2. Submit all documents in Portable Document Format (PDF). a. Create PDF document using Bluebeam Revu software or other compatible software that will create files that can be opened and annotated using Bluebeam Revu software. b. Create PDF documents from native format files unless files are only available from scanned documents. c. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. d. Submit PDF document with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. Shop Drawings CCIA - East GA Apron Reconstruction - E15234 013302-4 11-25-2013 e. Submit color PDF documents where color is required to interpret the Shop Drawing. Submit Samples and color charts per Paragraph 1.08.A. f. Create or convert documents to allow text to be selected for comments or searched using text search features. Run scanned documents through Optical Character Recognition (OCR) software if necessary. g. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. h. Use Bluebeam Revu software to reduce file size using default settings except the option for "Drop Metadata." Uncheck the "Drop Metadata" box when reducing file size. i. Add footers to each document with the Project name. 3. Submit each specific product or class of material separately so these can be tracked and processed independently. Do not submit Shop Drawings for more than one product in the same Shop Drawing. 4. Submit items specified in different Specification Sections separately unless they are part of an integrated system. 5. Define abbreviations and symbols used in Shop Drawings. a. Use terms and symbols in Shop Drawings consistent with the Contract Drawings. b. Provide a list of abbreviations and their meaning as used in the Shop Drawings. c. Provide a legend for symbols used on Shop Drawings. 6. Mark Shop Drawings to reference: a. Related Specification Sections, b. Drawing number and detail designation, c. Product designation or name, d. Schedule references, e. System into which the product is incorporated, and f. Location where the product is incorporated into the Project. B. Use the following conventions to markup Shop Drawings for review: 1. Make comments and corrections in the color blue. Add explanatory comments to the markup. 2. Highlight items in black that are not being furnished when the Supplier's standard drawings or information sheets are provided so that only the products to be provided are in their original color. 3. Make comments in the color yellow where selections or decisions by the Designer are required, but such selections do not constitute a deviation from the Contract Documents. Add explanatory comments to the markup to indicate the action to be taken by the Designer. Shop Drawings CCIA - East GA Apron Reconstruction - E15234 013302-5 11-25-2013 4. Make comments in the color orange that are deviation requests. Include the deviation request number on the Shop Drawing that corresponds to the deviation request on the Shop Drawing Deviation Request form. Include explanatory comments in the Shop Drawing Deviation Request form. 5. Mark dimensions with the prefix FD to indicate field verified dimensions on the Shop Drawings. C. Submit a Change Proposal per SECTION 01 31 14 CHANGE MANAGEMENT to request modifications to the Contract Documents, including those for approval of "or equal" products when specifically allowed by the Contract Documents or as a substitution for specified products or procedures. D. Designate a Shop Drawing as requiring priority treatment in the comment section of the Shop Drawing submittal form to place the review of the Shop Drawing ahead of other Shop Drawings previously delivered. Shop Drawings are typically reviewed in the order received, unless Contractor requests that a different priority be assigned. Priority Shop Drawings will be reviewed before other Shop Drawings for this Project already received but not yet reviewed. Use of this priority designation for Shop Drawings may delay the review of Shop Drawings previously submitted, pushing the processing of Shop Drawings beyond the 14 day target. Contractor is responsible for delays resulting from the use of the priority designation status on Shop Drawings. E. Complete the certification required by Paragraph 1.03. 1.08 SAMPLE AND MOCKUP SUBMITTAL PROCEDURES A. Submit color charts and Samples for every product requiring color, texture, or finish selection. 1. Submit color charts and Samples only after Shop Drawings for the products have been approved. 2. Deliver all color charts and Samples at one time. 3. Provide Samples of adequate size to clearly illustrate the functional characteristics of the product, with integrally related parts and attachment devices. 4. Indicate the full range of color, texture, and patterns. 5. Deliver color charts and Samples to the field office and store for the duration of the Project 6. Notify the Designer that color charts and Samples have been delivered for approval using the Notification by Contractor form. 7. Submit color charts and Samples not less than 30 days prior to when these products are to be ordered or released for fabrication to comply with the Project schedule. 8. Remove Samples that have been rejected. Submit new Samples following the same process as for the initial Sample until Samples are approved. 9. Dispose of Samples when related Work has been completed and approved and disposal is approved by the Designer. At Owner's option, Samples will become the property of the Owner. Shop Drawings CCIA - East GA Apron Reconstruction - E15234 013302-6 11-25-2013 B. Construct mockups for comparison with the Work being performed. 1. Construct mockups from the actual products to be used in construction per detailed Specification Sections. 2. Construct mockups of the size and in the area indicated in the Contract Documents. 3. Construct mockups complete with texture and finish to represent the finished product. 4. Notify the Designer that mockups have been constructed and are ready for approval using the Notification by Contractor form. Allow 2 weeks for OPT to approve of the mockup before beginning the Work represented by the mockup. 5. Remove mockups that have been rejected. Construct new mockups following the same process as for the initial mockup until mockup is approved. 6. Protect mockups until Work has been completed and accepted by the OPT. 7. Dispose of mockups when related Work has been completed and disposal is approved by the Designer. 1.09 REQUESTS FOR DEVIATION A. Submit requests for deviation from the Contract Documents for any product that does not fully comply with the Contract Documents. B. Submit requests for deviation using the Shop Drawing Deviation Request form provided. Identify each deviation request as a separate item. Include all requested deviations that must be approved as a group together and identify them as a single item. C. Include a description of why the deviation is required and the impact on Contract Price or Contract Times. Include the amount of any cost savings to the Owner for deviations that result in a reduction in cost. D. Submit as a Change Proposal prior to submitting the Shop Drawing if the deviation will result in a change in Contract Price or Contract Times. E. A Modification must be issued by the Designer for approval of a deviation. Approval of a requested Shop Drawing deviation by the Designer on the Shop Drawings Deviation Request form indicates approval of the requested deviation only on its technical merits as generally conforming to the Contract Documents. Deviations from the Contract Documents can only be approved by a Modification. 1.10 DESIGNER RESPONSIBILITIES A. Shop Drawings will be received by the Designer. Designer will log the documents and review per this Section for general conformance with the Contract Documents. 1. Designer's review and approval will be only to determine if the products described in the Shop Drawing or Sample will, after installation or incorporation into the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. Shop Drawings CCIA - East GA Apron Reconstruction - E15234 013302-7 11-25-2013 2. Designer's review and approval will not extend to means, methods, techniques, sequences, or procedures of construction or to safety precautions or programs incident thereto. 3. Designer's review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. B. Comments will be made on items called to the attention of the Designer for review and comment. Any marks made by the Designer do not constitute a blanket review of the document submittal or relieve the Contractor from responsibility for errors or deviations from the Contract requirements. 1. Designer will respond to Contractor's markups by either making markups directly in the Shop Drawings file using the color green or by attaching a Document Review Comments form with review comments. 2. Shop Drawings that are reviewed will be returned with one or more of the following status designations: a. Approved: Shop Drawing is found to be acceptable as submitted. b. Approved as Noted: Shop Drawing is Approved so long as corrections or notations made by Designer are incorporated into the Show Drawing. c. Not Approved: Shop Drawing or products described are not acceptable. 3. Shop Drawing will also be designated for one of the following actions: a. Final distribution: Shop Drawing is acceptable without further action and has been filed as a record document. b. Shop Drawing not required: A Shop Drawing was not required by the Contract Documents. Resubmit the document per SECTION 01 33 03 RECORD DATA. c. Cancelled: This action indicates that for some reason, the Shop Drawing is to be removed from consideration and all efforts regarding the processing of that document are to cease. d. Revise and resubmit: Shop Drawing has deviations from the Contract Documents, significant errors, or is inadequate and must be revised and resubmitted for subsequent review. e. Resubmit with corrections made: Shop Drawing is "Approved as Noted," but has significant markups. Make correction and notations to provide a revised document with markup incorporated into the original document so that no markups are required. f. Returned without review due to excessive deficiencies: Document does not meet the requirement of the Specifications for presentation or content to the point where continuing to review the document would be counterproductive to the review process or clearly does not meet the requirements of the Contract Documents. Revise the Shop Drawing to comply with the requirements of this Section and resubmit. Shop Drawings CCIA - East GA Apron Reconstruction - E15234 013302-8 11-25-2013 g. Actions a through c will close out the Shop Drawing review process and no further action is required as a Shop Drawing. Actions d through f require follow up action to close out the review process. 4. Drawings with a significant or substantial number of markings by the Contractor may be marked "Approved as Noted" and "Resubmit with corrections made." These drawings are to be revised to provide a clean record of the Shop Drawing. Proceed with ordering products as the documents are revised. 5. Dimensions or other data that does not appear to conform to the Contract Documents will be marked as "At Variance With" (AVW) the Contract Documents or other information provided. The Contractor is to make revisions as appropriate to comply with the Contract Documents. C. Bring deviations to the Shop Drawings to the attention of the Designer for approval by using the Shop Drawing Deviation Request form. Use a single line for each requested deviation so the Status and Action for each deviation can be determined for that requested deviation. If approval or rejection of a requested deviation will impact other requested deviations, then all related deviations should be included in that requested deviation line so the status and action can be determined on the requested deviation as a whole. D. Requested deviations will be reviewed as possible Modification to the Contract Documents. 1. A Requested deviation will be rejected as "Not Approved" if the requested deviation is unacceptable. Contractor is to revise and resubmit the Shop Drawing with corrections for approval. 2. A Field Order will be issued by the Designer for deviations approved by the Designer if the requested deviation is acceptable and if the requested deviation will not result in a change in Contract Price or Contract Times. Requested deviations from the Contract Documents may only be approved by Field Order. 3. A requested deviation will be rejected if the requested deviation is acceptable but the requested deviation will or should result in a change in Contract Price or Contract Times. Submit any requested deviation that requires as change in Contract Price or Contract Times as a Change Proposal for approval prior to resubmitting the Shop Drawing. E. Contractor is to resubmit the Shop Drawing until it is acceptable and marked Approved or Approved as Noted and is assigned an action per Paragraph 1.10.6 that indicates that the Shop Drawing process is closed. F. Information that is submitted as a Shop Drawings that should be submitted as Record Data or other type of document, or is not required may be returned without review, or may be deleted. No further action is required and the Shop Drawing process for this document will be closed. 1.11 RESUBMISSION REQUIREMENTS A. Make all corrections or changes in the documents required by the Designer and resubmit to the Designer until approved. 1. Revise initial drawings or data and resubmit as specified for the original document. Shop Drawings CCIA - East GA Apron Reconstruction - E15234 013302-9 11-25-2013 2. Highlight or cloud in green those revisions which have been made in response to the previous reviews by the Designer. This will include changes previously highlighted or clouded in yellow to direct attention to Designer to items requiring selections or decisions by the Designer or highlighted or clouded in orange for a requested deviation from the Contract Documents. 3. Highlight and cloud new items in yellow where selections or decisions by the Designer are required, but such selections do not constitute a deviation from the Contract Documents. Add explanatory comments to the markup to indicate the action to be taken by the Designer. 4. Highlight and cloud new items in orange that are deviation requests. Include the deviation request number on the Shop Drawing that corresponds to the deviation request on the Shop Drawing Deviation Request form. Numbering for these new items is to start with the next number following the last Shop Drawing deviation requested. Include explanatory comments in the Shop Drawing Deviation Request form. B. Pay for excessive review of Shop Drawings. 1. Excessive review of Shop Drawings is defined as any review required after the original review has been made and the first resubmittal has been checked to see that corrections have been made. 2. Review of Shop Drawings or Samples will be an additional service requiring payment by the Contractor if the Contractor submits a substitution for a product for which a Shop Drawing or Sample has previously been approved, unless the need for such change is beyond the control of Contractor. 3. Cost for additional review time will be billed to the Owner by the Designer for the actual hours required for the review of Shop Drawings by Designer and in accordance with the rates listed in SECTION 00 73 00 SUPPLEMENTARY CONDITIONS. 4. A Set-off will be included in each Application for Payment to pay cost for the additional review to the Owner on a monthly basis. The Set-off will be based on invoices submitted to Owner for these services. 5. Need for more than one resubmission or any other delay of obtaining Designer's review of Shop Drawings will not entitle the Contractor to an adjustment in Contract Price or an extension of Contract Times. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Shop Drawings CCIA - East GA Apron Reconstruction - E15234 01 33 02-10 11-25-2013 0133 03 RECORD DATA 1.00 GENERAL 1.01 WORK INCLUDED A. Submit Record Data as required by the Contract Documents and as reasonably requested by the OPT. Provide Record Data for all products unless a Shop Drawing is required for the same item. B. Submit Record Data to provide documents that allow the Owner to: 1. Record the products incorporated into the Project for the Owner; 2. Review detailed information about the products regarding their fabrication, installation, commissioning, and testing; and 3. Provide replacement or repair of the products at some future date. C. Contractor's responsibility for full compliance with the Contract Documents is not relieved by the receipt or cursory review of Record Data. Contract modifications can only be approved by Change Order or Field Order. D. Provide various reports or other documents that Contract Documents required be submitted for record purposes. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, and complete documents presented in a clear, easily understood manner. Record Data not meeting these criteria will be rejected. 1.03 CONTRACTOR'S RESPONSIBILITIES A. Submit Record Data for the following items: Specification Section Record Data Description 1 As -Built Elevations 2 As -Built Drawings for Record B. Include Record Data in the Schedule of Documents required by SECTION 01 33 00 DOCUMENT MANAGEMENT to indicate the Record Data to be submitted, the dates on which documents are to be sent to the Designer for review, and proposed dates that the product will be incorporated into the Project. C. Complete the following before submitting Record Data: 1. Prepare Record Data and coordinate with Shop Drawings or Samples, other Record Data, and with the requirements of the Work and the Contract Documents; 2. Determine and verify specified performance and design criteria, installation requirements, materials, catalog numbers, and similar information; Record Data CCIA - East GA Apron Reconstruction - E15234 013303-1 11-25-2013 3. Determine and verify the suitability of materials and equipment offered with respect to the indicated application, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; and 4. Determine and verify information relative to Contractor's responsibilities for means, methods, techniques, sequences, and procedures of construction, and safety precautions and programs incident thereto. D. Determine and verify: 1. Accurate field measurements, quantities, and dimensions are shown on the Record Data; 2. Location of existing structures, utilities, and equipment related to the Record Data have been shown and conflicts between the products existing structures, utilities, and equipment have been identified; 3. Conflicts that impact the installation of the products have been brought to the attention of the OPT through the Designer; 4. Record Data are complete for their intended purpose; and 5. Conflicts between the Record Data related to the various Subcontractors and Suppliers have been resolved. E. Review Record Data prior to submitting to the Designer. Certify that all Record Data has been reviewed by the Contractor and is in strict conformance with the Contract Documents as modified by Addenda, Change Order, Field Order, or Contract Amendment when submitting Record Data. 1.04 RECORD DATA REQUIREMENTS A. Include a complete description of the material or equipment to be furnished, including: 1. Type, dimensions, size, arrangement, model number, and operational parameters of the components; 2. Weights, gauges, materials of construction, external connections, anchors, and supports required; 3. All applicable standards such as ASTM or Federal specification numbers; 4. Fabrication and installation drawings, setting diagrams, manufacturing instructions, templates, patterns, and coordination drawings; 5. Mix designs for concrete, asphalt, or other materials proportioned for the Project; and 6. Complete and accurate field measurements for products which must fit existing conditions. Indicate on the document submittal that the measurements represent actual dimensions obtained at the Site. 1.05 SPECIAL CERTIFICATIONS AND REPORTS A. Provide all required certifications with the Record Data as specified in the individual Specification Sections: Record Data CCIA - East GA Apron Reconstruction - E15234 013303-2 11-25-2013 1. Certified Test Reports (CTR): A report prepared by an approved testing agency giving results of tests performed on products to indicate their compliance with the Specifications. This report is to demonstrate that the product when installed will meet the requirements and is part of the Record Data. Field tests may be performed by the Owner to determine that in place materials or products meet the same quality as indicated in the CTR submitted as part of the Record Data. 1.06 WARRANTIES AND GUARANTEES A. Provide all required warranties, guarantees, and related documents with the Record Data. The effective date of warranties and guarantees will be the date of acceptance of the Work by the Owner. B. Identify all Extended Warranties, defined as any guarantee of performance for the product or system beyond the 1 year correction period described in the General Conditions. Issue the warranty certificate in the name of the Owner. Provide a Warranty Bond for Extended Warranties if required by Specification Sections. C. Provide a copy of all warranties in a separate document in accordance with SECTION 01 70 00 EXECUTION AND CLOSEOUT REQUIREMENTS. 1.07 RECORD DATA SUBMITTAL PROCEDURES A. Submit Record Data through the Designer. Send all documents in digital format for processing. 1. Provide all information requested in the Record Data submittal form. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. The Record Data submittal form is to be the first document in the file. 2. Submit all documents in Portable Document Format (PDF). a. Create PDF document using Bluebeam Revu software or other compatible software that will create files that can be opened and annotated using Bluebeam Revu software. b. Create PDF documents from native format files unless files are only available from scanned documents. c. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. d. Submit PDF document with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. e. Submit color PDF documents where color is required to interpret the Record Data. f. Create or convert documents to allow text to be selected for comments or searched using text search features. Run scanned documents through Optical Character Recognition (OCR) software if necessary. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. g. Record Data CCIA - East GA Apron Reconstruction - E15234 013303-3 11-25-2013 h. Use Bluebeam Revu software to reduce file size using default settings except the option for "Drop Metadata." Uncheck the "Drop Metadata" box when reducing file size. i. Add footers to each document with the Project name. 3. Submit each specific product, class of material, or product separately so these can be tracked and processed independently. Do not submit Record Data for more than one system in the same Record Data. 4. Submit items specified in different Specification Sections separately unless they are part of an integrated system. 5. Define abbreviations and symbols used in Record Data. a. Use terms and symbols in Record Data consistent with the Contract Drawings. b. Provide a list of abbreviations and their meaning as used in the Record Data. c. Provide a legend for symbols used on Record Data. 6. Mark Record Data to reference: a. Related Specification Sections, b. Drawing number and detail designation, c. Product designation or name, d. Schedule references, e. System into which the product is incorporated, and f. Location where the product is incorporated into the Project. B. Submit a Change Proposal per SECTION 01 31 14 CHANGE MANAGEMENT to request modifications to the Contract Documents, including those for approval of "or equal" products when specifically allowed by the Contract Documents or as a substitution for specified products or procedures. Deviations from the Contract Documents can only be approved by a Modification. C. Complete the certification required by Paragraph 1.03. 1.08 DESIGNER'S RESPONSIBILITIES A. Record Data will be received by the Designer, logged, and provided to Owner as the Project record. 1. Record Data may be reviewed to see that the information provided is adequate for the purpose intended. Record Data not meeting the requirements of Paragraph 1.02 may be rejected as unacceptable. 2. Record Data is not reviewed for compliance with the Contract Documents. Comments may be returned if deviations from the Contract Documents are noted during the cursory review performed to see that the information is adequate. 3. Contractor's responsibility for full compliance with the Contract Documents is not relieved by the review of Record Data. Contract modifications can only be approved by a Modification. Record Data CCIA - East GA Apron Reconstruction - E15234 013303-4 11-25-2013 B. Designer may take the following action in processing Record Data: 1. File Record Data as received if the cursory review indicates that the document meets the requirements of Paragraph 1.02. Document will be given the status of "Filed as Received" and not further action is required on that Record Data. 2. Reject the Record Data for one of the following reasons: a. The document submittal requirements of the Contract Documents indicate that the document submitted as Record Data should have been submitted as a Shop Drawing. The Record Data will be marked "Rejected" and "Submit Shop Drawing." No further action is required on this document as Record Data and the Record Data process will be closed. Resubmit the document as a Shop Drawing per SECTION 01 33 02 SHOP DRAWINGS. b. The cursory review indicates that the document does not meet the requirements of Paragraph 1.02. The Record Data will be marked "Rejected" and "Revise and Resubmit." Contractor is to resubmit the Record Data until it is acceptable and marked "Filed as Received." When Record Data is filed, no further action is required and the Record Data process will be closed. c. The Record Data is not required by the Contract Documents nor is applicable to the Project. The Record Data will be marked "Rejected" and "Cancel - Not Required." No further action is required and the Record Data process will be closed. C. Contractor is to resubmit the Record Data until it is acceptable and marked "Filed as Received." 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Record Data CCIA - East GA Apron Reconstruction - E15234 013303-5 11-25-2013 0133 04 CONSTRUCTION PROGRESS SCHEDULE 1.00 GENERAL 1.01 REQUIREMENTS A. Prepare and submit a Progress Schedule for the Work and update the schedule on a monthly basis for the duration of the Project. B. Provide schedule in adequate detail to allow Owner to monitor progress and to relate document processing to sequential activities of the Work. C. Incorporate and specifically designate the dates of anticipated submission of documents and the dates when documents must be returned to the Contractor into the schedule. D. Assume complete responsibility for maintaining the progress of the Work per the schedule submitted. E. Take the requirements of SECTION 01 35 00 SPECIAL PROCEDURES into consideration when preparing schedule. 1.02 DOCUMENT SUBMITTAL A. Submit Progress Schedules in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. B. Submit a preliminary schedule within 10 days after the Notice of Award. The schedule is to be available at the pre -construction conference. C. Submit a detailed schedule at least 10 days prior to the first payment request. D. Submit Progress Schedules updates monthly with Applications for Payment to indicate the progress made on the Project to that date. Failure to submit the schedule may cause delay in the review and approval of Applications for Payment. 1.03 SCHEDULE REQUIREMENTS A. Schedule is to be in adequate detail to: 1. Assure adequate planning, scheduling, and reporting during the execution of the Work; 2. Assure the coordination of the Work of the Contractor and the various Subcontractors and Suppliers; 3. Assist in monitoring the progress of the Work; and 4. Assist in evaluating proposed changes to the Contract Times and Project schedule. B. Provide personnel with 5 years' minimum experience in scheduling construction work comparable to this Project. Prepare the schedule using acceptable scheduling software. C. Provide the schedule in the form of a computer generated critical path schedule which includes Work to be performed on the Project. It is intended that the schedule accomplish the following: 1. Give early warning of delays in time for correction. Construction Progress Schedule CCIA - East GA Apron Reconstruction - E15234 013304-1 11-25-2013 2. Provide detailed plans for the execution of the Work in the form of future activities and events in sequential relationships. 3. Establish relationships of significant planned Work activities and provide a logical sequence for planned Work activities. 4. Provide continuous current status information. 5. Allow analysis of the Contractor's program for the completion of the Project. 6. Permit schedules to be revise when the existing schedule is not achievable. 7. Log the progress of the Work as it actually occurs. D. Prepare a time scaled CPM arrow or precedence diagram to indicate each activity and its start and stop dates. 1. Develop Milestone dates and Project completion dates to conform to time constraints, sequencing requirements and Contract completion date. 2. Use calendar day durations while accounting for holidays and weather conditions in the projection of the duration of each activity. 3. Clearly indicate the critical path for Work to complete the Project. E. Provide a time scaled horizontal bar chart which indicates graphically the Work scheduled at any time during the Project. The chart is to indicate: 1. Complete sequence of construction by activity; 2. Identification of the activity by structure, location, and type of Work; 3. Chronological order of the start of each item of Work; 4. The activity start and stop dates; 5. The activity duration; 6. Successor and predecessor relationships for each activity; 7. A clearly indicated single critical path; and 8. Projected percentage of completion, based on dollar value of the Work included in each activity as of the first day of each month. F. Provide a schedule incorporating the Schedule of Documents provided in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT indicating: 1. Specific dates each document is to be delivered to the Designer. 2. Specific dates each document must be received in order to meet the proposed schedule. 3. Allow a reasonable time to review documents, taking into consideration the size and complexity of the document, other documents being processed, and other factors that may affect review time. 4. Allow time for re -submission of the each document. Contractor is responsible for delays associated with additional time required to review incomplete or erroneous Construction Progress Schedule CCIA - East GA Apron Reconstruction - E15234 013304-2 11-25-2013 documents and for time lost when documents are submitted for products that do not meet Specification requirements. 1.04 SCHEDULE REVISIONS A. Revise the schedule if it appears that the schedule no longer represents the actual progress of the Work. 1. Submit a written report if the schedule indicates that the Project is more than 30 days behind schedule. The report is to include: a. Number of days behind schedule; b. Narrative description of the steps to be taken to bring the Project back on schedule; and c. Anticipated time required to bring the Project back on schedule. 2. Submit a revised schedule indicating the action that the Contractor proposes to take to bring the Project back on schedule. B. Revise the schedule to indicate any adjustments in Contract Times approved by Modification. 1. Include a revised schedule with Change Proposals if a change in Contract Times is requested. 2. OPT will deem any Change Proposal that does not have a revised schedule and request for a change in Contract Times as having no impact on the ability of the Contractor to complete the Project within the Contract Times. C. Updating the Project schedule to reflect actual progress is not considered a revision to the Project schedule. D. Applications for Payment may not be recommended for payment without a revised schedule and if required, the report indicating the Contractor's plan for bringing the Project back on schedule. 1.05 FLOAT TIME A. Define float time as the amount of time between the earliest start date and the latest start date of a chain of activities on the construction schedule. B. Float time is not for the exclusive use or benefit of either the Contractor or Owner. C. Where several subsystems each have a critical path, the subsystem with the longest time of completion is the critical path and float time is to be assigned to other subsystems. D. Contract Times cannot be changed by the submission of a schedule. Contract Times can only be modified by a Change Order or Contract Amendment. E. Schedule completion date must be the same as the Contract completion date. Time between the end of construction and the Contract completion date is float time. Construction Progress Schedule CCIA - East GA Apron Reconstruction - E15234 013304-3 11-25-2013 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Construction Progress Schedule CCIA - East GA Apron Reconstruction - E15234 013304-4 11-25-2013 0133 05 VIDEO AND PHOTOGRAPHIC DOCUMENTATION 1.00 GENERAL 1.01 WORK INCLUDED A. Provide a video recording of the Site prior to the beginning of construction. 1. Record the condition of all existing facilities in or abutting the construction area (right- of-way) including but not limited to streets, curb and gutter, utilities, driveways, fencing, landscaping, etc. 2. Record after construction staking is complete but prior to any clearing. 3. Provide one copy of the recording, dated and labeled to the OAR before the start of construction. Provide additional recording as directed by the OAR if the recording provided is not considered suitable for the purpose of recording pre-existing conditions. B. Furnish an adequate number of photographs of the Site to clearly depict the completed Project. 1. Provide a minimum of ten different views. 2. Photograph a panoramic view of the entire Site. 3. Photograph all significant areas of completed construction. 4. Completion photographs are not to be taken until all construction trailers, excess materials, trash, and debris have been removed. 5. Employ a professional photographer approved by the OAR to photograph the Project. 6. Provide one aerial photograph of the Site from an angle and height to include the entire Site while providing adequate detail. C. All photographs, video recordings, and a digital copy of this media are to become the property of the Owner. Photographs or recordings may not be used for publication, or public or private display without the written consent of the Owner. 1.02 QUALITY ASSURANCE A. Provide clear photographs and recordings taken with proper exposure. View photographs and recordings in the field and take new photographs or recordings immediately if photos of an adequate print quality cannot be produced or video quality is not adequate. Provide photographs with adequate quality and resolution to permit enlargements. 1.03 DOCUMENT SUBMITTAL A. Submit photographic documentation as Record Data in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. B. Submit two DVDs of the video recording as Record Data in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. Video and Photographic Documentation CCIA - East GA Apron Reconstruction - E15234 013305-1 11-25-2013 2.00 PRODUCTS 2.01 PHOTOGRAPHS A. Provide photographs in digital format with a minimum resolution of 1280 x 960, accomplished without a digital zoom. B. Take photographs at locations acceptable to the OAR. C. Provide two color prints of each photograph and a digital copy on a DVD of each photograph taken. D. Identify each print on back with: 1. Project name. 2. Date, time, location, and orientation of the exposure. 3. Description of the subject of photograph. E. Submit photograph in clear plastic sheets designed for photographs. Place only one photograph in each sheet to allow the description on the back to be read without removing the photograph. F. Final photographs are to include two 8 -by -10 -inch glossy color prints for each of ten photographs selected by the OAR. These photographs are in addition to normal prints. 2.02 VIDEO RECORDING A. Provide digital format on DVD that can be played with Windows Media Player in common format in full screen mode. B. Identify Project on video by audio or visual means. C. Video file size should not exceed 400 MB. D. Video resolution shall be 1080p. E. The quality of the video must be sufficient to determine the existing conditions of the construction area. Camera panning must be performed while at rest, do not pan the camera while walking or driving. Camera pans should be performed at intervals sufficient to clearly view the entire construction area. F. DVD shall be labeled with construction stationing and stationing should be called out, voice recorded, in the video. G. The entire construction area recording shall be submitted at once. Sections submitted separately will not be accepted. 3.00 EXECUTION (NOT USED) END OF SECTION Video and Photographic Documentation CCIA - East GA Apron Reconstruction - E15234 013305-2 11-25-2013 0135 00 SPECIAL PROCEDURES 1.00 GENERAL 1.01 CONSTRUCTION SEQUENCE A. Perform the Work as required to complete the entire Project within the Contract Times and in the sequence stipulated below: 1. Phase 1: Mobilization 2. Phase 2 — 7: Reconstruction of East GA Apron and Taxiway "N" B. Work shall be completed within the specified time for these items (NOT APPLICABLE): Description Time C. Consider the sequences, duration limitations, and governing factors outlined in this Section to prepare the schedule for the Work. D. Perform the Work not specifically described in this Section as required to complete the entire Project within the Contract Times. 1.02 PLAN OF ACTION A. Submit a written plan of action for approval for shutting down essential services. These include: 1. Electrical power, 2. Control power, 3. Pipelines or wastewater systems, 4. Communications equipment, and 5. Other designated functions. B. Describe the following in the plan of action: 1. Scheduled dates for construction; 2. Work to be performed; 3. Utilities, piping, or services affected; 4. Length of time the service or utility will be disturbed; 5. Procedures to be used to carry out the Work; 6. Plan of Action to handle emergencies; 7. List of manpower, equipment, and ancillary supplies; Special Procedures CCIA - East GA Apron Reconstruction - E15234 013500-1 11-25-2013 8. Backups for key pieces of equipment and key personnel; 9. Contingency plan that will be used if the original schedule cannot be met; and C. Submit plan 2 weeks 1 month prior to beginning the Work. 1.03 CRITICAL OPERATIONS A. The Owner has identified critical operations that must not be out of service longer than the designated maximum time out of service and/or must be performed only during the designated times. These have been identified in the table below: Critical Operation Max. Time Out of Operation Hours Operation can be Shut Down Liquidated Damages ($ per hour) Taxiway Operation 24 hrs (with approval of and 96 hrs advance notification to Airport Operation Manager) 1,000 Use of Hangars by FBO 4 hrs (with approval of and 96 hrs advance notification to Airport Operation Manager) 1,000 B. Submit a written plan of action per Paragraph 1.02 for approval for critical operations. C. Work affecting critical operations is to be performed on a 24-hour a day basis until Owner's normal operations have been restored. D. Provide additional manpower and equipment as required to complete the Work affecting critical operations within the allotted time. E. Liquidated damages will be assessed if Work on critical operations is not completed within the time indicated. 1. These items are critical to the safe aircraft operations of adjoining apron, taxiways, and Runway 18-36. 2. Loss of the ability to use taxiway, apron and Runway 18-36 due to actions of the contractor can subject the Owner to loss of revenue, additional operations cost, and fines from regulatory agencies. 3. Liquidated damages have been established for each critical operation. 1.04 OWNER ASSISTANCE A. The Owner will assist the Contractor in draining the existing pipelines as much as possible through existing blow -off valves. The Contractor will be responsible for providing Special Procedures CCIA - East GA Apron Reconstruction - E15234 013500-2 11-25-2013 dewatering pumps, etc. required to completely dewater the facilities and handle any leakage past closed valves, gates or adjacent structures. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Special Procedures CCIA - East GA Apron Reconstruction - E15234 013500-3 11-25-2013 0140 00 QUALITY MANAGEMENT 1.00 GENERAL 1.01 CONTRACTOR'S RESPONSIBILITIES A. Review the OPT's Quality Management Program and prepare and submit the Contractor's Quality Control Plan. B. Implement the Contractor's Quality Control Plan to control the quality of the Work and verify that the Work meets the standards of quality established in the Contract Documents. 1. Inspect products to be incorporated into the Project. Ensure that Suppliers have adequate quality control systems to ensure that products that comply with the Contract Documents are provided. 2. Integrate quality control measures into construction activities to produce Work which meets quality expectations of the Contract Documents. Inspect the Work of the Contractor, Subcontractors, and Suppliers. Correct Defective Work. 3. Provide and pay for the services of an approved professional materials testing laboratory acceptable to the OPT to provide testing that demonstrates that products proposed in Shop Drawings and Record Data for the Project fully comply with the Contract Documents. 4. Provide facilities, equipment, and Samples required for quality control inspections and tests: a. Give the OAR adequate notice before proceeding with Work that would interfere with inspections or testing; b. Notify the OAR and testing laboratories prior to the time that testing is required, providing adequate lead time to allow arrangements for inspections or testing to be made; c. Do not proceed with any Work that would impact the ability to correct defects or Work that would require subsequent removal to correct defects until testing services have been performed and results of tests indicate that the Work is acceptable; d. Cooperate fully with the performance of sampling, inspection, and testing; e. Provide personnel to assist with sampling or to assist in making inspections and field tests; f. Obtain and handle Samples for testing at the Site or at the production source of the product to be tested; g. Provide adequate quantities of representative products to be tested to the laboratory at the designated locations; h. Provide facilities required to store and cure test Samples; i. Provide calibrated scales and measuring devices for the OPT's use in performing inspections and testing; Quality Management CCIA - East GA Apron Reconstruction - E15234 014000-1 11-25-2013 j. Provide adequate lighting to allow OPT observations; and k. Make Contract Documents available to testing agencies when requested. 5. Provide safe access for all inspection and testing activities, including those to be conducted as part of the OPT's Quality Management Program. 6. Document Defective Work though Certified Test Reports and Defective Work Notices. Document that corrective actions have been taken to correct any defects and that corrected Work is in compliance with the Contract Documents. 7. Apply quality control measures to documentation provided for the Project. 8. Implement countermeasures to prevent future Defective Work. C. Perform tests as indicated in this and other Sections of the Specifications. Technical Specifications govern if any testing and inspection requirements of this Section conflict with the testing and inspection requirements of the technical Specifications. D. All verification testing is to be observed by the OAR or designated representative. E. Send test reports to the Designer. F. Provide an update on quality control activities at monthly progress meetings required by SECTION 01 31 13 PROJECT COORDINATION. G. Owner will withhold payment for Defective Work, or Work that has not been tested or inspected in accordance with the Contractor's Quality Control Plan, the OPT's Quality Control Program, or the Contract Documents. H. Work performed that is connected or adjacent to Defective Work or Work that would have to be removed to correct Defective Work is also considered to be Defective. Contractor is responsible for all cost with replacing any acceptable Work that must be removed, or might be damaged by corrective actions. 1.02 QUALITY MANAGEMENT ACTIVITIES BY THE OPT A. OPT will perform its own quality assurance tests independent of the Contractor's Quality Control Program. Assist the OPT and testing organizations in performing quality assurance activities per Paragraph 1.01. B. Quality assurance testing performed by the OPT will be paid for by the Owner, except for verification testing required per Paragraph 1.07. C. Quality assurance activities of the OPT, through their own forces or through contracts with consultants and materials testing laboratories are for the purpose of monitoring the results of the Contractor's Work to see that it is in compliance with the requirements of the Contract Documents. Quality assurance activities or non-performance of quality assurance activities by the OPT do not: 1. Relieve the Contractor of its responsibility to provide Work or furnish products that conform with the requirements of the Contract Documents; 2. Relieve the Contractor of its responsibility for providing adequate quality control measures; Quality Management CCIA - East GA Apron Reconstruction - E15234 014000-2 11-25-2013 3. Relieve the Contractor of its responsibility for damage to or loss of Work or products before OPT's acceptance; 4. Constitute or imply OPT's acceptance; and 5. Affect the continuing rights of the Owner after OPT's acceptance of the completed Work. D. Work is subject to OPT's quality assurance observations or testing at any time. Products which have been tested or inspected and approved by OPT at a supply source or staging area may be inspected or tested again by the OPT before, during or after incorporation into the Work and rejected if products do not comply with the Contract Documents. 1.03 CONTRACTOR'S USE OF OPT'S TEST REPORTS A. OPT has prepared a Quality Management Plan that describes, in general, the OPT's anticipated quality assurance testing program for this Project. This testing program will be made available to Bidders during the bidding phase. This plan outlines only the testing in general terms and may not reflect actual testing. Actual testing will depend on the Contractors means, methods and procedures of construction which will not be known until the Contractor begins Work and submits their own Quality Control Plan for review. There is no guarantee that all testing will be performed. B. Contractor will receive copies of all test reports documenting OPT's quality assurance activities. Contractor is entitled to rely on the accuracy of these tests results and use these as part of their quality control efforts. C. Contractor is to determine additional testing or inspections that may be required to implement the Contractor's Quality Control Plan. Include cost for additional testing and inspections required to meet Contractors quality control obligations, including the cost for correcting Defective Work in the Contract Price. D. Contractor may submit a Change Proposal if OPT's quality assurance testing program deviates significantly from the OPT's Quality Management Plan, and Contractor can demonstrate that additional cost was incurred to implementing the Contractor's Quality Control Plan resulting from these deviations. 1.04 DOCUMENTATION A. Provide documentation which includes: 1. Contractor's Quality Management Plan that establishes the methods of assuring compliance with the Contract Documents. Submit this plan as a Shop Drawings per SECTION 01 33 02 SHOP DRAWINGS. 2. A Statement of Qualification for any proposed testing laboratories that includes a list of the engineers and technical staff that will provide testing services on the Project, descriptions of the qualifications of these individuals, list of tests that can be performed, equipment used with date of last certification, and a list of recent projects for which testing has been performed with references for those projects. 3. Provide Certified Test Reports for products to be incorporated into the Project. Provide reports to indicate that proposed products comply with the Contract Documents or indicate that proposed products do not comply with the Contract Quality Management CCIA - East GA Apron Reconstruction - E15234 014000-3 11-25-2013 Documents and why it does not comply. Submit these test reports as part of a Shop Drawings submitted per SECTION 01 33 02 SHOP DRAWINGS. 4. Provide Certified Test Reports for inspection and testing required in this Section and in other Specification Sections. Provide reports to indicate that Work complies with the Contract Documents or indicate that Work does not comply with the Contract Documents they are not in compliance and why it does not comply. Submit these test reports on forms provided per SECTION 01 33 00 DOCUMENT MANAGEMENT. 1.05 STANDARDS A. Provide testing laboratories that comply with the American Council of Independent Laboratories (ACIL) "Recommended Requirements for Independent Laboratory Qualifications." B. Perform testing per recognized test procedures as listed in the various Sections of the Specifications, standards of the State Department of Highways and Public Transportation, American Society of Testing Materials (ASTM), or other testing associations. Perform tests in accordance with published procedures for testing issued by these organizations. 1.06 DELIVERY AND STORAGE A. Handle and protect test specimens of products and construction materials at the Site in accordance with recognized test procedures. Provide facilities for storing, curing, processing test specimens as required by test standard to maintain the integrity of Samples. 1.07 VERIFICATION TESTING FOR CORRECTED DEFECTS A. Provide verification testing on Work performed to correct Defective Work to demonstrate that the Work is now in compliance with the Contract Documents. Document that Defective Work has been corrected and verify that the OAR closes the item in the Defective Work Register. B. Pay for verification testing. OPT may perform verification testing as part of their Quality Management Program and impose a Set-off to recover the cost for this testing. C. Conduct the same tests or inspections used to determine that the original Work was Defective. Different tests or methods may be used if approved by the OPT. 1.08 TEST REPORTS A. Certified Test Reports are to be prepared for all tests. 1. Tests performed by testing laboratories may be submitted on their standard test report forms if acceptable to the OPT. These reports must include the following: a. Name of the Owner, Project title and number and Contractor; b. Name of the laboratory, address, and telephone number; c. Name and signature of the laboratory personnel performing the test; d. Description of the product being sampled or tested; Quality Management CCIA - East GA Apron Reconstruction - E15234 014000-4 11-25-2013 e. Date and time of sampling, inspection, and testing; f. Date the report was issued; g. Description of the test performed; h. Weather conditions and temperature at time of test or sampling; i. Location at the Site or structure where the test was taken; j. Standard or test procedure used in making the test; k. A description of the results of the test; I. Statement of compliance or non-compliance with the Contract Documents; and m. Interpretations of test results, if appropriate. 2. Submit reports on tests performed by Contractor, Subcontractors or Suppliers on the forms provided by the OAR. 3. OPT will prepare test reports on test performed by the OPT. B. Send test report to Designer within 24 hours of completing the test. Flag tests reports with results that do not comply with Contract Documents for immediate attention. C. Payment for Work may be withheld until test reports indicate that the Work is not Defective. 1.09 DEFECTIVE WORK A. Immediately correct any Defective Work or notify the OAR why the Work is not to be corrected immediately and when corrective action will be completed. B. No payment will be made for Defective Work. Remove Work from the Application for Payment if Work paid for on a previous Application for Payment is found to be Defective. 1.10 LIMITATION OF AUTHORITY OF THE TESTING LABORATORY A. The testing laboratory representatives are limited to providing testing services and interpreting the results of the test performed. B. The testing laboratory is not authorized to: 1. Alter the requirements of the Contract Documents; 2. Accept or reject any portion of the Work; 3. Perform any of the duties of the Contractor; or 4. Direct or stop the Work. 1.11 QUALITY CONTROL PLAN A. Submit the Contractor's Quality Control Plan for approval as a Shop Drawing per SECTION 01 33 02 SHOP DRAWINGS. Use Contractor's Quality Control Plan Checklist provided to review the document before submitting and include a copy of the completed checklist with the Contractor's Quality Control Plan. Do not begin Work until the Contractor's Quality Control Plan is approved. Submit an interim plan covering only the portion of Work to be Quality Management CCIA - East GA Apron Reconstruction - E15234 014000-5 11-25-2013 performed if the Contractor plans to begin Work prior to submitting the Contractor's Quality Control Plan for the Project. Do not begin Work on other parts of the Project until the Contractor's Quality Control Plan is approved or another interim plan covering the additional Work to be started is approved. B. Provide a Contractor's Quality Control Plan that incorporates construction operations at both the Site and production Work at remote locations and includes Work by Subcontractors and Suppliers. The Contractor's Quality Control Plan is to include: 1. A description of the quality control organization, including an organization chart showing lines of authority to control the quality of Work; 2. Documentation describing name, qualifications (in resume format), duties, responsibilities, and level of authority of the Quality Control Manager; 3. The name, qualifications (in resume format), duties, responsibilities, and authorities of other persons assigned a quality control function; 4. Procedures for scheduling, reviewing, certifying, and managing documentation, including documentation provided by Subcontractors and Suppliers; 5. Control, verification, and acceptance testing procedures for each specific test. Include: a. Name of tests to be performed, b. Specification paragraph requiring test, c. Parameters of Work to be tested, d. Test frequency, e. Persons responsible for each test, and f. Applicable industry testing standards and laboratory facilities to be used for the test; 6. Integrate the OPT quality assurance testing into the Contractor's Quality Control Plan, specifically identifying the tests or inspections in Paragraph 1.11.B.5 that will be provided by the OPT as part of their Quality Management Program; 7. Procedures for tracking and documenting quality management efforts. 8. Procedures for tracking Defective Work from initial identification through acceptable corrective action. Indicate how documentation of the verification process for deficiencies will be made. 9. Reporting procedures which incorporate the use of forms provided by the OAR. 10. The name of the proposed testing laboratories along with documentation of qualifications per Paragraph 1.04. C. The Quality Control Manager must have authority to reject Defective Work and redirect the efforts of the Contractor's Team to prevent or correct Defective Work. D. Notify the Designer of any changes to the Contractor's Quality Control Plan or quality control personnel. Quality Management CCIA - East GA Apron Reconstruction - E15234 014000-6 11-25-2013 E. Meet with the OPT 7 days after Contractor's Quality Control Plan is submitted and before start of construction to discuss the Contractor's Quality Control Plan and expedite its approval. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION 3.01 IMPLEMENT CONTRACTOR'S QUALITY CONTROL PLAN A. Perform quality control observations and testing as required in each Section of the Specifications and where indicated on the Drawings. B. Includes the following phases for each definable Work task. A definable Work task is one which is separate and distinct from other tasks, has separate control requirements, may be provided by different trades or disciplines, or may be Work by the same trade in a different environment. 1. Planning Phase: Perform the following before beginning each definable Work task: a. Review the Contract Drawings. b. Review documents and determine that they are complete in accordance with the Contract Documents. c. Check to assure that all materials and/or equipment have been tested, submitted, and approved. d. Examine the work area to assure that all required preliminary Work has been completed and complies with the Contract Documents. e. Examine required materials, equipment, and Sample Work to assure that they are on hand, conform to Shop Drawings and Record Data, and are properly stored. f. Review requirements for quality control inspection and testing. g. Discuss procedures for controlling quality of the Work. Document construction tolerances and workmanship standards for the Work task. h. Check that the portion of the plan for the Work to be performed incorporates document review comments. i. Discuss results of planning phase with the OAR. Conduct a meeting attended by the Quality Control Manager, the OAR, superintendent, other quality control personnel as applicable, and the foreman responsible for the Work task. Instruct applicable workers as to the acceptable level of workmanship required in order to meet the requirements of the Contract Documents. Document the results of the preparatory phase actions by separate meeting minutes prepared by the Quality Control Manager and attached to the quality control report. Do not move to the next phase unless results of investigations required for the planning phase indicate that requirements have been met. Quality Management CCIA - East GA Apron Reconstruction - E15234 014000-7 11-25-2013 2. Work Phase: Complete this phase after the Planning Phase: a. Notify the OAR at least 24 hours in advance of beginning the Work and discuss the review of the planning effort to indicate that requirements have been met. b. Check the Work to ensure that it is in full compliance with the Contract Documents. c. Verify adequacy of controls to ensure full compliance with Contract Documents. Verify required control inspection and testing is performed. d. Verify that established levels of workmanship meet acceptable workmanship standards. Compare with required Sample panels as appropriate. e. Repeat the Work phase for each new crew to work on-site, or any time acceptable specified quality standards are not being met. 3. Follow-up Phase: Perform daily checks to assure control activities, including control testing, are providing continued compliance with contract requirements: a. Make checks daily and record observations in the quality control documentation. b. Conduct follow-up checks and correct all deficiencies prior to the start of additional Work tasks that may be affected by the Defective Work. Do not build upon nor conceal Defective Work. c. Conduct a review of the Work one month prior to the expiration of the correction period prescribed in the General Conditions with the OPT. Correct defects as noted during the review. C. Conduct additional planning and Work phases if: 1. The quality of on-going Work is unacceptable; 2. Changes are made in applicable quality control staff, on-site production supervision or crews; 3. Work on a task is resumed after a substantial period of inactivity; or 4. Other quality problems develop. END OF SECTION Quality Management CCIA - East GA Apron Reconstruction - E15234 014000-8 11-25-2013 01 50 00 TEMPORARY FACILITIES AND CONTROLS 1.00 GENERAL 1.01 WORK INCLUDED A. Provide temporary facilities, including OPT's field office and the Contractor's field offices, storage sheds, and temporary utilities needed to complete the Work. B. Install and maintain temporary Project identification signs. Provide temporary on-site informational signs to identify key elements of the construction facilities. Do not allow other signs to be displayed. 1.02 QUALITY ASSURANCE A. Provide a total electrical heating and cooling system for the OPT's field office capable of maintaining the following conditions: 1. Heating: Minimum 75 degrees ID temp at 10 degrees ambient. 2. Cooling: Minimum 75 degrees ID temp at 105 degrees ambient. 3. Relative humidity: 48 to 54 percent. B. Inspect and test each service before placing temporary utilities in use. Arrange for all required inspections and tests by regulatory agencies, and obtain required certifications and permits for use. 1.03 DELIVERY AND STORAGE A. Arrange transportation, loading, and handling of temporary buildings and sheds. 1.04 JOB CONDITIONS A. Locate buildings and sheds at the Site as indicated or as approved by the OPT. B. Prepare the Site by removing trees, brush, or debris and performing demolition or grubbing needed to clear a space adequate for the structures. C. Pay for the utilities used by temporary facilities during construction. D. Provide each temporary service and facility ready for use at each location when the service or facility is first needed to avoid delay in the performance of the Work. Provide OPT's field office complete and ready for occupancy and use within 7 days of the Notice to Proceed. E. Maintain, expand as required, and modify temporary services and facilities as needed throughout the progress of the Work. F. Remove services and facilities when approved by the OAR. G. Operate temporary facilities in a safe and efficient manner. 1. Restrict loads on temporary services or facilities to within their designed or designated capacities. 2. Provide sanitary conditions. Prevent public nuisance or hazardous conditions from developing or existing at the Site. Temporary Facilities and Controls CCIA - East GA Apron Reconstruction - E15234 015000-1 11-25-2013 3. Prevent freezing of pipes, flooding, or the contamination of water. 4. Maintain Site security and protection of the facilities. 1.05 OPTIONS A. Construction offices may be prefabricated buildings on skids or mobile trailers. B. Storage sheds may be prefabricated buildings on skids or truck trailers. 2.00 PRODUCTS 2.01 TEMPORARY FIELD OFFICES A. The Contractor must furnish the OPT with a field office at the Site. The field office must contain at least 120 square feet of useable space. The field office must be air-conditioned and heated and must be furnished with an inclined table that measures at least 30 inches by 60 inches and two chairs. The Contractor shall move the field office on the Site as required by the OAR. The field office must be furnished with a telephone (with 24-hour per day answering service) and fax machine paid for by the Contractor. There is no separate pay item for the field office. B. Furnish a field office of adequate size for Contractor's use. Provide conference room space for a minimum of 15 people. C. Other trades may provide their own offices only when space is available at the Site, and the OPT agrees to its size, condition, and location. D. No monthly partial payments will be processed until OPT's field office facilities are completed and approved. 2.02 TEMPORARY STORAGE BUILDINGS A. Furnish storage buildings of adequate size to store any materials or equipment delivered to the Site that might be affected by weather. 2.03 TEMPORARY SANITARY FACILITIES A. Provide sanitary facilities at the Site from the commencement of the Project until Project conclusion. Maintain these facilities in a clean and sanitary condition at all times, and comply with the requirements of the local health authority. On large sites, provide portable toilets at such locations that no point in the Site shall be more than 600 feet from a toilet. B. Use these sanitary facilities. Do not use restrooms within existing or Owner -occupied buildings. 2.04 TEMPORARY HEAT A. Provide heating devices needed to protect buildings during construction. Provide fuel needed to operate the heating devices and attend the heating devices at all times they are in operation, including overnight operations. Temporary Facilities and Controls CCIA - East GA Apron Reconstruction - E15234 015000-2 11-25-2013 2.05 TEMPORARY UTILITIES A. Provide the temporary utilities for administration, construction, testing, disinfection, and start-up of the Work, including electrical power, water, and telephone. Pay all costs associated with furnishing temporary utilities. 1. Provide a source of temporary electrical power of adequate size for construction procedures. a. Use existing power systems where spare capacity is available. Provide temporary power connections that do not adversely affect the existing power supply. Submit connections to the OAR for approval prior to installation. b. Provide electrical pole and service connections that comply with Laws and Regulations and the requirements of the power company. 2. Provide telephone service to the Site and install telephones inside the Contractor's and the OPT's field office. 2.06 WATER FOR CONSTRUCTION A. Provide temporary water. Potable water may be purchased from the Owner by obtaining a water meter from the Owner and transporting water from a water hydrant. Non -potable water may be used for hydraulic testing of non -potable basins or pipelines. Include the cost of water in the Contract Price. B. Contractor must comply with the City of Corpus Christi's Water Conservation and Drought Contingency Plan as amended (the "Plan"). This includes implementing water conservation measures established for changing conditions. The City Engineer will provide a copy of the Plan to Contractor at the pre -construction meeting. The Contractor will keep a copy of the Plan on the Site throughout construction. 3.00 EXECUTION 3.01 LOCATION OF TEMPORARY FACILITIES A. Locate temporary facilities in areas approved by the OAR. Construct and install signs at locations approved by the OAR. Install informational signs so they are clearly visible. 3.02 PROJECT IDENTIFICATION AND SIGNS A. The Owner will furnish two Project signs to be installed by the Contractor. The signs must be installed before construction begins and will be maintained throughout the Project period by the Contractor. The locations of the signs will be determined in the field by the OAR. 3.03 TEMPORARY LIGHTING A. Provide temporary lighting inside buildings once buildings are weatherproof. B. Provide lighting that is adequate to perform Work within any space. Temporary lights may be removed once the permanent lighting is in service. Temporary Facilities and Controls CCIA - East GA Apron Reconstruction - E15234 015000-3 11-25-2013 C. Provide portable flood lights at any time that Work will be performed outside the structure at night. Provide adequate lighting at any location Work is being performed. 3.04 DRINKING WATER A. Provide all field offices with potable water. Provide a dispenser and cooling apparatus if bottled drinking water is provided. B. Pay for water services and maintain daily. 3.05 CONSTRUCTION FENCE A. Install and maintain a construction fence around the Site and off-site storage yards. Fence must be a minimum 6 feet high chain link construction unless shown otherwise. Provide gates with padlocks. 3.06 REMOVAL OF TEMPORARY FACILITIES A. Remove temporary buildings, sheds, and utilities at the conclusion of the Project and restore the Site to original condition or finished in accordance with the Drawings. B. Remove informational signs upon completion of construction. C. Remove Project identification signs, framing, supports, and foundations upon completion of the Project. 3.07 MAINTENANCE AND JANITORIAL SERVICE A. Provide janitorial service (sweeping/mopping) for the OPT's field office on a weekly basis or as requested. Empty trash receptacles daily or as needed. B. Maintain signs and supports in a neat, clean condition. Repair damage to structures, framings, or signs. C. Repair any damage to Work caused by placement or removal of temporary signage. D. Service, maintain, and replace, if necessary, the OPT's field office computer equipment throughout the Project as required by the OPT including replacement cartridges for all office equipment. END OF SECTION Temporary Facilities and Controls CCIA - East GA Apron Reconstruction - E15234 015000-4 11-25-2013 01 57 00 TEMPORARY CONTROLS 1.00 GENERAL 1.01 WORK INCLUDED A. Provide labor, materials, equipment, and incidentals necessary to construct temporary facilities to provide and maintain control over environmental conditions at the Site. Remove temporary facilities when no longer needed. B. Construct temporary impounding works, channels, diversions, furnishing and operation of pumps, installing piping and fittings, and other construction for control of conditions at the Site. Remove temporary controls at the end of the Project. C. Provide a Storm Water Pollution Prevention Plan (SWPPP) as required by Texas Pollutant Discharge Elimination System (TPDES) General Permit No. TXR150000 for stormwater discharges from construction activities. Comply with all requirements of the Texas Commission on Environmental Quality (TCEQ) and Laws and Regulations. File required legal notices and obtain required permits prior to beginning any construction activity. D. Provide labor, materials, equipment, and incidentals necessary to prevent stormwater pollution for the duration of the Project. Provide and maintain erosion and sediment control structures as required to preventive sediment and other pollutants from the Site from entering any stormwater system including open channels. Remove pollution control structures when no longer required to prevent stormwater pollution. 1.02 QUALITY ASSURANCE A. Construct and maintain temporary controls with adequate workmanship using durable materials to provide effective environmental management systems meeting the requirements of the Contract Documents and Laws and Regulations. Use materials that require minimal maintenance to prevent disruption of construction activities while providing adequate protection of the environment. B. Periodically inspect systems to determine that they are meeting the requirements of the Contract Documents. 1.03 DOCUMENT SUBMITTAL A. Provide documents requiring approval by the OPT as Shop Drawings in accordance with SECTION 01 33 02 SHOP DRAWINGS. B. Provide copies of notices, records, and reports required by the Contract Documents or Laws and Regulations as Record Data in accordance with SECTION 01 33 03 RECORD DATA. 1.04 STANDARDS A. Provide a SWPPP that complies with all requirements of TPDES General Permit No. TXR150000 and any other applicable Laws and Regulations. B. Perform Work to comply with the City of Corpus Christi Code of Ordinances, Part III, Chapter 14, Article X - titled "STORM WATER QUALITY MANAGEMENT PLANS" and any other applicable Laws and Regulations. Temporary Controls CCIA - East GA Apron Reconstruction - E15234 015700-1 11-25-2013 1.05 PERMITS A. Submit the following to the TCEQ and the Operator of any Municipal Separate Storm Sewer System (MS4) receiving stormwater discharges from the Site: 1. Notice of Intent (NOI) at least 48 hours prior to beginning construction activity. Construction activity may commence 24 hours after the submittal of an electronic NOI. 2. Notice of Change (NOC) letter when relevant facts or incorrect information was submitted in the NOI, or if relevant information in the NOI changes during the course of construction activity. 3. Notice of Termination (NOT) when the construction Project has been completed and stabilized. B. Post a copy of the NOI at the Site in a location where it is readily available for viewing by the general public and as required by Laws and Regulations prior to starting construction activities and maintain the posting until completion of the construction activities. C. Maintain copies of a schedule of major construction activities, inspection reports, and revision documentation with the SWPPP. 1.06 STORMWATER POLLUTION CONTROL A. Comply with the current requirements of TPDES General Permit No. TXR150000 as set forth by the TCEQ for the duration of the Project: 1. Develop a SWPPP meeting all requirements of the TPDES General Permit. 2. Submit of a Notice of Intent to the TCEQ. 3. Develop and implement appropriate Best Management Practices as established by local agencies of jurisdiction. 4. Provide all monitoring and/or sampling required for reporting to the TCEQ. 5. Submit reports to the TCEQ as required as a condition of the TPDES General Permit. 6. Submit copies of the reports to the Designer as Record Data in accordance with SECTION 01 33 03 RECORD DATA. 7. Retain copies of these documents at the Site at all times for review and inspection by the OPT or regulatory agencies. Post a copy of the permit as required by Laws and Regulations. 8. Assume sole responsibility for implementing, updating, and modifying the TPDES General Permit per Laws and Regulations for the SWPPP and Best Management Practices. B. Use forms required by the TCEQ to file the Notice of Intent. Submit the Notice of Intent at least 2 days prior to the start of construction. Develop the SWPPP prior to submitting the Notice of Intent. Provide draft copies of the Notice of Intent, SWPPP, and any other pertinent TCEQ submittal documents to Owner for review prior to submittal to the TCEQ. C. Return any property disturbed by construction activities to either specified conditions or pre -construction conditions as set forth in the Contract Documents. Provide an overall erosion and sedimentation control system that will protect all undisturbed areas and soil Temporary Controls CCIA - East GA Apron Reconstruction - E15234 015700-2 11-25-2013 stockpiles/spoil areas. Implement appropriate Best Management Practices and techniques to control erosion and sedimentation and maintain these practices and techniques in effective operating condition during construction. Permanently stabilize exposed soil and fill as soon as practical during the Work. D. Assume sole responsibility for the means, methods, techniques, sequences, and procedures for furnishing, installing, and maintaining erosion and sedimentation control structures and procedures and overall compliance with the TPDES General Permit. Modify the system as required to effectively control erosion and sediment. E. Retain copies of reports required by the TPDES General Permit for 3 years from date of Final Completion. 1.07 POLLUTION CONTROL A. Prevent the contamination of soil, water, or atmosphere by the discharge of noxious substances from construction operations. Provide adequate measures to prevent the creation of noxious air -borne pollutants. Prevent dispersal of pollutants into the atmosphere. Do not dump or otherwise discharge noxious or harmful fluids into drains or sewers, nor allow noxious liquids to contaminate public waterways in any manner. B. Provide equipment and personnel and perform emergency measures necessary to contain any spillage. 1. Contain chemicals in protective areas and do not dump on soil. Dispose of such materials at off-site locations in an acceptable manner. 2. Excavate contaminated soil and dispose at an off-site location if contamination of the soil does occur. Fill resulting excavations with suitable backfill and compact to the density of the surrounding undisturbed soil. 3. Provide documentation to the Owner which states the nature and strength of the contaminant, method of disposal, and the location of the disposal site. 4. Comply with Laws and Regulations regarding the disposal of pollutants. C. Groundwater or run-off water which has come into contact with noxious chemicals, sludge, or sludge -contaminated soil is considered contaminated. Contaminated water must not be allowed to enter streams or water courses, leave the Site in a non -contained form, or enter non -contaminated areas of the Site. 1. Pump contaminated water to holding ponds constructed by the Contractor for this purpose, or discharge to areas on the interior of the Site, as designated by the OAR. 2. Construct temporary earthen dikes or take other precautions and measures as required to contain the contaminated water and pump to a designated storage area. 3. Wash any equipment used for handling contaminated water or soil within contaminated areas three times with uncontaminated water prior to using such equipment in an uncontaminated area. Dispose of wash water used to wash such equipment as contaminated water. Temporary Controls CCIA - East GA Apron Reconstruction - E15234 015700-3 11-25-2013 1.08 EARTH CONTROL A. Remove excess soil, spoil materials, and other earth not required for backfill at the time of generation. Control stockpiled materials to eliminate interference with Contractor and Owner's operations. B. Dispose of excess earth off the Site. Provide written approval from the property owner for soils deposited on private property. Obtain approval of the Owner if this disposal impacts the use of Site or other easements. 1.09 OZONE ADVISORY DAYS (NOT APPLICABLE) 1.10 MANAGEMENT OF WATER A. Manage water resulting from rains or ground water at the Site. Maintain trenches and excavations free of water at all times. B. Lower the water table in the construction area by acceptable means if necessary to maintain a dry and workable condition at all times. Provide drains, sumps, casings, well points, and other water control devices as necessary to remove excess water. C. Provide continuous operation of water management actions. Maintain standby equipment to provide proper and continuous operation for water management. D. Ensure that water drainage does not damage adjacent property. Divert water into the same natural watercourse in which its headwaters are located, or other natural stream or waterway as approved by the Owner. Assume responsibility for the discharge of water from the Site. E. Remove the temporary construction and restore the Site in a manner acceptable to the OAR and to match surrounding material at the conclusion of the Work. 1.11 DEWATERING A. This item is considered subsidiary for all dewatering methods other than "well pointing" to the appropriate bid items as described in the Bid Form where dewatering is needed to keep the excavation dry, as approved by the Designer, and shall include all costs to provide a dry foundation for the proposed improvements. B. Storm water that enters an excavation can be pumped out as long as care is taken to minimize solids and mud entering the pump suction and flow is pumped to a location that allows for sheet flow prior to entering a storm water drainage ditch or storm water inlet. C. An alternative to sheet flow is to pump storm water to an area where ponding occurs naturally without leaving the designated work area or by a manmade berm(s) prior to entering the storm water system. Sheet flow and ponding is to allow solids screening and/or settling prior to entering a storm water conduit or inlet. D. Storm water or groundwater shall not be discharged to private property without permission. It is the intent that Contractor discharges groundwater primarily into the existing storm water system, provided that the quality of groundwater is equal to or better than the receiving stream, Oso Creek. Temporary Controls CCIA - East GA Apron Reconstruction - E15234 015700-4 11-25-2013 E. Testing of groundwater quality is to be performed by the Owner, at the Owner's expense, prior to commencing discharge and shall be retested by the Owner, at the Owner's expense, a minimum of once a week. Contractor shall coordinate with the Owner on all testing. Tests will also be performed as each new area of construction is started. F. Another option for disposal of groundwater by Contractor would include pumping to the nearest sanitary sewer system. If discharging to temporary holding tanks and trucking to a sanitary sewer or wastewater plant, the costs for these operations shall be negotiated. Other groundwater disposal alternatives or solutions may be approved by the Designer on a case by case basis. G. Prior to Pumping groundwater from a trench to the sanitary sewer system the Contractor shall contact the Wastewater Pre-treatment Coordinator at 826-1817 to obtain a "no cost" permit from the Owner's Waste Water Department. Owner will pay for any water quality testing or water analysis cost required. The permit will require an estimate of groundwater flow. Groundwater flow can be estimated by boring a hole or excavating a short trench then record water level shortly after completion, allow to sit overnight, record water level again, pump hole or trench dry to a holding tank or vacuum truck then record how long it takes to fill to original level and overnight level. 1.12 DISPOSAL OF CONTAMINATED GROUNDWATER (NOT APPLICABLE) 1.13 DISPOSAL OF HIGHLY CHLORINATED WATER (NOT APPLICABLE) 1.14 WINDSTORM CERTIFICATION A. All affected materials and installation shall comply with Texas Department of Insurance Requirements for windstorm resistant construction for design wind speed as required by IBC 2009. The Contractor shall be responsible for contracting with a licensed structural engineer in the State of Texas to perform all inspections and provide documentation for windstorm certification to the Texas Board of Insurance. The Contractor shall be responsible for providing all necessary design/assembly documentation for all new windows, doors, louvers, etc. to the windstorm engineer/inspectors required to conform with the requirements of the Texas Department of Insurance. 2.00 PRODUCTS 2.01 MATERIALS A. Provide materials that comply with Laws and Regulations. 3.00 EXECUTION 3.01 CONSTRUCTING, MAINTAINING AND REMOVING TEMPORARY CONTROLS A. Construct temporary controls in accordance with Laws and Regulations. B. Maintain controls in accordance with regulatory requirements where applicable, or in accordance with the requirements of the Contract Documents. Temporary Controls CCIA - East GA Apron Reconstruction - E15234 015700-5 11-25-2013 C. Remove temporary controls when no longer required, but before the Project is complete. Correct any damage or pollution that occurs as the result of removing controls while they are still required. END OF SECTION Temporary Controls CCIA - East GA Apron Reconstruction - E15234 015700-6 11-25-2013 0170 00 EXECUTION AND CLOSEOUT REQUIREMENTS 1.00 GENERAL 1.01 WORK INCLUDED A. Comply with requirements of the General Conditions and specified administrative procedures in closing out the Contract. 1.02 DOCUMENT SUBMITTAL A. Submit certifications and releases on forms provided. 1.03 SUBSTANTIAL COMPLETION A. Notify the Designer that the Work or a designated portion of the Work is substantially complete per the General Conditions. Include a list of the items remaining to be completed or corrected before the Project will be considered to be complete. B. OPT will visit the Site to observe the Work within a reasonable time after notification is received to determine the status of the Project. C. Designer will notify the Contractor that the Work is either substantially complete or that additional Work must be performed before the Project will be considered substantially complete. 1. Designer will notify the Contractor of items that must be completed before the Project will be considered substantially complete. 2. Correct the noted deficiencies in the Work. 3. Notify the Designer when the items of Work in the Designer's notice have been completed. 4. OPT will revisit the Site and repeat the process. 5. Designer will issue a Certificate of Substantial Completion to the Contractor when the OPT considers the Project to be substantially complete. The Certificate will include a tentative list of items to be corrected before Final Payment will be recommended. 6. Review the list and notify the Designer of any objections to items on the list within 10 days after receiving the Certificate of Substantial Completion. 1.04 FINAL INSPECTION A. Notify the Designer when: 1. Work has been completed in compliance with the Contract Documents; 2. Equipment and systems have been tested per Contract Documents and are fully operational; 3. Final Operations and Maintenance Manuals have been provided to the Owner and all operator training has been completed; 4. Specified spare parts and special tools have been provided; and Execution and Closeout Requirements CCIA - East GA Apron Reconstruction - E15234 017000-1 11-25-2013 5. Work is complete and ready for final inspection. B. OPT will visit the Site to determine if the Project is complete and ready for Final Payment within a reasonable time after the notice is received. C. Designer will notify the Contractor that the Project is complete or will notify the Contractor that Work is Defective. D. Take immediate steps to correct Defective Work. Notify the Designer when Defective Work has corrected. OPT will visit the Site to determine if the Project is complete and the Work is acceptable. Designer will notify the Contractor that the Project is complete or will notify the Contractor that Work is Defective. E. Submit the Request for Final Payment with the closeout documents described in Paragraph 1.06 if notified that the Project is complete and the Work is acceptable. 1.05 REINSPECTION FEES A. Owner may impose a Set-off against the Application for Payment in accordance with the General Conditions to compensate the OPT for additional visits to the Project if additional Work is required. 1.06 CLOSEOUT DOCUMENTS SUBMITTAL A. Record Documents per SECTION 01 31 13 PROJECT COORDINATION. B. Warranties and bonds. C. Equipment installation reports on equipment. D. Shop Drawings, Record Data, and other documents as required by the Contract Documents. E. Evidence of continuing insurance and bond coverage as required by the Contract Documents. F. Final Photographs per SECTION 01 33 05 VIDEO AND PHOTOGRAPHIC DOCUMENTATION. 1.07 TRANSFER OF UTILITIES A. Transfer utilities to the Owner when the Certificate of Substantial Completion has been issued and the Work has been occupied by the Owner. B. Submit final meter readings for utilities and similar data as of the date the Owner occupied the Work. 1.08 WARRANTIES, BONDS, AND SERVICES AGREEMENTS A. Provide warranties, bonds, and service agreements required by SECTION 01 33 02 SHOP DRAWINGS or by the individual Specification Sections. B. The date for the start of warranties, bonds, and service agreements is established per the General Conditions. C. Compile warranties, bonds, and service agreements and review these documents for compliance with the Contract Documents. Execution and Closeout Requirements CCIA - East GA Apron Reconstruction - E15234 017000-2 11-25-2013 1. Provide a log of all equipment covered under the 1 year correction period specified in the General Conditions and all products for which special or extended warranties or guarantees are provided. Index the log by Specification Section number on forms provided. Include items 2.e through 2.g below in the tabulation. 2. Provide a copy of specific warranties or guarantees under a tab indexed to the log. Each document is to include: a. A description of the product or Work item; b. The firm name, with the name of the principal, address, and telephone number; c. Signature of the respective Supplier or Subcontractor to acknowledge existence of the warranty obligation for extended warranties and service agreements; d. Scope of warranty, bond, or services agreement; e. Indicate the start date for the correction period specified in the General Conditions for each product and the date on which the specified correction period expires. f. Indicate the start date for extended warranties for each product and the date on which the specified extended warranties period expires. g. Start date, warranty or guarantee period, and expiration date for each warranty bond and service agreement; h. Procedures to be followed in the event of a failure; and i. Specific instances that might invalidate the warranty or bond. D. Submit digital copies of the documents to the Designer for review. E. Submit warranties, bonds and services agreements within 10 days after equipment or components placed in service. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Execution and Closeout Requirements CCIA - East GA Apron Reconstruction - E15234 017000-3 11-25-2013 Part T- Technical Specifications Intentionally Left Blank FAA Specifications Intentionally Left Blank 9/30/2009 AC 150/5370-10E PART I - GENERAL PROVISIONS SECTION 10 DEFINITION OF TERMS Whenever the following terms are used in these specifications, in the contract, or in any documents or other instruments pertaining to construction where these specifications govern, the intent and meaning shall be interpreted as follows: 10-01 AASHTO. The American Association of State Highway and Transportation Officials, the successor association to AASHO. 10-02 ACCESS ROAD. The right-of-way, the roadway and all improvements constructed thereon connecting the airport to a public highway. 10-03 ADVERTISEMENT. A public announcement, as required by local law, inviting bids for work to be performed and materials to be furnished. 10-04 AIP. The Airport Improvement Program, a grant-in-aid program, administered by the Federal Aviation Administration. 10-05 AIR OPERATIONS AREA. For the purpose of these specifications, the term air operations area shall mean any area of the airport used or intended to be used for the landing, takeoff, or surface maneuvering of aircraft. An air operation area shall include such paved or unpaved areas that are used or intended to be used for the unobstructed movement of aircraft in addition to its associated runway, taxiway, or apron. 10-06 AIRPORT. Airport means an area of land or water which is used or intended to be used for the landing and takeoff of aircraft; an appurtenant area used or intended to be used for airport buildings or other airport facilities or rights of way; and airport buildings and facilities located in any of these areas, and includes a heliport. 10-07 ASTM. The American Society for Testing and Materials. 10-08 AWARD. The acceptance, by the Owner, of the successful bidder's proposal. 10-09 BIDDER. Any individual, partnership, firm, or corporation, acting directly or through a duly authorized representative, who submits a proposal for the work contemplated. 10-10 BUILDING AREA. An area on the airport to be used, considered, or intended to be used for airport buildings or other airport facilities or rights-of-way together with all airport buildings and facilities located thereon. 10-11 CALENDAR DAY. Every day shown on the calendar. 10-12 CHANGE ORDER. A written order to the Contractor covering changes in the plans, specifications, or proposal quantities and establishing the basis of payment and contract time adjustment, if any, for the work affected by such changes. The work, covered by a change order, shall be within the scope of the contract. 10-13 CONTRACT. The written agreement covering the work to be performed. The awarded contract shall include, but is not limited to: The Advertisement; The Contract Form; The Proposal; The Performance Bond; The Payment Bond; any required insurance certificates; The Specifications; The Plans, and any addenda issued to bidders. 10-14 CONTRACT ITEM (PAY ITEM). A specific unit of work for which a price is provided in the contract. 10-15 CONTRACT TIME. The number of calendar days or working days, stated in the proposal, allowed for completion of the contract, including authorized time extensions. If a calendar date of completion is stated in the proposal, in lieu of a number of calendar or working days, the contract shall be completed by that date. GP -1 9/30/2009 AC 150/5370-10E 10-16 CONTRACTOR. The individual, partnership, firm, or corporation primarily liable for the acceptable performance of the work contracted and for the payment of all legal debts pertaining to the work who acts directly or through lawful agents or employees to complete the contract work. 10-17 DRAINAGE SYSTEM. The system of pipes, ditches, and structures by which surface or subsurface waters are collected and conducted from the airport area. 10-18 ENGINEER. The individual, partnership, firm, or corporation duly authorized by the Owner to be responsible for engineering inspection of the contract work and acting directly or through an authorized representative. 10-19 EQUIPMENT. All machinery, together with the necessary supplies for upkeep and maintenance, and also all tools and apparatus necessary for the proper construction and acceptable completion of the work. 10-20 EXTRA WORK. An item of work not provided for in the awarded contract as previously modified by change order or supplemental agreement, but which is found by the Engineer to be necessary to complete the work within the intended scope of the contract as previously modified. 10-21 FAA. The Federal Aviation Administration of the U.S. Department of Transportation. When used to designate a person, FAA shall mean the Administrator or his/her duly authorized representative. 10-22 FEDERAL SPECIFICATIONS. The Federal Specifications and Standards, Commercial Item Descriptions, and supplements, amendments, and indices thereto are prepared and issued by the General Services Administration of the Federal Government. 10-23 FORCE ACCOUNT. Force account construction work is construction that is accomplished through the use of material, equipment, labor, and supervision provided by the Owner or by another public agency pursuant to an agreement with the Owner. 10-24 INSPECTOR. An authorized representative of the Engineer assigned to make all necessary inspections and/or tests of the work performed or being performed, or of the materials furnished or being furnished by the Contractor. 10-25 INTENTION OF TERMS. Whenever, in these specifications or on the plans, the words "directed," "required," "permitted," "ordered," "designated," "prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation, or prescription of the Engineer is intended; and similarly, the words "approved," "acceptable," "satisfactory," or words of like import, shall mean approved by, or acceptable to, or satisfactory to the Engineer, subject in each case to the final determination of the Owner. Any reference to a specific requirement of a numbered paragraph of the contract specifications or a cited standard shall be interpreted to include all general requirements of the entire section, specification item, or cited standard that may be pertinent to such specific reference. 10-26 LABORATORY. The official testing laboratories of the Owner or such other laboratories as may be designated by the Engineer. 10-27 LIGHTING. A system of fixtures providing or controlling the light sources used on or near the airport or within the airport buildings. The field lighting includes all luminous signals, markers, floodlights, and illuminating devices used on or near the airport or to aid in the operation of aircraft landing at, taking off from, or taxiing on the airport surface. 10-28 MAJOR AND MINOR CONTRACT ITEMS. A major contract item shall be any item that is listed in the proposal, the total cost of which is equal to or greater than 20 percent of the total amount of the award contract. All other items shall be considered minor contract items. GP -2 9/30/2009 AC 150/5370-10E 10-29 MATERIALS. Any substance specified for use in the construction of the contract work. 10-30 NOTICE TO PROCEED. A written notice to the Contractor to begin the actual contract work on a previously agreed to date. If applicable, the Notice to Proceed shall state the date on which the contract time begins. 10-31 OWNER. The term "Owner" shall mean the party of the first part or the contracting agency signatory to the contract. For AIP contracts, the term "sponsor" shall have the same meaning as the term "Owner." Where the term "Owner" is capitalized in this document, it shall mean airport owner or sponsor only. 10-32 PAVEMENT. The combined surface course, base course, and subbase course, if any, considered as a single unit. 10-33 PAYMENT BOND. The approved form of security furnished by the Contractor and his/her surety as a guaranty that he will pay in full all bills and accounts for materials and labor used in the construction of the work. 10-34 PERFORMANCE BOND. The approved form of security furnished by the Contractor and his/her surety as a guaranty that the Contractor will complete the work in accordance with the terms of the contract. 10-35 PLANS. The official drawings or exact reproductions which show the location, character, dimensions and details of the airport and the work to be done and which are to be considered as a part of the contract, supplementary to the specifications. 10-36 PROJECT. The agreed scope of work for accomplishing specific airport development with respect to a particular airport. 10-37 PROPOSAL. The written offer of the bidder (when submitted on the approved proposal form) to perform the contemplated work and furnish the necessary materials in accordance with the provisions of the plans and specifications. 10-38 PROPOSAL GUARANTY. The security furnished with a proposal to guarantee that the bidder will enter into a contract if his/her proposal is accepted by the Owner. 10-39 RUNWAY. The area on the airport prepared for the landing and takeoff of aircraft. 10-40 SPECIFICATIONS. A part of the contract containing the written directions and requirements for completing the contract work. Standards for specifying materials or testing which are cited in the contract specifications by reference shall have the same force and effect as if included in the contract physically. 10-41 SPONSOR. See definition above of "Owner." 10-42 STRUCTURES. Airport facilities such as bridges; culverts; catch basins, inlets, retaining walls, cribbing; storm and sanitary sewer lines; water lines; underdrains; electrical ducts, manholes, handholes, lighting fixtures and bases; transformers; 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. 10-43 SUBGRADE. The soil that forms the pavement foundation. 10-44 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. 10-45 SUPPLEMENTAL AGREEMENT. A written agreement between the Contractor and the Owner covering (1) work that would increase or decrease the total amount of the awarded contract, or any major contract item, by more than 25 percent, such increased or decreased work being within the scope of the originally awarded contract; or (2) work that is not within the scope of the originally awarded contract. GP -3 9/30/2009 AC 150/5370-10E 10-46 SURETY. The corporation, partnership, or individual, other than the Contractor, executing payment or performance bonds that are furnished to the Owner by the Contractor. 10-47 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. 10-48 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. 10-49 WORKING DAY. A working day shall be any day other than a legal holiday, Saturday, or Sunday on which the normal working forces of the Contractor may proceed with regular work for at least 6 hours toward completion of the contract. When 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 GP -4 9/30/2009 AC 150/5370-10E SECTION 20 PROPOSAL REQUIREMENTS AND CONDITIONS 20-01 ADVERTISEMENT (Notice to Bidders). 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 at the time of bid opening. 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. 20-04 ISSUANCE OF PROPOSAL FORMS. The Owner reserves the right to refuse to issue a proposal form to a prospective bidder should such bidder be in default for any of the following reasons: a. Failure to comply with any prequalification regulations of the Owner, if such regulations are cited, or otherwise included, in the proposal as a requirement for bidding. b. Failure to pay, or satisfactorily settle, all bills due for labor and materials on former contracts in force (with the Owner) at the time the Owner issues the proposal to a prospective bidder. c. Contractor default under previous contracts with the Owner. d. Unsatisfactory work on previous contracts with the Owner. 20-05 INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES. An estimate of quantities of work to be done and materials to be furnished under these specifications is given in the proposal. It is the result of careful calculations and is believed to be correct. It is given only as a basis for comparison of proposals and the award of the contract. The Owner does not expressly or by implication agree that the actual quantities involved will correspond exactly therewith; nor shall the bidder plead misunderstanding or deception because of such estimates of quantities, or of the character, location, or other conditions pertaining to the work. Payment to the Contractor will be made only for the actual quantities of work performed or materials furnished in accordance with the plans and specifications. It is understood that the quantities may be increased or decreased as hereinafter provided in the subsection titled ALTERATION OF WORK AND QUANTITIES of Section 40 without in any way invalidating the unit bid prices. GP -5 9/30/2009 AC 150/5370-10E 20-06 EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE. The bidder is expected to carefully examine the site of the proposed work, the proposal, plans specifications, and contract forms. He shall satisfy himself as to the character, quality, and quantities of work to be performed, materials to be furnished, and as to the requirements of the proposed contract. The submission of a proposal shall be prima facie evidence that the bidder has made such examination and is satisfied as to the conditions to be encountered in performing the work and as to the requirements of the proposed contract, plans, and specifications. Boring logs and other records of subsurface investigations and tests are available for inspection of bidders. It is understood and agreed that such subsurface information, whether included in the plans, specifications, or otherwise made available to the bidder, was obtained and is intended for the Owner's design and estimating purposes only. Such information has been made available for the convenience of all bidders. It is further understood and agreed that each bidder is solely responsible for all assumptions, deductions, or conclusions which he may make or obtain from his/her examination of the boring logs and other records of subsurface investigations and tests that are furnished by the Owner. 20-07 PREPARATION OF PROPOSAL. The bidder shall submit his/her proposal on the forms furnished by the Owner. All blank spaces in the proposal forms must be correctly filled in where indicated for each and every item for which a quantity is given. The bidder shall state the price (written in ink or typed) both in words and numerals for which he proposes to do each pay item furnished in the proposal. In case of conflict between words and numerals, the words, unless obviously incorrect, shall govern. The bidder shall sign his/her proposal correctly and in ink. If the proposal is made by an individual, his/her name and post office address must be shown. If made by a partnership, the name and post office address of each member of the partnership must be shown. If made by a corporation, the person signing the proposal shall give the name of the state under the laws of which the corporation was chartered and the name, titles, and business address of the president, secretary, and the treasurer. Anyone signing a proposal as an agent shall file evidence of his/her authority to do so and that the signature is binding upon the firm or corporation. 20-08 IRREGULAR PROPOSALS. Proposals shall be considered irregular for the following reasons: a. If the proposal is on a form other than that furnished by the Owner, or if the Owner's form is altered, or if any part of the proposal form is detached. b. If there are unauthorized additions, conditional or alternate pay items, or irregularities of any kind that make the proposal incomplete, indefinite, or otherwise ambiguous. c. If the proposal does not contain a unit price for each pay item listed in the proposal, except in the case of authorized alternate pay items, for which the bidder is not required to furnish a unit price. d. If the proposal contains unit prices that are obviously unbalanced. e. If the proposal is not accompanied by the proposal guaranty specified by the Owner. The Owner reserves the right to reject any irregular proposal and the right to waive technicalities if such waiver is in the best interest of the Owner and conforms to local laws and ordinances pertaining to the letting of construction contracts. 20-09 BID GUARANTEE. Each separate proposal shall be accompanied by a certified check, or other specified acceptable collateral, in the amount specified in the proposal form. Such check, or collateral, shall be made payable to the Owner. 20-10 DELIVERY OF PROPOSAL. Each proposal submitted shall be placed in a sealed envelope plainly marked with the project number, location of airport, and name and business address of the bidder on the outside. When sent by mail, preferably registered, the sealed proposal, marked as indicated above, should be enclosed in an additional envelope. No proposal will be considered unless received at the place specified in the advertisement GP -6 9/30/2009 AC 150/5370-10E before the time specified for opening all bids. Proposals received after the bid opening time shall be returned to the bidder unopened. 20-11 WITHDRAWAL OR REVISION OF PROPOSALS. A bidder may withdraw or revise (by withdrawal of one proposal and submission of another) a proposal provided that the bidder's request for withdrawal is received by the Owner in writing or by telegram before the time specified for opening bids. Revised proposals must be received at the place specified in the advertisement before the time specified for opening all bids. 20-12 PUBLIC OPENING OF PROPOSALS. Proposals shall be opened, and read, publicly at the time and place specified in the advertisement. Bidders, their authorized agents, and other interested persons are invited to attend. Proposals that have been withdrawn (by written or telegraphic request) or received after the time specified for opening bids shall be returned to the bidder unopened. 20-13 DISQUALIFICATION OF BIDDERS. A bidder shall be considered disqualified for any of the following reasons: a. Submitting more than one proposal from the same partnership, firm, or corporation under the same or different name. b. Evidence of collusion among bidders. Bidders participating in such collusion shall be disqualified as bidders for any future work of the Owner until any such participating bidder has been reinstated by the Owner as a qualified bidder. c. If the bidder is considered to be in "default" for any reason specified in the subsection titled ISSUANCE OF PROPOSAL FORMS of this section. END OF SECTION 20 GP -7 9/30/2009 AC 150/5370-10E SECTION 30 AWARD AND EXECUTION OF CONTRACT 30-01 CONSIDERATION OF PROPOSALS. After the proposals are publicly opened and read, they will be compared on the basis of the summation of the products obtained by multiplying the estimated quantities shown in the proposal by the unit bid prices. If a bidder's proposal contains a discrepancy between unit bid prices written in words and unit bid prices written in numbers, the unit price written in words shall govern. Until the award of a contract is made, the Owner reserves the right to reject a bidder's proposal for any of the following reasons: a. If the proposal is irregular as specified in the subsection titled IRREGULAR PROPOSALS of Section 20. b. If the bidder is disqualified for any of the reasons specified in the subsection titled DISQUALIFICATION OF BIDDERS of Section 20. In addition, until the award of a contract is made, the Owner reserves the right to reject any or all proposals, waive technicalities, if such waiver is in the best interest of the Owner and is in conformance with applicable state and local laws or regulations pertaining to the letting of construction contracts; advertise for new proposals; or proceed with the work otherwise. All such actions shall promote the Owner's best interests. 30-02 AWARD OF CONTRACT. The award of a contract, if it is to be awarded, shall be made within 120 calendar days of the date specified for publicly opening proposals, unless otherwise specified herein. Award of the contract shall be made by the Owner to the lowest, qualified bidder whose proposal conforms to the cited requirements of the Owner. 30-03 CANCELLATION OF AWARD. The Owner reserves the right to cancel the award without liability to the bidder, except return of proposal guaranty, at any time before a contract has been fully executed by all parties and is approved by the Owner in accordance with the subsection titled APPROVAL OF CONTRACT of this section. 30-04 RETURN OF PROPOSAL GUARANTY. All proposal guaranties, except those of the two lowest bidders, will be returned immediately after the Owner has made a comparison of bids as hereinbefore specified in the subsection titled CONSIDERATION OF PROPOSALS of this section. Proposal guaranties of the two lowest bidders will be retained by the Owner until such time as an award is made, at which time, the unsuccessful bidder's proposal guaranty will be returned. The successful bidder's proposal guaranty will be returned as soon as the Owner receives the contracts bonds as specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section. 30-05 REQUIREMENTS OF CONTRACT BONDS. At the time of the execution of the contract, the successful bidder shall furnish the Owner a surety bond or bonds that have been fully executed by the bidder and the surety guaranteeing the performance of the work and the payment of all legal debts that may be incurred by reason of the Contractor's performance of the work. The surety and the form of the bond or bonds shall be acceptable to the Owner. Unless otherwise specified in this subsection, the surety bond or bonds shall be in a sum equal to the full amount of the contract. 30-06 EXECUTION OF CONTRACT. The successful bidder shall sign (execute) the necessary agreements for entering into the contract and return such signed contract to the owner, along with the fully executed surety bond or bonds specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section, within 15 calendar days from the date mailed or otherwise delivered to the successful bidder. If the contract is mailed, special handling is recommended. 49 CFR Part 26 provides that each contract the owner signs with a contractor (and each subcontract the prime contractor signs with a subcontractor) shall include the following assurance: GP -8 9/30/2009 AC 150/5370-10E The contractor, sub -recipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of Department of Transportation (DOT) assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate. 30-07 APPROVAL OF CONTRACT. Upon receipt of the contract and contract bond or bonds that have been executed by the successful bidder, the Owner shall complete the execution of the contract in accordance with local laws or ordinances, and return the fully executed contract to the Contractor. Delivery of the fully executed contract to the Contractor shall constitute the Owner's approval to be bound by the successful bidder's proposal and the terms of the contract. 30-08 FAILURE TO EXECUTE CONTRACT. Failure of the successful bidder to execute the contract and furnish an acceptable surety bond or bonds within the 15 calendar day period specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section shall be just cause for cancellation of the award and forfeiture of the proposal guaranty, not as a penalty, but as liquidation of damages to the Owner. END OF SECTION 30 GP -9 9/30/2009 AC 150/5370-10E SECTION 40 SCOPE OF WORK 40-01 INTENT OF CONTRACT. The intent of the contract is to provide for construction and completion, in every detail, of the work described. It is further intended that the Contractor shall furnish all labor, materials, equipment, tools, transportation, and supplies required to complete the work in accordance with the plans, specifications, and terms of the contract. 40-02 ALTERATION OF WORK AND QUANTITIES. The owner reserves and shall have the right to make such alterations in the work as may be necessary or desirable to complete the work originally intended in an acceptable manner. Unless otherwise specified herein, the Engineer shall be and is hereby authorized to make such alterations in the work as may increase or decrease the originally awarded contract quantities, provided that the aggregate of such alterations does not change the total contract cost or the total cost of any major contract item by more than 25 percent (total cost being based on the unit prices and estimated quantities in the awarded contract). Alterations that do not exceed the 25 percent limitation shall not invalidate the contract nor release the surety, and the Contractor agrees to accept payment for such alterations as if the altered work had been a part of the original contract. These alterations that are for work within the general scope of the contract shall be covered by "Change Orders" issued by the Engineer. Change orders for altered work shall include extensions of contract time where, in the Engineer's opinion, such extensions are commensurate with the amount and difficulty of added work. Should the aggregate amount of altered work exceed the 25 percent limitation hereinbefore specified, such excess altered work shall be covered by supplemental agreement. If the owner and the Contractor are unable to agree on a unit adjustment for any contract item that requires a supplemental agreement, the owner reserves the right to terminate the contract with respect to the item and make other arrangements for its completion. 40-03 OMITTED ITEMS. The Engineer may, in the Owner's best interest, omit from the work any contract item, except major contract items. Major contract items may be omitted by a supplemental agreement. Such omission of contract items shall not invalidate any other contract provision or requirement. Should a contract item be omitted or otherwise ordered to be nonperformed, the Contractor shall be paid for all work performed toward completion of such item prior to the date of the order to omit such item. Payment for work performed shall be in accordance with the subsection titled PAYMENT FOR OMITTED ITEMS of Section 90. 40-04 EXTRA WORK. Should acceptable completion of the contract require the Contractor to perform an item of work for which no basis of payment has been provided in the original contract or previously issued change orders or supplemental agreements, the same shall be called "Extra Work." Extra Work that is within the general scope of the contract shall be covered by written change order. Change orders for such Extra Work shall contain agreed unit prices for performing the change order work in accordance with the requirements specified in the order, and shall contain any adjustment to the contract time that, in the Engineer's opinion, is necessary for completion of such Extra Work. When determined by the Engineer to be in the Owner's best interest, he may order the Contractor to proceed with Extra Work by force account as provided in the subsection titled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of Section 90. Extra Work that is necessary for acceptable completion of the project, but is not within the 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 the air operations areas of the GP -10 9/30/2009 AC 150/5370-10E airport with respect to his/her own operations and the operations of all his/her subcontractors as specified in the subsection titled LIMITATION OF OPERATIONS of Section 80. It is further understood and agreed that the Contractor shall provide for the uninterrupted operation of visual and electronic signals (including power supplies thereto) used in the guidance of aircraft while operating to, from, and upon the airport as specified in the subsection titled CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS in Section 70. With respect to his/her own operations and the operations of all his/her subcontractors, the Contractor 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, flagperson, and other traffic control devices in reasonable conformity with the manual of Uniform Traffic Control Devices for Streets and Highways (published by the United States Government Printing Office), unless otherwise specified herein. The Contractor shall also construct and maintain in a safe condition any temporary connections necessary for ingress to and egress from abutting property or intersecting roads, streets or highways. Unless otherwise specified herein, the Contractor will not be required to furnish snow removal for such existing road, street, or highway. The Contractor shall make his/her own estimate of all labor, materials, equipment, and incidentals necessary for providing the maintenance of aircraft and vehicular traffic as specified in this subsection. The cost of maintaining the aircraft and vehicular traffic specified in this subsection shall not be measured or paid for directly, but shall be included in the various contract items. 40-06 REMOVAL OF EXISTING STRUCTURES. All existing structures encountered within the established lines, grades, or grading sections shall be removed by the Contractor, unless such existing structures are otherwise specified to be relocated, adjusted up or down, salvaged, abandoned in place, reused in the work or to remain in place. The cost of removing such existing structures shall not be measured or paid for directly, but shall be included in the various contract items. Should the Contractor encounter an existing structure (above or below ground) in the work for which the disposition is not indicated on the plans, the Engineer shall be notified prior to disturbing such structure. The disposition of existing structures so encountered shall be immediately determined by the Engineer in accordance with the provisions of the contract. Except as provided in the subsection titled RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK of this section, it is intended that all existing materials or structures that may be encountered (within the lines, grades, or grading sections established for completion of the work) shall be utilized in the work as otherwise provided for in the contract and shall remain the property of the Owner when so utilized in the work. 40-07 RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK. Should the Contractor encounter any material such as (but not restricted to) sand, stone, gravel, slag, or concrete slabs within the established lines, grades, or grading sections, the use of which is intended by the terms of the contract to be either embankment or waste, he may at his/her option either: a. Use such material in another contract item, providing such use is approved by the Engineer and is in conformance with the contract specifications applicable to such use; or, b. Remove such material from the site, upon written approval of the Engineer; or c. Use such material for his/her own temporary construction on site; or, GP -11 9/30/2009 AC 150/5370-10E d. Use such material as intended by the terms of the contract. Should the Contractor wish to exercise option a., b., or c., he shall request the Engineer's approval in advance of such use. Should the Engineer approve the Contractor's request to exercise option a., b., or c., the Contractor shall be paid for the excavation or removal of such material at the applicable contract price. The Contractor shall replace, at his/her own expense, such removed or excavated material with an agreed equal volume of material that is acceptable for use in constructing embankment, backfills, or otherwise to the extent that such replacement material is needed to complete the contract work. The Contractor shall not be charged for his/her use of such material so used in the work or removed from the site. Should the Engineer approve the Contractor's exercise of option a., the Contractor shall be paid, at the applicable contract price, for furnishing and installing such material in accordance with requirements of the contract item in which the material is used. It is understood and agreed that the Contractor shall make no claim for delays by reason of his/her exercise of option a., b., or c. The Contractor shall not excavate, remove, or otherwise disturb any material, structure, or part of a structure which is located outside the lines, grades, or grading sections established for the work, except where such excavation or removal is provided for in the contract, plans, or specifications. 40-09 FINAL CLEANING UP. Upon completion of the work and before acceptance and final payment will be made, the Contractor shall 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 GP -12 9/30/2009 AC 150/5370-10E 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. The Engineer shall decide all questions that may arise as to the interpretation of the specifications or plans relating to the work. 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. The Engineer does not have the authority to accept pavements that do not conform to FAA specification requirements. 50-02 CONFORMITY WITH PLANS AND SPECIFICATIONS. All work and all materials furnished shall be in reasonably close conformity with the lines, grades, grading sections, cross sections, dimensions, material requirements, and testing requirements that are specified (including specified tolerances) in the contract, plans or specifications. If the 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 that will provide for an adjustment in the contract price for the affected portion of the work. The Engineer's determination and recommended contract price adjustments will be based on good engineering judgment and such tests or retests of the affected work as are, in his/her opinion, needed. Changes in the contract price shall be covered by contract modifications (change order or supplemental agreement) as applicable. If the Engineer finds the materials furnished, work performed, or the finished product are not in reasonably close conformity with the plans and specifications and have resulted in an unacceptable finished product, the affected work or materials shall be removed and replaced or otherwise corrected by and at the expense of the Contractor in accordance with the Engineer's written orders. For the purpose of this subsection, the term "reasonably close conformity" shall not be construed as waiving the Contractor's responsibility to complete the work in accordance with the contract, plans, and specifications. The term shall not be construed as waiving the Engineer's responsibility to insist on strict compliance with the requirements of the contract, plans, and specifications during the Contractor's prosecution of the work, when, in the Engineer's opinion, such compliance is essential to provide an acceptable fmished 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, after consultation with the FAA, to use good engineering judgment in his/her determinations as to acceptance of work that is not in strict conformity but will provide a fmished product equal to or better than that intended by the requirements of the contract, plans and specifications. The Engineer will not be responsible for the Contractor's means, methods, techniques, sequences, or procedures of construction or the safety precautions incident thereto. 50-03 COORDINATION OF CONTRACT, PLANS, AND SPECIFICATIONS. The contract, plans, specifications, and all referenced standards cited are essential parts of the contract requirements. 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. If any paragraphs contained in the Special Provisions conflict with General Provisions or Technical Specifications, the Special Provisions shall govern. GP -13 9/30/2009 AC 150/5370-10E 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 fmal. LIST SPECIAL PROVISIONS 50-04 COOPERATION OF CONTRACTOR. The Contractor will be supplied with five copies each of the plans and specifications. He shall have available on the work at all times one copy each of the plans and specifications. Additional copies of plans and specifications may be obtained by the Contractor for the cost of reproduction. The Contractor shall give constant attention to the work to facilitate the progress thereof, and he shall cooperate with the Engineer and his/her inspectors and with other contractors in every way possible. The 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. 50-05 COOPERATION BETWEEN CONTRACTORS. The Owner reserves the right to contract for and perform other or additional work on or near the work covered by this contract. When separate contracts are let within the limits of any one project, each Contractor shall conduct his/her work so as not to interfere with or hinder the progress of completion of the work being performed by other Contractors. Contractors working on the same project shall cooperate with each other as directed. Each Contractor involved shall assume all liability, financial or otherwise, in connection with his/her contract and shall protect and save harmless the Owner from any and all damages or claims that may arise because of inconvenience, delays, or loss experienced by him because of the presence and operations of other Contractors working within the limits of the same project. The Contractor shall arrange his/her work and shall place and dispose of the materials being used so as not to interfere with the operations of the other Contractors within the limits of the same project. He shall join his/her work with that of the others in an acceptable manner and shall perform it in proper sequence to that of the others. 50-06 CONSTRUCTION LAYOUT AND STAKES. The Engineer shall establish horizontal and vertical control only. The Contractor must establish all layout required for the construction of the work. Such stakes and markings as the Engineer may set for either his/her own or the Contractor's guidance shall be preserved by the Contractor. In case of negligence on the part of the Contractor, or his/her employees, resulting in the destruction of such stakes or markings, an amount equal to the cost of replacing the same may be deducted from subsequent estimates due the Contractor at the discretion of the Engineer. The Contractor will be required to furnish all lines, grades and measurements from the control points necessary for the proper prosecution and control of the work contracted for under these specifications. The Contractor must give weekly copies of the survey notes to the Engineer so that the Engineer may check them as to accuracy and method of staking. All areas that are staked by the Contractor must be checked by the Engineer prior to beginning any work in the area. The Engineer will make periodic checks of the grades and alignment set by the Contractor. In case of error on the part of the Contractor, or his/her employees, resulting in establishing grades and/or alignment that are not in accordance with the plans or established by the Engineer, all construction not in accordance with the established grades and/or alignment shall be replaced without additional cost to the Owner. No direct payment will be made, unless otherwise specified in contract documents, for this labor, materials, or other expenses therewith. The cost thereof shall be included in the price of the bid for the various items of the Contract. Construction Staking and Layout includes but is not limited to: Clearing and Grubbing perimeter staking. GP -14 9/30/2009 AC 150/5370-10E Rough Grade slope stakes at 100 -foot stations. Drainage Swales slope stakes and flow line blue tops at 50 -foot stations. Subgrade blue tops at 25 foot stations and 25 foot offset distance (max.) for the following section locations: a. Runway — minimum 5 per station b. Taxiways — minimum 3 per station c. Holding apron areas — minimum 3 per station d. Roadways — minimum 3 per station Base Course blue tops at 25 foot stations and 25 foot offset distance (max.) for the following section locations: a. Runway — minimum 5 per station b. Taxiways — minimum 3 per station c. Holding apron areas — minimum 3 per station Pavement areas: a. Edge of Pavement hubs and tacks (for stringline by Contractor) at 100 foot stations b. Between Lifts at 25 foot stations for the following section locations: (1). Runways — each paving lane width (2). Taxiways — each paving lane width (3). Holding areas — each paving lane width c. After finish paving operations at 50 foot stations (1). All paved areas — Edge of each paving lane prior to next paving lot d. Shoulder and safety area blue tops at 50 foot stations and at all break points with maximum of 50 foot offsets Fence lines at 100 foot stations Electrical and Communications System locations, lines and grades including but not limited to duct runs, connections, fixtures, signs, lights, VASI's, PAPI's, REIL's, Wind Cones, Distance Markers (signs), pull boxes and manholes. Drain lines, cut stakes and alignment on 25 -foot stations, inlet and manholes. Painting and Striping layout (pinned with 1.5 inch PK nails) marked for paint Contractor. (All nails shall be removed after painting) Laser, or other automatic control devices, shall be checked with temporary control point or grade hub at a minimum of once per 400 feet per pass (i.e. paving lane). NOTE: Controls and stakes disturbed or suspect of having been disturbed shall be checked and/or reset as directed by the Engineer without additional cost to the Owner. 50-07 AUTOMATICALLY CONTROLLED EQUIPMENT. Whenever batching or mixing plant equipment is required to be operated automatically under the contract and a breakdown or malfunction of the automatic controls occurs, the equipment may be operated manually or by other methods for a period 48 hours following the breakdown or malfunction, provided this method of operations will produce results which conform to all other requirements of the contract. 50-08 AUTHORITY AND DUTIES OF INSPECTORS. Inspectors employed by the Owner shall be authorized to inspect all work done and all material furnished. Such inspection may extend to all or any part of the work and to the preparation, fabrication, or manufacture of the materials to be used. Inspectors are not authorized to revoke, alter, or waive any 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 GP -15 9/30/2009 AC 150/5370-10E work to the standard required by the specifications. Should the work thus exposed or examined prove acceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be paid for as extra work; but should the work so exposed or examined prove unacceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be at the Contractor's expense. Any work done or materials used without supervision or inspection by an authorized representative of the Owner may be ordered removed and replaced at the Contractor's expense unless the Owner's representative failed to inspect after having been given reasonable notice in writing that the work was to be performed. Should the contract work include relocation, adjustment, or any other modification to existing facilities, not the property of the (contract) Owner, authorized representatives of the owners of such facilities shall have the right to inspect such work. Such inspection shall in no sense make any facility owner a party to the contract, and shall in no way interfere with the rights of the parties to this contract. 50-10 REMOVAL OF UNACCEPTABLE AND UNAUTHORIZED WORK. All work that 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. No removal work made under provision of this subsection shall be done without lines and grades having been given by the Engineer. 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 that may result from the moving of material or equipment. The operation of equipment of such weight or so loaded as to cause damage to structures or to any other type of construction will not be permitted. Hauling of materials over the base course or surface course under construction shall be limited as directed. No loads will be permitted on a concrete pavement, base, or structure before the expiration of the curing period. The Contractor shall be responsible for all damage done by his/her hauling equipment and shall correct such damage at his/her own expense. 50-12 MAINTENANCE DURING CONSTRUCTION. The Contractor shall maintain the work during construction and until the work is accepted. This maintenance shall constitute continuous and effective work prosecuted day by day, with adequate equipment and forces so that the work is maintained in satisfactory condition at all times. In the case of a contract for the placing of a course upon a course or subgrade previously constructed, the Contractor shall maintain the previous course or subgrade during all construction operations. All costs of maintenance work during construction and before the project is accepted shall be included in the unit prices bid on the various contract items, and the Contractor will not be paid an additional amount for such work. GP -16 9/30/2009 AC 150/5370-10E 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 Owner may suspend any work necessary for the Owner to correct such unsatisfactory maintenance condition, depending on the exigency that exists. Any maintenance cost incurred by the Owner, shall be deducted from monies due or to become due the Contractor. 50-14 PARTIAL ACCEPTANCE. If at any time during the prosecution of the project the Contractor substantially completes a usable unit or portion of the work, the occupancy of which will benefit the Owner, he may request the Engineer to make final inspection of that unit. If the Engineer finds upon inspection that the unit has been satisfactorily completed in compliance with the contract, he may accept it as being completed, and the Contractor may be relieved of further responsibility for that unit. Such partial acceptance and beneficial occupancy by the Owner shall not void or alter any provision of the contract. 50-15 FINAL ACCEPTANCE. Upon due notice from the Contractor of presumptive completion of the entire project, the Engineer and Owner will make an inspection. If all construction provided for and contemplated by the contract is found to be completed in accordance with the contract, plans, and specifications, such inspection shall constitute the final inspection. The Engineer shall notify the Contractor in writing of final acceptance as of the date of the final inspection. If, however, the inspection discloses any work, in whole or in part, as being unsatisfactory, the Engineer will give the Contractor the necessary instructions for correction of same and the Contractor shall immediately comply with and execute such instructions. Upon correction of the work, another inspection will be made which shall constitute the fmal 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 fmal 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. 50-17 COST REDUCTION INCENTIVE. The provisions of this subsection will apply only to contracts awarded to the lowest bidder pursuant to competitive bidding. On projects with original contract amounts in excess of $100,000, the Contractor may submit to the Engineer, in writing, proposals for modifying the plans, specifications or other requirements of the contract for the sole purpose of reducing the cost of construction. The cost reduction proposal shall not impair, in any manner, the essential functions or characteristics of the project, including but not limited to service life, economy of operation, ease of maintenance, desired appearance, design and safety standards. This provision shall not apply unless the proposal submitted is specifically identified by the Contractor as being presented for consideration as a value engineering proposal. GP -17 9/30/2009 AC 150/5370-10E Not eligible for cost reduction proposals are changes in the basic design of a pavement type, runway and taxiway lighting, visual aids, hydraulic capacity of drainage facilities, or changes in grade or alignment that reduce the geometric standards of the project. As a minimum, the following information shall be submitted by the Contractor with each proposal: a. A description of both existing contract requirements for performing the work and the proposed changes, with a discussion of the comparative advantages and disadvantages of each; b. An itemization of the contract requirements that must be changed if the proposal is adopted; c. A detailed estimate of the cost of performing the work under the existing contract and under the proposed changes; d. A statement of the time by which a change order adopting the proposal must be issued; e. A statement of the effect adoption of the proposal will have on the time for completion of the contract; and f. The contract items of work affected by the proposed changes, including any quantity variation attributable to them. The Contractor may withdraw, in whole or in part, any cost reduction proposal not accepted by the Engineer, within the period specified in the proposal. The provisions of this subsection shall not be construed to require the Engineer to consider any cost reduction proposal that may be submitted. The Contractor shall continue to perform the work in accordance with the requirements of the contract until a change order incorporating the cost reduction proposal has been issued. If a change order has not been issued by the date upon which the Contractor's cost reduction proposal specifies that a decision should be made, or such other date as the Contractor may subsequently have requested in writing, such cost reduction proposal shall be deemed rejected. The Engineer shall be the sole judge of the acceptability of a cost reduction proposal and of the estimated net savings from the adoption of all or any part of such proposal. In determining the estimated net savings, the Engineer may disregard the contract bid prices if, in the Engineer's judgment such prices do not represent a fair measure of the value of the work to be performed or deleted. The Owner may require the Contractor to share in the Owner's costs of investigating a cost reduction proposal submitted by the Contractor as a condition of considering such proposal. Where such a condition is imposed, the Contractor shall acknowledge acceptance of it in writing. Such acceptance shall constitute full authority for the Owner to deduct the cost of investigating a cost reduction proposal from amounts payable to the Contractor under the contract. If the Contractor's cost reduction proposal is accepted in whole or in part, such acceptance will be by a contract change order that shall specifically state that it is executed pursuant to this subsection. Such change order shall incorporate the changes in the plans and specifications which are necessary to permit the cost reduction proposal or such part of it as has been accepted and shall include any conditions upon which the Engineer's approval is based. The change order shall also set forth the estimated net savings attributable to the cost reduction proposal. The net savings shall be determined as the difference in costs between the original contract costs for the involved work items and the costs occurring as a result of the proposed change. The change order shall also establish the net savings agreed upon and shall provide for adjustment in the contract price that will divide the net savings equally between the Contractor and the Owner. The Contractor's 50 percent share of the net savings shall constitute full compensation to the Contractor for the cost reduction proposal and the performance of the work. GP -18 9/30/2009 AC 150/5370-10E Acceptance of the cost -reduction proposal and performance of the cost -reduction work shall not extend the time of completion of the contract unless specifically provided for in the contract change order. END OF SECTION 50 GP -19 9/30/2009 AC 150/5370-10E 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) 150/5345-53, Airport Lighting Equipment Certification Program, that is in effect on the date of advertisement; and, b. Produced by the manufacturer qualified (by FAA) to produce such specified and listed equipment. The following airport lighting equipment is required for this contract and is to be furnished by the Contractor in accordance with the requirements of this subsection: EQUIPMENT NAME CITED FAA SPECIFICATIONS EFFECTIVE FAA AC OR APPROVAL LETTER FOR EQUIPMENT AND MANUFACTURER 60-02 SAMPLES, TESTS, AND CITED SPECIFICATIONS. Unless otherwise designated, 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 ASTM, AASHTO, Federal Specifications, Commercial Item Descriptions, and all other cited methods, which are current on the date of advertisement for bids, will be made by and at the expense of the Engineer. The testing organizations performing on site field tests shall have copies of all referenced standards on the construction site for use by all technicians and other personnel, including the Contractor's representative at his/her request. Unless otherwise designated, samples will be taken by a qualified representative of the Engineer. 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. The Contractor shall employ a testing organization to perform all Contractor required tests. The Contractor shall submit to the Engineer resumes on all testing organizations and individual persons who will be performing the tests. The Engineer will determine if such persons are qualified. All the test data shall be reported to the Engineer after the results are known. A legible, handwritten copy of all test data shall be given to the Engineer daily, along with printed reports, in an approved format, on a weekly basis. After completion of the project, and prior to final payment, the Contractor shall submit a final report to the Engineer showing all test data reports, plus an analysis of all results showing ranges, averages, and corrective action taken on all failing tests. 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 GP -20 9/30/2009 AC 150/5370-10E 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. 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 that 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. The Contractor shall furnish for the duration of the project one building for the use of the field engineers and inspectors, as a field office. This facility shall be an approved weatherproof building meeting the current State Highway Specifications (for example, Class I Field Office or Type C Structure). This building shall be located conveniently near to the construction and shall be separate from any building used by the Contractor. A land line telephone and answering machine shall be provided. The Contractor shall be responsible for payment of the basic monthly charge and local calls only. Any Long Distance Tolls shall be the responsibility of the caller. The Contractor shall furnish [ FAX machine, photocopy machine, water, sanitary facilities, heat, air conditioning, and electricity ]. No direct payment will be made for this building or labor, materials, ground rental, or other expense in connection therewith. The cost hereof shall be included in the price bid GP -21 9/30/2009 AC 150/5370-10E for the various items of the contract. The Contractor and his/her superintendent shall provide all reasonable facilities to enable to the Engineer to inspect the workmanship and materials entering into the work. 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. 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. Rejected material or assembly, the defects of which have been corrected by the Contractor, shall not be returned to the site of the work until such time as the Engineer has approved its used in the work. 60-08 OWNER FURNISHED MATERIALS. The Contractor shall furnish all materials required to complete the work, except those specified herein (if any) to be furnished by the Owner. Owner -furnished materials shall be made available to the Contractor at the location specified herein. All costs of handling, transportation from the specified location to the site of work, storage, and installing Owner - furnished materials shall be included in the unit price bid for the contract item in which such Owner -furnished material is used. After any Owner -furnished material has been delivered to the location specified, the Contractor shall be responsible for any demurrage, damage, loss, or other deficiencies that may occur during the Contractor's handling, storage, or use of such Owner -furnished material. The Owner will deduct from any monies due or to become due the Contractor any cost incurred by the Owner in making good such loss due to the Contractor's handling, storage, or use of Owner -furnished materials. END OF SECTION 60 GP -22 9/30/2009 AC 150/5370-10E SECTION 70 LEGAL REGULATIONS AND RESPONSIBILITY TO PUBLIC 70-01 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of all Federal and state laws, all local laws, ordinances, and regulations and all orders and decrees of bodies or tribunals having any jurisdiction or authority, which in any manner affect those engaged or employed on the work, or which in any way affect the conduct of the work. He shall at all times observe and comply with all such laws, ordinances, regulations, orders, and decrees; and shall protect and indemnify the Owner and all his/her officers, agents, or servants against any claim or liability arising from or based on the violation of any such law, ordinance, regulation, order, or decree, whether by himself or his/her employees. 70-02 PERMITS, LICENSES, AND TAXES. The Contractor shall procure all permits and licenses, pay all charges, fees, and taxes, and give all notices necessary and incidental to the due and lawful prosecution of the work. 70-03 PATENTED DEVICES, MATERIALS, AND PROCESSES. If the Contractor is required or desires to use any design, device, material, or process covered by letters of patent or copyright, he shall provide for such use by suitable legal agreement with the patentee or owner. The Contractor and the surety shall indemnify and save harmless the Owner, any third party, or political subdivision from any and all claims for infringement by reason of the use of any such patented design, device, material or process, or any trademark or copyright, and shall indemnify the Owner for any costs, expenses, and damages which it may be obliged to pay by reason of an infringement, at any time during the prosecution or after the completion of the work. 70-04 RESTORATION OF SURFACES DISTURBED BY OTHERS. The Owner reserves the right to authorize the construction, reconstruction, or maintenance of any public or private utility service, FAA or National Oceanic and Atmospheric Administration (NOAA) facility, or a utility service of another government agency at any time during the progress of the work. To the extent that such construction, reconstruction, or maintenance has been coordinated with the Owner, such authorized work (by others) is indicated as follows: Owner (Utility or Other Facility) Location (See Plan Sheet No.) Person to Contact (Name, Title, Address and Phone) Except as listed above, the Contractor shall not permit any individual, firm, or corporation to excavate or otherwise disturb such utility services or facilities located within the limits of the work without the written permission of the Engineer. Should the owner of public or private utility service, FAA, or NOAA facility, or a utility service of another government agency be authorized to construct, reconstruct, or maintain such utility service or facility during the progress of the work, the Contractor shall cooperate with such owners by arranging and performing the work in this contract so as to facilitate such construction, reconstruction or maintenance by others whether or not such work by others is listed above. When ordered as extra work by the Engineer, the Contractor shall make all necessary repairs to the work which are due to such authorized work by others, unless otherwise provided for in the contract, plans, or specifications. It is understood and agreed that the Contractor shall not be entitled to make any claim for damages due to such authorized work by others or for any delay to the work resulting from such authorized work. 70-05 FEDERAL AID PARTICIPATION. For AIP contracts, the United States Government has agreed to reimburse the Owner for some portion of the contract costs. Such reimbursement is made from time to time upon the Owner's 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 Title 49 of the United States Code (USC) and the Rules and Regulations of the FAA that pertain to the work. As required by the USC, 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. GP -23 9/30/2009 AC 150/5370-10E No requirement of the USC, the rules and regulations implementing the USC, or this contract shall be construed as making the Federal Government a party to the contract nor will any such requirement interfere, in any way, with the rights of either party to the contract. 70-06 SANITARY, HEALTH, AND SAFETY PROVISIONS. The Contractor shall provide and maintain in a neat, sanitary condition such accommodations for the use of his/her employees as may be necessary to comply with the requirements of the state and local Board of Health, or of other bodies or tribunals having jurisdiction. Attention is directed to Federal, state, and local laws, rules and regulations concerning construction safety and health standards. The Contractor shall not require any worker to work in surroundings or under conditions that 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. 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. Unless otherwise specified, barricades, warning signs, and markings for hazards that are in the air operations area shall be a maximum of 18 inches high. Unless otherwise specified, barricades shall be spaced not more than 25 feet apart. Barricades, warning signs, and markings shall be paid for under Section 40-05. 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, Standards for Airport Markings. The Contractor shall furnish, erect, and maintain markings and associated lighting of open trenches, excavations, temporary stock piles, and his/her parked construction equipment that may be hazardous to the operation of emergency fire -rescue or maintenance vehicles on the airport in reasonable conformance to AC 150/5370-2, Operational Safety on Airports During Construction. 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 that 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, including new work. The Contractor shall be responsible for all damage resulting from the use of explosives. GP -24 9/30/2009 AC 150/5370-10E 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 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(s), action(s), or claim(s) 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 occupancy by the Owner as described below: Phase or Description Required Date or Sequence of Owner's Beneficial Occupancy Work Shown on Plan Sheet GP -25 9/30/2009 AC 150/5370-10E Upon completion of any portion of the work listed above, such portion shall be accepted by the Owner in accordance with the subsection titled PARTIAL ACCEPTANCE of Section 50. No portion of the work may be opened by the Contractor for public use until ordered by the Engineer in writing. Should it become necessary to open a portion of the work to public traffic on a temporary or intermittent basis, such openings shall be made when, in the opinion of the Engineer, such portion of the work is in an acceptable condition to support the intended traffic. Temporary or intermittent openings are considered to be inherent in the work and shall not constitute either acceptance of the portion of the work so opened or a waiver of any provision of the contract. Any damage to the portion of the work so opened that is not attributable to traffic which is permitted by the Owner shall be repaired by the Contractor at his/her expense. The Contractor shall make his/her own estimate of the inherent difficulties involved in completing the work under the conditions herein described and shall not claim any added compensation by reason of delay or increased cost due to opening a portion of the contract work. Contractor shall be required to conform to safety standards contained AC 150/5370-2, Operational Safety on Airports During Construction (See Special Provisions.) Contractor shall refer to the approved safety plan to identify barricade requirements and other safety requirements prior to opening up sections of work to traffic. 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 non -execution of the work. The Contractor shall rebuild, repair, restore, and make good all injuries or damages to any portion of the work occasioned by any of the above causes before final acceptance and shall bear the expense thereof except damage to the work due to unforeseeable causes beyond the control of and without the fault or negligence of the Contractor, including but not restricted to acts of God such as earthquake, tidal wave, tornado, hurricane or other cataclysmic phenomenon of nature, or acts of the public enemy or of government authorities. If the work is suspended for any cause whatever, the Contractor shall be responsible for the work and shall take such precautions necessary to prevent damage to the work. The Contractor shall provide for normal drainage and shall erect necessary temporary structures, signs, or other facilities at 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 and the owners are indicated as follows: Utility Service or Facility Person to Contract (Name, Title, Address, & Phone) Owner's Emergency Contact (Phone) GP -26 9/30/2009 AC 150/5370-10E 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 hereinabove provided shall be cause for the Owner to suspend the Contractor's operations in the general vicinity of a utility service or facility. Where the outside limits of an underground utility service have been located and staked on the ground, the Contractor shall be required to use excavation methods acceptable to the Engineer within 3 feet (90 cm) of such outside limits at such points as may be required to ensure protection from damage due to the Contractor's operations. Should the Contractor damage or interrupt the operation of a utility service or facility by accident or otherwise, he shall immediately notify the proper authority and the Engineer and shall take all reasonable measures to prevent further damage or interruption of service. The Contractor, in such events, shall cooperate with the utility service or facility owner and the Engineer continuously until such damage has been repaired and service restored 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 Owner reserves the right to deduct such costs from any monies due or which may become due the Contractor, or his/her surety. 70-15.1 FAA FACILITIES AND CABLE RUNS. The Contractor is hereby advised that the construction limits of the project include existing facilities and buried cable runs that are owned, operated and maintained by the FAA. The Contractor, during the prosecution of the project work, shall comply with the following: a. The Contractor shall permit FAA maintenance personnel the right of access to the project work site for purposes of inspecting and maintaining all existing FAA owned facilities. b. The Contractor shall notify the above named FAA Airway Facilities Point -of -Contact seven (7) calendar days prior to commencement of construction activities in order to permit sufficient time to locate and mark existing buried cables and to schedule any required facility outages. c. If prosecution of the project work requires a facility outage, the Contractor shall contact the above named FAA Point -of -Contact a minimum of 48 hours prior to the time of the required outage. d. If prosecution of the project work results in damages to existing FAA equipment or cables, the Contractor shall repair the damaged item in conformance with FAA Airway Facilities' standards to the satisfaction of the above named FAA Point -of -Contact. GP -27 9/30/2009 AC 150/5370-10E e. If the project work requires the cutting or splicing of FAA owned cables, the above named FAA Point -of - Contact shall be contacted a minimum of 48 hours prior to the time the cable work commences. The FAA reserves the right to have a FAA Airway Facilities representative on site to observe the splicing of the cables as a condition of acceptance. All cable splices are to be accomplished in accordance with FAA Airway Facilities' specifications and require approval by the above named FAA Point -of -Contact as a condition of acceptance by the Owner. The Contractor is hereby advised that FAA Airway Facilities restricts the location of where splices may be installed. If a cable splice is required in a location that is not permitted by FAA Airway Facilities, the Contractor shall furnish and install a sufficient length of new cable that eliminates the need for any splice. 70-16 FURNISHING RIGHTS-OF-WAY. The Owner will be responsible for furnishing all rights-of-way upon which the work is to be constructed in advance of the Contractor's operations. 70-17 PERSONAL LIABILITY OF PUBLIC OFFICIALS. In carrying out any of the contract provisions or in exercising any power or authority granted 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 stopped 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 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 Depai talent of Interior. Should the Contractor encounter, during his/her operations, any building, part of a building, structure, or object that 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 the Owner will direct the Contractor to either resume his/her operations or to suspend operations as directed. Should the Owner order suspension of the Contractor's operations in order to protect an archaeological or historical finding, or order the Contractor to perform extra work, such shall be covered by an appropriate contract 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 GP -28 9/30/2009 AC 150/5370-10E SECTION 80 PROSECUTION AND PROGRESS 80-01 SUBLETTING OF CONTRACT. The Owner will not recognize any subcontractor on the work. The Contractor shall at all times when work is in progress be represented either in person, by a qualified superintendent, or by other designated, qualified representative who is duly authorized to receive and execute orders of the Engineer. Should the Contractor elect to assign his/her contract, said assignment shall be concurred in by the surety, shall be presented for the consideration and approval of the Owner, and shall be consummated only on the written approval of the Owner. In case of approval, the Contractor shall file copies of all subcontracts with the Engineer. The Contractor shall perform, with his organization, an amount of work equal to at least 25 percent of the total contract cost. 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 Engineer in the written notice to proceed, but in any event, the Contractor shall notify the Engineer at least 24 hours in advance of the time actual construction operations will begin. 80-03 PROSECUTION AND PROGRESS. Unless otherwise specified, the Contractor shall submit his/her progress schedule for the Engineer's approval within 10 days after the effective date of the notice to proceed. The Contractor's progress schedule, when approved by the Engineer, may be used to establish major construction operations and to check on the progress of the work. The Contractor shall provide sufficient materials, equipment, and labor to guarantee the completion of the project in accordance with the plans and specifications within the time set forth in the proposal. If the Contractor falls significantly behind the submitted schedule, the Contractor shall, upon the Engineer's request, submit a revised schedule for completion of the work within the contract time and modify his/her operations to provide such additional materials, equipment, and labor necessary to meet the revised schedule. Should the prosecution of the work be discontinued for any reason, the Contractor shall notify the Engineer at least 24 hours in advance of resuming operations. For AIP contracts, the Contractor shall not commence any actual construction prior to the date on which the notice to proceed is issued by the Owner. 80-04 LIMITATION OF OPERATIONS. The Contractor shall control his/her operations and the operations of his/her subcontractors and all suppliers so as to provide for the free and unobstructed movement of aircraft in the AIR OPERATIONS AREAS of the airport. When the work requires the Contractor to conduct his/her operations within an AIR OPERATIONS AREA of the airport, the work shall be coordinated with airport operations (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 (AOA) of the airport on an intermittent basis (intermittent opening and closing of the AIR OPERATIONS AREA), the Contractor shall maintain constant communications as hereinafter specified; immediately obey all instructions to vacate the AIR OPERATIONS AREA; immediately obey all instructions to resume work in such AIR OPERATIONS AREA. Failure to maintain the specified communications or to obey instructions shall be cause for suspension of the Contractor's operations in the AIR OPERATIONS AREA until the satisfactory conditions are provided. The following AIR OPERATIONS AREA 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: GP -29 9/30/2009 AC 150/5370-10E AOA TIME PERIODS AOA CAN BE CLOSED TYPE OF COMMUNICATIONS REQUIRED WHEN WORKING IN AN AOA CONTROL AUTHORITY Contractor shall be required to conform to safety standards contained in AC 150/5370-2, Operational Safety on Airports During Construction (See Special Provisions). 80-04.1 OPERATIONAL SAFETY ON AIRPORT DURING CONSTRUCTION. All Contractors' operations shall be conducted in accordance with the project safety plan and the provisions set forth within the current version of Advisory Circular 150/5370-2. The safety plan included within the contract documents conveys minimum requirements for operational safety on the airport during construction activities. The Contractor shall prepare and submit a plan that details how it proposes to comply with the requirements presented within the safety plan. The Contractor shall implement all necessary safety plan measures prior to commencement of any work activity. The Contractor shall conduct routine checks of the safety plan measures to assure compliance with the safety plan measures. The Contractor is responsible to the Owner for the conduct of all subcontractors it employs on the project. The Contractor shall assure that all subcontractors are made aware of the requirements of the safety plan and that they implement and maintain all necessary measures. No deviation or modifications may be made to the approved safety plan unless approved in writing by the Owner or Engineer. 80-05 CHARACTER OF WORKERS, METHODS, AND EQUIPMENT. The Contractor shall, at all times, employ sufficient labor and equipment for prosecuting the work to full completion in the manner and time required by the contract, plans, and specifications. All workers shall have sufficient skill and experience to perform properly the work assigned to them. Workers engaged in special work or skilled work shall have sufficient experience in such work and in the operation of the equipment required to perform the work satisfactorily. Any person employed by the Contractor or by any subcontractor who violates any operational regulations and, in the opinion of the Engineer, does not perform his work in a proper and skillful manner or is intemperate or disorderly shall, at the written request of the Engineer, be removed forthwith by the Contractor or subcontractor employing such person, and shall not be employed again in any portion of the work without approval of the Engineer. Should the Contractor fail to remove such persons or person, or fail to furnish suitable and sufficient personnel for the proper prosecution of the work, the Engineer may suspend the work by written notice until compliance with such orders. All equipment that is proposed to be used on the work shall be of sufficient size and in such mechanical condition as to met requirements of the work and to produce a satisfactory quality of work. Equipment used on any portion of the work shall be such that no injury to previously completed work, adjacent property, or existing airport facilities will result from its use. When the methods and equipment to be used by the Contractor in accomplishing the work are not prescribed in the contract, the 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 GP -30 9/30/2009 AC 150/5370-10E 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 Owner shall have the authority to suspend the work wholly, or in part, for such period or periods as he may deem necessary, due to unsuitable weather, or such other conditions as are considered unfavorable for the prosecution of the work, or for such time as is necessary due to the failure on the part of the Contractor to carry out orders given or perform any or all provisions of the contract. In the event that the Contractor is ordered by the Owner, in writing, to suspend work for some unforeseen cause not otherwise provided for in the contract and over which the Contractor has no control, the Contractor may be reimbursed for actual money expended on the work during the period of shutdown. No allowance will be made for anticipated profits. The period of shutdown shall be computed from the effective date of the 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 Owner, or for any other delay provided for in the contract, plans, or specifications. If it should become necessary to suspend work for an indefmite 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 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 Owner for reasons not the fault of the Contractor, shall not be charged against the contract time. proceed. (2) The Engineer will not make charges against the contract time prior to the effective date of the notice to GP -31 9/30/2009 AC 150/5370-10E (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 fmal 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 proportion as the cost of the actually completed quantities bears to the cost of the originally estimated quantities in the proposal. Such increase in contract time shall not consider either the cost of work or the extension of contract time that has been covered by change 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 nonwork days. All calendar days elapsing between the effective dates of the Owner's orders to suspend and resume all work, due to causes not the fault of the Contractor, shall be excluded. At the time of final payment, the contract time shall be increased in the same proportion as the cost of the actually completed quantities bears to the cost of the originally estimated quantities in the proposal. Such increase in the contract time shall not consider either cost of work or the extension of contract time that has been covered by a change order or supplemental agreement. Charges against the contract time will cease as of the date of final acceptance. 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. Requests for extension of time on calendar day projects, caused by inclement weather, shall be supported with National Weather Bureau data showing the actual amount of inclement weather exceeded which could normally be expected during the contract period. 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 including but not limited to additional engineering services that will be incurred by the Owner should the Contractor fail to complete the work in the time provided in his/her contract. SCHEDULE LIQUIDATED DAMAGES COST ALLOWED CONSTRUCTION TIME Base Bid Schedule 1 $1,000.00 240 Base Bid Schedule 2 $1,000.00 240 Alternate 1 $1,000.00 240 GP -32 9/30/2009 AC 150/5370-10E The maximum construction time allowed for all Schedules will be the sum of the time allowed for individual schedules but not more than 240 days. Permitting the Contractor to continue and finish the work or any part of it after the time fixed for its completion, or after the date to which the time for completion may have been extended, will in no way operate as a wavier on the part of the Owner of any of its rights under the contract. 80-09 DEFAULT AND TERMINATION OF CONTRACT. The Contractor shall be considered in default of his/her contract and such default will be considered as cause for the Owner to terminate the contract for any of the following reasons if the Contractor: a. Fails to begin the work under the contract within the time specified in the "Notice to Proceed," or b. Fails to perform the work or fails to provide sufficient workers, equipment or materials to assure completion of work in accordance with the terms of the contract, or c. Performs the work unsuitably or neglects or refuses to remove materials or to perform anew such work as may be rejected as unacceptable and unsuitable, or d. Discontinues the prosecution of the work, or e. Fails to resume work which has been discontinued within a reasonable time after notice to do so, or f. Becomes insolvent or is declared bankrupt, or commits any act of bankruptcy or insolvency, or 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 i. For any other cause whatsoever, fails to carry on the work in an acceptable manner. Should the Engineer consider the Contractor in default of the contract for any reason hereinbefore, he shall immediately give written notice to the Contractor and the Contractor's surety as to the reasons for considering the Contractor in default and the Owner's intentions to terminate the contract. If the Contractor or surety, within a period of 10 days after such notice, does not proceed in accordance therewith, then the Owner will, upon written notification from the Engineer of the facts of such delay, neglect, or default and the Contractor's failure to comply with such notice, have full power and authority without violating the contract, to take the prosecution of the work out of the hands of the Contractor. The Owner may appropriate or use any or all materials and equipment that have been mobilized for use in the work and are acceptable and may enter into an agreement for the completion of said contract according to the terms and provisions thereof, or use such other methods as in the opinion of the Engineer will be required for the completion of said contract in an acceptable manner. All costs and charges incurred by the Owner, together with the cost of completing the work under contract, will be deducted from any monies due or which may become due the Contractor. If such expense exceeds the sum which would have been payable under the contract, then the Contractor and the surety shall be liable and shall pay to the Owner the amount of such excess. 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. GP -33 9/30/2009 AC 150/5370-10E When the contract, or any portion thereof, is terminated before completion of all items of work in the contract, payment will be made for the actual number of units or items of work completed at the contract price or as mutually agreed for items of work partially completed or not started. No claims or loss of anticipated profits shall be considered. Reimbursement for organization of the work, and other overhead expenses, (when not otherwise included in the contract) and moving equipment and materials to and from the job will be considered, the intent being that an equitable settlement will be made with the Contractor. Acceptable materials, obtained or ordered by the Contractor for the work and that are not incorporated in the work shall, at the option of the Contractor, be purchased from the Contractor at actual cost as shown by receipted bills and actual cost records at such points of delivery as may be designated by the 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. 80-11 WORK AREA, STORAGE AREA AND SEQUENCE OF OPERATIONS. The Contractor shall obtain approval from the Engineer prior to beginning any work in all areas of the airport. No operating runway, taxiway, or Air Operations Area (AOA) shall be crossed, entered, or obstructed while it is operational. The Contractor shall plan and coordinate his/her work in such a manner as to insure safety and a minimum of hindrance to flight operations. All Contractor equipment and material stockpiles shall be stored a minimum of 250 feet from the centerline of an active runway. No equipment will be allowed to park within the approach area of an active runway at any time. No equipment shall be within 250 feet of an active runway at any time. END OF SECTION 80 GP -34 9/30/2009 AC 150/5370-10E 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 that are measured or proportioned by weights shall be weighed on accurate, approved scales by competent, qualified personnel at locations designed by the Engineer. If material is shipped by rail, the car weight may be accepted provided that only the actual weight of material is paid for. However, car weights will not be acceptable for material to be passed through mixing plants. Trucks used to haul material being paid for by weight shall be weighed empty daily at such times as the 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 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. GP -35 9/30/2009 AC 150/5370-10E Cement will be measured by the ton (kilogram) or hundredweight (kilogram). Timber will be measured by the thousand feet board measure (M.F.B.M.) actually incorporated in the structure. Measurement will be based on nominal widths and thicknesses and the extreme length of each piece. The term "lump sum" when used as an item of payment will mean complete payment for the work described in the contract. When a complete structure 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 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 (2.3 kilogram) weights for testing the weighing equipment or suitable weights and devices for other approved equipment. Scales must be tested for accuracy and serviced before use at a new site. Platform scales shall be installed and maintained with the platform level and rigid bulkheads at each end. Scales "overweighing" (indicating more than correct weight) will not be permitted to operate, and all materials received subsequent to the last previous correct weighting -accuracy test will be reduced by the percentage of error in excess of one-half of 1 percent. In the event inspection reveals the scales have 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 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 GP -36 9/30/2009 AC 150/5370-10E 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. Should the Engineer omit or order nonperformance of a contract item or portion of such item from the work, the Contractor shall accept payment in full at the contract prices for any work actually completed and acceptable prior to the Engineer's order to omit or nonperform such contract item. Acceptable materials ordered by the Contractor or delivered on the work prior to the date of the Engineer's order will be paid for at the actual cost to the Contractor and shall thereupon become the property of the Owner. In addition to the reimbursement hereinbefore provided, the Contractor shall be reimbursed for all actual costs incurred for the purpose of performing the omitted contract item prior to the date of the Engineer's order. Such additional costs incurred by the Contractor must be directly related to the deleted contract item and shall be supported by certified statements by the Contractor as to the nature the amount of such costs. 90-05 PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK. Extra work, performed in accordance with the subsection titled EXTRA WORK of Section 40, will be paid for at the contract prices or agreed prices specified in the change order or supplemental agreement authorizing the extra work. When the change order or supplemental agreement authorizing the extra work requires that it be done by force account, such force account shall be measured and paid for based on expended labor, equipment, and materials plus a negotiated and agreed upon allowance for overhead and profit. a. Miscellaneous. No additional allowance will be made for general superintendence, the use of small tools, or other costs for which no specific allowance is herein provided. b. Comparison of Record. The Contractor and the Engineer shall compare records of the cost of force account work at the end of each day. Agreement shall be indicated by signature of the Contractor and the Engineer or their duly authorized representatives. c. Statement. No payment will be made for work performed on a force account basis until the Contractor has furnished the Engineer with duplicate itemized statements of the cost of such force account work detailed as follows: (1) Name, classification, date, daily hours, total hours, rate and extension for each laborer and foreman. GP -37 9/30/2009 AC 150/5370-10E (2) Designation, dates, daily hours, total hours, rental rate, and extension for each unit of machinery and equipment. (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 PAYMENT OF WITHHELD FUNDS of this section. The balance (90 percent) of the amount payable, less all previous payments, shall be certified for payment. Should the Contractor exercise his/her option, as provided in the subsection titled PAYMENT OF WITHHELD FUNDS of this section, no such 10 percent retainage shall be deducted. When not less than 95 percent of the work has been completed, the Engineer may, at the Owner's 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 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 fmal payment as provided in the subsection titled ACCEPTANCE AND FINAL PAYMENT of this section. The Contractor shall deliver to the Owner a complete release of all claims for labor and material arising out of this contract before the final retained percentage or final payment is made. If any subcontractor or supplier fails to furnish such a release in full, the Contractor may furnish a bond or other collateral satisfactory to the Owner to indemnify the Owner against any potential lien or other such claim. The bond or collateral shall include all costs, expenses, and attorney fees the Owner may be compelled to pay in discharging any such lien or claim. 90-07 PAYMENT FOR MATERIALS ON HAND. Partial payments may be made to the extent of the delivered cost of materials to be incorporated in the work, provided that such materials meet the requirements of the contract, GP -38 9/30/2009 AC 150/5370-10E 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. No partial payment will be made for stored or stockpiled living or perishable plant materials. The Contractor shall bear all costs associated with the partial payment of stored or stockpiled materials in accordance with the provisions of this subsection. 90-08 PAYMENT OF WITHHELD FUNDS. At the Contractor's option, he/she may request that the Owner accept (in lieu of the 10 percent retainage on partial payments described in the subsection titled PARTIAL PAYMENTS of this section) the Contractor's deposits in escrow under the following conditions. a. The Contractor shall bear all expenses of establishing and maintaining an escrow account and escrow agreement acceptable to the Owner. b. The Contractor shall deposit to and maintain in such escrow only those securities or bank certificates of deposit as are acceptable to the Owner and having a value not less than the 10 percent retainage that would otherwise be withheld from partial payment. c. The Contractor shall enter into an escrow agreement satisfactory to the Owner. d. The Contractor shall obtain the written consent of the surety to such agreement. 90-09 ACCEPTANCE AND FINAL PAYMENT. When the contract work has been accepted in accordance with the requirements of the subsection titled FINAL ACCEPTANCE of Section 50, the Engineer will prepare the final estimate of the items of work actually performed. The Contractor shall approve the Engineer's final estimate or advise the Engineer of his/her objections to the final estimate which are based on disputes in measurements or computations of the final quantities to be paid under the contract as amended by change order or supplemental agreement. The Contractor and the Engineer shall resolve all disputes (if any) in the measurement and computation of final quantities to be paid within 30 calendar days of the Contractor's receipt of the Engineer's final estimate. If, after such 30 -day period, a dispute still exists, the Contractor may approve the Engineer's estimate under protest of the quantities in dispute, and such disputed quantities shall be considered by the Owner as a claim in accordance with the subsection titled CLAIMS FOR ADJUSTMENT AND DISPUTES of Section 50. GP -39 9/30/2009 AC 150/5370-10E After the Contractor has approved, or approved under protest, the Engineer's final estimate, final payment will be processed based on the entire sum, or the undisputed sum in case of approval under protest, determined to be due the Contractor less all previous payments and all amounts to be deducted under the provisions of the contract. All prior partial estimates and payments shall be subject to correction in the final estimate and payment. If the Contractor has filed a claim for additional compensation under the provisions of the subsection titled CLAIMS FOR ADJUSTMENTS AND DISPUTES of Section 50 or under the provisions of this subsection, such claims will be considered by the Owner in accordance with local laws or ordinances. Upon final adjudication of such claims, any additional payment determined to be due the Contractor will be paid pursuant to a supplemental final estimate. END OF SECTION 90 GP -40 9/30/2009 AC 150/5370-10E SECTION 100 CONTRACTOR QUALITY CONTROL PROGRAM 100-01 GENERAL. When the specification requires a Contractor Quality Control Program, the Contractor shall establish, provide, and maintain an effective Quality Control Program that details the methods and procedures that will be taken to assure that all materials and completed construction required by this contract conform to contract plans, technical specifications and other requirements, whether manufactured by the Contractor, or procured from subcontractors or vendors. Although guidelines are established and certain minimum requirements are specified herein and elsewhere in the contract technical specifications, the Contractor shall assume full responsibility for accomplishing the stated purpose. 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 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 that 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 10 calendar days before the beginning of construction. 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; GP -41 9/30/2009 AC 150/5370-10E 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 Quality 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 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 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) Professional engineer with 1 year of airport paving experience acceptable to the Engineer. (2) Engineer -in -training with 2 years of airport paving experience acceptable to the Engineer. (3) An individual with 3 years of highway and/or airport paving experience acceptable to the Engineer, with a Bachelor of Science Degree in Civil Engineering, Civil Engineering Technology or Construction. (4) Construction materials technician certified at Level III by the National Institute for Certification in Engineering Technologies (NICET). (5) Highway materials technician certified at Level III by NICET. (6) Highway construction technician certified at Level III by NICET. (7) A NICET certified engineering technician in Civil Engineering Technology with 5 years of highway and/or airport paving 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 GP -42 9/30/2009 AC 150/5370-10E technicians, or experienced craftsman with qualifications in the appropriate field equivalent to NICET Level II or higher construction materials technician or highway 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; 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 Program shall 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 GP -43 9/30/2009 AC 150/5370-10E 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); d. Test standard (e.g., ASTM or AASHTO test number, as applicable); e. Test frequency (e.g., as required by technical specifications or minimum frequency when requirements are not stated); f. Responsibility (e.g., plant technician); and g. Control requirements (e.g., target, permissible deviations). The testing plan shall contain a statistically -based procedure of random sampling for acquiring test samples in accordance with ASTM D 3665. The Engineer shall be provided the opportunity to witness quality control sampling and testing. All quality control test results shall be documented by the Contractor as required by Section 100-08. 100-08 DOCUMENTATION. The Contractor shall maintain current quality control records of all inspections and tests performed. These records shall include factual evidence that the required inspections or tests have been performed, including type and number of inspections or tests involved; results of inspections or tests; nature of defects, deviations, causes for rejection, etc.; proposed remedial action; and corrective actions taken. These records must cover both conforming and defective or deficient features, and must include a statement that all supplies and materials incorporated in the work are in full compliance with the terms of the contract. Legible copies of these records shall be furnished to the Engineer daily. The records shall cover all work placed subsequent to the previously furnished records and shall be verified and signed by the Contractor's Program Administrator. Specific Contractor quality control records required for the contract shall include, but are not necessarily limited to, the following records: a. Daily Inspection Reports. Each Contractor quality control technician shall maintain a daily log of all inspections performed for both Contractor and subcontractor operations on a form acceptable to the Engineer. These technician's daily reports shall provide factual evidence that continuous quality control inspections have been performed and shall, as a minimum, include the following: (1) Technical specification item number and description; (2) (3) (4) (5) (6) (7) Compliance with approved submittals; Proper storage of materials and equipment; Proper operation of all equipment; Adherence to plans and technical specifications; Review of quality control tests; and Safety inspection. The daily inspection reports shall identify inspections conducted, results of inspections, location and nature of defects found, causes for rejection, and remedial or corrective actions taken or proposed. GP -44 9/30/2009 AC 150/5370-10E The daily inspection reports shall be signed by the responsible quality control technician and the Program Administrator. The Engineer shall be provided at least one copy of each daily inspection report on the work day following the day of record. b. Daily Test Reports. The Contractor shall be responsible for establishing a system that will record all quality control test results. Daily test reports shall document the following information: (1) Technical specification item number and description; (2) Test designation; (3) Location; (4) Date of test; (5) Control requirements; (6) Test results; (7) Causes for rejection; (8) Recommended remedial actions; and (9) Retests. Test results from each day's work period shall be submitted to the Engineer prior to the start of the next day's work period. When required by the technical specifications, the Contractor shall maintain statistical quality control charts. The daily test reports shall be signed by the responsible quality control technician and the Program Administrator. 100-09 CORRECTIVE ACTION REQUIREMENTS. The Quality Control Program shall indicate the appropriate action to be taken when a process is deemed, or believed, to be out of control (out of tolerance) and detail what action will be taken to bring the process into control. The requirements for corrective action shall include both general requirements for operation of the Quality Control Program as a whole, and for individual items of work contained in the technical specifications. The Quality Control Program shall detail how the results of quality control inspections and tests will be used for determining the need for corrective action and shall contain clear sets of rules to gauge when a process is out of control and the type of correction to be taken to regain process control. When applicable or required by the technical specifications, 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 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: GP -45 9/30/2009 AC 150/5370-10E (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 are taken. END OF SECTION 100 GP -46 7/21/2014 AC 150/5370-1OG SECTION 105 MOBILIZATION 105-1 DESCRIPTION. This item shall consist of work and operations, but is not limited to, work and operations necessary for the movement of personnel, equipment, material and supplies to and from the project site for work on the project except as provided in the contract as separate pay items. 105-1.1 POSTED NOTICES. Prior to commencement of construction activities the Contractor must post the following documents in a prominent and accessible place where they may be easily viewed by all employees of the prime Contractor and by all employees of subcontractors engaged by the prime Contractor: Equal Employment Opportunity (EEO) Poster "Equal Employment Opportunity is the Law" in accordance with the Office of Federal Contract Compliance Programs Executive Order 11246, as amended; Davis Bacon Wage Poster (WH 1321) - DOL "Notice to All Employees" Poster; and Applicable Davis -Bacon Wage Rate Determination. These notices must remain posted until final acceptance of the work by the Owner. 105-2 BASIS OF MEASUREMENT AND PAYMENT. Based upon the contract lump sum price for "Mobilization" partial payments will be allowed as follows: a. With first pay request, 25%. b. When 25% or more of the original contract is earned, an additional 25%. c. When 50% or more of the original contract is earned, an additional 40%. d. After Final Inspection, Staging area clean-up and delivery of all Project Closeout materials as required by 90-11, the final 10%. END OF SECTION 105 Section 105 Mobilization 1 of 2 AC 150/5370-1OG 7/21/2014 Intentionally Left Blank 2 of 2 Section 105 Mobilization 9/30/2009 AC 150/5370-10E SECTION 110 METHOD OF ESTIMATING PERCENTAGE OF MATERIAL WITHIN SPECIFICATION LIMITS (PWL) 110-01 GENERAL. When the specifications provide for acceptance of material based on the method of estimating percentage of material within specification limits (PWL), the PWL will be determined in accordance with this section. All test results for a lot will be analyzed statistically to determine the total estimated percent of the lot that is within specification limits. The PWL is computed using the sample average (X) and sample standard deviation (Sn) of the specified number (n) of sublots for the lot and the specification tolerance limits, L for lower and U for upper, for the particular acceptance parameter. From these values, the respective Quality index(s), QL for Lower Quality Index and/or Qu for Upper Quality Index, is computed and the PWL for the lot for the specified n is determined from Table 1. All specification limits specified in the technical sections shall be absolute values. Test results used in the calculations shall be to the significant figure given in the test procedure. There is some degree of uncertainty (risk) in the measurement for acceptance because only a small fraction of production material (the population) is sampled and tested. This uncertainty exists because all portions of the production material have the same probability to be randomly sampled. The Contractor's risk is the probability that material produced at the acceptable quality level is rejected or subjected to a pay adjustment. The Owner's risk is the probability that material produced at the rejectable quality level is accepted. IT IS THE INTENT OF THIS SECTION TO INFORM THE CONTRACTOR THAT, IN ORDER TO CONSISTENTLY OFFSET THE CONTRACTOR'S RISK FOR MATERIAL EVALUATED, PRODUCTION QUALITY (USING POPULATION AVERAGE AND POPULATION STANDARD DEVIATION) MUST BE MAINTAINED AT THE ACCEPTABLE QUALITY SPECIFIED OR HIGHER. IN ALL CASES, IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO PRODUCE AT QUALITY LEVELS THAT WILL MEET THE SPECIFIED ACCEPTANCE CRITERIA WHEN SAMPLED AND TESTED AT THE FREQUENCIES SPECIFIED. 110-02 METHOD FOR COMPUTING PWL. The computational sequence for computing PWL is as follows: a. Divide the lot into n sublots in accordance with the acceptance requirements of the specification. b. Locate the random sampling position within the sublot in accordance with the requirements of the specification. c. Make a measurement at each location, or take a test portion and make the measurement on the test portion in accordance with the testing requirements of the specification. d. Find the sample average (X) for all sublot values within the lot by using the following formula: X = (xi + x2 + x3 + ...xn) / n Where: X = Sample average of all sublot values within a lot x1, x2 = Individual sublot values n = Number of sublots e. Find the sample standard deviation (Sn) by use of the following formula: Sn = [(d12 + d22 + d32 + ...dn2)/(n-1)]v2 Where: Sn = Sample standard deviation of the number of sublot values in the set d1, d2, = Deviations of the individual sublot values x1, x2, ... from the average value X that is: d1 = (x1 - X), d2 = (x2 - X) ... do = (xi, - X) n = Number of sublots f. For single sided specification limits (i.e., L only), compute the Lower Quality Index QL by use of the following formula: GP -47 9/30/2009 AC 150/5370-10E QL=(X-L)/Sn Where: L = specification lower tolerance limit Estimate the percentage of material within limits (PWL) by entering Table 1 with QL, using the column appropriate to the total number (n) of measurements. If the value of QL falls between values shown on the table, use the next higher value of PWL. g. For double -sided specification limits (i.e. L and U), compute the Quality Indexes QL and Qu by use of the following formulas: QL=(X-L)/Snand Qu=(U-X)/Sn Where: L and U = specification lower and upper tolerance limits Estimate the percentage of material between the lower (L) and upper (U) tolerance limits (PWL) by entering Table 1 separately with QL and Qu, using the column appropriate to the total number (n) of measurements, and determining the percent of material above PL and percent of material below Pu for each tolerance limit. If the values of QL fall between values shown on the table, use the next higher value of PL or Pu. Determine the PWL by use of the following formula: PWL = (Pu + PL) - 100 Where: PL = percent within lower specification limit Pu = percent within upper specification limit EXAMPLE OF PWL CALCULATION Project: Example Project Test Item: Item P-401, Lot A. A. PWL Determination for Mat Density. 1. Density of four random cores taken from Lot A. A-1 96.60 A-2 97.55 A-3 99.30 A-4 98.35 n=4 2. Calculate average density for the lot. X=(xl +x2+x3+...xn)/n X = (96.60 + 97.55 + 99.30 + 98.35) / 4 X = 97.95 percent density 3. Calculate the standard deviation for the lot. Sn = [((96.60 - 97.95)2 + (97.55 - 97.95)2 +(99.30 -97.95)2 + (98.35 -97.95)2)) / (4 - 1)]1/2 Sn = [(1.82 + 0.16 + 1.82 + 0.16) / 3]1/2 Sn = 1.15 4. Calculate the Lower Quality Index QL for the lot. (L=96.3) GP -48 9/30/2009 AC 150/5370-10E QL=(X-L)/Sn QL = (97.95 - 96.30) / 1.15 QL = 1.4348 5. Determine PWL by entering Table 1 with QL= 1.44 and n= 4. PWL = 98 B. PWL Determination for Air Voids. 1. Air Voids of four random samples taken from Lot A. A-1 5.00 A-2 3.74 A-3 2.30 A-4 3.25 2. Calculate the average air voids for the lot. X=(xl+x+x3...n)/n X=(5.00+3.74+2.30+3.25)/4 X = 3.57 percent 3. Calculate the standard deviation Sn for the lot. Sn = [((3.57 - 5.00)2 + (3.57 - 3.74)2+ (3.57 - 2.30)2 + (3.57 -3.25)2) / (4 - 1)]1/2 Sn = [(2.04 + 0.03 + 1.62 + 0.10 ) / 3]1/2 Sn = 1.12 4. Calculate the Lower Quality Index QL for the lot. (L= 2.0) QL = (X - L) / Sn QL = (3.57 - 2.00) / 1.12 QL = 1.3992 5. Determine PL by entering Table 1 with QL = 1.41 and n = 4. PL=97 6. Calculate the Upper Quality Index Qu for the lot. (U= 5.0) Qu = (U - X) / Sn Qu = (5.00 - 3.57) / 1.12 Qu = 1.2702 7. Determine Pu by entering Table 1 with Qu = 1.29 and n = 4. Pu = 93 GP -49 9/30/2009 AC 150/5370-10E 8. Calculate Air Voids PWL PWL=(PL+Pu)- 100 PWL = (97 + 93) - 100 = 90 EXAMPLE OF OUTLIER CALCULATION (Reference ASTM E 178) Project: Example Project Test Item: Item P-401, Lot A. A. Outlier Determination for Mat Density. 1. Density of four random cores taken from Lot A. arranged in descending order. A-3 99.30 A-4 98.35 A-2 97.55 A-1 96.60 2. Use n=4 and upper 5 percent significance level of to find the critical value for test criterion = 1.463. 3. Use average density, standard deviation, and test criterion value to evaluate density measurements. a. For measurements greater than the average: If: (measurement - average)/(standard deviation) is less than test criterion, Then: the measurement is not considered an outlier for A-3 Check if ( 99.30 - 97.95 ) / 1.15 greater than 1.463 1.174 is less than 1.463, the value is not an outlier b. For measurements less than the average: If (average - measurement)/(standard deviation) is less than test criterion, the measurement is not considered an outlier for A-1 Check if ( 97.95 - 96.60) / 1.15 greater than 1.463 1.0 is less than 1.463, the value is not an outlier NOTE: In this example, a measurement would be considered an outlier if the density was: greater than (97.95+1.463x1.15) = 99.63 percent or, less than (97.95-1.463x1.15) = 96.27 percent GP -50 9/30/2009 AC 150/5370-10E TABLE 1. TABLE FOR ESTIMATING PERCENT OF LOT WITHIN LIMITS (PWL) Percent Within Positive Values of Q (QL and Qu Limits (PL and Pu) n=3 n=4 n=5 n=6 n=7 n=8 n=9 n=10 99 1.1541 1.4700 1.6714 1.8008 1.8888 1.9520 1.9994 2.0362 98 1.1524 1.4400 1.6016 1.6982 1.7612 1.8053 1.8379 1.8630 97 1.1496 1.4100 1.5427 1.6181 1.6661 1.6993 1.7235 1.7420 96 1.1456 1.3800 1.4897 1.5497 1.5871 1.6127 1.6313 1.6454 95 1.1405 1.3500 1.4407 1.4887 1.5181 1.5381 1.5525 1.5 63 5 94 1.1342 1.3200 1.3946 1.4329 1.4561 1.4717 1.4829 1.4914 93 1.1269 1.2900 1.3508 1.3810 1.3991 1.4112 1.4199 1.4265 92 1.1184 1.2600 1.3 08 8 1.3323 1.3461 1.3554 1.3620 1.3670 91 1.1089 1.2300 1.2683 1.2860 1.2964 1.3032 1.3081 1.3118 90 1.0982 1.2000 1.2290 1.2419 1.2492 1.2541 1.2576 1.2602 89 1.0864 1.1700 1.1909 1.1995 1.2043 1.2075 1.2098 1.2115 88 1.0736 1.1400 1.1537 1.1587 1.1613 1.1630 1.1643 1.1653 87 1.0597 1.1100 1.1173 1.1192 1.1199 1.1204 1.1208 1.1212 86 1.0448 1.0800 1.0817 1.0808 1.0800 1.0794 1.0791 1.0789 85 1.0288 1.0500 1.0467 1.0435 1.0413 1.0399 1.0389 1.0382 84 1.0119 1.0200 1.0124 1.0071 1.0037 1.0015 1.0000 0.9990 83 0.9939 0.9900 0.9785 0.9715 0.9671 0.9643 0.9624 0.9610 82 0.9749 0.9600 0.9452 0.9367 0.9315 0.9281 0.9258 0.9241 81 0.9550 0.9300 0.9123 0.9025 0.8966 0.8928 0.8901 0.8882 80 0.9342 0.9000 0.8799 0.8690 0.8625 0.8583 0.8554 0.8533 79 0.9124 0.8700 0.8478 0.8360 0.8291 0.8245 0.8214 0.8192 78 0.8897 0.8400 0.8160 0.8036 0.7962 0.7915 0.7882 0.7858 77 0.8662 0.8100 0.7846 0.7716 0.7640 0.7590 0.7556 0.7531 76 0.8417 0.7800 0.7535 0.7401 0.7322 0.7271 0.7236 0.7211 75 0.8165 0.7500 0.7226 0.7089 0.7009 0.6958 0.6922 0.6896 74 0.7904 0.7200 0.6921 0.6781 0.6701 0.6649 0.6613 0.6587 73 0.7636 0.6900 0.6617 0.6477 0.6396 0.6344 0.6308 0.6282 72 0.7360 0.6600 0.6316 0.6176 0.6095 0.6044 0.6008 0.5982 71 0.7077 0.6300 0.6016 0.5878 0.5798 0.5747 0.5712 0.5686 70 0.6787 0.6000 0.5719 0.5582 0.5504 0.5454 0.5419 0.5394 69 0.6490 0.5700 0.5423 0.5290 0.5213 0.5164 0.5130 0.5105 68 0.6187 0.5400 0.5129 0.4999 0.4924 0.4877 0.4844 0.4820 67 0.5878 0.5100 0.4836 0.4710 0.4638 0.4592 0.4560 0.4537 66 0.5563 0.4800 0.4545 0.4424 0.4355 0.4310 0.4280 0.4257 65 0.5242 0.4500 0.4255 0.4139 0.4073 0.4030 0.4001 0.3980 64 0.4916 0.4200 0.3967 0.3856 0.3793 0.3753 0.3725 0.3705 63 0.4586 0.3900 0.3679 0.3575 0.3515 0.3477 0.3451 0.3432 62 0.4251 0.3600 0.3392 0.3295 0.3239 0.3203 0.3179 0.3161 61 0.3911 0.3300 0.3107 0.3016 0.2964 0.2931 0.2908 0.2892 60 0.3568 0.3000 0.2822 0.2738 0.2691 0.2660 0.2639 0.2624 59 0.3222 0.2700 0.2537 0.2461 0.2418 0.2391 0.2372 0.2358 58 0.2872 0.2400 0.2254 0.2186 0.2147 0.2122 0.2105 0.2093 57 0.2519 0.2100 0.1971 0.1911 0.1877 0.1855 0.1840 0.1829 56 0.2164 0.1800 0.1688 0.1636 0.1607 0.1588 0.1575 0.1566 55 0.1806 0.1500 0.1406 0.1363 0.1338 0.1322 0.1312 0.1304 54 0.1447 0.1200 0.1125 0.1090 0.1070 0.1057 0.1049 0.1042 53 0.1087 0.0900 0.0843 0.0817 0.0802 0.0793 0.0786 0.0781 52 0.0725 0.0600 0.0562 0.0544 0.0534 0.0528 0.0524 0.0521 51 0.0363 0.0300 0.0281 0.0272 0.0267 0.0264 0.0262 0.0260 50 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 GP -51 9/30/2009 AC 150/5370-10E TABLE 1. TABLE FOR ESTIMATING PERCENT OF LOT WITHIN LIMITS (PWL) Percent Within Limits (PL and Pu) Negative Values of Q (QL and Qu) n=3 n=4 n=5 n=6 n=7 n=8 n=9 n=10 49 -0.0363 -0.0300 -0.0281 -0.0272 -0.0267 -0.0264 -0.0262 -0.0260 48 -0.0725 -0.0600 -0.0562 -0.0544 -0.0534 -0.0528 -0.0524 -0.0521 47 -0.1087 -0.0900 -0.0843 -0.0817 -0.0802 -0.0793 -0.0786 -0.0781 46 -0.1447 -0.1200 -0.1125 -0.1090 -0.1070 -0.1057 -0.1049 -0.1042 45 -0.1806 -0.1500 -0.1406 -0.1363 -0.1338 -0.1322 -0.1312 -0.1304 44 -0.2164 -0.1800 -0.1688 -0.1636 -0.1607 -0.1588 -0.1575 -0.1566 43 -0.2519 -0.2100 -0.1971 -0.1911 -0.1877 -0.1855 -0.1840 -0.1829 42 -0.2872 -0.2400 -0.2254 -0.2186 -0.2147 -0.2122 -0.2105 -0.2093 41 -0.3222 -0.2700 -0.2537 -0.2461 -0.2418 -0.2391 -0.2372 -0.2358 40 -0.3568 -0.3000 -0.2822 -0.2738 -0.2691 -0.2660 -0.2639 -0.2624 39 -0.3911 -0.3300 -0.3107 -0.3016 -0.2964 -0.2931 -0.2908 -0.2892 38 -0.4251 -0.3600 -0.3392 -0.3295 -0.3239 -0.3203 -0.3179 -0.3161 37 -0.4586 -0.3900 -0.3679 -0.3575 -0.3515 -0.3477 -0.3451 -0.3432 36 -0.4916 -0.4200 -0.3967 -0.3856 -0.3793 -0.3753 -0.3725 -0.3705 35 -0.5242 -0.4500 -0.4255 -0.4139 -0.4073 -0.4030 -0.4001 -0.3980 34 -0.5563 -0.4800 -0.4545 -0.4424 -0.4355 -0.4310 -0.4280 -0.4257 33 -0.5878 -0.5100 -0.4836 -0.4710 -0.4638 -0.4592 -0.4560 -0.4537 32 -0.6187 -0.5400 -0.5129 -0.4999 -0.4924 -0.4877 -0.4844 -0.4820 31 -0.6490 -0.5700 -0.5423 -0.5290 -0.5213 -0.5164 -0.5130 -0.5105 30 -0.6787 -0.6000 -0.5719 -0.5582 -0.5504 -0.5454 -0.5419 -0.5394 29 -0.7077 -0.6300 -0.6016 -0.5878 -0.5798 -0.5747 -0.5712 -0.5686 28 -0.7360 -0.6600 -0.6316 -0.6176 -0.6095 -0.6044 -0.6008 -0.5982 27 -0.7636 -0.6900 -0.6617 -0.6477 -0.6396 -0.6344 -0.6308 -0.6282 26 -0.7904 -0.7200 -0.6921 -0.6781 -0.6701 -0.6649 -0.6613 -0.6587 25 -0.8165 -0.7500 -0.7226 -0.7089 -0.7009 -0.6958 -0.6922 -0.6896 24 -0.8417 -0.7800 -0.7535 -0.7401 -0.7322 -0.7271 -0.7236 -0.7211 23 -0.8662 -0.8100 -0.7846 -0.7716 -0.7640 -0.7590 -0.7556 -0.7531 22 -0.8897 -0.8400 -0.8160 -0.8036 -0.7962 -0.7915 -0.7882 -0.7858 21 -0.9124 -0.8700 -0.8478 -0.8360 -0.8291 -0.8245 -0.8214 -0.8192 20 -0.9342 -0.9000 -0.8799 -0.8690 -0.8625 -0.8583 -0.8554 -0.8533 19 -0.9550 -0.9300 -0.9123 -0.9025 -0.8966 -0.8928 -0.8901 -0.8882 18 -0.9749 -0.9600 -0.9452 -0.9367 -0.9315 -0.9281 -0.9258 -0.9241 17 -0.9939 -0.9900 -0.9785 -0.9715 -0.9671 -0.9643 -0.9624 -0.9610 16 -1.0119 -1.0200 -1.0124 -1.0071 -1.0037 -1.0015 -1.0000 -0.9990 15 -1.0288 -1.0500 -1.0467 -1.0435 -1.0413 -1.0399 -1.0389 -1.0382 14 -1.0448 -1.0800 -1.0817 -1.0808 -1.0800 -1.0794 -1.0791 -1.0789 13 -1.0597 -1.1100 -1.1173 -1.1192 -1.1199 -1.1204 -1.1208 -1.1212 12 -1.0736 -1.1400 -1.1537 -1.1587 -1.1613 -1.1630 -1.1643 -1.1653 11 -1.0864 -1.1700 -1.1909 -1.1995 -1.2043 -1.2075 -1.2098 -1.2115 10 -1.0982 -1.2000 -1.2290 -1.2419 -1.2492 -1.2541 -1.2576 -1.2602 9 -1.1089 -1.2300 -1.2683 -1.2860 -1.2964 -1.3032 -1.3081 -1.3118 8 -1.1184 -1.2600 -1.3088 -1.3323 -1.3461 -1.3554 -1.3620 -1.3670 7 -1.1269 -1.2900 -1.3508 -1.3810 -1.3991 -1.4112 -1.4199 -1.4265 6 -1.1342 -1.3200 -1.3946 -1.4329 -1.4561 -1.4717 -1.4829 -1.4914 5 -1.1405 -1.3500 -1.4407 -1.4887 -1.5181 -1.5381 -1.5525 -1.5635 4 -1.1456 -1.3800 -1.4897 -1.5497 -1.5871 -1.6127 -1.6313 -1.6454 3 -1.1496 -1.4100 -1.5427 -1.6181 -1.6661 -1.6993 -1.7235 -1.7420 2 -1.1524 -1.4400 -1.6016 -1.6982 -1.7612 -1.8053 -1.8379 -1.8630 1 -1.1541 -1.4700 -1.6714 -1.8008 -1.8888 -1.9520 -1.9994 -2.0362 END OF SECTION 110 GP -52 9/30/2009 AC 150/5370-10E SECTION 120 NUCLEAR GAGES 120-01 TESTING. When the specifications provide for nuclear gage acceptance testing of material for Items P- 152, P-154, P-208, and P-209, the testing shall be performed in accordance with this section. At each sampling location, the field density shall be determined in accordance with ASTM D 2922 using the Direct Transmission Method. The nuclear gage shall be calibrated in accordance with Annex Al. Calibration and operation of the gage shall be in accordance with the requirements of the manufacturer. The operator of the nuclear gage must show evidence of training and experience in the use of the instrument. The gage shall be standardized daily in accordance with ASTM D 2922, paragraph 8. Use of ASTM D 2922 results in a wet unit weight, and when using this method, ASTM D 3017 shall be used to determine the moisture content of the material. The moisture gage shall be standardized daily in accordance with ASTM D 3017, paragraph 7. The material shall be accepted on a lot basis. Each Lot shall be divided into eight (8) sublots when ASTM D 2922 is used. 120-02. When PWL concepts are incorporated, compaction shall continue until a PWL of 90 percent or more is achieved using the lower specification tolerance limits (L) below. The percentage of material within specification limits (PWL) shall be determined in accordance with the procedures specified in Section 110 of the General Provisions. The lower specification tolerance limit (L) for density shall be: Specification Item Number Item P-152 Item P-154 Item P-208 Item P-209 Specification Tolerance (L) for Density, (percent of laboratory maximum) 90.5 for cohesive material, 95.5 for non -cohesive 95.5 97.0 97.0 If the PWL is less than 90 percent, the lot shall be reworked and recompacted by the Contractor at the Contractor's expense. After reworking and recompaction, the lot shall be resampled and retested. Retest results for the lot shall be reevaluated for acceptance. This procedure shall continue until the PWL is 90 percent or greater. 120-03 VERIFICATION TESTING. (For Items P-152 and P-154 only.) The Engineer will verify the maximum laboratory density of material placed in the field for each lot. A minimum of one test will be made for each lot of material at the site. The verification process will consist of; (1) compacting the material and determining the dry density and moisture -density in accordance with [ASTM D 698 for aircraft gross weights less than 60,0000 pounds] [ASTM D 1557 for aircraft gross weights 60,000 pounds or more], and (2) comparing the result with the laboratory moisture -density curves for the material being placed. This verification process is commonly referred to as a "one - point Proctor". If the material does not conform to the existing moisture -density curves, the Engineer will establish the laboratory maximum density and optimum moisture content for the material in accordance with [ASTM D 698 for aircraft gross weights less than 60,0000 pounds] [ASTM D 1557 for aircraft gross weights 60,000 pounds or more]. Additional verification tests will be made, if necessary, to properly classify all materials placed in the lot. The percent compaction of each sampling location will be determined by dividing the field density of each sublot by the laboratory maximum density for the lot. END OF SECTION 120 GP -53 Intentionally Left Blank Part 2 - Earthwork Intentionally Left Blank 7/21/2014 AC 150/5370-1OG ITEM P-101 SURFACE PREPARATION DESCRIPTION 101-1.1 This item shall consist of preparation of existing pavement surfaces for overlay, surface treatments, removal of existing pavement, and other miscellaneous items. The work shall be accomplished in accordance with these specifications and the applicable drawings. EQUIPMENT 101-2.1 All equipment shall be specified here and in the following paragraphs or approved by the Engineer. The equipment shall not cause damage to the pavement to remain in place. CONSTRUCTION 101-3.1 REMOVAL OF EXISTING PAVEMENT. a. Concrete pavement. The existing concrete pavement to be removed shall be freed from the pavement to remain by sawing through the complete depth of the slab one foot (30 cm) inside the perimeter of the final removal limits or outside the dowels, whichever is greater when the limits of removal are located on the joints. The pavement between the perimeter of the pavement removal and the saw cut shall be carefully broken up and removed using hand-held jackhammers, weighing 30 pounds (14 kg) or less, or other light-duty equipment which will not cause distress in the pavement which is to remain in place. The Contractor shall have the option of sawing through the dowels at the joint, removing the pavement and installing new dowels. Where the perimeter of the removal limits is not located on the joint and there are no dowels present, then the perimeter shall be saw cut the full depth of the pavement. The pavement inside the saw cut shall be removed by methods suitable to the Engineer which will not cause distress in the pavement which is to remain in place. If the material is to be wasted on the airport site, it shall be reduced to a maximum size designated by the Engineer. The Contractor's removal operation shall not cause damage to cables, utility ducts, pipelines, or drainage structures under the pavement. Concrete slabs that are damaged by under breaking shall be removed. Any damage shall be repaired at the Contractor's expense. b. Asphalt concrete pavement. Asphalt concrete pavement to be removed shall be cut to the full depth of the bituminous material around the perimeter of the area to be removed. The pavement shall be removed so the joint for each layer of pavement replacement is offset 1 foot (30 cm) from the joint in the preceding layer. This does not apply if the removed pavement is to be replaced with concrete or soil. If the material is to be wasted on the airport site, it shall be broken to a maximum size as designated by the airport owner. 101-3.2 PREPARATION OF JOINTS AND CRACKS. Remove all vegetation and debris from cracks to a minimum depth of 1 inch (25 mm). If extensive vegetation exists treat the specific area with a concentrated solution of a water-based herbicide approved by the Engineer. Fill all cracks, ignoring hairline cracks (< 1/4 inch (6 mm) wide) with a crack sealant per ASTM D6690. Wider cracks (over 1-1/2 inch wide (38 mm)), along with soft or sunken spots, indicate Item P-101 Surface Preparation 1 of 6 AC 150/5370-1OG 7/21/2014 that the pavement or the pavement base should be repaired or replaced as stated below. Any excess joint or crack sealer on the surface of the pavement shall also be removed from the pavement surface. Cracks and joints may be filled with a mixture of emulsified asphalt and aggregate. The aggregate shall consist of limestone, volcanic ash, sand, or other material that will cure to form a hard substance. The combined gradation shall be as shown in the following table. Gradation Sieve Size Percent Passing No. 4 100 No. 8 90-100 No. 16 65-90 No. 30 40-60 No. 50 25-42 No. 100 15-30 No. 200 10-20 Up to 3% cement can be added to accelerate the set time. The mixture shall not contain more than 20% natural sand without approval in writing from the Engineer. The proportions of asphalt emulsion and aggregate shall be determined in the field and may be varied to facilitate construction requirements. Normally, these proportions will be approximately one part asphalt emulsion to five parts aggregate by volume. The material shall be poured or placed into the joints or cracks and compacted to form a voidless mass. The joint or crack shall be filled within 0 to 1/8 inches (0- 3 mm) of the surface. Any material spilled outside the width of the joint shall be removed from the pavement surface prior to constructing the overlay. Where concrete overlays are to be constructed, only the excess joint material on the pavement surface and vegetation in the joints need to be removed. 101-3.3 REMOVAL OF PAINT AND RUBBER. All paint and rubber over 1 foot (30 cm) wide that will affect the bond of the new overlay shall be removed from the surface of the existing pavement. Chemicals, high-pressure water, heater scarifier (asphaltic concrete only), cold milling, or sandblasting may be used. Any methods used shall not cause major damage to the pavement. Major damage is defined as changing the properties of the pavement or removing pavement over 1/8 inch (3 mm) deep. If chemicals are used, they shall comply with the state's environmental protection regulations. No material shall be deposited on the runway shoulders. All wastes shall be disposed of in areas indicated in this specification or shown on the plans. 101-3.4 CONCRETE SPALL OR FAILED ASPHALTIC CONCRETE PAVEMENT REPAIR. a. Repair of concrete spalls in areas to be overlaid with asphalt. The Contractors shall repair all spalled concrete as shown on the plans or as directed by the Engineer. The perimeter of the repair shall be saw cut a minimum of 2 inches (50 mm) outside the affected area and 2 inches (50 mm) deep. The deteriorated material shall be removed to a depth where the existing material is firm or cannot be easily removed with a geologist pick. The removed area shall be filled with asphaltic concrete with a minimum Marshall stability of 1,200 lbs (544 kg) and maximum flow of 20 (units of 0.01 in). The material shall be compacted with equipment approved by the Engineer until the material is dense and no movement or marks are visible. The material shall not be placed in lifts over 4 inches (100 mm) in depth. This method of repair applies only to pavement to be overlaid. 2 of 6 Item P-101 Surface Preparation 7/21/2014 AC 150/5370-1OG b. Asphaltic concrete pavement repair. The failed areas shall be removed as specified in paragraph 101-3.1b. All failed material including surface, base course, subbase course, and subgrade shall be removed. The base course and subbase shall be replaced if it has been infiltrated with clay, silt, or other material affecting the load-bearing capacity. Materials and methods of construction shall comply with the other applicable sections of this specification. 101-3.5 COLD MILLING. Milling shall be performed with a power -operated milling machine or grinder, capable of producing a finished surface that provides a good bond to the new overlay. The milling machine or grinder shall operate without tearing or gouging the under laying surface. The milling machine or grinder shall be equipped with automatic grade and slope controls. All millings shall be removed and disposed off Airport property, unless otherwise specified. If the Contractor mills or grinds deeper or wider than the plans specify, the Contractor shall replace the material that was removed with new material at no additional cost to the Owner. a. Patching. The milling machine shall be capable of cutting a vertical edge without chipping or spalling the edges of the remaining pavement and it shall have a positive method of controlling the depth of cut. The Engineer shall layout the area to be milled with a straightedge in increments of 1 foot (30 cm) widths. The area to be milled shall cover only the failed area. Any excessive area that is milled because the Contractor doesn't have the appropriate milling machine, or areas that are damaged because of his negligence, shall not be included in the measurement for payment. b. Profiling, grade correction, or surface correction. The milling machine shall have a minimum width of 10 feet and it shall be equipped with electronic grade control devices that will cut the surface to the grade and tolerances specified. The machine shall cut vertical edges. A positive method of dust control shall be provided. The machine shall have the ability to windrow the millings or cuttings or remove the millings or cuttings from the pavement and load them into a truck. c. Clean-up. The Contractor shall sweep the milled surface daily and immediately after the milling until all residual aggregate and fines are removed from the pavement surface. Prior to paving, the Contractor shall wet down the milled pavement and thoroughly sweep and/or blow the surface to remove any remaining aggregate or fines. 101-3.6 PREPARATION OF ASPHALT PAVEMENT SURFACES. Existing asphalt pavements indicated to be treated with a surface treatment shall be prepared as follows: a. Patch asphalt pavement surfaces that have been softened by petroleum derivatives or have failed due to any other cause. Remove damaged pavement to the full depth of the damage and replace with new asphalt concrete similar to that of the existing pavement in accordance with paragraph 101-3.4. b. Repair joints and cracks in accordance with paragraph 101-3.2. c. Remove oil or grease that has not penetrated the asphalt pavement by scraping or by scrubbing with a detergent, then wash thoroughly with clean water. After cleaning, treat these areas with an oil spot primer. d. Clean pavement surface immediately prior to placing the surface treatment by sweeping, flushing well with water leaving no standing water, or a combination of both, so that it is free of dust, dirt, grease, vegetation, oil or any type of objectionable surface film. Item P-101 Surface Preparation 3 of 6 AC 150/5370-1OG 7/21/2014 101-3.7 MAINTENANCE. The Contractor shall perform all maintenance work necessary to keep the pavement in a satisfactory condition until the full section is complete and accepted by the Engineer. The surface shall be kept clean and free from foreign material. The pavement shall be properly drained at all times. If cleaning is necessary or if the pavement becomes disturbed, any work repairs necessary shall be performed at the Contractor's expense. 101-3.8 PREPARATION OF JOINTS IN RIGID PAVEMENT. 101-3.8.1 Removal of Existing Joint Sealant. All existing joint sealants will be removed by plowing or use of hand tools. Any remaining sealant and or debris will be removed by use of wire brushes or other tools as necessary. Resaw joints removing no more than 1/16 inch (2 mm) from each joint face. Immediately after sawing, flush out joint with water and other tools as necessary to completely remove the slurry. Allow sufficient time to dry out joints prior to sealing. 101-3.8.2 Cleaning prior to sealing Immediately before sealing, joints shall be cleaned by removing any remaining laitance and other foreign material. Clean joints by sandblasting, or other method approved by the Engineer, on each joint face with nozzle held at an angle and not more than three inches (75 mm) from face. Following sandblasting, clean joints with air free of oil and water. Joint surfaces will be surface -dry prior to installation of sealant. 101-3.9 PREPARATION OF CRACKS IN FLEXIBLE PAVEMENT. 101-3.9.1 Preparation of Crack. Widen crack with router by removing a minimum of 1/16 inch ( 2 mm) from each side of crack. Immediately before sealing, joints will be blown out with a hot air lance combined with oil and water -free compressed air. 101-3.9.2 Removal of Existing Sealant. Existing sealants will be removed by routing. Following routing any remaining debris will be removed by use of a hot lance combined with oil and water -free compressed air. METHOD OF MEASUREMENT 101-4.1 Pavement removal. The unit of measurement for pavement removal shall be the number of square yards removed by the Contractor. Any pavement removed outside the limits of removal because the pavement was damaged by negligence on the part of the Contractor shall not be included in the measurement for payment. 101-4.2 Joint and crack repair. The unit of measurement for joint and crack repair shall be the linear foot of joint. 101-4.3 Gravel Pavement Removal. The unit of measurement for "Gravel Pavement Removal" shall be the number of square yards removed by the Contractor. Any pavement removed outside the specified limits of removal due to negligence or damage on the part of the Contractor shall not be included in the measurement for payment and shall be replaced to a condition matching or better than the existing pavement. 101-43 Paint and rubber removal. The unit of measurement for paint and rubber removal shall be the square foot. 101-4.6 Spalled and failed asphaltic concrete pavement repair: a. The unit of measure for concrete spall repair shall be the number of square feet. The location and average depth of the patch shall be determined and agreed upon by the Engineer and the Contractor. 4 of 6 Item P-101 Surface Preparation 7/21/2014 AC 150/5370-10G b. The unit of measure for failed asphaltic concrete pavement shall be square feet. 101-4.7 Cold milling. The unit of measure for cold milling shall be inches of milling per square yard as shown on the plans and called out for in the basis of payment. The location and average depth of the cold milling shall be determined and agreed to by the Engineer and the Contractor prior to beginning the work. If the initial cut doesn't correct the condition and surface correction is required, the Contractor shall re - mill the area and will be paid only once for the total depth of milling. BASIS OF PAYMENT 101-5.1 Payment. Payment shall be made at contract unit price for the unit of measurement as specified above. This price shall be full compensation for furnishing all materials and for all preparation, hauling, and placing of the material and for all labor, equipment, tools, and incidentals necessary to complete this item. Item P 101-5.1 Asphaltic Concrete Pavement Removal — per square yard Item P 101-5.2 Concrete Pavement Removal — per square yard Item P 101-5.3 Gravel Pavement Removal — per square yard Item P-101-5.4 Joint and Crack Repair — per linear foot Item P-101-5.5 Paint and Rubber Removal — per square foot Item P-101-5.6 Spalled Asphaltic Concrete Pavement Repair — per square yard Item P-101-5.7 Failed Asphaltic Concrete Pavement Repair — per square yard Item P-101-5.8 Cold Milling Asphaltic Pavement (0-X" Depth) — per square yard Item P-101-5.9 Cold Milling Concrete Pavement (0-X" Depth) — per square yard ASTM D6690 MATERIAL REQUIREMENTS Standard Specification For Joint And Crack Sealants, Hot Applied, For Concrete And Asphalt Pavements END OF ITEM P-101 Item P-101 Surface Preparation 5 of 6 AC 150/5370-1OG 7/21/2014 Intentionally Left Blank 6 of 6 Item P-151 Clearing and Grubbing 7/21/2014 AC 150/5370-10G ITEM P-152 EXCAVATION, SUBGRADE, 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 safety areas, runways, taxiways, aprons, and intermediate areas as well as other areas for drainage, building construction, parking, or other purposes in accordance with these specifications and in conformity to the dimensions and typical sections shown on the plans. 152-1.2 Classification. All material excavated shall be classified as defined below: a. Unclassified excavation. Unclassified excavation shall consist of the excavation and disposal of all material, regardless of its nature which is not otherwise classified and paid for under one of the following items. b. Rock excavation. Rock excavation shall include all solid rock in ledges, in bedded deposits, in unstratified masses, and conglomerate deposits which are so firmly cemented they cannot be removed without blasting or using rippers. All boulders containing a volume of more than 1/2 cubic yard (0.4 m3) will be classified as "rock excavation." c. Muck excavation. Muck excavation shall consist of the removal and disposal of deposits or mixtures of soils and organic matter not suitable for foundation material. Muck shall include materials that will decay or produce subsidence in the embankment. It may consist of decaying stumps, roots, logs, humus, or other material not satisfactory for incorporation in the embankment. d. Drainage excavation. Drainage excavation shall consist of all excavation made for the primary purpose of drainage and includes drainage ditches, such as intercepting, inlet or outlet ditches; temporary levee construction; or any other type as shown on the plans. e. Borrow excavation. Borrow excavation shall consist of approved material required for the construction of embankments or for other portions of the work in excess of the quantity of usable material available from required excavations. Borrow material shall be obtained from areas designated by the Engineer within the limits of the airport property but outside the normal limits of necessary grading, or from areas outside the airport boundaries. 152-1.3 UNSUITABLE EXCAVATION. Any material containing vegetable or organic matter, such as muck, peat, organic silt, or sod shall be considered unsuitable for use in embankment construction. Material, suitable for topsoil may be used on the embankment slope when approved by the Engineer. CONSTRUCTION METHODS 152-2.1 GENERAL. Before beginning excavation, grading, and embankment operations in any area, the area shall be completely cleared and grubbed in accordance with Item P-151. The suitability of material to be placed in embankments shall be subject to approval by the Engineer. All unsuitable material shall be disposed of in waste areas shown on the plans. All waste areas shall be graded Item P-152 Excavation, Subgrade, and Embankment 1 of 9 AC 150/5370-1OG 7/21/2014 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 and the Engineer notified per subsection 70- 20. 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. Those areas outside of the limits of the pavement areas where the top layer of soil material has become compacted by hauling or other Contractor activities shall be scarified and disked to a depth of 4 inches (100 mm), 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 notify the Engineer, who shall arrange for their removal if necessary. The Contractor, at his or her expense, shall satisfactorily repair or pay the cost of all damage to such facilities or structures that may result from any of the Contractor's operations during the period of the contract. 152-2.2 EXCAVATION. No excavation shall be started until the work has been staked out by the Contractor and the Engineer has obtained from the Contractor, the survey notes of the elevations and measurements of the ground surface. All areas to be excavated shall be stripped of vegetation and topsoil. Topsoil shall be stockpiled for future use in areas designated on the plans or by the Engineer. All suitable excavated material shall be used in the formation of embankment, subgrade, or 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 as directed by the Engineer. When the volume of excavation is not sufficient for constructing the embankments 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 that may affect the work. a. Selective grading. When selective grading is indicated on the plans, the more suitable material 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 so that it can be measured for payment as specified in paragraph 152-3.3. b. Undercutting. Rock, shale, hardpan, loose rock, boulders, or other material unsatisfactory for safety areas, subgrades, roads, shoulders, or any areas intended for turf shall be excavated to a minimum depth of 12 inches (300 mm) below the subgrade or to the depth specified by the Engineer. 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 plans. Excavated material shall be paid for at the contract unit price per cubic yard for unclassified excavation. The excavated area shall be backfilled with suitable material obtained from the grading operations or borrow areas and compacted to specified densities. The necessary backfill is incidental to this item. Where rock cuts are made, backfill with select material. Any pockets created in the rock surface shall be drained in accordance with the details shown on the plans. 2 of 9 Item P-152 Excavation, Subgrade, and Embankment 7/21/2014 AC 150/5370-1OG 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. All overbreak shall be graded or removed by the Contractor and disposed of as directed by the Engineer. The Engineer shall determine if the displacement of such material was unavoidable and his or her decision shall be final. Payment will not be made for the removal and disposal of overbreak that the Engineer determines as avoidable. Unavoidable overbreak will be classified as "Unclassified Excavation." d. Removal of utilities. The removal of existing structures and utilities required to permit the orderly progress of work will be accomplished by someone other than the Contractor; for example, the utility unless otherwise shown on the plans. All existing foundations shall be excavated at least 2 feet (60 cm) below the top of subgrade or as indicated on the plans, and the material disposed of as directed by the Engineer. All foundations thus excavated shall be backfilled with suitable material and compacted as specified. e. Compaction requirements. The subgrade under areas to be paved shall be compacted to a depth of 8 inches and to a density of not less than 95 percent of the maximum density as determined by ASTM D 698. The material to be compacted shall be within ±2% of optimum moisture content before being rolled to obtain the prescribed compaction (except for expansive soils). The in-place field density shall be determined in accordance with ASTM D1556 or ASTM D2167. Stones or rock fragments larger than 4 inches (100 mm) in their greatest dimension will not be permitted in the 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. All loose or protruding rocks on the back slopes of cuts shall be pried loose or otherwise removed to the slope finished grade line. 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 as directed by the Engineer and in accordance with the following: Blasting will be permitted only when proper precautions are taken for the safety of all persons, the work, and the property. All damage done to the work or property shall be repaired by the Contractor. The cost of repair is incidental to this item. All operations of the Contractor in connection with the transportation, storage, and use of explosives shall conform to all Federal, state and local regulations and explosive manufacturers' instructions, with applicable approved permits reviewed by the Engineer. Any approval will not relieve the Contractor of his or 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: 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. Item P-152 Excavation, Subgrade, and Embankment 3 of 9 AC 150/5370-1OG 7/21/2014 These records shall be made available to the Engineer on a monthly basis or in tabulated form at other times as required. f. Proof rolling. After compaction is completed, the subgrade area shall be proof rolled with a heavy pneumatic -tired roller having four or more tires abreast, each tire loaded to a minimum of 30,000 pounds (13.6 metric tons) and inflated to a minimum of 125 psi (0.861 MPa) in the presence of the Engineer. Apply a minimum of 2 to 3 coverage, or as specified by the Engineer, to all paved areas. A coverage is defined as the application of one tire print over the designated area. Soft areas of subgrade that deflect more than 1 inch (25 mm) or show permanent deformation greater than 1 inch (25 mm) shall be removed and replaced with suitable material or reworked to conform to the moisture content and compaction requirements in accordance with these specifications. 152-2.3 BORROW EXCAVATION. Borrow areas 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 by the Engineer. When borrow sources are outside the boundaries of the airport property, it shall be the Contractor's responsibility to locate and obtain the borrow sources, subject to the approval of the Engineer. The Contractor shall notify the Engineer at least 15 days prior to beginning the excavation so necessary measurements and tests can be made. All borrow pits shall be opened up to expose the various strata of acceptable material to allow obtaining a uniform product. All unsuitable material shall be disposed of by the Contractor. 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 ditches; for temporary levee construction; or for any other type as designed or as shown on the plans. The work shall be performed in sequence with the other construction. Intercepting ditches shall be constructed prior to starting adjacent excavation operations. All satisfactory material shall be placed in embankment fills; unsuitable material shall be placed in designated waste areas or as directed by the Engineer. All necessary work shall be performed true to final line, elevation, and cross-section. The Contractor shall maintain ditches constructed on the project to the required cross-section and shall keep them free of debris or obstructions until the project is accepted. 152-2.5 PREPARATION OF EMBANKMENT AREA. Where an embankment is to be constructed to a height of 4 feet (1.2 m) or less, all sod and vegetative matter shall be removed from the surface upon which the embankment is to be placed. The cleared surface shall be broken up by plowing or scarifying to a minimum depth of 6 inches (150 mm) and shall then be compacted as indicated in paragraph 152-2.6. When the height of fill is greater than 4 feet (1.2 m), sod not required to be removed shall be thoroughly disked and recompacted to the density of the surrounding ground before construction of embankment. Sloped surfaces steeper than one (1) vertical to four (4) horizontal shall be plowed, stepped, benched, or broken up so that the fill material will bond with the existing material. When the subgrade is part fill and part excavation or natural ground, the excavated or natural ground portion shall be scarified to a depth of 12 inches (300 mm) and compacted as specified for the adjacent fill. No direct payment shall be made for the work performed under this section. The necessary clearing and grubbing and the quantity of excavation removed will be paid for under the respective items of work. 152-2.6 FORMATION OF EMBANKMENTS. 4 of 9 Item P-152 Excavation, Subgrade, and Embankment 7/21/2014 AC 150/5370-10G 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 by the Engineer. The layers shall be placed, to produce a soil structure as shown on the typical cross-section or as directed by the Engineer. Materials such as brush, hedge, roots, stumps, grass and other organic matter, shall not be incorporated or buried in the embankment. Earthwork operations shall be suspended at any time when satisfactory results cannot be obtained because of rain, freezing, or other unsatisfactory weather conditions in the field. Frozen material shall not be placed in the embankment nor shall embankment be placed upon frozen material. Material shall not be placed on surfaces that are muddy, frozen, or contain frost. The Contractor shall drag, blade, or slope the embankment to provide surface drainage at all times. The material in each layer shall be within ±2% of optimum moisture content before rolling to obtain the prescribed compaction. To achieve a uniform moisture content throughout the layer, the material shall be moistened or aerated as necessary. Samples of all embankment materials for testing, both before and after placement and compaction, will be taken for each 1000 cubic yards. Based on these tests, the Contractor shall make the necessary corrections and adjustments in methods, materials or moisture content to achieve the specified embankment density. Rolling operations shall be continued until the embankment is compacted to not less than 95% of maximum density for noncohesive soils, and 90% of maximum density for cohesive soils as determined by ASTM D698. Under all areas to be paved, the embankments shall be compacted to a depth of 8 inches and to a 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 D1556 or ASTM D2167. Contractor's laboratory shall perform all density tests in the Engineer's presence and provide the test results upon completion to the Engineer for acceptance. Compaction areas shall be kept separate, and no layer shall be covered by another layer until the proper density is obtained. During construction of the embankment, the Contractor shall route all construction equipment evenly over the entire width of the embankment as each layer is placed. Layer placement shall begin in the deepest portion of the embankment fill. As placement progresses, the 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 by the Engineer and the finer material shall be used to fill the voids with 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 on the plans or by the Engineer. When the excavated material consists predominantly of rock fragments of such size that the material cannot be placed in layers of the prescribed thickness without crushing, pulverizing or further breaking down the pieces, such material may be placed in the embankment as directed in layers not exceeding 2 feet (60 cm) in thickness. Each layer shall be leveled and smoothed with suitable equipment by distribution of spalls and finer fragments of rock. The layer shall not be constructed above an elevation 4 feet (1.2 m) below the finished subgrade. Item P-152 Excavation, Subgrade, and Embankment 5 of 9 AC 150/5370-1OG 7/21/2014 There will be no separate measurement of payment for compacted embankment. All costs incidental to placing in layers, compacting, discing, watering, mixing, sloping, and other operations necessary 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 is substantially complete, the Contractor shall remove any soft or other unstable material over the full width of the subgrade that will not compact properly. All low areas, holes or depressions in the subgrade 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 plans. Grading of the subgrade shall be performed so that it will drain readily. The Contractor shall protect the subgrade from damage and limit hauling over the finished subgrade to only traffic essential for construction purposes. All ruts or rough places that develop in the completed subgrade shall be graded and recompacted. No subbase, base, 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. The Contractor shall include the cost in the contract unit price for the pay of items of work involved. No payment will be made separately or directly for hauling on any part of the work. 152-2.9 TOLERANCES. In those areas upon which a subbase or base course is to be placed, the top of the subgrade shall be of such smoothness that, when tested with a 12 -foot (3.7-m) straightedge applied parallel and at right angles to the centerline, it shall not show any deviation in excess of 1/2 inch (12 mm), or shall not be more than 0.05 feet (15 mm) from true grade as established by grade hubs. Any deviation in excess of these amounts shall be corrected by loosening, adding, or removing materials; reshaping; and recompacting. On safety areas, intermediate and other designated areas, the surface shall be of such smoothness that it will not vary more than 0.10 feet (3 mm) 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. When topsoil is specified or required as shown on the plans or under Item T-905, it shall be salvaged from stripping or other grading operations. The topsoil shall meet the requirements of Item T-905. If, at the time of excavation or stripping, the topsoil cannot be placed in its final section of finished construction, the material shall be stockpiled at approved locations. Stockpiles shall not be placed within 500 feet of runway pavement or 200 feet of taxiway pavement and shall not be placed on areas that subsequently will require any excavation or embankment fill. 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. No direct payment will be made for topsoil under Item P-152. The quantity removed and placed directly or stockpiled shall be paid for at the contract unit price per cubic yard (cubic meter) for "Unclassified Excavation." 6 of 9 Item P-152 Excavation, Subgrade, and Embankment 7/21/2014 AC 150/5370-1OG When stockpiling of topsoil and later rehandling of such material is directed by the Engineer, the material so rehandled shall be paid for at the contract unit price per cubic yard (cubic meter) for "topsoiling," as provided in Item T-905. METHOD OF MEASUREMENT 152-3.1 The quantity of excavation to be paid for shall be the number of cubic yards (cubic meters) measured in its original position. Measurement shall not include the quantity of materials excavated without authorization beyond normal slope lines, or the quantity of material used for purposes other than those directed. 152-3.2 Borrow material shall be paid for on the basis of the number of cubic yards (cubic meters) measured in its original position at the borrow pit. 152-3.3 Stockpiled material shall be paid for on the basis of the number of cubic yards (cubic meters) measured in the stockpiled position. 152-3.4 For payment specified by the cubic yard (cubic meter), measurement for all excavation and embankment shall be computed by the average end area method. The end area is that bound by the original ground line established by field cross-sections and the final theoretical pay line established by excavation /embankment cross-sections shown on the plans, subject to verification by the Engineer. After completion of all excavation /embankment operations and prior to the placing of base or subbase material, the final excavation /embankment shall be verified by the Engineer by means of field cross-sections taken randomly at intervals not exceeding 500 linear feet (150 m). BASIS OF PAYMENT 152-4.1 "Unclassified excavation" payment shall be made at the contract unit price per cubic yard (cubic meter). This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. 152-4.2 "Rock Excavation" payment shall be made at the contract unit price per cubic yard (cubic meter). This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. 152-4.3 "Muck Excavation" payment shall be made at the contract unit price per cubic yard (cubic meter). This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. 152-4.4 "Drainage Excavation" payment shall be made at the contract unit price per cubic yard (cubic meter). This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. 152-4.5 "Borrow Excavation" payment shall be made at the contract unit price per cubic yard (cubic meter). This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. 152-4.6 "Stockpiled Material" payment shall be made at the contract unit price per cubic yard (cubic meter). This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. 152-4.7 For embankment in place, payment shall be made at the contract unit price per cubic yard (cubic meter). This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. Item P-152 Excavation, Subgrade, and Embankment 7 of 9 AC 150/5370-1OG 7/21/2014 Payment will be made under: Item P-152-4.1 Item P-152-4.2 Item P-152-4.3 Item P-152-4.4 Item P-152-4.5 Item P-152-4.6 Item P-152-4.7 Item P-152-1.10 Unclassified Excavation - per cubic yard Rock Excavation - per cubic yard Muck Excavation - per cubic yard Drainage Excavation - per cubic yard Borrow Excavation - per cubic yard Stockpiled material - per cubic yard Embankment in place - per cubic yard Undercut and Replace Unsuitable Subgrade — per cubic yards TESTING REQUIREMENTS ASTM D698 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft3 (600 kN-m/m3)) ASTM D1556 Standard Test Method for Density and Unit Weight of Soil in Place by the Sand - Cone Method ASTM Dl 557 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-lbf/ft3 (2700 kN-m/m3)) ASTM D2167 Standard Test Method for Density and Unit Weight of Soil in Place by the Rubber Balloon Method ASTM D6938 Standard Test Methods for In -Place Density and Water Content of Soil and Soil - Aggregate by Nuclear Methods (Shallow Depth) END OF ITEM P-152 8 of 9 Item P-152 Excavation, Subgrade, and Embankment 7/21/2014 AC 150/5370-1OG Intentionally Left Blank Item P-152 Excavation, Subgrade, and Embankment 9 of 9 Intentionally Left Blank 7/21/2014 AC 150/5370-10G ITEM P-155 LIME -TREATED SUBGRADE DESCRIPTION 155-1.1 This item shall be used for soil modification to achieve specific needs that require strength gain to a specific level. This item shall consist of constructing one or more courses of a mixture of soil, lime, and water in accordance with this specification, and in conformity with the lines, grades, thicknesses, and typical cross-sections shown on the plans. MATERIALS 155-2.1 Lime. Quicklime and hydrated lime, either high -calcium dolomitic, or magnesium lime, as defined by ASTM C51, shall conform to the requirements of ASTM C977. Lime not produced from calcining limestone shall not be permitted. 155-2.2 Commercial lime slurry. Commercial lime slurry shall be a pumpable suspension of solids in water. The water or liquid portion of the slurry shall not contain dissolved material in sufficient quantity naturally injurious or objectionable for the purpose intended. The solids portion of the mixture, when considered on the basis of "solids content," shall consist principally of hydrated lime of a quality and fineness sufficient to meet the following requirements as to chemical composition and residue. a. Chemical composition. The "solids content" of the lime slurry shall consist of a minimum of 70%, by weight, of calcium and magnesium oxides. b. Residue. The percent by weight of residue retained in the "solids content" of lime slurry shall conform to the following requirements: (1) Residue retained on a No. 6 (3360 micron) sieve = maximum 0 0% (2) Residue retained on a No. 10 (2000 micron) sieve = maximum 1.0% (3) Residue retained on a No. 30 (590 micron) sieve = maximum 2.5% c. Grade. Commercial lime slurry shall conform to one of the following two grades: (1) Grade 1. The "dry solids content" shall be at least 31% by weight, of the slurry. (2) Grade 2. The "dry solids content" shall be at least 35%, by weight, of the slurry. 155-2.3 WATER. Water used for mixing or curing shall be potable, reasonably clean and free of oil, salt, acid, alkali, sugar, vegetable, or other substances injurious to the finished product. 155-2.4 SOIL. The soil for this work shall consist of inorganic natural materials on the site or selected materials from other sources; uniform in quality and gradation; and shall be approved by the Engineer. The soil shall be free of roots, sod, weeds, and stones larger than 2-1/2 inches (60 mm). Item P-155 Lime -Treated Subgrade 1 of 7 AC 150/5370-1OG 7/21/2014 COMPOSITION 155-3.1 SOIL -LIME MIXTURE. Ten days prior to the commencement of the work, the Contractor shall submit a soil -lime mixture, developed by the Contractor's laboratory, showing the amount of lime and water required per cubic yard, and procedures for blending the lime/subgrade mixture for each type of existing soil. The soil -lime mixture shall include process type and number of: lime applications, stages of mixing, slurry injection depths, mixing depths, and depths of compaction lifts. Also, the Contractor shall submit a list of equipment to be used and their relation to method of mix proportioning, spreading, pulverizing and compacting subgrade, slurry injection, jet slurry mixing, and other related work. The soil -lime mixture shall also contain amount of lime,in pounds per cubic and the amount of water to be used. A thickness of 8 inches at the rate of 8% hydrated lime by dry weight based on the maximum dry unit weight of the raw subgrade soils as deteremined by a modified proctor test (ASTM D1557), with a minimum of 47 pounds per square yard shall be applied to the subgrade. The lime content should be sufficient to lower the Liquid Limit to less than 30 and the Plasticity Index to less than 10. 155-3.2 TOLERANCES. At final compaction, the lime and water content for each course of subgrade treatment shall conform to the following tolerances: Material Tolerance Lime + 0.5% Water + 2%, -0% WEATHER LIMITATIONS 155-4.1 WEATHER LIMITATION. Do not construct subgrade when weather conditions detrimentally affect the quality of the materials. Do not apply lime unless the air temperature is at least 40°F (4°C) and rising. Do not apply lime to soils that are frozen or contain frost. If the air temperature falls below 35°F (2°C), protect completed lime -treated areas by approved methods against the detrimental effects of freezing. Remove and replace any damaged portion of the completed soil -lime treated area with new soil -lime material in accordance with this specification. EQUIPMENT 155-5.1 EQUIPMENT. The equipment required shall include all equipment necessary to complete this item such as: grading and scarifying equipment, a spreader for the lime or lime slurry, mixing or pulverizing equipment, sheepsfoot and pneumatic or vibrating rollers, sprinkling equipment, and trucks. CONSTRUCTION METHODS 155-6.1 GENERAL. 2 of 7 Item P-155 Lime -Treated Subgrade 7/21/2014 AC 150/5370-1OG This specification is to construct a subgrade consisting of a uniform lime mixture which shall be free from loose or segregated areas. The subgrade shall be of uniform density and moisture content, well mixed for its full depth, and have a smooth surface suitable for placing subsequent courses. The Contractor shall be responsible to meet the above requirements. Before beginning lime treatment, the subgrade shall be constructed as specified in Item P-152, Excavation, Subgrade and Embankment, and shaped to conform to the typical sections, lines, and grades as shown on the plans. If the Contractor elects to use a cutting and pulverizing machine that will remove the subgrade material accurately to the secondary grade and pulverize the material at the same time, he will not be required to expose the secondary grade nor windrow the material. The machine must give visible indication at all times that it is cutting the material uniformly to the proper depth over the entire width of the cut. If a cutting and pulverizing machine is not used, the material to be treated shall be excavated to the secondary grade (proposed bottom of lime treatment) and removed or windrowed to expose the secondary grade. The excavated material shall then be spread to the desired cross-section and uniformly mixed and compacted. 155-6.2 APPLICATION. Lime shall be spread only over an area where the initial mixing operations can be completed during the same work day. The application and mixing of lime with the soil shall be accomplished by the methods described as "Dry Placing" or "Slurry Placing." The Contractor may use either method when hydrated lime is specified. n: Dry placing. The lime shall be spread uniformly over the subgrade by an approved screw typo spreader box or other approved spreading equipment. The amount of lime spr -ad shall be the amount required for mixing to the specified depth that will result in the amount determined in specified moisture content has been reached. The lime shall be distributed in a manner that will minimize scattering by wind. Lime shall not be applied when wind conditions, in the opinion of the Engineer, are detrimental to proper application. A motor grader shall not be used to spread the lime. b. Slurry placing. The lime shall be mixed with water in trucks with approved distributors and applied as a thin water suspension or slurry. Commercial lime slurry shall be applied with a lime percentage not less than that applicable for the grade used. The distribution of lime shall be by successive passes over a measured section of subgrade until the specified amount of lime has been spread. The amount of lime spread shall be the amount required for mixing to the specified depth that will result in the amount determined in the soil -lime mixture or as shown on the plans. The distributor truck shall continually agitate the slurry to keep the mixture uniform. 155-6.3 MIXING. The mixing procedure shall be the same for "Dry Placing" or "Slurry Placing" as described below: a. Preliminary mixing. The full depth of the treated subgrade shall be mixed with an approved mixing machine. Lime shall not be left exposed for more than six (6) hours. The mixing machine shall make two coverages. Water shall be added to the subgrade during mixing to provide a moisture content approximately 5% above the optimum moisture of the material and to ensure chemical action of the lime and subgrade. After mixing, the subgrade shall be lightly rolled to seal the surface and help prevent evaporation of moisture. The water content of the Item P-155 Lime -Treated Subgrade 3 of 7 AC 150/5370-1OG 7/21/2014 subgrade mixture shall be maintained at a moisture content above the optimum moisture content for a minimum of 48 hours or until the material becomes friable. During the curing period, the material shall be sprinkled as directed by the Engineer. b. Final mixing. After the required curing time, the material shall be uniformly mixed by approved methods. If the mixture contains clods, they shall be reduced in size by blading, discing, harrowing, scarifying, or the use of other approved pulverization methods so that the remainder of the clods shall meet the following requirements when tested dry by laboratory sieves. After curing, pulverize lime treated material until soil particles pass a one inch (25 mm) sieve and 60% pass the No. 4 (4.75 mm) sieve. If resultant mixture contains clods, reduce their size by scarifying, remixing, or pulverization to meet specified gradation. 155-6.4 COMPACTION. Compaction of the mixture shall immediately follow the final mixing operation with no part of the mixture uncompacted more than 30 minutes after final mixing. The material shall be aerated or sprinkled as necessary to provide the optimum moisture content during compaction. The field density of the compacted mixture shall be at least 93% of the maximum density of laboratory specimens prepared from samples taken from the material in place. The specimens shall be compacted and tested in accordance with ASTM D698 to determine maximum density and optimum moisture content. The in-place field density shall be determined in accordance with ASTM D1556 or ASTM D6938. Testing frequency shall be a minimum of one compaction test per 1000 square yards (840 square meters) of stabilized base or as directed by the Engineer. The material shall be sprinkled and rolled as directed by the Engineer. All irregularities, depressions, or weak spots that develop shall be corrected immediately by scarifying the areas affected, adding or removing material as required, and reshaping and recompacting. The surface of the subgrade shall be maintained in a smooth condition, free from undulations and ruts, until other work is placed on it or the work is accepted by the Engineer. The full depth of the material shown on the plans shall be compacted to remain firm and stable under construction equipment. All testing shall be done by the Engineer. Perform in-place density test to determine degree of compaction between 24 and 72 hours after final compaction and 24 hour moist cure period. If the material fails to meet the density requirements, it shall be reworked to meet the density requirements. The shape of the course shall be maintained smooth and shall conform to the typical section shown on the plans and the established lines and grades. If the material loses the specified stability, density, and finish before the next course is placed or the work is accepted by the Engineer, the material shall be recompacted and refinished by the Contractor, and the cost shall be incidental to this item. 155-6.5 FINISHING AND CURING. After the final layer or course of lime -treated subgrade has been compacted, it shall be brought to the required lines and grades in accordance with the typical sections. The completed section shall then be finished by rolling, as directed by the Engineer, with a pneumatic or other suitable roller sufficiently light to prevent hairline cracking. The finished surface shall not vary more than 3/8 inch (9 mm) when tested with a 12 feet (3.7 m) straightedge applied parallel with and at right angles to the pavement centerline. Any variations in excess of this tolerance shall be corrected by the Contractor in a manner satisfactory to the Engineer, and the cost shall be incidental to this item. The completed section shall be moist -cured for a minimum of seven (7) days before further courses are added or any traffic is permitted, unless otherwise directed by the Engineer. Subsequent courses shall be applied within 14 days after the lime -treated subgrade is cured. 155-6.6 THICKNESS CONTROL. 4 of 7 Item P-155 Lime -Treated Subgrade 7/21/2014 AC 150/5370-1OG The thickness of the final lime -treated subgrade shall be not less than the thickness specified. Thickness shall be determined by depth tests or cores taken at intervals so that each test shall represent no more than 300 square yards (250 sq m). When the base deficiency is more than 1/2 inch (12 mm), the Contractor shall correct such areas in a manner satisfactory to the Engineer. The Contractor shall replace the base material where borings are taken for test purposes. This cost shall be incidental to this item. 155-6.7 MAINTENANCE. The Contractor shall protect and maintain the lime -treated subgrade from yielding until the lime -treated subgrade is covered by placement of the next layer. The cost of this maintenance shall be incidental to this item. 155-6.8 HANDLING AND SAFETY. The Contractor shall obtain and enforce the lime supplier's instructions for proper safety and handling of the lime to prevent physical eye or skin contact with lime during transport or application. METHOD OF MEASUREMENT 155-7.1 Lime -treated subgrade shall be paid for by the square yard (square meter) in the completed and accepted work. 155-7.2 Lime shall be paid by the number of tons (kg) of Hydrated Lime, or the calculated equivalent, used in the completed and accepted work. "Calculated Equivalent" will be determined by the Engineer as follows: a. Hydrated lime delivered to the project in dry form will be measured according to the actual tonnage either spread on the subgrade or batched on site into a slurry, whichever is applicable. b. Lime delivered to the project in slurry form will be paid for on the basis of certified chemical composition tickets and batch weight tickets. The Owner shall reserve the right to have the dry lime content verified by an independent testing laboratory. If the chemical composition is reported on the basis of Pebble Quicklime, the equivalent hydrated lime will be determined in accordance with paragraph c. below. c. If Pebble Quicklime is delivered to the project in dry form it will be measured for payment on the basis of the following formula: Total Quicklime Total Quicklime (CaO)(Tons) + (Ca0)(Tons) x x % Purity x 1.32 Factor % Impurities x 1.00 Factor Equivalent Hydrated Lime Ca(OH)2(Tons) The above will apply whether the quicklime is spread dry (if allowed) or batched into a slurry. BASIS OF PAYMENT 155-8.1 Payment shall be made at the contract unit price per square yard for the lime -treated subgrade at the thickness specified. The price shall be full compensation for furnishing all material, except the lime, and for all preparation, delivering, placing and mixing these materials, and all labor, equipment, tools and incidentals necessary to complete this item. Item P-155 Lime -Treated Subgrade 5 of 7 AC 150/5370-1OG 7/21/2014 155-8.2 Payment shall be made at the contract unit price per ton of lime (application rate is based on dry weight of soil). This price shall be full compensation for furnishing, delivery, and placing this material. Payment will be made under: Item P-155-8.1.8 8" Lime -treated subgrade - per square yard TESTING REQUIREMENTS ASTM D698 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft3) (600 kN-m/m3) ASTM D1556 Standard Test Method for Density and Unit Weight of Soil in Place by the Sand - Cone Method ASTM D6938 Standard Test Method for In -Place Density and Water Content of Soil and Soil - Aggregate by Nuclear Methods (Shallow Depth) MATERIAL REQUIREMENTS ASTM C51 Standard Terminology Relating to Lime and Limestone (as used by the Industry) ASTM C977 Standard Specification for Quicklime and Hydrated Lime for Soil Stabilization ASTM D3551 Standard Practice for Laboratory Preparation of Soil -Lime Mixtures Using Mechanical Mixer END OF ITEM P-155 6 of 7 Item P-155 Lime -Treated Subgrade 7/21/2014 AC 150/5370-1OG Intentionally Left Blank Item P-155 Lime -Treated Subgrade 7 of 7 Intentionally Left Blank 7/21/2014 AC 150/5370-1OG ITEM P-156 TEMPORARY AIR AND WATER POLLUTION, SOIL EROSION, AND SILTATION CONTROL DESCRIPTION 156-1.1 This item shall consist of temporary control measures as shown on the plans or as ordered by the Engineer during the life of a contract to control water pollution, soil erosion, and siltation through the use of silt fences, berms, dikes, dams, sediment basins, fiber mats, gravel, mulches, grasses, slope drains, and other erosion control devices or methods. The temporary erosion control measures contained herein shall be coordinated with the permanent erosion control measures specified as part of this contract to the extent practical to assure economical, effective, and continuous erosion control throughout the construction period. Temporary control may include work outside the construction limits such as borrow pit operations, equipment and material storage sites, waste areas, and temporary plant sites. Temporary control measures shall be design, installed and maintained to minimize the creation of wildlife attractants that have the potential to attract hazardous wildlife on or near public -use airports. MATERIALS 156-2.1 GRASS. Grass that will not compete with the grasses sown later for permanent cover per Item T-901 shall be a quick -growing species (such as ryegrass, Italian ryegrass, or cereal grasses) suitable to the area providing a temporary cover. Selected grass species shall not create a wildlife attractant. 156-2.2 MULCHES. Mulches may be hay, straw, fiber mats, netting, bark, wood chips, or other suitable material reasonably clean and free of noxious weeds and deleterious materials per ItemT-908. Mulches shall not create a wildlife attractant. 156-2.3 FERTILIZER. Fertilizer shall be a standard commercial grade and shall conform to all Federal and state regulations and to the standards of the Association of Official Agricultural Chemists. 156-2.4 SLOPE DRAINS. Slope drains may be constructed of pipe, fiber mats, rubble, Portland cement concrete, bituminous concrete, or other materials that will adequately control erosion. 156-2.5 SILT FENCE. The silt fence shall consist of polymeric filaments which are formed into a stable network such that filaments retain their relative positions. Synthetic filter fabric shall contain ultraviolet ray inhibitors and Item P-156 Temporary Air and Water Pollution, Soil Erosion, and Siltation Control 1 of 5 AC 150/5370-1OG 7/21/2014 stabilizers to provide a minimum of six months of expected usable construction life. Silt fence shall meet the requirements of ASTM D6461. 156-2.6 OTHER. All other materials shall meet commercial grade standards and shall be approved by the Engineer before being incorporated into the project. CONSTRUCTION REQUIREMENTS 156-3.1 GENERAL. In the event of conflict between these requirements and pollution control laws, rules, or regulations of other Federal, state, or local agencies, the more restrictive laws, rules, or regulations shall apply. The Engineer shall be responsible for assuring compliance to the extent that construction practices, construction operations, and construction work are involved. 156-3.2 SCHEDULE. Prior to the start of construction, the Contractor shall submit schedules for accomplishment of temporary and permanent erosion control work for clearing and grubbing; grading; construction; paving; and structures at watercourses. The Contractor shall also submit a proposed method of erosion and dust control on haul roads and borrow pits and a plan for disposal of waste materials. Work shall not be started until the erosion control schedules and methods of operation for the applicable construction have been accepted by the Engineer. 156-3.3 CONSTRUCTION DETAILS. The Contractor will be required to incorporate all permanent erosion control features into the project at the earliest practicable time as outlined in the accepted schedule. Except where future construction operations will damage slopes, the Contractor shall perform the permanent seeding and mulching and other specified slope protection work in stages, as soon as substantial areas of exposed slopes can be made available. Temporary erosion and pollution control measures will be used to correct conditions that develop during construction that were not foreseen during the design stage; that are needed prior to installation of permanent control features; or that are needed temporarily to control erosion that develops during normal construction practices, but are not associated with permanent control features on the project. Where erosion may be a problem, clearing and grubbing operations should be scheduled and performed so that grading operations and permanent erosion control features can follow immediately if project conditions permit; otherwise, temporary erosion control measures may be required. The Engineer shall limit the area of clearing and grubbing, excavation, borrow, and embankment operations in progress, commensurate with the Contractor's capability and progress in keeping the finish grading, mulching, seeding, and other such permanent control measures current with the accepted schedule. If seasonal limitations make such coordination unrealistic, temporary erosion control measures shall be taken immediately to the extent feasible and justified as directed by the Engineer. The Contractor shall provide immediate permanent or temporary pollution control measures to minimize contamination of adjacent streams or other watercourses, lakes, ponds, or other areas of water impoundment as directed by the Engineer. If temporary erosion and pollution control measures are required due to the Contractor's negligence, carelessness, or failure to install permanent controls as a part of the work as scheduled or directed by the Engineer, the work shall be performed by the Contractor and the cost shall be incidental to this item. 2 of 5 Item P-156 Temporary Air and Water Pollution, Soil Erosion, and Siltation Control 7/21/2014 AC 150/5370-1OG The Engineer may increase or decrease the area of erodible earth material that can be exposed at any time based on an analysis of project conditions. The erosion control features installed by the Contractor shall be acceptably maintained by the Contractor during the construction period. Whenever construction equipment must cross watercourses at frequent intervals, temporary structures should be provided. Pollutants such as fuels, lubricants, bitumen, raw sewage, wash water from concrete mixing operations, and other harmful materials shall not be discharged into any waterways, impoundments or into natural or manmade channels. 156-3.4 INSTALLATION, MAINTENANCE AND REMOVAL OF SILT FENCES. Silt fences shall extend a minimum of 16 inches (41 cm) and a maximum of 34 inches (86 cm) above the ground surface. Posts shall be set no more than 10 feet (3 m) on center. Filter fabric shall be cut from a continuous roll to the length required minimizing joints where possible. When joints are necessary, the fabric shall be spliced at a support post with a minimum 12 -inch (300 -mm) overlap and securely sealed. A trench shall be excavated approximately 4 inches (100 mm) deep by 4 inches (100 mm) wide on the upslope side of the silt fence. The trench shall be backfilled and the soil compacted over the silt fence fabric. The Contractor shall remove and dispose of silt that accumulates during construction and prior to establishment of permanent erosion control. The fence shall be maintained in good working condition until permanent erosion control is established. Silt fence shall be removed upon approval of the Engineer. METHOD OF MEASUREMENT 156-4.1 Temporary erosion and pollution control work required will be performed as scheduled or directed by the Engineer. Completed and accepted work will be measured as follows: a. Temporary seeding and mulching will be measured by the square yard. b. Temporary slope drains will be measured by the linear foot. c. Temporary benches, dikes, dams, and sediment basins will be measured by the cubic yard of excavation performed, including necessary cleaning of sediment basins, and the cubic yard of embankment placed as directed by the Engineer. d. All fertilizing will be measured by the ton. 156-4.2 Control work performed for protection of construction areas outside the construction limits, such as borrow and waste areas, haul roads, equipment and material storage sites, and temporary plant sites, will not be measured and paid for directly but shall be considered as a subsidiary obligation of the Contractor. BASIS OF PAYMENT 156-5.1 Accepted quantities of temporary water pollution, soil erosion, and siltation control work ordered by the Engineer and measured as provided in paragraph 156-4.1 will be paid for under: Item P-156-5.1 Item P-156-5.2 Item P-156-5.3 Temporary seeding and mulching - per square yard Temporary slope drains - per linear foot Temporary benches, dikes, dams and sediment basins - per cubic yard (cubic meter) Item P-156 Temporary Air and Water Pollution, Soil Erosion, and Siltation Control 3 of 5 AC 150/5370-1OG 7/21/2014 Item P-156-5.4 Fertilizing - per ton (kg) Item P-156-5.5 Installation and Removal of Silt Fence — per linear foot Item P-156-5.6 Rock Filter Dam — per linear foot Item P-156-5.8 Rock Construction Exit — per linear foot Item P-156-5.11 Storm Water Pollution Prevention Plan (SWPPP) — per each Where other directed work falls within the specifications for a work item that has a contract price, the units of work shall be measured and paid for at the contract unit price bid for the various items. Temporary control features not covered by contract items that are ordered by the Engineer will be paid for in accordance with Section 90-05 Payment for Extra work. MATERIAL REQUIREMENTS ASTM D6461 Standard Specification for Silt Fence Materials AC 150/5200-33 Hazardous Wildlife Attractants END OF ITEM P-156 4 of 5 Item P-156 Temporary Air and Water Pollution, Soil Erosion, and Siltation Control 7/21/2014 AC 150/5370-1OG Intentionally Left Blank Item P-156 Temporary Air and Water Pollution, Soil Erosion, and Siltation Control 5 of 5 Intentionally Left Blank Part 6 - Rigid Pavement Intentionally Left Blank 7/21/2014 AC 150/5370-1OG ITEM P-501 PORTLAND CEMENT CONCRETE (PCC) PAVEMENT DESCRIPTION 501-1.1 This work shall consist of pavement composed of portland cement concrete (PCC), with reinforcement constructed on a prepared underlying surface in accordance with these specifications and shall conform to the lines, grades, thickness, and typical cross-sections shown on the plans. MATERIALS 501-2.1 AGGREGATES. a. Reactivity. Fine and Coarse aggregates to be used in all concrete shall be evaluated and tested by the Contractor for alkali -aggregate reactivity in accordance with both ASTM C1260 and ASTM C 1567. Aggregate and mix proportion reactivity tests shall be performed for each project. (1) Coarse and fine aggregate shall be tested separately in accordance with ASTM C1260. The aggregate shall be considered innocuous if the expansion of test specimens, tested in accordance with ASTM C1260, does not exceed 0.10% at 28 days (30 days from casting). (2) Combined coarse and fine aggregate shall be tested in accordance with ASTM C1567, modified for combined aggregates, using the proposed mixture design proportions of aggregates, cementitious materials, and/or specific reactivity reducing chemicals. If lithium nitrate is proposed for use with or without supplementary cementitious materials, the aggregates shall be tested in accordance with Corps of Engineers (COE) Concrete Research Division (CRD) C662. If lithium nitrate admixture is used, it shall be nominal 30% ±0.5% weight lithium nitrate in water. If the expansion of the proposed combined materials test specimens, tested in accordance with ASTM C1567, modified for combined aggregates, or COE CRD C662, does not exceed 0.10% at 28 days, the proposed combined materials will be accepted. If the expansion of the proposed combined materials test specimens is greater than 0.10% at 28 days, the aggregates will not be accepted unless adjustments to the combined materials mixture can reduce the expansion to less than 0.10% at 28 days, or new aggregates shall be evaluated and tested. (3) b. Fine aggregate. Fine aggregate shall conform to the requirements of ASTM C33. Grading of the fine aggregate, as delivered to the mixer, shall conform to the requirements of ASTM C33 and shall have a fineness modulus of not less than 2.50 nor more than 3.40. The soundness loss shall not exceed 10% when sodium sulfate is used or 15% when magnesium sulfate is used, after five cycles, when tested per ASTM C88. The amount of deleterious material in the fine aggregate shall not exceed the following limits: Item P-501 Portland Cement Concrete (PCC) Pavement 1 of 40 AC 150/5370-1OG 7/21/2014 Limits for Deleterious Substances in Fine Aggregate for Concrete Deleterious material ASTM Percentage by Mass Clay Lumps and friable particles ASTM C142 1.0 Material finer than 0.075mm (No. 200 sieve) ASTM C117 3.0 Lightweight particles ASTM C123 using a medium with a density of Sp. Gr. of 2.0 0.5 Total of all deleterious Material ASTM C123 using a medium with a density of Sp. Gr. of 2.4) 3.0 c. Coarse aggregate. Gradation, within the separated size groups, shall meet the coarse aggregate grading requirements of ASTM C33 when tested in accordance with ASTM C136. When the nominal maximum size of the aggregate is greater than one inch (25 mm), the aggregates shall be furnished in two size groups. Aggregates delivered to the mixer shall consist of crushed stone, crushed or uncrushed gravel, air-cooled iron blast furnace slag, crushed recycled concrete pavement, or a combination. The aggregates should be free of ferrous sulfides, such as pyrite, that would cause "rust" staining that can bleed through pavement markings. Steel blast furnace slag shall not be permitted. The aggregate shall be composed of clean, hard, uncoated particles. Dust and other coating shall be removed from the aggregates by washing. The percentage of wear shall be no more than 40 when tested in accordance with ASTM C 131. The quantity of flat, elongated, and flat and elongated particles in any size group coarser than 3/8 sieve (9 mm) shall not exceed 8% by weight when tested in accordance with ASTM D4791. A flat particle is defined as one having a ratio of width to thickness greater than 5. An elongated particle is one having a ratio of length to width greater than 5. The soundness loss shall not exceed 12% when sodium sulfate is used or 18% when magnesium sulfate is used, after five cycles, when tested per ASTM C88. The amount of deleterious material in the coarse aggregate shall not exceed the following limits: Limits for Deleterious Substances in Coarse Aggregate for Concrete Deleterious material ASTM Percentage by Mass Clay Lumps and friable particles ASTM C142 1.0 Material finer than No. 200 sieve (0.075mm) ASTM C117 1.0 Lightweight particles ASTM C123 using a medium with a density of Sp. Gr. of 2.0 0.5 Chert (less than 2.40 Sp Gr.) ASTM C123 using a medium with a density of Sp. Gr. of 2.4) 1.0 Total of all deleterious Material 3.0 2 of 40 Item P-501 Portland Cement Concrete (PCC) Pavement 7/21/2014 AC 150/5370-1OG Table 1. Gradation For Coarse Aggregate (ASTM C33) Sieve Designations (square openings) Percentage by Weight Passing Sieves inch mm 2-1/2 60 --- --- 2 50 100 --- 1-1/2 38 90-100 --- 1 25 20-55 100 3/4 19 0-15 90-100 1/2 13 --- --- 3/8 9 0-5 20-55 No.4 4.75 --- 0-10 No. 8 2.36 --- 0-5 (1) Aggregate susceptibility to durability (D) cracking. Aggregates that have a history of D -cracking shall not be used. Combined aggregate gradation. If substituted for the grading requirements specified for coarse aggregate and for fine aggregateand when approved by the Engineer, the combined aggregate grading shall meet the following requirements: (a) The materials selected and the proportions used shall be such that when the Coarseness Factor (CF) and the Workability Factor (WF) are plotted on a diagram as described in d. below, the point thus determined shall fall within the parallelogram described therein. (b) The CF shall be determined from the following equation: CF = (cumulative percent retained on the 3/8 in. sieve)(100) / (cumulative percent retained on the No. 8 sieve) The Workability Factor WF is defined as the percent passing the No. 8 (2.36 mm) sieve based on the combined gradation. However, WF shall be adjusted, upwards only, by 2.5 percentage points for each 94 pounds (42 kg) of cementitious material per cubic meter yard greater than 564 pounds per cubic yard (335 kg per cubic meter). (d) A diagram shall be plotted using a rectangular scale with WF on the Y-axis with units from 20 (bottom) to 45 (top), and with CF on the X-axis with units from 80 (left side) to 30 (right side). On this diagram a parallelogram shall be plotted with corners at the following coordinates (CF -75, WF -28), (CF -75, WF -40), (CF -45, WF -32.5), and (CF -45, WF -44.5). If the point determined by the intersection of the computed CF and WF does not fall within the above parallelogram, the grading of each size of aggregate used and the proportions selected shall be changed as necessary. (1) (c) 501-2.2 Cement. Cement shall conform to the requirements of ASTM C150 Type I or II. If aggregates are deemed innocuous when tested in accordance with paragraph 501-2.1.a.1 and accepted in accordance with paragraph 501-2.1.a.2, higher equivalent alkali content in the cement may be allowed Item P-501 Portland Cement Concrete (PCC) Pavement 3 of 40 AC 150/5370-1OG 7/21/2014 if approved by the Engineer and FAA. If cement becomes partially set or contains lumps of caked cement, it shall be rejected. Cement salvaged from discarded or used bags shall not be used. 501-2.3 Cementitious materials. a. Fly ash. Fly ash shall meet the requirements of ASTM C618, with the exception of loss of ignition, where the maximum shall be less than 6%. Fly ash for use in mitigating alkali -silica reactivity shall have a Calcium Oxide (CaO) content of less than 13% and a total available alkali content less than 3% per ASTM C311. Fly ash produced in furnace operations using liming materials or soda ash (sodium carbonate) as an additive shall not be acceptable. The Contractor shall furnish the previous three most recent, consecutive ASTM C618 reports for each source of fly ash proposed in the mix design, and shall furnish each additional report as they become available during the project. The reports can be used for acceptance or the material may be tested independently by the Engineer. b. Slag cement (ground granulated blast furnace (GGBF)). Slag cement shall conform to ASTM C989, Grade 100 or Grade 120. Slag cement shall be used only at a rate between 25% and 55% of the total cementitious material by mass. c. Raw or calcined natural pozzolan. Natural pozzolan shall be raw or calcined and conform to ASTM C618, Class N, including the optional requirements for uniformity and effectiveness in controlling Alkali -Silica reaction and shall have a loss on ignition not exceeding 6%. Class N pozzolan for use in mitigating Alkali -Silica Reactivity shall have a total available alkali content less than 3%. 501-2.4 JOINT SEAL. The joint seal for the joints in the concrete pavement shall meet the requirements of Item P-605 and shall be of the type specified in the plans. 501-2.5 ISOLATION JOINT FILLER. Premolded joint filler for isolation joints shall conform to the requirements of ASTM D1752, Type II or III and shall be where shown on the plans. The filler for each joint shall be furnished in a single piece for the full depth and width required for the joint, unless otherwise specified by the Engineer. When the use of more than one piece is required for a joint, the abutting ends shall be fastened securely and held accurately to shape by stapling or other positive fastening means satisfactory to the Engineer. 501-2.6 STEEL REINFORCEMENT. Reinforcing shall consist of bar mats conforming to the requirements of ASTM A615 or ASTM A704. 501-2.7 DOWEL AND TIE BARS. Dowel bars shall be plain steel bars conforming to ASTM A615 and shall be free from burring or other deformation restricting slippage in the concrete. Before delivery to the construction site each dowel bar shall be epoxy coated per ASTM A1078. The dowels shall be coated with a bond -breaker recommended by the manufacturer. Dowel sleeves or inserts are not permitted. Grout retention rings shall be fully circular metal or plastic devices capable of supporting the dowel until the grout hardens. Tie bars shall be deformed steel bars and conform to the requirements of ASTM A615. Tie bars designated as Grade 60 in ASTM A615 or ASTM A706 shall be used for construction requiring bent bars. 501-2.8 WATER. Water used in mixing or curing shall be potable, clean, free of oil, salt, acid, alkali, sugar, vegetable, or other substances injurious to the finished product, except that non -potable water, or water from concrete production operations, maybe used if it meets the requirements of ASTM C1602. 4 of 40 Item P-501 Portland Cement Concrete (PCC) Pavement 7/21/2014 AC 150/5370-1OG 501-2.9 MATERIAL FOR CURING CONCRETE. Curing materials shall conform to one of the following specifications: a. Liquid membrane -forming compounds for curing concrete shall conform to the requirements of ASTM C309, Type 2, Class B, or Class A if wax base only. b. White polyethylene film for curing concrete shall conform to the requirements of ASTM C171. c. White burlap -polyethylene sheeting for curing concrete shall conform to the requirements of ASTM C171. d. Waterproof paper for curing concrete shall conform to the requirements of ASTM C171. 501-2.10 ADMIXTURES. The Contractor shall submit certificates indicating that the material to be furnished meets all of the requirements indicated below. In addition, the Engineer may require the Contractor to submit complete test data from an approved laboratory showing that the material to be furnished meets all of the requirements of the cited specifications. Subsequent tests may be made of samples taken by the Engineer from the supply of the material being furnished or proposed for use on the work to determine whether the admixture is uniform in quality with that approved. a. Air -entraining admixtures. Air -entraining admixtures shall meet the requirements of ASTM C260 and shall consistently entrain the air content in the specified ranges under field conditions. The air -entrainment agent and any water reducer admixture shall be compatible. b. Water -reducing admixtures. Water -reducing admixture shall meet the requirements of ASTM C494, Type A, B, or D. ASTM C494, Type F and G high range water reducing admixtures and ASTM C1017 flowable admixtures shall not be used. c. Other admixtures. The use of set retarding, and set -accelerating admixtures shall be approved by the Engineer. Retarding shall meet the requirements of ASTM C494, Type A, B, or D and set -accelerating shall meet the requirements of ASTM C494, Type C. Calcium chloride and admixtures containing calcium chloride shall not be used. d. Lithium Nitrate. The lithium admixture shall be a nominal 30% aqueous solution of Lithium Nitrate, with a density of 10 pounds/gallon (1.2 kg/L), and shall have the approximate chemical form as shown below: Constituent LiNO3 (Lithium Nitrate) SO4 (Sulfate Ion) Cl (Chloride Ion) Na (Sodium Ion) K (Potassium Ion) Provide a trained manufacturer's dispensing and mixing operations. 501-2.11 EPDXY-RESIN. Limit (Percent by Mass) 30 ±0.5 0.1 (max) 0.2 (max) 0.1 (max) 0.1 (max) representative to supervise the lithium nitrate admixture All epoxy -resin materials shall be two -component materials conforming to the requirements of ASTM C881, Class as appropriate for each application temperature to be encountered, except that in addition, the materials shall meet the following requirements: a. Material for use for embedding dowels and anchor bolts shall be Type IV, Grade 3. Item P-501 Portland Cement Concrete (PCC) Pavement 5 of 40 AC 150/5370-1OG 7/21/2014 b. Material for use as patching materials for complete filling of spalls and other voids and for use in preparing epoxy resin mortar shall be Type III, Grade as approved. c. Material for use for injecting cracks shall be Type IV, Grade 1. d. Material for bonding freshly mixed Portland cement concrete or mortar or freshly mixed epoxy resin concrete or mortar to hardened concrete shall be Type V, Grade as approved. 501-2.12 MATERIAL ACCEPTANCE. Prior to use of materials, the Contractor shall submit certified test reports to the Engineer for those materials proposed for use during construction. The certification shall show the appropriate ASTM test for each material, the test results, and a statement that the material passed or failed. The Engineer may request samples for testing, prior to and during production, to verify the quality of the materials and to ensure conformance with the applicable specifications. MIX DESIGN 501-3.1. GENERAL. No concrete shall be placed until the mix design has been submitted to the Engineer for review and the Engineer has taken appropriate action. The Engineer's review shall not relieve the Contractor of the responsibility to select and proportion the materials to comply with this section. 501-3.2 PROPORTIONS. The laboratory preparing the mix design shall be accredited in accordance with ASTM C1077. The mix design for all Portland cement concrete placed under P-501 shall be stamped or sealed by the responsible professional Engineer of the laboratory. Concrete shall be proportioned to achieve a 28 -day flexural strength that meets or exceeds the acceptance criteria contained in paragraph 501-5.2 for a flexural strength of 650 psi per ASTM C39. The mix shall be developed using the procedures contained in the Portland Cement Association's (PCA) publication, "Design and Control of Concrete Mixtures". The minimum cementitious material shall be adequate to ensure a workable, durable mix. The minimum cementitious material (cement plus fly ash, or slag cement) shall be 564 pounds per cubic yard. The ratio of water to cementitious material, including free surface moisture on the aggregates but not including moisture absorbed by the aggregates shall not be more than 0.45 by weight. Compressive strength test specimens shall be prepared in accordance with ASTM C192 and tested in accordance with ASTM C39. The mix determined shall be workable concrete having a maximum allowable slump between one and two inches (25mm and 50 mm) as determined by ASTM C143. For slip -form concrete, the slump shall be between 1/2 inch (12 mm) and 1-1/2 inch (38 mm). At the start of the project, the Contractor shall determine a maximum allowable slump for slip -form pavement which will produce in-place pavement to control the edge slump. The selected slump shall be applicable to both pilot and fill-in lanes. Before the start of paving operations and after approval of all material to be used in the concrete, the Contractor shall submit a mix design showing the proportions and flexural strength obtained from the concrete at seven (7) and 28 days. The mix design shall include copies of test reports, including test dates, and a complete list of materials including type, brand, source, and amount of cement, fly ash, ground slag, coarse aggregate, fine aggregate, water, and admixtures. The mix design shall be submitted to the Engineer at least 30 days prior to the start of operations. The submitted mix design shall not be more than 90 days old. Production shall not begin until the mix design is approved in writing by the Engineer. 6 of 40 Item P-501 Portland Cement Concrete (PCC) Pavement 7/21/2014 AC 150/5370-1OG If a change in sources is made, or admixtures added or deleted from the mix, a new mix design must be submitted to the Engineer for approval. The results of the mix design shall include a statement giving the maximum nominal coarse aggregate size and the weights and volumes of each ingredient proportioned on a one cubic yard (meter) basis. Aggregate quantities shall be based on the mass in a saturated surface dry condition. The recommended mixture proportions shall be accompanied by test results demonstrating that the proportions selected will produce concrete of the qualities indicated. Trial mixtures having proportions, slumps, and air content suitable for the work shall be based on methodology described in PCA's publication, Design and Control of Concrete Mixtures, modified as necessary to accommodate flexural strength. The submitted mix design shall be stamped or sealed by the responsible professional Engineer of the laboratory and shall include the following items as a minimum - a. Coarse, fine, and combined aggregate gradations and plots including fineness modulus of the fine aggregate. b. Reactivity Test Results. c. Coarse aggregate quality test results, including deleterious materials. d. Fine aggregate quality test results, including deleterious materials. e. Mill certificates for cement and supplemental cementitious materials. f. Certified test results for all admixtures, including Lithium Nitrate if applicable. g. Specified flexural strength, slump, and air content. h. Recommended proportions/volumes for proposed mixture and trial water-cementitious materials ratio, including actual slump and air content. i. Flexural and compressive strength summaries and plots, including all individual beam and cylinder breaks. j. Correlation ratios for acceptance testing and Contractor Quality Control testing, when applicable. k. Historical record of test results documenting production standard deviation, when applicable. 501-3.3 CEMENTITIOUS MATERIALS. a. Fly ash. When fly ash is used as a partial replacement for cement, the replacement rate shall be determined from laboratory trial mixes, and shall be between 20 and 30% by weight of the total cementitious material. If fly ash is used in conjunction with slag cement the maximum replacement rate shall not exceed 10% by weight of total cementitious material. b. Slag cement (ground granulated blast furnace (GGBF)). Slag cement may be used. The slag cement, or slag cement plus fly ash if both are used, may constitute between 25 to 55% of the total cementitious material by weight. If the concrete is to be used for slipforming operations and the air temperature is expected to be lower than 55°F (13°C) the percent slag cement shall not exceed 30% by weight. c. Raw or calcined natural pozzolan. Natural pozzolan may be used in the mix design. When pozzolan is used as a partial replacement for cement, the replacement rate shall be determined from laboratory trial mixes, and shall be between 20 and 30% by weight of the total cementitious material. If pozzolan is used in conjunction with slag cement the maximum replacement rate shall not exceed 10% by weight of total cementitious material. 501-3.4 ADMIXTURES. Item P-501 Portland Cement Concrete (PCC) Pavement 7 of 40 AC 150/5370-10G 7/21/2014 a. Air -entraining admixtures. Air -entraining admixture are to be added in such a manner that will ensure uniform distribution of the agent throughout the batch. The air content of freshly mixed air -entrained concrete shall be based upon trial mixes with the materials to be used in the work adjusted to produce concrete of the required plasticity and workability. The percentage of air in the mix shall be 5.5%. Air content shall be determined by testing in accordance with ASTM C231 for gravel and stone coarse aggregate and ASTM C173 for slag and other highly porous coarse aggregate. b. Water -reducing admixtures. Water -reducing admixtures shall be added to the mix in the manner recommended by the manufacturer and in the amount necessary to comply with the specification requirements. Tests shall be conducted on trial mixes, with the materials to be used in the work, in accordance with ASTM C494. c. Other admixtures. Set controlling, and other approved admixtures shall be added to the mix in the manner recommended by the manufacturer and in the amount necessary to comply with the specification requirements. Tests shall be conducted on trial mixes, with the materials to be used in the work, in accordance with ASTM C 494. d. Lithium nitrate. Lithium nitrate shall be added to the mix in the manner recommended by the manufacturer and in the amount necessary to comply with the specification requirements in accordance with paragraph 501-2.1Od. 501-3.5 CONCRETE MIX DESIGN LABORATORY. The Contractor's laboratory used to develop the concrete mix design shall be accredited in accordance with ASTM C1077. The laboratory accreditation must be current and listed on the accrediting authority's website. All test methods required for developing the concrete mix design must be listed on the lab accreditation. A copy of the laboratory's current accreditation and accredited test methods shall be submitted to the Engineer prior to start of construction CONSTRUCTION METHODS 501-4.1 EQUIPMENT. Equipment necessary for handling materials and performing all parts of the work shall be approved by the Engineer, but does not relieve the Contractor of the responsibility for the proper operation of equipment and maintaining the equipment in good working condition. The equipment shall be at the jobsite sufficiently ahead of the start of paving operations to be examined thoroughly and approved. a. Batch plant and equipment. The batch plant and equipment shall conform to the requirements of ASTM C94. b. Mixers and transportation equipment. (1) General. Concrete may be mixed at a central plant, or wholly or in part in truck mixers. Each mixer shall have attached in a prominent place a manufacturer's nameplate showing the capacity of the drum in terms of volume of mixed concrete and the speed of rotation of the mixing drum or blades. (2) Central plant mixer. Central plant mixers shall conform to the requirements of ASTM C94. The mixer shall be examined daily for changes in condition due to accumulation of hard concrete or mortar or wear of blades. The pickup and throwover blades shall be replaced when they have worn down 3/4 inch (19 mm) or more. The Contractor shall have a copy of the manufacturer's design on hand showing dimensions and arrangement of blades in reference to original height and depth. 8 of 40 Item P-501 Portland Cement Concrete (PCC) Pavement 7/21/2014 AC 150/5370-1OG (3) Truck mixers and truck agitators. Truck mixers used for mixing and hauling concrete and truck agitators used for hauling central -mixed concrete shall conform to the requirements of ASTM C94. (4) Nonagitator trucks. Nonagitating hauling equipment shall conform to the requirements of ASTM C94. Transfer and spreading equipment. Equipment for transferring concrete from the transporting equipment to the paving lane in front of the paver shall be specially manufactured, self-propelled transfer equipment which will accept the concrete outside the paving lane and will transfer and spread it evenly across the paving lane in front of the paver and strike off the surface evenly to a depth which permits the paver to operate efficiently. c. Finishing equipment. The standard method of constructing concrete pavements shall be with an approved slip -form paving equipment designed and operated to spread, consolidate, screed, and float -finish the freshly placed concrete in one complete pass of the machine so that the end result is a dense and homogeneous pavement which is achieved with a minimum of hand finishing. The paver -finisher shall be a heavy duty, self-propelled machine designed specifically for paving and finishing high quality concrete pavements. It shall weigh at least 2,200 lbs per foot (3274 kg/m) of paving lane width and powered by an engine having at least 6.0 horsepower per foot of lane width. On projects requiring less than 500 square yard (418 sq m) of cement concrete pavement or requiring individual placement areas of less than 500 square yard (418 sq m), or irregular areas at locations inaccessible to slip -form paving equipment, concrete pavement may be placed with approved placement and finishing equipment using stationary side forms. Hand screeding and float finishing may only be used on small irregular areas as allowed by the Engineer. d. Vibrators. Vibrator shall be the internal type. Operating frequency for internal vibrators shall be between 8,000 and 12,000 vibrations per minute. Average amplitude for internal vibrators shall be 0.025-0.05 inch (0.06 - 0.13 cm). The number, spacing, and frequency shall be as necessary to provide a dense and homogeneous pavement and meet the recommendations of American Concrete Institute (ACI) 309, Guide for Consolidation of Concrete. Adequate power to operate all vibrators shall be available on the paver. The vibrators shall be automatically controlled so that they shall be stopped as forward motion ceases. The Contractor shall provide an electronic or mechanical means to monitor vibrator status. The checks on vibrator status shall occur a minimum of two times per day or when requested by the Engineer. Hand held vibrators may be used in irregular areas only, but shall meet the recommendations of ACI 309R, Guide for Consolidation of Concrete. e. Concrete saws. The Contractor shall provide sawing equipment adequate in number of units and power to complete the sawing to the required dimensions. The Contractor shall provide at least one standby saw in good working order and a supply of saw blades at the site of the work at all times during sawing operations. Early -entry saws may be used, subject to demonstration and approval of the Engineer. f. Side forms. Straight side forms shall be made of steel and shall be furnished in sections not less than 10 feet (3 m) in length. Forms shall have a depth equal to the pavement thickness at the edge, and a base width equal to or greater than the depth. Flexible or curved forms of proper radius shall be used for curves of 100 -foot (31 m) radius or less. Forms shall be provided with adequate devices for secure settings so that when in place they will withstand, without visible (5) Item P-501 Portland Cement Concrete (PCC) Pavement 9 of 40 AC 150/5370-1OG 7/21/2014 g. spring or settlement, the impact and vibration of the consolidating and finishing equipment. Forms with battered top surfaces and bent, twisted or broken forms shall not be used. Built-up forms shall not be used, except as approved by the Engineer. The top face of the form shall not vary from a true plane more than 1/8 inch (3 mm) in 10 feet (3 m), and the upstanding leg shall not vary more than 1/4 inch (6 mm). The forms shall contain provisions for locking the ends of abutting sections together tightly for secure setting. Wood forms may be used under special conditions, when approved by the Engineer. Pavers. The paver shall be fully energized, self-propelled, and designed for the specific purpose of placing, consolidating, and finishing the concrete pavement, true to grade, tolerances, and cross-section. It shall be of sufficient weight and power to construct the maximum specified concrete paving lane width as shown in the plans, at adequate forward speed, without transverse, longitudinal or vertical instability or without displacement. The paver shall be equipped with electronic or hydraulic horizontal and vertical control devices. 501-4.2 FORM SETTING. Forms shall be set sufficiently in advance of the concrete placement to ensure continuous paving operation. After the forms have been set to correct grade, the underlying surface shall be thoroughly tamped, either mechanically or by hand, at both the inside and outside edges of the base of the forms. Forms shall be staked into place sufficiently to maintain the form in position for the method of placement. Form sections shall be tightly locked and shall be free from play or movement in any direction. The forms shall not deviate from true line by more than 1/8 inch (3 mm) at any joint. Forms shall be so set that they will withstand, without visible spring or settlement, the impact and vibration of the consolidating and finishing equipment. Forms shall be cleaned and oiled prior to the placing of concrete. The alignment and grade elevations of the forms shall be checked and corrections made by the Contractor immediately before placing the concrete. 501-4.3 CONDITIONING OF UNDERLYING SURFACE. The compacted underlying surface on which the pavement will be placed shall be widened approximately 3 feet (1 m) to extend beyond the paving machine track to support the paver without any noticeable displacement. After the underlying surface has been placed and compacted to the required density, the areas that will support the paving machine and the area to be paved shall be trimmed or graded to the plan grade elevation and profile by means of a properly designed machine. The grade of the underlying surface shall be controlled by a positive grade control system using lasers, stringlines, or guide wires. If the density of the underlying surface is disturbed by the trimming operations, it shall be corrected by additional compaction and retested at the option of the Engineer before the concrete is placed except when stabilized subbases are being constructed. If damage occurs on a stabilized subbase, it shall be corrected full depth by the Contractor. If traffic is allowed to use the prepared grade, the grade shall be checked and corrected immediately before the placement of concrete. The prepared grade shall be moistened with water, without saturating, immediately ahead of concrete placement to prevent rapid loss of moisture from concrete. The underlying surface shall be protected so that it will be entirely free of frost when concrete is placed. 501-4.4 CONDITIONING OF UNDERLYING SURFACE, SIDE -FORM AND FILL-IN LANE CONSTRUCTION. The prepared underlying surface shall be moistened with water, without saturating, immediately ahead of concrete placement to prevent rapid loss of moisture from the concrete. Damage caused by hauling or usage of other equipment shall be corrected and retested at the option of the Engineers. If damage occurs to a stabilized subbase, it shall be corrected full depth by the Contractor. A template shall be provided and operated on the forms immediately in advance of the placing of all concrete. The template shall be 10 of 40 Item P-501 Portland Cement Concrete (PCC) Pavement 7/21/2014 AC 150/5370-1OG propelled only by hand and not attached to a tractor or other power unit. Templates shall be adjustable so that they may be set and maintained at the correct contour of the underlying surface. The adjustment and operation of the templates shall be such as will provide an accurate retest of the grade before placing the concrete thereon. All excess material shall be removed and wasted. Low areas shall be filled and compacted to a condition similar to that of the surrounding grade. The underlying surface shall be protected so that it will be entirely free from frost when the concrete is placed. The use of chemicals to eliminate frost in the underlying surface shall not be permitted. The template shall be maintained in accurate adjustment, at all times by the Contractor, and shall be checked daily. 501-4.5 HANDLING, MEASURING, AND BATCHING MATERIAL. The batch plant site, layout, equipment, and provisions for transporting material shall assure a continuous supply of material to the work. Stockpiles shall be constructed in such a manner that prevents segregation and intermixing of deleterious materials. Aggregates from different sources shall be stockpiled, weighed and batched separately at the concrete batch plant. Aggregates that have become segregated or mixed with earth or foreign material shall not be used. All aggregates produced or handled by hydraulic methods, and washed aggregates, shall be stockpiled or binned for draining at least 12 hours before being batched. Rail shipments requiring more than 12 hours will be accepted as adequate binning only if the car bodies permit free drainage. Batching plants shall be equipped to proportion aggregates and bulk cement, by weight, automatically using interlocked proportioning devices of an approved type. When bulk cement is used, the Contractor shall use a suitable method of handling the cement from weighing hopper to transporting container or into the batch itself for transportation to the mixer, such as a chute, boot, or other approved device, to prevent loss of cement. The device shall be arranged to provide positive assurance that the cement content specified is present in each batch. 501-4.6 MIXING CONCRETE. The concrete may be mixed at the work site, in a central mix plant or in truck mixers. The mixer shall be of an approved type and capacity. Mixing time shall be measured from the time all materials, except water, are emptied into the drum. All concrete shall be mixed and delivered to the site in accordance with the requirements of ASTM C94. Mixed concrete from the central mixing plant shall be transported in truck mixers, truck agitators, or non - agitating trucks. The elapsed time from the addition of cementitious material to the mix until the concrete is deposited in place at the work site shall not exceed 30 minutes when the concrete is hauled in non - agitating trucks, nor 90 minutes when the concrete is hauled in truck mixers or truck agitators. Retempering concrete by adding water or by other means will not be permitted. With transit mixers additional water may be added to the batch materials and additional mixing performed to increase the slump to meet the specified requirements provided the addition of water is performed within 45 minutes after the initial mixing operations and provided the water/cementitious ratio specified in the approved mix design is not exceeded, and approved by the Engineer. 501-4.7 LIMITATIONS ON MIXING AND PLACING. **The contractor shall be limited to placing a maximum of 300 cubic yards of mix per day.** No concrete shall be mixed, placed, or finished when the natural light is insufficient, unless an adequate and approved artificial lighting system is operated. a. Cold weather. Unless authorized in writing by the Engineer, mixing and concreting operations shall be discontinued when a descending air temperature in the shade and away from artificial Item P-501 Portland Cement Concrete (PCC) Pavement 11 of 40 AC 150/5370-1OG 7/21/2014 heat reaches 40°F (4°C) and shall not be resumed until an ascending air temperature in the shade and away from artificial heat reaches 35°F (2°C). The aggregate shall be free of ice, snow, and frozen lumps before entering the mixer. The temperature of the mixed concrete shall not be less than 50°F (10°C) at the time of placement. Concrete shall not be placed on frozen material nor shall frozen aggregates be used in the concrete. When concreting is authorized during cold weather, water and/or the aggregates may be heated to not more than 150°F (66°C). The apparatus used shall heat the mass uniformly and shall be arranged to preclude the possible occurrence of overheated areas which might be detrimental to the materials. b. Hot weather. During periods of hot weather when the maximum daily air temperature exceeds 85°F (30°C), the following precautions shall be taken. The forms and/or the underlying surface shall be sprinkled with water immediately before placing the concrete. The concrete shall be placed at the coolest temperature practicable, and in no case shall the temperature of the concrete when placed exceed 90°F (32°C). The aggregates and/or mixing water shall be cooled as necessary to maintain the concrete temperature at or not more than the specified maximum. The finished surfaces of the newly laid pavement shall be kept damp by applying a water -fog or mist with approved spraying equipment until the pavement is covered by the curing medium. When necessary, wind screens shall be provided to protect the concrete from an evaporation rate in excess of 0.2 psf (0.98 kg/m2 per hour) per hour. When conditions are such that problems with plastic cracking can be expected, and particularly if any plastic cracking begins to occur, the Contractor shall immediately take such additional measures as necessary to protect the concrete surface. Such measures shall consist of wind screens, more effective fog sprays, and similar measures commencing immediately behind the paver. If these measures are not effective in preventing plastic cracking, paving operations shall be immediately stopped. c. Temperature management program. Prior to the start of paving operation for each day of paving, the Contractor shall provide the Engineer with a Temperature Management Program for the concrete to be placed to assure that uncontrolled cracking is avoided. As a minimum the program shall address the following items: (1) Anticipated tensile strains in the fresh concrete as related to heating and cooling of the concrete material. (2) Anticipated weather conditions such as ambient temperatures, wind velocity, and relative humidity; and anticipated evaporation rate using Figure 11-8, PCA, Design and Control of Concrete Mixtures. (3) Anticipated timing of initial sawing of joint. (4) Anticipated number and type of saws to be used. 501-4.8 PLACING CONCRETE. At any point in concrete conveyance, the free vertical drop of the concrete from one point to another or to the underlying surface shall not exceed 3 feet (1 m). The finished concrete product must be dense and homogeneous, without segregation and conforming to the standards in this specification. Backhoes and grading equipment shall not be used to distribute the concrete in front of the paver. Front end loaders will not be used. All concrete shall be consolidated without voids or segregation, including under and around all load -transfer devices, joint assembly units, and other features embedded in the pavement. Hauling equipment or other mechanical equipment can be permitted on adjoining previously constructed pavement 12 of 40 Item P-501 Portland Cement Concrete (PCC) Pavement 7/21/2014 AC 150/5370-1OG when the concrete strength reaches a flexural strength of 550 psi (3792 kPa) based on the average of four field cured specimens per 2,000 cubic yards (1,530 cubic meters) of concrete placed. Also, subgrade and subbase planers, concrete pavers, and concrete finishing equipment may be permitted to ride upon the edges of previously constructed pavement when the concrete has attained a minimum flexural strength of 400 psi (2757 kPa). The Contractor shall have available materials for the protection of the concrete during inclement weather. Such protective materials shall consist of rolled polyethylene sheeting at least 4 mils (0.1 mm) thick of sufficient length and width to cover the plastic concrete slab and any edges. The sheeting may be mounted on either the paver or a separate movable bridge from which it can be unrolled without dragging over the plastic concrete surface. When rain appears imminent, all paving operations shall stop and all available personnel shall begin covering the surface of the unhardened concrete with the protective covering. a. Slip -form construction. The concrete shall be distributed uniformly into final position by a self- propelled slip -form paver without delay. The alignment and elevation of the paver shall be regulated from outside reference lines established for this purpose. The paver shall vibrate the concrete for the full width and depth of the strip of pavement being placed and the vibration shall be adequate to provide a consistency of concrete that will stand normal to the surface with sharp well defined edges. The sliding forms shall be rigidly held together laterally to prevent spreading of the forms. The plastic concrete shall be effectively consolidated by internal vibration with transverse vibrating units for the full width of the pavement and/or a series of equally placed longitudinal vibrating units. The space from the outer edge of the pavement to longitudinal unit shall not exceed 9 inches (23 cm) for slipform and at the end of the dowels for the fill-in lanes The spacing of internal units shall be uniform and shall not exceed 18 inches (0.5 m). The term internal vibration means vibrating units located within the specified thickness of pavement section. The rate of vibration of each vibrating unit shall be within 8000 to 12000 cycles per minute and the amplitude of vibration shall be sufficient to be perceptible on the surface of the concrete along the entire length of the vibrating unit and for a distance of at least one foot (30 cm). The frequency of vibration or amplitude shall vary proportionately with the rate of travel to result in a uniform density and air content. The paving machine shall be equipped with a tachometer or other suitable device for measuring and indicating the actual frequency of vibrations. The concrete shall be held at a uniform consistency. The slip -form paver shall be operated with as nearly a continuous forward movement as possible and all operations of mixing, delivering, and spreading concrete shall be coordinated to provide uniform progress with stopping and starting of the paver held to a minimum. If for any reason, it is necessary to stop the forward movement of the paver, the vibratory and tamping elements shall also be stopped immediately. No tractive force shall be applied to the machine, except that which is controlled from the machine. When concrete is being placed adjacent to an existing pavement, that part of the equipment which is supported on the existing pavement shall be equipped with protective pads on crawler tracks or rubber -tired wheels on which the bearing surface is offset to run a sufficient distance from the edge of the pavement to avoid breaking the pavement edge. Not more than 15% of the total free edge of each 500 foot (150 m) segment of pavement, or fraction thereof, shall have an edge slump exceeding 1/4 inch (6 mm), and none of the free edge of the pavement shall have an edge slump exceeding 3/8 inch (9 mm). (The total free edge of 500 feet (150 m) of pavement will be considered the cumulative total linear measurement of Item P-501 Portland Cement Concrete (PCC) Pavement 13 of 40 AC 150/5370-1OG 7/21/2014 pavement edge originally constructed as nonadjacent to any existing pavement; that is, 500 feet (150 m) of paving lane originally constructed as a separate lane will have 1,000 feet (300 m) of free edge, 500 feet (150 m) of fill-in lane will have no free edge, etc.). The area affected by the downward movement of the concrete along the pavement edge shall be limited to not more than 18 inches (0.5 m) from the edge. When excessive edge slump cannot be corrected before the concrete has hardened, the area with excessive edge slump shall be removed and replaced at the expense of the Contractor as directed by the Engineer. b. Side -form construction. Side form sections shall be straight, free from warps, bends, indentations, or other defects. Defective forms shall be removed from the work. Metal side forms shall be used except at end closures and transverse construction joints where straight forms of other suitable material may be used. Side forms may be built up by rigidly attaching a section to either top or bottom of forms. If such build-up is attached to the top of metal forms, the build-up shall also be metal. Width of the base of all forms shall be equal to or greater than the specified pavement thickness. Side forms shall be of sufficient rigidity, both in the form and in the interlocking connection with adjoining forms, that springing will not occur under the weight of subgrading and paving equipment or from the pressure of the concrete. The Contractor shall provide sufficient forms so that there will be no delay in placing concrete due to lack of forms. Before placing side forms, the underlying material shall be at the proper grade. Side forms shall have full bearing upon the foundation throughout their length and width of base and shall be placed to the required grade and alignment of the finished pavement. They shall be firmly supported during the entire operation of placing, compacting, and finishing the pavement. Forms shall be drilled in advance of being placed to line and grade to accommodate tie bars where these are specified. Immediately in advance of placing concrete and after all subbase operations are completed, side forms shall be trued and maintained to the required line and grade for a distance sufficient to prevent delay in placing. Side forms shall remain in place at least 12 hours after the concrete has been placed, and in all cases until the edge of the pavement no longer requires the protection of the forms. Curing compound shall be applied to the concrete immediately after the forms have been removed. Side forms shall be thoroughly cleaned and oiled each time they are used and before concrete is placed against them. Concrete shall be spread, screeded, shaped and consolidated by one or more self-propelled machines. These machines shall uniformly distribute and consolidate concrete without segregation so that the completed pavement will conform to the required cross-section with a minimum of handwork. The number and capacity of machines furnished shall be adequate to perform the work required at a rate equal to that of concrete delivery. Concrete for the full paving width shall be effectively consolidated by internal vibrators without causing segregation. Internal type vibrators' rate of vibration shall be not less than 7,000 cycles per minute. Amplitude of vibration shall be sufficient to be perceptible on the surface of the concrete more than one foot (30 cm) from the vibrating element. The Contractor 14 of 40 Item P-501 Portland Cement Concrete (PCC) Pavement 7/21/2014 AC 150/5370-1OG shall furnish a tachometer or other suitable device for measuring and indicating frequency of vibration. Power to vibrators shall be connected so that vibration ceases when forward or backward motion of the machine is stopped. The provisions relating to the frequency and amplitude of internal vibration shall be considered the minimum requirements and are intended to ensure adequate density in the hardened concrete. c. Consolidation. Concrete shall be consolidated with the specified type of lane -spanning, gang - mounted, mechanical, immersion type vibrating equipment mounted in front of the paver, supplemented, in rare instances as specified, by hand -operated vibrators. The vibrators shall be inserted into the concrete to a depth that will provide the best full -depth consolidation but not closer to the underlying material than inches (50 mm). Excessive vibration shall not be permitted. If the vibrators cause visible tracking in the paving lane, the paving operation shall be stopped and equipment and operations modified to prevent it. Concrete in small, odd -shaped slabs or in isolated locations inaccessible to the gang -mounted vibration equipment shall be vibrated with an approved hand -operated immersion vibrator operated from a bridge spanning the area. Vibrators shall not be used to transport or spread the concrete. Hand -operated vibrators shall not be operated in the concrete at one location for more than 20 seconds. Insertion locations for hand -operated vibrators shall be between 6 to 15 inches (150 to 400 mm) on centers. For each paving train, at least one additional vibrator spud, or sufficient parts for rapid replacement and repair of vibrators shall be maintained at the paving site at all times. Any evidence of inadequate consolidation (honeycomb along the edges, large air pockets, or any other evidence) shall require the immediate stopping of the paving operation and adjustment of the equipment or procedures as approved by the Engineer. If a lack of consolidation of the concrete is suspected by the Engineer, referee testing may be required. Referee testing of hardened concrete will be performed by the Engineer by cutting cores from the finished pavement after a minimum of 24 hours curing. Density determinations will be made by the Engineer based on the water content of the core as taken. ASTM C642 shall be used for the determination of core density in the saturated -surface dry condition. When required, referee cores will be taken at the minimum rate of one for each 500 cubic yards (382 m2) of pavement, or fraction. The Contractor shall be responsible for all referee testing cost if they fail to meet the required density. The average density of the cores shall be at least 97% of the original mix design density, with no cores having a density of less than 96% of the original mix design density. Failure to meet the referee tests will be considered evidence that the minimum requirements for vibration are inadequate for the job conditions. Additional vibrating units or other means of increasing the effect of vibration shall be employed so that the density of the hardened concrete conforms to the above requirements. 501-4.9 STRIKE -OFF OF CONCRETE AND PLACEMENT OF REINFORCEMENT. Following the placing of the concrete, it shall be struck off to conform to the cross-section shown on the plans and to an elevation that when the concrete is properly consolidated and finished, the surface of the pavement shall be at the elevation shown on the plans. When reinforced concrete pavement is placed in two layers, the bottom layer shall be struck off to such length and depth that the sheet of reinforcing steel fabric or bar mat may be laid full length on the concrete in its final position without further manipulation. The reinforcement shall then be placed directly upon the concrete, after which the top layer of the concrete shall be placed, struck off, and screeded. If any portion of the bottom layer of concrete has been Item P-501 Portland Cement Concrete (PCC) Pavement 15 of 40 AC 150/5370-1OG 7/21/2014 placed more than 30 minutes without being covered with the top layer or if initial set has taken place, it shall be removed and replaced with freshly mixed concrete at the Contractor's expense. When reinforced concrete is placed in one layer, the reinforcement may be positioned in advance of concrete placement or it may be placed in plastic concrete by mechanical or vibratory means after spreading. Reinforcing steel, at the time concrete is placed, shall be free of mud, oil, or other organic matter that may adversely affect or reduce bond. Reinforcing steel with rust, mill scale or a combination of both will be considered satisfactory, provided the minimum dimensions, weight, and tensile properties of a hand wire - brushed test specimen are not less than the applicable ASTM specification requirements. 501-4.10 JOINTS. Joints shall be constructed as shown on the plans and in accordance with these requirements. All joints shall be constructed with their faces perpendicular to the surface of the pavement and finished or edged as shown on the plans. Joints shall not vary more than 1/2 inch (12 mm) from their designated position and shall be true to line with not more than 1/4 inch (6 mm) variation in 10 feet (3 m). The surface across the joints shall be tested with a 12 feet (3 m) straightedge as the joints are finished and any irregularities in excess of 1/4 inch (6 mm) shall be corrected before the concrete has hardened. All joints shall be so prepared, finished, or cut to provide a groove of uniform width and depth as shown on the plans. a. Construction. Longitudinal construction joints shall be slip -formed or formed against side forms as shown in the plans. Transverse construction joints shall be installed at the end of each day's placing operations and at any other points within a paving lane when concrete placement is interrupted for more than 30 minutes or it appears that the concrete will obtain its initial set before fresh concrete arrives. The installation of the joint shall be located at a planned contraction or expansion joint. If placing of the concrete is stopped, the Contractor shall remove the excess concrete back to the previous planned joint. b. Contraction. Contraction joints shall be installed at the locations and spacing as shown on the plans. Contraction joints shall be installed to the dimensions required by forming a groove or cleft in the top of the slab while the concrete is still plastic or by sawing a groove into the concrete surface after the concrete has hardened. When the groove is formed in plastic concrete the sides of the grooves shall be finished even and smooth with an edging tool. If an insert material is used, the installation and edge finish shall be according to the manufacturer's instructions. The groove shall be finished or cut clean so that spalling will be avoided at intersections with other joints. Grooving or sawing shall produce a slot at least 1/8 inch (3 mm) wide and to the depth shown on the plans. c. Isolation (expansion). Isolation joints shall be installed as shown on the plans. The premolded filler of the thickness as shown on the plans, shall extend for the full depth and width of the slab at the joint, except for space for sealant at the top of the slab. The filler shall be securely staked or fastened into position perpendicular to the proposed finished surface. A cap shall be provided to protect the top edge of the filler and to permit the concrete to be placed and finished. After the concrete has been placed and struck off, the cap shall be carefully withdrawn leaving the space over the premolded filler. The edges of the joint shall be finished and tooled while the concrete is still plastic. Any concrete bridging the joint space shall be removed for the full width and depth of the joint. d. Tie bars. Tie bars shall consist of deformed bars installed in joints as shown on the plans. Tie bars shall be placed at right angles to the centerline of the concrete slab and shall be spaced at intervals shown on the plans. They shall be held in position parallel to the pavement surface and in the middle of the slab depth. When tie bars extend into an unpaved lane, they may be 16 of 40 Item P-501 Portland Cement Concrete (PCC) Pavement 7/21/2014 AC 150/5370-1OG bent against the form at longitudinal construction joints, unless threaded bolt or other assembled tie bars are specified. Tie bars shall not be painted, greased, or enclosed in sleeves. When slip -form operations call for tie bars, two-piece hook bolts can be installed. e. Dowel bars. Dowel bars or other load -transfer units of an approved type shall be placed across joints as shown on the plans. They shall be of the dimensions and spacings as shown and held rigidly in the middle of the slab depth in the proper horizontal and vertical alignment by an approved assembly device to be left permanently in place. The dowel or load -transfer and joint devices shall be rigid enough to permit complete assembly as a unit ready to be lifted and placed into position. The dowels shall be coated with a bond -breaker or other lubricant recommended by the manufacturer and approved by the Engineer. f. Dowels bars at longitudinal construction joints shall be bonded in drilled holes. g. Placing dowels and tie bars. The method used in installing and holding dowels in position shall ensure that the error in alignment of any dowel from its required horizontal and vertical alignment after the pavement has been completed will not be greater than 1/8 inch per feet (3 mm per 0.3 m). Except as otherwise specified below, horizontal spacing of dowels shall be within a tolerance of ±5/8 inch (16 mm). The vertical location on the face of the slab shall be within a tolerance of ±1/2 inch (12 mm). The vertical alignment of the dowels shall be measured parallel to the designated top surface of the pavement, except for those across the crown or other grade change joints. Dowels across crowns and other joints at grade changes shall be measured to a level surface. Horizontal alignment shall be checked perpendicular to the joint edge. The horizontal alignment shall be checked with a framing square. Dowels shall not be placed closer than 0.6 times the dowel bar length to the planned joint line. If the last regularly spaced longitudinal dowel is closer than that dimension, it shall be moved away from the joint to a location 0.6 times the dowel bar length, but not closer than 6 inches (150 mm) to its nearest neighbor. The portion of each dowel intended to move within the concrete or expansion cap shall be wiped clean and coated with a thin, even film of lubricating oil or light grease before the concrete is placed. Dowels shall be installed as specified in the following subparagraphs. (1) Contraction joints. Dowels and tie bars in longitudinal and transverse contraction joints within the paving lane shall be held securely in place, as indicated, by means of rigid metal frames or basket assemblies of an approved type. The basket assemblies shall be held securely in the proper location by means of suitable pins or anchors. Do not cut or crimp the dowel basket tie wires. At the Contractor's option, in lieu of the above, dowels and tie bars in contraction joints shall be installed near the front of the paver by insertion into the plastic concrete using approved equipment and procedures. Approval will be based on the results of a preconstruction demonstration, showing that the dowels and tie bars are installed within specified tolerances. (2) Construction joints. Install dowels and tie bars by the cast -in- place or the drill -and - dowel method. Installation by removing and replacing in preformed holes will not be permitted. Dowels and tie bars shall be prepared and placed across joints where indicated, correctly aligned, and securely held in the proper horizontal and vertical position during placing and finishing operations, by means of devices fastened to the forms. The spacing of dowels and tie bars in construction joints shall be as indicated. Dowels installed in isolation joints and other hardened concrete. Install dowels for isolation joints and in other hardened concrete by bonding the dowels into holes drilled into the hardened concrete. The concrete shall have cured for seven (7) days or reached a minimum flexural strength of 450 psi (3.1 MPa) before drilling commences. Holes 1/8 (3) Item P-501 Portland Cement Concrete (PCC) Pavement 17 of 40 AC 150/5370-1OG 7/21/2014 inch (3 mm) greater in diameter than the dowels shall be drilled into the hardened concrete using rotary -core drills. Rotary -percussion drills may be used, provided that excessive spalling does not occur to the concrete joint face. Modification of the equipment and operation shall be required if, in the Engineer's opinion, the equipment and/or operation is causing excessive damage. Depth of dowel hole shall be within a tolerance of ±1/2 inch (12 mm) of the dimension shown on the drawings. On completion of the drilling operation, the dowel hole shall be blown out with oil -free, compressed air. Dowels shall be bonded in the drilled holes using epoxy resin. Epoxy resin shall be injected at the back of the hole before installing the dowel and extruded to the collar during insertion of the dowel so as to completely fill the void around the dowel. Application by buttering the dowel will not be permitted. The dowels shall be held in alignment at the collar of the hole, after insertion and before the grout hardens, by means of a suitable metal or plastic grout retention ring fitted around the dowel. Dowels required to be installed in any joints between new and existing concrete shall be grouted in holes drilled in the existing concrete, all as specified above. a. Sawing of joints. Joints shall be cut as shown on the plans. Equipment shall be as described in paragraph 501-4.1. The circular cutter shall be capable of cutting a groove in a straight line and shall produce a slot at least 1/8 inch (3 mm) wide and to the depth shown on the plans. The top of the slot shall be widened by sawing to provide adequate space for joint sealers as shown on the plans. Sawing shall commence, without regard to day or night, as soon as the concrete has hardened sufficiently to permit cutting without chipping, spalling, or tearing and before uncontrolled shrinkage cracking of the pavement occurs and shall continue without interruption until all joints have been sawn. The joints shall be sawn at the required spacing. All slurry and debris produced in the sawing of joints shall be removed by vacuuming and washing. Curing compound or system shall be reapplied in the initial sawcut and maintained for the remaining cure period. 501-4.11 FINISHING. Finishing operations shall be a continuing part of placing operations starting immediately behind the strike -off of the paver. Initial finishing shall be provided by the transverse screed or extrusion plate. The sequence of operations shall be transverse finishing, longitudinal machine floating if used, straightedge finishing, texturing, and then edging of joints. Finishing shall be by the machine method. The hand method shall be used only on isolated areas of odd slab widths or shapes and in the event of a breakdown of the mechanical finishing equipment. Supplemental hand finishing for machine finished pavement shall be kept to an absolute minimum. Any machine finishing operation which requires appreciable hand finishing, other than a moderate amount of straightedge finishing, shall be immediately stopped and proper adjustments made or the equipment replaced. Any operations which produce more than 1/8 inch (3 mm) of mortar -rich surface (defined as deficient in plus U.S. No. 4 (4.75 mm) sieve size aggregate) shall be halted immediately and the equipment, mixture, or procedures modified as necessary. Compensation shall be made for surging behind the screeds or extrusion plate and settlement during hardening and care shall be taken to ensure that paving and finishing machines are properly adjusted so that the finished surface of the concrete (not just the cutting edges of the screeds) will be at the required line and grade. Finishing equipment and tools shall be maintained clean and in an approved condition. At no time shall water be added to the surface of the slab with the finishing equipment or tools, or in any other way, except for fog (mist) sprays specified to prevent plastic shrinkage cracking. a. Machine finishing with slipform pavers. The slipform paver shall be operated so that only a very minimum of additional finishing work is required to produce pavement surfaces and edges meeting the specified tolerances. Any equipment or procedure that fails to meet these specified 18 of 40 Item P-501 Portland Cement Concrete (PCC) Pavement 7/21/2014 AC 150/5370-1OG requirements shall immediately be replaced or modified as necessary. A self-propelled non- rotating pipe float may be used while the concrete is still plastic, to remove minor irregularities and score marks. Only one pass of the pipe float shall be allowed. If there is concrete slurry or fluid paste on the surface that runs over the edge of the pavement, the paving operation shall be immediately stopped and the equipment, mixture, or operation modified to prevent formation of such slurry. Any slurry which does run down the vertical edges shall be immediately removed by hand, using stiff brushes or scrapers. No slurry, concrete or concrete mortar shall be used to build up along the edges of the pavement to compensate for excessive edge slump, either while the concrete is plastic or after it hardens. b. Machine finishing with fixed forms. The machine shall be designed to straddle the forms and shall be operated to screed and consolidate the concrete. Machines that cause displacement of the forms shall be replaced. The machine shall make only one pass over each area of pavement. If the equipment and procedures do not produce a surface of uniform texture, true to grade, in one pass, the operation shall be immediately stopped and the equipment, mixture, and procedures adjusted as necessary. c. Other types of finishing equipment. Clary screeds, other rotating tube floats, or bridge deck finishers are not allowed on mainline paving, but may be allowed on irregular or odd -shaped slabs, and near buildings or trench drains, subject to the Engineer's approval. Bridge deck finishers shall have a minimum operating weight of 7500 pounds (3400 kg) and shall have a transversely operating carriage containing a knock -down auger and a minimum of two immersion vibrators. Vibrating screeds or pans shall be used only for isolated slabs where hand finishing is permitted as specified, and only where specifically approved. d. Hand finishing. Hand finishing methods will not be permitted, except under the following conditions: (1) in the event of breakdown of the mechanical equipment, hand methods may be used to finish the concrete already deposited on the grade and (2) in areas of narrow widths or of irregular dimensions where operation of the mechanical equipment is impractical. Use hand finishing operations only as specified below. (1) Equipment and screed. In addition to approved mechanical internal vibrators for consolidating the concrete, provide a strike -off and tamping screed and a longitudinal float for hand finishing. The screed shall be at least one foot (30 cm) longer than the width of pavement being finished, of an approved design, and sufficiently rigid to retain its shape, and shall be constructed of metal or other suitable material shod with metal. The longitudinal float shall be at least 10 feet (3 m) long, of approved design, and rigid and substantially braced, and shall maintain a plane surface on the bottom. Grate tampers (jitterbugs) shall not be used. (2) Finishing and floating. As soon as placed and vibrated, the concrete shall be struck off and screeded to the crown and cross-section and to such elevation above grade that when consolidated and finished, the surface of the pavement will be at the required elevation. In addition to previously specified complete coverage with handheld immersion vibrators, the entire surface shall be tamped with the strike -off and tamping template, and the tamping operation continued until the required compaction and reduction of internal and surface voids are accomplished Immediately following the final tamping of the surface, the pavement shall be floated longitudinally from bridges resting on the side forms and spanning but not touching the concrete. If necessary, additional concrete shall be placed, consolidated and screeded, and the float operated until a satisfactory surface has been produced. The floating operation shall be advanced not more than half the length of the float and then continued over the new and previously floated surfaces. Item P-501 Portland Cement Concrete (PCC) Pavement 19 of 40 AC 150/5370-1OG 7/21/2014 e. Straightedge testing and surface correction. After the pavement has been struck off and while the concrete is still plastic, it shall be tested for trueness with a Contractor furnished 12 -foot (3.7-m) straightedge swung from handles 3 feet (1 m) longer than one-half the width of the slab. The straightedge shall be held in contact with the surface in successive positions parallel to the centerline and the whole area gone over from one side of the slab to the other, as necessary. Advancing shall be in successive stages of not more than one-half the length of the straightedge. Any excess water and laitance in excess of 1/8 inch (3 mm) thick shall be removed from the surface of the pavement and wasted. Any depressions shall be immediately filled with freshly mixed concrete, struck off, consolidated, and refinished. High areas shall be cut down and refinished. Special attention shall be given to assure that the surface across joints meets the smoothness requirements of paragraph 501-5.2e(3). Straightedge testing and surface corrections shall continue until the entire surface is found to be free from observable departures from the straightedge and until the slab conforms to the required grade and cross-section. The use of long -handled wood floats shall be confined to a minimum; they may be used only in emergencies and in areas not accessible to finishing equipment. This straight -edging is not a replacement for the straightedge testing of paragraph 501-5.2e(3), Smoothness. 501-4.12 SURFACE TEXTURE. The surface of the pavement shall be finished with either a brush or broom, burlap drag, or artificial turf finish for all newly constructed concrete pavements. It is important that the texturing equipment not tear or unduly roughen the pavement surface during the operation. Any imperfections resulting from the texturing operation shall be corrected to the satisfaction of the Engineer. a. Brush or broom finish. If the pavement surface texture is to be a type of brush or broom finish, it shall be applied when the water sheen has practically disappeared. The equipment shall operate transversely across the pavement surface, providing corrugations that are uniform in appearance and approximately 1/16 inch (2 mm) in depth. b. Burlap drag finish. If a burlap drag is used to texture the pavement surface, it shall be at least 15 ounces per square yard (555 grams per square meter). To obtain a textured surface, the transverse threads of the burlap shall be removed approximately one foot (30 cm) from the trailing edge. A heavy buildup of grout on the burlap threads produces the desired wide sweeping longitudinal striations on the pavement surface. The corrugations shall be uniform in appearance and approximately 1/16 inch (2 mm) in depth. c. Artificial turf finish. If artificial turf is used to texture the surface, it shall be applied by dragging the surface of the pavement in the direction of concrete placement with an approved full -width drag made with artificial turf. The leading transverse edge of the artificial turf drag will be securely fastened to a lightweight pole on a traveling bridge. At least 2 feet (60 cm) of the artificial turf shall be in contact with the concrete surface during dragging operations. A variety of different types of artificial turf are available and approval of any one type will be done only after it has been demonstrated by the Contractor to provide a satisfactory texture. One type that has provided satisfactory texture consists of 7,200 approximately 0.85 inch -long polyethylene turf blades per square foot. The corrugations shall be uniform in appearance and approximately 1/16 inch (2 mm) in depth. 501-4.13 CURING. Immediately after finishing operations are completed and marring of the concrete will not occur, the entire surface of the newly placed concrete shall be cured for a 7 -day cure period in accordance with one of the methods below. Failure to provide sufficient cover material of whatever kind the Contractor may elect to use, or lack of water to adequately take care of both curing and other requirements, shall be cause 20 of 40 Item P-501 Portland Cement Concrete (PCC) Pavement 7/21/2014 AC 150/5370-1OG for immediate suspension of concreting operations. The concrete shall not be left exposed for more than 1/2 hour during the curing period. When a two-sawcut method is used to construct the contraction joint, the curing compound shall be applied to the sawcut immediately after the initial cut has been made. The sealant reservoir shall not be sawed until after the curing period has been completed. When the one cut method is used to construct the contraction joint, the joint shall be cured with wet rope, wet rags, or wet blankets. The rags, ropes, or blankets shall be kept moist for the duration of the curing period. a. Impervious membrane method. The entire surface of the pavement shall be sprayed uniformly with white pigmented curing compound immediately after the finishing of the surface and before the set of the concrete has taken place. The curing compound shall not be applied during rainfall. Curing compound shall be applied by mechanical sprayers under pressure at the rate of one gallon (4 liters) to not more than 150 sq ft (14 sq m). The spraying equipment shall be of the fully atomizing type equipped with a tank agitator. At the time of use, the compound shall be in a thoroughly mixed condition with the pigment uniformly dispersed throughout the vehicle. During application the compound shall be stirred continuously by mechanical means. Hand spraying of odd widths or shapes and concrete surfaces exposed by the removal of forms will be permitted. When hand spraying is approved by the Engineer, a double application rate shall be used to ensure coverage. The curing compound shall be of such character that the film will harden within 30 minutes after application. Should the film become damaged from any cause, including sawing operations, within the required curing period, the damaged portions shall be repaired immediately with additional compound or other approved means. Upon removal of side forms, the sides of the exposed slabs shall be protected immediately to provide a curing treatment equal to that provided for the surface. Curing shall be applied immediately after the bleed water is gone from the surface. b. White burlap -polyethylene sheets. The surface of the pavement shall be entirely covered with the sheeting. The sheeting used shall be such length (or width) that it will extend at least twice the thickness of the pavement beyond the edges of the slab. The sheeting shall be placed so that the entire surface and both edges of the slab are completely covered. The sheeting shall be placed and weighted to remain in contact with the surface covered, and the covering shall be maintained fully saturated and in position for seven (7) days after the concrete has been placed. c. Water method. The entire area shall be covered with burlap or other water absorbing material. The material shall be of sufficient thickness to retain water for adequate curing without excessive runoff. The material shall be kept wet at all times and maintained for seven (7) days. When the forms are stripped, the vertical walls shall also be kept moist. It shall be the responsibility of the Contractor to prevent ponding of the curing water on the subbase. d. Concrete protection for cold weather. The concrete shall be maintained at an ambient temperature of at least 50°F (10°C) for a period of 72 hours after placing and at a temperature above freezing for the remainder of the curing time. The Contractor shall be responsible for the quality and strength of the concrete placed during cold weather; and any concrete damaged shall be removed and replaced at the Contractor's expense. e. Concrete protection for hot weather. Concrete should be continuous moisture cured for the entire curing period and shall commence as soon as the surfaces are finished and continue for at least 24 hours. However, if moisture curing is not practical beyond 24 hours, the concrete surface shall be protected from drying with application of a liquid membrane -forming curing compound while the surfaces are still damp. Other curing methods may be approved by the Engineer. Item P-501 Portland Cement Concrete (PCC) Pavement 21 of 40 AC 150/5370-1OG 7/21/2014 501-4.14 REMOVING FORMS. Unless otherwise specified, forms shall not be removed from freshly placed concrete until it has hardened sufficiently to permit removal without chipping, spalling, or tearing. After the forms have been removed, the sides of the slab shall be cured as per the methods indicated in paragraph 501-4.13. Major honeycombed areas shall be considered as defective work and shall be removed and replaced in accordance with paragraph 501-5.2(f). 501-4.15 SAW -CUT GROOVING. If shown on the plans, grooved surfaces shall be provided in accordance with the requirements of Item P- 621. 501-4.16 SEALING JOINTS. The joints in the pavement shall be sealed in accordance with Item P-605. 501-4.17 PROTECTION OF PAVEMENT. The Contractor shall protect the pavement and its appurtenances against both public traffic and traffic caused by the Contractor's employees and agents until accepted by the Engineer. This shall include watchmen to direct traffic and the erection and maintenance of warning signs, lights, pavement bridges, crossovers, and protection of unsealed joints from intrusion of foreign material, etc. Any damage to the pavement occurring prior to final acceptance shall be repaired or the pavement replaced at the Contractor's expense. Aggregates, rubble, or other similar construction materials shall not be placed on airfield pavements. Traffic shall be excluded from the new pavement by erecting and maintaining barricades and signs until the concrete is at least seven (7) days old, or for a longer period if directed by the Engineer. In paving intermediate lanes between newly paved pilot lanes, operation of the hauling and paving equipment will be permitted on the new pavement after the pavement has been cured for seven (7) days and the joints have been sealed or otherwise protected, and the concrete has attained a minimum field cured flexural strength of 550 psi (37928 kPa) and approved means are furnished to prevent damage to the slab edge. All new and existing pavement carrying construction traffic or equipment shall be continuously kept completely clean, and spillage of concrete or other materials shall be cleaned up immediately upon occurrence. Damaged pavements shall be removed and replaced at the Contractor's expense. Slabs shall be removed to the full depth, width, and length of the slab. 501-4.18 OPENING TO CONSTRUCTION TRAFFIC. The pavement shall not be opened to traffic until test specimens molded and cured in accordance with ASTM C31 have attained a flexural strength of 550 lb / square inch (3.8 kPa) when tested in accordance with ASTM C78. If such tests are not conducted, the pavement shall not be opened to traffic until 14 days after the concrete was placed. Prior to opening the pavement to construction traffic, all joints shall either be sealed or protected from damage to the joint edge and intrusion of foreign materials into the joint. As a minimum, backer rod or tape may be used to protect the joints from foreign matter intrusion. 501-4.19 REPAIR, REMOVAL, OR REPLACEMENT OF SLABS. a. General. New pavement slabs that are broken or contain cracks or are otherwise defective or unacceptable shall be removed and replaced or repaired, as directed by the Engineer and as 22 of 40 Item P-501 Portland Cement Concrete (PCC) Pavement 7/21/2014 AC 150/5370-1OG specified hereinafter at no cost to the Owner. Spalls along joints shall be repaired as specified. Removal of partial slabs is not permitted. Removal and replacement shall be full depth, shall be full width of the slab, and the limit of removal shall be normal to the paving lane and to each original transverse joint. The Engineer will determine whether cracks extend full depth of the pavement and may require cores to be drilled on the crack to determine depth of cracking. Such cores shall be 4 inch (100 mm) diameter, shall be drilled by the Contractor and shall be filled by the Contractor with a well consolidated concrete mixture bonded to the walls of the hole with epoxy resin, using approved procedures. Drilling of cores and refilling holes shall be at no expense to the Owner. All epoxy resin used in this work shall conform to ASTM C881, Type V. Repair of cracks as described in this section shall not be allowed if in the opinion of the Engineer the overall condition of the pavement indicates that such repair is unlikely to achieve an acceptable and durable finished pavement. No repair of cracks shall be allowed in any panel that demonstrates segregated aggregate with an absence of coarse aggregate in the upper 1/8 inch (3 mm) of the pavement surface. b. Shrinkage cracks. Shrinkage cracks, which do not exceed 4 inches (100 mm) in depth, shall be cleaned and then pressure injected with epoxy resin, Type IV, Grade 1, using procedures as approved by the Engineer. Care shall be taken to assure that the crack is not widened during epoxy resin injection. All epoxy resin injection shall take place in the presence of the Engineer. Shrinkage cracks, which exceed 4 inches (100 mm) in depth, shall be treated as full depth cracks in accordance with paragraphs 4.19b and 4.19c. c. Slabs with cracks through interior areas. Interior area is defined as that area more than 6 inches (150 mm) from either adjacent original transverse joint. The full slab shall be removed and replaced at no cost to the Owner, when there are any full depth cracks, or cracks greater than 4 inches (100 mm) in depth, that extend into the interior area. d. Cracks close to and parallel to joints. All cracks essentially parallel to original joints, extending full depth of the slab, and lying wholly within 6 inches (150 mm) either side of the joint shall be treated as specified here. Any crack extending more than 6 inches (150 mm) from the joint shall be treated as specified above in subparagraph c. (1) Full depth cracks present, original joint not opened. When the original un -cracked joint has not opened, the crack shall be sawed and sealed, and the original joint filled with epoxy resin as specified below. The crack shall be sawed with equipment specially designed to follow random cracks. The reservoir for joint sealant in the crack shall be formed by sawing to a depth of 3/4 inches (19 mm), ±1/16 inch (2 mm), and to a width of 5/8 inch (16 mm), ±1/8 inch (3 mm). Any equipment or procedure which causes raveling or spalling along the crack shall be modified or replaced to prevent such raveling or spalling. The joint sealant shall be a liquid sealant as specified. Installation of joint seal shall be as specified for sealing joints or as directed. If the joint sealant reservoir has been sawed out, the reservoir and as much of the lower saw cut as possible shall be filled with epoxy resin, Type IV, Grade 2, thoroughly tooled into the void using approved procedures. If only the original narrow saw cut has been made, it shall be cleaned and pressure injected with epoxy resin, Type IV, Grade 1, using approved procedures. If filler type material has been used to form a weakened plane in the transverse joint, it shall be completely sawed out and the saw cut pressure injected with epoxy resin, Type IV, Grade 1, using approved procedures. Where a parallel crack goes part way across paving lane and then intersects and follows the original joint which is cracked only for the remained of the width, it shall be treated as specified above for a parallel crack, and the cracked original joint shall be prepared and sealed as originally designed. Item P-501 Portland Cement Concrete (PCC) Pavement 23 of 40 AC 150/5370-1OG 7/21/2014 (2) Full depth cracks present, original joint also cracked. At a joint, if there is any place in the lane width where a parallel crack and a cracked portion of the original joint overlap, the entire slab containing the crack shall be removed and replaced for the full lane width and length. e. Removal and replacement of full slabs. Where it is necessary to remove full slabs, unless there are dowels present, all edges of the slab shall be cut full depth with a concrete saw. All saw cuts shall be perpendicular to the slab surface. If dowels, or tie bars are present along any edges, these edges shall be sawed full depth just beyond the end of the dowels or tie bars. These joints shall then be carefully sawed on the joint line to within one inch (25 mm) of the depth of the dowel or tie bar. The main slab shall be further divided by sawing full depth, at appropriate locations, and each piece lifted out and removed. Suitable equipment shall be used to provide a truly vertical lift, and approved safe lifting devices used for attachment to the slabs. The narrow strips along doweled edges shall be carefully broken up and removed using light, hand-held jackhammers, 30 lb (14 kg) or less, or other approved similar equipment. Care shall be taken to prevent damage to the dowels, tie bars, or to concrete to remain in place. The joint face below dowels shall be suitably trimmed so that there is not abrupt offset in any direction greater than 1/2 inch (12 mm) and no gradual offset greater than one inch (25 mm) when tested in a horizontal direction with a 12 -foot (3.7-m) straightedge. No mechanical impact breakers, other than the above hand-held equipment shall be used for any removal of slabs. If underbreak between 1-1/2 and 4 inches (38 and 100 mm) deep occurs at any point along any edge, the area shall be repaired as directed before replacing the removed slab. Procedures directed will be similar to those specified for surface spalls, modified as necessary. If underbreak over 4 inches (100 mm) deep occurs, the entire slab containing the underbreak shall be removed and replaced. Where there are no dowels or tie bars, or where they have been damaged, dowels or tie bars of the size and spacing as specified for other joints in similar pavement shall be installed by epoxy grouting them into holes drilled into the existing concrete using procedures as specified. Original damaged dowels or tie bars shall be cut off flush with the joint face. Protruding portions of dowels shall be painted and lightly oiled. All four (4) edges of the new slab shall contain dowels or original tie bars. Placement of concrete shall be as specified for original construction. Prior to placement of new concrete, the underlying material (unless it is stabilized) shall be re -compacted and shaped as specified in the appropriate section of these specifications. The surfaces of all four joint faces shall be cleaned of all loose material and contaminants and coated with a double application of membrane forming curing compound as bond breaker. Care shall be taken to prevent any curing compound from contacting dowels or tie bars. The resulting joints around the new slab shall be prepared and sealed as specified for original construction. f. Repairing spalls along joints. Where directed, spalls along joints of new slabs, and along parallel cracks used as replacement joints, shall be repaired by first making a vertical saw cut at least one inch (25 mm) outside the spalled area and to a depth of at least 2 inch (50 mm). Saw cuts shall be straight lines forming rectangular areas. The concrete between the saw cut and the joint, or crack, shall be chipped out to remove all unsound concrete and at least 1/2 inch (12 mm) of visually sound concrete. The cavity thus formed shall be thoroughly cleaned with high- pressure water jets supplemented with compressed air to remove all loose material. Immediately before filling the cavity, a prime coat of epoxy resin, Type III, Grade I, shall be 24 of 40 Item P-501 Portland Cement Concrete (PCC) Pavement 7/21/2014 AC 150/5370-1OG g. applied to the dry cleaned surface of all sides and bottom of the cavity, except any joint face. The prime coat shall be applied in a thin coating and scrubbed into the surface with a stiff - bristle brush. Pooling of epoxy resin shall be avoided. The cavity shall be filled with low slump Portland cement concrete or mortar or with epoxy resin concrete or mortar. Concrete shall be used for larger spalls, generally those more than 1/2 cu. ft. (0.014 m3) in size, and mortar shall be used for the smaller ones. Any spall less than 0 1 cu. ft. (0.003 m3) shall be repaired only with epoxy resin mortar or a Grade III epoxy resin. Portland cement concrete and mortar mixtures shall be proportioned as directed and shall be mixed, placed, consolidated, and cured as directed. Epoxy resin mortars shall be made with Type III, Grade 1, epoxy resin, using proportions and mixing and placing procedures as recommended by the manufacturer and approved by the Engineer. The epoxy resin materials shall be placed in the cavity in layers not over 2 inches (50 mm) thick. The time interval between placement of additional layers shall be such that the temperature of the epoxy resin material does not exceed 140°F (60°C) at any time during hardening. Mechanical vibrators and hand tampers shall be used to consolidate the concrete or mortar. Any repair material on the surrounding surfaces of the existing concrete shall be removed before it hardens. Where the spalled area abuts a joint, an insert or other bond -breaking medium shall be used to prevent bond at the joint face. A reservoir for the joint sealant shall be sawed to the dimensions required for other joints, or as required to be routed for cracks. The reservoir shall be thoroughly cleaned and sealed with the sealer specified for the joints. If any spall penetrates half the depth of the slab or more, the entire slab shall be removed and replaced as previously specified If any spall would require over 25% of the length of any single joint to be repaired, the entire slab shall be removed and replaced. Repair of spalls as described in this section shall not be allowed if in the opinion of the Engineer the overall condition of the pavement indicates that such repair is unlikely to achieve an acceptable and durable finished pavement. No repair of spalls shall be allowed in any panel that demonstrates segregated aggregate with a significant absence of coarse aggregate in the upper one -eight (1/8th) inch of the pavement surface. Diamond grinding of PCC surfaces. Diamond grinding of the hardened concrete with an approved diamond grinding machine should not be performed until the concrete is 14 days or more old and concrete has reached full minimum strength. When required, diamond grinding shall be accomplished by sawing with saw blades impregnated with industrial diamond abrasive. The saw blades shall be assembled in a cutting head mounted on a machine designed specifically for diamond grinding that will produce the required texture and smoothness level without damage to the pavement. The saw blades shall be 1/8 -inch (3 -mm) wide and there shall be a minimum of 55 to 60 blades per 12 inches (300 mm) of cutting head width; the actual number of blades will be determined by the Contractor and depend on the hardness of the aggregate. Each machine shall be capable of cutting a path at least 3 feet (0.9 m) wide. Equipment that causes ravels, aggregate fractures, spalls or disturbance to the joints will not be permitted. The area corrected by diamond grinding the surface of the hardened concrete should not exceed 10% of the total area of any sublot. The depth of diamond grinding shall not exceed 1/2 inch (13 mm) and all areas in which diamond grinding has been performed will be subject to the final pavement thickness tolerances specified. Grinding will be tapered in all directions to provide smooth transitions to areas not requiring grinding. All pavement areas requiring plan grade or surface smoothness corrections in excess of the limits specified above, may require removing and replacing in conformance with paragraph 501-4.19. 501-4.20 EXISTING CONCRETE PAVEMENT REMOVAL AND REPAIR. All operations shall be carefully controlled to prevent damage to the concrete pavement and to the underlying material to remain in place. All saw cuts shall be made perpendicular to the slab surface. Item P-501 Portland Cement Concrete (PCC) Pavement 25 of 40 AC 150/5370-1OG 7/21/2014 a. Removal of existing pavement slab. When it is necessary to remove existing concrete pavement and leave adjacent concrete in place, unless there are dowels present, the joint between the removal area and adjoining pavement to stay in place, including dowels or tie bars, shall first be cut full depth with a standard diamond - type concrete saw. If dowels are present at this joint, the saw cut shall be made full depth just beyond the end of dowels. The edge shall then be carefully sawed on the joint line to within one inch (25 mm) of the top of the dowel. Next, a full depth saw cut shall be made parallel to the joint at least 24 inches (600 mm) from the joint and at least 12 inches (300 mm) from the end of any dowels. All pavement between this last saw cut and the joint line shall be carefully broken up and removed using hand-held jackhammers, 30 lb (14 kg) or less, or the approved light-duty equipment which will not cause stress to propagate across the joint saw cut and cause distress in the pavement which is to remain in place. Where dowels are present, care shall be taken to produce an even, vertical joint face below the dowels. If the Contractor is unable to produce such a joint face, or if underbreak or other distress occurs, the Contractor shall saw the dowels flush with the joint. The Contractor shall then install new dowels, of the size and spacing used for other similar joints, by epoxy resin bonding them in holes drilled in the joint face as specified in paragraph 501-4.10g. All this shall be at no additional cost to the Owner. Dowels of the size and spacing indicated shall be installed as shown on the drawings by epoxy resin bonding them in holes drilled in the joint face as specified in paragraph 501-4.10g. The joint face shall be sawed or otherwise trimmed so that there is no abrupt offset in any direction greater than 1/2 inches (12 mm) and no gradual offset greater than one inch (25 mm) when tested in a horizontal direction with a 12 -foot (3.7-m) straightedge. b. Edge repair. The edge of existing concrete pavement against which new pavement abuts shall be protected from damage at all times. Areas that are damaged during construction shall be repaired at no cost to the Owner. (1) Spall repair. Spalls shall be repaired where indicated and where directed by the Engineer. Repair materials and procedures shall be as previously specified in subparagraph 501-4.19f. (2) Underbreak repair. All underbreak shall be repaired. First, all delaminated and loose material shall be carefully removed. Next, the underlying material shall be recompacted, without addition of any new material. Finally, the void shall be completely filled with paving concrete, thoroughly consolidated. Care shall be taken to produce an even joint face from top to bottom. Prior to placing concrete, the underlying material shall be thoroughly moistened. After placement, the exposed surface shall be heavily coated with curing compound. Underlying material. The underlying material adjacent to the edge and under the existing pavement which is to remain in place shall be protected from damage or disturbance during removal operations and until placement of new concrete, and shall be shaped as shown on the drawings or as directed. Sufficient material shall be kept in place outside the joint line to prevent disturbance (or sloughing) of material under the pavement that is to remain in place. Any material under the portion of the concrete pavement to remain in place, which is disturbed or loses its compaction shall be carefully removed and replaced with concrete as specified in paragraph 501-4.20b(2). The underlying material outside the joint line shall be thoroughly compacted and moist when new concrete is placed. (3) 26 of 40 Item P-501 Portland Cement Concrete (PCC) Pavement 7/21/2014 AC 150/5370-1OG MATERIAL ACCEPTANCE 501-5.1 ACCEPTANCE SAMPLING AND TESTING. All acceptance sampling and testing necessary to determine conformance with the requirements specified in this section, with the exception of coring for thickness determination, will be performed by the Engineer at no cost to the Contractor. The Contractor shall bear the cost of providing curing facilities for the strength specimens, per paragraph 501-5.1a(3), and coring and filling operations, per paragraph 501- 5.1b(1). Testing organizations performing these tests shall be accredited in accordance with ASTM C1077. The laboratory accreditation must be current and listed on the accrediting authority's website. All test methods required for acceptance sampling and testing must be listed on the lab accreditation. A copy of the laboratory's current accreditation and accredited test methods shall be submitted to the Engineer prior to start of construction. Concrete shall be accepted for strength and thickness on a lot basis. A lot shall consist of a day's production not to exceed 300 cubic yards. a. Compressive strength. (1) Sampling. Each lot shall be divided into four equal sublots. One sample shall be taken for each sublot from the plastic concrete delivered to the job site. Sampling locations shall be determined by the Engineer in accordance with random sampling procedures contained in ASTM D3665. The concrete shall be sampled in accordance with ASTM C172. (2) Testing. Two (2) specimens shall be made from each sample. Specimens shall be made in accordance with ASTM C31 and the compressive strength of each specimen shall be determined in accordance with ASTM C39. The compressive strength for each sublot shall be computed by averaging the results of the two test specimens representing that sublot. Curing. The Contractor shall provide adequate facilities for the initial curing of cylinders. During the 24 hours after molding, the temperature immediately adjacent to the specimens must be maintained in the range of 60° to 80°F (16°to 27°C), and loss of moisture from the specimens must be prevented. The specimens may be stored in tightly constructed wooden boxes, damp sand pits, temporary buildings at construction sites, under wet burlap in favorable weather or in heavyweight closed plastic bags, or use other suitable methods, provided the temperature and moisture loss requirements are met. (4) Acceptance. Acceptance of pavement for compressive strength will be determined by the Engineer in accordance with paragraph 501-5.2b. (3) b. Pavement thickness. (1) Sampling. Each lot shall be divided into four equal sublots and one core shall be taken by the Contractor for each sublot. Sampling locations shall be determined by the Engineer in accordance with random sampling procedures contained in ASTM D3665. Areas, such as thickened edges, with planned variable thickness, shall be excluded from sample locations. Cores shall be neatly cut with a core drill. The Contractor shall furnish all tools, labor, and materials for cutting samples and filling the cored hole. Core holes shall be filled by Item P-501 Portland Cement Concrete (PCC) Pavement 27 of 40 AC 150/5370-1OG 7/21/2014 the Contractor with a non -shrink grout approved by the Engineer within one day after sampling. (2) Testing. The thickness of the cores shall be determined by the Engineer by the average caliper measurement in accordance with ASTM C174. (3) Acceptance. Acceptance of pavement for thickness shall be determined by the Engineer in accordance with paragraph 501-5.2c. c. Partial lots. When operational conditions cause a lot to be terminated before the specified number of tests have been made for the lot, or when the Contractor and Engineer agree in writing to allow overages or minor placements to be considered as partial lots, the following procedure will be used to adjust the lot size and the number of tests for the lot. Where three sublots have been produced, they shall constitute a lot. Where one or two sublots have been produced, they shall be incorporated into the next lot or the previous lot and the total number of sublots shall be used in the acceptance criteria calculation, that is, n=5 or n=6. d. Outliers. All individual flexural strength tests within a lot shall be checked for an outlier (test criterion) in accordance with ASTM E178, at a significance level of 5%. Outliers shall be discarded, and the percentage of material within specification limits (PWL) shall be determined using the remaining test values. 501-5.2 ACCEPTANCE CRITERIA. a. General. Acceptance will be based on the following characteristics of the completed pavement discussed in paragraph 501-5.2e: (1) Compressive strength (2) Thickness (3) Smoothness (4) Grade (5) Edge slump Compressive strength and thickness shall be evaluated for acceptance on a lot basis using the method of estimating PWL. Acceptance using PWL considers the variability (standard deviation) of the material and the testing procedures, as well as the average (mean) value of the test results to calculate the percentage of material that is above the lower specification tolerance limit (L). Acceptance for compressive strength will be based on the criteria contained in accordance with paragraph 501-5.2e(1). Acceptance for thickness will be based on the criteria contained in paragraph 501-5.2e(2). Acceptance for smoothness will be based on the criteria contained in paragraph 501-5.2e(3). Acceptance for grade will be based on the criteria contained in paragraph 501-5.2e(4). The Engineer may at any time, notwithstanding previous plant acceptance, reject and require the Contractor to dispose of any batch of concrete mixture which is rendered unfit for use due to contamination, segregation, or improper slump. Such rejection may be based on only visual inspection. In the event of such rejection, the Contractor may take a representative sample of the rejected material in the presence of the Engineer, and if it can be demonstrated in the laboratory, in the presence of the Engineer, that such material was erroneously rejected, payment will be made for the material at the contract unit price. 28 of 40 Item P-501 Portland Cement Concrete (PCC) Pavement 7/21/2014 AC 150/5370-1OG b. Compressive strength. Acceptance of each lot of in-place pavement for compressive strength shall be based on PWL. The Contractor shall target production quality to achieve 90 PWL or higher. c. Pavement thickness. Acceptance of each lot of in-place pavement shall be based on PWL. The Contractor shall target production quality to achieve 90 PWL or higher. d. Percentage of material within limits (PWL). The PWL shall be determined in accordance with procedures specified in Section 110 of the General Provisions. The lower specification tolerance limit (L) for compressive strength and thickness shall be: Lower Specification Tolerance Limit (L) Compressive Strength 4,140 psi Thickness Lot Plan Thickness in inches, - 0.50 in e. Acceptance criteria. (1) Compressive Strength. If the PWL of the lot equals or exceeds 90%, the lot shall be acceptable. Acceptance and payment for the lot shall be determined in accordance with paragraph 501-8.1. (2) Thickness. If the PWL of the lot equals or exceeds 90%, the lot shall be acceptable. Acceptance and payment for the lot shall be determined in accordance with paragraph 501-8.1. Smoothness. As soon as the concrete has hardened sufficiently, but not later than 48 hours after placement, the surface of each lot shall be tested in both longitudinal and transverse directions for smoothness to reveal all surface irregularities exceeding the tolerances specified. The Contractor shall furnish paving equipment and employ methods that produce a surface for each section of pavement having an average profile index meeting the requirements of paragraph 501-8.1c when evaluated with a profilograph; and the finished surface of the pavement shall not vary more than 1/4 inch (6mm) when evaluated with a 12 -foot (3.7m) straightedge. When the surface smoothness exceeds specification tolerances which cannot be corrected by diamond grinding of the pavement, full depth removal and replacement of pavement shall be to the limit of the longitudinal placement. Corrections involving diamond grinding will be subject to the final pavement thickness tolerances specified. (a) Transverse measurements. Transverse measurements will be taken for each lot placed. Transverse measurements will be taken perpendicular to the pavement centerline each 50 feet (15m) or more often as determined by the Engineer. (3) (i) Testing shall be continuous across all joints, starting with one-half the length of the straight edge at the edge of pavement section being tested and then moved ahead one-half the length of the straight edge for each successive measurement. Smoothness readings will not be made across grade changes or cross slope transitions; at these transition areas, the straightedge position shall be adjusted to measure surface smoothness and not design grade or cross slope transitions. The amount of surface irregularity shall be determined by placing the freestanding (unleveled) straightedge on the pavement surface and allowing it to rest upon the two highest spots covered by its length, and measuring the maximum gap between the straightedge and the pavement surface in the area Item P-501 Portland Cement Concrete (PCC) Pavement 29 of 40 AC 150/5370-1OG 7/21/2014 between these two high points. Deviations on final pavement > 1/4 inch (6mm) in transverse direction shall be corrected with diamond grinding per paragraph 501-4.19g or by removing and replacing full depth of pavement. Grinding will be tapered in all directions to provide smooth transitions to areas not requiring grinding. The area corrected by grinding should not exceed 10% of the total area and these areas shall be retested after grinding. (ii) The joint between lots shall be tested separately to facilitate smoothness between lots. The amount of surface irregularity shall be determined by placing the freestanding (unleveled) straightedge on the pavement surface, with half the straightedge on one side of the joint and the other half of the straightedge on the other side of the joint. Measure the maximum gap between the straightedge and the pavement surface in the area between these two high points. One measurement shall be taken at the joint every 50 feet (15m) or more often if directed by the Engineer. Maximum gap on final pavement surface > 1/4 inch (6mm) in transverse direction shall be corrected with diamond grinding per paragraph 501-4.19g or by removing and replacing full depth of surface. Each measurement shall be recorded and a copy of the data shall be furnished to the Engineer at the end of each days testing. (b) Longitudinal measurements. Longitudinal measurements will be taken for each lot placed. Longitudinal tests will be parallel to the centerline of paving; at the center of paving lanes when widths of paving lanes are less than 20 feet (6m); and at the one third points of paving lanes when widths of paving lanes are 20 ft (6m) or greater. (i) Longitudinal Short Sections. Longitudinal Short Sections are when the longitudinal lot length is less than 200 feet (60m) and areas not requiring a profilograph. When approved by the Engineer, the first and last 15 feet (4.5m) of the lot can also be considered as short sections for smoothness. The finished surface shall not vary more than 1/4 inch (6mm) when evaluated with a 12 -foot (3.7m) straightedge. Smoothness readings will not be made across grade changes or cross slope transitions, at these transition areas, the straightedge position shall be adjusted to measure surface smoothness and not design grade or cross slope transitions. Testing shall be continuous across all joints, starting with one-half the length of the straight edge at the edge of pavement section being tested and then moved ahead one-half the length of the straight edge for each successive measurement. The amount of surface irregularity shall be determined by placing the freestanding (unleveled) straightedge on the pavement surface and allowing it to rest upon the two highest spots covered by its length, and measuring the maximum gap between the straightedge and the pavement surface in the area between these two high points. Deviations on final pavement surface > 1/4 inch (6mm) in longitudinal direction will be corrected with diamond grinding per paragraph 501-4.19g or by removing and replacing full depth of surface. Grinding will be tapered in all directions to provide smooth transitions to areas not requiring grinding. The area corrected by grinding should not exceed 10% of the total area and these areas shall be retested after grinding. (ii) Profilograph Testing. Profilograph testing shall be performed by the contractor using approved equipment and procedures as described as ASTM E1274. The equipment shall utilize electronic recording and automatic computerized 30 of 40 Item P-501 Portland Cement Concrete (PCC) Pavement 7/21/2014 AC 150/5370-1OG reduction of data to indicate "must grind" bumps and the Profile Index for the pavement using a 0.2 inch (5 mm) blanking band. The bump template must span one inch (25 mm) with an offset of 0.4 inches (10 mm). The profilograph must be calibrated prior to use and operated by a factory or State DOT approved operator. Profilograms shall be recorded on a longitudinal scale of one inch (25 mm) equals 25 feet (7.5 m) and a vertical scale of one inch (25 mm) equals one inch (25 mm). A copy of the reduced tapes shall be furnished to the Engineer at the end of each days testing. The pavement must have an average profile index meeting the requirements of paragraph 501-8.1c. Deviations on final surface in longitudinal direction shall be corrected with diamond grinding per paragraph 501-4.19g or by removing and replacing full depth of pavement. Grinding will be tapered in all directions to provide smooth transitions to areas not requiring grinding. The area corrected by grinding should not exceed 10% of the total area and these areas shall be retested after grinding. Where corrections are necessary, second profilograph runs shall be performed to verify that the corrections produced an average profile index of 15 inches (38 cm) per mile or less. If the initial average profile index was less than 15 inches (38 cm), only those areas representing greater than 0.4 inch (10 mm) deviation will be re -profiled for correction verification. (iii) Final profilograph of runway. Final profilograph, full length of runway, shall be performed to facilitate testing of smoothness between lots. Profilograph testing shall be performed by the contractor using approved equipment and procedures as described as ASTM E1274. The pavement must have an average profile index meeting the requirements of paragraph 501-8.1c. The equipment shall utilize electronic recording and automatic computerized reduction of data to indicate "must grind" bumps and the Profile Index for the pavement using a 0.2 inch (5 mm) blanking band. The bump template must span one inch (25 mm) with an offset of 0.4 inches (10 mm). The profilograph must be calibrated prior to use and operated by a factory or State DOT approved, trained operator. Profilograms shall be recorded on a longitudinal scale of one inch (25 mm) equals 25 feet (7.5 m) and a vertical scale of one inch (25 mm) equals one inch (25 mm). A copy of the reduced tapes shall be furnished to the Engineer at the end of each days testing. Profilograph of final runway shall be performed one foot right and left of runway centerline and 15 feet right and left of centerline. Any areas that indicate "must grind" will be corrected as directed by the Engineer. Smoothness testing indicated in the above paragraphs except paragraph (iii) shall be performed within 48 hours of placement of material. Smoothness texting indicated in paragraph (iii) shall be performed within 48 hours final paving completion. The primary purpose of smoothness testing is to identify areas that may be prone to ponding of water which could lead to hydroplaning of aircraft. If the contractor's machines and/or methods are producing significant areas that need corrective actions then production should be stopped until corrective measures can be implemented. If corrective measures are not implemented and when directed by the Engineer, production shall be stopped until corrective measures can be implemented. (4) Grade. An evaluation of the surface grade shall be made by the Engineer for compliance to the tolerances contained below. The finish grade will be determined by running levels Item P-501 Portland Cement Concrete (PCC) Pavement 31 of 40 AC 150/5370-1OG 7/21/2014 (5) at intervals of 50 feet (15 m) or less longitudinally and all breaks in grade transversely (not to exceed 50 feet (15 m)) to determine the elevation of the completed pavement. The Contractor shall pay the costs of surveying the level runs, and this work shall be performed by a licensed surveyor. The documentation, stamped and signed by a licensed surveyor, shall be provided by the Contractor to the Engineer. (a) Lateral deviation. Lateral deviation from established alignment of the pavement edge shall not exceed ±0.10 feet (3 mm) in any lane. (b) Vertical deviation. Vertical deviation from established grade shall not exceed ±0.04 feet (12 mm) at any point. Edge slump. When excessive edge slump cannot be corrected before the concrete has hardened, the area with excessive edge slump shall be removed and replaced at the expense of the Contractor as directed by the Engineer in accordance with paragraph 501- 4.8a. f. Removal and replacement of concrete. Any area or section of concrete that is removed and replaced shall be removed and replaced back to planned joints. The Contractor shall replace damaged dowels and the requirements for doweled longitudinal construction joints in paragraph 501-4.10 shall apply to all contraction joints exposed by concrete removal. Removal and replacement shall be in accordance with paragraph 501-4.20. CONTRACTOR QUALITY CONTROL 501-6.1 QUALITY CONTROL PROGRAM. The Contractor shall develop a Quality Control Program in accordance with Section 100 of the General Provisions. The program shall address all elements that affect the quality of the pavement including but not limited to: a. Mix Design b. Aggregate Gradation c. Quality of Materials d. Stockpile Management e. Proportioning f. Mixing and Transportation g. Placing and Consolidation h. Joints i. Dowel Placement and Alignment j. Compressive Strength k. Finishing and Curing 1. Surface Smoothness 501-6.2 QUALITY CONTROL TESTING. The Contractor shall perform all quality control tests necessary to control the production and construction processes applicable to this specification and as set forth in the Quality Control Program. The testing 32 of 40 Item P-501 Portland Cement Concrete (PCC) Pavement 7/21/2014 AC 150/5370-1OG program shall include, but not necessarily be limited to, tests for aggregate gradation, aggregate moisture content, slump, and air content. A Quality Control Testing Plan shall be developed as part of the Quality Control Program. a. Fine aggregate. (1) Gradation. A sieve analysis shall be made at least twice daily in accordance with ASTM C136 from randomly sampled material taken from the discharge gate of storage bins or from the conveyor belt. (2) Moisture content. If an electric moisture meter is used, at least two direct measurements of moisture content shall be made per week to check the calibration. If direct measurements are made in lieu of using an electric meter, two tests shall be made per day. Tests shall be made in accordance with ASTM C70 or ASTM C566. b. Coarse Aggregate. (1) Gradation. A sieve analysis shall be made at least twice daily for each size of aggregate. Tests shall be made in accordance with ASTM C136 from randomly sampled material taken from the discharge gate of storage bins or from the conveyor belt. (2) Moisture content. If an electric moisture meter is used, at least two direct measurements of moisture content shall be made per week to check the calibration. If direct measurements are made in lieu of using an electric meter, two tests shall be made per day. Tests shall be made in accordance with ASTM C566. c. Slump. Four slump tests shall be performed for each lot of material produced in accordance with the lot size defined in paragraph 501-5.1. One test shall be made for each sublot. Slump tests shall be performed in accordance with ASTM C143 from material randomly sampled from material discharged from trucks at the paving site. Material samples shall be taken in accordance with ASTM C 172. d. Air content. Four air content tests, shall be performed for each lot of material produced in accordance with the lot size defined in paragraph 501-5.1. One test shall be made for each sublot. Air content tests shall be performed in accordance with ASTM C231 for gravel and stone coarse aggregate and ASTM C173 for slag or other porous coarse aggregate, from material randomly sampled from trucks at the paving site. Material samples shall be taken in accordance with ASTM C172. e. Four unit weight and yield tests shall be made in accordance with ASTM C138. The samples shall be taken in accordance with ASTM C172 and at the same time as the air content tests. 501-6.3 CONTROL CHARTS. The Contractor shall maintain linear control charts for fine and coarse aggregate gradation, slump, moisture content and air content. Control charts shall be posted in a location satisfactory to the Engineer and shall be kept up to date at all times. As a minimum, the control charts shall identify the project number, the contract item number, the test number, each test parameter, the Action and suspension Limits, or Specification limits, applicable to each test parameter, and the Contractor's test results. The Contractor shall use the control charts as part of a process control system for identifying potential problems and assignable causes before they occur. If the Contractor's projected data during production indicates a potential problem and the Contractor is not taking satisfactory corrective action, the Engineer may halt production or acceptance of the material. a. Fine and coarse aggregate gradation. The Contractor shall record the running average of the last five gradation tests for each control sieve on linear control charts. Specification limits Item P-501 Portland Cement Concrete (PCC) Pavement 33 of 40 AC 150/5370-1OG 7/21/2014 contained in the Lower Specification Tolerance Limit (L) table above and the Control Chart Limits table below shall be superimposed on the Control Chart for job control. b. Slump and air content. The Contractor shall maintain linear control charts both for individual measurements and range (that is, difference between highest and lowest measurements) for slump and air content in accordance with the following Action and Suspension Limits. Control Chart Limits Control Parameter Individual Measurements Range Suspension Limit Action Limit Suspension Limit Slip Form: Slump +0 to -1 inch (0-25 mm) +0.5 to -1.5 inch (13-38 mm) ±1.5 inch (38 mm) Air Content ±1.2% ±1.8% ±2.5% Side Form: Slump +0.5 to -1 inch (13-25 mm) +1 to -1.5 inch (25-38 mm) ±1.5 inch (38 mm) Air Content ±1.2% ±1.8% ±2.5% The individual measurement control charts shall use the mix design target values as indicators of central tendency. 501-6.4 CORRECTIVE ACTION. The Contractor Quality Control Program shall indicate that appropriate action shall be taken when the process is believed to be out of control. The Contractor Quality Control Program shall detail what action will be taken to bring the process into control and shall contain sets of rules to gauge when a process is out of control. As a minimum, a process shall be deemed out of control and corrective action taken if any one of the following conditions exists. a. Fine and coarse aggregate gradation. When two consecutive averages of five tests are outside of the specification limits in paragraph 501-2.1, immediate steps, including a halt to production, shall be taken to correct the grading. b. Fine and coarse aggregate moisture content. Whenever the moisture content of the fine or coarse aggregate changes by more than 0.5%, the scale settings for the aggregate batcher and water batcher shall be adjusted. c. Slump. The Contractor shall halt production and make appropriate adjustments whenever: (1) one point falls outside the Suspension Limit line for individual measurements or range OR (2) two points in a row fall outside the Action Limit line for individual measurements. d. Air content. The Contractor shall halt production and adjust the amount of air -entraining admixture whenever: (1) one point falls outside the Suspension Limit line for individual measurements or range OR (2) two points in a row fall outside the Action Limit line for individual measurements. 34 of 40 Item P-501 Portland Cement Concrete (PCC) Pavement 7/21/2014 AC 150/5370-1OG Whenever a point falls outside the Action Limits line, the air -entraining admixture dispenser shall be calibrated to ensure that it is operating correctly and with good reproducibility. METHOD OF MEASUREMENT 501-7.1 Portland cement concrete pavement shall be measured by the number of square yards of either plain or reinforced pavement as specified in-place, completed and accepted. Measurement for sawcutting, removing, and replacing full or partial cracked or damaged panels in existing PCC pavements shall be measured by the square yard of material placed. The Engineer shall specify areas of replacement in existing PCC pavements in the field. This shall include all material, labor, and equipment used in the removal of existing concrete, preparation for placement, and placement of all materials, completed, and accepted by the Engineer. BASIS OF PAYMENT 501-8.1 PAYMENT. Payment for concrete pavement meeting all acceptance criteria as specified in paragraph 501-5.2 Acceptance Criteria shall be based on results of smoothness, strength and thickness tests. Payment for acceptable lots of concrete pavement shall be adjusted in accordance with paragraph 501-8.1a for strength and thickness and 501-8.1c for smoothness, subject to the limitation that: The total project payment for concrete pavement shall not exceed 100 percent of the product of the contract unit price and the total number of square yards of concrete pavement used in the accepted work (See Note 1 under the Price Adjustment Schedule table below). Payment shall be full compensation for all labor, materials, tools, equipment, and incidentals required to complete the work as specified herein and on the drawings. a. Basis of adjusted payment. The pay factor for each individual lot shall be calculated in accordance with the Price Adjustment Schedule table below. A pay factor shall be calculated for both compressive strength and thickness. The lot pay factor shall be the higher of the two values when calculations for both compressive strength and thickness are 100% or higher. The lot pay factor shall be the product of the two values when only one of the calculations for either compressive strength or thickness is 100% or higher. The lot pay factor shall be the lower of the two values when calculations for both compressive strength and thickness are less than 100%. Item P-501 Portland Cement Concrete (PCC) Pavement 35 of 40 AC 150/5370-1OG 7/21/2014 Price Adjustment Schedule' Percentage of Materials Within Specification Limits (PWL) Lot Pay Factor (Percent of Contract Unit Price) 96 — 100 106 90-95 PWL+ 10 75 — 90 0.5 PWL + 55 55 — 74 1.4 PWL — 12 Below 55 Reject2 Although it is theoretically possible to achieve a pay factor of 106% for each lot, actual payment in excess of 100% shall be subject to the total project payment limitation specified in paragraph 501-8.1. 2 The lot shall be removed and replaced. However, if the Engineer and the FAA have decided to allow the rejected lot to remain in accordance with Section 50-02 after the Engineer and Contractor agree in writing that the lot shall not be removed, it shall be paid for at 50% of the contract price and the total project payment limitation shall be reduced by the amount withheld for the rejected lot. For each lot accepted, the adjusted contract unit price shall be the product of the lot pay factor for the lot and the contract unit price. Payment shall be subject to the total project payment limitation specified in paragraph 501-8.1. Payment in excess of 100% for accepted lots of concrete pavement shall be used to offset payment for accepted lots of concrete pavement that achieve a lot pay factor less than 100%. b. Payment. Payment shall be made under: Item P-501-8.1 16" Portland Cement Concrete Pavement — per square yard c. Basis of adjusted payment for smoothness. Price adjustment for pavement smoothness will apply to the total area of concrete within a section of pavement and shall be applied in accordance the following equation and schedule: (Square yard in section) x (original unit price per square yard) x PFm = reduction in payment for area within section Average Profile Index (Inches Per Pavement Strength Rating Mile) Contract Unit Price Adjustment (PFm) Over 30,000 lb 30,000 lb or Less Short Sections 0-7 0- 10 0- 15 0.00 7.1-9 10.1-11 15.1-16 0.02 9.1-11 11.1-12 16.1-17 0.04 11.1-13 12.1-13 17.1-18 0.06 13.1-14 13.1-14 18.1-20 0.08 14.1-15 14.1-15 20.1-22 0.10 15.1 and up 15.1 and up 22.1 and up Corrective work required 36 of 40 Item P-501 Portland Cement Concrete (PCC) Pavement 7/21/2014 AC 150/5370-1OG TESTING REQUIREMENTS ASTM C31 Standard Practice for Making and Curing Concrete Test Specimens in the Field ASTM C39 Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens ASTM C70 Standard Test Method for Surface Moisture in Fine Aggregate ASTM C78 Standard Test Method for Flexural Strength of Concrete (Using Simple Beam with Third -Point Loading) ASTM C88 Standard Test Method for Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate ASTM C117 Standard Test Method for Materials Finer Than 75-µm (No. 200) Sieve in Mineral Aggregates by Washing ASTM C131 Standard Test Method for Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine ASTM C136 Standard Test Method for Sieve or Screen Analysis of Fine and Coarse Aggregates ASTM C138 Standard Test Method for Density (Unit Weight), Yield, and Air Content (Gravimetric) of Concrete ASTM C142 Standard Test Method for Clay Lumps and Friable Particles in Aggregates ASTM C143 Standard Test Method for Slump of Hydraulic -Cement Concrete ASTM C172 Standard Practice for Sampling Freshly Mixed Concrete ASTM C173 Standard Test Method for Air Content of Freshly Mixed Concrete by the Volumetric Method ASTM C 174 Standard Test Method for Measuring Thickness of Concrete Elements Using Drilled Concrete Cores ASTM C227 Standard Test Method for Potential Alkali Reactivity of Cement -Aggregate Combinations (Mortar -Bar Method) ASTM C231 Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method ASTM C289 Standard Test Method for Potential Alkali -Silica Reactivity of Aggregates (Chemical Method) ASTM C295 Standard Guide for Petrographic Examination of Aggregates for Concrete ASTM C114 Standard Test Methods for Chemical Analysis of Hydraulic Cement ASTM C311 Standard Test Methods for Sampling and Testing Fly Ash or Natural Pozzolans for Use in Portland Cement Concrete ASTM C566 Standard Test Method for Total Evaporable Moisture Content of Aggregates by Drying ASTM C642 Standard Test Method for Density, Absorption, and Voids in Hardened Concrete ASTM C666 Standard Test Method for Resistance of Concrete to Rapid Freezing and Thawing Item P-501 Portland Cement Concrete (PCC) Pavement 37 of 40 AC 150/5370-1OG ASTM C1077 ASTM C1260 ASTM C1567 ASTM C1602 ASTM D3665 ASTM D4791 7/21/2014 ASTM E178 ASTM E1274 U.S. Army Corps ASTM A184 ASTM A615 ASTM A704 ASTM A706 ASTM A714 ASTM A775 ASTM A934 ASTM A996 ASTM A1064 ASTM A1078 ASTM C33 ASTM C94 Standard Practice for Agencies Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Testing Agency Evaluation Standard Test Method for Potential Alkali Reactivity of Aggregates (Mortar -Bar Method) Standard Test Method for Determining the Potential Alkali -Silica Reactivity of Combinations of Cementitious Materials and Aggregate (Accelerated Mortar -Bar Method) Standard Specification for Mixing Water Used in the Production of Hydraulic Cement Concrete Standard Practice for Random Sampling of Construction Materials Standard Test Method for Flat Particles, Elongated Particles, or Flat and Elongated Particles in Coarse Aggregate Standard Practice for Dealing With Outlying Observations Standard Test Method for Measuring Pavement Roughness Using a Profilograph of Engineers (USACE) Concrete Research Division (CRD) C662 Determining the Potential Alkali -Silica Reactivity of Combinations of Cementitious Materials, Lithium Nitrate Admixture and Aggregate (Accelerated Mortar -Bar Method) MATERIAL REQUIREMENTS Standard Specification for Welded Deformed Steel Bar Mats for Concrete Reinforcement Standard Specification for Deformed and Plain Carbon -Steel Bars for Concrete Reinforcement Standard Specification for Welded Steel Plain Bar or Rod Mats for Concrete Reinforcement Standard Specification for Low -Alloy Steel Deformed and Plain Bars for Concrete Reinforcement Standard Specification for High -Strength Low -Alloy Welded and Seamless Steel Pipe Standard Specification for Epoxy -Coated Steel Reinforcing Bars Standard Specification for Epoxy -Coated Prefabricated Steel Reinforcing Bars Standard Specification for Rail -Steel and Axle -Steel Deformed Bars for Concrete Reinforcement Standard Specification for Carbon -Steel Wire and Welded Wire Reinforcement, Plain and Deformed, for Concrete Standard Specification for Epoxy -Coated Steel Dowels for Concrete Pavement Standard Specification for Concrete Aggregates Standard Specification for Ready -Mixed Concrete 38 of 40 Item P-501 Portland Cement Concrete (PCC) Pavement 7/21/2014 AC 150/5370-1OG ASTM C150 Standard Specification for Portland Cement ASTM C171 Standard Specification for Sheet Materials for Curing Concrete ASTM C260 Standard Specification for Air -Entraining Admixtures for Concrete ASTM C309 Standard Specification for Liquid Membrane -Forming Compounds for Curing Concrete ASTM C494 Standard Specification for Chemical Admixtures for Concrete ASTM C595 Standard Specification for Blended Hydraulic Cements ASTM C618 Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete ASTM C881 Standard Specification for Epoxy -Resin -Base Bonding Systems for Concrete ASTM C989 Standard Specification for Slag Cement for Use in Concrete and Mortars ASTM D1751 Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Nonextruding and Resilient Bituminous Types) ASTM D1752 Standard Specification for Preformed Sponge Rubber and Cork and Recycled PVC Expansion Joint Fillers for Concrete Paving And Structural Construction ACI 211.1 Standard Practice for Selecting Proportions for Normal, Heavyweight, and Mass Concrete ACI 305R Guide to Hot Weather Concreting ACI 306R Guide to Cold Weather Concreting ACI 309R Guide for Consolidation of Concrete AC 150/5320-6 Airport Pavement Design and Evaluation PCA Design and Control of Concrete Mixtures END ITEM P-501 Item P-501 Portland Cement Concrete (PCC) Pavement 39 of 40 AC 150/5370-1OG 7/21/2014 Intentionally Left Blank 40 of 40 Item P-501 Portland Cement Concrete (PCC) Pavement Part 7 - Miscellaneous Intentionally Left Blank 7/21/2014 AC 150/5370-1OG ITEM P-602 BITUMINOUS PRIME COAT DESCRIPTION 602-1.1 This item shall consist of an application of bituminous material on the prepared base course in accordance with these specifications and in reasonably close conformity to the lines shown on the plans. MATERIALS 602-2.1 BITUMINOUS MATERIAL. The bituminous material shall be an emulsified asphalt indicated in ASTM D3628 as a bituminous application for prime coat appropriate to local conditions or as designated by the Engineer. CONSTRUCTION METHODS 602-3.1 WEATHER LIMITATIONS. The prime coat shall be applied only when the existing surface is dry; the atmospheric temperature is 50°F (10°C) or above, and the temperature has not been below 35°F (2°C) for the 12 hours prior to application; and when the weather is not foggy or rainy. The temperature requirements may be waived when directed by the Engineer. 602-3.2 EQUIPMENT. The equipment shall include a self -powered pressure bituminous material distributor and equipment for heating bituminous material. Provide a distributor with pneumatic tires of such size and number that the load produced on the base surface does not exceed 65.0 psi (4.5 kg/sq cm) of tire width to prevent rutting, shoving or otherwise damaging the base, surface or other layers in the pavement structure. Design and equip the distributor to spray the bituminous material in a uniform coverage at the specified temperature, at readily determined and controlled rates from 0.05 to 2.0 gallons per square yard (0.23 to 9.05 L/square meter), with a pressure range of 25 to 75 psi (172.4 to 517.1 kPa) and with an allowable variation from the specified rate of not more than ±5%, and at variable widths. Include with the distributor equipment a separate power unit for the bitumen pump, full -circulation spray bars, tachometer, pressure gauges, volume -measuring devices, adequate heaters for heating of materials to the proper application temperature, a thermometer for reading the temperature of tank contents, and a hand hose attachment suitable for applying bituminous material manually to areas inaccessible to the distributor. Equip the distributor to circulate and agitate the bituminous material during the heating process. If the distributor is not equipped with an operable quick shutoff valve, the prime operations shall be started and stopped on building paper. The Contractor shall remove blotting sand prior to asphalt concrete lay down operations at no additional expense to the Owner. A power broom and power blower suitable for cleaning the surfaces to which the bituminous coat is to be applied shall be provided. 602-3.3 APPLICATION FOR BITUMINOUS MATERIAL. Immediately before applying the prime coat, the full width of the surface to be primed shall be swept with a power broom to remove all loose dirt and other objectionable material. Item P-602 Bituminous Prime Coat 1 of 4 C 150/5370-1OG 7/21/2014 The bituminous material shall be uniformly applied with a bituminous distributor at the rate of 0.15 to 0.30 gallons per square yard (0.68 to 1.36 liters per square meter) depending on the base course surface texture. The type of bituminous material and application rate shall be approved by the Engineer prior to application. Following application of the bituminous material and prior to application of the succeeding layer of pavement, allow the bituminous coat to cure and to obtain evaporation of any volatiles or moisture. Maintain the coated surface until the succeeding layer of pavement is placed, by protecting the surface against damage and by repairing and recoating deficient areas. Allow the prime coat to cure without being disturbed for a period of at least 48 hours or longer, as may be necessary to attain penetration into the treated course. Furnish and spread enough sand to effectively blot up and cure excess bituminous material. Keep traffic off surfaces freshly treated with bituminous material. Provide sufficient warning signs and barricades so that traffic will not travel over freshly treated surfaces. 602-3.4 TRIAL APPLICATIONS. Before providing the complete bituminous coat, the Contractor shall apply three lengths of at least 100 feet (30 m) for the full width of the distributor bar to evaluate the amount of bituminous material that can be satisfactorily applied with the equipment. Apply three different trial application rates of bituminous materials within the application range specified in paragraph 602-3.3. Other trial applications will be made using various amounts of material as deemed necessary by the Engineer. 602-3.5 BITUMINOUS MATERIAL CONTRACTOR'S RESPONSIBILITY. The Contractor shall provide a statement of source and character of the proposed bituminous material which must be submitted to and approved by the Engineer before any shipment of bituminous materials to the project. The Contractor shall furnish vendor's certified test reports for each carload, or equivalent, of bituminous material shipped to the project. The test reports shall be provided to and approved by the Engineer before the bituminous material is applied. If the bituminous material does not meet the specifications, it shall be replaced at the Contractor's expense. Furnishing the vendor's certified test report for the bituminous material shall not be interpreted as basis for final acceptance. 602-3.6 FREIGHT AND WEIGH BILLS. The Contractor shall submit waybills and delivery tickets during the progress of the work. Before the final estimate is allowed, file with the Engineer certified waybills and certified delivery tickets for all bituminous materials used in the construction of the pavement covered by the contract. Do not remove bituminous material from storage until the initial outage and temperature measurements have been taken. The delivery or storage units will not be released until the final outage has been taken. METHOD OF MEASUREMENT 602-4.1 The bituminous material for prime coat shall be measured by the gallon. Volume shall be corrected to the volume at 60°F (16°C) in accordance with ASTM D1250. The bituminous material paid for will be the measured quantities used in the accepted work, provided that the measured quantities are not 10% over the specified application rate. Any amount of bituminous material more than 10% over the specified application rate for each application will be deducted from the measured quantities, except for irregular areas where hand spraying of the bituminous material is necessary. Water added to emulsified asphalt will not be measured for payment. BASIS OF PAYMENT 602-5.1 Payment shall be made at the contract unit price per gallon for bituminous prime coat. This price shall be full compensation for furnishing all materials and for all preparation, delivering, and applying the materials, and for all labor, equipment, tools, and incidentals necessary to complete this item. 2 of 4 Item P-602 Bituminous Prime Coat 7/21/2014 AC 150/5370-1OG Payment will be made under: Item P-602-5.1 Bituminous Prime Coat - per gallon TESTING REQUIREMENTS ASTM D1250 Standard Guide for Use of the Petroleum Measurement Tables MATERIAL REQUIREMENTS ASTM D977 Standard Specification for Emulsified Asphalt ASTM D2028 Standard Specification for Cutback Asphalt (Rapid -Curing Type) ASTM D2397 Standard Specification for Cationic Emulsified Asphalt ASTM D3628 Standard Practice for Selection and Use of Emulsified Asphalts END OF ITEM P-602 Item P-602 Bituminous Prime Coat 3 of 4 C 150/5370-1OG 7/21/2014 Intentionally Left Blank 4 of 4 Item P-602 Bituminous Prime Coat 7/21/2014 AC 150/5370-1OG ITEM P-603 BITUMINOUS TACK COAT DESCRIPTION 603-1.1 This item shall consist of preparing and treating a bituminous or concrete surface with bituminous material in accordance with these specifications and in reasonably close conformity to the lines shown on the plans. MATERIALS 603-2.1 BITUMINOUS MATERIALS. The bituminous material shall be an emulsified asphalt indicated in ASTM D3628 as a bituminous application for tack coat appropriate to local conditions or as designated by the Engineer. CONSTRUCTION METHODS 603-3.1 WEATHER LIMITATIONS. The tack coat shall be applied only when the existing surface is dry and the atmospheric temperature is 50°F (10°C) or above; the temperature has not been below 35°F (2°C) for the 12 hours prior to application; and when the weather is not foggy or rainy. The temperature requirements may be waived when directed by the Engineer. 603-3.2 EQUIPMENT. The Contractor shall provide equipment for heating and applying the bituminous material. Provide a distributor with pneumatic tires of such size and number that the load produced on the base surface does not exceed 65.0 psi (4.5 kg/sq cm) of tire width to prevent rutting, shoving or otherwise damaging the base, surface or other layers in the pavement structure. Design and equip the distributor to spray the bituminous material in a uniform coverage at the specified temperature, at readily determined and controlled rates from 0.05 to 2.0 gallons per square yard (0.23 to 9.05 L/square meter), with a pressure range of 25 to 75 psi (172.4 to 517.1 kPa) and with an allowable variation from the specified rate of not more than ±5%, and at variable widths. Include with the distributor equipment a separate power unit for the bitumen pump, full -circulation spray bars, tachometer, pressure gauges, volume -measuring devices, adequate heaters for heating of materials to the proper application temperature, a thermometer for reading the temperature of tank contents, and a hand hose attachment suitable for applying bituminous material manually to areas inaccessible to the distributor. Equip the distributor to circulate and agitate the bituminous material during the heating process. If the distributor is not equipped with an operable quick shutoff valve, the tack operations shall be started and stopped on building paper. The Contractor shall remove blotting sand prior to asphalt concrete lay down operations at no additional expense to the Owner. A power broom and/or power blower suitable for cleaning the surfaces to which the bituminous tack coat is to be applied shall be provided. 603-3.3 APPLICATION OF BITUMINOUS MATERIAL. Immediately before applying the tack coat, the full width of surface to be treated shall be swept with a power broom and/or power blower to remove all loose dirt and other objectionable material. Item P-603 Bituminous Tack Coat 1 of 4 AC 150/5370-1OG 7/21/2014 Emulsified asphalt shall be diluted by the addition of water when directed by the Engineer and shall be applied a sufficient time in advance of the paver to ensure that all water has evaporated before the overlying mixture is placed on the tacked surface. The bituminous material including vehicle shall be uniformly applied with a bituminous distributor at the rate of 0.05 to 0.10 gallons per square yard (0.20 to 0.50 liters per square meter) depending on the condition of the existing surface. The type of bituminous material and application rate shall be approved by the Engineer prior to application. After application of the tack coat, the surface shall be allowed to cure without being disturbed for the period of time necessary to permit drying and setting of the tack coat. This period shall be determined by the Engineer. The Contractor shall protect the tack coat and maintain the surface until the next course has been placed. 603-3.4 BITUMINOUS MATERIAL CONTRACTOR'S RESPONSIBILITY. The Contractor shall provide a statement of source and character of the proposed bituminous material which must be submitted and approved by the Engineer before any shipment of bituminous materials to the project. The Contractor shall furnish the vendor's certified test reports for each carload, or equivalent, of bituminous material shipped to the project. The tests reports shall be provided to and approved by the Engineer before the bituminous material is applied. If the bituminous material does not meet the specifications, it shall be replaced at the Contractor's expense. Furnishing the vendor's certified test report for the bituminous material shall not be interpreted as a basis for final acceptance. 603-3.5 FREIGHT AND WEIGH BILLS. The Contractor shall submit waybills and delivery tickets, during progress of the work. Before the final statement is allowed, file with the Engineer certified waybills and certified delivery tickets for all bituminous materials used in the construction of the pavement covered by the contract. Do not remove bituminous material from storage until the initial outage and temperature measurements have been taken. The delivery or storage units will not be released until the final outage has been taken. METHOD OF MEASUREMENT 603-4.1 The bituminous material for tack coat shall be measured by the gallon. Volume shall be corrected to the volume at 60°F (16°C) in accordance with ASTM D1250. The bituminous material paid for will be the measured quantities used in the accepted work, provided that the measured quantities are not 10% over the specified application rate. Any amount of bituminous material more than 10% over the specified application rate for each application will be deducted from the measured quantities, except for irregular areas where hand spraying of the bituminous material is necessary. Water added to emulsified asphalt will not be measured for payment. BASIS OF PAYMENT 603.5-1 Payment shall be made at the contract unit price per gallon of bituminous material. This price shall be full compensation for furnishing all materials, for all preparation, delivery, and application of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item P-603-5.1 Bituminous Tack Coat - per gallon 2 of 4 Item P-603 Bituminous Tack Coat 7/21/2014 AC 150/5370-1OG MATERIAL REQUIREMENTS ASTM D633 Standard Volume Correction Table for Road Tar ASTM D977 Standard Specification for Emulsified Asphalt ASTM D1250 Standard Guide for Use of the Petroleum Measurement Tables ASTM D2028 Standard Specification for Cutback Asphalt (Rapid -Curing Type) ASTM D2397 Standard Specification for Cationic Emulsified Asphalt ASTM D3628 Standard Practice for Selection and Use of Emulsified Asphalts END ITEM P-603 Item P-603 Bituminous Tack Coat 3 of 4 AC 150/5370-1OG 7/21/2014 Intentionally Left Blank 4 of 4 Item P-603 Bituminous Tack Coat 7/21/2014 AC 150/5370-1OG ITEM P-605 JOINT SEALANTS FOR CONCRETE PAVEMENTS DESCRIPTION 605-1.1 This item shall consist of providing and installing a resilient and adhesive joint sealing material capable of effectively sealing joints and cracks in rigid pavements. MATERIALS 605-2.1 JOINT SEALANTS. Joint sealant materials shall meet the requirements of ASTM D5893 for concrete pavement and ASTM D6690 for asphalt pavement. Each lot or batch of sealant shall be delivered to the jobsite in the manufacturer's original sealed container. Each container shall be marked with the manufacturer's name, batch or lot number, the safe heating temperature, and shall be accompanied by the manufacturer's certification stating that the sealant meets the requirements of this specification. 605-2.2 BACKER ROD. The material furnished shall be a compressible, non -shrinking, non -staining, non -absorbing material that is non-reactive with the joint sealant. The material shall have a water absorption of not more than 5% when tested in accordance with ASTM C509. The backer -rod material shall be 25% ± 5 % larger in diameter than the nominal width of the crack. 605-2.3 BACKUP MATERIALS. Provide backup material that is a compressible, nonshrinking, nonstaining, nonabsorbing material, nonreactive with the joint sealant. The material shall have a melting point at least 5°F (3°C) greater than the pouring temperature of the sealant being used when tested in accordance with ASTM D789. The material shall have a water absorption of not more than 5% of the sample weight when tested in accordance with ASTM C509. The backup material shall be 25 ±5% larger in diameter than the nominal width of the crack. 605-2.4 BOND BREAKING TAPES. Provide a bond breaking tape or separating material that is a flexible, nonshrinkable, nonabsorbing, nonstaining, and nonreacting adhesive -backed tape. The material shall have a melting point at least 5°F (3°C) greater than the pouring temperature of the sealant being used when tested in accordance with ASTM D789. The bond breaker tape shall be approximately 1/8 inch (3 mm) wider than the nominal width of the joint and shall not bond to the joint sealant. CONSTRUCTION METHODS 605-3.1 TIME OF APPLICATION. Joints shall be sealed as soon after completion of the curing period as feasible and before the pavement is opened to traffic, including construction equipment. The pavement temperature shall be 50°F (10°C) and Item P-605 Joint Sealants for Concrete Pavements 1 of 6 AC 150/5370-1OG 7/21/2014 rising at the time of application of the poured joint sealing material. Do not apply sealant if moisture is observed in the joint. 605-3.2 EQUIPMENT. Machines, tools, and equipment used in the performance of the work required by this section shall be approved before the work is started and maintained in satisfactory condition at all times. Submit a list of proposed equipment to be used in performance of construction work including descriptive data, at least 7 days prior to use on the project. a. Tractor -mounted routing tool. Provide a routing tool, used for removing old sealant from the joints, of such shape and dimensions and so mounted on the tractor that it will not damage the sides of the joints. The tool shall be designed so that it can be adjusted to remove the old material to varying depths as required. The use of V-shaped tools or rotary impact routing devices will not be permitted. Hand -operated spindle routing devices may be used to clean and enlarge random cracks. b. Concrete saw. Provide a self-propelled power saw, with water-cooled diamond or abrasive saw blades, for cutting joints to the depths and widths specified or for refacing joints or cleaning sawed joints where sandblasting does not provide a clean joint. c. Sandblasting equipment. [ Sandblasting is not allowed. ] [ Include with the sandblasting equipment an air compressor, hose, and long -wearing venturi-type nozzle of proper size, shape and opening. The maximum nozzle opening should not exceed 1/4 inch (6 mm). The air compressor shall be portable and capable of furnishing not less than 150 cfm (71 L/s) and maintaining a line pressure of not less than 90 psi (621 kPa) at the nozzle while in use. Demonstrate compressor capability, under job conditions, before approval. The compressor shall be equipped with traps that will maintain the compressed air free of oil and water. The nozzle shall have an adjustable guide that will hold the nozzle aligned with the joint approximately one inch (25 mm) above the pavement surface. Adjust the height, angle of inclination and the size of the nozzle as necessary to secure satisfactory results. ] d.Waterblasting equipment. Include with the waterblasting equipment a trailer -mounted water tank, pumps, high-pressure hose, wand with safety release cutoff control, nozzle, and auxiliary water resupply equipment. Provide water tank and auxiliary resupply equipment of sufficient capacity to permit continuous operations. The nozzle shall have an adjustable guide that will hold the nozzle aligned with the joint approximately one inch (25 mm) above the pavement surface. Adjust the height, angle of inclination and the size of the nozzle as necessary to obtain satisfactory results. A pressure gauge mounted at the pump shall show at all times the pressure in psi (kPa) at which the equipment is operating. e. Hand tools. Hand tools may be used, when approved, for removing defective sealant from a crack and repairing or cleaning the crack faces. f. Hot -poured sealing equipment. The unit applicators used for heating and installing ASTM D6690 joint sealant materials shall be mobile and shall be equipped with a double -boiler, agitator -type kettle with an oil medium in the outer space for heat transfer; a direct -connected pressure-type extruding device with a nozzle shaped for inserting in the joint to be filled; positive temperature devices for controlling the temperature of the transfer oil and sealant; and a recording type thermometer for indicating the temperature of the sealant. The applicator unit shall be designed so that the sealant will circulate through the delivery hose and return to the inner kettle when not in use. g.Two-component, cold -applied, machine mix sealing equipment. Provide equipment used for proportioning, mixing, and installing Federal Specification SS -S-200 Type M joint sealants designed to deliver two semifluid components through hoses to a portable mixer at a preset ratio 2 of 6 Item P-605 Joint Sealants for Concrete Pavements 7/21/2014 AC 150/5370-1OG of one (1) to one (1) by volume using pumps with an accuracy of ±5% for the quantity of each component. The reservoir for each component shall be equipped with mechanical agitation devices that will maintain the components in a uniform condition without entrapping air. Incorporate provisions to permit thermostatically controlled indirect heating of the components, when required. However, immediately prior to proportioning and mixing, the temperature of either component shall not exceed 90°F (32°C). Provide screens near the top of each reservoir to remove any foreign particles or partially polymerized material that could clog fluid lines or otherwise cause misproportioning or improper mixing of the two components. Provide equipment capable of thoroughly mixing the two components through a range of application rates of 10 to 60 gallons (37.8 to 189 L) per hour and through a range of application pressures from 50 to 1500 psi (345 kPa to 10.3 MPa) as required by material, climatic, or operating conditions. Design the mixer for the easy removal of the supply lines for cleaning and proportioning of the components. The mixing head shall accommodate nozzles of different types and sizes as may be required by various operations. The dimensions of the nozzle shall be such that the nozzle tip will extend into the joint to allow sealing from the bottom of the joint to the top. Maintain the initially approved equipment in good working condition, serviced in accordance with the supplier's instructions, and unaltered in any way without obtaining prior approval. h. Cold -applied, single -component sealing equipment. The equipment for installing ASTM D5893 single component joint sealants shall consist of an extrusion pump, air compressor, following plate, hoses, and nozzle for transferring the sealant from the storage container into the joint opening. The dimension of the nozzle shall be such that the tip of the nozzle will extend into the joint to allow sealing from the bottom of the joint to the top. Maintain the initially approved equipment in good working condition, serviced in accordance with the supplier's instructions, and unaltered in any way without obtaining prior approval. Small hand-held air -powered equipment (i.e., caulking guns) may be used for small applications. 605-3.3 PREPARATION OF JOINTS. a. Sawing. All joints shall be sawed in accordance with specifications and plan details Immediately after sawing the joint, the resulting slurry shall be completely removed from joint and adjacent area by flushing with a jet of water, and by use of other tools as necessary. b. Sealing Immediately before sealing, the joints shall be thoroughly cleaned of all remaining laitance, curing compound, filler, protrusions of hardened concrete, old sealant and other foreign material from the sides and upper edges of the joint space to be sealed. Cleaning shall be accomplished by a method approved by the engineer as specified in paragraph 605-3.2. The newly exposed concrete joint faces and the pavement surface extending a minimum of 1/2 inch (12 mm) from the joint edge shall be sandblasted clean. Sandblasting shall be accomplished in a minimum of two passes. One pass per joint face with the nozzle held at an angle directly toward the joint face and not more than 3 inches (75 mm) from it. After final cleaning and immediately prior to sealing, blow out the joints with compressed air and leave them completely free of debris and water. The joint faces shall be surface dry when the seal is applied. c. Back-up material. When the joint opening is of a greater depth than indicated for the sealant depth, plug or seal off the lower portion of the joint opening using a back-up material to prevent the entrance of the sealant below the specified depth. Take care to ensure that the backup material is placed at the specified depth and is not stretched or twisted during installation. d. Bond -breaking tape. Where inserts or filler materials contain bitumen, or the depth of the joint opening does not allow for the use of a backup material, insert a bond -breaker separating tape to prevent incompatibility with the filler materials and three -sided adhesion of the sealant. Item P-605 Joint Sealants for Concrete Pavements 3 of 6 AC 150/5370-1OG 7/21/2014 Securely bond the tape to the bottom of the joint opening so it will not float up into the new sealant. 605-3.4 INSTALLATION OF SEALANTS. Joints shall be inspected for proper width, depth, alignment, and preparation, and shall be approved by the Engineer before sealing is allowed. Sealants shall be installed in accordance with the following requirements: Immediately preceding, but not more than 50 feet (15 m) ahead of the joint sealing operations, perform a final cleaning with compressed air. Fill the joints from the bottom up to 1/8 inch (3 mm) ±1/16 inch (2 mm) below the pavement surface. Remove and discard excess or spilled sealant from the pavement by approved methods. Install the sealant in such a manner as to prevent the formation of voids and entrapped air. In no case shall gravity methods or pouring pots be used to install the sealant material. Traffic shall not be permitted over newly sealed pavement until authorized by the Contracting Officer. When a primer is recommended by the manufacturer, apply it evenly to the joint faces in accordance with the manufacturer's instructions. Check the joints frequently to ensure that the newly installed sealant is cured to a tack -free condition within the time specified. 605-3.5 INSPECTION. The Contractor shall inspect the joint sealant for proper rate of cure and set, bonding to the joint walls, cohesive separation within the sealant, reversion to liquid, entrapped air and voids. Sealants exhibiting any of these deficiencies at any time prior to the final acceptance of the project shall be removed from the joint, wasted, and replaced as specified at no additional cost to the airport. 605-3.6 CLEAN-UP. Upon completion of the project, remove all unused materials from the site and leave the pavement in a clean condition. 4 of 6 Item P-605 Joint Sealants for Concrete Pavements 7/21/2014 AC 150/5370-1OG METHOD OF MEASUREMENT 605-4.1 Joint sealing material shall be measured by the linear foot of sealant in place, completed, and accepted. Joint or crack repairs in existing PCC pavements shall be made at the contract unit price per linear foot. This shall include all material, labor, and equipment used in the preparation and repair of the joint or crack. This shall include all cleaning operations as described herein, for furnishing all materials, for all preparation, delivering, and placing of the material, and for all labor, equipment tools, and incidentals necessary to complete the item. BASIS OF PAYMENT Payment will be made under: Item P-605-5.1 Joint Sealing Filler, per linear foot (meter) TESTING REQUIREMENTS ASTM D412 Standard Test Methods for Vulcanized Rubber and Thermoplastic Elastomers — Tension ASTM C509 Standard Specification for Elastomeric Cellular Preformed Gasket and Sealing Material ASTM D1644 Standard Test Methods for Nonvolatile Content of Varnishes MATERIAL REQUIREMENTS AC 150/5340-30 Design and Installation Details for Airport Visual Aids ASTM D789 Standard Test Method for Determination of Relative Viscosity of Polyamide (PA) ASTM D5893 Standard Specification for Cold Applied, Single Component, Chemically Curing Silicone Joint Sealant for Portland Cement Concrete Pavements ASTM D6690 Standard Specification for Joint and Crack Sealants, Hot Applied, for Concrete and Asphalt Pavements END ITEM P-605 Item P-605 Joint Sealants for Concrete Pavements 5 of 6 AC 150/5370-1OG 7/21/2014 Intentionally Left Blank 6 of 6 Item P-605 Joint Sealants for Concrete Pavements 7/21/2014 AC 150/5370-1OG ITEM P-620 RUNWAY AND TAXIWAY MARKING DESCRIPTION 620-1.1 This item shall consist of the preparation and painting of numbers, markings, and stripes on the surface of runways, taxiways, and aprons, in accordance with these specifications and at the locations shown on the plans, or as directed by the Engineer. The terms "paint" and "marking material" as well as "painting" and "application of markings" are interchangeable throughout this specification. MATERIALS 620-2.1 MATERIALS ACCEPTANCE. The Contractor shall furnish manufacturer's certified test reports for materials shipped to the project. The certified test reports shall include a statement that the materials meet the specification requirements. The reports can be used for material acceptance or the Engineer may perform verification testing. The reports shall not be interpreted as a basis for payment. The Contractor shall notify the Engineer upon arrival of a shipment of materials to the site. All material shall arrive in sealed containers 55 gallons or smaller for inspection by the Engineer. Material shall not be loaded into the equipment until inspected by the Engineer. 620-2.2 MARKING MATERIALS. Paint shall be waterborne, epoxy, methacrylate, solvent -base, or preformed thermoplastic in accordance with the requirements of paragraph 620-2.2 a and e. Paint shall be furnished in White -37925, Red — 31136, Yellow — 33538 or 33655, and Black - 37038 in accordance with Federal Standard No. 595. a. Waterborne. Paint shall meet the requirements of Federal Specification TT -P -1952E Type II. The non-volatile portion of the vehicle for all paint types shall be composed of a 100% acrylic polymer as determined by infrared spectral analysis. The acrylic resin used for Type III shall be 100% cross linking acrylic as evidenced by infrared peaks at wavelengths 1568, 1624, and 1672 cm -1 with intensities equal to those produced by an acrylic resin known to be 100% cross linking b. Epoxy. Paint shall be a two component, minimum 99% solids type system conforming to the following: (1) Pigments. Component A. Percent by weight. (a) White: Titanium Dioxide, ASTM D476, type II shall be 18% minimum (16.5% minimum at 100% purity). (b) Yellow and Colors: Titanium Dioxide, ASTM D476, type II shall be 14 to 17%. Organic yellow, other colors, and tinting as required to meet color standard. Epoxy resin shall be 75 to 79%. (2) Epoxy content. Component A. The weight per epoxy equivalent, when tested in accordance with ASTM D1652 shall be the manufacturer's target ±50. Item P-620 Runway and Taxiway Marking 1 of 11 AC 150/5370-1OG 7/21/2014 (3) Amine number. Component B. When tested in accordance with ASTM D2074 shall be the manufacturer's target ±50. (4) Prohibited materials. The manufacturer shall certify that the product does not contain mercury, lead, hexavalent chromium, halogenated solvents, nor any carcinogen as defined in 29 CFR 1910.1200 in amounts exceeding permissible limits as specified in relevant Federal Regulations. (5) Daylight directional reflectance. (a) White: The daylight directional reflectance of the white paint shall not be less than 75% (relative to magnesium oxide), when tested in accordance with ASTM E2302. (b) Yellow: The daylight directional reflectance of the yellow paint shall not be less than 55% (relative to magnesium oxide), when tested in accordance with ASTM E2302. The x and y values shall be consistent with the Federal Hegman yellow color standard chart for traffic yellow standard 33538, or shall be consistent with the tolerance listed below: x .462 x .470 y .438 y .455 (6) Accelerated weathering. (a) Sample preparation. Apply the paint at a wet film thickness of 0.013 inch (0.33 mm) to four 3 x 6 inch (8 x 15 cm) aluminum panels prepared as described in ASTM E2302. Air dry the sample 48 hours under standard conditions. (b) Testing conditions. Test in accordance with ASTM G154 using both Ultra Violet (UV -B) Light and condensate exposure, 72 hours total, alternating four (4) hour UV exposure at 140°F (60°C), and four (4) hours condensate exposure at 104°F (40°C). (c) Evaluation. Remove the samples and condition for 24 hours under standard conditions. Determine the directional reflectance and color match using the procedures in paragraph 620-2.2b(5) above. Evaluate for conformance with the color requirements. Volatile organic content. Determine the volatile organic content in accordance with 40 CFR Part 60 Appendix A, Method 24. (8) Dry opacity. Use ASTM E2302. The wet film thickness shall be 0.015 inch (0.38 mm). The minimum opacity for white and colors shall be 0.92. Abrasion resistance. Subject the panels prepared in paragraph 620-2.2b(6) to the abrasion test in accordance with ASTM D968, Method A, except that the inside diameter of the metal guide tube shall be from 0.747 to 0.750 inch (18.97 to 19.05 mm). Five liters (17.5 lb (7.94 kg)) of unused sand shall be used for each test panel. The test shall be run on two test panels Both baked and weathered paint films shall require not less than 150 liters (525 lbs (239 kg)) of sand for the removal of the paint films. (10) Hardness, shore. Hardness shall be at least 80 when tested in accordance with ASTM D2240. (7) x .479 x .501 y .428 y .452 (9) c. Methacrylate. Paint shall be a two component, minimum 99% solids -type system conforming to the following: (1) Pigments. Component A. Percent by weight. (a) White: 2 of 11 Item P-620 Runway and Taxiway Marking 7/21/2014 AC 150/5370-1OG Titanium Dioxide, ASTM D476, type II shall be 8% minimum Methacrylate resin shall be 18% minimum (b) Yellow and Colors: Titanium Dioxide, ASTM D476, type II shall be 1% minimum. Organic yellow, other colors, and tinting as required to meet color standard. Methacrylate resin shall be 18% minimum (2) Prohibited materials. The manufacturer shall certify that the product does not contain mercury, lead, hexavalent chromium, halogenated solvents, nor any carcinogen as defined in 29 CFR 1910.1200 in amounts exceeding permissible limits as specified in relevant Federal Regulations. (3) Daylight directional reflectance: (a) White: The daylight directional reflectance of the white paint shall not be less than 80% (relative to magnesium oxide), when tested in accordance with ASTM E2302. (b) Yellow: The daylight directional reflectance of the yellow paint shall not be less than 55% (relative to magnesium oxide), when tested in accordance with ASTM E2302. The x and y values shall be consistent with the Federal Hegman yellow color standard chart for traffic yellow standard 33538, or shall be consistent with the tolerance listed below: x .462 x .470 x .479 x .501 y .438 y .455 y .428 y .452 (4) Accelerated weathering. (a) Sample preparation. Apply the paint at a wet film thickness of 0.013 inch (0.33 mm) to four 3 x 6 inch (8 x 15 cm) aluminum panels prepared as described in ASTM E2302. Air dry the sample 48 hours under standard conditions. (b) Testing conditions. Test in accordance with ASTM G154 using both Ultra Violet (UV -B) Light and condensate exposure, 72 hours total, alternating four (4) hour UV exposure at 140°F (60°C), and four (4) hours condensate exposure at 104°F (40°C). (c) Evaluation. Remove the samples and condition for 24 hours under standard conditions. Determine the directional reflectance and color match using the procedures in paragraph 620-2.2c(3) above. Evaluate for conformance with the color requirements. Volatile organic content. Determine the volatile organic content in accordance with 40 CFR Part 60 Appendix A, Method 24. (6) Dry opacity. Use ASTM E2302. The wet film thickness shall be 0.015 inch (0.38 mm). The minimum opacity for white and colors shall be 0.92. Abrasion resistance. Subject the panels prepared in paragraph 620-2.2c(4) to the abrasion test in accordance with ASTM D968, Method A, except that the inside diameter of the metal guide tube shall be from 0.747 to 0.750 inch (18.97 to 19.05 mm). Five liters (17.5 lb (7.94 kg)) of unused sand shall be used for each test panel. The test shall be run on two test panels Both baked and weathered paint films shall require not less than 150 liters (525 lbs (239 kg) of sand for the removal of the paint films. (8) Hardness, shore. Hardness shall be at least 60 when tested in accordance with ASTM D2240. (5) (7) Item P-620 Runway and Taxiway Marking 3 of 11 AC 150/5370-1OG 7/21/2014 d. Solvent -Base. Paint shall meet the requirements of Commercial Item Description [ A -A -2886B Type I, Type II, and Type III e. Preformed Thermoplastic Airport Pavement Markings. Markings must be composed of ester modified resins in conjunction with aggregates, pigments, and binders that have been factory produced as a finished product. The material must be impervious to degradation by aviation fuels, motor fuels, and lubricants. (1) The markings must be able to be applied in temperatures as low as 35°F without any special storage, preheating, or treatment of the material before application. (a) The markings must be supplied with an integral, non-reflectorized black border. (2) Graded glass beads. (a) The material must contain a minimum of 30% intermixed graded glass beads by weight. The intermixed beads shall conform to [ Federal Specification TT -B - 1325D, Type I, gradation A ] [ Federal Specification TT -B -1325D, Type IV ]. (b) The material must have factory applied coated surface beads in addition to the intermixed beads at a rate of one (1) lb (0.45 kg) (±10%) per 10 square feet (1 sq m). These factory applied coated surface beads shall have a minimum of 90% true spheres, minimum refractive index of 1.50 and meet the following gradation. Size Gradation Retained, % Passing, % U.S. Mesh µm 12 1700 0 - 2 98 - 100 14 1400 0 - 3.5 96.5 - 100 16 1180 2 - 25 75 - 98 18 1000 28 - 63 37 - 72 20 850 63-72 28-37 30 600 67 - 77 23 - 33 50 300 89 - 95 5 - 11 80 200 97 - 100 0 - 3 (3) Heating indicators. The material manufacturer shall provide a method to indicate that the material has achieved satisfactory adhesion and proper bead embedment during application and that the installation procedures have been followed. (4) Pigments. Percent by weight. (a) White: Titanium Dioxide, ASTM D476, type II shall be 10% minimum (b) Yellow and Colors: Titanium Dioxide, ASTM D476, type II shall be 1% minimum. Organic yellow, other colors, and tinting as required to meet color standard. Prohibited materials. The manufacturer shall certify that the product does not contain mercury, lead, hexavalent chromium, halogenated solvents, nor any carcinogen as defined in 29 CFR 1910.1200 in amounts exceeding permissible limits as specified in relevant Federal Regulations. (6) Daylight directional reflectance. (5) 4 of 1 1 Item P-620 Runway and Taxiway Marking 7/21/2014 AC 150/5370-1OG (a) White: The daylight directional reflectance of the white paint shall not be less than 75% (relative to magnesium oxide), when tested in accordance with ASTM E2302. (b) Yellow: The daylight directional reflectance of the yellow paint shall not be less than 45% (relative to magnesium oxide), when tested in accordance with ASTM E2302. The x and y values shall be consistent with the Federal Hegman yellow color standard chart for traffic yellow standard 33538, or shall be consistent with the tolerance listed below: x .462 x .470 y .438 y .455 x .479 x .501 y .428 y .452 (7) Skid resistance. The surface, with properly applied and embedded surface beads, must provide a minimum resistance value of 45 BPN when tested according to ASTM E303. (8) Thickness. The material must be supplied at a nominal thickness of 65 mil (1.7 mm). (9) Environmental resistance. The material must be resistant to deterioration due to exposure to sunlight, water, salt, or adverse weather conditions and impervious to aviation fuels, gasoline, and oil. (10) Retroreflectivity. The material, when applied in accordance with manufacturer's guidelines, must demonstrate a uniform level of nighttime retroreflection when tested in accordance to ASTM E1710. (11) Packaging. Packaging shall protect the material from environmental conditions until installation. (12) Preformed thermoplastic airport pavement marking requirements. (a) The markings must be a resilient thermoplastic product with uniformly distributed glass beads throughout the entire cross-sectional area. The markings must be resistant to the detrimental effects of aviation fuels, motor fuels and lubricants, hydraulic fluids, deicers, anti-icers, protective coatings, etc. Lines, legends, and symbols must be capable of being affixed to asphalt and/or Portland cement concrete pavements by the use of a large radiant heater. Colors shall be available as required. (b) The markings must be capable of conforming to pavement contours, breaks, and faults through the action of airport traffic at normal pavement temperatures. The markings must be capable of fully conforming to grooved pavements, including pavement grooving per advisory circular (AC) 150/5320-12, current version. The markings shall have resealing characteristics, such that it is capable of fusing with itself and previously applied thermoplastics when heated with a heat source per manufacturer's recommendation. (c) Multicolored markings must consist of interconnected individual pieces of preformed thermoplastic pavement marking material, which through a variety of colors and patterns, make up the desired design. The individual pieces in each large marking segment (typically more than 20 feet (6 m) long) must be factory assembled with a compatible material and interconnected so that in the field it is not necessary to assemble the individual pieces within a marking segment. Obtaining multicolored effect by overlaying materials of different colors is not acceptable due to resulting inconsistent marking thickness and inconsistent application temperature in the marking/substrate interface. (d) The marking material must set up rapidly, permitting the access route to be re- opened to traffic after application. Item P-620 Runway and Taxiway Marking 5 of 11 AC 150/5370-1OG 7/21/2014 (e) The marking material shall have an integral color throughout the thickness of the marking material. 620-2.3 REFLECTIVE MEDIA. Glass beads shall meet the requirements for Federal Specification, TT -B -1325D, Type I, Gradation A. Glass beads shall be treated with all compatible coupling agents recommended by the manufacturers of the paint and reflective media to ensure adhesion and embedment. Paint Color Glass Beads, Type I, Gradation A White See Table 1 Yellow See Table 1 Red See Table 1 and Note Pink See Table 1 and Note Black Not used Green Not used CONSTRUCTION METHODS 620-3.1 WEATHER LIMITATIONS. The painting shall be performed only when the surface is dry and when the surface temperature is at least 45°F (7°C) and rising and the pavement surface temperature is at least 5°F (2.7°C) above the dew point or meets the manufacturer's recommendations. Markings shall not be applied when the pavement temperature is greater than 130°F (55°C). Markings shall not be applied when the wind speed exceeds 10 mph unless windscreens are used to shroud the material guns. 620-3.2 EQUIPMENT. Equipment shall include the apparatus necessary to properly clean the existing surface, a mechanical marking machine, a bead dispensing machine, and such auxiliary hand -painting equipment as may be necessary to satisfactorily complete the job. The mechanical marker shall be an atomizing spray -type or airless -type marking machine suitable for application of traffic paint. It shall produce an even and uniform film thickness at the required coverage and shall apply markings of uniform cross-sections and clear-cut edges without running or spattering and without over spray. 620-3.3 PREPARATION OF SURFACE. Immediately before application of the paint, the surface shall be dry and free from dirt, grease, oil, laitance, or other foreign material that would reduce the bond between the paint and the pavement. The area to be painted shall be cleaned by waterblasting, grinding, sandblasting or by other methods as required to remove all contaminants minimizing damage to the pavement surface. Use of any chemicals or impact abrasives during surface preparation shall be approved in advance by the Engineer. After the cleaning operations, sweeping, blowing, or rinsing with pressurized water shall be performed to ensure the surface is clean and free of grit or other debris left from the cleaning process. Paint shall not be applied to Portland cement concrete pavement until the areas to be painted are clean of curing material. Sandblasting or high-pressure water shall be used to remove curing materials. 6 of 11 Item P-620 Runway and Taxiway Marking 7/21/2014 AC 150/5370-1OG At least 24 hours prior to remarking existing markings, loose existing markings must be removed such that 100% loose existing markings are removed. After removal, the surface shall be cleaned of all residue or debris either with sweeping or blowing with compressed air or both. Prior to the initial application of markings, the Contractor shall certify in writing that the surface has been prepared in accordance with the paint manufacturer's requirements, that the application equipment is appropriate for the type of marking paint and that environmental conditions are appropriate for the material being applied. This certification along with a copy of the paint manufacturer's surface preparation and application requirements must be submitted and approved by the Engineer prior to the initial application of markings. 620-3.4 LAYOUT OF MARKINGS. The proposed markings shall be laid out in advance of the paint application. The locations of markings to receive glass beads shall be shown on the plans. 620-3.5 APPLICATION. Paint shall be applied at the locations and to the dimensions and spacing shown on the plans. Paint shall not be applied until the layout and condition of the surface has been approved by the Engineer. The edges of the markings shall not vary from a straight line more than 1/2 inch (12 mm) in 50 feet (15 m), and marking dimensions and spacings shall be within the following tolerances: Dimension and Spacing Tolerance 36 inch (910 mm) or less ±1/2 inch (12 mm) greater than 36 inch to 6 feet (910 mm to 1.85 m) ±1 inch (25 mm) greater than 6 feet to 60 feet (1.85 m to 18.3 m) ±2 inch (50 mm) greater than 60 feet (18.3 m) ±3 inch (76 mm) The paint shall be mixed in accordance with the manufacturer's instructions and applied to the pavement with a marking machine at the rate shown in Table 1. The addition of thinner will not be permitted. A period of 24 days shall elapse between placement of a bituminous surface course or seal coat and application of the paint. Prior to the initial application of markings, the Contractor shall certify in writing that the surface has been prepared in accordance with the paint manufacturer's requirements, that the application equipment is appropriate for the marking paint and that environmental conditions are appropriate for the material being applied. This certification along with a copy of the paint manufactures application and surface preparation requirements must be submitted to the Engineer prior to the initial application of markings. 620-3.6 TEST STRIP. Prior to the full application of airfield markings, the Contractor shall produce a test strip in the presence of the Engineer. The test strip shall include the application of a minimum of 5 gallons (4 liters) of paint and application of 35 lbs (15.9 kg) of Type 1/50 lbs (22.7 kg) of Type III glass beads. The test strip shall be used to establish thickness/darkness standard for all markings. The test strip shall cover no more than the maximum area prescribed in Table 1 (e.g., for 5 gallons (19 liters) of waterborne paint shall cover no more than 575 square feet (53.4 m2). Item P-620 Runway and Taxiway Marking 7 of 11 AC 150/5370-1OG 7/21/2014 Table 1. Application Rates For Paint And Glass Beads (See Note regarding Red and Pink Paint) Paint Type Paint Square feet per gallon, ft /gal (Sq m per liter, m2/I) Glass Beads, Type I, Gradation A Pounds per gallon of paint-lb/gal (Km per liter of paint-kg/1) Glass Beads, Type III Pounds per gallon of paint-lb/gal (Km per liter of paint-kg/I) Glass Beads, Type IV Pounds per gallon of paint-lb/gal (Km per liter of paint-kg/1) Waterborne Type I or II 115 ft2/gal max (2.8 m2/1) 7 lb/gal min (0.85 kg/1) 10 lb/gal min (1.2 kg/1) Glass beads shall be distributed upon the marked areas at the locations shown on the plans to receive glass beads immediately after application of the paint. A dispenser shall be furnished that is properly designed for attachment to the marking machine and suitable for dispensing glass beads. Glass beads shall be applied at the rate shown in Table 1. Glass beads shall not be applied to black paint or green paint. Glass beads shall adhere to the cured paint or all marking operations shall cease until corrections are made. Different bead types shall not be mixed. Regular monitoring of glass bead embedment should be performed. All emptied containers shall be returned to the paint storage area for checking by the Engineer. The containers shall not be removed from the airport or destroyed until authorized by the Engineer. 620-3.7 APPLICATION—PREFORMED THEROPLASTIC AIRPORT PAVEMENT MARKINGS. a. Asphalt and Portland cement. To ensure minimum single -pass application time and optimum bond in the marking/substrate interface, the materials must be applied using a variable speed self-propelled mobile heater with an effective heating width of no less than 16 feet (5 m) and a free span between supporting wheels of no less than 18 feet (5.5 m). The heater must emit thermal radiation to the marking material in such a manner that the difference in temperature of 2 inches (50 mm) wide linear segments in the direction of heater travel must be within 5% of the overall average temperature of the heated thermoplastic material as it exits the heater. The material must be able to be applied at ambient and pavement temperatures down to 35°F (2°C) without any preheating of the pavement to a specific temperature. The material must be able to be applied without the use of a thermometer. The pavement shall be clean, dry, and free of debris. A non-volatile organic content (non-VOC) sealer with a maximum applied viscosity of 250 centiPoise must be applied to the pavement shortly before the markings are applied. The supplier must enclose application instructions with each box/package. 620-3.8 PROTECTION AND CLEANUP. After application of the markings, all markings shall be protected from damage until dry. All surfaces shall be protected from excess moisture and/or rain and from disfiguration by spatter, splashes, spillage, or drippings. The Contractor shall remove from the work area all debris, waste, loose or unadhered reflective media, and by-products generated by the surface preparation and application operations to the satisfaction of the Engineer. The Contractor shall dispose of these wastes in strict compliance with all applicable state, local, and Federal environmental statutes and regulations. 8 of 11 Item P-620 Runway and Taxiway Marking 7/21/2014 AC 150/5370-1OG METHOD OF MEASUREMENT 620-4.1 The quantity of runway and taxiway markings to be paid for shall be the number of square feet of painting the number of square feet of preformed performed in accordance with the specifications and accepted by the Engineer. No separate measurement will be made for reflective media (glass beads). BASIS OF PAYMENT 620-5.1 Payment shall be made at the respective contract price per square foot for runway and taxiway painting and at the respective contract price per square foot for preformed markings. This price shall be full compensation for furnishing all materials and for all labor, equipment, tools, and incidentals necessary to complete the item. No separate payment will be made for reflective media (glass beads). Payment will be made under: Item P-620-5.1 Item P-620-5.2 Item P-620-5.3 Item P-620-5.4 Item P-620-5.5 Item P-620-5.6 White Markings (Reflective) - square foot Yellow Markings (Reflective) - square foot Black Markings (Non -Reflective) - square foot Red Markings (Non -Reflective) - square foot Pre -formed Thermoplastic Markings - square foot Pavement Marking Removal - square foot TESTING REQUIREMENTS ASTM C371 Standard Test Method for Wire -Cloth Sieve Analysis of Nonplastic Ceramic Powders ASTM D92 Standard Test Method for Flash and Fire Points by Cleveland Open Cup Tester ASTM D711 Standard Test Method for No -Pick -Up Time of Traffic Paint ASTM D968 Standard Test Methods for Abrasion Resistance of Organic Coatings by Falling Abrasive ASTM D1652 Standard Test Method for Epoxy Content of Epoxy Resins ASTM D2074 Standard Test Method for Total, Primary, Secondary, and Tertiary Amine Values of Fatty Amines by Alternative Indicator Method ASTM D2240 Standard Test Method for Rubber Property - Durometer Hardness ASTM D7585 Standard Practice for Evaluating Retroreflective Pavement Markings Using Portable Hand -Operated Instruments ASTM E 1 710 Standard Test Method for Measurement of Retroreflective Pavement Marking Materials with CEN -Prescribed Geometry Using a Portable Retroreflectometer Item P-620 Runway and Taxiway Marking 9 of 11 AC 150/5370-1OG 7/21/2014 ASTM E2302 Standard Test Method for Measurement of the Luminance Coefficient Under Diffuse Illumination of Pavement Marking Materials Using a Portable Reflectometer ASTM G154 Standard Practice for Operating Fluorescent Ultraviolet (UV) Lamp Apparatus for Exposure of Nonmetallic Materials MATERIAL REQUIREMENTS ASTM D476 Standard Classification for Dry Pigmentary Titanium Dioxide Products 40 CFR Part 60, Appendix A-7, Method 24 Determination of volatile matter content, water content, density, volume solids, and weight solids of surface coatings 29 CFR Part 1910.1200 Hazard Communication FED SPEC TT -B -1325D Beads (Glass Spheres) Retro -Reflective American Association of State Highway and Transportation Officials (AASHTO) M247 Standard Specification for Glass Beads Used in Pavement Markings FED SPEC TT -P -1952E Paint, Traffic and Airfield Marking, Waterborne Commercial Item Description A -A -2886B Paint, Traffic, Solvent Based FED STD 595 Colors used in Government Procurement AC 150/5340-1 Standards for Airport Markings END OF ITEM P-620 10 of 11 Item P-620 Runway and Taxiway Marking 7/21/2014 AC 150/5370-1OG Intentionally Left Blank Item P-620 Runway and Taxiway Marking 11 of 11 Intentionally Left Blank Part 10 - Turfing Intentionally Left Blank 7/21/2014 AC 150/5370-10G ITEM T-904 SODDING DESCRIPTION 904-1.1 This item shall consist of furnishing, hauling, and placing approved live sod on prepared areas in accordance with this specification at the locations shown on the plans or as directed by the Engineer. MATERIALS 904-2.1 Sod. Sod furnished by the Contractor shall have a good cover of living or growing grass. This shall be interpreted to include grass that is seasonally dormant during the cold or dry seasons and capable of renewing growth after the dormant period. All sod shall be obtained from areas where the soil is reasonably fertile and contains a high percentage of loamy topsoil. Sod shall be cut or stripped from living, thickly matted turf relatively free of weeds or other undesirable foreign plants, large stones, roots, or other materials that might be detrimental to the development of the sod or to future maintenance. At least 70% of the plants in the cut sod shall be composed of the species stated in the special provisions, and any vegetation more than 6 inches (150 mm) in height shall be mowed to a height of 3 inches (75 mm) or less before sod is lifted. Sod, including the soil containing the roots and the plant growth showing above, shall be cut uniformly to a thickness not less than that stated in the special provisions. 904-2.2 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 5 gallons per acre. All liming materials shall conform to the requirements of ASTM C602. 904-2.3 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, and shall meet the requirements of 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 13% nitrogen, 13% phosphorous, and 13% pot ash commercial fertilizer and shall be spread at the rate of 650 pounds per acre, minimum. 904-2.4 WATER. The water shall be sufficiently free from oil, acid, alkali, salt, or other harmful materials that would inhibit the growth of grass. It shall be subject to the approval of the Engineer prior to use. 904-2.5 SOIL FOR REPAIRS. Item T-904 Sodding 1 of 5 AC 150/5370-1OG 7/21/2014 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 904-3.1 GENERAL. Areas to be solid, strip, or spot sodded shall be shown on the plans. Areas requiring special ground surface preparation such as tilling and those areas in a satisfactory condition that are to remain undisturbed shall also be shown on the plans. Suitable equipment necessary for proper preparation of the ground surface and for the handling and placing of all required materials shall be on hand, in good condition, and shall be approved by the Engineer before the various operations are started. The Contractor shall demonstrate to the Engineer before starting the various operations that the application of required materials will be made at the specified rates. 904-3.2 PREPARING THE GROUND SURFACE. After grading of areas has been completed and before applying fertilizer and limestone, areas to be sodded shall be raked or otherwise cleared of stones larger than 2 inches (50 mm) in any diameter, sticks, stumps, and other debris which might interfere with sodding, growth of grasses, or subsequent maintenance of grass -covered areas. If any damage by erosion or other causes occurs after grading of areas 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. 904-3.3 APPLYING FERTILIZER AND GROUND LIMESTONE. Following ground surface preparation, fertilizer shall be uniformly spread at a rate which will provide not less than the minimum quantity of each fertilizer ingredient, as stated in the special provisions. If use of ground limestone is required, it shall then be spread at a rate that will provide not less than the minimum quantity stated in the special provisions. These materials shall be incorporated into the soil to a depth of not less than 2 inches (50 mm) by discing, raking, or other suitable methods. Any stones larger than 2 inches (50 mm) in any diameter, large clods, roots, and other litter brought to the surface by this operation shall be removed. 904-3.4 OBTAINING AND DELIVERING SOD. After inspection and approval of the source of sod by the Engineer, the sod shall be cut with approved sod cutters to such a thickness that after it has been transported and placed on the prepared bed, but before it has been compacted, it shall have a uniform thickness of not less than 2 inches (50 mm). Sod sections or strips shall be cut in uniform widths, not less than 10 inches (250 mm), and in lengths of not less than 18 inches (0.5 m), but of such length as may be readily lifted without breaking, tearing, or loss of soil. Where strips are required, the sod must be rolled without damage with the grass folded inside. The Contractor may be required to mow high grass before cutting sod. The sod shall be transplanted within 24 hours from the time it is stripped, unless circumstances beyond the Contractor's control make storing necessary. In such cases, sod shall be stacked, kept moist, and protected from exposure to the air and sun and shall be kept from freezing. Sod shall be cut and moved only when the soil moisture conditions are such that favorable results can be expected. Where the soil is too dry, permission to cut sod may be granted only after it has been watered sufficiently to moisten the soil to the depth the sod is to be cut. 2 of 5 Item T-904 Sodding 7/21/2014 AC 150/5370-1OG 904-3.5 LAYING SOD. Sodding shall be performed only during the seasons when satisfactory results can be expected. Frozen sod shall not be used and sod shall not be placed upon frozen soil. Sod may be transplanted during periods of drought with the approval of the Engineer, provided the sod bed is watered to moisten the soil to a depth of at least 4 inches (100 mm) immediately prior to laying the sod. The sod shall be moist and shall be placed on a moist earth bed. Pitch forks shall not be used to handle sod, and dumping from vehicles shall not be permitted. The sod shall be carefully placed by hand, edge to edge and with staggered joints, in rows at right angles to the slopes, commencing at the base of the area to be sodded and working upward. The sod shall immediately be pressed firmly into contact with the sod bed by tamping or rolling with approved equipment to provide a true and even surface, and ensure knitting without displacement of the sod or deformation of the surfaces of sodded areas. Where the sod may be displaced during sodding operations, the workmen, when replacing it, shall work from ladders or treaded planks to prevent further displacement. Screened soil of good quality shall be used to fill all cracks between sods. The quantity of the fill soil shall not cause smothering of the grass. Where the grades are such that the flow of water will be from paved surfaces across sodded areas, the surface of the soil in the sod after compaction shall be set approximately one inch (25 mm) below the pavement edge. Where the flow will be over the sodded areas and onto the paved surfaces around manholes and inlets, the surface of the soil in the sod after compaction shall be placed flush with pavement edges. On slopes steeper than one (1) vertical to 2-1/2 horizontal and in v -shaped or flat -bottom ditches or gutters, the sod shall be pegged with wooden pegs not less than 12 inches (300 mm) in length and have a cross-sectional area of not less than 3/4 sq inch (18 sq mm). The pegs shall be driven flush with the surface of the sod. 904-3.6 WATERING. Adequate water and watering equipment must be on hand before sodding begins, and sod shall be kept moist until it has become established and its continued growth assured. In all cases, watering shall be done in a manner that will avoid erosion from the application of excessive quantities and will avoid damage to the finished surface. 904-3.7 ESTABLISHING TURF. a. General. The Contractor shall provide general care for the sodded areas as soon as the sod has been laid and shall continue until final inspection and acceptance of the work. b. Protection. All sodded areas shall be protected against traffic or other use by warning signs or barricades approved by the Engineer. c. Mowing. The Contractor shall mow the sodded areas with approved mowing equipment, depending upon climatic and growth conditions and the needs for mowing specific areas. In the event that weeds or other undesirable vegetation are permitted to grow to such an extent that, either cut or uncut, they threaten to smother the sodded species, they shall be mowed and the clippings raked and removed from the area. 904-3.8 REPAIRING. When the surface has become gullied or otherwise damaged during the period covered by this contract, the affected areas shall be repaired to re-establish the grade and the condition of the soil, as directed by the Engineer, and shall then be sodded as specified in paragraph 904-3.5. METHOD OF MEASUREMENT 904-4.1 This item shall be measured on the basis of the area in square yards of the surface covered with sod and accepted. Item T-904 Sodding 3 of 5 AC 150/5370-1OG 7/21/2014 BASIS OF PAYMENT T-904-5.1 This item will be paid for on the basis of the contract unit price per square yard for sodding, which price shall be full compensation for all labor, equipment, material, staking, and incidentals necessary to satisfactorily complete the items as specified. Payment will be made under: Item T-904-5.1 Sodding - per square yard MATERIAL REQUIREMENTS ASTM C602 Standard Specification for Agricultural Liming Materials END OF ITEM T-904 4 of 5 Item T-904 Sodding 7/21/2014 AC 150/5370-1OG Intentionally Left Blank Item T-904 Sodding 5 of 5 Intentionally Left Blank 7/21/2014 AC 150/5370-1OG ITEM T-905 TOPSOILING DESCRIPTION 905-1.1 This item shall consist of preparing the ground surface for topsoil application, removing topsoil from designated stockpiles or areas to be stripped on the site or from approved sources off the site, and placing and spreading the topsoil on prepared areas in accordance with this specification at the locations shown on the plans or as directed by the Engineer. MATERIALS 905-2.1 TOPSOIL. Topsoil shall be the surface layer of soil with no admixture of refuse or any material toxic to plant growth, and it shall be reasonably free from subsoil and stumps, roots, brush, stones (2 inches (50 mm) or more in diameter), and clay lumps or similar objects. Brush and other vegetation that will not be incorporated with the soil during handling operations shall be cut and removed. Ordinary sod and herbaceous growth such as grass and weeds are not to be removed, but shall be thoroughly broken up and intermixed with the soil during handling operations. Heavy sod or other cover, which cannot be incorporated into the topsoil by discing or other means, shall be removed. The topsoil or soil mixture, unless otherwise specified or approved, shall have a pH range of approximately 5.5 pH to 7.6 pH, when tested in accordance with the methods of testing of the Association of Official Agricultural Chemists in effect on the date of invitation of bids. The organic content shall be not less than 3% nor more than 20% as determined by the wet - combustion method (chromic acid reduction). There shall be not less than 20% nor more than 80% of the material passing the 200 mesh (0.075 mm) sieve as determined by the wash test in accordance with ASTM C117. Natural topsoil may be amended by the Contractor with approved materials and methods to meet the above specifications. 905-2.2 INSPECTION AND TESTS. Within 10 days following acceptance of the bid, the Engineer shall be notified of the source of topsoil to be furnished by the Contractor. The topsoil shall be inspected to determine if the selected soil meets the requirements specified and to determine the depth to which stripping will be permitted. At this time, the Contractor may be required to take representative soil samples from several locations within the area under consideration and to the proposed stripping depths, for testing purposes as specified in paragraph 905-2.1. CONSTRUCTION METHODS 905-3.1 GENERAL. Areas to be topsoiled shall be shown on the plans. If topsoil is available on the site, the location of the stockpiles or areas to be stripped of topsoil and the stripping depths shall be shown on the plans. Suitable equipment necessary for proper preparation and treatment of the ground surface, stripping of topsoil, and for the handling and placing of all required materials shall be on hand, in good condition, and approved by the Engineer before the various operations are started. Item T-905 Topsoiling 1 of 4 AC 150/5370-1OG 7/21/2014 905-3.2 PREPARING THE GROUND SURFACE. Immediately prior to dumping and spreading the topsoil on any area, the surface shall be loosened by discs or spike -tooth harrows, or by other means approved by the Engineer, to a minimum depth of 2 inches (50 mm) to facilitate bonding of the topsoil to the covered subgrade soil. The surface of the area to be topsoiled shall be cleared of all stones larger than 2 inches (50 mm) in any diameter and all litter or other material which may be detrimental to proper bonding, the rise of capillary moisture, or the proper growth of the desired planting. Limited areas, as shown on the plans, which are too compact to respond to these operations shall receive special scarification. Grades on the area to be topsoiled, which have been established by others as shown on the plans, shall be maintained in a true and even condition. Where grades have not been established, the areas shall be smooth -graded and the surface left at the prescribed grades in an even and compacted condition to prevent the formation of low places or pockets where water will stand. 905-3.3 OBTAINING TOPSOIL. Prior to the stripping of topsoil from designated areas, any vegetation, briars, stumps and large roots, rubbish or stones found on such areas, which may interfere with subsequent operations, shall be removed using methods approved by the Engineer. Heavy sod or other cover, which cannot be incorporated into the topsoil by discing or other means shall be removed. When suitable topsoil is available on the site, the Contractor shall remove this material from the designated areas and to the depth as directed by the Engineer. The topsoil shall be spread on areas already tilled and smooth -graded, or stockpiled in areas approved by the Engineer. Any topsoil stockpiled by the Contractor shall be rehandled and placed without additional compensation. Any topsoil that has been stockpiled on the site by others, and is required for topsoiling purposes, shall be removed and placed by the Contractor. The sites of all stockpiles and areas adjacent thereto which have been disturbed by the Contractor shall be graded if required and put into a condition acceptable for seeding. When suitable topsoil is secured off the airport site, the Contractor shall locate and obtain the supply, subject to the approval of the Engineer. The Contractor shall notify the Engineer sufficiently in advance of operations in order that necessary measurements and tests can be made. The Contractor shall remove the topsoil from approved areas and to the depth as directed. The topsoil shall be hauled to the site of the work and placed for spreading, or spread as required. Any topsoil hauled to the site of the work and stockpiled shall be rehandled and placed without additional compensation. 905-3.4 PLACING TOPSOIL. The topsoil shall be evenly spread on the prepared areas to a uniform depth of inches (50 mm) after compaction, unless otherwise shown on the plans or stated in the special provisions. Spreading shall not be done when the ground or topsoil is frozen, excessively wet, or otherwise in a condition detrimental to the work. Spreading shall be carried on so that turfing operations can proceed with a minimum of soil preparation or tilling. After spreading, any large, stiff clods and hard lumps shall be broken with a pulverizer or by other effective means, and all stones or rocks (2 inches (50 mm) or more in diameter), roots, litter, or any foreign matter shall be raked up and disposed of by the Contractor. after spreading is completed, the topsoil shall be satisfactorily compacted by rolling with a cultipacker or by other means approved by the Engineer. The compacted topsoil surface shall conform to the required lines, grades, and cross-sections. Any topsoil or other dirt falling upon pavements as a result of hauling or handling of topsoil shall be promptly removed. 2 of 4 Item T-905 Topsoiling 7/21/2014 AC 150/5370-1OG METHOD OF MEASUREMENT 905-4.1 Topsoil obtained on the site shall be measured by the number of cubic yards of topsoil measured in its original position and stripped or excavated. Topsoil stockpiled by others and removed for topsoiling by the Contractor shall be measured by the number of cubic yards of topsoil measured in the stockpile. Topsoil shall be measured by volume in cubic yards computed by the method of end areas. 905-4.2 Topsoil obtained off the site shall be measured by the number of cubic yards of topsoil measured in its original position and stripped or excavated. Topsoil shall be measured by volume in cubic yards computed by the method of end areas. BASIS OF PAYMENT 905-5.1 Payment will be made at the contract unit price per cubic yard for topsoiling (obtained on the site). This price shall be full compensation for furnishing all materials and for all preparation, placing, and spreading of the materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. 905-5.2 Payment will be made at the contract unit price per cubic yard for topsoiling (obtained off the site). This price shall be full compensation for furnishing all materials and for all preparation, placing, and spreading of the materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item T-905-5. Item T-905-5.1 Item T-905-5.2 Furnish and Install 4" Topsoil on Disturbed Areas — per square yard Topsoiling (Obtained on Site or Removed from Stockpile) - per cubic yard Topsoiling (Furnished from Off the Site) - per cubic yard TESTING MATERIALS ASTM C117 Materials Finer than 75 pm (No. 200) Sieve in Mineral Aggregates by Washing END OF ITEM T-905 Item T-905 Topsoiling 3 of 4 AC 150/5370-1OG 7/21/2014 Intentionally Left Blank 4 of 4 Item T-905 Topsoiling KSA Specifications Intentionally Left Blank ITEM S-2 SHOP DRAWINGS, PROJECT DATA, AND SAMPLES DESCRIPTION 5-2-1.1 Contractor shall furnish all labor, materials, tools, equipment, and perform all work and services necessary for or incidental to the furnishing, processing, delivery, reproduction and other necessary functions incidental to scheduling and handling of shop drawings, project data, and samples as indicated on the plans and/or as specified, in accordance with provisions of the Contract Documents, and completely coordinated with work of all trades. a. Although such work is not specifically shown or specified, all supplementary or miscellaneous items, appurtenances, and devices incidental to or necessary for completion of work under this item shall be furnished and performed as part of this item. b. See appropriate sections for specific items for which data and/or samples are required. S-2-2.1 SUBMITTAL, ADDRESS. All items shall be submitted electronically. The preferred method of submission is utilizing the Newforma Info Exchange project page provided by KSA. KSA will provide a link to the project page for the Contractor to make submittals, to submit RFI's, and upload large files as necessary. There is no cost for using this service. If for some reason the Contractor cannot utilize the Newforma Info Exchange project page for submission, the Contractor shall submit one scanned copy of the submittal via the email to the Project Manager, Vivek Khanna, at vkhanna@ksaeng.com. S-2-3.1 SUBMITTALS, GENERAL. a. Contractor shall be responsible for and make all submissions. All items shall be transmitted electronically and include a Contractor's review stamp. b. Each transmittal will be sequentially numbered starting with No. 1. (1) An item that is resubmitted will retain the original number but with an added suffix starting with A. (2) Only one specification division should be covered by one letter of transmission. (3) Sufficient catalog information together with catalog cuts and technical data must be submitted to allow an evaluation to be made to determine whether or not the item in question is acceptable. c. No submittals will be returned to subcontractors. Submittals transmitted to the Engineer by anyone other than the Prime Contractor will be returned to the Prime Contractor. d. Submit items sufficiently in advance of date required to allow reasonable time for review, and to allow for resubmission if necessary. Items submitted without Contractor's approval stamp will be returned, without action, for resubmission. Items that are not submitted in accord with the provisions of this item will be returned, without action, for resubmission. S-2-1 e. Operation and Maintenance Manual, and/or warranties where required, shall be separate transmittal. 5-2-4.1 SUBMITTALS, SHOP DRAWINGS PROCEDURE. a. Submit as indicated above. Identify submittals as to manufacturer, item, use, type, project designation, specification section or drawing detail reference, and other pertinent information. b. Submit an electronic copy of each submittal until approval is obtained. c. Allow clear space for stamping on right hand side. Contractor shall stamp his approval on drawings prior to submission to Engineer as indication of his checking and verification of dimensions and coordination with interrelated items. Marks on submittals by Contractor shall not be in red. d. Submit standard items like equipment brochures, cuts of fixtures, or standard catalog items (reproducible not required). Indicate exact item or model and all proposed options. Include scale details, sizes, dimensions, performance characteristics, capacities, wiring diagrams, controls, and other pertinent data. S-2-5.1 SUBMITTALS, SAMPLES. a. Submit to address indicated above. Identify submittals as to manufacturer, item, use, type, project designation, specification section of drawing detail reference, and other pertinent information. b. Forward with transmittal letters. Include brochures, shop drawings, and installation instruction. Contractor shall stamp his approval on drawings prior to submission to Engineer as indication of his checking and verification of dimensions and coordination with interrelated items. Resubmit samples of rejected items. c. Approved samples submitted or constructed, constitute criterion for judging completed work. Finished work or items not equal to samples will be rejected. d. Samples will be retained for comparison purposes and/or the Contractor shall remove samples as directed. Contractor shall pay all costs of furnishing and removing samples. S-2-6.1 SUBMITTALS, APPROVAL OR REJECTION. a. Transmittals returned with Approval are considered ready for fabrication and/or installation. If for any reason a transmittal that has an A or B approval is resubmitted, it must be accompanied by a letter pointing out the changes that have been made and the reason for the re -submittal. It shall be the Contractor's responsibility to assure that the previously approved documents are destroyed when they are superseded by a re -submittal as such. b. Transmittals with approval combined with Action "Revise and Resubmit" or "Rejected" will be individually analyzed giving consideration as follows: S-2-2 (1) If the items or system proposed is acceptable and the majority of the major individual components (Drawings or Documents) are in compliance; however, there are some minor items not in compliance. The portion of the transmittal given "Revise and Resubmit" or "Rejected" will not be distributed (unless previously agreed to otherwise). Copies of the "Revise and Resubmit" or "Rejected" drawings will be marked up and returned to the Contractor electronically. It shall be the Contractor's responsibility to insure that these items are corrected and resubmitted. (2) If the items or system proposed are acceptable; however, the major part of the individual drawings or documents are incomplete or require revision, the entire submittal will be given "Revise and Resubmit" or "Rejected" action. Again, it is reiterated that this is at the sole discretion of the Engineer and some drawings may contain relatively few or no comments for the statement, "Resubmit" to maintain a complete package. Distribution to the Owner and field will not be made unless previously agreed to otherwise. (3) Approval is general and does not permit departure from Contract Documents; relieve Contractor from responsibility for errors in detail, dimensions or related items; approve departure from previous instructions or details; components, wiring, etc., required to make item operational or usable. (4) Manufacture or fabrication of items prior to final approval is at Contractor's own risk. S-2-7.1 REQUIRED SHOP DRAWINGS, CERTIFICATE, OR REPORTS. Shop drawings, certificate, or reports shall be submitted on the following items, as appropriate, for approval. The following list is not considered all-inclusive. The Contractor shall supply all submittals required by the plans and specifications. a. Concrete Mix Design for each g. HMAC Mix Designs class of concrete used b. Reinforcing Steel h. Lime Certificates and Data for Material to be Used in Lime Stabilized Subgrade c. Seed, Fertilizer, Hydromulch, Lime, and Nutrients Certificates i. Erosion Control Matting d. Joint Sealing Materials (Backer j. Silt Fencing Rods, Sealants & Expansion Material) k. Precast Headwalls and/or Safety End Treatments e. Glass Beads for Pavement Markings I. Pavement Paint Certificates f. Aggregate Samples and Test Results for Crushed Aggregate Base Material S-2-3 m. Bituminous Prime Coat n. Bituminous Tack Coat o. Reinforced Concrete Pipe p. Pipe Bedding Material q. Storm Water Pollution Prevention Plan (Not for Review) r. Embankment Material s. Topsoil END OF ITEM 5-2 S-2-4 t. Electrical Components u. Structural Geogrid Subgrade Materials v. Underdrain Materials This Page Intentionally Left Blank S-2-5 Intentionally Left Blank ITEM S-3 BARRICADES AND MARKINGS FOR PAVEMENT CLOSURES DESCRIPTION S-3-1.1 The work covered by this section consists of furnishing all materials, equipment, and labor and performing all necessary operations to maintain a satisfactory and safe barricade system, runway and taxiway closures and temporary displaced thresholds for the duration of the project. The required project barricades, markings and lighting are detailed in the project plans. The Contractor shall be responsible for maintaining the barricades, lights, markings and displaced thresholds in their proper location, in good working order, and clean for 24 hours per day throughout the contract period. S-3-1.2 The Contractor will be required to remove barricades and runway or taxiway closure markings at the end of the work day and to reinstall the same prior to commencing work the following morning in some cases to allow for the reopening of certain sections of the airport for evening and night-time operations. S-3-1.3 This section also includes the installation and maintenance of temporary displaced threshold markings (out board) with temporary displaced threshold lights in accordance with the details in the plans. METHOD OF MEASUREMENT S-3-2.1 Measurement for this item will be by lump sum as the work progresses. BASIS OF PAYMENT S-3-3.1 All work performed and materials furnished as prescribed in this item shall be measured and paid for at the contract lump sum price for "Barricades and Markings for Pavement Closures". The total lump sum shall be paid pro -rata per month and the monthly amount shall be calculated by dividing the lump sum by the contract time in months. Payment will be made under: Item 5-3-3.1 Barricades and Markings for Pavement Per lump sum Closures END OF ITEM 5-3 S-3-1 This Page Intentionally Left Blank S-3-2 ITEM 5-4 TRENCH AND EXCAVATION SAFETY SYSTEMS DESCRIPTION S-4-1.1 This section covers excavation and supporting systems for trenches and other excavated areas to protect the safety of workers, provide suitable means for constructing utility lines, culverts, storm sewers, inlets, junction boxes, headwalls, electrical cable and conduit, etc. and to protect public or private property, including existing utilities. This section shall govern the designing, furnishing, installing, maintaining and removing of temporary Trench and Excavation Safety System(s) for protecting workers in excavations. S-4-1.2 Where existing buildings, utilities, streets, highways, or other structures are in close proximity to the trench, adequate protection shall be provided by the use of sheeting and shoring to protect the buildings, utilities, streets, highways, or other structures from possible damage. In the case of utilities, the Contractor may elect to remove the utility provided that the removal and subsequent replacement meets with the approval of the Construction Manager, the utility owner, or whoever has jurisdiction of the structure. In all cases, it shall be the responsibility of the Contractor to protect public and private property and any person or persons who might, as a result of the Contractor's work, be injured. S-4-1.3 Trenches as used herein, shall be considered as follows: a. Any narrow excavation (in relation to its depth) made below the surface of the ground. In general, the depth is greater than the width, but the width of a trench (measured at the bottom) is not greater than 15 feet. b. Trench safety system requirements apply to larger open excavations if the erection of structures or other installations limits the space between the excavation slope and the installation to dimensions equivalent to a trench as defined. S-4-1.4 The current edition of the Occupational Safety and Health Administration (OSHA) Standard for Excavation and Trench Safety Systems (29 CFR 1926, Subpart P) is hereby incorporated into the Contract Documents by reference and shall be deemed to be included in the Contract the same as though being written out in full. The requirements of 29 CFR 1926 shall be the minimum requirements for this specification. "Trench and Excavation Safety System" as used herein shall apply to all methods and materials used to provide for worker safety in excavation and trenching operations required during the project or to provide protection of buildings, utilities, streets, highways, or other structures from possible damage. It is the sole responsibility of the Contractor, and not the City or Engineer, to design, furnish, install, and maintain for the specific applicability of a Trench and Excavation Safety System to the field conditions to be encountered on the job site during the project. It is the sole responsibility of the Contractor to design, implement, and maintain Trench and Excavation Safety System(s) meeting the requirements of the referenced OSHA regulations. S-4-1 The Contractor shall indemnify and hold harmless the City and Engineer from all damages and cost that may result from failure of methods or equipment used by the Contractor to provide Trench and Excavation Safety System(s). SUBMITTALS S-4-2.1 Submittals shall be in accordance with specification S-2, Shop Drawings, Project Data, and Samples. Excavation shall not proceed until the Owner and Engineer have received the Contractor's Trench and Excavation Safety System Plan(s) for the project. Prior to starting any excavation, the Contractor shall submit to the Owner and Engineer: a. A Trench and Excavation Safety System Plan(s) developed specifically for the project. The Trench and Excavation Safety System Plan(s) shall include all engineering calculations used for design and shall be sealed by a professional engineer, licensed in the State of Texas. b. Shop drawings containing, at a minimum, the following information: 1. Detailed drawings of the Trench and Excavation Safety System(s) meeting the requirements of the referenced OSHA regulations. The drawings shall note the required load carrying capacity, dimensions, materials, and other physical properties or characteristics in sufficient detail to describe thoroughly and completely the Trench and Excavation Safety System(s). 2. Drawings, notes, or tables clearly detailing the specific areas of the project in which each Trench and Excavation Safety System shall be used, the permissible size of the excavation, the length of time that the excavation shall remain open, the means of egress from the excavation, the location of material storage sites in relation to the excavation, the methods for placing/compacting bedding/backfill within the safety of the system, any excavation safety equipment restrictions and subsequent removal of the system. 3. Recommendations and limitations for using the Trench and Excavation Safety System(s). c. Manufacturer's tabulated data or other tabulated data for Trench and Excavation Safety System(s) consisting of pre-engineered protective systems such as trench shields, aluminum hydraulic shoring, timber shoring, pneumatic shoring, or trench jacks, or benching or sloping or other protective systems that are not designed specifically for the Project. Manufacturer's tabulated data shall meet the requirements in OSHA and shall describe the specific equipment to be used on the Project. Tabulated data must bear the seal of the licensed professional engineer who approved the data. Manufacturer's tabulated data shall be an attachment to the Contractor's Trench and Excavation Safety System Plan(s). EXECUTION 5-4-3.1 The Contractor shall implement the Trench and Excavation Safety System(s) and conduct affected work in accordance with the same. S-4-3.2 The system shall be in use during all phases of construction, as required. S-4-2 S-4-3.3 Neither the Engineer nor the Owner will be responsible for ensuring the trench safety system is constructed and utilized in accordance with the Trench and Excavation Safety System plan. This shall be the sole responsibility of the Contractor. S-4-3.4 Provide dewatering and drainage services in accordance with Item S-11, Dewatering the Project Site. METHOD OF MEASUREMENT S-4-4.1 Trench safety shall be measured on a linear foot basis only for those trenches that workers would reasonably be expected to enter and only for those trenches exceeding five feet in depth. No evaluation of the adequacy of the trench safety precautions will be made by the Engineer since the means, methods, and responsibility for safety rest solely with the Contractor. BASIS OF PAYMENT S-4-5.1 Payment for trench safety, measured as prescribed above, will be made at unit bid price per centerline linear foot of trench. The unit bid price shall include full compensation for designing, furnishing, and installing the system; for dewatering; and for maintaining, replacing, repairing, and removing the Trench and Excavation Safety System and for sloping, special clearing, and excavation necessary to safely implement the Trench and Excavation Safety System. No payment will be made for Trench and Excavation Safety Systems made necessary by the Contractor's selection of an optional design or sequence of work that creates the need for the Trench and Excavation Safety System. Payment will be made under: Item S-4-5.1 Trench Excavation Safety Protection Per linear foot END OF ITEM S-4 S-4-3 S-4-4 ITEM S-5 PROOF ROLLING DESCRIPTION S-5-1.1 This item shall govern for furnishing and operating heavy pneumatic tired compaction equipment for locating unstable areas of earthwork or base. EQUIPMENT AND MATERIALS S-5-2.1 The proof rolling equipment shall consist of not less than four (4) pneumatic tired wheels, running on axles carrying not more than two (2) wheels, and mounted in a rigid frame and provided with loading platform or body suitable for ballast loading. All wheels shall be arranged so that they will carry approximately equal loads when operating on uneven surfaces. The proof roller under working conditions shall have a rolling width of from 8 feet to 10 feet, and shall be so designed that, by ballast loading, the gross load may be varied uniformly from 25 tons to 50 tons. The tires shall be capable of operating under the various loads with variable air pressure up to 150 pounds per square inch. Tires shall be practically full of liquid. (Tires shall be considered as being practically full when liquid will flow from the valve stem of a fully inflated tire with the stem in the uppermost position). The operating load and tire pressure shall be within the range of the manufacturer's chart as directed by the Engineer. The Contractor shall furnish the Engineer charts or tabulations showing the contact areas and contact pressures for the full range of tire inflation pressures and for the full range of loadings for the particular tires furnished. The proof roller shall be towed by a suitable crawler type tractor or rubber tired tractor of adequate tractive capacity, or may be of the self-propelled type. A proof roller unit shall consist of either a self propelled roller or combination of roller and towing tractor. There shall be a sufficient quantity of ballast available to load the equipment to a maximum gross weight of 50 tons. Rubber tired tractive equipment shall be used on base courses and asphalt pavements. Other type tractive equipment may be used on embankment subgrade. The heavy pneumatic tire roller unit shall be capable of turning 180 degrees in the crown width or operating in forward and reverse modes. In lieu of the rolling equipment specified, the Contractor may, upon written permission from the Engineer, operate other compacting equipment that will produce equivalent results in the same period of time as the specified equipment. If the substituted compaction equipment fails to produce the desired results within the same period of time as would be expected of the specified equipment, as determined by the Engineer, its use shall be discontinued. CONSTRUCTION METHODS 5-5-3.1 This work shall be done only when directed by the Engineer. The subgrade and/or base layer shall be proof rolled to locate unstable areas when directed by the Engineer. S-5-1 The load and tire inflation pressures shall be adjusted as directed by the Engineer. It is proposed to use a contact pressure corresponding as nearly as practical to the maximum supporting value of the earthwork or base. A minimum of two (2) coverages of the proof roller will be required. Each successive trip of the proof roller shall be offset by not greater than one (1) tire width. Rollers shall be operated at speeds directed by the Engineer, which shall be between 2 and 6 miles per hour. Where the operation of the proof roller unit shows an area to be unstable or non-uniform, it shall be corrected in accordance with the applicable item of work. METHOD OF MEASUREMENT S-5-4.1 This item will be measured by the hour of operation. BASIS OF PAYMENT S-5-5.1 The equipment furnished and operated in accordance with this item will be measured and paid for under the following item. Payment will be made under: Item S-5-5.1 Proof Rolling Per hour Unless otherwise indicated on the plans, payment for reworking unstable or non-uniform areas, removing and replacing materials, addition of stabilizing materials, and all compaction and incidentals necessary to correct all irregularities will not be made directly but will be considered as subsidiary to the various bid items of the Bid Form. END OF ITEM S-5 S-5-2 ITEM 5-6 STORMWATER POLLUTION PREVENTION PLAN (SWP3) DESCRIPTION S-6-1.1 The Contractor shall provide a project Stormwater Pollution Prevention Plan (SWP3) Document as directed in the plans and specifications and in accordance with Texas Pollutant Discharge Elimination System (TPDES) General Permit (GP) TXR150000. The Contractor shall bear sole responsibility for the SWP3 provisions of this contract as well as bear sole responsibility for the development, implementation, and maintenance of the SWP3, best management practices (BMPs), and facilities utilized to meet TPDES GP TXR150000. The SWP3 and Notice of Intent (NOI) shall be completed prior to beginning any work or stockpiling of any materials. SUBMITTALS S-6-2.1 For projects with soil disturbance of less than an acre, no submittal to TCEQ shall be required but the Contractor shall follow the erosion control operations as indicated in the plans and specifications. For projects with soil disturbance of one acre to less than five acres, a Small Site Notice shall be submitted to TCEQ and shall be posted at site once approved. For projects with soil disturbance of five acres or more, a Notice of Intent and Large Site Notice shall be submitted to TCEQ and shall be posted at site once approved. S-6-2.2 Notice of Intent (NOI). The Contractor shall submit a NOI, if applicable, with the TCEQ under the TPDES GP TXR150000 at least 7 days prior to initiation of work at the project site. At the time of the submittal to the TCEQ, the Engineer shall be given a copy of the NOI. The Contractor shall post the NOI at the project site as required by the TPDES GP TXR150000. S-6-2.3 Notice of Change (NOC). The Contractor shall submit a NOC, if applicable, letter to the TCEQ within 14 days of discovery of a change/revision to the NOI. The Contractor shall submit a signed copy of the NOC to the Engineer at the time of submittal. S-6-2.4 Notice of Termination (NOT). The Contractor shall submit a NOT, if applicable, to the TCEQ within 30 days of the Engineer's approval that 70% native background vegetative cover is met or equivalent permanent stabilization have been employed in accordance with the TPDES GP TXR 150000. The Contractor shall provide a signed copy of the NOT to the Engineer at the time of submittal. EMPLOYEE QUALIFICATIONS AND REQUIREMENTS S-6-3.1 Contractor Superintendent Qualifications and Responsibilities. The Contractor shall provide a superintendent that is competent and has experience with and knowledge of stormwater management and is knowledgeable of the requirements and the conditions of the TPDES GP TXR150000. The superintendent shall be responsible for managing and overseeing the day to day operations/activities at the project site; working with the Contractor Responsible Person Environmental (CRPe) to provide effective Stormwater Management at the project site; representing and acting on -behalf of the Contractor; and attend the Preconstruction Conference for the project. The Contractor and CRPe may be the same person. S-6-1 S-6-3.2 CRPe Qualifications and Responsibilities. The Contractor shall provide a CRPe who has overall responsibility for the project's stormwater management. The CRPe shall oversee and observe stormwater control measure monitoring and management of the entire project site. The CRPe shall monitor the entire project site daily to ensure compliance with the TPDES GP TXR150000 and the SWP3 document. The CRPe shall document and provide monitoring reports to the Engineer within 48 hours. If necessary, the CRPe shall provide recommendations to the Engineer to improve effectiveness of control measures. Records of all Monitoring Reports shall be maintained at the project site field office. CONSTRUCTION S-6-4.1 Responsibilities. a. Operator. The Contractor is an operator under the TPDES GP TXR150000 and responsible for Part III, Section B.2. Primary Operators with Day -to -Day Operational Control, of the TPDES GP TXR150000. 1. Implementation of Design. 2. Maintenance of Field Devices. 3. Directing Contractor Employees and Communicating Requirements and Changes to Subcontractors. 4. Meeting the CGP as Primary Operator with Day to Day Operational Control. 5. For Design, Implementation, Maintenance of Project Specific Locations. 6. Notifying the Engineer of Changes Needed for the SWP3. 7. Maintenance of the SWP3 Document. b. Stormwater Management. The Contractor shall implement the SWP3 for the project site in accordance with TPDES GP TXR150000. The Contractor shall coordinate stormwater management with all other work on the project. The Contractor shall prevent or reduce water pollution from stormwater associated with construction activities from entering any surface water or property on or adjacent to the project site. 5-6-4.2 Implementation. At the Preconstruction Conference, the Contractor shall designate in writing a CRPe to be the representative of the Contractor for the project's stormwater management. The CRPe shall be responsible for implementing the SWP3 and taking or directing corrective measures to remedy deficiencies in installation and maintenance of pollution BMPs. The CRPe must be accessible by phone, and able to direct and respond to stormwater management emergencies 24 hours per day. a. Commencement. The Contractor shall follow the SWP3 and install erosion control measures as shown in the plans, as directed by the Engineer, or as needed by the Contractor after receiving prior approval from the Engineer. The Contractor shall install control measures as S-6-2 indicated in the plans and specifications, and according to manufacturers' guidelines. The Contractor shall not make changes to the location of any control measure or implement any other changes to the SWP3 without the approval of the Engineer. Minor adjustments to meet field conditions are allowed but should be noted in the SWP3 document. The Contractor shall submit Contractor -proposed recommendations to improve effectiveness of control measures to the Engineer for approval. Changes must conform to guidelines established in the TPDES GP TXR150000. b. Phasing. In new phases of the project, prior to the commencement of construction activities that result in soil disturbance, the Contractor shall implement control measures. The Contractor shall phase and minimize the soil disturbance to the area shown on the plans throughout each phase. The Contractor shall coordinate temporary control measures with permanent control measures and all other work on the project to assure economical, effective, safe, continuous water pollution prevention. The Contractor shall exercise every reasonable precaution throughout the life of the project to prevent pollution of ground waters and surface waters. Clearing and grubbing operations shall be scheduled and performed so that grading operations and stabilization measures shall follow immediately thereafter if the project conditions permit. All grading sections shall be brought to final grade as soon as possible, and all temporary and permanent erosion prevention and sediment control measures shall be implemented at the earliest reasonable time. The Contractor shall employ temporary stabilization measures when required. Under no circumstances shall the Contractor prolong final grading and shaping so that the entire project can be permanently seeded at one time. The Contractor shall preserve vegetation where possible throughout the project, and minimize clearing, grubbing, and excavation within stream banks, bed, and approach sections. 5-6-4.3 General. a. Temporary Alterations or Control Measure Removal. Altering or removal of control measures is allowed as long as control measures are restored within the same working day. b. Stabilization. The Contractor shall stabilize disturbed areas where construction activities shall be stopped (temporarily or permanently) within 14 calendar days in accordance with the TPDES GP TXR150000. Utilize the establishment of uniform vegetative cover or other stabilization practice in accordance with the TPDES GP TXR150000 to meet this requirement. c. Finished Work. Upon the Engineer's acceptance of vegetative cover or other final stabilization practice, the Contractor shall remove and dispose of all temporary control measures, unless otherwise directed by the Engineer. The project shall not be accepted until all soil disturbing activities are completed and a uniform perennial vegetative cover with a 70% density of existing adjacent undisturbed areas is obtained as described in the TPDES GP TXR150000. An exception shall be allowed in arid areas as defined in the TPDES GP TXR150000. d. Restricted Activities and Required Precautions. The Contractor shall not discharge onto the ground or surface waters any pollutants such as chemicals, raw sewage, fuels, lubricants, coolants, hydraulic fluids, bitumens, and any other petroleum products. The Contractor shall operate and maintain equipment on site in a manner as to prevent actual or potential S-6-3 water pollution. The Contractor shall manage, control and dispose of litter on site such that no adverse impacts to water quality occur. The Contractor shall prevent dust from creating a potential or actual unsafe condition, public nuisance, or condition endangering the value, utility, or appearance of any property. Washing out of concrete trucks shall not be allowed on the project site. The Contractor shall utilize appropriate controls to minimize the offsite transport of suspended sediments and other pollutants if it is necessary to pump or channel standing water (i.e. dewatering). The Contractor shall prevent discharges that would contribute to a violation of Edwards Rules, water quality standards, the impairment of a listed water body, or other state or federal law. S-6-4.4 Installation, Maintenance, and Removal Work. The Contractor shall perform work in accordance with the SWP3 as provided in the plans and specifications and the TPDES GP TXR150000. Install and maintain the integrity of temporary erosion and sedimentation control devices to accumulate silt and debris until earthwork construction and permanent erosion control features are in place or the disturbed area has been adequately stabilized as determined by the Engineer. The Contractor shall maintain effective control measures, and correct or replace ineffective control measures within 2 days of discovery of the deficiency unless documented "Too Wet". If a correction is deemed critical by the Engineer, immediate action is required. If, in the opinion of the Engineer, the Contractor cannot control soil erosion and sedimentation resulting from construction operations, the Engineer shall further limit the disturbed area to that which the Contractor is able to control. The Contractor shall remove devices upon approval or when directed by the Engineer. Upon removal, the Contractor shall finish -grade and dress the area. The Contractor shall stabilize disturbed areas in accordance with the permit, and as shown on the plans or as directed by the Engineer. S-6-4.5 Records and Documentation. a. Monitoring. The CRPe shall monitor the control measures on a daily basis at the project site. Monitoring shall consist of, but is not limited to, observing and inspecting site locations with control measures and discharge points by walking or other means to provide maintenance and inspection of controls as described in the SWP3. The Contractor shall keep written records of daily monitoring. The Contractor shall document in the daily monitoring report the control measure condition, the date, required corrective actions, responsible person for making the correction, if a corrective action was made note the date completed. The Contractor shall maintain records of all monitoring reports at the project site. b. SWP3 Document. The SW3P Document shall be kept separately from other documents by the Contractor in a 3 ring binder labeled and tabbed by sections in the format and order described in the SWP3 Document Table of Contents shown in the plans. The Contractor shall update SWP3 documentation promptly and continually with current information. SWP3 documentation examples are, but not limited to, roles and responsibilities, project specific locations, material storage locations, monitoring reports, BMP placement, maintenance and changes, etc. S-6-4 The Contractor shall provide the Engineer with an initial updated copy of the SWP3 Document at the Preconstruction Conference. The Contractor shall maintain the SW3P document by updating sheets and drawings as changes occur. The Contractor shall provide the Engineer copies of the updated sheets on a weekly basis. The SWP3 Document shall have a Table of Contents and structured per the following: TABLE OF CONTENT for SWP3 Document Section I. Responsibilities of Operators A. Control over Construction Plans and Specifications 1. Certification Statement B. Contractor Day -to -Day Operational Control 1. Certification Statement Section II. Project Description A. General Location Map B. Site Description C. Description and Schedule or Sequence of Soil Disturbing Activities D. Acreage, Material Storage, and Soil Types E. Site Description(s) for Support Facilities F. Site Description(s) for Receiving Waters G. Location of Concrete Truck Washout Areas Section Ill. Best Management Practices (BMPs) A. Erosion Controls and Sediment Controls and Stabilization Practices/Detailed Site Map B. Off -Site Transfer of Pollutant Controls/Good Housekeeping Practices C. Soil Disturbance Activities 1. Dates when soil disturbance activities will occur. S-6-5 2. Dates when construction activity will temporarily or permanently cease on the site. 3. Dates when stabilization measures are initiated. D. Stabilization Practices E. Structural Control Practices F. Permanent Stormwater Controls G. Other Stormwater Controls Section IV. Inspection/Oversight A. Names and Qualifications of Project Inspectors B. Inspector Qualification Statement Form Section V. Environmental Permits, Issues & Commitment (EPIC) Sheet Section VI. TPDES General Permit TXR 150000 (CGP) Section VII. Small Site Notice/Large Site Notice/Notice of Intent (NOI)/Project Specific Locations (PSL's) Section VIII. Nationwide Permit(s) (CORP) Section IX. Weekly Inspection Form Section X. Contractor Daily Monitoring Log Section XI. Temporary Erosion, Sediment & Water Pollution Standard Devices Drawings Section XII. Stormwater Pollution Prevention Plan (SWP3) Sheet Section XIII. Project Specific Locations S-6-6 METHOD OF MEASUREMENT S-6-5.1 Measurement for work performed under this item shall be specified under FAA Item P-156, Temporary Air and Water Pollution, Soil Erosion and Siltation Control. BASIS OF PAYMENT S-6-6.1 Payment for work performed under this item shall be as specified under FAA Item P-156, Temporary Air and Water Pollution, Soil Erosion and Siltation Control. END OF ITEM 5-6 S-6-7 S-6-8 ITEM S-7 TEMPORARY SEDIMENT CONTROL FENCE DESCRIPTION S-7-1.1 This item describes the installation of temporary sediment control fences utilized during construction and prior to the final development of the project site. Submittals, including manufacturer's catalogue sheets and all other pertinent information on geotextile fabric, shall be provided to the Engineer prior to ordering any materials to be used on the project for erosion or sediment control. EQUIPMENT AND MATERIALS S-7-2.1 Fabric. Provide fabric materials in accordance with DMS -6230, "Temporary Sediment Control Fence Fabric." 5-7-2.2 Posts. Provide straight steel posts with a minimum length of 54 in., unless otherwise shown on the plans. T-shaped steel posts shall have a minimum weight of 1.3 lb. per foot. S-7-2.3 Net Reinforcement. Provide net reinforcement of at least 12-1/2 gauge galvanized welded wire mesh, with a maximum opening size of 2" x 4", at least 42" wide, unless otherwise shown on the plans. S-7-2.4 Staples. Provide staples with a crown at least 3/4 in. wide and legs 1/2 in. long. S-7-2.5 Used Materials. Use recycled material meeting the applicable requirements if accepted by the Engineer. EXECUTION S-7-3.1 Provide temporary sediment control fence near the downstream perimeter of a disturbed area at the locations shown in the plans or as directed by the Engineer to intercept sediment from sheet flow. 5-7-3.2 Inspect and repair or replace components of all erosion and sedimentation control systems as specified for each system. Unless otherwise directed, maintain the erosion and sedimentation control systems until the project is accepted by the Owner. Remove erosion and sedimentation control systems promptly, in an appropriate manner, when directed by the Owner. S-7-3.3 Remove and dispose of sediment deposits off-site. Off-site disposal will be at the expense of the Contractor. Sediment shall not be allowed to flush into streams or drainage ways. If sediment has been contaminated, it shall be disposed of in accordance with existing federal, state and local regulations. S-7-3.4 Damage caused by construction traffic to erosion and sedimentation control systems shall be repaired immediately at the expense of the Contractor. S-7-3.5 Conduct all construction operations under this Contract in conformance with the erosion control practices described. S-7-1 5-7-3.6 Inspection of temporary sediment control fences shall occur after each rainfall or daily during periods of prolonged rainfall. Inspection shall occur at least once a week during rainless periods. Repair or replace damaged section immediately to restore the requirements of this item. Sediment deposits shall be removed when they reach one-third of the height of the fence. CONSTRUCTION METHODS S-7-4.1 Installation of Posts. Embed posts at least 18" deep, or adequately anchor, if in rock, with a spacing of 6' to 8'. and install on a slight angle toward the run-off source. S-7-4.2 Fabric Anchoring. Dig trenches along the uphill side of the fence to anchor 6" to 8" of fabric. Provide a minimum trench cross-section of 6" x 6". Place the fabric against the side of the trench and align approximately 2" of fabric along the bottom in the upstream direction. Backfill the trench, then hand -tamp. S-7-4.3 Fabric and Net Reinforcement Attachment. Unless otherwise shown under the plans, attach the reinforcement to steel posts with T -clips, in at least 4 places equally spaced. Sewn vertical pockets may be used to attach reinforcement to end posts. Fasten the fabric to the top strand of reinforcement by hog rings or cord every 15" or less. S-7-4.4 Fabric and Net Splices. Locate splices at a fence post with a minimum lap of 6" attached in at least 6 places equally spaced, unless otherwise shown under the plans. Do not locate splices in concentrated flow areas. Requirements for installation of used temporary sediment -control fence include the following: a. Fabric with minimal or no visible signs of biodegradation (weak fibers); b. Fabric without excessive patching (more than 1 patch every 15' to 20'); c. Posts without bends; and d. Backing without holes. S-7-4.5 The Contractor shall remove all temporary sediment control fence upon establishment of the permanent variety of grass as described in FAA Item T-901, Seeding. In addition, the Contractor shall grade the ruts created by the removal of the temporary sediment control fence and reseed the graded areas as a subsidiary cost to the cost of the temporary sediment control fence. METHOD OF MEASUREMENT 5-7-5.1 Measurement for work performed under this item shall be specified under FAA Item P-156, Temporary Air and Water Pollution, Soil Erosion and Siltation Control. BASIS OF PAYMENT 5-7-6.1 Payment for work performed under this item shall be as specified under FAA Item P-156, Temporary Air and Water Pollution, Soil Erosion and Siltation Control. S-7-2 END OF ITEM S-7 S-7-3 This Page Intentionally Left Blank S-11-2 ITEM S-9 FOUNDATION MATERIAL FOR WEAK OR PUMPING PAVEMENT SUBGRADE DESCRIPTION S-9-1.1 The work covered by this item shall consist of installing crushed rock to serve as a foundation for pavement subgrade in weak or pumping pavement subgrade areas as determined by proof rolling. CONSTRUCTION METHODS S-9-2.1 The Contractor shall proof roll all areas of proposed subgrade as described in Item S-05, Proof Rolling. If a pumping subgrade is encountered, the Contractor shall attempt to dry the subgrade by aeration. If the Engineer then determines that the material is unsuitable for subgrade, the Contractor shall undercut the unsuitable material and dispose of it offsite. The Contractor shall then install crushed aggregate base material meeting the requirements of FAA Item P-209, Crushed Aggregate Base Course. METHOD OF MEASUREMENT S-9-3.1 The quantity of foundation material to be paid for shall be the actual cubic yards of foundation material installed and compacted, as measured in place. The measurement method shall be by field cross sections of the undercut area prior to the installation of the foundation material and after the installation of the foundation material. No measurement will be made for subgrade material removed. Payment will only be made for material used to replace an undercut area. BASIS OF PAYMENT S-9-4.1 Payment will be made per cubic yard of foundation material measured in place. The price shall be full compensation for removal of the existing subgrade material, undercutting the unsuitable subgrade, and installing the foundation material in the undercut area. No payment will be made for foundation material which is installed without prior authorization of the Engineer. The cost of excavating and disposing of the undercut area shall be subsidiary to the unit price per cubic yard of foundation material installed. Payment shall be made under: Item S-9-4.1 Remove and Replace Unsuitable Subgrade with Per cubic yard Foundation Material as Directed by the Engineer END OF ITEM S-9 S-9-1 Intentionally Left Blank ITEM S-11 DEWATERING THE PROJECT SITE DESCRIPTION S-11-1.1 The work covered by this section consists of furnishing all materials, equipment, and labor and performing all necessary operations to dewater and drain project excavations of water for the duration of the project. EXECUTION S-11-2.1 Provide dewatering and drainage as necessary to keep excavations free of water. Dewatering system shall maintain the water level a minimum of 3 feet below the excavation. Contractor shall provide and maintain all dewatering equipment during excavation, construction, and backfill, until the disturbed area can freely drain without ponding water. The Contractor shall operate the dewatering system continuously without interruption during weekends and/or holidays. S-11-2.2 The Contractor shall be responsible for protecting the project site and its surrounding area from erosion. The Contractor shall provide temporary erosion controls as necessary to protect the site at no direct pay. The Contractor shall also be responsible for repair of any damaged or eroded areas outside the scope of work by means and methods as approved by the Engineer at no direct pay. METHOD OF MEASUREMENT 5-11-3.1 This item will not be measured for separate payment. BASIS OF PAYMENT 5-11-4.1 No separate payment shall be made for this work. This work shall be considered subsidiary to the various bid items of the specifications. This shall include all operations required as described herein, for furnishing all materials, for all preparation, delivering, and placing of the material, and for all labor, equipment tools, and incidentals necessary to complete the item. END OF ITEM S-11 S-11-1 This Page Intentionally Left Blank S-9-2 ITEM S-17 AIRCRAFT TIE DOWN ANCHORS DESCRIPTION S-17-1.1 This item shall consist of tie -down anchors installed in accordance with this specification at the locations and in conformity with the dimensions, designs and details shown on the plans. This item shall include the coring of a suitable hole as shown on the plans and placement of the tie -down anchor in concrete. EQUIPMENT AND MATERIALS S-17-2.1 All equipment and materials shall be subject to acceptance through manufacturer's certification of compliance with applicable specifications or design shown on the plans. S-17-2.2 CONCRETE. Concrete used shall conform to the requirements of FAA Item P-610, Structural Portland Cement Concrete. CONSTRUCTION METHODS S-17-3.1 The Contractor shall install tie -down anchors at locations indicated on the plans. Installation shall be completed as specified by the manufacturer. Excavation of a hole for this installation shall be made after paving has been completed. The use of an auger drill is prohibited. All holes shall be cored. Special care shall be taken to the satisfaction of the Engineer to prevent coring debris and other construction materials from staining the newly paved surface. METHOD OF MEASUREMENT S-17-4.1 The quantity of tie -down anchors to be measured for payment under this item shall be the number of each tie -down installed, completed and accepted. BASIS OF PAYMENT S-17-5.1 Payment will be made at the contract price per each for tie -down anchors. This price shall be full compensation for furnishing all materials and for all preparation, delivering, and placing the materials, and for all excavation, labor, equipment, tools, and incidentals necessary to complete this item. Payment will be made under: Item S-17-5.1 Aircraft Tie Down Per each END OF ITEM S-17 S-17-1 This Page Intentionally Left Blank S-17-2 ITEM S-19 PAVEMENT MARKING OBLITERATION DESCRIPTION S-19-1.1 This items covers the obliteration (complete removal) of existing pavement markings (paint and rubber) by either water blasting, sand blasting, or shot blasting (at the Contractor's option) in accordance with these specifications and in conformity to the dimensions shown on the plans. This item includes the cleanup and disposal of the markings and other materials used in the removal of the pavement markings. Areas of pavement marking obliteration have been estimated for bidding purposes. The actual locations of pavement marking obliteration will be as shown on the plans or directed by the Engineer. CONSTRUCTION METHODS S-19-2.1 GENERAL. No pavement marking obliteration shall be started until the work has been laid out by the Contractor and approved by the Engineer. S-19-2.2 PAVEMENT TYPE/ CONDITION AND MARKING TYPE/ CONDITION. If necessary, the Contractor shall visually inspect the pavement type and condition and the markings type and condition prior to bidding to estimate the effort required to remove the markings. The Contractor shall coordinate with the Engineer for access to the pavement markings during the bidding phase. S-19-2.3 PAVEMENT MARKING OBLITERATION TECHNIQUES. The Contractor may use any of the following techniques to obliterate the existing markings, provided the resulting work fully complies with the performance requirement described in the following section: a. Water blasting; b. Sand blasting; or c. Shot blasting. Any other types of obliteration techniques which meet the performance requirements described below may be submitted for consideration by the Engineer. The Engineer's decision to approve or disapprove other techniques is final. S-19-2.4 PERFORMANCE REQUIREMENT. The obliteration technique shall completely remove all of the pavement markings (paint and rubber) leaving clean bare pavement with no visible marking remnants. The obliteration technique shall not damage the existing pavement in any way. If the pavement is grooved or textured, the obliteration technique shall not damage the grooves or texture and shall not decrease the pavement friction factor. If the pavement is damaged, it shall be repaired at the Contractor's expense by methods and means acceptable to the Engineer. All obliteration techniques must conform to the requirements of FAA Advisory Circular 150/5340-1, Standards for Airport Markings, most recent version. S-19-2.5 CLEANUP. Immediately upon completion of each day's work, or more frequently if required to maintain traffic, the Contractor shall completely clean the work area of all debris such as sand, excess water, and marking remnants resulting from the pavement marking obliteration. The debris disposal method and location shall be approved by the Engineer or the material shall be disposed of off the Owner's property. The Contractor shall not violate any local, state, or federal law or regulation in the disposal of the debris. METHOD OF MEASUREMENT S-19-3.1 The area of pavement marking obliteration shall be based on the measured area of completed and accepted pavement marking obliteration at the locations shown on the plans or as directed by the Engineer. Pavement marking obliteration will be measured by the length and width (square feet) of pavement marking obliteration approved by the Engineer. S-19-1 Measurement shall not include the quantity of pavement marking removed without the Engineer's authorization beyond normal removal limits as shown on the plans or as directed by the Engineer. BASIS OF PAYMENT S-19-4.1 Pavement marking obliteration shall be paid for at the contract unit price bid for "Pavement Marking Obliteration", which price shall be full compensation for all pavement marking obliteration, removal and disposal of all removal debris such as sand or marking remnants; and for all equipment, tools, labor and incidentals necessary to complete the work. This price shall also include any costs associated with repairing damaged pavement. Payment shall be made under: Item S-19.4.1 Pavement Marking Obliteration Per square foot END OF ITEM S-19 S-19-2 ITEM S-43 ROCK FILTER DAMS DESCRIPTION S-43-1.1 This item describes the installation of rock filter dams utilized during construction and prior to the final development of the project site. Submittals, including manufacturer's catalogue sheets and all other pertinent information, shall be provided to the Engineer prior to ordering any materials to be used on the project for erosion or sediment control. EQUIPMENT AND MATERIALS S-43-2.1 Aggregate. Furnish aggregate with hardness, durability, cleanliness, and resistance to crumbling, flaking, and eroding acceptable to the Engineer. Provide the following: a. Types 1, 2, and 4 Rock Filter Dams. Use 3 to 6 in. aggregate. b. Type 3 Rock Filter Dams. Use 4 to 8 in. aggregate. S-43-2.2 Wire. Provide minimum 20 gauge galvanized wire for the steel wire mesh and tie wires for Types 2 and 3 rock filter dams. Type 4 dams require: a. A double -twisted, hexagonal weave with a nominal mesh opening of 2-1/2 in. x 3-1/4 in.; b. Minimum 0.0866 in. steel wire for netting; c. Minimum 0.1063 in. steel wire for selvages and corners; and d. Minimum 0.0866 in. for binding or tie wire. EXECUTION S-43-3.1 Provide rock filter dams at the locations shown in the plans or as directed by the Engineer to intercept sediment from concentrated flow. S-43-3.2 Inspect and repair or replace components of all erosion and sedimentation control systems as specified for each system. Unless otherwise directed, maintain the erosion and sedimentation control systems until the project is accepted by the Owner. Remove erosion and sedimentation control systems promptly, in an appropriate manner, when directed by the Owner. 5-43-3.3 Remove and dispose of sediment deposits off-site. Off-site disposal will be at the expense of the Contractor. Sediment shall not be allowed to flush into streams or drainage ways. If sediment has been contaminated, it shall be disposed of in accordance with existing federal, state and local regulations. S-43-3.4 Damage caused by construction traffic to erosion and sedimentation control systems shall be repaired immediately at the expense of the Contractor. S-43-3.5 Conduct all construction operations under this Contract in conformance with the erosion S-43-1 control practices described. 5-43-3.6 Inspection of rock filter dams shall occur after each rainfall or daily during periods of prolonged rainfall. Inspection shall occur at least once a week during rainless periods. Repair or replace damaged section immediately to restore the requirements of this item. Sediment deposits shall be removed when directed by the Engineer. CONSTRUCTION METHODS S-43-4.1 Remove trees, brush, stumps, and other objectionable material that may interfere with the construction of rock filter dams. Place sandbags as a foundation when required or at the Contractor's option. S-43-4.2 For Types 1, 2, 3, and 5, place the aggregate to the lines, height, and slopes specified, without undue voids. For Types 2 and 3, place the aggregate on the mesh and then fold the mesh at the upstream side over the aggregate and secure it to itself on the downstream side with wire ties, or hog rings, or as directed. Place rock filter dams perpendicular to the flow of the stream or channel unless otherwise directed. Construct filter dams according to the following criteria, unless otherwise shown on the plans: a. Type 1 (Non -reinforced). 1. Height. At least 18" measured vertically from existing ground to top of filter dam. 2. Top Width. At least 2'. 3. Slopes. At most 2:1. b. Type 2 (Reinforced). 1. Height. At least 18" measured vertically from existing ground to top of filter dam. 2. Top Width. At least 2'. 3. Slopes. At most 2:1. c. Type 3 (Reinforced). 1. Height. At least 36" measured vertically from existing ground to top of filter dam. 2. Top Width. At least 2". 3. Slopes. At most 2:1. d. Type 4 (Sack Gabions). Unfold sack gabions and smooth out kinks and bends. For vertical filling, connect the sides by lacing in a single loop—double loop pattern on 4" to 5" spacing. At one end, pull the end lacing rod until tight, wrap around the end, and twist 4 times. At S-43-2 the filling end, fill with stone, pull the rod tight, cut the wire with approximately 6" remaining, and twist wires 4 times. For horizontal filling, place sack flat in a filling trough, fill with stone, and connect sides and secure ends as described above. Lift and place without damaging the gabion. Shape sack gabions to existing contours. e. Type 5. Provide rock filter dams as shown on the plans. S-43-4.3 The Contractor shall remove the rock filter dams upon establishment of the permanent variety of grass as described in FAA Item T-901, Seeding. In addition, the Contractor shall grade the ruts created by the removal of the rock filter dams and reseed the graded areas as a subsidiary cost to the cost of the rock filter dams. S-43-3 METHOD OF MEASUREMENT S-43-5.1 Measurement for work performed under this item shall be specified under FAA Item P-156, Temporary Air and Water Pollution, Soil Erosion and Siltation Control. BASIS OF PAYMENT S-43-6.1 Payment for work performed under this item shall be as specified under FAA Item P-156, Temporary Air and Water Pollution, Soil Erosion and Siltation Control. END OF ITEM 5-43 S-43-4 Appendix Intentionally Left Blank SUBSURFACE EXPLORATION, LABORATORY TESTING PROGRAM AND PAVEMENT EVALUATION FOR THE PROPOSED EAST GENERAL AVIATION APRON PROJECT CORPUS CHRISTI INTERNATIONAL AIRPORT CORPUS CHRISTI, TEXAS RETL JOB NUMBER: G112217 PREPARED FOR: KSA ENGINEERING, INC. 8875 SYNERGY DRIVE McKINNEY, TEXAS 75070 DECEMBER 18, 2012 PREPARED BY: ROCK ENGINEERING AND TESTING LABORATORY, INC. 6817 LEOPARD STREET CORPUS CHRISTI, TEXAS 78409 PHONE: (361) 883-4555; FAX (361) 883-4711 TEXAS PROFESSIONAL ENGINEERING FIRM NO. 2101 Christopher A. Rock, P.E. Vice President Corpus Christi S�atE 9F TFe.:f>1 CHRISTOPHER A. ROCK .c,%.95866 :��° .1� o....l/CENs .•**�''" ��\ss/ONALE�.G� TABLE OF CONTENTS Page INTRODUCTION 1 Authorization l Purpose and Scope 1 General 1 FIELD EXPLORATION 2 Scope Drilling and Sampling Procedures 3 Field Tests and Measurements 4 LABORATORY TESTING PROGRAM 4 SUBSURFACE CONDITIONS 5 General 5 Soil Conditions 5 Groundwater Conditions 6 SULFATE CONCENTRATIONS 6 Chemical Attack Potential for Degradation of Concrete 6 Lime in Sulfate Bearing Soils 7 Analytical Test Results 8 PAVEMENT RECOMMENDATIONS 8 Project Description 8 Pavement Design Discussion 9 Rigid Pavement Apron Recommendations l0 Pavement Material Specifications 10 CONSTRUCTION CONSIDERATIONS 11 Excavations I l Earthwork Acceptance 12 Drainage 12 GENERAL COMMENTS 13 APPENDIX Boring Location Plans Boring Logs B-01 through B-11 Dry Density vs. Moisture Content Graphs CBR vs. Density Graphs Analytical Report Key to Soil Classifications and Symbols December 18, 2012 KSA Engineers, Inc. RETL Project No.: GI 12217 PROPOSED EAST GENERAL AVIATION APRON Corpus Christi International Airport Corpus Christi Texas INTRODUCTION This report presents the results of a subsurface exploration and pavement evaluation for the proposed East General Aviation Apron project at the Corpus Christi International Airport located in Corpus Christi, Texas. This study was conducted for KSA Engineering, Inc. Authorization The work for this project was performed in accordance with RETL Proposal No. P081012B dated August 10, 2012. The proposal contained a proposed scope of work, estimated fee and limitations. The proposal was incorporated into a KSA Engineering, Inc. Agreement Between Engineer and Geotechnical Engineer for Professional Services which was fully executed returned to RETL via U.S. Mail. Purpose and Scope The purpose of this subsurface exploration was to identify and evaluate the existing subgrade soil conditions at the site, and to provide preliminary recommendations for pavement sections suitable for the proposed project to be evaluated and finalized by the Airport Engineer. The scope of the subsurface exploration and analysis included drilling test borings, performing laboratory testing, performing engineering analysis on the subsurface soil materials, provision of preliminary pavement recommendations, and preparation of this report. The scope of services did not include an environmental assessment. Any statements in this report, or on the boring logs, regarding odors, colors, unusual or suspicious items or conditions are strictly for the information of the client. General The exploration and analysis of the subsurface conditions reported herein are considered sufficient in detail and scope to form a reasonable basis for the preliminary pavement designs. The recommendations submitted for the proposed project are based on the available soil information and the project details provided by KSA Engineering, Inc. If additional parameters are needed to complete the final design of the pavements by the Airport Engineer. RETL will provide this information as a supplement to this report. I of 13 December 18, 2012 KSA Engineers, Inc. RETL Project No.: GI I ,,I7 PROPOSED EAST GENERAL AVIATION APRON Corpus Christi International Airport Corpus Christi Texas The Geotechnical Engineer states that the findings, preliminary recommendations, specifications, or professional advice contained herein have been presented after being prepared in a manner consistent with that level of care and skill ordinarily exercised by reputable members of the Geotechnical Engineer's profession practicing contemporaneously under similar conditions in the locality of the project. No other representations are expressed or implied, and no warranty or guarantee is included or intended. RETL operates in general accordance with "Standard Practice for Minimum Requirements for Agencies Engaged in the Testing and/or Inspection of soil and Rock cis Used in Engineering Design and Construction", (ASTM D3740) and is AASHTO certified in various soil testing applications. No other representations are expressed or implied, and no warranty or guarantee is included or intended. This report has been prepared for the exclusive use of KSA Engineering, Inc. for the specific application to the proposed East General Aviation Apron project at the Corpus Christi International Airport located in Corpus Christi, Texas. FIELD EXPLORATION Scope The field exploration, to identify and evaluate the engineering characteristics of the subgrade materials included reconnaissance of the project site, drilling 11 test borings and recovering disturbed split spoon soil samples and relatively undisturbed Shelby tube soil samples. During the sample recovery operations the soils encountered were classified and recorded on boring logs in accordance with "Standard Guide for Field Logging of Subsurface Exploration of Soil and Rock, (ASTM D5434)." All of the boring locations were recorded using a commercially available Gamin handheld GPS which uses WGS 84 map datum. The GPS coordinates of the borings are provided in the following table. 2 of 13 December 18, 2012 KSA Engineers, Inc. RETL Project No.: G 1 12217 PROPOSED EAST GENERAL AVIATION APRON Corpus Christi International Airport Corpus Christi Texas BORING SUMMARY BORING IDENTIFICATION BORING DEPTH GPS COORDINATES B-01 10' N 27° 46.397' W 97° 29.997' B-02 10' N 27° 46.396' W 97° 29.958' B-03 10' N 27° 46.440' W 97° 29.976' B-04 10' N 27° 46.482' W 97° 29.997' B-05 10' N 27° 46.487 W 97° 29.960' B-06 10' N 27° 46.522' W 97° 29.977' B-07 10' N 27° 46.565' W 97° 30.003' 13-08 10' N 27° 46.567' W 97° 29.962' B-09 10' N 27° 46.607' W 97° 29.982' B-10 10' N 27° 46.652' W 97° 30.006' B -I I 10' N 27° 46.650' W 97° 29.963' The borings were drilled to depths of 10 -feet within the footprint of the existing general aviation apron area. Mr. Robert C. Jutton, P.E. of KSA Engineers Inc. determined the number, depth and location of the borings. Upon completion of the drilling operations, the drill holes were backfilled with excavated soil, surface patches installed, and the pavement areas cleaned. A Boring Location Plan, which is a reproduction of a drawing provided to RETL by KSA Engineers Inc., is provided in the Appendix of this report. Drilling and Sampling Procedures The borings were performed using a drilling rig equipped with a rotary head turning hollow stern augers to advance the boreholes. Disturbed soil samples were obtained employing split -barrel sampling procedures in general accordance with the procedures for, "Penetration Test and Split - Barrel Sampling of Soils, (ASTM D1586)." Undisturbed soil samples were obtained using thin- walled tube sampling procedures in accordance with "Thin Walled Tube Sampling of Soils, (ASTM D1587)." The samples obtained by this procedure were extruded by hydraulic ram and classified in the field. All of the soil samples obtained were placed in plastic bags, marked according to boring number, depth and any other pertinent field data, stored in special containers and delivered to the laboratory for testing. 3 of 13 December 18, 2012 KSA Engineers, Inc. RETL Project No.: G 1 12217 Field Tests and Measurements PROPOSED EAST GENERAL AVIATION APRON Corpus Christi International Airport Corpus Christi Texas Penetration Tests - During the sampling procedures, standard penetration tests (SPT) were performed to obtain the standard penetration value of the soil at selected intervals. The standard penetration value (N) is defined as the number of blows of a 140 -pound hammer, falling 30 - inches, required to advance the split -barrel sampler 1 -foot into the soil. The sampler is lowered to the bottom of the previously cleaned drill hole and advanced by blows from the hammer. The number of blows is recorded for each of three successive 6 -inch penetrations. The "N" value is obtained by adding the second and third 6 -inch increment number of blows. The results of standard penetration tests indicate the relative density of cohesionless soils and comparative consistency of cohesive soils, thereby providing a basis for estimating the relative strength and compressibility of the soil profile components. Water Level Observations - Water level observations were obtained during the test boring operations and are noted on the boring logs provided in the Appendix. In relatively pervious soils, such as sandy soils, the indicated depths are usually reliable groundwater levels. In relatively impervious soils, a suitable estimate of the groundwater depth may not be possible, even after several days of observation. Seasonal variations, temperature, land -use, proximity to a creek, river, lake or bay and recent rainfall conditions may influence the depth to the groundwater. The amount of water in open boreholes largely depends on the permeability of the soils encountered at the boring locations: Ground Surface Elevations — The ground surface elevations were not provided at the boring locations. Therefore, all depths referred to in this report are from the actual ground surface elevations at the boring locations during the time of our field investigation. LABORATORY TESTING PROGRAM In addition to the field investigation, a laboratory -testing program was conducted to determine additional pertinent engineering characteristics of the subsurface materials necessary in developing the pavement recommendations. The laboratory -testing program included supplementary visual classification (ASTM D2487) on all samples. In addition, selected samples were subjected to water content tests (ASTM D2216); Dry Unit Weight Determinations (ASTM D2937), Atterberg limits tests (ASTM D 4318), percent material finer than the #200 sieve tests (ASTM D l 140), California Bearing Ratio Tests (CBR) (ASTM D1883), Standard Effort Compaction Proctor Tests (ASTM D698) and Sulfate Analysis in Soils (ASTM D1580). The shear strengths of cohesive soil samples were evaluated from unconfined compressive strength tests (ASTM D2166). Estimated soil strengths were obtained using a hand penetrometer. 4 of 13 December 18, 2012 KSA Engineers, Inc. RETL Project No.: G 112217 PROPOSED EAST GENERAL AVIATION APRON Corpus Christi International Airport Corpus Christi Texas All phases of the laboratory -testing program were conducted in general accordance with applicable ASTM Specifications. The results of these tests are to be found on the accompanying boring logs or graphs provided in the Appendix. SUBSURFACE CONDITIONS General The types of subgrade soils encountered in the test borings have been visually classified and are described in detail on the boring logs. The results of the pocket penetrometer values, standard penetration tests, strength tests, and laboratory tests are presented on the boring logs in numerical form. Representative samples of the soil were placed in polyethylene bags and are now stored in the laboratory for further analysis, if desired. Unless notified to the contrary, all samples will be disposed of three months after issuance of this report. The stratification of the subgrade soil, as shown on the boring logs, represents the conditions at the actual boring locations. Variations may occur between, or beyond, the boring locations. Lines of demarcation on the boring logs represent the approximate boundary between different soil types, but the transition may be gradual, or not clearly defined. It should be noted that, whereas the test borings were drilled and sampled by experienced technicians, it is sometimes difficult to record changes in stratification within narrow limits. In the absence of foreign substances, it is also difficult to distinguish between discolored soils and clean soil fill. Soil Conditions The generalized soil conditions encountered at the project site have been summarized and soil properties including soil classification, strength and plasticity are provided in the following table: Soil Profile Table (B-01, B-02, B-08, B-10, B-11) D GENERALIZED SOIL DESCRIPTION LL PI C Y, -#200 P N 0-0.8 HMAC No Applicable 0.8-3 CLAYEY Sand -- -- 3000 0 120 -• -- 27-43 3-10 Fai CLAY 73-90 49-61 1800 0 120 85 1.5-4.25 -- 5 of 13 December 18, 2012 KSA Engineers, Inc. RETL Project No.: G 1 12217 PROPOSED EAST GENERAL AVIATION APRON Corpus Christi Internallona) Airport Corpus Christi Texas Soil Profile Table (B-03, B-04, B-05, B-06, B-07, B-09) D GENERALIZED SOIL DESCRIPTION LL PI C Y, -#200 P N r 0-0.8 HMAC Not Applicable 0.8-3 Poorly Graded SAND &Silty SAND NP NP 0 34 115 10-19 -17-3 6 3-10 Fat CLAY -- -- 2000 0 120 72-85 1.75-3.5 -- Where: D = Depth in feet below existing grade LL = Liquid limit (%) PI = Plasticity index C = Soil Cohesion, psf (undrained) = Angle of Internal Friction, deg. (undrained) y, = Effective soil unit weight, pcf -#200 = Material passing #200 sieve, P = Pocket penetrometer value range, tsf N= Standard penetration tests range, blows per foot NP= Non -plastic Detailed descriptions of the pavement and subsurface soils are provided on the boring logs located in the Appendix. Groundwater Conditions Groundwater was not encountered during the drilling operations nor measured in the borings upon completion of the drilling operations. Based on observations made in the field and moisture contents obtained in the laboratory, it appears that the natural static groundwater at this site during the time of our field investigation is below 10 -feet, the termination depths of the borings. It should be noted that water levels in open boreholes may require several hours to several days to stabilize depending on the permeability of the soils and that groundwater levels or zones of seepage may be subject to seasonal conditions, recent rainfall, drought or temperature effects. SULFATE CONCENTRATIONS Chemical Attack Potential for Degradation of Concrete The concentration of water-soluble sulfates is considered to be a good indicator of the potential for chemical attack on concrete. Based on ACI Manual of Concrete Practice (ACI 201.2R-10) or (ACI 318/318R-33), the amount of water soluble sulfate in soil can be used to evaluate the need for protection of concrete based values provided in the table presented below. 6 of 13 December 18, 2012 KSA Engineers, Inc. RETL Project No.: G 1 12217 PROPOSED EAST GENERAL AVIATION APRON Corpus Christi International Airport Corpus Christi Texas Water Soluble Sulfate in Soil (percent by weight) Sulfate Exposure 0.0 to 0.10 Negligible or Class 0 Exposure 0.10 to 0.20 Moderate or Class I Exposure 0.20 to 2.00 Severe or Class 2 Exposure Over 2.00 Very Severe or Class 3 Exposure Lime in Sulfate Bearing Soils hi the vicinity of the proposed project within the Corpus Christi area problems associated with sulfate bearing soils and lime stabilization has not generally been a concern. The limits below provide levels of sulfate in soils and the potential problem associated with the different levels of soluble sulfates: • Sulfate Level Too Low to be of Concern — if total level of soluble sulfates is below 0.3 - percent, or 3,000 parts per million (ppm), by weight of soil, then lime stabilization should not be of significant concern. • Sulfate Levels of Moderate Risk — Total soluble sulfate levels of between 0.3 -percent (3,000 ppm) and 0.5 -percent (5,000 ppm) are of moderate concern. Generally, these sulfate levels do not result in harmful disruption, but on occasions have caused localized distress. The potential for some localized distress is a "fact of live" with sulfate levels in this range. • Sulfate Levels of Moderate to High Risk — Total soluble sulfate levels between 0.5-pecent (5,000 ppm) and 0.8 -percent (8,000 ppm) represent moderate to high risk. These soils can and have been successfully treated but require very close attention to construction technique. • Sulfate Levels of High and Unacceptable Risk - Total soluble sulfate levels greater than 0.8 -percent (8,000 ppm) represent high risk to stabilize with lime. Treatment of high sulfate soils requires lime slurry, mixing, mellowing, curing water contents of 3 -percent to 5 -percent above optimum for compaction and may require an extended mellowing period of longer than 72 -hours. The required mellowing period may be as long as 7 -days during which monitoring of density is recommended. For areas with moderate to high risk double application of lime may be effective in successfully treating high sulfate soils. Water is the most important component of the equation. Adequate water must be supplied throughout the stabilization construction process to force formation of the minerals with very large expansion potential prior to final compaction of the lime stabilized soils. 7 of 13 December 18, 2012 KSA Engineers, Inc. RETL Project No.: G 1 12217 Analytical Test Results PROPOSED EAST GENERAL AVIATION APRON Corpus Christi Intemalional Airport Corpus Christi Texas Boring No. Depth (ft) Sulfate Concentration mg/kg percent by weight B -0I 3.5-5 450 0.045 B-02 6-7.5 1500 0.15 B-03 8.5-10 22000 2.2 B-04 1-2.5 190 0.019 B-05 6-7.5 13000 1.3 B-06 3.5-5 1000 0.1 B-07 1-2.5 180 0.018 B-08 6-7.5 8300 0.83 B-09 1-2.5 170 0.017 B-10 3.5-5 980 0.098 B-1 1 8.5-10 1800 0.18 The sulfates test results above indicate an average of 0.45 -percent sulfate with a high value of 2,2 -percent sulfate by weight. The average values are in the severe or Class 2 exposure category indicating that the water-soluble sulfates in soils at this site will have a significant effect on concrete degradation and appear to pose a moderate concern for lime stabilization. It should be noted, that if sulfates are a concern, that a low water to cement ratio (about 0.4) should be used in addition to maintaining proper concrete cover over reinforcing steel. Other methods to defend against sulfate attack may be warranted if it is deemed the above results constitute a concern or a severe environment. PAVEMENT RECOMMENDATIONS Project Description Based on information provided to RETL, the project will include the construction of a concrete apron. It is understood that the existing Hot Mix Asphaltic Concrete (HMAC) apron will be removed from the project site. The proposed concrete apron will be constructed within the footprint of the excising HMAC apron. 8 of 13 December 18, 2012 KSA Engineers, Inc. RETL Project No.: G 112217 Pavement Design Discussion PROPOSED EAST GENERAL AVIATION APRON Corpus Christi Inlernalional Airport Corpus Christi Texas in designing pavements, the existing subgrade conditions must be considered together with the expected use and loading conditions. The conditions that influence aircraft pavement design include strength of the subgrade soils, frequency of aircraft and their takeoff and landing weight and axle configuration, desired pavement life in years, and the availability of suitable materials to be used in the construction of the pavement and their relative costs and engineering properties. Specific laboratory testing to define the subgrade strength was performed for this analysis. The result of the CBR on samples of the fat clay subgrade soils obtained was approximately 2.0. RETL used the following pavement design parameters for the pavement designs. PAVEMENT DESIGN PARAMETER DESIGN VALUE Clay Subgrade Design CBR 2.0 Clay Subgrade Modulus of Subgrade Reaction (k) 35.0 pci* Number of Departures and Aircraft Mix See Below Design Life 20 years *Determined using empirical data. The aircraft types and annual departures for the following airplane mix to be used in the design of the rigid pavement were provided to RETL by KSA Engineers, lnc.: AIRCRAFT ANNUAL DEPARTURES MAX TAKEOFF WEIGHT (lbs) GEAR CONFIGURATION C-130 6 155,000 Single Tandem B 737-900 ER 4 188,200 Dual A 320-200 Twin Opt 6 172,842 Dual DC 9-51 6 122,000 Dual B 707-320C 6 336,000 Dual Tandem DC 9-32 6 109,000 Dual 9 of 13 December 18, 2012 KSA Engineers, Inc. RETL Project No.: G 1 12217 Rigid Pavement Apron Recommendations PROPOSED EAST GENERAL AVIATION APRON Corpus Christi International Airport Corpus Christi Texas RIGID PAVEMENT APRON SECTION Pavement Constituent Option No. 1 Option No. 2 Option No. 3 PCC Surface (FAA P-50 I) 16" 14" 14" Base Material (FAA P-209) -- 22" -- Compacted Existing Fill Material -- -- 12" Compacted Lime Stabilized Subgrade (93% compaction) 8 Compacted General Fill 12" -- -- All of the pavement options provided in the table above will require the removal of the existing pavement constituents. Option No. I and Option No. 2 will require that all existing fill material be removed to natural in situ soils, approximately 3 -feet below the existing top of pavement elevation at the time of our field investigation. It should be noted that section of Option No. 3 may require special provisions to assist in drainage. The existing sand fill may provide sufficient opportunity for moisture to collect under the concrete apron saturating the subgrade clay soils. A below grade water collection system may be required to assist in the removal of any moisture entering the sand fill material. After all surface organics, soils and deleterious materials have been removed to the desired subgrade elevation; the upper 1 -foot of the exposed raw subgrade, or existing fill material shall be compacted to a minimum of 95 -percent of the maximum dry density, as determined by the standard Proctor (ASTM D698), and at, or above the optimum moisture content. Any soft areas identified shall be removed and properly compacted in place. Once the subgrade preparations are complete the pavement constituents for the chosen pavement option shall be placed in sufficient quantities using density and moisture control in accordance with the "Pavement Material Specifications" portion of this report. Pavement Material Specifications General Site Fill - General site fill can utilize soils from the jobsite in an effort to maintain a balanced site. General site fill obtained from an offsite borrow source shall have a maximum liquid limit (LL) of 60 and maximum plasticity index (PI) of 40. 10 of 13 December 18, 2012 KSA Engineers, Inc. RETL Project No.: G 1 12217 PROPOSED EAST GENERAL AVIATION APRON Corpus Christi International Airport Corpus Christi Texas General site fill should be placed in no greater than 12 -inch thick loose lifts and then compacted to a minimum density of 95 percent of the maximum dry density as determined by the standard Proctor (ASTM D 698) and at, or above, the optimum moisture content resulting in compacted lifts on the order of 8 to 10 -inches. If compaction cannot be achieved uniformly throughout the lift then the thickness of the loose lift shall be reduced in order for the contractor's equipment to achieve the desired density. The fill soils shall be clean and absent of organics and other deleterious materials. Lime Stabilized Subgrade — After the desired subgrade elevation has been achieved in new pavement areas, the exposed lime stabilization of the subgrade soils shall be in accordance with FAA Specification P-155. The lime stabilized subgrade shall be compacted to a minimum density of 93% of the maximum dry unit weight as determined by a standard Proctor test (ASTM D698) and the moisture content shall be between the optimum moisture content to 2 -percent greater. It is estimated (for bidding purposes) that lime shall be added at a rate of 7 to 8 -percent based on the maximum dry unit weight of the raw subgrade soils as determined by the standard Proctor, (ASTM D698). However, it should be noted that, AC 150/5370-10E (Standards for Specifying Construction of Airports) requires that the actual lime content should be sufficient to lower the Liquid Limit to less than 30 and the Plasticity Index to less than 10, Aggregate Base Material — Aggregate base materials should meet the minimum physical requirements set forth in FAA Specification P-209. The base material should be placed in maximum 8 -inch thick loose lifts and compacted to a minimum density of 100% of the maximum dry density as determined by the modified Proctor test (ASTM D1557) and within 2% of the optimum moisture content. The equivalent aggregate base material available in the project area is typically a TxDOT Item 247, Type A, Grade 1 crushed limestone material. Portland Cement Concrete — Pavement composed of Portland cement concrete should meet the minimum physical requirements and be placed in accordance with FAA Specification P-501. CONSTRUCTION CONSIDERATIONS Excavations The contractor is solely responsible for designing and constructing stable, temporary excavations and should shore, slope or bench the sides of the excavations as required to maintain stability of both the excavation sides and bottom. All excavations should comply with applicable local, state and federal safety regulations including the current OSHA Excavation and Trench Safety Standards. We are providing this information solely as a service to our client. Under no circumstances should the information provided herein be interpreted to mean that RETL is assuming responsibility for construction site safety or the contractor's activities; such responsibility is not being implied and should not be inferred. 11 of13 December 18, 2012 KSA Engineers, Inc. RETL Project No.: G 1 12217 PROPOSED EAST GENERAL AVIATION APRON Corpus Christi Inlernalional Airport Corpus Christi Texas In no case should slope height, slope inclination or excavation depth, including utility trench excavation depth, exceed those specified in local, state. and federal safety regulations. Specifically, the current OSHA Health and Safety Standards for Excavations, 29 CFR Part 1926 should be followed. It is our understanding that these regulations are being strictly enforced and if they are not closely followed, the owner and the contractor could be liable for substantial penalties. The contractor's "competent person", as defined in 29 CFR Part 1926, should evaluate the soil exposed in the excavations as part of the contractor's safety procedures. For excavations, including a trench, extending to a depth of more than 20 -feet, it will be necessary to have the side slopes designed by a Professional Engineer licensed in the State of Texas. The contractor's "competent person" should establish a minimum lateral distance from the crest of the slope for all vehicles and spoil piles. Likewise, the contractor's "responsible person" should establish protective measures for exposed slope faces. Earthwork Acceptance Exposure to the environment may weaken the subgrade soils and aggregate base materials if excavations remain open for long periods of time. Therefore, it is recommended that the subgrade be extended to final grade and the pavements be constructed as soon as possible to minimize potential damage to the bearing soils. The subgrade bearing level should be free of loose or soft soil, ponded water or debris and should be observed by the Geotechnical Engineer, or his designated representative. The Geotechnical Engineer, or his designated representative, should approve the condition of the exposed subgrade and monitor the placement of all new base material. As a guideline, a minimum of one in-place density test should be performed on the subgrade and each lift of base material for each 5,000 square feet of pavement. Any areas not meeting the required compaction should be recompacted and retested until compliance is met. Drainage Proper drainage is very important to achieve the desired performance from asphalt and concrete pavements. RETL has assumed that good drainage will be incorporated into the pavement construction project and the pavements will be fast draining and puddle free. Low or flat areas in pavements allow standing water and quick deterioration of the pavement primarily due to saturation of the underlying base materials and subgrade soils. 12 of 13 December 18, 2012 KSA Engineers, Inc. RETL Project No.: G 112217 PROPOSED EAST GENERAL AVIATION APRON Corpus Christi International Airport Corpus Christi Texas GENERAL COMMENTS If there are any revisions to the plans for the proposed project, or if deviations from the subsurface conditions noted in this report are encountered during construction, RETL should be retained to determine if changes in the recommendations are required. If RETL is not retained to perform these functions, RETL will not be responsible for the impact of those conditions on the performance of the project. It is recommended that the services of RETL be retained to provide observation and testing during the construction of the project in order to verify that the soils are consistent with those encountered by the borings and the new pavement materials meet the specification requirements. RETL cannot accept any responsibility for any conditions that deviate from those described in this report, nor for the performance of the project if not engaged to also provide construction observation and testing. If it is required for RETL to accept any liability, then RETL must agree with the plans and perform such observation during construction as we recommend. All sheeting, shoring, and bracing of trenches, pits and excavations should be made the responsibility of the contractor and should comply with all current and applicable local, state and federal safety codes, regulations and practices, including the Occupational Safety and Health Administration. 13 of 13 APPENDIX December 18, 2012 KSA Engineers, Inc. RETL Project No.: G112217 BORING LOCATION PLAN NO SCALE PROPOSED EAST GENERAL AVIATION APRON Corpus Christi International Airport Corpus Christi, Texas ROCK ENGINEERING AND TESTING LABORATORY, INC_ 6817 LEOPARD STREET CORPUS CHRISTI, TX 78409 (361) 883-4555 LOG OF BORING B-01 SHEET 1 of 1 Rock Engineering & Testing Lab., Inc. 1 OC 6817 Leopard Street Corpus Christi, Texas 78409 FaxTel:(361)88hone: 83-47883-4555 11 CLIENT: KSA Engineers, Inc. PROJECT: Prop. East General Aviation Apron LOCATION: CC International Airport; Corps Christi, TX P P NUMBER: G112217 DATE(S) DRILLED: 10/04/12 - 10/04/12 FIELD DATA LABORATORY DATA DRILLING METHOD(S): HoNow Slem Auger SOIL SYMBOL DEPTH (FT) SAMPLE NUMBER �AMPLES N: BLOWS/FT P: TONS/SQ FT T: TONS/SO FT PERCENT RECOVERY/ ROCK QUALITY DESIGNATION MOISTURE CONTENT (%) ATTERSERG LIMITS DRY DENSITY POUNDS/C U.FT COMPRESSIVE STRENGTH (TONS/SQ FT) MINUS NO. 200 SIEVE (%) LIQUID LIMIT PLASTIC LIMIT PLASTICITY INDEX GROUNDWATER INFORMATION: Groundwaler (GW) was nol encountered during the drilling operalions. Dry and open upon complelion of the drWNing operallons. SURFACE ELEVATION: N/A LL PL PI DESCRIPTION OF STRATUM . - 4 !f !0 00 r -" 08. ,,x, 74 40. 1 - 2 - 3 _ 4 5 6 9 - SS S-1 S 2 SH S3 SHp= S-4 ASPHALT (11,75"1 N= 42 7 CLAYEY SAND with calcareous deposits and shell fragments, brown and gray. dry. hard. possible fill. Sand seam encountered. Presence of lime was not indicated using phenolphthalein, a lime indicating solution. P= 1.5 P= 2.0 2.0 32 31 29 90 29 61 90 1.4 74 FAT CLAY, with sand and calcareous deposits, dark gray, moist, stiff. (CH) Same as above, gray and brown. Same as above. 10 - N - STANDARD P - POCKET T- POCKET Boring was terminated at a depth of 10 -feet. PENETRATION TEST RESISTANCE PENETROMETER RESISTANCE TORVANE SHEAR STRENGTH REMARKS: Boring deplh and tocalion was delermined by represenlalives of KSA Engineers, Inc. Boring operalions were performed by RETL al GPS Coord. N 27°46.397 W 97' 29.997'. LOG OF BORING B-02 SHEET 1 of 1 Rock Engineering & Testing Lab., Inc. 6817 Leopard Street Corpus Christi, Texas 78409 Telephone: (361) 883-4555 Fax: (361) 883-4711 CLIENT: KSA Engineers, Inc. PROJECT: Prop. East General Aviation Apron LOCATION: CC International Airport; Corpus Christi, TX NUMBER: G112217 DATE(S) DRILLED: 10/04/12 - 10/04/12 FIELD DATA LABORATORY DATA SOIL SYMBOL I a. a. w 0 SAMPLE NUMBER w d i¢ 0 MOISTURE CONTENT (%) A LIQUID LIMIT TTERBERG LIMITS x ~ z J U U a. o. o. PI PLASTIC LIMIT PL DRY DENSITY POUNDS/CU.FT MINUS NO. 200 SIEVE (%) DRILLING METHOD(S): HoNow Slem Auger GROUNDWATER INFORMATION: Groundwaler (GW) was nol encounlered during the drilling operallons. Dry and open upon complelion of the drlming operallons. SURFACE ELEVATION: N/A DESCRIPTION OF STRATUM 3 5 - 8 - 9 10 - Li w z w w N 0 0 N - STANDARD PENE P - POCKET PENETR T - POCKET TORVAN 0 SS S-1 SH S-2 SH S-3 SH S-4 ASPHALT (11.501 N= 43 8 CLAYEY SAND, with calcareous deposits and shell fragments, brown and gray, dry, hard, possible fill. Sand seam encountered. Presence of lime was not indicated using phenolphthalein, a lime indicating solution. P= 2.25 P= 1.75 P= 2.5 29 30 28 81 26 55 94 1.3 93 FAT CLAY, with calcareous deposits, dark gray, moist, stiff. Same as above, reddish brown and greenish gray. (CH) Same as above. Boring was terminated at a depth of 10 -feet. TRATION 0 METER E SHEAR TES RESI T RE TSTA ENG SIST NCE TH ANCE REMARKS: Boring deplh and localion was delermined by represenlalives of KSA Engineers, Inc. Boring operations were performed by RETL al GPS Coord. N 27° 46.396' W 97° 29.958'. ce a w W z w cn N w W n_ 0 0 2 0 6 LOG OF BORING B-03 SHEET 1 of 1 a��° $ `��e FST Rock Engineering & Testing Lab., Inc. tG' /.i.° Corp Leopard Street ,a OC 7.,Corpus Christi, Texas 78409 Telephone 8361)883-4555 83-4711 9` "'c° CLIENT: KSA Engineers, Inc. PROJECT: Prop. East General Aviation Apron LOCATION: CC International Airport; Corpus Christi, TX P P NUMBER: G112217 DATE(S) DRILLED: 10/04/12 - 10/04/12 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Hollow Slem Auger SOIL SYMBOL DEPTH (FT) _ _ SAMPLE NUMBER SAMPLES N: BLOWS/FT P: TONS/SO FT T:TONS/SQ FT PERCENT RECOVERY/ ROCK QUALITY DESIGNATION MOISTURE CONTENT (%) ATTERBERG LIMITS DRY DENSITY POUNDS/CU.FT COMPRESSIVE STRENGTH (TONS/SQ FT) MINUS NO. 200 SIEVE (%) LIQUID LIMIT PLASTIC LIMIT /PLASTICITY INDEX GROUNDWATER INFORMATION: Groundwaler (GW) was nol encountered during the drilling operallons. Dry and open upon completion of the drilling operalions. SURFACE ELEVATION: N/A LL PL PI DESCRIPTION OF STRATUM :❖ '.'+' .SS ±��: y.,.: iii ":iii ii." /// / .. / s'• 1 2 _ 3 4 5 g _ 9 - S-1 SH S-2 SH S-3 SH S-4 ASPHALT (9.501 N= 25 8 POORLY GRADED SAND with shell fragments, brown and gray, dry, medium, possible fill. Clay seam encountered. Presence of lime was not indicated using phenolphthalein, a lime indicating solution. P= 3.25 P= 2.5 P= 3.0 30 31 30 71 23 48 1313 1.0 72 FAT CLAY, with sand and calcareous deposits, dark gray, moist, very stiff. Same as above, gray and brown, stiff. Same as above, verystiff. (CH) 10 N - STANDARD P -POCKET T - POCKET Boring was terminated at a depth of 10 -feet. PENETRATION TEST RESISTANCE PENETROMETER RESISTANCE TORVANE SHEAR STRENGTH REMARKS: Boring depth and localion was delermined by represenlalives of KSA Engineers, Inc. Boring operations were performed by RETL al GPS Coord. N 27°46.440' W 97° 29.976'. LOG OF BORING B-04 SHEET 1 of 1 �`�G d r AG`a�� sT�h 6817 LeRock opaed StreetTesting Lab., Inc. Corpus Christi. Texas 78409 10� (IC ;--100 Telephone: (361) 883-4555 q -r Fax: (361) 883-4711 g` CLIENT: KSA Engineers, Inc. PROJECT' Prop. East General Aviation Apron LOCATION: CC International Airport; Corpus Christi, TX NUMBER: G112217 DATE(S) DRILLED: 10/04/12 - 10/04/12 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Hollow Slam Auger SOIL SYMBOL DEPTH (FT) SAMPLE NUMBER SAMPLES N: BLOWS/FT P: TONS/SQ FT T' TONS/SO FT PERCENT RECOVERY/ ROCK QUALITY DESIGNATION MOISTURE CONTENT (%) ATTERBERG LIMITS DRY DENSITY POUNDS/CU.FT COMPRESSIVE STRENGTH (TONS/SO FT) MINUS NO. 200 SIEVE (%) LIQUID LIMIT PLASTIC LIMIT PLASTICITY INDEX GROUNDWATER INFORMATION: Groundwater (GW) was nol encountered during the drilling operalions. Dry and open upon completion of the driling operations. SURFACE ELEVATION: N/A LL PL PI DESCRIPTION OF STRATUM +r'*4 �+* 4• #1, 1 2 3 - 5 - 7 - 8 - 9 10 N - STANDARD P - POCKET T - POCKET ss S-1 SH S-2 SH S3 SH S-4 ASPHALT (9,001 N= 22 7 NP NP NP 10 POORLY GRADED SAND with silt and shell fragments, brown and gray, dry, medium, possible fill. (SP -SM) Clay seam encountered. Presence of lime was not indicated using phenolphthalein, a lime indicating solution. P= 2.5 P= 2.0 P= 2.5 35 33 32 95 1.2 FAT CLAY with calcareous deposits, dark gray, moist, stiff. Same as above, brown and gray. Same as above, reddish brown and gray. Boring was terminated at a depth of 10 -feet. PENETRATION TEST RESISTANCE PENETROMETER RESISTANCE TORVANE SHEAR STRENGTH REMARKS: Boring depth and bcationwas delerminedbyrepresentalivesofKSA Engineers. Inc. Boring operations were performed by RETL al GPS Coord. N 27° 46.452' W 97° 29.997'. c a. c7 w w w W QN ty 0 0 z 0 0 LOG OF BORING B-05 SHEET 1 of 1 G t-t�� TF4. Rock Engineering & Testing Lab., Inc. ec'} HQ 6817 Leopard Street Corpus Christi, Texas 78409 <�o 0�, ,O Telephone: (361) 883-4555 Ryro Ivo Fax: (361) 883-4711 ` ``'� CLIENT: KSA Engineers, Inc, PROJECT: Prop. East General Aviation Apron LOCATION: CC International Air ort; Corpus Christi, TX P P NUMBER: G112217 DATE(SZDRILLED: 10/04/12- 10/04/12 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Hollow Slem Auger SOIL SYMBOL DEPTH (FT) SAMPLE NUMBER SAMPLES N: BLOWS/FT P: TONS/SO FT T: TONS/SO FT PERCENT RECOVERY/ ROCK OUAUTY DESIGNATION MOISTURE CONTENT (%) ATTERBERG LIMITS DRY DENSITY POUNDS/C U.FT COMPRESSIVE STRENGTH (TONS/SO FT) MINUS NO. 200 SIEVE (%) LIQUID LIMIT PLASTIC LIMIT x p z U H cal GROUNDWATER INFORMATION: Groundwaler (GW) was nol encounlered during the drilling operations. Dry and open upon complelion of the driling operalions. SURFACE ELEVATION: N/A LL PL PI DESCRIPTION OF STRATUM `;:;: :: .•. • :1:40. 4,,,, rI/� �rj� /, �� 0 A J 1 - 2 - 3 - 4 5 - 6 7 - 8 9 ss S-1 SH S-2 SH S-3 SH S-4 ASPHALT (11.251 N= 36 7 POORLY GRADED SAND with shell fragments, brown and gray, dry, dense, possible fill. Clay seam encountered. Presence of lime was not indicated using phenolphthalein, a lime indicating solution. P= 2.25 P= 3.0: Tv= 1.375 P= 2.5 32 28 29 59 23 36 82 FAT CLAY with sand and calcareous deposits, dark gray and brown, moist, stiff. Same as above, reddish brown and gray, very stiff. (CH) Same as above, stiff. 10 - - STANDARD P - POCKET T - POCKET Boring was terminated at a depth of 10 -feet. —N PENETRATION TEST RESISTANCE PENETROMETER RESISTANCE TORVANE SHEAR STRENGTH REMARKS: Boring depth and localion was determined by representatives of KSA Engineers, Inc, Boring operalions were performed by RETL al GPS Coord. N 27° 46,482' W 97° 29.960'. Tv= 1.375 1st: C= 2.750 psf LOG OF BORING G112217 EAST GENERAL.GPJ ROCK ETL GDT LOG OF BORING B-06 Rock Engineering & Testing Lab., Inc. 6817 Leopard Street Corpus Christi, Texas 78409 Telephone: (361) 883 4555 Fax: (361) 883-4711 CLIENT: KSA Engineers, Inc. PROJECT: Prop. East General Aviation Apron LOCATION: CC International Airport; Corps Christi, TX p p NUMBER: G112217 DATE(S) DRILLED: 10/04/12 - 10/04/12 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Hollow Slem Auger ISOIL SYMBOL DEPTH (FT) SAMPLE NUMBER SAMPLES N: BLOWS/FT P: TONS/SO FT T: TONS/SO FT PERCENT RECOVERY/ ROCK QUALITY DESIGNATION MOISTURE CONTENT (9%) AT1ERBERG IMIT$ DRY DENSITY POUNDS/CU.FT COMPRESSIVE STRENGTH (TONS/SO FT) MINUS NO. 200 SIEVE (%) ~ 2 J in (PLASTIC LIMIT PLASTICITY INDEX GROUNDWATER INFORMATION: Groundwater (GW) was nol encounlered during the driling operallons. Dry and open upon completion of the drilling operalions. SURFACE ELEVATION: N/A LL PL PI DESCRIPTION OF STRATUM *«, w,s *• 4�M4, 1 - 2 .{ 3 - 4 5 - 7 - 8 - 9 ss S-1 SHpa S-2 SHp= S-3 SHp= S-4 ASPHALT 19.50"1 N= 26 9 POORLY GRADED SAND with shell fragments, brown and gray, dry, medium, possible fill. Clay seam encountered. Presence of lime was not indicated using phenolphthalein, a lime indicating solution, 3.5: Tv= 1.75 3.0 2.0 31 31 22 71 25 46 85 FAT CLAY with sand and calcareous deposits, dark gray, moist, very stiff. (CH) Same as above, with gypsum, reddish brown and gray. Same as above, dry, stiff. 10 N - STANDARD P POCKET T - POCKET Boring was terminated at a depth of 10 -feet, PENETRATION TEST RESISTANCE PENETROMETER RESISTANCE TORVANE SHEAR STRENGTH REMARKS: Boring depth and location wes determined by represenlatives of KSA Engineers, Inc. Boring operallons were performed by RETL al GPS Coord. N 27' 48.522' W 9r 29.977'. Tv= 1.751sf; Cr 3,500 psf 0 w w 17. z w N l7 0 z a 0 0 LOG OF BORING B-07 SHEET 1 of 1 c%C' `fit, r�sr Rock Engineering & Testing Lab., Inc. `'� OC' ,Mo 6817 Leopard Street ® ` Corpus Christi, Texas 78409 Oso Pty Telephone: (361)883-4555 4}0 IF- Fax: (361) 883-4711 cfr ay ``'o CLIENT: KSA Engineers, Inc. PROJECT: Prop, East General Aviation Apron LOCATION: CC International Airport; Corpus Christi, TX P P NUMBER: G112217 DATE(S) DRILLED: 10/04/12 - 10/04/12 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Hollow Slem Auger SOIL SYMBOL DEPTH (FT) SAMPLE NUMBER SAMPLES N: BLOWS/FT P: TONS/SO FT TONS/SO FT PERCENT RECOVERY/ ROCK QUALITY DESIGNATION MOISTURE CONTENT (%) A -I 1-E il`-EERG LIMIT> DRY DENSITY POUNDS/CU.FT COMPRESSIVE STRENGTH (TONS/SO FT) MINUS NO. 200 SIEVE (%) LIQUID LIMIT 1 PLASTIC LIMIT PLASTICITY INDEX GROUNDWATER INFORMATION: Groundwater (GW) was not encountered during the drilling operallons. Dry and open upon completion of the drilling operations. SURFACE ELEVATION: N/A LL PL PI DESCRIPTION OF STRATUM ASPHALT (9,251 •• ••• iv :4• ii: •••: 1 2 SS S-1 N= 26 10 NP NP NP 13 SILTY SAND with shell fragments, brown and gray, moist, medium, possible fill. (SM) Clay seam encountered. Presence of lime was not indicated using phenolphthalein, a lime indicating solution. ff 0- 0 ,91 /1" 0000 ill 101-j e, 4, °,,j / �. 3 - 4 5 - 6 7 - - 8 - 9 - SH S-2 SH S-3 SH S-4 P= 2.0 P= 3.25 P=3.25 30 29 28 97 0.9 FAT CLAY with calcareous deposits, brown and gray, moist, stiff, slightly slickensided. Same as above, reddish brown and gray, very stiff. Same as above. 10 - Boring was terminated at a depth of 10 -feet, !N - STANDARD PENETRATION TEST RESISTANCE P - POCKET PENETROMETER RESISTANCE T - POCKET TORVANE SHEAR STRENGTH REMARKS: Boring depth and iocalion was delermined by represeniaiives of KSA Engineers, inc. Boring operations were performed by RETL al GPS Coord. N 27° 46.565' W 97° 30.003'. LOG OF BORING B-08 SHEET 1 of 1 o 4 G`��01` �Ti Rock Engineering & Testing Lab., Inc. 6817 Leopard Street �, 4,G, Corpus Christi, Texas 78409 9soPfi� Telephone: (361) 883 4555 4r �, Fax: (361) 883-4711 t'` 00 CLIENT: KSA Engineers, Inc, PROJECT: Prop, East General Aviation Apron LOCATION: CC International Airport; Corpus Christi, TX NUMBER: G112217 DATE(S) DRILLED: 10/04/12 - 10/04/12 FIELD DATA LABORATORY DATA DRILLING METHOD(S): HoNow Sl em Auger SOIL SYMBOL DEPTH (Fr) SAMPLE NUMBER SAMPLES N: BLOWS/FT P: TONS/SO FT T: TONS/SO FT PERCENT RECOVERY/ ROCK OUAUTY DESIGNATION MOISTURE CONTENT (%) ATTERBERG LIMITS DRY DENSITY POUNDS/C U. FT COMPRESSIVE STRENGTH (TONS/SQ FT) MINUS NO. 200 SIEVE (%) LIQUID LIMIT PLASTIC LIMIT PLASTICITY INDEX GROUNDWATER INFORMATION: Groundwater (GW) was not encountered during the drilling operations. Dry and open upon complelbn of the drilling operations. SURFACE ELEVATION: N/A LL PL PI DESCRIPTION OF STRATUM ��ee+ • 0 •11 2 3 4 - 5 6 7 8 - 9 10 - - STANDARD P - POCKET T - POCKET ss 5-1 S-2 SH S-3 SH_- S-4 ASPHALT (9,00") N= 40 15 CLAYEY SAND with calcareous deposits and shell fragments, brown and gray, moist, hard, possible fill. Sand seam encountered. Presence of lime was not indicated using phenolphthalein, a lime indicating solution. P= 2.0 3.5 P 3 25 30 27 23 73 24 49 94 1.1 gq FAT CLAY with calcareous deposits, gray and brown, moist, stl Same as above, with gypsum, reddish brown and greenish gray, very stiff, slightly slickensided. (CH) Same as above, dry. Boring was terminated at a depth of 10 -feet. 'N PENETRATION TEST RESISTANCE PENETROMETER RESISTANCE TORVANE SHEAR STRENGTH REMARKS: Boring depth and location was determined by represeniaiivQs of K5A Engineers, Inc. Boring operalions were performed by RETL al GPS Coord. N 27° 46.567' W 970 29.962'. 0 0 LOG OF BORING B-09 SHEET 1 of 1 a6 r `�,E� F . Rock Engineering & Testing Lab., Inc, t4� " Eo 6817 Leopard Street 'OC � Corpus Christi, Texas 78409 eo SPS Telephone: (361) 883-4555 a4ro opt Fax: (361) 883-4711 ay 0.0 CLIENT: KSA Engineers, Inc. PROJECT: Prop. East General Aviation Apron LOCATION: CC International Airport; Corpus Christi, TX NUMBER: G112217 DATE(S) DRILLED: 10/04/12 - 10/04/12 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Hollow Slem Auger SOIL SYMBOL DEPTH (FT) SAMPLE NUMBER SAMPLES N: BLOWS/FT P: TONS/SO FT T: TONS/SQ FT PERCENT RECOVERY/ ROCK QUALITY DESIGNATION MOISTURE CONTENT (%) ATTERC3ERG LIMITS DRY DENSITY POUNDS/CU.FT COMPRESSIVE STRENGTH (TONS/SQ FT) MINUS NO. 200 SIEVE (%) LIQUID LIMIT PLASTIC LIMIT PLASTICITY INDEX GROUNDWATER INFORMATION: Groundwater (GW) was not encountered during the drilling operations. Ory and open upon completion of the drilling operations. SURFACE ELEVATION: N/A LL PL PI DESCRIPTION OF STRATUM ASPHALT (9,751 : 4.%. ::.! 'to% .4. i:i: •,' 1 2 - -, SS 5-1 N= 32 ■ 10 NP NP NP 19 SILTY SAND with shell fragments, brown and gray, moist, dense, possible fill, (SM) Clay seam encountered. Presence of lime was not indicated using phenolphthalein, a lime indicating solution. 0- Odr0 0- 6,01 // 0 0- 3 4 5 6 _ 7 8 - 9 SSH -2 SH= S 3 SH S -4 P= 2'25 =` P 1.7 5 P=2.5 29 28 31 91 0.7 with calcareous deposits, brown and gray, moist, stiff.CLAY S Same as above, reddish brown and greenish gray. Same as above, with gypsum, slickensided. Boring was terminated at a depth of 10 -feet. —N - STANDARD PENETRATION TEST RESISTANCE P POCKET PENETROMETER RESISTANCE T - POCKET TORVANE SHEAR STRENGTH REMARKS: Boring depth and location was determined by representatives of K5A Engineers, Inc. Boring operations were performed by RETL al GPS Coord. N 27° 46.607' W 97° 29.982'. a U 0 w w z u QN ttl 5 z 0 a 8 LOG OF BORING B-10 SHEET 1 of 1 6 $ t•1` rPSs Rock Engineering & Testing Lab., Inc. 01 �tia 6817 Leopard Street Corpus Christi, Texas 78409 <o PPS° Telephone: (361) 883-4555 9gro oaQ° Fax: (361) 883-4711 ' 41S' CLIENT: KSA Engineers, Inc. PROJECT: Prop. East General Aviation Apron LOCATION: CC International Airport; Corpus Christi, TX P P NUMBER: G112217 DATE(S) DRILLED: 10/04/12 - 10/04/12 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Hollow Stem Auger SOIL SYMBOL DEPTH (FT) SAMPLE NUMBER SAMPLES N: BLOWS/FT P: TONS/SO FT T: TONS/SO FT PERCENT RECOVERY/ ROCK QUALITY DESIGNATION MOISTURE CONTENT (%) ATTERBEIkG LIMIT DRY DENSITY POUNDS/CU_FT COMPRESSIVE STRENGTH (TONS/SO FT) MINUS NO. 200 SIEVE (%) LIQUID LIMIT PLASTIC LIMIT PLASTICITY INDEX GROUNDWATER INFORMATION: Groundwater (GW) was not encountered during the drilling operallons. Dry and open upon completion of the drilling operations. SURFACE ELEVATION: N/A DESCRIPTION OF STRATUM O .;:; ::: ��� .*t r0,-,, %J 0.5 II, /J/ 0 �� 1 f, 1 2 3 10 - STANDARD P POCKET T - POCKET ss 5-1 SH 5-2 SH S3 SH S-4 ASPHALT (10.25"1 N= 27 ' I 10 III CLAYEY SAND with calcareous deposits and shell fragments, brown and gray, moist, very stiff, possible fill. Sand seam encountered. Presence of lime was not indicated using phenolphthalein, a lime indicating solution. 1 P= 1.75; Tv= 0.8 P=1.75 P= 2.25 26 FAT CLAY with calcareous deposits, dark gray, moist, stiff. (CH) Same as above, gray and brown. Same as above, reddish brown and greenish gray. Boring was terminated at a depth of 10 -feet. 'N PENETRATION TEST RESISTANCE PENETROMETER RESISTANCE TORVANE SHEAR STRENGTH REMARKS: Boring depth and location was determined by representatives of KSA Engineers, Inc. Boring operations were performed by RETL al GPS Coord. N 27° 46.652' W 97° 30.006'. Tv.,- 0.8 1st; C. 1,600 psf LOG OF BORING B-11 SHEET 1 of 1 FIELD DATA Rock Engineering & Testing Lab., Inc. 6817 Leopard Street Corpus Christl, Texas 78409 Telephone: (361) 883-4555 Fax: (361) 883-4711 LABORATORY DATA U) b i400' LU w 2 z w LU w SS S-1 SH S-2 5 6 - SH S-3 8 - 9 - SH S-4 10 MOISTURE CONTENT (%) 12 31 31 26 ERBERG- LIMITS ATT N - STANDARD PENETRAT P - POCKET PENETROME T - POCKET TORVANE SH rr- ILIOUID LIMIT PLASTIC LIMIT 75 ION TER EAR PL PI 23 52 co LU U U) z > a- 95 1.6 TEST RESISTANCE RESISTANCE STRENGTH MINUS NO. 200 SIEVE (%) 92 CLIENT: KSA Engineers, Inc. PROJECT: Prop. East General Aviation Apron LOCATION: CC International Airport; Corpus Christi, TX NUMBER: G112217 DATE(S) DRILLED: 10/04/12 - 10/04/12 DRILLING METHOD(S): Holow Stem Auger GROUNDWATER INFORMATION: Groundwater (GW) was not encountered during the drilling operations. Dry and open upon completion ol the driHing operations. SURFACE ELEVATION: N/A DESCRIPTION OF STRATUM ASPHALT (7.50"1 BASE MATERIAL 15.001 CLAYEY SAND with calcareous deposits and shell fragments, brown and gray, moist, very stiff, possible fill. Sand seam encountered, Presence of lime was not indicated using phenolphthalein, a lime indicating solution. FAT CLAY with calcareous deposits, dark gray, moist, stiff. Same as above, reddish brown and greenish gray. Same as above, very stiff, slightly slickensided. (CH) Boring was terminated at a depth of 10 -feet. REMARKS: Boring depth end location was determined by representatives ol KSA Engineers, Inc. Boring operations were performed by RETL al GPS Coad. N 27° 46.650' W 97° 29.963'. Client No: 12061 Report Date: 11/08/2012 Project: Proposed East General Aviation Apron Location: Bulk Sample; B-1 & B-2 6817 Leopard St. 18847 Redland Rd. Project: G112217 Client: KSA Engineers, Inc. TBPE Firm No. 2101 Area Offices Corpus Christi, TX 78409 361-883-4555 San Antonio, TX 78259 210-495-8000 Date Sampled: 10/04/2012 Sampled By: Munroe, Mark By Order Of: Client REPORT: Dry Density vs. Moisture Content Material: Subgrade (Dark Gray Clay) LAB NO: 58517 Test Method: See Below 100% saturation line for SG = 2.5 Estimated 00 11111.11111 10 11 20 21 22 23 24 25 26 21 20 29 30 Moisture Content, percent Desc of Rammer:Mechanical Preparation Method:Dry Remarks: For Client Information Test Method (As Applicable): ASTM D-698 Orig: KSA Engineers, Inc. (McKinney, TX) Attn: Mr. Robert C. Jutton, P.E. (1 -cc copy) TEST RESULTS Report No: 100412-4 Page 1 of 1 % Moisture 18.8 20,7 22.8 25.5 29.0 25.2 O•timum Dry Density Lbs./Cu.Ft. 82.30 83.70 84.20 84.90 81.90 84.90 Maximum Description: Subgrade (Dark Gray Clay) Respectfully Submitted, Rock Engineering & Testing Laboratory, Inc. Christopher A. Rock, P.E., Vice President -Corpus Christi THIS REPORT APPLIES ONLY TO THE STANOAROS OR PROCEOURES INDICATED ANO TO THE SAMPLE(S) TESTEO ANO/OR OBSERVED ANO ARE NOT NECESSARILY INDICATIVE OF THE OUALITIES OF APPARENTLY IOENTICAL OR SIMILAR PROOUCTS OR PROCEOURES, NOR 00 THEY REPRESENT AN ONGOING QUALITY ASSURANCE PROGRAM UNLESS SO NOTED THESE REPORTS ARE FOR THE EXCLUSIVE USE OF THE AOORESSED CLIENT ANO ARE NOT TO BE REPROOUCEO WITHOUT WRITTEN PERMISSION TBPE Firm No. 2101 Area Offices '81 7 Leopard St Corpus Christi, TX 78409 361-883-4555 18847 Redland Rd San Antonio_ TX 78259 210-495-8000 Client No: 12061 Project: G112217 Report Date: 11/05/2012 Project: Proposed East General Aviation Apron Location: Bulk Sample; B-3 - B-5 Client: KSA Engineers, Inc. REPORT Dry Density vs Moisture Content Date Sampled 10/04/2012 Sampled By: Munroe, Mark By Order Of: Client LAB NO 58517-1 Material. Subgrade (Dark Gray Clay) Test Method. See Below 100% saturaticn line for SG = 2 72 Es!intated • t T-1 toi.LL-turA COntErit pen. -art Desc of Rammer Mechanical Preparation Method:Dry Remarks: For Client Information Test Method (As Applicable):ASTM D-698 Orifi KSA Engineers Inc (McKinney TX) Attn Mr Robert C Jutton P E (1 -cc copy) TEST RESULTS % Moisture 195 214 26.0 29.1 Report No. Page 1 of 1 Dry Density Lbs./Cu.Ft 82 40 83.00 88.20 85.00 100412-1 26.5 Optimum 88.20 Maximum Description Subgrade (Dark Gray Clay) Respectfully Submitted, Rock Engineering & Testing Laboratory Inc Christopher A Pock P E `:hce President Corpus Christi 11IIS I<LPoRr RPPLICS ONLY TO TI IC STANDARDS OR PROCCDURCS INDICA1 CD AND 10 n iL SAMPLCISI TES] CD AND1OR t )OSLRVCD AND ARC NOT NCCLSSARIL4 gNDICP,T,V[ or Hi- UUAI 1111-S OF APPAIRFN:I Y ;IJENTICAI 012 SIM11 Al2 P1201)UC S 011 PHOCI-DUI'.FS N012 DO ,FIFY Rlnl 'RI -SEN ` AN ONGOING OUAI '. Y ASSUI2ANC1 'ROGRAM UNi I -Sb SO NO'FD 1 HFSF REPORTS ARE FOR THE FXCLUSIVF USF OF 'HE ADORL--SSFD CI II -NI AND ARF NO 'O HIi RFi'IiODUCFI) W1IHOU1 UV1211 IFN 1'E12141JSSION 6817 Leopard St. 18847 Redland Rd. Client No: 12061 Project: G112217 Report Date: 11/05/2012 Project: Proposed East General Aviation Apron Location: Bulk Sample: B-6 - B-8 Client: KSA Engineers, Inc. TBPE Firm No. 2101 Area Offices Corpus Christi, TX 78409 San Antonio, TX 78259 361-883-4555 210-495-8000 Date Sampled: 10/04/2012 Sampled By: Munroe, Mark By Order Of: Client REPORT: Dry Density vs. Moisture Content Material: Subgrade (Dark Gray Clay) LAB NO: 58517-2 Test Method: See Below 100% saturation line for SG -.2.6 Estimated 10 0 20 2t 22 23 24 25 26 21 20 Moisture Content, percent Desc of Rammer:Mechanical Preparation Method:Dry Remarks: For Client Information Test Method (As Applicable): ASTM D-698 Orig: KSA Engineers, Inc. (McKinney, TX) Attn: Mr. Robert C. Jutton, P.E (1 -cc copy) TEST RESULTS % Moisture 18.8 20.1 22.1 25.1 27.0 24.2 Report No: 100412-2 Page 1 of 1 Dry Density Lbs./Cu.Ft. 83.10 86.50 88.10 89.60 86.20 89.60 Maximum Description: Subgrade (Dark Gray Clay) Respectfully Submitted, Rock Engineering & Testing Laboratory, Inc. ,/ �— ,4 - Christopher A. Rock, P.E. Vice President -Corpus Christi THIS REPORT APPLIES ONLY TO THE STANOAROS OR PROCEOURES INOICATEO ANO TO THE SAMPLE(S) TESTEO ANO/OR OBSERVED ANO ARE NOT NECESSARILY INOICATIVE OF THE QUALITIES OF APPARENTLY IOENTICAL OR SIMILAR PROOUCTS OR PROCEOURES, NOR 00 THEY REPRESENT AN ONGOING QUALITY ASSURANCE PROGRAM UNLESS SO NOTED THESE REPORTS ARE FOR THE EXCLUSIVE USE OF THE AOORESSEO CLIENT ANO ARE NOT TO BE REPRODUCED WITHOUT WRITTEN PERMISSION 6817 Leopard St 18847 Redland Rd Client No: 12061 Project G112217 Report Date. 11/05/2012 Project: Proposed East General Aviation Apron Location: Bulk Sample; B-9 - B-11 Client: KSA Engineers, Inc. TBPE Firm No. 2101 Area Offices Corpus Christi, TX 78409 San Antonio TX 78259 361.883-4555 210-495-8000 Date Sampled 10/0412012 Sampled By Munroe Mark By Order Of Client REPORT: Dry Density vs. Moisture Content LAB NO. 58517-3 Material: Subgrade (Dark Gray Clay) Test Method: See Below 100% saluration line for SG - 2.72 Estimated 5G r r t r 1 2] 21 .4 2T 28 tui9I titre, Contort, percent Desc of Rammer:Mechanical Preparation Method:Dry Remarks. For Client Information Test Method (As Applicable):ASTM D-698 Ong KSA Engineers Inc (McKinney TX) Attn Mr Robert C Jutton. P E (1 -cc copy) TEST RESULTS Moisture 21.0 23.6 26.5 Report No: 100412-3 Page 1 of 1 Dry Density Lbs./Cu.Ft. 93.60 94.40 92 70 23 2 Optimum 94 40 Maximum Description Subgrade (Dark Gray Clay) Respectfully Submitted. Rock Engineering & Testing Laboratory Inc. Christos• A Rock, P E , Vice President -Corpus Christi Ti 1,,S RCPORT APPL;CS ONLY Ti; TI IC STANOA.RDS OR PROCCDURCS iNDICATCO AND TO TI IC SAMPLC(S) TC:STCO ANO/OR ODSCRVED ANO ARC NOT NCCCSSARILY IND,CATIVC or rHF GUM I I IES OF APPARENTLY IDENTICAL OR SIMILAR PRODUCTS OR PROCEDURI-S NOR DO r REPRTSFNT AN ONGOING OUAI II ASSURANCF PROGRAM UNI FSS So NO11-0 I HI -SI- REPORTS ARF FOR rHF ExliLUSIVE I HF ADORI=SSFI` : FN I AND AI+ P;-. + 10 HF u -1'120C UCI-I) VVII H iUI W1211 1 FN 1,1-12MiSSION 3 pt Graph co V 3 0 65 66 67 68 4 4- 10 Blows iI CBR vs. Density; B- I & B-2 25 Blows 69 70 71 72 73 74 75 76 77 78 Dry Unit Weight (pcf) 79 80 81 56 Blows 82 83 84 85 86 87 88 89 90 _ PROJECT DESCRIPTION MAXIMUM DRY UNIT WEIGHT (STD ) CBR fjp 95% or Max Dry Unit Weight (80.7 pd) TEST DATE Compactive Effort: ASTM D698A Proposed East General Aviation Apron CCIA; Corpus Christi. TX 84.9 1.8 November 2012 P age 1 3 pt Graph 5 4 3 2 0 CBR vs. Density; B-3 - B-5 10 Blows 25 Blows 65 66 67 68 69 70 71 72 73 74 75 76 77 78 79 80 Dry Unit Weight (pcf) 81 82 56 Blows 83 84 85 88 87 88 89 90 PROJECT DESCRIPTION MAXIMUM DRY UNIT WEIGHT (STD.) COR © 95% of Max Dry Unit Weight (83.8 pcf) TEST DATE Compactive Effort: ASTM D698A Proposed East General Aviation Apron CCIA; Corpus Christi, TX 88.2 1.8 November 2012 P age 3 pt Graph CBR vs. Density; B-6 - B-8 j E I 1 i 1 a i i_ _` C j -_ E I — j ` I E v j ! I ; {; 1 ! jre T j 11 i_1 _ 56 Blows E I E (1 � i I E E , I *1U i ! E 25 Blows I I j ( I I E ( 4 i stows lI ; t j t ! 1 I j l I I I 0 65 66 67 68 69 70 71 72 73 74 75 76 77 78 79 80 81 82 83 84 85 86 87 88 89 90 Dry Unit Weight (pcf) PROJECT DESCRIPTION MAXIMUM DRY UNIT WEIGHT (STD.) C8R © 9554 e4 Max try Ural Weight (85.1 pd) TEST DATE Compactive Effort: ASTM D698A Proposed East General Aviation Apron CCIA; Corpus Christi, TX 89 .6 1.7 November 2012 9e fReview your proj results through Totcl Access T TestAmerica THE LEADER IN ENVIRONMENTAL TESTING ANALYTICAL REPORT TestAmerica Laboratories, Inc. TestAmerica Corpus Christi 1733 N. Padre Island Drive Corpus Christi, TX 78408 Tel: (361)289-2673 TestAmerica Job ID: 560-35493-1 TestAmerica SDG: Corpus Christi International Airport Client Project/Site: East General Aviation Apron For: Rock Engineering & Testing Lab., Inc. 6817 Leopard Street Corpus Christi, Texas 78409 Attn: Ms. Morgan Schummer �11`1 �9�� Y'� - add-• Authorized for release by: 10/17/2012 10:28:45 PM Erica Padilla Project Manager I erica.padilla@testamericainc.com The test results in this report meet all 2003 NELAC and 2009 TNI requirements for accredited parameters, exceptions are noted in this report. This report may not be reproduced except in full. and with written approval from the laboratory. For questions please contact the Project Manager at the e-mail address or telephone number listed on this page. This report has been electronically signed and authorized by the signatory Electronic signature is intended to be the legally binding equivalent of a traditionally handwritten signature Results relate only to the items tested and the sample(s) as received by the laboratory Definitions/Glossary Client: Rock Engineering & Testing Lab., Inc. TestAmerica Job ID: 560-35493-1 Project/Site: East General Aviation Apron SDG: Corpus Christi International Airport Glossary Abbreviation These commonly used abbreviations may or may not be present in this report. Listed under the "0" column to designate that the result is reported on a dry weight basis %R Percent Recovery CNF Contains no Free Liquid DL, RA, RE, IN Indicates a Dilution, Reanalysis, Re•extraction, or additional initial metals/anion analysis of the sample EDL Estimated Detection Limit EPA United States Environmental Protection Agency MDL Method Detection Limit ML Minimum Level (Dioxin) ND Not detected at the reporting limit (or MDL or EDL if shown) POL Practical Quantitation Limit QC Quality Control RL Reporting Limit RPD Relative Percent Difference, a measure of the relative difference between two points TEF Toxicity Equivalent Factor (Dioxin) TEQ Toxicity Equivalent Quotient (Dioxin) TestAmerica Co us Christi Page 2 of 12 10/17/2012 Case Narrative Client: Rock Engineering & Testing Lab., Inc. TestAmerica Job ID: 560-35493-1 Project/Site: East General Aviation Apron SDG: Corpus Christi International Airport Job ID: 560-35493-1 Laboratory: TestAmerica Corpus Christi Narrative Job Narrative 560.35493.1 Comments No additional comments. Receipt The samples were received on 10/11/2012 3:50 PM: the samples arrived in good condition, properly preserved and, where required, on ice. The temperature of the cooler at receipt was 9.2° C. General Chemistry No analytical or quality Issues were noted. TestAmerica Cor us Christi Page 3 of 12 10/17/2012 Detection Summary Client: Rock Engineering & Testing Lab., Inc. TestAmerica Job ID: 560-35493-1 Project/Site: East General Aviation Apron SDG: Corpus Christi International Airport Client Sample ID: B-1; 3.5'-5.0' Lab Sample ID: 560-35493-1 Analyte Result Qualifier RL MDL Untt Dit Fac D Method Sulfate 450 270 240 mg/Kg 20 r 9056 Prep Type Soluble Client Sample ID: B-2; 6.0'-7.5' Lab Sample ID: 560-35493-2 Analyte Sulfate Result Qualifier RL MDL Untt Dit Fac D Method 1500 340 300 mg/Kg 25 9056 Prep Type Soluble Client Sample ID: B-3; 8.5'-10.0' Lab Sample ID: 560-35493-3 Analyte Sulfate Result Quattfier RL MDL Unit Dtl Fac D Method Prep Type 22000 330 290 mg'Kg 25 9056 Soluble Client Sample ID: B-4; 1.0'-2.5' Lab Sample ID: 560-35493-4 Analyte Result Qualifier RL MDL Untt DII Fac D Method Prep Type Sulfate 190 110 94 mg/Kg 10 9056 Soluble Client Sample ID: B-5; 6.0'-7.5' Lab Sample ID: 560-35493-5 Analyte Sulfate Result Qualifier RL MDL Unit Dtt Fac D Method Prep Type 13000 340 290 mg Kg 25 9056 Soluble Client Sample ID: B-6; 3.5'-5.0' Lab Sample ID: 560-35493-6 Analyte Sulfate Result Qualifier RL MDL Untt Dtl Fac D Method Prep Type 1000 340 300 mg/Kg 25 9056 Soluble Client Sample ID: B-7; 1.0'-2.5' Lab Sample ID: 560-35493-7 Analyte Result Qualifier RL MDL Untt Sulfate 180 110 95 mg,Kg Client Sample ID: B-8; 6.0'-7.5' Analyte Result Qualifier RL MDL Unit Sulfate 8300 330 280 mg/Kg Dit Fac D Method 10 4 9056 Prep Type Soluble Lab Sample ID: 560-35493-8 Dit Fac D Method 25 9056 Prep Type Soluble Client Sample ID: B-9; 1.0'-2.5' Lab Sample ID: 560-35493-9 Analyte Sulfate Result Qualifier RL MDL Untt Oil Fac D Method Prep Type 170 110 94 mg/Kg 10 c 9056 Soluble Client Sample ID: B-10; 3.5'-5.0' Lab Sample ID: 560-35493-10 Analyte Sulfate Result Qualifier RL MDL Unit DII Fac D Method Prep Type 980 340 290 mg/Kg 25 9056 Soluble Client Sample ID: B-11; 8.5'-10.0' Lab Sample ID: 560-35493-11 Analyte Result Qualifier RL MDL Untt Dtl Fac D Method Prep Type Sulfate 1800 330 290 mg/Kg 25 = 9056 Soluble TestAmerica Cor us Christi Page 4 of 12 10/17/2012 Client: Rock Engineering & Testing Lab., Inc. Project/Site: East General Aviation Apron Client Sample ID: B-1; 3.5'-5.0' Date Collected: 10/11/12 13:35 Date Received: 10/11/12 15:50 General Chemistry - Soluble Analyte Sulfate Client Sample ID: B-2; 6.0'-7.5' Date Collected: 10/11/12 13:40 Date Received: 10/11/12 15:50 General Chemistry - Soluble i Analyte Sulfate Client Sample ID: B-3; 8.5'-10.0' Date Collected: 10/11/12 13:44 Date Received: 10/11/12 15:50 General Chemistry - Soluble Analyte Sulfate Client Sample ID: B-4; 1.0'-2.5' Date Collected: 10/11/12 13:51 Date Received: 10/11/12 15:50 General Chemistry - Soluble Analyte L _Sulfate Client Sample Results Result Qualifier 450 Result Qualifier 1500 Result Qualifier RL MDL Untt 270 RL 340 RL 22000 Result Quatifler 330 RL Client Sample ID: B-5; 6.0'-7.5' Date Collected: 10/11/12 13:57 Date Received: 10/11/12 15:50 General Chemistry- Soluble Analyte Sulfate 240 mg/Kg MDL Untt 300 mg/Kg MDL Untt 290 mg:Kg MDL Untt 190 110 94 mg/Kg Result Qualifier Client Sample ID: B-6; 3.5'-5.0' Date Collected: 10/11/12 14:02 Date Received: 10/11/12 15:50 General Chemistry - Soluble Analyte 13000 RL TestAmerica Job ID: 560-35493-1 SDG: Corpus Christi International Airport Lab Sample ID: 560-35493-1 Matrix: Solid Percent Solids: 73.2 D Prepared Analyzed DII Fac 10/15/12 19 37 20 Lab Sample ID: 560-35493-2 Matrix: Solid Percent Solids: 73.3 D Prepared Analyzed Dtl Fac 10/15/12 20:43 25 Lab Sample ID: 560-35493-3 Matrix: Solid Percent Solids: 75.0 D Prepared Analyzed Dil Fac 10/15/12 21 05 25 Lab Sample ID: 560-35493-4 Matrix: Solid Percent Solids: 91.8 D Prepared Analyzed Dil Fac 10/15/12 22'11 10 Lab Sample ID: 560-35493-5 Matrix: Solid Percent Solids: 73.9 MDL Untt D Prepared Analyzed DII Fac Result Qualifier Sulfate Client Sample ID: B-7; 1.0'-2.5' Date Collected: 10/11/12 14:09 Date Received: 10/11/12 15:50 General Chemistry - Soluble Analyte 1000 Result Qualifier 340 RL 340 Sulfate 180 290 mg/Kg MDI. Unit 300 mg/Kg 10/15/12 22 33 25 Lab Sample ID: 560-35493-6 Matrix: Solid Percent Solids: 73.1 D Prepared Analyzed DII Fac 10/15/12 22`55 25 Lab Sample ID: 560-35493-7 Matrix: Solid Percent Solids: 91.4 RL MDL Untt D Prepared Analyzed DII Fac 110 95 mg/Kg 10/15/12 23:17 10 Page 5 of 12 TestAmerica Corpus Christi 10/17/2012 Client: Rock Engineerin& Tesng Lab., Inc Project/Site. East General Aviation Apron Client Sample ID: B-8; 6.O''7.5' Date Collected: 10/11/12 14:15 Date Received: 1on1nc1s:so General Chemistry - Soluble Analyte Sulfate Client Sample ID: B-9; 1.O''2.5' Date Collected: 10/11/12 14:21 Date nene*ed1m11M21sao General Chemistry - Soluble Sulfate Client Sample ID: B4O; 3.5''5O' Date Collected: 10/11/12 14:30 Date Received: 10/11/12 15:50 General Chemistry - Soluble Analyte Sulfate Client Sample ID: 841; 8.5'4OlY Date Collected: 10/11/12 14:36 Date Received: 10/11/12 15:50 General Chemistry - Soluble Analyte Sulfate Client Sample Results Result Qualifier 8300 RL 330 MDL Unit 280 mg/Kg TestAmencaJob ID: s003s4e3'1 SDG: Corpus Christi International Airport Lab Sample ID: 560-35493-8 Matrix: Solid Percent Solids: 76.4 D Prepared Analyzed Dilr= 8'_� ,nn��23:39 25 Lab Sample ID: 560'35493'9 Matrix: Solid Percent Solids: 92.1 Result Qualifier RL MDL Unit o Prepared Analyzed Dilmc 170 110 94 mg/Kg 10/16/12 00 01 10 Result Qualifier 980 Resuk Qualifier 1800 RL Lab Sample ID: 560-35493-10 Matrix: Solid Percent Solids: 73.4 MDL Unit D Prepared Analyzed Fac 340 290 mg/Kg 10/16/12 00 23 RL 330 MDL Unit 290 mg/Kg Lab Sample ID: 560-35493-11 Matrix: Solid Percent Solids: 75.8 D Prepared Analyzed DII Fac 10/16/12 00 45 25 Page 6 of 12 10/17/2012 QC Sample Results Client: Rock Engineering & Testing Lab., Inc. TestAmerica Job ID: 560-35493-1 Project/Site: East General Aviation Apron SDG: Corpus Christi International Airport Method: 9056 - Anions, Ion Chromatography Lab Sample ID: MB 560-79410/1-A Matrix: Solid Analysis Batch: 79478 Analyte Client Sample ID: Method Blank Prep Type: Soluble MB MB Result Qualifier RL MDL Untt D Prepared Analyzed DU Fac Sulfate Lab Sample ID: LCS 560-7941012-A Matrix: Solid Analysis Batch: 79478 Analyte Sulfate <8.7 10 8.7 mg/Kg 10/15/12 1 8.31 1 Lab Sample ID: 560-35493-3 MS Matrix: Solid Analysis Batch: 79478 Client Sample ID: Lab Control Sample Prep Type: Soluble Spike LCS LCS %Rec. Added Result Qualifier Untt D %Rec Limits 200 199 mg,Kg 99 80 _ 120 Client Sample ID: B-3; 8.5'-10.0' Prep Type: Soluble Sample Sample Spike MS MS %Rec. Analyte Result Qualifier Added Result Qualifier Unit D %Rec Limits Sulfate 22000 6670 27500 mg/Kg 88 80 -120 Lab Sample ID: 560-35493-3 MSD Matrix: Solid Analysis Batch: 79478 Client Sample ID: B-3; 8.5'-10.0' Prep Type: Soluble Sample Sample Spike MSD MSD %Rec. RPD Analyte Result Qualifier Added Result Qualifier Unit D %Rec Limits RPD Limit Sulfate 22000 6670 27200 mg/Kg 84 80 -120 1 30 Page 7 of 12 TestAmerica10/17/2012sti Certification Summary Client: Rock Engineering & Testing Lab., Inc. TestAmerica Job ID: 560-35493-1 Project/Site: East General Aviation Apron SDG: Corpus Christi International Airport Laboratory: TestAmerica Corpus Christi Alt certifications held by this laboratory are listed. Not all certifications are applicable to this report Authority Program EPA Region Certificatton ID Expiratton Date Kansas NELAC 7 E-10362 10-31-12 Oklahoma State Program 6 9968 08.31-13 Texas NELAC 6 7104704210-12-8 03-31-13 USDA Federal P330-11-00060 02-03-14 TestAmerica Corpus Christi Page 8 of 12 10/17/2012 Method Summary Client: Rock Engineering & Testing Lab., Inc. TestAmerica Job ID: 560-35493-1 Project/Site: East General Aviation Apron SDG: Corpus Christi International Airport Method Method Description Protocol Laboratory 9056 Anions, ton Chromatography SW846 TAL CC Moisture Percent Moisture EPA TAL CC Protocol References: EPA = US Environmental Protection Agency SW846 ='Test Methods For Evacuating Solid Waste, Physicat/Chemicat Methods", Third Edition, November 1986 And Its Updates. Laboratory References: TAL CC =TestAmenca Corpus Christi, 1733 N. Padre Island Drive, Corpus Christi, TX 78408, TEL (361)289-2673 TestAmerica Co us Christi Page 9 of 12 10/17/2012 Sample Summary Client: Rock Engineering & Testing Lab., Inc. TestAmerica Job ID: 560-35493-1 Project/Site: East General Aviation Apron SDG: Corpus Christi International Airport Lab Sample ID Client Sample ID Matrix Collected Received 560-35493-1 8-1; 3.5'-5.0' Solid 10/11/12 13:35 10/11/12 15.50 560-35493-2 B-2; 6.0'-7.5' Solid 10/11/12 13:40 10/11/12 15:50 560-35493-3 8-3: 8.5-10.0' Solid 10/11/12 13:44 10/11/12 15:50 560-35493-4 8-4; 1.0'-2.5' Solid 10/11/1213:51 10/11/12 15:50 560-35493-5 8-5; 6.0'-7.5' Solid 10/11/12 13'57 10/11/12 15:50 560-35493-6 8-6; 3.5'-5.0' Solid 10/11/12 14:02 10/11/1215.50 560-35493-7 8-7: 1.0'.2.5' Solid 10/11/12 14'09 10/11/12 15:50 560-35493-8 8-8; 6.0'-7.5' Solid 10/11/12 14:15 10/11/12 15:50 560-35493-9 8-9, 1.0'-2.5' Solid 10/11/12 14 21 10/11/12 15:50 560-35493-10 8-10; 3.5'-5.0' Solid 10/11/12 14;30 10/11/12 15:50 560-35493-11 8-11; 8.5'-10.0' Solid 10/11/12 14'36 10/11/12 15:50 TestAmerica Cor us Christi Page 10 of 12 10/17/2012 Z L do L L 86Ed TestAmerica Corpus Christi 1733 N. Padre Island Drive Corpus Chnsti, TX 78406 Phone (381) 289-2873 Fax (381) 289-2471 Chain of Custody Record TestAmerica rb 11 AMR N run rMkUENTA'- TEOTtx iO Client Information PRA _... Padilla Ftica LanNerTraekltrp INafa).. N/A- rand Deli vehr CdC Not _.... _... 580-7701-853.1 _... -. Client Contact Ms. Morgan Schurnmer PW1eno' EMeA: anis pedlllaLEtaslema rcainc cop Paye I Page 1 of 1 Camparily Rock EngIneenng a'r'esting Lab„ fir^ 'Y tw ( t r tai ,. w lE p 4,. t ° Analysis ',, Requested ''..... ,. iy l Wy {p ;R + °kW �^ t�l2lhar „ 3 Prnaervatlon Codas: ' A - HCL it - Hesans. c - Zn Ac N - Nano " C- Nam p- 404•02a4S D - Nkrit Aad P - Ns2015 E - NaHSO4 O - Na2S03 f MaOH f) - Na2S2S07 G - Amdilar 5-H2SO4' H - Ascorbic Add T TSP Dodecahydrale I - ice ii -ACNaM N. YVater VW- 4-6 L - EDA Z -dher (specify) , I 6812 Leo and Slteel'__-.. _.. us 4 14queeeea, __. r aata�l Cw WSt 11t'6SCI P -..mm TAtandT Ra da ai: Rw 1 y '1C -Business Day' Siala ri �X 76408 ) .. .... ........... ...... 361 883-�t565 Tel 8 81 88147111(Fax) ., 1. G112217 Emal W RC1 ocklaska dDpW -_.. AO N Prsp CastW one Cast General Aviation Apron Pmjert A: 5800343 a ....Ss Corpus Christi lIntetnational Aimed .... Ni/A dam ie lrtanfllfVcafion Ss )e Data Sample TimeTi Samot Tye (Cmcsner Gxirajp x MttWtTi dw-mmaw. o« a ar 1.0 `� x ,� N a� f d fG x �„..-. ,tom > yl "ne d w .C,..:... def r�Elti�a,•Wd�k+f"r.lr�4�ra»'t?YI¢I�u�wneL�l.��l..d�,r..r�.�.:�:r.rc'F.pr�aC X 1 X �..e:� a a � ..1 ya ""i" iy^xy�i�tt 1 r�.E . "i: W ”' eA7x, .{ ..��� r.. ,..... Ss, k ,« , .,r •{». r ..'1G., ,.:- y..6 'F+ x�1"i p fi r "EW .x " N? d�nx�....,..�i�:'I�r't4 n~�tr ter r ctai InstructtonetNoCe :..ea":f,A�ryr�r� °ru5,"3 s F� q.. "�) 1(„ � " I xd5`'4i,„"rr,r�.o"xe,mrdrr:c'rtcs1:'IY;I..r'"'I�Slu�kl�tll't:��l:rxvuamr..v».a.'..�:..�t�'Lu; Qj- k�urwwraaWl'r;'I , , .�.a erxmx ».;.:::...... ""-.;.,.i�... Wren :ya i6x"., � rr.,�... . , .�N.4'41"'I \ 5 - . & .... drr»..:. ""� rtrr,x..... i ..pmnm+€I�'tn ��l to t t 1 a .'$iF µew i� . W .whl "�:'mm�lkcrr�ifti".!Priu�'�I'.;rt�h�hW,�RAr'Cu V 3S "< � . 'I, 1CNt .. .... 7.. ' :.Y °rY""w�; t.x a�n r .. "�,� I „r., Solid C ` (1."--1-_ U-0 I .C-0 t 40 pin C, Solid N X X i3'-3 s �' ' - ao.o' 17,41t -C Sold N. X X - "l i o' -- . s , 1'. Sl C s N X X •0 '6`- t4-C5-1rSt 1'SI C Solid N X X 11 6" � 3. s ' S •0' d .Q� l /c Solid N x x ." - . -1 � � , � ' � ' c-�i . 1 C Solid N X X <3-U (e.0 -1 , 51 /� a.f 5 C Solid N X X W11 11- 9 I 0' - Q. S' a ', of 1 ala-. C C. Solid Solid N N X X X X M�`r /iti 3- t'O) 3,S1-, 5,01 (3- t i i Cs. S.' — M.& d 3(0 C- Solid N X X III; Possible Hazard identification rr� 0 S Non -Hazard Flammable kin irritant rson B J-� nknown `Radiological Sample Disposal (A fee may be assessed If samples are retained longer than 1 month) r =Return To Client llisposai By Lab liArchive For Months ' Deliverable Requested: I, II, In, IV, Other (specify) Standard Level 2 Spacial Instructions/QC Requirements: Empty Ka Relinquished by: (Date' Illme: et Shipment Relinquished by: i.. 0- �b rak,- Datee nlme• (QIt /L (55.6 Cemnece R by: 1111 aApo DNe?kne: i mire— (s SQ Comma !T. -A --..--- Relinquished by: Eeewr w: Company R by' (� el Dale/Tine. Company ; Reanquished by: Dats/T lie. Company RI :N eed by: Dete/Tkrxe' Company ZuVedy Sealaantact:• ye Yes A No Custody Seat No..T i p Runan r'',-1, : ',Cct. , .,1afLa43 K-... 4 04-6r z Login Sample Receipt Checklist Client: Rock Engineering & Testing Lab., Inc. Job Number: 560-35493-1 SDG Number: Corpus Christi International Airport Login Number: 35493 List Number: 1 Creator: Magee, Alice J. Question Answer Comment List Source: TestAmerica Corpus Christi Radioactivity wasn't checked or is <1= background as measured by a N/A survey meter. The cooler's custody seal, if present, is intact. True Sample custody seals, if present, are intact. N/A The cooler or samples do not appear to have been compromised or True tampered with. Samples were received on ice. True Cooler Temperature is acceptable. True Received same day of collection; chilling process has begun. Cooler Temperature is recorded. True COC is present. True COC is filled out in ink and legible. True COC is filled out with all pertinent information. True Is the Field Sampler's name present on COO? False There are no discrepancies between the containers received and the COC. True Samples are received within Holding Time. True Sample containers have legible labels. True Containers are not broken or leaking. True Sample collection date/times are provided. True Appropriate sample containers are used. True Sample bottles are completely filled. True Sample Preservation Verified. True There is sufficient vol. for all requested analyses, incl. any requested True MS/MSDs Containers requiring zero headspace have no headspace or bubble is N/A <6mm (1/4"). Muitiphastc samples are not present. True Samples do not require splitting or compositing. True Residual Chlorine Checked. N/A TestAmerica Corpus Christi Page 12 of 12 10/17/2012 Engineering & Testing Laboratory, Inc. 6817 Leopard Street Corpus Christi, Texas 78409 Office: (361) 883-4555 Fax: (361) 883-4711 KEY TO SOIL CLASSIFICATIONS AND SYMBOLS UNIFIED SOIL CLASSIFICATION SYSTEM Symbol TERMS CHARACTERIZING SOIL Major Divisions Letter Hatching Color NAME STRUCTURE GW O Well - graded gravels or gravel - sand mixtures, little or no fines SLICKENSIDED - having inclined planes Of weakness that are slick and glossy GRAVEL CP I tu Poorly -graded gravels or gravel - sand mixtures, little or no fines in appearance FISSURED - containing shrinkage cracks, frequently filled with fine sand AND GRAVELLY SOILS GM I s 3 Silty gravels, gravel - sand - silt mixtures or silt; usually more or less vertical LAMINATED (VARVED) - composed of thin layers of varying color and COARSE GRAINED SOILS GC • ., F • t• a Lu r Clayey gravels, gravel - sand - clay mixtures texture, usually grading from sand or silt at the bottom to clay at the top. SW _• o Well - graded sands or gravelly sands, little or no fines CRUMBLY - cohesive soils which break into small blocks or crumbs on drying CALCAREOUS - containing appreciable SAND SP w Poorly - graded sands or gravelly sands, little or no fines quantities of calcium carbonate, generally nodular. WELL GRADED - having wide range in AND SANDY SOILS SM 3 o Silty sands, sand - silt mixtures grain sizes and substantial amounts of all intermediate particle sizes. POORLY GRADED - predominantly of SC ..-/..>- (`/ //, - - Clayey sands, sand - clay mixtures cne grain size (uniformly graded) or having a range of sizes with some intermediate size missing (gap or skip graded) Inorganic fine flour, ML silts and very sands, rock silty or clayey fine sands or clayey silts with SYMBOLS FOR TEST DATA SILTS AND CLAYS CL j A w w 6 Inorganic clays of low to medium plasticity, gravelly clays, sandy clays, silty clays, lean clays M/C = 15 - Natural moisture content in percent. FINE LL<50 OL — - Organic silts and organic silt -clays of low plasticity y _ 95 Dry unit weight in lbs/cu ft. Qu =1.23 - Unconfined compression GRAINED SOILS SILTS MH i I Inorganic silts, micaceous or diatomaceous fine sandyor siltysoils, elastic silts strength in tons/ sq ft. 51 21 30 Liquid limit, Plastic Emil, and Plasticity index, AND CLAYS LL > 504 CH w m Inorganic clays of high plasticity, fat clays 30% FINER - Percent finer than No. 200 mesh sieve OH Organic clays of medium to high plasticity. organic silts 30 B/F - Blows per foot, standard penetration test. HIGHLY ORGANIC SOILS P; .: T'); = ,, .1 w ¢ cc 0 Peat and other highly organic soils If - Ground water table. TERMS DESCRIBING CONSISTENCY OF SOIL rzy COARSE GRAINED SOILS FINE GRAINED SOILS DESCRIPTIVE TERM NO. BLOWS / FT. STANDARD PEN. TEST DESCRIPTIVE TERM NO. BLOWS / FT. STANDARD PEN. TEST UNCONFIND COMPRESSION COMPRESSION TONS PER SQ. FT. Very loose Loose Firm (medium) Dense Very Dense 0 -- 4 4 - 10 10 - 30 30-50 over 50 Very Suft Soft Plastic (med. Stiff) Stiff Very Stiff Hard < z 2 - 4 4 - 8 8-15 15 - 30 over 30 < 0,25 0.25 - 0.50 0.50- 1.00 I0 -2.00 2.00 - 4.00 over 4.00 Field classification for "Consistency" is determined with a 0.25" diameter penetrometer. :A8 ❑M:1Vdald >o co 11c G7 N > g a� z � O zozz 7Z1 Z O T Z m `+ o Z o C> C") -U O� Z� Z® AV8 S333AN if)unoo LDS EVISION NO. m N DATE 8 rm Ire CORPUS CHRISTI INTERNATIONAL AIRPORT EAST GA APRON RECONSTRUCTION COVER SHEET \KSn-NCM-SEfrA I\' OICCIS\P OJTC'S\[Fp03g\0007 [AO\02 PMULCS\7O TMFLT2101 $,1[{T SEISVIIPOl9-CQ%W DkC . 9 US1NN3 Snd J0o rri 0 ~§2eiv rrl 9,341 cq N 91 Sl I A V N 0 10 0 V d, Ir P. W N Sheet Number Sheet List Table TYPICAL PCC PAVEMENT DETAILS EAST GA APRON T1E-DOWN LAYOUT EAST GA APRON ELEVATION PLAN 1 (BID SCHEDULES I AND 2) EAST GA APRON ELEVATION PLAN 2 (BID SCHEDULE 3) EAST GA APRON JOINT LAYOUT PLAN I (BASE BID) EAST GA APRON JOINT LAYOUT PLAN 2 (ALTERNATE 1) PHASING PLAN 4 (ALTERNATE 1) EAST GA APRON RECONSTRUCTION SITE LAYOUT PLAN PHASING PLAN 2 (BASE BID) PHASING PLAN 3 (BASE BID) CONSTRUCTION SAFETY AND PHASING PLAN PHASING PLAN 1 (MOBILIZATION) PROJECT LAYOUT PAVEMENT DEMO PLAN PROJECT NOTES PROJECT SIGN AND TESTING SCHEDULE COVER SHEET SUMMARY OF ESTIMATED QUANTITIES Sheet Tile REVISION HO, DATE CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services a 0 rn 0 01 0 0 w _0 N 0 0 O 0 Co 0 C)o 0 0 0) 0 Cn 0 •P 0 W 0 N 0 45. Cn ^.! Cr) CO CP C) G) W Cn G) 01 Iv CO O (in --i (O O -i '0 d7 N O P1 IV C3) N O U1 IV 01 O CSS) 01 CO 01 0) 01 CJ1 Z'9 -09Z lOaXJ 8' V8 -996-d 0Vt-Z96 55 0 S v 7.1 CD 0 CD 0 CD 0 3 0 CD v co C 3 U) CD Cn 0 to 0. co 5 -n 0 0. rt 0 3 v CD y Cv Cn Cp C) CD a. rS .-r co m 3 3 co m 0 co v co to W U) v a cD U) v a v 3 U) m CD 3 co 3 0 rn Cu U) 'otd `uoltezlllgo!AJ m 3. Fri 0 3 0. 5 Cn U) .p 0 0_ 0 3 coU) a - Q. m v U) a a 3 ct0 m 0 3 Ca Co CD CD ti - CD O cVs 3 a C) iD 3 co 3 C) 0 3 CD N co3 co 3 .-s 0 0 3 c C 0 3 rn x rt C 3 0. co n v 3 a co V a n co C 3 -E _ 0 - Co 0 v 0. co U) V 3- U) n n 0 3 C) co cD U) CD 3 co 3 7J co 3 0 m C) r Cn r Cn r Cn Cf) m Cn m Cn m r m H 0 z C) Cn C V V V Cr) -01 41. N W O0) W Cn W C)1 C) Q a. CD 3 a)) Fry 2 0 °0°000000000 N-aOOOO V OCn�aW CJ) V Co (O ••P 70 m 0 co v 3 a co -oU) C) co. C 3 U) v CS CD C) CO a co a m 0 C 3 0. N O 3 C) r,. CD -, N Cn C) r,• CQ 0. 15 3• CD m 3 CCS 3 CD m CO O U1 U1 m C 3• U U 3 0. 5 U) ia) U) 0_ 0 3 0 U) C 0 co 0. D 0 Co �-I co O Cn Cn 0 0. 0 co -0 0) N) O 01 IV 0) N a tv 01 O 0o 0) O v 3 0. n CD 3 co 3 C) 0 3 C) r°. CD N m 3 0 3 U1 rn 01 c.n Z'9 -09Z loaxl 8' 6'8-996-d co r- 3 ro H m v 0. C CO a co 0 6' b -Z9 6-d O_ Ul U) V 3- C) C) 0 3 C) C m v a 3 CD 3 7J CD 3 0 v m cn Cn m m cn r - m H 0 Z O N CO Cb N t))) N V Cn U, U) REVISION NO. DATE #103/'OtYdAi1/0 cza Co BY CORPUS CHRISTI INTERNATIONAL AIRPORT EAST GA APRON RECONSTRUCTION SUMMARY OF ESTIMATED QUANTITIES \\KSA—MCK—SERVER1 \PROJECTS\PROJECTS\CRP039\00.07 CAD\02 PROJECT\30 SHEETS\01 SHEET SETS\CRP039—GEN—SOQ. DWG: -0 CD co C) co CCD a. 0303000WCOW W W0007www — '' -' co co V o) Cn P W N -� 4. W N CP V (n en (O 71 CO O 5.11 H Cfl O Cal 1 0) N O 01 IV 0) O Cal O CO 01 0) Cal 03 '0 01 C)) OF Cn 0) 01 Z'9 -09Z 100(1 9' V9 -99I --d 01-17-Z9 6-d -0 O 0 m C U) sv 3 a 5 C/) E •A 0 U) 0_ 0 3 p a C C- 0. D m v co C) 0 a 3 0 C) C) 0 3 U) r -t C rt 0 3 X wea .1941U )1o92i w r 3 cD H Fa v 0. CO C 1s Ca 0. m C a. m n C v 3 a 2J co -o v m C co C U) CS CD Cn C C0 0. co O C) 0 0 3 CD m m v CD 3 m 3 co 3 0 CD -U) m Cn v) m Cn m m D r - m r - m H 0 Z W V 01 •P O •P CO O CD O 0) ooW N O W .P. 00 CS) CS) CO N W 0) W 3 D 0 3 3 CD 0 0 3 U) C 0 tin C/O C, 3 CD a. C eD U) a W C) CA CD a. D C) G) W Cl) CJJ Cn CS) 0 C- N U 0 Storm Water Pollution Prevention Plan (SWPPP) r— C) r— Cn r— Cn 0 O 3 CDD n O 3 C O 3 REVISION NO. tkoMelo DATE CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services BY CO V --1 • N A� N O o 00 o NK 3 w" X oji 0 0 ats CO tIN CD co 1 co "ON 1,93102/d SINVI7NSN00 ON133H9 SlNV170SNOO ti z H ci) lIVIDC1 NO'S i33roHd > 00 z =I —1 — 0> Z o 0 OC,) —1> r- 0 r- 0 z rn "2 -o 2 rn C)0) 0 z 0 C0 C m -o 2 mH z0 9) 91 4 N CCIA LOGO AVAILABLE ELECTRONICALLY UPON CONTRACTOR REQUEST. ENGINEER'S LOGO AVAILABLE ELECTRONICALLY UPON CONTRACTOR REQUEST. ALL FONTS ARE ARIAL EXCEPT WHERE NOTED ON THE DRAWING. COORDINATE SIGN LOCATION WITH THE CONSTRUCTION MANAGER. M > X ror- - 111 1— M --I *1711 73 mc,) > m z zo 0 0 • 0 (/) Cl) r— r- 03 m C/) m r— co 0 BACKGROUND SHALL BE SHERWIN WILLIAMS SW1004- PURE WHITE. 0 m • m 0 O z H H,-' z -urn > 0 Z 0 0 m m CJ1 C n ZLO 3NOINVd :31118 CINOVTAIVO :D01 aNncmo1VJfliVN 1SIX9 z z rn m 2:1010V8INOO r- 0 0 0 rn 0 0 z m Cl)> -i ---i 0 0 —I> > z 'a 0 F HO sndoo N12:13.1.NI 11S1 12:10clakt 1VNOLL a 5, N.) 01 02 C)3 C.11 01 REVISION NO. #10310(1/c/Alla DATE Co BY CORPUS CHRISTI INTERNATIONAL AIRPORT EAST GA APRON RECONSTRUCTION PROJECT SIGN AND TESTING SCHEDULE \\KSA—MCK—SERVER1\PROJECTS\PROJECTS\CRP039\00.07 CAD \02 PROJECT\30 SHEETS\01 SHEET SETS \CRP039—GEN—SIGN.DWG: 31nceH3s ONLLSal REVISION NO. 111111/11, NNW NM/ MIMI MEW MEI 01.004.00%00° DATE CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services BY ri) —(C') co m ▪ > m r- .. -r! of * >>...• <1V)% •••• tS,is ) • . j CD (Ca c" .' < . 0).' /\ m F.) 0 = ,..t z 0, •'--.r 0 ' (- 3- -.... f>cc\...z...O. : : rZ rn co \al ....11‘ 3 : 0 4 P Z :77.1 01 cm 71 0.3 .t6'..4?...141/4. :".••••'....*.c°:'4"tcj > ON =aid SINV17119N00 ON 1331.16 SINV17179N00 P-501 Portland Cement Concrete Pavement Production P-155 Lime Stabilized Subgrade —4 m E ADDITIVE ALTERNATE P-501 Portland Cement Concrete Pavement Production P-155 Lime Stabilized Subgrade =1 m E BASE BID Air Content Test Slump Test Temperature Dowel Bar Alignment Surface Grade Surface Smoothness Thickness (Survey) Unit Weight - Concrete Beams Flexural Strength - Concrete Beams Edge Slump Surface Smoothness In -Place Thickness Determinations Oven Dried Moisture Content In -Place Density Tests, Nuclear Method Field Gradation on Lime Stabilized Subgrade Oven Dried Moisture Content Atterberg Limits Moisture Density Relationship —4 m (1) —I Air Content Test Slump Test Temperature Dowel Bar Alignment Surface Grade Surface Smoothness Thickness (Survey) Unit Weight - Concrete Beams Flexural Strength - Concrete Beams Edge Slump Surface Smoothness In -Place Thickness Determinations Oven Dried Moisture Content In -Place Density Tests, Nuclear Method Field Gradation on Lime Stabilized Subgrade Oven Dried Moisture Content Atterberg Limits Moisture Density Relationship —4 m 07 --I 4/Lot 4/Lot 4/Lot m C) 0 = Continuous Continuous z 5; 8/Lot 8/Lot Continuous Continuous 1/300 SY/Lift ! 1/1000 SY/Lift 1/1000 SY/Lift 1/2000 SY/Lift 1 Per Material 1 Per Material 1 Per Material M 2a m C m z C, ...< [ 4/Lot 4/Lot 4/Lot m Pa 0 n" Continuous Continuous z 5> OD 8/Lot Continuous Continuous 1/300 SY/Lift 1/1000 SY/Lift 1/1000 SY/Lift 1/2000 SY/Lift 1 Per Material 1 Per Material 1 Per Material FREQUENCY ASTM Cl 73/C231 ASTM C143 ASTM C1064 Site Inspection Survey 16 -foot Straight Edge ASTM C78 Site Inspection 16 -foot Straight Edge ASTM D2216 ASTM D2922 H m ?‹ 0 rn -0 0) = LASTM D2216 ASTM 04318 ASTM D698 TESTING METHOD ASTM Cl 73/C231 ASTM C143 ASTM C1064 Site Inspection Survey 16 -foot Straight Edge ASTM C78 Site Inspection 16 -foot Straight Edge ASTM D2216 ASTM 02922 TEX-101-E, Part III ASTM 02216 ASTM 04318 ASTM 0698 TESTING METHOD 4.50% 5' — R-2 Per P -501-5.2(e)(6) + / - .1' Lateral ; + / .04 Vertical Per P -501-5.2(e)(3) -0 (‚I o ! Per P -501-5.2(e)(5) ! 3/8" tolerance R3 . -0 to +2% 95% at -0 to 2% of optimum moisture 1-1/2"=100% passing No. 4 = 60% passing Per P-155-6.4 Per P-155-6.4 ACCEPTANCE CRITERIA 4.50% a' — R3. Per P -501-5.2(e)(6) + / - .1° Lateral ; + / .04 Vertical [Per P -501-5.2(e)(3) Per P-501-3.1 Per P -501-5.2(e)(5) 3/8" tolerance R-2 -0 to +2% 95% at -0 to 2% of optimum moisture 1-1/2=100% passing No. 4 = 60% passing Per P-155-6.4 1 Per P-155-6.4 ACCEPTANCE CRITERIA 68 68 25' grid 68 ...N. 136 0) N) N.) N.) Number of Test 152 ...N. 01 ..11 01 25' grid ....1 0 152 304 304 ...1 0 0 87 26 N.) 0) ...1 0) CP 0) 0) Number of Test REVISION NO. #10310(1/c/Alla DATE Co BY CORPUS CHRISTI INTERNATIONAL AIRPORT EAST GA APRON RECONSTRUCTION PROJECT SIGN AND TESTING SCHEDULE \\KSA—MCK—SERVER1\PROJECTS\PROJECTS\CRP039\00.07 CAD \02 PROJECT\30 SHEETS\01 SHEET SETS \CRP039—GEN—SIGN.DWG: 31nceH3s ONLLSal REVISION NO. 111111/11, NNW NM/ MIMI MEW MEI 01.004.00%00° DATE CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services BY ri) —(C') co m ▪ > m r- .. -r! of * >>...• <1V)% •••• tS,is ) • . j CD (Ca c" .' < . 0).' /\ m F.) 0 = ,..t z 0, •'--.r 0 ' (- 3- -.... f>cc\...z...O. : : rZ rn co \al ....11‘ 3 : 0 4 P Z :77.1 01 cm 71 0.3 .t6'..4?...141/4. :".••••'....*.c°:'4"tcj > ON =aid SINV17119N00 ON 1331.16 SINV17179N00 • cm N10100 0 z0 c 0 cn M X CD > 0 o 0 o > 73 m m > —T - -GEFESI317I 1:13c1 1.2:10cNIV :1113:111A1 3or > tX) I- -0)n m xi co z › P --1 mom mu—iwco xmz xm a P) (7) 0 p -c-b- 0 '-. —4 0 _,. --1 0 °cp 2 z • • 0 0 03 ---1 5 o S..1) -< (I) —1 m m0 m O > c w _ >C :CC -1 --I 1 G.2.; ...c,m 0 -cAl (r) O < r - >4"'M Dian -ICD 13 CO o) -r3 z x *.< x 0 H -< 0• 0 7:-< > 0 20 z•z m m 0 0 m m X z 0 PROJECT SCOPE AND BID STRUCTURE 3.11101 SS300V SA010VaLNOO ValV ONIOVIS 11X3BONV)zliNg NO110112:11SN 00 >1002:1 RUNWAY SAFETY AREA (EXISTING) z ci REVISION NO. DATE BY 0(n m: m -o> ( n ::(1) m mi 0 0 > --4 . (0 0 13> ("7-1 i < xi • ITIM0073 0 -0 73 cn 0 K z m rcn) c > - mm2 M m Z 0 -t) ,____r. • i ozoX 00_ 0 0 x le 0 (nrn 7:10) omo 0CH 00_0 Z 0 -c-b cn 13 0°CrnoW en xi (1) 5 0 > z om m c m 60 L-1 w 52 I o co o 0 > 4, -< • : 1 1 n, 1 1 1 1 O or: >0:z 0> 0 O x 0 0 > 0 . . . . iZ ma j 0> 0> )>K z 73 --1 (,) 0 x O -I i > M > Om M C21 O 01-0><0 CI) 33 X ZMK-0) Z i • :_i" m 0 0 > 13 > rr: m M 5 72 zz55870-1 cn .0 > m > m 0 7 2 X M --I M 2 X 73 m ni -t- K z cnrnm0 > _i H --1 K MIT1-{ rrIXIX0 m 133J NI 31VOS OlHdV?:10 I 01 0 0 0 01 0 0 0 0 0 REVISION NO. DATE BY #131'08d Alls9 m (71 c.)) Cl) rrl 01 CORPUS CHRISTI INTERNATIONAL AIRPORT EAST GA APRON RECONSTRUCTION PROJECT LAYOUT \\KSA-MCK-SERVER1\PROJECTS\PROJECTS\CRP039\00.07 CAD\02 PROJECT\30 SHEETS\01 SHEET SETS\CRP039-PLAN-PROJ_LAYT.DWG: tossliais.olueso CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services .. . .. •, ... .. .... ... .. .., . .. . . ..., . . .. . .., . . . „.....,.. , . .. . .. .. . . . . . . , .... . ...... . ,.. , .. .... „ -Ici) ca m -U> m r -n 2 •telbost),6, . < ca -''•t-5 -.. M I .*. ''...... --... 7J Fil 1'67 cj -. % tll i • I m .. o., co i ,.0 1 • • GO > o -4,...••• Z .••co.. 0-, is'', 4e0,ti(1.... > ii•.' 4%r ................... /)) '..-7 c o ‘41A.w.••."0". ON1,9310e/d SINV17 ON 133115 SINV1711SN UM i1 n In 111 0 0 Alb HH fill m ?--< m (I) 0 0 r> rn. Z S S 2"W 2"W S S S S C) C) a 11 11 11 11 1! 1 1 11 11 11 11 111 111 !i! i*** *AL**. .-40##### i###844•##### t•••••••#####•44 iiti#•••••44+0,0 "###### ###* • St+ # 4 " .####. t#4444$144 4 4.: m itAftitt#4# ittittwilr411L Ainikesomosi es00•41"IMO401110 C) C) C) m Dc m� z r0 z a' m00 11 0X r -I m G) NO?:IdV VO 1SV3 JM1SIX3 TSA(e) TSA(e) TSA(e) TSA(e) TSA(e) - TSA(e) TSA(e) 09 ".I 0) a 0 t • - G) It C0 �I O) Cat d, W N " m 0 5 It COORDINATE TABLE 17172778.16 17172778.31 17172504.10 17172498.15 17172463.04 17172444.23 17172428.68 17172386.68 17172396.76 17172438.74 17172603.85 17172658.30 17172735.42 17172735.82 r17172811.06 17172808.62 17172808.15 17172799.11 Z 0 X H I z 0 1 1307534.15 1307541.12 1307547.61 1307548.95 1307550.39 1307549.97 1307550.34 1307550.96 1307881.90 1307880.59 1307877.34 1307882.09 1307938.21 1307959.84 1307957.72 1307871.11 co"" 1307533.70 EASTING 0 w 01 01'.-,1 „`d„ ,&VMIXVl 70 m OZ :"2" Z C C) F- F- (e)vSa m 0 0 Z 0--I x OHmz 0� ZmH r1 D0-l�mr- -r Omzm Z r °zm 0z0)O 11 m rn 0'� Dr'Tri CO <ZO DC orHH rrrn Oomm mcn cmwp •0 --nn-- DC DO®m 0 O 0 H ,0z0 0Z={rnm0 Z zO0 mrim -i0 C0" mu>0> O Hi j -Di O p -n m -I z nM mom rn x CI O70z ZD �m- cn o0Z O =1Z cznrC -0 D 0 nm ym >0 O oZ z -1 0 m- OEn mm m Dm m O H m Z >rnn0 m<® m-� m z z 0Hr w Xm 0O H 0 i- O rnZ 0Z rnw m O--1D _gym mD Fri 0 =z Dm - (I) cn p r- 0 Ozh 30 0 zZ • mn0C 0z0o�mo O030Z m m z H w m D 0 m -nD 0 H C D mm m z ci) m 0 H 0 m00 CO Z=m M m�H�� 71>Dm Z n O �zm0 rn H m H >> 0 O��D mz*-2 m z Q m r Sn Nrn 0 D-0 ZZ -1 c) mC -00 0rwrn nm0Om mD� m-1� =DrnZ CI) -0 m0n =1C_Om m3mO 0 cnn7= rv0Dm m m X G = Z Dz00 =10=cn Z)'<30 rn DDXD ZA_0 0HCrn CD 0 m 30 0 0 0 m 0 D rn rn Z 71 H m 0 O z H D 0 0 D I- 30 m 0 m H Z m m X H Z 0 0 O0(/) m C 0 D X-I:mX Dyz °000 071 zy-0 0 r _ 0 0 = o 2 11 m:C1m < 5.mHm HO -Z-1 0m 0 1 ND=m 0 X D 0J z DWZ-I X n __0m --I z3WX 0-oOD mz*r ZOm0 -o mp0m HHZ-o m2m *X =c� m�GG)) w D 'v Dime zmH H C m m z -_1 m 0 T H z rn m X CD Z 0 CD C 30 0 m D rn m Z 0 0 C 30 m Fri H m 2J 0 0 30 m 0 0 EXISTING PAVEMENTS SHALL BE REMOVED TO DEPTHS AS FOLLOWS: 2 en xi n 0 SOH Z H Z"0= GHz � 2= 7Jmcn (morn DO CD o ZDd CCO2X -v*m0-I z ciZ�Z � 0 0 30 0 m rn O-DOZ= zOzOm >0x0z DOm-o oODOm *00Km Z = D Z Z ZZI0I m=mr-ccf) -00G X< m�' z0HH� 0 0 D 0 n<zm Dm rr CD z 0 en >0 -0 m D� -O --I U) mm 00 00 m C) Z M 0 0A Zm3D 0 m 0 H m X H m CD m H p 30 m C 30 m 0 H 0 r0 r30 Co Cm m _- m= mD z H mm < m-' E0 zC �T 0 m 13 70 m m D D 0 z 0 =-CI m0 z m -0 =r X0 0z CO X c m mm D Z 0 �m w >0 r m 0D CO *o • 0) C w 0 0 m m 0 r- 0 0 m m x H Z 0 m m Z H CD C 2 r r w m m CD C 30 m 0 D Z 0 mD_ 0� GT rX O03 Xm H p ZC 0D >m 171 >-‹ m zvi - HHZTl30 2z00m mmron< O�Ozm< z 70 m • Cw OZD -ooX H CD 30 0 r (n®O -o m -n O� �C ®om(n m 30 0 20 000 C r 0 n Z_30--1 c0> OCzm P. - z 0 z X 0 cm rm• Orn m H -71M zm O D 0= 0 m rn Zz O w o� O m —1 C O 0 0 m 30 m 0 r- 0 O -n rn X cn -n How rn r D m �rX O D H -n mzo ZrnC m> -D D0z H mm)0 -lmm O00 p0 m�"H O m -1 ? H MmX >C =ID_ =ron m m�0 z r r :8310N NOI1I1O1N3G REVISION NO. #103fOE1d,f110 m N) W ON9N144V J0Ot/O03Y DATE Z C) CO BY CORPUS CHRISTI INTERNATIONAL AIRPORT EAST GA APRON RECONSTRUCTION PAVEMENT DEMO PLAN \\KSA— MCK—SERVER1\PROJECTS\PROJECTS\CRP039\00.07 CAD\02 PROJECT\30 SHEETS\01 SHEET SETS\CRP039—PLAN—DEMO. DWG: C) 13Jd NI TWOS 3IHdd iO 1. 0) 0 Iv 0 REVISION NO. DATE CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services BY tis u1 CD un 0 3 V 0 0 0 CO M 0 >, 3 co csov 0 z 71 W Cil ON1031021d S1NVI7/1SN00 ON133HS S1NVI7fSN00 0 C z 0 C) 0 Z 0 r 0 z N N 01 m 7J 0 D 0 0 -v D z 0 -I I m C) 0 0 Z -n C) OF THE EQUIPMENT PROVIDED BY THE CONTRACTOR. REQUIRED FOR NIGHT OPERATIONS. ALL FLAGS / LIGHTING SHALL BE CONSIDERED PART D 0 0 O z D r- 0 C) 0 Cl) -i 0 I m D m 0 0 Z rn m 0 m en 0 m D z 0 I m Z m z Cn r r I rn C 0 z C) 0 m m -i 0 z 0 m I m -o 70 O m 0 z 0 SUBSIDIARY TO THE VARIOUS BID ITEMS OF THE PROJECT. AND WHITE CHECKERED FLAG AND / OR FLASHING AMBER LIGHT. AMBER LIGHTS ARE C) 0 z CD Z C) 0 Z C) D r r m Cn I Z m D 3D 0 30 I Cn I D r r- 03 w m C) 0 z CD 0 m m 0 THE CONTRACTOR SHALL IDENTIFY ALL EQUIPMENT AND VEHICLES WITH A 3' x 3' ORANGE THE CONTRACTOR SHALL PROTECT ALL EXISTING RUNWAY AND TAXIWAY LIGHTS OR m n I m r D z Cn C m 73 Cn 0 z 0 0 C D Z 0 NI d33)1 JAM AJHI 1VH1 OS 2Id2I -n 3D m O C m Z C) m Cn r- 0 0 w m D 70 -o 0 3D m 0 3D D r r m I C) m Cn D Z 0 m 0 C m m z D Z 0 -i 0 :11.3dVS lVNOI1V219dO/NOI10f12IISNO0 INDICATED ON THE PLANS OR AS DIRECTED BY THE OWNER OR ENGINEER. THE CONTRACTOR SHALL PROVIDE, INSTALL AND MAINTAIN ALL SAFETY DEVICES AS I rn C) 0 Z 0 30 CD I D r r Cn C m m 0 z co z 0 0 O Cn Cn m --� 0 D -o 3D m 0 m --� m 3D z m 0 0 0 C z D O z Cn REFER TO TABLE 1 FOR PAVEMENT IMPACT/CLOSURES FOR EACH INDIVIDUAL PHASE. AREA AND OPERATIONS AFFECTED BY CONSTRUCTION ACTIVITY: AT ALL TIMES WHEN WORKING IN THE PROJECT AREA. C) 0 cioz 30 C C) O Z m 0 30 0 0 0 Z I- D m m z 0 3D 0 z D z 0 3D m 0 C 30 rn m Z Cl) ALL CONSTRUCTION SITE PERSONNEL SHALL WEAR HIGH -VISIBILITY WARNING GARMENTS 01 o cn w 0 N 3D m -n rn 30 m Z C) m Drn m m 0 m 0 < -71 O D .� Z z D 0 z O c M � v Z < Cn D 7 oX 3 D -e) Gln 1VNOI1V2I3dO., REGARDING PAVEMENT CLOSURES, DURATION, TAXI ROUTES, AND NAVAID IMPACTS. REFER TO INDIVIDUAL PHASING PLAN SHEETS FOR INDIVIDUAL PHASE S1N3 W313 .3Sl NI ION N3HM SV32IV 3OV21O1S ALL CONTRACTOR VEHICLES AND EQUIPMENT SHALL ONIOVIS 3H1 NI 43)12IVd 38 0 A NOTICE TO PROCEED HAS BEEN ISSUED TO THE CONTRACTOR. MAINTAINED FOR THE ENTIRE COURSE OF THE PROJECT BY THE CONTRACTOR; AND SPECIFIC REQUIREMENTS RELATED TO SHUTDOWNS AND/OR RESTARTS. MATERIALS TO A SAFE LOCATION AND STANDBY UNTIL AIRCRAFT USE IS COMPLETED. 01 2I013V2I1N00 Cn C Cn m Z 0 GNV `1N3NdI(103 SHALL BE LOCATED EVERY 100' ON BOTH SIDES OF THE RUNWAYS AND TAXIWAYS AND n ALL RUNWAY AND TAXIWAY SAFETY AREAS HAVE BEEN MARKED AND STAKED. STAKES COORDINATION WILL BE MADE WHEN SCHEDULING AIRWAY FACILITY SHUTDOWNS AND/OR SNOI1V2I3d0 3D m O C m I m 0 z m 30 0 3D 0 rn 3D I m '2I33NION3 3H1 HOf108H1 D 30 m 0 30 n I 0 C 0 m I D 30 0 0 C 0 m 3D Cn 0 Z Cn 0 3D 0 30 0 -n 0 m 0 z 9, D Z m m 30 Cn 0 z C z 0 m 3D C) 0 z D C) 0 30 C) 0 z -1 30 O 0 m z m 30 0 3D 30 m D Z z D z 3D 0 m I m `3l8V2I1dO aNV 30Vid cs ALL SAFETY EQUIPMENT FOR PERSONNEL AND CONSTRUCTION EQUIPMENT IS IN 0 30 m O � Z Z 0 D m 3D 0 `2I3NMO 3HI m Z Z m m 30 ym D z 0 0 30 0 0 0 Z OPERATION ARE CLEARLY AND VISIBLY SEPARATED FROM CONSTRUCTION AREAS; 0 --o I m C) 0 Z Cn 30 C O Z Cn D m m m D z • n Cn vo m CD 0 Z Cn 0 I m C) Cn 30 m 0 C 30 m CONSTRUCTION AREA - THE CONTRACTOR SHALL ENSURE THAT AREAS OF AIRCRAFT N CHANGES IN THE SCOPE OR SCHEDULE OF THE PROJECT MAY NECESSITATE REVISIONS rn D C) O 0 • w 30 C C) O z m O C m z D Z 0 m I n r m Cn Cn D r r- 0 0 m X C) m m 0 01 -0 I I 2 H I m w D 3D 30 m 3D w m m m z D 70 0 -I D z 0 aNV SV32IV 1NJW3AON 313IH3A I m cn D : 0 C m 0 m O Z z z0 co 0 00 rn D m rn 0 z -0 m m O z O Z -n z m I m 0 D 30 m D Z 0 0 3 m m D SONI1331N HanS NI Nall VCIN39V RPR, AND THE CONTRACTOR PRESENT. SAFETY AND SECURITY WILL BE A STANDING 0 S O 30 z r- Cn w m C) 0 Z 73 0 r m 0 0 z N m 0 Cn C 3D co Z C) m 0 I m C) 0 Z -3 C) H 0 3D Cn m m I- 3D 0 30 m CD Cn m m z CD r W m rn r- 0 0 0 C z G) C) 0 Z 30 C C) O Z I I m 0 z m 3D THE MAXIMUM EXTENT POSSIBLE. AIRCRAFT USE OF AREAS NEAR THE CONTRACTOR'S "PERSONNEL AND EQUIPMENT ADJACENT TO TAXIWAY". :NOIIVNIa2I000 32IV NJW2IIV 01 S30IION '3 3H1 E NINa30N00 10Jdd3 NI C Cn C D I- p 0 C 3D z 0 m m 3D m 0 30 Z 0 m 0 m I C) 0 z D 0 I m D 3D m 0 3D 3D C z cn cn "NOIIN311V 31VIa3WWI S,2jO10V211NO0 3H132IIf1032I aNV !a31H011 aNV SHOULD PROBLEMS PERTAINING TO THE CONSTRUCTION WORK ARISE WHICH WOULD D m m r- 0 0 C) O z D Z 0 Cn z 0 w C z D 0 cn O 13 ✓ rn rn B. EXCAVATIONS, TRENCHES, OR OTHER CONDITIONS ARE CONSPICUOUSLY MARKED TO ACT AS THE CONTRACTOR'S REPRESENTATIVE, AVAILABLE 24 HOURS PER DAY, REQUIRE THE CONTRACTOR TO MOVE PERSONNEL, EQUIPMENT AND MATERIALS TO A 1V12:131VN / !NAL/M(103 THE CONTRACTOR SHALL PROVIDE THE NAME AND TELEPHONE NUMBER OF THE PERSON CONSTRUCTION ACTIVITY IF REQUIRED FOR AIRCRAFT OPERATIONS. THIS 'AVM -d0 -1H012:1 I m JOIOVd1N00 w m a32I I f1032I 0 11V ON3dsf1S ACCORDANCE WITH THE CONTRACTOR'S FOD PLAN. A. ADEQUATE WINGTIP / EMPENNAGE CLEARANCE EXISTS BETWEEN THE AIRCRAFT AND OPERATIONS AT (361) 289-0171. I m m AREAS FREQUENTLY TO KEEP PAVEMENT FREE OF LOOSE DEBRIS AT ALL TIMES, IN PERMISSIBLE WHEN THE TAXIWAY IS OPEN TO AIRCRAFT TRAFFIC IF: C. IT IS THE INTENT OF THESE PLANS TO MINIMIZE INTERFERENCE TO AIRCRAFT CONSTRUCTION ACTIVITY WITHIN TAXIWAY SAFETY AREAS / OBSTACLE FREE AREAS Cn THE CONTRACTOR SHALL SWEEP/VACUUM PAVEMENTS ADJACENT TO WORK AND ACCESS AND CANCELED BY THE OWNER. OR THE ENTIRERY OF THE AFFECTED RUNWAY. PORTIONS OF THE AOA OR RESTRICTIONS ON AIRPORT OPERATIONS SHALL BE INITIATED CONSTRUCTION ACTIVITY WITHIN A RUNWAY SAFETY AREA WILL REQUIRE CLOSING PART m z C 30 m z 0 rn m Cn C) 0 30 0 m THE VARIOUS BID ITEMS OF THE PROJECT. D 0 0 WORK. THE COST OF DEWATERING EXCAVATIONS SHALL BE CONSIDERED SUBSIDIARY TO D 30 rn Z Z 0 Cn 3D m O C m 0 I m -co 3D r- 0 C) 0 0 3D 0 z --I rn -i I m 0 z m 30 0 DESCRIBED HEREIN AND IS MONITORING THE APPROPRIATE RADIO FREQUENCY OR INTERFERE WITH THE PROGRESS OF THE WORK OR THE PROPER PLACING OF OTHER "1031'0Hd 3H1 d0 SNA11 w NO VEHICLE OR EQUIPMENT SHALL MOVE WITHIN THE AOA UNLESS IDENTIFIED AS 30 m 0 m N AUTHORIZED VEHICLES. THIS SHALL BE CONSIDERED SUBSIDIARY TO THE VARIOUS BID THE CONTRACTOR SHALL NOTIFY THE RPR AT LEAST 96 HOURS BEFORE ANY NOTICE TO WATER FROM OPEN EXCAVATIONS IN SUCH A MANNER THAT IT WILL NOT TIMES. PROVIDE PUMPS OF ADEQUATE CAPACITY OR OTHER APPROVED METHOD TO "3WI113V2I1NO3 11V2IJAO "SNV1d 3Hl 12. THE CONTRACTOR SHALL KEEP WORK FREE FROM GROUND OR SURFACE WATER AT ALL MUST IMPLEMENT PROCEDURES TO ENSURE THAT ONLY AUTHORIZED PERSONS AND HOf1S "a3aIA02Id 22IV SOIGV2I A. ACCESS TO THE JOB SITE SHALL BE THROUGH DESIGNATED ROUTES AS SHOWN ON REQUIRED FOR PASSAGE OF AUTHORIZED VEHICLES AND EQUIPMENT. THE CONTRACTOR 0 z m 3D MAY CHOOSE TO CEASE ALL CONSTRUCTION ACTIVITY UNTIL WORKING CONTRACTOR ACCESS AND MOVEMENT ADDITIONAL EXPENSE TO THE OWNER. --� I m -Di rn CD r O C) m 0 0 0 C D 3D 0 m 0 D r r m Cn m X C) m m 0 70 --� m co 3D m m -D m 0 0 PROVIDE WORKING RADIOS AT ANY POINT DURING CONSTRUCTION OPERATIONS, THE SAFE PASSAGE BY AIRCRAFT ACROSS THE TRENCH, IF APPROVED BY THE OWNER, AT NO I m C) 0 z --i D 0 3 CD I- r Cn C m m I CD 0 Z r- 0 0 C) m 0 3D D C) C) m Cn Cn O m Cn D Z 0 CD I I r m m m TIMES FOR THE DURATION OF THE PROJECT. SHOULD THE CONTRACTOR FAIL TO "a2fSSI N338 AREA. TRENCHES NOT BACKFILLED SHALL BE COVERED WITH STEEL PLATES TO ALLOW C. THE CONTRACTOR SHALL BE RESPONSIBLE FOR MAINTAINING ALL RADIOS AT ALL UNTIL THE AREA HAS BEEN CLOSED TO AIRCRAFT AND THE APPROPRIATE NOTAMS HAVE OPEN OVERNIGHT OR WHEN THE CONTRACTOR FINISHES WORK FOR THE DAY IN THE I Cn -1 z _ • m D M z !) m m O C) • 0 O czn m C n > 0 • z • D 3D m D CD co -i 3D m 0 I W m p Cn m m C I m m CD CONSTRUCTION PERSONNEL AND EQUIPMENT WILL NOT BE ALLOWED WITHIN THE AOA NO TRENCHES IN OR DIRECTLY ADJACENT TO OPERATIONAL PAVEMENT SHALL REMAIN "S1/131S) S 010V21 a92IIM-a2IVH w D 0 Z 0 D z 0 0 n m CD Cn I z I m Cn m C) C 3D m 0 D m CD 0 m 0 I m D 3D n C) m Cn Cn 0 C Cn 0 m BE OPERATING OUTSIDE OF THEIR VEHICLES OR EQUIPMENT, MEANING AWAY FROM THIS SHALL BE CONSIDERED SUBSIDIARY TO THE VARIOUS BID ITEMS OF THE PROJECT. BY CURRENT OSHA REGULATIONS. D 0 I m 3D m 0 D ✓ r- (/) Cn m C) C 3D 0 m Cn 0 m I m 0 Z m 3D z n r- 0 0 z m Cn C) 0 3D z O m rn 3D Cn 0 Z Z m r 9, PORTABLE HAND-HELD RADIOS SHOULD BE PROVIDED TO ANY EMPLOYEES THAT MAY EQUIPMENT WHICH ARE OPERATING IN OR ADJACENT TO THE AREA OF MOVING AIRCRAFT. THE SIDES OF TRENCHES AND OTHER EXCAVATIONS WITH VERTICAL SIDES, AS REQUIRED AIRPORT SAFETY AND SECURITY: 1. AIRPORT SECURITY IS OF THE UTMOST IMPORTANCE. THE CONTRACTOR SHALL STRICTLY D 0 co 0 m 7 m O C rn Z 0 0 z D m 70 I 0 C 3D Cn FLAGMEN OR ESCORTS WILL BE REQUIRED TO DIRECT THE CONTRACTOR'S TRUCKS AND . THE CONTRACTOR SHALL INSTALL SHEETING AND BRACING AS NECESSARY TO SUPPORT REVISION NO. DATE BY U v C 0 D 0 z 111 i!11111111I D0 z 0 II z0 �z 7Z zD� mn-i X73 =I 03 J TWY TWY -o < w m E _1 m � Zm- -< Wyp m2�• m7] O O O 00 • -I O Z Z 0 CDCnym = 1 Z C 0 S m z▪ (/)D -< NC)mZ TWYL 0 9£-8I• AVMNf12J 7J U) D -*- > z TAXIWAY M 0 TAXIWAY A RUNWAY 13-31 RUNWAY 18-36 PAVEMENT NAME TABLE 3: AIRPORT OPERATIONS AFFECTED BY CONSTRUCTION ON EAST SIDE OF AIRPORT 0 0 < 0 0 < ADG D -IV 0 0 G 0 0 G 0 0 C NORMAL OPEN OPEN OPEN OPEN OPEN o z®C COW w n mm CLOSED 0 Z OPEN OPEN OPEN 0 z ®cNw co CO i m m OPEN OPEN OPEN OPEN OPEN 0 0 -Dwy m OPEN OPEN OPEN OPEN OPEN 0 Z -p -0 co ^ _ ®cn� mm ...1. 9C 0 o v RSA(e) — RSA(e) o o POINT NO. TABLE 2: COORDINATE TABLE N27° 46' 39.94" N27° 46' 35.22" N27° 46' 35.33" N27° 46' 40.02" Z N v v O N O O N27° 47' 00.14" N27° 47' 00.10" N27° 47' 02.65" LATITUDE W97° 30' 01.08" � 0 O O O (0 0 GO o 01 rn (0 0 (O 01 W97° 30' 04.62" W97° 30' 04.65" CD 0 C9 00 C9 0 t9 00 LONGITUDE 17172830.79 17172354.31 17172368.66 17172841.94 17175125.37 17174867.80 17174867.80 17175125.37 Z 0 X I z 0 1307513.73 1307524.20 1307995.33 1307988.43 1307177.23 1307177.23 1307732.32 1307732.32 EASTING 42.0 41.6 39.0 41.2 40.0 42.0 42.0 41.0 ELEV PHASE LIMITS I PHASE LIMITS PHASE LIMITS PHASE LIMITS STAGING AREA STAGING AREA STAGING AREA STAGING AREA DESCRIPTION oomD� 50D4. O D�C • <o mmzo 0cmm�' m 1 00 w Z -p • O mcm > O rZ-4 ;! *PROPOSED FEATURES ARE BOLD 9C _ v RSA(e) — RSA(e) o o n, 1 1 I II-- II I I U 1 I I I 1 L 7 J ),-/ '( ,^ ,-/___ .,� L TABLE 1: CIVIL LEGEND CONTRACTOR'S TEMPORARY FENCE EXISTING TAXIWAY SAFETY AREA (TSA) EXISTING RUNWAY SAFETY AREA (RSA) APRON PAVEMENT RECONSTRUCTION CONTRACTOR'S STAGING AREA CONTRACTOR'S ACCESS ROUTE ROCK CONSTRUCTION ENTRANCE/EXIT PROJECT LIMITS PHASE LIMITS FENCING REVISION NO. DATE BY #1,9310Yd,LLia m C� N.) W CO CORPUS CHRISTI INTERNATIONAL AIRPORT EAST GA APRON RECONSTRUCTION CONSTRUCTION SAFETY AND PHASING PLAN \\KSA- MCK-SERVER1\PROJECTS\PROJECTS\CRP039\00.07 CAD\02 PROJECT\30 SHEETS\01 SHEET SETS\CRP039-PLAN-CSPP.DWG: 11111111, NMI r NM OW lin IksaArerfavatto CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services co m m -n 3 o ca N -d 'ON uoge "ON .1931'0&I S'NV17/1SN ON133HS SDIV17flSN V oo*Kz --uiiZ-D-I0-I cHm= CmoC >OOm m x m C O m6mWM Dm0 O - mm - Z 0 p co 0) O ° . Z Z rn=OxC0 m_„j0Hm ZZC0m -I'rn!0 -071 C) D ° ' Orn-i��7 O C �Z OC) --rnv)H � W7Z • w=0 D mmm *D mW G) m0D m- x -1m 0 -1=m 0 Omm Z 0 O > m Z 0 z 0 MWO 73 0 I Cie) m -v O c.. m c� Go C/) I- r CO rn r rn m H C Z 0 C/) H C X w m 0 C) 0 Z H 0 D CO C m Cn D CO Z m 0 m Cn D 70 0 C Z 0 C) 0 Z Cn :CJ C H O z 9) wrrIX>Op OmpZzr 0m m (n m-1 � rn � H n °�zm� C -D 0OCZ-1O O Z x Z X =000073 mpm0 Om-TI Zll =0 xl >0D0 mZ • mC=mmO O0OCO< Z-nCmz<. - _10 rn -1 0 m—=Cnmm >ZO-1DC OOHTO= CD C m -I (75r rn w rCC0 _ r H HcnZ =Z�0 Or <O�ZD� O mm yo-zim > X O = m 11 0 OmmCOm O>mmmO r-`opmOm G) :C7C) 0Me ��Z 0z OZ Orn° z0 Z C 0 O m,- 0 Z Z CD w0 Crn Sc ° MCO zm OM 0Z mm Zm 0 0 zm COO _3 mZ DS O� �0 CO TJ C m DC ZD Zr mw mm ?:3m m m 0 .A OZO Z O < 73 nen 00m _ COrn> Dm� mmz O0m 0rH r- 0> -o>,) rn Z o Z 0cr) 0 O r-- cn CA cn Om 0m Oy CO z 0 w m X r 0 Z 0 CD 0 Z m 0 C/) G) 0m w r 0 NO -3-I p0 z D 0 m 0 mW O D O� mo rnZ 0") _ D r r w m C) 0 Z CD 0 m 3D m 0 CD C w Cn 0 D H 0 H m CP E m 0 w > w w 0 G) m O Z D 3D 0 3D Cn 0 C 3D Z 0 C) 0 Z CO H m C C) H 0 z SAFETY REGULATIONS SHALL BE OBSERVED AT ALL TIMES DURING DEMOBILIZATION > r 0 0 Z Cn m C C) a 0 Z 0 H m GO CO _ D r- 0 0 m -< C) c� 0 w 0 N T O v rn O Z D r -n m Z 0 Cn D m m C m 0 D Z_ C 0 N 0 C m m 0 m H 0 C) 0 Z CA m C C) H 0 z 0 0 Cn DD ZO 0� OK TO ZO DD <W OKmF D Z N ND m z j0 rnz =z 0= mm DD 0 mr m O yH OO Om m CO m -i > 0zFr� z> mZ C •m X0 mm zZ D m 0 O m 0 r w O =1 C z m D -Z< r w X 0 0 C/) 0 D 0 O=OKO ZDZ O Z r•-' C CmCMCOMC C)7.3C)C) -1 rn -I Z -I ° m 0 m Z <zrn-0 mWDnC (1)p --v mm zcn� > m Z m -100z> =ywrn< m-mOm C) '� O T1 = Z O < C �Z0�m <rnmc C)10®Zw p��cnDr Cmn?'m0`- m m 0 m0�-D-im I- 2: mnm)' Z-fz m� DEMOBILIZATION SHALL BE DONE TO THE SATISFACTION OF THE ENGINEER. _SalON ONISVHd 1V`I3N3O 00 Dm m mm m° Wy 0 Ri _1 z O® Zr O D r N m 0 0 Z 0 Z 0 CA D r r w D Z Z m 0 3D O m O 0 C m Z 0 0m 0m rx -Z Z OK 0> zm cZ 0m Z 014 zp O 0›.-D D 0 --Im -0 0 Z * Z m 73O m m m H m Cn w m 0 Z 0 Z 0 H 0 H m 3D -o 0 7J Cn _ r - r w m 70 m H C X Z m 0 H 0 H rn D X 0 7J D* <m mm -0 m ,� Z H X D m 0m m oz 00 :03D Z 0 D m m 0 Z m m m 0 C m Z H 0 m m m '8AO8V Z d81S NI SWV.LON 13ONVO AIRCRAFT ALWAYS HAVE THE RIGHT OF WAY. H m K 0 D 7J b D 0 m 0 0 Z Cn m 11 0 m H _ rn m m 0 m CD CO _ D I- CD rn 3D rn K 0 m O m m 0 H m N rn H = 3D 0 C 0 0 C H 0 0 Z O m O z m C 0 Z Cn m C) 0 Z Cn H 3D C C) H 0 Z CA 0 Z 0 D m m CO 0 r- -0 m m O rn rn mO CCDrn (1) m X 00 Hm Om rn-1 TO >> m> D >m DO ;C7 rn= �D r- > 2 <Z 71 r m 0 Z° m • z S w 0 C Z XZ >0 m > -60) m Om D0 C O m0 m Z 0 C H Cn 0 m 0 m H m m D C Z r- 0 0 D r Z C OD 0m X _ rU �vm m rn Zr--10 °Hm= OM-Im Z C m O m�Z� m CZ r- OXm -C-1D= mCD COnnr m r -0C m Cn co z rn Zm EffiD OZr- mmm SOT ZZO a)Em r OI- G) _ H OC MO DZ 00 H 0 Zm C/3D 73< Cm 0� m 0Z z DZZ -n -� -n = m D mm C) CO 0� m D 0 m Cn 0D CO D r r r - N 0 O CO m m -o CO Z 0 r- 0 0 m D O ° H O Z D r 0 C) m CO CO 70 0 C H m Z m 0 3D 0 z T Dm X- - m orr-m0 m w 0 m H -HO Z --00 Mm -0 K0 (C)ZZ Z C 0m Z OCCG7 Dm0 m -i2 m== O m Cn Cn>m OMI wOm �� D= m mmo = 0 Z mHH r- 0 O X -71 0= m TT rn 121 m 1O O Z 0 m H m O w C Z r- 0 0 H m m CO m '75 m H m 0 co -< H m m Z 0 Z m m ZO <m 0 OD co m-1 C rn w ° Crfi * HH -1 = 0 m Om I-- 3D H0C H >a) n= m 0 H D 3D m D CO I D r r w m m m rn m 0 m -< D Z C) 0 Z 0 H 0 3D CA 0 0 -v m m m D r CO C m 0 Z N 0 0 m CO Cn 3D 0 C H m CO -n 0 m m 0 0 0 Z Cn m C 0 H O Z m mZC M H 3D CO Cm= -tmr =mr m[. -w 0 *Z m3D z O =c Z Z H F rn 0 m 0 m m D m m r- 0 0 D m rn Z C) O CO C m m Cn D m m m 0 C 53- 0 0 mmo Z Cnm° tomo M o10 z =m MT ZO O N 0 z3D mD 7 C O -0 3D HZ COO 3m �r ZH 00 z 00 Zm C- 0 CO CO D I- CD m 0 0 0 0 m w m 3D 0 0 0Z 0 Z H Z 0 m X m m Z CO m D 0 0 H O Z 0 H _ m 0 m H _ m 0 0 Z C) H 0 CO 0 -o r r Ow Hm-U O Zm M0 m • 0 0 m 0 r 0 D 0 m H 0 m X Cn H Z 0 m m Z CA 0 m -n m Z C7 m CO _ n _ 0 C CO m 0 w -o m :SALON NOLLVZI1I8O0,13a :SBlON 31f1Ob SS3OOV l•••••••••8, 00401/44 ANNE m m k1 CO 0 Z 0 D m D r. 0 TWYQ� 0 Z0 Z rnni XX -1 Cn Cr) C TWY A TWY E TWY D 7J D D 9 -8 AVMNf J D CI) 7 —I m 7) m N D D P CD REVISION NO. #1O3fO&I A1/0 m W DATE BY CORPUS CHRISTI INTERNATIONAL AIRPORT EAST GA APRON RECONSTRUCTION PHASING PLAN 1 (MOBILIZATION) \\KSA- MCK-SERVER1\PROJECTS\PROJECTS\CRP039\00.07 CAD\02 PROJECT\30 SHEETS\01 SHEET SETS\CRP039-PLAN-PHASEI .DWG: dNth ) VWlaid LL IH 1d WW CC XX DD mm 07J m3D MiD = Z mw mH 700 CZ cr • w N -a POINT NO. TABLE 2: COORDINATE TABLE Z V V o N q N27° 47' 00.14" N ^4 0 0 N27° 47' 02.65" LATITUDE W97° 30' 04.62" W97° 30' 04.65" co 0 N co 01 m •A W97° 29' 58.44" LONGITUDE 17175125.37 17174867.80 17174867.80 17175125.37 NORTHING 1307177.23 1307177.23 1307732.32 1307732.32 m > CO H Z 0 40.0 42.0 N 0 o ELEV STAGING AREA STAGING AREA STAGING AREA STAGING AREA DESCRIPTION i Co 0 0 *PROPOSED FEATURES ARE BOLD D � D V O n, I( I II II I li ' L TABLE 1: CIVIL LEGEND 7 3c .-.2 1 CONTRACTOR'S TEMPORARY FENCE EXISTING TAXIWAY SAFETY AREA (TSA) EXISTING RUNWAY SAFETY AREA (RSA) APRON PAVEMENT RECONSTRUCTION CONTRACTOR'S STAGING AREA CONTRACTOR'S ACCESS ROUTE ROCK CONSTRUCTION ENTRANCE/EXIT PROJECT LIMITS PHASE LIMITS FENCING REVISION NO. DATE CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services BY ®›•• 9g£1. -,d 'ON u ON103PONd SlNVI7/1SN ON133HS SINtV17/7 00 z 0 m O C r -0 2 CO m iO3Od 0.) N _, O CO CO V 0) lh .P W N —. v 0 S. COORDINATE TABLE 17172808.15 17172811.06 17172735.82 17172735.42 17172658.30 N 0) co w Co 01 17172438.74 17172433.75 17172643.65 17172638.60 17172778.31 17172778.16 17172799.11 NORTHING 1307855.73 1307957.72 1307959.84 1307938.21 1307882.09 1307877.34 1307880.59 1307716.71 1307710.32 1307544.48 1307541.12 !, 1307534.15 1307533.70 EASTING z N V 4P rn w CO 0 N27° 46' 39.71" N27° 46' 38.97" N27° 46' 38.97" N27° 46' 38.21" N27° 46' 37.67" N27° 46' 36.03" N27° 46' 36.00" N27° 46' 38.07" N27° 46'38.04" N27° 46' 39.42" N27° 46' 39.42" N27° 46' 39.63" LATITUDE 0 Cn �1 N V W97° 29' 56.14" W97° 29' 56.12" 0 CA rn W O W97° 29'56.99" 0 01 O Ch 0 Cri ;.i O W W97° 29' 58.86" W97° 29' 58.91" 0 0 O �I Ch 0 0 O V 00 W97° 30' 00.86" 0 0 O 00 O LONGITUDE 40.0 42.2 N 0 ..rt..(w0 00 - 38.8 000 01 CC00 m O *CP 42.0 CO 41.9 40 MI r m < D -1 O z WORK LIMITS WORK LIMITS WORK LIMITS WORK LIMITS WORK LIMITS WORK LIMITS WORK LIMITS WORK LIMITS WORK LIMITS WORK LIMITS WORK LIMITS WORK LIMITS WORK LIMITS DESCRIPTION W 3 N 0 (0 I108 OV I106 105 44. _a OW 0 O" 0 �* k COORDINATE TABLE 17172733.82 17172648.67 17172646.45 17172646.40 17172438.73 17172433.75 17172643.65 17172638.60 17172778.31 17172778.16 N V Co m 17172808.61 ^.1 N 0 0) NORTHING 1307959.89 1307875.26 1307877.32 1307875.32 1307880.47 1307716.71 1307710.32 1307544.48 1307541.12 1307534.15 1307533.70 1307870.75 1307957.72 EASTING N27° 46' 38.95" N27° 46' 38.11" z N V 0 w CO O P. N27° 46' 38.09" N27° 46' 36.03" z N -•..1 0 w O O o N27° 46' 38.07" N27° 46' 38.04" N27° 46' 39.42" N27° 46' 39.42" N27° 46' 39.63" z N V . 0 w CO ."-.1V 0 z N V 0) w (0 —a LATITUDE ....O1 N CO rn N W97° 29' 57.07" W97° 29' 57.05" W97° 29' 57.07" W97° 29' 57.03" V 0 N CO at W97° 29' 58.91" --J W O a CCo VY o W97° 30' 00.78" W97° 30' 00.86" COV 0 W O O W97° 29' 57.11" W97° 29' 56.14" LONGITUDE 42.0 (00) _. (0 v (00 38.5 (00 (0 O (Cl N O - (0 41.9 41.9 40.4 42.2 ELEVATION WORK LIMITS WORK LIMITS WORK LIMITS WORK LIMITS WORK LIMITS WORK LIMITS WORK LIMITS WORK LIMITS WORK LIMITS WORK LIMITS WORK LIMITS WORK LIMITS WORK LIMITS DESCRIPTION v nm ` m z H 20 m 0 m H a m m X H z 0 Co C -o 20 n rn D rn m z H n 0 C n m m H a m 30 a D n 0 20 EXISTING PAVEMENTS SHALL BE REMOVED TO DEPTHS AS FOLLOWS: m w D z m z w (n*m*n rn_D-0 HIMIH o -2-E2-30 CD > (/) 0 X rn n rn m= O--> nnz 1-- 0 0z >m o Z 1- -Hcnm Hzamz mrw ornn m -m--1 DOD m 0') m 5O 0 r>O m 0) 0 Oz X=imc) D c0 z n G m 73 0 rn > )> ;(5 O z E0II0 mzm -za0(Do Z CD 6-) 0 0 30 m Cn 0 z 0 Z 0 C z H m 20 n D (n z 0 H n 0 z D D H rn 0 01 N m X n C H 0 z D Z 0 9) nm Q o > rnr 00 z 0 C D n nH (nrTi C - m n 0 0 X X Cz D0 <Dz �D ZZ rn z n 0 D n> > 0 r- 1-11 ' m D D o= 0� Xr a H a m m X m r 0 20 D H O z (n D H a 0 m n m 0 -om Y 0 z Cl) H a m n 0 z H 20 D n 0 20 n 0 Z 0 C n H D 0 0 0 z D r 0 C co co C 20 n n m0 n 0 c o0 z 0 on C Em m D mn m rn 'CO D 0 m H a 30 m 0 C 20 m m z H n D r C H m 0 CO m 0 O 030 E 0 m 0 n Q C F713 m0 m l �a rn �oz) M < 0 r30 00 m mm n Cn H a H H a rn 30 m z 0 H m Z 0 C 0 a 0 D m 0 30 H 30 rn 0 C 20 rn 0 m 0 20 D m rn Z H .o rnD 0 rn n co N m 0 (n C CO 0 0 m 0 m 0 -1 m x H m n rn H 0 D (n m p rn <30< rn 0>0 rn..0rn X- X (7)Z (n SDH 0 n G) O m 0 n z �" z ��a) I m D rr- Drr- 0 m rn r TQC m m 0 -0 D 0 m 0 Z1 CO a C 30 0 m 30 m m D 30 D H O z m Z H 20 rn m rn Z H Cn m n H O z 30 m 0 m 0 20 m 30 0 H a n D n n z H CO rn 0 H z (n Cn a 0 2:JO SNV1d 3H1 NI Z 0 D 0 0 H 0 Z D r D n Z H r co n D 0 rn -n D 0 C D m m Z H n m 0 H O z n 0 CO m 0 73 n 'o rrn Z H0 Z 0H 00 H O z D r- 0 0 0 (n 0 H a m 0 '1N3W>1NV81A13 aNV H a m 0 z -1 20 D 0 0 30 H 0 0 n -o 0 Cn m 0 m H a n C 70 r m W D Z m z 0 -17m 30 D H 0 Z CO z D 0 0 0 20 0 D z n r"0O 0m z 0rnn•1 300= co >Hr - (73 co m m n nZO n0)0 m -o �cI- n -►OD zHi r -z0 m D 0 C z m Z >HZ a m n?rn 030D CO ZJ H Z 0 rnm m 30 A3O r-zm CO � p > mH H >1 H a a Zm Z Xm O r -O cn -1m a 0 D 30 m D D n 20 m 0 C mm * an 0 D -nl -i 2 m 730 (Cl > -o D H <0 Dm z 0 D 0 m a m m 30 CO 0 m m m m Po H a n n 0 z H D n 0 30 CO m r O a m m X Co H Z 0 n 0) -n2m m0 0 -I rnp <0 m D n� ZZ --IK- 0c C� xi0 m mm a X0 �m r- < < 0 I a cn m 0 C m Z m r rn 0 H 20 r XO m0 Zm n m� m 0D rn D 00 n nH 7 m<Z HHn Ca X Z X CO m zxz 00p mw 0-< Zrn mn o -i m Z m D 0 H 0 70 D -1 z 0 D 0 0 H O z D r 0x n nx D -� C m (cn coma rD 00 m -05 H a 0 C H CO 0 m m 30 0 0 n m 0 v D m m z H H a m 0 z H n H 0 20 n a D r- 0 0 rn 0 n n 20 m H 0 z D r A n n Z H CO D Z 0 0 a m 20 D H m 20 D r Cn 20 m 0 rn 0 CO a D r r C m 0 n m 0 n m 0 g p n C -o 5j 03o 0 O XZm >00 <0 -O 30 Z> DZ Z n Orn m_ CO E H3 n Z H 0 v n 0 Z n D n Z 0 H n 0 -nz Cn C Co 0 0 m -1 a m 0 z H D 0 H 0 30 (n a -11 I- r H a n Z 30 m r H a m D 30 D D n :9910N NO111101/19C1 S xz zy <m Em :C1 Co oO (n nm C7 0 Z C Hn 0 Drn Z Z C a rn Dn m a Xi 0 0 71 m 0 0) 3/2 H a I D nm n0 CO < rnm I Or *rn II II I 1111 II II I II II I s 11111 S S i r V C H O1A13C7 Z ASVHd w m X _ n Z n0 n N NOHIdV VO 1sv3 ONIISIX3 S S 3o CD z nn --1 I Orn D O� 000 a co -0 0 C7 m m Z H D Co 0 rn CO m rn 0 m 300 0I a m _(0 rnC Z> �m m� m mH rn 30 r n 20 H n I C- O z H a H m H m Z 0 n (.0 0 Q 0>r Z 0 zxirn aim 0pn I m7n AZO >rnm 0 0 D <0 00 > 30 mn a OJ I Dr Z D 0 0 H 0 z D r 9H1 a3a?:IVMV SI 31VNN311V dl X yX z D Z -< '—CO D -n m D 20 D m rn z 0 rn O )1NI1 NIVHO SNI1SIX3 30 -13O D D 0 1N91A19AVd Q3SOdOc Id M• • • • O111 m m 0 z H 0 co m r- 0 z TSA(e) 0<X X -1 a z rm0 z0 m D m 0m Z 77 �D -ow 0 < G r m cn nm 0 Z H rF- 0 cp zcp -iz (n mm 0m 0 -I n n C CO 0 0 rn H rn 30 D r- 0 0 C 0 a H a m 0 0 z C) 30 m H rn C O 000 D mn m HO 073 C Z OH (n �w H a a0 D m -I 0 Z z -1 0s n() m (n mO THE CONTRACTOR SHALL OVEREXCAVATE BY AN ADDITIONAL 3' ALONG THE EDGES OF THE PHASED 30 30 p 0 0 • 444,###. 441.1:"! 4 ow* 0:4;41.441;:::4 ii14 4 44 TSA(e) Adik v PI TSA(e) (nWDm� C7 > z x n an0(-5 mm>HO 0W-oZ< rno0�� 0)WZDo D o X o Iv Dm '—< CO E m 0 z -n TSA(e) • • e ,.N,. AVM(XVJ On 30 n n --I. m Z. 0 • • • • • II I 1 II II 0 11 I I II 1 I I I I II I I I 1 II I 0 C) C� l C� C) C) C� rn D� Z r0 z4" rn °0 S S S N NOILOn LSNOO 0 H I rn II 111 111 III Ili II II II NOHdV VS 1SV3 SNI1SIX3 S 0 1333 NI 31VOS 3IHd O 1 i 0 () O N 0 ish rA 0 Co o •' • • • • • • '3ONl03s FOD DURING THE DURATION OF THIS CONSTRUCTION PAVEMENT BEING USED FOR AIRCRAFT MOVEMENT OF ANY NOTE: THE CONTRACTOR SHALL CLEAN ALL EXISTING ' a3123V1s PHASE 2 SHALL BE COMPLETED BEFORE PHASE 3 IS C0 CO V 0) Ch C m 0 D 0< z m rn 0 n 13 0 p Z C M 0 0 m 30 Z 0 n m 30 0 D X z Z 0 CD n C m 0 m 0 30 roH a m a D CO rn REMOVE TEMPORARY BARRICADES AND CANCEL THE 'NOHdV M3N 3H1 01 SS300V CLEAN AND REMOVE ANY FOD BEFORE OPENING CONSTRUCT CONCRETE TAXIWAY PAVEMENT. CONSTRUCT CONCRETE APRON PAVEMENT. .1 4 w SAWCUT AND REMOVE EXISTING HMAC AND 'SNOIS 3ONYaIfS NO�Idd Z 'V'S HANGARS TO HAVE ACCESS TO THE REMAINING EAST REVISION NO. DATE BY ONIISIX3 23O I MOTIV 01 N9)IV199 alnoHS Cn (n C m Cn -1 a m D 0 m 30 H m z 0 n LEAST 48 HOURS IN ADVANCE SO THAT THE AIRPORT 3N0C C A H Z Q W 00 D m 0 0 m H C 0 a H D m r) 00 Z m 0 r m C m 0 Z TSA(e) C H 0 Z 30 30 co H �z r G) my z i 30 4 0 4 4 4 4 p 0 4 . 0 4 4. D 4 4 TSA(e) co D -o QJ OO 0-0 cn n O m 0 -o C<O E D tonx W D Cn n 0 0 z n H 30 C 0 Co ^ted .p. n 0 11 TSA(e) 0 v 4 4 4 4 :bA �.p 4 4 '0" 4 4 4� • vim: N 0)00Z W 0 -13 O C CoZO(-1 m CD C n m =m -1(n M - rnDO A .4. 4 0 4 4 • C4 4 4 'Lk' 4. 4.0 4 .4 .6. ti. 4 o D'4 4 D'4 t." 4p: Q 4 114 :'p ' [LP' • 0 4 —4— . 0 Q4• . 4 . a. • z 0m X �0) -0z 0 • • - C) C) C) 0 < X 30- 30'Z ry0 z0 m m D 0-n MZ r0 rn°D NOHc i�. REVISION NO. DATE BY #1O3POYd A1/O rn W Z CORPUS CHRISTI INTERNATIONAL AIRPORT EAST GA APRON RECONSTRUCTION PHASING PLAN 2 (BASE BID) \\KSA- MCK-SERVER1\PROJECTS\PROJECTS\CRP039\00.07 CAD\02 PROJECT\30 SHEETS\01 SHEET SETS\CRP039-PLAN-PHASE2. DWG: 11111111111111, 11111111M NMI/ 1111111111 NNW 11111111. 4160448011041010 CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services N fD O B 00 co N � `0 0 N . 99 CJ n •NfD NN 0'N 0 v 0 0 m D m B (D ** 0 ON103/'OYd SJNd17fS ON133HSSINd17/1S i z 0 m -o D O C r -T3 Z ct) m 'o2rod m z C m m 0 z rrn o Z G) H I m p C D H O z 0 m H I 0 0 z H C 0 H O z PAVEMENT BEING USED FOR AIRCRAFT MOVEMENT OF ONIISIX9 11V NVa10 11VHS 2JO±OVH.LNO0 AHl :310N "a31HVIS J C) CYi .P (A) N -A. -n 0 5 It COORDINATE TABLE 17172638.60 17172504.10 17172498.15 17172463.04 17172428.94 17172433.75 17172643.65 NORTHING 1307544.48 1307547.61 1307548.95 1307550.39 1307550.33 1307716.71 1307710.32 in 0) H Z G) N27° 46' 38.04" N27° 46' 36.71" N J rn w a) u, N27° 46' 36.30" N27° 46' 35.96" N J w w a)a) b o N27° 46' 38.07" LATITUDE W97° 30' 00.75" W97° 30' 00.73" g JJ O w 0 0 0 N z O co 0 0 0 q W97° 30' 00.71" W97° 29' 58.86" W97° 29' 58.91" LONGITUDE 42.0 41.9 _y 63 - a) 0 0 C7 40.5 ELEVATION WORK LIMITS WORK LIMITS WORK LIMITS WORK LIMITS WORK LIMITS WORK LIMITS WORK LIMITS DESCRIPTION J O) C3i P.) I D m w cn I > r W rn 0 0 m r m H m 0 ED m m 0 m -o I rnD CA m H I m z 0 D Co CA C m 0 m 0 H I Co -o I A Co rn REMOVE TEMPORARY BARRICADES AND CANCEL "NO2IdVMJN JHl 01 95300V CLEAN AND REMOVE ANY FOD BEFORE OPENING "1N3W3AVd NO?IdV A13HONO0 ±Of1b1SNOO 1N2V AVd 319c1ONO0 SAWCUT AND REMOVE EXISTING HMAC AND "NOHdV YJ ISV3 HANGARS TO HAVE ACCESS TO THE REMAINING CARE SHOULD BE TAKEN TO ALLOW FOR EXISTING N H-0 r r m TC7 RI m > -u X "0 -6O DT 0 en rn Co Z _ OH z 3Hl 1VH1 OS 9ONVAGV NI SHfOH 9.0.19V31 WV COORDINATE WITH THE CONSTRUCTION MANAGER OF EAST G.A. APRON (DURATION OF 87 CALENDAR DAYS) PHASE 3 -BID SCHEDULE 2: RECONSTRUCTION m m z 0 m O NINI1 NIVHO JNIISIX3 Dm x� -o O 0 C > m A 0 D m H 1N31A19AVd a3SOd0Hd • •• rn D 0 m m z p� -I 0 co m c m yrn z H 55 m 0 m H T m X Co H z G) Co C D 0 m m A m m z H 0 0 C 3D Co m m H I m I 0 0 3D EXISTING PAVEMENTS SHALL BE REMOVED TO DEPTHS AS FOLLOWS: 1NDW)1NVBWJ w N cn5-° 0 X230(030 Oxiz>TMMOOK rn0=1‹-Liz D -O m mom -nmQ 0OX-nim = rn= z p r O c O C r 3D o c 70 m 00--1--1 OZEz3 -10<3D< 100zOmmz-mnmO C/)ImI-ni 0GZ)r-< >(nrnmwZ H0O Dm0) 0 H 0D0 -IWC°=-10mZm 7J G) Ocrn m 0H�'"<co �mH-Ai>m AO�rncn gym? -x D-<�-Irr'IDr� cnrn00rD- �0-1>H °OmC/)mmmnim0QOo m -i OOz (0D � =m Z° G) Vi== n 0) x 0 D A I ° O � >i OrTIM Z>OOm pcoD0D zoo,-,or�Omo 21-70 m7] mm<D< rOm3-pm_ zzm -izImm mi0 Z $Zrm-CrxH° -Ix z I_mmm 0-m0mCIrn Cn mmm30rn 3wzmz-�iA-niO��-irnzz �Hmz -� mr=_*m -ii -I�rnx0G) cD-DImX0 �:3>M> Nwmw o r zponmoc ��m mCryr- mOm>n m°mm z-Di� rnmzHW 0oHmHiOH-<Em OHOm zo0mm Wc70c-HA2 mc0ZC) -IXr�� rn� (-5- SOI -I -I -LI0*oz >0p ,°y r'�cmnmOmOm3cn �i�mn cnmmo( m>HIZzm AI coOO4 CO rii- X momi70�-4 r• CO cien te rn-Imcp =p�A�Hyrn°m° cOO( cox-zi>z mC0�0--IOD MX ®-i 0 z OmmDmm-I m O In *M r- 0 i >rnz� "'>30® zm®--OCX-0)n mzmz -mim-00 0-�30p73Caro �0 30 e-�'7D °‹Kl:II71�1Df--{ G) cn -I�I-H m fr- °n H°z- rnZI Xm-IA®o°v�0 DGz)� m rD-IUym zDO O CD m r�� Z 0 9) C" :S31ON NO11I1O1/Ga 00X rnOTOMXG)30Z XOK 0m00E0 P s Z7rn-l0m �cn0 rx<mo�Oz Am CDWW-I- �70-Irn2 enpy 7I--I-ImEHZnm� OW>rrm-rnD m0mx mmr- -1O0Zmcnlp_i ml>rrO01nX �C-0-174 C� 0)-iop�-�'x-`' 2z c0 '111-I NpO�� r r m m m m Z 0 O0C HM 2° Z > ���mmG7-CI Xzrrirn0 crA C770z61CAmO-G 17101-00x" 5 <°n00m-0 �0m v)zx--I > m �rnFOCnco C�Cnrn:C) 0-�-nm 0m--Imrn>�=-zi �Oz�m A-10W�m nrnv� 2020°00-A-I-mp=lymu) OH� zD�rnO mp0 rn-Imp<'r > 0m°cn-IO nA0rn 0>xc0m mHmz<IZ<TI°° AC')Am0 Zmo mHZ> Zxp zK<G)2mrnKrn zmOQHm �ZD O<- u)D<0r-mED"CJm� > mOp =I-im Z-Ai0 mn0p>00m> 0D!nmzzm °°20Om ppz Omn<Z-iwm 8w*T-4D zmo,z Zzrn Z�mKO°n-;i ��I<Om ?KZ�-zi mA j omrnm-o��D 0m5mAE KW-IZ y0A 91x-1-ZIOwz---I zprinm_z zz> m ��y-i�Cnc�DwD n1rn-zl�� �EHEm EDO pm -I Wairlm *0 0ci zXm0 -01=z 7mHcnsal -a HO C00 -I0) -0z u,°°� O�mOO� m IOp7)00 -y=m -0> >0= *Omzm >0)mrn-Iz 73r00 0°M °)0Z-Iin2-II ,Li-=Irn0IX �=71 rn0 DmA c�Om�zmW mC��OA-no oz m5 7J Dir CDrnizm�0 �z 5S-10 2x-11= -i <Zmrn>_I ;D0 -Irf X m,-,> X30--�r,mOc) OZO - =r D-nO•�°r- C 0� mzoZ OCo mppmm� z-riczy� 0I -1°Dmw O xxzr� Or=nmK n co 0 -I �. N 0 0) 0 m ODDO m >m0zzlrl mmmm 000 < �m I-I-IIIO m>I- O I- > zrnX0)0)irn >cn m )1 In In In M •, I II Ii i m 111111 m Co i O rC Z m. S ova £ DSVHd II II LI II II II II II 11 II 11 II II II II II w m x cn 0 Z -Er G) NOHdV VO 1SV9 ONIISIX3 N s 30 zmx rnmC 0Z O zo nm AX HO 00 z0 (r)C C Z p 30 30 30 5 5 / 30 30 0 rn S mO<X j fl 30 i 3IZ D 0 Z m N S C) 2"W x m H r0 m n=) 0 1l In In In M m m� rD zz m S S O S Z 1 f1 OJl�d� N O LLO IMLLS N OO 11111 1111` 11,.1 .,1 it 11 11 II 11 11 II 11 111 NOHdV VO 1SVfl 9NI1SIX0 30 >Z 0 2mX m m Cn 0z O zo O -2 00 Z C wz p III 1333 NI 31VOS 31H 0 0) 0 ry 0 REVISION NO. DATE BY 30 30 30 30 30 m 0--I--I z 0 0 rn S O<x 30H 3D I Z Z p m C) I 1 11 C) C) NOHdV VS 1SVg ONIISIXD n >(0 r- 2 m0 w ,,N,, AVMIXVJ C) U, REVISION NO. DATE BY #10310( A1/0 "ON ONIMM10003?/ Cl) 1 CD CORPUS HRI TI INTERNATIONAL AIRPORT EAST GA APRON RECONSTRUCTION PHASING PLAN 3 (BASE BID) \\KSA- MCK-SERVER1\PROJECTS\PROJECTS\CRP039\00.07 CAD\02 PROJECT\30 SHEETS\01 SHEET SETS\CRP039-PLAN-PHASE3. DWG: ISM N MUM 11011, CITY OF CORPUS CHRIS TI TEXAS Department of Engineering Services Co 00 �--0)"(r) V N O oltso .p `< N 0 F N ro -1 5.w O N,<(1) � m 1.1m 0' 0) V N 0 0 0 0 cam mr m 2 N Q N z O ON 103P08d Sl N d17n SNO0 0N133HS SINVI7NSN00 J_ I \c` 0 SI 2W 2W 30 30 30 1 I 11 1 1 1 1 11 --40-- -- -41 H II 1 H 11 I 11 11 11 39-- -- 1H1 0 CO 0 It N. (.1 AM1411111 VIP /G),I,1 I (... ( 1 I i 4- /1 / I ) \ 1 \ I \ / \ I \ ) , I / \ • 1 \ 1 I 1 / H 1 1111 / I I \ \ \__38 \ -38 - "-- N 37- - - • 1i N 39- -1 1 1 40 __ ------ -- I ---- _ I \ill - -37 - 00 /1 I 1 1 41 - r- -- 1 I 1 / / / 7 -40- N - 40- ------- -41- HVAI AVAANVI - -42- ------------------------42- -- -42-- -- ------ --- 40- - __ 39 \ -A. - -A -A -A -A ..A -A _.. .-.A h) _, ..A. -.1. POINT NO. COORDINATE TABLE 17172808.15 0 0 0 CD C> 0 0 0 C> NORTHING (0 103 1307870.75 --.1 (7) C.31 4 Co 1\3 -.4. 17172386.68 17172428.68 17172444.23 17172463.04 ti 17172504.10 17172638.60 17172778.31 17172778.16 17172799.11 NORTHING ..1 1\.) (c> 9Z> --, 01 1307550.96 0 1307549.97 1307550.39 1307548.95 1307547.61 1307544.48 1307541.12 1307534.15 1307533.70 EASTING 01 01 CD i.,..) 4s. 41.44 41.56 4. 4 M _.... .....). ._4. _...). 1‘..) - ...... _a. r- 3•1 6) 6) co b i.0 iD bo m co 4:- 0 0 iv .. w 0 < 120 _., -8 .. 8 -1,1 _.., _.s. -1. .8 _... (, I114 _... GO _.. .-.A h) _, ..A. -.1. IPOINT NO. COORDINATE TABLE 17172808.15 17172808.61 17172811.06 17172735.82 17172733.82 17172648.67 17172646.45 17172646.40 17172438.74 17172396.76 NORTHING 1307855.73 1307870.75 1307957.72 1307959.84 .0 C71 CD -.4 QD cn cs) C0 (D 1307875.26 1307877.32 1307875.32 1307880.59 1307881.90 EASTING 40.00 40.37 42.17 4. --• (0 CD 4 -. it) CD 0) CO k) CO CO 90 -N, CO 0) CO CO (i) CO GO GO 00 4 ELEV REVISION NO. DATE #19.3farYd/L1/0 rn rn rs.) CO BY CORPUS CHRISTI INTERNATIONAL AIRPORT EAST GA APRON RECONSTRUCTION EAST GA APRON RECONSTRUCTION SITE LAYOUT PLAN \\KSA-MCK-SERVER1 \PROJECTS\PROJECTS\CRP039\00.07 CAD\02 PROJECT\30 SHEETS\01 SHEET f 42 - ------- -- 0 --41-- "-- /- ro TH MMX> M> m<!-0 S>00 ml Xrmz -‹z mm00 (=)Z00 71-71›.-i MZ M°>0 7C37:11. H 1Z! X:: " M.--, 70P W ---1 - 2):>. K m ror)1060 °! EZP 000 OZi 0 -i X---1-1 25/2 200 0w in -10m -im 0*wx > 2xx o x wm-i-1 zz 1>zii :i1G1m;T! Xr- c7=1 o 0 0-< m < 7)0 *111- m-1 0,mm 73-4>m mwm xwc - z -74 -10x m(Aoff C1)(1)00m *PO )6;),. !i -O-11H !0 mK czFo4 - 0_ m 0,.,--z mmr 0 T,,,0 ..7:1,-,r--0 mzf› ,710 ir >mm› mz m,co C MMm> MI- 70XE -IW >>M- W>H < IT Wrjflo I -tzb- xxM 0551 500z Mm QZ WWm DC Zz.-1. 730M z0 Xrm ax w° P0.01 xmm >--1 mr-m -1mm wom -<H 00 92 m*0 Cm xm> oz x -i z 71 0 rn 70 70 rn lO E: m 2 3; )). >2 --im 00 _D,Orn m --i m --i>> Dm --, 0 _ TK cnOK ig-9 mz.5 ,z--0 02 rri--1A- rrl-<X o3K 171.--i rn-I 005 --I-<rn -15 mmz m,x1 wc rT-10. oz zoo -m -oK om.'2- -lw mm mw 202 ITIQ0 0 0 Ocm mi m0T c101 c> mzm <7) -II-- x-10 pr(1/32 m -1-r4.1 F; OT,X c.. 0 ....i -im m ,. -<= =I* -165i -‹ ›.--1:71 zo_< 0 z -1 -ix' oc *zo F-7 -<.23_, 0=0 K m> mX -070Z W2 Fmz m • LI ›rri-< r zwx w 0 • c mm_ co 1_1 0 rn 10 rww F57)0 om =0 -< 2m--1 0 -0z w <c0 X wZo w-----1 T 0, -IX --i co m -c ZrIIM • 50....1 o xpm c o co • m-im OrnF m--1-1 x cx Z ;0 -n :g Go F= 0 -i 7n 05 0 O C)oz Oxp cf, 7J m -<• 0 >zM 0 rfi 0 Zm -<x1.71 --1 m 0 m-0 K -1 CD m> > m --i Zz --<rn m FF1 O o :SaLON Ainun 1V?:131\130 4_ - SEE SHEET 17 FOR PAVING DETAILS. 0 NI 11V3S 01HdVe-10 rn -.A -is anoiNoo CI3S0d02:1d snoiNoo ONIISIX3 0 0 REVISION NO. UMW MEM MUM MMEM MUMM DATE BY CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services "ON 1.931nld SINV1717SNO0 "ON 133HS SINV1711SNO0 • 11 0 AVMIXV1 11 11 11 11 11 -•7 • • • Tc•••,• • 11 11 11 11 11 11 1— -1- I 1....... 0 401110,11MM, 4101.110 OEM, ° NOWV VO 1SV3 ONIISIXD N / IT 0 r -r— S30VdS ivno3 oz) .o.00c (*Nig ,t71. S2OVdS 1 1 1 I 1 1 11V )VMIXVI. 1 x 0 0-i m 0 0-< ZZ Z° m H 0 , ,..," O X Z H : IT] 7J C O 0 C 0 MC --1 0 0) 0,-31 Z F.: c_m 0 0 r 2 ---1 imor Amino „a„ AdAl 1N101 NO110V2:11N00 CE13MOCI „O.. DdAl 39CID Cl3N3NOIH1 „V„ 3dA.1 REVISION NO. #1,93POYd AllO m 0- 1 'ON 0N1/14t/YO 0(11031 DATE 111 Co BY CORPUS CHRISTI INTERNATIONAL AIRPORT EAST GA APRON RECONSTRUCTION EAST GA APRON JOINT LAYOUT PLAN 1 (BASE BID) \\KSA-MCK-SERVER1\PROJECTS\PROjECTS\CRP039\00.07 CAD\02 PROJECT\30 SHEETS\01 SHEET SETS\CRP039-PLAN-JOINT_LAYT.DWG: ,0.017 ,0.£ NOHdV VO ISV3 ONI1SIX3 --1 0 0 > 72 > 2 >,---0 03 * -1 c- 0 c- en -1 coo -j -o x 001-H "v00 r1X0x102:-.< >070 >m m z2z I— --1 > 202,> rii ),Zm < -n w....1, mm > w m r- , r-- 0 r- * --4 (1), 1--. 0 cn co rri @ z K 20 -45ajim71111-rT 7)<->1;> ;:;:.---0-4--; m... -i m C ca ° 0 < >..<0 c r- -< 13 m 0 8o> 0 x001711-Irrio-Prn no ---i -0(T) ommco -cx --qw -oz>z co xmw coz* 0ww om --I 0 --I .... - m .....,-< - --I M - T 0(-- ,...00 0-17<'T M M -o K m r -i111 • rog > 0 "C) I I"--> 0C--) IThvmm 03 x 73 > --1 Z WZ>5Z06 omm F.....4 ww 12 0 9) m-iz wx mc °70>0 m 'a m omim -1> O 0 1 m -- 0 o--1--1 *---1>7!--1 o co b• )i O FI -1 (S 1.-- 6 2 0 70 K TzmT>im -1b5:1671Z3 m --7iZ -I 2P*(8)-1-4-1 --<OM M -->M2 51)-00:3 5/Hri(7). 0 -0 o_ M ....imzzo g0z--1 2 -1 - 03 -I MMmM M cn—rn 1 x >zi*(7) --i =IP m m 1- 0>Mmomo -mmo) 30z ZI- >mz 1 co -a p. ci-700 oz > .--1 0 13 ED - 1T1 0 0 -I 1-- 03 c_. 9Z M Z •--1 > M 0 0 O M M H I M M Z Z 0 O H z 0 m 133d NI 31VOS 01HdV2J0 0 0 0 0 REVISION NO. 111111111W IMO IMF ME 111111Y MIN tits~fts." DATE CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services BY co co •-•.! Ui —I 'A 00 r&J k o tali 0.3 rD -ri tt0 sOM hV (0 0 %.< 9 6, Ui 1.)m Out • • —I U) 03 M 13 > rn r CD e co .. 0:744ret:‘,t1 •.-) . "r! g 4,446,6 < .)1-.. oth) co5' NI 2) c -, .•' #0:0 -a ,'• op .... . ...,.. —1. _.... = ••••,„ oir>:...Zu) 00-4.. ‘."1 91-4 In -..... 1 cnit/4/..••cc:.°... c.,) 4 ‹c• • • • . > • • .5, c.rics) la _ '•••/.,• s•tt'l 'ON 193POYd SINVINSNOO ON 133HS SINVI7INA100 Th 0 0 0 o l 11 11 11 II II II II II NO2:Idb VS 1SVD JNIISIX3 D 8 M - 0 n m -a D 0 co mmm 0 OD cnzz- n..-1 mWXD ®_C-0-0 M 000 �?zz < J m C) m C) m C) m C) rn C) m CD m C) m C) m 0 m NOHdV VS 1SV3 ONIISIX2 N ('v3 ,t71, @7 S99VdS r 1vno9 s) ,o'z17 1! I1 I1 11 I1 ,1V., ,kVMIX`dl m00-< U) m 0 --� Z X rn C c M O H 0 D zm rzrn 0 0 H iNior Amino „A„ 3dAl 00 z 1 rn >Q 0< z rn O rn 2 H 3JC1e GJNJNOIHI .,b„ �d,U i' G) z 0 REVISION NO. DATE ( BY #133PO&d11/3 grin Z CORPUS CHRISTI INTERNATIONAL AIRPORT EAST GA APRON RECONSTRUCTION EAST GA APRON JOINT LAYOUT PLAN 09) 2 (ALTERNATE 1) \\KSA- MCK-SERVER1\PROJECTS\PROJECTS\CRP039\00.07 CAD\02 PROJECT\30 SHEETS\01 SHEET SETS\CRP039-PLAN-JOINT_LAYT.DWG: 1 'D1VN2:111V 3Hl ®®Dz -Dz 1)00 z*rnETr->z 132z w�mxiooxrn 0H C©DO0o< > - n -, r Hmm0wm ZDz CO mcD 3 F <onm> D-< D D D z r M* 5: Im xIK zzoDI07:3 m=t Z I-I>MZmD 0D m*HWG)zrn 2-4 Dr--1o=QM- m� cnWm_rnm�n 7oz co ®mem m0 rn > z 0 rn-7307301 =zHHHr <r0C'a M rn�73,0 rn 0 H®zm -a®-oc)® ZDZ0 mHZ Cn� ODOrCr Wim• 00> -0�Hmzz 0zI 5 z>mX =ern m rn0 z m O r- 0 0 0 z H C H 0 z O z 00 0 z O or) r- 0 -< CO 73 Orn - -n -<0 cn mo z z 0 rn 0 C :CJ C D m 0 z m r W m 0 mm m z0 D� CO y 0 -v D r -o C) C) 1333 NI MOS 3IHdV8O I I i 0 0 0 rn 0 0 REVISION NO. DATE BY tostottookatow CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services co co V • N 6, int N � Uri Nf1 X 0 N 3 u - N X u, 0 oix 0 ON103/'Otld S'Nb'17flSNOO ON 133HS Sl N b'17/ I SNOO 1.33J NI INDS 01HdV2:10 0 0 1 O -1 O -c ZtJ • m • r71 C • c:3 0 z rrn m O 0 O Hz H INIOr AtAiwa „a.dA1 O -< Z -0 -4 m X = > Q 0 - H0 0 0 < z mr- O rn H 2 0 990N>101H1 V. DclAi rn z z , , • , , , , ',' • • • , , • • . , 0 m > - m HH -n z - -0 > X m Co 0 HC 0 I - --n m > 0 "t) c O M Z 7:3 r - m m < - -> M -1 2 Cr) 0 -0 0 -0 0 0) m 0 0 0 c- 0 z0 m O mr- > r- 0 H0) 5 ;) 7 0 m • 0 mm m • > HH O -0 (i) • 0 m -8 m 0 HO) rn co 0 'S11V12C1 INBIAOAVd REFER TO SHEET 17 FOR TYPICAL PCC z 0 H 0 rn0 rn (/) 71 Ni • o --a 01 X (c) CO CO - -warm 0•10/10 /7\ Ni 0 -4" >1‹ --4 CO r -S 00 MINIM 011•MIP CO il•- --.0 MIME. DEMO OEMS (0 6) C) Ni OUINge ONDIO COO 0.) 0111•11111 0110H10 01•11•11 01.1011D ODOM Crl 0=1.40 •••1•11 X 0_ - OND1116 alto ammo mime ammo Imam ammo z rn 0 0 I- Z 0) H0 H0 7 I- ▪ 4- CO /1 (301 ODOM ODIrri• DUMP 0114016• rag. 01010. -6•11f il 01.11.10 011•DO 0 F01/00 011D60 - \ CO C.0 0 .011. MODOI. mom ammo r- 0 01 'NI 01111MD DODD 0 ODOM 01311010 MOO 0D 4•••••• 0 ODIDNIP •1•11•1. 01 01 0 COMM 00111111, 0 - 1 -1 '"""1""". I co 0' gamma enema. rIf• 011•1111 0 cr) 0) atoms. grump mono 0 011101l• 01.11•DO ODOM 0 Ni OMNI --- 0 06110. 0110001. 11100.110 0 --- 0 0 anew seem room mom. owns 0 1 0 - -1 10 >l< co -4 00 0 0 0 0 0 •MDINDO• •111M1010 0 0 I (.0 0 0 0 0 0 o 0 AW.. eVOL•111. OMEN .11101••• 0 01 CO 1 0I < .1021110 DOIND. 01,126D 0 >< MOM OMNI= (0,D0 0 XI X \ 1•=1 41112.110 01.01. 00111.. 01161110 -1 ow MM. 01 \ /7\ /-\ 0) -1-1---t-- >i< '01 0 0' ost ...am. ease ODOM MOM. DODD DDIDDD IMOD ODIN= DOOM 411.1.1.1 401.30 DIODD1 o co co ODOM. WOO* (MOMS. co - > cn m 0 co 0 5 -a > - < 0m O rn • Z mH O (/) Cm r- 0 m 0 - z X -0 m X 0)- O 0 0-u Z 0 m X 0 Cm O -,. O H Z 0 -0 XI 0 z -63 23M X M 0 0 ca0Z0 0 (/) 5 -0 H m ao > 0 < c E5 rn c) C) rn 5 z z mH 00) c m mH z r- 0 0 14, 4 1 I (A) LIM Dt01111D DIMIND •••••• DIME /1\4 I\N) '-S 40/0 011,1110110 Dint MINIM at 0.11, N..) 7.1 0 mow mai ammo moss Lome mama calc. ammo 1 I , 4 I- 4 op .1.•110 .801011. 4011.. .00.110. ODD= 0111.0 >1< 0) 6) 6.) .....1 IC) 1 ODDlet. Olt 41••••• 1•1111MID 01•201•.• ODOM Co ..N.. AVMIXV.1 CO NOJdV VO 1SV3 ONLLSIX3 -a CO 0 -4. CO I198 -..a. CO --4 ...A. CO 0) -4- -4. 4 -4 OD 41. Ni 4 --a 4 0 CO CO CO op .5 oo -4 ca cn 185 o ., 4, ca co ca Ni .., CO -3. OC 29 r178 27 -1 -4 0) -A. --4 0' ..1 -4 43. - -.4 Ni Ni .-s0 Ni .5 0) CO 168 _, -.4 ....., 0) -1 0) cr, -.A 0) 4, 163 Ni -. -3. 0 159 rpo -4 0) 155 -.......... .5 01 # TOC POINT TABLE 41.56 1 -0 0 2 --1 * ---1 0 0 410 0 Z --I --i r - m 4, 01 Co ....„ 0 Ni 4, -4 OD - 0 _, 4, 0 0 ..., 0 0 cs) co co OD 4, &I 4::. co -...1 4, 6) Ni CO 1 0) 4, -., 0 CO CO -P, bp -4 CO -4 1 4 en 01 CO 0) 41, 4 CO CO Ni 44 K) -1- (0 --3. -a 0 (C) 0 41. Ni 0 CO (C) 4. 01 CO CO OD 4. CA) CP 4 CD CO 41. Ni Ni 41. :41, OD 41. CO 0 41. Ni --4 41. 4 01 CO CO CO CO CO I N) -4 b 0) 41. 6) 0 4 in Cri 41. bp 0 41. b -P. -P. Ni -.1 .. 01 0 41. -.1 0 . CO 0 4 CO 41 4 CO CO 41. 00 (C:) 41. OD CP 44 0) -.4 -4 4 OD 41. Ni 41. 4. .0 --a 41 -.1 41. 4 CO 41, Ni CA) CO CO Co OD CO CP CO CO OD 4 CO 00 4. K) --a 41, CO 0 41. I-a --.1 m r- r_.1-1 0 z 00 ^4 00 0) 00 01 CO 41. CO 1 GO CO Ni OD -, OD to -4 I to 1, --.1 co --4 -4. -4 0) --.1 cy, -4 -4,.. -4 ca -4 Ni -4 -s --4 co cr) co c7) Co 0, -4 ca, 0) o) 0' 0) .4. o) CO ci, Ni 0) -.A. CP CO cn --4 cr, CO ci, 01 (11 .4. 0' CO cr, Ni - 2 -1 4t 0 0 73 0 Z H --I CO r - 41, K.) 41. cs) cn 4 c)-) co 4 :4. 6> 4. --, co OD CO 4, CO ---4 4 CO CP -4 0.) 4, Ni CO CO COD (A) 0) CID --.1 -.1. (A) :NI -4 (A) 0D CO 4. 0 -5 4. Ni 3 4 .4. CO 41. -.., -4 41. Co CO 4 Ni 4 41. Cr, 0 4 -4 0) 41. b Ni 4 b Ni Ni ep CA) 4. .--.1 CO • Cyr CP 4 Ca 0 3 0 CO CO io CP CO co 00 -4 0 0 4 bi CO 4 b.) 0 .4 isi Ni -11. io 0) 4. b -a 44 en -4 41. io -4 -4 6) 0 41. b .4. -4 0 0 4 -.,. CO .4 6) a) 44 en 0 41. bo 4, 41. b cn -4 Ni co m r rn -1 0 z (71 -S....1 01 Ni 01 .-3. ...A. 0' 0 .P. CO titk.. OD -.1 -4, --4 ....1 .4. 0) -1 -4° 01 .....1 .ICA. 43. ...A. ..1,, 0) ....A. ..4.• Ni .....a -P. --1 ...a .41A. 0 ...1 CO CO -A (A) C) -le (A) -.4 .....A. (A) 0) ....1 (A) 01 ...A (A) 3=•• -A (A) Co -A (A) Ni ......a (A) . 0 -.A Ni CS) ...1 Ni 00 -1 Ni --4 -1 Ni 0) 4. ...A. Ni 0) Ni Ni ....1 Ni 0 -1 ._., <0 -.A -.-4 CO ....A. -a --4 -1. ....a 0) ......). -a 01 ....1 -.a 4 ...A -a CO Ni ....., -L -a. -A --, 0 ...A 0 CO -1 0 Co 0 -4 -A 0 0) 0' C C'') 0 2 -1 It /4.71 0 -0 0 Z --I --44 CD r - M 4, N) b 4 41.66 41.29 40.95 4, 000c0c0co en CO 4, 4 Ni 4, . 0) co (0 0 c..4) b) 01 co 'co CO 39.14 38.77 (A) co Co 0) 39.24 (A) co 4, (9 co co -4 CO co co CC) CO 4, c) Ni 61 4, 0 6-1 --a 40.77 41.04 4, 6) 01 4, a> OD 4, Cp 41. 4 b Ni 4,4 -.4 4 4 -a 4, Co 41. 4, bl 00 4, 6) Ni 4, b 0) co bp Ni co is) CO co 6) 4 co io --4 co b 00 (A) 4, OD co b) cr, co en op 4 .-..), Ni 4, (A) co 4, en 4, 4 co 0 4 --, -.1 4, 4 CP 4, -.4 4) 4, cp Ni 4, 0 Ni 4, :4,4 41, 4, -.4 rn r- m -71 5 Z ............. Ni-a 0 -..... HOO CC) CO I198 -..a. CO --4 ...A. CO 0) 195 ...A CO 4 193 -1 co Ni .. co - ...A co 0 .5 op CO ....A. op OD .5 oo -4 I186 185 184 183 182 .., CO -3. -5 OD 0 -.A -4 (0 r178 [ 177 -1 -4 0) -A. --4 0' ..1 -4 43. - -.4 Ni ..., -4 . -A -4 0 .5 0) CO 168 ...A a) -4 ...A (5) 0) -1 0) cr, -.A 0) 4, 163 ..5 0) Ni ,..a, 0) r160 159 ....-...... ..A. 01 co L157 F156 155 -.......... .5 01 # TOC POINT TABLE 41.56 1 44 --a CO 40.87 I 41. 0 0 4 0 (A) 40.06 39.78 CA> (C) CP 39.23 38.96 38.74 CO CO 01 0) 38.60 I CA) CO (20 (A) 39.07 I OD CO CO -P- CO C.0 en 0 CO CO bo co 41. p --, cri 40.42 1 40.69 40.96 4. ...., iv co 4. _, b) --• 41.76 I 4 .. . -.--. 41.06 40.78 4 0 01 --• 41, o N.) . CO co CO 00 39.71 39.44 I 39.18 CO CO CO (A) CO CO -,1 0 CO op bp -a 39.04 39.29 CO CO .01 01 0)4. (s). bp -a 40.07 40.33 40.60 40.87 ._., CO 41.57 41. C0 CP ELEVATION REVISION NO. #103110Yd A110 m 0) 0.) 01V ONIMV80 al0,93Y DATE 01 Co BY CORPUS CHRISTI INTERNATIONAL AIRPORT EAST GA APRON RECONSTRUCTION EAST GA APRON ELEVATION PLAN 1 (BID SCHEDULES 1 AND 2) \\KSA-MCK-SERVER1\PROJECTS\PROJECTS\CRP039\00.07 CAD\02 PROJECT\30 SHEETS\ 01 SHEET SETS\CRP039-PLAN-APRON-SE.DWG: CITY OF Department REVISION NO. 111111111111, MEW NM Mr MIMI tassaiiss•%06 DATE CORPUS CHRISTI TEXAS of Engineering Services BY II /13/fd SINV.1717SNOO ON .03HS SlINVINSNO0 _Dad NI TIVOS 01HdV80 0 0 0 INIOf AVVIAlfla „0.. 3dAl C) O -< z -0 m >• Q 0_1 cs -0 z * c_ m O mr H0 30C13 Cl3N3NOIH.1 dAl r- 0 n1 z0 z 0 7J 0 0 (J) Ill0 -ca 0 co H 0 !\) • m O r rn z< > r- O 5 O z > (i) -o 0 73 7 0 7J — rn CD mm me )› H 0u GO 70 • C) nn nn C) (f) rn -P 0 13 73 > <11 mm m Z 0 0 m m 11 w -4 0 73 -< Z5 r- 0 C) 0 m w m N REVISION NO. #1,9310Yd A119 ON DAIIMVYG 0003Y DATE ci) rra rra ---0 co BY CORPUS CHRISTI INTERNATIONAL AIRPORT EAST GA APRON RECONSTRUCTION EAST GA APRON ELEVATION PLAN 2 (BID SCHEDULE 3) \\KSA-MCK-SERVER1\PROJECTS\PROJECTS\CRP039\00.07 CAD\02 PROJECT\30 SHEETS\01 SHEET SETS\CRP039-PLAN-APRON-SE.DWG: CITY OF Department NO2:IdV VO 1SV3 ONIISIX3 N) NJ CD I4 0 hear *mem 1 more ammo ix omm. CO N) Lae mos eel moo ass rem moos - moo ammo mot alma. am. tramse co co X CO CO X CO 0> 7J 22 c) 0 CD rn u In - 0 C) M 1J 0-u c) 0 Z CD C: C) cn cn r- m /3 H rn rn > >C CA) r- < m m 0 > m cn m0H H• H > „ > m -0 - C) 70 C77) -- 0 00 z r T "Fo cn 0 -nm 1,--- 0,7, _co 9 m r- ID o O w 6 c) c: () HH m 0- > c > I-- -0 • m o 1\) 0 ZZ mm rmm m m < 0 ▪ Z o o z(')° 5n Ri Ci rra -1 — N) 0 01 204 L1203 202 N) 0 .„ [ 200 - CC (C ....., CO 00 ....., CO ---I —.N. CO CD ...A. CO CD LLII194 [ 193 [ 192 8 --..... (0 0 POINT # TOC POINT TABLE -R. CD '01 01 -P. 0 Co 0) -P. --L 0) -P. 01 0 -R. 01 C) -, -P- CD 00 -4 -P.. 0 'OD CD -P. C) 0) 0) -Pr. C) C 0) 39.78 I 00 CO CD 39.23 I (A) Co CO CD 0.) CO ••••-1 -R. 0) OD 'CD (A) ELEVATION I N) N)•--1 „ r 220 I— 219 1 N) 8 N) ".- I216 NJ - L1FII NJ - N) -s• [ 211 N) --.* 0 N) 0 0 N) 0 00 I 207 N.) 0 0) "ID 0 Z H TOC POINT TABLE -R. CD .p.. 0) CO Cs) o" r 39.69 I 0) CO :p. iv CA) CO --Co 4. CA) CO co 0.) CO is) C) 38.48 I 0) Co 61 C) 38.71 0) CO 'co ca 0) CO .--. co 0) CO 4, a) 0) (Coo --4 .4=,. -R. O -. -R. iv op ELEVATION 237 N) CA) 01 N) GO 4 N) 0) 0) N) CA) N) N) 0.) --1, N) 0) CD 229 (..) N) 00 227 226 N) ry cri 224 N.) m co N.) 1\) Iv -.0 0 Z .....1 4t TOC POINT TABLE 0) Co ,P,. CA) CO :. CO OD -P, CA) (C C) 39.36 0) co 6 (7 0) CO io N) 40.18 40.44 40.70 -R _.. b -P. -P. _. . -P. -IP .....1 :IP 0) 41.08 40.79 40.51 ELEVATION REVISION NO. 11111111/10 IRWIN NNW WIWI IWIW WNW lonessliattrArroso DATE CORPUS CHRISTI TEXAS of Engineering Services BY Lit cr, -4 a XUi C:> ON 103106/d SINV1717SNO0 ON 133HS 5101717SNOO -61 0 -I "0 I> 0 7J < 0 M›< K ° M Z 0 O Z-1 O R72 co 2 zm X (1) 0 C10 • M 0 0 -n Mom -n Z070 m 0 co 0 ) M X 0 002 M m O 0> 71 -71 < > M Z H r- r- m 1103d0.1 (71 0 -o til 1 1/2" mm > X <0 mm KO mw zm -10 > • X . HO m m 73 0 IPA 5-> (0 lb ,m co ... mu) ch. ;•r• ›.›.› MM0 el. < < H E E x we mm • 11.0 ZZ -433 4/440 0 4A. *6 -I -I 1 . > rn GO Oxm 0 W 4040 M- -I z 0401: 0 p, I. lop $ a ) 1 s •,.• ),_•• lop >x m H (7 M -1 40. x 2 1-- Air (/) co rn ) 0 3 $4 IP OA. 7.1 I -om >x < rnHrnZE zu; ,..,H o mw o x> CC/)* w c m 0 o > < K z > 0 7J -I -TT r- m 73 5; 6 r- < mm 0 70 CD Z C D K O - m 0 O X 55m mE O 0 O M Z > • Z 0 m -0 0 mZ CD C rn C/) C W0 0 rn m C Z 0 Z rn 57. rn 0 r9 m 0 Z H rn Z0 Z m m 73 4" TOPSOIL -LIGHTLY ROLLED, FAA ITEM T-905 (INCLUDING SEED/SOD). K m Hop (D E 0 12 .-(7)4 T z• ,. m c 70 • 2 u) • m E > Z Ci 71 EF m 0 Fi mm (DO z.i- (ti cn ,,,c m • (j) co -I 0 . . . 7:3 z> 01 00 ,N) > rn O x - am, > 0• j O 0 m H H K m 071 O XL H 0 c -ii O no' • cn 2 -<! 1> ... C W m • Him E -< 0 m 00 co o) x (D< E D m O HO ED >1 Fri 0• * O (7) =1 "0 -12 X c O x O m 2 H OC O 0 70 Z C m • m0 Z Z 0 co H) =1 * 4 -‹ 1"--1 1-; .'5 co 2D C H -a E 0 m O 0 5 w ; 01 OC O",>. > 073 H mm + 0-‹ > IV ....1 7J o O C m KO O E E -a Om -4 = -> ci) H_ Cm E x 0 rn 16" PCC PAVEMENT, FAA ITEM P-501, 650 PSI FLEXURAL STRENGTH @ 28 DAYS. (AS SHOWN IN THE PLANS AND PROPOSAL) EXISTING GRADE - SOIL OR PAVEMENT. 73 5810N IN3lA13AVd 00d F CI - HC cn Cl-) m O >7j 0 Z m CD rn rn < > > O 73 ZnIFI G)CD -0 ALL SAWCUTTING SHALL BE SUBSIDIARY TO THE VARIOUS BID ITEMS OF THE PROJECT. > ,.. wc... O o m o H 2 > c....1 r- > > --1 1-0 ZW O R- 71 M Z m> zm (i) -I, z w5 -n -1 Fz cw Z 1- > CD E x 1-- cn >_, m r - m -N COW > < rh m r > .....1 > r- > (I) w-< z_ M‹ .71,4 > 0 13 • -1 > I - Z -0 1 m 73CD 00 O m 00 <> 0 rCil r- -0 Z IPO WH ,.. z -.<Tm --IK TZ I> 1----1 m Z En- C 0 0 m 2 Z> Km O 0 MK m c H o > mx Z 73 m o 1- 71 H< 10 * mc 5 73 ,T., H i D2 :- o 73C/) 6 mm E r - M • mm co---Im 1 co < O 11 I- -n - -I 2 O > COO x .-jw m F --- C 6, 55 00 z m up m E () m z -i 51) DOWEL BARS SHALL BE COATED WITH ASPHALT MC -70 OR APPROVED COATING FOR 1/2 LENGTH. 0 m ct? 0) (1) SS3NNOIH1 9V1S (P) 2J3J_3V\IVICI 0 r- rn Z 0 CD 0 Z Z 73 rn CO 73 0 DOWEL BAR & REINFORCEMENT TABLE 0 0 C) c_ m 111 z 0 ci) 0 0 m z w 30 cn 0 0 H _Lmor NO110112:11SNO0 C1313MOCI 3 3dAl 0 zm rnz O > O z 110z O 0 0 rrl r - T/2 ± d/2 T rnZH0 rn C/) rn m 0 H 7o c H Z C— H z 0 71 0 (/) O 7)0I 73°2> g 0-10 Cl) m<wm O rnmo 0JK>> r -7o ▪ c>m wwz> *co -in p 2m SINIOr NOLLOV2:11N00 Al/NI/Ina ci 3dAl T WW MM > M ° Z 0 -1Z Ox M> -10 > F. 0 H w2 m, rn H C1313MO0 0 3dAl. Z m Z -0 O > O Z 71--1 O > O Z 0 r T T/2 ± d/2 WW MM > m >r" z 0 HZ H 07) m> Ho > F-' - 0 HZ COO CDrn H 2 H 5/) 0 0 H CI) 3903 03N3>1011-11 V 3dAl \\ Z 0 o • n E -arn • c cn a 5 0 r - M 73• rn> HO m • 0 rn 1-0 O C -CD m 0 m -12m > Hrn w x HmT > > 77, Z vi > co z Onrn rn H HH c)j 03m x > - WW M-1 K Z > > rn -a 7373 5" 0 r- Z PHASE LIMITS AS SHOWN ON PLANS O -U O 73 Z 0 O -a 0 mCD --IM MO TH. m rn Z H > c?. ("4 z H c1) P N __,. 0 xx Hu) -ow _..1 cm 0> mm z 0 a C) ;o> M -<(1) < 0,1, >W Ox xZ K --I Oo 0 m -c5 78 rn 70 70 > M am 0 Or- -I W Wm 0 M 2 K M 70 <t3 M > > < Mo.) --I M 73 3,-; - W - 5; Z H O x r- co w m xrci rn 0 E mm (I) cn wc 00 H i H c -i O > co = 0 -a ,u ...., mm m0 Ki -n 0 07; 0 z- >0 17ri< O 0 K z 2 M 5 m 0> 7i m CD ?CJ ---I m -o cn EI5 z ) 8 1---40 m wm mm 3 * > 73 H H -a (i) O m mm H m > F.i I > 13 B m On 3 H -1 -< 0 72 m T X0 O M W-1 70 0m 0 c5 m0 CD x - • m o §, cn ›. --I • -0 z E:1-1 m H cm 13 cE 5 m (/) z mm 0 O 0 xi c 5 > ,..sm xi z Lin C 0 X 0 cn E 71 RI zZ --I M 00 O 0 rn . MIA NVid m 0 m 0 11 CC5 rn rn E‘.• ?, 2 -Rs H 73 m CD E - m C- m m -n 8312:PIA1-1191\01 2:IVS -0 0 0 z0 0 * rn I- (/) 2:10 a 3dA1 imor ivmaninNoi S312:IVA HION31 JV wnvIININ (ww goc) zt. Z H0 30 c_. 0 co r— H m REVISION NO. DATE BY CONTRACTION JOINT SEALANT DETAIL c,r) 0 z 0 H H REVISION NO. DATE BY #19310Mi Alla m 01 \.) c) CORPUS CHRISTI INTERNATIONAL AIRPORT EAST GA APRON RECONSTRUCTION TYPICAL PCC PAVEMENT DETAILS \\KSA-MCK-SERVER1\PROJECTS\PROJECTS\CRP039\00.07 CAD\02 PROJECT\30 SHEETS\01 SHEET SETS\CRP039-DTLS-PVNATEMG: 11.11•121 NNW NM NW MIMI Orissoisesottogs. CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services ON 1031'0,Yd S1NV1717 ON 133HS SINV1717SNO0 4 VaN 332 -id .1031S0 3NV-IIXV.L II &JO ,091, V32:IV 331d10911.730 3NV1IXVI. II c12:10 '0'9 l• b. 4 NOHdV VO ISV3 ONIISDe L A • 4 L: CO Cl) 0 — 1 m rin C3 I— C 03 0 r- 0 m - 01Z 2 »z en rr: 0 m m 03 0 0 5 2 cnx c o 5 0 r— ,093 NO2:IdV VO iSV3 ONILLSIXR 4 d") (di) ,093 IgZ 4 r>. 0 SA 4 CI, 02. (a)vAo.i. TSA(e) TSA(e) > 0 z O z rp 0 O r - m (0 <0 • Cn G) > F -‹ ....„› 0 0 c c m -0 >0Im Z0 G) > X C 0 -0 11> A 000 X 0 0 r- m >0 -(-5 73 0 0z > > 0 X 0 ° 0 0 r:3 Z • • > rn 0 CD 0 CO' CC U) C- 0 CD 0 CD 0 CD 0 (e)vdOi TSA(e) (a)vJoi. TSA(e) (a)vJor_ TSA(e) TSA(e) MvAct TSA(e) (e)v.doi AVMIXV.1. 0 \ • Z 0 Z nl • c0 r m0m r•-•--1 rnz O M --1 0 M 111 M :71 (J)H0 H H • > < M 5; X -0 0 TO' M YAW REVISION NO. #.103Palid A119 'ON ONIA4V610 all003Y DATE Cr) r1-1 cc Co BY CORPUS CHRISTI INTERNATIONAL AIRPORT EAST GA APRON RECONSTRUCTION EAST GA APRON TIE -DOWN LAYOUT \\KSA—MCK—SERVER1\PROJECTS\PROJECTS\CRP039\00.07 CAD\02 PROJECT\30 SHEETS\01 SHEET SETS\CRP039—PLAN—MRKG.DWG: 133J NI TIVOS 01HdVK .S.EN :21V3S 01 0 0 0 0 0 1%.2 _4• -ri 700 oZ Oz 7:31-n _1M oi 7J '55 < rn r- m mgCcx • m 0 X > z 2 1) ea 2 -o w m > cn < c m clu9 o?: 1- mc° ZZXJH m • w o -; -1 71 r•-• 5 2 r— Z w z o 0 m 0 0 z 0 m C!) REVISION NO. 1181111111/ =MIS UMW MEM SIMS NNW Isoftssecontssola DATE CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services BY CO M -1(i) 17 111 (.0 (7>' CD 5 V% - Co #'6.- • cj 6. U1 CO • . ) <C\ 21 < •••*.. 0))) m T cy, ZO: ON 10310Sd SINV1717SNO0 '0N133H5' RINV1711SNO0 00 9101 ADDENDUM NUMBER I. Project: CCIA — East GA Apron Expansion Owner: City of Corpus Christi _ City j 1{j l(p Engineer: J.H. Edmonds, P.E. Designer: Vivek Khanna, P.E. L Project Number: E15234 Addendum No. 1 Specification Section: 00 9101 Issue Date: 07/14/2016 Acknowledge receipt of this Addendum in the Bid Acknowledgement Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgement Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. Make the additions, modifications or deletions to the Contract Documents described in this Addendum. Approved by: Vivek Khanna, Ph.D., P.E. Name 07/14/2016 Date Addendum Items: • CHANGE TO BID DATE • Replace 00 0100 TABLE OF CONTENTS (Attachment A) • Replace Article 7 in 00 30 00 BID ACKNOWLEDGEMENT FORM (Attachment B) • Insert 00 72 04 DISADVANTAGED BUSINESS ENTERPRISE PROGRAM (Attachment C) • Replace Article 3 in 00 52 23 AGREEMENT (Attachment D) • Replace Article 4 in 00 21 13 INVITATION TO BID AND INSTRUCTION TO BIDDERS (Attachment E) • Replace 00 30 01 BID FORM (Attachment K) • Replace 0135 00 SPECIAL PROCEDURES— Article 1.03, A (Attachment F) • Replace SHEET 4, PROJECT SIGN AND TESTING SCHEDULE (Attachment G) • Replace SHEET 7, CONSTRUCTION SAFETY AND PHASING PLAN (Attachment H) • Replace SHEET 18, EAST GA APRON TIE -DOWN LAYOUT (Attachment 1) • Replace SHEET 2, SUMMARY OF ESTIMATED QUANTITIES (Attachment J) • Modify SHEET 6, SHEET 9, SHEET 10, & SHEET 11 .c r g •'' .......... ' •'q l %* FVIVEK KHANNA '•.s * w • 11 1• 118483 ltd 3 `'LENS iO. v-ofP � IN Addendum No.1 CCIA — East GA Apron Reconstruction — E15234 KSA Engineers inc., F-1356 009101-1 Rev 01-13-2016 ARTICLE 1 — BIDDING REQUIREMENTS 1.01 ACKNOWLEDGE ADDENDA A. Acknowledge receipt of this Addendum in the Bid Acknowledgement Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgement Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. 1.02 MODIFICATIONS TO THE BIDDING REQUIREMENTS A. SECTION 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS - Article 3 and SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM —Article 1: 1. The date for receipt of Bids has been changed to Wednesday, August, 3ra, 2016, 2:00 pm. B. SECTION 00 01 00 TABLE OF CONTENTS DELETE: SECTION 00 01 00 TABLE OF CONTENTS in its entirety. ADD: SECTION 00 01 00 TABLE OF CONTENTS in its entirety (Attachment A). C. SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM —Article 7: DELETE: SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM —Article 7 in its entirety ADD: SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM —Article 7 in its entirety (Attachment B) D. ADD SECTION 00 72 04 DISADVANTAGED BUSINESS ENTERPRISE PROGRAM (Attachment C) E. SECTION 00 52 23 AGREEMENT—Article 3: DELETE: SECTION 00 52 23 AGREEMENT—Article 3 in its entirety ADD: SECTION 00 52 23 AGREEMENT—Article 3 in its entirety (Attachment D) F. SECTION 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS — Article 4: DELETE: SECTION 00 21 13 INVITATION TO BID AND INSTRUCTION TO BIDDERS — Article 4 in its entirety ADD: SECTION 00 30 00 INVITATION TO BID AND INSTRUCTION TO BIDDERS — Article 4 in its entirety (Attachment E) G. SECTION 00 30 01 BID FORM: DELETE: SECTION 00 30 01 BID FORM in its entirety. ADD: SECTION 00 30 01 BID FORM in its entirety (Attachment K). 1.03 MODIFICAITONS TO THE GENERAL REQUIRMENTS A. SECTION 01 35 00 SPECIAL PROCEDURES — Article 1.03, A: DELETE: SECTION 01 35 00 SPECIAL PROCEDURES — Article 1.03 in its entirety ADD: SECTION 01 35 00 SPECIAL PROCEDURES — Article 1.03 in its entirety (Attachment F) Addendum No. 1 CCIA — East GA Apron Reconstruction — E15234 009101-2 Rev 01-13-2016 ARTICLE 2 — MODIFICATIONS TO THE SPECIFICATIONS OR TECHNICAL SPECIFICATIONS. NONE ARTICLE 3 - MODIFICATIONS TO THE DRAWINGS 3.01 ADD OR DELETE DRAWINGS A. SHEET 4, PROJECT SIGN AND TESTING SCHEDULE: DELETE: SHEET 4, PROJECT SIGN AND TESTING SCHEDULE in its entirety ADD: SHEET 4, PROJECT SIGN AND TESTING SCHEDULE in its entirety (Attachment G) B. SHEET 7, CONSTRUCTION SAFETY AND PHASING PLAN: DELETE: SHEET 7, CONSTRUCTION SAFETY AND PHASING PLAN in its entirety ADD: SHEET 7, CONSTRUCTION SAFETY AND PHASING PLAN in its entirety (Attachment H) C. SHEET 18, EAST GA APRON RECONSTRUCTION TIE -DOWN LAYOUT: DELETE: SHEET 18, EAST GA APRON RECONSTRUCTION TIE -DOWN LAYOUT in its entirety ADD: SHEET 18, EAST GA APRON RECONSTRUCTION TIE -DOWN LAYOUT in its entirety (Attachment I) D. SHEET 2, SUMMARY OF ESTIMATED QUANTITIES: DELETE: SUMMARY OF ESTIMATED QUANTITIES in its entirety ADD: SUMMARY OF ESTIMATED QUANTITIES in its entirety (Attachment J) 3.02 MODIFCICATIONS TO DRAWINGS A. SHEET 6, PAVEMENT DEMO PLAN: DELETE: DEMOLITION NOTES, NOTE 4 B. SHEET 9, PHASING PLAN 2 (BASE BID): DELETE: DEMOLITION NOTES, NOTE 4 C. SHEET 10, PHASING PLAN 3 (BASE BID): DELETE: DEMOLITION NOTES, NOTE 4 D. SHEET 11, PHASING PLAN 4 (ALTERNATE 1): DELETE: DEMOLITION NOTES, NOTE 4 ARTICLE 4 — CLARIFICATIONS 4.01 QUESTIONS A. Question: Is the pre-bid meeting mandatory? Answer: The pre-bid meeting is NOT mandatory. Addendum No. 1 CCIA — East GA Apron Reconstruction — E15234 009101-3 Rev 01-13-2016 B. Question: In Article 4.01, the pre-bid conference is stated as being non -mandatory but further down in the same section, there is a statement indicating that bids will not be accepted if the contractor does not attend the pre-bid conference. Please advise. Answer: The pre-bid meeting is NOT mandatory. Article 4.01 has been revised per Addendum No. 1. (Attachment E) Question: Bid items B10,CE,D9 - Black Markings (Reflective) .... Sheet 18 Detail #2 States 4" Yellow (Reflective) Stripe outlined with a 4" Black NON -REFLECTIVE stripe.. What is the correct striping for this item ? Answer: The correct striping is - 4" Yellow (Reflective) Stripe outlined with a 4" Black NON - REFLECTIVE stripe. The revision is executed in Addendum No. 1. D. Question: Sheet 9 (Phase 2 Demo Layout) States to remove 10,709 SY of pavement ... (Phase 2 Construction Layout) States to construct 939 SY + 9,741 SY of pavement equal to 10,680 ... Where is the remaining 29 SY ? Answer: The edge of pavement along the east side of the apron as you merge into Taxiway "N" extends out slightly compared to the proposed edge of pavement that we will replace back and therefore there is more pavement to be removed than there is to be replaced. This is due to the fact that we are matching the north side radius at Taxiway "N" from the previous apron project that added a radius on the north side connection to Taxiway "N". Question: In the technical specification, P-501 Portland Cement Concrete Pavement, it states, "slip form concrete, the slump shall be between 1/2 inch (12 mm) and 1-1/2 inch (38 mm)". Is non slip form concrete required to adhere to the same slump requirement? Answer: Any digression from the FAA technical specification will require FAA approval. In the past, a request for a more relaxed requirement for non slip form concrete was approved. A similar request will be submitted to the FAA requesting their approval. F. Question: What type of barricades will be used on this project? Answer: Low -profile barricades will be used. The clarification is included in Addendum No. 1. (Attachment H) G. Question: Access to the work site from the staging area will require crossing two active taxiways. What actions are needed to facilitate movement to the work site? Answer: Taxiway PAPA will remain open for aircraft traffic. Taxiway November will remain closed for aircraft traffic. Contractor will be required to provide a person with a radio during the times that this is required to coordinate movement of aircraft under radio control. The contractor will submit a request to Airport Operations Staff requesting a NOTAM (Notice to Airmen) to be issued for closure of Taxiway November and movement of aircraft/equipment across Taxiway Papa under radio control managed by contractor personnel. No vehicular traffic will be permitted over existing concrete pavement. H. Question: What are the work site access hours? Is there a restriction on working evenings or on weekends? C. E. Answer: The contractor is required to coordinate work hours with airport operations staff. With approval from operations staff, access to work hours over the weekend or for early morning concrete placements is permitted. The 96 hour rule for advanced notification to airport operations staff will need to be adhered to. Addendum No. 1 00 91 01- 4 CCIA — East GA Apron Reconstruction — E15234 Rev 01-13-2016 I. Question: What is the approval process to submit the 96 hours advanced notification access request? Answer: The contractor will need to submit the proposed work plan via an email to the airport operations staff This should include a written request describing the work plan accompanied by a sketch. The turnaround from the airport operations staff would be about 24 hours. J. Question: In what circumstances are the Liquidated Damages in 01 35 00 SPECIAL PROCEDURES, Article 1.03 — Critical Operations, applicable? Answer: 01 35 00 SPECIAL PROCEDURES, Article 1.03 — Critical Operations does not refer to areas directly related to the project activity which will be closed per phasing and work called out in the plans. The table refers to temporary closures on airport areas other than those closed as per phasing and work called in the plans. (See clarification in Addendum No. 1 and Attachment F) K. Question: Is badging required for all personnel? Answer: The cost of a badge is $180.00 which includes a $100.00 deposit and $80.00 fee. Badging is not required for all personnel. It is recommended that the contractor seek badging for key personnel like project superintendents and foremen who will be controlling the work. Badging is not required for all personnel on the job site provided that the badged personnel have positive control over the workmen. The contractor will need an adequate number of badged personnel to maintain positive control over workmen on the jobsite. No unescorted person is permitted inside the Air Operations Area. L. Question: Who will perform the material testing? Answer: Rock Engineering and Testing Laboratory Inc., (RETL) will perform material testing. M. Question: Who will provide the construction supervisor? Answer: KSA will provide the construction supervisor/Resident Project Representative (RPR). N. Question: When is the Bid Opening? Answer: The Bid Opening will be changed to July 27, 2016 as stated in Addendum No. 1. O. Question: Sheet 9 Note 4 Item B requires the contractor to excavate 8in below proposed subgrade under item p-152 Excavation & Embankment. Also, item c requires the contractor to excavate 12in below existing pavement .. What bid items is this scope of work paid under . Typically these would be paid under excavation & embankment bid items. Answer: Note 4 is not applicable to this project and has been deleted as stated in Addendum No. 1. ARTICLE 4 — ATTACHMENTS A. Attachment A — SECTION 00 01 00 TABLE OF CONTENTS B. Attachment B — SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM — Article 7 C. Attachment C — SECTION 00 72 04 DISADVANTAGED BUSINESS ENTERPRISE PROGRAM D. Attachment D — SECTION 00 52 23 AGREEMENT—Article 3 E. Attachment E — SECTION 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS — Article 4 Addendum No. 1 CCIA — East GA Apron Reconstruction — E15234 009101-5 Rev 01-13-2016 F. Attachment F — SECTION 01 35 00 SPECIAL PROCEDURES — Article 1.03, A G. Attachment G — SHEET 4, PROJECT SIGN AND TESTING SCHEDULE H. Attachment H — SHEET 7, CONSTRUCTION SAFETY AND PHASING PLAN I. Attachment I — SHEET 18, EAST GA APRON RECONSTRUCTION TIE -DOWN LAYOUT J. Attachment J — SHEET 2, SUMMARY OF ESTIMATED QUANTITIES K. Attachment K — SECTION 00 30 01 BID FORM END OF ADDENDUM NO. 1 Addendum No. 1 CCIA — East GA Apron Reconstruction — E15234 009101-6 Rev 01-13-2016 00 01 00 TABLE OF CONTENTS Division / Section Title Division 00 Procurement and Contracting Requirements 00 21 13 Invitation to Bid and Instructions to Bidders (Rev01-13-2016) 00 30 00 Bid Acknowledgment Form (Rev 01-13-2016) 00 30 01 Bid Form (Rev 01-13-2016) 00 30 02 Compliance to State Law on Nonresident Bidders 00 30 05 Disclosure of Interest (Rev 01-13-2016) 00 30 06 Non -Collusion Certification 00 45 16 Statement of Experience (Rev 10-06-2015) 00 52 23 Agreement (Rev 01-13-2016) 00 61 13 Performance Bond (Rev 01-13-2016) 00 61 16 Payment Bond (Rev 01-13-2016) 00 72 00 General Conditions (Rev 3-23-2015) 00 72 01 Insurance Requirements (Rev01-13-2016) 00 72 02 Wage Rate Requirements (Rev 06-12-2015) 00 72 03 Minority / MBE / DBE Participation Policy (Rev01-13-2016) 00 72 04 Disadvantaged Business Enterprise Program 00 73 00 Supplementary Conditions 00 74 00 Special Conditions for FAA Funding 00 74 01 Buy American Preference Division 01 General Requirements 01 1100 Summary of Work (Rev 01-13-2016) 01 23 10 Alternates and Allowances 01 29 00 Application for Payment Procedures (Rev 03-11-2015) 01 29 01 Measurement and Basis for Payment (Rev 01-13-2016) 01 3100 Project Management and Coordination (Rev01-13-2016) 01 31 13 Project Coordination 01 31 14 Change Management 01 33 00 Document Management 01 33 01 Submittal Register (Rev 7/3/2014) ADDENDUM I ATTACHMEII 01 33 02 Shop Drawings 01 33 03 Record Data Table of Contents CCIA - East GA Apron Reconstruction - E15234 o. 1 TA PAGE 1 OF 3 000100-1 Rev 01-13-2016 Division / Section Title 01 33 04 Construction Progress Schedule 01 33 05 Video and Photographic Documentation 01 35 00 Special Procedures 0140 00 Quality Management 01 50 00 Temporary Facilities and Controls 01 57 00 Temporary Controls 01 70 00 Execution and Closeout Requirements Part T Technical Specifications General Provisions Part 2 Earthwork P-101 Surface Preparation P-152 Excavation and Embankment P-155 Lime Treated Subgrade P-156 Temporary Air & Water Pollution, Soil Erosion, & Siltation Control Part 6 Rigid Pavement P-501 Portland Cement Concrete Pavement Part 7 Miscellaneous P-602 Bituminous Prime Coat P-603 Bituminous Tack Coat P-605 Joint Sealant Filler P-620 Runway and Taxiway Painting Part 10 Turfing T-904 Sodding T-905 Topsoiling KSA Specifications S-2 Shop Drawings, Project Data, and Samples S-3 Barricades and Markings for Pavement Closures S-4 Trench or Excavation Safety Systems S-5 Proof Rolling S-6 Stormwater Pollution Prevention Plan ADDENDUM ATTACHMEP nn �r A,r S-7 Temporary Sediment Control Fence S-9 Foundation Material for Weak or Pumping Pavement Subgrade Table of Contents CCIA - East GA Apron Reconstruction - E15234 000100-2 Rev 01-13-2016 Division / Section Title S-11 Dewatering the Project Site S-17 Aircraft Tie Down Anchors S-19 Pavement Marking Obliteration S-43 Rock Filter Dams Appendix Title 1 Geotechnical Report END OF SECTION Table of Contents CCIA - East GA Apron Reconstruction - E15234 ADDENDUM No. 1 ATTACHMENT A PAGE 3 OF 3 000100-3 Rev 01-13-2016 ARTICLE 7 — ATTACHMENTS TO THIS BID In compliance with the Bid Requirements in SECTION 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS, the following are made a condition of this Bid: A. Bid Security. B. SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM and documentation of signatory authority. C. SECTION 00 30 01 BID FORM. D. SECTION 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS. E. SECTION 00 30 05 DISCLOSURE OF INTEREST. F. SECTION 00 30 06 NON -COLLUSION CERTIFICATION. G. SECTION 00 72 04 DISADVANTAGED BUSINESS ENTERPRISE PROGRAM Bid Acknowledgement Form, Article 7 — Attachments to This Bid CCIA — East GA Apron Reconstruction — E15234 ADDENDUM No. 1 ATTACHMENT B PAGE 1 OF 1 003000-1 Rev 01-13-2016 00 72 04 DISADVANTAGED BUSINESS ENTERPRISE PROGRAM The following bid conditions apply to this Department of Transportation (DOT) assisted contract. Submission of a bid/proposal by a prospective Contractor shall constitute full acceptance of these bid conditions. (1) DEFINITION - Disadvantaged Business Enterprise (DBE) as Used in this Contract shall have the same meaning as defined in 26.5 of Subpart A to 49 CFR Part 26. (2) POLICY - It is the policy of DOT that DBE's as defined in 49 CFR Part 26 shall have the equal opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with federal funds. Consequently, the DBE requirements of 49 CFR Part 26 apply to this contract. (3) DBE OBLIGATION - The Contractor agrees to ensure that disadvantaged business enterprises as defined in 49 CFR Part 26 have the equal opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with federal funds. In this regard all Contractors shall take all necessary and reasonable steps in accordance with 49 CFR Part 26 to ensure that DBEs 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. (4) 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. (5) SUBCONTRACT CLAUSE - All bidders and potential Contractors hereby assure that they will include the above clauses in all subcontracts which offer further subcontracting opportunities. (6) CONTRACT AWARD - Bidders are hereby advised that meeting DBE subcontract goals or making an acceptable good faith effort to meet such goals are conditions of being awarded this DOT assisted contract. (7) The Owner proposes to award the contract to the lowest responsive and responsible bidder submitting a reasonable' bid provided he has met the goals for DBE participation or, if failing to meet the goals, he has made an acceptable good faith effort to meet the established goals for the DBE participation. Bidder is advised that the Owner reserves the right to reject any or all bids submitted. DBE PARTICIPATION GOAL - The attainment of goals established for this contract is to be measured as a percentage of the total dollar value of the contract. The goals established for this contract are as follows: a. The percent to be performed by DBE's is eight point eighty seven (8.87%). (8) AVAILABLE CERTIFIED DBE'S - The Owner has developed a DBE Program and DBE Directory as required by 49 CFR Part 26. For this contract, the Owner will accept as certified, those DBE firms which are identified by the Small Business Administration (SBA) . as 8 (a) firms and those firms which are currently certified by other Department of Transportation (DOT) agencies (such as the Texas Bureau of Aeronautics). Firms which desire certification which do not meet the SBA or other DOT agencies previous certification: criteria are required by the Owner to complete the DOT recommended application documents in their entirety before they can be certified for this contract. Copies of the application documents may be obtained from Disadvantaged Business Enterprise Program CCIA — East GA Apron Reconstruction — E15234 ADDENDUM No. 1 ATTACHMENT C PAGE 1 OF 4 00 72 04-1 (9) Owner. The act of simply filling out the application documents does not mean automatic certification by the Owner. The rules and procedures of 49 CFR Part 26 shall govern the certification process of the Owner. CONTRACTOR'S REQUIRED SUBMISSION - The owner requires the submission of the following information with the bid. Certain other DBE information may also be required. DISADVANTAGED BUSINESS ENTERPRISE SUBCONTRACTS DBE Subcontractors Names/Addresses/Identity* Subcontract Work Item Dollar Value of Subcontract Work General range of DBE Subcontractors' Annual Revenue WOMEN SUBCONTRACTS DBE Subcontractors Names/Addresses/Identity* Subcontract Work Item Dollar Value of Subcontract Work General range of DBE Subcontractors' Annual Revenue Disadvantaged Business Enterprise Program CCIA — East GA Apron Reconstruction — E15234 ADDENDUM No. 1 ATTACHMENT C PAGE 2 OF 4 00 72 04-2 OTHER DISADVANTAGED SUBCONTRACTORS DBE Subcontractors Names/Addresses/Identity* Subcontract Work Item Dollar Value of Subcontract Work General range of DBE Subcontractors' Annual Revenue *(Black, Hispanic, Asian American, American Indian, and other economically disadvantaged) Total Bid (1) Total DBE Value (2) Total DBE percent (2)/(1) $ If the Contractor fails to meet the DBE subcontract goals established in paragraph 7 above, the following information must be submitted prior to contract award to assist the owner in determining whether or not the contractor made acceptable good faith efforts to meet the contract goal. This information (when applicable), as well as' the DBE information, should be submitted as specified in Paragraph 9 above. Suggested guidance for use in determining if good faith efforts were made by a contractor are included in Appendix A to 49 CFR Part 26, and Subpart 26.53 a -f revised as of February 2, 1999. A list of the efforts that a contractor may make and the owner may use in making a determination as to the acceptability of a contractors efforts to meet the goal as included in Appendix A are as follows: a. Whether the contractor attended any pre -solicitation or pre-bid meetings that were scheduled by the recipient to inform DBE's of contracting and subcontracting opportunities; b. Whether the contractor advertised in general circulation, trade association, and minority -focus media concerning the subcontracting opportunities; c. Whether the contractor provided written notice to a reasonable number of specific DBE's that their interest in the contract was being solicited in sufficient time to allow the DBE's to participate effectively; d. Whether the contractor followed up initial solicitations of interest by contracting DBE's to determine with certainty whether the DBE's were interested; Disadvantaged Business Enterprise Program CCIA — East GA Apron Reconstruction — E15234 ADDENDUM No. 1 ATTACHMENT C PAGE 3 OF 4 00 72 04-3 e. Whether the contractor selected portions of work to be performed by DBE's in order to increase the likelihood of meeting the DBE goal (including, where appropriate, breaking down contracts into economically feasible units to facilitate DBE participation); f. Whether the contractor provided interested DBE's with adequate information about the plans specifications, and requirements of the contract, g. Whether the contractor negotiated in good faith with interested DBE's, not rejecting DBE's as unqualified without sound reasons based on a thorough investigation -of their capabilities; h. Whether the contractor made efforts to assist interested DBE's in obtaining bonding, lines of credit, or insurance required by the recipient or contractor; and Whether the contractor effectively used the services of available minority community organizations; minority contractors' groups; local and state Federal Minority Business Assistance Offices; and other organizations that provide assistance in the recruitment and placement of DBE's. NOTE: The nine items set forth above are merely suggested criteria and the owner may specify that you submit information on certain other actions a contractor took to secure DBE participation in an effort to meet the goals. A contractor may also submit to the owner other information on efforts to meet the goals. (10) CONTRACTOR ASSURANCE - The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR pat 26 in the award and administration of DOT assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate. (11) PROMPT PAYMENT - The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of this contract no later than days from the receipt of each payment the prime contractor received from the City of Corpus Christi. The prime contractor agrees further to return retainage payments to each subcontractor within days after the subcontractor's work is satisfactorily completed. Any delay of postponement of payment from the above referenced time frame may occur only for good cause following written approval of the City of Corpus Christi. This clause applies to both DBE and non -DBE subcontractors. 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. Name of Bidder: IRS Number: By: Title: Date: Disadvantaged Business Enterprise Program CCIA — East GA Apron Reconstruction — E15234 ADDENDUM No. 1 ATTACHMENT C PAGE 4 OF 4 00 72 04-4 ARTICLE 3 — CONTRACT TIMES 3.01 Contract Times A. The Work for the Base Bid is required to be substantially completed within 325 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within 355 days after the date when the Contract Times commence to run. B. Milestones, and the dates for completion of each, are as defined in SECTION 01 35 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones, Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Conditions. Owner and Contractor also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty): 1. Substantial Completion: Contractor shall pay Owner $5,000 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner $5,000 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 01 35 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 5. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. Agreement, Article 3 — Contract Times CCIA - East GA Apron Reconstruction - E15234 ADDENDUM No. 1 ATTACHMENT D PAGE 1 OF 1 005223-1 Rev 0143-2016 ARTICLE 4 — PRE-BID CONFERENCE 4.01 A non -mandatory pre-bid conference for the Project will be held on Tuesday, July 12t, at 10:00 am at the following location: Airport Board Room Corpus Christi International Airport 1000 International Drive Corpus Christi, Texas 78406 It is the Bidders' responsibility to sign in at the pre-bid conference to verify their participation. Invitation to Bid and Instructions to Bidders, Article 4 — Pre -Bid Conference CCIA - East GA Apron Reconstruction - E15234 ADDENDUM No. 1 ATTACHMENT E PAGE 1 OF 1 002113-1 Rev 01-13-2016 1.03 CRITICAL OPERATIONS A. The Owner has identified critical operations that must not be out of service longer than the designated maximum time out of service and/or must be performed only during the designated times. These have been identified in the table below: Critical Operation Max. Time Out of Operation Hours Operation can be Shut Down Liquidated Damages ($ per hour) 24 hrs (with approval of and 96 hrs 1,000 (no more Taxiway Operation advance than $5,000 per notification to day) Airport Operation Manager) 4 hrs (with approval of and 96 hrs 1,000 (no more Use of Hangars by FBO advance than $5,000 per notification to day) Airport Operation Manager) This does not refer to areas direct y related to the project activity which will be closed per phasing and work called in the plans. The table refers to temporary closures on airport areas other than those closed as per phasing and work called in the plans. Special Procedures — Article 1.03 — Critical Operations CCIA — East GA Apron Reconstruction — E15234 ADDENDUM No. 1 ATTACHMENT F PAGE 1 OF 1 013500-1 00 30 01 BID FORM Project Name: CCIA - East GA Apron Reconstruction Project Number: E15234 Owner: City of Corpus Christi Bidder: Part A - General (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) OAR: Storm Water Pollution Prevention Plan (SWPPP) Designer: KSA Engineers, Inc. Basis of Bid Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Base Bid Part A - General (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Al Storm Water Pollution Prevention Plan (SWPPP) LS 1 B3 A2 Mobilization, Etc. LS 1 B4 A3 Barricades and Markings for Pavement Closures LS 1 B5 SUBTOTAL PART A - GENERAL (Items Al thru A3) LF Part B - GA Apron Reconstruction Schedule 1 (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) B1 Asphaltic Concrete Pavement Removal SY 6,866 82 Undercut and Replace Unsuitable Subgrade CY 231 B3 8" Lime -Treated Subgrade SY 6,918 B4 Hydrated Lime for Lime Stabilized Subgrade (8%) TON 186 B5 Installation and Removal of Silt Fence LF 134 B6 Rock Filter Dam LF 20 B7 Rock Construction Exit EA 1 B8 16" Portland Cement Concrete Pavement SY 6,843 B9 Yellow Markings (Reflective) SF 50 B10 Black Markings (Non -Reflective) SF 100 B11 Sodding SY 149 B12 Furnish and Install 4" Topsoil on Disturbed Areas SY 149 B13 Remove and Replace Unsuitable Subgrade with Foundation Material as Directed by the Engineer CY 115 B14 Aircraft Tie Down EA 37 SUBTOTAL PART B - GA APRON RECONSTRUCTION SCHEDULE 1 (Items B1 thru B14) Part C - GA Apron Reconstruction Schedule 2 (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Cl Asphaltic Concrete Pavement Removal SY 7,721 C2 Undercut and Replace Unsuitable Subgrade CY 262 C3 8" Lime -Treated Subgrade SY 7,832 C4 Hydrated Lime for Lime Stabilized Subgrade (8%) TON 211 C5 Installation and Removal of Silt Fence LF 210 C6 16" Portland Cement Concrete Pavement SY 7,715 Bid Form CCIA - East GA Apron Reconstruction - E15234 Page 1 of 3 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT C7 Yellow Markings (Reflective) SF 68 53 C8 Black Markings (Non -Reflective) SF 133 1,568 C9 Sodding SY 234 43 C10 Furnish and Install 4" Topsoil on Disturbed Areas SY 234 42 C11 Remove and Replace Unsuitable Subgrade with Foundation Material as Directed by the Engineer CY 129 1 C12 Aircraft Tie Down EA 40 1,544 SUBTOTAL PART C - GA APRON RECONSTRUCTION SHEDULE 2 (Items Cl thru C12) D8 Part D - Additive Alternative No. 1 (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) D1 Asphaltic Concrete Pavement Removal SY 1,544 D2 Undercut and Replace Unsuitable Subgrade CY 53 D3 8" Lime -Treated Subgrade SY 1,568 D4 Hydrated Lime for Lime Stabilized Subgrade (8%) TON 43 D5 Installation and Removal of Silt Fence LF 42 D6 Rock Construction Exit EA 1 D7 16" Portland Cement Concrete Pavement SY 1,544 D8 Yellow Markings (Reflective) SF 34 D9 Black Markings (Non -Reflective) SF 67 D10 Sodding SY 47 D11 Furnish and Install 4" Topsoil on Disturbed Areas SY 47 D12 Mobilization, Etc. LS 1 D13 Barricades and Markings for Pavement Closures LS 1 D14 Dewatering LS 1 D15 Remove and Replace Unsuitable Subgrade with Foundation Material as Directed by the Engineer CY 26 D16 Aircraft Tie Down EA 17 SUBTOTAL PART D - ADDITIVE ALTERNATIVE NO. 1 (D1 THRU D16) Bid Form CCIA - East GA Apron Reconstruction - E15234 Page 2 of 3 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED TOTAL PROJECT BASE BID (PART A THRU C) QUANTITY AMOUNT BID SUMMARY SUBTOTAL PART A - GENERAL (Items Al thru A3) 325 SUBTOTAL PART B - GA APRON RECONSTRUCTION SCHEDULE 1 (Items B1 thru B14) Bidder agrees to reach Final Completion in SUBTOTAL PART C - GA APRON RECONSTRUCTION SHEDULE 2 (Items Cl thru C12) days TOTAL PROJECT BASE BID (PART A THRU C) I SUBTOTAL PART D - ADDITIVE ALTERNATIVE NO. 1 (D1 THRU D16) I TOTAL PROJECT ADDITIVE ALTERNATED (PART D) Contract Times Bidder agrees to reach Substantial Completion in 325 days Bidder agrees to reach Final Completion in 355 days Bid Form CCIA - East GA Apron Reconstruction - E15234 Page 3 of 3 Rev 01-13-2016 00 30 00 BID ACKNOWLEDGEMENT FORM ARTICLE 1- BID RECIPIENT 1.01 In accordance with the Drawings, Specifications, and Contract Documents, this Bid Proposal is submitted oy SpawGlass Civil Construction, Inc. (type or print name of company) on: July 20, 2016 at 2:00 pm for Project No. 615234 CCIA - East GA Apron Reconstruction. 1.02 Submit Bids, Bid Security and all attachments to the Bid (See Section 7.01 below) to the City's electronic bidding website at www.CivCastUSA.com. If submitting hard copy bids or bid security in the form of a cashier's or certified check, please send to: The City of Corpus Christi, Texas City Secretary's Office 1201 Leopard Street Corpus Christi, Texas 78401 Attention: City Secretary Bid - CCIA - East GA Apron Reconstruction, Project No. 615234 All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package, the project name and number and that bid documents are enclosed. ARTICLE 2 - BIDDERS'S ACKNOWLEDGMENTS 2.01 Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner on the form included in the Contract Documents, to perform all Work specified or indicated in Conti act Documents for the Contract Price Indicated in this Bid or as modified by Contract Amendment. Bidder agrees to complete the Work within the Contract Times established in the Agreement or as modified by Contract Amendment and comply with the all other terms and conditions of the Contract Documents. 2.02 Bidder accepts all of the terms and conditions of SECTION 00 21 13 INVITATION AND INSTRUCTIONS TO BIDDERS, including those dealing with required Bonds. The Bid will remain subject to acceptance for 90 days after the opening of Bids. 2.03 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of its failure to complete Work in accordance with the schedule set forth in the Agreement. 2.04 Bidder acknowledges receipt of the following Addenda: Addendum No. Addendum Date Signa u knowle i e t One 7/14/2016 II Bid Acknowledgement Form 00 3000. 1 CCIA - East GA Apron Reconstruction - E15234 Rev01.13.2016 ARTICLE 3 — BIDDER'S REPRESENTATIONS 3.01 The Bidder has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. 3.02 The Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. 3.03 The Bidder is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. 3.04 The Bidder has carefully studied the following Site -related reports and drawings as identified in the Supplementary Conditions: A. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; B. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; C. Underground Facilities referenced in reports and drawings; D. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and E. Technical Data related to each of these reports and drawings. 3.05 The Bidder has considered the: A. Information known to Bidder; B. Information commonly known to contractors doing business in the locality of the Site; C. Information and observations obtained from visits to the Site; and D. The Contract Documents. 3.06 The Bidder has considered the items identified in Paragraphs 3.04 and 3.05 with respect to the effect of such information, observations, and documents on: A. The cost, progress, and performance of the Work; B. The means, methods, techniques, sequences, and procedures of construction to be employed by Bidder; and C. Bidder's safety precautions and programs. 3.07 Based on the information and observations referred to in the preceding paragraphs, Bidder agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. 3.08 The Bidder is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. 3.09 The Bidder has correlated the information known to the Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and Bid Acknowledgement Form CCIA — East GA Apron Reconstruction — E15234 003000-2 Rev 01.13.2036 all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. 3.10 The Bidder has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Bidder has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Bidder. 3.11 The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 3.12 Bidder's entry into this Contract constitutes an incontrovertible representation by Bidder that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 4— BASIS OF BID 4.01 Bidder will complete the Work in accordance with the Contract Documents at the unit prices shown in the BID FORM. A. Extended amounts have been computed in accordance with Paragraph 13.03 of the General Conditions. B. Bidder acknowledges that the estimated quantities are not guaranteed, and final payment for all Unit Price items will be based on actual quantities provided, measured as provided in the Contract Documents. C. Unit Price and figures column will be used to compute the actual Bid price. ARTICLE 5 — EVALUATION OF BIDDERS 5.01 The contract may be awarded either to the lowest responsible bidder or to the bidder who provides the best value for the Owner. The Owner will consider the amount bid, the Bidder's responsibility, the Bidder's safety record, the Bidder's indebtedness to Owner and whether the Bidder has met the minimum specific project experience requirements to determine the lowest responsible Bidder. The Owner reserves the right to waive any and all irregularities in determining the Bidders' responsibility or value, and whether the Bidder has met the minimum specific project experience requirements, and reserves the right to require the submission of additional information. 5.02 The Owner has the right to accept a Bid, reject any and all Bids, to waive any and all irregularities in the Bids, or to reject non -conforming, non-responsive or conditional Bids. In addition, the Owner reserves the right to reject any Bid where circumstances and developments have, in the opinion of the Owner, changed the responsibility of the Bidder. 5.03 Material misstatements in the documentation submitted to determine the Bidder's responsibility, including information submitted per SECTION 00 4516 STATEMENT OF EXPERIENCE, may be grounds for rejection of the Bidder's Bid on this Project. Any such misstatement, if discovered after award of the Contract to such Bidder, may be grounds for immediate termination of the Contract. Additionally, the Bidder will be liable to the Owner for any additional costs or damages to the Owner resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. Bid Acknowledgement Form 00 30 CO - 3 CLIA — East GA Apron Reconstruction — E15234 Rev 01-13-2016 ARTICLE 6 — TIME OF COMPLETION 6.01 Bidder will complete the Work required to be substantially completed within 325 days after the date when the Contract Times commence to run as provided in Paragraph 4.01 of the General Conditions. Bidder will complete the Work required for final payment in accordance with Paragraph 15.06 of the General Conditions within 355 days after the date when the Contract Times commence to run. 6.02 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within the number of days indicated. ARTICLE 7 — ATTACHMENTS TO THIS BID In compliance with the Bid Requirements in SECTION 00 2113 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS, the following are made a condition of this Bid: A. Bid Security. B. SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM and documentation of signatory authority. C. SECTION 00 30 01 BID FORM. D. SECTION 00 30 02 COMPUANCE TO STATE LAW ON NONRESIDENT BIDDERS. E. SECTION 00 30 05 DISCLOSURE OF INTEREST. F. SECTION 00 30 06 NON -COLLUSION CERTIFICATION. ARTICLE 8 — DEFINED TERMS 8.01 The terms used in this Bid have the meanings indicated in the General Conditions and the Supplementary Conditions. The significance of terms with initial capital letters is described in the General Conditions. ARTICLE 9 — VENUE 9.01 Bidder agrees that venue shall lie exclusively in Nueces County, Texas for any legal action. ARTICLE 10 — SIGNATORY REQUIREMENTS FOR BIDDERS 10.01 Bidders must include their correct legal name, state of residency, and federal tax identification number in the Bid Form. 10.02 The Bidder, or the Bidder's authorized representative, shall sign and date the Bid Form to accompany all materials included in the submitted Bid. Bids which are not signed and dated in this manner, or which do not contain the required documentation of signatory authority may be rejected as non-responsive. The individual(s) signing the Bid must have the authority to bind the Bidder to a contract, and If required, shall attach documentation of signatory authority to the Bid Form. Bid Acknowledgement Form CCIA — East GA Apron Reconstruction — E15234 003000-4 Rev 01-13-2016 10.03 Bidders who are individuals ("natural persons" as defined by the Texas Business Organizations Code §1.002), but who will not be signing the Bid Form personally, shall include in their bid a notarized power of attorney authorizing the individual designated as their authorized representative to submit the Bid and to sign on behalf of the Bidder. 10.04 Bidders that are entitles who are not individuals shall identify in their Bid their charter or Certificate of Authority number issued by the Texas Secretary of State and shall submit with their Bid a copy of a resolution or other documentation approved by the Bidder's governing body authorizing the submission of the Bid and designating the individual(s) authorized to execute documents on behalf of the Bidder. Bidders using an assumed name (an "alias") shall submit a copy.of the Certificate of Assumed Name or similar document. 10.05 Bidders that are not residents of the State of Texas must document their legal authority to conduct business in Texas. Nonresident Bidders that have previously registered with the Texas Secretary of State may submit a copy of their Certificate of Authority. Nonresident Bidders that have not previously registered with the Texas Secretary of State shall submit a copy of the Bidder's enabling documents as filed with the state of residency, or as otherwise existing. ARTICLE 11— BID SUBMITTAL 11.01 This Bid is submitted by: Bidder: By: Name: Title: SpawGlass Civil Construction, Inc. (typedpr pfinyed egal name of Bidder) individual's sign ure) Miehapl P Fmmnns (typed or printed) Chief Operating Officer Attest: \ (typed or printed) Dan Hinson, Secretary/Treasurer (individual's signature) State of Residency: Texas Federal Tax Id. No. 76-0497205 Address for giving notices: 13800 West Road Houston, Texas 77041 Phone: 281-970-5300 Email: Robin.Falke@SpawGlass.com (Attach evidence of authority to sign if the authorized individual is not the Bidder, but an individual signing on behalf of another individual Bidder, or if the authorized individual is a representative of a corporation, partnership, or joint venture.) Bid Acknowledgement Form 00 3000 - 5 CCIA — East GA Apron Reconstruction — E15234 Rev 01-13-2016 RECORD OF ACTION OF THE BOARD OF DIRECTORS OF SPAWGLASS CIVIL CONSTRUCTION, INC. March 1, 2014 INASMUCH as Section 9.10(A) of the Texas Business Corporation Act provides that the directors of a business corporation may act, without the formality of a meeting, by subscribing their names to a record of the action assented to and taken by them unanimously, NOW, THEREFORE, the undersigned, being the directors of SpawGlass Civil Construction, Inc., effective the 1st day of March 2014 in lieu of holding a meeting of the directors, hereby adopt the following resolutions: RESOLVED, that the following persons are hereby authorized to execute contract, bond and bid documents on behalf of the corporation: Fred D. Raley Joel D. Stone Amer F. Al-Nahhas Robert Friedel Michael P. Emmons Dan Hinson IN WITNESS WHEREOF, the undersigned has executed this document as of the day and year first above written. Fred D. Raley Amer F. Al-Nahhas F'- ichaei J'1;2?-oel tone Rail li.slie Robert Friedel CIVCAST Report Created On: 8/3/2016 2:16:34 PM PROJECT: CCIA East GA Apron Reconstruction BIDDER: SpawGlass Civil Construction, Inc. TOTAL BID: $2,957,611.08 COMPLETION TIME: Not Required BIDDER INFO: 13800 West Road Houston,TX 77041 P: 281-970-5300 F: 281-970-5305 CIVCAST Report Created On: 8/3/2016 2:16:34 PM BID FORM BASE BID Total General $502,761.02 Schedule 1 $1,163,317.44 Schedule 2 $1,291,532.62 Total $2,957,611.08 ALTERNATE 1 Total Schedule 3 $352,765.85 Total $352,765.85 Base Bid General No. Description Unit Qty Unit Price Ext Price Al Storm Water Pollution Prevention Plan (SWPPP) LS 1 $2,748.09 $2,748.09 A2 Mobilization, Etc. LS 1 $280,961.00 $280,961.00 A3 Barricades and Markings for Pavement Closures LS 1 $219,051.93 $219,051.93 B4 Sub Total: $502,761.02 Schedule 1 No. Description Unit Qty Unit Price Ext Price B1 Asphaltic Concrete Pavement Removal SY 6866 $9.44 $64,815.04 B2 Undercut and Replace Unsuitable Subgrade CY 231 $47.39 $10,947.09 B3 8" Lime -Treated Subgrade SY 6918 $8.44 $58,387.92 B4 Hydrated Lime for Lime Stabilized Subgrade (8%) TON 186 $217.27 $40,412.22 B5 Installation and Removal of Silt Fence LF 134 $13.60 $1,822.40 B6 Rock Filter Dam LF 20 $173.56 $3,471.20 B7 Rock Construction Exit EA 1 $7,954.99 $7,954.99 B8 16" Portland Cement Concrete Pavement SY 6843 $135.15 $924,831.45 B9 Yellow Markings (Reflective) SF 50 $5.79 $289.50 B10 Black Markings (Non -Reflective) SF 100 $5.79 $579.00 CIVCAST Report Created On: 8/3/2016 2:16:34 PM Schedule 1 No. Description Unit Qty Unit Price Ext Price B11 Sodding SY 149 $8.95 $1,333.55 B12 Furnish and Install 4" Topsoil on Disturbed Areas SY 149 $16.20 $2,413.80 B13 Remove and Replace Unsuitable Subgrade with Foundation Material as Directed by the Engineer CY 115 $139.54 $16,047.10 B14 Aircraft Tie Down EA 37 $811.14 $30,012.18 C5 Sub Total: $1,163,317.44 Schedule 2 No. Description Unit Qty Unit Price Ext Price Cl Asphaltic Concrete Pavement Removal SY 7721 $9.45 $72,963.45 C2 Undercut and Replace Unsuitable Subgrade CY 262 $49.04 $12,848.48 C3 8" Lime -Treated Subgrade SY 7832 $8.39 $65,710.48 C4 Hydrated Lime for Lime Stabilized Subgrade (8%) TON 211 $217.39 $45,869.29 C5 Installation and Removal of Silt Fence LF 210 $13.60 $2,856.00 C6 16" Portland Cement Concrete Pavement SY 7715 $133.80 51,032,267.00 C7 Yellow Markings (Reflective) SF 68 $5.79 $393.72 C8 Black Markings (Non -Reflective) SF 133 $5.79 $770.07 C9 Sodding SY 234 $9.50 $2,223.00 010 Furnish and Install 4" Topsoil on Disturbed Areas SY 234 $16.20 $3,790.80 C11 Remove and Replace Unsuitable Subgrade with Foundation Material as Directed by the Engineer CY 129 $138.57 $17,875.53 C12 Aircraft Tie Down EA 40 $849.12 $33,964.80 Sub Total: $1,291,532.62 Alternate 1 Schedule 3 No. Description Unit Qty Unit Price Ext Price D1 Asphaltic Concrete Pavement Removal SY 1544 $11.50 $17,756.00 D2 Undercut and Replace Unsuitable Subgrade CY 53 $57.32 $3,037.96 CIVCAST Report Created On: 8/3/2016 2:16:34 PM Schedule 3 No. Description Unit Qty Unit Price Ext Price D3 8" Lime -Treated Subgrade SY 1568 $13.72 $21,512.96 D4 Hydrated Lime for Lime Stabilized Subgrade (8%) TON 43 $211.94 $9,113.42 D5 Installation and Removal of Silt Fence LF 42 $32.98 $1,385.16 D6 Rock Construction Exit EA 1 $115.70 $115.70 D7 16" Portland Cement Concrete Pavement SY 1544 $126.68 $195,593.92 D8 Yellow Markings (Reflective) SF 34 $5.79 $196.86 D9 Black Markings (Non -Reflective) SF 67 $5.79 $387.93 D10 Sodding SY 47 $24.75 $1,163.25 D11 Furnish and Install 4" Topsoil on Disturbed Areas SY 47 $16.20 $761.40 D12 Mobilization, Etc. LS 1 $44,116.00 $44,116.00 013 Barricades and Markings for Pavement Closures LS 1 $37,243.66 $37,243.66 D14 Dewatering LS 1 $2,155.95 $2,155.95 D15 Remove and Replace Unsuitable Subgrade with Foundation Material as Directed by the Engineer CY 26 $139.36 $3,623.36 D16 Aircraft Tie Down EA 17 $858.96 $14,602.32 Sub Total: $352,765.85 Description CIVCAST BID FORM - CCIA East GA Apron Reconstruction Instructions: Only input the UNIT PRICE In green. Dont type m the 5 sign or commas Base Bid Alternate 1 52,957,611.08 5352,765.85 Section Tale Item No. Unit Qty Unit $ Price Eat $ Price General Al Storm Water Pollution Prevention Plan (SWPPPI 15 1.00 52,748.09 52,748.09 General A2 Mobilization, Etc. L5 1.00 5280,961,00 5280,961.00 General A3 Barricades and Markings for Pavement Closures L5 1.00 $219,051.93 5219.051.93 Schedule 1 81 Asphaltic Concrete Pavement Removal SY 6266.00 59.44 564,815.04 Schedule 1 B2 Undercut and Replace Unsuitable Subgrade CY 231.00 547.39 510,947.09 Schedule 1 B3 8" Ume-Treated Subgrade SY 6,918.00 58.44 558,387.92 Schedule 1 84 Hydrated Lime for Ume Stabilized Subgrade (8%1 TON 186.00 5217.27 540,412.22 Schedule 1 85 Installation and Removal of Silt Fence LF 134.00 513.60 51,822.40 Schedule 1 B6 Rock Filter Dam LF 20,00 5173.56 53,471.20 Schedule 1 B7 Rock Construction Exit EA 1.00 $7,954.99 $7,954.99 Schedule 1 88 16" Portland Cement Concrete Pavement SY 6,843.00 5135.15 5924,831.45 Schedule 1 B9 Yellow Markings (Reflective) SF 50.00 55.79 $289.50 Schedule 1 810 Black Markings (Non -Reflective) SF 100.00 55.79 5579.00 Schedule 1 B11 Sodding SY 149,00 58.95 51,333.55 Schedule 1 812 Furnish and Install 4" Topsoil on Disturbed Areas SY 149.00 $16.20 52,413.80 Schedule 1 813 Remove and Replace Unsuitable Subgrade with Foundation Material as Directed by the Engineer CY 115.00 5139.54 $16,047.10 Schedule 1 814 Aircraft Tie Down EA 37.00. $811.14 530,012.18 Schedule 2 Cl Asphaltic Concrete Pavement Removal SY 7,721.00 59.45 572,963.45 Schedule 2 C2 Undercut and Replace Unsuitable Subgrade CY 262.00 549.04 $12,848.48 Schedule 2 C3 8" Ume-Treated Subgrade SY 7,832.00 58.39 $65,710.48 Schedule 2 C4 Hydrated Lime for Lime Stabilized Subgrade (8%) TON 211.00 5217.39 $45,869.29 Schedule 2 CS Installation and Removal of Silt Fence LF 210.00 513.60 $2,856.00 Schedule 2 C6 16" Portland Cement Concrete Pavement SY 7,715.00 5133.80 51,032.267.00 Schedule 2 C7 Yellow Markings (RefleCtive) 5F 68.00 55.79 $393.72 Schedule 2 _ CO Black Markings (Non -Reflective) --- SF 133.00 55.79 5770.07 Schedule 2 C9 Sodding SY 234.00 59.50 52,223.00 Schedule 2 C10 Furnish and Install 4" Topsoil on Disturbed Areas SY 234.00 516.20 53.790.80 Schedule 2 C11 Remove and Replace Unsuitable Subgrade with Foundation Material as Directed by the Engineer CY 129.00 5138.57 $17,875.53 Schedule 2 C12 Aircraft lie Down EA 40.00 5849.12 533.964.80 Alternate 1 Schedule 3 Dl Asphaltic Concrete Pavement Removal 5Y 1,544.00 51150 517,756.110 Schedule 3 D2 Undercut and Replace Unsuitable Subgrade CY 53.00 55732 $3,037.96 Schedule 3 D3 8" Lime -Treated Subgrade SY 1.568.00 $13.72 521,512.96 Schedule 3 04 Hydrated Lime for Lime Stabilized Subgrade 18%) TON 43.00 $211.94 59,113.42 Schedule 3 D5 Installation and Removal of Silt Fence IF 42.00 $32.98 $1,385.16 Schedule 3 D6 Rock Construction Exit EA 1.00 $115.70 $115.70 Schedule 3 D7 16" Ponland Cement Concrete Pavement SY 1,544.00 5126.68 5195,593.92 Schedule 3 58 Yellow Markings (Reflective) SF 34.00 55.79 5196.00 Schedule 3 D9 Black Markings (Non -Reflective) SF 67.00 55.79 5387.93 Schedule 3 010 Sodding 5Y 47.00 524.75 51,163.25 Schedule 3 D11 Furnish and Install 4" Topsoil on Disturbed Areas 5Y 47.00 516.20 5761.40 Schedule 3 012 Mobilization, Etc. L5 1.00 544,116.00 $44,116.00 Schedule 3 013 Barricades and Markings for Pavement Closures LS 1.00 537,243.66 $37,243.66 Schedule 3 014 Dewatering LS 1.00 $2,155.95 52,155.95 Schedule 3 015 Remove and Replace Unsuitable Sub grade with Foundation Material as Directed by the Engineer CY 26.00 5139.36 53,623.36 Schedule3 016 Aircraft Tie Down EA 17.00 $858.96 $14,602.32 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS Chapter 2252 of the Texas Government Code applies to the award of government contract to nonresident bidders. This law provides that: "a government entity may not award a governmental contract to a nonresident bidder unless the nonresident underbids the lower bid submitted by a responsible resident bidder by an amount that is not less than the amount by which a resident bidder would be required to underbid the nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located." "Nonresident bidder" refers to a person who is not a resident of Texas. "Resident bidder" refers to a person whose principal place of business is in this state, including a contractor whose ultimate parent company or majority owner has its principal place of business in this state. Check the statement that is correct for Bidder. Bidder qualifies as a nonresident bidder whose principal place of business or residency is in the State of al Bidder (includes parent company or majority owner) qualifies as a resident bidder whose principal place of business is in the State of Texas. The Owner will use the information provided in the State of Texas Comptroller's annual publication of other states' laws on contracts to evaluate the Bids of nonresident Bidders. Bidder: Company Name: By: Name: Title: Business address: Phone: SpawGlass Civil Construction, Inc. (typed or printed) (signature -- attach evidence of authority to sign) Dan Hinson (typed or printed) Secretary/Treasurer 13800 West Road Houston, Texas 77041 281-970-5300 Email: Robin.Falke@SpawGlass.com END OF SECTION Compliance to State Law on Nonresident Bidders CCIA - East GA Apron Reconstruction - E15234 003002-1 11-25-2013 00 30 05 City of Corpus Christi Disclosure of Interest SUPPLIER NUMBER TO aIIS�PU ASNG ASSIGNED Chy of CITY OF CORPUS CHRISTI Corpus Christi DISCLOSURE OF INTEREST City ofus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the Ci to provide the following information. Every question must be answered. If the question is not applic le, answer with "NA". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: SpawGlass Civil Construction, Inc. P.O. BOX: STREET ADDRESS: 13800 West Road CITY: Houston ZIP: 77041 FIRM IS: 1. Corporation 121 4. Association 2. Other ip e Partnersh 3. Sole Owner 0 DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of thisor attach separate sheet: 1. State the names of each "employee" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Job Title and City Department (if known) None 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Title None 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Board, Commission or Committee None 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest' constituting 3% or more of the ownership in tete above named "firm." Name Consultant None Qty of Corpus Christi Disclosure of Interest 003005-1 Rev0143-2016 FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof, you shall disclose that fact in a signed writing to the City official, employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349 (d)] CERTIFICATION I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: Dan Hinson Title: Secretary/Treasurer (Type or Print) Signature of Certifying Person: \,��w.I-- DEFINITIONS Date: August 3, 2016 a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi, Texas. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part- time basis, but not as an independent contractor. d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation, joint stock company, joint venture, receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi, Texas. f. "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holding or control established through voting trusts, proxies, or special terms of venture or partnership agreements." g. "Consultant." Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. City of Corpus Christi Disclosure of Interest 003005-2 Rev 01-13-2016 00 30 06 NON -COLLUSION CERTIFICATION STATE OF TEXAS COUNTY OF NUECES OWNER: City of Corpus Christi, Texas 1201 Leopard Street Corpus Christi, Texas 78401 CONTRACT: CCIA - East GA Apron Reconstruction E15234 Bidder certifies that the it has not been a party to any collusion among Bidders in the restraint of freedom of competition by agreement to submit a Bid at a fixed price or to refrain from bidding; or with any official or employee of the Owner as to quantity, quality, or price in the prospective contract, or any other terms of said prospective contract; or in any discussion between Bidders and any official of the Owner concerning exchange of money or other thing of value for special consideration in the letting of a contract. Company Name: SpewGlass Civil Construction, Inc. By: (typed or printed) \c,,,, t, (signature -- attach evidence of authority to sign) Name: Dan Hinson (typed or printed) Title: Secretary/Treasurer Business address: 13800 West Road Houston, Texas 77041 Phone: 281-970-5300 Email: Robin.Falke@SpawGlass.com Non -Collusion Certification CCIA - East GA Apron Reconstruction - E15234 END OF SECTION 003006-1 11-25-2013 00 72 04 DISADVANTAGED BUSINESS ENTERPRISE PROGRAM The following bid conditions apply to this Department of Transportation (DOT) assisted contract. Submission of a bid/proposal by a prospective Contractor shall constitute full acceptance of these bid conditions. (1) DEFINITION - Disadvantaged Business Enterprise (DBE) as Used in this Contract shall have the same meaning as defined in 26.5 of Subpart A to 49 CFR Part 26. (2) POLICY - It is the policy of DOT that DBE's as defined in 49 CFR Part 26 shall have the equal opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with federal funds. Consequently, the DBE requirements of 49 CFR Part 26 apply to this contract. (3) DBE OBLIGATION - The Contractor agrees to ensure that disadvantaged business enterprises as defined in 49 CFR Part 26 have the equal opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with federal funds. In this regard all Contractors shall take all necessary and reasonable steps in accordance with 49 CFR Part 26 to ensure that DBEs 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. (4) 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. (5) SUBCONTRACT CLAUSE - All bidders and potential Contractors hereby assure that they will include the above clauses in all subcontracts which offer further subcontracting opportunities. (6) CONTRACT AWARD - Bidders are hereby advised that meeting DBE subcontract goals or making an acceptable good faith effort to meet such goals are conditions of being awarded this DOT assisted contract. (7) (8) The Owner proposes to award the contract to the lowest responsive and responsible bidder submitting a reasonable' bid provided he has met the goals for DBE participation or, if failing to meet the goals, he has made an acceptable good faith effort to meet the established goals for the DBE participation. Bidder is advised that the Owner reserves the right to reject any or all bids submitted. DBE PARTICIPATION GOAL - The attainment of goals established for this contract is to be measured as a percentage of the total dollar value of the contract. The goals established for this contract are as follows: a. The percent to be performed by DBE's is eight point eighty seven (8.87%). AVAILABLE CERTIFIED DBE'S - The Owner has developed a DBE Program and DBE Directory as required by 49 CFR Part 26. For this contract, the Owner will accept as certified, those DBE firms which are identified by the Small Business Administration (SBA) . as 8 (a) firms and those firms which are currently certified by other Department of Transportation (DOT) agencies (such as the Texas Bureau of Aeronautics). Firms which desire certification which do not meet the SBA or other DOT agencies previous certification: criteria are required by the Owner to complete the DOT recommended application documents in their entirety before they can be certified for this contract. Copies of the application documents may be obtained from Disadvantaged Business Enterprise Program CCIA — East GA Apron Reconstruction — El 5234 ADDENDUM No. 1 ATTACHMENT C PAGE 1 OF 4 00 72 04-1 • (9) Owner. The act of simply filling out the application documents does not mean automatic certification by the Owner. The rules and procedures of 49 CFR Part 26 shall govern the certification process of the Owner. CONTRACTOR'S REQUIRED SUBMISSION - The owner requires the submission of the following information with the bid. Certain other DBE information may also be required. SS ENTERPRISE SUBCONTRACTS DBE Subcontractors NameslAddresses/Identity* Subcontract Work Item Dollar Value of Subcontract Work General range of DBE Subcontractors' Annual Revenue See Attached List WOMEN SUBCONTRACTS DBE Subcontractors Names/Addresses/Identity* Subcontract Work Item Dollar Value of Subcontract Work General range of DBE Subcontractors' Annual Revenue See Attached List Disadvantaged Business Enterprise Program CCIA —East GA Apron Reconstruction — El 5234 ADDENDUM No. 1. ATTACHMENT C PAGE2OF4 007204.2 CONTRACTORS DBE Subcontractors Names/Addresses/Identity' — Subcontract Work Item Dollar Value of Subcontract Work General range of DBE Subcontractors' Annual Revenue See Attached List I '(Black, Hispanic, Asian American, American Indian. and other economically disadvantage Total Bid (1) Total DBE Value (2) Total DBE percent (2)/(1) If the Contractor fails to meet the DBE subcontract goals established in paragraph 7 above, the following information must be submitted prior to contract award to assist the owner in determining whether or not the contractor made acceptable good faith efforts to meet the contract goal. This information (when applicable), as well as' the DBE information, should be submitted as specified in Paragraph 9 above. Suggested guidance for use in determining if good faith efforts were made by a contractor are included in Appendix A to 49 CFR Part 26, and Subpart 26.53 a -f revised as of February 2, 1999. A list of the efforts that a contractor may make and the owner may use in making a determination as to the acceptability of a contractors efforts to meet the goal as included in Appendix A are as follows: a. Whether the contractor attended any pre -solicitation or pre-bid meetings that were scheduled by the recipient to inform DBE's of contracting and subcontracting opportunities; b. Whether the contractor advertised in general circulation, trade association, and minority -focus media concerning the subcontracting opportunities; c. Whether the contractor provided written notice to a reasonable number of specific DBE's that their interest in the contract was being solicited in sufficient time to allow the DBE's to participate effectively; d. Whether the contractor followed up initial solicitations of interest by contracting DBEs to determine with certainty whether the DBEs were interested; Disadvantaged Business Enterprise Program CCIA — East GA Apron Reconstruction — E15234 ADDENDUM No. 1 ATTACHMENT C PAGE 3OF4 00 72 04-3 e. Whether the contractor selected portions of work to be performed by DBE's in order to increase the likelihood of meeting the DBE goal (including, where appropriate, breaking down contracts into economically feasible units to facilitate DBE participation); f. Whether the contractor provided interested DBEs with adequate information about the plans specifications, and requirements of the contract, g. Whether the contractor negotiated in good faith with interested DBE's, not rejecting DBE's as unqualified without sound reasons based on a thorough investigation -of their capabilities; h. Whether the contractor made efforts to assist interested DBE's in obtaining bonding, lines of credit, or insurance required by the recipient or contractor; and Whether the contractor effectively used the services of available minority community organizations; minority contractors' groups; local and state Federal Minority Business Assistance Offices; and other organizations that provide assistance in the recruitment and placement of DBE's. NOTE: The nine items set forth above are merely suggested criteria and the owner may specify that you submit information on certain other actions a contractor took to secure DBE participation in an effort to meet the goals. A contractor may also submit to the owner other information on efforts to meet the goals. (10) CONTRACTOR ASSURANCE - The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR pat 26 in the award and administration of DOT assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate. (11) PROMPT PAYMENT - The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of this contract no later than days from the receipt of each payment the prime contractor received from the City of Corpus Christi. The prime contractor agrees further to return retainage payments to each subcontractor within _ days after the subcontractor's work is satisfactorily completed. Any delay of postponement of payment from the above referenced time frame may occur only for good cause following written approval of the City of Corpus Christi. This clause applies to both DBE and non -DBE subcontractors. 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. Name of Bidder. SpawGlass Civil Construction, Inc. IR -Number:,.,.._ 6-0497205 Title: Dan Hinson, Secretary/Treasurer Date: August 3, 2016 Disadvantaged Business Enterprise Program CCIA — East GA Apron Reconstruction — E15234 ADDENDUM No. 1 ATTACHMENT C PAGE4OF4 00 72 04-4 DISADVANTAGED BUSINESS ENTERPRISE PROGRAM DISADVANTAGED BUSINESS ENTERPRISE SUBCONTRACTS DBE Subcontractors Names/Addresses/Identity Subcontract Work Item Dollar Value of Subcontract Work general range ot DBE Subcontractors' Annual Revenue Arias & Associates 142 Chula Vista Dr San Antonio, TX 78232 QC Testing 55,390.00 DS Texas Icon 1901 Onion Creek Pkwy Austin, TX 78748 Erosion Control 24,904.00 'GC Steel & Assoc 1300 N Rabb Rd La Feria, TX 78559 Concrete Accessories 72,910.00 WOMEN SUBCONTRACTS DBE Subcontractors Names/Addresses/Identity Subcontract Work Item Dollar Value of Subcontract Work venerat range ot DBE Subcontractors' Annual Revenue OTHER DISADVANTAGED SUBCONTRACTS DBE Subcontractors Names/Addresses/Identity Subcontract Work Item Dollar Value of Subcontract Work benerat range ot DBE Subcontractors' Annual Revenue Total Bid Total DBE Value Total DBE Percent 2,957,611.08 153,204.00 5.18% AIA DOCUMENT A310 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, SpawGlass Civil Construction, Inc. 13800 West Road Houston, TX 77041 (Here insert full name and address or legal title of Contractor) as Principal, hereinafter called Principal, and FEDERAL INSURANCE COMPANY 15 Mountain View Road Warren New Jersey 07061-1615 (Here insert full name and address or legal title of Surety) a corporation duly organized under the laws of the State of Indiana as Surety, hereinafter called Surety, are held and firmly bound unto City of Corpus Christi, Texas (Here insert full name and address of legal title of Owner) as Obligee, hereinafter called Obligee, in the sum of Five Percent of Greatest Amount Bid ( 5% GAB ), 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 CCIA - East GA Apron Reconstruction, Project No. E15234 (Here insert full name, address and description of project) 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 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 August 1, 2016 SpawGlass Civil Construction, Inc. By: s!)0,.l ---- Dan Hinson, (Principal) (Seal) Robin Falke (Witness) Secretary/Treasurer (Title) FEDERAL INSURANCE COMPANY By: L�r,r. D. gni ttomey i Fact (Title) (Seal Darlene Mitchell (Witness) Printed in cooperation with the American Institute of Architects (AIA) by the Chubb Group of Insurance Companies. The language in this document conforms exactly to the language used in AIA Document A310 February 1970 edition. Form 15-02-0033 (Rev. 12-99) Chubb ! _` Surety, POWER Federal Insurance Company Attn: Surety Department OF Vigilant Insurance Company 15 Mountain View Road ATTORNEY Pacific Indemnity Company Warren, NJ 07059 Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Norman E. Adams, Michael Macomber, John A. Prince and Larry D. Snider of Houston, Texas each as their true and lawful Attorney- in- Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf es surely thereon or otherwise, bonds and undertakings and other writings obligatory In the nature thereof (other than bail bonds) given or executed in the course of business, and any instruments amending or altering the same, and consents to the modification or alteration of any Instrument referred to In said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMP NY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 26 day of May, 2016. STATE OF NEW JERSEY as. County of Somerset On this 26th day of May, 2016 before me. a Notary Public of New Jersey, personally came David J. Edwards, to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attorney. and the said David J. Edwards, being by me duly sworn, did depose and say that ho is Assistant Sec etary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By- Laws of said Companies; and that he signed said Power of Attorney as Assistant Secretary of said Companies by like authority, and that he Is acquainted with David B. Norris, Jr., and knows him to be Vico President of said Companies; and that the signature of David B. Norris, Jr.. subscribed to said Power of Attorney Is in the genuine handwriting of David B Norris, Jr., and was thereto subscribed by authority of said By- Laws end in deponent's presence. Notarial Seal KATHERINE J. ADE LAM R NOTARY PUBLIC OF NEW JERSEY No. 2318885 Commission Expires July 16, 2019 CERTIFICATION Extract from the By- Laws of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY: 'Except as otherwise provided in these By -Laws or by law or as otherwise directed by the Board of Directors, the President or any Vice Presldent,shall be authorized to execute and deliver, in the name and on behalf of the Corporation, all agreements, bonds, contracts, deeds, mortgages, and other Instruments, either for the Corporation's own account or In a fiduciary or other capacity, and the seal of the Corporation, If appropriate, shall be affixed thereto by any of such officers or the Secretary or on Assistant Secretary. The Board of Directors, the President or any Vice President designated by the Board of Directors may authorize any other officer, employee or agent to execute and deliver, in the name and on behalf of the Corporation, agreements, bonds, contracts, deeds, mortgages, and other instruments, ether for the Corporation's own account or In a fiduciary or other capacity, and, if appropriate, to affix the seal of the Corporation thereto. The grant of such authority by the Board or any such officer may be general or confined to specific instances I, David J. Edwards, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the 'Companies') do hereby certify that (I) the foregoing extract cf the By- Laws of the Companies Is true and correct, (ii) the Companies are duly licensed and authorized to transact surety business In all 50 of the United States of America and the District of Coa:.'mbia and are authorized by the U.S. Treasury Departmmrt, further, Federal and Vigilant are licensed in the U.S. Virgin Islands, and Federal is licensed In Guam, Puerto Rico, and each of the Provinces of Canada except Prince Edward Island; and (iii) the foregoing Power of Attorney is true, correct and in full force and effect. Given under my hand and seals of said Companies at Warren, NJ this August 1, 2016 David J. Edwards, Assistant Secretary IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS USTED ABOVE. OR BY Tatptrrlo (909) 903- 3493 Fax (935) 933- 3555 s -mall: suroyeachLGb.com Form 15-10- 02258- U GEN CONSENT (rev. 07-15) 00 52 23 AGREEMENT This Agreement, for the Contract Renewal approved on September 20, 2016 , is between the City of Corpus Christi (Owner) and SpawGlass Civil Construction, Inc. (Contractor). Owner and Contractor agree as follows: ARTICLE 1— WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: CCIA - East GA Apron Reconstruction E15234 ARTICLE 2 — DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: KSA Engineers, Inc. 8875 Synergy Drive McKinney, TX 75070 2.02 The Owner's Authorized Representative for this Project is: Phil Boehk, P.E. - Acting Construction Engineer City of Corpus Christi - Engineering Services 4917 Holly Road #5 Corpus Christi TX 78411 ARTICLE 3 — CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 325 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within 355 days after the date when the Contract Times commence to run. B. Milestones, and the dates for completion of each, are as defined in SECTION 01 35 00 SPECIAL PROCEDURES. Agreement 00 52 23 - 1 CCIA - East GA Apron Reconstruction E15234 Rev 06-22-2016 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones, Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Conditions. Owner and Contractor also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty): 1. Substantial Completion: Contractor shall pay Owner $ 5,000 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner $ 5,000 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 01 35 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 5. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4 — CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed in accordance with Paragraph 13.03 of the General Conditions. Contractor acknowledges that estimated quantities are not guaranteed, were solely for the purpose of comparing Bids, and final payment for all unit price items will be based on actual quantities, determined as provided in the Contract Documents. Total Base Bid Price Plus Add. Alt. #1 ARTICLE 5 — PAYMENT PROCEDURES $3,310,376.93 5.01 Submit Applications for Payment in accordance with Article 15 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. Agreement 00 52 23 - 2 CCIA - East GA Apron Reconstruction E15234 Rev 06-22-2016 5.02 Progress Payments; Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. B. Progress payments equal to 90% percent of the total earned value to date for completed Work and properly stored materials will be made prior to Substantial Completion. The balance will be held as retainage. C. Payment will be made for the amount determined per Paragraph 5.02.B, less the total of payments previously made and less set -offs determined in accordance with Paragraph 15.01 of the General Conditions. D. At the Owner's option, retainage may be required at a higher percentage rate if progress on the Project is considered to be unsatisfactory. If retainage in excess of the amount described above is held prior to Substantial Completion, the Owner will place the additional amount in an interest bearing account. Interest will be paid in accordance with Paragraph 6.01. E. At the Owner's option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 15.01 of the General Conditions and less 200 percent of OAR's estimate of the value of Work to be completed or corrected to reach Substantial Completion. Owner may, at its sole discretion, elect to hold retainage in the amounts set forth above for progress payments prior to Substantial Completion if Owner has concerns with the ability of the Contractor to complete the remaining Work in accordance with the Contract Documents or within the time frame established by this Agreement. Release or reduction in retainage is contingent upon and consent of surety to the reduction in retainage. 5.03 Owner will pay the remainder of the Contract Price as recommended by OAR in accordance with Paragraph 15.06 of the General Conditions upon Final Completion and acceptance of the Work. ARTICLE 6 — INTEREST ON OVERDUE PAYMENTS AND RETAINAGE 6.01 The Owner is not obligated to pay interest on overdue payments except as required by Texas Government Code Chapter 2251. 6.02 The Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. ARTICLE 7 — CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. Agreement 00 52 23 - 3 CCIA - East GA Apron Reconstruction E15234 Rev 06-22-2016 C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site -related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. Agreement 00 52 23 - 4 Rev 06-22-2016 L. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 8 — ACCOUNTING RECORDS 8.01 Accounting Record Availability: The Contractor shall keep such full and detailed accounts of materials incorporated and labor and equipment utilized for the Work consistent with the requirements of Paragraph 13.01 of the General Conditions and as may be necessary for proper financial management under this Agreement. Subject to prior written notice, the Owner shall be afforded reasonable access during normal business hours to all of the Contractor's records, books, correspondence, instructions, drawings, receipts, vouchers, memoranda, and similar data relating to the Cost of the Work and the Contractor's fee. The Contractor shall preserve all such documents for a period of 3 years after the final payment by the Owner. ARTICLE 9 — CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: 1. Specifications, forms, and documents listed in SECTION 00 01 00 TABLE OF CONTENTS 2. Drawings listed in the Sheet Index 3. Addenda 4. Exhibits to this Agreement: a. Contractor's Bid Form b. n/a 5. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. ARTICLE 10 — CONTRACT DOCUMENT SIGNATURES One original of the signed Agreement will be required. The sequence of signatures will be completed in the following order: A. CONTRACTOR — Agreement must be signed by a person authorized to bind the firm or company. If Contractor is a Corporation, agreements must be Attested; B. ASSISTANT CITY ATTORNEY for the City; C. DIRECTOR OF ENGINEERING SERVICES; D. CITY SECRETARY for the City. Agreement 00 52 23 - 5 CCIA - East GA Apron Reconstruction E15234 Rev 06-22-2016 ATTEST CITY OF CORPUS CHRISTI Digitally signed by Rebecca Huerta DN: cn=Rebecca Huerta, 0, ou, email=rebeccah@cctexas.com, c=US Date: 2016.10.12 15:53:21 -0500' Rebecca Huerta City Secretary APPROVED AS TO LEGAL FORM: er 2016.10.11 08:30:53 -05'00' Janet L. Kellogg Assistant City Attorney Digitally signed by Jeff Edmonds DN: cn=Jeff Edmonds, o, ou=Engineering, email=jeffreye@cctexas.com, c=US Date: 2016.10.11 11:07:04 -0500' J.H. Edmonds, P.E. Director of Engineering Services Ord. 030960 AUTHORIZED BY COUNCIL 9/20/16 RH/ML ATTEST (IF CORPORATION) CONTRACTOR Digitally signed by Robin Falke Date: 2016.10.10 12:46:13 -05'00' Note: Attach copy of authorization to sign if person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief Financial Officer Digitally signed by RH/ML Date: 2016.10.12 10:34:52 -0500' SpawGlass Civil Construction, Inc. By: Digitally signed by Amer AI-Nahhas DN: C=US, E=amer.al-nahhas@spawglass.com, 0="SpawGlass Civil Construction, Inc.", OU=President, CN=Amer AI-Nahhas Date: 2016.10.10 10:03:24-05'00' Title: Amer Al-Nahhas, President 13800 West Road Address Houston Texas 77041 City State Zip 281/970-5300 Phone Fax Robin.Falke@SpawGlass.com EMail END OF SECTION Agreement 00 52 23 - 6 CCIA - East GA Apron Reconstruction E15234 Rev 06-22-2016 SGADMIN-01 VCOOK '4� R�. CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DDIYYYY) 9/27/2016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR . ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. 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). PRODUCER Adams Insurance Service, Inc. 427 W. 20th St., Suite 500 Houston, TX 77008 CONTACT NAME: L Cook FAX E C N . 0: (713) 8694346 (V, No): (713) 869-9144 MAIL ADDRESS: vcook@adamsins.com INSURER(S) AFFORDING COVERAGE NAIC # INSURERA : American Contractors Insurance Co. RRG 12300 INSURED SpawGlass Civil Construction, Inc. 13800 West Road Houston, TX 77041 INSURER B : Employers Mutual Casualty Company 21415 INSURER C : Gemini Insurance Company 10833 INSURER D :ACIG Insurance Company 19984 INSURER E : INSURER F : CLAIMS -MADE X OCCUR RAGES CERTIFIC THIS IS TO CERTIFY THAT THE POLICIES INDICATED. NOTWITHSTANDING ANY REQUIREMENT, CERTIFICATE MAY BE ISSUED OR MAY EXCLUSIONS AND CONDITIONS OF SUCH OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS PERTAIN, THE INSURANCE AFFORDED BY THE POLIC ES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POUCY NUMBER POUCY EFF (MM/DDIYYYY) POUCY EXP (MM/DDIYYYY) UMITS A X COMMERCIAL GENERAL LIABIUTY X GLI6ABC000461XS16D00046 06/01/2016 06101/2017 EACH OCCURRENCE $ 10,000,000 CLAIMS -MADE X OCCUR X DAMAGE TO RENTED PREMISES (Ea occurrence) $ 100,000 MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 10,000,000 GEM. AGGREGATE POLICY OTHER: X LIMIT APPLIES PER: JECT LOC GENERAL AGGREGATE $ 10,000,000 PRODUCTS - COMP/OP AGG $ 10,000,000 $ B AUTOMOBILE X X LIABIUTY ANY AUTO ALL OWNED AUTOS HIRED AUTOS X _ SCHEDULED AUTOS NON.OWNED AUTOS X X 3E75357 06/01/2016 06/01/2017 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROaER Y DAMAGE (Per $ $ C X UMBRELLA UAB EXCESS UAB X OCCUR CLAIMS -MADE X X CEX0960154101 06/0112016 06/01/2017 EACH OCCURRENCE $ 10,000,000 AGGREGATE $ 10,000,000 DED RETENTION $ $ D WORKERS COMPENSATION AND EMPLOYERS' UABIUTY ANYIPROPRI BER EXCLUDED? ETOFt/PARTNEFUEXECUTIVE (Mandatory In NH) H yes, descrlbe under DESRIPTION OF OPERATIONS below YNN NIA X WCA000008316 06/0112016 06/01/2017 X PER STATUTE OTH- ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS 1 VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space is required) RE: CCIA - EAST GA APRON RECONSTRUCTION; PROJECT NO. E15234 CERTIFICATE HOLDERS: CITY OF CORPUS CHRISTI, TEXAS AND KSA ENGINEERS, INC. THE GENERAL LIABILITY AND AUTOMOBILE LIABILITY POLICIES INCLUDE A BLANKET AUTOMATIC ADDITIONAL INSURED ENDORSEMENT AND THE GENERAL LIABILITY, AUTOMOBILE LIABILITY AND WORKERS' COMPENSATION POLICIES INCLUDE A BLANKET AUTOMATIC WAIVER OF SUBROGATION ENDORSEMENT THAT PROVIDES ADDITIONAL INSURED AND WAIVER OF SUBROGATION STATUS TO THE CERTIFICATE HOLDER ONLY WHEN THERE IS A WRITTEN CONTRACT BETWEEN THE NAMED INSURED AND THE CERTIFICATE HOLDER THAT REQUIRES SUCH STATUS AS PER THE ATTACHED ENDORSEMENTS E HOLDER CANCELLATION CITY OF CORPUS CHRISTI - ENGINEERING ATTN: CONSTRUCTION CONTRACT ADMIN. P.O. BOX 9277 CORPUS CHRISTI, TX 78469-9277 1 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE (:,,,..., .--,e41-**4*--- 0 ACORD 25 (2014101) © 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ACO AGENCY CUSTOMER ID: LOC #: ADDITIONAL REMARKS SCHEDULE Page of AGENCY Adams Insurance Service, Inc. NAMED INSURED SpawGlass Contractors, Inc; SpawGlass Conctruction Corp.; SpawGlass Civil Construction, Inc.; Sustainable Concrete Solution, LLC; Westland Equipment and Supplies, LLC POLICY NUMBER See Acord 25 cARwER . See Arord 25 MAIC CODE EFFECTIVE DATE: nRm 1 17n 1 R ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM ISA SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE. The Automobile policy includes the following endorsements: 1) CA7450 — Commercial Auto Elite Extension - Additional Insured and Waiver of Subrogation - Blanket as required by written contract. 3) IL7447 — Earlier Notice of Cancellation Provided by Us — 30 day blanket as required by written contract . The General Liability policy includes the following endorsements: 1) 336 — Notice of Cancellation — 30 day blanket as required by written contract executed prior to the Bodility Injury or Property Damage. 2) 205 - Blanket Waiver of Subrogation when required in a written contract or agreement. 3) 556- Additional Insured -Owners, Lessees or Contractors - Who is an insured is amended to include as an Additional Insured for on-going and completed operations, any person or organization when you have agreed in a written contract that such person or organization be added an an Additional Insured on your policy. The endorsement also provides for the coverage to apply on a primary and non-contributory basis when required by written contract. The Workers Compensation policy includes the following endorsements: 1) WC990304 - Waiver of Subrogation — Blanket Waiver for any person or organization for whom the Named Insured has agreed by written contract to furnish this Waiver. 2) WC420601 — Notice of Cancellation — 30 days blanket as required by written contract executed prior to the Bodily Injury or Property Damage. The Umbrella/Excess Liability policy applies in excess of the underlying General Liability, Automobile Liability and Employers Liability policies above. The policy follows the terms and conditions of such underlying policies unless they are inconsistent with the terms of this policy. ACORD 101 (2008/01) @ 2008 ACORD CORPORATION. AH rights reserved. The ACORD name and logo are registered marks of ACORD 556 ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: Any person or organization that you have agreed to and/or are required by contract to name as an additional insured. Who Is An Insured (Section II) is amended to Include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that insured by or for you. With respect to these additional Insureds, this insurance does not apply to "bodily injury," "property damage" or "personal and advertising injury" arising out of the rendering of or failure to render any professional services, including: (1) The preparing, approving or failure to prepare or approve maps, drawings, opinions, reports, surveys, change orders, designs or specifications; or (2) Supervisory, inspection or engineering services. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising jury", involved the rendering of or failure to render any professional services by you or on your behalf with respect to the operations described above. This endorsement shall not apply to a person or organization if any other additional insured endorsement attached to this policy specifically applies to that person or organization. The insurance afforded herein only applies to the extent permitted by applicable state law, including statutes goveming additional insured coverage in the construction industry. This insurance is excess to any other insurance, whether primary, excess, contingent or on any other basis, available to the additional insured unless a written contract requires that this insurance be primary or primary and non- contributing. However, this insurance is always excess to other insurance, whether primary, excess, contingent or on any other basis, when the additional insured has been added to the other insurance as an additional insured. Nothing herein contained shall be held to vary, alter, waive or extend any of the terms, conditions, provisions, agreements or limitations of the mentioned Policy, other than as above stated. Named Insureds: SpawGlass Contractors, Inc.; SpawGlass Construction Corp. and SpawGlass Civil Construction, Inc. Sustainable Construction Solutions, LLC and Westland Equipment and Supplies, LLC This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below Is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective: 06/01/16 Policy No.: GL16ABC00046 /XS16U00046 Endorsement No.: 0 Policy Effective: 06/01/16 Premium $ Insured: SG Administration, L.P. Insurance Company: American Contractors insurance Company Risk Retention Group Countersigned By WAIVER OF TRANSFER OF RIGHTS OF RECOVERY This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person(s) or Organization(s): Any person or organization for whom you have agreed by written contract to fumish this waiver. The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition (Section IV — COMMERCIAL GENERAL LIABILITY CONDITIONS) is amended by the addition of the following: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products -completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. Nothing herein contained shall be held to vary, alter, waive or extend any of the terms, conditions, provisions, agreements or limitations of the mentioned Policy, other than as above stated. Named Insureds: SpawGlass Contractors, Inc. SpawGlass Construction Corp. SpawGlass Civil Construction, Inc. Sustainable Construction Solutions LLC Westland Equipment and Supplies, LLd This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement Is issued subsequent to preparation of the policy.) Endorsement Effective: 06/01/1.6 Policy No.: GL16ABC00046/XS1600046 Policy Effective: 06/01/16 Insured: SG Administration, L.P. Insurance Company: American Contractors insurance Company Risk Retention Group Countersigned By _ Endorsement No.: 0 Premium $ scilfitu 205 336 NOTICE OF CANCELLATION, NONRENEWAL OR MATERIAL CHANGE - CERTIFICATE HOLDERS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART The certificate of insurance holders shown in the schedule below have requested that they receive written notice of cancellation, nonrenewal or material change with respect to this policy. If we decide to cancel, nonrenew or make a material change to this policy, we agree to mail or deliver sixty (60) days advance written notice to the certificate of insurance holders shown in the schedule below. However, if we are cancelling or nonrenewing due to nonpayment of premium, we will only provide the certificate of insurance holders shown in the schedule below with ten (10) days advance written notice. The notice of cancellation, nonrenewal or material change will be mailed to the addresses provided to us by the certificate of insurance issuer. Proof of mailing will be considered sufficient proof of our good faith attempt to provide notice of cancellation, nonrenewal or material change to the certificate of insurance holders shown in the schedule below. SCHEDULE All certificate of insurance holders where written notice of cancellation, nonrenewal or material change to this policy is required by written contract, permit or agreement with the Named Insured. Named Insured: SpawGlass Contractors, Inc. SpawGlass Construction Corp. SpawGlass Civil Construction, Inc. Sustainable Construction Solutio LLC W s,tla d EQ,li e t and Supplies,.t Nothing herein confamea shaii be' nem to vary, er, aive or extend any of the terms, conditions, provisions, agreements or limitations of the mentioned Policy, other than as above stated. This endorsement changes the policy to which It is attached and Is effective on the date issued unless otherwise stated. (The information below Is required only when this endorsement Is Issued subsequent to preparation of the policy.) Endorsement Effective: 06/01/16 Policy No.: GL16ABC00046/XS1600046 Policy Effective: 06/01/16 Insured: SG Administration, L.P. Insurance Company: American Contractors insurance Company Risk Retention Group Countersigned By Endorsement No.: 0 Premium $ POLICY NO.: 3E75357 COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL AUTO ELITE EXTENSION This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM The BUSINESS AUTO COVERAGE FORM is amended to include the following clarifications and extensions of coverage. With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. A. TEMPORARY SUBSTITUTE AUTO PHYSICAL DAMAGE Section I — Covered Autos Paragraph C. Certain Trailers, Mobile Equipment, and Temporary Substitute Autos is amended by adding the following: If Physical Damage Coverage is provided by this coverage form for an "auto" you own, the Physical Damage Coverages provided for that owned "auto" are extended to any "auto" you do not own while used with the permission of its owner as a temporary substitute for the covered "auto" you own that is out of service because of breakdown, repair, servicing, "loss" or destruction. The coverage provided is the same as the coverage provided for the vehicle being replaced. B. BLANKET ADDITIONAL INSURED Section II — Covered Autos Liability Coverage, A.1. Who Is An Insured is amended by adding the following: Any person or organization who is a party to a written agreement or contract with you in which you agree to provide the type of insurance afforded under this Business Auto Coverage Form. This provision applies to claims for "bodily injury" or "property damage" which occur after the execution of any written agreement or contract. C. EMPLOYEES AS INSUREDS The following is added to the Section II — Covered Autos Liability Coverage, Paragraph A.1. Who Is An Insured Provision: Any "employee" of yours is an "insured" while using a covered "auto" you don't own, hire or borrow in your business or your personal affairs. D. EMPLOYEE HIRED AUTOS 1. Changes In Covered Autos Liability Coverage The following is added to the Who Is- An Insured Provision: An "employee" of yours is an "insured" while operating an "auto" hired or rented under a contract or agreement in an "employee's" name, with your permission, while performing duties related to the conduct of your business. CA7450(11-15) 2. Changes In General Conditions Paragraph 5.b. of the Other Insurance Condition in the Business Auto Coverage Form is replaced by the following: For Hired Auto Physical Damage Coverage, the following are deemed to be covered "autos" you own: a. Any covered "auto" you lease, hire, rent or borrow; and b. Any covered "auto" hired or rented by your "employee" under a contract in an "employee's" name, with your permission, while performing duties related to the conduct of your business. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto". E. NEWLY FORMED OR ACQUIRED ORGANIZATIONS Section II — Covered Autos Liability Coverage, A.1. Who. Is An Insured is amended by adding the following: Any organization which you acquire or form after the effective date of this policy in which you maintain ownership or majority interest. However. (1) Coverage under this provision is afforded only up to 180 days after you acquire or form the organization, or to the end of the policy period, whichever is earlier. (2) Any organization you acquire or form will not be considered an "insured" if: (a) The organization is a partnership or a joint venture; or (b) That organization is covered under other similar insurance. Coverage under this provision does not apply to any claim for "bodily injury" or "property damage" resulting from an "accident" that occurred before you formed or acquired the organization. (3) Includes copyrighted material of ISO Properties, Inc. with its permission. Page 1 of 4 F. SUBSIDIARIES AS INSUREDS Section 11 — Covered Autos Liability Coverage, A.1. Who Is An Insured is amended by adding the following: Any legally incorporated subsidiary in which you own more than 50% of the voting stock on the effective date of this policy. However, "insured" does not include any subsidiary that is an "insured" under any other automobile liability policy or was an "insured" under such a policy but for termination of that policy or the exhaustion of the policy's limits of liability. G. SUPPLEMENTARY PAYMENTS Section 11 — Covered Autos Liability Coverage, A.2.a. Coverage Extensions, Supplementary Payments (2) and (4) are replaced by the following: (2) Up to $5,000 for cost of bail bonds (including bonds for related traffic law violations) required because of an "accident" we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a day because of time off from work. H. FELLOW EMPLOYEE COVERAGE In those jurisdictions where, by law, fellow employees are not entitled to the protection afforded to the employer by workers compensation exclusivity rule, or similar protection. The following provision is added: Subparagraph 5. of Paragraph B. Exclusions in Section 11 Covered Autos Liability Coverage does not apply if the "bodily injury" results from the use of a covered "auto" you own or hire. 1. TOWING Section 111 — Physical Damage Coverage, A.2. Towing is replaced with the following: We will pay for towing and labor costs incurred, subject to the following: a. Up to $100 each time a covered "auto" of the private passenger type is disabled; or b. Up to $500 each time a covered "auto" other than the private passenger type is disabled. However, the labor must be performed at the place of disablement. J LOCKSMITH SERVICES Section 111 — Physical Damage Coverage, A.4. Coverage Extensions is amended by adding the following: We will pay up to $250 per occurrence for necessary locksmith services for keys locked inside a covered private passenger "auto". The deductible is waived for these services. K. TRANSPORTATION EXPENSES Section 111 — Physical Damage Coverage, A.4. Coverage Extensions Subparagraph a. Transportation Expenses is replaced by the following: (1) We will pay up to $75 per day to a maximum of $2,500 for temporary transportation expense incurred by you because of the total theft of a covered "auto" of the private passenger type. We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Cause Of Loss Coverage. We will pay for temporary transportation expenses incurred during the period beginning 48 hours after the theft and ending, regardless of the policy's expirations, when the covered "auto" is returned to use or we pay for its "loss". (2) If the temporary transportation expenses you incur arise from your rental of an "auto" of the private passenger type, the most we will pay is the amount it costs to rent an "auto" of the private passenger type which is of the same like kind and quality as the stolen covered "auto". L. AUDIO, VISUAL, AND DATA ELECTRONIC EQUIPMENT COVERAGE ADDED LIMITS Audio, Visual, And Data Electronic Equipment Coverage Added Limits of $5,000 Per "Loss" are in addition to the sublimit in Paragraph C.1.b. of the Limits Of Insurance provision under Section 111 Physical Damage Coverage. M. HIRED AUTO PHYSICAL DAMAGE Section 111 — Physical Damage Coverage, A.4. Coverage Extensions is amended by adding the following: If hired "autos" are covered "autos" for Liability Coverage, and if Comprehensive, Specified Causes of Loss, or Collision coverage is provided for any "auto" you own, then the Physical Damage coverages provided are extended to "autos" you hire, subject to the following limit and deductible: (1) The most we will pay for loss to any hired "auto" is the lesser of Actual Cash Value or Cost of Repair, minus the deductible. (2) The deductible will be equal to the largest deductible applicable to any owned "auto" for that coverage. No deductible applies to "loss" caused by fire or lightning. Subject to the above limit and deductible provisions, we will provide coverage equal to the broadest coverage applicable to any covered "auto" you own. We will pay up to $1,000, in addition to the limit above, for loss of use of a hired auto to a leasing or rental concern for a monetary loss sustained, provided it results from an "accident" for which you are legally liable. (3) CA7450(11-15) Includes copyrighted material of ISO Properties, Inc. with its permission. Page 2 of 4 N. AUTO LOAN OR LEASE COVERAGE Section III — Physical Damage Coverage Paragraph A.4. Coverage Extensions is amended by the addition of the following: In the event of a total "loss" to a covered "auto" which is covered under this policy for Comprehensive, Specified Cause of Loss, or Collision coverage, we will pay any unpaid amount due, including up to a maximum of $500 for early termination fees or penalties, on the lease or loan for a covered "auto", less: 1. The amount paid under the Physical Damage Coverage Section of the policy; and 2. Any: a. Overdue lease/loan payments at the time of the "loss"; b. Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; c. Security deposits not returned by the lessor; d. Costs for extended warranties, Credit Life Insurance, Health, Accident or Disability Insurance purchased with the loan or lease; and e. Carry-over balances from previous loans or leases. Coverage does not apply to any unpaid amount due on a loan for which the covered "auto" is not the sole collateral. O. PERSONAL PROPERTY OF OTHERS Section III — Physical Damage Coverage, A.4. Coverage Extensions is amended by adding the following: We will pay up to $500 for loss to personal property of others in or on your covered "auto." This coverage applies only in the event of "loss" to your covered "auto" caused by fire, lightning, explosion, theft, mischief or vandalism, the covered "auto's" collision with another object, or the covered "auto's" overturn. No deductibles apply to this coverage. P. PERSONAL EFFECTS COVERAGE Section III — Physical Damage Coverage, A.4. Coverage Extensions is amended by adding the following: We will pay up to $500 for "loss" to your personal effects not otherwise covered in the policy or, if you are an individual, the personal effects of a family member, that is in the covered auto at the time of the "loss". For the purposes of this extension personal effects means tangible property that is wom or carried by an insured including portable audio, visual, or electronic devices. Personal effects does not include tools, jewelry, guns, money and securities, or musical instruments • Q. EXTRA EXPENSE FOR STOLEN AUTO Section III — Physical Damage Coverage, A.4. Coverage Extensions is amended by adding the following: We will pay up to $1,000 for the expense incurred retuming a stolen covered "auto" to you because of the total theft of such covered "auto". Coverage applies only to those covered "autos" for which you carry Comprehensive or Specified Causes Of Loss Coverage. R. RENTAL REIMBURSEMENT Section 11I — Physical Damage Coverage, A.4. Coverage Extensions is amended by adding the following: 1. This coverage applies only to a covered "auto" for which Physical Damage Coverage is provided on this policy. 2. We will pay for rental reimbursement expenses incurred by you for the rental of an "auto" because of "loss" to a covered "auto". Payment applies in addition to the otherwise applicable amount of each coverage you have on a covered "auto". No deductibles apply to this coverage. 3. We will pay only for those expenses incurred during the policy period beginning 24 hours after the "loss" and ending, regardless of the policy's expiration, with the lesser of the following number of days. a. The number of days reasonably required to repair or replace the covered "auto". If "loss" is caused by theft, this number of days is added to the number of days it takes to locate the covered "auto" and return it to you; or b. 30 days. 4. Our payment is limited to the lesser of the following amounts: a. Necessary and actual expenses incurred; or b. $75 per day, subject to a $2,250 limit. 5. This coverage does not apply while there are spare or reserve "autos" available to you for your operations. 6. If "loss" results from the total theft of a covered "auto" of the private passenger type, we will pay under this coverage only that amount of your rental reimbursement expenses which is not already provided for under the Physical Damage — Transportation Expense Coverage Extension included in this endorsement. 7. Coverage provided by this extension is excess over any other collectible insurance and/or endorsement to this policy. CA7450(11-15) Includes copyrighted material of ISO Properties, Inc. with its permission. Page 3 of 4 S. AIRBAG COVERAGE Section III — Physical Damage Coverage, B.3.a. Exclusions is amended by adding the following: If you have purchased Comprehensive or Collision Coverage under this policy, the exclusion relating to mechanical breakdown does not apply to the accidental discharge of an airbag. T. NEW VEHICLE REPLACEMENT COST The following is added to Paragraph C. Limit Of Insurance of Section III — Physical Damage Coverage In the event of a total "loss" to your new covered auto of the private passenger type or vehicle having a gross vehicle weight of 20,000 pounds or less, to which this coverage applies, we will pay at your option: a. The verifiable new vehicle purchase price you paid for your damaged vehicle, not including any insurance or warranties. b. The purchase price, as negotiated by us, of a new vehicle of the same make, model, and equipment, or most similar model available, not including any furnishings, parts, or equipment not installed by the manufacturer or their dealership. c. The market value of your damaged vehicle, not including any furnishings, parts, or equipment not installed by the manufacturer or their dealership. We will not pay for initiation or set up costs associated with a loans or leases. For the purposes of this coverage extension a new covered auto is defined as an "auto" of which you are the original owner that has not been previously titled which you purchased Tess than 180 days prior to the date of loss. U. LOSS TO TWO OR MORE COVERED AUTOS FROM ONE ACCIDENT Section III — Physical Damage Coverage, D. Deductible is amended by adding the following: If a Comprehensive, Specified Causes of Loss or Collision Coverage "loss" from one "accident" involves two or more covered "autos", only the highest deductible applicable to those coverages will be applied to the "accident". If the application of the highest deductible is less favorable or more restrictive to the insured than the separate deductibles as applied in the standard form, the standard deductibles will apply. This provision only applies if you carry Comprehensive, Collision or Specified Causes of Loss Coverage for those vehicles, and does not extend coverage to any covered "autos" for which you do not carry such coverage. V. WAIVER OF DEDUCTIBLE — GLASS REPAIR OR REPLACEMENT Section III — Physical Damage Coverage, D. Deductible is amended by adding the following: If a Comprehensive Coverage deductible is shown in the Declarations it does not apply to the cost of repairing or replacing damaged glass. W. DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT, OR LOSS Section IV — Business Auto Conditions, A.2. Duties In The Event Of Accident, Claim, Suit Or Loss is amended by adding the following: Your obligation to notify us promptly of an "accident", claim, "suit" or "loss" is satisfied if you send ' us the required notice as soon as practicable after your Insurance Administrator or anyone else designated by you to be responsible for insurance matters is notified, or in any manner made aware, of an "accident", claim, "suit" or "loss". X. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY Subparagraph 5. of Paragraph A. Loss Conditions of Section IV Business Auto Conditions is deleted in its entirety and replaced with the following. Transfer Of Rights Of Recovery Against Others To Us If any person or organization to or for whom we make payment under this Coverage Form has rights to recover damages from another, those rights are transferred to us. That person or organization must do everything necessary to secure our rights and must do nothing after "accident" or "loss" to impair them. However, we waive any right of recovery we may have against any person, or organization with whom you have a written contract, agreement or permit executed prior to the "loss" that requires a waiver of recovery for payments made for damages arising out of your operations done under contract with such person or organization. Y. UNINTENTIONAL FAILURE TO DISCLOSE EXPOSURES Section IV — Business Auto Conditions, B.2. Concealment, Misrepresentation, Or Fraud is amended by adding the following: If you unintentionally fail to disclose any exposures existing at the inception date of this policy, we will not deny coverage under this Coverage Form solely because of such failure to disclose. However, this provision does not affect our right to collect additional premium or exercise our right of cancellation or non- renewal. Z. MENTAL ANGUISH Section V — Definitions, C. is replaced by the following: "Bodily injury" means bodily injury, sickness or disease sustained by a person, including mental anguish or death resulting from bodily injury, sickness or disease. AA. LIBERALIZATION If we revise this endorsement to provide greater coverage without additional premium charge, we will automatically provide the additional coverage to all endorsement holders as of the day the revision is effective in your state. CA7450(11-15) Includes copyrighted material of ISO Properties, Inc. with its permission. Page 4 of 4 POLICY NO.: 3E75357 COMMERCIAL INTERLINE THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION PROVIDED BY US TO PERSON(S) OR ORGANIZATION(S) WITH WHOM YOU HAVE AGREED IN A WRITTEN CONTRACT OR AGREEMENT This policy is subject to the following additional Conditions: If we cancel this policy by notice to the first Named Insured, for any statutorily permitted reason other than for non- payment of premium, notice of such cancellation will be provided at least thirty (30) days in advance of the cancellation effective date to any person(s) or. organization(s) with whom you have agreed in a written contract or agreement to provide such person(s) or organization(s) with a notice of cancellation but only if: 1. You have provided the name and address of such person(s) or organization(s) to your authorized agent; and 2. Your authorized agent provides us with that list within three (3) business days from the date we request it from them. If notice is mailed, proof of mailing to the last known mailing address of such person(s) or organization(s) will be sufficient proof of notice. Failure to provide such notice to such person(s) or organization(s) will not amend or extend the date the cancellation becomes effective, nor will it negate cancellation of the policy. Failure to send notice shall impose no liability of any kind upon us, our agents or our representatives. 1L7447(5-15) includes copyrighted material of ISO Properties, Inc. with its permission. Page 1 of 1 TEXAS WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY WC 99 03 04 (Ed. 04-07) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver. This waiver does not extend to the statutory right of reimbursement from a claimant who recovers any amount under Section 417.002 of the Texas Labor Code. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( (X ) Specific Waiver Name of person organization Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to fumish this waiver. This waiver does not extend to the statutory right of reimbursement under Section 417.002 of the Texas Labor Code. 2. Operations: CONSTRUCTION AND RELATED CONSTRUCTION RELATED WORK ALL TEXAS OPERATIONS 3. Premium The premium charge of this endorsement shall be 2 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Minimum Premium $0 5. Advance Premium $0 Named Insureds: SpawGlass Construction Corp. SpawGlass Contractors, Inc. SpawGlass Civil Construction, Inc. Sustainable Construction Solutions, LLC Westland Equipment and Supplies, LLC This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below Is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 06/01/16 Insured SG Administration, L.P. Carrier Name/Code ACIG Insurance Company WC 99 03 04 (Ed. 04-07) Policy No. WCA000008316 Countersigned by Endorsement No. Premium $ WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 06 01 (Ed. 1-94) TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. In the event of cancelation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule. The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule 1. Number of days advance notice: 60 days. However, in the case of cancellation or nonrenewal due to nonpayment of premium, only 10 days advance notice will be provided. 2. Notice will be mailed to: All certificate holders where written notice of cancellation, nonrenewal or material change to this policy is required by written contract, permit or agreement with the Named Insured. The notice will be mailed to the addresses provided to us by the certificate of insurance issuer. Proof of mailing will be considered sufficient proof of our good faith attempt to provide written notice. Named Insureds: SpawGlass Construction, Inc. SpawGlass Construction Corp. SpawGlass Civil Construction, Inc. Sustainable Construction Solutions, LLC Westland Equipment and Supplies, LLC This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. This endorsement is only applicable in the state of Texas. (The Information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective: 06/01/16 Policy No. WCA000008316 Policy Effective Date: 06/01/16 to 06/01/17 Insured SG Administration, L.P. DBA: Carrier Name/Code: ACIG Insurance Company Countersigned by WC 42 06 01 (Ed. 1-94) Endorsement No. Premium $ unctnelSgrearitu 00 61 16 PAYMENT BOND 8239-22-80 (Federal) BOND NO. 58S208688 (Liberty Mutual ) Contractor as Principal Name: SpawGlass Civil Construction, Inc. Mailing address (principal place of business): 13800 West Road Houston, TX 77041 Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Engineering Services 1201 Leopard Street Corpus Christi, Texas 78469 Contract Project name and number: E15234 CCIA East GA Apron Reconstruction Award Date of the Contract: September 20, 2016 Contract Price: $3,310,376.93 Bond Date of Bond: September 29, 2016 (Date of Bond cannot be earlier than Award Dote of Contract) Surety Federal Insurance Company; Name: Liberty Mutual Insurance Company Mailing address (principal place of business): 15 Mountain View Road Warren, NJ 07059 Physical address (principal place of business): 15 Mountain View Road Warren, NJ 07059 Surety is a corporation organized and existing under the laws of the state of: IN & MA By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Telephone (main number): 908-903-2000 Telephone (for notice of claim): 908-903-3493 Local Agent for Surety Larry Snider Name: c/o Adams Insurance Service Address: 427 W. 20th Street, #500 Houston, TX 77008 Telephone: 713-869-8346 Email Address: l snider@adamsins.com The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800-252-3439 Payment Bond Form E15234 CCIA East GA Apron Reconstruction 006116-1 7-8-2014 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Payment Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal pays all claimants providing labor or materials to him or to a Subcontractor in the prosecution of the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal Signature: Surety _.I Signature: 11 r, Name: Amer Al—Nahhas Name: 11.rryk. nider Title: President Title: Attorney-in-Fact Email Address: Amer. A1—Nahhas@SpawGlass. com Email Address: lsnider@adamsins.com ;11 , LJtjv,J _n . (Attach Power of Attorney and place surety seal below) 1 jr f '•,'/'' 111111111111014 END OF SECTION Payment Bond Form E15234 CCIA East GA Apron Reconstruction 006116-2 7-8-2014 • 4. • • t. • r 4 1 i POWER Federal Insurance Company Attn: Surety Department 1E. Chubb OF Vigilant Insurance Company 15 Mountain View Road Surety ATTORNEY Pacific Indemnity Company Warren, NJ 07059 CHUBB Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Norman E. Adams, Michael Macomber, John A. Prince and Larry D. Snider of Houston, Texas each as their true and lawful Attorney- In- Fact to execute under such designation in their names and to affix their corporate seats to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course of business, and any Instruments amending or aatteertng the same, and consents to the modification or alteration of any instrument referred to in said bonds or obligations. !n Witness Whereof, said FEDERAL INSURANCE COMP�NY, ViGIUWT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 26 day of May, 2016. STATE OF NEW JERSEY County of Somerset On this 26th day of May, 2016 before me, a Notary Public of New Jersey, personally came David J. Edwards, to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attorney, and the said David J. Edwards, being by me duly sworn, did depose and say that he Is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seats and were thereto affixed by authority of the By- Laws of said Companies; and that he signed said Power of Attorney as Assistant Secretary 01 said Companies by like authority; and that he Is acquainted with David B. Norris, Jr., and knows him to be Vice President of said Companies; and that the signature of David B. Norris, Jr., subscribed to said Power of Attorney Is in the genuine handwriting of Davtd B. Norris, Jr., and was thereto subscribed by authority of said By- Laws and In deponents presence. Notarial Seal SS. KATHERINE J. ADELMR NOTARY PUBLIC OF NEW JERSEY No. 2316685 Commission Expinss July 16, 2019 CERTIFICATION Extract from the By. Laws of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY: 'Except as otherwise provided in these By -Laws or by law or as otherwise directed by the Board of Directors, the President or any Vice President,shall be authorized to execute and deliver, in the name and on behalf of the Corporation, all agreements, bonds, contracts, deeds, mortgages, and other instruments, either for the Corporation's own account or in a fiduciary or other capacity, and the seal of the Corporation, If appropriate, shall be affixed thereto by any of such officers or the Secretary or an Assistant Secretary. The Board of Directors, the President or any Vice President designated by the Board of Directors may authorize any other officer, emptoyee or agent to execute and deliver, in the name and on behalf of the Corporation, agreements, bonds. contracts, deeds, mortgages, and other instruments, either for the Corporation's own account or In a fiduciary or other capacity, and, if appropriate, to affix the seal of the Corporation thereto. The grant of such authority by the Board or any such officer may be general or confined to specific instances.' I, David J. Edwards, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the 'Companies") do hereby certify that , . (I) the foregoing extract of the By- Laws of the Companies is true and correct, (ii) the Companies are duty licensed and authorized to transact surety business in ail 50 of the United States of America and the District of Co1un b nil are " • • ,' authorized by the U.S. Treasury Department; further, Federal and Vigilant are licensed in the U.S. Virgin Islands, and Federal is licensed in giticirn, Puerto Rico, and each of the Provtnces of Canada except Prince Edward Island; and (ill) the foregoing Power of Attorney is true, correct and in MI force and effect. Given under my hand and seals of said Companies at Warren, NJ this 29th day of September, 2016. David J. Edwards, Assistant Secretary IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (908) 903- 3493 Fax (908) 903- 3856 e-mail: suetynchubb.com Form 15-10- 02258- U GEN CONSENT (rev. 07-15) THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney lifnits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated.' Certificate No. 7402423 American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire & Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the 'Companies.), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Andrew A. Adams; John A. Prince; Larry D. Snider; Michael Macomber; Norman E. Adams all of the city of Houston , state of TX each individually if there be more than one named, its true and lawful attorney-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 24th day of June , 2016 STATE OF PENNSYLVANIA ss COUNTY OF MONTGOMERY On this 24th day of June , 2016 , before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of American Fire and Casualty Company, Liberty Mutual Insurance Company, The Ohio Casualty Insurance Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written. COMMONWEALTH OF PENNSYLVANIA By: American Fire and Casualty Company The Ohio Casualty Insurance Company Liberty Mutual Insurance Company West merican Insurance Company �' `...4. David M. Care , Assistant Secretary Notarial Seal Teresa Pastella, Notary Pubtic Plymouth Twp., Montgomery County My Commission Expires March 28, 2017 Member. Pennsylvania Association of Notaries Bv: gde.14) Teresa Pastella, Notary Public This Power of Attorney is made and executed pursuant to an ' by authority of the following By-laws and Authorizations of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV— OFFICERS — Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fad, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney-in-fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII — Execution of Contracts — SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attomeys-in- fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attomey issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Gregory W. Davenport, the undersigned, Assistant Secretary, of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 29th day of September , 20 16 . LMS_12873_122013 • By: Gregory W. Davenport, Assistant Secretary 71 of 500 N N .y ro c o o N 0 w E o 0. aM 04 c 363 of a. co 00 :E© o 0 >-0 0 N E� N L M C 00 00 0e- 1- 1 C Chubb Surety OPIUM Federal Insurance Company Attn: Surety Department Vigilant Insurance Company 15 Mountain View Road Padfic indemnity Company Warren, NJ 07059 Important Notice TO OBTAIN INFORMATION OR TO MAKE A COMPLAINT: You may write to Federal Insurance Company at: Chubb Surety 15 Mountain View Road Warren, NJ 07059 Telephone: (908) 903-3493 Fax: (908) 903-3656 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 Telephone: (800) 252-3439 Fax: (512) 475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning the premium or about a claim, you should first contact the surety company. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. Libert Mutual SURETY TEXAS IMPORTANT NOTICE To obtain information or make a complaint: You may call toll-free for information make a complaint at 1-877-751-2640 You may also write to: Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-1644 TEXAS AVISO IMPORTANTE Para obtener informacion o para someter una queja: or to Usted puede Hamar al numero de telefono gratis para informacion o para someter una queja al 1-877-751-2640 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at 1-800-252-3439 You may write the Texas Department of Insurance Consumer Protection (111-1A) P. O. Box 149091 Austin, TX 78714-9091 FAX: (512) 490-1007 Web: http://www.tdi.texas.gov E-mail: ConsumerProtection(,tdi. texas. gov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should first contact the agent or call 1-800-843-6446. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. NP70680901 Usted tambien puede escribir a: Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-1644 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas Consumer Protection (111-1A) P. O. Box 149091 Austin, TX 78714-9091 FAX # (512) 490-1007 Web: http://www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov DISPUTAS SOBRE PRIMAS 0 RECLAMOS: Si tiena una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente o primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI) UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. 00 61 13 PERFORMANCE BOND 8239-22-80 (Federal) BOND NO. 58S208688 (Liberty Mutual) Contractor as Principal Name: SpawGlass Civil Construction, Inc. Mailing address (principal place of business): 13800 West Road Houston, TX 77041 Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Engineering Services 1201 Leopard Street Corpus Christi, Texas 78469 Contract Project name and number: E15234 CCIA East GA Apron Reconstruction Award Date of the Contract: September 20, 2016 Contract Price: $3,310,376.93 Bond Date of Bond: September 29, 2016 (Date of Bond cannot be earlier than Award Date of the Contract) Surety Federal Insurance Company; Name: Liberty Mutual Insurance Company Mailing address (principal place of business): 15 Mountain View Road Warren, NJ 07059 Physical address (principal place of business): 15 Mountain View Road Warren, NJ 07059 Surety is a corporation organized and existing under the laws of the state of: IN & MA By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Telephone (main number): 908-903-2000 Telephone (for notice of claim): 908-903-3493 Local Agent for Surety Larry Snider Name: c/o Adams Insurance Service Address:427 W. 20th Street, #500 Houston, TX 77008 Telephone: 713-869-8346 Email Address: lsnider@adamsins.com The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800-252-3439 Performance Bond E15234 CCIA East GA Apron Reconstruction 006113-1 7-8-2014 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal faithfully performs the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal Signature: Surety Signature: + Name: Amer Al—Nahhas Name: arry di . Snider Title: President Title: Attorney -in -Fact Email Address: Amer.A1—Nahhas@SpawGlass.com Email Address: lsnider@adamsins.com } rr,. rrr;rrU;nwtu'. (Attach Power of Attorney and place surety seal below) END OF SECTION Performance Bond E15234 CCIA East GA Apron Reconstruction 006113-2 7-8-2014 11. r.; r7 r 7. • Chubb POWER Federal Insurance Company Attn: Surety Depatltmt�nt- OF Vigilant Insurance Company 15 Mountain View Road Surety ATTORNEY pacific Indemnity Company Warren, NJ 07059 Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Norman E. Adams, Michael Macomber, John A. Prince and Larry D. Snider of Houston, Texas each as their true and lawful Attorney- In- Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behat as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than ball bonds) given or executed to the course of business, and any instruments amending or altering the same, and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMINY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 26 day of May, 2016. STATE OF NEW JERSEY County of Somerset On this 26th day of May, 2016 before me. a Notary Public of New Jersey, personally came David J. Edwards, to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attorney, and the said David J. Edwards, being by me duly sworn, did depose and say that he is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seats thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By- Laws of said Companies; and that he signed said Power of Attorney as Assistant Secretary of said Companies by like authortt), and that he Is acquainted with David B. Norris, Jr., and knows him to be Vice President of said Companies; and that the signature of David B. Norris, Jr.. subscribed to said Power of Attorney is in the genuine handwriting of David B. Norris, Jr., and was thereto subscribed by authority of said By- Laws and in deponent's presence. Notarial Seal SS. KA1'HgRINE J. ADEWIR NOTARY PUBLIC OF NEW JERSEY No. 2316885 Commission Expires July 16, 2019 CERTIFICATION • Extract from the By- Laws of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY: 'Except as otherwise provided M these By -Laws or by law or as otherwise directed by the Board of Directors, the President or any Vice Prestdent,shali be authorized to execute and deliver, in the name and on behalf of the Corporation, all agreements, bonds, contracts, deeds, mortgages, and other instruments, either for the Corporation's own account or In a fiduciary or other opacity, and the seal of the Corporation, if appropriate, shall be affixed thereto by any of such officers or the Secretary or an Assistant Secretary. The Board of Directors, the President or any Vice President designated by the Board of Directors may authorize any other officer, employee or agent to execute and deliver, in the name and on behalf of the Corporation, agreements, bonds, contracts, deeds. mortgages, and other Instruments, either for the Corporation's own account or M a fiduciary or other capacity, and, If appropriate, to affix the seal of the Corporation thereto. The grant of such authority by the Board or any such officer may be general or confined to specific Instances' I, David J. Edwards, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the 'Companies') do hereby certify that (1) the foregoing extract of the By- Laws of the Companies Is true and correct, (ii) the Companies are duly licensed and authorized to transact surety business In all 50 of the United States of America and the District of Cotudibla end bre . , ~•. ,7 authorized by the U.S. Treasury Department; further, Federal and Vigilant are Licensed In the U.S. Virgin Islands, and Federal is licensed in 'Warn, Puerto fi Rico, and each of the Provinces of Canada except Prince Edward island; and (Ill) the foregoing Power of Attorney is true, correct and In full force and effect. Given under my hand and seals of said Companies at Warren, NJ this 29th day of September, 2016. • David J. Edwards, Assistant Secretary IN THE EVENT YOU WISH TO NOTIFY US OFA CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (908) 903- 3493 Fax (908) 503- 3856 e-mail: surety©chubb.com Fonn 15-10.02258- U GEN CONSENT (rev. 07-15) THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power ofMtorney ihWts the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated: Certificate No. 7402422 American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire & Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Andrew A. Adams; John A. Prince; Larry D. Snider; Michael Macomber; Norman E. Adams all of the city of Houston , state of TX each individually if there be more than one named, its true and !awful attomey-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and ail undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 24th day of June, 2016 STATE OF PENNSYLVANIA COUNTY OF MONTGOMERY On this 24th day of June _ , 2016 , before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of American Fire and Casualty Company, Liberty Mutual Insurance Company, The Ohio Casualty Insurance Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written. COMMONWEALTH OF PENNSYLVANIA ss American Fire and Casualty Company The Ohio Casualty Insurance Company Liberty Mutual Insurance Company West merican Insurance Company By: David M. Care , Assistant Secretary Notarial Seal Teresa Pastella. Notary Public Plymouth Twp., Montgomery County My Commission Expires March 28. 2017 Member. Pennsylvania Association of Notaries By: Teresa Pastella, Notary Public This Power ofAttomey is made and executed pursuant to an by authority of the following By-laws and Authorizations of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV — OFFICERS — Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fad, subject to the limitations set forth in their respective powers of attomey, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney-in-fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII — Execution of Contracts — SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in - fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Gregory W. Davenport, the undersigned, Assistant Secretary, of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attomey executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 29th day of September 20 16 LMS 12873_122013 -. ter..... By: Gregory W. Davenport, Assistant Secretary 70 of 500 A to -a 0) 0) 0 -0) .0 >+ ro • O >'W O C E L 0. el 4• 4: 3 a OE o. No : Eo oc ct; ▪ 0 >.a >o 03 E N let M C� 0 0 e— co 1—'- LChubb Surety CHUN Federal Insurance Company Attn: Surety Department Vigilant Insurance Company 15 Mountain View Road Pacific Indemnity Company Warren, NJ 07059 Important Notice TO OBTAIN INFORMATION OR TO MAKE A COMPLAINT: You may write to Federal Insurance Company at: Chubb Surety 15 Mountain View Road Warren, NJ 07059 Telephone: (908) 903-3493 Fax: (908) 903-3656 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: Texas Department of Insurance P.Q. Box 149104 Austin, TX 78714-9104 Telephone: (800) 252-3439 Fax: (512) 475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning the premium or about a claim, you should first contact the surety company. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. Liberte Mutual. SURETY TEXAS IMPORTANT NOTICE To obtain information or make a complaint: You may call toll-free for information make a complaint at 1-877-751-2640 You may also write to: Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-1644 TEXAS AVISO IMPORTANTE Para obtener informacion o para someter una queja: or to Usted puede Hamar al numero de telefono gratis para informacion o para someter una queja al 1-877-751-2640 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at 1-800-252-3439 You may write the Texas Department of Insurance Consumer Protection (111-1 A) P. O. Box 149091 Austin, TX 78714-9091 FAX: (512) 490-1007 Web: http://www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas. o PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should first contact the agent or call 1-800-843-6446. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. NP 70 68 09 01 Usted tambien puede escribir a: Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-1644 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas Consumer Protection (111-1A) P. O. Box 149091 Austin, TX 78714-9091 FAX # (512) 490-1007 Web: http://www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov DISPUTAS SOBRE PRIMAS 0 RECLAMOS: Si tiena una disputa concemiente a su prima o a un reclamo, debe comunicarse con el agente o primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI) UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 2 Complete Nos. 1 - 4 and 6 if there are interested parties. Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. OFFICE USE ONLY CERTIFICATION OF FILING Certificate Number: 2016-103739 Date Filed: 08/24/2016 Date Acknowledged: 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. SpawGlass CMI Construction, Inc. Houston, TX United States 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Corpus Christi 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. Project No. E15234 CCIA East General Aviation (GA)Reconstruction 4 Name of Interested PartyCity,State, Country (place of business) Nature of interest (check applicable) Controlling 1 Intermediary SpawGlass Holding LP Selma, TX United States X SG Enterprises, Inc. Selma, TX United States X SpawGlass Employee Holding Co Selma, TX United States X Blalock, Robert Austin, TX United States X AI-Nahhas, Amer Katy, TX United States X Friedel, Robert Garden Ridge, TX United States X Stone, Joel Buda, TX United States X Hinson, Dan Pearland, TX United States X Raley, Fred San Antonio, TX United States X Dralle, Laurie San Antonio, TX United States X Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.277 Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.277 CERTIFICATE OF INTERESTED PARTIES FORM 1295 2 of 2 Complete Nos. 1- 4 and 6 if there are interested parties. Complete Nos, 1, 2, 3, 5, and 6 if there are no interested parties. OFFICE USE ONLY CERTIFICATION OF FILING Certificate Number: 2016-103739 Date Filed: 08/24/2016 Date Acknowledged: z 2016.10.0612:40:58 -05'00' 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. SpawGlass Civil Construction, Inc. Houston, TX United States 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Corpus Christi 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. Project No. E15234 CCIA East General Aviation (GA)Reconstruction 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary 5 Check only if there is NO Interested Party. 6 AFFIDAVIT AFFIX Sworn 20 I swear, or affirm, under penalty of perjury, that the above disclosure is true and correct. ' ,'� ROBIN Y FALKE �i ,_ '�i Notary Public, State of Texas Commission Expires� �` ' '' JUNE7,2018 Signature of authorized agent of contracting business entity ,,, o� v-vN�Pr--- N �, \ , this the - -i day of NOTARY STAMP / SEAL ABOVE to and subscribed before me, by the said WC to certify which, witness my hand and seal of office.co r . 7\ Signature of offic administering oath Printed name of officer!administering oath Title of officer admistering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.277 I . eb:: i ic, fiIGSe. ,: iit#0r yisinii fir •: sisq:t i snDizzirtfr D 447 g 8105: ,1,it401 L-ztiS,174-t47r,r y41.0 7,I.wi-5_