Loading...
HomeMy WebLinkAboutC2005-205 - 4/19/2005 - ApprovedS P E C I A L P R O V I .~ Berry Contracting S P E C I F I C A T I O N S 2005-205 04/19/05 M2005-113 F O RM S AND OF CONTRACTS AND BOND S FOR CORPUS CHRISTI INTRRNATIONAL AIRPORT RONWAY 13/31 RR~.BILITATION, OVERLAY, BLAST PADS & SHOULDERS, AIRFIELD DRAIlt-AGE IMPRO~S (PRASE 3), RUNWAY 13/31 LI(]HTING AND CABLE REPLACEM]~TT RUNWAY 13/31 REH3~BIbITATION, OVERLAY, ..T~~. - .... .~ HOUSTON, T~XAS 77056 {'": ..... : .......... : ~ ' 91038 5656 S. STAPLES, SUITE 230 ~VlCl~ ~ ~ll[~n~7, ~.~ CORPUS ~RISTI, TE~S 7841] F~: 361~993 7569 RUNWAY 13/31 LIGHTING AND CABLE REPLACEMENT: IMDC 1221 BRICKELL AVENUE, SUITE 900 MIAMI, FLORIDA 33131 PHONE: 305-573-8255 FAX: 305-573-7811 PROJE(ir NO: 1092,1093,1000 I IFAA AIP NO: 3 48 0051 36 04 86070 FOR: ~ DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Phone: 361/880-3500 Fa×: 361/880 3501 AI)DENDU~! NO. 3 March 22, 2005 TO: ALL PROSPECTIVE BIDDERS PROJECT: RUNWAY 13/31 REHABILITATION, OVERLAY, BLAST PADS & SHOULDERS, AIRFIELD DRAINAGE IMPROVEMENTS (PHAS~ 3), RUNWAY 13/13 LIGHTING AND CABLE REPLACEMENT PROJECT NO: 1092, 1093, 10B0 ~rrospeclive bidders are hereby nulified of lhe following modifications to /he contract documenls. These modifications shall become a part of the contract documents The prowsions of [he contract documents riot specifically affected by Ihe addendum shall remain tmchanged. PROPOSALFORM DELETE: The bid quantity for Bid Ilem 19 (20,376 ADD: The followinq REVISED bid quantity to Bid Item 19:3514 SY DELETE: Tho bid qEEntity IofB d Item 2~20~376 SY~, ADD: The followJnq REVISED bid quantity to Bid Item 20: 3514SY BIDS FOR THIS PROJECT ARE DUE BY 2:00 PM ON MARCH 23, 2005. Please acknowledge receipt or this addendum in the appropriate p!ace in your REVISED PROPOSAL FORM included with this addendum. END OF ADDENDUM No. 3 MRt/rs Michael R lawrence, P E Assoda~e PGAL ADDENDUM NO. 3 Christi ADDENDUM NO. 2 March 18, 2005 TO: ALL PROSPECTIVE BIDDERS PROJECT: RUNWAY 13131 REHABILITATION, OVERLAY, BLAST PADS & SHOULDERS, AIRFIELD DRAINAGE IMPROVEMENTS (PHASE 3), RUNWAY 13/13 LIGH'RNG AND CABLE REPLACEMENT PROJECT NO: 1092, 1093, 1080 Prospective bidders are hereby notified of the following modifications to the contract documents. These modifications shall become a part pt the contract documents. The provisions of the contract documents not specifically affected by the addendum shall remain unchanged. T. PART A - SPECIAL PROVISIONS - A. PARAGRAPH A-6, TIME OF COMPLETION/LIQIDATED DAMAGES ADD: The followinq sentence to the beqinning of the second paragraph: "Work for the project may be done 24-hours per day, 365 day per vear as required to complete construction accordin~ to the pro]ect time limits." PARAGRAPH A-47, PRE-CONSTRUCTION EXPLORATORY EXCAVATIONS DELETE: Paraqraph 4 in its entirety. ADD: In lieu thereof, add this text: "Contractor shall perform no work on the project until he had submitted a plan/schedule of the exploratory excavations to the Ennlneer for approval. Once the schedule has been approved by the enaineer. Contractor may beqin work on items approved by the Engineer that do not require exploratory excavations. Contractor mav not beqin work on any Item requirinq excavaUon near an,/existln~ pipelines until all exploratory excavations have been made in their entirety, the results thereof re~orted to the Engineer and unUI Contractor receives Enqlneer's approval of report." TT. TECHNICAL SPECIFICATIONS A. ITEM P-152, EXCAVATION AND EMBANKMENT MODIFICATIONS DELETE: This specification in its entirety. ADD: The attached revised P-152 MOD Specification marked as ATFACHMENT NO. 1). B, ITEM P-152, EXCAVATION AND EMBANKMENT DELETE: From paraclraph 152-4.1, Pay Item p-152-4.1 and the description o[the pay item, ADD: To paraqraph 152-4.1 the following pay items: ADDEHDOt4 lqO. 2 [ t~&9'e i of 11 Item P-152-4.1 Unclassified Excavaflon-loer cubic yard Item P-152-4.4 Drainaqe ExcavatJon-per cubic yard Item P-152-4.7 Embankment in Place-per cubic yard C. ITEM P-401, PLANT MIX BITUMINOUS PAVEMENTS ADD: To paraqraph 401-8,1 PAYMENT, the followin9 I~a¥ item: Item P-401-8.3: 2-inch Bituminous Surface Courso per square yard (SY} D. ITEM D-701, PIPE FOR STORM DRAINS AND CULVERTS MODIFICATIONS DELETE: This specification in its entireb/. ADD: The attached revised D-701 MOD Specification marked as ATTACHMENT NO. 2). E. ITEM D-701, PIPE FOR STORM DRAINS AND CULVERTS ADD: To paraqraph 701-5.1, the I=ollowinq pay items and text: "Item D-701-5.'10 - Grout Fill Existinq 59" x 32" CMPA Culvert and Abandon. Item D-701-5.11 - 2" SCH 40 PVC Drain Pioe Installed by Open-Cut Method per each. New 2" Sch 40 PVC Drain Pipe direct buried from the runway edge liqht fixture base can to coarse sand. Pipe shall consist of a minimum 2% slope fi.om the base can back toward the runwav pavement. This item shall include ten (10~ I=eet of pipe per base can referenced In the contract drawlnRs - Oer each. Item D-701-5.12 - 2" SCH 40 Perforated PVC Pipe Installed by Open-Cut Method per each. New 2" Perforated Sch 40 PVC Drain Pipe coupled to the end of the direct buried New 2" Sch 40 PVC Drain Pi~e. A minimum of three (3) Inches of the Perforated oipe shall be embedded Into the coarse sand I~ortion of the under drain svstem. This item shall include six {6) inches of perforated pipe per base can referenced in the contract drawings - Ioer each." ITEM L-110, INSTALLATION OF AIRPORT UNDERGROUND ELECTRICAL DUCT MODIFICATIONS ADD: The followinR Item to Section L-'110-5.2, Basis Of Pavment: ADDI~DUM NO. 2 I Page 2 of 11 III. L-il0-5.1.d - 3W4" Sch 40 PVC Concrete Encased Duct 3W 4-inch Schedule 40 PVC Concrete Encased Duct Installed in new paved shoulders. Ducts shall be extended from exisfin~ to remain ducts to a location a minimum of I~ve (5} feet beyond the new paved shoulders and terminated into an L-867B Base can- ~er linear foot. ITEM L-125, INSTALLATION OF AIRPORT LIGHTING SYSTEMS 1. DELETE: Any and all reference to size "2" in Item L-125-5.1.a. ADD: size"4" in Item L-125-5.1_q. 2. ADD: the followin~ Item to Section L-125-5.1, Basis Of Payment: L-125-5.1.o - L-867B Base Can L-867B 12" Diameter 24" deep base can with 1/2" qalvanized steel blank cover and Rasket secured with stainless steel bolts Installed in turf with concrete encasement and all Incidentals. Alif3n and level as required - per each. CONTRACT DRAWINGS A. Sheet No. 9, RUNWAY 13-31 TYPICAL SECTIONS 1. On: "DETAIL OF RUNWAY 13-31 PROPOSED TYPICAL TRANSITION SECTION AT TAXlWAY": DELETE: "PROP ITEM P~I00 TY "D" HMAC" ADD: In lieu thereof: "PROP FAA ITEM P-401 BITUMINOUS SURFACE COURSE" 2. In Note 6 of Boxed "NOTES": DELETE: "TY D HMAC" ADD: In lieu thereol=: "ITEM P-401 BITUMINOUS SURFACE COURSE" B. Sheet No. 63: "Overall Drainaqe Plan" ADD: Sketch SK-2 CATfACHMENT NO. 3) C. Sheet No. 112: "Drainaqe & Miscellaneous Details" ADD: Sketch SK-1 {ATTACHMENT NO, 4) D_ Sheet No. 118: "Airfield Llnhtln~ Demolition Plan" ADD: Sketch 118-1 (ATrACHMENT NO. Sa) ~age 3 of 11 E. Sheet No. 119: "Airfield LiRhtin~l Demolition Plan" 1, ADD: Sketch 119-1 {A'I-I'ACHMENT NO. 2. ADD: Sketch 119-2/119-3 (ATrACHMENT NO. 5c) F. Sheet No. 120: "Airfield LillhtJnfl Demolition Plan" 1. ADD: Sketch 120-1 (ATI'ACHMENT NO. 5d) 2. ADD: Sketch 120-2 (A'I-rACHMENT NO. Se) G. Sheet No. 121: "Airfield LiRhfinR Demolition Plan" 1. ADD: Sketch 121-1 (ATTACHMENT NO. 5f') 2. ADD: Sketch 121-2 {ATTACHMENT NO. H. Sheet No, 123: "Airfield Li~lhtinq Demolition Plan" ADD: Sketch 123-1 (A'FrACHMENT NO_ 5h) I. Sheet No. 124: "Airfield Liqhtin~l Demolition Plan" ADD: Sketch 124-1 (ATI'ACHMENT NO. 5i) Sheet No. 125: "Airfield Liflhtlnfl Layout And Circuitinfl Plan" 1, DELETE: "PAYMENT SHALL BE INCIDENTAL TO CAN INSTALLATION PAY ITEM' from note #12. ADD: "PAYMENT SHALL APPLY TO PAY ITEMS D-701-5.11 AND D-701.5.12, AS REQUIRED.", to note #12. 2. DELETE: "L-850D" fi.om note #1 ADD: "L-862E' in its location in note #1. 3. ADD: Sketch 125-1 (ATFACHMENT NO. 51) Sheet No. '126: "Airfield Liflhtincl Layout And CircuitinR Plan" 1. DELETE: 2. DELETE: ADD: 3. ADD: "INSTALL NEW L-850D TItRESHOLD LIGHT FIXTURES ON EXISTING BASE CANS (TYPICAL OF 8¥' from note #1. "PAYMENT SI1ALL BE INCIDENTAL TO CAN INSTALLATION PAY ITEM" from note #12. PAYMENT SHALL APPLY TO PAY ITEMS D-701-5.11 AND D- 701.5.12, AS REQUIRED.", to note #12 Sketch 126-1 CATI'ACHMENT NO. 5k) ADDENDUM NO. 2 I Page 4 of 11 L. Sheet No. 127: "Airfield LiRhting Lavout And Circuiting Plan" DELETE: DELETE: ADD: ADD: ADD: ADD: "INSTALL NEW L-850D THRESHOLD LIGHT FIXTURES ON EXISTING BASE CANS (TYPICAL OF 8)" from note #1. "PAYMENT SHALL BE INCIDENTAL TO CAN INSTALLATION PAY ITEM" ['rom note #14. "PAYMENT SHALL APPLY TO PAY ITEMS D-701-5.11 AND D-701.5.12, AS REQUIRED,", to note #14. Sketch 127-1 (ATTACHMENT NO. 51) Sketch 127-2 (A'I-FACHMENT NO. 5m} Sketch 127-3 (A'I-i'ACHMENT NO. 5n} M. Sheet No. 128: "Airfield Liqhtinq Layout And Circuiting Plan" "INSTALL NEW L-850D THRESHOLD LIGHT FIXTURES ON EXISTING BASE CANS (TYPICAL OF 8)" from note #1. "PAYMENT SHALL BE INCIDENTAL TO CAN INSTALLATION PAY ITEM" from note #14. "PAYMENT SHALL APPLY TO PAY ITEMS D-701-5.11 AND D-701.5.12, AS REQUIRED.", to note #14. DELETE: DELETE: ADD: ADD: ADD: ADD: 3. Sketch 128-1 (A'I-I'ACHMENT NO. 50) 4. Sketch 128-2 (ATTACHMENT NO. 5. Sketch 128-3 (ATTACHMENT NO. 5q) ii. Sheet No. 129: "Airfield LiRhtinq Layout And CJrcuitJnfl Plan" 1. DELETE: 2. DELETE: ADD: Sheet No. 130: "Airfield "INSTALL NEW L-§50D THRESHOLD LIGHT FIXTURES ON EXISTING BASE CANS (TYPICAL OF 8)" from note Itl. "PAYMENT SHALL BE INCIDENTAL TO CAN INSTALLATION PAY ITEM" from note #13. "PAYMENT SHALL APPLY TO PAY ITEMS D-701-5.11 AND D-701.5.12, AS REQUIRED.", to note #13. Lighting Lavout And Circuiting Plan" I. DELETE: 2. DELETE: ADD: "INSTALL NEW L-850D THRESHOLD LIGHT FIXTURES ON EXISTING BASE CANS (TYPICAL OF 8¥' from note #1. "PAYMENT SHALL BE INCIDENTAL TO CAN INSTALLATION PAY ITEM" from note #12. "PAYMENT SHALL APPLY TO PAY ITEMS D-701-5,11 AND D-701.5.12, AS REQUIRED.", to note #12. Page 5 of 11 P. Sheet No. 131: "Airfield Li~lhUnq Layout And CircuitJnll Plan" I. DELETE: 2. DELETE: ADD: 3. ADD_' Sheet No. 132: "Airfield "INSTALL NEW L-850D THRESHOLD LIGHT FIXTURES ON EXISTING BASE CANS (TYPICAL OF 8)" from note #1 "PAYMENT SHALL BE INCIDENTAL TO CAN INSTALLATION PAY ITEM" from note #12. "PAYMENT SHALL APPLY TO PAY ITEMS D-701-5.11 AND D-701.5.12, AS REQUIRED.", to note #12. Sketch 131-1 (ATTACHMENT NO. 5r) Liqhtinfl Layout And Circuitinll Plan" 1. DELETE: "iNSTALL NEW L-850D THRESHOLD LIGItT FIXTURES ON EXISTING BASE CANS (TYPICAL OF 8)" from note #1. DELETE: ADD: 3. ADD: "L-850D" from note #2. In lieu thereof: "L-862E" in its location in note #2 Sketch 132-1 (ATTACHMENT NO. 5s) IV. Proposal Form DELETE: The current Proposal Form in its entirety ADD: The attached REVISED Proposal Form (marked as A'I-I'ACHMENT NO. 6), in lieu thereof Questions [rom Potential Bidders, [RFI's received a~ter Pre-Bid Meetiml of (3/08105)] A. No, 1 Q: Question concerning Exploratory Borings, the specifications show all must be done and signed off'on by Ihe engineer before any work cml be started. This being a time limit projec! can this be done in stages so that work may be started in one area while another is being explored? A: lhe Special Provisions Section A47, Pro-Construction Exploratory Excavations will be modified to allow [or staging the exploratory excavations provided contractor provides a plan/schedule of exploratory excavations for approval by the engineer. Exploratory borings should not inter[ere with Aircraft operations on Runway 17-35. ADDENDUM NO- 2 I Page 6 of 11 B. No. 2 Q: Question concerning Drawing #69, we found notes 4.5, 6, 7, & 8 that deal with bSe demolition of an existing access road. Is additional information available on lhese items like depth of base, hot-mix thickness or concrete thickness, and what type of say, lng (hot-mix or concrete) to remove? A: a. The thickness of the concrete described in note 4 is eslimated at 8-inch thickness_ b. The thickness of the bituminous surface and base described in note 5 are estimated at 2 inch thickness and 8-inch thickness respectively. c. The thickness oflhe concrete described in note 6 is estimated al 8-inch thickness. d. For ilems 4, 5, 6 7 & 8 the items are now included in the proposal. C. No. 3 Q: Question concerning commercial lime slurry, can the contractor slurry the lime himself? A: Yes. D. No, 4 Q: Question concerning cement treatment for the shoulder base course, can the cement be applied in slurry form directly to the RAP on the shoulder and then mixed, thus eliminating the pugmill operation? A: No. This question was previously addressed in Addendum 1. E. No. 5 Q: Question concerning the pugmill operation, shall it be placed at the airport or at the contractor's site of choice? A: The contractor should locate the pugmill off the airpor[ property at the site of his choice. F. No. 6 Q: Question concerning specification P-152, the basis of payment section and the description only refer to channel and swale excavation and embankment. What specification applies lo Items 8 & 9? Specification P-152 will apply to items 8 & 9 as shown In the proposal form. Pay items have been added into Specification P-'IS~ to clarify the pay !terns. G. No. 7 Q: A: H. No. 8 Q: A2 Question concerning quantity for item 8, Excavation for new shoulders, it appears there is too much material showing to be excavated. The quantity ol~ excavated soil for the new shoulders will be checked and revised In the proposal In this addendum. Question concerning general note 7, the note states that no use of taxiways or runways shall be permitted unless expressed written consent is given by the engineer. How will equipmenl and trucks be allowed to access the construction areas that are bounded on all sides by runways and/or taxiways? General Note 7 says that consent must be given by the engineer. Contractor should submit work access plan to engineer [or approval. Note 7 is intended to limit usage of the existing airport pavements to prevent damage to the pavements resulting from construction equipmen[, as well as to keep the pavements clean of debris as much as possible. Contractor is responsible for repairing any damage to pavement caused by construction activities as well as keeping pavements swept clean. ADDENDUM NO. 2 Page 7 of 11 No. 9 Q: Question concerning the multi-barricade detail on sheet 35 shows a Model AR10x96 or approved equal, 6'8" in lengl~. The suppliers of the barricades are saying that the AR 10x96 is 8' long. Is an 8' long barrier acceptable. Yes. No. 10 Q: Question concerning Ilem 7 on the proposal form. Where is the 110 SY of demo shown on the plan sheets? We have found 327 SY of asphalt demo on sheet 69. A: The 100 SY for item 7 on the proposal form is for the demolition of the asphalt pavement at each end of the runway where the pavement flares out to match the full width of the blast pad pavement and the thresholds. The 327 SY on sheet 69 is a separate pay item and will be clarified in the revised Proposal Form in this addendum. K. No. ll Q: Question concerning Drawing #112 We found a drawing showing the access road to be rebuilt. The drawing shows 260' x 12'. The drawing gives no design. Could we get a design nod specifications for the new road. A: Refer to sketch SK-I for the design of the proposed access road. No. 12 Q: Question concerning lhc above-mentioned access road shown on page 1 I2 states "no separate pay item for the road" Since this is a unit bid where should be put this cost? The proposed demolition of the existing road and construction of the new road are now included in the proposal. On sheet 112 of the construction plans delete Construction Note 4. M. No. 13 Q: Question concerning Drawing #78, we found the Note #4 indicating to build a lineal fogtage ofswa!e. We did not find a design or a~ythh~g dial will help in calculating cubic yards of material to cut and haul. '[he bid item is for cubic yards. Could we gel a design or evaluations to calculate area and cubic yards. The swale side slopes are intended to be 3:1. The swale depth will vary from 2 feet to 3 feet in depth and will require that the swale width vary from 12' to 18 feet in width. Sketch SK-2 provides a summary of all earthwork for each area_ No. 14 Q: Question concerning Drawing #78 We found the note on the drawing just soulh oft,xxiway E stating "limits of erading". We could find no proposed elevations or limits marked for Ihat area. We also do not know where to put this cost. It seems to be in the area marked £or Altemalc #1 but we found no bid item for it This total earthwork quantities are now included in the proposal. O. No. 15 Q: Queslion conceming Drawing #79 We found on the west side a note "limits of grading" we could find no limits marked or any proposed elevations. Delete reference to the note "Limits of Area Grading located northwest of the ARFF (Aircraft Rescue & Firefightlng Facility). Grading on this sheet is limited to the swale described In Construction Note A. The swale side stopes are intended to he 3:1. The swale depth wilt vary from 2 feet to 3 feet in depth and will require that the swale width vary from 12' to 18 feet in ADDEND~ NO_ 2 Page 8 of 11 P. No. 17 Q: Q. 8. No. 18 Q: A: R. No. t9 Q: S. No. 20 Q: A: T. No. 21 Q: A: U, No. 22 Q: A: V. No. 23. Q: A: W. No. 24 Q: A: width. Sketch SK-2 provides a summary of all earthwork for each area. The limits of Additive Alternate No. I are now revised. Question concerning Drawing #63 West cod office 13-31 runway indicates contouring will be done by another contractor up to the end of the runway. This would include the blast pad area. We find on other drawings such as #68 the blast pad is in tiffs contract, which is correct? Sheet #68 is correct. Queslion concerning the same question as above, for the east end of the 13-31 runway. It is noted on Drawing #63 one way and #75 the other. Sheet #75 i~ correct, however, continue the proposed contouring to station 178+15, or to the end of the blast pad. Question concerning the fact that the specifications do not note i£all soil fi'om the excavation process that is not used for embankment is to be left on site. If it is not be hauled offsite could you indicate where it is to be placed. If it is to be placed on airport property couId you give us the requirements for building this laydown area. Refer to the cross sections for the location of the final placement of all excavated material. Additionally, some soil will be placed at the southeast end of the airfield near gate 34B. Soil excavated from the midfield area located south of the ARFF station may be placed in the center of the midfield area to a uniform height of no more than 2 feet and a uniform rectangular or geometric patlern approved by the Engineer. Provide a proposed wing slope fur the 36" headwalls as detailed on Sheet 109 of 141. The slope for the headwalls is 4:1_ Does the ALCS modification only require lamps out and IRMS calibration to the 6 circuits effected on this job and will there be any graphics modiflcalJons require? Yes. No graphic changes are intended. Bid item 79 calls [or L862E lights but note 1 in drawings call for L850D, please clarity. L-862E light fixture shall be required, not an L-850D. Written spec on signs call [or RDR to be Size 4 and all others Size 3, basis of payment call for all signs to be Size 2. Please clarify RDR sign shall be Size 4. On sheet 127, approx station 124, the R/W edge fixture on the nodh calls for cJy and one fixlure on lhe south shows C/C. Please clarify Both fixtures approximately near station 124 and north and south of the runway centerline shall be C/Y and neither as C/C. ADDENDUM NO- 2 I Page 9 of 11 No. 6 Q: A: Z No. 7 Q: AA, No, Q: A: Negard~ng 2" SCH 40 PVCT Oil the bidders list ~lem L-110 51.a is poi shown as perforated but on shoe[ 33 Ihe detail is shown as peal'orated Please clarify? The item described in the detail on sheet #33 does not apply to item L-110- 5.1.a, Please refer to new item DJ01-5.11and D-701-5.12 as shown above as pad of this addendum Bid Item #74 Proposal counl ~s 15 ] count 70 Please clarify? The quantity of 15 is correct for Lhis item. This item is referring to the locations near the taxiway connector and runway intersections where a new base can, light fixture, etc, is required. ~'hese fixtures are south of the note describing the interface point of the existing to remain conduit and the new conduit. Bid I(em #73 Where does Ibis occur? Or is this jusl in case it is needed? The use of this item shall be based on a directive from the Airport Staff for direct buried cables that may be encountered and need to be encased, as required. B~d Item #87 Where does [his occur~ Or Js this just in case i[ is needed? This item is shown on drawing sheet #129, north of station 145 and at the end of the homeruo ductbank routing back to the Airfield Vault. Ifll)~, I,'OR 'I'ltlN I'P, OJI~;C'i- ,\l{l~ DUI; B",' ]:00 P[~I ON ~IARCIt Ii, ]005. Please acknowledge receipt of this addendum ill the appropriate place in your REVISED PROPOSAL FORM inctuded with this a, ddendum. END OF ADDENDUM No. 2 MfchaeJR Law~erqce, PE PGAL Page 10 of 11 Attachments: No. 1 No. 2 No. 3 No. 4 No. 5 a. b. Sketch c. Sketch d. Sketch e. Sketch f. Sketch R. Sketch h. Sketch I_ Sketch i. Sketch k. Sketch I. Sketch m. Sketch Revised P-152 MOD Specification Revised D-701 MOD SDecifical~on Sketch SK-1 Sketch SK-2 Revised Airfield Lightinfl Sketches: Sketch 118-1 Airfield Li~htlnc~ 119-1 Airfield LIf~hflnq 119-2/119-3 Airfield Liflhfinfl 120-1 Airfield Llflhting 120-2 Airfield Ll~htlnq 121-1 Airfield Li~htinfl 121-2 Airfield Li~htlnq 123-1 Airfield Li~lhfln~ 124-1 Airfield Ll~htin~ 125-1 Airfield Li~hfinfl 126-1 Airfield Ll~hflnq 127-1 Alrlleld Li~htlnq 127-2 Airfield Liflhtln~l n. Sketch 127-3 o. Sketch 128-1 p. Sketch 128-2 q. Sketch 128-3 r. Sketch 131-1 s. Sketch 132-1 No. 6 Revised Proposal Form Demolition Plan Demolition Plan Demolition Plan Demolition Plan Demolition Plan Demolition Plan Demolition Plan Demolition Plan Demolition Plan Layout And Clrcuitincl Plan Layout And Circultln~ Plan Layout And Clrcuitinq Plan Layout And Circuitinq Plan Airfield Liqhtinfl Lavout And Clrcuitinc~ Plan Airfield Llfihflnfl Layout And Clrcultlnfl Plan Airfield Ll~htin~ Layout And Circultinfi Plan Airfield LiflhtJnq Lavout And Circuitin.cl Plan Airfield Liflhtincl Lavout And Circultlnc~ Plan Airfield Llqhtlnfl Layout And Circuitlnq Plan ADDENDUM NO_ 2 Page 11 of 11 Corpus Chdstl IntematJonal Airport Project No. 1092, 1093, 1080 Record Drawing No. AP 118 ITEM P-152 EXCAVATION AND EMBANKMENT MODIFICATIONS Item P-152, Excavation and Embankment, of the project specifications shall be modified as follows: 1. 1.2 CLASSIFICATION - Delete paragraphs (bi Rock Excavation, (c) Muck Excavation (d) Drainaqe Excavation and (e) Borrow Excavation. All matedal excavated under this item shall be unclassified excavation and embankment, unless otherwise noted herein (e.g., drainage excavation). 1.2: Delete subparagraphs b. through e. 2.1 GENERAL - Delete the second paragraph and all further references to unsuitable materials being disposed of in waste areas shown on the plans. All unsuitable material shall become the property of the Contractor and shall be disposed of in an area outside the Airport property at the Contractor's expense. 4. 2.2(b), (c) and (d) - Delete these paragraphs. 5. 2.2(e), Compaction Requirements - In the second paragraph delete reference to ASTM D1556 and ASTM D2167. All in-place field densities shall be in accordance with ASTM D 698. Delete reference to blasting. Blasting will not be permi[ted in this project. 7. 2.10 TOPSOIL - Delete this entire paragraph and insert the following: "When topsoil is shown on the plans or directed by the Engineer, it shall be salvaged from stripping or other grading or excavation operations conducted for this project. Topsoil material shall consist of select soil or sand-soil mixture, as approved by the Engineer. No direct payment will be made for topsoil. Topsoil hauling, placing and compacting shall be considered subsidiary to other items constructed under this project." ADDENDUM NO. 2 P-152 Mod ATFACHMEN? NO. 1 -1 - Page I o1' 1 Corpus Chdsti Intema§onal Airport Project No. 1092, 1093, 1080 Record Drawing No. AP 118 ITEM D-701 PIPE FOR STORM DRAINS AND CULVERTS MODIFICATIONS Item D-701, Pipe For Storm Drains and Culverts shall be modified as follows: 1. Add: 701 .-2.10 GROUT. Grout for voids shall consist of 1 part Portland Cement and 4 parts fine aggregate mixed with water. 701 .-2.10.1 Fine Aggregate. Fine aggregates consist of manufactured sands, screenings, and field sands. Fine aggregate stockpiles must meet the gradation requirements in Table 1. Supply fine aggregates that are free from organic impurities. TABLE 1 Gradation Requirements for Fine Aggregate Sieve Size % Passing by Weight or Volume 3/8' 100 #8 70-100 #200 0-30 2. Paragraph 701-3.2 BEDDING. In section a., Delete the third paraqraph which makes reference to Class "C" beddinq. Class "B" Beddinq applies to this project. 2. Paragraph 701-3.5 Delete the second paragraph and insert the following: "Material for backfill shall consist of native soil excavated from the project site. Backfill material shall be compacted to 95% of ASTM D 698. D-701 Mod -1- ADDENDUM NO. 2 I A1'rACHMENT NO. 2 Pa~e 1 of 1 EARTHWORK SUMMARY BASE Bib EARTHWORK EMBANKMENT PLACEMENT W1TH DENSITY OF FILL CONTROLTO W1TNOUT 95% OF DENSITY AREA EXCAVATION ASTM D698 CONTROL O 34069 3853 G 6873 865 Q 1537 743 G 1649 0 Q 5500 0 G 463 2044 Q 593 0 Q 304 24 G 370O 0 TOTALS 54688 MINUS 7329 ADDITIVE ALTERNATE BID NO. 1 AREA EARTHWORK EMBANKMENT PLACEMENT WITH DENSITY OF FILL CONTROL TO V~THOUT 95% OF DENSITM EXCAVAT]ON ASTM D698 CONTROL 2388 158 3419 1141 (~) 841 0 ~".,~,......., .d-?d~ ~;, TOTALS 6648 MINUS 1299 = 5349 ~ V1CTOR &~, GUTIERREZ, JR. / / ~ A'FTAOHME 47359 SK-2 i' 2~ ~ ][JEll LhJIN:!i[ [! r ) c, PJCII %IJBORADE F ~[ P£LAII)N. CO>IPACT PAVING ACCESS ROAO- SECTION WITH ASPHALT RIDING SURFACE ADDENDUM NO. 2 ATTACHMENT NO. 4 Page t of 1 Goym, Rehmet ~ Gutierrez Engineering, Inc. 5656 5outh 5toples,[~uite xA Ocr pu,~} Chr is11, Texas ?Sdll Phone (38)991 85B0 Fax 991 75ti9 omqilcrg~crgoi.corn T9-6 T9- s R T9- 4 ~i~'~"~ T9 3 R T9 ~ F~ R ~NOTE 2,9 RW2.T9 ~ EX STING j~ 5~R :/k~ CAN 3 ~ R NOTE 6 NOTE 1221 BRICKELL AVENUE, SUITE 900 MIAMI, FLORIDA 33131 PHONE:(305)573 B255 FAX:(305)573 7Bll --RW2,T9 ,2 Zc't__MOVE CABLES FROM EXISTING TO REMAN CONDUI] ISSUE PROJECT NAME '~'~-NOTE 10 AIRRELD UGHT1NG DEMOLrTION PLAN FNOTE 1 Addendum No. 2 A~c~ent 5a Page I of 1 '~'"'~-REMOVE TRANSFORMER AND CABLES, REPLACE ONE FOR ONE AS REQUIRED. "~"'"'~ NOT E 1 ,~ RW2 X il. Ii I '--RW2 , 122] BRICKELL AVENUE, SUITE 900 MIAMI, FLORIDA 33131 PHONE:(305)573-8255 FAX:(305)573-7§ 11 C~Y X X ISSUE PROJ(CT NAME X C~Y X / /-RW2 AIRf:tL=ED UGHTiNG DE~ PLAN SCALE: Addendum No. 2 At~chment 5b Paee 1 tar I R RW2-S16 !10 29 ~7 TlC T1 TIO 3- ' T~C '0-41 R- TIO-4J ~4 RW2-~ / ~RW : / NOTE 1 REMOVE CABLES FROM EXISTNG TO REMAIN CONDUIT CUT, CAP AND PROTECT CONDUIT AND/OR CONDUIT DUCTBANK FOR EXTENSON AN[ }ONKECTON TO NEW BASECAN CONDUT AN3/OR CONDUIT DUCTBANk TIO /--NOTE 2 ,///T 1 O- 52 R T10-33 R TIO 54 1221 BRICKELL AVENUE, SUITE 900 ~ 13/~1 ~B, O~Y, ~t P~S ~EET ~FEREN~ NO MIAMI, FLORIDA 331}1 · ~, ~ ~E ~.2-E2~ / 119-120 ~ 141 ~T~ (P~ ~), PHONE:(305)575-8255 F~:(305)573 7811 Addo~dum ~o. A~c~ent 50 P~e 1 of 1 -1 O- 5.3 T10-,54 X X X- RW2- S22 1221 BRICKELL AVENUE, SUITE 900 MIAMI, FLORIDA 5315] PHONE:(305)575-8255 FAX:(305)573-7811 X X X 1 ,.3,4 ISSUE AIRFIELD LICiI'-IT]N G DEMOt_moN PLAN PROuECT NA~&E Addendum No. 2 Attachment 5d "'.NOTE 2 T11 26 +.~NOTE 1 711' ,~ ~ ' RW2*// 111 25...~/~' ROL / ~ ... REMOVE CABLES FROM FI/W 13-31 EX STING TO REMAIN CONDU~T 29 'R RW2-S1 1 ~RW2 '~'~. ~,~--~_ ~N OTE S 3.4 x x NOTE × × NOTE 5~ X CUT, CAP AND PROTECT CONDUIT AND/OR CONDUIT DUCTBANK FOR EXTENSION AND CONNECTION TO NEW BASECAN, CONDUIT AND/OR CONDUIT IS~LJE DUCTBANK. 1221 BRICKELL AVENUE, SUITE 900 MIAMI, FLORIDA PHONE:(305)575-8255 FAX:(305)573-7811 AIRFIELD DeUoLmoN PLAN NOTE 7~ Addendm No. 2 A~ent 5e Pa~e 1 nf 1 X /---RW2 NOTES 1,3,4 ~. X Rw2~ T8-93 92 · T8 T8 91 ~' NOTE 1 X NOTE% 1,3,4y RW2- S 1 9 R 1221 BRICKELL AVENUE, SUITE 900 MIAMI, FLORIDA 33131 PHONE:(3O5)573-8255 FAX:(305)573-7811 × RW2 X AIRFIELD LIGHTING D~EMO~ON PLAN Addendum No: 2 A~hment 5f TB-9~. TB-94 TB-g6 R NOTE T8-97 :R 2~ 78 -99 \ . TB-B~ R T8-86 LNOTE 1 M /~REMOVE CABLES FRO ExiSTING TO REMAIN CONDUI1 TB-BO 78-81 -8-82 RW2 R (TYP.) R/W 13-31 ~22~ BRICKELL AVENUE, SUITE gDD MIAMI, FLORIDA 33131 PHONE:(305)573-8255 FAX:(305)573~7~l 1 X X Y~C ~ X (TYP.) × X : X X RW2 S1 2 NOTE 4~ x ~ x x No.~.,.., ,~ ".'I,, $.*...'. ....................... :'...*..~ ,,~4jE"--'[~:,-~-.--i'.::--.~:~_~x -~-REMOVE TRANSFORMER AND CABLES, REPLACE ONE FOR ONE AS REQUIRED. 122~ BRICKELL AVENUE. SUITE 900 MIAMI, FLORIDA 331.31 PHONE:(305)573 8255 FAX:(305)573-TB11 ISSUE AIRFIELD ~ DEMCS_fTK)N PLAN PROJECT NAME o3/m/o5 Addendum No, 2 Ati~chment 5h Pa~e I of 1 NOTE 2 F~ T7-25 " T7 S3 ~ NGTE 10~ ,.~ R /-NOTE 3.4 NOTES NOTE NOTE T7 12 R T7-24 2~ 1,3,4 ~ ~. >'-- NOTE 1 ~, ~ T7-23 x xxx-- / REMOVE CABLES FROM / R EXIS~ING ~O REMAIN / zR 1221 BRICKELL AVENUE, SUITE 900 MIAMI, FLORIDA 33131 PHONE:(305)$73-8255 FAX:(305)573- 7811 T7-18 r-RWl R T7-20 ~~JOTES 4,9 RW1 S14 ~/-RW2 RW2-S1 OTES 3.4 TDC DATE: o~/l~/o~ SCALE: Addendum No. 2 Attachment 5i Pa~e I of I AIRFIELD LIGHTING DEMOLITION PLAN PRO'CT NAME ~.-Pi~v~,~ (P~ .~). : ~"~-----'~N OTE 6 ,; ,. I ~, - ISSUE NOTE 6-/~ NOTE 1 ~,~.-~ RW'2.T9 ~ m R~2 RW2 RW239 ;/ T9~ . RW2 S17 ~ RW2 ~o/''~T9 ~NOTE .3 __ Rw2-s ~4~, ' ~ ,,~ -NOTE 2 RW2~ 1 NOTE RUNWAY 1 3-31 ~ ~ RW2* 1221 BRICKELL AVENUE, SUITE 900 MLAMI, FLORIDA .33131 PHONE:(3OS)573-~255 FAX:(3OS)573-7811 ITYP ISSUE APPRO~D SCALE: Adde~d~ No. 2 A~c~cn[ 5j B~e 1 of I ~FURNISH AND INSTALL NEW L-850 TRANSFORMER AND L-824 CABLE BACK TO NEW RUNWAY EDGE LIGHT. TERMINATE AS REQUIRED. /~EXTEND AND INTERFACE NEW i Z ~-EXISTING /' CONDUIT WITH EXISTING TO ~?/ TO REMAIN '\ REMAIN CONDUIT. , L C~C~_NOT 175.02' cNOTE 12 175.02' , 175.02' ~]TYP RUNWAY 13-31 r-NOTE cE}T -- '-~Y ~- c / ,"4¢''..~ ',. ' ~;/- ~....' ~' '.,';0,.....~. / X~-NO~E . ....... ~;,'..~.~ ..,-~, A ,~ I [ gw° I. ................... '; ...... · i'1 ~[.,,'~ ~ M I I ';,..', ,~o )~',a~, ~ ~ '~ ~ ~ AIP-J=IEI_D LiC:~-iTiqGi LAYOUT mc [ (" ~ 'h ~ ///~ ~ ~ AND ClRCUmNG PLAN DATE: 1221 BRICKELL AVENUE, SUITE 900 MIAMI, FLORIDA 33131 PHONE:(505)573-8255 FAX:(}05)573- 7811 SHEET REFERENC~ NO. E52 / 126 OF 141 Addendum No. 2 Attachment 5k Pa~e I of I ~ TIO F' //// 4 RW2 ~..~.--~-NOTE 13 /'.,_ NOTE NOTE 2 '-~.~%~ T10 ,'~' 4~NOTE 2-182 r,o,E ~4 ~7~.o3~.~ Rw2.T107 ~.--T,O NEW L-824 RW2 CONDUCTORS ~TYP RUNWAY 13-31 1221 BRrCKELL AVENUE, SUITE 900 MIAMI, FLORIDA 3313! PHONE:(305)573-8255 FAX:(305)$73-781 Addendum No, 2 Attachment 51 Pa~,e I of I qOTE 1,3 NmE 3-- iI NOTE 1 ~,,NOTE 2] 182.16'1' P)JI'RW2 ~,NSTALL TWO ;}T2E 2~/ 7 : )Ii'NOTE 6 NEW L-824 CONDUCTORS J RUNWAY 1 3-31 NOTE PHONE:(305)573-8255 FAX:(305)573 7811 NOTE ~HEET ~FERENCE NO. E.~5 / 127 OF 14I Addendum No. 2 Attachment Sm Pa~e 1 of ) ~W2* ~ 4 _ _,.- .-- _ _ _ 'b. EX]END EXl: . NEW NEW BASECAN. EXqEND ~,,~{,.. DUCTBANK TO , iWAY CONDUCTORS FOR THE APFL~CABLE TAX AND RUNWAX EDGE NGHT CiRCUiT. 1221 ~3RICKELL AVENUE, SUITE 9oo 141AMI, FLORIDA ,35131 PHONE:(,305)57,3-8255 FAX:(305)575-7B 11 A RFIELD LIGHTING LAYOUT AND C RCUITING PLAN DATE: Addendum No. 2 Attachment 5n Page l of t NOTE 4 J TYP i RUNWAY 15-51 1221 BRICKELL AVENUE, SUITE 900 MIAMI, FLORIDA PHONE:(305)573-8255 FAX:(305)573 781 AIRFIELD UO_~ LAYOUT AiD C~:IcumNG PLAN ~- ............................. .-..*.,/ [.. v.~,~i u,~y ~P'- ....... i~;;: ...... Addendum No. 2 Attachment 50 Page I of 1 /NEW L-824 /CONDUCTORS J TYP NOTE 6% RW2*~:~) .OT if 15. EXTEND EXISTING CONDUIT AND/OR CONDUIT DUCTBANK TO NEW BASECAN. EXTEND NEW CONDUCTORS FOR THE APPLICABLE TAXIWAY AND RUNWAY EDGE LIGHT CIRCUIT.  ,SSUE AIRFIELD LIGHTING LAYOUT AND ClRCUmNG PLAN 1221 BRICKELL AVENUE, SUITE 900 Itw 13/5~ ~E~i~e, OVE~t~'r, MS]' P~S MIAMI, FLOR1DA 5.3131 & ,~OULD(llS. A~rlLED [X~J~ PHONE:(.305)573-8255 FAX:(.305)573 7811 ~# 13/31 uolfn~ ANe NE I~D~.ACr_a~hff APPROVED TDC DATE: 03/16/05 SCALE: ~IEET REFERfNQE' NO. Addendum No. 2 Attachment 5p Page 1 of I ,,% NOTE ~'~ NOTE ' 1 ~. Xz /--RW2 ~ /RWS-S5 E~NOTE [ ~ zE mNOTE 1 1 [] NSTALL TWO\ ~ 6[~ NEW L-824 \ ~- RW2 ~. CONDUCTORS' ~ _ RW2 % T8~ ~ ~ ~ T8 ~NOTE 9 ~NOTE 5 ~NOTE 2 : ' ' I I TYP. I I ~ 1221 BRICKELL AVENUE, SUITE 90© MIAMI, FLORIDA 35131 PHONE:(305)575-8255 FAX:(305)575 7811 RUNWAY 1 5-,31 ISSUE NOTE 8~ ¢ ........................... ~BE~ 1 2~ AI~IE~ LIG~NG ~Y~ A~ CIRCU~ ~ TDC DATE: 03/16/05 SCALE: Addendum No. 2 Attachment 5q Page I of I LNOTE 2 NOTE '2 9.3.97 '93 97 10.00 ~ ~r OTE 10 TVE RUNWAY 1.3-31 ~-- NOTE ' 2 ~EXI%TINL; TO REMAIN ~NOTE 10 FURNISH AND NSTALL NEWeL 850 TRANSFORMER AND L-824 CABLE BACK 70 NEW RUN'C/~AY EDGE LIGHT. fERMtNATE AS REQUIRED.- 122~ BRICKELL AVENUE, SUITE 900 MIAMI, FLORIDA 35151 PHONE:(}OS)573-8255 FAX:(305)575- 781 ~ ISSUE AIFIF~=I F) LIGHTING LAYOUT AND CIRCUITING PLAN ~ (P~z ~). NEW C Q.Lr~E~J OATE: /~RW1 ~ ~NOTE 1 3 // ~ , TT~'-~-~ RW1 S14 '/~ ~ ~~w~ T7 55~%% 2~ //~ /~/¢~ / ~ ~NOTE R,--~ ~ ~,1 /~ INSTALL TWO~ ~ T7 E 7 10.00'2 ~E 10 ' ~RW; ~ ' NOTE 2 T~P R RUNWAY 13-31 2 ~NOTE 6 RW2*~ ~NOTE 1221 BRICKELL AVENUE, SUITE 900 MIAMI, FLORIDA 33131 PHONE:(305)573-8255 FAX:(305)573-7811 AIRFIELD I IG/-mNG LAYOUT AND CIRCUITING PLAN APPROVED: TDC Addendum No. 2 AtI~chment 5s Page 1 of 1 PROPOSAL FORM FOR CORPUS CHRISTI INTERNATIONAL AIRPORT RUNWAY 13/31 REHABILITATION, OVERLAY, BLAST PADS & SHOULDERS, AIRFIELD DRAINAGE IMPROVEMENTS (PHASE 3), RUNWAY 13/31 LIGHTING AND CABr.F. REPLACEMENT DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEY~AS PROPOSAL Place Date Proposal of a Corporation State of organized and existing under the laws of the OR a Partnership or Individual doing business as TO: Gentlemen: The materials, tools, required for: The City of Corpus Christi, Texas undersigned hereby proposes to furnish all labor and and necessary equipment, and to perform the work at the CORPUS CHRISTI INTERNATIONAL AIRPORT RUNWAY 13/31 REHABILITATION, OVERLAY, BLAST PADS & SHOLrLDERS, AIRFIELD DRAINAGE IMPROVEMENTS (PHASE 3), RUNWAY 13/31 LIGHTING AND CABLE REPLACEMENT locations set out by the plans and specifications and accordance with the contract in strict documents for the following prices, to-wit: Page 2 of 20 Page 2 of 20 CORPUS CHRISTI INTERNATIONAL AIRPORT RUNWAY 13/31 REHABILITATION, OVERLAY, BLAST PADS & SHOULDERS, A/RFIELD DRAINAGE IMPROVEMENTS (PHASE 3), RUNWAY 13/31 LIGHTING AND CABLE REPLACEMENT BASE BID PART A: PROJECT NO. 1092; OVERLAY, BLAST PADS & SHOULDERS RUNWAY 13-31 REHABILITATION, I II QTY & ITEM UNIT 10 1 EA 90 2 EA 2 3 1 4 LS 1 5 LS 1 6 LS 110 7 SY 8,600 8 CY 1,746 9 CY III Description G-300-5_1 Furnish, Install and Remove Lighted Cones complete and in place per EA G-300-5.2 Furnish, Install and Remove Multi-Barrier Barricades complete and in place per EA G-300-5.3a Furnish Lighted Closed Runway Marker complete and in place per EA G-300-5.3b Install, Maintain, Relocate and Remove Lighted Closed Runway Marker complete and in place per LS G-500-3~1 Mobilization complete and in place per LS G-600-5.1 Haul Roads complete and in place per LS G-700-4.1 Demolition of Asphalt Pavement complete and in place per SY Excavation for New Shoulders complete and in place per CY P-152-4.7 Rmhankment for Shoulder Construction complete and in place per CY IV Unit Price V Total I II III ITEM 10 11 QTY & UNIT 42,173 SY 569 TON Description P-260-5.1 6" Lime Treated Subgrade complete and in place per SY P-260-5.1 Lime Treatment (Road-Mix) (6% by weight) complete and in place per TON 12 40,981 SY 13 39,029 SY 14 39,379 SY 15 8,556 SY 16 125,136 SY 17 125,136 SY 18 108,449 SY P-276-5_1 6" Cement Treated Base (with RAP aggregate) complete and in place per SY P-400-5.1 2.5" HMAC DG TY B (Fine Base- Shoulders) complete and in place per SY P-400-5.1 1.5" HMAC DG TY D (Fine Surface Shoulders) complete and in place per SY P-400-5.1 2" ~MAC DG TY D (Fine Surface- Blast Pads) complete and in place per SY P~401-8.1 4" Bituminous Surface Course (Runway/Taxiways) complete and in place per SY Maximum Bonus for 4" Bit,--~nous Surface Course (Runway) complete and in place per SY *For Bidding purposes only, the Bidder is required to bid this item as follows: The bonu~ unit price shall be calculated as 6% of the unit price bid for item 16 P-401-8.2 Runway Surface Transverse Grooving complete and in place per SY 20,376 19 SY P-401-8.3 2" Bitl,m~nous Surface Course (Taxiway Transitions) complete and in pla~e per SY IV Unit Price V Total II & ITEM U~IT 20 20,376 SY 11,896 GAL 14,551 22 GAL 23 5,000 LF 24 5,000 LF III Description P-401-8.3 Maximum Bonus for 2" Bitum/nous Surface Course (Taxiway Trans) complete and in place per SY *For Bidding purposes only, the Bidder is required to bid this item as follows~ The bonus unit price shall be calculated as 6% of the unit price bid for item 19. P-602-5.1 Bituminous Prime Coat complete and in place per GAL P-603-5.1 Bit,~nous Tack Coat complete and in place per GAL P-605-5_1 Joint/Crack Routing and Cleaning complete and in place per LF P-605-5.2 Joint Sealing Filler complete and in place per LF 25 95,854 SF 979 26 SF 27 6,236 SF 28 7,365 LF 29 2,021 LF 30 16,684 SY P-620-5.1 Runway & Taxiway Painting, White, Reflective complete and in place per SF P-620-5.2 Runway & Taxiwa~ Painting, Yellow, Reflective complete and an place per SF P-620-5.3 Runway & Taxiway Painting, Yellow Non-reflective complete and in place per SF D-705-5.1 12" x 1" Runway Pipe Edge Underdrains complete and in place per LF D-705-5.2 18" x 1" Runway Pipe Edge Underdrains complete and in place per LF T-904-5.1 Sodding complete and in place per SY IV Unit Price V Total I II QTY & ITeM UNIT 125,136 31 SY 8,722 32 SY 1 33 LS III Description SS-1-4.1 Mill Appx. 3" Runway Pavement (Stockpile Onsite) complete and in place per SY SS-1-4.1 Mill 2" Blast Pads (Stockpile Onsite) complete and in place per SY SP A-47 Pre-Construction Exploratory Excavations complete and in place per LS IV Unit Price V Total SUBTOTAL BASE BID PART A: $ (Bid It~m~ 1-33) CORPUS CHRISTI INTERNATIONA~ AIRPORT RUNWAY 13/31 REHABILITATION, OVERLAY, BLAST PADS & SHOULDERS, AIRFIELD DRAINAGE IMPROVEMENTS (PHASE 3), RUNWAY 13/31 LIGHTING AND CABLE REPLACE~4ENT BASE BID PART B: PROJECT NO. 1093; (PHASE 3) AIRFIELD DRAINAGE IMPROVEMENTS I II III QTY & ITEM UNIT Description 34 61 S_Y. G-700-4_1 Remove Existing 29' x 10' x 8" Concrete Portion of Access Drive, complete per S.Y. IV Unit Price $ V Total 35 327 S.Y. G-700-4.1 B,mnve Existing Access Road (2" Bi~m4eous Surface and 8-Inch Base) complete per S.Y. $. 36 1 L.S. 1 L.S. G-700-4_10 Remove and Salvage Existing "ILS Critical Area" Sign complete and in place per L.S. Reinstall After New Road is Completed. G-700-4.10 Remove and Salvage Existing ~'Stop Sign" complete per L.S. Reinstall After Road is Completed_ $ $ $ 38 350 L.F_ G-700-4.11 Remove and Replace Existing 1 - 12 Pair #19 Control Cable, complete and in place per L.F. $ $ 39 350 L.F. 40 2 Each G-700-4.11 Remove and Replace 1 3/c #8 5 K~ Cable, complete and in place per L.F. L-125-5.1.n L-867 Base Can in Turf with Concrete Encasement, complete and in place per Each. PROPOSAL FO~LM Page 7 o~ 20 $ $ $ I II QTY & ITEM UNIT 41 12 Acres III Description P-151-4.1 Clearing and Grubbing, complete per Acre. IV Unit Price V Total $ 42 54,688 C.Y. 43 7,329 C.Y_ 47,359 C_Y. P-152-4.1 Channel and Swale Excavation, complete per C.Y. P-152-4.7 Rmhankment With Density Control to 95% ASTM D-698, complete and in place per C.Y_ P-151-4.7 Fill Placement Without Density Control to a Uniform Height, complete and in place per $ $ $ $ 45 5,500 L.F_ 46 2 Each P-156-5.1 Temporary Silt Fence, complete and in place per L_F. P-156-5.2 Gravel Road Entrance, complete and in place per Each. $ $ $ 47 20 Each P-156-5.3 Gravel Filter Berm, complete and in place per Each $ $ 48 2,656 L.F. 49 1,440 L-F. D-701-5.1 36" ASTM C 76, Wall C R~inforced Concrete Pipe (Open Cut), complete and in place per D-701-5 2 36" ASTM C 76, Wall C Reinforced Concrete Pipe, (Boring and Jacking) complete and in place per L.F. $ $ $ I QTY & ITEM UNIT 50 1,798 L.F. III Description D-701-5.3 5' x 4' Precast Reinforced Concrete Box Sections, ASTM C 850(Open Cut) complete and in place per L.F. IV Unit Price $ $ V Total 51 592 L F. D-701-5.4 5' x 4' Precast Reinforced Concrete Box Sections, ASTM C 850 (Boring and Jacking) complete and in place per L.F. $ $ 52 1,550 L.F. D-701-5.5 7' x 4' Precast Reinforced Concrete Box Sections, ASTM C 850 (Open Cut) complete and in place per L.F. $ 54 53 600 L.F. 1,168 L.F_ D-701-5.6 7' x 4' Precast Reinforced Concrete Box Sections, ASTM C 850 (Boring & Jacking) complete and in place per L.F. D-701-5.7 Remove Existing 29" x 18" (~4~A Culvert complete and in place per L F. Backfill Trench & Compact to 90% of ASTM D 698_ $ 55 920 L.F D-701-5 8 Grout Fill Existing 29" x 18" C~PA Culvert and Abandon, complete and in place per L.F. $ $ 56 30 L.F. D-701-5.9 Remove Existing 59" x 32" CMPA Culvert complete per L.F_ Backfill Trench & Compact to 90% of ASTM D 698 $ ~szn ADD~4 NO. 2 PROPOSA~ FO~/4 ATTAChmeNT NO. 6 Page 9 of 20 P~g, 9 of 20 I ITEM 57 II QTY & UNIT 1,050 L_F_ III Description D-701-5.10 Grout Fill Existing 59" x 32" CMPA Culvert and Abandon, Complete per L F. IV Unit Price $ $ V Total 58 61 2 Each 4 Each Each 2 Each D-701-5.10 Safety End Treatment for 36" RCP, complete and in place per Each D-751-5.1 Area Inlets, complete and in place per Each. D-751-5.2 Inspection Holes complete and in place per Each_ D-751-5_3 Reinforced Concrete Junction Box complete and in place per Each. $ $ $ $ $ $ $ $ 62 63 9 Each 9 Each D-752-5.1 Remove Existing Reinforced Concrete Headwall, complete per Each. D-752-5.2 Reinforced Concrete Headwall for 36-Inch RCP Culverts, complete and in place per Each. $ $ $ 64 1 L.S_ D-752-5.3 Reinforced Concrete Headwall and Drop Structure for 6 - 65" x 40" CMPA's and 2 - 7' x 4' Box Culverts, complete a~d in place per L.S. $ $ 65 1,575 S.F. D-752-5.4 Reinforced Concrete Slope Paving for Outfall Channel complete and in place per S.F. PROPOSAL FO~M Page 10 of 20 $ IADDE~H~ NO. 2 ATTAChmenT NO. 6 Pa~e 10 of 20 I ITEM 66 67 II QTY & UNIT 2 Each 1 Each III Description D-752-5.5 Safety End Treatment for 36" RCP, complete and in place per Each. D-752-5.6 Reinforced Concrete Swale Drop Structure, complete and in place per Each. IV Unit Price V Total 68 8,620 L_F. SP-4_I OSHA Trench Protection, complete and in place per L.F_ 69 25 Acres T-901-5.1 Seeding, complete per Acre_ SUBTOTAL BASE BID PART B: $ (Bid It-m~ 34-69) CORPUS CH~tISTI INTER/qATIONAL A/B_mORT RUNWAY 13/31 REHABILITATION, OVERLAY, BLAST PADS & SHOULDERS, AIRFIELD DRAINAGE IMPROVEMENTS (PHASE 3) , RUNWAY 13/31 LIGHTING AND CABLE REPLACEMENT ADDITi-v-E ALTERNATE No. 1: PROJECT NO. 1093; AIRFIELD DRAINAGE IMPROVEMENTS (PHASE 3) I II III IV QTY & Unit ITEM UNIT Description Price A70 6,648 P-152-4.1 C Y. Channel and Swale Excavation $ $ complete per C.Y. V Total A71 1,299 C.Y. P-152-4.7 Rmhankment With Density Control to 95% ASTM D-698, complete and in place per C_Y $ A72 5,349 C_Y. P-152-4.7 Fill Placement Without Density Control to a Uniform Height, complete and in place per C_Y_ $ $ A73 45O P-156-5,1 Temporary Silt Fence co~olete and in place per L.F. $ $ A74 624 L.F. D-701-5.1 36" ASTM C 76, Wall C, Reinforced Concrete Pipe,(Open Cut) complete and in place per L.F. $ A75 324 L.F. D-701-5.2 36" ASTM C 76, Wall C, Reinforced Concrete Pipe,(Boring and Jacking) complete and in place per L.F. $ $ A76 591 L.F. D-701-5.3 Remove Existing 29~ x 18" CM~A Culvert, Backfill Trench, complete per L_F. $ I II QTY & ITEM UNIT III Description A77 315 L.F. D-701-5.4 Grout Fill Existing 29tt x 18t' Culvert, complete and in place per L.F. A78 6 Each D-752-5.1 Remove Existing Reinforced Concrete Headwall, complete per Each. IV Unit Price $ $ V Total A79 5.0 Acres T-901-5_1 Seeding, complete per Acre. $ $ AS0 948 L.F. SP-4.1 OSHA Trench Protection, and in place per L.F~ complete $ $ SUBTOTAL ADDITIVE ALTERNATE NO 1: $ (Bid Items A70-AS0) Page 13 of 20 CORPUS CHRISTI INTERNATIONAL AIRPORT RUNWAY 13/31 REHABILITATION, OVERLAY, BLAST PADS & SHOULDERS, AIRFIELD DRAINAGE IMPROVEMENTS (PHASE 3) , RUNWAY 13/31 LIGHTING AND CABLE REPLACEMENT BASE BID PAB~ C: PBDJEC~ N~. 1080; BI~qWA~ 13/31 LI6~rl'~ A}~ C~RTR ~i~ I II III IV V QTY & Unit ITEM UNIT Description Price Total D-701-5.11 81 26 New SCHD 40 PVC Drain Pipe $ complete and in place per EA D-701-5.12 New SCHD 40 PVC Drain Pipe complete and in place per EA L-104-6.1_ a Temporary Airfield Lighting/Signage/Navigational Facilities complete and in place per LS L-105-6.1. a Demolition and Proper Disposal of all equipment as noted and Turning Over All Designated Equipment To Maintenance Staff complete and in place per LS L-108-5.1_a 1/C L-824-Type C Unshielded #8 AWG 5~V copper Cable complete and in place per LF 82 26 $ 1 83 LS 1 84 LS 85 86 98 88 33,130 LF 17,900 LF 17,420 LF L-108-5.1.b 1/C #6 AWG BSD or BHD or TW Bare Copper Counterpoise Wire complete and in place per LF L-108-5.1.c 0_75" (19 MM) Dia. By 10.00' (3 M) Long Copperclad Steel Sectional Ground Rod complete and in place per LF L-110-5.1.a i w 2" Schedule 40 PVC Concrete Encased Duct complete and in place per LF I ITEM 89 90 91 94 95 96 97 II QTY & UNIT 225 LF III Description L-110-5.1_b 1 w 2" Schedule 40 PVC Direct Burial Duct complete and in place per LF 300 LF 140 LF L-110-5.1_c 1 w 4" PVC Split-Duct Concrete Encased Duct complete and in place per LF L-110-5.1.d 3 w 4" Schedule 40 PVC Concrete Encased Duct complete and in place per LF 15 L-125-5.1.a L-861T Taxiway Edge Light complete and in place per EA 3 3 26 46 16 L-125-5.1_b L-850C Runway Edge Light Clear/Clear complete and in place per EA L-125-5.1.c L-850C Runway Edge Light Yellow/Clear complete and in place per EA L-125-5.1.d L-862 Runway Edge Light Clear/Clear complete and in place per EA L-125-5.1.e L-862 Runway Edge Light Yellow/Clear complete and in place per EA L-125-5.1.f L-862E Runway Threshold Light Green/Red complete and in place per EA IV Unit Price V Total ADDENDL~4 NO. 2 Pa~m 15 of 20 I II QTY & ITEM UNIT 6 4 5 100 EA 3 101 EA 4 102 EA 65 103 EA 1 104 EA 1 105 LS III Description L-125-5_l.g L-858B Runway Distance Remaining Sign complete and in place per EA L-125-5.1.h L-858 Sign - Double Face - 1 Module complete and in place per EA L-125-5.1_i L-858 Sign - Single Face - 2 Module complete and in place per EA L-125-5.1_ j L-858 Sign - Double Face - 2 Module complete and in place per EA L-125-5.1 .k L-858 Sign - Double Face - 4 Module complete and in place per EA L-125-5.1 .m L-861T Taxiway Edge Light Fixture Mounted on Existing Base Can complete and in place per EA L-125-5.1.n L-867D Base Can in Turf with Concrete Encasement complete and in place per EA L-125-5_1_1 Allowance for Modifications to Existing Airfield Lighting Control System and CCRs per LS IV Unit Price $5100.00 V Total $5100.00 SUBTOTAL BA~E BID PART C: $ (Bid Items 81-105) BID SU 4F ARY SUBTOTAL BASE BID PART A: $ SUBTOTAL BASE BID PART B: $ SUBTOTAL BASE BID PART C: $ TOTAL BASE BID (PART A + PART B + PART C): SUBTOTAL ADDITIVE ALTERNATE NO 1: $ TOTAL BASE BID PLUS ADDITIVE ALTERNATE NO 1: (PART A + PART B + PART C + ADDITIVE ALTERNATE NO 1: The undeusigned hereby declares that he has visited the site and has carefully examined the plans, specifications and contract documents relating to the work covered by his bid or bids, that he agrees to do the work, and that no representations made by the City are in any sense a warranty but are mere estimates for the guidance of the Contractor. Upon notification of award of contract, we will within ten (10) calendar days execute the formal contract and will deliver a Performance Bond (as required) for the faithful performance of this contract and a Paymont Bond (as required) to insure payment for all labor and materials. The bid bond attached to this proposal, in the amount of 5% of the high~st amount bid, is to become the property of the City of Corpus Christi in the event the contract and bonds are not executed within the time above set forth as liquidated damages for the delay and additional work caused thereby_ Minority/~L{nority Business Enterprise Participation: The apparent iow bidder shall, within five days of receipt of bids, submit to the City Engineer, in writing, the names and addresses of MBE and DBE firms participating in the contract and a description of the work to be performed and its dollar value for b~d evaluation purpose. Numar of Signed Sets of Documents: The contract and all bonds will be prepared in not less than four counterpart (original signed) sets. Time of Collation: The undersigned agrees to complete the work within 200 calendar days from the date designated by a Work Order. The undersigned further declares that he will provide all necessary tools and apparatus, do all the work and furnish all materials and do everything required to carry out the above mentioned work covered by this proposal, in strict accordance with the contract documents and the requirements pertaining thereto, for the sum or sums above set forth. Receipt of [he following addenda is acknowledged (addenda number) Respectfully submitted: (SEAL - IF BIDDER IS a Corporation) By: Address: (S IGNATut~E) (P.O. Box) (Street) Telephone: Do no~ detach bid [ron/ other papers. Fill in with ink and submit complete with attached papers. (City) (State) (Zip) (Revised August 2000) Page 18 of 20 CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS 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. Il= the question is not applicable, answer with I~NAr~. FIRM NAME: STREET: CITY: ZIP: FIRM is: 1. 3. Sole Owner 4. Association 5. Corporation 2. Partnership Other DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side o[ this page or attach separale sheet. 1. SLate the names ol= each [}employee0 o[ the City of Corpus Christi having an []ownership interest[] constJtul~ng 3% or more of the ownership In the above named []§rmFl. Name Job Title and Cib/Department (ii= known) SLate the names of each []officiall] o[ Lhe City of Corpus Christi having an (]ownership Interesl:[] constituting 3% or more of the ownership in the above named []firm[]. Name Title SLate the names of each rlboard member(] o[ the City of Corpus Christi having an []ownership interestJ] constituting 3% or more of the ownership In the above named []l~rm§. Name Board, Commission or Committee SLate the names of each employee or officer o[ a []consulLantJ] for the City ol= Corpus Christi who worked on any matter related to the subject ol~ this contract and has an []ownemhip interes~ constituting 3% or more of the ownership In the above named []flrmr]. Name Consultant CERTIFICATE I certify that all in[on'nation provided is true and correct as o[ the date or' this statement that I have not knowingly withheld disclosure of any in[ormation requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: (Type or Pdnt) Signature of Certifying Person: Title: Date: DEFINITIONS E]Board Member[]. A member of any board, commission or commiltee appointed by lhe City Council of lhe City of Corpus Chdsti, Texas. BEmployeeB. Any person employed by lhe City of Corpus Christi, Texas, either on a full or part time basis, but not as an independent contractor. 0FirmlY. 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, entitles 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. Iqofficiall~. The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Depadment and Division Heads and Municipal Court Judges of the City of Corpus Chdsti, Texas. rlOwnership InterestB. 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. BConstructively heldl~ refers to holding or control established through voting trusts, proxies or special terms of venture or partnership agreements. gConsultant~]. 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 II Cgrp. m' · Chnst ~' ~ March 11, 2005 TO: ALL PROSPECTIVE BIDDERS PROJECT: RUNWAY 13/31 REHABILITATION, OVERLAY, BLAST PADS & -qHOULDERS, AIRFIELD DRAINAGE IMPROVEMENTS (PHASE 3), RUNWAY 13/13 LIGHTING AND CABLE REPLACEMENT PROJECT NO: 1092, 1093, 1080 Prospeclive bidders are hereby no, tried of the following modit'~calJo~s to the contract doc-rnents. These modifications shall become a part o! the contract documenls The provisions el' the ceph'act documenls not specJl'~_.aJJy alTected by the ~:fdendL~ shall remain unchanged. PART A - SPECIAl. PROVISIONS - The "Attendance Roster" (soo Attachment No. 1] Ils. la l. hoeo who attended the MA,NOATORY PRE-BID MEETING, and are there[ore eligible bidders, bMed on u. pon the reQulre, rnants notqd a~ve ~or this pro~t. Bide from giber q,e n ~e LCon IqLGt~r~tj- not i ncJ ud eH;LO n ~haal;ta chad JL~t,~w111 ~e-mleGled~lt [he bid opening. The ~re.-bJd meeting wag not mandatory ~or sub- cgntractom or sunpllers. B. pARAGRAPH A-10, ~, ~UCT'ION PROJECT LAYOUT ~ CONTROL. DELETE: The 3 bulleie<J points reqclirinq survey documentali0n of "Streels/Pavemefll~". 1. ADD: The following; "RunwRy P.ayam~/lta: · Flnlah~ LRunway centerllne crowll elevaUona at leO-foot Ir~tervals; · ~lnlshe~ Runway pay~ment elevations at each ed;e of the Runway eaEsm~ot..~t 10e-foot Inlervale; · Finished Runway pavement elevaUons at 50 t'~t offset from each sld~ 9fUle Runway centedlna at t004ootlntervals; · Finished Shoulder elevations at ou~er edfle of shoulder" at 100-foot interyals;'* 2. ADD: To Lhe 3 bullo~ed points reQulr, lnll survey documentation of "Stormwal;er"", the follqwlng bulleted oolnt: ' · I_Flnlahed Invert elevations at haaclwalls, outfall$ or other drainage · P of COnCrete eiovallOns al all headwalls, outfall$ or other dralnafle structures: · Finished flowlina elevations of ditches and swales at 200-foot Inlerva(~;' C. ADD: New Paragraph: A-59 Computer Generated Proposals ThQfolJowing. p_erP~qph modifies ParN]raph B-2-7-PreparatJon of Proposal, of the General Provisions: I /~,.DDEI~DU~I NO. 1 Ds. ge ~. of S "The bidder has the option of submitUng a compoter-generated p~int-oul~ In lieu of, the Proposal Form (Psgsa 1 through 16) INCLUSIVE. The print-out will list all bid Items (nc ud ng any additive or deductive alta'niles) contslned on Proposal -qbsata (3 through 16, Inclusive). The print-out will be substznUal y In tim form attached to thio addendum Ieee ~chment.No. 2). If the Conb'ector chooesa to submit a print-out, Ihe print-out aha ] be accompanied by properly completed proposal plgel 1 through 2, Inclualve; end 13-16, Inclusive." In addition, theprlnt-oul will contain the following statement and signature, after the last bidltem: (Contractor) hm'ewlth certifies that the unit prices shown on this prlnt-eut for bid items (including any additive or deductive alternates) contained in this proposal are the unit prices intended and that Its bid will be tabulated using these unit prices and no other Inl'ormatJon h'om this prlnt-ouL (Contractor) acknowledges and agrees that the Total Bid Amount shown will be read es Its Total Bid and further agreee that the official Total Bid amount will be determined by multiplying the unit bid price (Column IV)shown In this print-out by the rsapectlve eeUmeted quantities shown In the Proposal (Column Ii) and then totaling the ex*tended amounta, (Signature) (Tiffs) (Date) SPECIAl. PROVISIONS - A'I-FACHMENT 2 A. PARAGRAPH GP-20-02, PREQ*J,N.F~ATION OF BIDDERS DELETE: Parao, raDh 3 i~ ils enllrety. TISCH NIC.~J_ SPECIFICATIONS A. ~TEM P-276, CEMENT TREATED BASE, PARAGRAPH 276-2.3, MIX DESIGN DELETE: Pa~'8~raoh in its entirely. ADD: In lieu thereof; "Cement Content shall be 6% contenl bv weioht. Mix desitin shall be provided by the coIltrector to show coml~llance. I TV. QuesUons frqm Pre-Bid MeeUna 13/08~05) I~o. 1 Q; Concerning the Proposal. can a bidder submit a computer-generat.ed pdnI-out, in lieu o[ tho hand-writt.en bid i[ern lis( provided by i~ the ~roposal? A: Yea, as long a~ the requlremente of Part A. Special Provisions, A-$9 are mat. A-Sg la balng sdded In this addendum. B. NO, 2 Q: Concemiqg item 20-02 on page GP-20 1 of the FAA General Provisions, the slatement requkthg the bidder to 'submit 'evidence c~ cempelency' and 'evidence of financial responsibility' ne later than 10 days prior to the specified dale rot opening bids' is somewhat, difficult to do since thai dale is only a few days a~e.r the Pre-Bid meeting? A: This paragraph to be deleted end conb'aetora will be required to submll Items required In Part A - Special Provisions, paragraphs A-28 and A-30. C. No. 3 Q: Conc,~ning Section A-19 o[ the Special Provisions 'CcosbucBon ProJeoi Layoul and ConiruT', some el the Language does nol appear to apply to this project. What is Io be required under this section? A: Bidders will be requlrnd to parterre the minimum requirements as revised and outlined In this addendum (See I-B above). D. No. 4 Q: Concerning hauling and slockpiting o1' excavated soil, the plans indmate excavaled soll Is ro Ee sTockl~i~:[ as snowfi On the dra-,~ge §heels, bul pa~ph A-t6 el Ma[offals in the Special Provisions requires excess excevaled malarial lo become the property el' the con{racier and removed term the site al Ihe contractor's expense. A: Paragraph A-t6 requires the removal of all unwanted materials [rom the project elto. The flu areas on the plans are Intended to be the locations where excavated Ihal is suitable for use as embankment will be permanently stockpiled and remain the properly of the Airport. The contractor will not be required to stockpile the sou using sb~ct density controls, In the lilt areas are outside the Runway safety areas, bul tho soil ~hould be stockpiled as neatly aa possible in unltorm lifts to avoid unsighUy pile; and '-.'nd',;s ara$1on. The "Contractor Staging and Stockpile Areas" shown on the plan sheets era Intended to bo areas where contractor may temporarily store mat.oriels during conslrucllon acUvltles. These areas should be relurned to pre-conslructlon condlUons. Clarifications on locations o~' the stockpile areas will be Issued In Addendum2 on March la. 2005. No.~i Q: Concerning payment for excavalion and embankment, w~ll lite contraclor be paid once excavaUon el' Ihe soil and then paid again to place it in Ihs fill areas. A: The contractor will only be paid according to the bid Ilem quantities In the proposal form. Soil placed In §11 areas will not be paid separately aa embankment unless specifically thdlcaled on the plans (ag. The embankment required to construct runway shoulders). QuantlUes for embankment are provided In the proposal form. F. Ne.e Q: Concerning the additional detera3ralion el= Pinson Drive due 1o increased heavy buck b'a~c, is the coniraulor responsible rot repairing the damaged pavemenl, especially considering Ihs akeady poo~ condilion el the exisling pavement? A: The contractor will be required to return Plnson Drive to les pre-construction state or belier once construcUon activities are completed. The City will photograp~ and document Pineon Drive prior to construcUon ecUvlUee beginning. ~age 3 o~ 5 G. Np, ~ Q: Concerning the amounl or cemenl specified to be required i~ the cement treated base fo~ the sho~Jlders, the specification slates Ihe cement conlenl shall be as required to obtain 300 PSI minimum or 5%, whichever is greater. Will a quanlily of RAP aggregate be available prk~' to consh'uclion [o allow for the conlracio~s to have Iheir lesting laboral~rles determine Ihe proper cement con[ant? A: SpeclRcaflon P-276 will be revlsad to require 6% cement content by weight, with no specific strength requirements required to make mix design easier. H. Ng, ~ Q: Concerning the pre-co~slrucll~n exploratory borings specified in A-47, [here is no bid item for [his in Ihe proposal form. A: The Proposal form will be revised to add an Item for [he exploratory borings. The revised proposal form le to be Issued in Addendum 2 on March 18, 2005. No. g Q: Co~:em~ng Item B-7-6 Working Hours in [he General Provisions. will the contraclors be Nlowed Io work additional hexes in order lo meet [he Ughl consbuclion schedule? A: AddlUonal language will the added t~ Paragraph A-6 In [he Special Provisions giving [he contrac'l~or the liberty to work 24 hours a day, seven days · week. This language will eupercede the language In [he General Provlslone according to Paragraph A-34, Precedence or' Contract Documents In the Special Provlelons. zI~, Questions from Potential Bidders. [RFI'.s received after Er~BidMeetlnn of (3/08/05)! A. No_l l~"~ues~m concerning Specification P-276, will road mixed cemenl b'eated base be aflowed? A: No. The cont~ctor may nol use TxDOT Specification Item 275 Cement Treatment (Read Mixed) In lieu of TxDOT Item 276. B. No_2 ~-~uastk:m .co,_coming B~d Ilem 17. 'Maximum Bonus [or 4' Bituminous Surface Course (Runway). should Ihls 6% be o[ Ihe unit bid price i~or item A: Yes. This will be changed to Item 16 in the revised Proposal lo be Issued In Addendum 2. Page 4 oF S ADDENDUM NO. 2 WILL FOLLOW NEXT WEEK on March 18, 2005 and will address any new issues that arise and any RFi's already received that are not answered herein or any new RFI's received PHor to March 18. Addendum 2 will Include the revised Proposal Form Please acknowledge receipt o[ this addendum In the appropriate place in your REVISED PROPOSAL FORM your receive next week. END OF ADDENDUM No. I ~ M Rl_/mrl/rs ~ Michael R. Lawrence, P.E. PGAL Attachments: No. I Pre-Bid MeeUng Attendance Ro${er No~2 Sam pleComl) uterprln t-Ou t ADD~I~DU~' ~o. 1 Page 5 o£ 5 PRE-BZD CONFERENCE SZGN-ZN Prelect No, 1080/10~2/1~93 Corpus Christi Intema#onat Airport Runway 13/31 Rehabilitation. Overlany. Blast Pads 7 Shoulders. Air, eld Drainage ImProvements (Phase 3). Runway 13/31 Lightlnq and Cable Replacement 'Tuesday - Y~aroh 8, 2005 - lO:O0 a.m. Name ' Organi za ti on 2 3 4 5 6 7 R 9 10 11 12 13 14 15 ,/ 16 17 CC. co~£, Rm. Phone No. / Fax No. 7 dzo/4/ AIRPORT MEETING ATTENDENCE Corpus Christi International Airport M~ETING: Runway 13/3f Rehabilitation, Overlay, Blast Pads & Shoulders, Alrtleld Drainage Improvements (Phase 3), Runway ~3/3'g Lighting and Cable Replacement. Project No. f080/I092/~093 DATE: March 8, 2005 LOCATION: CCIA Admln Conference Room TIME: 10:00 am NAME TI~ FUNCTION REPRESENTING TELF_~HONE FAX CELL ADDENDUM NO. 1 Att~:hme~t No. 1 Page 2 M 2 OCTORI~ 2'~. Ig96 ! I1 A I ~7,475 A.2 Fcc. $.033 SY IV V FL, a~ Q~. x t.r,~, er~ D~] Seb-Tc~J 13acse B~d "~' lima (11e~ O I-D2 ] ) Sub-TcoJ Baa: Bid 'A= ~m~ S 8ub-Tow~ lh~e BkE "D" limn: S T~td ~ G~d ~ma: S LADDENDUM 140_ 1 _ P'aOB I O/1 SPECIAL PROVISIONS SPECiFiCATIONS AND F 0 9 M S OF C O NT RA C T S AND BONDS FOR CORPUS CHRISTI INTERNATIONAL AIRPORT RUNWAY 13/31 REHABILITATION, OVERLAY, BLAST PADS & SHOULDERS, AIRFIELD DRAINAGE IMPROVEMENTS (PHASE 3) , RUlqWAY 13/31 LIGHTING AND CABLE ILEPLACIRMENT PREPARED BY: PGALBLAST P/kI3S & SHOULDERS: HOUSTON, TEXAS 77056 P~NE: 713-622-1444 F~: 713 968 933~ AIRFIE~ D~INAGE IMPROVEMENTS (P~SE COYM, RRlt/~T & GUTIERREZ ENGINEERING, INC. 5656 S. STAPLES, SUITE 230 CORPUS CHRISTI, TEXAS 78411 PHONE: 361-991 8550 FJkX: 361-993-7569 RUNWAY 13/31 LIGHTING AND CAJ3LE REPLACEMENT: SUITE 900 ,,,j. GoTo FOR: DEP~TME~ OF ~GI~ERING SERVICES IMDC 1221 BRICKELL AVENq3E, MIAMI, FLORIDA 33131 PHONE: 305-573-8255 FAX: 305 573 7811 PROJECT NO: 1092,1093,1080 [ I DP~AWING NO: AP 118 I IFAA AIP NO: 3 48 0051 36-04 CITY OF CORPUS CHRISTI, TEXAS Phone: 361/880 3500 Fax: 361/880 3501 COB~US CHRISTI IN'~'~NATIOI~kL AIR_PORT RUNWAY 13/31 BEHABILITATION, OVERLAY, BLAST PAD~ & SHOULDERS, AIRFIELD DRAINAGE IMPROVEMENTS (PHASE 3), RUNWAY 13/31 LIGHTING AND CABLE REPLACEMENT Table of Contents NOTICE TO BIDDE~ {Revised 715/00) NOTICE TO CON'rKACTORS - A (Kevised Sept. 2000) Insurance Requirements NOTICE TO CON~Ig{ACTORS - B (Revised 1/13/98) Worker's Compensation Coverage For Buildinq or Construction Projects For Government Entities NOTICE TO CONTRACTOR~ - C (Revised 3/06/2001) Notice to F[ospective Federally Assisted Construction Contractors NOTICE TO CON"lq{ACTORS - D (Revised 3/06/2001) Notice of Requirements for Affirmative Action Opportunity (E×ecut~ve Order 11246, as amended) to Ensure Equal NOTICE TO CONTRACTORS - E Buy A~erican-Steel and Contracts (Jan 1991) (Revised 3/06/2001) Manufactured Products for Construction NOTICE TO CONTMACTORS - F (Revised 3/06/200]) Buy American-Steel and Manufactured Products (Jan 1991) PART A - SPECI/~L PROVISIONS (Revised 9118/00) A-1 Time and Place of Receiving Proposals/Pre-Bid Meeting A-2 Definitions and Abbreviations A-3 Description of Project A-4 Method of Award A-5 Items to be Submitted with Proposal A-6 Time of Completion/Liquidated Damages A-7 Workers Compensation Insurance Coverage A-8 Faxed Proposals A-9 Acknowledgment oi Addenda A-10 Wage Rates (Revlsed 7/5/00) A-11 Cooperation with Public Agencies (Revised 7/5/00) A-12 Maintenance of Services A-13 Area Access and Traffic Control A-14 Construction Equipment Spill~ge and Tracking A~5 Excavation and Rcmovalo ~ USED A-16 Disposal/Salvage of Materlals A-17 Field Office A-18 Schedule and Sequence of Construction A-19 Construction Project Layout & Control A-20 Testing and Certification A 21 Project Signs NOT USED A-22(a) Disadvantaged Business Enterprises (DBE) Participation Goals A 22(b) Minority/Minority Business Enterprise Participation Policy (Revised 10/98) 7'ABLE OF CONTE~TS 1 OF 6 A-23 Inspection Required (2evised 7/5/00) A-24 Surety Bonds ~-25 ~eu Tax Eacmpt~ NO L~NGER;tPPLIC-%BLE [6/11/98) A-26 Supplemental Insurance Requirements A-27 Responsibility for Damage Claims A-28 Considerations for Contract Award and Execution A-29 Contractor's Field Administration Staff A-30 Amended "Consideration of Contract" Requirements A-3] Amended Policy on Extra Work and Change Orders A-32 Amended "E×ecution of Contract" Requirements A-33 Conditions of Work A-34 Precedence of Contract Documents A 35 City Water Facilities Special Rcquircmcnts NOT USED A-36 Other Submittals (Revised 9/18/00) A-37 ~ended "Arrangement and Charqe for Water Furnished by the City" A-38 Worker's Com~>ensation Coverage for Building or Construction Projects for Government Entities A 39 Certificate of Occupancy and Final Acceptance NOT USED A-40 A~nendment to Section B-8-6: Partial Estimates A-41 Ozone Advisory A-42 OSHA Rules & Regulations A-43 Amended Inde~unification & Hold Harmless (9/98) A-44 Change Orders (4/26/99) A-45 As Built Dimensions and Drawings (7/5/00) A-46 Disposal of Highly Chlorinated Water (7/5/00) A-47 Pre-Construction Exploratory Excavations (7/5/00) A-48 Overhead Electrical Wires (7/5/00) A-49 ~nend "Maintenance Guaranty" (8/24/00) SUPP?.RMENTARY SPECIAL PROVISIONS (th~ following added by Consulting Engin~r) A-50 Dewatering Ao51 Rain Delays A-52 NPDES Notice of Intent Submittal A-53 Physical Data A-54 Project Record Documents A-55 Errors and Omissions A-56 Definition of Engineer A-57 Trench Safety A-58 Airport Safety and Security SPECI3%L PROVISIONS - ATTACHMEITT 2 P~AGeneral GP 10 GP-20 GP-30 GP 40 GP-50 GF-60 GP 70 GF-80 GP-90 G~-iOO GP-110 Definition of Terms Proposal Rec~uirements and Conditions Award and Execution of Contract Scope of Work Control of Work Control of Materials Legal Regulations and Reaponsibility to Public Prosecution and Progress Measurement and Payment Contractor Quality Controi Program Method of Estimating Percentage of Material Specification Limits (PWL) Withzn Federally R~ired I.mn~ge Cor~us Christi International A/r~rt Background Verification Form Corl~us Christi ~l~ent a~d ~ersonal History Foz~ T~BLE OF CONTENTS 2 OF 6 Airport Construction Safety Plan FAA Order SW 5200.5B - Airport ~afety During FAA-Funded Airport Construction and ~7%A Facilities ~a-~ntenance F~2% ~visor~ Cir~lax 150/5370-2E - O~rat-ional Safety on Aiz~rts Ib~ring Construction FAA Advisoz-y Circulax 150/5300-13 - Ai~-port Desi~, Appendix 2 F~ ~visoz~ Circnal~ 150/5340-1H - Stanc~mrds for Airl~ort ~L~rkings (with Change I dated 12/1/00) P~A ~isory C~-rcular 150/5345-55 - ~%ghted Visual ~d to Indi~t~ Ten~l-a~ Runway Closure (07/14/03) PART B PART C PART T GF/~-/~%L PROVISIONS {rev. Nov/94) FEDF~ItL ~4AGE RATES AND ~QUI~f/4gl¢r$ TE C~{I C_S_L SPECIFICATIONS 01010 Su~nary of Work 01290 Payment Procedures 01312 Coordination and Meetings 01325 Construction Schmdules 01326 Construction Sequencing 01400 Contractor's Quality Control System SITEWORK G-30G G-500 G-600 G-700 P-151 P-152 P-156 P-260 P-276 P-400 P-401 P-602 P 603 P-605 P-610 P-620 D-701 D 705 D-752 T-901 T-904 Construction Barricades and Traffic Control Mobilization Haul Roads Demolition Clearing and Grubbing Excavation and E~ankJ~ent (~ith ~ificati~ns) Temporary Air and Water Pollution, Soil Erosion and Siltation Control (with~]c~d/fications) Lime Treatment (Road Mixed) Cement Treated Base (Plant-Mixed) Plant Mix Bituminous Pavements (with ~difications) Bituminous Prime Coat (~th ~ficat~o~) Bituminous Tack Coat (~-i~h Mo~flcations) Joint Sealing Filler (with M~ficetiorue) Structural Portland Cement Concrete (with ~d/£ications) Runway and Taxiway Painting (with ~¢~fic&tione) Pipe for Storm Drains and Culverts (with Modifications) Pipe Underdrains for Airports (with No(Lifi~tlop. s) Manholes, Catch Basins, Inletm, and Inspeotion Holes (with ~4od/fications) (~rith Modifications) Seeding Sodding TABLE OF CONTENTS 3 OF 6 L-lO0 L 104 L-105 L-il0 L-125 U-Z08 General Provisions and Requirements for Electrical Work General Electrical Safety Requirements & Temporary Airfield Lighting Alterations, Removal and Demolition Submittals, ~euord Documents and Maintenance Manuals Installation of Underground Cable for Airports (with Installation of Airport 1~nderground El(~ctrical Duct (wi~ Supplemental Provisions) Installahion of Airport Lighting Systems Demonstrations, Test and Per[ormance Verification Pavement Milling Worker Safety Requirements for Excavalion and Trenching Operations Jacking and Boring TABLE OF CONTENTS 4 OF 6 LIST OF DRAWINGS C1 .02 C1.07 C2.01 C2 _ (] 2 C3.01-C3.08 C4.01 C4.03 C5_01 C6.01-C6 O8 C7.01 CB.02 C8.03 C8_04 C9.01-69.27 (1092) RUNWAY RUNWAY RUNWAY RUNWAY RUNWAY RUNWAY RUNWAY RUN~AY 13-3] SHEET LAYOUT 13-31 PLAN AND PROFILE 13-31 TABULATION OF FINISHED GRADES 13-31 TABULATION OF EARTHWORK QUANTITIES 13-31 UNDERDRAIN PLAN AND PROFILE 13-31 PAVEMENT MARKING PLAN 13-31 PAVING DETAILS 13-31 UNDERDRAIN DETAILS RUNWAY 13-31 pAIrEMENT M3%RKING DETAILS BARRICADE AND SAFETY DETAILS RUNWAY 13-31 CROSS SECTIONS AIRFIELD DBAIN~G'E I. MPRGVEMENTS (PHA~E 3) (1093) D1.01 OVERALL DRAINAGE PLAN D2_Ol DRAINAGE CALCULATIONS D3.01 D3.02 DRAINAGE LAYOUT SHEET iNDEX D4.01 D4.11 RUNWAy AREA DRAINAGE pLAN D5_01-D5 06 MIDFIELD & OUTFALL AREA DRAINAGE PLAN D6.01-D6_05 CULVERT CROSSING SECTIONS & PROFILES D7.01 D7_10 RUNWAY 13-3] CHANNEL SECTIONS DS.01-DS.06 MIDFIELD AJREA SECTIONS D9.01 D9.03 OUTFALL CHANNEL SECTIONS OlO.01 D1O.02 DPQIINAGE DETAILS Dll_01-Dll.02 STOPJ4 WATER POLLUTION PREVENTION PLAN R~Y 13-31 LIG~I19GA~;D C~I~AIEPI~ (1080) E1 2 E3 - l-E3.8 E4_i E4.2 E5.1 E5.2-E5.3 E5.4 E5.b E5-6 E5.7 AIRFIELD ELECTRICAL LEGEND & NOTES HOME RUN CABLE ROUTING AIRFIELD LIGHTING DEMOLITION PLAN AIRFIELD LIGHTING LAYOUT AND CIRCUITING PL~ AIRFIELD LIGHTING VAULT MODIFICATION PLAN ELECTRICAL SCHEDULES ELEVATED FIXTURE DETAILS SIGN DETAILS SIGN SCHEDULE WIRING DETAILS DUCT DETAILS TEMPORARY JUMPER DETAILS T~BLE OF CONTENTS 5 OF 6 GEOTECMNICAL REPORTS NOTICE AGREEMENT PROPOSAL/DISCLOSURE STA'r~4ENT PERFORMANCE BOND PAYMENT BOND TABLE OF CONTENTS 6 OF 6 NOTICE TO BIDDERS NOTICE TO BIDDER~ Sealed proposals, addressed to the City of Corpus Christi, Texas for: CORIK3S C~RISTI INTEi~NATIfH4ALltIRPG~T - R~Y 13/31 RE~ABILIT~zl~/ON, OVERLAX, BLAST PADB & B~O~LDER~, ~/RFIF~LD DRA_TNA~E IM~ROVEME~gTS (PH;ugE 3), RUN,FAX 13/31 LIGHTING AND CABLE REPLACEMENT; which consists of asphalt paving, including milling and overlaying, grading and drainage improvements including concrete pipe culverts, underdrains and related structures, new high intensity runway lighting including conduit, cables and transformers, surface restoration including new topsoil, seeding and sodding, and other related work in accordance with the plans, specifications and contract documents; will be received at the office of the City Secretary until 2:00 p.m. on We~kn~mday, Maxch 23, 2005 and then publicly opened and read. Any bid receiued after closing time will be returned unopened. A mand~toz-y pre-bid meeting is scheduled for Tuesday, Ma~-h 8, 2005 beginning at 10:00 a.m. The pre-bid meetin9 will be held at Co~ou~ Christi International A/rport, Administrative Office, Conference Ro~, 1000 Intex~ational Drive, Corloua Chris~, ~]( 78406. The pre-bid meeting will be conducted by the City. A bid bond in the amount of 5% of the highest amount bid must accompany each proposal. Failure to provide the bid bond will constitute a non-responsive proposal which will not be considered. Failure to provide required performance and payment bonds for contnacts over $25,000.00 will result in forfeiture of the 5% bid bond to the City as liquidated damages. Bidder's plan deposit is subject to mandatory forfeiture to the City if bidding docttments are not returned to the City within two weeks of receipt of bids. Plans, proposal forms, specifications and contract documents may be procured from the City Engineer upon a deposit of Fifty ~ no/100 Dollars ($50.00) as a guarantee of their return in good condition within two weeks of bid date. Docaments can be obtained by mail upon receipt of an additional ($10.0q) which is a non-refundable postage/handling charge. The bidder is hereby notified that the owner has ascertained the wage rates which prevail in the locality in which this work is to be done and that such wage scale is set out in the contract documents obtainable at the office of the City Engineer and the Contractor shall pay not less than the wage rates so shown for each craft or type of "laborer," "workman," or "mechanic" employed on this project. The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, seems most advantageous to the City and in the best interest of the public. CITY OF CORPUS CHRISTI, TEXAS /s/ ~ngel R. Escobar, P.E. Director of Engineering Services /s/ Armando Chapa City Secretary NOTICE TO CONTRACTORS - A NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS Revised Scptember, 2000 A Certificate of Insurance indicating proof of coverage in the following amounts is required: TYPE OF INSURANCE M]NI/VIU1V[ INSURANCE COVERAGE 30-1)ay Notice of Cancellation required on all certificates Bodily Injury and Property Damage Commercial Geaeral Liabili~ including: 1. Commercial Form 2. Prenuses _ Operations 3 Explosion and Collapse Hazard 4 Uudergrourd Hazard 5. Products/Completed Operations Hazm-d 6. Contractual lmurance 7 Broad Form Property Damage 8. Inflepemdent Contractors 9. Personal Injury AUTOMOBILE LIABILITY--OWNED NON OWNED OR RENTED WORKERS' COMPENSATION $2,000,000 COMBINED SINGLE LIMIT $1,000,000 COMBINED SINGLE LIMIT WHICH COMPLIES WITH THE TEXAS WORKERS' COMPENSATION ACT AND PAIL&GRAPH Il OF THIS EXHIBIT EMPLOYERS' LIABILITY EXCESS LIABILITY PROFESSIONAL POLLUTION LIABILITY/ ENVIRONMENTAL IMPAIRMENT COVERAGE Not limimd to sudden & accidental d~charge; to include Iong-~Ytll environmental impact for the disposal of conla.minanB BUILDERS' RISK INSTALLATION FLOATER $100,000 $1,000,000 COMBINED SINGLE LIMIT $2,000.000 COMBINED SINGLE LIMIT REQUIRED ~ NOT REQUIRED See Section B4-11 and Supplemental Insurance Requirements _ REQUIRED ~X NOT REQUIRED See Sectio. B4-11 and Supplemental Insurance Requi~me~ts ~X REQUIRED NOT REQUIRED Page 1 of 2 The City of Corpus Christi must De named as an additional insured on all coverages except worker's compensation liability coverage oThe name of the proje~l musl be listed undcr 'description of operations' on each certificate of insurance. o For each insurar, ae coverage, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by gae maurer, providing the City with thirty (30) days prior wriRen notice of can~ellataon of or material change on any coverage. ]'he Contractor shall provide to the City the other endorsemenls to insurance policies or coverages which are spectral in section B-~l I or Special Pfovisiorks section of the contract. A completed 'Disclosure of Interest.' must De submitted with your proposal. Should you have a~y cluestions regarding insura~ce retlMremenls, pleaye contact the Contmct Administratar at 880-3500. NOTICE TO CONTRACTORS - B NOTICE TO CONTRACTORS - B WORKER'S COMPENSATION COVERAGE FOR BUILDING OR CONSTRUCTION PROJECTS FOR GOVERNMENT ENTITLES Texas law requires that most contractors, subcontractors, and others providing work or services for a City building or construction project must be covered by worker's compensation insurance, authorized self-insurance, or an approved worker's compensation coverage agreement_ Even if Texas law does not require a contractor, subcontractor or others pc,forming project services (including deliveries to the job sLte) to provide 1 of the 3 forms of worker's compensation coverage, the City will require such coverage [o, all individuals providing work or services on ~his Project at any time, including during the maintenance guaranty period. Motor carriers which are required to register with the Texas Department of Transportation under Texas Civil Statutes Article 6675c, and which provide accidental insurance coverage under Texas Civil Statutes Article 6675c, Section 4(j) need not provide 1 of the 3 forms of worker's compensation coverage. The Contractor agrees to comply with all applicable provisions of Texas Administrative Code Title 28, Section 110_110, a copy of which is attached and deemed incorporated into the project contract_ Please note that under section 110.110: 1. certain language must be included in the Contractor's Contract with the City and the Contractor's contracts with subcontractors and others providing services for the Project; 2. the Contractor is required to submit to the City certificates of coverage for its employees and for all subcontractors and others providing services on the Project. The Contractor is required to obtain and submit updated certificates showing extension of coverage during the Project; and 3. the Contractor is required to post the required notice at the job site. By signing this Contract, the Contractor certifies that it will timely comply with these Notice to Contractors "B" requirements. NOTICE TO CONTBACTORS - B (Revised 1/13/98) Page 1 of 7 8/7/98 Title 28. LNSURANCE Part II. TE3L&S YVOP, JCERS' COMPENSATION COMMISSION Chapter ll0. REQUI~--~ED NOTICES OF COYTRA. GE Subchaprer B. EMPLO~ER NOTICES § 110.110 Reporting Requirements for Building or Construction Projects for G-oYemmental Entities (a) The following words and terrris, ',,,-hen used in this rule_ sh~ll have the following mr~nings, unless the conte= cleazty indicates otherwise. Te.,~rm not de:Shed in this rule shall have the meaning defined in the Te:ca.s Labor Code, ir- so defined. (1) Certuic~te of core.ge (ce~ific.zxe ~-A copy of a cermS, ca~e cf ;~.sup, mce, a ce.-w, ificate of authori~' to seif-im-u.re issued b7 the commission, or a worker~' compe:~adon coverage a_m-eement (TWCC-g 1, TWCC-82, '1%VCC-83, or l-WCC-84), showing statutory_ workers' compensation insurance cove. rage for the perzon:s or entirfs employees (inciuding those subjec~ to z coverage ~eemen£) providing services on a project, for the duration of the project. (2) Building or cot~truc-d, on-Ei~ the mea-'~ing defined in the Tex~ L~bor Code, § 406.096{e)(1). (3) Conrracor--A. person bidding for or awarded a building or coam-uction project by a governmental (4) Covexage-Worker~' comper~adon insm-znce meeting Lhe statutory, requirements of the Texm5 Labor Code, § 401.011(44). (5) Covm-age a_m-eement--A written z_m-ev-ment on fo~ ~VCC-81, fo~ ~CC-82. fo~ ~CC-83, or fo~ ~CC-84. ~ ~ ~e Tm~ Work~' Co~oa Come.on wNch ~h~ a ~,~p be~ ~e p~ for p~sm of~e T~ Wo~' Colorlon A~ p~nt to ~T~ r.hor ~ ~t~ 4~, Sub~t~ F ~d G, ~ one of ~loy~l~lo~e ~ ~h~m who ~ be r~om~le for prolog wo~' ~mpe~fion ~v~e for p~o~ p~ding s~ on ~e pmj~ (6) Duration o£the proje~--I~cludes the time from the be~nning of work on work on the proj~ h~ been compie=ed =qd a~pted by ~e gove~en~ enfiw- (~ Pe~o~ gro~d~g sep,4~ on the proje~ ("mbcon~or" ex. don ofo~o= exciuded ~der ~b~o~ (h) md (0 of~ se~o~ includes ~ pemO~ or enufi~ p~o~g ~ or o~ of~e se~ces ~e ~n~ctor ~ und~ea to ~ffom on ~e proj~ re~dl~s ofwhe~ tha~ person con=a~ed dke~y ~ ~e comnctor ~d reg~dl~s ofwhe~er t~t pe~n h~ emNovees. ~as Mclud~ bm is not l~ted to Mde~endent m~=o~, I~ug com~'m~tor ~em, o~er~pemtors, employees o~ my such ~uW, or ~loye~ of ~y enti~ ~mSsM~ persons to peffo~ se~c~ on the proje= "Sedco' includes but is not ~ted http://~ scs state.~ u~ta~2S~110~/110.110.ht~ 25 T-zC iii iii Page2 c:-5 to arr'<c!xg nzui/ng, o: deE','e,qng eqmpment or mz:zz~, or 7rounding labor, tF~nSDOXZt[C~ Or other xe~zc~ r:13::2 :o a projec:. 'Se~ces" does not bnTiu~: acu',Sz~ez urzeiated to the projew~ such as foo~'be,.'erzz: vendors, c~c: supply de~x'enes, a-z Cziiveo' cf ¢arabte toilets. (8) Prcjem--Lac!udes the pro-,'ision of all servSces re:oecd to a bui~c~Lqg or construc~aon coca-act for a Co) Pre~amg or causing to be provided a cemfic.*.:e of coverage pursuant to this rule is a represeam'~cn by the insure: -~at all employees of~e imured who are pro¥iding services en the proje~. '~e c.~':ered by workers' compenSauon ¢oYerzge, fl~ar the coverage is b~sed on proper reporting of ci...ss.fication codes and payroll a-moun:s, ~nd that al~ coverage agreements l-e. ve been filed with uhe z~:ro=riare insu~nce carrier or, tn the c.~e ora seif-irmured, w~th the comm~siou's Division of Sek'-L'~surs_~ce Reguiatiom Providing f~.lse or rmsi~ding ce:'dficates of coverage, or fa.t2ing to provide or m~atain requireo coverage, or failing to report any cb2.nge that materially affe=,x the provision of covera_ge may r, abject the contractor or other po. non pro','tding service~ on the project to adminirtr~r2ve penaltie& criminal penalties, civil pe::aJues, or other ci,rll actioas. (c) A gover::..'mental entity, ti-_z; enter5 into a building or conxmicEou contract on a project shall: (t) include in the bid specifica;2or~, ali the provisior, x of para_m-a?h (7) of this wabsectioa, using the language resulted by para_m-apb (7) of ~ subsetyScm (2) ~s parr oft.he contrac~ using the language requi~ed by paragr~_ph (7) o£this subse~on, require the cootr'~or to perform a~ required in subsection id) of this section, (3) obta/n from the contra~or a certificate of coverage for each person providing services on the project, prior ~o tha~ pe.%on be_~m'~ing work on the projem; (4) obtain from r_he contractor a new certificate of coverage ~howing cxtcrmion of'coverage: iA) before the end of the 'cur:rent coverage period, irthe contwa~or's current certificmle of coverage shows that ~e coverage period ends dm'rog the dU-r'aUon of the pro_ioof; and CB) no later rh,-n scv~n days asker the expiration of~e covea'-age for each other per, on providing sm-arict~ on the project whose current certificate shows that the coverage period end~ during the dunuon oft.he proje~ (5) retaha c~'.'q:ifi, cate~ of coverage on file for the duration of'the prelec~ and for three years thereattea;,, (6) provide a copy of the ce.,"-Zficat~ of coverage to the coO'me.ion upon request and to any person entitled :o them by law;, and (7) use t~qe [a'Waage contained in the follow/ng Figure i for bid specifieazion~ and contrac-'.s, v, Sthout any additional words or ch;rages, except tho~e re .om.r~ to accommodate the specific dom.anent which they ar~ contained or ~o impose ~ricter standards of documentation: T28S 1 t0 1 t0(c)(7) http://,.~0~v sos slate tx ux/tacJ2S/I~110/B/I I0 110 htrrJ e~e a et * 8/'7/98 25 YAC 1 I0 110 Page 5 0[6 contractor ~i) prov/de coverage £or irs employees erov'idin_,~ semce.~ On a projec~ fZr ,':ze duration of the project ~zsed on proper reposing of class'.'--ca!on code~ and pzyroL! atnoum~ ~zd ~:"zg of any coverage (2) provide a certifica, te o£coverage shoWing workers' compen~6on cove. age to the governmental end~ prior to (3) provide the govemmen.t~l enur.,', prior to the end of the coverage period, z new certifioa.te of coverage showing extension of coverzge, i~'the coverage period ~hown on fl:e coraractor's current :ert~cate of coverage ends dtu-mg the duranon of the project; (4) obtain from each person providing services on ~t proje~% and provide to the governmental entity:. (A) a cen:ifinale of coverage, prior to that per~an be'~fnn;nE work on ~e proj~ so ~e gov~ ea~ ~ ~ve on ~e ~es of~v~e sho~g cove~e for ~ p~o~ prolog se~c~ on ~e pmj~; ~d (B) no later than seven days a~er receipt by the contractor. :. new certifi~te of coverage showing ex'tert~oa of coverage, if'the coverage period shown on the cu.~L ca.~t cert~c~e of coverage enc~ during the dusafion of the projecz; (5) retain all req~red cerdfioates of coverage on file for the duranon of the project and for one year (6) notify the govemmermal entity in writing by certified mail or personal d~ivery, within ten days a. tier the corm-actor knew or should have ?.aown, ofa~/ehm'a~'e thai mar~r~- a.ffecr.~ the pr'ovi.~ioD, Of coverage of any pet~oa providinE servic~ on thc project; (7) po~t a notice on each project site i~-orr~-E all per~or~ providing serv/ces on the project thor they ~e requh-ed to be covered, mad ~:atmg how a pea~oa may ver/:fy am'em cover~je ~md report fa/lure to provide covca'-~c. ~ notice do~ not ~ oth. cr posl~g r~cmcms b:~_ osed by thc AC~ or odlcr co~m~ou rules. This notice ,,~,,~ be pti~ed with a tide b ~ least 30 least 19 point norrn,I type, and ,hall be ;n both l~n~;~h and Spalli~h and any Oth~' latlguag~ c~.,....on to thc worker pop,l,14on. 'r~ texI for thc nolicea eh:Il bc the following text provided by the ra'~,,~qion on the sa,?le notice, without any additional words or KEQI. JI2q,ED WOi:UK2ERS' COMPENSATION COVEtLAGE "The law requk,'~ that each person worldng on thi~ site or providing scrdce~ related to ~ comsuucdon project mu~ be covered by workerC competition ;,,~,,,-~nce. T_-J~ includes pcrsort~ prox4rlinE, hauling, or delivenng equipmera or materials, or provid'u:g labor or trax=portafion or other service related to thc project, r _egardlc~s of'thc id~ltky of'their employer or s~at'~ a.s an employee_" "Call the Texa~ Workers' Compensation Commission at 512-440-3789 to receive im'ormation on the leg~fl requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employees failure to provide coverage." Stap:l/www.sos_~tate.tx.us/tac/21~ff~J1 I0/1~/110.1 10 html ~*'"~*'~ t/xa'~a~ (8) c,v.n:racm-~.ily requke --zen gerson ~vith whorT_ :: conrram5 :: .-_rovicie se,'~'ices oz a :roject to: (A) orovide cover-ag_e oared on proper reporting or-classificauan codes ,-nd payroll a_r__.otmt~ and filing o£any coverage a_m'e~men:z for ~ or-ks emoioye~ providing se~.qces en the project_ £ar the duranon of she project; (B) provide a cer'atScat: e:-coverace to the conk~cror urior to that person beginrm-.g '.vork on the proje~; (C) include in all controls ;o provicie se.wices cn the proje~ ~Se l~guage in subsewacn (e)(3) oftkis section; (D) provide the conwa~,,cr, prior to the end of the coverag_e period, a new cerdfica:e of coverage showing e.x'r~',~:/on of coverage, ii'the coverage period .thow'n on the current cemficare o£coverag¢ endi during the dural.ion or'the project; (E) obtain fi.ora each other ?croon with whom i: contrac-~, mad provide to the con:rzmo~_ (i) a ce.~Scate of cove~ge, prior to the other pe_~on be_~n.n/og won< on the projec:~.; z:d prior ro the end of the coverage period, a new cerr. ifica~e of coverage show/ag ~'a.e.-.sio~ of the coverage period, if'the coverage period ~how~ on the current cexilicate o£coverage ends during the (T) ream a/l required cer"~cza.te~ o£covecage on fiJe t'or the duradon of the project a-~'d for one year therea.Rer, (G) noufy, the govermmm'-.t~.l entity in writing by certified m~il or personal delivery., v,Sthin tm day~ ~ the pemoa knew or should have known, or-any change that maleri~lly al~'ect5 the provis/oa of coverag_e of any p~son providing setMces on the project; and (H) contraom,,y require ~zda other per, on wire whom it conrnc-.s, to perform ~s r%~drod by ~bp _ar'~_~-aph~ (A)-(H) of shi~ paraga'ap_ l~ with the cm dt~,..,~¢ of cover?_g¢ to be provided to the pe-~n t-or whom they are prmriding ~ei-vices (e) A periou provieling servic.~ on a project, other than a conrrac:tor, shall- (1) pray/de cover-age for ks employe~ providi~8 servicez an a project, for the duration of the proje~ bs. sed on proper reporting_ o/'cla~sification ez,:ics a.nd payroll amounr~ ~d fil~ng of;my corm-age ag:remmera~; (2) provide a certi~te o£cove~ge ~ rcq, uir~ by its contract ro provide services cn the project, prior ro be_~min~ work on the project; have the following lan_re.rage in iu contr~ to provide services on the project: "By rig"lng t/~ coat. tact or providing or causing to be provided a cerl~ca~e of'coverage, the person si_~n~v tNs contram is representing to the governmental entity tha~ all employee~ of the person sd_ming this contrac: who wi/l provide service~ on the project w/II be covered by workers' compemanon coverage hn'pJ/~-,~-w $os.szaze.rx u~tac/28/II./l l 0FB/110. 110 ha'al For ti"_-- d~-'auon o£C-: proje~, :hat the cc'.'erage will be ;a~eci on proper repot-dug ot'clazshCio-arion codes kd eav'roLl ~_-..ounts, and ~at all cov:.'-~e a~eemec:s ..viii be fi.led with the ~pproprmte Lnsu.r=':c= ~.r~-ier or, N the ca.~e ora seLF-ir.~¢cL, with the commission's Division o£ SeJ. f-~¢e Ret'm~-don_ Providing false or misleading :_-.foro,.adon m~y ~ubjec: the contractor to aduninixtrative pe~i,"ie~, crimm~.i per.~lfies, civil penalties, or other civil (4) provide the person for whom it i~ pro,.~ding services on the projec:, prior to t~e end of thc coverzse period shown on its c~trrent ce.'~Sc.a:e of c. overzge, a new cm-tific;a~e showing ex':e.n_sion of coverzge, ~f the coverage period shown oa -due certificate of coverage ends during the dua'~ion of the proje=; (5) obta.in fi-om each person providing services on a proje~ under ¢onI.ract to ih ~ provide az reqU~ed by ks (A) · cer~cace o£ c. uverage, prior to the odaer person be~--i,,g work on the proje,rr.; amd (B) prior ~o the end of the coverage penn& a new c.m"fificaze of coverage showing mo~-,~on of the cover~g_e period, if the coverage period shown on the current certificate of cove~_e end~ during the durauon of the proje-cx; (6) retam ~ll required c. erfificale~ of coverage an file for the duration of the pro[em and for one year thereafter; (7) nod.RI ,he governmental entity in writing by ca=dried ruail ar personal delivery., of any ,-k=,,ge th~ maleri~lly a.ffe:ts she provigion of coverage of any person providing se.twices on flue project and senti the notice ~vlrhln tea days a..~er the person {,mew or should have known of the ~hunge; and (8) c. on.wa, cm=ll¥ require each other penon with whom it conn-acr_~ to: (A) provide cover~$e based on proper reporfi~ oFd,~fic, at. iou codea and payroll amo,,~e and g{ing ofauy coverage a~-eemenrs for all oFits e.mplnye~=s provicSaag service~ ou the project, for the duration o£the project; (B) provide a r. cwtific~.te o~' r..overage to it prior to m,~ other person b,'~_'-,~-g work on the tmujec~-; (C) hactude iu all co~u'-ants to provide servic~.z on th~ project the lang,~ ,uge ha para~ ~h O) o£tl~ subsection; (D) provide, prior ~o the end o£the coverage l~riod, a ne~v certifiea~e o~'coverage showiu{{ exte-~-ion of the coverase period, ii'the coverage period showu ou the ma'rem certificate ofcove~_~e e~ during the dur~ou cf the project; ('E) obr~5, fi-om each other person under c:ntra= to it to provide service~ on flue projec~ and provide az required by its contrac~ (i) a cerzifica~e of coverage, prior to the other pemon be~,r~ng work on the project; ~d prior to the end of the coverage period, a new certificate of covecage ~howing extension o£th¢ coverzge period, if the coverage period shown on the marten: ceni.fica~e of coverage endz during the hrt]:,J/www sos.smaze.u~.u~/tacY28/El/110/B/110.110.hunl 8,r7/9 $ (F) retain ~il required ce~aSaz:es of coverage ca ~e for the dura,ion zi ~he project tod for one ye_ar ther-.-a~eq (G) notiO, the govemmen,,tz.i e.'_fit7 in writing by o~"rified mail or perso,-izi dc[ivory, wit. bm ten days after the pe~oa knew or shou/d have known, of any change that ma~e:5~_iiy ~.ffects the provision of coverage of any per~oo provinlng services oo the project; and (-Pr) contractually require each ?e.-son with whom k contracts, to perform as required by this subpara~api: and subpara_m-ap~ (A)-(G) o£this para_ezaph, with the certificate at'coverage to be provided to the person for 'whom the)' are providing services. (f) R-any provisiou ofthb rule or its application to any person or drca.mstance is held immlid, the in%aridity does no[ aff~--'~ other provisions or applical:ioD, s of ~ ruJe thor ~'~n be given eff'e~ without the invalid prowsion or applir, afion, and to this eud ~he provisions of obis rule ~ declared £o be sevea'-ab[e. (g) This ruie is ao@iicable for building or cons-wuc-don cootracr, s adve.'~2sed for bid by a govermnemal ennt'y on or a~er September l, 1994. Tt~ rule is also applicable for those htlildinE Or CO~l~5'llC~iOQ comracts entered into on or aher September 1, 1994, which are aot reauired by law to be advertised for bid (h) The cover-age requireme.,~ L'~ this ru/e does not apply to motor carriers who are requk-ed punuanl to Te_x.a_~ Civ,. Stal'utes. Arr. icle 6675c.. to registm- with the Texas Dep. ~trnent of Ts-ansportafion and who provide accidental in_~r-a.nce covm'-age pursuam to Texas Civil Stax'utes. Article 6675¢, § 4~'). O) The coverage requirement in this rule doe~ not apply to sole proprietors, parmers, and corporat= o/~cer~ who mee~ the requirements of the Acl, § 406.097(a), and w~ao ~ ex~li~Jy excluded from coverage in aecorcNac~ with the Act, § 406_097(a) (~ added by House Bill 1089, 74th I.~-~l:~mr'~ 1~95. § 1.20). This subsec6on ~_p. plies only to sole proprietors, partner% mad corporate executive oflicer~ who axe excluded from e~verage in an insm'~nee policy or certificate o£authodty to self-insure th~ i~ delivered, ~ue~:l for delivery_, or renew, ed on or afl:er Sanuar'y 1, 199/5 Source: The provisions of this § 110.110 ~dopted to be cffe~ve September 1, 1994, 19 TexReg 5'/15; mended to be e-ff~-tive November 6, 1995, 20 TexReg 8609. R~tur~ to Section Index btzp'J/www, sos.s~ate_vc., u_;/tac/2$/II/110/B/110 1 lO.btm/ NOTICE TO CONTRACTORS - C (for contracts over $10,000) Notice to Prospective Federally Assisted Construction Contractors 1. A Certification of Nonsegregated Facilities must be submitted pdor to the award of a federally-assisted construction contract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunibj Clause. 2. Contractors receiving federally-assisted construction contract awards exceeding $10,000 which are not exempt from the provisions of the Equal Oppodunity Clause will be required to provide for the forwarding of the following notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity Clause. NOTE: The penalty for making statements in offers is prescribed in 18 U.S.C_ 1001. Notice to Prospective Subcontractors of Requirement for Certificalion of Nonseqreqated Facilities 1. A Certification of Nonsegregated Facilities must be submitted pdor to the award of a subcontract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity Clause. 2. Contractors receiving subcontract awards exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause will be required to provide for the forwarding of this notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity Clause. NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. A copy of the Cert~cation of Non-segregated Facilities (for contracts over $10,000) is located in the Federally Required Language section of this document. Federally Mandated Cottrtr~tion Contract language Revision 1 - March 6, 200I NOTICE TO CONTRACTORS - D (for contracts over $10,000) Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246, as amended) 1. The Oflerer's or Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Opportunity Construction Contract Spedfications" set forth herein. 2. The goals and timetables for minodty and female participation, expressed in percentage terms for the contractor's aggregale workforce in each trade on all construction work in the covered area, are as follows: Timetables Goals for minority padicipation for each trade Goals for female participation in each trade insert goals for each year Insert goals for each year These goals are applicable to all lhe confJ'aclor's censtruclion work (whether or nol it is Federal or federally assisted) performed in the covered area. It the contractor performs cons/ruction work in a geographical area located outside of the covered area, it shal~ apply the goa~s established for such geographical area where the work is actually performed. With regard to this second area, the contractor also is subject to the goals for both its federally involved and nonfederally involved construction. The contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60~4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a), and its effods [o meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade, and the contraclor shall make a good faith effort to employ minorities and women evenly on each of its pro'~:~cts. The transfer of minodty or female employees or trainees [rom contractor to contractor or from project to ~oject, for the sole purpose of meeting the contractor's goals, shall be a violation of the contract, the Executive Order, and the regulations in 41 CFR Pall 60~,. Compliance with the goals will be measured against the total work hours performed. 3. 1-he contractor shall provide written notification to the Director, OFCCP, within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for construcUon work under the contract resulting from this solicitation. The notification shall list the name, address, and telephone number of the subcontractor; employer ~dentification number of the subcontractoq, estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the subcontract is to be performed. 4. As used in this notice and in the contract resulting from this solicitation, lhe "covered area" is Corpus Chrisf~, Nueees County, Texas. Federally Mandated Con~truci~on Contract Language Revixion I March 6 2001 NOTICE TO CONTRACTORS - E BUY AMERICAN - STEEL AND MANUFACTURED PRODUCTS FOR CONSTRUCTION CONTRACTS (JAN 1991) Where the Contractor witi supply these items as part of their construction: (a) The Avialion Safety and Capacity Expansion Act o1' 1990 provides that pre[erence be given to steel and manutactured products produced in the United Stales when funds are expended pursuant to a grant issued under the Akpod Improvement Program. The following terms ap~ly: 1, Steel and manul'actured products. As used in this clause, steel and manutaclured producXs include (1) steel produced in Ihe United States or (2) a manul:ectured product produced in the United States, ~f the cost of its components mined, produced or manutactured in the United States exceeds 60 percent of the cost ol~ all its components and 5hal assembly has taken place in the United States. CompenenLs of foreign origin of the same class or kind as the products re[erred to in subparagraphs (b) (1) or (2) shall be treated as domestic. 2. Co~nponents. As used in [his clause, components means those articles, materials, and supplies incorporated directly into steel and manufactured products. 3. Cost of Components. This means the costs i~or preduction of the componenls, exclusive oi: final assembly labor cosls. (b) The successful bidder will be required to assure thai only domestic steel and manufactured products, w~]l be used by the Contractor. subcontractors, matedalmen, and suppliers In the performance o[ [his contract, except those - 1. that the U.S. Department of Transpodation has determinod, under the AviaOon Se[ety and Capacity Expansion Act of 1990, are not produced in the United States in sufficient and reasonably available quantities and of a satisfactory quality; 2. that the U.S. Department of Transportat'~o has determined, under the Aviation Safely arid CapaCrdy Expansion Act of 1990, [hat domes~c preference ',~:~uld be inconsistent with the pobitc inlerest; or 3. that inclusion o[ domestic material will increase the cosl ot the overall project contract by more than 25 pen;enl. A copy of the Buy American Certificate is located in the Federally Required Language section of this docume~L Federally Man~tezJ Cor~truction C~ntract Language Rev~ion I Marc]~ 6, 2001 NOTICE TO CONTRACTORS - F BUY AMERICAN - STEEL AND MANUFACTURED PRODUCTS (JAN 1991) Wl'~re the Owner will be accepting direct dehvery from suppliers or manufacturers: (a) The Aviation Safety and Capacity Expansion Act of 1990 provides that preference be given to stoa{ and manufactured products produced in the United States when funds are expended pursuant Io a grant issued under the AJrpod Improvement Program. The followtng terms apply: 1. Steel and manufactured products. As used in this clause, steel and manufactured products include (1) steel produced in the United States or (2) a manufactured product produced in the United States, if the cosl of ils compeeents mined, produced or manufactured in the Untied States exceeds 60 percent of the cost of all its components and final assembly has taken place in the United States. Components of foreign ork:Jin of the same crass or kind as the products referred to In subparagraphs (b) (1) or (2) shall be treated as domestic. 2. Compo,r~ents. As used in this clause, components means those articles, materials, aed supplies inserporaled directly into steel and manufactured products. 3. Cost of Components. This means the costs for production of the components, exclusive of final assembly labor costs. (b) The successful bidder will be required to deliver o~ly domestic steel and manufactured products, except those -- 1. thai the U.S. Deparlment of Transportation has determined, under the Aviabon Safety and Capacity Expansion Act of 1990, are not produced in the United States in suf'FK;ient and reasonably available quantities and of a satJsfactoFy quality, 2. that the U S. Deparbnent of Transpodation has determined, under the AvtalJon Safety and Capacity Expansion Act of 1990, that domestic preference would be inconsistent with the public interest; or 3. that inclusion of domeslic material will increase the cost of the overall project conff'act by more than 25 percent A copy of the Buy American Cedificate is Iocaled in the Federally Required Language section of this dectlment. Federally Mandated Construcl~on Contract Language Revision 1 March 6, 2001 PART A SPECIAL PROVISIONS COR~US CHRISTI INTERNATIONA~ AIRPORT RUN~AY 13/31 BEHARILIT~%TION, OVERLAY, B~T P~S & SHO~, R~ 13/31 LIG~TI~ ~ ~ ~P~T SECTION A - SPBCIJtL PROVISIO~S A-1 Ti~e and Place of Receiving Proposals/Pre-Bid M~eting Sealed proposals wi]] be received in conformity with the official advertisement inviting bids for the project. Proposals will be received in the office of the City Secretary, located on the first floor of City Hall, 1201 Leopard Street, until 2:00 p.m., Wednesday, March 23, 2005 Proposals mailed should be addressed ,n the following manner: City of Corpus Christi City SecIetary's Office Corpus Christi, Texas 78401 13/31 RF~ABI~.IT~TIO~, OV~/~L~, BL~gT PADS & SEOULDERS, DRAinAgE ~4~A;E)~N~ (~E 9), ~ 13/31 LIGHTING ARD A ~TOR! pre-bid meeting will be held on Tuesday, March 8 2005, beginning at 10:00 a.m. The pre-bid meeLing will convene at ~or~us ~%risti International Air~ort, ~m~nistrative Office Conference Room, 10O0 Intel-national Drive, Corpus Christi, TX 78406 N__o additional or separate visitations will be conducted by the City. A-2 Definitions and Abbreviatioms Section B 1 of the General Provisions will govern_ A-3 Description of Project This project consists of asphalt paving, including milling and overlaying, grading and drainage improvements including concrete pipe culverts, underdrains and related structures, new high intensity runway lighting including conduit, cables and transferors, surface restoration including new topsoil, seeding and sodding, and other related work in accordance with the plans, specifications and contract documents. A-4 Mathod of Award The bids will be evaluated based on the following order of priority, subject to availability of funds: 1. Total B~se Bid, or 2. Total Base Bid plus Additive Alternate No_ 1. The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, is most advantageous to the City and il~ the best interest of the public:. E~pl~natton of Proposal: Base Bid Part A: Project No. 1092; Runway 13/31 Rehabilitation, Overlay, Blast Pads & Shoulders consists of Bid Items 1-30. B~se B~d Part B: Project NO. 1093; Airfield Drainag~ Im~rov---t~ (Phase 3} consists of Bid Ite~ 31-56. ~tiv~ A/teru~tm No. 1: Project No. 1093; Airfield Drainage Improvements (Phase 3) consists of Bid It--m~ A~7-A66. Base Bid Paxt C: Project No_ 1090; Rumwmy 13/31 Lighting and Cable ~place~nt consists of Bid Item, 67-87 Tota~ m~-e Bid shall be the sum of Base Bid Part A plus ~ase Bid Part B plus Base Bid Part C (Paxt A + Part B + Part C) Total Base Bid plus A~ditive Alternate No. 1 shall be the s%u~ of the Total Base Bid plus the Additive Alternate No. 1 (Part A + Part B + Part C + Additive Alternate No_ l) A 5 Items to be S,,~tted with Proposal The following items are required to be submitted with the proposal: 1. 5% Bid Bond (Must reference Project Nam~ as i~entified in the Proposal) (A Cashier's Check, certified check, mo~ey orc~r or bank dr~ft fz~m any State or National Bank will also be acceptable.) 2. Disclosure of Interests Statement A-6 Ti~ of C~m~pletlom/Iz[quidated The working time for completion of the Project will be two-hundred (200I da~s. The Contractor shall commence work within ten (10) calendar days after receipt of written notice from the Director of Engineering Services or designee ("City Engineer") to proceed. For each calendar day that any work remains incomplete after the time specified in the Contract for completion of the work or after such time period as extended pursuant to other provisions of this Contract, ~500.00 per calendar day will be assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a penalty but as an estimate of the damages that the City will sustain from delay in completion of the work, which damages by their nature are not capable of precise proof- The Director of Engineering Services (City Engineer) may withhold and deduct from monies otherwise due the Contractor the amount of liquidated damages due the City. A-7 Workers Co~ensation Insurance Coverage ~ f the Contractor's workers' compensation insurance coverage for its employees working on the Project is terminated or canceled for any reason, and replacement workers' compensation insurance coverage meeting the requirements of this Contract is not in effect on the effective date of cancellation of the workers' compensation insurance coverage to be replaced, then any Contractor employee not covered by the required workers' compensation insurance coverage must not perform any work on the Project_ Furthermore, for each calendar day including and after the effective date of termination or cancellation of the Contractor's workers' compensation insurance coverage for its employees working on the Project until the date replacement workers' compensation insurance coverage, meeting the requirements of this Contract, is in effect for those Contractor employees, liquidated damages will be assessed against and paid by the Contractor at the highest daily rate elsewhere specified in this Contract_ Such liquidated damages will accumulate without notice from the City Engineer to the Contractor and will be assessed and paid even if the permitted time to complete the Project has not expired_ In accordance with other requirements of this Contract, the Contractor shall not permit subcontractors or others to work on the Project unless all such individuals working on the Project are covered by workers' compensation insurance and unless the required documentation of such coverage has been provided to the Contractor and the City Engineer_ A-8 Faxed Proposals Proposals faxed directly to the City will be considered non-responsive. Proposals must contain original signatures and guaranty and be submitted in accordance with Section B-2 of the General Provisions_ A-9 Aeknowle~nt of A~denda The Contractor shall acknowledge receipt of all addenda received in the appropriate space provided in the proposal_ Failure to do so will be interpreted as non- receipt. Since addenda can have signIficant impact un the proposal, failure to acknowledge receipt, and a subsequent interpretation of non-receipt, could have an adverse effect when determining the lowest responsible bidder. Section A - SP (Reuised 9/18/00) Page 2 of 28 A-10 Wage Rates (Revised Labor preference and wage rates for heavy & he&v]{-highwa¥ construction In case of conflict, Contractor shall use higher wage rate. Minimum Prevailing Wage Scales The Corpus Christi City Council has determined the general prevailing minimum hourly wage rates for Nueces County, Texas as set out is Part C- The Contractor and any subcontractor must not pay less than the specified wage rates to all laborers, workmen, and mechanics employed by them in the execution of the Contract. The Contractor or subcontractor shall forfeit sixty dollars ($60.00) per calendar day, oi portion thereof, for each laborer, workman, or mechanic employed, if such person is paid less than the specified rates for the classification of work performed_ The Contractor and each subcontractor must keep an accurate record showing the names and classifications of all laborers, work~en, and mechanics employed by them in connection with the Project and showing the actual wages paid to each worker_ The Contractor will make bi-weekly certified payroll submittals to the City Engineer. The Contractor wJ]l also obtain copies of such certified payrolls from all subcontractors and others working on the Project. These docur~ents will also be submitted to the City Engineer bi weekly. (See section for Minority/Minority Business Enterprise ParticipatJon Policy for additional requirements concerning the proper form and corltent o£ the payroll submittals_) One and one half (1-1/2) times the specified hourly wage must be paid for all hours worked in excess of 40 hours in any one week and for all hours worked on Sundays or holidays_ (See Section B-l-l, Definition of Terms, and Section B 7-6, Working Hours. ) A-11 Coo~)eration with Public A~encies (Revised 7/5/00) The Contractor shall cooperate with all public and private agencies with facilities operating within the limits of thc Project. The Contractor shall provide a forty- eight (48) hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using the Texas One-Call System 1-800-245-4545, the Lone Star Notification Company at 1 800-669-8344, and the Southwestern Bell Locate Group at 1 800-828-5127. For the Contractor's convenience, the following telephone nun~Ders are listed. City Engineer CCIA Engineer CCIA Operations Manager Project Engineer A/E Project Engineer PGAL IMDC Traffic Engineer Police Department Water Department Wastewater Department Gas Department Storm Water Department Parks & Recreation Department Streets & Solid Waste Services AE P S B C City Street Div_ for Traffic Signal/Fiber Optic Locate Cablevi sion ACSI (Fiber Optic) KMC (Fiber Optic) ChoiceCom (Fiber Optic) CAPROCK (Fiber Optic) Brooks Fiber Optic 880-3500 36]/289--0171 ext 1223 361/289-0171 ext 1229 880-3500 713/622-1444 305/573 8255 880-3540 882 1911 857-1880 857-1818 857 1881 880-3461 857 1970 299-4833 881 2511 857-1946 857-5000 887-9200 813 1124 881 5767 512/935-0958 972/753 4355 (direct 713/968-9375) ext 4032 (880 3140 after hours) (880-3140 after hours) 885-6900 (885-6900 after hours) 880-3140 after hours) 693-9444 after hours) 1-800-824-4424, after hours) 857-1960 (857-5060 after hours) (Pager 800-724-3624) (Pager 888-204-1679) (Pager 850-2981) (Mobile) A-12 Maintenance of Services The Contractor shall take ali precautions in protecting existing utilities, both above and below ground. The Drawings show as much information as can be reasonably obtained from existing as built drawings, base maps, utility records, etc. and from as much ~icld work as normally deemed necessary for the construction of this type ol project with regard to the location and nature of underground utilities, etc. However, the accuracy and completenes~ of such information is not guaranteed. It is the Contractor's sole and complete responsibility to locate such underground features sufficiently in advance of his operations to preclude damaging the existing facilities. If the Contractor encounters utility services along the line of this work, it is his responsibility to maintazn the services in continuous operat,on at his own expense. In the event of damage to underground utilities, whether shown in the drawings or not, the Contractor shall make the necessa,y repairs to place the utilities b5ck in service to construct the work as intended at no increase in the Contract price. All such repairs must conform to the requirements of the company or agency that owns the utilities. Where existing sewers are encountered and are interfered with (i_e_ broken, cut, etc.), flow must be maintained. Sewage or other liquid must be handled by the Contractor either by connection into other sewers or by temporary pumping to a satisfactory outlet, al] with the approval of the City Engineer. Sewage or other liquid must not be pumpe~J, bailed or flumed over the streets or ground surface and Contractor must pay for all lines and remediation that may result if sewage or other liquid contacts the streets or ground surface. It is also the Contractor's responsibility to make all necessary repairs, relocations and adjustments to the satisfaction of the CJty Engineer at no increase in the Contract price. Materials for repairs, adjustments or relocations of sewer service lines must k~ provided by the Contractor. A-13 Area Access ~nd Traffic Control Sufficient traffic control measures must be used to assure a safe condition and to provide a minimum of inconvenience to motorists and the public. All weather access must be provided to all residents and businesses at all times during construction_ The Contractor must provide temporary driveways and/or roads of approved material during wet weather. The Contractor must maintain a stockpile on the Project site to meet the demands of inclement weather. The Contractor will be required to schedule his operations so as to cause minimum adverse impact on the accessibility of adjoining properties. This may include, but is not limited to, working driveways in half widths, construction of tenuporary ramps, construction detours, etc. The Contractor shall comply with applicable FAA regulations and Advisory Circulars and ~f working adjacent to city thoroughfares, the City of Corpus Christi's Uniform Barricading Standards and Practices as adopted by the City. Copies of this document are available through the C~ty's Traffic Engineering Department. Thc Contractor shall secure thc neccsuary permit from thc City's Truffic Engineering Department, All costs for traffic control are considered subsidiary; therefore, no direct payment will be made to Contractor. A-14 Construction Eqnipment Spillage and Tracking The Contractor shall keep the adjoining streets free of tracked and/or spilled materials going to or from the construction area_ Hand labor and/or mechanical equipment mu~t be used where necessary to ke~p thes~ roadways clear of job-related materials_ Such work must be completed without any increase in the Contract price. section A - SP SLreeLs and curb line must be cleaned at the end of the work day or more frequently, i£ necessary, to prevent ~aterial from washing into the storm sewer system. No visible material that could be washed into storm sewer is allowed to remain on the Project site or adjoining streets_ A 15 Eaoavation and Romovalm NOT USED · hc £~cawatcd areas behind curbs and adjacent tc sidc~alk$ and driveways must bc filled ~;ith "clan" dirt. "Clean" dirt is--defined as dirt that is capable of ~irt must be £rcc e~-debri$, calichc, asphalt, concrete and any othcr material that detracts from its appearance or hampcru thc growth ~f qrasu. A~t~xisting concrete and auphalt ~ithin thc limits of thc Project muut be removed ~dcus otherwise noted. ~tl necessary removals including but not limitcd to pipe, drkvewayo, oidc%~alkm, ~-, are to bc considcrcd ~ubsidiary to thc bid item for "Street E~cavatio~"; t~ecrc£orc, no direct paymcnt wi]I bc made to Contractor. A-16 Disposal/Salvage of Materials Excess eKcavated material, broken asphalt, concrete, broken culverts and other unwanted material becomes the property of the Contractor and must be removed from the site by the Contractor_ Ail light fixtures and other items specified for saIvage shall be delivered to ~he Owner as directed. The cost of all hauling ~s considered subsidiary; therefore, no direct payment will be made to Contractor. A-17 Field Office The Contractor must furnish the City Engineer or his representative with a field office at the construction 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" × 60" and two (2) chairs. The Contractor shall move the field office on the site as required by the City Engineer or his representative. The field office must be furnished with a teiephone (with 24-hour per day answering service) and FA/( machine paid for by the Contractor. There is no separate pay item for the field office- A-18 Schedule and Sequence of Construction The Contractor shall submit to the City Engineer a work plan based only on cm~L~am D&XS- This plan must detai~ the schedule of work and must be submitted to the City Engineer at least three (3) working days prior to the pre-construction meeting. The plan must indicate the schedule of the following work items: Initial Schedule: Submit to the City Engineer three (3) days prior to the Pre-Construction Meeting an fnitial Construction Progress Schedule for review. 2 Items to Include: Show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities_ Identify the first work day of each week- 3. Submittal Dates: Indicate submittaI dates required for all submittals- 4. Re-Submission: Revlse and resubmit as required by the City Engineer, Periodic Updater Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. Section A - SP The Contractor shall schedule his work well in advance of actual operations and shall keep the Airport Engineer and Operations Manager advised of this schedule so The Contractor shall schedule its work well in advance of actual operations and shall keep the Airport Engineer and Operations Manager advised of this schedule so that close coordination can be ]uaintained with the director of Aviation and with other contractors. Threshold dispZacements and closing of portions of taxiways and aprons will be required for proper execution of the work. Airport Operations requires a minimum of thxee (3) days notice prior to displacing thresholds or closing any portion of a taxi way or apron. Notice to Airmen (NOTAM'S) will be filed by the Airport Operations Manager or by Public Safety personnel. A-19 Construction Project Layout and Control The drawings may depict but not necessary include: lines, slopes, grades, sections, measurements, bench marks, baselines, etc. that are noumally required to construct a project of this nature. Major controls and two (2) bench marks required for project layout, will be provided by the City or Consultant Project Engineer. The Contractor shall furnish all lines, slopes and measurements necessary for control of the work. If, during construction, it is necessary to disturb or destroy a control point or bench mark, the Contractor shall provide the City or Consultant Project Engineer 48 hours notice so that alternate control points can be established by the City or Consultant Project Engineer as necessary, at no cost to the Contractor. Control points or bench marks damaged as a result of the Contractor's negligence will be restored by the City or Consultant Project Engineer at the expense of the Contractor. If, for whatever reason, it is necessary to deviate from proposed line and grade to properly execute the work, the Contractor shall obtain approval of the City or Consultant Project Engineer prior to deviation. If, in the opinion of the City or Consultant Project Engineer, the required deviation would necessitate a revision to the drawings, the Contractor shall provide supporting measurements as required for the City or Consultant Project Engineer to revise the drawings_ The Contractor shall tie in or reference all valves and manholes, both existing and proposed, for the purpose of adjusting valves and manholes at the completion of the paving process. Also, the City or Consultant Project Engineer may require that the Contractor furnish a maKimum of two (2) personnel for the purpose of assisting the measuring of the completed work. The Contractor shall provide the following certification for documentation and verification of compliance with the Contract D~cu~nts, plans and specifications_ Said compliance certification shall be provided and prepared by a Third Party independent Registered Professional Land Survey (R.P.L.S.) licensed in the state of Texas retained and paid by the Contractor. The Third Party R.P.L.S. shall be approved by the City prior to any work. Any discrepancies shall be noted by the Third Party Surveyor and certify compliance to any regulatory permits. Following is the minimum schedule of documentation required: Streets/Pavements: · Ail curb returns at point of tangency/point of circumference; · Curb and gutter flow line - both sides of street on a 200' interval; · Street crowns on a 200' interval and at all intersections_ Ail rim/invcr~ clcvationu at manholcs; Ail intcroccting lincs in manholcs~ Casing clcYations (top of pipc and flo%; linc) (TXDOT and F~R pcrmits)_ Section A - SP (Revised 9/18/~0) Page 6 of 28 Stormwater: All rim/invert elevations at manholes; · Ail intersecting lines in manholes; Casing elevations {top of pipe and flow line) A-20 Testing and Certification (TXDOT and Rll pcrmito) . (TXDOT' and RR permits). All tests required under this item must be done by a recognized testing laboratory selected by the City Engineer. The cost of the laboratory testing will be borne by the City_ In the event that any test fails, that test must be done over after corrective measures have been taken, and the cost of retesting will be borne by the Contractor and deducted from the payment to the Contractor. The Contractor must provide al/ applicable certifications to the City Engineer_ A 21 ~rojo~t Signs NOT USED Thc Contractor must furnish and install Project signs as indicatcd on thc fo] lowing drawingu. (Attachment III) T~C signs must bc installed before e~notruction bcginu and %;ill bc maintained throughout thc Projcct period by thc Contractor. Thc location of thc signs %~ill be determined in thc field by thc City A-22 (a) Disadvantaged Business Enterprises (DBE) Participation Go&ls 1 . INTRODUCTION The goal for Disadvantaged Business Enterprise (DBE) participation expressed in percentage terms for the contractor's aggregate bid amount on all construction work performed on this contract is 5.38%. 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 Con tractor to Contractor or from project to project for the sole purpose of meeting the Contractor's percentage is prohibited_ All governmenta3 entities in the State of Texas who receive funds from the U.S. Department of Transportation have, as part of their operating procedures, an economic program designed to increase participation of Disadvantaged Business Enterprises (DBE) in their federally assisted contracts. The authority for this program is 49 Code of Federal Regulations Part 26 (49 CFR Part 26). D. There are six governmental entities* in the State of Texas certifying DBEs capable of performing services and providing products, which can be credited toward the overall annual D~E goal for entities receiving DOT funds. Only those businesses, which perform a commercially useful function, can be counted toward DBE goals. E. Certification must be obtaiued through your local certifying entity * in accordance wi th 49 CFR Part 26 for firms wanting to perfoi7~ work as a DBE on federally assisted contracts. DEFINITIONS A. Affiliate - firms are affiliates of each other when, directly or indirectly, a firm or ~ third party (or parties) controls or has the power to control both; or there is evidence that a relationship exists between or among parties that produces au affiliation. In determining whether affiliation exists consideration shall be given to such factors as: common o~ership, common management, and contractual relationships. Section A SP (Revised 9/~8/00) B. ComJnercially Useful Function - an element of work, under a contract, that is measurable and observable has actually been performed under standards consistent with industry practice for which a monetary sum can be assessed. C. Disadvantaged Business Enterprise fDBE) a small business concern as defined pursuant to Section 3 of the Small Business Act and implementing regulations, which is owned and controlled by one or more disadvantaged individuals. Owned and controlled means a business, which is at least 52 percent owned by one or more socially and economically disadvantaged individuals. In the case of any publicly owned business, at least 51 percent of the stock must be owned by one or more socially and economically disadvantaged individuals and whose management and daily business od~lesratio~s are controlled by one or more of the socially and economically advantaged individuals who own it_ D. Personal Net Worth - the net value of the assets of an individual remaining after total liabilities are deducted. An individual's personal net worth does not include the individual's ownership interest in an applicant or participating DBE firm or the individual's equity in his or her primary place of residence. An individual's personal net worth includes only his or her own share of assets, held jointly, or as comlnunity property with the individual's spouse. A contingent liability does not reduce an individual's net worth. E. Socially and economically disadvantaged individuals - those individuals who are citizens or lawfully admitted permanent residents of the United States and who are as follows: (1) Women (2) Black Americans includes persons having origins in any Black racial groups of Africa_ (3) Hispanic Americans - includes ~rsons of Mexican, Puerto Rican, Cuban, Dominican, Central or South American, or other Spanish or Portuguese culture or origin, regardless of race_ (4) Native Americans - includes persons who are American Indians, Eskimos, Aleuts, or Native Hawaiians. (5) Asian-Pacific Americans - includes persons whose origins are from Japan, China Taiwan, Korea, Burmm (Myanmar), Vietnam, Laos, Cambodia (Kampuchea), Thailand, Malaysia, Indonesia, the Philippines, Brunei, Samoa, Guam, the U.S. Trust Territories of the Pacific Islands (Republic of Palau), [he Commonwealth of the Northern Marinas ~slands, Macao, Fiji, Tonga, KJribati, Juvalu, Nauru, Federated States of Micronesia, or Hong Kong. (6) Subcontinent A~ian Americans - includes persons whose origins are from India, Pakistan, Bangladesh, Bhutan, the Mmldives Islands, Nepal, or Sri Lanka. NOTE: Individuals listed above in 2 through 6 as a member of a particular minority group must be recognized by their respective minority community. (7) Any additional groups whose members are designated as socially and economically disadvantaged by the Small Business Administration- (8) Other individuals as determined by the certifying entity to be economically and socially disadvantaged. EI~GIBLLTTy ~ To determine a firm's eligibilit~ to participate in the D~E program, the firm's business size, social and econ~c disadvantage, ownership and control ~ncluding independence) will be evaluated. The standards set forth in 49 CFR Part 26 will be used by the certifying entity- The following is a summ%ary of the eligibility standard3 set forth in 49 CFR Part 26. (I) Disadvantaged status shall be determined on the basis of the individual's claim that he or she is a member of one of the groups mentioned in Section 2. e. (i) (8) and is so regarded by that p&rticula, community. Roweuer, the certifying entity is not required to accept this claim if it determines the claim to be invalid. (2) Only independent businesses may be certified as a DBE. An independent business is one whose viabillty does not depend on its relationship with another firm or f~rms. The ownership and control by disadvantaged individuals shall be real, substantial, and continuing- It shall go ~eyond the pro forma ownership of the firm as reflected in its ownership documents, The d~sadvantaged individuals shall enjoy the customary incidents of ownership and shall share in the risks and profits commensurate with their ownership interests, as demonstrated by an e×~mination of the substance rather than form of arrangements. Recognition of ahe business as a separate entity for tax or corporate purposes is not necessarily su[ficlent for recognition as a D~E. In determining whether a potential DBE is au independeng business, the ~ollowing will be considered: (a) Relationships with non-DRE firms in such areas as personnel, facilities, equipment, financia~ and/or handing support, and other resources. (b) Present or recent employer/employee relationships between the disadvantaged owner and non-DRE firms or persons associated with non-DBE ~iums. (c) Relationships with prime contractors_ d) The consistency of relationships between the potential DBE and non DBE firms with normal industry practices. (3) The disadvantaged individuals sh~ll also possess the power to direct or cause the direction 06 the mmnaqemeut and policies of the firm and to make the day to-day as well as major decisions on matters of management, policy and operations. The firm sha~l not be subject to any formal or informal restrictions, which limit the customary discretion of the disadvantaged individual. There shall he no restrictions in by-law provisions, partnership agreements, or charter requirements for cumulative voting rights or otherwise that prevent the disadvantaged individual, without the cooperation or vote of any non-disadvantaged i~di~idual, from making a business decision of the fir~ (4) Individuals who are not socially and economically disadvantaged but are involved in a DBE firm as owners, managers, employees, stockholders, officers, and/or directors must not possess or exercise t~e power to control the firm, or be disproportionately respousible for the operations of the firm. The disadvantaged owners may delegate areas of management, policy making, or daily operations of the fir~, but such delegations mus= be revocable an~ the disadvantaged o~n~rs must retain the power to h~re and fire persons to whom authority has been delegated_ (5) The disadvantaged owners must have an overall understanding of the firm's operations; along with experience, managerial, and technical competence. The disadvantaged owners must have the ability to ~ntelligently and criticallz evalumte information presented by other participants in the firm's activities and to use this information to make independent decisions concerning the firm's daily operations, management, and policy-~aking. Generally, expertise limited to office management, administration, or bookkeeping functions unrelated to the principal business activities of the firm is insufficient to demonstrate control. Section A S~ (Revised 9/18/00) (6) All securities, which constitute ownership and/or control of a corporal ion 6or purposes of establishing it as a DBE, shall be held directly by disadvantaged individuals. No securities held in trust ur/by any guardian for a minor sha~I be considered as held by disadvantaged individuals in determining the ownership ur control of a corporation, except when (1) the beneficial owner of securities or assets held in trust is a disadvantaged individual, and the trustee is the same or another such individual, or (2) the beneficial owner of a trust is a disadvantaged individual who rather than the trustee exercises effective control over the management, policy making, and daily operations of the firm. Assets held in a revocable living trust may be counted only in the situation where the same disadvantaged indiv~dua~ is the sole g~antor, beneficiary, and trustee_ (7) The contributions of capital or e×pertise by the disadvantaged individual to acquire interest in the firm shall be real and substantial. E×am~les of insufficient contributions include a promise to contribute capital, an unsecured note payable to the firm or its owners who aro not socially and economically disadvantaged, or the mere participation as an employee rather than as a manager. If marital assets are used to acquire ownership the applicant's spouse must irrevocably renounce and transfer all rights in the ownership interest_ (8) To b~ determined economically disadvantaged, the personal net worth of the individuals whose ownership and control are relied upon for DBE certification cannot exceed $750,000.00. INSTRUCTIONS A. All businesses and trucking firms seeking to be certified as a DBE must com~olete the entire affidavit_ All questions must be answered and all information .requested must be submitted. The applications must be legible, complete( s~gned, dated, and notarized to be accepted for review. Failure to provide the ~ested documents with the application wil~ ~el~y processing o£ your apppl~ca~lon_ B. The certifying entity will evaluate the information contained in the application, along with the facts learned during the on-site review to determine if the business meets the eligibility standards to be certified as a DBE. C. Applicant will be notified of the certifying entity decision by letter. If the firm is certified asa DBE, the business will be added to the TUCP directory. The directory will show the name of the business, address, telephone number, and categories o~ work. A business may ask for expanded work capabilities as it acquires experience in new areas_ D~partm~nt of Tran~ortation (UgT). To appeal a decisiom to f~3T, tl~ business ow~r(s) ~3st su~it a letter giving tl~ re~son (s) he or she believem that the business should he ce~aifisd. Se~ the letter directly to the following: DDT Offic~ of Civil Rights Wa~I~t~u, ~i 20590 A busir~ss that ~3 dmni~ c~ificmti~ by a c~It~ying entity may r~t r~ply for at least business that appalls to the U.S. Oepa~T~_nt of Transportation can, t r~apply to the o~rtifyi~g entity until a final d~cisiom has bee~ re~der~ on the appeal or 12 ~3~ths, A~-rican, or Sub~i~th~nt Asian ;~Tericsn, y~u ar~ p~ to be soc~ ~y ap~ emon~i(mlly F. Third party ~:omplaints: If any person has reason to believe that a business has been wrongly granted certification as a DBE, they may advise the certifying entity. A ~horough investigation will be initiated upon receipt of a signed complaint. A complaint may a~so be submitted direct3y to the U.S. OOT. A-22 (b) ~.. Remember the application must be complete, every question answered, and the application must be either typed or printed clearly in ink. All affidavits must be notarized and all requested documents submitted; otherwise~ the application will be dplayed in its processingz Use additional shsets as ne__cessary and re~erence the speci'fic item(s) you are addressing. A business must be functional and operating before applying for ~erti£ication. It must possess the resources to perform the work in which it is requesting t$ be certified. By submitting this application and the accompanying information the firm is authenticating the veracity and accuracy of the statements made i~_ application. Minority/Minority Business Enterprise Participation Policy (~£s~d 10/98) Policy It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women and Minority Business Enterprises 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. 2. Definitions Prime Contractor: Any person, firm, partnership, corporation, association or joint venture as herein provided which has been awarded a City contract. 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 C~ty contract_ Minority Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s). 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 section, women are also considered as minorities. Minority person(s) must collec[ively own, operate and/or actively manage, and share in payments from such an enterprise in the manner hereinafter set forth: 1. Owned (a) (b) For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. For an enterprise doing business as a partnership, at least 5].0% 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 51.0% of the assets or interest in the corporate shares must be owned by one or more minority person(s). Section A SP (Revised 9/18/00) Pace Il of 28 2. Controlled The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s)_ 3. Share in Payments Minority partners, proprietor or stockholders, of the enterprise, as the case may be, must be entitled to receive 51_0% 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: See definition under Minority Business Enterprise. Female Owned Business Enterprise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51.0% of whose assets or partnership interests are owned by one or more women, or a corporation at least 51.0% of whose assets or interests in the corporate shares are owned by one or more women. 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_0% of the contract work itself and in which a minority joint venture partner has a 50_0% interest, shall be deemed equivalent to having minority participation in 25_0% of the work. Minority members of the 3oint venture must have either financial, managerial, or technical skills in the work to be performed by the joint venture. 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 are as Minozity Participation (Percent) Minority Business Eutez-prise Participation (Percent) 45% 15% 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 prohibzted. Compliance 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. The Contractor shall 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_ Section A SP (Revised 9/18/00) Page 12 of 28 Along with the request for final payment on the Project, the Contractor wlll indicate, in writing, the overall participation in these areas w~ich have been achieved. The C,ty Eng,necr 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 ~equired_ A-23 Inspection ~quired (Revised 7/5/00) Th~ Controctor shall assure the appropriate inspections by the FAA sponsor's designated representative(s) at the various intervals of work and assure a final inspection after the project is completed and ready for occupancy. T4~c Contractor shall assure thc appropriate buftding inspections by thc Building Inspection Division at thc various intcrvalo of %~or][ for %~hich a permit is rcqu]rcd and to assure a finat~ction aftcr thc building io completed and rcady for occupancy- Cent-factor must obtain thc Certificate of Occupancy, %;hen applicable_ ~tzon B 6 2 of thc General Provision~ is hereby amended i~ that thc Contractor must pay all fcco and charges lcvicd by thc City'o Building Inspcction Dcpartmcnt, and all othcr City fees, including ~atcr/wastcwatcr mctcr fcco and tap fcco as required by City. A-24 Surety Bon~s Paragraph two (2) of Section B 3-4 of the Genera] Provisions is changed to read as follows~ "No surety will be accepted by the City from any Surety Company who is now in default or delinquent on any bonds or who has an interest in any litigation against the City. Ail bonds must be issued by an approved Surety Company authorized to do business in the State of Texas. If performance and payment bonds are in an amount in excess of ten percent {10%) of the Surety Company's capital and surplus, the Surety Company shall provide certification satisfactory to the City Attorney that the Surety Company has reinsured the portion of the bond amount that exceeds ten percent (]0%) of the Surety Company's capital and surplus with reinsurer(s) Authorized to do business in th~ State of Texas The amount of the bond reinsured by any reinsurer may not exceed ten percent (10%) of the reinsurer's capital and surplus_ For purposes of this section, the amount of allowed capital and surplus will be verified throuqh the State Board of Insurance as of the date of the last armual statutory financial statement of the Surety Company or reinsurer authorized and admitted to do business in the State of Texas. The Surety shall designate an agent who is a resident of Nueces County, Texas- Each bond must be executed by the Contractor and the Surety. For contracts in e×cess of $100,000 the bond must be executed by a Surety company that is certified by the United States Secretary of the Treasury or must obtain reinsurance for any liability in excess of $100,000 from a reinsurer that is certified by the United States Secretary of the Treasury and that meets all the above requirements. The insurer or reinsurer must be listed in the Federal Register as holding certificates of authority on the date the bond was issued." A 25 8ales Ta~ F~e~tion (NOT USED) Scction D 6 22, Ta~ EKcmption Pro¥iu~on, is dclctcd in its entirety and thc following substituted in ]]cu thereof. Contract~ for improvements to real property awarded ~thc city of Corpus Christi do not qualify for c~cmpt~onc of Sulcs~ Excisc~ and Usc Taxcs unless thc Contractor clouts to opcratc under a separated contract as dcfincd by Ecction 3_291 of Chapter 3, TaK Administration of Title 34, Public Finance of thc Tc~{uu Administrative Code, ~oueh other rulcu or rcgulations as may bc promulgated by thc Comptroller of Public Accounts of Tcxao. Section A - SP Paoe 13 of 28 I-f thc Contractor clcctu t~-operatc under a separated contract, hc shall: 1. Obtain the necessary salcs tax pcrmits from thc £tatc Comptrollcr. Identify in thc appropriate space on thc "£tatcmcnt of MaLcrial~ and Other Charges" in ~ proposal form thc cost of materials physically incorporated into thc Project. Provide rcoa~eertif4catc$ to suppliers. Provide thc City %;lth copies of motcrial proposal value of materials. invoices to substantiate the If thc Contractor docs not clcct to opcratc under a scparatcd contract, hc must pay · or all Salcs, E×ci~c, and Usc Taxes applicablc to this Projcct_ £uk, uontractoro arc eligible fo~ sales tax cKcmptlons if thc subcontractor also complies with thc above rcquircmcnts. Thc Contractor mumt issue a rcsalc certificate to thc ~ubcontractor and thc subcontractor, in turn, isoucs a resale certificate to his supplior~ A-26 Supplem~nta~ Insuxance For each i~surance coverage provided in accordance with Section B-6-11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating: In the event of cancellation or m~terial change that reduces or restricts the insurance afforded by this coverage part, each insurer covenants to m~il prior written notice of cancellation or n~uterial change to: 1. Name: City of Co~us Christi Engineering Services Department Attn: Contract Ac~ninistrator 2- Address: P.O. Box 9277 Corpus Christi, Texas 78469-9277 3. Nmnber of days advance notice: 30 The Contractor shall provide to the City Engineer the signed endorsements, or copmes thereof certified by the insurer, within thirty (30) oalendar days after the date the City Engineer requests that the Contractor sign the Contract documents. Within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents, the Contractor shall provide the City Engineer with a certificate of insurance certifying that the Contractor provides worker's co~ensation insurance coverage for all e~]oyees of the Contractor e~loyed on the Project described in the Contract_ For each insurance coverage provided i~ accordance with Section B-6-11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance t~olicy, signed by the insurer, stating that the City is an additional insured under the insurance t~olicy. The C~ty need not be nan~d as additional insured on Worker's Conloensation coverage. For contractual liability insurance coverage obtained in accorchlnce with S~ction B-6-11 (a) of the Contract, the Contractor shall obtain an endorsement to this coverage stating: Contractor agrees to inderanify, save harness and defend the City, its agents, servants, and employees, and each of them against and hold it and them hamless frcam any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any d~ge to any property, which n~y ~-ise or which ~y be alleged to have arisen out of or in connection with the work covered by this Contract_ The foregoing indemity shall at,ply except if such Jnjury, death or ch~mage is caused directly by the negligence or other fault of the City, its agents, servants, or employees or any person inder~nified hereunder- A-27 Res~n$ibility for Damage Cla~s Paragraph (a) General Liability of Section B 6 11 of the General Provisions is amended to include: of the Contract up to and including the date the City finally accepts the Project or work. Installation floater coverage must be an "All Risk" form_ tns%~r~ce coverage, including any deductible. The City must be named A 28 Consic~ration~ for Contract Award and Execution To allow the City Engineer to determine that the bidder is able to perform its obligations under the proposed contract, then prior to award, the City Engineer may require a bidder to provide documentation concerning: Whether any liens have been filed against bidder for either failure to pay for services or materials supplied against any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the party holding the lien, the amount of the lien, the basis for the lien claim, and the date of the release of the lien. If any such lien has not been released, the bidder shall state why the claim has not been paid; and Whether there are any outstanding unpaid claims against bidder for services or materials supplied which relate to any of its projects beg~n within the preceding two (2) years_ The bidder shall specify the name and address of the claimant, the amount of the claim, the basis for the claim, and an explanation why the claim has not been paid_ A bidder may also be required to supply construction references and a financial statement, prepared no later than ninety (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. A-29 Contxactor's Field A~ nistration Staff The Contractor shall employ for this Project, as its field administration staff, superintendents and foremen who are careful and competent and acceptable to the City Engineer. The criteria upon which the City Engineer makes this determination may include the following: The superintendent must have at least five (5) years of recent eKperience in field management and oversight of projects of a similar size and complexity to this Project. This experience must include, but not necessarily limited to, scheduling of manpower and materials, safety, coordination of subcontractors, and familiarity with the submittal process, federal and state wage rate requirements, and City contract close-out procedures. The superintendent shall be present, on the job site, at all times that work is being performed_ Foremen, if utilized, shall have at least five (5) years of re~nt experience in similar work and be subordinate to the superintendent. Foremen cannot act as superintendent without prior written approval f~om the City. [~ocumentation concerning these requirements will be reviewed by the City Engineer_ The Contractor's field administration staff, and any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such superintendent assuming responsibilities on the Project. Section A - SP (Revised 9/18/00) Such written approval of field aam{~istration staff is a prerequisite to the City Engineer's obligation to execut~ a contract for this Project_ If such approval is not obtained, the award may be rescinded. Further, such written approval is also necessary prior to a change in field administration staff during the term of this C~ntract. If the Contractor fails to obtain prior written approval of the City gngineer concerning any substitutions or replacements mn its field administration staff for this Project during the term of the Contract, such a failure constitutes a basis to annul the Contract pursuant to section B-7-13. A-30 Amended "Consideration of Contract" Requirements Under "C~eneral Provisions and Requirements for Municipal Construction Contracts" Section B-3-1 Consideration of Contract add the following text: Within five (5) working days following the public opening and reading of the proposals, the three (3) apparent lowest bidders (based on the Base Bid only) must submit to the City Engineer the following information: 1 A list of the majo~ components of the work; 2 A list of the products to be ~ncorporated into the Project; A schedule of values which specifies estimates of the cost for each major component of the work; A schedule of anticipated monthly payments for the Project duration. The na3nes and addresses of MBE firms that will participate in the Contract, along with a description of the work and dollar amount for each firm; and substantiation, either through appropriate certifications by federal agencies or signed affidavits from the MBE firms, that such MBE firms meet the guidelines contained herein_ Similar substantiation will be required if the Contractor is an MBE. If the responses do not clearly show that MBE participation will meet the requirements above, the bidder must clearly demonstrate, to the satisfaction of the City Engineer, that a good faith effort has, in fact, been made to meet said requirements but that meeting such requirements is not reasonably possible. A list of subcontractors that will be working on the Project. This list may contain more than one subcontractor for major components of the work if the Contractor has not completed his evaluation of which subcontractor will perform the work. The City Engineer retains the right to approve all subcontractors that will ~rform work on the Project. The Contractor shall obtain written approval by the City Engineer of all of its subconlractors prior to beginning work on the Project. If the City Engineer does not approve all proposed subcontractors, it may rescind the Contract award. In the event that a subcontractor previously listed and approved is sought to be substituted for or replaced during the term of the Contract, then the City Engzneer retains the r~ght to approve any substitute or replacement subcontractor prior to its participation in the Project. Such approval will not be given if the replacement of the subcontractor w~ll result in an increase in the Contract price_ Failure of the Contractor to comply with this provision constitutes a basis upon which to anmul the Contract pursuant to Section B-7-13; A preliminary progress schedule indicating relationships between the major co~onents of the work. The final progress schedule must De submitted to the City Engineer at the pre-construction conference; Documentation required pursuant to the Special Provisions A-28 and A-29 concerning Considerations for Contract Award and Execution and the Contractor's Field Administration Staff. Section A SP (Revise~ 9/18/001 Page 16 of 28 9. Documentation as required by Special Provision A 35-K, if applicable. 10. Within five (5) days following bid opening, su~-,{ t in letter fozm, information identifying t~%~e of entity and state, i.e., Texas (or other state) Corporation or Partnership, and ~-~(s) and Title(s) of individual(s) authorized to eaecute con~racts on behalf of said entity. Documentation showing proof of Disadvantaged Business Enterprise (DBE) requirement compliance. A-31 Anmmnd~d Policy on Extra Work and Change Orders Under "General provisions and Recplirements for Municipal Construction Contracts" B- 8-5 Policy on Extra Work and Change Orders the present te×t is deleted and replaced with the fo]lowing: Contractor acknowledges that the City has no obligation to pay for any extra work for which a change order has not been signed by the Director of Engineering Services or his designee The Contractor also acknowledges that the City Engineer may authorize change orders which do not exceed $25,000.00. The Contractor acknowledges that any change orders in an amount in excess of $25,000 00 must also be approved by the City Council_ A-32 A~ended "Execution o~ Contract" Require~u~ts Under "General Provisions and Requirements for Municipal Construction Contracts" 3-5 Execution of Contract add the following: The award of the Contract may be rescinded at any time prior to the date the City Engineer delivers a contract to the Contractor which bears the signatures of the City Manager, City Secretary, and City Attorney, or their authorized designees. Contractor has no cause of action of any kind, including for breach of contract, agaiost the City, nor is the City obligated to perform under the Contract, until the date the City Engineer delivers the signed Contracts to the Contractor_ A-33 Conch~t~ons of Work Each bidder must familiarize himself fully with the conditions relating to the completion of the Project_ FaLlure to do so will not excuse a bidder of his obligation to carry out the provisions of this Contract. Contractor is reminded to attend the Pre-Bid Meeting refer-red to in Special Prevision A-1. A-34 P~nc~ of Contract~&~uments In case of conflict in the Contract documents, first precedence will be given to addenda issued during the bidding phase of the Project, second precedence will be given to the Special Provisions, third precedence will be giwen to the const~n/ction plans, fourth precedence will be given to the Standard Specifications and the General Provisions will be given last precedence. In the event of a conflict between any of the Standard Specifications with any other referenced specifications, such as the Texas Department of Public Transportation Standard Specifications for Highways, Streets and Bridges, ASTM specifications, etc., the precedence will be given to addenda, Special Provisions and Supplemental Special Provisions (if applicable), constructiom plans, referenced specifications, Standard Specifications, and General Provisions, in that order. A 35 City Water Faaill~/es: ~eeial Requ/~n~ NOT USED A. Vioitor/Contractor Oricntation Prior to pcrforming work at any Gity watcr facility, thc Contractor, his subcontractors, and cach o£ their cmployccs must ha?c on thcir pcrson a ~lld card cc,tJfying their prior attcndancc at a visitor/Contractor ~afety O~ntation Program conduc[cd by thc City Water D~p~rtmcnt Personnel. A Visitor/Contractor Safety Oricntation Program will bo ~fcrcd by authorincd Cit~Watcr Dcpartmcnt pcrsonncl for t~Dc persona ~:hc do not have such a card, and who dcoirc to perform any work %~ithin any~ty %;atcr facility. For ~]dditional information refer to AtBac~nt B ~za~ion of City O~n~d Equi~.~nt Prot~otio~ of Wator Quali~ Thc City must dcli¥cr water of drinking quality to its customers at all %imco. Thc Contractor shall protect thc quality of thc water in thc job uitc and shall coordinatc its %;ark with thc City Water Dcpartmcnt to protect thc quality of thc watcr_ D. Confox~ty with h~ISI/NSF St~ndaxd 61 Ail materials and cquipmcnt used in thc repair, rcasscm~ly, tranuportation, rcinstallat~on, and inspection of pumps, or any othcr itcmo, which could come into contact %;ith potable watcr, muut confo~ to Amcrican National Standards Institutc/Nat~onal Sanitation Foundation (AN£I/NSF) Standard 61 au dcocribcd in thc Standard gpccifications. Such matorial= include all solvent,, cleancr~, lubricants, ~aokot~, throad c~-~.oundu, coatings, or h~xaulic ~qu/.r~ent. · ho~e i~m, must not bc uucd unless they confo=m with ANSI/NSF Standard 61 and unlco~ ~uch it--- arc inupeotod on tho site by authoriucd City pcr~orulcl ~-~-diatcly prior to Thc Contractor shall providc thc Engineer with copies of %~rittcn proof of A};SI/NSF ~tandard 61 approval for all materials which could come into contact %;ith potable ~ Hafldl~nq and Diesel of T~a~h All trash generated by thc Contractor or his cmploycco, agcntm, or subcontractors, must bc contained at all times at thc water facility site. Blowing trash %~ill not bc allot;cd. Thc Contractor shall kccp work areas clean at all times and rcmovc all trash daily. orangc, blue, or white E&~.k : · lo~eo %~nifo~ muo~ pro~(~c o~y r ~ individual ~lo¥~e id~nti£~ca~ion_ Contractor shall provide telephones for Contractor ~crsonncl_ ~l~t telephones ara not availablo for Contractor Working hours ~;ill be 7:00 A.M- to 5:00 P.M_, Monday thru Friday- Contractor must not usc any City facility rcotroomo. Contractor must providc own sanitary facilitico. (Reulse~ 9/18/00) by City Wa[er Department staff_ All Contractor vehicles must bc clearly !abc!c~ ~ith company name. No priYatc employee vehicles arc allotted at O N. £tcvcn~ Water Treatment P~a~t All personnel must bc in company ¥chiclc~ During ~orking hours, contractor employees must not leave thc designated construction area nor %;andcr through any buildings other than for required work or as directed by City Water Department personnel during emergency evacuation. Contractor Qualifications 8CADA (8UPERVIgORY CONTROL AND DATA ACQUISITION) Any ~;ork to thc computer based monitoring and control system mu~t b~ p~rformcd only by qualified technical and supcr¥isory pcroonncl~ ag ~ctcrmincd by meeting Lhc qualifications 1 thru 9 below. This work includes, but ~o not l~mitcd to, modifications~ additiono, changc~, selections, furnishing, installing, connccting~ progru~mming, customizing, debugging, calibrating, or placing in operation al/ hardware and/or suft%;arc specified or required by these specifications. ~e Ccn[rac~.~r or his subcontractor propouing to perform thc SCADA work must bc able to demonstrate the follo%;ing~ lie is regularly engaged in thc computer based monitoring and ccntrc~eystcm b~s~incss, preferably am applicd to thc municipal water and waotc%;atcr industry. lie hao performed work on ~yotcmo of comparable size, tS~pe, and compicMity as required in this Contract on at least three prior prcject~ Hc has been actively engaged in thc ty]~c of work specified herein for at least 5 years. Hc employs a Rcgistcrcd Professional Enginccr, a Control Syotcmo F~%~inccr, cr an Electrical Engineer to supervise or perform thc work required by this specifications. Hc employs ~>crsonncl on this Project who ha¥c successfully completed a manufacturer's training course in configuring and implementing the c~e{~fic computers, ~TUS~o~ and software proposed for thc Contract_ Iic maintains a permanent, fully staffed and equipped ocrvie~ ~a~llity ~ithin ~00 miles of t~e Project sLtc to maintain, repair, -calibratc~ and program thc systems specified herein_ HC shall furnish equipment which is thc product of one manufacturer to thc maximum practical c][tcnt. Where this is not practical, all equipment of a given type will bc thc product of one manufacturer. Prior performance at thc O. }~ Ctcvcno Water Treatment Plant will bc used in cYaluat~ng which Contractor or subcontractor programs thc new work for this Project. Thc Contractor shall produce all filled out programming blocks required to show thc programming as nccdcd and rcquirc~, to add thcoc two systems to thc caioting City $CADA system. Attached is an example of thc required programming blocks which thc City ~cquircs to bc filled in and given to thc City Engineer with all changes made during thc programming phase. Thc attachcd ~hcct is an el{ample and is not intended to show all of thc required shcctg. Thc Contractor wJ]] provide all progra~nming blo~ko used. L. Trenching ~cquircmcnta Ail trenching for th~m p~ojcct at thc O- }1 Ctc¥cns Water Trcatmcnt ?lent u~atl bc performed using a bac]~oc or hand digging duc to thc nu~abcr of existing underground obstructions. No trenching machines shall bc allo$;cd on thc project_ Section A - SP (Revised 9/18/00) Page 19 of 28 A-36 Other S,,~ttals Shop Drawing Submittal: The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: Quantity: Contractor shall submit number required by the City to the City Engineer or his designated representative. Repr~ducibles: In addition to the required copies, the Contractor shall also subm/t one (1) reproducible transparency for all shop drawings_ Submittal Transmittal Forms: Contractor shall use the Submittal Transmittal Form attached at the end of this Section; and sequentially number each transmittal form_ Resubmittals must have the original submittal number with an alphabetic suffix. Contractor must identify the Contractor, the Subcontractor or supplier; pertinent Drawing sheet and detail nmnber(s), and specification Section number, as appropriate, on each submittal form. Contractor's Stampz Contractor must apply Contractor's sta~, appropriately signed or initialed, which certifies that review, verification of Products required, field dimensions, adjacent construction work, and coordination of information, is all in accordance with the requirements of the Project and Contract documents_ Scheduling; Contractor must schedule the submittals to expedite the Project, and deliver to the City Engineer for approval, and coordinate the submission of related items. Marking: Contractor must mark each copy to identify applicable p~oducts, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project- Variations: Contractor must identify any pro~sed variations from the Contract documents and any Product or system limitations which may be detrimental to successful performance of the completed work. Space Requirements: Contractor must provide adequate space for Contractor and Engineer review stamps on all submittal forms. Resubmittals: Contractor must revise and resubmit submittals as required by City Engineer and clearly identify all changes made since previous submittal- Distribution: Contractor must distribute copies of reviewed submittals to subcontractors and suppliers and instruct subcontractors and suppliers to promptly report, thru Contractor, any inability to comply with provisions_ Samples: The Contractor must submit samples of finishes from the full range of manufacturers' standard colors, textures, and patterns for City Engineer's selection_ 3. Test and Repair Report When specified in the Technical Specifications Section, Contractor must submit three (3) copies of all shop test data, and repair report, and all on- site test data within the specified time to the City Engineer for approval. Otherwise, the related equipment will not be approved for use on the project A-37 ;amended "Arrmnge~ent and Charge for Water Fux~/shed ~ the City" Under "General Provisions and Requirements for Municipal Construction Contracts", B 6 15 Arrangement and Charge for Water Furnished by the City, add the following: Section A - SP "The Contractor must comply with the City oP Corpus Christi's Water Conseuvation 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 Project site thuoughout construction." A-Jfl Worker's Compensation Coverage for Building or Construction Projects for Government Entities The requirements of "Notice to Contractors 'B'" are incorporated by reference in this Special Provision. A B9 Certifioat~ of Ooou~ancy ~d Final Auc~ptanoQ (NOT USED) Thc issuance of a ccrtificatc of occupancy for imp~o¥cmcnto docs not constitute final acccptancc of thc improvcmcnts undcr Ccncral Provision B 8 9. A-40 ---ndment to Section B-8-62 Partial Es~4~tes Gerleral Provisions and Requirements for Municipal Construction Contracts Section B- 8 6: Partial Estimates is amended to provide that approximate estimates from which partial payments will be calculated will not include the net invoice value of acceptable, non-perishable materials delivered to the Project worksite unless the Contractor provides the City Engineer with documents, satisfactory to the City Engineer, that show Lhat the material supplier has been paid for the materials delivered to the Project worksite. A-41 Ozone Advisory Priming and hot mix paving operations must not be conducted on days for which an ozone advisory has been issued, except for repairs. The City Engineer will notify Contractor about ozone alert. If a delay such as this is eKperienced, the day will mot be counted as a work day and thc Contractor will bc compcnuatcd at thc unlt pricc indicatcd in thc propoual. A-42 OSHA Rules & Re~/ulations It is the responsibility of the Contractor(s) to adher~ to all applica~Dle OS}iA rules and regulations while performing shy and all City-related projects and or jobs. A-43 ~mnd~d Ind~ficat_~on & Hold Hmr~lless Under "General Provisions and Requirements for Municipal Construction Contracts" B- 6-21 Inde~u~ification & Hold Harmless, text is deleted in its entirety and th~ following is substituted in lieu thereof: The Contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury or liability whatsoever from an act or omission of the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consulters, or any work done under the contract or in connection therewith by the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants_ The contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury, or liability whatsoever from a neg]igent ace or omission of the city, its officials, employees, attorneys, and agents that directly or indirectly causes injury to an employee of the contractor, or any subcontractor, supplier or materialman. section A - sP (Revised 9/18/00) Fage 21 of 28 A-44 Change Orders Should a change order(s) be required by the engineer, Contractor shall furnish the engineer a complete breakdown as to ail prices charged for work of the change order (unit prices, hourly rate~, sub-contractor's costs and breakdowns, cost of materials and equipment, wage rates, etc.). This breakdown information shall be submitted by contractor as a basis for the price of the change order. A-45 As-Built Dimensions and Drawings (7/5/00) (a) Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of locat,on (horizontal and vertical) of all facilities (b) Upon completion of each facility, the Contractor shall furnish Owner with one set of direct prints, marked with red pencil, to show as-built dimensions and locations of all work constructed. As a minimum, the final drawings shall include the following: (1) Horizontal and vertical dimensions due to substitutions/field (3) (4) (5) changes. Changes in equipment and dimensions due to substitutions_ "Nameplate" data on all installed equipment. Deletions, additions, and changes to scope of work_ Any other changes made. A-46 Disposal of Ri~ly Chlorinated water (7/5/00) The Contractor shall be responsible for the disposal of water used for testing, disinfection and line flushing in an approved manner. Contaminants in the water, particularly high levels of chlorine, will be used for disinfection, and ~y exceed the permissible limits for discharge into wetlands or environmentally sensitive areas_ These are regulated by numerous agencies such as TCEQ, EPA, etc_ It will be the Contractor's responsibility to comply with the requirements of all regulatory agencies in the disposal of all water used in the project. The methods of disposal shall be submitted to the City for approval. There shall be no separate pay for disposal of highly chlorinated water. Contractor shall not use the City's sanitary sewer system for disposal of contaminated water_ A-47 Pre-Construction Exploratory E~cavations (';/5/00) Prior to any construction whatever on the project, Contractor shall excavate and expose all existing pipelines of the project that cross within 20 feet of proposed pipelines of the project and Contractor shall survey the exact vertical and horizontal location of each crossing and potentially conflicting pipeline. For existing pipelines which parallel and are within ten feet (10') of proposed pipelines of the project, Contractor shall excavate and expose said exiting pipelines at a maximum of 300-feet O.C_ and Contractor shall survey the accurate horizontal and vertical locations of said parallel pipelines at 300-feet maximum Contractor shall then prepare a report and submit it to the City for approval indicating the Owner of pipelines excavated and ~urvey~d, as well as the approximate station thereof, distance to the pavement centerline and elevations of the top of existing pipelines. Contractor she/1 perform no construction work on the project until all exploratory e~cavetion~ hav~ been ~ade in their entirety, the results thereof reported to the Engineer and until Contractor receives Engineer's approve/ of report_ Section A - SP (Revised 9/18/001 Page 22 o~ 28 Eaf~loratory e×cavations shall be paid Eot on a lump sum bas,s. Any pavement repair associated with exploratory excavations shall be paid ~or according to the established until price of pavem~nt patching. Contractor shall provide all his own survey work effort (no separaLe pay) for exploratory excavations. A-48 Overhead Electrical Wires (7/5/00) Contractor shall comply with all OSHA safety requ,rements with regard to proximity of construction equipment beneath overhead electrical wires. There are many overhead wires crossing the construction route and along the construction route. Contractor shall use all due diligence, precautions, etc., to ensure that adequate safety ~s provided for all of his employees and operators of equipment and with regard to ensuring that no damage to existing overhead electrical wires or Eacilities occurs. Contractor shall coordinate his work with AEP/CP&L and inform kEP/CP&L of his construction schedule with regard to said overhead lines_ Some overhead lines are shown in the construction plans, while others are not_ It shall be the Contractor's sole responsibility to provide for adequate safety with regard to overhead lines whether shown in the plans or not. A-49 Amended "Maintenance Guaranty" (8/24/00) Under "General Provisions and Requirements for Municipal Construction Contracts", B 8-11 Maintenance Guaranty, add the fo]lowing: "The Contractor's guarantee is a separate, additional remedy available to benefit the City of Corpus Christi_ Neither the guarantee nor expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies ava,lable to the City of Corpus Christi for any claims ur causes of action against the Contractor or any other individual or entity." A-50 Dewatering The Contractor shall make all reasonable efforts to eliminate ponding of water from the jobsite regardless of its source_ Within two (2) normal working hours of ponding occurring, the Contractor will begin dewatering procedures_ All ponding of a depth greater than h inch will be eliminated prior to the start of the following workday after the source of the water has been terminated. Any day in which dewatering does not occur will not be considered a rain day_ A-51 Rain Delays The Contractor shall anticipate the following number of work days lost due to rain in determining the contract schedule. A rain day is defined as any day in which the amount of rain measured by the National Weather Service at the Corpus Christi International Airport is 0.10 inch or greater_ No extension of time will be considered until the expected number of rain days has been exceeded and the City Engineer has agreed that the status of construction was such that there was an impact detrimental to the construction schedule. January 3 Days May 4 Days Septe~er 4 Days February 3 Days June 4 Days October 4 Days March 2 Days July 3 Days November 4 Days April 3 Days August 4 Days Dece~er 4 Days {Revised 9/18/00) Page 23 of 28 A-52 NDPES Notice of Intent Submittal Thc Contractor shall bc rcsponuiblc for netifying thc City for City submittal of ~ticc of Intcnt (NOI) ~n accordancc with Environmental Prctcction Agency (EPA) }~ational Pollutant Discharge Elimination Syotcm (NPDES) rcgulationo, and thc Consut~ar~-Enginccr %;ilI prsvi~=c a cody cf thc NOI to thc City Engineer_ The Contractor is responsible for filing a notice of intent with ~ T~=~ C~.~ssion on Enviroz~enfa~ Qualit~ (TCEQ) a~d obtaining a Texas Pollution Disc~L~rg~ El{~mtion Sys~e~ Pe~m/t (TI~ES)_ Th~ Contractor shall ~ a uuF~ of (TPDES) pe~ t onmite at all times d~ring construction_ A-53 Physical Det~ Subs~rface geotechnical reports are not a part of the Contract documents_ Soils isvestigation data is provided in the Appendix only for the information and convenience of the bidders The City and Consulting Engineer disclaim any and all responsibility for the accuracy, completeness, true location and extent of the soils investigation that was prepared by others; and further disclaim responsibility for the interpretation of that data by bidders. A-54 Project Recor4 Docents The Contractor shall maintain one set of drawings and specifications on which he shall neatly keep a record of all changes as the job progresses- A separate set of Contract documents, for this purpose only, shall be kept at the job site at all times. These documents shall be kept up-to-date and reviewed and approved by the City Engineer prior to approval of monthly progress payments_ The final set of Red line mark-up drawings shall be signed and dated by the Contractor, and shall be delivered to the City Engineer, prior to approval of final payment. (see SP A-45). A-55 Errors and O~issions The Contractor shall carefully check the drawings and specifications, a.d report to the Consulting Engineer any errors or omissions discovered, whereupon full instruction will be furnished promptly by the Consulting Engineer. A-56 Definition of E~gineer Under ~General Provisions and Requirements for MunJcipal Construction Contracts," B 1-1 Definition of Terms, change the definition of the term ~Engineer" to read as follows: "~n~ineer: The City's Director of Engineering Services or authorized designee (City Engineer)_ A-57 Trench Safet~ The Contractor shall fully and strictly comply with all requirements of the Occupational Safety and Health Administration (OSHA) Manual, Chapter XVII, Subpart P EXCAVATION, TP~ENCHING A/qD SHORING for all trenching and eKcavation operations, and Specification Item SP-4, Worker Safet~ R~uire~ents for Excavatio~ and Trenching O~erations~ Il depths of trenches are encountered which are over five (5) feet, the Contractor shall cut the trench walls to the angle of repose of the soils encountered or submit shoring details to the City Engineer for approval_ section A SP (Revised 9/18/00) A-52 NDPES Notice of Intent Submittal Thc Contractor shall be responsible for noLifying t4~e City for City submittal of Notice of Intent (NOI) in accordance with~nvironmont~l Protection Agency (EPA) National Pollutant Discharge Elimination gyotcm (NPDE£) rcgulationg, and the Gonsultant Engineer will provide a copy of thc NOI to thc City Engineer. The Contractor is responsible for filing a notice of intent with the Texas Co.~4ssion on En=iro-m~utal Quality (TOEQ) and obtaining a Texas Pollution Discharg~Eli~ination System Permit {TDPES). The Contractor shall mai. ta~ a co~y of (TPDES) p~rmit onsite at all t]mm~ d=ring construction. A-53 Physical Data Subsurface geotechnical reports are not a part of the Contract documents_ Soils investigation data is provided in the Appendix only for the information and convenience of the bidders_ The City and Consulting Engineer disclaim any and all responsibility for the accuracy, completeness, true location and extent of the soils investigation that was prepared by others; and further disclaim responsibility ~or the interpretation of that data by bidders A-54 Project Record Docents The Contractor shall maintain one set of drawings and specifications on which he shall neatly keep a record of all changes as the job progresses_ A separate set of Contract documents, for this purpose only, shall be kept at the job site at all times. These documents shall be kept up to date and reviewed and approved by the City Engineer prior to approval of monthly progress payments. The final set of Red line mark-up drawings shall be signed and dated by the Contractor, and shall be delivered to the City Enginees, prior to approval of final payment_ (see SP A-45)_ A-55 Errors and O~iasions The Contractor shall carefully check the drawings and specifications, and report to the Consulting Engineer any errors or omissions discovered, whereupon full instruction will be furnished promptly by the Consulting Engineer_ A-56 Definition of Eugineer Under "General Provisions and Requirements for Municipal Construction Contracts," B__-~-i Definition of Terms, change the definition of the term "Engineer" to read as follows: "Engineer: The City's Director of Engineering Services or authorized designee (city Engineer)_ A-57 Trench Safet~ The Contractor shall fully and strictly comply with all requirements of the Occupational Safety and Health Administration (OSHA) Manual, Chapter KVII, Subpart P-EXCAVATION, TRENCHING AND SHORING for all trenching and excavation operations, and S~ecification It~ SP-4, Worker Safety Rmquirements for Excavation and Tren~B~g Operations. If depths of trenches are encountered which are over five (5) feet, the Contractor shall cut the trench walls to the angle of repose of the soils encountered or submit shoring details to the City Engineer for approval. Section A SP (Revised 9/18/00) Pa~e 24 of 28 If the Contractor's proposed construction methods require the excavation of any access pits, trenches, or other be]ow ground operations, such work shall be in compliance with all federal, state and local requirements for trench excavation and safety. Ail costs associated with meeting these requirements shall be included in the amount bid for the item "Trench Safety" as shown in the proposal form. A-58 Airport Safety and Securit~ A-58.1 General Airport safety and security is a vital pa,t of the Contractor's responsibilities during the course of this project. Airport safety and security, nationwide, has come under close scrutiny in the last few years_ The following safety and security guidelines and the rules and regulations oi the Corpus Christi International A~rport and the Federal Aviation Administration (FAA) shall be followed by the Contractor and the ContracLoI's employees, subcontractors, suppliers and representatives at all times during the execution of this project- The Contractor shall be directly responsible for any and all fines or penalties levied against the Airport as a result of a~y breach o~ security and safety caused by the Contractor or the Contractor's employees, subcol]tractors, suppliers or representatives. A-58.2 Air~ort Operations Axe~ (ADA) The Airport Operations Area (AOA) shall be defined as any portion of the Airport property normally secured against unauthorized entry_ The AOA includes all areas specifically reserved for the operations of aircraft and a~rcraft support equipment and personnel. Generally, the AOA is defined by the Airport's outer security £encing and other security measures at the Airport's terminal building. A 58 3 Airport Safety R~quire~ents and Restrictions The operations of all equipment, mobile or stationary, required for the construction of this project, including, but not restricted to construction equipment, delivered material, v~sitors, sales representatives, etc., shall be governed by the following regulations while operating within the landing areas or apron area at Corpus Christi International Airport- The term landing areas is defined as all runways and taxiways, plus 250 feet on either side of runways and 175 feet on either side of taxiways and a distance of 500 feet at the ends of all runways, and also include the apron area. 1. The Contractor shall submit plans to the Airport Operations Manager on how to comply with the safety plan included in the Appendix of this document. These plans must be approved by the Airport Operations Manager prior to issuance of a Notice to Proceed. This safety plan was developed in accordance with Advisory Circular No. 150/5370-2E, "Operational Safety on Airports During Construction"- 2 The Contractor shall be required to equip vehicles used by the superintendent and/or foreman on the project with a radio receiver/transmitter(s) for malntaining direct communication with the FAA Air Traffic Control Tower (ATCT) at Corpus Christi International Airport. Communication will be required at a frequency of 121.9 MHz. Ground control radio contact shall be required when construction operations are in the vicinity of, or when crossing any active runway, or apron, or as directed by the Operations Manager. The Contractor shall have an adequate number of radios to maintain communication in all areas o~ work. The Contractor and all personnel that will be working within the AOA shall complete the City's training course on co~unications, safety, etc. The Contrhctor shall assign a minimum of two people to assist in traffic coordination during construction work within the AOA. All vehicles on active taxiways and aprons must be escorted by badged Contractor personnel with Contractor radio and ATCT ground control radio. Contractor shall be required to provide the cellular telephone number to the City Engineer, Airport Operations Manager and Airport Engineer. Section A SP (Bevised 9/lB/00) Page 25 of 28 3. The Contractor si]ail perform all threshold relocations, miscellaneous pavement marking and barricading in accordance with the attached FAA Advisory Circlllars and Orders. 4. Work areas within the landing area, which are hazardous to aircraft, shall be outlined by yellow flags during the day and by battery-operated flasher-ty~e amber lights at night, except no flashers shall be placed which might cause confusion between the runway lights and the flasher placement_ Flags and battery-operated amber lights shall be maintained on all self propelled equipment at sll times during construction. Any equipment not complying with these specifications will be subject to removal from the job. 5. All Contractor's equipment and vehicles working in the landing areas and/or restricted area whether n.ght or day, shall be marked with "international orange and white checkered flags." The Contractor will be required to keep a stock of flags on hand for issuance to vehicle operators_ Equipment shall not remain unattended at any time during construction. ~ny equipment not complying with these specifications will be subject to removal from the job. 6. Ail vehicles, equipment, materials, etc., not actually being used for construction purposes, will be restricted from the landing areas and shall be placed or parked in areas designated by Airport personnel. 7. Material deliveries will be strictly controlled. No deliveries shall be rmade without prior instruction by the Contractor's representative_ 8 NO ec/uipment will be operated nor will be permitted to cross-existing paved areas unless the equipment is pneumatic-tired, or until special means approved by the C~ty have been provided to protect the pavement_ 9. The Contractor shall provide barricades to restrict access from taKiways to the construction area_ The barricade signs shall each be equipped with two flashing lights and shall be securely fastened to the pavement_ 10. Any employee of the Comtractor not considered by the City to be in suitable physical condition for the performance of this work will be promptly removed from Corpus Christi International Airport by the Aviation Department of Public Safety and will not be allowed to work on the project again_ ]]_ Open trenches, excavation and stockpiled material will normally not be permitted within 250 of the centerline of active runways at air carrier airports and for runways having precision instrument approach_ Any open trenches within the 250-foot limit shall be covered with steel plates capable of carrying air carrier traffic_ The location of any stockpile material shall be coordinated with and approved by Airport Operations_ 12. Flare pots will not be permitted for temporary lighting of pavement areas or to denote construction limits. 13 Construction equipment shall not exceed a height of 150 feet above the airport surface_ Any equipment e×ceed~ng a height of 75 feet shall be observation-marked and lighted at night, and when not in use, lowered to its stowed height. No separate payment shall be made for the work included in the cost of the various contract items. The City will furnish a Safety Representative to insure that the Contractor's personnel and those operating the Contractor's vehicles, including those delivering materials, are at all times conforming to the requirements of these specifications. Refer to the attached FAA Advisory Circular 150/5370-2E and FAA Order SW 5200-5B for further information os Airport safety. A-58_ 4 Airport Security Requirements Contractors involved in construction as described in these specifications and plans will be required to follow the procedur{~s listed below for security clearance during construction_ 1. A pre construction conference will be required with the Operations Manager, the Project Manager, the Engineer, and ali Contractors involved. This meeting will be scheduled following the award of contract. 2. Contractors will be requlied to provide the following information to the Op~rations Manager. This information is required for a security clearance check only. List employees who, at one time or another, will be working on the job site. Texas Driver's License numbers of those same employees, date of birth and race. List of vehicles and their respecLiv¢~ license plates, which may be used on the job site. The security precautions are an FA~ requirement to the operation of the Airport_ Any conflicts and/or problems in thc area of security should be relayed by the Contractor to the Operations Manager. All efforts will be made by the airport staff to permit construction and security work in harmony_ Samples of forms for security badges, background checks, letters of authorization, etc. are included for your familiarity. They follow FAA Advisory Circulars on Airport Safety. The Airport reserves the right to limit the nu~er of badges issued to Contractor personnel. See "Attachment 2" ~ollowing this section, which will take precedent over other special provisions in event of conflict, for additional re~ruirements: · Federally Required Language · CCIA Background Verification Forms · FAA ORDER SW 5200.5B Airport Safet~ During FAA-Funded Airport Construction and FAA Facilities Maintenance · FAA Advisory Circular 150/5370-2E Operational Safety on Airports During Construction. Corpus Christ~ Internationa/ Airport Visitor/Contractor On-Site P~t lnfor~ation is m/so included in the Appendix. S~ct ion A SP (Revised 9/18/00) Page 27 of 28 PROJECT~ CORPUS CHRISTI iNTERNATiONAL AIRPORT - RUNWAY 13/31 RE~_H~dBILITATION, OVERLAY, BLAST PADS & SHOULDERS, AIRFIELD DRAINAGE IMPROVEMENTS (PHASE 3), RUNWAY 13/31 LIGHTING AND CABLE REPLACEMENT CITY OF CORPUS CHRISTI APPLICABLE SPECIFICATION OR DRAWING SUBMI TT;tL Section A - SP (Revised 9/18/00) Page 28 of 26 SPECIAL PROVISIONS ATTACHMENT 2 FAA GENERAL PROVISIONS SECTION 10 DEFINITION OF TERMS Whenever the following terms are used in these specifications, in Ihe conlract, in any documents or other instruments pertaining to construction where these specifications govern, the intent and meaning shall be inlerpreted as follows: 10-01 AASHTO. The Amedcan Associalion of State Highway and Transpodation 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. 18-03 ADVERTISEMENT. A public announcement, as required by local law, inviting bids for work to be performed and materials to be furnished. 10-04 AlP. 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 aircral~ in addition to its associated runway, taxiway, or apron. 10-06 AJRPORT. Airport means an area of land or water which is used or intended to be used for the landing and takeoff or aircraft, and includes its buildings and facilities, il any. 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, fin'n, or corporation, acting direcity or through a duly authorized representative, who submits a proposal for the ~rk contemplated. 10-10 BUILDING AREA. An area on the airport to be used, coes~ered, or intended to be used for airport buildings or other airport Pacilities or rights-of-way together with all airpod buildings and facilities located thereon. 10-11 CALENDAR DAY. Ever7 day shown on the calendar. 10-12 CHANGE ORDER. A written order to the Contractor covedng changes in lhe plans, spedfications, or proposal quantities and establishing the basis of payment and contract time adjustment, if any, f~- the work affected by such changes. The work, covered by a change order, shall be within the scope of the contract GP-1¢1 10-13 CONTRACT. The written agreement covedng the work to be performed. The awarded contract shall include, but ~s 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, ~ncluding authorized time extensions. If a calendar date of completion is stated in the proposal, in lieu o[ a number of calendar or working days, the contract shall be completed by that date. 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 structure, s by which surface or subsurfac~ waters are collected and conducted Eom the airport area. 10-18 ENGINEER. The individual, partnership, firm, or corporation duly authorrzed by the owner (sponsor) to be responsible for engineering supervision of the contract work and acing 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 o[ work not provided for in the awarded contract as previousbJ modified by change order or supplemen~l 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 repmsentative. 10-22 FEDERAL SPECIFICATIONS. The Federal Specifications and Standards, and supplements, amendments, and indice~ thereto are prepared and issued by the General Services Administration of the Federal Government. 10-23 INSPECTOR. An authorized representative ol: the Engineer assigned to make all necessary inspections and/or tests of the work performed or being performed, or ~ the materials f~mished or being furnished by the Contractor. 10-24 INTENTION OF TERMS. Whenever, in these specifmations or on the plans, the words 'directed," 'required," 'permitted,' 'ordered,' ~designated,' ~prescribed,' or words of the like import are used, it shall be understood that Ihe direction, requirement, permission, order, designation, or prescription of the Engineer is intended; and similarly, the words GP-IO-2 "approved," "acceptable," "satis[actory," or words of like impod, shall mean approved by, or acceptable to, or satisfactory to the Engineer, subject in each case to the final defermination of the owner Any reference to a specnSc 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 spedfic reference. 10-25 LABORATORY. The official lesting laboratories oftbe owner or such other laboratories as may be designated by the Engineer. 10-26 LIGHTING. A system of fixtures providing or controlling the light sources used on or near the airport or within the air'pod 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 ta:,ding on Ihe airport surface. 10-27 MAJOR AND MINOR CONTRACT ITEMS. A major contract item shall be any item that is listed in the proposal,/he 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. 10-28 MATERIALS, Any substance specified for use in the construCtion of the contraCt work. 10-29 NOTICE TO PROCEED. A w~tten 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. 10-30 OWNER (SPONSOR). The term owner shall mean the party of the first part or the contracting agency signatory to the contract. For AlP contracts, the term sponsor shall have the same meaning as the term owner 10-31 PAVEMENT. The combined surface course, base course, and subbase course, if any, considered as a single unit. t0-32 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. 10-33 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. 10-34 PLANS. The official drawings or exact reproducbons 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. 10-35 PROJECT. The agreed scope of work for accomplishing specific airport development with respect to a particular airport. GP-1¢3 10.-36 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 wilh Ihe provisions of the plans and specifications. 10-37 PROPOSAL GUARANTY. The secudty furnished with a proposal to guarantee that the bidder will enter into a contract if his/her proposal is accepted by the owner. 10-38 RUNVVAY. The area on the airport prepared for the landing and takeoff of aircraft. 10-39 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. 10.40 STRUCTURES. Airport facilities such as bridges; culverts; catch basins, inlets, retaining walls, cribbing; storm and sanitary sewer lines; water lines; underdrains; electrical ducts, manholes, handhotes, lighting fixtures and bases; transfocmers; fle~dble and rigid pavements; navigational aids; buildings; vaults; and, other manmade features of the airport that may be encountered in the work and not othe~vise classified herein. 10-41 SUBGRADE. The soil which terms the pavement foundation. 10-42 SUPERINTENDENT. The Contractor's executive representative who is present on the work dudng progress, authorized to receive and l:uifill instructions from the Engineer, and who shall supervise and direct the construc'oon. 10-43 SUPPLEMENTAL AGREEMENT. A wdtten agreement between the CoHtr~ctor and the owner covering: (1) work that would increase or decrease the total amount of the awarded contract, or any major cont~'act 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 ~e originally awarded contract 10-44 SURETY. The corporation, partnership, or individual, other than the Corrb-actor, executing payment or performance bonds which are furnished to the owner by the Contractor. '10-4~ TAXIWAY. For t~e purpose of this document, the term taxiway means the podion of the air operations area of an airpod that has been designated by competent airport authority for movement of aircraft to and fTom the airport's runways or aircraft perking areas. 10-.46 WORK. The furnishing of ail labor, materials, tools, equipment, and incidentals necessary or convenient to the Contractor's performance of all dudes and obligations imposed by the co~bact, plans, and specifications. 10-47 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 I~'oceed w~th regular work for at least 6 houm toward completion of the contract. Unless work is suspended for causes beyond the Contractor's conlrol, Saturdays, Sundays and holidays on GP-10~ which the Contractor's [orces engage in regular work, requiring Ihe presence of an inspector, will be considered as working days. END OF SECTION 10 GP-I~5 SECTION 20 PROPOSAL REQUIREMENTS AND CONDITIONS 20-01 ADVERTISEMENT (Notice to Bidders). Refer to the Notice to Bidders document in the project manual. 20-02 PREQUAUFICATION OF BIDDERS. Each bidder shall fumish the owner satistactory evidence of his/her competency to perform the proposed work. Such evidence of competency, unless otherwse specified, shall consist of statements covering the bidder's past experience on similar work, a list o1: equipment that would he available for the work, and a list of key personnel that would be available. In addition, each bidder shatl furnish the owner satisl~actory evidence ol: his/her financial responsibility. Such evidence of financial responsibility, unless otherwise specified, shall consist of a confidential statement or report cf 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, fl~e bidder shall further cer'lJfy whether his/her financial responsibility is approximately the same as stated or reported by the public accountant. Ii'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" ol: the state in which the proposed work is located. Such evidence of State Highway Division prequalificafien 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 no later than 10 days prior to the specified date for opening bids. 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 I:or 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 lime the owner issues the proposal to a prospective bidder. GP-2~] c. Contractor default under previous contracts with the owner. d. Unsatisfactory work en previous conlracts with the owner. 20-~5 INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES. An estimate of quantities of work to be done and materials to be furnished under these spec~cations 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 compadsen of proposals and the award of the contract. The owner does not expressly or by implicahon agree that fine actual quantJtJes 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 mede only for the actual quanti§es 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. 20-06 EX,aJ~INATION 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, qualit,j, and quan'dties 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 satisf'~i as to the conditions to be encountered in performing the work and as to the requirements of the proposed contract, p~ans, and specifications. Bodng logs and other records ol~ subsurface investigations and tests are available for inspection of bidders. It is understood and agreed that such subsurface info~mation, whether included in the plans, specifications, or othe~visa 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 I=or 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 torres must be correctly ~lled in where indicated for each and every item for which a quantity is ghten. The bidder shall state the pnc~ (written in ink or typed) both in words and numerals for which he proposes I:o 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 p¢oposal correctly and in ink. If the proposal is made by an individual, his/her name and post office add~ess must be shown If mede 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 coq3oration 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. GP-20-2 20-08 IRREGULAR PROPOSALS. Proposals shall be considered irregular for the following reasons: a. It' the proposal is on a form other than that [umished by the owner, or if the owner's I'onm is altered, or if any part of the proposal form is detached. b. I[there are unauthorized additions, conditional or alternate pay items, or irregularities of any kind which make the proposal incomplete, indefinite, or otherwise ambiguous. c. If the proposal does not contain a unit pdce [or each pay item listed in the proposal, except in the sase 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 guarant~ specified by the The owner reserves the dght to reject any irregular proposal and the dght to waive lechnicalities if such waiver is in the best interest ot' the owner and conforms to local laws and ordinances pedaining 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 DEMVERY OF PROPOSAL. Each proposal submitted shall be placed in a sealed envelope plainly marked with the project number, location of airport, and name and business address of the bidder on the outside. When sent by mail, preferably registered, the sealed proposal, marked as indicated above, should be enclosed in an additional envelope. No proposal will be considered unless received at the place specified in the advertisement before the time specified for opening all bids. Proposals received after the bid opening time shall be returned Io the bidder unopened. 20-11 WITHDRAWAL OR REVISION OF PROPOSALS. A bidder may withdraw or revise (by withdrawaJ o[ one proposal and submission of another) a proposal provided that the bidder's request for withdrawal is received by/he owner in writing or by telegram before the time specified for opening bids. Revised proposals must be received at the p~ace specified in the advertisement before the time specified for opening all bids. 20-12 PUBUC OPENING OF PROPOSALS. Proposals shall be opened, and read, publicJy 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 specif'led for opening bids shall be returned to the bidder unopened. 20-13 DISQUALIFICATION OF BIDDERS. A bidder shall be considered disqualified fo~: any of the following reasons: GP-2~3 a. Submitting more than one proposal from the same parLnemhip, 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 bKJder is considered to be in "del~ault" for any reason specified in the subsection titled ISSUANCE OF PROPOSAL FORMS ol~ this section, END OF SECTION 20 GP-20-4 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. Ifa bidder's proposal contains a discrepancy between unit b~d 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 dght to reject a bidder's proposal for any of the following reasons: a. Il'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 Ihe subsection titled DISQUALIFICATION OF BIDDERS of Section 20. In addition, unlil the award of a contract is mede, the owner reserves the dght 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 30 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 owrter reserves the right to cancel the award without liability to the bidder, excopt 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 subsect~n titled APPROVAL OF CONTRACT of this section. 30-04 RETURN OF PROPOSAL GUARANTY. All proposal guaranties, except those of the hvo lowest bidders, will be returned immediately alter the owner has made a comparison of bids as hereinbel~ore spec~t'~=,d in the subsection tiffed CONSIDERATION OF PROPOSALS of this sect~n. Proposal guaranties of the two lowest biddem 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 refumed as soon as the owner receives the contracts bends as specif'~d in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section. 30-05 REQUIREMENTS OF CONTRACT BONDS. At the time of the execution ol: the contract, the successful bidder shall fumish the owner a surety bond or bonds which have been fully executed by the bidder and the surely guaranteeing Ihe performance of the work GP-30-1 and the payment of all legal debls 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 Ihe owner. Unless othen~se 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 entedng into the contracl 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 ~he date mailed or otherwise delivered to the successful bidder If the contract is mailed, special handling is recommended. 30-07 APPROVAL OF CONTRACT. Upon receipt of the contract and contract bond or bonds that have been executed by the successl~ul bidder, the owner shall complete ~ execution of the conb'act 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 pedod specrfied in the subsection btled REQUIREMENTS OF CONTRACT BONDS of this section shall be just cause for cancellation of the award and I~on'eiture of the proposal guaranb/, not as a penalty, but as liquidation of damages to the owner. END OF SECTION 38 GP-30-2 SECTION 40 SCOPE OF WORK 40-01 INTENT OF CONTRACT. The intent of the contract is to provide for construction and completion, in ever,/detail, of the work described. It is further intended that the Contractor shall furnish all labor, materials, equipment, tools, b'ansportafion, and supplies required to complete the work in accordance with the plans, specifications, and terms of I~e 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 quantifies, 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 quantifies in the awarded contract). Alterations which do not exceed the 25 percent limitation shall not invalidate the contract nor release the surety, and the Contractor agrees to accept paymen! I;or such alterations as if the altered work had been a part of the original contract. These alterations which 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 ol~ contract time where, in the Engineer's opinion, such extensions are commensurate with the amount and difficulty ol: added work. Should the aggregate amount o[ 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 an-angements for its comple§on. Ail supplemental agreements shall be approved by the FAA and shall include valid wage determinations of the U.S. Secret;wy of Labor when the amount of the supplemental agreement exceeds $2,000. However, If the Contractor elects to waive the limita~ons on work that increases or decreases the originally awarded contract or any major contract item by more than 25 percent, the supplemental agreement shall be subject to ~he same U.S. Secre;ary of Labor wage determination as was included In the originally awan3~d con,reel. Ail supplemental agreements shall require consent of the Contractor's sure~3! and sepaFa;= performance and payment bonds. 40-03 OMITTED ITEMS. The Engineer may, in the owner's best interest, omit from ~he 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 c~3ntract provision or requirement. Should a contract item be omitted or otherwise ordered lo be nonperformed, the Contractor shall be paid for all work performed toward completion of such item prior to the date of the GP~I order to omit such item Payment for work performed shall be in accordance with the subsection titled PAYMENT FOR OMI'IrED ITEMS of Section 90. 4~-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 shad 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 lime that, in the Engineer's opinion, is necessary for cempletlon of such ex~a work. When determined by the Engineer to be in the owner's best interest, he may on:let the Contractor to proceed with extra work by [orce account as provided in the subsection titled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of Section 90. Extra work that is necessary for acceptable complelion of the project, but is not within the general scope of the work covered by the odginal contract shall be covered by a Supplemental Agreement as hereinbefore defined in the subsection tiffed SUPPLEMENTAL AGREEMENT ol'Secflon 10. Any claim for payment of extra work that is not covered by written agreement (change order or supplemental agreement) shall be r~jected by the owner. 40-05 MAINTENANCE OF TRAFFIC. It is the explicit inlenfion 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 urmbstructed movement of aircraft in the air operations areas of the airport with respect to hisJher own operations and the operations of all his/her subcontractors as specified in the subsecbon tiffed LIMITATION OF OPERATIONS of Section 80. It is further understood and agreed that the Contractor sha~l provide [or 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 ~led CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS in Secbon 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 ident~'ying: personnel; eduipment; 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 dudng 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 [umish erect, and mainlain barricades, warning signs, flagman, and other traffic control devices in reasonable conformity with the manual of Uniform Traffic Control Devices for Streets and Highways (pubi'~hed by the United States Government Printing Office), unless otherwise specified herein. The Contractor shall also construct and GP~2 maintain in a sate condition any temporary connections necessary for ingress to and egress from abutting property or intemecting roads, streets or highways. Unless olherwise specified herein, lhe Contractor will not be required to fumish 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 veh~cutar 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 vadous 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 nct be measured or paid for directly, but shall be included in the various contract items. Should the Contractor encounter an exisling slructure (above or below ground) in the work [or which the disposition is not indicated on the plans, the Engineer shall be notified prior to disturbing such structure. The disposition of exisMng structures so encountered shall be immediately determined by the Engineer in accordance with [he provisions of the contract. Except as provided in lhe subsection titled RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK ot this section, it is intended [hat all existing materials or slructures that may be encountered (within the ~ines, grades, or grading sections eslablished 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 utitized in the work. 40-07 RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK. Should the Contractor encounter any material such as (but nol 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 Jn conformance with the contract specifications applicable to such use; or, b. Remove such matedal Eom the site, upon written approval of the Engineer;, or c. Use such material for his/her own temporary construction on site; or, Use such material as intended by the terms of the conti-act. 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 GP~lO-3 contract p~ioe. The Contractor shall replace, at hisJher own expense, such removed or excavated material with an agreed equal volume ef matedal that is acceptable for use in constructing embankment, backfills, or otherwse 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 matedal 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, [or [umishlng and installing such material in accordance with requirements of the contract item in which the matedal is used. It is understood and agreed that the Contractor shall make no claim for delays by mason of his/her exercise of option a., b., or c. The Contractor shall not excavate, remove, or otherwise disturb any material, sb'ucture, or part of a slTucture 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. 41)-~9 FINAL CLEANING UP. Upon completion ef the work and before acceptance and final payment will be made, the Contractor shall remove from [he site all machinery, equipment, surplus and discarded materials, rubbish, lemporary structures, and stumps or p~rtions 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 cteared from the site and deposited on adjacent property will not be considered as hav~ng been disposed of satisfactorily, unless the Contractor has obtained the written permission of such property owner_ END OF SECTION 48 GP~I0-4 SECTION 50 CONTROL OF WORK 60-O1 AUTHORITY OF THE ENGINEER. The Engineer shall decide any and all questions which may arise as to the quality and acceptability of materials furnished, work performed, and as to the manner of performance and rate of progress of the work_ He shall decide all questions which may adse as to the interpretation of the specifications or plans relating to the work, the fulfillment of the contract on the part of the Contract~, and the rights of different Contractors on the project The Engineer shall determine the amount and quality of the several kinds of work performed and materials furnished which are to be paid for the under contract. 50-02 CONFORMITY WITH PLANS AND SPECIFICATIONS. All work and all materials furnished shall be in reasonably close conformity with the lines, grades, grading sections, cross sections, dimensions, material requirements, and testing requirements that are specified (including specified tolerances) in the contract, plans or specifications. If the Engineer finds the materials fumished, work performed, or the finished product no/ within reasonably dose 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 sa[ety, economy, durability, and workmanship acceptable to the owner, he will advise the owner of his/her determination that the affected work be accepted and remain in place. In this event, the Engineer will document his/her determination and recommend to the owner a basis of acceptance which will provide for an adjustment in the contract price for the affected portion of the work. The Engineer's determination and recommended contJ'act price edjustsnents 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 dose conformity with the plans and specifications and have resulted in an unacceptable finished product, Me affected work or materials shall be removed and replaced or ofhen~vise corrected by and at the expense of the Contracto~ in accordance with the Engineer's written orders. For the purpose of this subsection, the te~m "reasonably close conformity" shall not be consb-ued as waiving the Contractor's responsibility to complete the work in accordance with the contract, plans, and specifications. The term shall not be construed as waiving the Engineer's right to insist on strict complience with the requirements of the contract, plans, and specifications dudng the Contractor's prosecution of the work, when, in the Engineer's opinion, such compluance is essential to provide an acceptable finished portion of the work. For ~ purpose of this subsection, the term "reasor~abiy dose conformity" is also intended to provide the Engineer with the authority to use good engineenng judgment in his/her determinations as to acceptance of work that is not in strict conformity but will provide a finished product equal to or better than that intended by the requirements of the contract, plans and specifications. GP-5~I Change orders or supplemental agreements must bear the written approval of the FAA. 50-03 COORDINATION OF CoIfrRACT, PLANS, AND SPECIFICATIONS. The contract, plans, specrlications, and all referenced slandards 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 complemerttary and to describe and provide for a complete work in case oi' discrepancy, calculated dimensions will govern over scaled dimensions; contract technical specifications shall govern over contract general provisions, plans, cited standards I~or materials or testing, and cited FAA advisory circulars; contract general provisions shall govern over plans, cited standards for materials or testing, and cited FAA advisory circulars; plans shall govern over cited standards for materials or testing and cited FAA advisory circulars. The Contractor shall not take advantage of any apparent error or omission on the plans or specifmatJons. In the event the Contractor discovers any apparent error or discrepancy, he shall immediately call upon the Engineer for his/her interpretation and decision, and such decision shall be final, 50-04 COOPERATION OF CONTRACTOR. The Contractor will be supplied with two copies each of the plans and specifications. He shall have available on the work at al~ times one copy each of the plans and specifications. Additional copies of plans and specifications may be obtained by the Corffractor for the cost of reproduction. The Contractor shall give constant attention to the work to facilitate the progress thereof, and he shall cooperate with the Engineer and his/her inspectors and with other contractors in every way possible. The Engineer shall allocate he work and designate the sequence of construction in case of controversy between contractors. The Co~tractor 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 rapmsentative. 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 hi..~/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 Ihe same project shall cooperate wiffi each other as directed. Each Conbactor involved shall assume all liability, I~nancial or otherwise, in connection with his/her contract and shall protect and save harmless the owner fTom any and all damages or ctaims that may arise because of inconvenience, delays, or loss experienced by him because of the presence and operations of other Contractom working within the limits o[ the same project. The Contractor shall an'ange his/her work and shatl place and dispose of the materials being used so es not to interfere with the operations of the other Contractors within the limits of the GP-50-2 same project. He shall join his/her work wlth 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 Corttractor's guidance shall be preserved by the Contractor In case el= 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 Eom subsequent estimates due the Contractor at the discretion of the Engineer. 50-07 AUTOMATICALLY CONTROLLED EQUIPMENT. Whenever batching or mixing plant equipment is required to be operated automatically under the contract and a breakdown or malflJnction of the automatic controls occurs, the equipment may be operated manually or by other methods for a pedod 48 hours following the breakdown or malfunction, provided this method of operations will product results which conform to all other requirements of the contract. 50-08 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 alt 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 representalJves of any failure of the work or materials to conform to the requirements of the contract, pfans, or specifications and to reject such nonconforming materials in question until such issues can be re[erred 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 res/ore said pen'ions of the work to the standard required by the specifications. Should the work thus exposed or examined prove acceptable, the uncovering, or removing, and the mp~acing 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 covedng or making good of the parts removed will be at the Contractor's expense. Any work done or materials used w'rthout supervision or inspection by an authorized representative of the owner may be ordered removed and replaced at [he Conb'actor's expense unless the owner's representative failed to inspect after having been given reasonable notice in writing that ~ work was to be performed. GP-5~)-3 Should the contract work include reloca§on, adjustment, or any other modification to existing [acilities, not the property of the (contract) owner, authorized representatives of the owners of such facilities shall have the dght to inspect such work. Such inspection shall in no sense make any facility ov~er a pady to the contract, and shall in no way interfere with the dghts of the parties to ti-ds contract. 50-10 REMOVAL OF UNACCEPTABLE AND UNAUTHORIZED WORK. All work which does not form to the requirements of the contract, p~ans, and specirmations will be considered unacceptable, unless otherwise delermined 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 workmansh*p, 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 subsec~on titled CONTRACTOR'S RESPONSIBILITY FOR WORK of Section 70. Work done cont~'ary to the instroctiens 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 he 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 he remedied or removed and replaced and unauthorized work to he removed and to deduct the costs (incurred by the owner) from any monies due or to become due the Contractor. 50-1'1 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 Conbactor of Hability for damage which may result fTom 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 he limited as directed. No loads will be permitted on a concrete pavement, base, or structure bet'ore the expiration of the curing period. The Contractor shall he responsible for all damage done by his/her hauling equipment and shall C0~TeCt such damage at hisser ow~ expense 50-12 MAINTENANCE DURING CONSTRUCTION. The Contractor shall maintain the work during construction and until the work Is accepted. This maintenance shall conslA'ute continuous and effective work prosecuted day by day, with adequate equipment and forces so that the work is maintained in satis[actory condition at al~ times. In the case of a contract for the ~acing of a coume upon a course or subgrade previously constructed, the Contractor shall maintain the previous course (x subgrade during aU constrt;ction operations. GP-5~-4 All costs of maintenance work dunng construction and before the p~oject is accepted shall be included in the unit prices bid on the vadous contract items, and the Contractor will not be paid an additional amount for such work. 50-13 FAILURE TO MAINTAIN THE WORK. Should the Contractor at any time fail to maintain the work as provided in the subsection titled MAINTENANCE DURING CONSTRUCTION of this section, the Engineer shall immediately notify the Contractor of such noncompliance. Such notification shall specify a reasonable time within which the Contractor shall be required to remedy such unsatisfactory maintenance condition. The time specified will give due consideration to the exigency lhat exists. Should the Contractor fail to respond to the Engineer's notification, the Engineer may suspend any work necessary for the owner to correct such unsatisfactory maintenance condition, depending on the exigency that exists. Any maintenance cost incurred by the owner, shall be deducted from monies due or to become due the Contractor. 50-14 PARTIAL ACCEPTANCE. If at any time during the prosecution of the project the Conh'actor substantially completes a usable unit or portion ol~ the work, the occupancy oi" which will benefit the owner, he may request the Engineer to make I~nal inspection of that unit Ii" the Engineer finds upon inspection that the unit has been satisl:actorily completed in compliance with the contract, he may accept it as being completed, and the Contractor may be relieved ol~ 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 Conl.ractor 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 Ihe conb-act, 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 discJoses any work, in whole or in part, as being unsatisfactory, the Engineer will give the Contractor the necessary instructions for correction of same and the Contractor shall immediately comply with and execute such instructions. Upon correction of the work, another inspection will be made which shall constitute the final inspection, provided the work has been satJsfactedly completed. In such event, the Engineer vail make the final acceptance and notify the Contract. or in writing of this acr.~ptance as of the date of final inspection. 50-16 CLAIMS FOR ADJUSTMENT AND DISPUTES. If for any reason the Contractor deems that additional cornpensation is due him for work or materials not cleady 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 no[Jfisation is not given or the Engineer is not afforded proper opportunity by the Contractor for keeping st~'ict 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 cast of the work shall not in any way be cons~ as proving or substantiating the validity of the claim. When the work on which the claim for additional compensation is based has been compiated, the Contractor shall, within 10 calendar days, submit his/he~ GP-50~5 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 nght to dispute final payment based on differences in measurements or computations. COST REDUCTION INCENTIVE. The provisions of this subsection will apply only to contracts awarded to the Iov,~st b~lder pursuant to comde§tive 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 conb~ct 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 pro~ect, including but no[ 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 specificatiy identified by the Contractor as being presented for consideration as a value engineenng proposal. 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 ~ comparative advantages and disadvantages ~ each; b_ An itemization of the conlract 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 w~ll have on the time for completion of the contract; and f. Tho contract items of work affected by the proposed changes, including any quantity variation attributable to The Contractor may ,~thdraw, in whole or in part, any cost reduction proposal not accepted by the Engineer, within the peded specified in the proposal. The provisions of this subsection shall not be construed to require the Engineer to consider any cost reduction proposal which may be submitted. GP-50-6 The Contractor shall continue to perform the work in accordance with the requirements of the contract until a change order incoq3orating the cost reduction proposal has been issued If a change order has nbl been issued by the date upon which the Contractor's cost reduddon proposal specifies that a decision should be made, or such other date as the Contractor may subsequently have requested in wdting, such cost reduction proposal shall be deemed rejected. The Engineer shall be the sole judge of the acceptabil'rty of a cost reduction proposal and of the esQmated net savings from the adop~on of all or any part of such proposal. In determining the estimated net savings, the Engineer may disregard the contract bid prices if, in/he Engineer's judgment such prices do no/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 authedty 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 which 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 belv,'ccn Ihe 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 o[ the work. Acceptance of the cost-reduction proposal and performance of the cost-reduction work shall not extend the time ot completion bi' the contract unless specifically provided for in the contract change order. END OF SECTION 50 GP-50-7 SECTION 60 CONTROL OF MATERIALS 60-01 SOURCE OF SUPPLY AND QUAUTY 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 manuPactured or processed shall be new (as compared to used or reprocessed). In order to expedite the inspection and testing of materials, lhe Contractor shall furnish complete statements to the Engineer as to the edgin, 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, pdor 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 a~ter tdal that sources of supply for previously approved mateda/s do not produce specified products, the Contractor shall furnish materials from other sources. The Contractor shall furnish airport lighting equipment that conforms Io the requirements of cited materials specdicalions. In addition, where an FAA specification for airport lighlJng equipment is cited in the plans or specifications, the Contractor shall furnish such equipment that is: a. Listed in FAA Advisory Circular (AC) 150/5345-1, Approved Airport Equipment, that is in effect on the date of advertisement; and, b. Produced by the manufacturer qualil~ed (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 MANUFAC'rURER SAMPLES, TESTS, AND CITED SPECIFICATIONS. All materials used in the wo~k 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 shatl be performed at the Contractor's dsk. Materials found to be unacceptable and unauthorized will not be paid I'or and, if directed by the Engineer, shall be removed at the Contractor's expense. Unless otherwise designated, tests in acc. z:m~ance wil~ the cited standard methods of AASHTO or ASTM which are current on ~ date of advertisement for bids will be made by and at the expense of the owner. Samples will be taken by a qualif'~:J representalive of the owner. All materials being used are subject to inspection, test, m' rejection at any time prior to or during incorporation into the GP~o(~l work. Copies of all tests will be furnished to the Contractor's representative at his/her request 60-03 CERTIFICATION OF COMPLIANCE. The Engineer may permit the use, pdor to sampling and testing, of certain maiedals or assemblies when accompanied by manufacturer's certJf'lcates of compliance stating that such materials or assemblies fully comply with the requirements of the contract. The certificate shall be signed by the manufacturer. Each lot of such materials or assemblies delivered to the work must be accompanied by a certificate of compliance in which the lot is dearly identified. Matenals or assemblies used on the basis o1' certificates of compliance may be sampled and tested at anytime and if found not to be in confo~Tnity 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 ol' compliance for each lot of such material or assembly de/ivered to the work. Such certJf-~cate of compliance shall deady 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 matedal or assembly for the use intended in the contract work. Should the Contractor propose to fumish an "or equal' matedal or assembly, he shall furnish the manufacturer's certificates of compliance as hereinbefore described for [he 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 dght 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 representa'dve may inspect, at its source, any specified matedal or assembly to be used in the work. Manufacturing plants may be inspected [rom time to time for the purpose of determining compliance with speckled 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 ex, st: a. The Engineer shall have the cooperation and assistance of the Contractor and the producer w'~h 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. GP~o0-2 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 matedal which has been tested and approved al Ihe source of supply after it has been delivered to the site. The Engineer shall have the dght to r~ject only material which, when retested, does not meet the requirements of the contract, plans, or specifications. 60-05 ENGINEER'S FIELD OFFICE AND LABORATORY. When specified and provided for as a contract item, the Contractor shall furnish a building for the exclusive use o[" the Engineer as a field office and field testing laboratory. The building shall be furnished and maintained by the Contractor as specified herein and shall become property of the Contractor when the cen~ract work is completed. 60-06 STORAGE OF MATERIALS. Materials shall be so stored as to assure the presewatlen of their quality and l~tness 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 ~ 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. Pdvate property shall not be used for storage purposes without written permission of the owner or lessee ot such property. The Contractor shall make all arrangements and bear all expenses for the storage of materials on pdvate property. Upon request, the Contractor shall furnish the Engineer a copy of the property owner's permission. All storage sites on pdvate or airport property shall be restored to their original condition by the Contractor at his/her entire expense, except as otherwise agreed to (in wrffing) 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 [rom the site of the work, unless othen~vise instructed by the Engineer. No rejected material or assembly, the del~ects of which have been corrected by the Contractor, shall not be retumed 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 specil~ed herein (if any) to be furnished by the owner. Owner-furnished materials shall be mede available to the Contractor at the location specified herein. Ail costs of handling, transportation [rom 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 matedal is used. GP-6~-3 After any owner-furnished material has been delivered to the location specified, [he Conb'actor shall be responsible for any demurrage, damage, loss, or other deficiencies which may occur dudng lhe 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, of use of owner-furnished materials. END OF SECTION 60 GP-60-4 SECTION 70 LEGAL REGULATIONS AND RESPONSIBILITY TO PUBLIC 70-1 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 thbunals having any jurisdiction or authority, which in any manner affect those engaged or employed on the work, or which in any way alfect the conduct of ~he 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 fi-om or based on the violation el~ any such law, ordinance, regulation, order, or decree, whether by himsell~ 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. Ifthe 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 indemnil~y and save harmless the owner, any third party, or political subdivision from any and ali claims for infringement by reason of the use of any such patented design, devoe, 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 el~ 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 nght to authorize the construction, reconstruction, or maintenance of any public or private utility service, FAA or National Oceanic and Atrnosphenc Administration (NOAA) facility, or a utility service of another government agency at any time during ~ progress of the work. To the extent that such construction, reconstruction, or maintenance has been coordinated w~th the owner, such authorized work (by others) is indicated as follows: Owner (Utility or Other Facility) Location (See Plan Sheet No.) Person to ConIact (Name, Title, Address and Phone) Except as listed above, the Conlractor shall not permit any individual, firm, or corporal'ion to excavate or otherwise disturb such utilYcy services or facilities located within the limits of the work without [he wditen permission of the Engineer. Should the owner of public or private utility service, FAA, or NOAA facilit,j, or a utility service o~ another govemment agency be authorized to construct, reconstruct, or maintain such utility service or facility dudng 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. VVhen ordered as extra work by the Engineer, the Co.i. factor shall make all necessary repairs to the work which are due Io such authorized work by others, unless GP~I otherwise p~ovided 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 I~or any delay to the w3rk resulting from such author[zed work. 70-05 FEDERAL AID PARTICIPATION. For AlP contracts, the United States Government has agreed to reimburse [he owner for some portio~ ol~ the contract costs. Such reimbursement is made from time to time upon the owner's (sponsor's) request to the FAA. In consideration of the United States Government's (FAA's) agreement with the owner, the owner has included provisions in this contract pursuant to the requirements of the Airport Improvement Act of 1982. as amended by the Airport and Airway Safety and Capacity Expansion Act of 1987, and the Rules and Regulations of the FAA that pertain to the work. As required by the Act, the contract work is subject to the inspection and approval of duly author[zed representatives of the Administrator, FAA, and is fur[her su~ect to these provisions of the rules and regulations that are cited in the contract, plans, or spocifica§ons. No requirement of the ACt. the rules and regulations implementing the Act, or this contract shall he 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 Conb-actor 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 conceming construction safety and health standards. The Contractor shall not require any worker to work in surroundings or under conditions are unsanitary, hazardous, or dangerous to his/her health or safety. 70-07 PUBUC CONVENIENCE AND SAFETY. The Contractor shall control his/her operations and those of his/her subcontractors and all suppliers, to assure ~ least inconvenience to the traveling public. Under all circumstances, safebj shall be the most important consideration. The Contractor shall maintain the flee and unobstructed movement of aircraft and vehicular traffic with respect to his/her own operations and those of his/her subconb'actors and all suppliers in accordance with ~ subsection tiUed MAINTENANCE OF TRAFFIC of Section 40 hereinbefore specified and shall limit such operations for the convenience and sa~=V~y of the ffaveling public as specified in the subsection Ufled LIMITATION OF OPERATIONS of Section 80 hereinafter. 70-08 BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS. The Contractor shall furnish, erect, and maintain aJI barricades, warning signs, and markings for hazards necessary to protect the public and the work_ When used during periods ol~ darkness, such barricades, warning signs, and hazard markings shall be suitably illuminated. For vehicular and pedestrian traffic, the Contractor shall furnish, erect, and maintain ban'icades, warning signs, lights and other tratfic contJ'ol devices in reasonable conl'orrnity GP-70-2 with the Manual of Uniform Traffic Control Devices for Streets and Highways (published by Ihe Unrted 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 lemporary markings and associated lighting cenforrning to Ihe requirements of AC 150/5340-1, Marking ol~ Paved Areas on Airports. The Contractor shall furnish, erect, and maintain markings and associated lighting of open benches, excavations, temporary stockpiles, and his/her parked construction equipment that may be hazardous to the operation of emergency l~re-rescue or maintenance vehicles on the airport in reasonable conformance to AC 150/5370-2, Operational Safety on Airports During Construction Activity The Contractor shall identity each motorized vehicle or piece of construction equipment in reasonable conformance to AC 150/5370-2. The Contractor shall furnish and erect all barricades, warning signs, and markings for hazards prior to commencing work which requires such eredion 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. 70-69 USE OF EXPLOSIVES. When/he use of explosives is necessary for the prosecution of the work, ~e Contractor shall exercise the utmost care not to endanger life or property, including new work. The Contractor shall he responsible I~or all damage resulting Eom the use of explosives. AJI explosives shall be stored in a secure manner in compliance with all laws and ordinances, and all such storage places shall be clearly marked. Whera no Ioca~ 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 The Contractor shall notify each prope~'ty owner and public utility company having structures or futilities in proximity to the site of the work of hisser intention to use explosives. Such notice shall be gNen 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 properS. 70-10 PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPE. 'i-he Conb'actor shall be responsible for the preee{vation of all public and private property, and shall protect carefully from disturbance or damage all land monuments and proper~ 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 ~osecufion ct' the work, resulting from any act, omission, neglect, or misconduct GP-7~3 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 er indirect damage er 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 be[ore 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 Eom 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 otor in consequence et 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 fTom any infringements of patent, t~'ademark, or copyright; or from any claims or amounts adsing or recovered under the 'Workmen's CompensalJon 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 ova~er for such purpose may be retained for the use of the owner or, in case no money is due, his/her sure[7 may be held until such suit or suits, action or actions, claim or cialms for injuries or damages as aforesaid shall have been setlled and suitable evidence to that effect furnished Io the owner, except that money due the Contractor will not be withheld when the Contractor produces satisfactory e',ndence that he is adequately protected by public liability and property damage insurance. 70-~t2 THIRD PARTY BENEFICIARY CLAUSE. It is specifically agreed beblveen the parties executing the contract that it Is not intended by any of the provisions of any part of the contract to c~'eate the public or any member [hereof 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 cenb'act 70-13 OPENING SECTIONS OF THE WORK TO TRAFFIC. Should it be necessary for the Contractor to complete portions of the co~b'act work for the beneficial occupancy of the owner prior to completion of the entire contract, such 'phasing" of [he work shall be specified herein and indicated on the plans. When se specified, b'3e Contractor shall complete such portions of the work on or before the date specified or as otherwise specified. The Contractor shall make hisJher 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 Benermial Occupancy Work Shown on Plar~ Sheet Upon completion of any portion of the work listed above, such portion shall be accepted by the ovmer in accordance with the subsection lJtled PARTIAL ACCEPTANCE of Section 50. GP.70~t 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 intermrttent basis, such openings shall be made when, in the opinion of the Engineer, such podion et 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 conslJtute 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. 70-14 CONTRACTOR'S RESPONSIBILrrY FOR WORK. Until the Engineer's final written acceptance of the entire completed work, excepting only those portions of the work accepted in accordance ~ 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 fTom the execution or from the nonexecution of the work. The Contractor shall rebuild, repair, restore, and make good all injuries or damages to any portion of the work occasioned by any of the above causes before final acceptance and shall bear the expense thereof 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 Ged such as earthquake, tidal wave, tornado, hurricane or other cataclysmic phenomenon of nature, or acts of the public enemy or of government authori6es. 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 sb'uctures, signs, or other facilities at his/her expense. During such period of suspension of work, the Contractor shall properly and conl~nuously maintain in an acceptable growing condition all living material in newly established planting, seedings, and soddings furnished under his/her contTact, and shall take adequate precautions to protect new tree growth and other important vegetative growth against injury_ 70-t5 CONTRACTOR'S RESPONSIBlUTY FOR UTILITY SERVICE AND FACIUTIES OF OTHERS. As provio~:l 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, reconsb'uct or maintain such utility services or facilities during the progress of the work. In addition, [he Contractor shall control his/her operations to prevent the unscheduled interrup~on of such utility services and facilities. To the extent that such public or private utility services, FAA, or NOAA tacilitJes, or utility services of anuther governmental agency are known to exist within the limits of the contract work, the approximate iocafions have been indicated on the plans and the owners are indicated as follows: GP-7~5 Utility Service or Facility Person to Contract (Name, Title, Address, & Phone) Owner's Emergency Contact (Phone) It is understood and agreed thai the owner does not guarantee the accuracy or the completeness of the location intor~nation 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 undemtood and agreed [hat the Contractor shall, upon execution o1: the contract, notify the owners of all utility services or other faci~es 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 h:eep such individual owners advised o1: 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 representalive 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 peor 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 hereinabeve provided shall he cause for the Engineer to suspend the Contractor's operations in the general vicinity of a utility service or facility. Where the outs[de limits of an underground ublity service have been located and staked on the ground, the Contractor shall he required to use excavation methods acceptable to the Engineer within 3 feet (90 cra} of such outsMe limits at such points as may be required to ensure ~otecfion from damage due ~o 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 Co~tractor, 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 hear 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 GP-7~6 contract owner reserves the right to deduct such costs from any monies due or which may become due the Contractor, or hisJher surety. 70-16 FURNISHING RIGHTS-OF-WAY. The owner will be responsible for furnishing all rights-or-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 officfial of the owner. It is understood that in such ma~ters 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 estop the owner from correcting any measurement, estimate, or certificate made he[ore or after completion of the work, nor shall the owner be p~ectuded or estopped from recovering from the Contractor or his/her surety, or both, such overpayment as may be sustained, or by failure on the part of the Contractor to fulfill his/her obligations under the contract. A waiver on the part of the owner of any breach of any part of the contract shall not be held to be a waiver of any other or subsequent breach. The Contractor, without prejudice to the terms of the contract, shall he liable to the owner for latent defects, fraud, or such gross mistakes as may amount to [Taud, or as regards the owner's rights under any warranty or guaranty. 70-19 ENVIRONMENTAL PROTECTION. The Contractor shall comply with ali 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, o~ls, bitumens, chemicals, or other harmh~l materials and to prevent pollution of the ab.osphere from particulate and gaseous mailer. 7~-20 ARCHAEOLOGICAL AND HISTORICAL FINDINGS. Unless ofhem~ise specified in this subsection, the Contractor is advised that the site of the work is not within any property, disthct, or site, and does not contain any building, structure, or object listed in the curt'eot National Register of Historic Places published by the United States Department of Interior. Should the Contractor encounter, during his/her operations, any building, pert of a building, structure, or object which is incongruous with its sun'oundings, he shall immediately cease operations in that location and notify the Engineer. The Engineer will immediately investigate the Contractor's §nding and will direct the Contractor to either re~urne his/her operations or to suspend operations as directed. Should the Engineer order suspension of the Contractor's operabons 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 conb'act time in GP-7~7 accordance with lhe subsection titled DETERMINATION AND EXTENSION OF CONTRACT TIME of Section 80. END OF SECTION 70 SECTION 80 PROSECU'I'ION AND PROGRESS 80-01 SUBLI:I lING OF CONTRACT. The owner will not recogmze any subcontractor on the work. The Contractor shall at all times when work is in progress he represented either in person, by a qualified superintendent, or by other designated, qualified representative who is duly author[zed to receive and execute orders of the Engineer. Should the Contractor elect to assign his/her contract, said assignment shall be concun'ed in by the surety, shall he 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 ~le collies of all subcontracts with the Engineer. 80-02 NOTICE TO PROCEED. The notice lo proceed shall stale 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 sat 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 el: the time actual const]ruction operations will begin 80-03 PROSECUTION AND PROGRESS. Unless othen~vise 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 he used to establish major construction operations and to check on the progress of the work. The Contractor shall provide suff'~cient 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 ~alls significantly behind the submilted schedule, the Contract~ shall, upon the Engineer's request, submit a revised schedule for completion el: the work within the contract time and modify hisJher operations to provide such additional materials, equipment, and labor necessary to meet the revised schedule. Should the prosecution of the work be dlsconQnued fo~ any reasons, the Contractor shall noQfy the Engineer at least 24 hours in advance of resuming operations. For AlP contracts, the Contractor shall not commence any actual construction pdor to the date on which the noUce to proceed is issued by the owoer. 80-04 LIMITATION OF OPERATIONS. The Contractor shall control his/her ol~ratJons and the operatler~s of his/her subcontractors and all suppliers so as to provide for the free and unobstructed movement of air~aff 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 management (through the Engineer) at least 48 hours pdor to commencement of such work. The Corffractor shall not close an AIR OPERATIONS AREA until so authorized by the Engineer and unti~ the necessary temporary marking and associated lighting is In place as pro,tided in GP-8~I the subsection tiffed BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS of Section 70. When the contract work requires the Contractor to work within an AIR OPERATIONS AREA of the airport on an intermittent basis (intermittent 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 [or suspension of the Contractor's operations in the AIR OPERATIONS AREA until the satisfactory conditions are provided. The [ollow~ng ,OJR OPERATIONS AREA (AOA) cannot be closed to operating aircraft to permit the Contractor's operations on a continuous basis and will therefore be closed to aircraft operations intermittently as follows: AOA TIME PERIODS AOA CAN BE CLOSED TYPE OF COMMUNICATIONS REQUIRED WHEN WORKING IN AN AOA CONTROL AUTHORITY 80-05 CHARACTER OF WORKERS, METHODS, AND EQUIPMENT. The Contractor shall, al 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 spocificalJons. All workers shall have sufficlenl 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. Ail equipment which 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 he such that no injury to previously completed work, adjacent property, or existing airport facilities will result from its I..IS~. 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 confon'nity 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 he 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 bo on ~ condition that the Contractor will be fully responsible for producing work in conformity with contract requirements. If, after Irial use of the substituted methods or equipment, the Engineer determines that the work produced does not meet contract requJrements, the Contractor shall discontinue Ihe 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 lake such other corrective actJen as Ihe GP~80-2 Engineer may direct. No change will be made in basis of payment for the contract items involved nor in contract time as a result el= authohzJng a change in methods or equipment under this subsection. 80-.66 TEMPORARY SUSPENSION OF THE WORK. The Engineer shall have the authority to suspend the w~3rk wholly, or in part, for such peded or peneds as he may deem necessary, due to unsuitable weather, or such other conditions as are considered unfavorable [or the prosecution el~ Ihe work, or for such lime as is necessary due to the failure on the part of the Contractor to carry out orders g~ven or perform any or all provisions of the contract. In the event that the Contractor is ordered by the Engineer, in writing, to suspend work for some unforeseen cause not otherwise provided I~or in the contract and over which the Contractor has no control, the Contractor may be reimbumed I~or actual money expended on the work during the pealed of shutdown. No allowance will be made for anticipated prot-~ts. The pedod of shutdown shall be computed [rom the effective date of the Engineer's order to suspend work to the effective date et the Engineer's order to resume the work. Claims for such compensation shall be filed with the Engineer wffhin the time pefied stated in the Engineer's order to resume work. The Contractor shall submit with his/her claim information substantiating the amount shown on the ctaim. The Engineer will forward the Contractor's ctaim 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, I~or suspensions made at the request of the Contractor, or for any other delay provided for in the contract, plans, or specifications. If it should become necessary to suspend work for an indefinite peded, 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 deteherafion of the work performed and provide for nom~al drainage of the work. The Contractor shall ered~ temporary structures where necessary to provide for traffic on, to, or from the airport. 80-4)7 DbI[.-RMINATION 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 c~:)ntract and shall he known as the CONTRACT TIME. Should the contract time require extension for masons beyond the Contrador's central, it shall be adjusted as I~ollow~: a. CONTRACT TIME based on WORKING DAYS shall be calculated weekly by the Engineer. The Engineer will famish the Contractor a copy of hisJher weekly statement of the number of working days charged against ~e conb'act time dudng the week and the number of working days currently specif'~:l 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 Ihe following considerations: (1) No time shall be charged I~or days on which/he Contractor is unable to proceed with the principal item of work under construOJon 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 GP~0-3 a double-shift, 12 hours shall be used. Should the normal work force be on a triple-shift, 18 hours shall apply. Conditions beyond the Contractor's control such as strikes, lockouts, unusual delays in transportation, temporary suspension of the principal item of work under construction or temporary suspension of the entire work which have been ordered by the Engineer for reasons not the fault of the Contractor, shall not be charged against the contract time. (2) The Engineer will not make charges against the contract lime prior to the effective date of the notice to proceed (3) The Engineer w~ll begin charges against the contract, time on the first working day after the effective date of the notice to proceed. (4) The Engineer will not make charges against the contract time after the date of final acceptance as defined in the subsection titled FINAL ACCEPTANCE of Section 50. (5) The Contractor will be allowed 1 week in which to file a wdtten protest setting forth his/her objections to the Engineer's weekly statement. If no objection is filed within such specified time, the weeldy statement shall be considered as acceptable to the Contractor. The contract lime (stated in Ihe proposal) is based on the onginaliy estimated quantities as described in the subsection titled INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES of Section 20. Should Ihe 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 ol~the actually completed quantitms bears to the cost of the originally estimated quantYaes 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 ol~ §nal payment. b. CONTRACT TIME based on CALENDAR DAYS shall consist oi~ 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 behveen the effective dates of the Engineer'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 cempleted quantities hears to the cost of the originally estimated quantifies in the proposal. Such Increase in the centract time shall not consider either cost of work or the extension ~ 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 contrad time is a specified completion date, it shall be the date on which all contract work shall be substantially completed. Iftbe Contractor I~nds it impossible for reasons beyond his/her con~'ol to complete the work within the conb'act time as sbecif~-='cl, or as extended in accordance with the provisions of this GPq~%4 subsection, he may, at any time prior to the expiration of the contract time as extended, make a written requesl to the Engineer for an extension of time setting forth the reasons which he believes will justify the granting o[ his/her request. The Contractor's plea that insufficient time was sbecilSed is not a valid reason for extension o[ time If the Engineer finds that the work was delayed because of conditions beyond the control and without the fault or' the Contractor, he may extend ['he time for completion in such amount as the conditions juslify. The extended time for completion shall then be in full force and effact, the same as though it were the original time [or completion. 80-06 FAILURE TO COMPLETE ON TIME. For each calendar day ar 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 thai. will be incurred by the owner should the Contractor tail to comple[e the work in the time provided in his/her contract. Permitting the Contractor to continue and finish the work or any part of it after the time fixed for its completion, or after the 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 contTact. 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 o1: the following reasons if the Contractor a. Fails to begin the work under the contract within the time specif~-~:l in the "Notice to Proceed," or b. Fails to perform the work or fails to provide sulficient workers, equipment or materials to assure completion of work in accordance wi~ 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 p~osecution 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 bankrupl, or commits any act o[ bankruptcy or insolvency, or g. Allows any final judgment to stand agains! him unsatisfied for a pedod of 10 days, or h. Makes an assignment for the benefit of creditors, or GP~5 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 wdlten 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, wilhin a period o1:10 days after such notice, does not proceed in accordance therewith, then the owner will, upon written notification from the Engineer of the tacts of such delay, neglect, or default and the Contractor's failure to comply with such notice, have ~ull power and authority without violating the contract, to take the prosecutJon 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 acceptai~e manner. All costs and charges incurred by the owner, together with the cost of completing the work under contract, will be deducted fi`om any monies due or which may become due the Contractor. If such expense exceeds the sum which would have been payable under bhe 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 fTom proceeding with the construction contract as a direct result of an Execu'dve Order of the President with respect lo the prosecution of war or in the interest of national defense. VVhen 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 inctuded 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 t~tat are not incorporated in the work shall, at the oplion 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. Tewnination of the contract or a portion thereof shell neither relieve the Contractor of his/her responsibilities for the completed work nor shall it relieve his/her surety of its obligation I=or and cenceming any just claim adsing out of the work pedormed. END OF SECTION 80 l GPA~O~ SEC110N ~0 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 quantifies of matedal furnished and of work performed under the contract will be those rnetheds generally recognized as conforming to good engineering practice. Unless othervase 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 ol~ 9 square feet (0.8 square meter) or less Unless otherwise specified, transverse measurements for area computations will be the neet 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 r~t 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 o~her acceptable methods w~ll 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 shod ton consisting of 2,000 pounds (907 kilograms) avoirdupois. All materials which ere measured or propo~'tioned by weights shall be weighed on accurate, approved scales by competent, qualified personnel at locations designed by the Engineer. If matedal is shipped by rail, the car weight may be accepted provided that only the actual weight of matedal be paid for. However, car weights will not be acceptable for material to be passed through mixing plants. Trucks used to haul material being paid [or by weight shall be weighed empty daily at such times as the Engineer directs, and each buck 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 vehicle~ arrive at the point of delivery. GP-90-1 When requested by the Contractor and approved by the Engineer in wdting, material specified to be measured by the cubic yard (cubic meter) may be weighed, and such weights will be conveded to cubm yards (cubic meters) for payment purposes. Factors for conversion h'om weight measurement to volume measurement will be determined by the Engineer and shall be agreed to by the Contractor before such methed of measurement of pay quantities is 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 list from the car or the distributor, wasted, or otherwise not incorporated in the work When bituminous materials ara shipped by truck or ffansport, net certified weights by volume, subject to correction for loss or foaming, may be used for computing quantities. Cement will be measured by the ton (kilogram) or hundredweight (k~logram). ]3mber 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, "Jump sum" work) is specified as the unit of measurament, the unit will be construed to include all necessary f~"dngs and accessories. Rental of equipment will be measured by time in hours of actual working time and necessary b'aveling 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 subsecben tiffed PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of this section. When standard manufactured items ara specified such as fence, wire, plates, roiled 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 speci~cations, manufacturing tolerances established by the industries involved will be accepted. Scales for we~Jhing materials which are required to be proporlJoned or measured and paid for by weight shaJl be ~mished, erected, and maintained by the Contractor, or be certified permanently installed commercial scales. GP-90-2 Scales shall be accurate within one-half percenl 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 capacibj 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 sai'ely and conveniently view them. Scale installations shall have available lan 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 dgid 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 I percent. In the event inspection reveals the scales have been 'underweighing" (indicating less than correct weight), they shall be adjusted, and no add~onal payment to the Contractor will be allowed for materials previously weighed and recorded. Ail costs in conneclJon with furnishing, installing, certifying, testing, and maintaining scales; for furnishing check weights and scale house; and fa' all other items specified in this subsection, fo[ the weighing of materials I~or proportioning or payment, shall be included in the unit contract prices for the vadous items of the pr~ect. When the estimated quantities for a specific pertJon of the work am designated as the pay quantities in the contract, they shall be the final quanl~es for which payment [or such specific portion of the work will be made, unless the dimensions of said portions of the work shown on the plans are revised by the Engineer. If revised dimensions result tn an increase or decrease in the quantities ol~ such work, the final quantifies 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 acce~ compensation provided for in the cent~'act as full payment for h. trnishing all materials, for performing ali 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 of matedal will not also be measured for payment under any other contract item which may appear elsewhere in the contract, plans, of specifications. Gpog0-3 904)3 COMPENSATION FOR ALTERED QUANTITIES. When the accepted quantities of work vary from the quantities in the proposal, the Contractor shall accept as payment in tull, 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 indireclty fi-om his/her unbalanced allocelion of overhead and prof'~t among the contract items, or fi-om 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 o[ 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 pdces for any work actuaIty completed and acceptal:~e pdor to the Engineer's order to omit or nonperform such conEact item. Acceptable materials ordered by the Contractor or delivered on tl-~ 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 fo~ the purpose of performing the omitted contract item prior to the date of the Enginser's order. Such additional costs incurred by the Contractor musl[ 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. ~)-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 authodzJng /he extra work requires that ii 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 touts, er other costs for which no spec,~fic allowance is herein provided. b. Comparison o[ 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 Conlractor 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 fumished the Engineer with duplicate itemized statements of the cost of such force account work detailed as follows: GP-90~I (1) Name, classificalion, date, daily hours, total hours, rate and extension [or each laborer and foreman. (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) Transpedation 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 ot the invoices the Contractor shall furnish an alfidavit certifying that such materials were taken from his/her stock, that the quantity cJaimed was actually used, and that the price and transportation claimed represent the actual cost to the Contraclor. 9~-06 PAR'rIAL 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 pad, al payments may also include the delivered actual cost of those materials stockpiled and stored in accordance with the subsection tiUed PAYMENT FOP, MATERIALS ON HAND of this section. No partiel 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 sub~ection tiffed 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 shaJl be deducted. When not less than 95 percent of the v~:~rk has been completed the Engineer may, at his/her d~cretion and with the consent of tine surety, pre~are an estimate fTom 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 [he proposal or covered by approved change orders or supplemental agreements, except when such quantities have been determined by the Engineer to be a part of the flnaJ quantity for the item of work in question. GP-90-5 No partial payment shall bind the owner to the acceptance of any materials or work in place as to quality or quantity. All partial payments are subject to correction at the time of final payment as provided in the subsection titled ACCEPTANCE AND FINAL PAYMENT of this section. 90-07 PAYMENT FOR MATERIALS ON HAND. Partial payments may be made to the extent of the delivered cost of materials to be incorporated in the work, provided that such materials meet the requirements of the contract, plans, and specifications and are delivered to acceptable sites on Ihe airport property or al 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 matedal has been stored or stockpiled in a manner acceptable to the Engineer at or on an approved site. b. The Contractor has fumished the Engineer with acceptable evidence of the quantity and quality of such stored or stockpiled materials. c. The Contractor has fumished the Engineer with satisfactory evidence that the matedal and transportation costs have been paid. d. The Contractor has furnished the owner legal title (flee of liens or encumbrances of any kind) to the matedal so stored or stockpiled. e. The Contractor has I'umished the owner evidence that the matedal 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 o[ title and the owner's payment for such stored or stockpiled materials shall in no way relieve the Contractor of his/her responsibility [or 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 matefiaJs on hand exceed the contract price for such materials or the contract pdce for the contract ite~n in which the matedal 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 wilh 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. GP-90~ b. The Contractor shall deposit 1o 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 tbe owner. d. The Contractor shall obtain the written consent o1' 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 ol= the items o[ work actually performed. The Contractor shall approve the Engineer's final estimate or advise the Engineer ol: his/her objections to the final estimate which are based on disputes in measurements or computations of the tinal quantities to be paid under the contract as amended by change order or supplemental agreement. The Contractor and the Engineer shall resolve ail 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 peded, a dispute still exists, the Contractor may approve the Engineer's estimate under protest of the quantifies 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. 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 [he 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 tyre final estimate and payment. If the Contractor has filed a claim for additional compensation under the provisions of the subsection tiffed 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 ~ocal ~aws or ordinances Upon flna~ adjudication of such c~aims, any additional payment determined to be due the Contractor will be paid pursuant to a supplemental final estimate. END OF SECTION 90 GP 90-7 SECTION 100 CONTRACTOR QUALITY CONTROL PROGRAM 100-01 GENERAL When the specifications require a Contractor Quality Control Program, the Contrad:or 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 conform to contract plans, technical specifications and other requirements, whether manufactured by the Contractor, or procured fTom 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 I:or accomplishing the stated purpose. The intent ct' 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 in[orma§on 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 preconstruc'don conference, his/her understanding ct [he 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 partJal 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 sec~on and elsewhere in the contract tecl'mlcal specifications am in addition to and separate fTom the acceptance testing requirements. Acceptance testing requirements are the responsiblity of the Engineer. IO0-02 DESCRIPTION OF PROGRAM. a. General Description. The Contractor shall establish a Quality Control Program to perform inspection and tes§ng 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 w~th respect to materials, workmanship, construction, finish, and fun~onal 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 sechon and any other activf'des deemed necessary by the Contractor to establish an effective level of quality control. b. Quality Control Program. The Contractor shall describe the Quality Control Program in a written document which shall be reviev~:,d by the Engineer prior to the start of GP-IO0-1 any production, construction, or off-site fabncation. The written Quality Control Program shall be submitted to the Engineer for review at least 7 calendar days before the Pre- Paving Conference. The Quality Control Program shall be organized to address, as a minimum, the following items: a. Quality control organization; b. Project progress schedule; c. Submittals schedule; d. Inspection requirements; e. Quality control testing plan; [. Documentalion of quality control activities; and g. Requirements for corrective action when quality control and/or acceptance criteria are not met. The Contractor is encouraged to add any additional elements to the Quality Control Program that he/she deems necessary to adequately control all production and/or construction processes required by this contract. '100-03 QUALITY CONTROL ORGANIZATION. The Contractor's Quality Control Program shall be irnl:~emented by the establishment ol~ a separate quality control organizabon. An organizational chart shall be developed to show all quality cor~'ol pemonnel and how these personnel integrate with other managementJproduction and construction functions and personnel. The organizalional chart shall idenb[y all quality control staff by name and f~nc'don, and shall indicate the total sta['f required to implement all elements of the Quality Contro) Program, including inspection and testing for each item of work. II~ necessary, different t~r. hnlc~ans can be utilized for specific inspection and tesQng func~ons for d~erent items of work. If an outside organization or independent testing laboratory is used for implementation of all or part of the Quality Contra/Program, the personnel assigned shall be subject to the qualification requirements o! paragraph 100-03a and 100-03b. The organizational chart shall indicate which pemonnel are Contractor employees and which are provided by an outside organization. The quality control orgar~.ation shall consist of the following minimum personnel: a. Program Administrator The Program Administrator shall be a full-time employee of the Contractor, or a c~nsultant engaged by th~ Contractor. The Program Administrator shall have a minimum of 5 years of experience in airport and/or highway construction and shall have had pdor quality control experience on a project of comparable size and scope as the contract. Additional qualifications for ~he Program Administrator shall include at least I of the following requiremenls: (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 Sdence 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 NICE--I' (6) Highway construction technician certif'~-~d at Level III by NICET. (7) A NICET certified eogineedog technician in Civil Engioeedng Technology with 5 yearn 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 specirma~ions. The Program Administrator shall report directly to a responsible officer of ['he construction firm. The Program Adminisb'ator may supervise the Quality Control Program on more than one project provided that person can be at the job site within 2 hours a~ter being notified of a problem. b. Quality Control Technicians. A sufficient number of quality control technicians necessary to adequately implement the Quality Control Program shall be provided. These personnel shall be either engineers, engineering technicians, or experienced craRsman with qualifications in the appropriate field equivalent to NICE'I' 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 perfon'n the following functions: (1) Inspection of all materials, construction, plant, and equipment for con[ormance to the technical specifications, and as required by Section 100-06. (2) Performance of all quality control lesls as required by the technical specil~cabens and Section 100-07. Ce~'tification at an equivalent level, by a state or na§onally recognized organization will be acceptable in lieu of NICET certification. GP-100-3 c. Staffing Levels. The Contractor shall provide sufficient qualified quality control personnel to monitor each work activity at all times. Where material is being prnducod in a plant for incorporation into the work, separate plant and field technicians shall be provided at each plant and field placoment location. The scheduling and coordinating of all inspection and testing must match the lype and pace of work activity. The Quality Control Program shall state where different lechnicians will be required for different work elements. 100-04 PROJECT PROGRESS SCHEDULE. The Contractor shall submit a coordinated construction schedule I~or all work activities. The schedule shall be prepared as a network diagram in Cdfical 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 Ihe work schedule and provide an update and analysis of the progress schedule on a twice monthly basis, or as otherwise spec[fled 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 r~quirements of the contract. 100-05 SUBMI'I-I'ALS SCHEDULE. The Contractor shall submit a detailed listing of all submiffals (e.g., mix designs, material certificalions) 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 ot submittal. 106-06 INSPECTION REQUIREMENTS. Qualrty 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 Conb'actor as specified by Section 100-07. Inspections shall be performed daily to ensure continuing compliance with conb'act r~:luirements until completion of the particular feature of work. These shall include the following minimum requirements: a. During plant operation for matedal production, quality conf~'ol test results and pededic inspections shall be utilized to ensure the quality ol~ aggregates and other mb( components, and to adjust and centrot mix proportioning to meet the approved mix design and other requirements of the technical specif'mations. 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. Dudng field operations, quality control test results and pedodic inspections shall be utilized to ensure lhe quality of all materials and workmanship. All equipment utilized in placing, finishing, and compacting shall he inspected to ensure its proper operating condition and to ensure that all such operations are in conl'ormance to the technical specifications and GP-100~I are within the plan dimensions, lines, grades, and tolerances specified. The Program shall document how these anti other quality control functions witl 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 technical specif'~cations. The testing plan shall include the minimum tests and test frequencies required by each technical specif'~cation 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 [ollowing: 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); t. 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 rec~ds 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 r~jecfion, etc.; proposed remedial action; and corrective actions ~aken. 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 tull compliance with the terms of the co~tract. Legible copies of these reCon:b shall be fumished to the Engineer daily. The records shall cover all ~ placed subsequent to the previously fumished records and shall be vent-md and s~gned by the Contractor's Program Administrator. Specific Contractor quality control records required for ~ contract shaJl 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 conb'ol inspections have been performed and shall, as a minimum, include the following: GP-100-5 (1) Technical specification item number and description; (2) Compliance with approved submittals; (3) Proper storage of materials and equipment; (4) Proper operation o[ all equipment; (5) Adherence to plans and technical specifications; (6) Review of quality control tests; and (7) Safety inspection. The daily inspection reports shall identify inspections conducted, results of inspec'uons, location and nature of defects found, causes for rejection, and remedial or corrective actions taken or proposed. The daily inspection reports shall be signed by the responsible 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 which 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 Con~'actor shall maintain statistical quality control charts. The daily test reports shall be signed by the responsible quality control technician and the Program Adrnlnlstrator. 100-09 CORRECTIVE ACTION REQUIREMENTS. The Quality Control Program shall indicate the appropriate action to be laken when a proces~ 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 inctude both general requirements for operation of the Quality Conb'ol Program as a whole, and for individual items of work contained in the technica~ specifications. The Quality Control Program shall detail how the results of quality co.roi 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 confl'ol and the type of correction to be taken to regain process control. GP-100-6 When applicable or required by the technical specifications, the Contractor shall establish and utilize statistical quality control charts l~or individual quality control tests. The requirements for corrective action shall be linked to the control charts. 100-10 SURVEILLANCE BY THE ENGINEER. All items o[ matedal 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 qualify 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 lake corrective action. Any notice, when delivered by the Engineer or his/her authorized representative to the Contractor or his/her authorized representative at the site of the work, shall be considered sufficient notice. b. In cases where quality control activities do not comply with either the Contractor's Quality Control Program or the contract provisions, or where the Contractor fails to propedy operate and maintain an effective Quality Control Program, as determined by the Engineer, the Engineer may: (1) Order the Contractor to replace ineffective or unqualified quality control personnel or subcontractors. (2) Order the Contractor to stop operations until appropriate cen'ective actions is taken. END OF SECTION 100 GP-100-7 SECTION 110 METHOD OF ESTIMATING PERCENTAGE OF MATERIAL WITHIN SPECIFICATION EMITS (PWL) 110-01 GENERAL. When the specifications provide for acceptance of matedal based on the method o[ estimating percentage of matenal within specification limits (PWL), the PVVL 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 PVVI_ is computed using the sample average (X) and sample standard deviation (S.) o[ 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. There is some degree of uncertainty (dsk) in the measurement for acceptance because only a small fi.action of production matedal (the population) is sampled and tested_ This uncertainty exists because all portions of ~ production matedal have the same probability to be randomly sampled. The Contractor's risk is the probability that matedal produced at the acceptable quality level is rejected or subjected to a pay adjustment. The Owner's risk is the probability that matedal 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-O2 METHOD FOR COMPUTING PWL The computational sequence [or computing PWL is as follows: a. Divide the lot into n sublots in accordance with the acceptance mquirernents 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 {he testing requirements of the specification. d. Find the sample average (X) for all subiot values within the lot by using the lollowing formula: X = (Xl+X2+X3+...Xn)/n Where: X = Sample average of all subtot values within a lot Xl, x2 = Individual sublot values n = Number o[ subtots GP-110-] Ihe ~t average value X e. Find the sample standard deviation (S.) by use of the t'ollowin9 formula: Sn = [(dl2 + d22 + d32 + . . .d.2)/(n-1)]~ Where:S. = Sample standard deviation of the number of sublot values in d~, d~, ...= Deviations o[ the individual sublot values xl. x2,. - [rom the that is: d~=(Xl-X),d2 =(x2-X) ... dn =(xn-X) n = Number of sublets For single sided specification limits (i.e., L only), compute the Lower Quality thdex QL by use of the following formula: QL: (X- L) / Sn Where: L = specification lo,wet tole[ance limit Estimate the peroentage of material within limits (PWL) by entering Table 1 with QL, using the column appropriate to the total number (n) of measurements. If [he value of Q~ tails belween 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 lermulas: Q~= (X- L)/Sn and Qu= (U- X)/Sn L and U = specification lower and upper tolerance limits Estimate the percentage of matedal be.'-.-.-.~;.u the lower (L) and upper (U) tolerance limits (PWL) by entering Table 1 separately with QL and Qu, using the column appropriate to ~ total number (n) of measurements, and deten'nining the percent of material above PL and percent of material below Pu for each tolerance limit. If the values of Q~. fail between values shown on the table, use the next higher value of PL or Pu- Determine I~e PWL by use of the following Formula: PVVL = (Pu + PL) - 100 PL = percent within lower specification limit Pu = perc:~w3t within upper specification Nrnit EXAMPLE OF PWL CALCULATION Project: Example Project Test Ilem: Item P~t01, LOt A. A. PWI_ Determinatmn for Mat Density. 1. Density of four random cores taken from Lot A A-1 96.6O GP-110-2 A-2 97.55 A-3 99.30 A-4 98.35 n=4 2. Calculate average dens~'3, 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. (4 - 1 )]lb Sn = [((96.60 - 97.95)2 + (97.55 - 97.95)2 +(99.30 -97.95)2 + (98.35 -97.95)2)) / Sn = [(1.82 + 0.16 + 1.82 + 0.16) / 3]~rz Sn = 1.15 4. Calculate the Lower Qualib/Index QL for the lot_ (L=96.3) QL = (X -L) / Sn QL = (97.95 - 96.30) / 1.15 QL = 1.438 END OF SECTION 110 GP-110-3 TABLE 1. TABLE FOR ESTIMATING PERCENT OF LOT WITHIN LIMITS (PWL) Positive Values of Q (QL and QU) Limits Percent W~thin Lu'mts (PL and PU) -- n=3 n=4 n=5 n=6 n=7 n=8 99 1.1541 1.4700 1.6714 1,8008 1.8888 19520 98 1.1524 1.4400 1.6016 1.6982 1~7612 1.8053 97 11496 1.4100 1.5427 1.6181 1.6661 1.6993 9~ 1.1456 1.3800 1.4~97 1.5497 1.5871 1.6127 95 1.1405 1.3500 1.4407 1.4887 1.5181 1.5381 94 1.1342 1.3200 1.3946 1.4329 1.4561 1.4716 93 1 1269 1.2900 1.3508 1 3810 1 3991 1.4112 92 I 1184 1.2600 1.3088 1 3323 1.3461 1.3554 91 1.1089 1.2300 1.2683 1.2660 1.2964 1.3032 90 1.0982 1.2000 1.2290 1.2419 1.2492 1.2541 89 1.0864 1.1700 1 1909 1.1995 1.2043 1 2075 88 1 0736 1.1400 1.1537 1.1587 1.1613 1.1630 87 1 0597 1.1100 1.1173 1.1191 1.1199 1.1204 86 1.0448 1.0800 1.0817 1.0808 1.0800 1.0794 85 1.0288 1.0500 1.0467 1.0435 1.0413 1.0399 84 1.0119 1.0200 1.0124 1.0071 1.0037 1.0015 83 0.9939 0.9900 0.9785 0.9715 0~9672 0.9643 82 0.9749 0.9600 0.9452 0.9367 0.9325 0 9281 81 0 9550 0.9300 0 9123 0.9025 0.8966 0:8928 80 0.9342 0.9000 0.8799 0.8690 0.8625 0.8583 79 0.9124 0.8700 0.5478 0.8360 0.8291 0.8245 78 0.8897 0.8400 0.8160 0.8036 0.7962 0.7915 77 0.8662 0.8100 0.7846 0.7716 0.7640 0.7590 76 0.8417 0.7800 0.7535 0.7401 0 7322 0.7271 75 0 8165 0.7500 0.7226 0.7089 0 7009 0.6958 74 0.7904 0.7200 0 6921 0 6781 0.6701 0.6649 73 0.7636 0.6900 0.6617 0,6477 0.6396 0.6344 72 0.7360 0.6600 0.6316 0.6176 0 6095 0.6044 71 0.7077 0.6300 0.6016 0.5878 0.5798 0.5747 70 0.6787 0.6000 0.5719 0.5583 0.5504 0.5454 69 0.6490 0.5700 0.5423 0.5290 0.5213 0.5164 68 0.6187 0.5400 0.5129 0.4999 0.4924 0.4877 67 0.5878 0.5100 0.4836 0.4710 0.4638 0 4592 65 0.5563 0.4,800 0 4545 0.4424 0.4354 0 4310 65 0.5242 0.4500 0.4255 0.4139 0.4073 0.4031 64 0.4916 0.4200 0,3967 0.3856 0.3793 0.3753 63 0.4586 0.3900 0.3679 0.3575 0.3515 0.3477 62 0.4251 0.3600 0.3392 0.3295 0.3239 0 3203 61 0.3911 0.3300 0.3107 0.3016 0.2964 0.2931 60 0.3568 0.3000 0.2822 0.2738 0.2691 0.2660 59 0.3222 0.2700 0.2537 0.2461 0 2418 0.2391 58 0.2872 0.2400 0.2254 0.2186 0.2147 0.2122 57 0.2519 0.2100 0.1971 0.1911 0.1877 0.1855 56 0.2164 0.1800 0.1688 0.1636 0.1607 0 1592 55 0.1806 0.1500 0.1408 0.1363 0 1338 0.1322 54 0.1447 0.1200 0.1125 0.1090 0.1070 0.1057 53 0.1087 0.0900 0.0843 0.0817 0.0802 0.0792 52 0.0725 0 0600 0.0562 0.0544 0.0534 0.0528 51 0.0363 0,0300 0 0281 0.0272 0.0267 0 0264 50 0.0 0.0 0.0 0.0 0 0 0.0 TABLE 1. TABLE FOR ESTIMATING PERCENT OF LOT WITHIN LIMITS (PWL) Percent Within Limits (PL and PU) n=3 n=4 49 -.00363 ~.0300 48 -0 0725 ~.0600 47 -0.1087 -0 0900 46 -0.1447 -0.1200 45 ~ 1806 -0.1500 44 -0.2164 -0.1800 43 -0,2519 -0.2100 42 -0.2872 -0 2400 41 -0.3222 -0.2700 40 -0 3568 -0.3000 39 -0.3911 .0.3300 38 -0.4251 .0.360,0 37 -0,4586 .0.3900 36 -0.4916 .0.4200 35 ~.5242 -0.4500 34 -0 5563 -0.4800 33 -0.5878 -0.5100 32 -0.6187 .0.5400 31 -0.6490 .0.5700 30 -0.6787 -0.6009 29 -0.7077 .0.630~ 28 -0.7360 -0.6600 27 -0.763~ -0.6900 26 -0 7904 -0.7200 25 -0.8165 -0.7500 24 -0.8417 .0.7800 23 -0.8662 -0.8100 22 .0.8897 .0.8400 21 -0.9124 .0.8700 20 -0.9342 -0.9(300 19 -0.9550 -0.9300 18 q).9749 .0.9600 17 -0.9939 -0.9900 16 -1.0119 -1.0200 15 -1.0288 -1.0500 14 -1.0448 -1.0800 13 -1.0597 -1.1100 12 -1.0736 -1.1400 11 -1.0864 -1.1700 10 -1.0982 -1.2000 9 -1.1089 -1.2300 8 -1.1184 -1.2600 7 -1,1269 -1.2900 6 -1.1342 -1.3200 5 -1.1405 -1.3.500 4 -1.1456 -1.3800 3 -1.1496 -1.4100 2 -1.1524 -1.4400 1 -1.1541 -1.4700 Negative Values of Q (QL and QU) n=5 n=6 n=7 n=8 -0.0281 -0.0272 -0.0267 -0.0264 .0 0562 ~0.0.544 -0.0534 -0.0528 -0 0843 -0.0817 -0 0802 .0.0792 -0.1125 -0.1090 .0 1070 -0.1057 -0.1408 .0.1363 -0.1338 -0.1322 -0 1688 -0.1636 -0,1607 -0.1592 .0.1971 -0.1911 -0.1877 .0.1855 .0.2254 .0 2186 .0.2147 -0.2122 .0.2537 -0.2461 -0.2418 -0.2391 -0.2822 -0.2738 -0.2691 -0.2660 .0.3107 -0.3016 -0.2964 -0.2931 .0.3392 -0 3295 -0.3239 -0 3203 -0.3679 -0.3575 -0.3515 -0.3477 -0.3967 -0.3856 .0.3793 -0.3753 -0.4255 -0 4139 -0.4073 .0.4031 -0~4545 -0.4424 -0 4354 -0.4310 -0.4836 -0.4710 -0.4638 .0.4592 .0.5129 .0 4999 .0 4924 .0.4877 -0.5423 -0.5290 .0.5213 -0.5164 .0.5719 .0.5583 -0.5504 -0.5454 -0.6016 .0.5878 -0.5798 -0.5747 -0.6316 -0.6176 .0.6095 .0.6044 -0.6617 .0.6477 -0.6396 q].6344 .0.6921 .0.6781 -0.6701 -0.6649 0.7226 -0.7089 -0.7009 -0.6958 -0.7535 -0.7401 .0,7322 -0.7271 -0.7846 -0.7716 .0.7640 -0.7599 .0.8160 -0.8036 -0.7962 -0.7915 -0.8478 -0.8360 .0~8291 -0.8245 -0.8799 -0.8690 -0.8625 -0.8583 -0.9123 -0.9025 .0.8966 .0.8928 -0.9452 -0.9367 -0.9325 -0.9281 -0.9785 -0.9715 -0.9672 -0.9643 -1.0124 -1.0071 -1.0037 -1.0015 -1.0467 -1.0435 -1.0413 -1.0399 -1.0817 -1.0808 -1 0800 -1.0794 -1.1173 -1.1191 -1.1199 -1.1204 -1 1537 -1.1587 -1.1613 -1.1630 -1.1909 -1.1995 -1.2043 -1.2075 -1.2290 -1.2419 -1.2492 -1.2541 -1.2683 -1.2860 -1.2964 -1 3032 -1.3088 -1 3323 -1.3461 -1.3554 -1 3508 -1.3810 -1.3991 -1.4112 -1.3946 -1.4329 -1.4561 -1.4716 -1.4407 -1.4887 -1.5181 -1.5381 -1 4897 -1.5497 -1.5871 -1.6127 1.5427 -1.6181 -1.6661 -1.6993 -1.6016 -1.6982 -1.7612 -1.8053 -1,6714 -1.8008 -1,8888 -1.9520 FEDERALLY REQUIRED LANGUAGE FOR CONSTRUCTION CONTRACTS A. Civil Rights - Title VI Clause (for all contracts) B. Non-Discrimination Provision (for all contracts) C. Disadvantaged Business Enterprises Clauses (for all contracts) D. State Energy Conservation Plan (for ali contracts) E. Record Availability (for all contracts) F. Reporting (for all contracts) G. Rights to Inventions (for all contracts) H. Copyrights and Rights in Data (for all contracts) I. Remedies (for all contracts) J. Foreign Trade Restrictions (for all contracts) K. Exclusionary Specifications Provision (for all contracts) L. Cargo Preference Requirements (for all contracts) M. Buy American Requirement (for all contracts) 1. Buy American - Steel and Manufactured Products for Construction Contracts 2. Buy American - Steel and Manufactured Products 3. Buy Amedcan Certificate N. Additional Language: Alteration of Work and Quantities (for all contracts) O. Veteran's Preference Provision (for all contracts) P. Davis-Bacon Required Provisions (for contracts over $2,000) Q. Contract Work Hours and Safely Standards Provision (for contracts over $2,000) R. Equal Employment Opportunity Clause (for contracts over $10,000) S. Standard Federal Equal Opportunity Construction Contract Specifications (Executive Order 11246, as amended) (for contracts over $10,000) T. Certification of Non-Segregated Facilities (for contracts over $10,000) U. Termination of Contract (for all contracts over $10,000) V. Debarment and Suspension (for contracts over $25,000) W. Environmental Compliance (for contracts over $100,000) A. CIVIL RIGHTS - TITLE VI CLAUSE Dudng Ihe performance ol this contract, the Contractor, for i[setf, ils assignees and successors in interest (hereinafter referred to as the "Contraclo¢') agrees as follows: Compliance with Regulations. The Conlractor shall comply wilh Ihe Regulalions relative to nondiscrimination in federally assisted prorjrams of the Department of Transportation (herei~alter, "DOT") TitJe 49, Cede of Federal Regulations, Pad 21, as [hey may be amended fro~ time to ~ime (hereinafter referred to as the Regulatior~s), which are herein incorpm'ated by reference and made a part of this contracl. 2. Nondlsc~'lmlnation. The Co~lraclor, with regard Io the work performed by it during the contract, shall nor discdrninale on [he grounds of race, color, or national odgin in the selacflon and retentA)n of subconb'aclors, including [he procurement of materials and leases of equipment. The Contractor shall not participate either direclly or indirectly in the discrimination prohibiled by sectio~ 21.5 Federally Mandated Construction Contract Language Revision I March 6, 2001 of /he Regulations, including employment practices when lhe conlract covers a program set forth in Appendix B of the Regulalions. 3. Solicitations for Subcontracts, Including Procurements of Materials and Equipment. in all solicitations either by compelflive bidding er oogo[labon mede by the Contractor for work to be performed under a subcontract, including procurements of materials or leases of equi~ment~ each potential subcontractor or supplier shall be no~ed by Ihe Contractor of the Centractor'S obligations under this contract and the Regulations relative to nor~liscdminatlon on the grounds of race, color, or national origin. 4. Information and Reports. The Conb-acior shall provide all information and reporls required by the Regulations or directives issued persuanl Ihereto and shall permit access to its books, records, accounts, other sources of information, and its fac~itias as may be determined by the City of Corpus Christi or the Federal Aviation AdministraUen (FAA) to be pertinenl to ascertain compliance with such Regulations, orders, and instructions. Where any information required of a Canh'acb~r is in the exclusive possession of another who fails or refuses to furnish Ihis ]nformal~ea, the Contractor shall so certify to the City of Corpus Christi or the FAA, as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance. In the ever~t of [he Con[racter's noncompliance v.~th the oondisc~'iminatlon provisions of this contract, Ihe City of Corpus Christi shall impose such conlract sanctions as it or [he FAA may determine to be appropeate, including, but not limited to: a. Withholding at payments to the Contracler under the co~b'acl until the Contractor complies, and/or b. Cancellation, termination, or suspension of [he conffact, in whole or in part. 6. thcorporat~on of Provisions. The Contractor shall include the provisions of paragraphs 1 through 5 in every subconlracl, including procuremants of malerlals and leases of equipment, unless exempt by ~he Regulatiecs ar directives issued pursuant therelo. The Conb~acter shall take such action with respect to any subcontract er procurement as the City of Corpus Chrisli er the FAA may direct as a means of onforcing such provisions including sanctions far no~compliance. Provided, however, thai in [he event a Cenb'actor becomes involved in, er is threatened with, litigab~on with a subcontractor or supplier as a result of such direction, the Contractor may request the City of Corpus Christi Io enter into such litigat~ou to protect the interests of the City at Corpus Christi and. in addition, t~e Conb'acter may request the Uniled States to enter Into such litlga§on to protec~ [he interests of the United Stales. B. NON-DISCRIMINATION PROVISION The ceni:ractor/tanantJcancessionaire/!essee assures that il will comp4y with pertinent stalutes. Executive Orders, and such rules as are promulgaled to assure Ihal: no person shall, on the grounds of race, creed, color, nalional origin, sex, age, or handicap be excluded from participating in any activi[}/conducled with or benefiting f~orn Federal assislance. This Provision obligates the tenanb'concessioea~-e. Aessee er its iransferee [or the peqod during which Federal assistance is exlended to the airport program, except where Federal assistance is to provide, or is in the form o~ personal property or real property o¢ interest therein er structures or improvements thereon. In Ihese cases, the Provision obligales the party or any b-ansferee fer the Iouger of the following periods: (a) the period during which Lhe properly is used by the City of Corpus Christi er any transieree for a purpose for which Federal assistance is extended, er for another purpose involving lhe provision of similar services or benefits; or (b) the period dudog which the City of Corpus Christi or any transieree retains ownership or possession of the property. In the case of contractors, this Provision binds Ibe cenlractors [rem the bid solicitalien pealed though the completion of Federally Mandated Construction Contract Langlzage Re'vision I March 6, 2001 C. DISADVANTAGED BUSINESS ENTERPRISES CLAUSES 1. Canlract Assurance The Contractor or subcontracier shall not discriminate on the basts 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 adminislrallon of DOT assisIed contracts. Failure by the Contractor to carry out these requirements is a matadal breach el' this cantract, which may result in the termination of [his contract or such other remedy as the recipient deems appropriate 2. Pmmpl pa~"nent The Conlractor agrees to pay each subcontractor under this prime con/racl for satisfactory per[orm~nce et its contract no later than thirty days from the reeeip! of each paymenl Ihe Cer~tractor receives from the City el' Corpus Christi. The Contractor agrees further to return reta~nage paymenls to each subcontraclor within [specify number] days a~er Ihe subeonlractor's work is salisfactarily cornpleted. A delay or pesl~p~nement et payment tram the atmve referenced time frame may occur only for go~d cause following written approval el' the City et Corpus Christi. This clause applies ta both aBE and non-DBE subcon tractors. 3. Good Faith Effods The requirements et 49 CFR Part 26, Regulations of the U.S. DepartmenI of Transportation, apply Io this conffacL it is the policy o! Ihe City of Corp~s ChdsU to practice nondiscrimination based on race, color, sex, or national origin In Ihe award or perfanmance of this contract. Ail firrns qualifying under this solicitation are encouraged la submit bids/proposals. Award of this conlract will be conditioned upon satisfying the requirements of this bid specification. These requirements apply to alt b~dders/offerors, including those who qualify as a DBE. A DBE conffac/goat of 5.38 percent has been established for this conffacl. The b~lder/offeror shaft make good leith efforts, as defined in A~opendix A, 49 CFR Part 26 (Ai~chmenl 1), to meet the conlracl goal for DBE part~patio,n in the performance et this co~tract. The bidderlofferar wilt be required to submit the following information: (1) the names and addresses of DBE tirms thai will participate in lhe contract; (2) writlen dooumenbalJon of DBE certification; (3) a description of Ihe work that each DBE firm will perforrrl; (4) Ihe dollar amount of/he participalion of each aBE rm'n padicipating; (5) Written documentation of the bidder/offeror's commitmenl to uses a DBE subcontractor whose participation il submits to meet the conlract goal; (6) Writlen c~nflrmaUon from the aBE that ii. is participating in the contract ~s provided in the commilme,'-,t made unG~r (5); and (7) if the contract goat is not met, evidec~ce of good faith effods. The obligation of [he bidder/offe~ror is to make good [ailh elforts. The bidder/offeror can demonslrate thai it has done so either by meeling the conlJ-act goal or documenting good faith efforts. Examples of good leith efforts are [ound in Appendix A to Part 26 (Attachment 1 herein). aBE participabon in this contract may be in the furm et a prime contract, subcontract, joint venlure, or another arrangemenI that qual~m,s under 49 CFR Sections 26.55, "How is aBE participation counted toward gcels"~ or 26.53 (g), both o1' which are included as Attachment 2. 4. Non-Discrimination Corpus Christi International Airport will never exclude any perso~ [rom parficipalion in, deny any person the benefits o1', ar other'~vise discriminate againsl anyone in coaneclion with the award and performance of any coolract covered by 49 CFR Pa/t 26 on the basis of race, color, sex, or national odgin, In administenng ils DBE pcogram, Corpus Christi Inlema[ional Airport will nol, directly or through co~tracJ, ual or olher an'angements, use eriteda or methods et admintslration that have the effect of defeat~'~j or Federally Mandated Conslrucfion Contract Language Revision I - March 6~ 2001 subsls~tially impainng accomplishment of the objeclives of the program with respect to individuals of a particular race, color, sex, or national origin. Federally MandateM Corrvtruction Contract Language Revision I- March 6, 2001 A'I-rACHMENT 1 TO DISADVANTAGED BUSINESS ENTERPRISE CLAUSES APPENDIX A TO PART 26~GUIDANCE CONCERNING GOOD FAITH EFFORTS I. When, as a recipient, you establish a contract goal on a DOT-assisted conlracl, a bidder must, in order to be respensible and/or responsive, make good I'aith efforts Io meet Ihe goal. The bidder con meal this requirement in either o1' two ways. First, the bidder can meet the goal, documenting commilmenls for participation by DBE firms sufficient for this purpose. Second, even if it doesn't meet lhe goal, the bidder can decumenl adequale 9ood la[th efforts, This moans Ihal the bidder must show that it look all necessary and reasonable steps to achieve a DBE goal or other requirement of this part which, by their scope, intensity, and appropriateness to the objective, could reasonably bo expected to oblain sufficient DBE participation, even ii' [hey were not fully successful. I1. In any situation in which you have established a contract goal, part 26 requires you to use the good faith effods mechanism of this pad. As a recipient, it is up to you to make a fair and reasonable judgmeet whether a bidder that did not meal [he goal mede adequate good faith effenis. II is important for you to consider the quality, quantity, and intensity of the different kinds oi' efforts that the bidder has made. The efforts ecnployeq by the bidder should bo those thai one could reasonably expect a bidder fo take if the bidder were actively and aggressively b'ylng to obtain DBE padicipatien sufficient Io meet the DBE contract goal. Mere pro forma efforts are not good faith efforts to meet [he DBE contract requirements. We e~nphasize, however, that your de[erin[hal[on conceming the sufficiency of the firm's good faith efforts is a judgment call: meeting quantitative formulas is nol required. II1. The Depadment also slrongly cauIiens you against requiring tJqat a bidder meet a contract goal (i.e., obtain a specified amount of DBE pad/cipatien) in order to bo awarded a contract, even though the bidder makes an adequate good faith effods showing. This rule specifically probib~ you from ignoring bona fide good faith effods. IV. The following is a list ol types of actions which you should consider as part of the bidder's good faith effods [o obtain DBE participation. It is not intended to be a mandatory checkllsl, nor is il intended to be exclusive or exhaustive Other ['actors or typos of effods may bo relevant in appropriate cases. A_ Soliciting through all reasonable and available means {e.g. altendaece at pre-bid meetings, advedising and/er written notices) the inleresI of all cediiqed DBEs who have the capability [o perform the work oi' the cz:)nlrect. The bidder must sol/ct[ this interest within sufficient time to allow the DBEs to respond to the sblicilalion. The bidder must data,Tn[ne with certainty if the DBEs are inlerested by taking appropriate steps to Follow up initial solicitations. B. Selecting portions of [he work to be performed by DBEs in order to increase the likelihood that the DBE goals will be achieved. This includes, where approprkqte, breaking out contract work items into ecenomically feasible units to ['ac[Ii[ale DBE participation, even when [he prime conlractor might otherwise proi'er to perform these work ilems with its own forces. C. Prowding interested DBEs wflh adequate information aboul the pla~s, spec[Final[ohs, and requirements of the contracl in a bmely manner to assist them in responding to a solicitation D. (1) Negoliating in good i'aith with interested DBEs. It is the bidder's responsibilily to make a pad[on of the work available to DBE subconlracters and suppliers and to select Ihose pedJons of [ho work or matedal needs consistent with the available DBE subcontractors and suppliers, so as to facilitate DBE padicipatidn. Evidence of such negotiation ineludes the names, addresses, and telephone numbers of DBEs that were considered; a description of the informal[on provided regarding the plans and specifications for the work selected for subconlracling; and evidence as to why additional agreements could not be reached ['or DBEs 1o perform the work. (2) A bidder using good business judgment would consider a number of ['actors in negotiating with subeentraclors, including DBE subcontractors, and would take a firm's pace and capabilities as well as contracl goals inlo consideration However, the facl [hat Ihere may be same additional costs involved in finding and using DBEs is nol in itseff suff'miont reason ['or a bidder's failure 1o meet the contract DBE goal, as long as such costs are reasonable. Also. the ability or desire of a prime contractor to perform the work oi' a contract with its own organizalien does not relieve [he bidder of the responsibility to make good i'ai[h effods. Pdme ceetraclors are not, however, required to accept higher quotes ['rom DBEs if [he price difference is excessive or unreasonable Federally Mandated Cor~truceon Contract Language Revision I March 6, 2001 E. Not rejecting DBEs as being unqualified without sound reasons based on a thorough investigation ot their capabilities. The conlractor's standing within ils induslry, membership in specific groups, organizations, ~ associations and political or social a[filiations (for example union vs. non-union employee slatus) are nol legit~rr, ate causes for the rejection or non-solicitation of bids in the contrac:tor's efforts to meet Ihe project goat F. Making efforts to assist interesled DBEs in oblaining bonding, lines of credit, or insurance as required by the recipient or contractor. G. Making efforts to assist interesled DBEs in oblain[hg necessary equipmenl, supplie~, materials, or related assistance or services H. Effectively using the serv)ces of available minority/women community organizations; minontyAv0men cen~actors' groups; local, state, and Federal minority/women business as.slslance offices; and other organizatkms as allowed on a case-by-case basis Io provide assistance in the recruilment and placement o[ DBEs. V. In determining whether a bidder has made good faith eiforts, you may take into account the performance o[ other bidders in meeting the contract. For example, when the apparent successful bidder tails to meet the ceeb-act goal, but others meet it, you may reasonably raise the question ol~ whether, with additional reasonable efforts, Ihe apparent successTul bidder could have met the goal. If [he apparent successful bidder tails to meet the goal, but meets or exceeds the average DBE padJcipallon obtained by other bidders, you may view this, in cenjuect~on with other factors, as evidence of the apparent successful bidder having made good faith efforts. Federally Mandated Cor~tr~ction Contract Language Rev~ion I March 6, 2001 ATTACHMENT 2 TO DISADVANTAGED BUSINESS ENTERPRISE LANGUAGE § 26.53 What are the good faith efforts procedures recipients follow in situations where there are contract goals? fa) When you have established a DBE contract goal, you must award the contract o~ly Io a biddeflofferor who makes good faith eifor[s to meet if. You must determine that a biddedoffer0~ has made good faith e[forls if the bidder/offeror does either el~ the followthg things: (1) Documents that it has obtained enough DBE participation to meal the goa~; ~ (2') Documents that it mede adequate good faith efforts to meet the goal, even though It did not succeed in oblaining enough DBE paHicipatio~ to do so If the bidder/offeror does document adequate good faith efforts, you must not deny award of the contracl on the basis thai the bidder/offeror faded to meal the goal. See Appendix A of this par[ for guidance in determining [he adequacy of a bldder/offeror's good faith eh~or[s. (bi In your solicitations for DOT-asses/ed contracts for which a con[racl goal has been established, you musl require the following: (1) Award of the contract w~ll be conditioned on meeling the requiremonls of this sec1~,; (2) All biddersJo[ferers will be required to submit the following information Io the recipie~l, at the lime provided in paragraph (bi(3) of this section: (ii The names and addresses of DBE firms that will parbcipaie in the contracl; (ii) A description of the work thai each DBE wilt perform; (iii) The dollar amount of the participation of each DBE firm padicipaling; (iv) Wdtten documentation of the bidder/o[feror's commitment 1o use a DBE subcontroclor whose par[ioipalion it submits to meet a contract goal; (vi Wrillea confirrnalion from the DBE that it is participating in the contract as provided in the prime contractor's commitment; and (vt) If the contract goal is not met, evidence of good faith effo~s (see Appendix A of this pad); and (3) At your discretion, the bidder/offeror must presenl the info~TnatJon required by paragraph (bi{2) oi this section- (i) Under sealed bid procedures, as a matter of responsiveness, or with initial propesaJs, under contract negotialion procedures; or (ii) At any time before you commil yourself to the performance of the contract by the bidder/oiforor, as a matter of respensibilily, {c) You must make sure all information is complete and accurate end edequateiy documents the bJdder/offeror's good faith eh"ods before commitUng yourself to the pe~l'ormance of the contract by the bidder/o~feror. (d) If you delermine/hat the apparent successful bidder/offeror has fatted to meet the requirements of paragraph fa) of this section, you must, before awarding the contract, provide the bidder/olferor an opper[~nify for administrative reconsideralion. (1) As part of this reconsideration, the bidder/offeror must have the opporlunify to provide written dec~umentation or argument concerning the issue of whether it met the 9oat or made adequate good faith effods to do so. (2) Your decision on reconsideration must be mede by an official who did not take pad in the original delermination that the bidder/offeror failed Io meet the goal or make adeqoale good faith efforts to do so. (3) The biddedofferor must have the oppodunity to meet in person with your reconsideration ohScial [o discuss the issue of whether il met the goal or made adequate good faith effods to do se. (4) You must send the biddedofferor a wr~en decision on reconsideration, explaining the basis for finding that the bidder did or did not meel the goat or make adequale good faith efforls to do so. (5) The result of the reconsideration process is eel edminis/ratively appealable to the Departmonl of Transportation. (e) In a "design-build" or "turnkey" conlractJng silualion, in which the reciplenl lets a masler contract 1o a conlractor, who in turn lets subsequent subcoatracL~ for the work et the project, a recipienl may establish a goal for the project. The master co~tractor then establishes contract goals, as appropriate, for the subcontracts it lets. Recipients musl mainlain oversight of the master contraclor's activities to ensure that they are conducted consistenl with the requirements of this par[. Federally Mandated Construction Contract language RennSion 1 - March 6, 2001 (fl(l) You musl require thai a prime contractor hal lermioale for convenience a DBE subcontractor listed in response to paragraph (bt{2) of [his section (or an approved substitute DeE firm) and then per[arm [he work of the lerminated subcontract with its own lorces or Ihose of an affiliale, without your prior wdlten consanL (2) When a DeE subcontractor is terminated, or tails to complete its woCk on the contract [or any reason, you musl require the prime contractor to make good laith efforts to lind another DeE subcontractor to substitute for the original DBE. These good failh efforts shall be dire(led al finding anothor DeE to perform at least the same amount of work under the contract as the DBE that was terminated, to the extent needed to meet the contract goal you estab{ished rot the procurement. (3) You mu.si include in each prime contract a provision for appropr~te administralive remedies thai you will invoke if the prime conlractor rails Io comply with the requirements of this section. (gl You must apply me requirements of this section to DBE bidders/offerors fo~ prime contracts. In determining whether a DeE bidder/offeror for a prime contract has mai e co~tract goal, you count [he work the DBE has committed [o performing with its own forces as well as the work thai it has commiffed to be performed by DBE subcenb-eclors and DBE suppliers, § 2635 How is DBE participation counted toward goals? ia) When a DB£ pafficipates in a contract, you count only the value of the work actuat~y performed by Ihe DBE toward DBE goals. (1) Count [he entire amount of thai portion of a construcUon contract (or other contract not covered by paragraph (al(2) ut this seclion) that )s performed by the DeE's ow~ tomes. [hdude the cost of supplies and materials obtained by [he DeE for the work of the contract, irmluding supplies purchased or equipment leased by the DeE (excepl supplies and equipment [he DBE subcontrac[hr purchases or leases from the prime co~tractor or ils affiliate). (2) Count the entire amoenl o[ tees or oommissioes charged by a DBE ti~m for providthg a bona tide service, such as professional, technical, consultanl, or managerial services, or rot providing bonds or insurance specifically required for the performance al a DOT-assisled contract, toward DeE goals, provided you determine the fee to be reaseneble and no'[ excessive as compared with fees customarily allowed [or similar services (3) When a DeE subcontracts part of the work of its co~lract to another firm, Ihe value of the subcontracted work may be counted toward DBE goals only il the DBE's subcontractor is ilseif a DBE. Work that a DBE subcontracts lo a non-DeE firm does not count toward DeE goals. (bt Wher~ a DeE performs as a padicipant in a joint venture, count a portion or the total dollar value of the contract equal to [he distinct, clearly defined pedion or the work of Ihe contract that Ihe DeE performs with its own forces toward DBE goals. (ct Count expenditures to a DBE contraclor Inward DBE goals only if the DBE is performing a commercially useful function on [hal contrasl. (1) A DeE performs a commercially useful ~unct~n when it is responsible for execution of the work of the contrac~ and is carrying out its responsibilities by aclually performing, managing, and supervising Ihe work involved. To perform a commercially useful funclion, the DBE must also be responsible, with respecl In maledals and supplies used on the contract, for nego/ialing price, determthing quality and quantity, ordering the material, and installing (where applicable) and paying for the material itself To determine whether a DeE is performing a commercially useful function, you must evaluate the amount o/work subcontracted, industry practices, whether the amount [he firm is Io be paid under the contract is commensurate with the work it is ach Jolly performing end Ihe DBE credit da~ned for its performance o[ the work, and other relevant raclors (2) A DeE does not perfon'n a commercially use[al function ir its rote is limited Io that of an extra participant in a b'ansactien, contract, or ~oject through which funds are passed in order to obtain the appearance of OBE pad~.,ipaJJ0n. In delermining whether a DeE is such an extra padicipan[, you must examine sirnilor transactions, particularly those in which DBEs do hal parlic~pate. (3) If a DBE does nol perfo~'n ar exercise responsibility for at least 30 percent of [he total cost of its cued'act with its own work forc.~, or the DeE subconlracts a greater portion of the work of a contract than would be expected on the basis oi' normal industry practice for the lype of work involved, you must presume Ihat it is hal performing a commercially useful function. Federally Mandated Construction Contract l~nguage Reviston 1 - March 6, 2001 (4) When a DBE is presumed nol to be pedorming a commercially useful [unction as provided in paragraph (c)(3) of this seclion, the DBE may present evidence to rebut this presumption. You may determine that the firm is performing a commercially useful function gh,,en the lype of work ~volved and r~ormal indusb-y praclices. (5) Your decisions on commercially usetul [unction matters are subject to review by the concerned operating administration, but are eel administratively appealable to DOT. (d) Use the fottuwing tastors in determining whether a DBE trucking company is pefformir~g a commercially useful function: (1) The DBE must be responsible for lhe management and supervision of the entire lrucking operation for which il is responsible on a particular contracl, and there cannot be a contrived arrangement for the purpose of meeling DBE goals. (2) The DBE must itseif own and operate at least one tully licensed, insured, and operational truck used on the contract. (3) The DBE receives credit for the total vatue of the transperlation secviees it provides on the cenlract using I~ucks it owns, insures, and operates using drivers il eroploys. (4) The DBE may lease trucks from another DBE firm, including an owner-operator who ls certified as a DBE The DBE who teases bucks from another DElE receives Credit for the totat value of the transpodatien services the lessee DBE provides on Ihe contract. (5) The DBE may also lease trdcks from a r~Oa-DBE firm, including an owner-operator. The DBE who teases trucks from a non-DBE is entitled to credit only for the fee or commission it receives as a result of the lease arrangement. The DBE does not receive credit for the total value of the transportation services provided by the lessee, since these services are not provided by a DBE. (6) For purposes of this paragraph (d), a lease must indicate that the DBE has exclusive use of and control over the truck. This does not preclude the leased truck from working for others during term of the lease with the consent of the DBE, so long as the lease gives the DBE abselule priodly far use of the leased truck. Leased trucks must display the name and idectit'K:;ation number of the DBE. (el Count expenditures with DBEs for materials or supplies toward DBE goals as provided ia the following: (1)(il It the materials er supplies are obtained from a DBE manufacturer, count 100 percent of the cost of the ma[erb31s or supplies toward DBE goals. (ii) For purposes oi this paragraph {el{l), a manufacturer is a firm that operates or maintains a factory o~ establishment that produces, on the premises, tho materials, supplies, adicies, or equipment required under the contracl and o[ the general character described by the specifications. (2~i) If the materials or supplies are purchased from a DBE regular dealer, count 60 percent of the cost of the materials or supplies toward DBE goals (ii) For purposes of this secl~o~, a regular dealer is a firm that ow~s, operates, or maintains a stere, warehouse, er other establishment in which lhe materials, supplies, articles er equipment of the general character described by bbe specificalions and required under the contract are bought, kept in slock, and regularly sold er leased to the public in the usual course of business. (Al To be a regular dealer, the firm must be an established, regular business that engages, as its prir~cipal business and under its owo name, ir~ the purchase a.qd sale er lease of Be prOduoLs in questiea. (Bi A person may be a regular dealer in such bulk items as petroleum products, steel, cement, gravel, stone, er asphalt wilhaut owning, operating, or maintaining a place ot business as provided in this paragraph (e)(2)(ii) if the person both ow~s and operates distribution equipment tar the products. Any supplementing of regular dealers' own distribution equipment shall be by a long-term lease agreement and not on an ¢d hoc or contract-by cenllact basis. (C) Packagers, brokers, manufacturers' representatives, or other persons who arrange or expedite transactions are not regular dealers within the meaning of [his paragraph (3) With raspect to materials or supplies purchased from a DBE which is neither a manufacturer no~ a regular dealer, coant the entire amount of fees or commissions charged fer assistance in the procurement of the materials and supplies, or fees or transportation charges for the deliver~ of materials or supplies required on a job sile, toward DBE goals, provMed you determine the fees to be reasonable and not excessive as compared with fees customarily allowed fur similar sefvjces. Do not count any portion of the cesl of the matenals and supplies themselves toward DBE goals, however. Federally Mandated Constructwn Contract Language Re'vtsion I March 6, 2001 (~ If a firm ~ not currently cedified as a DBE in accordance with the standards of subpart D of this pad at the time of the execution of the co~b-act, do not count the firm's participation toward any DBE goals, except as provided [or in § 26.870)). (g) Do nol counl Ihe dollar value of work performed under a contract with a [inn after it has ceased 1o be certified toward your overall goal. (h) Do not count the padicipatino of a DBE subconlractor toward the prime contractor's DBE achievements or your overall goal until the amount being counted toward the goal has been paid to the DBE. Federally Manztated Construction Contract Language Revision 1 - March 6, 2001 D_ STATE ENERGY CONSERVATION PLAN It is the responsibility of the Contractor to adhere Io all mam:~atory standards and policies relating to energy efl-~ciency which are cenlained in Ihe State energy conservatio~ plan issued in cemp~iance with the Energy Policy and Conservation Act (P.L. 94-163). E. RECORD AVAILABILITY The Conbactor shall maintain an acceptable cosl accounl~ng system. The Cib/ of Coq~us Christi. Ihe Federal Aviation Administration, and the Comptroilar General of Ihe Unded States shall have access to any books documents, paper, and records of the Contraclor which are direcUy pertinenl to Ihe speci~c contracl for the purposes of making a~ audit, examination, excorpls, and Iranscri~fions. The Conit'ector shall mainlain all required records for three years after [he Cily of Corpus Chrisll makes final payment and all other pending matters are dosed. F. REPORTING Federal regulations require politic;alien of awarding agency requirements and regulations pedaining to repealing. They are contained in 49 CFR Part 18 and are as follows: (Note thai lhe City et Corpus ChrisJi is the grantee and /he Federal Aviation Administration is the awarding agency): § 18.40 Monitoring and reporting program peHormance. (a) Moniteqng by grantees. Grantees are responsible for managing Ihe day-to, day operations of grant and subgrant suppoded aclivi[ies. Grantees must monitor grant and subgrant supported activities to as.sure compliance with applicable Federal requiremenls and [hat performance goals are being achieved. Grantee me. tiering must cover each program, function or activity. (b) Nenconstruclion performance reports. The Federal agenCy may, if it decides [hat performance infen'nalJon available h-om subsequenl applicatiens contains sufficient information to meet its programmatic needs, require [he grantee to submit a performance raped o~ly upon expiration or termination of grant support. Unlass waived by the Federal agency [his reporl witl be due an the same date as [he final Financial StahJs Report. (1) Grantees shell submit annual pedormanc~ reports unless the awarding agency requires quarterly or semi-a~nual reports. However, perfermance reports will not be required rno~e frequently than quarterly. Annual repeals shall be due 90 days after Ihe grant year. quarterly or semi-annual reports shall be due 30 days after lhe reporting period. The i~paJ performance reporlwJll be due ~ days after expfration or termination of grant support, if 'a just[fled reques~, is submitted by a grantee, the Federa~ agency may extend the due date for any performance report. Additionally, requirements for unnecessary perl'ormance repods may be waived by the Federal agency (2) Pedormance repods will contain, for each grant, bdet informatien on the following: (i) A comparison of actual accomptishmeeks to the objectives established for the period_ Where the output ct the project can be quanafled, a computalion of the cost per unit of output may be required I[ that information will be useful. (il) The reasons for slippage if established objectives were not met. (iii) Additional pertinent information Including, when appropriale, analysis and explanation of cost overruns or high unit costs. (3) Grantees witl not be required to submit more than the original and two copies of perlo~Tnance reports. (4) Grantees will adhere Io Be standards in [his seclion in prescribing performance repoding requirements for subgranlees. Federall), Mandated Co~strucl[o~ Contract f~anguage Revi.~ion 1 March 6, 200I (C) Consti'uction pedofmance reports. For Ihs most pad, on-site tachnical inspections and cadified percentage-of-cempletion data ars relied on heavily by Federal agencies to monitor progress under constructinn grants and subgrants. The Federal agency will require additional formal performance reports only when considered necessary, and never more frequently than quarterly. (I) Section 12(h) of the UMT Act et 1964, as amended, requires pre-award testing of new buses models. (2) [Reserved] (d) Sigeificanl developments. Events may occur between the scheduled performance reporting dates which have signiflcanl impact upon the granl or subgrant supported activity. In such cases, the grantee must inform the Federal agency as soon as the following ~pes of cor~ditions becon3e known: (1) Problems, delays, or adverse conditions which will materially impair the abilily to meet the objec~ve of the award. This disclosure must include a statement of the action taken, of contamplated. and any assisbance needed to resolve Ihs situation. (2) Favorable developmenls which enable meeting ~Jrne schedules and o~ectJves sooner of at less cost then anticipaled or producing more beneficial results than originally planned. (e) Federal ~:J~ncies may make site visits as warranted by ~-ogram needs. (f) Waivers, extensions. (1) Federal agencies may waive any performance report required by this part if not needed (2) The granlee may waive any performance report from a subgrantee when not needed. The grantee may extend the due date for any performance report from a subgrantae if the grantee will slill be able to mee~ its performance repealing obligations to the Federal agency. [53 FR 8086 and 8087, Mar. 11, 1988, as amended at 53 FR 8087, Mar. 11, 1988] § 18.41 Financial reporting_ (a) General. (1) Except as provided in paragraphs (a) (2) and (5) of this section, grantees w~l{ use only the fenTtS specir~d in paragraphs (a) through (e) of this section, and such supplementary or other forms as may from time to time be authorized by OMB, [or: (i) Submitting financial repeals ta Federal agencies, or (ii) Requesting advances or reimbursements when letters of credit ~re not used. (2) Grantees need not apply Ihs forms prescn'oed in this section in dealing with their subgrantees. However, grantaes shall not impose more burdonsorne requirerneeis on subgrantees. (3) Granlees shah follow all applicable standard and supplornental Federal agency instruclJons appreved by OMB, to the extent required under the Paperwork Reduction Act of 1960 for use in conneclian with forms specified in paragraphs (b) through (e) off, his section. Federal agencies may issue substant]lve supplementary ins~ucfions only with the approval of OMB. Federal agencies may shade out o~ instruct the grantae to disregard any line item that the Federal agency finds unnecessary for its decisionrnaking purposes. (4) Grantees will nol be required to submit more than the original and two copies of resins required under Ihis part. (5) Federal agencies may provide computer outputs to grantees to expedtie o¢ contnbule to the accuracy of reporting. Federal agencies may accept the required information from grantee~ in machine usable formal or computer printouts inslead of presorlbed forms. (6) Federal agencies may waive any report required by this seclJon if not needed. (7) Federal agencies may extend the due date of any financial report upon receiving a justified request from a grantee. (b) F~nancial Status Reped-~l) Form Grantees will use Standard Form 269 or 269A. Financial Status Repod, to report the stalus of funds for all non-construction granls and for co~sthJction grants when required in accordance w~th § 18 A l(.eX2)(lll). (2) Accounting basis, Each grantee will raped pragrarn outlays and program income on a cash or accrual basis as preSonbed by the awarding agency. If the Federal agency requires accrual information and the grantee's accounfing records are not no~'mally kepi o~ the acoural basis, the grantee shall not be required to convert its accounting system but shall develop such accrual infonT~alJon through an analysis of the documentation on hand Federally Mandated Con~'uction Contract Language Revision 1 -March 6, 2001 (3) Frequency. The Federal agency may prescribe the t'requency of the raped for each pro~ect or program. However, the report will eel be required more Irequently lhan quaderly. If the Federal agency does eel specify the frequency of the report, it will be submitted annually. A tinal report will be required ~pen expiration or/ermine[leo of granl supped. (4) Due date. When reports are required on a quarterly or semiannual basis, they w~tl be due 30 days aber the tapering period. When required on an annual basis, Ihey will be due 90 days after lbe grant year. Final reporls will be due 90 days aFler [he expiration or termination of grant support. (c) Federal Cash Transacl~qs Report-- (1) Form. (i) For grants paid by letter or credit, Treasury check advances or electronic Irans[er at funds, the grantee will submit [he Standard Form 272, Federal Cash Transactions Raped, and when necessary, its con[inuatle¢~ sheet, Standard Form 272a, unless the terms of the award exempt the grantee [rem this requirement. (ii) These repeals wiJl be used by the Federal agency to monitor cash advanced to grantees and lo obtain disbursement or ouitay informabo~ for each granl from grantees. The format of [he report may be adapted as appropriate when repealing is to be accomplished with the ass[stance at automatic data processing equipment provided that the informalJon to be submitted Is not changed in substsnce. (2) Forecasts at Federal cash requirements. Forecasts of Federal cash requirements may be required in the "Remarks" section at [he report. (3) Cash in hands of subgrantses. When considered necessary and feasible by the Federal agency, grantees may be required to report the amount of cash advances in excess of three days needs in the hands of [heir subgrantees or contractors and to provide short narrative explanations of act~:~s taken by the granlee Ia reduce the excess balances. (4) Frequency and due date. Grantees must submit the report no later than 15 working days following the end of each quarter. However. where an advance either by letter of credit or elec~ronle transfer of funds is authorized at an annualized rate at one miitlon dollars or more, the Federal agency may require the report to be submitted within 15 working days following the end of each month. (d) Request for advance or reimbursements(I) Advance payments Requests for Treasury check advance payments will bo submitted on Standard Form 270, Request for Advance or Reimbursement. (This form will not be used for drawdow~s under a letter of credit, electronic funds ITansfer er when Treasury check advance payments are made to the grantee automatically on a predetermined basis.) (2) Reimbursements. Requests for reimbursemeet under nonconstruction grants will also be submilted on Slaederd Form 270. (For reimbursement requests under conslrucCdon grants, see paragraph (e)(1) of this secticm.) (3) The frequency for submitting payment requests is Ireated in § 18.41(b)(3). (e) Outlay report and request far reimbursement for cons~ructlo~ pro.rams. (1) Grants [hat support construction activities paid by reimbursement me[hed. (i) Requests for reimbursement under construction grants will be submitted on Standard Form 271. Outlay Report and Request for Reimbursement [or Construction Programs. Federal agencies may, however, prescribe [he Request for Advance or Reimbursement form. spec[bed in § 18.41(d'), iestead of this form, (ii) The frequency for submitting reimbursement requests is treated in § 18.41(b)(3). (2) Grants thai supped, construction activities paid by letter of credit, eJeclronic funds Iransfer or Treasury check advance. (i) When a construction grant is paid by letter of credit, electronic funds transfer o~ Treasury check advances, the grantee will report its out-lays to the Federal agency using Sl~ndard Form 271, Outlay Report and Request for Reimbursement for Construction Programs. The Federal agency will provide any necessary special inslruction, However, frequency and due dale shall be gov~ned by § 18.41(b) (3) and (ii) When a constrncLion grant is paid by Treasury chock advances based on pededic requests [TOm [he grantee, [he advances will be requested on the term specified In § 18.41(d). (iff) The Federal agency may substitute Ihe Financial Slatus Raped specif'~:t in § 18.41(b) for the Outlay Report and Request for Reimbursement for ConstruclJo~ Programs. (3) Accounting basis. The accounting basis lo~ the Oulley Report and Request for Reimbursement for Construction Programs shall be governed by § 18.41(bX2). Federally Mandated Constr~action Contract Language Revixion I March 6, 2001 (fi Notwithstanding lhe provisions of paragraphs (aX1) et Ihis section, recipienls et FHWA and National Highway Traffic Safety Administration (NHTSA) grants shall use FI.-IVVA, NHTSA or Slate financial reports. [53 FR 8086 and 8087, Mar. 11. 1988, as amended al 53 FR 8081, Mar. 11, 1988] G. RIGHTS TO INVENTIONS Ail righls to inventions and malerJals generated under this contract are subject Io regulatJees issued by the FAA and the City of Corpus Christi. information r~jarding those rights is available fi.om the FAA and the City et Corpus Chdsti. H. COPYRIGHTS AND RIGHTS IN DATA The Federal Avial]ion Administralion reset'vas a royalbj-h'ee, nonexclusive, and irrevocable license to reproduce, publish or olherwise use, and Io authorize others to use, [or Federal Government purposes: (a) The copyright in any work developed under a grant, subgrant, or contract under a grenI or subgrant; and (b) Any rights af copyright Io which a grantee (the Cily et Corpus ChrisU), subgrantee or a Consultant purchases ownership w~th grant support. I. REMEDIES, Any violation or breach of the terms of this contract on the pad et Ihe Conl3-aclar ar subconlractor(s) may result in the suspension or len'nination et [his conlracI or such other acl~on which may be necessary to en1:orce the righls of the parties of this agreement. J_ FOREIGN TRADE RESTRICTIONS The Contractor or subcontractor, by submission of an offer and/or execution o( a centracL, certifies that it_ a. Ls not o'.¥ned or controlled by one or more cilizens of a foreign co~Jntry included In the list of counlrles Ihat discriminale againsl U.S. firms published by the Office et the United Stales Trade Representa~e (USTR); b has not knowingly entered into any coelr~c[ or subcontract for this project wilh a person that is a citizen or national of a [oreign counlry on said Iisi, or is owned or cenfi.oJlad directly or indireclly by o~e or more citizens or nationals of a foreign counlry on said iisi; c has not procured any product nor subcontracted for Ihe supply et any product for use on the project that is produced in a foreign country on said Iisi. Unless [he res/Fictions of this clause are waived by the Secretary of TrensportaUon in accordance wilh 49 CFR 30.17, no ceeb-act shall be awarded to a Contractor or subconb'aclor who is unable to cedi[y io the above. If the Cenlraclor knowingly procures or subconfi.acts tot the supply ot' any product or service et a foreign country on said list for use on the project, the Federal Avialio~ Admimsb'aIion may direcl through the Cily of Corpus Christi the cancellation et the conb'act al no cesl to the Government. trederally Mandated Construction Contract Language Revision ! - March 6, 2001 Further, the Conlractor agrees that, if awarded a contract resulling from this solicitation, it will incorporate this provision for certification without modificalion in each contract[ and in all lower tier subconlracls The Contractor may rely on the codification of a prospeclive subcontraclor unless ri has knowledge that the certification is erroneous. The Contractor shaft provide immediate wdttan notice to the City of Corpus Christi if the Contractor leams that its certification or that of a subcontractor was erroneous when submitled or has become erroneous by reason of changed circumstances The subcec~tractor agrees Io provide wrilten notice to the Contractor it at any time it learns that its certification was erroneous by reason of changed circumstances. This certifmation is a material representation of fact upon which reliance was placed when making the award. If il is later determined thai the Contraclo~ or subcontractor knowingly rendered an erraneous cadification, the Federal Avtatlou Administration may dbecl through the City of Corpus Christi [he cancellation of the centracl er subcontract for default at no cost to the Government. Nothing contained in the foregoing shall be construed to require establishment of a syste~T~ of records in order to rende~, in good faith, the certiFm, ation required by this provision The knowledge and information of a Contractor is not required to exceed ~at which is normally possessed by a prudent person In the ordinary ccorse of business dealings. This certification concerns a mat~er within the juriedk:~on of an agency of the United States of America and the making el: a false, fictitious, or fraudulent cenW'lcation may render the maker subject to prosecution under Title 18, United States Code, Seslion 10~1. K. EXCLUSIONARY SPECIFICATIONS PROVISION Section 3(a){2}(C) of the UMT Act of 1964, as amended, prohibits the use of grant funds Io supped procurements utilizing exclusionary or discriminatory specff-~catio~s L. CARGO PREFERENCE REQUIREMENTS Contractor and subcontractor clauses. "Use of United States-flag vessels: The contractor agrees - (1) To utilize privately owned United States-flag commercial vessels to ship at least 50 percent et the gross tonnage (computed separalely for dry bulk carders, dry cargo liners, and tankers) involved, whenever shipping any equipment, material, or commodities pursuant to [his canlract. Io [he extent such vessels are available at fair and reasonable rates for United Stales-flag cornme~ciat vessels. (2) To tornish within 20 days following the date el' loading i'or shipments originating within the United Slates or within 30 working days tallowing lhe date et loading for shipments originating outside the United Slates, a legible copy of a rated, 'on-board' commercial ocean bill-of-lading in English for each shipment c~ cargo described tn pa~ugraph (1) above to both the Contracting Officer (through the prime contractor in the case of subconffaclor bills-of-lading) and lo the Divisian of Natianal Cargo, Office of Market Oevelopmenl. Madlime Administration. Washington DC 20590. (3) To insert the substance et [he p~ovis~ons of this clause in all subcontracts issued pursuant to this can[ract. Federally Mandated Construction Contract Language Re¥ision I - March 6, 2001 M. BUY AMERICA REQUIREMENT M. 1. BUY AMERICAN - STEEL AND MANUFACTURED PRODUCTS FOR CONSTRUCTION CON'TRACTS {JAN 1991) Where the Contractor will supply these items as parl of their construclion: (a) The Contractor agrees that only domeslic steel and manufactured products will be used by the Con[raclof, subconlraclors, maladalmen, and suppliers in the performance of thLs conlmct, as defined in paragraph (bi below. (bi The folk)wing terms apply to this clause: 1. Ste~ ami manufactured products. As used in Ibis clause, steel and manufactured products include (1) those produced in/he United States or (2) a manufactured product produced in Ihe United States. if the cost o[ its components mined, produced or manu[actured in the United Slates exceeds 60 percent of [he cost of all its components and final assembly has lake~ place in the United States. 2. Components. As used in this clause, components means those arlicles, materials, and supplies incorporated directly into s/eel and manufactured products. 3~ Cost o1' Components. This means the cosls o[ produclJon of the cem pan ants , exclusive uf finaJ assembly labor costs M. 2. BUY AMERICAN - STEEL AND MANUFACTURED PRODUCTS (JAN 1991) Where the Owner will be accepting direct delivery frown suppliers or manufacturers: (a) The Contracler agrees that only domestic sleet and manufactured products under this ceeb'act, as defined in paragraph (bi below. (bi The following lerms apply to this clause: I Sleel and manulactured products. As used in this clause, steel and manutuctured products include (1) those produced in ~he United States or (2) a manufactured product produced in the United Slales, if the cost of its components mined, produced ~ manufactured in the United Slates exceeds 50 percent of the cost of all its components and final assembly has ~kee p~ace in He United Slates 2. Comp0nen[s. As used in this clause, compeeants means those articles, materials, and supplies incorporated directly into steel and manufactured products. 3. Cosl of Components. This means Ihe costs of production of the componanls, exclusive of final assembly labor costs. Federally Mandated Construction Contract Language R~,'vision I March 6, 2001 M. 3. BUY AMERICAN CERTIFICATE By submi~n9 a bid/proposal under this solicitatkm, except for those items listed Dy the offeror below or on a separate and cleady identified attachment to this bid/proposal, the offeror certifies that steel and each manufactured product, is produced in the United States (as detined in the clause Buy American - Steel and Manufactured Products For Construction Contracts or Buy Amedcan - Steel and Manufactured Products) and that components of unknown origin are considered to have been produced or manufactured outside the United States. Offerors may obtain from the Corpus Chdsti International Airport's Project representalJve, lists of articles, materials and supplies excepted from this provision. PRODUCT COUNTRY OF ORIGIN Date Signature Company Name Title Federally Mandated Cor~truction Contract Language Re'~ion I March 6, 2001 N. ADDITIONAL LANGUAGE: ALTERATION OF WORK AND QUANTITIES The Conlraclor is hereby advised thai all supplemental agreements shall be approved by the FAA and shall include valid wage determinaticos et the U.S. Secretary el Labor when the amount o! the suppiemenlal agreement exceeds $2,000. However, if the Can~'actor elecls [o waive the limitations on work Ihe[ increases or decreases the originally awarded contract or any major contract item by more than 25 percent, the supplemental agreement shall be subject to [he same U.S. Secretary of Labor wage determination as was included in the beginally awarded contract. Aft supplernonb31 agreements shall require consent of Ihe Contractor's surely and separale perfo~Tnance and payment bonds O. VETERAN'S PREFERENCE PROVISION In lhe employment of labor (excepl in executive, adminislratrve, and supervisory pc, sit~ons), pre[erenee shall be given to veterans or Ihe Vietnorn.-era and disabled veterans. However, this preference may be given only where the individuals are available and qualified 1o perform the work ID which the employment relales. P. DAVIS-BACON REQUIRED PROVISIONS The Ceeb-actor will abide by these provisions and will include Ihese provisions in each construction subcontract: a. Minimum Waqes. (1) All laborers and mechanics employed or working upon the site eT the work will be paid unconditionally and not less often than once a week, and withoul subsequent deduclJon or rebate on any account (except such payroll deductions as are pen~itled by regulations issued by the Secretary of Labor under the Copelond Acl (29 CFR Pad 3)), the tull amount of wages and bona fide fringe benefiLs (or cash equivalents thereo0 due at time of payment computed at rates not Jess than those contained in the wage de{erminatidn of the Secretapj of Labor whioh ~s attached hereto and made a part hereof, regardless of any conb-anlual relationship which may be alleged to exist between the contractor and such laberers end mechanics. Contributions mede or costs reasonably anticipated for bona fide fringe benefits under sechon 1 (bi(2) et the Davis-Bacen Act on behalf o! laborers or mechanics are considered wages paid to laborers or mechanics, subject to the provisions of subparagraph a.(4) below; also, regular conl]'ibulions mede or costs incurred for more than a weekly period (but nol less offef~ lhan quarterly) under plans. funds, or programs which c~ver Ihe particular weekly peded, are deemed ID be constructively made or incurred dudng such weekly period. Such laborem and mechanics shall be paid Ihe appropriate wage rate and fringe benefits on the wage determination for the ctassificatio~ of work actual~ perfE~"med, withoul regard to skill, excepl as provided in paragraph d. of this clause. Laborers or mechanics performing work iD mere then one classiflca[idn may be compensaled at the rate specified for each classhacafion [or the time actually worked therein: Provided, that the employer's payroll records accurately set forth the lime spenl Jn each ciassificalio~ in which work is performed. The wage detarmidallon (including any additional classificabon and wage rates c~'31~ermed under a.(2) of thia sec[ion) and the David-Baco~ pesler (WH-1321) shall be posted at all times by the conlractor and il~ subconlracthrs at the site of the work in a prorninenl and accessible place where it can easily be seen by the workers. (2) (ii The conb-ac[~ng officer shall require thai any class of laborers or mechanics which is not listed in the wage determination and which is Io be employed under the cenlract shall be classified Jn co~formonce with the wage delermination. The conlrac[ing officer shall approve an additional cless~ilcation and wage rate and fringe benefits therefor only when [he following criteria have been met: Federally Mandated Construction Contract l~anguage Revision I March 6, 200I (A) The work to be performed by Ihe classificafiee requosled is nol performed by a classification in the wage determination; and (B) The dassifhcation is utiFized in the area by the construction induslry; and (C) The proposed wage rate, including any bona ride fringe benefits, bears a reasonable retationship to [he wage tales contained in the wage daterminal~n. (ii) It the contractor and the laborers and mechanics Io be employed in the dassit'mation (if known), or lheir represanlalJves, and the conlracting officer agree on lbo classir~.alion and wage rate (including lhe arnounl designated for fringe bene~ls where appropriate), a report of Ihe action taken shall be sent by [he contracting or~cer to [he Administrator of the Wage and Hour Division, Employment Standards Adminis[Tatioe, U.S. Deparlment at Labor, Washington, DC 20210. The Admlnistralor, or an authorized represanlalive, will approve, medifi/, or disapprove every additieaal classltical~ea action within 30 days at receipt and so advise Ihe contracling officer or will notify [he contracting of T]c~r within Ihe 30- day pealed thai additlanal time is necessary. (Approved by the Office of Management and Budget under OMB contro~ number 1215~140.) (iii) In the evenl Lhe coati'actor, the laborers er mechanics to be employed in the classification of [heir representatives and the con[Tacting officer do net agree on the proposed classification and wage rate (including the amount designated [or triage bane§ts where appropriate), the canlracFing officer shall refer Ihe quasi,oas, including [he views of all inlerested parties and the recommendation of Ihe contracting officer, to the Adm[hisb'ato~ for detormination. The Administrator, or an authorized representative, will issue a determinatian within 30 days of raceipt and so advise the cantractlng officer er v~l notit'y [he contracling olT~cer within the 30~ay period that additional time Js necessary. (Approved by the Office oF Management and Budge! under OMB conb-o] number 1215-0140.) (iv) The wage rate (including !tinge beneftis where appropriate) delermlned pursuant to subparagraphs {2){ii) or (iii) of !his paragraph, shall be paid to all workers performing work in the classification under this conti-acl [rom [he ilrst day on which work Is performed in the classifiealian. (3) Whenever the minimum wage rate prescribed in the conLrast for a class at laborers or mechanics includes a fringe benefit which is nol expressed as an hourly rale, Ihe contractor shall either pay [he benefit as stated in the wage delermidafion or shall pay anoLher bona fide []-inge benefit or an heudy cash equivalent !hereof. (4) I[ [he conb-actor does not make payments to a [ruslee or other third persea, [he contractor may consider as pad of [he wages al any laborer or mechanic Ihe amsunl of any costs reasonably anticipated in providing bona ~de [Tinge benel~ts under a plan or program, Provided, That the Secretary of Labor has [ound, upon the written request at [he conlracter, [hat Ihe applmable standards of the Davis- Bacon Acl have been mol. The Secretary of Labor may require the contractor Io set aside in a separate account assets far the meeting of obliga§ons under the plan or pragrarn. (Approved by [he Office of Management and Budget under OMB control number 121.50140.) b. Wi[hholdinq. The FAA or City of Corpus Chrisli shall upon its own asliee or upon written request at an authorized representative of [he Deparb'nent or Labor withhold or cause ta be withheld [rom the contractor under this conti'as! er any other Fedoral cenlract with the same pdrne con,actor, er any ether federally- assisled contrac! subjecl to Davis-Bacon prevailing wage requiremanLs, which is held by the same pdme contractor, so mush of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, [Ta[hees, and helpers, employed by [he conb-actor or any subcontractor the tull amount o1: wages required by [he con[TacL In the event at failure to pay any laborer or mechanic, including any apprentice. Irainee, or helper, employed er working on the site at work, all or pad of [he wages required by Ihe contract, the Federal Avialion Administration may afler wilt!an notice to the con!ranter, City or Corpus Christi, applicant, or owner, take such action as may be necessary to cause the suspension of any ludher payment, advance, er guaranlee of funds unlil such violations have ceased. c. Pa,/rolls and Basic Records. (1) Payrolls and beslc records relating ifiefeto shall be maintained by the canlractor dudag the course ef the work and preserved for a pefied of three years [hereafter for ail laborers and mechanics working at [he site ef Ihe work. Such records shall conlaid the name, address, and social secudty number at each such worker, his or her correct classification, hourly rates of wages paid (including rates Fed~'r~lly Mandated Construction C~ntracI Language Revision I March 6, 2001 of contributions or cosls anticipated [or bona fide [doge benefits or cash equivalenls thereof o[ the types described in section l(b) (2XB) of Ihe Davis-Bason Ac~), daily and weekly number of hours worked, deductions made and aclual wages paid. Whenever Ihe Secrelary of Labor has found under paragraph a(4) of this clause that the wages of any laborer or mechanic include the ameen! of any costs reasonably anticipated in providing benefits under a plan or program described in section l(b) (2XB) of the Davis- Bacon Acl, the contraclor shall maintain records which show that the commitment ta provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program have been co~municated in writing Io the laborers or mechanics affected, and records which show the costs anticipated or the actual cosls incurred in providing such bene~s. Contractors employing acprentJces or trainees under approved programs shall maintain written evidence of the registrabon of apprenticeship programs and certit-~:.ation of Irainee programs, the regist~alion of the apprentices and trainees, and the relies and wage rates prescribed in the applicable programs. (Approved by the Office of Manegemen! and Budget under OMB contro~ numbers 1215-0140 and 1215-0017.) (2) (il The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the applicant, Cily of Corpus Chris§, or owner, as the case may be, for lransrnissian to the Federal Aviation Administration. The payrolls submitted shall sol out acourale{y and co~mptately all of the information required to be maintained under paragraph c(1) above. This tnformatiect may be subm~ed in any form desired. Optioual Form WH-347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal Stock Number 029q305-00014-1), U.S. Government Printing Office, Washington, DC 20402. The prime conb-actor is responsible for [he submission of copies of payrolls by all subcontractors. (Approved by the Obese o[ Management and Budgel under OMB conb'ol number 1215-0149.) (ii) Each payroll submitled shall be accompanied by a "Statemenl o1' Compliance," signed by contractor or subconb-actor or his or her agent who pays or supervises the payment of the pers4~s employed under the contract and shall cadify the following: (Al That the payroll for the payroll period contains the information required to be mainfained under paragraph c(1) above and that such information is con-est end complele; (B) That each laborer and mechanic (including each helpe~', apprentice and trainee) employed on the conlract during the payrbll period has been paid the full weekly wages earned, without rebate, either direodly or indireslly, and that no deductions have been made either directly or Indireclly from the full wages earned, other than permissible deductions as set forth in Regulations 29 CFR Peri 3; (C) Thal each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of wark performed, as spechled in the applicable wage determlnatior~ incorporated into the conbract. (iii) The weekly submission of a properly executed certit'K;atidn set forth on the reverse side of Optional Form WH-347 shall sa[is[7 [he requirement for submission of the "Statemenf of Cemplianse' required by paragraph c.(2)(b) of this section. (iv) The falsification of any of the above certifications may subject the conb-acter or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United States Cede. (3) The contractor or subcontractor shall make the records requ~-ed under paragraph c(1) of this seclion available for inspection, copying, or t/anscription by aulhodzed representatives of [he City of Corpus Christi, the Federal Aviation Administration or the Dapartmenl of Labor, and shall permit such representatives to inta~iew employees during v,~rkieg hours on the job. If the contractor er subcontractor fails to submit the required records or Io make them avai~ble, the Federal agency may, after writlen notice lo the contractor, City of Corpus Christi, applicant or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guaranlee of funds. f:urthermore, failu~ra to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. d. ADPrentices and Trainees (1) Apprentices. Apprentices will be permitted to work at less Ihan the predetermined rate for the work they performed when they are employed pursuanf to and individually registered in a bona nde appreet~7,eship program registered with the U.S. Doper[meat of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau, or if a pers4~ is employed in his or her r~rst 90 days of probationary employmonl as an Federally Mandatezt Construction Contract Language Revision 1 - March 6, 2001 apprenlice in such an apprenlJceship program, who is nol indr,,idually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) Io be eligible for probationary employment as an apprentice. The allow-able ratio of appranl~ces ~o journeymen on the job site in any craft classificelion shall not be greater lhan the ratio permitted Io the contrac4or as to the entire work force under the regislered program. Any worker listed on a payroll at an apprentice wage rale, who is riel registered or otherwise employed as stated above, shall be paid no[ less than fha applicable wage rate on the wage determinallon for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate o~ the wage determinatio~ for the work achJally performed Where a contractor is performing construafion an a project in a locality other than thai in which its program is registered, the ralios and wage rates (expressed in percentages of the journeyman's haudy rate) specified in the cenlmcter's or subeontractor's registered program shall be observed Every apprentice must be paid at net less than ~ rate specified in the registered program for the apprentice's level o1' progress, expressed as a percentage of the joumeymeo houdy rate specified in the applicable wage determination. Apprentices shall be paid fringe benefils in accordance with the provisions of the apprenticeship program. If Ihe apprenticeship program does not specify fringe benefits, apprentices must be paKJ the full amounl of fringe benefits listed on the wage determination for the appttcable c..~ssitlcation. If the Adminish'ator determines thai a different practice prevails for the applicable apprentice classit-m_.alion, fringes shall be paid in accordance with Ihal determination. In the event the Bureau of Apprenticeship and Training, or a State Apprenticeship Agency recognized by the Bureau, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize appreelices at less than the apptlceble predetermined rale for the work performed unlil an acceptable program is approved. (2) Trainees. Except as provided in 29 CFR 5.16, Irainees will net be permitted to work al less than the predelermined rate for the work performed unless they are employed pursuant to and Individually registered in a program which has received prior approval, evidenced by formal certificelien by the U.S. Deparknant of Labor, Employmenl and Training Administration. The ralla of Irainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employmenl and Training Administration. Every trainee must be paid at not less than Ihe tale specified In the approved program [or the trainee's level of progress, expressed as a percentage of the janmeyman hourly rate specified in the applh~bid wage determination. Trainees shall be paid [Tinge benefits in accordance with the provislens of [he trainee program. I[ the trainee program does not menbon fdnge benefits, trainees shall be paid the tull amann[ of [dnge benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding joumeyman wage rate on the wage delarrnlee/ion which provides [or less than lull fTioge benefits for apprentices. Any employee listed an the payroll al a b-ainee rate who is not registered and participating in a [raining plan approved by the Employment and Training Adminis[ral~an shall be paid not lass than the applicable wage rate on tbe wage determination for the classification ofwork actually performed. In addi[ien, any trainee performing work on the job slle in excess of Ihe ratio permitted under the regislerad program shall be paid not less than the applicable wage rate on lhe wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, [he contractor will no longer be permitted to utilize trainees at less Ihan Ihe appJicable predetermined rate for the work performed until an acceptable program is approved. (3) Equal Employment Opportunity. The utilization of apprentices, b'ainees and joumeymen under this part shall be in conformity with the equal employment oppertunity requirements of Executive Order 11246, as amended, and 29 CFR Pad 30. e. Compliance with Copeland Act Requirements. The conlractor shall comply with the requirements of 29 CFR Pad 3, which are incorporated by reference in this cenlrac[. [. Subcontracts. The contraclor or subcsetractor shall insert in any subcontracts ine clauses conl~ined in paragraphs a. through j. of Ihis co~[rac~ and such other clauses as the Federal Avlalio~ Admlnlsfrafion may by appropriate Inslmctiens require, and also a clause requiring the sutx:ontractors to incJude Ihese clauses in any lower IJer subcontracts. The prime centractor shall be resprmsible for the compliance by any subcontractor or lower tier subcontractor with all the cenffacl clauses in 29 CFR 5.5. Federally Mandated Construction Contract Language Revision I March 6. 2001 g. Cenkact Termination: Debarment. A breach of the conlract clauses in paragraphs a through j. of this clause and a. through e. o[ the second clause below may be grounds for termination of the contract, and for the debarment as a ¢onlraclor and a subcontractor as provided in 29 CFR 5.12. h. Con~pliance with Davis-Bacon and ReBated Act Requiremenls. All rulings and interpretatk:ms o[ the Davis-Bacon and Related Ac, is contained in 29 CFR Pads 1, 3, and 5 are herein incorporated by re[erence in this contract. i. Disputes Conceminq Labe~ Standards. Dispules arising out o1' the labor standards provisions of this con~-act shall not be sul~ect to Ihe general disputes clause of this contract. Such disputes shati be resolved in accordance with the procedures ot the Depadment et' Labor set fodh in 29 CFR Pads 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subconb-actars) and the conlTac[ing agency, [he U.S. Depadmen/o[ Labor, or Ihe employees or their representatives. j. (:;edification of ElioibiJih'. (,1) By ented~g into this contract, the contracto~ ce~fies that neither it (nor he or she) nor any person or firm who has an interesl in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virlue of sactio~ 3(a) of the Davis-Bacon Act o~ 29 CFR 5.12(aX1). (2) No pad of this c~ntract shall be subeei~tracted ta any person or firm ineligibJe for award of a Government contract by vidue et' seclicn 3Ia) of the Davis-Bacea Act or 29 CFR 5.12(a)(1) (3) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S,C, 1001. CONTRACT WORK HOURS AND SAFE'FY STANDARDS ACT PROVISION The ceab'actor and subcontractors must comply wfth Sections 103 and 107 of the Contract Work Hours ~nd Safety Standards Act (40 USC 327-330) as supplemented by the Depadment o[ Labor reguJalions (29 CFR Pad As used in the [otiowing, the term "laborers" and "mechanics" include watchmea and guards. a. Overtime Requirements. No con, b-actor or subcontraclor contracting for any pad of the co~tract work which may require or Involve the employment ct: laborers or mechanics shall require or permit any such la/~orer or mecAa~ic in any workweek in which he or she is employed on such work to w~rk in excess of fody hours in such workweek unless such laborer or mechanic receives compensation at a rate not ~ [hen one and one-haft times the basic rate of pay for all hours worked in excess o[ forth hours in such workweek, whichever is greater, b. Violation; Liabilily [or Unpaid Waqes; Liquidaled Damages. In the event of any violatkm of the clause set fodh in paragraph a. above, the cor~b'actor or any subconl]-aclor respo~sib/e thed:or shall be liable [or the unpaid wages. In additio~, such contractor a~d subcontractor shall be Ilabta to the United States (in the case of work do~e under contract [or Ihe Dislrict of Columbia or a territory, lo such Dislricl er to such terdlory), for liquidated damages. Such liquidaled damages shall be computed with raspecl to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forLh in paragraph a. above, in tho sum o[ $10 for each caia~dar day ea which such individual was required or permitted to work in excess o1' Ihe standard workweek ol forty hours witho~Jt payment of the overtime wages required by the clause set fodh in paragraph a. above. c. Withheldind for Unpaid Wa~es ead Li~uidaled Damaqes. The Federal Aviation Admi~ish'ation or the City of Corpus Chesli shall upon its own action or upon w~iffen request of an authorized representative or /he Department o[ Labor withhold or cause to be withheld, from any monies payable on account or work performed by the contractor or subcontractor under any such contract or any other Federal cerdmct with the same prime contractor, or any other federally-assisted conh-act subject to the Contract Work Hours Federally Mandated Cor~truciion Contract Language Revzsion I March 6, 2001 and Safety Slam:lards Act, which is held by the same pdme cer~tractor, such sums as may be determined to be necessary to satisfy any liabilities af such contractor or subcontractor [or unpaid wages and liquidated dornages as provided in the clause set [orth in paragraph b. above. d Subcontracts. The contractor or subcontractor shall insert in any subcordracts the clauses set forth in paragraphs a. through d, and also a clause requiring the subcontractor to include these clauses in any 1over tier subcontracts. The pdme contractor shall be responsible for compliance by any subcoflh-actor or tower tier subcontractor with the c. Jaeses sel forth in paragraphs a. through d. e. Workin~ Conditions. No co~tractor or subconti'actor may require any laborer or mechanic employed in the performance af any contract le work in surroundings or under w~:)rking conditions Ihat ere unsanitary, hazardous or dangerous to his health or safety as determJned under construction safety end health standards (29 CFR Pad 1926) issued by the Department af Labor. R. EQUAL EMPLOYMENT OPPORTUNITY CLAUSE During the performance o1: this contract, the contractor agrees as follows: (1) The contracler will not discriminate agaiosl any employee or applicant for employment because or race, color, religion, sex or natiac~el origin. The contraclor will take affirmative action Io ensure that applicants are employed, and that employees ere heated during employment without regard Io their race, color, religion, sex, or national origin. Such action shall include, but nol be limited to the following: Employmenl, upgrading, demotien, or transfer; recruitment or recruilmenl edvedislng; layoff or lefmination; rates of pay or other forms of compensalion; and selection for training, including apprenticaship. The contractor agrees 1o post in conspicuous places, available Io employees and applicanls for employment, notices to be provided setting forth the provisions af this nondiscrimination clause. (2) The contractor will, in all selieitalions or advertisements for employees placed by or on behalf of the contractor, state Ihat ail qualified applicants will receive considerations for employment without regard ta race. color, religion, sex, or national origin. (3) The cor~tractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contracl or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commilmenls under this section, and s~all post copies of Ihe notice in conspicuous places available to employees and applicants for employment. (4) The contractor will comply with all provisiens of Executive Order 11246 of September 24, 1965. and of the rules, regulations, and relevant orders of the Secretary of Labor. (5) The c~ntractor will furnish all Information and reports required by ExeculJve Order 11246 of September 24, 1965, and by rules, regulations, end orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of inveslJgalion to ascertain compliance with such rules, regulations, and orders. (6) In [he event of the centractor"s nencompllance with the noediscdmination clauses af this contract or with any of the said rules, regulations, or orders, this contract may be canceled, lermlnated, or suspended in whole or in part and the contractor may be declared ineligible for further C-~vemment cectrects or federally assisled censlruclion contracts in accordance with procedures aulhorlzed in Execalive Order 11246 ct September 24, 1965, and such other sanctions may be imposed ~nd remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulalion, or order o1 the Secretary af Labor, or as otherwise provided by law, (7) The co~tractor will inrJude the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exampled by rules, negetat.~:ms, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisiens will be binding upon each subcontractor or vendor. The co~tractor will take such action with resper¢ to any subcontract or purchase order as the administering agency may diracl as a means of enforcthg such provisiecs, including sanctions for nonco~npl~ance: Provided. however. That in the event a cont. racter becomes levo~ved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the edmlnislenng agency the Federally Mandated Construction Contract Language Rewsion I March 6, 2001 conlractor may request the United States Io enler Jnlo such lit~Jalien lo protect the interests of the United Stales S, STANDARD FEDERAL EQUAL OPPORTUNR-Y CONSTRUCTION CONTRACT SPECIFICATIONS (EXECUTIVE ORDER 11246, AS AMENDED) 1. As used in these spesi[~caIiens: a. "Covered area" means the geographical area described in the solicitation from which this conlracl resulted; b. "Director" means Direclor, Office of Federal Conb'act Compliance Programs (OFCCP), U.S. Deperlment of Labor, or any person Io whom the Director delegates authority;, c "Employer ideotificatian number" means the Federal social security number used on the Employer's Quarterly Federal Tax Return, U.S. Treasury Deparlment Form 941; d~ "M~odb/" includes: (1) Black (all persons having origins in any of lie Black African racial groups not of Hispanic origin); (2) Hispanic (all persons of Mexican, Puerlo Rican, Cuban, Central er South American, or other Spanish culture or origin regardless of race); (3) Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far East, Soulheast Asia, [he Indian Subcontinent, or the Pacific Islands); and (4) Amedcan Indian or Ataskan native (all persons having origins in any o[ the original peoples o[ Nc~h America and maictainiog identifiable thbal afffiiations through membership and padicipalion or community ident~ilcation). 2. Whenever lie contractor, or any subconh-actor at any tier, subcontracls a portio~ of the ~ involving any conslmction trade, it shall physically include in each subcontract in excess o[ $10,000 the pro,.qsions o1' these specifications and the Notice which conlains the applicable goals [or mlenOy and female pedicipation and which is set fOdLh in [he solicitat~'~s Eom which this contract resuiled. 3. If the can[racier is participating (pursuant Io 41 CFR 60-4.5) in a Hometown Plan approved by the U.S. Departmenl of Labor in tho covered area either individually or through an associath:m, its afflrrnalJve action obligations on all work in the Plan area (including goals and timetables) shell be in aeaordanse with that Plan for those trades which have unions padicipating in the Plan. Contractors musl also be able to dernor~trate their participation in and compliance with the provisions of any such Hometown Plan. Each conlractor or subconlractar padiclpatlng in an approved plan is individually required to comply with its obligations under lie EEO clause and to make a good ¢'aith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other ceolmctars er subcontractors toward a goal in an approved Plan does not excuse any covered co~tracta~'s or subconlz-actar's failure to take good faith efforts to achieve the Plan goals end timetables. 4. The contractor shall ~rnpJement lie specific affirmative action standards provided in paragraphs 7a through p of these specificatiorm. The goals set forth in the solicitation from which this contract resulted am expressed as percentages of the total hours of employment and t]'aining of minority and female utilization the contractor should reasonably be able to achieve in each construction b'ade in which it has employees in the covered area. Covered construction conb'actors performing c~onslructinn work in a geographical area where they do not have a Federal or federally-assistad conslruction cent~act shall apply [he minority and I'emale goals established for the geographical area where., the work is being performed. Goals are published periodically in Ihe Federal Register m nolJce form, and such notices may be obtained [rom any Office of Federal Conb-ect Compliance Programs office of from Federal procurement conb-aclJ~g officers. The contracler is expected lo make subslant~ly uniform ~egress in mealmg its goals in each craft during the pehod specified 5. Neither the provisions of any callectlve bargaining agreement nor the failure by a unien with whom the contraclor has a co~leclive bargaining agreemenl to refer effher minorities or women shall excuse the Federally Mandated Construction Contract Language RevJsmn I March 6, 2001 contractor's obligations under these specttications, Executive Order 11246 or the regulations promulgated pursuant thereto. 6. In order for the nonworkJng training hours of apprentices and trainees Io be counted in meeUng lhe goals, such apprentices and trainees must be employed by the contraclor during the b'aining period and the contractor must have made a commitment to employ Ihe apprentices and Iralnees at the complatlon of their training, subject to the availability of employment opporlunities. Trainees must be trained pursuant to training programs approved by lhe U.S. Department of Labor. 7. The contractor shall lake specific affirmative actions lo ensure Equal Employment Opportunity. The evaluation of the conlractor's compliance with these specifications shall be based upon its effo~'t to achieve maximum results from its actions. The contractor shall document these efforts fully ond shall implement aff~rmattve action steps at least as extensive as the following: a. Ensure and maintain a working environmonl flee of harassment, intimidation, and coercion at all sites, and in all facilities at which the contractor's employees are assigned to work. The conlmctor, where possible, will assign two or more women [o each construction project. The contractor shall spectt-~ally ensure that all foremen, supednlandeats, and other onsite supervisory personnel are aware of and carry o~t the contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or ia such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notificalton Io minodty and female recruitment seerces and to community organizations when the conlractor or its unions have emp~yment oppodunities available, and maintai~ a record of the orgonizations' responses. c. Maintain a current file of the names, addresses, and telephone numbers of each minority and female off-lhe-street applicant and minority or female referral Item a union, a recruitment source, or community orgenlzation and of what action was taken with respect Io each such individual. If such iediv~dual was sent to the union hiring hall for referral and was not referred back to the contractor by the union or, if re[erred, out employed by the contractor, this shall be documented in the file with the reason therefor along wibh whatever additional actions the contraclor may have lakon. d. Provide immediate written notification to the Director when the union or uni~s with which the contractor has a ¢o~lactive bargaining agreomonl has not referred to the contractor a minority person or woman sent by the conttacter, or when the contractor has other information that lhe unio~ referral p,'ecess has impeded the contractor's efforts to meet its obligations e. Develop omthe-job trathing oppodunities and/er pertkiipate in Irainlng programs for the area whiob expressly include mi~orfties and womon, including upgrading programs end apprenticeship and trainee programs relevant to the contractor's employment needs, especiatly these programs funded or approved by the DepaCe'nant of Labor. The contractor shall provide notice of these programs to the sources cornpRed under 7b above. f. Disseminate the contractor's EEO poticy by providing notice of the policy to uato~s and training programs and requesting their cooperation in assisting the co~traclor in meeting its EEO obligaliens; by including it in any policy m~nual and c,~lective bargaining agreement; by pub~icizJn0 it i~ the company newspaper, annual repod, elc.; by spe~i~ review of the policy with all managemefl! pers0~nel and with all minority and female employees at least once a year, and by pesling the company EEO policy on bulletin boards accessible to all employees at each location where conslruction work is performed. g. Review, at least annually, the company's EEO policy and affirmative action obligations under these speciflcalJons with all employees having any respansibilib/for hiring, assignment, layoff, termination, or olher employment decisions Including specific review of these items wM'~ enstte super¥isery personnel such as superinfendeats, general foreman, etc., prior Io the initiation of eenstruction work at any job site. A written record shall be made and maintained identt~g the time and place of these meetings, persons attondlng, subject matter discussed, and disposition of the subject matter. h. Disseminate the contractor's EEO policy externally be including it in any advertising In the news media, specifically including minedty and female news media, and providing written hogtie§on Io ond discussing the contractor's EEO policy with other contractors and subcz:)ntractocs with whom the contractor does or aaticipates doing business. Federally Mandated Consiruct~n Contract language Re~,ision I March 6, 2001 i, Direct ils recruitment efforts, both omi and written, to mianrity, female, and community organizations, to schools with minority and female studanis; and Io minority and female recnJitmant and ~zalnh3g organizations serving the conlractor's recruitment area and employment needs. Not later than ane month pnof to the dale for the acceptance o[ applications for apprenlioeshlp or other b'aioi~g by any re~uitment source, the contracto~ shall send wTitlen notJficalion to organlzallons, such as the above, descnigiag Ihs openings, screening procedures, and tesls to be used in the selection process. j. Encourage present minonty and female employees Io recruit olher minority persons and women and, where reasonable, provide after school, summer, and vacation employmenl to minority and female youth both on the site and in other areas of a contracler's Workforce. k_ Validate all tests and other selection requirements where there Is an obligation te do se under 41 CFR Part 60-3 ~, Canduct, at least annually, an thvemory and evaluation at least of all minority and female persenneJ, for promoliooal opportunities and encourage these employees lo seek or to prepare for, through apprapriate b'alning, etc, such opportunities m- Eosure thai sonionty practices, job olassifications, work assignments, and other personnel prestO, es do not have a discriminatory effect by continoally mo~tor~g all personnel and employment retated activities fa ensure that the EEO pplioy and the conlracter's obtigaOons under these specifications are being carded out. n. Ensure Ihat all families and company aclivilles are nonsegregated except that separate or single-user ~oilet and necessary changing facilities shatl be provided te assure privacy between the S~XeS. o. Document and maintain a record of all solicitaliens of offers for subconFasls ~rom minority and female co~s[ruc[Jon contractors and suppliers, including circulation o1: solicitations to minority and female con[rector assec~ations and other business assouialions. p. Conduct a review, al least annually, of all supervisor's adherence to and performance under the contractor's EEO policies and affirmative action obligations. 8. Contraclors are encouraged to participate in voluntary associations which assisl in fulfilling o~e or more of ~3eir affirmative action obligations (7a through p). The efforts of a cantractor assoctaBor~, joint co~31ractor union, contractor community, or other similar groups of which the contraclor is a member and participant, may be asserted as fulfilling any one or mere of its obl~jations unde~ 7a through p of thee Specifications provided that the conb'actor actively participates In the group, makes every effod to assure that the group has a positive impact on the employment of minorities and women in the iodustry, ensures that Ihs concrete benefits of the pregram are reflected in the contractor's minority and female workforce participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates Ibe effectiveness of actions taken on behalf of the contractor. The obligation to comply, however, is the contractor's and failure of such a group to fulfill an obligation shall not be a defe~nse for Ihs contractor's noncc, mpliance. 9. A single goal for minoritms and a separate single goal i'or women have been established. The con[raclor, however, is required to provide Equal Employment Opportunity and te take afrmallve aclion for all minority groups, both male and female, and all women, both minority and nonminodty Censequently, the contrac[or may be in violation of the Executive Order if a particular group is employed in a substaolially disparate manner ([er example, even though the contractor has achieved ils goals tar women generally, the contractor may be in violation of lhe ExeculJve Order if a specifio minority ~oup of women is underutilized). 10. The c~nb'~ctor shall not use the 9oats and limetab~s or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin 11. The contractor shall not enter inlo any subcentracl with any person or firm debarred Eom Government contracLs porsuant Io Executive Order 11246. 12. The canlraclor shall carry out such sanctions and penalties for viofalion of these speclficalJo~s and of the Equa~ Oppor[unily Clause, indudiag suspension, terminelion, and cancellation of existing subcontracts ss may be imposed or ordered pursuant to Execullve Order 11246, as amended, and its Fec~raIJy M~nda~e~ Cons~r~cfion Contrac~ Language Rcv~ion I March 6, 2001 implementing regulations, by the Office of Federal Contract Compliance Program. Any conb-actor who falls to carry out such eanctiens and penalties shall be in violation of these specificatior~s and Executive Order 11246, as amended. 13. The coniracior, in [uifilling its obligations under these specifica~ns, shall implemenl specific affirmalNe acticm steps, at least as extensive as those standards prescribed in paragraph 7 el' these specifications, so as to achieve maximum results from its effo~ts to ensure eq,Ja[ empioymer~t appodunity. If the contractor fai~s lo comply with the requirements of the Executive Order, the imple¢nenOng regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8. 14. The contractor shall dasignale a responsible official Io monitor all employment reJaled activity to ensure Ihat the company EEO policy is being carded out, to submit repeals relating to the provisions hereof as may be required by the Govemment, and to keep records. Records shall at least include for each employee, the name, address, telephone number, construction trade, union affiliation ff any, employee identificalJ, on number when assigned, social secedty number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in slalea, hours worked per week in the indicaled trade, rate of pay, and locations at which the work was performed. Records shall ha mainlained in an easily undemtandable and retrievable form; however, to the degree that exisliog records satis[y this requirement, contractors shall not be requn'ed Io maintain separate records. 15. Nothing herein prowded shall be const]'ued as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requiremenls for the hiring of local or oth~ area residents (e.g, those under the Public Works Employment Act of 1977 and the Cemmunity Development Block Grant FTogram). Federally Mandated Construchon Contract Language Re.sion I March 6, 2001 T. CERTIFICATION OF NONSEGREGATED FACILITIES The federally-assisted construction contractor certifies that he does not maintain or provide, for his employees, any segregated facilities at any of his establishments and that he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally-assisted construction contractor certifies that he will not maintain or provide, for his employees, segregated facilities at any of his establishments and that he will not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally-assisted construction contractor agrees that a breach of this certification is a violalJon of the Equal Opportunity Clause in this contract As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, reslrooms and washrooms, restaurants and other eating areas, time(locks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directives or are, in fact, segregated on the basis of race, color, religion, or national origin because of habit, local custom, or any other reason. The federally assisted construction contractor agrees that (except where he has obtained identical certifications from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors pdor to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause and that he will retain such certifications in his tiles. Contractor: Signature: Printed Name: Title: Date: Federally Mandated Construction Contract Languagg RevtSton 1 - March 6, 2001 U. TERMINATION OF CONTRACT The City of Corpus Christi may, by written notice, terminate this conlTact in whole or in pad: at any time, either tar the City al~ Corpus Chdsti's convenience or because of failure to fulfill the conlract obligations. Upon reCmpt of such notice, sew~ces shall be immediately discontinued (unless the notice directs otherwise) and all matanals as may have been accumulated in performing this contracl, whether completed or in process, delivered to the City o[ Corpus Chdsli. If tbe termination is [or lhe convenience of the City at Corpus Christi, an equitable adjustment in [he cenlract price shall be made, but no amount shall be allowed [or anticipated profit on unperformed services. If the termination is due to failure to fulfill the Co~traclor's obligations, the City of Corpus Christi may take over the work and prosecute the same to comptatior] by conl]'ael or otherwise. In such case, the Contractor shall be liable to the City of Corpus Christi for any additional cost occasioned to the City of Corpus Christi thereby. If, alter notice o[ termination for failure to fulfill contract obligations, it is de[ermined thai Ihe Contractor had not so railed, the termination shall be deemed to have been effected for the convenience of the City of Corpus Chdsti. In such event, edjustmenl in the contract price shall be made as provided in paragraph 2 o~ this clause. The righLs and remedies al" Ihe City al' Corpus Chrisli provided in this clause are in addition Io any other rights and remedies provided by law or under this contract. V_ DEBARMENT AND SUSPENSION The Conb-actor certit-~es, by submission of this proposal or acceptance or this conb-act, that neither Jt nor its principals is presently debarred, suspended, proposed for debarment, ded~ed inetiDiole, er voluntarily excluded [rom participation in this transaction by any Federal depaJ~mect or agency and does not appear on the Department of Transportation Un~ed List_ II [urther agrees by submitting this proposal that it w~l iac)ude this clause without medifisation in all lower tier transactions, solicitations, p,roposals, contracts. and subconttacts Where the Contracter or any lower liar participant is unable th certify to this statement. it shall altach an explanation to Ibis solicitation/proposal W. ENVIRONMENTAL COMPLIANCE Contractor and subcontractors agree: That any facility to be used in the performance of the contract or subcontract or to benefit [rom the contract is eel listed on the Environmental Protection Agency (EPA) List of Violaling Facilities; To comply with all the requirements o[ Section 306 o[ Ihe Clean Air Act (42 USC 1857 th) and Section 508 o[ the Clean Water Act (33 USC 1368), Executive Order 11738, and environmental protectlen regulations (40 CFR Pad 15); That, as a condition for the award of this CrOnlract, the Contractor or subconb-actor will notify the awarding official o[ the receipt o[ any cornmunicatJon tram the EPA indicating that a fatally to be used [or the performance of or benefit [Tom the conlrac~ is under consideration ta be lisled on the EPA List of VielaQng Face,es; d To include or cause to be included in any consb-uction conlract or subcontract which exceeds $100,000 the aforementioned criteria and requirements. Federally Mandated Consrrac~'on Contract Language Revision 1 - March 6, 2001 CORPUS CHRISTI INTERNATIONAL AIRPORT BACKGROUND VERIFICATION FORMS C_i , of Christi CORPUS CHRISTI INTERNATIONAL AIRPORT APPLICATION FOR AIRPORT IDENTIFICATION BADGE BADGING AND FINGERPRINT OFFICE 361-289-0171 EXT. 1227 ~MPLOYEE ~r~ ~i~) Lasl First Middle Name _Name ___ Name_ DOB Height Weight Color of Eyes Color of Hair Gender Race State/Counlry et Bidh _ Aliases Driver License # Expiration Dale State Home Address Apt. City State ZIP Business Phone Home Phone · I understand the procedures and responsibilities for using and safeguarding the Corpus Christi International Airport Identificalion Badge. I w~l immediately notify the Airport BadeJing Offm~e and my employer if I lose this badge. ISSN Employee Signalure Date EMPLOYEI~PON$OR Off'~ciat Company Name ,¢llir~ Address __ C~ily State _ ZIP FAX No. By my signature I codify: that I am an authorized representative of ~ abov~ employer and as such may exec~e (siOn) this application; thai the foregoing information rs true a~d aocurale; that (the named) employer authorizes an electronic rmge~t be obtairu~l for the porpeee of performing a crtmir~l history re,c~rd check, if needed for unee4~rtad aocess Io SIDA; ~at 011s employee requires the level as ieer~caled below; and 'that the employee's Airpod Security Badge w~ be relumed upon requesL, terrnlnaf~on, or when a,cce~s Is no lo~ger r~q~Jired Type of Badge Requested 1 2 3 4 5 6 (Read levels on back) White Green Blue Red Teal Yellow w/Black ~-oordinal~r or Manager Signalure Pdnt Date and slgnMum must match l~o~e of the Signature Verification Form on file wlUt the City of ~ Chflst]) Ofllc. e Use Only S1DAClass yesl~ NoO Date Instructor Badge # AOAClass YesFI NoEl Date Instructor InlernalBad[e# RadioOperutions YesO No~] Date Instructor ~ '{ethod of Payment: Cash Check # Bill Company .~1 F~ngcq~finl~ Rc-fingeq~rinled Resubmitted Dale of Expiration Date Is~ued/lzsuer · t ~ ~ ,', ~...vh.~ ¢;~.,...'~,~.~':~'~': ,~'~.,.' ~..d'.;~7".""'.'.".,.' ':':" ~ L: :'L::~:."'.':'.':'~?' CCIA SECURITY BADGE APPLICATION INFORMATION ;OLOR CODED ACCESS LEVELS: EVEL 1: WHITE BADGE- This badge is Ior [armers, oil well ',~:~rkers. and others requiring uneso~rted access to agdc~ltoral areas el Lhe AOA (i.e. rietds and oLher areas wilhin the perimeter [ence). This badge does not allow unessoded access beyond the leasehold et the agricultural leasehold boundaries or the S~curi[y IdenMflcaOon Disptay Area (SIDA). ~he badge has an ideniificatlon picture and pedine~t inlormalion [hat is standard with the llve off, er lypos of badges. L~L 2: LEv'EL 3: LEVEL 4: GREEN BADGE- This badge authorizes unescoded access [o the FBO airera[t parking areas of the AOA_ BLUE BADGE- This badge is issued lo individual employees el` [he airporl tenants who need unescorted access lo non-pablic areas. This badge does not allow SIDA orAOA unescoded accessibility RED BADGE- This badge allows ~rkers o! [he airpod unescoded access lo the SlDA and AOA non~qovement areas LEVEL 5: TEAL BADGE- This badge is issued in circ~rr~tances where p~rsonnel working at the aiq3ort are required unescoded access to all areas of me airpod, including movement areas (I.e. field maintenance, ',~rkers, airport elecl~dnas, airport rean~2~menl) LEVEL 6: YELLOW WITH BLACK STRIPES~ This badge is issued on a temporary basis and allows une.sc~rted access to SIDA FEDERAL REGULATIONS: In accordance with 49 CFR § 1542.209 and 1544.229, U~ airport ngerator will coffecl and proces:s electronic rmgerprklts [or all persons requesling unescoded access to the Secunty IdenMficaUon Display A~-ea !or the purpose of obtaining a cdmlnaJ history reoord check (CHRC). A sopy o[the crlo'final record wril be provided to [he thd~ndual, if requested by [he ier~vidual in writing. Ii' [he iedMdual has ,uesSons regarding the resLdts of the CHRC, please oontact the Airport ,Security Coordinator, Chiei` John Hylaed, at (361) 289~171. iD REQUIREMENT: Two terms o! ID mast be lxesented dum~g the applicatfon process: al least one form of ID must bear U~e photo of the applicant, and at least one form of ID musl be government-issued. SIGNATURE VERIFICATION FORM: A responalb~ official of Ihe company sponsoring individuals i`or airport security badges must complete a Signah~re veqrK:alion Fo~m. This form will designate aufhor[zed persons wflh Ihe authority to ,~gn applications for badge~. The form wi# be malnlatned on rile with The City of Corpus Chdsfl. It is the responsibility of Ihe sponsoring company fo inform the Airport Security Coordlna~f of any changes in au~onzed I:~usonnel. FEES: Fee i`or new badge with fingefl)nnMng ..................................... $ 65 09 F~ i'or fin~eq:~nl~g exis6no ba~e holder ..................... $ 40 00 Fee for rm~w I~dge wlthota lingerprlnUng ............................... $ 25.00 Fee ~ reclasJng an expired bedge ..................................... $15.00 Fee for fosl/nonmlurned badges ............................................ $ 25.00 Fee for CHRC for airline exJsUng badge I'~lder ....................... $11.EX) Fee for CHRC [or aldine new badge holder ....................... $ 36.00 Fee for ringerprfots only .............................................. $ 43.00 This Form Is For Owner, Manager, and Supervisors CORPUS CHRISTI INTERNATIONAL AIRPORT VERIFICATION SIGNATURE FORM Company Name Date Address (phwMcal address and maiIin~ address) Teleptlone PERSON PRIMARY AL TERNA TE MARKS: AUTHORIZED SIGNATURE{S) Name, Title SIGNATURE AUTHORIZATION BY RESPONSIBLE OFFICIAL The undersigned hereby// delegates to // withdraws from the person (s) listed above the authority to sign for CCIA badge, access, key control, vehicle parking or other program requirements for employees of this company. The undersigned cemfies that he or she has the authority to sign this document on behalf of the above named company and that he or she and the company assume full responsibility and accountability for the above mentioned identification items and for all employee actions relating to use of the items. Print Name Title Signature Date ****Use a Typewriter or Black/Blue ink to complete this form**** CORPUS CHRISTI EMPLOYMENT AND PERSONAL HISTORY FORM C_ity of Corpus Christi International Airport '.Cgrpus Employment and Personal History Christi }plicant: All persons employcd by the airport or its contractors hired after November I, 1985, who have _ .~scorted access to any area on an airport controlled for security reasons, will have background checks. These checks will be conducted, to the extent allowable by law, to include at a minimum, reference and prior employment histories, to the extent necessary to verify representations made by the employee/applicant relating to employment in the preceding 5_ years. You must provide an explanation of any gap in your employment/education history in excess of 12 months~ If your record shows you have experienced periods of 12 months or more of unemployment, retirement, hospitalization or for any other reason been unemployed, please explain the circumstances below and provide documentation or other supporling records to include telephone numbers for verification. Full Name of Applicant: Last First Date Official Company Name: Signature o£ Individual on Signature Verification Form: Company/Organization/School Date Verified (print Name) )ddress, Phone #, & Contact Name From To Verified Witlz Verified By Date __ Mo/Yr Mo/Yr ',,~./eck this box if additional information is attached. [] AIRPORT CONSTRUCTION SAFETY PLAN Corpus Christi International Airport Project No. 1092, 1093, 1080 Record Drawing No. AP 118 Airport Construction Safety Plan Runway 13/31 Rehabilitation, Overlay, Blast Pads & Shoulder~, Airfield Drainage Improvements (Phase 3), Runway 13/31 Lighting and Cable Replacement City Project # 1092, 1093, 1080 - FAA Aid # 3-48-0051-36-04 1. GENERAL SAFETY REQUIREMENTS. Throughout the construction project, the following safety and operational practices shall be observed: Safety meetings will be held at least weekly at the Airport edmiinstrrative offices at a time and day agreed upon between the Airport and the Con,actor and a representative of each Subcontractor performing work in the Air Operations Area (AOA) ailend these meetings. Operational safety will be a standing agenda item during progress meetings throughout the constxuction project. '['he Contractor and the Airport must perform onsite inspection flm:mghout the project, with immediate remedy of any deficiencies, whether cattsed by negligence, oversight or project scope change. Atrport runways and taxiways should remain in use by aircraft to the maximum extent possible. Aircraft use of areas near the Contractor's work should be controlled to minimize disturbance to the Contractor's operation. Contractor, Subcontractor, and suppher employees or any unauthorized persons must be restricted fi.om entering an aaPOrt area thai would be hazardous. ConsU'uction flint is within the safety a~a of an a~tive runaway, taxiway, or apron thai: is performed under normal operalional conditions must be performed when the runway, taxiway, or apron is closed or usc-restricted and initiated only with prior pennis,sion fi.om the Airport_ The contracting officer, Airport, or other designated ah-port representative may order the Contractor to suspend operations; move personnel, equipment, and materials to a safe location; and stand by until aircraft use is completnd. CONSTRUCTION MAINTENANCE AND FACILITIES MAINTENANCE_ Be[ore beginning any construction activity, thc Coot]actor must, through the Airport, give notice of Fro~sed lo<atioa, time, and date of commencement of conslruction for the ~uance ora Notice to Airmen (NOTAMD. Upon completion of work and return of all such areas to standard conditions, the Contractor must, though the Auport. verify the cancellation of all notices issued via the NOTAM System. lltroughout the duration or,he const~uctinn project, the Contractor must: Be aware of and understand the safety problems and hazanls described in the last version of AC 150/5370-2, Operational SafeO2 on Airport~ During Construction. Conduct activities so as not to violate any safety standards contained in AC 150/5370-2 or any of the references then:in. · Inspect all construction and storage an:as a.s often as necessary to be aware of conditions Nnport Conslm<:fic~ Sal~'y Plan Corpus ChrisU International Airport Project No. 1092, 1093, 1060 Record Drawing No. AP 118 Promptly take all actions necessary to prevent or remedy any unSal'e or potentially unsafe conditions as so,on as they are discovered. APPROACH CLEARANCE TO RUNWAYS. Runway thresholds must provide for an unobstructed approach surface over equipment and materials located m the runway protection zone (RPZ) (See Exhibits A-l). The Ainpert must be notified of any item that will extend greater than 20 feet above the runway elevation anywhere in the runway protection zone (RPZ) at least 72 hours in advance. 4- RUNWAY PROTECTION ConsWuntinn will be limited to the work area. No personnel will be allowed to move beyond the boundaries of the work zone unless that person is moving equipment to the equipment parking area, the stockpile area, or the access gate, on an approved rome. CLOSED RUNWAY/TAXIWAY MARKINGS AND LIGHTING. Ma~cing and lighting for a temporary closed runways and taxiway is required. Tae Contractor will furnish and maintain markings for closed runways and tmciways. The Contractor will furnish and imtall all temporary marking and lighting. Iemporary marking and lighting mu~t include: · Disabling any edge lighting in closed areas of any runway or taxiway. The Airport will remain responsible tbr: Disabling the Visual Approach Slope Indicator (VASI) for 31 for Phase I, and disabling VASI for 13 £or Phase 1. Ensuring the lastrurnent Landing System (ILS) for Runways 13 and 31 for Phase I, and ensuring the ILS for Runway 17 and 35 is disabled for Phas~ II, when nxluired, and Phase III Ensuring tho Medium Intensity Approach Lighting System with Runway Alignment Indicator Lights (MALSR) for Runways 13 and 2t I is disabled for Phase 1, and ensuring the MALSR for Runway 17 and 35 is disabled for Phase Il (When necessary on Phase liD- 6_ OTHER MARKING AND LIGHTING REQUIREMENTS The Con~'actor will furnish and install all required marking and lighting (including, but not limited to, barricades, traffic cones, flags, flashers, etc.). The following marking and lighting systems must be in place: The work areas as ahowa in Exhibits A- I, must be marked with yellow or orange tape at least 4 inches wide and approximately 3 feet above the ground. The tape must be inspected and, when n~.~essery, repalrcn:l daily. Vehicle routes, when not otherwise conspicuous, must be marked with easily visible colored or flagging every 50 feet along the length of any portion of the route that is not otherwise conspicuous on both sides. These route markers must be maintained daily. For nighttime openmons, these ru~tes must be light~t with amber traffic ligh~ at ibc same intervals as the markers These markers must be frangible, so as not to damage an ARFF vehicle that may pass over iL Coq~us Christi International Airport Project No. 1092, 1093, 1080 Record Drawing No. AP 118 Equipment parking areas must be marked and lighted with stakes and traffic light/ng (to provide for nighttime visibility during ARFF operations). These lights and markers must be inspected and maintained daily. 7. VEHICLE OPERATION, MARKING, AND CONTROL · Employee parking will be at the cous~xuction staging area, which is shown in Exhibit A-1. No vehicles are allowed to enter any part of the airporl movement area except as authorized by the Airport, and no vehicle may deviate from the approved work area, equipment parking area, stockpile area, or access routes. Vehicles reside the AOA are required to have company marking on both sides that are visible at 200 feet way, to the satisfaction of the Airport, and must have a rotating/flashing amber beacon. A beacon is requi~l for any operations at night or during meleorological conditions. Ail equipment must access the AOA only thought gate 34B for Phase 1, and gate 42B if necessary for Phase 1[ & III as shown in Exhibits A-I. Any Contractor vehicle operator who is authorized to operate in the movement area must follow all the airport rules and regulations for operating vehicles in the movement area The consequences for violation of these rules and regulations may be a.s severe as permanent revocation of driving privileges, in addition 1o a civil penalty 8. RADIO COMMUNICATIONS The Contractor employees authorized to operate in the movement area will be assigned call siD~% which m'e listed below. All such employees must successfully complete the Auport Ground Velucle Training Course. Contractor employees must use Airport-designated call signs when communicating on any aviation fi'equency and must follow proper aviation radio procedures and phraseology. Ten codes are not allowed The assigned call signs for the Conb'actor are: Name Call Si~:n CONTRACTOR I CONTRACTOR 2 CONTRACTOR 3 9. DEBRIS. No material may be lelt in any area used by the Contractor in such a way that the mal. erial can be blown ont~ the movement area and case a foreign object damage (FOD) ha?ard to aircraft. 10. SECURITY. Construction activities will be taking place in the Air Operations Area of the airport_ Each employee of the Contractor who will have access to the AOA must apply and qualify for an AOA identification medium f/om the Ai~ort and complete Abort Sccurlty Training. No Contractor employee will be allowed into the AOA without properly displaying a valid, Airport-issued identification medium. To "properly display" means to wear above the waist line Airl:~:~t ComJtruclJo~ Saf~y Plan 3of5 Corpus Christi International Airport Project No. 1092. 1093, 1080 Record Drawing No. AP 118 and on the outermost garmenl in such a manner that the side of the card bearing the identification photo is prominently displayed. White badges will be used for any work inside the AOA. The Contractor must provide a guard to be al the gate during any conslruction activities to ensure only authorized personnel access the AOA through gate 34B or 42B. The guard will also be responsible for performing any other unanticipated vehicle/personnel inspection duties under the direction of the Airport, as may be required by the Transpertation Security Administration (TSA). Fh¢ Contractor must ensure thc guard ha~ a means of Immediately notifying Ai~ort Communications 1o report any unauthorized entry into thc AOA. 11. CONTACT INFORMATION The Contractor must designate at least one contact person who is available 24-bm a day and 7 days a week to hhc Airport for immediale response to correct any construction-related activity that may adversely affect the operational safety of the Airport, along with a means of contact. The name and contact information for tbe Contractor contact person(s) for this project is: The Contractor must provide at least one safety ofiScer who is familiar with airport operational safety and is msponsthle for monitoring consmm'tion activlti~. The name and con[ant information for the Contractor safety offic=r(s) for this project is: The Airport will provide a contact person who will be the point of contact for construction activities impocti~g ahport operational safety. The information for the Airport contact person is: ROY RODRiGIJF~Z/VICTOR GONZALEZ AIRPORT OPERATIONS MANAGER 361-289-0171, ext. 1236/1231 OFFICE 36I MOBILE 361 PAGER 361 HOME The contact for all emergencies (fire, medical, law enforcemen0 is 361-289-0171, ex1_ 0 (Ainport Communications), or 911. Airpo~ Conslm~llon ~ F~an Corpus Christi IntemaUonal Airport Project No. 1092, 1093, 1080 Record Drawing No. AP 118 12. UTILITIES The Contractor must perform utilily locatcs before construction begins to ensure uninterrupted ogeration of navigation aids and provide to the Airport documentation demonstrating, to the satisfaction of the Airport, Ibe performance oft:he locates. FAA Airway Facilities is the contact for Federally owned/opera/ed facilities. 13 NIGHTTIME OPERATIONS Any operations performed at night will probably require the rue of supplemenha! light. Before any supplemental lighting is used in the work area, the light must be appropriately shielded, t~ the satisfaction oft-he Airport, to ensure the lighting does not interfere with airgmi~ operations or ATC operations. All vehicles operating at night or during inclement weather in the AOA must have a rotating or flashing amber beacon on top of the vehicle. Any nighttime activity must be coordinated with the Airport at least 72 hours in advance. FAA ORDER SW 5200.5B AIRPORT SAFETY DURING FAA- FUNDED AIRPORT CONSTRUCTION AND FAA FACILITIES MAINTENANCE U.S DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION SOUTHWEST REGION SW 5200.5B 2/15~96 SuB J: AIRPORT SAFETY DURING FAA-FUNDED AIRPORT CONSTRUCTION AND FAA FACILITIES MAINTENANCE 1. PURPOSE. This Order establishes airport safety standards for FAA-funded consf~uction (Airport Improvement Program and Facilities and Equipment Program) and FAA facilities maintenance. 2. DISTRIBUTION. This Order is distributed to the Sect]on level in the Airports and Airway Facilities Divisions, to the Branch level in the Flight Standards, Air Traffic, and Civil Aviation SeoJrity Divisions, to the Fort Worth Flight Procedures Office, to all Southwest Region field offices and facilities, and to F & E Field Installation/Const]'uction Representatives. 3. CANCELLATION. Order SW 5200.5A, Airport Safety During FAA-Funded Airport Construction and FAA Facilities Maintenance, dated 6/6/89, is canceled. 4. EXPLANATION OF CHANGES. This Order revises and updates safety cdteda for consistency with current FAA publications and updates references to regional organizations. 5. DEFINITIONS. a. Airport Elevation - the highest point on the landing s~rface of an airport. b. Certificated Airport - an airport which, by law, is safety-regulated by the FAA under Par'[ 139 o[ the Federal Aviation Regulations, and which operates under specific safety requirements which apply to maintenance and construction activities on the airport Certific, ated airports are listed in Appendix 2. c. Displaced Threshold - A threshold that is located at a point on the runway other than the designated beginning of the runway. A temporary displacement may be used to provide landing aircraft adequate clearance over construclion equipment or other objects in the approach area of a runway or adjacent to a runway. Distribution: A-X-3(FS,ATJ~,P,CS); A-X-4(AF); A-FOF~ (maximum); A-FAF 10; A-FAS-1 Imllated By; ASWa620 SW 5200.513 2/15/96 d. Obstacle Free Zone (OFZ) - an FAA airport design standard for a volume of airspace above a runway. The components are the Runway OFZ, Inner-transitional surface OFZ, and Inner- Approach OFZ. e. Obstruction - any structure, natural growth, vehicle or construction material which penetrates any airport imaginary surface defined by FAR Part 77, including pdmary, transitional, approach, horizontal, and conical surfaces. f. Relocated Threshold - a runway end which is not located atthe physical end of the pavement. This may occur if part of a runway is closed, and a relocated threshold is established at the beginning of the usable pavement. (Note: this term is not used in the Notice to Airmen system ) g. Safety Area - the ground surface next to runways, taxiways, and airc~alt parking areas which is expected to be graded, drained and free of any hazardous surface variations and nonfrangible objects, the purpose of which is to reduce the risk of damage to an aircraft inadvertently leaving airport pavement. h. Small Aircraft - an aircraft we~hing 12,500 lbs or less maximum certificated takeoff weight. , i. Large Aircraft - an aircraft weighing more than 12,500 lbs. maximum cerlJficated takeoff ,~elght 6. PROCEDURES. Aviation safety is a primary consideration dudng airport construction and facilities maintenance_ These activities shall be planned and scheduled to minimize disruption normal aircraft ground and air traffic. For airports subject to FAR Part 107, Airport Security, the airport operators security program standards shall be observed in the areas of access control, and moven'~nt and identification of construction and FAA personnel and vehidas_ a. Trinse standards shall be used to develop specific safety measures which FAA employees, grantees, and contractors shall adhere to dudng these activ~es on all airports in the Southwest Region. They provide a reasonable level of safety, but aircraft operalions, weather, security, or local airport rules may require use of more stringent safety measures. Use of less stringent measures and changes that impact security controls are permitted only after coordination between Airports. Air Traffic, Airway Facilities, Flight Standards, and Civil Aviation Security Divisions, airport management, and affected aviation users. b, Bid documents for on-airport construction or maintenance projects shall include general and specific safety requirements, based on Appendix I to this Order, se that contractors am aware of the costs and constraints which will apply dudng the projeot to maintain a high level of aviation safety_ Page 2 Par 5 2/15/96 SW 5200.5B c. If the clearances and restrictions described in this Order cannot be maintained while construction or maintenance is underway, action will be taken as appropriate to: (1) close runways, taxiways, or aprons, (2) relocate or displace runway thresholds temporarily, (3) perform work at night or during periods of minimal aircraft activity, (4) dose affected areas to certain types of aircraft, (5) restdct aircraft use by weight, wingspan, approach speed, or other characteristic, (6) shut down or restrict use of navigational or approach aids. d. FAA employees who are responsible for construction or maintenance activities on airports shall coordinate project safety and security requirements and impacts with the airport sponsor as soo~ as the impacts have been identified, but before commitments are made with contractors or others Io perform work on an airport. Coordination will vary from formal predesign conferences to in[ormal contacts with the airport manager or responsible sponsor official before starting work. 7. SAFETY IMPACTS. Potentially hazardous conditions which may occur dudng airport consl]'uction and maintenance iodude the following: a. Excavations, trenches, and stockpiled matedal on or near runways, taxiways and aprons. b. Construction equipment on aircraft operating areas or in runway approaches or departure areas. c. Inadequate construction area marking or lighting. d. Lack of control over vehicle access to aircraft operating areas, unaufl'K~rized entry of personnel, vehicles, or animals. e. Inadequate vehicle marking or lighting. f. Deficient marking and lighting of temporary runway thresholds_ g. Failure to issue, update, or cancel Notices to Airmen concerning airport or runway closures or other construction-related airport conditJon. h_ Failure to mark and Identify utilities or power cables, resulting in loss of airport lighting; navigational, visual, or approach aids; weather reporting service; or communications. Par 6 Page 3 SW 5200.5B 2/15/96 i. Unauthorized vehicle operations in (ocalizer or glide slope critical areas, resulting in ~lecl/onic interierence or I~acilily shutdown. j 6Construction debris (gravel, sand, mud, paving material, etc.) on airport pavements, resu!!!,",g in aircraft prop, turbine engine, or tire damage. k. Exposed pavement edges (drol:H:)ffs) from runways, taxiways and aprons to adjacent pavement sections or shoulders. I. Construction activities which hamper aircraft rescue/firefighting access from fire stations to the runway-taxiway system or airport buildings. m. Lack of radio communication with construction and maintenance vehicles in aircraft operating areas. 8. SAFETY STANDARDS. Paragraphs a through h below define safely standards and guidelines for FAA-funded construction and FAA maintenance activities on airports. a. Obstacle Free Zone (1) Objects, vehicle, and stockpiled matedal normally are not permitted to penetrate an OFZ_ OFZs are shown on Figures 1 - 4. (a) Runway OFZs are applicable at any time the runway is open for aircraft use. On precision runways with approach lights, the inner-approach and inner-transitional surface OFZs must be kept free of penetralions only when/he weather conditions are below an 800 ff. ceiling or less than 2 miles visibility and aircraft are using an Instrument Landing System (ILS) for approaches. (b) Objects which do net penetrate an OFZ still may require notice to bhe FAA under FAR Parts 77 or 152 and may be obstructions ~ air navigation. Those objects which exceed FAR Pad 77 obstruction standards are to be appropriately obstruction-marked and, if used at night, obstruction-lighted. Cranes or other equipment of unusual height may require special consideration and coordination with FAA operating Divisions and airport users. Page 4 Par 8 2/15/96 SW 5200.5B (2) The Runway OFZ is a volume of airspace extending from the runway surface up to 150 feet above the runway. It extends 200 feet beyond each end o[ the runway and has the following width: Runways Serving: Small Aircraft Large Aircraft I Rwy OFZ I Plan ~f~v I Visibility Minimums lower than 3/4 mile 300 feet 400 feet Other Runways 250 feet lEnd View] Figure 1 OFZ - Visual Runways and Runways with visibil~y minimums not lower than 3/4 mile I F~OFZ I Ilnner-Tranrcdo~al OFZ I Jlnnef-Transitional OFZ J lend Vi~ I Figure 2 OFZ - Small airplanes exclusively with visibility minimums lower than 3/4 mile Par8 Page 5 SW 5200.5B 2/15/96 Ilnner-Transilional OFZ I [Inner-Transitional OFZ I I Plan View End V-~ew I Figure 3. OFZ - Runways serving large aircraft - visibility minimums lower than 3/4 mile (3) The Inner-Approach OFZ, shown in Figure 4, applies only to runways with approach lighting systems. It begins 200 feet from the runway threshold and ends 200 feet beyond the last light unil in an approach lighting system, and has a 50:1 slope, beginning at runway end elevation. I Rwy ,FZ I Approach Llghfs ? Figure 4. Inner-Approach OFZ - Runways with approach lighting systems Page 6 Par 8 2/15/96 SW 5200.5B b. Approach Clearance Over Equipment and Material. (1) Construction activity in a runway approach may result in a need to displace [he landing threshold lemporadly. If an object penelrates a surface shown in Fig. 5, displace the threshold to a point where the surface is not penetrated. (2) Objects which do not penetrate these surfaces still may be obstructions to air navigalJon and/or may affect standard instrument approach procedures. Coordinate these with the Foal Worth Flight Procedures Office, and the Air Traffic System Management Branch, ASW-530, as necessary. Runway End I Dimension Small Aircraft Large Aircraft (Feet) A 0 200 B 250 400 C 700 1000 D 2250 1500 E 2750 8500 Figure 5. 20:1 Threshold LocalJon Surface [ Par8 Page7 SW 5200.5B 2/15/96 c. Partial Runway Closure For Equipment On The Runway. (1) When equipment or construction/maintenance activity must be on a runway and a decision is made to keep part of the runway open for aircraft, part of the runway must be closed as shown in Figure 6. The dimensions shown are recommended; however, a larger closed area than show~ may be necessa~ depending on aircraft use, level of activity, pilot technique, and equipment height, and a smaller dosed area may be possible under some circumstances. These recommendalJons are based on equipment heights of about 15 feet; higher objects may require special considerations. (2) Use the following distances from the construction/maintenance activity to the relocated threshold: Small aircraft (12,500 lbs or less) 500 feet Large aircraft (More than 12,500 lbs.) - 1000 feet I Closed Are-a ] ~- , 1500' o~ 1000' Temporary Relocated Threshold Figure 6. Relocated Threshold for Equipment on the Runway d. Runway and Taxiway Safety Areas. (1) Runway safety areas- cons[ruction or maintenance activity is prohibited in runway safety areas (RSA) while the full length of the runway is open_ Normal FAA maintenance of visual, approach, and navigational aids is permissible within safety areas provided vehicles, matedat, and excavations do not penetrate a runway OFZ and requirements of paragraph 8b for approach clearance over vehicles, equipment and matedal are met. (2) Runway safety area dimensions are shown in Figure 7. Existing safety areas at a particular airport may be larger or smaller than the standard dimensions listed. If construction or maintenance activity must take place within the specified safety area, it is also acceptable to restrict the runway use to a smaller size of airc~'aft and use a narrower and/or shorter safety area dimension for the duration of the aclivity. ~i' ~'age 8 Par 8 2/15/96 SW 5200.5B Aircraft Approach Category A and B visual runways and not lower than 3/4 mi approach visibility minimums lower than 3/4 mi approach visibility minimums CandD Runway Safety Area Dimensions (Feet) Airplane Design Group (See Appendix 3) I I1 ~1 IV Dimen. ~ 120 150 300 500 [] 30 4O 100 175 F~ 240 300 600 1000 [] 300 300 400 500 [] 100 100 150 175 J~ 600 600 800 1000 I II II1 IV V [] All 500 [-~ Alt 1000 Note 1: Use dimension a or b, whichever results in the greater distance from the runway centedine. Note 2: Use dimension c or the existing safety area length, whichever is less, but no less than 200 feet. Note 3: Some certificated airpods have or permit use of 400-fool wide runway safety areas dudng construction and maintenance. Coordinate proposals with the Airports Division, Safer7 and Standards Branch, ASW-620. Figure 7. Runway SafetyAreas i Par8 Page9 SW 5200.5B 2/15/96 (3) ]-axiway safety areas/object free areas - see Figure 8. ~onstrucUon/maintenance activity is permissible in taxiway object free areas and safety areas if ~he activity is hazard-marked and/or lighted and NOTAMs are in effect. Special consideration must be given to the height of barricades, flashers and other warning devices to clear aircraft wingtips, propellers, engines etc. Obher actions may be necessary such as: · Using "wingwalkers" to guide aircraft past hazards, · Using temporary taxiway marking/lighting to detour aircraft clear of the area, · Moving equipment and personnel well clear to allow aircraft to pass salely. Taxiway Object Free Area __ Wingtip ....... ~ .................... I Clearance Airplane Design Group (See Ap:)endix 3) Item I II III IV V Taxiway Safety Area 49 79 i 18 171 214 W,2~h (Feet) Taxiway Object Free 88 130 186 260 320 Area Width (Feet) Figure 8. Taxiway Safety Area and Object Free Area ?age 10 Par 8 2/15/96 SW 5200.5B e. Marking and Lighting (1) Temporary displaced runway threshold: (a) Mark with white arrows and a white threshold bar as shown in Advisory Circular 150/5340-1, or (b) Use alternate marking which is: I Cleady visible to the pilot, _2 Not misleading, confusing, or deceptive, _3 Secured in place to prevent movement, 4 Made of material which will minimize damage to aircraft which come in contact with the marking. (2) Temporary relocated runway threshold (partial closure of a runway): (a) Mark with yellow chevrons as shown in A.C. 150/5340-1, or use altemate marking as described in par. (1)(b) above. (b) Runway distance remair~ng signs may need Io be covered or removed dudng the closure to avoid misleading runway length indications to pilots. (3) Temporary runway thresholds must be lighted if all or part of a runway is to be open at night dudng construction and maintenance. The airport operator may already have temporary threshold lighting available, but this should be determined in advance. (a) Use light lens colors and spacing in A.C. 150/5340-24, Runway and Taxiway Edqe LightJnq System. (b) Disable runway lighting on closed parts of runways and adjust amber lenses (caution zone) if necessary. On some lighUng systems, it may be necessary to cover a light rather than removing the lamp or fixture. (c) Disable visual glide slope indicators (VASI, PAPI, PLASI, etc.), REIL, and approach lights which wo~JId otherwise give misleading indications to pilots as to the threshold location. Installation of temporary visual aids may be necessary to provide adequate guidance for pilots on approach to the affected runway. These may be funded or provided by the FAA or the sponsor. Par 8 Page 11 SW 5200.5B 2/15~96 (4) Closed runway marking: (a) Use yellow "X" marking as shown in A.C. 150/5340-1. (b) Closed runway marking is not required on airports with 24-hour Control Towers if the dosed runway cannot be mistaken by pilots for nearby open runways and the airport operator consents to omitting them. In some cases, closed runway marking could interfere with the use of the runway for aircraft taxiing if this is to be allowed while the runway is closed for landing and takeoffs. (c) Closed runway marking is not required on runways which are dosed only at night provided that: 1_ Runway lighting and visual aids are turned off, 2 NOTAMs are in effect regarding the closure. (5) Hazard Marking (barricades, traffic cones, flashers, etc_) shall be used: (a) To outline construction/maintenance areas which are accessible to aircraft, persons, or vehicles, (b) To identify isolated hazards such as open manholes, small areas under ~fepair, stockpiled material, waste areas, etc,, (c) To prevent aircraft from taxiing onto a dosed runway for takeoff, (d) TO identify FAA, airport, and National Weather Service facilities, cables, power lines, ILS criticaJ areas and other sensitive areas, in order to prevent damage, interforence, and facility shutdown. f. Navigation Aids and Instrument Approach Procedures (1) The need to shut down navigational, approach, o~ visual aids shall be determined on a case-by-case basis. Flight Standards, Air Traffic, Airports, Airway Facilities, the Flight Procedures Office, and the airport sponsor shall be involved in the decisio~ as necessary. Work within an ILS critical area may affect the radiated signals and interfere with aircraft navigation. ILS critical areas may be shown on the Airport Layout Plan, or contact the local Airway Facilities c~ea or Airport Traffic Control Tower for information on critical area Iocalion and dimensions. (2) Construction on or near runways may severely rest]ict the use of Standard Instrument Apl:~ach Procedures, and all phases of the pro~ect shall be coordinated with the Fort Worth Flight Procedures Office to determine the effects. .... {)age 12 Par 8 2/15/96 SW 5200.5B g. Notices to Airmen (NOTAM) (1) Responsibility for issuing NOTAMs shall be determined before construction or maintenance begins. Refer to Order 7930.1, NalJonal Notice to Airmen System, or Advisory Circular 150/5200-28, Notices to Airmen for Airport Operators. (2) NOTAMs on shutdown or irregular operation of FAA-owned facilities shall be issued and canceled only by FAA employees. Flight Data Center (FDC) NOTAMs on instrument approach procedures are issued by the Fort Worth Flight Procedures Office. NOTAMs on airport condit'_~ns and non-Federal navigational aids shall be issued and canceled only by the airport sponsor Any person having reason to believe that a NOTAM is missing, incomplete, or inaccurate shall noti['y the responsible person. h. Vehicle Identification. FAA employees who operate vehioies on an airpod shall comply with the airport owner's rules for vehicle marking, lighting, and operations, unless FAA requiremenLs are mom stdegent. Vehicles operated by FAA employees on active runways, taxJways, or sa[ely areas shall be marked with orange and white flags or flashing yellow beacons dudng daylight hours, and with flashing yellow beacons at night. Contractors and suppliers shall be informed of the applicable requirements of the airport sponsor by the FAA or airport sponsor employee responsible for the work. i. Controlling Access To Aircraft Operational Areas (1) Vehicle and pedestrian access ro~es for airport construction and maintenance shall be controlled as necessary to prevent inadvertent or unauthorized enti3/of persons, vehicles, and animals. The amount of construction traffic or local security/safety rules may require use of personnel to control access through gates or I'encing, or across aircraft movement areas. Radio communications may be required between these personnel and a Control Tower if equipment and personnel must enter or cross an active Aircraft Movement Area. (2) Vehicle parking areas for FAA and conb'actor employees shall be designated in advance to minimize vehicle traffic in aircraft operating areas while still providing reasonable employee access to the job site. 9. STANDARD SAFETY SPECIFICATIONS. General safety provisions which apply dudng c~ntrad work on airports are contained in the following documents: a. Facilities and Equipment Program (F & E) projects - Additional General Provisions, FAA P-I, Clause No. 75, "Special Precautions lot Work at Operating Airports." b. Airport Improvement Program (ALP) pro~ecls - Advisory Circular 150/5370-10, "Standards for Specif~ng Consti'uction of Airports," General Provisions 40-05, Maintenance of Traffic; 70-08, Barricades, Warning Signs, and Hazard Marking; 80-04, Limitation of Operations. i Par8 Page13 SW 5200_5B 2/15/96 10. PROJECT SPECIFICATIONS. Specific safety requirements for a project may be '"~eveloped using the guide in Appendix 1 of this Order, or may be written or provided in other ~t)rms which provide similar guidance. The project safety requirements shall be included in the plans and specificaBons, as applicable, when an invitation for bids is issued. Clyde M. DeHad, Jr. Regional Administrator ~'age 14 Par 10 2/15/96 SW 5200.5B Appendix 1 Appendix 1. SAFETY SPECIFICATION GUIDE 1 General Safety Requirements: During performance of this contract, the airport runways, taxiways, and aircraft parking aprons shall remain in use by aircraft lo the maximum extent possible. Aircraft use of areas near the contraclorls work will be controlled to minimize disbJrbance to the contractor's operation. The contractor shall not allow his/her employees, subcontractor, suppliers, or any person over whom he/she has con[roi [o enter or remain in any part of the airport which would be hazardous to persons or to aircraft operations_ Whenever aircraft operations require, the (Contracting Officer, Engineer, etc.) may order the contractor to suspend operations, move pianl, personnel, equipment, and materials to a safe location and stand by until aircraft use is completed. 2. Obstacle Free Zone: Construction activity within an Obstacle Free Zone will require closing pad. or all of the affected runway. See Figures 1 - 4. 3. Approach Clearance to Runwavs: Runway landing thresholds shall be located [o provide an unobstructed approach surface with an approach ratio over equipment and matedal as shown on Figures 5 and 6. 4_ Runway and Taxiway Safety Areas: Construction activity within a runway safety area will require dosing pad or all ot the affected runway. Construction activity within taxiway safely areas/object free areas is permissible when the taxiway is open to aircraft baf~c if: a_ Adequate wingtip/empennage clearance exists between the aircraft and equipmeetJmateriel, b. ExcavalJons, benches, or other conditions are conspicuously marked and lighted, c. Notices to Airmen are in effect conceming the actJvily, usually "Personnel and equipment adjacent to Taxiway Safely Area dimensions are shown on Figures 7 and 8. 5. Threshold Markin~l and Liah§nq: a. Temporary threshold marking is (required, not required). Threshold marking will be [umished by ~ (airport owner, c~tractor, etc.). b. Temporary threshold lighting is (required, not required). Threshold lighting will be furnished and mainlained bythe (airport owner, contractor, etc.). SW 5200.5B 2/15196 Al:~endix 1 c. Temporary visual aids (VASi, PAPi, REIL, etc.) are (required, not required). The visual lid(s) will be furnished and maintained by the (airport owner, FAA, Contractor, etc.). 6. Closed Runway MarkinqJHazard Markincl: a. Closed runway marking is (required, not required). Closed runway marking shall be (as shown on the plans, furnished by the owner, etc.). b. Hazard marldng and lighting shall be as required by the (airpod owner, project supefinteedent, engineer, etc..), and shall be as (described in Section __ of the specifications, as shown on the plans, etc.). 7. Vehicle Identifi~alion and Parkinq: a. Contractor vehicles and equipment shall be identified by (describe marking and lighting). b_ Employee parking shall be (specific IocalJon, or as designated by the engineer, superintendent, airport manager, etc.). 8. Construction Site Access and Haul Roads: Access to the job site shall be via (specific route, as shown on the plans, designated by the engineer, superintendent, airport manager, etc.). ). Radio Communications: Radio communications are (required between the contractor's representative and the Control Tower), (not required). (Specify communications requirements in as much detail as pessib~e.) ~age 2 Par 5 2/15/96 SW 5200.5B Appendix 2 Appendix 2. FAA-CERTIFICATED AIRPORTS IN SOUTHWEST REGION (As o[ March 1996) ARKANSAS Fayetteville Drake (FYV) Fort Smith Regional (FSM) Hot Spdngs Memodal (HOT) Lirde Rock Adams Field (LIT) Texarkana Regional CrXK) LOUISIANA Ale×andda Esler Regional (ESF) Alexandria In~l (AEX) Baton Rouge Ryan (BTR) Lafayette Regional (LFT) Lake Chades Chennault (CWF) Lake Chades Regional (LCH) Monroe Regional (MLU) New Ibena Acadiana Regional (ARA) New Odeans International (MSY) New Odeans Lakefront (NEW) Shreveport Regional (SHV) Tallulah Vicksburg-Tallulah Reg. (TVR) NEW MEXICO Albuquerque IntemalJonal (ABQ) Farmington Four Comers Reg. (FMN) Hobbs - Lea County (Hobbs) (HOB) Las Cruces International (LRU) Los Alamos (LAM) Roswell Indusl]'ial (ROW) Ruidoso Siena Blanca Reg. (SRR) OKLAHOMA Lawton Municipal (LAW) Oklahoma City Will Rogers (OKC) SlJllwater Municipal (SWO) Tulsa International (TULl TEXAS Abilene Regional (ABI) Amarillo Intemational (AMA) Austin Robert Mueller (AUS) Beaumont Jefferson Co. (DPT) Brownsville South Padre Is. (BRO) College Station Easlerwood (CLL) Corpus Christi Intemational (CRP) Dallas/Fort Worth IntematJonal (DFW) Dallas Love (DAL) El Paso International (ELP) Fort Worth Alliance (AFW) Fort Worth Meacham Intl (FTW) Galveston Scholes (GLS) Hadingen Valley Intl (HRL) Houston EIlington (EFD) Houston Hobby (HOU) Houston Intercontinental (IAH) Killeen Municipal (ILE) Laredo International (LRD) Longvie~ Gregg County (GGG) LubbOCk international (LBB) Mc~len Miller International (MFE) Midland international (MAF) Paris Cox Field (PRX) San Angelo Mathis Field (SJT) San Antonio international (SAT) Temple Draughon-Miller Ce. ri. Tx (TPL) 'tyler Pounds Field (TYR) Victoria Regiona~ (VCT) Waco Regional (ACT) Wichita Falls Muni/Sheppard AFB (SPS) 2/1 5/96 SW 5200.5B Appendix 3 Appendix 3. AIRPLANE DESIGN GROUPS Some safety standards in this Order are based on the "Airplane Design Group" from Advisory Circular 150/5300-13, Airpod Desiqn. These Design Groups are based on aircraft wingspan, with typical aircraft in each Design Group shown below. Design Group Ill V Wingspan Up to but not indudinq 49 feet Piper Navajo, Cessna 421, Fairchild Metro, Beech King Air, Mitsubishi MU-2, Rockwell Sabre 75, Lear 35/36. BAE/Hawker-Siddley HS-125/800 49 feet up to but not includinq 79 feet Cessna 441, Embraer 120 Brasilia, SAAB 340, Rockwell Sabre 65, Cessna Citation II/111, Beech 1900 Airliner, Gulfstream IIIRIIIIVN 79 feet up to but not incledinq 118 feet ATR 42/72, BAE-146, Boeing 727/737, Convair 580, DeHavilland Dash 7, DC-9 (All), Fokker 100, MD-80, Fairchild F-27 118 feet up to but not indudinq 171 feet Boeing 707,757,767, DC~, Lockheed L-1011, DC- 10/MD-11 171 feet up to but not includinq 214 feet Boeing 747,777 6/1/96 SW 5200.5B Appendix 4 APPENDIX 4. FAA OFFICE DIRECTORY Following are the FAA offices with responsibihties for construction and/or maintenance on airports: Office Tclcphone Functions Airports Division, Safety and Standards Branch, ASW-620 Air Traffic Division, System Management Branch, ASW-530 Aviation System Standards, Fort Worth Flight Procedures Office Automated Fliqht Service Stations (AFSS) Jonesboro, AR DeRidder, LA Albuquerque, NM McAlester, OK Conroe, TX Fort Worth, TX San Angelo, TX 817-222-5620 817-222-5530 817-222-4131 Adminisbat~n: 501-932-4608 311~462.6111 505-242~442 918-421-6000 409-760-4201 817-654-2205 915-944-8791 Airport safety, FAR 139, airpod design standards, Airport Impmvernent Program project management Obstruction Evaluation, Air Traffic Procedures. obsb'uction marking and lighting, Conffol Tower line-of- sight Instrument approach procedures, Flight Data Center NOTAMs Notices to Airmen - Call 1-800- 544-1709 423-9347 525-9963NM 342-7635TX 722-4223 (OK only) 833-5602 722.6209 433-8102 Civil Aviation Secudfy Division, ASW-700 Airway Facilities Division Resource Mgt. Branch NAS Implemantation Br. Operations Branch S,,~-'tem Maintenance Office AJbuquerque (NM, W. Tx) Dallas/Fort Worth (Melro) Houston (S. Tx, LA) Oklahoma City (OK, AR) 817-222-5700 817-222-4200 817-222-4500 817-222-4700 505-764-6700 214-453-4900 713-986-7100 405-798-2000 Airport Security, FAR 107 NAVAID Planning NAVAID Implementation NAVAID Maintenance FAA Facilities Maintenance FAA ADVISORY CIRCULAR 150/5370-2E OPERATIONAL SAFETY ON AIRPORTS DURING CONSTUCTION U S Department of Transportation Federal Aviation Admimstrat~on Advisory Circular Subject: OPERATIONAL SAFETY ON AIRPORTS DURING CONSTRUCTION Date: 1/17/03 Initiated by: AAS-300 AC No: 150/5370-2E Change: I. THE PURPOSE OFTHIS ADVISORY CIRCULAR (AC)_ Aviation safety is the primary consideration at airports, especially during constxuction. This AC sets forth guidelines for ope~tional safety on airports during construction. It contains major changes to the following areas: "Runway Safety Area," paragraph 3-2; "Taxiway Safety Areas/Object Free Areas," paragraph "Overview," paragraph 34; "Marking Guidelines for Temporary Threshold," paragraph 3-5; and "Hazard Marking and Lighting," paragraph 3-9 2_ WHAT THIS AC CANCELS. This AC cancels AC 150/5370-2D, OperattonalSafety on Airports During Construction, dated May 31, 2002, 3. READING MATERIAL RELATED TO THIS AC. Appendix I contains a list ol-raading materiats on airport construction, design, and potential safety hazards during construction, as well as instructions for ordering these documents. Many of them, including this AC, are available on the Federal Aviation Admiths~ation (FAA) Web site 4. WHO THIS AC AFFECTS. This AC assists airport operators in complying with 14 Code of Federal Regulations (CFR), pan I39, Certification and Operation: Land Airporls Serving Certain Air Carriers, and with the requirements of mrport construction projects receiving funds under the Airport Improvement Program or ffum the Paxgenger Facility Charge Program Wlfile the FAA does not require non<ertjficated ah]x~rts without grant agreements to adhere to these guidelines, we recommend that they do so as it will help these airports maintain a desirable level of operational safety during construction 5- ADDITIONAL BACKGROUND INFORMATION. Appendix 2 contains definitions of terms used in this AC. Appendix 3 provides airport operators with boilerplate format and language for developing a safety plan for an airport construction project. Appendix 4 is a sample Notice to Airmen form. 6. HAJ~RD LIGHTING IMPLEMENTATION lllVlE LINE. Supplemental hazard lighting must be red in color by October 1, 2004. See paragraph 3-9 for more information. DAVID L. BENNEI'r Director, O~ce of Airport Safety and Standards 1/17/03 AC 15015370-2E CONTENTS ParaRraph Paqe CHAPTER 1. GENERAL SAFETY REQUIREMENTS AND RESPONSIBILITIES ................................................. l I 1 Overview I I 2 Who Is Responsible for Safely During Construction ............................................... I CHAPTER 2. SAFETY PLANS .............................................................................................................................. 3 Section 1. Basic Safety Plan Considerations ....................................................................................................... 3 2 1. Overview 3 2-2. Safely Plan Checklist 3 Seclion 2_ Sefot¥ and Security Measures .......................................................................................................... 2-3. Overview ....................................................................................................................... 4 24. Vehicle Operation and Marking and Pedestrian Corm'el .................................................................. 4 2-5. Construction Employee Parking Areas ................................................................................................... 5 2 6. Construction Vehicle Equipment Parking ........................................................................................ 5 2-7. Radio Communication Training ........................................................................................................ 5 2-8 Fencing and Gates 5 hctlon 3. Nolifical~lou of Conelmctlon Activities ................................................................................................ S 2-9. General ........................................................................................................................... 5 2-10. Assuring Promp~ Notifications ................................................................................................ 6 2-11. Notices to Airmen (NOTAMs) .................................................................................................. 6 2-12. Aircraft Rescue and Fire Fighting (AI~FF) Notification .......................................................................... 6 2-13. N~ific. alion to the FAA ............................................................................................ 6 2-14. Week Scheduling and Accomplishment ....................................................................................... 6 CHAPTER 3. SAFE'FY STANDARDS AND GUIDELINES ...................................................................................... 7 Section 1. Runway and Taxiway Safety Areas, Obsl~cle-Frae Zones, and Object-Free Areas ...................... 7 3 I Overview ............................................................................................................................................... 7 3-2. Runway Safely Area (RSA)/Obstacle-Free Zone (OFZ) .............................................................................. 7 3-3 Taxiway Safety Areas/Object Free Are~.s ............................................................................................. 7 Ssetou 2. Teml:~:n'a~ Runway Thresholds ......................................................................................................... 8 3-4. Overview .......................................................................................................................... 8 3-5. M~king Guidelines for Temporary Threshold ................................................................................. 8 3-6. Lighting Guidelines for Temporary Threshold ................................................................................ 9 Seal}on 3, O[llsr Co~lrucfio~ Mar~irlg aud k~l'~l'iu{il Aelivil~$ ...................................................................... 10 3-7. Overview .................................................................................................................................................... I 0 3-8. Closed Runway and Taxiway Marking and Lighting ............................................................................... 10 3-9. Hazard Marking and Lighting ........................................................................................................ 10 3-10. Comtraction Near Navigational Aic[s (NAVAIDs) ................................................................................ 1 1 3- I I. Consa'tmtion Site Access and Haul Roa~ ........................................................................................... 11 3-12. Construction Material Stockpiling ........................................................................................................ 1 ] 3-13. Other Limitations on Construction ............................................................................................. I I 3-14. Foreign Object Debris (FOD) Management ......................................................................................... 12 ,~eeflon t. Sa/ety Hazards and Impacts ..............................................................................................................12 3-15. Overview ....................................................................................................................... 12 iii AC 150/5370-2E 1/1 ?/03 Appendices ~,PP£NDI× I EF.L^TED EE^DIN(~ MATERI^L .............................................................................................. A-1 ~'ENDIX ~. [)EF[H[T[ON$ OF T[~PJ~$ USeD [hi THE AC ............................................................................. A-2 APPEHDI× ~ ^IEPOFJI' C~N~TEUCT]ON ~^FETY PLANNt~G GUIDE .............................................................. A-3 ^~'END~X 4. $^~IPLE HOTA~ ............................................................................................................................A-7 1 / ! 7/03 AC 150/5370-2E CHAPTER 1. GENERAL SAFETY REQUIREMENTS AND RESPONSIBILITIES l-l. OVERVIEW. Hazardous practices and marginal conditions createA by construction activities can decrease or jeopardize operational safety on airports. To minimize dismplion oF normal aircraft operations and to avoid situations thai compromise the airport's operational safety, the airport operator must care[ully plan, schedule, and coordinate conslracfion activities. While the guidance in this AC is primarily used For construclinn opera, ions, some o£the methods and procedures described may a)so enhance day- to41ay maLntanance operations. I-2. WHO IS RESPONSIBLE FOR SAFETY DURING CONSTRUCTION. An airport operator has overall responsibility for construction activities on an airport. This includes the predesign, design, preconstruction, construction, and inspection phases Additional information on these responsibilities can be found throughout this AC a. Airport operator's responsibilities-- (1) Develop internally or approve a construction safety plan developed by an outside consultant/contractor thai complies v,ath the safety guidelines in Chapter 2, "Safety Plans," and Appendix 3, ~Auport Construction Safety Planning Guide," of this AC. {2) Require contractors to submit plans indicating how they intend to comply with lhe safety requirements of the projecL (3) Convene a meeting with the construction coatractor, consultant, airport employees, and, if appropriate, tenant sponsor to review and discuss project safety before beginning construction activity. (4) Ensure coy_tact mformation is accurate For each representative/point of comact identified in the safety plan (5) Hold weekly or, if necessary, daily safety meetings to coordinate activities. (6) Notify users, especially akcraft rescue and fire fighting (ARFF) personnel, of coostruction activity and conditions that may adversely affect the opexational safety of the airport via Notices to Airmen (NOTAMs) or other methods, as aFprupnate. Convene a meeting for review and discussion ifne~essaw. (7) Ensure that construction personnel know of any applicable airport procedures and of changes to those procedures that may affect theh' work. (8) Ensure that construction contractors and subcontractors undergo training required by the safety plan. (9) Develop and/or coordinate a construction vehicle plan with aiq~ort tenants, the airport traffic con~rol tower (AICT), and construction contractors. Include the vehicle plan in the sa[ely plan See Chapter 2, section 2, of this AC/'or additional information. (10) Ensure tenants and coniractors comply with standard~ end procedures for vehicle lighting, marking, access, operation, and communication. (11) At certificated airports, ensure that each tenant's constcucUon safety plan is consistent with CFR part 139, Certification and Operations: Land Airports Serving Cetaain Ah' Carriers. (12) Conduct frequent inspections to ensure construction conrru~ors and tenants comply with the safely plea and thai altered construction activities do not create potential safety hazar~ (13) Resolve safety deficiencies immediately. (14) Ensure construction access complies with the security requiremen~ of 49 CFR part 1542,/Mrport Security. (15) Notify appropriate parties when conditions exist that invoke provisions of the safety plan (e.g., implementation of Iow-vis~ility ope.rations). b, Construction contractor's responsthilitles~ ti) Submit plans to the airport operator on how to comply with the safety ~-equirements of the ~oject. (2) Have available a copy of the project safety plan (3) Comply with the safety plan associated with the cons'a'uclion project and ensure that consa~ctinn personnel are familiar with safety procedm'es and mgula'dons on the (4) Provide a point of conla~t who will coordinate au marnediare response to comiect any construcfion-relat~l activity that may adversely affect the oFerational safety o£the airport. (5) Provide a safety officer/consiruction inspector familiar with airport safety m monitor construction activities. (6) Res:bier movement of construction vehicles to cortstmction area3 by flagging and barricading. erecting temporary fencing, or providing escorts, as appropriate. AC 15~15370-2E 1/17~03 (7) Ensure that no construction employees, employees ofsubcon~'actors or suppliers, or o~her persons 'nter any pail of the air operations areas (AOAs) from the --onsrruction site unless authorized c. Tenant's responsibilities if planning construction activities on lea~ed property- (l) Develop a safety plan, and submit it to the airpor~ operator for approval prior to issuance ora Notice lo Proceed. (2) Provide a poinl of contact who will coordinate an immediate response to coerect any constraction-related activity that may adversely affect the operational safety of the airport. (3) Ensure that no tenant or construction employees, employees of subcontractors or suppliers, or any other persons enter any part of the AOA fi.om the con.gtmction site unless authorized. (4) Reslrict movement of conslruction vehicles to consn-uction areas by flagging and barricading or erecting temporary fencing 1117/03 AC 150/5370-2E CHAPTER 2. SAFETY PLANS SecUon I Basic Safety Plan Considerations 2-1. OVERVIEW. 2-2. SAFETY PLAN CHECKLIST. Airport operators should coordinate safety issues with the air carriers, FAA Airway Facilities, and other airpofl tenants before Ihe design phase of the project. The airport operator should identify project safety concerns, requirements, and impacts before making arrangements with contractors and other personnel to perform work on an airporL These safety concerns will sexve as the foundation for the construction safety plan and help maintain a high level of aviation safety during the project. The ai~ort operator should determine the level of complexity of the safety plan that is necessary for each construction project and its phases. The safeW plan may be detailed in the specifications included in the invi~atinn for bids, or the invitation for bid may specify that the con.actor develop the safety plan and the airport operator approve it. In the la.er ca.se, the invitation f~ bid should contain sufficient information Io allow the contxactor to develop and determine the costs associated with the safety plan. In either case, safety plan costs should be incorporated into the total cost of the project. The airport operator has Final approval authority ~ responsibility for all safety plans. Coord~ation will vary fi-om fcnTnal predesign conferences to informal contacts throughout the dm'atinn of the Details of a specified safety plan, or requirements for a contractor~evehiped safety plan, should be discussed at the [:n~esign and l:n~conslmction conferences and should include the following, as apflropriate: t Actions necessary before starting corLslZ'uction, including der-ming and assigning respons~ilities. h_ Basic responsibilities and procedures for disseminating instructions about airport l~'oeedures to the contractor's personnel. To the extent applicable, the safety plan should address the following: a. Scope of work lo be performed, including proposed duration of work b. Runway and taxiway marking and lighting. c. Procedures for prolecting all runway and taxiway safety areas, obslacJe-free zones (OFZs)~ object-free areas (OFAs). and lhreshold citing criteria outlined in AC ] 50/530'0-13. Airport Design, and as describe, d in this AC. This includes limitations on equipment h~ight and stockpiled materml, d. Areas and operalions affected by the construction activity, including possible safety problems_ e. NAVAIDs that could be affected, especially critical area boundaries. L Methods of separating vehicle and pedeswian construction Waffic fi-om the aiq~rt movement areas. This may include fencing offconsmaction areas to keep equipment operalors m res~cted areas in which they are authorized to operate. Fencing. or some other Form o£ res~'ictive barrier, is an operational necessity in some g_ Procedures and equipment, such as barricades (identify type), to delineate closed cons~ucfion areas from the airporl operalional areas, as necessary. h. Limitations on construction. i. Required compliance ofcona'a~l~r pomannel with all airport safety and security measures. c. Means of separating coasWaction areas Rom aeronautical-use areas. j. Lo~atinn of stockpiled cons~x~ction materials, comtruction site parking, and access and haul roads. d. Navigational aid (NAVAID) requirements and weather. Marking and lighting plan illustrations. f. Methods of coordinating significant changes in airport operations w/th all thc appropriate parties. Radio cornmunicatinn.s I. Vehicle identification. m. Trenches and excavations and cover requtrements. 3 n. Procedures for notifying ARFF personnel if water lines or fire hydrants mu~t be deactivated or if 'mergcncy access routes must be rerouled or blocked o. Emergency notification procedures for medical and police response p. Use of temporary visual aids Wildlife management. r. Foreign object debris (FOD) control provisions s. Hazardous materials (HAZMAT) management. t. NOTAM issuance. w. Procedures f~r contacting responsible represematiYes~fpoints of contact for all in'~olved parties. This should include off-duty con,act information so an tmrr~diate response may be coordinated to correct any construction-related activity thai could adversely affect the operational safety oftbe airport. Particular care should be taken to ensure that appropriate Airways Facilities personnel are identified in the event that an uaanticipated utility outage or cable cut occurs that impacts FAA NAVAIDs. x. Vehicle operator training. y. Penalty provisions for noncompliance with airport rules and regulatin~ ava:l the safety plan (e.g., ifa vehicle is involved in a ranway incursion). u. Inspection requirements. v_ Proceclure~ for locating and protecting existing underground utilities, cable~, wires, pipelines, and other underground facilities in excavation areas. z. Any special conditions that affect the operation of the airport and will require a portion of me safety plan to be activated (e.g., low-visibility operations, snow removal). Section 2. Safety and S~curity ~leasures 2-3. OVERVIEW. Airport operators are responsible for closely monitoring .-nam am:l constructioo contractor activity during thc }n.SsafetmCtiun project to ensure continual compliance with ty and security r~tuix~'aen~ Airports subject to 49 CFR part 1542, Airport Security, must meet standards for ace:ess oont~'ol, movement of ~ound vehicles, and identification of constructinn contractor and tenant personnel. In m:tdilSou, akport operators should use safety program slandm'ds, as de.~ribed in Clmpter 3 of this AC, m develop specific ~afety me~suros to which tenants and con.sffu~tioll conlI-a(:tors must adhere flu'unghout the dmation of construction activities. Gunem[ safety provisions ate contained in AC 150/5370- I O, Standards for Specifying Construction of Airport& paragraplm 404)5, "Maintenance 70-08, "Ban-icades, Wmmhlg Sig~s, and Hazard Markings"; and 80-04, "Limitation o[ Operations." At any time dunng construction, aircraft operations, weather, security, or local airport mfes may dicham more stringent safety mea~use'& The ai~x~'t operator should ensure that both general and specific safety requiremenlS are coordinated with airport tun,ors and ATCT persormel. The airport operator should also include these parties in the coordination of all bid documents, conslruction plans, and specific:alines for on-airport cunstmclinn proj~ts. 2-4. VEHICLE OPERATION AND MARKING AND PEDESTRIAN CONTROL. Vehicle and pedestnavt access routes for airport construction projects must be controlled to prevent inadvenant or unauthorized entx7 ofpers, m'~, vehicles, or animals onto the AOA. This includes aircraft movement and nonmovement areas. The airport Ol:~lor should develop and coordinate a eamstrucfiun vehicle plan with airport tanants, conrac:tots, and the ATCT_ The safety plan or invitation for bid should include specific vehicle and I:~destrian requirements. The vehicle plan should coatain fi~e following items: a. AirpoO operato~"s rules and regulmions for vehicle marking, lighting, and operation. b. Requireman~ for marking and identifying vehicles in ar. cordanc~ with AC 150/5210-5, Painting, Marking, and Lighting of Vehicles Used on an Airport. c. Description of proper vehicle operations on movement and nonmovement areas under normal, Ios~ communications, and emergency conditions. d. Penalties [or noncompliance with driving rules and regulations. e. Training requirernant~ f~ vehicle drivers to enmre compliance with the airport operator's vehicle rules and regulations. £ Provisions gut radio communication training for conxtruc'tion contractor pemonnel engaged in consmu:tinn activiti~ around aircraft movement arena. Some drivers, 4 ljl 7103 AC 150/5370-2E this training. two-way radio unless it is under escoa Vehicle~ can be in closed areas without a radio if the elcr~:t area is properly marked and lighted to prevent incursions and a NOTAM regarding the closure is issued. plan. i. Procedures for, irappropfiate, personnel to 2-5 CONSTRUCTION EMPLOYEE PARKING AREAS. Designate in advance vehicle parking areas for contraam' employees to prevenl any unauthorized eniD' of persons or vehicles onto the airport movement area. These iii'em should provide reasonable contractor employee access to the job site. 2-6. CONSTRUCTION VEHICLE EQUIPMENT PARKING. Cons~ucnon employees must park and service all cons~'uction vehicles m an area designated by the airport operator outside the runway safety areas and OFZ.s and never on a c!osnd mxiway or runway P. mployee~ should also park construction vehicles outside the OFA when not in use by cortsm~ction personnel (e.g., overnight, on weekends, or during other periods when construction is not active). Parking re'cas must not obstruct the c~ line of sight by the ATCT to any taxiway$ or runways tmdr~r ah' fial~ consol nor obstruct any runway visual aids, signs, or navigafioanl aids. The FAA must also study those areas to determine effects on 14 CFR part 77, Objects Affecting Navigable .4irspace, surfaces (see paragraph 2-13 for further information) 2.7_ RADIO COMMUNICATION TRAINING. The airport operator must ensure that tenant and construction conWactor personnel engaged in activities mvol'..fng unesoorted operation on ai~rcraR movement areas observe the proper procedures for communications, including using appropriate radio frequencies at airports with and wilh~ut ATCTs. Training o£¢ontractors on proper communication procedures is essential for maintaining airart operational safety. When operating vehicles on m near open runways or haaiways, constroction personnel must understand the critical importance of maintaining radio contact wilh airport operations, ATCT, or the Common Traffic Advisoo, Frequency. which may include UNICOM, MULTICOM, or one nitre FAA Flight Service Stations (FSS), as dirc-~ted by airport management. Vehicular trafl-~c crossing active movement areas must be con~-olled either by two-way radio with the ATCT, escort, flagman, signal light, or other means appropriate for the particular airport. Vehicle drivers must confirm by personal observation that no aircraft is approaehing their pesition when given clearance to cross a runway In addition, it is the responsibility of the escort vehicle driver to veri[,y the movemunt/position or all escorted vehicles at any given time. Even though radio commnnication is maintained, escort vehicle driven must also familiariz~ themselves with ATCT light gun signals in the event of radio failure (see the FAA safety placard "Ground Vehicle Guide to Airport Signs and Markings"). This safety @lazard may be ordered through the Runway Safety Program Web site at http://www.faarsp.org or obtained from the Regional Airports Division Office. 24. FENCING AND GATES. maintain a high level of.safety and security during £endng to permit the passage of construction vehicles or can be securely closed and Iockod to prevent access by animals and people (especially minors). Procedures should be in place to ensure that only authorized persons and vehicles have access to the AOA and to prohibit "piggybacking" behind another person or vehicle. The Department of Transportation (DOT) document DOT/FAA/AR-00/52, Recommended Security Guideline~ for/tirport Planntng and Construction, provides more specific int-ormation on fencing. A copy of this document can b~ oblained from the Airport Consuhants Council, Ahports Council International, or American Association of Airport Executives. Section 3. Notification of ConstrucUon Activities 7.-9_ GENERAL. ]n order to maintain the desired levels of operational safety on airports during construction activities, the safety plan should contain the notification actions descdbad below. 5 AC 150/5370-2E 1/17/03 2-t0_ ENSURING PROMPT NOTIFICATIONS. ?be airport operator should establish and follow ~rocedures for the immediate notification of airport users ~d the FAA of any conditions adversely affecting the operational safety of an airport 2-1 1. NOTICES TO AIRMEN (NOTAMS). The airport operator must provide in[ormation on closed or hazardous conditions on airport movement areas to the FSS so it can issue a NOTAM The airport operator must coordinate the issuance, maintenance, and cancellation of NOTAMs about air[mn conditions resulting fi.om construction activities with tenants and the local air traffic facility (conlrol tower, approach control, or air traffic control center Refer to AC 150/5200-28, Notices to Airmen (NOTAMs) for Airport Operators, and Appendix 4 in tiffs AC for a sample NOTAM form. Only the FAA may issue or cancel NOTAMs on shutdown or irregular operation of FAA-o'ssmed facilities. Only the atrpOrt operator or an authorized representative may issue or cancel NOTAMs on airport conditions. (The ampon owner/operator i~ the only entity that can close or open a runway.) The airporl operator must file and maintain this list of authorized representatives with the FSS Any person having reason to believe that a NOTAM is missing, incomplete, or inaccurate must notify the airport operator. iL2. A1RCRAI~F RESCUE AND FIRE WRING (ARFF) NOTIFICATION. The safe~y plan must provide procedures for notifying ARFF personnel, mulual aid providers, and oth~- emergency scr.,'ice~ if conalxucfion requires ahutting off otherwise disru, p,tmg any water line or fire hydrant on the airport or adjomang are. as a~l ifcouWactors wink with hazardous material on the airfield_ Notification procedm-es must also be developed for notifying ARFF and all other emergency personnel when the work performed will close or affect any emergency routes. Likewise, ~he procedures must address appropriate notifications when services nrc resto~d_ 2-13, NOTIFICATION TO THE FAA- For certain an'port prujecls, 14 CFR part 77 requires notification to the FAA. In addition lo applications made for Federally funded constraction, 14 CFR pm 157, Notice of C~nstruction, Alteration, Aclivation, and Deactivation or-Airports, requires that the airport operator notify the FA~ in writing whenever a non-Federally [unded project involves the construction ora new airport; the cons~uction, realigning, altering, activating, or abandoning of a runway, landing strip, or associated taxiway; or the deactivation or abandoning of an entire airport. Notification involves submitting FAA Form 7480-1, Notice of Landing Area Pwposal, to the nearest FAA Regional Airports Division Office or Airports District Office Also, any person proposing any kind of conslmction or alteration of objects that affect navigable ~irspace, ~s defined in 14 CFR pan 77 must notify the FAA. This includes con-qmction equipment and proposed pafldng areas for this equipment (i ¢., cranes, graders, etc.). FAA Form 746(LI, Notice of Praposed Conslruction or Alteration, can be used fo~ this purpose and submitted to the FAA Regional Au]>orts Divismn Office or Airpor~ Dislrict Office. (See AC 70/7460-2, Proposed Construction or Alteration of Objects that May Affect the Navigable Airspace.) I f co~tmction operafio~ require a shutdown of ~ airpo~ owned NAVAID from service for more than 24 hours or in excess of 4 hours daily on consecutive days, we recormnend a 45-day minimum notice prio~- to facility shutdown. Coordinate work for a FAA owned NAVAID shutdown with the local FAA Airways Facilities Off'we. In addition, procedures that address unanticipated utility outages and cable cuts that could impact FAA NAVAIDs must be addressud. 2-1& WORK SCHEDULING AND ACCOMPLISHMENT. Airport operant t~nants Imvmg coustru~tinn on their leased properties--shtmkt use predesign, pmbid, and preconstruction conferences to inlmduce the subject of airport operational safety during construction (see AC 150/5300-9, Predestgn, Pr~bid, and Preconstruction Conferencesfor AirportGran~ Project.*). Tl~akport operator, renault, and conslruction contraclors should integrate operational safety requirements into theft pl~nmg and work schedul~ a~ early as practical. Operational safety should be a standing ~gandn item [or discussion during progress meetings throughoot the project. The conh-actor and airport operator should carry out onsite iaspectinns throughout the project and immediately remedy any deficieaci~, whether caused by negligence, oversight, or project scope change. 6 1/17/03 AC 150/5370 2E CHAPTER 3. SAFETY STANDARDS AND GUIDELINES SecUon 1. Runway and Taxiway Safety Areas, Obstacle-Free Zones, and Object-Free Areas 3-1. OVERVIEW. Airport operators must use these safety guidelines when preparing plans and spe, cificalions for construction activities m arezs that may interfere with aircraft operations Thc safety plan should recognize and address these standards for each albert conslruction project. However, the safety plan must reflect the specific needs ora particular project, and for this reason, these safety guidelines should eel be incorporated verbatim into project specifications. For additional guidance on meeting safety and security requirements, refer to the planning guide template included in Appendix 3 of this AC 3-2, RUNWAY SAFETY AREA (RSA)/ OBSTACLE-FREE ZONE (OFZ). A runway safety area is the defined surface surrounding the nmway prepared or suitable for reducing the risk or damage to airplanes in the event of an undershoot, over-shoot, or excursion from the rrmway (see AC 150/5300-13, ~lirport De~tgn). Constmetinn activities within tJac standard RSA ~re subject to the following conditions: a. Runway edges. (1) No cons~actinn may occur closer than 200 fe~ (6Om) from the runway centerline unless the runway is closed or resti'icted to aiscraft operations, mquu'ing aa RSA that is equal to the RSA width available during constmclion, or4OO feet, whichever is less (see AC 150/5300-13, Tables 3-1 through 3-3) (2) Persons~l, mamrial, and/or equipment mU~t not penetrate the OFZ, as defmed in AC 150/5300- 13 (3) The airport operator mast coordinale the conslmctioe activity in the RSA ~ permitted above v4th the AICT and the FAA Regional Airports Division Office or appeopriate AUlr~ District Office and issue a local NOIAM. b. Runway ends. (I) An RSA must be maintained of such dimensions that it extends beyond the end of the nmway a distance equal to that which existed before construction activity, unless the runway is closed or restricted to aircraft operannns for which the reduced RSA is adequate (see AC 150/5300-13). The temporary use of declared distances and/or partial runway closures may betp provide the necessary RSA. In addition, all personnel, materials, and/or equipment must remain clear of lbo applicable threshold siting surfaces, as defined in Appendix 2, "Threshold Siting Requirements," o fAC 150/5300-13) Consult with the appropriate FAA Regional Ahl~Orts Division Office or Airports District Office to determine the appropriate approach surface required. (2) Personnel, material, and/or equipment must not penetrate the OFZ, as defined in AC 150/5300- 13 (3) The sa feY/plan must provide procedures for ensuring adequate distance for blast protection, if required by operational considerations. (4) llae airport operator must coordinale consmmtion activity in this portion of the RSA with the ATCT and the FAA Regional Airports Division Office or appropriate Airports District Office and issue a local NOTAM. c. Excavations (I) Construction coolxaetors must prominently mark open trenches and excavations at the construction site with red or orange flags, as approved by the ain~rt operator, and tight them with md lights during hours of resUicted visibiliw or darkness. (2) Open trench~s or excavations are not permitted within 200 feet (60m) of the runway cemerline and at least the existing RSA diatanec from the runway threshold while the runway is open. If the runway must be opened before excavations are backfilied, cover the excavations appropriately. Coverings for open t~oches or excavations mast be of sufficient strength to support lhe weight of Ibc beaviesl aircraft operating on fl~e 3-3. TAXIWAY SAFETY AREAS/OBJECT- FREE AREAS. a. Uaresh'ictcd construction activity is permissible adjacent to taxiways when the taxiway is restricted to aarcrall such that the available mxiway safety ama is equal ~lfa full safety area cannot be obtained through declan:d distances and partial closll~s, or othex m~'lods nich as alternate long as c~ndirioos cited in paragrapk I-th(2) tlmt (4) are met. In addition, various md'ar, es outlined in AC 150/530~13 and Terminal Instrument prooedures (TERPS) must be pr~tectr, d through an aeronautical smdy to at least '/2 of the widest wingspan of the aircraf~ expected to usu the taxiway and the available taxiway ,b)ect-free area is equal to at least 7 times the widest ,-'ingspan plus 10 feet. (See AC 150/5300-13 [or ;idance on taxiway safely and obie~:t-ftee areas.) Construction activity may be accomplished closet to a taxiway, subject to thc following restrictions: (1) The activity is firsl coordinated with Ihe (2) Appropriate NOTAMs are issued. (3) Marking and lighting meeting the provisions of paragraph 3-9 are implemented. (4) Adequate clearance is maintained between equipment and matarials and any part o£ an aircraft If not have fiJII use o£il~ entke taxiway width (with its main Im~ding gear at the edge of the pavement), then it will be necessary to move personnel and equipment for each passing aircraft. In these situations, flag persons will be used to direct construction equipment, and wing walkers may be necessary to guide aircraft. Wing walkem should be airline/aviation persormel rather than construction workers. b. Const.mction contractors must prominently mark open trenches and excavations at the cormtmction site, as approved by the aii'port opet-ator, end light them with red lights during hours of restricted visibility or darkness c. Excavations and open b'enches may be permitted up to the edge ora structural taxiway and apron pavement provided the dropoff is marked and lighted per paragraph 3-9. "Hazard Marking and Lighting." Section 2. Temporar~ Runway Thfesholtis 3-4. OVERVIEW_ Constracti~m activity in a runway approach area may result in the need to partially close a runway or displace the existing runway threshold. In either case, locate the threshold in accordance with Appendix 2 of AC 150/5300-13, Airport Design. Objects that do not · eneU'ate these surfacea may still be obstructions to air -'a~vigatioo. and may affect standard instrument appro, ach /bceduras. C,~rdmate these objects with the FAA s Regional Airports Office or appropriate Airports Dis~ict Office, as necessa~. Refer 1o the currant edition of AC 150/5300-13 for guidance on threshold siting requirements. The partial nm'way closure, ~ displacement of thc runway threshold, a.s well as closures of the cmllplci~ nmvray and ~hes portior, s of the movement area also requirus coordination with appropriate ATCT p~rannnel and airport users Cautioa reganting partial rmnway c~nsuras: When filing a NOTAM for a partial nmway closure, clearly state to FSS personnel th~ the portion of pavement located prior to the thn~hold is not available for landing and departing Iraffic. In this case, the threshold has been moved for both landing and takeoff porposes (this is different than a displaced tlar~hold). Example NOTAM: '~',lorth 1.0~ feet of Runway 18/36 is closed; 7,000 feet remain available on Runway 18 and Runway 36 [-or re'rivals and departures." Then: may be simanons where the IXn'tion of closexl runway is available for taxiing only. If so, the NOTAM must reflect lids condition. Caution regarding displaced thresholds: 'mplementalinn of a displaced threshold affects runway .~gth available for aircragt landing over the 3placement. Depending on the reason for the cl<uplacermmt (to peovide obsmaction clearance m' RSA), such a displacement may also require an adjuslmant in the landing distance available and aCcelerate-stop distance available in the opposite direction. If project scope includes personnel, equipment, excavation, etc. within the RSA of any usable runway end, we do not recommend a displaced threshold unless arrivals and departures toward the consmJction activity am prohibited_ Instead, implement a pmXial closm-e. 3-5 MARKING GUIDELINES FOR TEMPORARY THRESHOLD. Ensure that markings for temporary displaced thresholds are clearly visible 1o piloLs app~roaching the ail'pod to land When cous~uction personnel and equipment are located close to any thxeshold, a tempomr'y visual NAVAID, such as runway end identifier lights (RER,), may be required (even on unlighted runways) to define the new beginning nftfle runway clearly. A visual vertical guidance device, such as a visual approach slope indicator (VASI), pulse light approach slope indicator (PLASI), m- precision approach path indicator (PAPI), may be necessary to a.~ure landing clearance over personnel, vehicles, equipment, and/or ahove-grado stockpiled materials ff sneh devices are installed, ensure an appropriate descriptive NOTAM is issued to inform pilots of tbese conditions. The current edition of AC 150/5340-1, Standards for Airport Marlangs, describes standard marking colo~ and layouts. In addition, we recommend that a temporary runway threshold be marked using the following gu/delines: a. Atsport markings must be clearly visible ~o pilots; nan misleading, confusing, or deceptive; secured in place to prevent movement by prop wash, jet blast, wing vortices, or other v.,';~d currents; and cons,auctud of 1 I17~)3 AC 150/5370 2E ~natesials that would minunize damage to an aircraft in thc event o£ inadvertent contacl (1) Pavement markings for temporary closed portions ol-the runway should consist o£yeliow chevrons Io idanlify pavement areas that are unsuitable for lakeoff/landing (see AC 150/5340-1). If unable to paint the markings on the pavemenh construct them from any o£ the following mater/als: double-layered painted snow fence, colored plaslic, painted sheets of plywood, or similar materials. They must be properly configured and secured to prevent movement by prop wash, iet blast, or other wind currents (2) It may be necessary to remove or cover runway markings, such as runway designation markings and aiming point markings, depending on the length of cons~uctinn and type of activity at the airport. O) When threshold markings are needed to identify the temporary beginning of the runway that is available for landing, use a white threshold bar of the dimensions specif~:t in AC 150/5340-1. (4) If temporary outboard elevated or flush threshold bars are used, locate them outside of the runway pavement surface, one on each side of the runway. They should be at least 10 feet (3ru) in width and extend outboard fi.om each side of the runway so they are clearly visible to landing and departing aircraft. These threshold bars are white. If the white threshold bars are no/ discernable on grass or snow, apply a black background with appropriate mater/al over the ground to ensure the markings are clearly vis~le. (5) A temporary threshold may also be marked with the use ofretroreflective, elevated markers. One side of such markers is green to denote the approach end of the runway; the side that is seen by pilots on rollout is md. See AC 150/5345-39, F.4A Specificat/on L- 853, Runway and Ta~iway Retroreflect ive Markers. (6) At 14 CFR part 139 certificated aU'pOrts, temporaq, elevated threshold markers mast be mounted with a frangible fitting (see 14 CFR part 139.309). However, at noncertificated airports, the temlxn-ary elevated ~ld ma~ings may either be mounted with a frangfole fitting ~ be flexible. See AC 150/5345-39. b. The application rate of the paint to mark a short- term tempora~ runway flueshold may deviate from the standard (see Ilem~ P-620, "Runway and T~,riway Painting," in AC 150/5370-10, Standards for Specifying Construction of /lirports), but the di.mensimas must meet the existing standards, unless coordinated with the appropriate offices e. When a runway is partially closed, the dis/ance remaining sigus for akcnffi landing in the opposite direelion slmuld be covered or removed during the construction LIGHTING GUIDELINES FOR TEMPORARY THRESHOLD. A temporary runway threshold must be lighted if the runway is lighted and it is the intended threshold for night landings or instrument meteorological conditions. We recommend that temporary threshold lights and related visual NAVAIDs be installed outboard of the edges of the full-slrength pavement with bases at grade level or as Iow as possible, but not to exceed 3 inches (7.6cm) above ground. When any portion of a base is above grade, place properly compacted fill around the base to minimize the rate of gradient change so aircraft can, in an emergency, cross at normal landing or takeoffspeeds wilhout incurringsiginficant damage (see AC 150/5370q0). We recommend Ihat the following be observed when using temporary runway threshold lighting: a. Mainlain threshold and edge lighting color and spacing standards as described in AC 15(1/5340-24, Runway and Taxiway Edge Ltghting System. Battery-powered, solar, or portable lights that meet the criteria in AC 150/5345-50, Spectficalionfor Portable Runway Lights, my be used. These systems am intended primarily for visual flight rules (VFR) aircraft operation but may be used for instrument flight rules (IFR) ain:rafl operations, upon individual approval from thc Flight Standards Division of the applicable FAA Regional Office. b. Wben the runway has been partially closed, disconnect edge and thn~shold ligh~ ~ associated isolation transformers on that part of the runway at and behind thc threshold (i.e., th~ portion of the nmway that is closed). Alternately, cover the light fixture in such a way as to prevent light leakage. Avoid removing the lamp fi.om energized fixtures bemuse an excessive number of isolation h-ansformers with open secondaries may damage the regulators and/or increase the current above its normal value. c. Secure, identify, and place any tem0orao' exposed wiring in conduit to prevent ele~trncution and fire ignition sources. d. Reconfigure yellow lenses (caution zone), as necessary. If the rnnway has cemerline lights, reconfigure the red lenses, as necessary, or place/he cemerline lights out of service. e. Relocate the visual glide slope indicator (VGSI), such as VASI and PAPI; other airport lights, such as REIL; and approach llghm to identify the temporary thm'shold Another opfion is to disable the VGSI or any equipment that would give misleading indications ua pilots as to the new threshold location, lustallalion of temporary visual aids may bo neeessm3, to ~ovide adequate guidance to pilol~ un approach to the affected runway. If the FAA owns and operates the VGSI, co,ordinate its installalJon or disabling with the local Airway Fatalities Systems Management O~ce. I-. Issue a NOTAM to inform pilots of temporary lighting conditions. Section 3. Other Construction Marking and Lighting Activities 3-7. OVERVIEW. Ensure that construction areas, including closed runways, are clemiy and visibly separamd from movement areas and that hazards, facilities, cables, and power lines are identified prumiaently for construction contractors. Throughout the duration of the construction project, verify that theae areas remain clearly marked and visible at all tim~s and that rnankmg end lighting aids remain in place and operational. Routine inspections must be made ol tempo~ry construction lighting, especially batlery- powered lighting since weather conditions cen limit banery life. 3-8. CLOSED RUNWAY AND TAXIWAY MARKING AND LIGHTING. Closed runway mafldngs consist ora yellow "X" in compliance with the s~ndards of AC 150/5340-1, Standards for Airport Markings. A very effective and preferable visual aid to depict temporary closure is the lighted "X' signal placad on or near the runway designation numbers. This dev~.e is much more discernible to approaching aircrm~ than the other .~atenals described, lfthe lighted "X" is nol available, ~o)nustruct the marking of any of the following materials: hie-layered painted snow fence, colored plastic, painted sheets of plywood, or similar materials. They must be p~perly configured and secured to prevent movement by ~ wash, jet blast, or other wind currents. [n addi'tion, the airport operator may install barricades, ~lal:-lC COIleS, activate ~tep bars, or other acceptable visual devices at major entrances to the runways to prevent afrcral~ from entering a closed portion oY runway The placement of even a smgle rellocfive barricade with a "do not enter" sign on a tuxiway ~:entertine can I:nevent an au'craft f~om c~ntinuing onto a closed runway, lftha taxiway mus~ r~main open for aircral~ crossings, befficades or markings, as de~oribed above or in paragraph 3-9. should be pint. at o~ the runway. a. Permanently closed r~nways_ For nmways end taxiwa)~ flint have been permanently closed, disc.~one6-t ~e lighting circuits. For runways, oblJtarate the threshold ma~ing, runway designation marking, and touchdown zone matk~gs, and place "X's" at eanh end and at }.000-font (300-m) ~tervals. For taxiways, place en "X'~ at the entrance o£the closed taxiway. b. Temporarily c~sed runway and taxiways. For runways that have been temporarily closed, place an "X" at the each end of the runway With taxiways, place · n "X' at the ena'aoce of the closed taxiway. c. Temporarily closed airport. When the airport is closed tempO~nfy, mark the ranway~ as closed and turn offthe airport beacon. d. Permanently closed airports When the ah~ort is closed permanently, m~k thc runways as pon~anentfy closed, discormect ~ a~0ort beacon, and place an "X" in thc segmented circle or at a central location if no segmented circle exists. 3-9. HAZARD MARKING AND LIGHTING, Provide prominent, comprehensible warning indicators for eny area affected by conslmction that is normally accessible to aircrai~ pemmnel, or vehicles. Using appropriate hazard marking and lighting may prevent damage, injury, traffic delay, and/or facility closures. Hazard marking end lighting mnst resa'ict access and make specific hazards obvious to pilots, vehicle drive~, end other persova~el. Bacricades. traffic cent; (weighted or sturdily atlached to the surface), or flashers are acceptable methods used to identify end define the bruits of construction and hazardm~ areas on airpor'~. Provide temporary hazard marking and lighting to prevent aircraft: from taxiing onto a closed runway for takeoff end to identify open manholes, small are.~ under repair, stockpiled material, end waste areas. Also consider le~s obvious construction-minted hazards at~cl include mar~ings to identify FAA, airport, and National Weafl~er Service facilities cables and power lines; insm.onent landing system (ILS) critical areas; airport surfaces, such as RSA, OF& and OFZ; and o~ar send,ye areas to make it easier for con~actur per~.oenel to avoid these area~. The construction specifications must include a prevision requiring the contractor to have a pea~on on call 24 hours a day for emergency nmintenanc, c of airport hazard lighting and barricade~. The contractor must file the contacl person's informali0~ with the airport_ a. Nonmovemeflt arexs. Indicate con~'uctinn locations on nonmovement are..~s i~ which no part of an atrctal~ may enter by using basxicades that are mark~l with diagonal, alternating orange end white stripes. Barrimde.s may be supplemented with alternating 10 1/17/03 AC 150/5370 2E orange and white flags at Iesst 20 by 20 inches (50 by 50 cra) square and made and installed so they are always in an emended position, properly oriented, and securely fastened to ¢luninata jet engine ingestion. Such barricades may be many different shapes and made fi.om various materials, including railmud ties, sawhorses, jersey harriers, or barrels. During reduced visibility or night hours. supplement the barricades with red lights, either flashing or steady, burning, which should meet the luminance requirements of the State Highway Depadment (yellow lights are not acceptable alter October I, 2004). The inleusity of the lighls and spacing for barricade flags and lights must adequately and without ambiguity delineate the hazardous are& b. Movemant arens_ Use orange traffic cones; red lights, either flashing or steadyd?uming, which should meet the luminance requkements of the State Highway Department (.yellow lights are not acceptable al~er October 1. 2004); collapsible barricades marked with diagonal, alternating orange and white siripos; anchor signs to separate all construction/maintenance areas fi.om the movement area All banScades, temporary markers, and other objects placed and lett in safety areas associated with any open runway'. (axiway. or taxilane must be as low as possible to the grcamd; of Iow mass; easily collapsible upon contact with an aimrafi, or any of its components; and weighted or sturdily aRached to lhe surface to prevent displacement Rom prop wash, jet blast, wing vortex, or other surface wind currents. If affixed to the surface, they must be frangible al grade level or as Iow as possinle, but not to exceed 3 inches (7 6cra) above the ground Do not use nonfranginle hazard markings, such as concrete barriers and/or memlMmm-type barTinudes, in aircraft movement areas. Do not use railroad ties on runways. Use highly reflective homers with tl~hing or steady- bm'nine red lights to barricade taxiways leading to closed runways. Evaluate all operating factors when determining how to mark t-Pmpomr'y closures that can last Rom 10 to 15 minutes to a much longer period of time. However, we slTongly recommend that, even for closures of relatively short chiration, major taxiwey/nmway inteTsections be identified with barricades spaced no g[ealer than 20 fe~t (6m) apart. Mask the barricades with a flashing or sleady4mrning red light. At a minimnnl, use a single bamicade placed on the taxiway centerline. 3-10- CONSTRUCTION NEAR NAVIGATIONAL 3riDS (NAVAIDS)_ Construction activities, malelqals/equipment storage, and vehicle parking near ¢lectTonic NAVAIDs require special consideration since they may interfere with signals essential to air navigation, Evaluate the effect of construction activity and the required distance and direction fi.om the NAVAID for each consUuction project Pay particular attentinn to stockpiling material, as well as to move~nent and parking of equipment that may interfere with lipx of sight Rom the ATCT or with electronic emissions Interference from constructinn may require NAVAID shutdown o~ adjustment of instramenl approach minimums for IFK This condition requires that a NOTAM be flied. Construction activities and materials/equipment storage near a NAVAID may aLso obstruct access to the equipment and instruments for maintenance. Before commencing cortstrnctina activity, parking vehicles, or storing construclion equipment and materials near a NAVAID, consult with the nearest FAA Airway Facilities Office. 3-11 - CONSTRUCTION SITE ACCESS AND HAUL ROADS. construction sites ami haul roads. Do not permit the other than those approved. Consm~ctinn contxactors must submit specific proposed routes associatud with coustractinn activities to the airport ,operalor for evaluation and approval as part of the safety plan before beginning construction activities. These proposed routes must also provide specificetions to prevent inadvertent that ARFF right of way on access and haul roads is not impeded at any time and that construction tTaffic on haul roads does not interfere with NAVAIDs or approach surfaces of operational nmways. 3-12. CONSTRUCTION MATERIAL STOCKPILING. Stock,piled materials and equipment storage are not permitted within the RSA and OFZ of an ranway. The airport operator must easum that smclq~iled matezials and equilanent adjacent to tbes~ areas aJ~ pmmineotly marked and lighted dui'lng holn's ofmstrlcted vis~ility or darkn~s. This includes de.training and verifying that mmerials are stored at an ap~-oved lin:orion to prevent foreign object damage mad am'action ofwikllife. 3-13. OTHER LIMITATIONS ON CONb-I'RUCTION. Conlractors may not use open-flame welding or torches unless adequate fn'e safety precautions are provided and the airport operator has approved their use. Under no circurnslances should llare pots be used within the AOA at any time. The use of electrical blasting caps musl not be pertained ma or within 1,000 feet O00m) of the airport property (see AC 150/5370-10, Standard;for Spec~[ying Construction of Airport. r). 11 AC 15015370 2E 1/17~03 3-14. FOREIGN OB. JECT DEBRIS (POD) MANAGEMENT. t~ia. ste and loose materials, commonly referred to as FOD. capable of causing damage lo aircraiff landing gears, propellers, and jet engines. ConslJalclion contractors mast not leave or place POD on or rte. ar active aircraft movement areas. Materials tracked onto these areas must be continuously removed during the constrection project. We also recommend that airport operators and construction conu'actors carefully control and continuously rerrmve waste or loose materials that might attract wildli£e~ Section 4, Safety Hazards and Impacts 3-15. OVERVIEW. The situations identified below are potentially hazardous conditions that may occur during airpor~ construction projects Safety a~ea oncroecbments, unauthorized and improper ground vehicle operations, and unmarked or uncovered holes and trenches near aircraft operating surfaces pose the most prevalent threats to airpor~ operational .safety during airport construction projects Airport o~ralors and contractors should consider the fallowing whea performing inspections of conslrection activity: a. Excavation adjacent to runways, taxiways, and aprons. b. Mounds of earth, construction materials, tempo~ry structures, and other obstacles ne. ar any open runway, taxiway, or laxilane; m the related object-free ._.rea and ah'craft approach or departure areas/zones; or }structiag any sign or marking. c. Ron,.~iy re. surfacing projects resulting in lips exceeding 3 inches (7 6em) from pavement edges and ends. d. HmO' equipment (slatinnary m- mobile) operating or idle near AOAs. in runway approacbe~ and departures areas, or in OFZs e. Equipment oc material near NAVAIDs that may degrade or impair radiated signals and/ur the monitoring of navigational and visual aids. Unauthorized or improper vehicle operations in localizes or glide slope critical areas, resulting in electronic interference and/or facility shutdown f_ Tall and eapecially relatively low-vis~ility units (i.e., equipment with slim profiles)---cranes, drills, and similar objects---located in critical areas, such ~ OFZs and approach zones. g. lmprop~wty positioned or malYunctioning lights or unlighted aillanrt hazards, such as holes or excavations, on any apron, open taxiway, or open taxilane or in a -elated safety, approach, or departure area. }~_ Ob~.cles, loose pavement, ~ash, and other --~,ebris on ot- near AOAs. Consamction debris (gravel, sand, mud, paving materials, etc.) on airport pavements may result in aircratt propeller, turbine engine, or tire damage. Also, loose materials may blow about, potentially causing personal injury or equipment damage. i. Inappropriate or poorly maintained fencing during conslruction intended to deter human and animal intrusions into the AOA. Fencing and other markings that are inadequate to separate construction are$-s fi'om open AOAs create aviation hazards. j. Improper or inadequate marking or lightmgof runways (especially thre.~holds that have been displaced or runways that have been closed') and t~xiways that could cause pilot confusion ar.gl provide a pet~ntial for a runway incursion. Inadequate or improper methods of mucking, barricading, and lighting of temporarily closed portiom of AOAs create aviation ha2m'ds. It- Wildlife attra~tants~uch as trash (rood scraps not collected from consL,'uetion persormel activity), gross seeds, or ponded water---on or near airports. I_ Obliterated or faded markings on active operalional areas. m. Misleading or malfunctioning obstruction lights. Unlighted or unmarked obstructions in the approach to any open runway pose aviation hazards. n Failure to issue, update, or cancel NOTAMs about airport or runway closures or other con~lrUcfion-related ah'port conditions o. Failure to mark and identify utilities or power cables. Damage to utilities and power cables during construction activity cnn result in thc loss of nmway/la.xiway lighting; loss of navigational, visual, or approach aids; disruption of weather reperting services; and/or lass of communications. p_ Restrictions on ARFF acco'ss fi-om fire slafions to the runway-taxiway system or airport buildings. q_ Lack ofradin communications with constmcLi0rt vehicles in airporl movement areas. r. ObJects, regardless ofwhether they are marked or flagged, or activities anywhere on or near an aii'port 12 that could be distracling, confiising, or alarming to pilots during aircraft oporatiorcs. s. Water, snow. dirt, debris, or other contaminants that temporarily obscure or derogate the visibility of runway/ta~way marking, lighting, and pavement edges. Any condition or factor that obscures or diminishes the visibility of areas under construction t. Spillage from vehicles (gasoline. diesel fuel, oil, etc ) on active pavement areas, such as runways, taxiways, ramps, and airport roadways e. Failure to maintain drainage system integrity during construction (e.g., no temporary drainage provided when working on a drainage system). v Failure to provide for proper el~ttical lockout and tagging procedures Al larger airports with multiple maintenance shills/workers, construction conlxactors should make provisions for com-dinating work on circuits w_ Failure to control dust Consider limiting the amount of area from which the contractor is allowed to strip tur£ x. Exposed wiring that creates an electrocution or fire ignition haz,a~d. Identify and secure wiring, and place it in conduit or bury it y. Site buming, which can cause possible obscuration. z. Constmctio,n work taking place outside of designated work areas and out of phase. (. 13 1/17/03 AC 150/5370-2E APPENDIX 1. RELATED READING MATERIAL 1. Obtain the latest version of the following free publications from the FAA on its Web site at http://www.faa.gov/arp/. In addition, these ACs are available by contacting the U.S. Department of Transportation, Subsequent Distribution Office, SVC 121 23, Ardmore E~t Business Center, 3341 Q 75th Avenue, Landover, MD 20785 a. AC 150/5200-28, Notices to Airmen (NOTAM) for Airport Operators Provides guidance for the use of the NOT,MM System in airport reporting. b. AC 150/5200-30, Airport Winter Safety and Operations Provides guidance to airport owners/operators on the development of an acceptable airport snow and ice control program and on appropriate field com:htion reporting procedures c. AC 150/5200-33, Hazardou3 Wildlife Attractanls On or Near Airports. Provides guidance on locating certain land uses having the potential to atmact hazardous wildlife to public-use airports d_ AC 150/5210-5, Painting, Marking, and Lighting of Vehicles Used on an Airport. Provides guidance, specifications, and standards for painting, marking, and lighting vehicle~ operaling in the airport air operations e_ AC 150/5220-4, Water Supply Systems for Aircraft Fire and Rescue Protection. Provides guidance for the selection of a water source and standards for the design of a dis~bution system to support ah~ral~ rescue and fire fighting s~rviee operations on aa~o~s. f- AC 150/5340-1, Stand~rdx for Airport Markings. Contains FAA standards for markings used on ais~ort runways, ~axiways, and aprons. g. AC 150/5340-14B, Economy Approach Lighting Al& Describes standaxds for the design, selection, siting, and maintenance o£ecouomy approach lighting aids. h. AC 150/5340-18, Standards for Airport Sign Systems Conlains FP~ standards for the siting and installation of signs on airport runways and taxiways. i. AC 150/5345-28, Precision Appraach Path ]ndJcator (PAPO Systems Contains the FAA standards for PAPI systems, which I:novide pilots with visual glide slope guidance during approach for landing. j. AC 150/5380-5, Debris Ha~ardJ at Civ# Airports. Discusses problems at airports, gives information on foreign objects, and explains how to eliminate such objects fi.om operational areas. lc AC 70/7460-2, Proposed Construction or Alteration of Objects that May Affect the Navigable Airspace Provides informalion to persons proposing to erect or alter an object that may affect navigable airspace and explains the need to notify the FAA be[ore conshasction begins and the FAA's response to those notices, as required by 14 CFR part 77. 2. Obtain copies of thc following publications fi-om the Superintendent of Documents, U.S. Government Printing Office, Washington, DC 20402. Send a check or money order made payable to the Superintendent of Documents in the mount stated with your request. The Government Printing Office does not accept C.O.D. orders. In addition, tl*e FAA makes these ACs available al no charge on the Web site at http://www.faa.gov/arp/. a. AC 150/5300-13, Airport Design Contains FAA slandards arid recommendations for airport design, establishes approach visibility mmirauras ~s an au'port design parameter, and co~ntams thc object-fi-ea area and the obstacle free-zone critm'in. (1;26. Supt. Docs.) SN0504307-01208-0. b- AC 150/5370-10,$tandardsforSpecifytng Construction of/iirports. Provides standards for consh-action of airgnms, llems covered include ear[hwork, drainage, paving, turfing lighting, and incidental construction. ($18. Supt. Docs.) SN050-007- 08214). A-I AC 150t537(~2E 1/17/03 APPENDIX 2. DEFINITIONS OF AIR OPERATIONS AREA (AOA) Any area of .% atrport used or intended to be used for the landing, takeoff, or surface maneuvering ofaircrafl. An air operations area includes such paved or unpaved areas that are used or intended to be used ['or the unobstructed movement of aircraft in addition lo its associated runways, taxiways, or aprons. 2, CONSTRUC~I'ION_ The presence and movement of consa-uction-related personnel, equipment, and materials in any location that could inflSnge upon the movement of 3. CERTIFICATED AIRPORT, An airport that has been issued an Airport Operating Certificate by the FAA under the authority of 14 CFR pa~t 139, Certification and Opcradon: Land Airpo~ Serving Certain Air Carriers, or its ;ubsequent revisin~ 4. FAA FORM 7460-1, NOTleE OF PROPOSED CONSTRUCTION OR ALTERATION. Thc form submitted to the FAA Regional Air Traffic or Airports Division Office as formal wrilxen notification of any kind o£ construction or alteration of objects that atIect navigable airspace, as defined in 14 CFR part 77. Objects Affecting Navigable Airspace (see AC 70M460-2, Proposed Constructmn or Alteration of Objects thai May Jffect the Navigable Airspace, found at )tp:llwwwJaa~govlarpO. FAA FORM 7~80-1, NOTICE OF LANDING AREA PROPOSAL. Form submitled to the FAA Airports Regional Division Office or Airports Dim-/ct Office a.s formal written notification whenever a proj*ct without an airport layout plan. aa file with the FAA involves the construction of a new airport; the construction, realigning, altering, activating, or abandomng 0fa runway, landing strip, or associated taxiway; or ~he deactivation or abandoning of an entire airport (found at http:#www.faa_gov/arp/). 6. MOVEMENT AREA_ The runways, mxiways, and other areas of an airport that are used for taxiing or hover tsxiing, air taxiing, takeoff, and landing of aircmfL exclusive o£1oading ramps and aircraft parking areas (reference 14 CFR part 139). 7. OBSTRUCTION. Any object/obstacle exceeding the obstruction standards spocified by 14 CFR part ?7, subpart C. TERMS USED IN THE AC 8. OBJECT-FREE AREA (OFA). An area on Ihe gxound centered on the runway, h~xiway, or taxilane centerline provided to enhance safety of aircraft operations by having the area flee of objects except for those objects that need to be located in the OFA for air navigation or aircraft' ground maneuvering purposes (see AC 150/5500-13, Airport DeMgr~ for additional g~idance on OFA standards and w/ngtip clearance criteria). 9_ OBSTACLE-FREE ZONE (OFZ). The aimpace below 150 feet (45m) above the established airport elevation and along the runway and extended runway centerline that is required to be clear of all objects, except ['or frangible vmual NAVAIDs thai need to bo located in the OFZ because of their function, in order to provide clearance protection for aircraft landing or taking offfi'om the runway and for missed appruaehes (refer to AC 150/5300-13 for guidance on OFZ, s). 10. RUNWAY SAFETY AREA (lISA). A defmed surface surrounding the runway prepared or suitable for reducing tM risk of damage to airplanes in the event of an undershoot, overshoof, or excumion ~'om the runway, in accordance with AC 150/5300-13. 11. TAXIWAY SAFETY AREA. A dufmed surface alongside the taxiway prepared or suitable for reducing the risk of damage to an airplane unintentionally departing the taxiway, in accordance with AC 150/53t~- 13. 12- THRESHOLD. The beginning of that portion of the runway available for landing. In some instances, the landing t~eshold may be displaced. 13. DISPLACED THRESHOLD. Tl~ [mrtion of pavement behind a displaced threshold that my be available for ~keoffs in either direction or landing fi.om thc opposite direction. 14. VISUAL GLIDE SLOPE INDICATOR (VGSI). This device provides a visual glid~ slope indicator to landing pilots. These systems incfude precision approach path indicators (PAPls), visual approach slope indicators (VASIs), and pulse light approach slope indicators (PLASIs). A~2 1/17/03 AC 150/5370-2E APPENDIX 3. AIRPORT CONSTRUCTION SAFETY PLANNING GUIDE Aviation Salety Requirements During ConstmcBon PURPOSE. This appendixprovides atrport operators with boilerplate forrnat and language for developing a safety plan for an airport construction project. Adapt this appendix, as applicable, to spectfic conditions found on the airport for which tbeplan is betng developed ConJider including a copy of tbtx safety plan in the co~$Ir2tctton drcrwmgs for easy access by contractor personnel Plar~ should contain Ibc following: 1. GENERAL SAFETY REQUIREMENTS. Throughout the construction project, the following safety and operational practices should be observed: · Operational safety should be a standing agenda item during progress meetings throughout the consm~ction project. The contractor and airport operator must perform onsite inspections throughout the project, with tmmediate remedy of any deficiencies, whether caused by negligence, ovenight, or project scope change · Airport runways and taxiways should remain in use by airoral~ to the maximum extent possible · Aircraft use of areas near the contractor's work should be controlled to minimize disturbance to the contractor's operation. Cuntxaetor, su~onn-actor, and supplier employees or any unauthurized persons must be restricted fi.om entering an airport area th~ would be hazardous. · Com~ctiun that is within the safety area of an active nmway, taxiway, or apm~ that is performed under normal operational conditions must be pefformM when the nmway, taxiway, or apron is closed or use-restxicted and insisted only with prior permission fi'~m the airport operator. The contracting hi'ricer, airport operator, or other designated airport relxesenmtive may order the contractor to suspend operations; move personnel, equipment, and materials to a sale location; and stand by until aircral~ u. se is completed. 2_ CONSTRUCTION MAINTENANCE AND FACILITIES MAINTENANCE_ Before beginning any construction activity, the contractor must, through the airport operator, give notice [ming the Notice to Atrmcn (NOTAM) System] of proposed location, time, and date of commoncement of construction. Upon completion of work and return of all such areas to standard conditions, the contractor must, through the airport operator, verify the cancellation of ail notices issued via the NOTAM System. Throughout the duration of the constructiun projecL the contractor must-- a_ Be aware of and understand ~ safety problems and hazards described in AC 150/5370-2, Operational Safety on Airports During Construction. b. Conduct activities so as riot to violate any safety standards contained in AC 150/5370-2 or any of the references therein. c- Inspect ali construction and storage areas as often as necessary to be aware of conditions d. Promptly take all actions necessary to prevent or remedy any unsafe or potentially unsafe conditions as so~n as they are discovered. 3. APPROACH CLEARANCE TO RUNWAYS_ Runway thresholds must provide an unobslructed approach surface over equipment and materials. (Refer to Appendix 2 in AC 150/5300-13, Atrport Design, for guidance in this area.) 4. RUNWAY AND TAXIWAY SAFETY AREA (RSA AND TSA). Limit construction to o~tside of the approved RSA, as shown on the approv~ au'Port layout plan~unless the runway is closed or restricted to aircraft operations, requh'ing a lesser standard RSA tlmt is equal to the RSA available during consm~cfion (see AC 150/5370-2 tor exceptions). Construction aclivity within the 'ISA is permissible when the taxiway is open to aircraft adequate wingtip clearance exists between the aircraft and equipmenffmarerial; evacuations, Irenches, or other conditions are conspicuously marked and lighted; and local NOTAMs ate in effect for the aclivity (see AC 150/5300-13 for wingtip clearance requirements). The NOTAM should state that, ~personnel and equipment are working adjacent to Taxiway Procedures for protecting ran,nay edges. · Limit construction to no closer than 200 feet (60m) from the runway centerfine--4.mless the runway is closed or restricted to aircraft operations, requiring a lesser s~andard RSA A-3 AC 150/5370-2E lhal is equal to the RSA available during construction Prevent persom]el, material, and/or equipmem, as defined in AC 150/5300-13, Paragraph 306, "Obstacle Free Zone (OFZ),' from penetrating the OFZ 1/17/03 Coordinate construction activity with the Airport Traffic Control Tower (ATCI) and FAA Regional Airports Division Office or Airports District Office, and through the airport operator, issue an appropriate NOTAM. Complete the following chart to determine/he area that must be protected along the runwcry edges: ~~'.' :~'. · .~- ,'~' · '~E~* f,,-~-.':-~ ,.~!.,~,¢?,'~ ,' ,~- ' ~-'"' . ..... y,'~.' ' .".~:8~. 'v~.' ..... .*.'~ ,<r.,:~.a,..,.,..~ ..... Y ~ ,~~ *See AC 150/5300-13. Airport Design, to complete the chart for a specific runway. Prooedure~ for protecting runway ends. Maintain the RSA fi.om the runway threshold to a point at least the distance fi.om the runway threshold as existed I:~fore construction act~vity~nlass the runway is closed or restricted to atrcralt operatio~ts, requiring an RSA that is equal to the RSA length available during consn'ucfion in azcordancewilh AC 150/5300-13 This may revolve the use of declared distances and partial runway clusures (see AC 150/5370-2 for exceptions) · Ensure all personnel, materials, and/or equipment are clear of the applicable tl~reshold siting criteria surface, as defined in Appendix 2, "Threshold Siting R~:luirem~alx," of AC 150/5300-13. · Prevent personnel, material, and/or equipment, as defined in AC 150/5300-13, fi.om penetrating the obstacle-fi.ee zone. ,, Ensure adequate distance for blast protection is provided, as needed. · Coordinate construction activity with the ATCT and FAA Regional Aiq~orts Division Office or Airpom District Office, and through the airport operator, issue an appn~riat~ NOTAM_ · Provide a draWing showing the profile of the appropriate sa~rfac~s of each runway end where construction will ~ke place. Where operations by turbojet aircraft are anticipated, review takeoffpro~edm'es and jet blast charaet~Hsties of aircraft and incm'porate safety measures for construction workers in the contract documents. 1117/03 AC 150/5370-2E pr¸ Complete the ]ollowing chart to determine the area that must be protected before the runway threshold' __ __: FEET : I to (threshold) :FEET __: I to (threshold) __ __: FEET __: I to (threshold) *See AC 150/5300-13, Airport Design, to complete the chart for a specific runway. 5. MARKING AND LIGHTING FOR TEMPORARY IHRESHOLDS_ the airport operaror/conlractor, as specified in the contract, and will be depicted on the plans. Marking and lighting For a temporary threshold ~s /is not requked The airport owner or contractor, as spectral in the conUact, will furnish and maintain markings [or temporary thresholds Precision approach path indicators (PAPIs) or runway end identification lights (RE[L) are /are not required. The airport ownar or contractor, as specified in the contxact, will famish and install all tempora~ lighting, include appropriate items per AC 15015370-2, Chapter 3, "Safety Standards and Guidelines." If marking and lightingfor the temporary threshold is not required~ delete this section of the safetyplan, lf v~ual aidv and/or marMngs are necessary, provide details. (Include applicable 14 CFR part 7 7 surfaces in the conlract documents.) 6, CLOSED RUNWAY MAILKINGS AND LIGHTING. The following must be specified for closed runways. Closed runway marking are __/are not required Closed runway markings will be as shown on the plans /as furnished by the airport owner /other (specify). Barricades, flagging, and flashers are /are not required at Taxiway__ and Runway and will be supplied by the airport ___ /other __(specify). 7. HAZAKDOUS AREA MARKING AND LIGHTING. Hazardous areas on the movement area will be manked with barricades, traffic cones, llags, or flashers (specify) These markings restrict access and make hazards obvions to atrcraft, personnel, and vehicles. During periods of Iow vis~ility and at night, identify hazardous areas with red flashing or steady-burning lights (specify). The hazanlous area marking and lighting will be supplied by 8. TEMPORARY LIGHTING AND MARKING. Airport markings, lighting, and/or signs will be altered in the following manner (spe,:ify) during the period fi.om to . The alterations are depicted on the plato. 9. VEHICLE OPERATION MARKING AND CONTROL. Include the following provisions in the construction contract, and address them in the safety plans: a. When any vehicle, other than one thai has l~'ior approval fi.om the auport operator, must travel over any portion of an aircreP~ movement area, it will be escorted and properly identified. To operate in those areas during daylight hours, the vehicle must have a flag or beacon anached to it Any vehicle operaling on the movement areas during hours of derkness or reduced vis,lilly must be eqinpped with a flashing dome-typo light, the color of which is in accordance with local or state codes. b. It may be desirable to clem'fy identify the vehicles for control purposes by either assigned initials or numbers that are prominently displayed on each side of the vehicle The identification symbols should he at minimum g-inch (20-cra) block-type chamctem of a cantrastmg color and easy to read They my be applied either by using tape or a water-soluble paint to facililate removal. Magnetic signs ate also acceptable. [n addition, vehicles must display identification media, as specif~:l in the approved security plan. (Thi~ section should be revised to conform to the airport operalor's requirements.) A-5 AC 150/5370-2E 1/17/O3 c. Employee parking shall be (specify 9calion), as designated by the airport manager_ / ~roject engineer /other (specify). d. Access to the job site shall be via (speci~ route), as shown on the plans_ /designated by the enginme~ /designated by the superintendent /designated by the airport manager /other (specify) e. Al 14 CFR part 139 certificated and towered airports, all vehicle operators having access to the movement area must be familiar with airport procedures for the operation of ground vehicles and the consequences of noncx~mpliance. I'. If the airport is certificated and/or ha~ a security plan, ~he airport operator should check for guidance on the additional identification and coutrol of construction equipment. 10. NAVIGATIONAL AIDS. The contractor must not conduct any construction activity within navigational aid restricted are. aa without ~ior approval fxom the local FAA An'way Facilities sector representalix, e. Navigational al~ include instrmxtent landing system components and very high-fi'equancy nmidirectioanl range, ahport surveillance radar Such -?tiered areas are depicted on construction plans. 11. LIMITATIONS ON CONSTRUCTION_ Additional limitations on conslroction inclu~ a. Prohibiting o~n-flame welding or torch cutting operations unless adequate £n'e safety precautions are i~ovided and these operations have been anlhorized by the airport oponator (as tailored to conform to local requireraenl~ and re~trtctior~). b. Prominently marking open trenches, excavations, and stockpiled materials at the construction and lighting these obstacles during hours ofreslricted visibility and darkness. c. Marking and lighting closed, deceptive, and hazardous areas on airports, as appropriate. d_ Cortstraining stockpiled nmteria[ to prevent its movement as a result of the maximum anticipated aircraft blast and forecast wind conditions. 12. ItADIO COMMUNICATIONS. Vehicular ~'affic located in or crossing an active movement area must have a working two-way radio in contact with the control tower or be escorted by a person in radio contact with the tower. The driver, through personal observation, should confirm that no alu:reit is approaching the vehicle position. Construction peraonnel may operate in a movement area without two-way radio communication provided a NOTAM is i.~ocd closing the area and the area is properly marked to prevent incurs ions. Two-way radio communications are /arc not required between con~-actors and the Airport Traffic Con~'ol Tower /FAA Flight Service Station /Airport Aeronautical Advisory Stations (UNICOM/CTAF)__. Radio contact is /is not _ required between thc hours of' and Continuous monitoring is required /07 is requited only whan equipment movement is necessary in certain areas . (This section may be tailored to suit the specific vehicle and safet), requirements of the airport spomor) 13. DEBRIS. Wa~e and loose material must not be placed in active movement areas. Materials flocked onto these areas must be removed continuously during the work project. A43 1fl 7/03 AC 150/5370 2E APPENDIX 4. SAMPLE NOTAM FAA NOTAM # AIRPORT I.D. # NOTAMTEXT: AIRPORT DATE: TIME: NO~FICATON: ####TOWER PHONE# ####FSS PHONE# CANCELLED: NOI~ICATON: ####TOWER PHONE# #~##FSS PHONE# [NI'FIALS TIME CALLED IN BY CALLED IN BY INITIALS TIME INITIALS TIME CALLED IN BY 1NITIALS TIME CALLED IN BY AlP, LINES A-7 FAA ADVISORY CIRCULAR 150/5300-13 AIRPORT DESIGN, APPENDIX 2 6/5~91 Appendix 2. AC 150/5300-13 CHG 1 THRESHOLD SITING REQUIREMENTS 1. PURPOSE. This appe~lix c~nmm, g~,iaance on locating thresholds Io m~l approach o~tacle APPLICATION. a_ The threshold should be located at the beginning of the foll-stre~nh runway invement or ruaw~ surfaoe. However, displacement of ~ obstructs the ai~pace rcquir,-a for landing airplanes is beyond the airport owner's pow~ to remove, relocate, or lower. Thrmholds may also be displaced for envitomneatal o0nMde.~-~tion~, such as no~,e abatement, or Io provide the standard RSA and ROFA leag~h~. b_ When a Im2ard m air navigation ofista, the amount of dbplac~ment of t]~ th~ahold should be ~ on the Ol~raflonal requiten~nm of tho most demaading ~rphn~_ The ~andards in thia apgeadix minfmlzB ~ [O~ O[ opcralional u~e of tl~ eslablbhed runww. Thee sm r~l,~ FAA policy Of maximum ~flli~tion and rmention of e~ti~g pardi areas on ail~fL~ c_ Displacemeat of a threshold rexluc~ the lea~h of runway a~allable for landing~ Depeadiag on the reason for displ~:emeat of tl~ threshold, flae portion of the nmway b~hind a displac~ tlu~shold may be ~ailable for takeo~ in either direction and landings from the opposile direction_ Rgfer to appondi~ 14 for additional information. · LIMITATIONS. a. These s~andarda s/aould aot be interpreted as an FAA blanket endotm~ment of the alte~a~n~ to dLspbc~ or r~lo~le · runway threshold. Threshold displm:maent of relocation shouM be undertaken only after a full evaluation reveal~ that displacament or relocation ~s the only prac~:al alternatiw_ b. The s~aadards ia this appendix arc not applicable for identifying objec~ affecting navigable al~pac~ (FAR Part 'F/) or ~ning to limit ~ height of obJec~ arouad airpom (AC 150/5190-4). 4. ~;VALUATION CONS'~Dlt~IAT[ON~ a. When a penelratJon to a nu'faee deflacd in paragraph 5 (threshold si~ng m) c.d~ on~ or more of thc following m i~ ~ (I) TI~ object h remo~i or lom~red to ln~clu~c p~neWation of applicable tlugshold siring surfac~; C2) The threshold is dlsrU..-:? m preclud~ object ration of appli~ble gu~hold siting surfacto, with a rea'ultln~ shm~a' tqnm.,.q dis ranch, or ('3) Vl~t~ity mlnlmm are raised. b. Relm"ant m f~r evaluation ~ (1) Typos of alrplanm w'aka will me the and ~ with accepting hlgh~ landing n~T,,i,numa. fowc~n~ th~ (4) F. ge~ of the re~b~-a avnflable landiag lenknb whea the runway Is ~ or icy. (5) Cmt ot ~m~:ndin~ the maway if iasuflktent ~ ~ ~ r~main ~s a rumll of dis]flach~ the thresl~ld. *1~ne e~wimm~l public ~'~pm (6) C:mt and ftm~bm~y of mi visual and ele~tmnic approaca ~. such aa threalmld Ugbu~ mua] mppm alope iadlcamr, n,~w.y end i~*ndficallon U~hl~, h~cnll~. ~ ~ (~ p~ a~~g~tof~~ (xsm)), a~ u~g ~ ~ ~ CO F=gect of the tlm:abold eAmng~ on m abatemcnL 101 AC 150/53~0-13 Appendix 2 a_ For Apvmach End of Rmmavs ~ to Ser~ Small Aiq~tanes With Apt~)a~ Sr,.,-~. Less (2) In the plan view, the centerlme of this sm-lace extends 3,000 fe~t (g00 m) along the e~tendcd runway cem~rlinc. This sun~ce ~xtends laterally FaO ~ (18 m) on each sid~ of th~ cgmerli~e at O~ thr~ahold and inere:~t in width to 150 (45 m) at a point 500 fe~t (150 m) from the tltt~ltoid; the~e~t~r, it otlen~ lmt~'l~ly 1.~) fe~t (45 tn) on e~ch ai~ of the c~nmrline. (See ~ A2-1 and A2-2.) (2) In the plan ,Amy, the oentefllne of this surf~ ext~ds 5,000 fern (1 530 m) along the extended runway oenterKne. This sauface ea~-nds laterally 125 leer (38 m) on each side of the ceat~line at I.~ threshold and im:~t~'~*q~ in width to 3~4) f~ (110 m) at a poInt 2,250 ~ (690 m) from the t~old; tbereaf~-, it esl~nds laterally 350 feed (I10 m) aa ea~ sid~ of the c~nterUne. (See figures A2.1 and A2-2.) c_ For A~omach End of Run~r~ Info,liaR STOL Runways, ~ [o Ser~ I,,arte AJrplane~ (1) No o~]e~ should pene~t~m a surfa~ that sram at the tlu~hold and m the eteration of tbc rummy ceaterflee at *he threshold and slope opward 'om the tluesbold at a slope 20 (horizontal) to 102 9/29/89 (2) In the plan vi¢~, the cente, rUne of this surface extends 10,000 fe_~A O 0{30 m) along the cxlended ruflwuy ceflterUn~. This surfa~ c~tcu~s laterally 2~0 feel (60 m) on each $Jd~ of the c~ntcrUnc at the threshold and inca'eases In width to 500 feet (150 m) at a point 1,500 foci (450 m) from tile ~M; thereafter, it extends laterally 500 feet (150 m) on each side of th~ ccnterUx~_ (Sc~ figures .~.-1 and d_ For Approach End of Rauw~yS, E~c~t STOL Runu~. ~ to ~,m~mmodatc Imtrum~t Approaches Havinle VblbilRY l~flnimums ~ Tlmu 1 (1) No object should penetrate a surface that star~ 2~0 feet (60 m) out flora the thr~bold and al the. ~fio~ of file ramray c~lter[h~ at th~ tlu'eshold and slopes Ul~ard'from t~ starting poInt at a slope of 20 (horizontal) to 1 (vertic~). bt'rally 500 fi:et (150 m) on e~ch ~ of the o~ut~rlin¢ at tl~ stattl~ point ~ud inc~e~ses in ~ ~ ~ (~m) at ~ ~r e~ ~ s~ (~ fi~ ~-I aud ~-~) (3) tf thc In.~xxn~nt procedure un'li~.s an offset Io~li~et wRh an angl~ of 5 degrces or ~ the ccnten:d ulMn ~ fi~ a~ ~e ~ ~ ~t~ ~ fl~ ~-3.) e. ~'or Ap~ach End of Ruewura. Except STOL R~,t,v~v~. Ex'~ed ~o Ao~ommodam ]bl~nrument Appr0acl~ H~,ine Vl~bJlit'v lv~rdmums ~ Thnn (1) NO object Slx:mid penetra ~ a a u..'.-,'~ that sram 200 f4~ (60m) out from tl~ tlu~hoM and at the eteva~on of the runway ceategline at the thr~hoM and sl~es ul~rard from the ~ pofnt at a slope of 34 ~nMI) to I (vc~tical). (2) In the pi. an vl~,w, the ,','ntefline of this surface extends lO, O00 fc~ 0 (~0 m) along th~ cxtendod rnn~ay ce~lgfline. ~ $uffac~ c~ lat~nlly 500 feet (150 m) on ~ side of the oem~rline at the sUming point and increas~ in width to 2,000 fe~t (600 m) at the far cud of ~ls surfao~ (S~e figures A2-t and A2-Cr) 9~ (3) If ~e in~trumen~ approach pn~:oflur¢ utilizes an off. s~t Ioc:tliz~r with an ~ an~e of :3 cle~rees or I~s, ~he above surface is c~nle~d upon th~ final apl~m~ach cou~ rather tl~ e~:Umded runway c~.~terlJne. (5oe Ii.re A2-3_) £ For Apvmach End of Runw~v~ Ezpe~od w ~x~mmoda~ Ca~e~m~ [I Awroach Minimums. Crlu~ia are se~ fi~rth In AC 120-29. g. For STDL Runways. Criteria ate set forth in Appeadix 4. MIS STOL Proc~ures. of OnJ~r 82d030 and the prec~ing paragnp~ AC 150~5~00. L~ 103, A B C D E ~toach end oE ;'~r~ay8 ex~ecthd 0 80 150 500 2,500 bo serve m~aLl air-pLatina ~ith (18) (45) (150) (750) aE~goach speeds 1,,ss than 50 knots. A~oach end o[ runways, ir~ludi~ STOC runways, e~e¢~d to serv~ mil airplanes ~t~h approach s~eeds of 50 hnots o~ more. 0 125 350 2,250 2,750 20:1 (38) (110) (690) (840) 0 200 560 1,500 8,500 20:1 (60} (lS0J (450) (2 550) end oF ruMys, e~:ept 200 500 2,000 zuMya, tmvin9 vts[b£li~y (60) ([SO) (600) (3 0 20:1 · 4~£oach end o~ ruM:Es, em:~pt 200 500 2,~0 10,000 $T~ tureea~s, havin9 visibility (60) (1~0) (600) (3 000) miuLmuBs lo~ ~an 3/4 m~le. 0 34:1 f. A~opro~:h rUMy er~s hav~ '~e cribe£La &re s~t ~o~th J~ ~ 120-29. ~e crlteri~ are Mt £ogtb in appendix 4 o~ O~dar 8260.30. The letters are keyed to th~se sho~n on figures A2-2 an~ ~2-3. AC LS0P53(~ 13 ~,~ppe,,~ 2 DISPLACEMENT NOT NECESSARY ~RUN~AT END ~ FIXED O~ CT DISPLACEO /T~[SHOLD DISPLACEMENT NEGE$$ARY 9~ AC 150?53~0-13 Apl~lclix 2 NOT DtSPLiCEM[NT k[(;EsSARY FAA ADVISORY CICULAR 150/5340-1H STANDARDS FOR AIRPORT MARKINGS S Department Transportation Ferteral AviaUon AdminisD-allon Advisory Circular Subject: Change 1 to Advisory Circular (AC) 150/534C~1H, Date: 12/100 AC No: 150/5340 IH STANDARDS FOR AIRPORT MARKINGS Initiated by: AAS-310 Change: I 1. PURPOSE. Advisory Circular (AC) 150/5340-1H, STANDARDS FOR ~RT MARKINGS. has been revised to increase the size of various holding posihon markings to tmpmve conspicuity and, thereby, reduce surface incidents including nmway incursions This proposed change is based on input gathered from the mdttstry and government officials a~tending the Runway Safety National Summit on June 26th. 2009, and the Regional Runway Safety Workshops held in each of Federal Aviation Administration's nme regions, Other minor changes also are included to clarify existing standards for outlining markings in black, non- movement boundary markings, and surface painted holding position and direction signs. The figures associated with these standards have been revised. 2 PRINCIPAL CHANGES. Except for minor changes involving punctuation, spelling and ga-ammar, all changes are marked with a vertical line in the left margin of each column. The following principal changes have been made: a. Paragraph 4, VISIBILITY OF MARKINGS, has been revised to clarify the markings that mast be outlined with a black border An Appendix 2 has been added to illustrale the acceptable layout of vanoas markings outlined m black. Paragraph 7.c.. RUNWAY DESIGNATION MARKING - COLOR, has been revised to encourage the use o fa black border to increase viaibihty of runway designation marking~ on light colored pavements d_ Paragraph 23 ~d., RUNWAY HOLDING POSITION MARKINGS ON TAX1WAYS - CHAKACTERISTICS, has been revised 1o increase the dimensions of the nmway holding position marking and to specify conditions when an airport operator may maintain such markings to the cun-ent standard. e Paragraph 24.d., HOLDING POSITION MARKINGS FOR INSTRUMENT LANDING SYSTEMIMICROWAVE LANDING SYSTEM (ILS/MLS) CRITICAL AREAS - CHARACTERISTICS, has been revised to increase the dhmensions of the ILS/MLS critical area holding position marking and to sp~ify conditions wlmn an airport operator may maintain such markings to the current standard. f. Paragraph 26.b.. SURFACE PAINTED HOLDING POSITION SIGNS - LOCATION Additional language clarifies location of surface painted holding positinn signs in relation to other surface painted signs. g. Paragraph 38.d., NON MOVEMENT AKEA BOUNDARY MARKING - CHAKACTE1L1STICS, ha5 been revised to provide standards for a taxiway centerline that intersects a non-movemeut area h Figure 10, MARKING DETAILS. has been revised to reflect changes to runway holding position markings and ILS/MLS critical area holding posinon markings i. Figure 13, SURFACE PAINTED SIGNS. has been replaced with a new diagram to show tl~e use of surface painted signs on wide expanses of pavements and at complicated intersechons j. Figure 17, GEOGKAPHIC POSITION MARKING has been revised to reflem correct orientatmn of this sign and color has been added to the taxiway hold line and centerline. AC 150/5340- l H, Change ! 9/25/00 PAGE CONTROL CHART Remove Pa~es _ Dated __ lnserlPages iii iv 8/31/99 ii/- iv 1 3 8/31/99 I 3 4 8/31/99 4 7-12 8/31/99 7 8-9 10 12 15-16 8/31/99 ]5 16 27-28 8/31/99 27 28 31-32 8/31/99 31 32 35-36 8/31/99 35 36 Appendix 2 14 Dated 12/I/00 12/1/00 8/31/99 12/1/00 8/31/99 12/I/00 8/31/99 12Yl/00 8/31/99 12/1/00 12/l/00 8/31/99 IZ/I/00 8/31/99 1~1/O0 DAVID L. BENNi~I'I Director of Airport Safety and Standards U.S. Departmenl o[ Transporlalion Federal Aviation Administration Advisory Circular Subject: STANDARDS FOR AIRPORT M~RKINGS Date: 8/31/99 AC No: 150/5340-1H Initiated by: AAS-300 Change: 1. PURPOSE_ Th/m advisory circular (AC) contains the Federal Aviatann Admmistration (FAA) standards for markings used on airporl runways, taxiways, and aprons 2 CANCELLATION. AC 150/5340-1G, SIandards For Airport Marlnngs, dated September 27, 1993, is canceled 3. EXPLANATION OF CHANGES. This AC incorporates gnidance and clamfications concerning marking standards that were previously distributed lhrough the: Sign and M~rking Supplement (SAMS) system_ The reqmrement for the use of glass beads for specific pavement markings has been added. When ainung point rnarkmgs need to be moved due to intersecting runways, there ts an option to place a note in the Airpon~Factlity Directory (A/FD) m lieu of displacing the thr~hold. In addition, new standards have been included for the following rnaxkings: a. surface painted gate identification signs, b. surface painted apron entrance point signs, c. ¢onvei'~g a runway Io a taxiway, d. intermittent use o[a t~xiway as a runway, e_ doubling the size of the holding position marking for both runway and taxiway holding positions, and non movement area boundary marking, and f. outlining in black markings on light colored pavement. 4. METRIC UNITS- To promote an orderly transition to meiric um~s, the text and figures include both English and melric dimensions. The mctxic conversions are based ~a operational significance and may not be exact equivalents The conversion procedure used throughout the AC applies the relationship of I foot equals 0.3 meter, except for a few instances where rounding was used in order for linear dimensions to sum correctly. Until there is an official changeover tr~ the metric system, the English dimensions should 5. APPLICATION. The FAA recorrancnds the gnidelmes and standards contained herein for the marking of airpoxt nmways, tardways, and a~rnns. These standards are the only method of enmplying with the marking of runways and taxiways at airports certificated trader Title 14 of the Code of Federal Regulations, Chapter I - FAA, DOT, part 139, Cm1~fication and Operations: Land AaP°~ts Serving Certain Air Carders (14 CFR part 139). These standards are also mandatory for airport projects receiving Federal funds under the Alcott Gram Assislance program ot funds received from the Passenger Facility Charge program These standards are lo be used on all new projects which are under development and are to be implemented at all part 139 certificated airpor~ no later than one year from the date of thcs AC. DAVID L. BENNETT Director, Office of Airport Safety and Standards 8/31/99 AC 150/5340 IH CONTENTS CHAPTER 1_ MARKINGS FOR PAVED RUNWAYS AND TAXIWAYS ..................... 1 SECTION 1_ GENERAl ................................................................................................................... 1_ PUKPOSE ....................................................................................................................................... 1 2- I)EFINITIONS ............................................................................................................................. 1 3- MARKING PRACTICES ............................................................................................................. 1 4. VISIBILITY OF MARKINGS ....................................................................................................... 1 SECTION 2. RUNWAY MARKINGS ................................................................................................. 2 5. APPLICATION ................................................................................................................................ 2 6. RUNWAY MARKING PRECEDENCE ........................................................................................ 3 7. RUNWAY DESIGNATION MARKING .......................................................................................... 3 8. RUNWAY CENTERLINE MARKING ........................................................................................... 4 9. RUNWAY THRESHOLD MARKING ........................................................................................... 4 10. RUNWAY AIMING POINT MARKING ........................................................................................ 5 II. RUNn~VAY TOUCHDOWN ZONE MARKING ............................................................................ 6 12. RUNWAY SIDE STRIPE MARKING ......................................................................................... 6 13. RUNWAY THRESHOLD BAR ...................................................................................................... 6 14- DEMARCATION BAR .................................................................................................................. 6 15. ARROWS AND ARROWHEADS .................................................................................................. 7 16. CHEVRONS ............................................................................................................................... 7 17. HOLDING POSITION MARKINGS ON RUI~VAYS ................................................................ 7 18. RUNWAY SHOULDER MARKINGS ....................................................................................... Ii 19. RESERVED .............................................................................................................................. SECTION 3. TAXIWAY MARKINGS ............................................................................................... 9 20. APPLICATION ............................................................................................................................. 9 21. TAXIWAY CENTERLINE MARKINGS .................................................................................. 9 22- TAXI~VAY EDGE MARKING ................................................................................................ 9 23. RUN~VAY HOLDING POSITION MAKKLNGS ON TAX]~'AYS ............................................. 10 24. HOLDING POSITION MARKINGS FOR INSTRUMI~NT LANDING SYSTEM/MICROWAVE LANDING SYSTEM ([LS/MLS) CRITICAL AREAS ................................................ 11 25. I]~TERMEDIATE HOLDING POSITION MARKINGS FOR TAXIWAYfFAXI~VAY INTERSECTIONS ............................................................................................................... 11 26- SURFACE PAINTED HOLDING POSITION SIGNS ................................................. 11 27. SURFACE PAINTED TAX/VVAY DIRECTION SIGNS ................................................... 1 :. 28_ SURFACE PAINTED TAXIWAY LOCATION SIGNS ......................................................... 13 29. SURFACE PAINTED GATE IDENTIFICATION SIGNS ........................................................ 13 30. SURFACE PAENTED APRON ENTRANCE I~OINT SIGNS ...................................................... 13 31. TAXIWAY SHOULDER MARKINGS .................................................... 14 3:'. GEOGRAPHIC POSITION MAR.KINGS ............................................................................. 14 33. RESERVED .................................................................................................................... 15 34. RESERVED ................................................................................................................... SECTION 4. OTHER MARKINGS ............................................................................................. 35. APPLICATION ................................................................................................................. 15 36_ VEHICLE ROADWAY MARKINGS .................................................................................... 15 37. VOR RECEIVER CHECKPOINT MARKINGS ................................................................... 16 38. NON-MOVEMENT AREA BOUNDARY MARKING ........................................................... 16 39. MA.RKI~G OF TEMPORARILY RELOCATED THRESHOLDS .......................................... 16 40. MARKING AND LIGHTING OF PERMANENTLY CLOSED R~AYS AND TAXINVAYS .. 17 41. TEMI~ORAR/LY CLOSED RUNWAYS AND TAXIWAYS ............................................... 17 42. CONVERTING A RUNV~AY TO A TAXI~VAY .............................................................. 17 43. INTERMITTENT USE OF A TAXIWAY AS A RUN'WAY ............................................. 17 44_ CLOSED/ABANDONED AIRPORTS ......................................................................... 18 45. HELH'ORT MARKING .................................................................................................. 18 46. VERTIPORT MARKING ............................................................................................. 18 iii AC 150/5340-1H, Change I 12/1/00 47- MARKING FOR ARRESTING GEAR ............................................................................................. 18 48. HAZARDOUS AREAS .................................................................................................................... 18 CHAPTER 2_ (RESERVED) MARKINGS FOR I,ARGE AIRCRAF'F PARKING POSITIONS ................................................................................................. 18 CHAPTER 3. (RESERVED) MARKINGS FOR UNPAVED RUNWAYS FIGURES._18 Figure 1. Figure 2_ Figure 3. Figure 4. Figure 5. Figure 6. Flgure 7. F~mr e 8. Figure 9- Figure 10. Figure 11. Figure 12_ Figure 13. Figm-e 14. Figure 15. Figure 16. Figure 17_ Figure 18_ Figure 19. Figure :20. FIGURES Precision runway markings ........................................................................................... 19 Nonpredsion runway and visual runway markings ........................................................ 2.0 Example of conllicting markings on crossing runways ................................................... 21 Runway designation numerals and letters ..................................................................... 2-2 Displaced threshold markings ....................................................................................... 23 Markings for tazlway aligned with runway ................................................................... 24 Markings for blast pads and stopways ...................................................................... '~5 Marking for blast pad or stopway or taziway preceding a displaced threshold ............... 26 Runway shoulder markings ........................................................................................... :27 Marking details .............................................................................................................. 28 Taxiway markings ......................................................................................................... 29 Taxlway centerline marking methods ............................................................................. 30 Surface painted signs ............................................................................................... 31 Surface painted gate Identification signs ...................................................................... 32 Surface painted apron entrance point signs .............................................................. 33 Ta~Jway shoulder markings ....................................................................................... 34 Ge~raphic position markings ...................................................................................... 35 Vehicle roadway markings .............................................................................................. 36 VOR receiver checkpoint markings ........................................................................... 37 Closed runway and taxlway markings ........................................................................ 38 APPENDIX 1. INSCRIPTIONS FOR SIGNS AND GEOGRAPHIC POSITION MARKINGS (5 PAGES) Figure A-1. Pavement markings ABCDEFGH ........................................................................ 1 Figure A-2. Pavement markings 1JKLMiNOP ................................................. 2 l~gure A-3. Pavement markings Q~ .............................................................................. 3 lr~gure A4. Pavement markings YZ123456 ................................................................................ 4 F'tgsu'e A-5. Pavement markings 7890 ...................................................................................... 5 APPENDIX 2. EXAM'PI.F.q OF MARKINGS OUTLINED IN BLACK Figure B-1. Figure B-2. l~ gure B-3. Figure 1~6. Figure B-7. Figure 11-8. Runway holding position marking ...................................................................... 1 1LS/MLS holding imsltion marking ..................................................................... 1 Continuous taxiway edge line marking ................................................................. 2 D~hed railway edge line marking ........................................................................... 2 Alternate o~Jtiining method for dx~hed taziway eOge line marking ........................... 2 Taxiway centerllne marking .................................................................................. 3 Ta~way/taziway holding position marking ............................................................ 3 Non-movement area boundary area marking .......................................................... 3 TABLES Table 1. Runway marlfing elements ................................................................................ 3 Table 2. Threshold s~'ipos required for Contignratlon B ....................................................... 5 Table 3. Pairs of TDZ markings required when Installed on both runway ends ............................ 6 Table 4_ Location of hobling position markingx for runway/runway and runway/taxJway intersections ........................................................................................................... 8 Table 5. Perpendicular distances for ~xiway intersection markings from centectiue of crossing taxiway .................................................................................................. 12 12/1/0{) AC 150/5340-1H, Change I CHAPTER i. MARKINGS FOR PAVED RUNWAYS AND TAXIWAYS. SECTION 1. GENERAL_ 1. PURPOSE. This chapter provides the standards for markings used on paved areas (runways, taxiways, aprons, and roadways) on airports Markings for large aircraft parking positions and markings for unpaved runways will be addressed at a future date in Chapters 2 and 3 respectively. 2. DEFINITIONS_ The following defmitions apply to terms used in this AC: a. Displaced Threshold. A threshold that is localed at a point on the runway other than the designated beginning of the nmway. b_ GPS Runway. A runway having a precision or nonprec~sion approach procedure uffiizing GPS navigational guidance and vertical guidance benefit of increasing lhe fnction coefficient of the marking surface. Glass beads or silica sand are required when durable mark/ngs (epoxy based and methacrylic based paints) are us.ed Thec~e paints are usually applied at 18 - 30 mils in dry thickness. b. Striated Markings. Striated markangs, which may be used in areas subject to fi-ost heave, consksl of painted stripes 4 inches (10 cm) to 8 roches (20 em) in width separated by unpainted stripes. The width of the unpainted stripe may not exceed the width of the painted stripe. The predetermined width of the painted and unpainted ahlpas must be the same throughout the specific marking. A painted stzipe is to begin and end the width of the markings Since sthated markings have a reduced visthility, more frequem maintenance is required to provide an acceplable marking system. Striated marldngs are nol used on Category II and Category III procisinn runways. c. Nonpr~lslon Runway. A runway having an existing insmunent eppmach procedure utilizing air navigation facilifie~ with ordy horizontal guidance for which a straight-in or side- step nonprecision approach procedure has been approved. d. Precision Runway_ A runway having an existing insiru.ment approach procedun: utthzmg air naviganon facilities with both horizontal and vertical guidance for which a prectsion eppmach procedure has been approved. e. Runway Threshold. The beginning of the runway that is available for landing. f- Visual Runway- A runway having no straight-in instnunent approach procedure. 3_ MARKING PRACTICES. The following adcln::sses some common prac~ces used in airport marking. c_ Temporary Marking~ In selextmg a material for temporary markings, consider the difficulty of removing the marking when it is no longer needed. In this rega~l, some success has been realized by using water-based paint. Slriated markings may also be used for temporary markings except for those used to denote a closed pavement or Categow 11 and Category Ill runways. d_ Removal of Markings Physically remove paveimmt markings that are no longer needed by sand blasting, chemical removal or other means, n_p3 by painting over them_ Painting over the old markings merely preserves the old marking, will require additional maintenance, and in certain conditions, can be ImSleading to pilots. 4_ VISIBILITY OF MARKI._NGS. Markings that cannot be seen by pilots a~l others operating on marked surface~ axe useless. The following actions a~ intended to increase the visthility o£ markings at auports. a_ lncranslng the Friction Coeflkient. The friction coefficient of the marking surface can be incma.s~d by spreading silica sand on the marked surface nnmediately after painting Use of glass beads m the marking materials also has the side a. Increasing Visibility. The following two techniques have be~:n successfully used to enhance markings. Use these two techniques in conjunction with each other, unless otherwise spe~fied in this chapter. At 150/5340 1tl, Change 1 (1) The contrast of a marking on light colored pavements can be increased by outlining all edges of the ma~kmg with a black border that is 6 inches (1Scm) or greater in width. All holding position markings (as specified in Parag~phs 17, 23, 24, and 25) and non-movement area boundary markings (as specified in Paragraph 38) located on concrete pavement surfaces and light colored pavements are to be outlined with a black border. Outlining all olber ma~kings ou such surfaces is strongly recommended, particularly for taxiway centerlmes. Appendix 2 conmias ilinsttations of the acceptable layout for vunous markings outlilg~d in black. (2) Glass be. ads are an eft<five means of highlighting pavement markings for operations occurring at night, during low visibility conditions, or during periods when the pavement surface may be weL Glass beads should not be used m black paint. b. Markings Rtnlairing Glass Beads. Glass beads are required for the following permanent pavement markangs: (I) All runway and taxi'e/ay holding position markings. (2) Runway threshold marking. O) Runway threshold bar. 1211100 (4) Runway aiming point marking. (S) Runway designation nu~kmg (6) Runway touchdown zone markings. (7) Runway centerline marking. (8) Taxiway center[ine marking. (9) Geographical posit~on markang. (10) Surface painted sign~ (I 1) Non-movement area boundary markings. c. Markings Recommended for Glass Beads. Glass beads are recommended for the following permanent pavement markings: (1) Runway side stripes, (2) Taxiway edge markings, (3) Displa~ed threshold markings, and (4) Demarcation bar. d_ Glass Beads Spm:ifications. The glass beads used for the above applications should mee~ the specifications found in AC 150/5370-10A. SECTION 2. RUNWAY MARKINGS 5. APPLICATION. Table I idea/dries the marking elements for each type of runway as shown ia Figures I and 2. The two ends of a runway having different al:~oaeh categories, i.e., vtsual vs. nonlneeismn, may have different markings. The mas'kings on a nmway may be upg~ded to include elea~ents that are not requh'ed. For example, side stripes, touchdown zone markings, etc., could be installed on a visual runway. Ifa runway has a displaced threshold, blast pad, stopway, or wide shoulders, additional marking elements may be necessary. A/I elements should bo of a com:sponding size. For example, a 75-foot wide runway requires fewer threshold stripes and aiming point markings that ate i~oportin~l to thc runway width; howev~, t.he runway centerline v. ddth should ~emain at the minimum v, qclth for the runway category, e.g., v~ual nmway - 12 inches. IZ/I/00 AC I50/5340 IH, Change I TABLE 1. RUNWAY MARKING ELEMENTS. Marking element Visual runway Nonprecision nmway / Precision runway / ........ GPS Nonprec~sion GPS Precision Designation (par 7) X X X Centerlthe (par. 8) X X X Threshold marking (par. 9) X~ X X Atrmng point (par. 10) X~ X2 X Touchdown zone (pax. 11) X Side stripes (par. 12) XJ X~ X Only requu-ed on n.mways used, or intended to be used, by international commercial ffansi:~rt aircraft. On runways 4,000 feet ( 1200 m) o" longer used by jet aircral~ Used when the full pavement width may not be available as a ranway. 6. RUNWAY MARKING PRECEDENCE. Where runways intersect, the markings on thc runway of the higher precedence continue flu-ough thc intersec0on, while the raarkings of the runway of the lower precedence are interrupted except that the ranway tlmxshold markiag~ designation marking, a/ming point marking and touchdown zone markings arc moved along [he lower precedence nmway to avoid the intersection area. Whe.~ aiming point markings need to ho moved more than 200 feet (60 m), the Ilueshold will have to be displaced or repositioned to relaia the distance between the threshold to the aim/ng point marking (see Fign~3 for an example). The distance between the threshold and aiming point markings must b~ at least 1,000 feet Whenever the distance between the thr~hold and aiming point markings is 1,200 feet or more, an atrpOrt operator may place a note in the Ailpot~TFacilily Di~clncy (A/FD) which provide~ the chstanc¢ that exists between thc thn~old and the aiming point markings. An airport with "closed V" intersections ~xtuires shi~.ng the ranway designation marking down the runway due to Ixecedenee of the intersecting runways. In tiffs case, slarl at the inside comer of the intcrsec~on and perpendicular to the runway ¢cnterline, then move 20 feet down-runway from this baseline to locate the numeral position. For an intersection of nmways of the same precedence offi. er, the pneferred runway (lowest approach minimums or most often used) is considered to be of a higher precedence order. For marking purposes, the order of precedence, in descending order, is as follows: a. Precision runway, Category IlL b. Precision runway. Categoryll. c. Precision nmway, Calngory I. d. Nonprecision runway. e_ Visual runway. 7. RUNWAY DESIGNATION MARKING. a. Purpose. A runway designation marking identifies a runway by its magnetic azimuth b. Location. Runway designation markings, as shown in Figures I and 2, ate located on ~ach end ofa nmway. c_ Color. Runway designation markings are white. 1! is particularly helpful to pilots if these markings are outhned in black on light colored pavements (.s~ paragsaph 4(aXI)) d. Characteristics. A nmway designation marking conststs of a numar and, on parallel ranways, is supplernented wtth a lei~ter. A stogie- digit runway designa~on number ts not preceded by a zero. On a single runway, dual parallel runways and lriple parallel runways, the designation number is the whole number nearest AC 150/5340 IH one-tenth of the magnctic azimuth when viewed flora Ihe direction of approach. For example, where the magnetic azimuth is 183 degrees, the runway designation marking w(>uld be 181 and for a magnetm aznnuth of 87 degrees, the runway designation rnarking would be 9. For a magnetic ~imuth ending in the number "5," such as 185 degrees, the runway d~ignation marking can be either 18 or 19. On fou~ or more pm'allei runways, one set of adjacent runways is numbered to the nearest one-tenth of the magnetic azimuth and the other set of adjacent runways is numbered to the next nearest one-tenth of the magnetic azimuth. (1) Parallel Runways. In the case of parallel runways, each runway designation number is supplemented by a letler, in the order sho'oen from left to right when viewed from the direclion of approack, as shown in the following examples: (a) For two parallel runways having a magnetic azimuth of 182 degrees, thc nmways would bt designated "lgL, (b) For three parallel runways having a nmg~etic azimuth of 87 degrees, the runways would be designated "9L," ~9C," "9R?' (c) For four parallel runways having a magnetic azimuth of 324 degrees, tl~ runways would be designated "32L' "32R,' "33L," "33R" (d) For five parallel runways having a magnetic azimuth of 138 degrees, the runways would be designated "13L," "131L,' "14L," "14C,' "14R." (e) For six parallel runways having a magnetic ammuth of 83 degrees, the mnway~ would be desigrmted "SL,' "8C,' ~SR.' "PL," '9C," "9IL' (0 For seven parallet runways haVmg a magnettc azimuth of 85 degrees, the nmways would be designated "SL", "8C", "8R". "gL", '~/C", "9R', "10". (2) Them are some cases where parallel runway designation may not he ap~rupriate because of possthle pilot confusion with the runway surface or the distance between landing th~holds. For example a turf run',~ray or a visual nmway which are paval~l to a iaig~aor p'me~ence nm~ay and have a distance beiwoen the landing thresholds may have a 8/31/99 different runway designation, specially if the paved runway has a paved pat-allel taxiway. (3) The size and spacing of the numbers and letters ~re reduced only when necessary due m space limi~anons on narrow runways, and should be no closer than 2 feet from the runway edge or s/de strips if present. The numbers and letlers are in the form and proporlion shown m Figure 4. 8. RUNWAY CENTERLINE MARKING. a Purpose. The runway centerhne marking identifies the physical center of the nmway and provides alignmenl guidance during takeoff and landing operations. b. Location. A runway c~nteriine marking is located along thc centcrlinc of thc runway between the runway designation markings_ c. Color. Runway ccnterline markings ~ while. d. Characlerlslics. A runway centcrlme marking consists of a line of umformly spin:nd stripes and gaps The stripes ~ 120 feet (36 m) m length, and the gaps are 80 feet (24 m) in lcnglh. Adjtts'a~enCs to the length of the stripes and gaps, where necessary to accommodate th~ nmway langth, are made near the rtmway midDomL The minimum width of the s~pes is 36 inches (90 em) for p~ecksion runways, 18 inchea (45 em) for nonlx~c/sinn nmways and 12 roches (30 em) for visual ruaways. Centerlme widths a~ not to be deerea.stx:l even if all other marking s~zes are pmp,cm:ioned narmwar because of nmway width. 9. RUNWAY THRESHOLD MARKING. a. Purpos~ A tim.,hold marking identifies the beginning of the runway that ks available for landing. b. Loealtom The runway threshold maflangs s~arl 20 feet fium the nmway threshold. This dimension may be increased to 30 feet ~ the runway thn~uld when a thn~,hold hat is present_ However, if a threshold bar is ndded after nm',~ay threshold maflong is already present, it is acceptable for the threshold marking to be located 20 feet from the threshold to preclude shifting the runway markings by 10 feet Color. Threshold markings are white. 4 8131/99 d- Charatterislics. The thr~slmld rmarkings may have either oftbe characteristics in (1) or (2) below, but after Januar~ 1, 20~8, only those characteristics in (2) will be acceptable. (1) Configuration A_ The runway threshold marking consists of eight longitudinal stripes of unifom~ dimensions spaced symme~cally about the runway centefline as shown in Figure 1. The stopes are 150 feet (45 m) long and 12 feet (3.6 m) wide and spaced 3 feet (l m) ap,afl, except for the center space, which is 16 feel (4.1t m). For ranways less than 150 feet (45 m) in width, the length of the markings is not changed, but the voclth of the markings, spaces between markings and distance of markings From the runway edge are changed proportionally. For AC 150/5340-1H runways greater than 150 feet (45m) in width, the width of the markings and spaces between the markings may be increased proportionally or addilional stripes may be added to both sides (7.) Configuration B_ For this configuration, the number of stripes required is related to the runway width as indicated in Table 2. The stripes are 150 feet (45 m) long and 5.75 feet (1.75 m) wide and spaced 5.75 feet (1 75 m) apart except the center space is ll.5 feet (3.5 m) as shown in Figure 1. The outboard edges of the outboard stripes extend laterally to within 10 feet (3 m) of the edge of a runway or to a distance of 92 feet (27 m) on either side of a runway ceatedine, whichever re-suits in the smaller lateral dislance. TABLE 2. THRESHOLD STRIPES REQUIRED FOR CONFIGURATION Rtmway width Numbea- of slrii:~s 60 feet (18 m) 4 75 fe~t (23 m) 6 100 f~t (30 m) 8 150 f~t (45 m) 12 200 feet (60 m) 16 10. RUN~AY AIMING POINT MARKING. a. Pm'ImSe. An aiming pomt marking scrves as a 'SrLmal atoning point for landing opemnons b_ Location. The prefc-rred beginning of the aiming point marking starts 1,020 feet (306m) from the threshold. However, a tolerance of phis or minus 200 feet (60 m) is alinwed when it is neceesa~ to move the aiming point marking to avoid a runway intersection (see paragraph 5). This adjuslmcnt may result in a change in threshold crossing heights for approaching aircraft. Runway approach aids such as Precision Approach Path Indicators (PAPI), Visual Approach Slope Indicators (VASI), and other aids may no longer have compatible threshold crossing heights when aiming point markings are changed. Adjust approach aids as necessary in conjunction wath a change in aimm8 pome markings to maintain compatible threshold crossing heights c. Color. Aiming point markings are white. d. Characteristics. An aiming point marking consists of two rectangular mark-in~, 150 feet (45 m) in length, located symmetrically on each side of the nmway cc-me'~tme as shown in Figure I The wiclth of each marking is 30 feet (10 m) for a runway width of 150 feet (45 m) of ~eater. The lateral spacing betwee-a the inner sides of the markings is 72 feet (22 m) for a runway wichh of 150 fe~t (45 m) or greater. For ranway widths less th~. 150 feet (45 m), the width of the markings, and the lateral space between markings, is dec-xeased in proportion to the decrease in runway width, but the l~gths remain the same. Whe~ touchdown ~one markings are provided, the lateral spacing between the markings should be d~ same as that of the aiming point markings. AC 150/5340 IH 1 I. RUNWAY TOUCHDOWN ZONE MARKING_ a. Purpose. Touchdown zone makings identify the touchdovca zone for llmding operations mid are coded to provide distance information. b. Em:etlon. Fouchdown zone markings consist of groups of one, two, and three rectangular bars symmetrically arranged in pairs about the runway centerline a.s shown tn Figure I c. Color. Touchdown zone markmgs are white 8/31/99 d. Characteristics. For runways less than 150 feet (45m) wide, the markings and spaces are reduced proportionally, but the lengths remain the same For runways having touchdown zone ma~kings on both ends, those pai~ of markmgs, which extend withe 900 feet (270 m) of the runway midpoint are eliminated. No touchdown zone markings are elLminated where installed on only one end of the runway. Table 3 lists the touchdown zone markJngs requLred when installed on both runway ends On shorter runways where one or more pairs of touchdown zone markings will be eliminated, it is reconamer'~led that touchdown zone markmgs be installed on the precision end only, so a dali set will be available for precision instrm'nent landings. TABLE 3. PAIRS OF TDZ MARKINGS REQUIRED WHEN INSTALLED ON BOTH RUN%VAY ENDS_ Runway length 7990 feet (2436 m) or greater 6990 feed (2130 m) to 7989 feel (2435 m) 5990 feet (1826 m) to 6989 feet (2129 m) 4990 feet (1521 m) to 5989 feet (1825m) Markmgs on each end Full set of markings Le.,s.s one pair of marlongs Less two pairs of markings Less three pairs of markings 12. RUNt,VAY SIDE STRIPE MARKING. a. Purpose. Runway side strip~ provide a visual conlraxt between the runway and the sq. Lrrotmdlng terram and delineate thc width of the paved ar~a that is mtended to be used as a runway. b. Location. Runway side stripes are part of the usable newsy, are located on thc runway and consist of continuous stripes located along each side. The maxm'mm distance between the outer edges of the stripes is 200 f~el (60m). c. Color. Runway side stripe markings are white. d. Character~stics. The stripes have a minimum width of 36 inches (90 em) for runways 100 fgct (30 m) or wider and at leasl 18 inches (45 eel) on other runways. The slripes extend to the end of displaced threshold areas, which are used for hakeoffs or rollouls. 13. RUNWAY THRESHOLD BAR. a. Purpose. A thr~hold bar delineates the begirming of the runway that is available for landing when there is pavem~t aligned with the runway on the approach side of the threshold. b_ Location. A Ihreshold bar is located on the landing runway at the threshold as shourn m Figure 5. The threshold bar is part of the usable runway for landing. c. Color_ A ttueshold haw is white. d. Characteristics. A threshold bar is 10 feet (3 m) m width and extends across the width of the runway. The runway threshold markings start 20 feet from I1~ nmway threshold. 14. DEMARCATION BAR. a. Purpo~. A demarcation bar delineates a runway with a displaced threshold from a blast pad, slopway or taxiway that precedes the runway. 12/I/00 b. Location. The demarcation bar is located on the blasl pad, slopway or taxiway at the point of intersect/on with the runway. However, the demarcation bar is not part of the usable ranway as showwt m Figme 8. c. Color. A demarcation bar is yellow. d, Characteristics_ A demarcation bar is 3 feet (i m) wide and extends across the w~dth of the blast pad, stopway or laxiway. 15- ARROWS AND ARROWHEADS. a. Purpose_ Arrows are used Io identify a displaced threshold area and are useful for centerline guidance for takeoffs and/or mllouts. Arrowheads are used in conjunction with a threshold bar to further highlight the beginning of a runway where the use of chevrons is not approprmte. b. Location_ Where a runway threshold is permanently displaced, arrows and arrowheads are provided in the portion of the runway before the dk~placed threshold (see Figures 5 and 8). Where the pavement area preceding a runway is used as a taxiway, arrowheads are promded prior to the threshold bar (see Figure 6). c. Color. Arrows and arrowheads used in a displaced tl~-shold area are white. A~rmwheads used on a taxiway prior to a runway threshold are yellow. d. Characteristics. Dimensions and spacing of arrows and arrowheads are as shown m Figun~ 5 and 6, respo:nvely 16. CI~EVRONS. a. Purpose. Chevrons are used to identify paw'ment areas unusable for landing, takeoff, and taxiing. b. Location. Chevrons are located on pavement areas that are ahgued with and contiguous to the runway as shown in Figun~ 7 and 8, respectively c. Color. Chevrons are yellow. d. Characterlslies. Dimensions and spacing of chewons are shown in Figure 7. AC 150/53404H, Change I 17. HOLDING POSITION MARKINGS ON RUNWAYS. a, Purpose_ Fhese markings are installed on a runway where an aircraft is to stop when the runway is normally used as a taxiway or used for Land and Hold Short Operations (LAHSO) ns identified m a letter of agreement with the Air Traffic Control Tower (ATCT). A runway should he considered a.s normally used for taxiing if there is no parallel taxiway and no ATCT Otherwme, seek input from ATCT. b. Location, Holding position markings tbr ranway/ranway intersections are located in accordance with Table 4 for the mnst demanding aircraft using the runway. These markings are normally located in the lower precedence runway. Holding position markings for operat'ons involving "land and hold short of a taxiway" are also located in accordance with Table 4. Holding position markings for operations involving 'land and hold short of a predetermined point or npproach/deparmre flightpath" are located at the predetermined hold-short point Moving the hold- short poLm away Rom the intersection does not necessitate redefining the type of land and hold short npention if an intervening tax. Away or nmway is presanL For example, a hold-short point v, qll he moved away fi~m a nmwaytmnway intersection just enough to allow both signs to be installed, clear of an intervening taxiway. The fact that the hold- short point is now prior to a taxiway does not necessitate conversion 0fthe operation to "land and hoM short of a taxiway." The signs would retain the nmway designations. If instead, ATCT and the airpo~l operator choose lo convert the operation to "land and hold short of a taxiway," the hold-short potat should be moved further back to meet the setback requirements ]~om the taxiway, as indicaled in Table 4. Also, any reduction to the minimum distances permitted m Table 4 must be coordinated with the regional Flight Standaffis Division and Airport Division_ c. Color_ Holding position markings on n.mways are yellow and are outlined in black on light colored pavements. d. Characteristics. These markings are identical to runway holthng position markings on taxiways descn'bed in Paragraph 23 and shown tn Figure 10. The solid lines of these markings are always on the side whore the aircraft is to hold. The markings are installed AC 1'~0/5340-1H perpenchcnlar to the runway centcrlme and interrupt all runway markings excepl for the rcmway designation marking In the loner case, the holding position markings and related signs shall be adjusled along the nmway so they do not interrupl 8/31/99 thc designatmn marking Markings should extend to thc full vodth of thc runway. Markings should nol extend onto ranway shoulders or ohio ~axiway fillets in the event ol- intervening mxiways. TABLE 4. LOCATION OF HOLDING POSITION MARKINGS FOR RUNM/AY/RUNWAY AND RU'NWAy,rl'AXIWAY INTERSECTIONS_ Aircraft approach category and (airplane design group) Perpendicular distance from runway centerline to inte~ecting taxiway/ranway centerline ia feet (rnetem)~ Visual / Nonprecision/ I GPS Nonprecision muway Precision/GPS precision runway A & B (1 & 11) m~all atrplanes only 125 (38) 175 (53) ^ & B (I, ti, & til) 200 (60) 250 (75) A & B (IV) 250 (75) 250 (75) C & D (I through IV) 250 (75) 250 (75) C & D {V a VI) 250 (75) 280 (85) ~ Increases for elevation above sea level am: a. Aircraft approach categories A and B (airplane design group Ill and IV). For precision runways, this distance is iucma.~d one foot for each 100 feet of airport ele'vafmu atove 6,01Xl [eel b. Alrcral~ approach category C (at. lane design group Ill and IV). For precision runways this dislanc, e is increased one foot f~ each 100 £e~t of afiport elevation above 3,200 feel c. Aircraft approach category C (Aflplane design group V). For all tylx:S ofnmways, this distance is increased one foot for e'ach 100 fee~ of airport elevation above sea level. d_ Aircraft approach category D (Auplane design groups I tln-ough VI). For all typ~ of runways, this distance is increased one foot for each 100 fe~t of airport elevation above sea level. z When a tan/way or runway m~ts a precision runway at an angle of less than 45 degrees, it is necessary to i~c~mse the distances in this column il'any part of the critical aircraft would ignetrat~ the obstacle fi~ zono (Soe AC 150/5300-13). 18. R~AY SHOUIJ}ER MARKINGS. a. Application. Runway shoulder markings are uso:l, when needed, as a supplement to nmway side stripes to u:lentffy pavemenl areas contiguous to the runway sid~ thai are not intended for use by aircraft. Ranway side stri[n:s are usually sufficient in defining the limits of usable paw:mc'nt Sbonlder markinEn am gentxally needed where pflo[s have eXlx:rienc~l l:n~oblems identifying the runway from the shoulder tbomby en~atmg a need to delineale the shoulaLw as tmu-~h!e pavement. b_ Location. Runway shoulder markings located beiween the runway side sffipes and the pavement edge as shown in Figure 9. c. Color. Runway shoulder markings are yellow. d_ Characteristics. Runway sboulde~ markings consist of stripes 3 feet (1 m) in width and spaced 100 f~t (30 m) aparl. The slxipes slart at the runway midpomt~ am slanted at an angle of 45 degtee~ to the nmway centexlme, and am oriented as shown in Figer~ 9. 19. RESERVED- 8/31/99 AC 150/5340-1H SECTION 3. TAXIWAY MARKINGS. 20_ APPLICATION. All taxiways should have cenlerline markings and runway holding posilion markings whenever they intersect a runway. Taxiway edge markings should be installed wherever there is a need to separate the taxiway from a pavement that is not inlended for aircraft use or to delineate ~e edge of thc taxiway that is not otherwise clearly visible. Instrument Landing System/Microwave Landing Syslem (ILS/MLS) critical are~ holding posilion markings, intermediate holding position markings where a taxiway~axiway intersect, and taxiway shoulder markings slmuld ho installed as appropriate. 21. TAXIWAY CENTERLINE MARKINGS_ a. Purpose. Taxiway eenterline markings provide a visual cue lo Penmt taxiing along a designated path. b. L~cafion. On a straight section of a taxiway, taxiway centerline markings are provided along the centerlme of the designated tax.iway. On a taft, way c~ve, the maxkings continue from the swaight portion of the taxiway at a con.stool distance fia)ro the outside edge of the taxiway. (1) At taxiway intersections where fillets do not meel the slandards of AC 150/5300-13, Airport Design, and judgmental oversteering is requfi'ed, the cente';line markings continue straight through the intersection as shown in Figaro Iga. Where adequate fillets exist as deiermined by tho most demanding air~afl, thc ccnterline markangs follow the laxiway CtLCVe, as sho'am in Figure 12b, tO pertmt cockpi~over~centerlm¢ steering. {2) At taxiway intersoztions with runway ends, the ta:~iwny ceuterline i~ terminated at the runway edge except that the following applies: (a) When~ there is a displaced threshold the ceoterlme continues into the displaced a~a of the nmway. (b) The taxiway centefline continues acruss the ~mway when it is a crossing route as designated by the lo~al Ai~ Traffic Facility. (3) On all other taxiways, the taxiway ceuterline marking curves onto the runway and extends parallel to the n.mway centerline marking for a distance of 200 feet (60 m) beyond the point of tangency or terminaling al the threshold bar, which ever is less and three feet fix~ the nmway ceutedine rneastt~d near edge to ~ edge, Sec Figure Il, detail A. This lead-in or lead-off line (the taxiway ceuterline) is interrupted for all nmway markings. (4) For taxi,ways crossing a runway, either straight across or offset and non'ma. By used as a taxi route, the taxiway centarline mmkmg may conUaue across the runway but is non'holly interrupted for any runway markings For low visibility ope~tions, when the runway vt~ual range is below 1200 feet (360 m), taxiway centerlme maxkings continue across all ranway markings with the exception of the runway designation matting. c. Color_ Taxiway centerline markings are yellow. d. Characteristics. A w~dth of 6 inches (15 cra) to 12 inches (30 cra) is acceptable for a taxiway ceutetline. However, the width selected must be tmiform for the entire length of the taxiway control system (SMGCS) route. The ceuterline is continuous in length except where it intersects a holdinE position marking (s~e Figu~ 10) or a nmway designation (see pacagt,,ph 19b(3)). Whe~ SMGCS route, ~ withh of the myaway centertme must be 12 inches (30 cna) wide and is outfix~ m black in fight colonM pavement. The centerline width of the remaining part ora taxiway that is not atma ofa SMGCS route can change abruptly at the inte~rsecfion with othe:-taxiway centerline markings, e.g. Rom 12 inches (30 em) to 6 mcbes (15 cra). 22. TAXIWAY EDGE MARKING_ a. Purl~se. Taxiway edge markings are used to delineate the edge of the taxiway. They are primarily used when the usable taxiway edge doe~ not correspond with the edge of the pavement. Two {3tl~S of lalal4cing~ are ttsed depending upon whether the aircra~ m supposed to Cl~SS the taxiway edge. The outer edge of the stripe defines the edge of the usable pavement. AC 150/5340-IH, Change I 1211/00 (I) Continuous Markings_ Continuous taxiway edge markings arc used to delineate the taxiway edge from the shoulder or some other contiguous paved surface not intended for use by aircraft (see Figure 10). When an operational need exists, the continuous taxiway edge marking may be used to delineate the edge oflhe taxiway fi.om a contiguous noopaved surface. Continuous taxiway edge markings are not to be used in situations where arm'raft: would be required to cross them (2) Dashed Markings. Dmhed taxiway edge mark/ngs iue used when there is an operational need lo define the edge of a taxiway ur taxilane on a paved surface where the pavement contiguous to the taxiway edge is intended for use by aircraft, eg, an apron (see Figure 10), Where contiguous to an apron, the markings shall be installed at a d/stance equal to one-half the taxiway width flora taxiway cnnterlme. Dashed edge stripes are not to be u~fl to provide wing t~p clearances for parked aircralt on an apron. See mxiway/taxiway hold line~ Par 25, or non-movement area boundary markings Par 38, as appropriate. b_ Location. TaxJway edge markings are Itw2ted on the taxiway at ils defined edge, and are part of the usable laxiway pavement. t. Color_ Taxiway edge markings are yellow. d. Charantertsties. Contmno'a.s taxiway edge markings consist of a connnuous double yellow line, with each line being at least 6 roches (15 cra) ia width, s-paced 6 inches (15 cna) apart (edge to edge). These markings can also be used to designate islands, which have been painted green or striated with yellow mai'kings. Dashed taxiway edge markings consist of a broken double yellow line, with each Line being at least 6 inches (15 cra) m width, spaced 6 inches (15 can) apart (edge to edge). The lines are 15 feel (4.5 m) in length wi~ 2.%foot (7.5 m) gaps (see Figure 10). These markings are not to be used to demgnate islands except for some very g~ecial conditions 23_ RIJN~AY }IOLDING MARKINGS ON TAXIWAYS. PO$1~ION a. Purpose. At airpor~ with opexanng aLrport traffic control towers, these markings ldentif~ the location on a taxiway wher~ a pilot is to stop wben he-/she does not have clearance to proceed onto the runway. Holding position 10 markings may be supplemented with Geographic Position Markings (see Paragraph 32) a~ pan of the airport's SMGGS Plan. At airports without operating conlrol towers these nmway holding position markings identify the location where a pilot should assure there is adequate separation with other aircraft before proceeding onto the n.mway. b. Location- ltolding position markings should be Ioca~ed tn accordance with Table 4 on all tayaways that intersect runways based upon the most critical aircraft using the runway. The.se markings are also located on taxiways crossing through the runway approach area so that an aircraft on the taxiway will not ponewatu any of the follov, qng: the surface used to locate the nmway threshold, inner approach obstacle flee zone, nmer transitional obslacle flee zone, and clearway. If located closer, such that aircraft pe~elFate the Terminal Instrument Procedures (TERPS) surfac~, higher midimums may resulL A discussion of these surfaces is contained in AC 150/5300-13. Locating holding position maflcmgs other than in accordance with the preceding criteria must be approved by the FAA. Except as spectfied in pamgaph 17, holding position markings should not be used for any situation othert than those described in this paragxaph. c. Color. Holding posilion markings on tayaways are yellow and will be outlined ia black on light colored pavements. d. Characteristics_ Runway holding position mmkings consist of a set of 4 yelk~w lines and 3 spaces, each 12 inches (30 em) in width, as shown in Figure 10 * The solid lines of these markings are always on the side where the aimmtt is to hold. The markings ar~ installed perpendicular to the taxiway centertine but may be canted fiaam the perpendicular in umque situations, such as illusWated in Figure 11. In these cas~. it may be necer~ary to install additional holding position signs, runway guard lights, etc Holding posit/un lines un taxiways may be angled as needed when: two or mom taxiway~ inter~ect at the hold line. On angled taxiways the distances given m Table 4 defines the edge of the holding position line c!osas~ to the runway centerline. On an angled tax.iway. consideration should also be given to luoating the markings such that no portion of an aircrat~ (t.e., wing ttp) placed at the holding position line w/Il penetrate the nm, way sat-et~ area. 12]1/00 AC 150/53404H, Change I *Note: Al ail-por~ that do not have an airport l~affic conurol towe~ and are not certificated under 14 CFR part 139, each of the Ibur yellow lines and three spaces may be 6 inches (15 cra) in width. 24. HOLDING POSITION MARKINGS FOR INSTRUMENT LANDING SYSTEI~t MICROWAVE LANDING SYSTEM (ILS/MLS) CRITICAL AREAS. a. Purpose. The~e markings identify the location on a taxiway or holding bay where an aircraft is to stop when it does not have clearance to enter ILS/MLS critical areas The critical area is the area needed to protect the navigational aid signal. b. Location Holding position markings for taxiways entering ILS/MLS critical areas are localed at the pe'nmeter of the ILS/MLS critical area. Where the distance between the taxiway/runway holding posilion and the holding position for an ILS/MLS critical area is 50 feet (15 m) or less, one holding position may be established, provided it will not affect capacity, in tiffs case, the runway holding position is moved back to the ILS/MLS holding position and only the runway holding position markings are inslalled. The local FAA Airway Facilities oIlice vail designate the 1LS/MLS cntical area boundaries for the airport operator. The markings are installed perpendicular to the taxiway centerlme but may be canted from the perpendicular m unique situations, such as illustrated m Figure l 1. c_ Color. ILSfMLS holding position markings on taxiways are yellow and will be outlined in black on light colored pavements. d. Characteristics. IL.S/MLS critical area holding position markings consist of a set of two 2-foot (0.6 m) vade parallel yellow lines spaced 4feet 0.2 m) apart, 6 inches (15 cra) from the taxiway eenterline on the aircraft hoktmg side as shown in Figme 10.* In between these two lines and perpendicular to them, there are sets of two l-foot (0.3 m) wide parallel yellow lines 1 (0.3 m) apart. See Figu~ 10 for proper spacing dimensions. *Note: At airport~ that do not have airport traffic control towers and are not certificated under 14 CFR pa~t 139, the aUPOrt operator has the option to reduce the dimension for the width of the parallel yellow line~ and spaces from 2 feet (.6 m) Io I foot ( 3 m) and from 4 feet (1.2 m) to 2 feet (.6 m). 25. INTERMEDIATE HOLDING POSITION MARKINGS FOR TAXIWAY/TAXIWAY INTERSECTIONS. a. Purpose. These markings identify the tocafion on a laxiway or apron where aircraft are supposed to stop when told to hold short of another laxiway or apron. They should be used at airports with an operating ATCT where there is an operational need to hold traffic at a taxiway/taxiway mterseclion, at a geographic position (see paragraph 32), or holthng bay, as illnstxated in Figure 11, to define the edge of the taxiway object ~ area to assure adequale clearance Rom taxiing aircraft. b. Location. Holding position markings for taxiway/taxiway intersections are located for the most demanding aircraft nsmg the airport in accordance with Table 5. c. Color. Holding position markings on taxiways are yellow and will be outlined in black on light colored pavements. d. Characteristics. The holding position markings for tax.iway/taxiway mterseclions consist of a 1-foot (0.3 m) wide yellow line with 3 foot (0.9 m) long dashe~ and spaces. The taxi,way centetline is 6 inches (15 em) fi.om either side of the intermediate holding position marking, as shown in Figttre 10. 26. SURFACE PAIN~PED PosmoN SIGNS. HOLDING a. Purpose. Surface painted holding position signs supplement the signs located at the holding pos/lion in accordance w/th AC 150/5340-18, Stamtards for/lirport Sign S~stems, current edibon. This type of marking is required where the width of the holding position on the taxiway is greater ~ 200 feet (60 m). These markings a~ useful at other locations, such as where pilots have had difficulty discerrang the local~On of the holdiBg position. 11 AC 150/5340-1H. Change I 12il/00 TABLE 5- PERPENDICULAR DISTANCES FOR TAXIWAY INTERSECTION MARKINGS FROM CENTERLINE OF CROSSING TAXIWAY_ A~'plane design group ~ I I1 III IV V VI 44.5 feet 65.5 feet 93 feet 129.5 feet 160 feet 193 feel (13.5 m) (20 m) (28.5 m) (39 m) (48 5 m) (59 m) t See AC 150/530~ 13, AtrportDesign b. Location. The edge of the surface painted holding position s~gn is placed 3 feet (1 m) on the left side of each taxiway centeeline on the holding side of and from 2 feet (0.67 m) to 4 feet (134 m) Fcior to the holding position maiking (to allow for clearance of m-pavement runway guard lights when installed) as shown in Figure 13. Holding position signs shall ~ be painted on nmways. A surface painted location sign may be located on the lel~ side of the surface Painted holding position sign when adequate pavement width exists. Surface painted taxiway din:chon signs are not to be c~located with a surface painted holding position sign_ Surface painted taxiway location or duection s/gm shall not be localnd between the runway holding position marking and the nmway. Additional surface painted holding position signs may be installed ~s a runway incm-sion prevention mihative c. Color. The surface painted holding position sign has a red background with a white inscription, and will be outlined in black on light colored pavemems. d. Characterislks_ The inscription is to have a height of 12 feet (3.67m), however it may be reduced, as necessary to the minimum hcqght of 9 feet (3m) The edge of the surface painted taxiway hold/nE position sign should be 3 feet (lm) on the left side of the taxiway centeeline. The width of the letters, numbers, and othex symbols used in the inscription musl be proportional to the height in order to conform tn al:hoearance t~ the letters, numbers, and other symbols in Apper~hx 1. The backgmmad is rectangular and extends a minimum of 15 inches (38 cra) lalerally and vertically beyond the exttemitie~ of the mscripnon 27. SURFACE PAINTED DIRECTION SIGNS. TAXI3VAY a. Purpose. Surface painted taxiway dffection signs will be promded when it is not possible to provide taxiway direction signs ar mtemections in accordance with AC 150/5340-18 or, when necessary, to supplement such signs b. L~:ation. Surface painted taxiway direction sign~ are 3 feet (1 m) from the centerlme with signs indicating tums to the !eft being on the kfl side of the taxiway centerline and sign~ indicating turns to the right being on the right side of the eenleeline, as shown in Figure 1]. Taxiway direction signs should no~t be painted on nmway~, or between a runway holding position and a runway. For taxiways intersecting at 90 degrees a surface painted taxiway direction sign is combined with arrows to indicate dii~:tions and is located on the left side of the tagJ. way centertine. (1) When a direction sign is not installed along side of the taxiway, the surfa~:c painted ta~way dinzction sign is located at the same dislance fi-om the mterseefion as the dislance specified in AC 150/5M0-18. (2) When a surface painted taxiway direction sign supplements a dim:lion sign installed along side of the taxiway, the surface painted direction sign may be located at or anywhere between the distance specified tn subparagraph (1) above and file point of divergence of the painled centerlines. 12 8131/99 c. Color. Surface painted laxiway direction signs have a yellow background wilh a black inscription d. Characteristics Thc mscnplion ~s to have a height of 12 feel (3.67m), however il may be reduced, as necessary to the minimnm beight of 9 feet (3m) The width of the leilers, numbers, and other symbols used in the inscription musl be proportional lo the height in order lo conform in appearance to the letters, numbers, and other symbols in Appenchx 1. Each taxiway designation must be accompanied by an arrow shov,ring the general direction of mm. The background ~s rectangular and extends a minimum of 15 inches (38 em) laterally and vertically beyond the extremities of the inscription A 6-inch (15 cra) wide vertical black s~ipe separates each taxiway designation when more than one designation is included on either side of the centerlme. 28. SURFACE PAINTED LOCATION SIGNS. TAXINVAY a. Purpose. Surface painted taxiway location signs are used, when necessary, to supplement the signs located along side the taxiway and assist the pilot in confirming the designation of the taxiway on which the ah'craft is loc. areal b. Location. The surface painted taxiway location signs are normally located on the right side of the laxiway centerlme as shown m Figure 13. The edge of the surface pamtezt taxi,way location sign should be 3 feet (lm) fxom the edge of the taxtway eenterlme~ However, a surface painted taxiway location sign can be located on the left side of the taxJway cenlerlm¢ if it is located with a surface painted laxiway holding position sign on a large expanse of pavement. Location sig~s should ~ be painted on runways, or betxveen a taxiway/runway holding position and a runway. c. Color. Surface painted taxiway location signs have a black background with a yellow inscriplion and yellow border around its perimeter. d. Characteristics_ The inscription is to have a height of 12 feet (3.67m), however it may be reduced, as necessary to the minimum height of 9 feet (3m). The width of the letters, numbers, and other symbols used in the inscription must be proportional to the height in order to conform in appearance to the letters, numbers, and other AC 150/5340-1H symbols in Appendix I. The background is rectangular and extends a minimum of 15 inches (38 cra), including the 6 inch (15 cra) yellow border, laterally and vertically beyand the extremities of the inscription. 29. SURFACE PAINTED IDENTIFICATION SIGNS. GATE a. Purpose. Surface painted gate identification signs are used, when necessary, to assist pilots in locating their destination gate. They are especially useful for Iow visibilily operations b_ Location. Surface painted gate identification sig~s may be installed in non- movement areas or movement are. as, which are in the proximity of terminal buildings, as shown in Figure 14. They are located adjacent to taxiway cenlerlines on the side to winch a turn will be made to travel toward the gale(s). c_ Color_ Surface painted gate identification signs have a yellow backgsound with a black inscription. d. Characteristics. For surface painted gate identification signs containing one row of gate designations, as shown in Figare 14, the inscriptions must have a maximum height of 4 feet (1.2 m). For gate identification signs containing more than one row of gate designations, also shown in Figure 14, lhe inscriptions must have a mimmum height of 3 feet (1 m). The width of the letter~, nmnbers, and other symbols used in the inscription must be proportional to the Might in order to conform in appearance to the letters, numbers, and other symbols in Appendxx 1. The background is rectangular and extends a minimum of 15 inches (38 cra) laterally and vertically beyond the extremities of the inscriptions. There is no maxonum stze to more than one-row gate identification sign. A range of gates should be indicated with a "dash" (i.e. gate Al Ifixrmgh A4 is indicafed by "Al - A4"). Nan-sequential individual gates contained within the same gate identificahon s/gn should be separated by a "comma" (i.e., "BI, B3, BS"). 30. SURFACE PAINTED ENTRANCE POINT SIGNS. APRON a. Purpose. Surface painted apron entrance point s/gus are used, when needed, to 13 AC 150/5340-1H assist pilots in locating their position on all apron, which has a large expanse of continuous pavement along the edge of the terminal apron. They are especially useful to identify entrances and exits from the terminal apron. b_ Location_ Smface painted apron entrance point signs may be installed m non- moven}eut areas or movement areas which are in the proximity of an apron leading to the terminal buildings, as shown in Figure 15. They are located 7 feet from the taxiway centerlines on thc side to which a turn will be made to navel toward the apron. c. Color. The surface palmed apron entrance point sign has a yellow background with a black tn.sCript/on and black border around its penmetcr as shown in Figure 15. d. Characteristics_ The surface painted apron enn-ance point sign consists of two 9 foot (3 m) diameler circles located 7 feet from the associated taxiway/apron entrance centerline with a line leading to another 9 foot (3 m) diameter circle on the apron. Each one of three circles is comprised of a 6-inch 05 em) outer back ring with an 8 foot (2.7 m) diameter yellow circle in the roiddle The numeric identification of the throe associated markings should be the same. The inscription mside the circle should be a number only, black m color and 4 feet (1.3 m) in height. The width o£ the numbers used m the inscription roost be proportional to the height in order to conform in appearance m the numbers in Appendix 1 When installed on asphalt or other dark-colored pavements, the white ring is substituted for the black ring. 31. TAXIWAY SHOULDER MARKINGS. a. Purpose. Holding hays, aprons, and taxi'ways are sometim~ provided wilt shoulder stabthzaton to prevent blast and water erosion. This stabilizanon may have the appearance of a full :~cngth pavement but is nol intended for use by ah~l: Usually the mxiway edge marking will define this area, but conditions may exist such as stabitized islands or taxiway curves where confusion may exist as to which side of the edge stripe is intended for use by aircraft Where such a condition exists, taxiway shoulder markings should be used to indicate the pavement is not to be used to taxi an aircraft. 14 8/31/99 b. Localion. On sWaight sections, the marks are placed at a maxinurm spacing of 100 l~et (30 to). On curve-s, the marks are placed a maximum of 50 feet (15 in) apart between the curve tangents. c. Color_ Taxiway shoulder markings are yellow It is also acceptable to paint the stabilized island area green in lieu of shoolder markings, and to u~e gn~n on both stabilized surfaces and structural paveroent.. d. Characteristics. The stabilized area is marked mOa 3-foot (1 m) yellow slripes perpendicular to the edge stripes as shown in Figure 16. The stripes are extended to 5 feet (I.5 m) fi.om the edge of the stabilized ama or to 25 feet (7.5 m) m length, whichever ts less. 32. GEOGRAPHIC POSITION MARKINGS. a_ Purpose. Geo~aphic position markings are i~stalled when points are necessary to identify the location of taxiing aircraft during low visibility oporanons. Low msibilily operanons are those that occur when the runway visual range (RVR) ts below 1200 feet (360 m). b. Locmtion_ These madongs ure located along low visibility taxi route~ designated in th~ airport's SMGC~q plan. They are positioned to the IcR of the taxiway centcrlme in the direction of taxiing. When the geographic position marking will be meal by Air Traffic Control to devagnate a holding position, it will always be located in conjunction with and prior to the hokhng position marking az shown in Figure 17. When geographic posinon marking is nof used as a holding position, the installation of a holding position and clearance bar iq optional. The geographic position markiag shall not be localed at a runway holding position for the Iow v/sfdilily runway bot may be located at the holding positions for other runways thai the designated taxi route crosses. Unless the geographic position marking is located at a runway holding position (see paragxaph 23), a taxiway/taxiway holding position marking should be used (see paragraph 25). If the geographic posir~on marking is located at a holding position along a taxi route designated for use in visibilities below 600 RV'R, then a clearance bar consisting of three yellow lights must also be installed in conjunction with the geographic position marking and holding position marking. On a particular airport, the airport operator in coordination with the regional Airports Division, 8/31./99 AC 150/534C~ 1H coordinalion with the regional Airports Division, the local ainport traffic control lower and the c. Color. A geographic position marking is a 7 loot (2 3 m) diameter pink circle surrounded by a 6 tach wide white ring contiguous to a 6 tach wide black outer nng, when installed on concrete or other light colored pavements as shown in Figure 17 When installed on ~sphall or other dark-colored pavemenks, the white ting and the black ring are reversed, i.e,, the white ring becomes the outer ring and the black ring becomes the tuner ring. d_ Characteristics. Geographic position maddngs axe designaled with either a nunaber or a number and lener. The number corre,~:~onds to the consecutive position of the maxking on the route. Whe~ ased the letter mdicales the lel~er designation of the taxiway on which the marking is located. If a geographic position marking is located on a regional Flight Procedures Branch will determine where these markings are needed. takiway with an alphanumeric designation only the alpha portion of the designation should be used for designating the geographic position markings, For example, the fourth spot on the route is located on Taxiway A7. The alphanurr~ric 6esignation for this spot would be "4A" The geographic position marking is never designated with a lener followed by a number. The designation of the geographic l~sition marking should be centered in the circle. The designation is black, has a height of 4 feet (1 3 m) and conforms in appearance to the numbers and letiers in Appendix 1. 33_ RESERVED. M_RESERVED. SECTION 4. OTItER MARKINGS. 35. APPLICATION. The markings in this section are treed, as appropriate, on aiq~orts. 36. VEHICLE ROADWAY MARKINGS. a. Purpose. The standa~ls for vekicl¢ roadway markings contained m this pamgsaph are used to delineate roadways located on or cr°Ssmg areas that arc also intended for use by ~irorafL Markings for roadways not located on alrerat~ maneuver~g areas should conform, whenever possthle, to those in the U.S. Department of Transportation's Manual on Uniform Traffic Conmal Devices. b_ Location, Vehicle roadways are delineated on aU'Craft: maneuvering arens when there is a need to define a pathway for vehicle operations. A minimum spacmg of 2 feet (0.67 m) mu.st he rrmmtamed batweem the roadway edge marking and the non-movement area houndaxy markmg (see paragraph 34). Vehicle roadway maskmgs are interrupted by taxiway markings. c. Color. Vehicle roadway markings are white d. Characteristics. of the roadway. The edgelines and lane fines are both 6 inches (15cra) wide and the dashes for the lane lines are 15 feet (4.5 m) in igngth 'with a spacing of 25 feet (7_5 m) betweeo dashes. These marl~ugs axe illusu'ated m Figure 18. (2) In lieu of thc solid lines, zipper markangs may be used to delineate the edges of fl~ vehicle roadway whe~ever the aLrlsort's SMGCS working group or the auport operator ~termmos the roadway edges need enhanced delineation. The zipper marking consists of two dazhed lines side by side with alternating dashes that are 12 inches (30 cra) wide and 4 feet (1-3 m) m length, along each edge of the roadway as shown in Figure 18. Details of the zipper marking are show~ m Figure 10. O) Where a roadway crosses a taxiway, a solid white stripe 2 feet (.67 m) w/de is prowded across the driving lane at the distances specified in Table 5 to assure adequate clem'once from taxiing aLrcmfl. When the roadway is not located on an aircrall maneuvering area, a frangibly mounted re~a'o-rellecfive stop or yield sign should be installed on the right hand side o£ the roadway in conjunction with the solid white smpe. (1) Vehicle roadway markings COlXSist of a solid line m deltheate each edge of the roadway and a dashed line lo sepaxate lanes within the edges 15 AC 150/5340 IH, Change I 12/1/00 37. VOR RECEIVER MARKINGS. CHECKPOINT a. Purpose. VOR receiver checkpoint markings allow a pilot to check aircraR instruments vath nawigational aid signals. b. Locatian. VOR receiver eheckpoinc~ should be on the au-port apron or taxaways (preferably the holding bay but never on a runway) at points selected for easy access by aircraft but where other aU'pOrt traffic would not be unduly obsiTucled. VOR receiver checkpoints normally should not be established at distances less ~han one- half nule from the facihty, nor on unpaved areas. FAA Flight Inspection personnel deteninne the location for cbeckpomts and issue reformation for checkpoint descriptions m flight publications. c. Color. The ch~kpoint ~s marked w~lh a painted ch'cie of the size am:l color as shown m Figure 19 The color of the letters and numerals on the sign are black on a yel~aw background. d- Characlertslies. VOR receiver checki:mmts are provided with painted markings and an associated sign. (1) Markings. The VOR receiver checkpoint is a circle 10 f~et in diametes with a yellow arrow aligned toward the facihty and surrounded by a 6 inch wide yellow ring contiguous to a 6 inch wide wkite outer ring ~s shown m Figure 19. When installed on concrete pavements, the mterinr of the ca-cie is painled black_ (2) Sign. The sign should have an overall mou~ting height ofnnt less than 20 roches (50.8 cra) und not more than 30 inches (76.2 cnn) It should be located es nearly ~ practicable on aa extension of the diameter line and faced peq~:ndicularly to thc line-of-sight of tbe viewer in the cin:le. The m.%-np6on un the sign should show the faciliOg identilieafion, channel, radial sele~cted (published) for the check, and the plotted distance fxom ~e antema (when applicable). The slation identification and coupe numerals should be at least 7 im:hes (17 8 crn) high and the other lettepa and nunm~ls at least 3 inches (7.6 cra) high. The sign shall be installed in a~co~danse with the height and dis~e samdards in AC i50/5340-18C Table 2, on an extension of the radial and faced pcrpenchcularly to the line-of sight of the viewer in the cgcle An example follows: BGR-VORTAC 114.8 (CH 95) 153/333 DME 3.8 NM 38. NON-MOVEMENT AREA BOUNDARY MARKING_ a. Purpose. Non-move~t boundary maflcmgs are used to delineate the movement area, i e., area under au- traffic conU-ol, from the non movement area, i.e., area not under air t~a[fic control. This marking should be used only when thc need for this delineation is specified in the letter of agreement between the atrp°rt operator and atrport traffic control lower which designates the movement area. b. Location. A non-movement area houndary lnarking is located on the boundary between the movement and non-movement arm_ la order to provide adequate clearance for the wing~ of t~xiing aircraft, this marking should never coincide with the edge o £ a taxiway c_ Color. A non-movement area boundary marking is yellow and will be outlined in black on light colored pavement. boundary marking consists of two yellow lines (one so[id and one dashed) as shown in Figun: 10. Thc solid line is located on the non-movement area side while the dashed yellow line is localed on the movement area side. Each linc is 6 inches (15 em) in width with a 6 inch spacing between lines. The width of the lines and space may be doubled I~ 12 mchos (30 cm). The use of this wider madeing is .¢a'ongly encom~ged al locations having difficulty discerning the location of the movement area. The dashes are 3 feet (1 m) in length with a 3-foot (1 m) spacing between dashes. If a taxiway centerlme intersects a non-movement area boundary mai'king, the hotmdary marking shall be 6 inches f~m the tar. iway centedine on the aircraft holding side and 3 feet (0.9 m) f~m taxiway c~nterline on the 39. MARKi~IG OF TEMPORARILY RELOCATED THRESFIOLDS. laforma~on on he marking, as well as liglamg, of temporarily relocated thresholds is contained in AC 150/5370-2, Airport Safety During Construction, and AC 150/5340-24, Runway and Taxiway Edge Lighting System 8/3 I z99 40. MARK1NG AND LIGHTING OF PERMANENTLY CLOSED RUNWAYS AND TAXIWAYS. For ranways and laxiways that have been permanently closed, thc lighting circuits are disconnected. The runway threshold, runway designation and touchdown zone markings are obliterated and solid, nol striated, yellow X's are placed at each end and at 1,000 foot (300 m) intervals. If the closed runway intersects an open runway, X's should Ix: placed on the closed runway on both sides of the open runway. For taxiways, a yellow X is placed on the closed taxiway at each enWance The X's shown in Figures 20a and 20c are normally used, but the X's shown in Figures 20b and 20d are more readily seen from aircraft on I-mai approach and may be used. 41. TEMPORARILY CLOSED RUNWAYS AND TAXIWAYS. The following procedures are to Ix: followed when it is necessary to temporarily close a runway or a taxiway: a. When it is ne~cessary to provide a visual indication that a runway is temporarily closed, X's are placed only at each end of the nmway on top of the rtmway designation markings or just off the nmway end when required by construction actimty. Tho X's are yellow in color and conform to the dimensions specified in Figure 20. Since the X's are temporary, they are usually made of some e.s.sily removable material, such as plywood or fabric rather than painted on the pavement surface. Any materials used for temporary X's should provide a solid appearance. Since these X's will usually be placed over white runway markings, their visthility can be enhanced by a 6 05 cra) black border. b. A raised-lighted X may be placed on each runway end in lieu of the markings descn~,ed in paragraph 4Ia to indicate the runway is closed. The X is to be located within 250 feet (75 m) of the runway end Normally thc raised-lighted X would be located on the runway; however, it may be lo<:ated in tho safety area on the extended runway eenterline. c. Temporarily closed taxiways are usually treated as hazardous areas (see paragraph 48). However, as an alternative, a yellow X conforrnmg to the thmensions in Figule 20 may be installed at each enixance to the taxiway. d_ If the runway or taxiway will be closed during the nighttime, thc runway and taxiway AC 150/5340- i H lights ',,,ill nommlly be disconnected so that they can not be iiluminaled unless such illumination is needed to perform maintenance operations on or adjacent to the ranway, e.g., snow removal. NOTE: The airport operator is responsible for determining the need for a visual indication that a runway or taxiway is closed and for determining the safest place to pul the X. In making this determinaimn, the airport operator should consider such things as the reason for the closure, duration of the c[osttre, airfield configuntion, and the existence and hours of operation of the aiqaort traffic comxol tower. 42- CONVERTING A RUNXVAY TO A TAXIWAY. The following actions are necessary to close a runway permanently and convert the pavement to a taxnvay. a. If the pavement is to be treed as a laxiway, then all runway markings including the runway designation numbers are to be obliterated_ The centerLine is to be painted yellow. Any edge lights should be blue. For those runways that have centerlme lights, it may be appropriate to leave them in operation and change the lens color to green. Aircraft should not be permitied to land on or takeoffffom a taxiway b. X's are used to indicate that a runway or taxiway is closed to aircraft. Consequently, it is maProper to place X's on a runway if it is intended to be used as a taxiway. c. The holding position lines mu-st be removed and appropriate signs installed to indicate the existence ofa taxiway. 43. INTERMITTENT USE OF A TAXISVAY AS A RUN%VAY. The following actions are necessary for the intermitieot use of a laxiway as a runway: There are several things that must be considered to achieve the proper markings and signage. A piece of pavement cannot be marked as both a mxiway and a runway at the same lime - that is, it can not have a yellow centeflme and white designation numbers. (NOTE: On airports subject to Nahonal Environmental Policy Act requisements, a proposal to use a taxiway as a nmway should include a review of the environmental consequences of such an acLion.) a. If the pavement ts to be used as a runway during the day, it should be painted, at a minimum, 17 AC 150/5340Q Il with v~sual runway tnarkings. ~e, white designation numbers and a white ccnlerline Further, if it used as a runway at night and is to be lighted, it should have lighting conforming to AC 150/5340-24. b. If the pavement is to be used ONLY as taxiway at night, blue lights conforming AC.150/5340-24 should be used. c. In either case, the Airport Layout Plan. as well as other appropriate documents, m~t be updated to indicate [he presence of the runway If the nmw-ay is to be used ONLY as a taxiway at night and blue edge lights have been installed, then the nmway is to be listed as unlighted along with an appropriate annotation in the Aiq~r~Facility Directory (AJFD) and the AUpOrt Master Record (FAA Form 5010) indicating the runway is closed to nighttnnc operations and that blue hghts are provided for t~xiing aircraft. d. Sincc the pavement is now considered a runway, any taxiway intersecting thc designated runway must have appropriate hold/ng positaon markings and signs placed in accordance w~th AC 150/5340-1 and AC 150/5340-18. 8131/99 44. CLOSED/ABANDONED AIRPORTS_ When ali runways are closed temporarily, the runways are marked as m paragraph 41, and the aiq~ort beacon is named off. When an awporl is abandoned and all runways are closed permanenlly, the runways arc marked as in paragraph 40, the aUPort beacon is disconnected, and an X is placed tn the segmented circle or at a cen~al location if no segmented circle exisls. 45. HELIPORT MARKING. Information on tl~ marking for heliports is contained in AC 150/5390-2, Heliporl Design 46. VERTIPORT MARKING_ Information on the marking for vertiporLs is contained in AC 150/5390-3. Vertiport Design. 47_ MARKING FOR ARRESTING GEAR. Information on the marking for arresiSng gear is conlained in AC 150/5220-9, Aircraft. An~sting Gear for Joint CivSl/Milimry Aixports. ,18. ItAZARDOUS AREAS. Marking of hazardous areas, in which no part of an aisciafl may enter, are marked in accordance with AC 150/5370-2, Airport Safety Dunng Construction. CHAPTER 2. (RESERVED) MARKINGS FOR LARGE A1RCRAFr PARKING POSITIONS. CHAPTER 3. (RESERVED) MARKINGS FOR UNPAVED RUNWAYS. 18 §/2,1/99 AC 150/5340-1H Figure I Precision Runway Markings 19 AC 'r 50/5340-1H 8/31/99 Figure 2. Nonprecisior~ Runway and Visual Runway Markings 20 8/31/99 AC 150/5340-1H AMPLE DF CDNFLICTIN6 RUNWAY MARKI,'~GS PRECISION RUN~AY~ Figure 3. Example o[ Co~liicling Marldngs on Crossir~j Runways 21 AC 150/5340-1H 6/31/99 I Figure 4. Runway Designation Numerals and Letters 22 8/31/99 AC 15015340-1 H AA. AA A Figure 5. DispJaced Threshold Markings 23 AC 150/5340-1H 8/31/99 24 Figure 6. Marking t'or Taxiw'ay Aligned with Runway 8/31/99 AC 150/5340-1H Figure 7. Markings for Blast Pads and Slol:~'vays 25 AC 150/5340 1H 8/31/99 d W AAAA A <I2 Figure 8 Marking [or Bias! Pad or Taxiway Preceding a Oisl~aced Threshold 26 8/31/99 AC 158/5340-1H MIDPOINT OF RUNWAY DIMENSIONS ARE EXPRESSED THUS: FEET ] 0 MEfERS e.g. ~ Figure 9. Runway Shoulder Maddngs 27 AC 150/5340-1H, Change I 12/1/00 28 z~ ~o Figure 10. Marking Details 8/31/99 AC 150/5340-1H (. } Figure 11. Taxiway Markir~gs 29 AC 150/5340-1H 8/31/99 Figure 12 Taxiway Cen/erline Maddng Methods 30 1~1/00 D~DO I~(IWAY 'C' ~ I 10 BI=GINNING OF RUNWAY 27 AC 150/5340-1H, Change I Z LLF--O rrz'" z TAXIWAY TO RUNWAY 9-27 II TO RUNWAY 9-27 >. Figure 13. Surface Painted Signs 31 AC; 150/5340-1 H 0/31/99 Figure 14 Surface Painled Gale Identir~;a[ion Signs 32 8/31/99 AC 150/5340-1H Z L ..... : ................. ~_ [~ T () Figure 15 Surfac~ Painted Aproi'~ Entrance Poinl Signs 33 AC 150/5340-1H 8/31/99 RUNWAY 50' ('15 m) MAX. oN cuRvEs INBOARD OR ,---- , OUTBOARD ~oo' (3o MAX. ON STRAIGHT SECTIONS TAXIWAY EDGE MARKINGS YELLOW STRIPES 5' (1 m) WIDE EXTEND TO WITHIN 5 FEE-r (1,5 m) OF PAVEMENT EDGE OR 25 FEET (7.5 m) iN LENGTH, WHICHEVER IS LESS 34 Figure 16 Tax,way ShoulderMack~ngs AC, 150/5~A0 1H, Change 1 1211/00 Figure 17. Geographic Position Markings AC 150/5340 1H 8/51/99 Z ~zo Figure 18. Vehicle Roadway Mark~gs 36 8t,31/99 AC 150/5340-1H NUTE 4 N[~E 2 I. PAINT ~/NIIE 2. PAINT Y ELLI]~./ 3. PAINT YELLO~L ARROW TB BE ALIGNED TDVARD T~ F~IL[TY 4, PAINT INTERI~ ~ [~LE ~ACK (C~TE SURFACES Figure 19. VOR Receiver Chec~int Markings 37 AC 150/5340-1H 8/31/99 I4.4 (A) CLOSED /?UNWAY FOR TEMPORARY X's THIS DIMENSION MAY BE CHANCED TO 8 FEET NOLO! X's ARE ALWAYS Y~LLOW ~RUNWAY CENTERLZNE DIMENSIONS ARE EXPRESSED THUS: FEET METERS 3 (B) ALTERNATE CLOSED RUNWAY (C) CILOSED TAX/WAY (O) ALTEF~NATE CLOSED TAX/WAY Figure 20. Closed Runway and Taxiway Markings 38 8/31/99 AC 150/5340-1H Appendix 1 APPENDIX 1. INSCRIPTIONS FOR SIGNS AND GEOGKAPHIC POSITION MARKINGS. lhe shapes of the letters, nurnbers, and symbols used in ~nscnptions for surface painted signs and geogTaphic position markings are shown in Figures A-I through A 5 Figure A-I. Pavement Markings ABCDEFGH AC 150/5340-1H 8/31/99 Appendix 1 ,Ik Ill llll ill Ill ll] II1! iii, Ill l! Ill III Ill[ Illl III II Ill. Nil III Illl III 1[ Ill k Ii Ill Illl Ill t][~ Ill I Ii III Illl 111 I~ ~ Ill I 1] Ill IIII III i I III It V Ill Ill[ III i · III Ii Ill Ill! Ill I, · III II II1~ II1~ [11 Ii · Ill Il llll III' III Ii ~1 IllIl IIii' !['ill Ii il IllIlk llli'q," ill Ii ii IllIll Illl ,111 I.. Il lIll lja. IIII, Jill 2 Figure A-2. Pavement Markings IJKIdVINOP. 8/31/99 AC 150/5340 IH Appendix 1 .Ill Ill III -- Figure A-3. Pavement Maxkmgs QRSTUVWX. AC 150/5340 IH 8/31/99 Appendix I lllll lib~ '~' ~lllllli BI I1[ IIIIIIll Ill Illlllll liB lit .... ~llllll~ Jl ' ''''''1 ''''''.' .1111111 IIIIqn- JIIIk II1[ Bill Illlll'l Illl IIlIIIIB~ Bill IIIIIIII ~llll! ~ Bill · 'NIIII! Illl~ l~· Illl 1111[ Illl 1111[ Figure A~. Pavement Markings YZ123456. 4 8/31/99 AC 150/5340-1H Appendix I ~7 ---- Ihe design e~gineer~ ii! ,..,,.,, ll***lll ill Ill Figure A-5. Pavement Markings 7890-,~' 12/t/00 AC 150/5340-1H. Change Appendix APPENDIX 2. EXAMPLES OF MARKINGS OUTLINED IN BLACK This appendix illustrates the acceptable layout for various markings outlined in black. The black paint extends at leas~ six inches beyond the outside edge of the markings. All spaces between paint lines in markings comprised of two or more lines or dashes are painted in black as illustrated in the figures that follow. An alternate outlining pattern is provided for dashed tax,way edge line markings. These figures are not drawn to scale. Figure B-1. Runway holding position marking Figure B-2. ILS/MLS holding position marking AC 150/5340 I11, Change I 12/1/00 Appendix ~ Figure B 3. Continuous laxiway edge fine marking Figure B4. Dashed taxiway edge line marking Figure B-5. Alternate outlining method for dashed taxiway edge line marking 12/|/00 AC 150/5340-1H, Change 1 Appendix 2 Figure B-6. Taxiway centerline marking Figure B-7. Taxiway/taxiway hold position marking Figure B-8. Non-movement area boundary marking 3 (and FAA ADVISORY CICULAR 150/5345-55 LIGHTED VISUAL AID TO INDICATE TEMPORARY RUNWAY CLOSURE U.S. Deparlmenl of Transpoda/ion Federal Avialion Administration Advisory Circular Subject: IdGHTED VISUAL AR) TO INDICATE TEMPORARY RUNWAY CI.OSURE Date: 07/14/03 ACNo: 150/5345-55 Initiated by: AAS-[00 Change: I PURPOSE. This advisory circular (AC) provides guidance in the design of a hghted visual aid to indicate temgmrary nmway closttre. The use and application of a lighted visual aid for runway closure is discussed in AC 150/5340-1H, Standard~ for Airport Markings 2. APPLICATION Tins AC is i~ued for guidance purposes and to outline a method of compliance with Title 14, Code of Federal Regulations, Part i39: It does not co~utitute a regulation One may elect to follow an alternate method, provided it also is found by the Federal Aviation Administration (FAA) to be an acceptable meam of complying with applicable regulations. Therefore, nmndatory terms such as "shall" or "must" used hereto apply only to those who seek to deirml~slxate compliance by use of the specific method without deviation described by Ihis AC, such as those receiving Aliport Improvement Program fimdmg. 3. BACKGROUND. 'llaere have been re.stances of aircraR landing on runways thai are temporarily closed for maintenance or snow removal operations. The likelihood of unintended landings increases during periods of reduced visibility and at night whenever runway lighting musl be on for elec~ical maintenance or snow removal. The lighted visual aid Ls intemted to eliminate ambiguity concerning the status of the runway and to reduce instances of aircraft landing on temporarily closed runways. 4_ RELATED I~EADING MATERIAL_ Tixis AC is based on FAA Technical Center report number DOT/FAA/CT TN87/3. It is available on fl-t: Inlernet at bttpJ/www.faa_gov/avp/engmeering/ctm87-3.htm ~ is on file at the folloWing location: Wdliam J. Hughes Techmcal Center, Information Serwces Management Branch, ACT,71, Atlantic City IntT Auport, New Jersey, 08405. Also refer to paragraph 41 on temporarily closed ruuways and laxiways in AC 150/5340-1H, Standat ds for Airport Markings 5. R-EQIJIREMENTS AND PERFORMANCE STANDARDS. A lighted visual aid for indicating a temporarily closed runway shall: a. Be a portable, towable umt thai can be quickly removed flora the runway. b. Consist of clear incandescem lamps or transmit a winte color, arranged in the shape of a lea:er "X" with am crossed at an appropriate angle to make the "X" discernible. The arms shall be painted yellow on all sides so that the unit will be clearly msible when it is in position. c Be energized by a portable power supply. d. B e conh-olled s~ that the lighted signal wi/l flash at an approximate rate of 2.5-3 seconds "on" and I 2.5 seconds "oW'. e Provide the following daytime and nighttime visual reference during Visual Flight Rule (VFR) conditions when placed on centerline and within 250 feet of the runway end: (l) Visl~ie to the pilot at a range of at least 5 namical rmles. (2) Recogmzable as a letter "X" from a range of at least 1-1/2 nautical miles. £ Provide lamp dimming capability for nighttime operations. g. Produce a signal that provides a horizontal coverage to at least 15 degrees on each side of the runway centerlme, and a vertical coverage from 0 degrees Io 10 degrees above horizontal both day and night, at a range of 1-112 nautical miles. AC 1 h0/5345-55 06/27J03 h Adjustable arming and leveling to allow tdlmg to an optimum angle of three degrees from vertical. i Widlstand a minimum w/nd speed of at Icas140 mph wtihout affecting ainin~g or operation j Include an ilhimmated failure indicator that is visible from the back (runway side) of the unin k Include an operations placard in a c.nsp~cuous location that instructs operators lo visually check the operation of the device every two hours 6. OPTIONS. The following options are acceptable, if specified by the purchaser. One person set up in less than 5 minutes. b. Gasoline, diesel, and other portable power options, including solar. c. Trailer kitch options including tandem lowing for on airport operations. d Ability to provide up to 120 hours of continuous Opel alion e Fail safe protection to ensure that the unit stays on as continuous light if the flasher umt should thil. 7. DESIGN RECOMMENDATIONS. The following reconunendations are provided as guidance for the constraction of a umt that meets performance requkrernents. They are not intended to limit or prevent innovation for meeting performance requirenvents as specified elsewhere in this AC a Mimmum lighting arrangement: nine (9) spotlights mounted on 14-foot arms and spacing 3 feet 6 inches on centers (see figure l). Each spotlight should be a 150W/120V PAR-38 lamp h Forty (40) volt operation for dmmm~g during mghttinm operations. c. Lifting devices approved by the manufacturer for the intended application. Figuxe 1. l,ightmg Arrangerr~nt. David L. Bennett DLrect~r of Airport Safel), and Standards PART C FEDERAL WAGE RATES AND REQUIREMENTS Page I of 2 General Declsion Number TX030039 06/13/2003 TX39 Superseded General Decision No_ TX020039 State: TEXAS Construction Type: County(les): NUECES SAN PATRICIO HEA%~f CONSTRUCTION PROJECTS (including Sewer and Water Line Construction and Drainage Projects) Modification Number 0 Publication Date 06/13/2003 COLqgTY (les): NUECES SAN PATRICIO StFi~205~A 12/01/1987 Rates CARPENTERS (Exclud/ng Form Setting) $ 9.05 Fringes CONCRETE FINISHER 7.56 ELECTRICIAN 13_37 2.58 LABORERS: Co~m~n 5.64 Utility 7.68 POWER EQUIP~4ENT OPERATORS: Backhoe Motor Grader 9_21 8.72 W~LDERS -- Receive rate prescribed for craft perfor/ning 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 (29 CFR 5.5(a) (1) (ii)). In the listing above, the 'SU" designation Mans that rates listed under that identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing_ WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an eElsting published wage determination * a survey underlying a wage deter~L[nation http-J/192.239.92.108/search/davisbacon/cUFteat/~39_dvb.?ts=0.53559100 1109798692 3/2.Q.005 Page 2 of 2 * a Wage and Hour Division letter setting forth a position on a wage deterrminatlon matter ~ a conformance (additional classification and rate) ru]ing On survey related matters, initial contact, including requests for stunmaries 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 Determ/nations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U. S. Department of Labor 200 Constitution Avenue, N W_ Washington, D. C. 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7)_ Write to: Wage and Hour Adm/nistrator U.S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 The request should be accompanied by a full statement of the 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 intereste~ party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Adm~nistrative Review ~oard U. S. Department of Labor 200 Constitution Avenue, N_ Washington, D. C- 20210 4.) Ail decisions by the Administrative Review Board are final. END OF GENEPJ~L DECISION http://192.239.92.108/searoh/davisbacon/currentllx39.dvb?ts=0.53559100 1109798692 3/2/2005 Page 1 of 3 General Decision Nu~er: TX030122 02/25/2005 TX122 Construction Types: Heavy and Highway Counties~ Nueces, San Patricio and Victoria Counties in Texas. HIGH,FAY CONSTRUCTION PROJECTS (exclud/ng tunnels, building structures in rest area projects & railroad construction; ba$cule, suspension & spandrel arch bridges designed for co~ercial navigation, bridges involving marine construction; and other major bridges). Modification Nun~er publication Date 0 01/28/2005 1 02/18/2005 2 02/25/2005 SUTX2005-007 11/09/2004 Rates Fringes ~phalt Distributor Operator...$ 12-42 ~phalt paving ~achine operators 11.57 ~phalt Raker .................. $ 9.36 Bulldozer operator ............. $ 10.90 Carpenter ...................... $ 10_71 Concrete Finisher, Paving ...... $ 12.18 Concrete Finisher, Structures..$ 11_16 Concrete Rubber ................ $ 10.50 Crane, Claalshell, Backhoe, Derrick, Dragline, Shovel Operator ...................... $ 12.55 Flanger ....................... $ 7.17 For~ Builder/Setter, Structures$ 11.47 Form Setter, Paving & Curb ..... $ 9.65 Foundation Drill Operator, Truck MotLnted .................. $ 15-32 Front End Loader Operator ...... $ 10.05 Laborer, co~on ................ $ 8.35 Laborer, Utility ............... $ 9.09 Mecharu~c ....................... $ 13_17 Motor Grader Operator, Fine Grade ......................... $ 13_78 Motor Grader Operator, Rough-..$ 15-00 Pipelayer ...................... $ 9.00 Roller Operator, Pneurmatic, Self-Propelled ................ $ 8.57 Roller Operator, Steel W~eel, Roller Operator, Steel Wheel, Plant Mix Pavement ............. $ 9.49 Scraper Operator ............... $ 9-67 Servicer ....................... $ 10_75 Structural Steel Worker ........ $ 14-00 Truck driver, lowboy-Float ..... $ 14.15 Truck driver, Single Meavy .......................... $ 11-39 Truck driver, Single Axle, 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0_00 0.00 0.00 0_00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 hlip://192.239.92.108/search/davisbacon/cu~r~nt/tx122.dvb?ts--O.13568700 1109798786 3f2.r2005 Page 2 of 3 Light ........................ $ 9_00 0,00 Truck Driver, Tandem Axle, Sem/-Trailer ................. $ 9.39 0.00 Welder ..................... $ 18.00 0.00 Work Zone Barricade Servicer- .$ 8 97 0.00 WELDERS - Receive rate prescribed for craft perform/ng operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed m~y be added after award only as provided in the labor standards contract clauses (29CFR 5_$ (a) (1) (ii)). In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates_ Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMI~L~TION APpF~J~S PROCESS 1 ) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage detet~ination * a Wage and Hour Division letter setting forth a position on a wage deter~tnation matter * a confo~q~ance (additional classification and rate) ruling On survey related matters, initial contact, including requests for sunr~aries 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 th~s 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 for~%al process described here, initial contact should be with the Branch of Construction Wage Deter~L~nations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S_ Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an hllp:H192.239.92.10~search/davisblcon/currenfftx 122.dvb?ts~O.13568700 1109798786 3032005 Page 3 of 3 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 accor~Danied 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 Ad~/nistrator is not fauorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: A~hninistrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. washington, DC 20Z10 4.) All decisions by the A~m/nistratiue Review Board are final. END OF GENERAL DECISION http://192.239.92.108/search/davisba~on/currentltx122.dvb~'Rs=O.13568700 1109798786 30../2005 AGREEMENT TH~ STATE OF TEXAS COUNTY OF NUECES THIS AGREEMENT is entered into this 19TH day of APRIL, 200--5, by and between the CITY OF CORPUS CHRISTi of the County of Nueces, State of Texas, acting through its duly authorized City Manager, termed in the Contract Documents as "City," and Berry Contractors, L.P. dba Bay, Ltd. termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of $8,963,579.50 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: CORPUS C~RISTI INTERNATIONAL AIRPORT RUNWAY 13/31 REHABILITATION, OVERLAY, BLAST PADS & SHOULDERS, AIRFI~?.n DRAINAGE I141~ROVEMENTS (P~ASE 3), RUNW]%Y 13/31 LIGHTING AND CABLE REPLACEMENT - PROJECT NO. 1080, 1092, 1093 (TOTAL BASE BID + ADD.ALT. NO.1: $8,963,579.50) according to the attached Plans and Specifications in a good and workmanlike manner for the prices and conditions set out in their attached bid proposal supplying at their expense such materials, services, labor and insurance as required by the attached Contract Documents, including overseeing the entire job. include this Agreement, the bid proposal and specifications, including all maps, plats, drawings, the Performance and Payment documents all of which constitute the contract made a part hereof. The Contract Documents instructions, plans and blueprints, and other bonds, addenda, and related for this project and are Agreement Page 1 of 2 CORPUS C~RISTI INTERNATIONAL AIRPORT RUNWAY 13/31 REHABILITATION, OVERLAY, BLAST PADS & SHOULDERS, AIRFIELD DRAINAGE IMPROVEMENTS (PHASE 3), RUNWAY 13/31 LIGHTING AND CABLE REPLACEMENT BASE BID PART A: PROJECT NO. 1092; RUNWAY 13-31 REHABILITATION, OVERLAY, BLAST PADS & SHOULDERS 10 1 EA. lUS.o~ $ '~00o.00 90 2 EA 2 1 4 LS I II III IV V QTY & Unit ITEM UNIT Description Price Total G-300-5.1 Furnish, Install and Remove Lighted Cones complete and in place per EA G-300-5.2 Furnish, Install and Remove Multi-Barrier Barricades complete and in place per EA G-300-5.3a Furnish Lighted Closed Runway Marker complete and in place per EA G-300-5.3b Install, Maintain, Relocate and Remove Lighted Closed Runway Marker complete and in place per LS G-500-3.1 Mobilization com~n~lete and in L~%~,~ $ ~o,~o 5 LS place per LS G-600-5.1 Haul Roads complete and in place per LS G-700-4.1 Demolition of Asphalt Pavement complete and in place per SY P-i52-4.1 Excavation for New Shoulders complete and in place per CY P-152-4.7 Rmhankment for Shoulder Construction complete and in place per CY *~O.oo $ 1 6 LS ~%"0~°90' O~ 7 8 8,600 CY 9 1,746 CY 110 SY ~0.oo $ I II QTY & ITEM UNIT 42,173 10 S¥ 569 11 TON 12 40,981 S¥ 39,029 13 SY 14 39,379 SY 15 8,556 S¥ 16 125,136 SY 17 125,136 SY 18 108,449 SY SY III Description P-260-5.1 6" Lime Treated Subgrade complete and in place per SY P-260-5.1 Lime Treatment (Road-Mix) (6% by weight) complete and in place per TON P-276-5.1 6" Cement Treated Base (with RAP aggregate) complete and in place per SY P-400-5_1 2.5" HMAC DG TY B (Fine Base- Shoulders) complete and in place per SY P-400-5.1 1.5" HMAC DG TY D (Fine Surface Shoulders) complete and in place per SY P-400-5.1 2" HMAC DG TY D (Fine Sttrface- Blast Pads) complete and in place per SY P-401-8.1 4" Bit,,m~nous Surface Course (Runway/Taxiways) complete and in place per SY P-401-8.1 Maximum Bonus for 4" Bituminous Surface Course (Runway) complete and in place per SY *For Bidding purposes only, the Bidder is required to bid th~s item as follows: The bonus unit price shall be calculated es 6% of the unit price bid for item 16. P-401-8.2 Runway Surface Transverse Grooving complete and in place per S¥ P-401-8.3 2" Bituminous Surface Course (Taxiway Transitions) complete and in place per SY IV Unit Price V Total J I II QTY & ITEM UNIT 20 SY 11,896 21 GAL 14,551 22 GAL 23 5,000 LF 24 5,000 LF 95,854 25 SF 979 26 SF 27 6,236 SF 28 7,365 LF 2,021 29 LF 30 16,684 SY III Description P-401-8.3 Maximum Bonus for 2" Bituminous Surface Course (T~xiway Trans) complete and in place per SY *For Bidding purposes only, the Bidder is required to bid this item as follows: The bonus unit price shall be calculated as 6% of the unit price bid for item 19. P-602-5.1 Bituminous Prime Coat complete and in place per GAL P-603-5.1 Bituminous Tack Coat complete ~.~0 and in place per GAL P-605-5.1 Joint/Crack Routing and Cleaning complete and in place per LF P-605-5.2 Joint Sealing Filler complete and in place per LF ~.~0 P-620-5.1 Runway & Taxiway Painting, White, Reflective comt01ete and in place per SF P-620-5.2 Runway & Taxiway Painting, Yellow, Reflective cnm?lete and in place per SF P-620-5.3 Runway & Taxiway Painting, Yellow Non-reflective complete and in place per SF D-705-5.1 12" x 1" Runway Pipe Edge Underdrain$ cou%olete and in place per LF D-705-5.2 18" x 1" Runway Pipe Edge Underdrains complete and in place per LF T-904-5.1 Sodding complete and in place per SY IV Unit Price V Total $ I II QT¥ & ITEM UNIT 125,136 SY 32 8,722 SY 1 33 LS III Description SS-1-4.1 Mill Appx. 3" Runway Pavement (Stockpile Onsite) complete and in place per SY SS-1-4.1 Mill 2" Blast Pads (Stockpile Onsite) complete and in place per SY SP A-47 Pre-Construction Exploratory Excavations complete and in place per LS IV V Unit Price Total SUBTOTAL BASE BID PART A: $~'tO~)~%~.~O*t'~ (Bid Item~ 1-33} CORPUS CHRISTI INTERNATIONAL AIRPORT RUNWAY 13/31 REHABILITATION, OVERLAY, BLAST PADS & SHOULD~R~, A/RFIELD DRAINAGE IMPROVEMENTS (PHASE 3), RUNWAY 13/31 LIGHTING AND CABLE REPLACEMENT BASE BID PART B: PROJECT NO. 1093; AIRFIELD DRAINAGE IM~ROVE~4ENTS (PHASE 3) I II III IV QTY & Unit ITEM UNIT Description Price V To tal 34 61 s Y_ G-700-4.1 Remove Existing 29' x 10' x 8" Concrete Portion of Access Drive, complete per S.Y. 35 327 S-Y. 36 1 L.S. G-700-4.1 Remove Existing Access Road (2" Bit,-n~nous Surface and 8-Inch Base) complete per G-700-4.10 ~-move and Salvage Existing ~'ILS Crit/cal Area" Sign complete and in place per L.S. Reinstall After New Road is Completed. 37 L.S_ G-700-4.10 Remove and Salvage Existing "Stop Sign" complete per L.S. Reinstall After Road is Completed. 38 350 L.F. G-700-4.11 Remove and Replace Existing 1 - 12 Pair ~19 Control Cable, complete and in place per L.F. $7. Oo $ 39 350 L.F. G-700-4.11 Remove and Replace i 3/c #8 5 KV Cable, complete and in place per L.F. $O 40 2 Each L-125-5.1.n L-867 Base Can in Turf With Concrete Encasement, complete and tn place per Each. Dage 7 of 20 *~ J 0oo. Pag~ 7 of 20 I II QTY & ITEM UNIT 41 12 Ac:es III Description P-151-4.1 Clearing and Grubbing, complete per Acre. IV Unit Price $ }q so. o0 V Total 42 54,688 C.Y 43 7,$29 C.Y. 44 47,359 P-152-4.1 Channel and Swale Excavation, complete per C.Y. P-152-4.7 ~mhankment with Density Control to 95% ASTM D-698, complete and in place per C.Y. P-151-4.7 Fill Placement Without Density Control to a Uniform Height, complete and in place per C.Y $ II.oo $ 45 5,500 L.F. 46 2 Each P- 156-5- 1 Te .m~orary Silt Fence, complete and in place per L.F. P-156-5.2 Gravel Road Entrance, complete and in place per Each. ~ Z°~oo~. 0o 47 20 Each P-156-5.3 Gravel Filter Berm, complete and in place per Each_ $ I?..,oo, oo Z'+., ,oo. oo 48 2,656 L.E. 49 1,440 L.F. D-701-5.1 36" ASTM C 76, Wall C Reinforced Concrete Pipe (Open Cut), complete and in place per L.F. D-701-5.2 36" ASTM C 76, Wall C Reinforced Concrete Pipe,(Boring and Jacking) complete and in place per L.F. $ %70, oo I ITEM II QTY & UNIT 1,798 L.F. III Description D-701-5.3 5' x 4' Precast Reinforced Concrete Box Sections, ASTM C 850(Open Cut) complete and in place per L.F IV Unit Price V Total 51 592 L_F. D-701-5.4 5' x 4' Precast Reinforced Concrete Box Sections, ASTM C 850 (Boring and Jacking) complete and in place per L.F. 52 1,550 L.F_ D-701-5_5 7' x 4' Precast Reinforced Concrete Box Sections, ASTM C 850(Open Cut) complete and in place per L.F. 53 6OO L.F_ D-701-5.6 7' x 4' Precast Reinforced Concrete Box Sections, ASTM C 850 (Boring & Jacking} complete and in place per L.F. $ I OZ~ $ G I'L.j 0 oo. oo 54 1,168 L.F. D-701-5.7 Remove Existing 29" x 18' CMPA Culvert complete and in place per L.F. Backfill Trench & Compact to 90% of ASTM D 698. $-~ o. oo 55 920 L.F. D-701-5.8 Grout Fill Existing 29" x 18" CMPA Culvert and Abandon, complete and in place per L.F. ~$. oo S6 3O D-701-5.9 Remove Existing 59" x 32" CMPA Culvert complete per L.F_ Backfill Trench & Compact to 90% of ASTM D 698. I ITEM 57 II QTY & UNIT 1,050 L_F. III Description D-701-5.10 Grout Fill Existing 59" x 32" CMPA Culvert and Abandon, Complete per L.F. IV V Unit Price Total $ ~0.00 58 2 Each 4 Each 8 Each D-701-5.10 Safety End Treatment for 36" RCP, complete and in place per Each D-751-5.1 Area Inlets, complete and in place per Each. D-751-5.2 Inspection Holes cnm?lete and in place per Each. 61 2 Each D-751-5_3 Reinforced Concrete Junction Box complete and in place per Each_ $ cl-7oo, oo R%oo. oo 62 9 Each D-752-5.1 Remove Existing Reinforced Concrete Headwall, complete per Each_ 63 9 Each D-752-5_2 Reinforced Concrete Headwall for 36-Inch RCP Culverts, complete and in place per Each_ 64 1 L.S. D-752-5.3 Reinforced Concrete Headwall and Drop Structure for 6 - 65" x 40" (~4PA's and 2 - 7' x 4' Box Culverts, complete and in place per L.S. 65 1,575 S.F. D-752-5.4 Reinforced Concrete Slope Paving for Outfmll Channel complete and in place per S.F. I II QTY & ITEM UNIT 66 2 Each 67 1 Each III Description D-752-5.5 Safety End Treatment for 36" RCP, complete and in place per Each. D-752-5.6 Reinforced Concrete Swale Drop Structure, complete and in place per Each_ IV V Unit Price Total 68 8,620 L.F. SP-4.1 OSHA Trench Protection, and in place per L_F_ complete 69 25 Acres T-901-5.1 Seeding, complete per Acre. ~ 21/, $ oo.oa SUBTOTAL BASE BID PART S: $ ~j'~7]~O~. {O (Bid It-m~ 34-69) CORPUS CHRISTI INTERNATIONAL AIRPORT RUNWAY 13/31 REHABILITATION, OVEP/~AY, BLAST PADS & SHOULDERS, AIRFIELD DRAINAGE IMPROVEMENTS (PHASE 3), RUNWAY 13/31 LIGHTING AND CABLE REPLACEMENT ADDITIVE ALTERNATE No. 1: PROJECT NO_ IMPROVEMENTS (PHASE 3) 1093; AIRFIELD DRAINAGE I II QTY & ITEM UNIT III IV V Unit Description Price Total A70 6,648 C_Y. P-152-4.1 Channel and Swale Excavation complete per C_Y. $ A71 1,299 C.Y. P-152-4.7 Rmhankment With Density Control to 95% ASTM D-698, complete and in place per C.Y_ A72 5,349 C_Y_ P-152-4.7 Fill Placement Without Density Control to e Unifo=m Height, complete and in place per C.Y. $ O.%o $ 'Al.O't. A73 450 L.F. P-156-5.1 Temporary Silt Fence complete and in place per L.F. $ I ~'oo. oo A74 624 L.F. D-701-5_1 36" ASTM C 76, Wall C, Reinforced Concrete Pipe, (Open Cut) complete and in place per L.F. A75 324 L.F. D-701-5.2 36" ASTM C 76, Wall C, Reinforced Concrete Pipe,(Boring and Jacking) complete and in place per L.F. $ A76 591 L_F_ D-701-5_3 B~move Existing 29" x 18" CMPA Culvert, Backfill Trench, complete per L.F_ I II QTY & ITEM UNIT A77 315 L.F. A78 6 Each III IV V Unit Description Price Total D-701-5.4 Grout Fill Existing 29" x 18" $ ~0.0o Culvert, complete and in place per L.F. D-752-5_! Remove Existing Reinforced Concrete ~eadwall, complete per Each_ A79 5.0 Acres T-901-5_1 Seeding, complete per Acre. AS0 948 L.F. SP-4.1 OS~A Trench Protection, and in place per L.F. SUBTOTAL ADDITIVE ALTERNATE NO 1: $ (Bid Ite~ A70-AS0) PROPOBA~ FO~ Page 13 of 20 CORPUS CHRISTI INT~RNATIONAL AIRPORT RUNWAY 13/31 R~HABILITATION, OVERLAY, BLAST PADS & SHOULDERS, AIRFIELD DRA/NAGE IMPROVEMENTS (PHASE 3) , RUNWAY 13/31 LIGHTING AND CABLE REPLACEMENT BASE RTD PA~T C: PRfklECT ~D. 1080; RL~5~kY 13/31 LIG~rING A~D CA~R REPLAf]~4~NT I II III IV V QTY & Unit ITEM UNIT Description Price Total D-701-5.11 81 26 EA New SC~D 40 PVC Drain Pipe ~ Oo,00 $ ~ ~o0. o0 complete and in place per EA 26 82 EA 1 83 LS 1 84 85 33,130 LF D-701-5.12 New SCHD 40 PVC Drain Pipe com~=lete and in place per EA L-104-6.1.a T--~,orary Airfield Lighting/Signage/N&vigational Facilities complete and in place per LS L-105-6.1.a Demolition ~nd Proper Disposal of all equipment as noted and Turning Over All Designated Equipment To Maintenance Staff complete and in place per LS L-108-5.1.a 1/C L-824-Type C Unshielded #8 AWG 5KV copper Cable complete and in place per LF 86 17,900 LF L-108-5.1.b 1/C #6 AWG BSD or BH]D or TW Bare Copper Counterpoise Wire complete and in place per LF 98 87 LF 88 17,420 LF L-108-5.1.c 0.75" (19 ~4) Dia. By 10.00' (3 M) Long Copperclad Steel Sectional Ground Rod com~)lete and in place per LF L-110-5.1.a i w 2" Schedule 40 PVC Concrete Encased Duct complete and in place per LF oo. o,, =2. soo.os t H-. os I I?EM II III Description IV Unit Price 89 225 LF L-110-5.1.b i w 2" Schedule 40 PVC Direct Burial Duct complete and in place per LF ~.Oo 9O 300 LF L-110-5.1_c 1 w 4" PVC Split-Duct Concrete Encased Duct complete and in place per LF 91 140 LF L-110-5.1.d 3 w 4" Schedule 40 PVC Concrete Encased Duct complete and in place per LF V Total $ I~oo. 9o 92 15 L-125-5.1.a L-861T Taxiway Edge Light complete and in place per EA 7S~ oo 93 94 95 96 97 3 3 26 46 16 L-125-5.1.b L-850C Runway Edge Light Clear/Clear complete and in place per EA L-125-5.1.c L-850C Runway Edge Light Yellow/Clear complete and in place per EA L-125-5.1.d L-862 Runway Edge Light Clear/Clear complete and in place per EA L-125-5.1.e L-862 Runway Yellow/Clear place per EA Edge Light complete and in L-125-5.1.f L-862E Runway Threshold Light Green/Red co-~lete and in place per EA 2,'2. ~o. oo ~,,Q O, 0 · I ~00,, Go $ o0 i,~ 15 of 20 QT¥ & ITEM UNIT 6 98 EA 4 100 EA 101 102 103 104 105 3 4 65 1 1 LS III Description L-125-5.1.g L-858B Runway Distance Remaining Sign complete and in place per EA L-125-5,1.h L-858 Sign - Double Face - 1 Module complete and in place per EA L-125-5. i .i L-858 Sign - Single Face - 2 Module complete and in place per EA L-125-5.1.j L-858 Sign - Double Face - 2 Module complete and in place per EA L-125-5.1.k L-B58 Sign - Double Face 4 Module complete and in place per EA L-125-5.1.m L-861T Taxiway Edge Light Fixture Mounted on Existing Base Can complete and in place per EA L-125-5.1.n L-867D Base Can in Turf with Concrete Encasement complete and in place per EA L-125-5.1.1 Allowance for Modifications to Existing Airfield Lighting Control System and CCRs per LS IV V Unit Price Total t%~oo, oo L.~ O. O0 $ $ $5100.00 $5100.00 SUBTOTAL BASE BID PART C: $ ~3~oZ,50 (Bid Items 81-105) BID SUBTOTAL BASE BID PART A: SUBTOTAL BASE BID PART B: SUBTOTAL BASE BID PART C: $ ~(413 ~o~,.~ TOTAL BASE BID (PART A + PART B + PART C): ADDITIVE ALTERNATE NO 1: $ ~.%Q_O,0. ~0 TOTAL BASE BID PLUS ADDITIVE ALTERNATE NO 1: (PART A + PART B + PART C + ADDITIVE ALTERNATE NO 1: $, ~)c~(~315'}~.S0 The Contractor will commence work within ten (10) calendar days from date they receive written work order and will complete same within 200 ~AR DAYS after construction is begun. Should Contractor default, Contractor may be liable for liquidated damages as set forth in the Contract Documents. City will pay Contractor in current funds for performance of the contract in accordance with the Contract Documents as the work progresses. Signed in 4 parts at Corpus Christi, Texas on the date shown above. ATTEST: City Secretary A~PR~ r TO LEGAL FOBM: Asst. ttorney O -I" CITY OF COI~PUS CHRISTI Ronald F. Massey, Asst. Ci~ Mgr. o£ Public Works and Utilities Ange~/R.' Escobar, P.E. DireCtor of Engineering Services ATTEST: (If Corporation) (Seal Below) (Note: If Person signing for corporation is not President, attach toper of authorization to sign) CONTaACTOR Ber~ontr&,=tin~ L.P. dba Bay, Ltd. Title: k'~----~.~'.,"~,o,-¥'.,-~..~ ~'~.. P.O. Box 9908 (Address) corpus christi, TX 78469 (City) (State) (zip) 361/299-3721 * 361/289-2304 (Phone) (Fax) Agreement Page 2 of 2 PROPOSAL FORM FOR CORPUS CHRISTI INTERNATIONAL AIRPORT RUNWAY 13/31 REHABILITATION, OVEB?.AY, BLAST PADS & SHOULDERS, AIRFIELD DRAINAGE IMPROVEMENTS (PHASE 3), RUNWAY 13/31 LIGHTING AND CABLE REPLACEMENT DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXA~ PROPOSAL Place: Date: Proposal of a Corporation State of organized and existing under the laws of the OR a Partnership or Individual doing business as TO: The City of Coz-pus C~risti, Texas Gentlemen: The undersigned hereby materials, tools, and necessary required for: proposes to ful-nish all labor and equipment, and to perform the work CORPUS CRI~ISTI INTER~TIONALAIRPORT R~X 13/31 Rg~%BILITATION, OVERLAY, BLAST PADS & SBOULDEP~, AIRFIELD DRAINA~ IMPROVeMeNTS (P~A~E 3), RUNWi%Y 13/31 LIGBTING AND CABLE R~P~AC~4ENT at the locations set out by the plans and specifications and in accordance with the contract documents for the strict following prices, to-wit: CORPUS CHRISTI INTERNATIONAL AIRPORT RUNWAY 13/31 REHABILITATION, OVERLAY, BLAST PADS & SHOULDERS, AIRFIELD DRAINAGE IMPROVEMENTS (P~ASE 3), RUNWAY 13/31 LIGHTING AND CABLE REPLACEMENT BASE BID PART A; PROJECT NO. 1092; RUNWAY 13-31 REHABILITATION, OVERLAY, BLAST PADS a SHOULDERS 90 2 EA I II III IV V QTY & Unit ITEM UNIT Description Price Total G-300-5.1 10 Furnish, Install and Remove 1 EA Lighted Cones complete and in place per EA G-300-5.2 Furnish, Install and Remove Multi-Barrier Barricades complete and in place per EA G-300-5.3a 2 Furnish Lighted Closed Runway 3 EA Marker complete and in place 1 4 LS 1 5 LS 6 8 9 per EA G-300-5.3b Install, Maintain, Relocate and Remove Lighted Closed Runway Marker complete end in place per LS G-500-3.1 Mobilization complete and in place per LS G-600-5.1 Haul Roads complete and in place per LS G-700-4.1 Demolition of Asphalt Pavement complete and in place per SY P-152-4.1 Excavation for New Shoulders complete and in place per CY P-152-4.7 ~h~n]unent for Shoulder Construction complete and in place per CY 17..0.oo $ 1 LS 110 SY 8,600 CY 1,746 CY ~,oo $ 10 11 13 14 15 16 17 19 II QTY & UNIT 42,173 SY 569 TON 40,981 SY 39,029 SY 39,379 SY 8,556 SY 125,136 SY 125,136 SY 108,449 III 2.5" HMAC Shoulders) place per P-400-5.1 Description P-260-5.1 6" Lime Treated Subgrade complete and in place per SY P-260-5.1 Lime Treatment (Road-Mix) (6% by weight) complete and in place per TON P-276-5.i 6" Cement Treated Base (with RAP aggregate) complete and in place per SY P-400-5.1 DG TY B (Fine Base- complete and in ~.~ SY 1.5" HMAC DG TY D (Fine Surface Shoulders} complete and in place per SY P-400-5.1 2" HMAC DG TY D (Fine Surface- Blast Pads) complete and in place per SY P-401-8.1 4" Bituminous Surface Course (Runway/Taxiways) complete and in place per SY P-401-8.1 Maximum Bonus for 4" Bit%--~nous Surface Course (Runway) complete and in place per SY *For Bidding purposes ouly, the Bidder is req~i£ed to bid this item as follows: Tho bonus un/t price shall be calculated as 6% of the unit price bid for item 16. P-401-8.2 Runway Surface Transverse Grooving complete and in place per SY P-401-8.3 2" Bit,--inous Surface Course (Taxiway Transitions) co-~lete and in place per SY IV Unit Price V Total I ITEM 20 21 22 23 24 25 26 27 28 29 30 ii QTY & UNIT SY 11,896 14,551 GAL 5,000 LF 5,000 LF 95,854 SF 979 SF 6,236 SF 7,365 LF 2,021 LF 16,684 SY III Description P-401-8.3 Maximum Bonus for 2" Bituminous Surface Course (Taxiway Trans) complete and in place per SY *For Bidding purposes only, the Bidder is required to bid this item as follows: The bonus unit price ~.~ shall be calculated as 6% of the unit price bid for item 19. P-602-5.1 Bituminous Prime Coat complete ~.(~ and in place per GAL P-603-5.1 Bituminous Tack Coat complete ~.~0 and in place per GAL P-605-5.1 Joint/Crack Routing and Cleaning complete and in place ~. Qo per LF P-605-5.2 Joint Sealing Filler complete and in place per LF 1.40 P-620-5.1 Runway & Taxiway Painting, White, Reflective complete and O. q O in place per SF P-620-5.2 Runway & Taxiwa¥ Painting, Yellow, Reflective complete and in place per SF P-620-5.3 Runway & Taxiway Painting, Yellow Non-reflective complete I, ~o and in place per SF D-705-5.1 12" x 1" Runway Pipe Edge Underdrains complete and in place per LF D-705-5.2 18" x 1" Runway Pipe Edge Underdrains co~lete and in I~.0o place per LF T-904-5.1 Sodd/ng complete and in place ~. ~o per SY IV Unit Price V Total $ 70oo. oD I ITEM 31 32 33 II QTY & UNIT 125,136 SY 8,722 SY 1 LS III Description SS-1-4.1 Mill Appx. 3" Runway Pav-m~nt (Stockpile On$ite) complete and in place per SY S$-1-4.1 Mill 2" Blast Pads (Stockpile Onsite) complete and in place per SY SP A-47 Pre-Construction Exploratol-y Excavations complete and in place per LS IV V Unit Price Total I,lo ~ ooo. Oo $ I ~20~D, oo SUBTOTAL BASE BID PART A: (Bid It-m- 1-33) CORPUS C~RISTI INTERNATIONAL AIRPORT RUNWAY 13/31 REHABILITATION, OVE~tLAY, BLAST PADS & SHOULDERS, AIRFIELD DRAINAGE IMPROVEMENTS (PHASE 3), RUNWAY 13/31 LIGHTING AND CABLE REPLACEMENT BASE BID PART B: PROJECT NO. 1093; AIRFIELD DRAINAGE IMPROVEMENTS (P~ASE 3) I II III IV QTY & Unit ITEM UNIT Description Price 34 61 G-700-4.1 S_Y. Remove Existing 29' x 10' x O" Concrete Portion of Access Drive, complete per S.Y. V Total 35 327 S.Y. G-700-4.1 ~-move Existing Access Road (2" Bit,,m~nous Surface and 0-Inch Base) complete ~er S.Y_ 36 1 L.S. G-700-4.10 B-move and Salvage Existing "ILS Critical Area" Sign complete and in place per L.S. Reinstall After New Road is Completed. 37 1 L.S. G-700-4.10 Remove and Salvage Existing "Stop Sign" cn~lete per L.S. R~tnstall After Road is Completed. $ GOn. eo ~ 6 eo-oo 38 350 L.F. G-700-4.11 Remove and Replace Existing i - 12 Pair %19 Control Cable, cna?lets and in place per L.F. $7, oo $ 39 350 L.F. G-700-4.11 Remove and Replace i 3/c ~8 5 KV Cable, corselets and in place per ~0 .~o ~ Z, 8O.oo 4O 2 Each L-125-5.1.n L-867 Base Can in Turf With Concrete Encasement, complete and in piece per Each. P&ge 7 of 20 $Jo0~ eo P&~ 7 of 20 . I ITEM 41 II QTY & UNIT 12 Acres III Description P-151-4.1 Clearing and Grubbing, per Acre. complete IV Unit Price $1qeo.~0 V Total 42 43 44 54,688 c.Y. 7,329 C_Y. 47,359 c.Y. P-152-4.1 Channel and Swale Excavation, complete per C.Y. P-152-4.7 Rm~ankment With Denaity Control to 95% ASTM D-698, complete and in place per C.Y. P-151-4.7 Fill Placement Without Density Control to a Uniform Height, complete and in place lm~r $ II.oo $ 0.$o 45 46 5,500 L_F. 2 Each P-156-5.1 T~po. rary Silt Fence, complete and in place per L.F. P-156-5.2 Gravel Road Entrance, in place per Each_ complete and ; Z%oo;. oo 47 2O Each P-156-5.3 Gravel Filter Berm, complete and in place per Each. $1Zoo. oo 48 49 2,656 L.F. 1,440 L.F_ D-701-5_1 36" ASTM C 76, Wall C Reinforced Concrete Pipe (Open Cut), complete and in place per L.F. D-701-5.2 36' ASTM C 76, Wall C Reinforced Concrete Pipe,(Boring and Jacking} complete and in place per L.F. $ ~70.oo I ITEM 50 51 II QTY & UNIT 1,798 L.F_ III Description D-701-5.3 5' x 4' Precast Reinforced Concrete Box Sections, ASTM C 850 (Open Cut) complete and in place per L.F_ 592 D-701-5.4 5' x 4' Precast Reinforced Concrete Box Sections, ASTM C 850 (Boring and Jacking) complete and in place per L.F. IV Unit Price V Total $ 18ro. o0 52 53 1,550 L.F. 600 L.F. D-701-5.5 7' x 4' Precast Reinforced Concrete Box Sections, ASTM C 850(Open Cut) complete and in place per L.F. D-701-5.6 7' x 4' Precast R~inforced Concrete Box Sections, ASTM C 850 (Boring & Jacking) c~-,~,lete and in place per L.F. $ I o 9...o .~, 54 1,168 L.F. D-701-5.7 Remove Existing 29" x 18" CM~A Culvert complete and in place per L.F. Backfill Trench & Co~act to 90% of ASTM D 698. 55 92O L.F. D-701-5.8 Grout Fill Existing 29" x 18~ CMPA Culvert and Abandon, complete and in place per L.F. $ q,I;,%oo, oo 56 3O D-701-5.9 Remove Existing 59" x 32" CM~A Culvert complete per L.F. Backfill Trench & C~-~,act to 90% of AS~ D 698. $ '2.'4'00, o,, I ITEM 57 58 II QTY & UNIT 1,050 2 Each III Description D-70i-5.10 Grout Fill Existing 59" x 32" CMPA Culvert and Abandon, Complete per L_F_ D-701-5.10 Safety End Treatment for 36" RCP, complete and in place per Each IV V Unit Price Total $ ~0.00 59 4 Each D-751-5.1 Area Inlets, complete and in place per Each. 6O 8 Each D-751-5.2 Inspection Holes complete and in place per Each. $ oo.oo 61 2 Each D-751-5_3 Reinforced Concrete Junction Box complete and in place per Each_ 62 9 Each D-752-5.1 Remove Existing Reinforced Concrete Headwall, complete per Each. 63 9 Each D-752-5.2 Reinforced Concrete Beadwall for 36-Inch RCP Culverts, complete and in place per Each. 64 1 L.S. D-752-$.3 Reinforced Concrete Beedwall and Drop Structure for 6 - 65" x 40" CMPA's end 2 - 7' x 4' Box Culverts, complete and in place per L.S. 65 1,575 S.F. D-752-5 _ 4 Reinforced Concrete Slope Paving for Outfell Channel c~lete and in place per S.F. I I 66 67 Ii QTY & UNIT 2 Each 1 Each III Description D-752-5.5 Safety End Treatment for 36" RCP, complete and in place per Each~ D-752-5.6 Reinforced Concrete Swale Drop Structure, complete and in place per Each. IV V Unit Price Total 6B 8,620 L.F. SP-4.1 OS~A Trench Protection, and in place per L_F. complete 69 25 Acres T-901-5.1 Seeding, complete per Acre. (Bid Items 34-69) CORPUS CHRISTI INT~-'RNATIONAL AIRPORT RUNWAY 13/31 REHABILITATION, OVERLAY, BLAST PADS & SHOULDERS, AIRFIELD DRAINAGE IMPROVEMENTS (PHASE 3), RUNWAY 13/31 LIGHTING AND CABLE REPLACEMENT ADDITIVE ALTERNATE No. 1: PROJECT NO. 1093; AIRFIELD DRAINAGE IMPROVEMENTS (PHASE 3) I II QTY & ITEM UNIT AT0 6,648 C_Y. III IV Unit Description Price P-152-4.1 Channel and Swale Excavation $ ~,~ com~lete per C.Y_ V Total A71 1,299 C.Y. P-152-4.7 ~.mhankment With Density Control to 95% ASTM D-698, complete and in place per C.Y. A72 5,349 C.Y. P-152-4.7 Fill Placement without Density Control to a Uniform Height, cv~lete and in place per C.Y. $ A73 450 L.F. P-156-5.1 Te ~mporary Silt Fence complete and in place per L.F_ $ ~ A74 624 L_F. D-701-5.1 36" ASTM C 76, Wall C, Reinforced Concrete Pipe,(Open Cut} cou~lete and in place per L.F. A75 324 L.F. D-701-5_2 36" ASTM C 76, Wall C, Reinforced Concrete Pipe, (Boring and Jacking) c~mp. lete and in place per L.F. A76 591 L_F. D-701-5.3 Remove Existing 29" x 18" CM~A Cu/vert, Backfill Trench, complete per L.F. $~G.O9 I II QTY & IT~ UNIT A77 315 L.F. A78 6 Each III IV V Unit Description Price Total D-701-5.4 Grout Fill Existing 29" x 18" $ ~0.0o $~oo. Oo Culvert, complete and in place per L.F. D-752-5.1 Remove Existing Reinforced Concrete ~eadwall, complete per Each. $ ~ZOo.o~o A79 5_0 Acres T-901-5.1 Seeding, complete per Acre. AS0 948 L.F. SP-4.1 OSHA Trench Protection, complete and in place per L.F. SUBTOTAL ADDITIVE ALTERNATE NO I: $~ ,~_ utD~Z,..r,Z,4.0,~..0 (Bid It~m~ A70-AS0) CORPUS C81~ISTI INTERNATIONAL AZRPORT RUNWAY 13/31 REHABILITATION, OVERLAY, BLAST PADS & SHOULDERS , AIRFIELD DRAINAGE IMPROVEMENTS (PHASE 3) , RUNWAY 13/31 LIGHTING AND CABLE REPLACEMENT BASE mn PAR~C: P~k~CTNO. 1080; ~ 13/31 LIG~TI~A~DCA~LE~m~u~A~NT I ITEM 81 82 II III IV V QTY & Unit UNIT Description Price Total D-701-5.11 26 New SCHD 40 PVC Drain Pipe complete and in place per EA 26 1 83 1 84 LS 33,130 85 LF D-701-5.12 New SC~D 40 PVC Drain Pipe complete and in place per EA L-104-6.1.a Temporary Airfield Lighting/Signage/Navigational Facilities complete and in place per LS L-105-6.1.a Demolition and Proper Disposal of all equipment as noted and Turning Over A/1 Designated Equipment To Maintenance Staff complete and in place per LS L-108-5.1.a 1/C L-824-Type C Unshielded #8 AWG 5KV copper Cable complete and in place per LF L-108-5.1.b 86 17,900 1/C #6 AWG BSD or BHD or TW LF Bare Copper Counterpoise Wire complete and in place per LF L-108-5.1.c 0.75" (19 ~4) Dim. By 10.00' 98 87 LF M) Long Copperclad Steel Sectional Ground Rod complete and in place per LF L-110-5.1.a 88 17,420 LF (3 1 w 2" Schedule 40 PVC Concrete Encased Duct complete and in place per LF $ %37Z.oo $ o. oo I ITEM B9 9O 91 II 225 LF 30O LF III Description L-110-5.1_b 1 w 2" Schedule 40 PVC Direct Burial Duct complete and in place per LF L-110-5.1_c i w 4" PVC split-Duct Concrete Encased Duct complete and in place per LF 140 LF L-110-5.1.d 3 w 4" Schedule 40 PVC Concrete Encased Duct complete and in place per LF IV V Unit Price Total 92 15 L-125-5.1.a L-861T Taxiway Edge Light complete and in place per EA '~S0. Oo $ I ~)lS~, o~ g3 94 95 96 97 3 3 26 46 16 L-125-5.1.b L-850C Runwa~ Edge Light Clear/Clear complete and in place per EA L-125-5.1.c L-B50C Runway Edge Light Yellow/Clear complete and in place per KA L-125-5.1.d L-862 Runway Edge Light Clear/Clear complete and in place per EA L-lZ5-5.1.e L-B62 Runway Edge Light Yellow/Clear complete and in place per EA L-125-5.1.f L-B62E Runway Threshold Light Green/Red c~lete and in place per EA ~..D., 0 o. oo ~..0 O, Oo % tJ~O0. Oe $ ~. ~oo.oo $ ~.C, oo. o0 $ (.%, uc oo, oo Page 15 of 20 I ITEM 9B 99 100 101 102 103 104 105 II 6 4 5 4 65 1 1 LS III Description L-125-5.1.g L-858B Runway Distance Remaining Sign complete and in place per EA L-125-5.1.h L-B5B Sign - Double Face - 1 Module complete and in place per EA L-125-5.1.i L-B58 Sign - Single Face - 2 Module complete and in place per EA L-125-5.1.j L-858 Sign - Double Face - 2 Module complete and in place per EA L-125-5.1.k L-B58 Sign - Double Face - 4 Module complete and in place per EA L-125-5.1.m L-861T Taxiway Edge Light Fixture Mounted on Existing Base Can complete and in place per EA L-125-5.1.n L-867D Base Can in Turf with Concrete Encasement complete a~d in place per F~A L-125-5.1.1 Allowance for Modifications to Existing Airfield Lighting Control System and CCRs per LS IV V Unit Price Total t~'~oo, o~, L.~ O. O0 $5100.00 $5100.00 SUBTOTAL BASE BID PART C: $ ~%j~o~.,50 (Bid It.s 81-105) BID SUBTOTAL BASE BID PART A: $ SUBTOTAL BASE BID PART B: $ SUBTOTAL BASE BID PART C: $ TOTAL BASE BID (PART A + PART B + PART C}: SUBTOTAL ADDITIVE ALTERNATE NO 1: $ %~.9~3Q.~0. G0 TOTAL BASE BID PLUS ADDITIVE ALTERNATE NO 1: (PART A + PART B + PART C + ~DDITIVE ALTERNATE NO 1: The undersigned hereby declares that he has visited the site and has carefully examined the plans, specifications and contract documents relating to the work covered by his bid or bids, that he agrees to do the work, and that no representations made by the City are in any sense a warranty but are mere estimates for the guidance of the Contractor. Upon notification of award of contract, we will within ten (10) calendar days execute the formal contract and will deliver a Performance Bond (as required) for the faithful performance of this contract and a Payment Bond {as required) to insure payment for all labor and materials. The bid bond attached to this proposal, i~l the amount of 5% of the highest amount bid~ is to become the property of the City of Corpus Christi in the event the contract and bonds are not executed within the time above set forth as liquidated damages for the delay and additional work caused thereby. Minority/Minority Business Enterprise Participation: The apparent low bidder shall, within five days of receipt of bids, submit to the City Engineer, in writing, the names and addresses of MBE and DBE firms participating in the contract and a description of the work to be performed and its dollar value for bid evaluation purpose. Number of Signed Sets of DOO"m~'nts: The contract and all bonds will be prepared in not less than four counterpart (original signed) sets. Tim~ of Com~.letion: The undersigned agrees to complete the work within 200 calendar days from the date designated by a Work Order. The undersigned further declares that he will provide all necessary tools and apparatus, do all the work and furnish all materials and do everything required to carry out the above mentioned work covered by this proposal, in strict accordance with the contract documents and the requirements pertaining thereto, for the sum or sums above set forth. Receipt of the following addenda is acknowledged (addenda number): ~ ) ~ % 3 (SEAL - IF BIDDER IS a Corporation) NOTE: Respectfully submitted: NameL ~ L~ . Address: (P.O. Box) (City) (State) Telephone: DO not detach bid from other papers. Fill in with ink and s~mit complete with attached papers. (Street) (Zip) (Revised AugUst 2000) STATE OF TEXAS COUNTY OF N--dECES PERFORMANCE BOND BOND NO. 929310338 KNOW A~L BY THESE PRESENTS: THAT Berry Contractina L.P. dba Bav, Ltd. of NI/ECES County, Texas, hereinafter called "Principal", and CONTINENTAL CASUALTY COMPANY , a corporation organized under the laws of the State of ILLINOIS and duly authorized to do business in the State of Texas, hereinafter called "Surety", are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City", in the penal sum of EIGHT MILLION, NINE H-dNDBF_2) SIXTy- THi~EE T~OUSA~D, FIVE ~U~DRED SEVE1TTY-NINE AND 50/100 ($8,963,579.50) DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents: THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 19TH of ~%PRIL , 20 05 , a copy of which is hereto attached and made a part hereof, for the construction of: CORPUS CHRISTI INTF-~R~L%TIO~9~LAI~PORT RUN~%Y 13/31 HEHABILITATION, OVERLAY, BLAST PADS & S~OULDERS, AIRFIELD DRAINAGE I/4PROVEME1T~S (PHASE 3), RUNW~%Y 13/31 LIGHTING AND CABLE REPLACEMENT - PROJECT NO. 1080, 1092, 1093 (TOTAL ~%SE BID + ADD.ALT. NO.1: $8,963,579.50) NOW, T~EHEFORE, if the principal shall faithfully perform said work in accordance with the plans, specifications and contract documents, including any changes, extensions, or guaranties, and if the principal shall repair and/or replace all defects due to faulty materials and/or workmanship that appear within a period of one (1) year from the date of completion and acceptance of improvements by the City, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FD'RTHER, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Performance Bond Page 1 of 2 This bond is given to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19-1, Vernon's Texas Insurance Code. IN WITNESS WU~REOF, this instrument is executed in 4 one of which shall be deemed an original, this the 26TH APRIL 20 05 copies, each day of PRINC I PAL BE~ONTRACTING, LP. DBA BAY LTD. (Prlnt~m~eQ&'~Tl~~ - Secr%~[ary (Prznt Name) SURETY CONTINENTAL CASUALTY COMPANY AMAtRty° rE~ E~/i~- f aN MOOJt .. (Print Name) The Resident Agent %%the $=ret~ in Nuece$ County, notice and service process Agency: Contact Person: Phone SWANTNER & GORDON INSURANCE AGENCY MARY ELLEN MOORE P.O. BOX 870 CORPUS CHRISTI, TEXAS 78403 361-883-1711 Texas, for d~liFery of (NOTE: Date of Performance Bond must not be prior to dats of contract) (Revised 9/02) Performance Bond Page 2 of 2 PAYMENT BOND STATE OF TF2~AS COUNTY OF NUECES § BOND NO. 929310338 ~I~OW ;iLL BY THESE PRESENTS: THAT Berr~ Contracting L.P. dba Bay, Ltd. of b-~ECES County, Texas, hereinafter called "Principal", and CONTINENTA~LCASUALTY COMPANY , a corporation organized under the laws of the State of ILLINOIS , and duly authorized to do business in the State of Texas, hereinafter called "Surety", are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City", and unto all persons, firms and corporations supplying labor and materials in prosecution of the work referred to in the attached contract, in the penal sum of EIGHT MILLION, NINE HUNDRED SIXTY- THREE THOUSAND, FIVE HUNDRED SEVENTY-NINE AND 50/100 ($8,963,579,50) DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents: THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 19TH day ~tPRIL , 20 05 , a copy of which is hereto attached and made a part hereof, for the construction of: COI~PUS CHRISTI INTERNATION~tL AIRPORT Rb~AY 13/31 REHABILITATION, OVERLAY, BI~%ST PADS & SHOU~/~ERS, AIRFIELD DRAINAGE IM~ROVEME1TTS (PHASE 3), RU~N~AY 13/31 LIGHTING ~ C2%BL~ B~PLACEME1TT - PROJECT NO. 1080, 1092, 1093 (TOTAL B~%SE BID + ~%DD.ALT. NO.1: $8,963,579.50) NOW, THEREFORE, if the principal shall faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and material in the prosecution of the work provided for in said contract and any and all duly authorized modification of said contract that may hereinafter be made, notice of which modification to the surety is hereby expressly waived, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Payment Bond Page 1 of 2 This bond is given to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The terms "Claimant", "Labor" and "Material", as used herein are in accordance with and as defined in said Article. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19-1, Vernon's Texas Insurance Code. IN WITNESS W~EREOF, this instrument is executed in 4 one of which shall be deemed an original, this the 26TH APRIL , 20 Q~ __ copies, each day of PRINCIPAL BERRY CONTRACTING t LP. DBA BAY LTD. (Prznt Name & T~tie) ~ ~' Secret~ry (Print am~e)~ ~o~b~9 SURETY CONTINENTAL CASUALTY COMPANY Attor~/~n-fact MARY ELLEN MOORE (Pr,nt Name) The Res~M--t Agent of the Surety in Nueces County, notice ax~ ,ervice of process is: Agency-: SWANTNER & GORDON INSURkNCE AGENCY Contact Person: MARY ELLEN MOOP~E ac~.ress: P.O. BOX 870 COP~PUS CHRISTI, TEXAS 78403 Phone ~-,~er: 361-883-1711 Texas, for delivery of (NOTE: Date of Payment Bond must not be prior to date of contract) (Revised 9/02) Payment Bond Page 2 of 2 POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That Continental Casualty Company, an Illinois corporation, National Fire Insurance Company of Hartford, a Connecticut corporation, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania corporation (herein called "the CNA Companies"), ire duly organized and existing corporations having their principal offices in the City of Chicago, and State of Illinois, and that they do by virtue of the ~ignatures and seals herein affixed hereby make, constitute and appoint Diann Eisenhauer, R M Lee, Leroy Ryza, Mary Ellen Moore, Kristi Roberts, Individually of Corpus Christi, TX, their true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind them thereby as fully and to the s. ame extent as if such instruments were signed by a duly authorized officer of their corporations and all the acts of said Anomey, pursuant to the authoriiy hereby given is hereby ratified and confirmed. This Power of Attorney is nmde and executed pursuant to and by authority of thc By-Law and Resolutions, printed on the reverse hereof, duly adoptcd, as indicated, by the Boards of Directors of the co~oradons. In Witnesa Whereof, the CNA Companies have caused these presents to be signed by their Senior Vice President and their corporate seals to be hereto affixed on this I 8th day of June, 2004 State of Illinois, County of Cook, ss: Continental Casualty Company National Fire Insurance Company of Hartford American Casualty Company of Reading, Pennsylvania ~~r g~er~ ~Sen~Vic~ President On this 18th day of June, 2004, before me personally came Michael Gengler to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Chicago, State of Illinois; that he is a Senior Vice President of Continental Casualty Company, an Illinois corporation, National Fire Insurance Company of Hartford, a Connecticut corporation, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania co~oration de~cri~xt in and which executed the above instrument; that he knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed pursuant to authority given by the Boards of Directors of said corporations and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations. My Commission Exph'es September 17, 2006 ' CERTIFICATE I, Mary A Ribikawskis, Assistant Secretary of Continental Casualty Company, an Illinois corporation, National Fire Insurance Company of Hartford, a Connecticut corporation, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania corporation do hereby certify that the Power of Attorney herein above set forth is still in force, and further certify that the By-Law and Resolution of the Board of Directors of the corporations printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal o£ the ~id corporations this 26TH dayof APRIL 2005 Form F6853-11/2001 Continental Casualty Company National Fire Insurance Company of Hartford American Casualty Company or' ReadJmg, Pem~sylvania Mary A~ R~ika~kis Assistant Secretary Authorizing By-Laws and Resolutions AI)(tPFEDBYIlIEBOARDOFDIRECfORSOFCONTINENiAi CASUALTY COMPANY: This Power of Attorney is made and executed pursuanl to and by authority of Iht following By Law duly adopted by the Board of Directors of the Company. "Article IX--Exeeution of Documents Section 3. App~thtment of Attorney-in-fact The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President may, from lime to time. appoint by wrRten certificates attorneys-in fact to act in behalf of the Company in the exccndon of policies of insurance, bends, undertakings and other obligatory instruments of like nature Such attorneys-in fac[, subject to the limitations set forth in their rcspecbve certificates of authority, shall have full power to hind the Company by their signature and execution of any such instrumcnl~ and to attach the seal of the Company thererto. The Chairman of the Board of Directors, thc President or any Executive, Senior or Group Vice President or the Board of Directors, may, at any time. revoke all power and ambenty previously given to any attorney-in-fact." This Power of Attorney is signed and sealed by facsimile under and by the authority o f the following Resolunon adopted by the Board of Directors o f the Company at a meeting duly called and held on the 17m day of February, I "Resolved, that the signature of the President or any Exerutive, Senior or Group Vice President and thc seal of the Company may be affixed by facsimile on any power of a~orney granted pursuant to Section 3 of Article IX of the By-Laws, and the signature of the Secretary or an A~sistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate beanng such facsimile signature and seal shall be valid and binding on thc Company. Any such power so executed and sealed and certified by certificate so executed and scaled shall, with respect to any bend or undertaking to which it is attached, continue to be valid and binding on the Company." AD()P I ED BY THE BOARI) OF DIRECTORS OF AMERICA N CASUALTY COMPANY OF READING, PENNSYLVANIA: This Power of Attorney is made and executed pursuant to and by authority of thc following By Law duly adopted by the Board of Directors of the Company "Article V~Execution ol- Obligations and Appointment of Attorney-In-Fact Section 1. Appointment of Attorney-in-fact The Chairman of the Board of Directors, the Pm'sidenr or any Executive, Senior or Group Vice President may, from time to time, appoint by written certificates attomeys,-th fact to act in behalf of the Company in the execution of policies of insurance, bonds, under[ekings and other obligatory instruments of like nature. Such attorneys-in-fact, subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto The President or any Executive, Sethor or Group Vice l:h-esident may at any time revoke all power and authority previously given to any attorney in-fact." This Power o f Attorney is signed and scaled by facsimile under and by the authority of the following Resolution adopted by the Eoard of Directors of the Company at a meeting duly called and held on the 17th day of February, 1903. "Resolved, that the signature of the President or any Executive. Senior or Group Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 2 of Article VI of the By-Laws, and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shalh with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company." ADOP'I [ D [fY ]l[E BOARD OF DIREC fORS OF NAIIONAL FIRE INSURANCE COMPANY OF HARTFORD: This Power of Anorncy is made and executed pursuant to and by authority of thc following Resolution duly adopted on February 17, 1993 by the Board of Directors of the Company "RESOLVED: That the President, an Exccubvc Vice President, or any Senior or Group Vice President of the Corporation may, from time to time, appoint, by written certificates, Attorneys-in-Fact to act in behalf of the Coq:~ration in the execution of policies of insurance, bends, undertakings and other obligalory instruments of like nature. Such Attorney in Fac[_ subjecl to the limitations set forth in their respective certificates of authority, shall have full power to bind the Coq~3ration by their signature aud execution of any such instrument and to attach the seal of the Corporation thereto. The Presidcut, au Executive Vice President, any Senior or Group Vice President or the Board of Directors may at any time revoke all power and authority previously given to any Attorney-in-Fact" This Po*ver of Attorney ~s signed and sealed by facsimile under and by Ihe authority of the following Resolution adopted by the Board of Directors of the Company at a meclthg duly called and held on the 17th day of February, 1093. "RESOLVED: That the stgnature of the Prc'sidcnt, an Executive Vice President or any Senior or Group Vice President and the seal of the Coq~oration utay be affixed by facsimile on any power of attorney granted pursuant to the Resolution adopted by this Board of Directors on February 17, 1993 aud the signature of a Secretary or an Assistanl Secretary and thc seal of the Corporation may be affixed by facsimile to any certificate of any such power, and any power or certificate beanng such t'acsimi]e signature and seal shall be valid and binding on thc Coq)oration Any such power so executed and sealed and certified by certificate so executed and sealed, shall with respect to any bond or under[eking to which it is attached, continue to be valid and binding on thc Corporation" State of Texas Claim Notice Endorsement In accordance with Section PP53.021(1~ of the Texas Government Code and Section 53.202(6) of the Texas Property Code any notice of claim to the named surety under this bond(s) s~ould be sent to: CNA Surety 333 South Wabash Chicago, IL 60604 Telephone: (312) 822-5000 You mm/also write to CNA Surety at: P.O. Box 1068, Houston, Texas 77251-1068. You r~ contact the Texas Deparb'nent ~ Insurance to obtain Information on companies, coverag~ rights or complaints at: 1-800-252-3439 You may also wTite the Texa~ Oepar~nent of Insurance: P.O. Box 149104. AusUn, Tex~ 78714-9104, orfax 512-475-1771. PREMIUM OF CLAIM DISPUTES: Should you have a dispute concemlng your premium, about a claim you should contact the company flrsL If the dispute is not resolved you m; contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does n become a part or condition or' the attached documents. NOTICE In accordance with the Terrorism Risk Insurance Act of 2002, we are providing this disclosure notice for bonds and certain insurance policies on which one or more of the Writing Companies identified below is the surety or insurer. To principals on bonds and insureds on certain insurance pohcies written by any one or more of the following companies (collectively the "Writing Companies") as surety or insurer: Western Surety Company, Universal Surety of America, Surety Bonding Company of Amer/ca, Continental Casualty Company, National Fire Insurance Company of Hartford, American Casualty Company of Reading, PA, The Firemen's Insurance Company of Newark, NJ, and The Continental Insurance Company. DISCLOSURE OF PREMIUM The premium attributable to coverage for terrorist acts certified under the Act was Zero Dollars ($0.00). DISCLOSURE OF FEDERAL PARTICIPATION IN PAYMENT OF TERRORISM LOSSES The United States will pay ninety percent (90%) of covered terrorism losses exceeding the applicable surety/insurer deductible. F~rm F7310 CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS 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 r]NAD. FIRM NAME: '~ ~--{ L..~-e[. FIRM is: 1. Corporation ~ Partnership 5. Other CITY: (~o,~v.& C-~'~,~.j'T'~ ZIP: '3~,dlOq 3. Sole Owner 4. Association DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side or this page or attach separate sheet. 1. State the names of each []employeeD of the City of Corpus Christi having an []ownership Interes~ consUtuflng 3% or more o! the ownership In the above named []firmn. Name Job Title and City Department (if known) State the names of each noffctalrl of the City of Corpus Christi having an []ownership Interest] constituting 3% or more of the ownership In the above named []flrmn. Name Title State the names of each Dboard member[] of the City of Corpus Christi having an nownershlp Interest[] constituting 3% or more of the ownership In the above named []flrmD. Name Board, Commission or Committee State the names of each employee or officer of a RconsultantD for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an []ownership Interes~n constituting 3% or more of the ownership In the above named Df]rinD. Name Consultant CERTIFICATE I certify ~hat all inl'ormation provided is true and correct as of the date ol' 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 ChdstJ, Texas as changes occur. Certifying Person: ~'~'~"ow  or Print) Signature o[ Certifying Person: Title: DEFINITIONS {{Board Member(]. A member o[ any board, commission or committee appointed by the City Council of the City of Corpus Christi, Texas. 0Employee~. Any person employed by the City of Corpus Chdsti, Texas, either on a full or pad time basis, but not as an independent contractor. {{FirmFI. Any entity operated for economic gain, whether professional, industnal or commercial and whether established to produce or deal with a product or service, includi~ but not limited to, entities operated in the form of sole proprietorship, as self-employed person, padnership, corporation, joint stock company, joint venture, receivership or trust and entities which, for purposes of taxation, are treated as non-profit organizations. FIOlficialrl. The Mayor, members o1' the City Council, City Manager, Deputy City Manager, Assistant City Managers, Depadmenl and Division Heads and Municipal Court Judges of the City of Corpus Chdsti, Texas. {{Ownership Interestrl. Legal or equitable interest, whether actually or constructively held, In a firm, including when such interest is held through an agent, IrusL estate or holding entity. I']Conslructively heldr] refers to holding or control established through voting trusts, proxies or special terms of venture or partnership agreements. {{ConsultantD. Any person or lirm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. .................... ,~y,~,= Date: 5110/2005 Og;O3AM Page:2o[7 ACOR_D. Swantuer & gordou Ins, Ageucy Corpus Christi TX 78403-0870 COVERAGES CERTIFICATE OF LIABILITY INSURANCE oPio SAY Z.N- 1 / O5/lO/O5 THIS CERTIFICATE IS ISSUED AS A MATTER OI~ INFORMATION ONLY AND CONFERS NO I~GHTS UPON THE CERTrFICATE HOLDER. THIS CERTIRCATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERB AFFORDJNG COVERAGE ~;u~J~ ~ (~37) 05/20/04 05/20/05 NA~ # 1,000,000 ~v~ 5,000,000 5,000,000 T~2988701-04 ~X 05/20/04 05/20/05 ~29Eg702-0~ OB 05/20/06 05/20/05 e ~occu~ ~c~s~,~ U~B92~ESO8-04 ~ 05/20/04 05/20/05 ~L~ ~ ~3504S58-03 ~OS 05/20/0~ 05/20/05 C Installation rloa ~97801715 11/01/04 11/01/05 s~ not,ad ~or ad~tloual Cov~age l~o~tton. 10,000,00 Per Occurr Project: Cor~us Ct=istt Znternattoual Atr~ort Runway 13/31 Rehabtlitattou, Pro~ect No. 1080, 1092, 1093 CER~FICATEHCN.DER City of Corfu. Christi Zag~eering serv-lee& &ttn: CoaSt&at ~4ai~t~&tor ~o Box 9277 Co-~U~ C~t,tl ~ 78469 ACORD ~ (~) CICO-Cl CANCELLATION ~__ ~a~RPORATtON t988 Dale: 5/10120Q5 0g:03 AM Page: 3 of 7 I~'1 ~' ~.~ . .~ ..... .. ~:.~.~=;.:.~ .. ~,.. · · , ' ... ''~;i ' ""' '.:.? ' CERTIFICATE ~OI~3ER: City of Cor~ua Chriatt Project: Corpua christi International Air~ort Runway 1S/$1 ~ehabilitatioa, Project No. 1080, 1092, 1095 Wor~ Com~) Includes Waiver of Subrogation as Required by Written Contract, USL&H, OCS a~d Ma~lt4--- at $1,000,000. General Liability iB pr~*r~ & non-coutributor~ when required by %rritten contract. The city of cor~us Christi is named as additional insured on general lia~ility and all autou~bile liability ~olicies. )ZURICH-AMERICAN INSURANCE GROUP COMMERCIAL IqSURANCE V/ Insurance I'o' IhLm covefege par1 provided by:. ZURICH' ^MI[RICAH INSURANCE COMPANY LIABILIT INSURANC COVERAGE CHANGE ENC)ORSEMEI~ lh~ endoreeme~l c~n~m the pef[~. F~mm~ read it cam4u~y. COMMERCIAL GENERAL LIABLLITY COV~JL&GE PART ADDITIONAL ASSUKED ENEX3RSElViE~FI- ~I' tS Lr~DEP-~TOOD AND AOREED THAT COVERAC~ AS ~RO'V~DED BY ~ ~U~ IS E~ ~ R~ ~ ASS~D TO OBT~ ~ AG~ ~OM ~~ B~ ~Y ~ ~ OF WO~ P~O~ ~Y OR ON BE~ ~ ~E N~ ~ ~ ~ PO~ I~ P~M~Y ~0~ cO~B~]~ WH~ ~0~BY W~ CO~, ~]5 ~RS~ SHALL NOT Poi Be~-t-y C~etzact:Lus, LP dba Bay, Ltd, 20, ?004. 7~ch Ameutcaa insurance 2988700- 04 v/ ADDFI3OlqAL GNBURED V// TI~ 9~ 0 i I Miy 10, 200~ 7' Bray Co~m~, LP ~ Bty, ltd. Addltlefld AII~ C~i,.~l A,~t~dm~t~ P. O, Bm 929't The additional lalta'd will reta~ T~u Stsoderd Automotdk Endornment t~reserllmt by Mart], 1 t. 10~2 COMMERCi^ L ~l~ E~LAL L~iL1TY ~/ CG 02 0~ 01 96 ~m~ (~'~:~: R. ~ L~ T~¢ ('P~ed}: Mn.oag~ng Parer TE02 ~CAN~CELLATION PRo~rJsION OR COV~'RAGg. CRANG~, / T~CK.III~ COVl~AG~ FOaM May 20, 2004 the polly effective m~ I~ inc~on dsm ot'~ I~oli~y wdcu I~,~ ok2 i. ~d;c~d ~ TAP 29~0].04 . i'. O. Gc~ 927'7 ~szm (Prtn~): Tl~e CANCTJ,LATION P1/OVI~ION Og COV~J~, CIIANG~ ~II)O~!U~IT WORKERS COMPEP4SAT1ON AND EMPLOYENS LIABILITY I~SU~.AN'cE POLICY WC4Z 06 0! t. l'qu~"d~ofd~,~ndvan,*'c~tic,:: 30 ~ Civ/of Corpu~ ~ P O Box 9277 C~ C'n~, 'VX 7~.69-~277 po]icy lo which t~ is i~cl~d md is eff~*lh~e on Om ~ ~ un.h:.~, ol]~,~'vH~: sl~tcd. r~oh~d on],/when ~ ,=~,d~cz~ i~ Im.,~l ~'b~l~en~ ~, I:n*epm~i~ of ~ policy.) 8mlor~n~m Effective, 05-20- 04 Poli~y No, Ir, z~'~d Raty C~nn~:~ng, ~ d~ B~, Lut. lzmu'mc~ C~.,~y Zud~ Amedcnn 1~ Co WC42 060~ WC350455[- 03 F/ 'N/A N~me of I~raon or,Organization |n~ure~ 11/01/04 Dam ~s e~t ~ e~ ~7801715 ~ P~li~ Berry Contracting, LP dba Bay, Ltd. F.,nd otsement Numbea- 11/01/04 - 05 Policy Peri. od - lnstnll~ion FloWer AWFACHMENT 4 ! ofl