Loading...
HomeMy WebLinkAboutC2009-423 - 8/18/2009 - Approved_ J/ 2009-423 (/~ M2009-227 S ~, G, C T EL L ?=' K O V T 08/18/09 Haeber Roofing Co. S P E C T F 1 L A T I ~ _. _ ~; n F O F: M S O F C 0 N T R A C `P S _~ N D B O N D S F O R Pt.EPP:RED BY: ~~1,~,V~ 5655 SAN FELIPE, SUITE 10(10 ~~ ~ HOUSTON,..T~XAS 77056 ~ ..` ~~ PHONE: 713'-622-1444 ~~ .FAX- 713--968-5333 ~'„qf ~ ~~.~„'~' . .~.o~ .~ I~ ~~:TY PFcOJECT N0 :1 C026r'OR T3EPARTMENT OF ENUIrJEERIi1f~ SERVICE CI'PY OF CORFUS CHRISTI, TEXAS ~FtA~~1IA7G NO: AP .1.28 ~ Pnone: 361138-3500' Fax: 36~1aa0-35t:?1. CORPUS CHRISTI INTERNATIONAL AIRPORT TERMINAL RE-ROOFING PROJECT (OLD WING) - 2008 Project No. 10026 Table of Contents NOTICE TO BIDDERS (Revised 7/5/00) NOTICE TO CONTRACTORS - A (Revised May 2006} Insurance Requirements NOTICE TO CONTRACTORS - 8 Worker's Compensation Coverage for Building or Construction Projects for Government Entities NOTICE TO CONTRACTORS - C (revised 3/05/2000 Notice to Prospective Federally Assisted Construction Contractors NOTICE TO CONTRACTORS - D (Revised 3/05/2001) Notice of Requirements for Affirmative Action to Ensure Equal Opportunity (Executive Order 11246, as amended) PART A - SPECIAL PROVISIONS (Revised 9/1s/oo) 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-5 Time of Completion/Liquidated Damages A-7 Workers Compensation Insurance Coverage A-8 Faxed Proposals A-9 Acknowledgment of Addenda A-10 Wage Rates (Revised 7/5/00) A-11 Cooperation with Public Agencies (Revised 7/5/00} A-12 Maintenance of Services r , ~ T T d TraF~.G_-G^~~--^' (NOT IISBD) A-14 Construction Equipment Spillage and Tracking '~ (NOT USED) }~ ~~ 'n'vsccc v a crux: c '~ A-15 Disposal/Salvage of Materials T , ~ ~ • , ~ ~,c~- „~ (NOT USED) A-18 Schedule and Sequence of Construction ~ }~ „ ~ n ~ r_ (NOT USED) A-20 Testing and Certification n ~~~^~ o.J^^ (NOT USED) A-22 (a) Disadvantaged Business Enterprises (DBE) Participation Goals A-22 (b) Minority/Minority Business Enterprise Participation Policy Revised 10/98) A-23 Inspection Required (Revised 7/5/00) A-24 Surety Bonds n ~5 "R=eo Ta~~ t''^~'r,`'^v=^= NO LONGER APPLICABLE (6/11/98) A-25 Supplemental Insurance Requirements A-27 Responsibility for Damage Claims A-28 Considerations .for Contract Award and Execution A-29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-31 Amended Policy on Extra Work and Change Orders A-32 Amended "Execution of Contract" Requirements A-33 Conditions of Work A-34 Precedence of Contract Documents Table of Contents 1 of 3 An~~ a ' A-35 8}t~Wate~' P~ae~~ ~~ ,, °° ^`'^ NOT IISED A-36 Other Submittals (Revised 9/18/00) n 37 =~ended~~angemeet and ^ha~'ge fer-::~~er ~r~t}she~hy~-~he~- A-38 Worker's Compensation Coverage for Building or Construction Government Entities A-39 Certificate of Occupancy and Final Acceptance A-40 Amendment to Section B-8-6: Partial Estimates ", ^-..^° Ta..• (NOT IISSD) A-42 OSHA Rules & Regulations- A-43 Amended Indemnification & Hold Harmless (9/98) A-44 Change Orders (4/26/99) A-45 As-Built Dimensions and Drawings (7/5/00) A 46 "' ' e#~~g~l~~hle~'ieated Water' ''~~T (NOT IISSD} A 4a ., ^ ~ } • , ~.... ..~: ~~ i~ i„~~ (NOT IISSD) A-48 Overhead Electrical Wires (7/5/00) A-49 Amended "Maintenance Guaranty" (8/24/00) A-50 Amended "Prosecution and Progress" (NOT IISBD) Projects for SUPPLEMENTARY SPECIAL PROVISIONS (the following added by Consulting Engineer) A-51 Dewatering A-52 Rain Delays ~ 53 £dPDEB ~det}ee e€ Inte~tt-S~ns~za= (NOT IISED) ~1 54 "'""'' "^' ^~`_'~ (NOT IISED) A-55 Project Record Documents A-56 Errors and Omissions A-57 Definition of Engineer A 5$ '...•,.,,..,.a e_.. F....... (NOT IISED) A-59 Airport Safety and Security A-60 Computer Generated Proposals SPECIAL PROVISIONS - ATTACHMENT 1 - Sample Computer Printout Corpus Christi International Airport Background Verification Form Corpus Christi Employment and Personal History Form Airport Construction Safety Plaa FAA Advisory Circular 150/5370-28 - Operational Safety oa Airports During Construction. PART B - GENERAL PROVISIONS (rev. NOV/94) PART C - FEDERAL WAGS RATES AND RSQIIIRSMENTS PART T - TECHNICAL SPECIFICATIONS GENERAL REQIIIREMENTS 01010 Summary of Work 01290 Payment Procedures 01312 Coordination and Meetings 07552 Styrene-Butadiene-Styrene (SBS) Modified Bituminous Membrane Roofing 07591 Preparation for Re-Roofing 07710 Manufactured Roof Specialties 07716 Roof Expansion Assemblies Table of Contents 2 of 3 LIST OF DRAWINGS SHEET INDEX SHEET NO. DESCRIPTION ~ TITLE SHEET & SHEET INDEX 2 GENERAL NOTES 3 TERMINAL RE-ROOFING WIND LOAD PLAN 4 TERMINAL RE-ROOFING PLAN NOTICE AGREEMENT PROPOSAL/DISCLOSURE STATEMENT PERFORMANCE BOND PAYMENT BOND Table of Contents 3 of 3 NOTICE TO BIDDERS NOTICE TO BIDDERS Sealed proposals, addressed to the City of Corpus Christi, Texas for: CORPIIS CHRISTI INTERNATIONAL AIRPORT, TEMINAL ROOF REPAIR., which consists of the following: 1)Baae Bid comprised of the repair of sections of the old wing of the terminal roof to the limits shown on the plans. Repair consists of removal of the existing SBS modified bitumen roofing membrane, removal and replacement of only damaged insulation, and replacement of the roofing membrane with a new membrane of SBS modified roofing material meeting the minimum requirements of Section 1505 of the International Building Code for Class B roof assemblies, and designed for "Inland I" Area according to the Texas Department of Insurance classification. The design wind speed shall be 120 MPH (3 second gust}. The design uplift loads shall be as shown on the plans. Roof repair will also consist of removal and replacement of all affected roof vents and drains. All antennae are to remain in service. 2) Additive Bid Alternate No.i comprised of the repair of sections of the old wing of the terminal roof overhang to the limits shown on the plans. Repair consists of removal of the existing SBS modified bitumen roofing membrane and substrate and replacement of with a new membrane and substrate of SBS modified roofing material meeting the minimum requirements of Section 1505 of the International Building Code for Class B roof assemblies, and designed for "Inland I" Area according to the Texas Department of Insurance classification. The design wind speed shall be 120 MPH (3 second gust}. The design uplift loads shall be as shown on the plans. Roof repair will also consist of removal and replacement of all affected flashing. will be received at the office of the City Secretary until 2:00 p.m. on piedneaday, February 18, 2009, and then publicly opened and read. Any bid received after closing time will be returned unopened. A pre-bid meeting is scheduled for Wednesday, February 11, 2009 beginning at 10:00 a.m. The pre-bid meeting will be conducted by the City, at Corpus Christi International Airport, Administrative Office, 1000 International Drive, Corpus Christi, TX 78406. 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 contracts 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 documents 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 and no/100 Dollars ($50.00} as a guarantee of their return in good condition within two weeks of bid date. Documents can be obtained by mail upon receipt of an additional ($10.00) 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/ Pete Anaya, P.E. Director of Engineering Services /s/ Armando Chaps City Secretary Revised 7/5/00 NOTICE TO CONTRACTORS ,- NOTICE TO CONTRACTORS- A INSURANCE REQUIREMENTS Revised May, 2006 A Certificate of Insurance indicating proof of coverage in the following amounts is required: TYPL OF INSURANCE MINIMUM INSURANCE COVERAGE 30-Day Notice of Caacellatioa required oa Bodily Injury aad Property Damage all certificates PER OCCURRENCE / AGGREGATE Commercial General Liability including: $2,000,000 COMBINED SINGLE LIMIT 1. Commercial Form 2. Premises - Operations 3. Explosion and Collapse Hazard 4. Underground Hazard 5. Products/ Completed Operations Hazard 6. Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors g. Personal Injury AUTOMOBILE LIABILITY--OWNED NON-OWNED $1,000,000 COMBINED .SINGLE LIMIT OR RENTED WHICH COMPLIES WITH THE TEXAS WORKERS' WORKERS' COMPENSATION COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT EMPLOYERS' LIABILITY $100,000 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ $2,000,000 COMBINED SINGLE LIMIT ENVIRONMENTAL IMPAIRMENT COVERAGE ^ REQUIRED Not limited to sudden & accidental ® NOT REQUIRED discharge; to include long-term environmental impact for the disposal of contaminants See Section B-6-11 and Supplemental BUILDERS' RISK Insurance Requirements 8 REQUIRED NOT REQUIRED INSTALLATION FLOATER $100,000 Combined Single Limit See Section B-6-11 and Supplemental Insurance Requirements ^ REQUIRED ® NOT REQUIRED Yage 1 oz ~ ^The City of Corpus Christi must be named as an additional insured on all coverages except worker's compensation liability coverage. ^The acme of the project must be listed under "description of operations" on each certificate of insurance. ^For each insurance coverage, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, providing the City with thirty (30} days prior written notice of cancellation of or material change on any coverage. The Contractor shall provide to the City the other endorsements to insurance policies or coverages which are specified in section B-6-il or Special Provisions section of the contract. A completed "Disclosure of Interest" must be submitted with your proposal. Should you have nay questions regarding insurance requirements, please contact the Contract Administrator at 880-3500. Page 2. of 2 NOTICE TO CONTRACTORS - B WORKER'S COMPENSATION INSURANCE REQUIREMENTS Page 1 of 11 Texas Administrative Code TITLE 28 INSURANCE PART 2 TEXAS DEPARTMENT OF INSURANCE, DIVISION OF WORKERS' COMPENSATION CHAPTER il0 REQUIRED NOTICES OF COVERAGE SUBCHAPTER-B EMPLOYER NOTICES RULE §110.110 Reporting Requirements for Building or Construction Projects for Governmental Entities (a) The following words and terms, when used in this rule, shall have the following meanings, unless the context clearly indicates otherwise. Terms not defined in this rule shall have the meaning defined in the Texas Labor Code, if so defined. (1) Certificate of coverage (certificate)--A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a workers' compensation coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees (including those subject: to a coverage agreement) providing services on a project, for the duration of the project. (2) Building or construction--Has the meaning defined in the Texas Labor Code, (3) Contractor--A person bidding for or awarded a building or construction project by a governmental entity. (4) Coverage--Workers' compensation insurance meeting the statutory requirements of the Texas Labor Code, §401.011(44). (5) Coverage agreement--A written agreement on form TWCC-81, form TWCC-82, form TWCC-83, or form TWCC-84, filed with the Texas Workers' Compensation Commission which establishes a relationship between the parties for purposes of the Texas Workers' Compensation Act, pursuant to the Texas Labor Code, Chapter 406, Subchapters F and G, as one of . employer/employee and establishes who will be responsible for providing workers' compensation.coverage for persons providing services on the project. (6) Duration of the project--Includes the time from the beginning of work on the project until the work on the project has been completed and accepted by the governmental entity. (7) Persons providing services on the project ("subcontractor" in §406.096 of the Act}--With the exception of persons excluded under subsections (h) and (i) of this section, includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes but is not limited to independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of ` ~ any such entity, or employees of any entity furnishing persons to perform services on the project. Page 2 of 11 "Services" includes but is not limited to providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. (8)'Project--Includes the provision of all services related to a building or construction contract for a governmental entity. ° (b) Providing or causing to be provided a certificate of coverage pursuant to this rule is a representation by the insured that all employees of the insured who are providing services on the project are covered by workers' compensation coverage, that the coverage is based on proper reporting of classification codes and payroll amounts, and that all coverage agreements have been filed with the appropriate insurance carver'or, in the case of aself-insured, with the commission's Division ofSelf-Insurance Regulation. Providing false or misleading certificates of coverage, or failing to provide or maintain required coverage, or failing to report any change that materially affects the provision of coverage may subject the contractor or other person providing services on the project to administrative penalties, criminal penalties, civil penalties, or other civil actions. (c) A governmental entity that enters into a building or construction contract on a project shall: (1) include in the bid specifications, all the provisions of paragraph (7) of this subsection, using the language required by paragraph (7) of this subsection; . (2) as part of the contract, using the language required by paragraph (?) of this subsection, require the contractor to perform as required in subsection (d) of this section; (3) obtain from the contractor a certificate of coverage far each person providing services on the project, prior to that person beginning work on the project; (4) obtain from the contractor a new certificate of coverage showing extension of coverage: (A) before the end of the current coverage period, if the contractor's current certificate of coverage shows that the coverage period ends during the duration of the project; and (B) no later than seven days after the expiration of the coverage for each other person providing services on the project whose current certificate shows that the coverage period ends during the duration of the project; (5) retain certificates of coverage on file for the duration of the project and for three years thereafter; (6) provide a copy of the certificates of coverage to the commission upon request and to any person entitled to them by law; and (?) use the language contained in the following Figure I for bid specifications and contracts, without any additional words or changes, except those required to accommodate the specific document in which they are contained or to impose stricter standards of documentation: Attached Graphic Page 3 of 11 (D} provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and. (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each other person with whom it contracts, to perform as required by subparagraphs .(A)-(H) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. ~_. (e) A person providing services on a project, other than a contractor, shall: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; . (2) provide a certificate of coverage as required by its contract to provide services on the project, prior to beginning work on the project; (3) have the following language in its contract to provide services on the project: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of aself-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions." (4) provide the person for whom it is providing services on the project, prior to the end of the coverage period shown on its current certificate of coverage, a new certificate showing extension of coverage, if the coverage period shown on the certificate of coverage ends during the duration of the project; (5) obtain from each person providing services on a project under contract to it, and provide as required by its contract: (A) a certificate of coverage, prior to the other person beginning work on the project; and (B) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; Page 5 of 11 (6) retain all required certificates of coverage on file for the duration of the project and for one ,_ year thereafter; (7) notify the governmental entity in writing by certified mail or personal delivery, of any change that materially affects the provision of coverage of any person providing services on the project and send the notice within ten days after the person knew or should have known of the change; and (8) contractually require each other person with whom it contracts to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to it prior to that other person beginning work on the project; (C) include in all contracts to provide services on the project the language in paragraph (3) of this subsection; (D} provide, prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person under contract to it to provide services on the project, and provide as required by its contract: (i} a certificate of coverage, prior to the other person beginning work on the project; and - (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on~the current certificate of coverage ends during the duration of the contract; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and . (H) contractually require each person with whom it contracts, to perform as required by this subparagraph and subparagraphs (A)-(G} of this- paragraph, with the certificate of coverage to be. provided to the person for whom they are providing services. (f) If any provision of this rule or its application to any person br circumstance is held invalid, . the invalidity does not affect other provisions or applications of this rule that can be given effect without the invalid provision or application, and to this end the provisions of this rule are declared to be severable. (g) This rule is applicable for building or construction contracts advertised for bid by a _ . governmental entity on or after September 1, 1994. This rule is also applicable for those building or construction contracts entered into on or after September 1, 1994, which are not required by law to be advertised for bid. Page 6 of 11 (h) The coverage requirement in this rule does not apply to motor carriers who are required pursuant to Texas Civil Statutes, Article 6675c, to register with the Texas Department of Transportation and who provide accidental insurance coverage pursuant to Texas Civil Statutes, Article 6675c, §4{j). (i) The coverage requirement in this rule does not apply to sole proprietors, partners, and corporate officers who meet the requirements of the Act, §406.097(c), and who are explicitly excluded from coverage in accordance with the Act, §406.097(a) (as added by House Bill 1089, 74th Legislature, 1995, § 1.20). This subsection applies only to sole proprietors, partners, and corporate executive officers who are excluded from coverage in an insurance policy or certificate of authority to self-insure that is delivered, issued for delivery, or renewed on or after January 1; 1996. Source Note: The provisions of this § 110.110 adapted to he effective September 1, 1994, 19 TexReg 5715; amended to be effective November- 6, 1995, .20 TexReg 8609 Page 7 of ~I 1 T28S 110.110(c)(7) Article .Workers' Compensation Insurance Coverage. A. Definitions: - ' Certificate of coverage ("cert f Cate')- A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- 82, TWCC-83, or TWCC 84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project -includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in X406.096) -includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person- contracted directly with the contractor and regardless of whether that person has employees. This includes, :without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees. of any such entity, or employees of any entity which furnishes persons to provide services ~on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" (- does not include activities unrelated to the project, such as food/beverage vendors, off ce supply deliveries, and delivery of portable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to . being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after. receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. Page 9 of 11 F. The contractor shall retain all required certificates of coverage for the duration of the project ~_. and for one year thereafter.. G. The contractor shall notes the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verb coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new cert~cate of coverage - showing. extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts, and provide to the contractor: (a) a cert~cate of coverage, prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the. current certiftcate of coverage ends during the duration of the project; (S) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notes the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of aself-insured, with the commission's Division of Self- Page 10 of 1 I Insurance Regulation. Providing false or misleading information may subject the contractor to ~ - administrative penalties, criminal penalties, civil penalties, or other civil actions. K The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. r' Page 11 of 11 ~ - 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 prior to the award of a federally-assisted construction contract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity Clause. 2. Contractors receiving federally-assisted-construction contract awards exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause will be required to provide for the forwarding of the following notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity Clause. NOTE: The penalty for making statements in offers is prescribed in 18 U.S.C. 1001. Notice to Prospective Subcontractors of Requirement for Certification of Nonsegregated Facilities 1. A Certification of Nonsegregated Facilities must be submitted prior to the award of a subcontract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity Clause. 2. Contractors receiving subcontract awards exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause will be required to provide for the forwarding of this notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity Clause. NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. A copy of the Certification of Non-segregated. Facilities (for contracts over $10,000) is located in the Federally Required Language section of this document. Federally Mandated Construction Contract Language Revision 1-March 6, 2001 NOTICE TO CONTRACTORS - D 4~ (for contracts over $10,000) 1. The Offerer's or Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Opportunity Construction Contract Specifications" set forth herein. 2. The goals and timetables for minority and female participation, expressed in percentage terms for the contractor's aggregate workforce in each trade on all construction work in the covered area, are as follows: Timetables Goals for minority Goals for female participation for each participation in each trade trade Insert goals for Insert goals for each year each year These goals are applicable to all the contractor's construction work (whether or not it is Federal or federally assisted) performed in the covered area. ff •the contractor performs construction work in a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed. With regard to F 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 efforts to 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 contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from contractor to contractor or from project to project, for the sole purpose of meeting the contractor's goals, shall be a violation of the contract, the Executive Order, and the regulations in 41 CFR Part 60-4. Compliance with the goals wilt. be measured against the total work hours performed. 3. The contractor shall provide written notification to the Director, OFCCP, within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The not cation shall list the name, address, and telephone number of the subcontractor; employer identification number of the subcontractor; 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, the "covered area" is Corpus Christi, Nueces County, Texas. Federally Mandated Construction Contract Language Revision 1-March 6, 2001 PART A SPECIAL PROVISIONS ~~. 1. CORPIIS CHRISTI INTERNATIONAL AIRPORT TERMINAL RE-ROOFING PROJECT (OLD WING) - 2008 Project No. 10026 SECTION A - SPECIAL PROVISIONS A-1 Time and Place of Receiving Proposals/Pre-Bid Meetin Sealed proposals will 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, February 18, 2009. Proposals mailed should be addressed in the following manner: City of Corpus Christi City Secretary's Office 1201 Leopard Street Corpus Christi, Texas 78401 ATTN: 8ID PROPOSAL - COR A pre-bid meeting will be held on Wednesday, February il, 2009, beginning at 10:00 a.m. The pre-bid meeting will convene at Corpus Christi International Airport, Administrative Office, 1000 International Drive, Corpus Christi, TX 78406. No additional or separate visitations will be conducted by the City. A-2 Definitions and Abbreviations Section B-1 of the General Provisions will govern.. A-3 Description of Project CORPIIS CHRISTI INTERNATIONAL AIRPORT TERMINAL RE-ROOFING PROJECT (OLD WING) - 2008, consists of the following: 1)Base Bid comprised of the repair of sections of the old wing of the terminal roof to the limits shown on the plans. Repair consists of removal of the existing SBS modified bitumen roofing membrane, removal and replacement of. only damaged insulation, and replacement of the roofing membrane with a new membrane of SBS modified roofing material meeting the minimum requirements of Section 1505 of the International Building Code for Class B roof assemblies, and designed for "Inland I" Area according to the Texas Department of Insurance classification. The design wind speed shall be 120 MPH (3 second gust). The design uplift loads shall be as shown on the plans. Roof repair will also consist of removal and replacement of all affected roof vents and drains. All antennae are to remain in service. 2) Additive Bid Alternate No.l comprised of the repair of sections of the old wing of the terminal roof overhang to the limits shown on the plans. Repair consists of removal of the existing SBS modified bitumen roofing membrane and substrate and replacement of with a new membrane and substrate of SBS modified roofing material meeting the minimum requirements of Section 1505 of the International Building Code for Class B roof assemblies, and designed for "Inland I" Area according to the Texas Department of Insurance classification. The design wind speed shall be 120 MPH (3 second gust). The design uplift loads shall be as shown on the plans. Roof repair will also consist of removal and replacement of all affected flashing. Secrion A - SP (Revised 9/18/00) Page 1 of 30 A-4 Method of Award The bids will be evaluated based on the following order of priority, subject to availability of funds: 1. Total Base Bid 2. Total Base Bid plus Additive Bid 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 in the best interest of the public. Explanation of Proposal Form - Allowances (Base Sid item 2): The Allowances included in the Proposal Form are for bidding purposes only and not a guaranteed payment .amount. Final payment for each allowance will be negotiated for work performed and for such sums as may be acceptable to the. Owner. The allowances include costs to Contractor of all materials, labor and equipment required to complete the bid item. Prior to final payment, an appropriate Change Order will be issued to reflect the amount due to the Contractor on account of work covered by allowances, and the Contract Price shall be correspondingly adjusted. A-5 Items to be Submitted with Proposal The following items are required to be submitted with the proposal: 1. 5% Bid Bond (Must reference CORPIIS CHRISTI INTERNATIONAL AIRPORT TERMINAL RE-ROOFING PROJECT (OLD WING) - 2008, Project No. 10026 as identified in (A Cashier's Check, certified check, money order or bank draft from nay State or National Sank will also be acceptable.) 2. Disclosure of Interests Statement A-6 Time of Completion/Liquidated Damages The working time. for completion of the Project will be one hundred twenty (120) calendar days. 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 Compensation Insurance Coverage If 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 Secrion A - SP (Revised 9/18/00) Page 2 of 30 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 Acknowledgment of Addenda 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 on the proposal, failure to acknowledge receipt, and a subsequent interpretation of non-receipt, could have an adverse effect when determining the lowest responsible bidder. A-10 Wage Rates {Revised 7/5/00) Labor preference and wage rates ,for building construction. I~t ease e€ ee3}€liet, w ,, w; 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 in 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, or 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, workmen, 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 will also .obtain copies of such certified payrolls from all subcontractors and others working on the Project. These documents will also be submitted to the City Engineer bi-weekly. (See section for Minority/Minority Business Enterprise Participation Policy for additional requirements concerning the proper form and content of 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-1-1, Definition of Terms, and Section B-7-6, Working Hours.) A_-11 Cooperation with Public Agencies (Revised 7/5/00) The Contractor shall cooperate with all public and private agencies with facilities operating within the limits of the 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 Dig Tess at 1-800-344-8377, the Lone Star Notification Company at 1-800-669-8344. For the Contractor's convenience, the. following telephone numbers are listed. SectionA-SP (Revised 9118/00) Page 3 of 30 City Engineer CCIA Facilities Manager Project Engineer A/E Project Engineer/Architect PGAL City Traffic Engineer Police Department Water Department Wastewater Department Gas Department Storm Water Parks & Recreation Solid Waste Services American Electric Power (AEP) Southwestern Bell Tel. Co. (SBC) City Street Div. for Traffic Signal/Fiber Optic Locate Cablevision ACSI (Fiber Optic) Century Telephone ChoiceCom (Fiber Optic) CAPROCK (Fiber Optic) Brooks Fiber Optic (MAN). A-12 Maintenaace of Services 361/826-3500 361/289-0171 ext 1236 361/289-0171 ext.1223 713/622-1444 (direct 713/968-9375) 826-3540 882-1911 826-1880 (826-3140 after hours) 826-1818 (826-3140 after hours) 885-6900 (885-6900 after hours) 826-1881 (826-3140 after hours) 826-3461 826-1970 299-4833 {693-9444 after hours) 881-2600 (1-800-824-4424 after hours) 826-1946 826-1960 826-5000 (826-5060 after hours) 887-9200 (Pager 800-724-3624) 225-214-1169 {Mobile 225-229-3202) 881-5767 (Pager 850-2981) 512/935-0958 (Mobile) 972/753-4355 The Contractor shall take all 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 field work as normally deemed necessary for the construction of this type of project with regard to the location and nature of .underground utilities, etc. However, the accuracy and completeness 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 maintain the services in continuous operation at his own expense. In the event of damage to underground utilities, whether shown in the drawings or not, the Contractor shall make the necessary repairs to place the utilities back 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, all with the approval of the City Engineer. Sewage or other liquid must not be pumped, bailed or flumed over the streets or ground surface and Contractor must pay for all fines 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 City Engineer at no increase in the .Contract price. Materials for repairs, adjustments or relocations of sewer service lines must be provided by the Contractor. _ ~ e a r a en.~..tce . n..-.~..... (NOT IISBD) Section A - SP (Revised 9/18!00) Page 4 of 30 .~ ° r r ~ A 14 Coastructioa gquipment Spillage aad 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 must be used where necessary to keep these roadways clear of job-related materials. Such work must be completed without any increase in the Contract price. Streets and curb line must be cleaned at the end of the work day or more frequently, if necessary, to prevent material 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. ~- , ~ ~ +- • ~k~=~- (NOT IISHD) ~ • a. - - 7-. -+ - a-1. ' ri-L. F jam.. ~~Tet~terda} s e~tca .. A-16 Disposal/Salvage of Materials Old roofing material and other unwanted material becomes the property of the Contractor and must be removed from the site by the Contractor. The cost of all hauling is considered subsidiary; therefore, no direct payment will be made to Contractor. ~ ~+ 4 • ~ a ^~F~-°a (NOT IISSD) ~~ae~e~---'£he~ez-mss segaz~t~~, r F Section A - SP (Revised 9/18/00) Page 5 of 30 A-18 Schedule aad Sequeace o£ Constructioa The Contractor shall submit to the City Engineer a work plan based only on calendar days. This plan must detail 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: 1. Initial Schedule: Submit to the City Engineer three (3) days prior to the Pre- Construction Meeting an initial 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 submittal dates required for all submittals. 4. Re-Submission: Revise and resubmit as required by the City Engineer. S. Periodic Update: Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. 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 close coordination can be maintained with the director of Aviation and with other contractors. Threshold displacements and closing of portions of taxiways and aprons will be required for proper execution of the work. Airport Operations requires a minimum of three (3) days notice prior to displacing thresholds or closing any portion of a taxiway or apron. Notice to Airmen (NOTAM'S) will .be filed by the Airport Operations Manager or by Public Safety personnel. d4 ~a°-~'6a6~i`'~e~~e$ $~'6~eEc ~ar'~r614~ '° ^^~`"^' (NOT IISBD) es~s~ree~ a-=PraTeet e€ t-h}e ~-metre. ee~rel-a€ the~:e~~: SL, ~~~~~~ sans G.z"AriGSeZi, i~ ° ° ~~ __ - -_ _ ____L ..~~e.~ .~~ r~F 1 r -M } at-ne-east to tie-Ce~traete~~-~~ sa~ nee as n pant P~eTeet--gig cv:xo a ~ eees n..... a. ,..., ,, a- ..~- i i i t d } ~ }Mien e€ tfte ^:'- , i~ bhe e ~ t}ems ~f Co=:~Q=za==G =reTeet o e er E~g eer-~~ ~ v , p a Section A - SP (Revised 9/18/00) Page 6 of 30 tions (top_of pipe and flow ine) {TXDOT and RR permits). - - T.T. ~ ~„ ~,.. F _,. ~,.... 'ma'r r _ +'F ~ ~ GIZGS ac h ~ 1 /'' F l i- I- In 1 ., ~ . T l 1 * T ~- In Fl l a ~- = i.. 1 'c SL v ac . A-20 Testiag and Certificatioa 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 all applicable certifications to the City Engineer. A 21 ~~e~eet8 (NOT IISED) . .. ~...~ ~-J-' -'__-_ A 22 (a) Disadvantaged Business Enterprises (DBE) Partici ation Goals 1. INTRODUCTION A. 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 4.98%. B. These goals are applicable to all the construction work (regardless of federal participation) performed in the Contract, including approved Section A - SP (Revised 9/18/00) Page 7 of 30 change orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from project to project for the sole. purpose of meeting the Contractor's percentage is prohibited. C. All governmental 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 DBE 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 obtained through your local certifying entity * in accordance with 49 CFR Part 26 for firms wanting to perform work as a DBE on federally assisted contracts. 2. DEFINITIONS A. Affiliate - firms are affiliates of each other when, directly or indirectly, a firm or a 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 an affiliation. In determining whether affiliation exists consideration shall be given to such factors as: common ownership, common management, and contractual relationships. B. Commercially 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 (DBE} - 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 51 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 operations are controlled by one or more of the socially and economically disadvantaged 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 community 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 Section A - SP (Revised 9/18/00) Page 8 of 30 groups of Africa. (3) Hispanic Americans - includes persons 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, Burma (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), the Commonwealth of the Northern Marinas Islands, Macao, Fiji, Tonga, Kiribati, Juvalu, Nauru, Federated States of Micronesia, or Hong Kong. (6} Subcontinent Asian Americans - includes persons whose origins are from India, Pakistan, Bangladesh, Bhutan, the Maldives 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. 3. ELIGIBILITY STANDARDS To determine a firm's eligibility to participate in the DBE program, the firm's business size, social and economic disadvantage, ownership and control (including independence) will be evaluated. The standards set forth in 49 CFR Part 26 will be used by the certifying entity. The following is~a summary of the eligibility standards set forth in 49 CFR Part 26. {1) 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. (1)-(8) and is so regarded by that particular community. However, 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 viability does not depend on its relationship with another firm or firms. The ownership and control by disadvantaged individuals shall be real, substantial, and continuing. It shall go beyond the pro forma ownership of the firm as reflected in its ownership documents. The disadvantaged 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 examination of the substance rather than form of arrangements. Recognition of the business as a separate entity for tax or corporate .purposes is not necessarily sufficient for recognition as a DBE. In determining whether a potential DBE is an 'independent business, the following will be considered: (Ya) Relationships with non-DBE firms in such areas as personnel, facilities, equipment, financial and/or bonding support, and other resources. Section A - SP (Revised 9/18100) Page 9 of 30 (b) Present or recent employer/employee relationships between the disadvantaged owner and non-DBE firms or persons associated with non-DBE firms. (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 shall also possess the power to direct or cause the direction of the management 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 shall not be subject to any formal or informal restrictions, which limit the customary discretion of the disadvantaged individual. There shall be 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 individual, from making a business decision of the firm. (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 the power to control the firm, or be disproportionately responsible for the operations of the firm. The disadvantaged owners may delegate areas of management, policy making, or daily operations of the firm, but such delegations must be revocable and the disadvantaged owners must retain the power to hire 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 intelligently and critically evaluate 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-making. Generally, expertise limited to office management, administration, or bookkeeping functions unrelated to the principal business activities of the firm is insufficient to demonstrate control. (6) All securities, which constitute ownership and/or control of a corporation for purposes of establishing it as a DBE, shall be held directly by disadvantaged individuals. No securities held in trust or/by any guardian for a minor shall be considered as held by disadvantaged individuals in determining the ownership or 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 individual is the sole grantor, beneficiary, and trustee. (7) The contributions of capital or expertise by the disadvantaged .individual to acquire interest in the firm shall be real and substantial. Examples of insufficient contributions include a promise to contribute capital, an unsecured note payable to the firm or its owners who are not socially and economically disadvantaged, or the mere. participation as an employee rather than as a manager. If Secrion A - SP (Revised 9/18/00) Page 10 of 30 marital assets are used to acquire ownership the applicant's spouse must irrevocably renounce and transfer all rights in the ownership interest. (8) To be 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 4. INSTRUCTIONS A. All businesses and trucking firms seeking to be certified as a DBE must complete the entire affidavit. All questions must be answered and alI information requested must be submitted. The applications must be legible, complete, signed, dated, and notarized to be accepted for review. Failure to provide the requested documents with the application will delay processing of your application. 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 as a DBE, the business will be added to the TUCP directory. The directory will show the name of the business, address, telephone number, and categories of work. A business may ask for expanded work capabilities as it acquires experience in new areas. D. when a business is denied initial certification it will receive a letter of explanation from the certifying entity of why it was denied certification. The firm may appeal to the certifying entity, in writing, fora review of their file or directly to the U.S. Department of Transportation (DOT). To appeal a decision to DOT, the business owner(s) must submit a letter giving the reason(s) he or she believes that the business should be certified. Send the letter directly to the following: DOT Office of Civil Rights U. S. Department of Transportation 400 Seventh Street, SW, Room 2104 Washington, DC 20590 NOTE: The appeal to DOT must be filed no later than 90 days from the postmark date of the certification denial. A business that is denied certification by a certifying entity may not reapply for at least 12 months from the date of the final decision. A business that is decertified may not reapply for certification for at least 12 months from the date of the final decision. A copy of the decertification notice will be forwarded to TUCP database repository. A business that appeals to the U.S. Department of Transportation cannot reapply to the certifying entity until°a final decision has been rendered on the appeal or 12 months, whichever is longer:. E. If you are a Woman, Black American, Hispanic American, Native American, Asian Pacific American, or Subcontinent Asian American, you are presumed to be socially and economically disadvantaged. Other persons knowing of your actual social and economic condition, living standards, success in business, and other factors have the right to challenge your recognition and certification as a DBE. If your status is challenged, you will be given every opportunity to offer a defense. The challenge will be fully investigated, heard, and a final determination made. F. Third party complaints: If any person has reason :to believe that a business has been wrongly granted certification as a DBE, trey may advise the Section A - SP (Revised 9/18/00) Page 11 of 30 certifying entity. A thorough investigation will be initiated upon receipt of a signed complaint. A complaint may also be submitted directly to the U.S. DOT. 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 delayed in its processing. Use additional sheets as necessary and reference the specific item(s) you are addressing. A business must be functional and operating before applying for certification It must possess the resources to perform the work in which it is requesting to be certified. By submitting this application and the accompanying information the firm is authenticating the veracity and accuracv of the statements made in application. A-22 (b) Minority/Minority Business Enterprise Participation Policy (Revised 10/98) 1. POl1C 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 a. Prime Contractor: Any person, firm, partnership,. corporation, association or joint venture as herein provided which has been awarded a City contract. b. Subcontractor: Any named person, firm, partnership, .corporation, association, or joint venture as herein identified as providing work, labor, services, supplies, equipment, materials or any combination of the foregoing under contract with a prime contractor on a City contract. c. Minority Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s). Minority 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 collectively own, operate and/or actively manage, and share in payments from such an enterprise in the manner hereinafter set forth: 1. Owned (a) For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. (b) For an enterprise doing business as a partnership, at least 51.0% of the assets or interest in the partnership property must be owned by one or more minority persons}. (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). 2. Controlled The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s). Section A - SP (Revised 9/18/00) Page 12 of 30 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. d. Minority: See definition under Minority Business Enterprise. e. 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. f. Joint Venture: A joint venture means an association. of two or more persons, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the work to be performed by the joint venture. For example, a joint venture which is to perform 50.0% 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 joint venture must have either financial, managerial, or technical skills in the work to be performed by the joint venture. 3. 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 follows: Minority Participation Minority 8usiaess Saterprise (Percent) Participation (Percent). 45~ 15~ b. These goals are applicable to all the construction work (regardless of federal participation) performed in the Contract, including approved change orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's percentage is prohibited. 4. Compliance a. Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer. b. 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.- Along with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi-weekly payrolls in a timely fashion or to submit overall participation information as required. Secrion A - SP (Revised 9/18/00) Page 13 of 30 A-23 Inspection Required (Revised 7/5/00) 1. r .. ..~. i~fl~ee~~en a€fer fir e.,~ , .. a a .. a. <„ ... The Contractor shall assure the appropriate building inspections by the Building Inspection Division at the various intervals of work for which a permit is required and to assure a final inspection after the building is completed and ready for occupancy. Contractor must obtain the Certificate of Occupancy, when applicable. Section B-6-2 of the General Provisions is hereby amended in that the Contractor must pay all fees and charges levied by the City's Building Inspection Department, and all other City fees, including water/wastewater meter fees and tap fees as required by City. A-24 Surety Bonds Paragraph two (2} of Section B-3-4 of the General 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. .All 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 (ZO%) 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 (10%} of the Surety Company's capital and surplus with reinsurers) authorized to do business in the 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 through the State Board of Insurance as of the date of the last annual 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 excess 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." ., ~ ~_, .. .~._~ 4.. _..: (NOT USED) J 1 f ' , P~~~e T ~~,. ~ F me._»... ,, Section A - SP (Revised 9/18/00) Page 14 of 30 3 . Preside ' '' ~ F ~ ~- • l F F .....:.. 1 ~, Epee}se, and die eel}€}eate '- `'' "'' A-26 Supplemental Iasuraace Requirements For each insurance 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 material change that reduces or restricts the insurance afforded by this coverage part, each insurer covenants to mail prior written notice of cancellation or material change to: 1. Name: City of Corpus Christi Engineering Services Department Attn: Contract Administrator 2. Address: P.O. Box 9277 Corpus Christi, Texas 78469-9277 3, Number of days advance notice: 30 The Contractor shall provide to the City Engineer the signed endorsements, or copies thereof certified by the insurer, within thirty (30) calendar 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 compensation insurance coverage for all employees of the Contractor employed on the Project described in-the Contract. For each insurance 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 that the City is an additional insured under the insurance policy. The City need not be named as additional insured on Worker's Compensation coverage. For contractual liability insurance coverage obtained in accordance with Section B- 6-11 (a) of the Contract, the Contractor shall obtain an endorsement to this coverage stating: Contractor agrees to indemnify, save harmless and defend the City, its agents, servants, and employees, and each of them against and hold it and them harmless from 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 damage to any property, which may arise or which may be alleged to have arisen out of or in connection with the work covered by this Contract. The foregoing indemnity shall apply except if such injury, death or damage is caused directly by the negligence or other fault of the City, its agents, servants, or employees or any person indemnified hereunder. Section A - SP (Revised 9118/00) Page 15 of 30 A-27 Responsibility for Damage Claims Paragraph (a) General Liability of Section B-6-11 of the General Provisions is amended to include: Contractor must provide builders risk insurance coverage for the term of the Contract up to and including the date the City finally accepts the Project or work. Builders Risk coverage must be an "All Risk" form. Contractor must pay all costs necessary to procure such builders risk insurance coverage, including any deductible. The City must be named additional insured on any policies providing such insurance coverage. A-28 Consideratioas 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: 1. 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 2. Whether there are any outstanding unpaid claims against bidder for services or materials supplied which relate to any of its projects begun 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 Coatractor's Field Administratioa 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: 1. The superintendent must rive at least five (5) years recent experience 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. 2. Foremen, if utilized, shall have at least five (5) years recent experience in similar work and be subordinate to the superintendent. Foremen canxiot act as superintendent without prior written approval from the City. Documentation 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) Page 16 of 30 Such written approval of field administration staff is a prerequisite to the City Engineer's obligation to execute 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 Contract. If the Contractor fails to obtain prior written approval of the City Engineer concerning any substitutions or replacements in 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 "General 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 major components of the work; 2. A list of the products to be incorporated into the Project; 3. A schedule of values which specifies estimates of the cost for each major component of the work; 4. A schedule of anticipated monthly payments for the Project duration. 5. The names 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. 6. 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 perform work on the Project. The Contractor shall obtain written approval by the City Engineer of all of its subcontractors 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 Engineer retains the right 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 will result in an increase in the Contract price. Failure of the Contractor to comply with this provision constitutes a basis upon which to annul the Contract pursuant to Section B-7- 13; 7. A preliminary progress schedule indicating relationships between the major components of the work. The final progress schedule must be submitted to the City Engineer at the pre-construction conference; 8. 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 (Revised 9/18/00) Page 17 of 30 9. Documentation as required by Special Provision A-35-R, if applicable. 10. Within five (5) days following bid opening, submit is letter form, information identifying type of entity and state, i.e., Texas (or other state) Corporation or Partnership, and name(s) and Title(s) of individual(s) authorized to execute contracts oa behalf of said entity. il. Documentation showing proof of Disadvantaged Business Enterprise (D881 requirement compliance. A-31 Amended Policy oa Extra Work and Change Orders Under "General Provisions and Requirements for Municipal Construction Contracts" B- 8-5 Policy on Extra Work and Change Orders the present text is deleted and replaced with the following: 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 Amended °Sxecutioa of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" B- 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, against 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 Conditions of Work Each bidder must familiarize himself fully with the conditions relating to the completion of the Project. Failure 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 referred to is Special Provision A-1. A-34 Precedence of Contract Documents 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 given to the construction 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), construction plans, referenced specifications, Standard Specifications, and General Provisions, in that order. A 35 City Watee gaeilities c~° -, ~~"~.:" ~''~ NOT IISSD ===o=-ze=ge~fe~}ng we~~E at a~~G }t}~-iaate~~ f~aeili~~t~ie-Ge~~'~aete~~s Section A - SP (Revised 9/18/00) Page 18 of 30 ~- 11 i i i wi...~. ~ ~1~ i S - ~ ac TL /'~ y~c-~v ti~.c~v..+..~ . c / y~ i c 7 yPG= ___--- -_ _ __ _ _ F 1 i T l l 1n ' } w i 1. .. } ,., a Y.. i ~~~e N ~Q~ r /~ i ' i ' i\'1 a.Z1T~i~~~1s a. 3 ~w A.~.... G'1 ,q }w ...Y.13.~ ~-~cc~'~8~9 a ~3 rptlte~3~ r . i i r ' ' =~e ~ 1.,..1 l daed- e~ moo,. s,.~== U.. ...1~ "r side. °1__. 1 ~ .--- ~ --T-T.~~~ ~e~ 1i } a --- +- 11 } A a„~i~ QTT4 flfl4fl TO'A TTfl1T /T/111R~07~^TAa ~ Q A1T- ~ ~ ~ 1 1w i ~.. a'; Section A - SP (Revised 9/18/00) Page 19 of 30 -~ ~e~t~aete~ vet}ekes ~tt~st ~e ' °,~'' err-~i~~ Wa~e~ ~e~a~~ate~~sta€€ ~~ -~~ 3~e~e~-va~~~ ee~pa~~~tat~te ** `^ ° °, '' • , , , a ~ ., fey' ~e~~'ea-vae~3f e~ a~ d}~•ee~e~-~~E}t~~~Tate~-~~a~t~e~t ^^°~ €~e t} a~}€iea~ies:s ~ ~~~ 8 ~e~~ mw: ,. . ~ vv ae-~~~}~e~ ~~~t 3~h?.'c~eB,--AU~~ ag ee 3-z:e~~~FEF~~ ~ c~ cv; FEFe~~€~ea~~e~33S, .•a a: ~:.. : ,,,.,-, _ .. ^ ` -- se~eet}ems, €~~ }sft}erg ~ , , °n} ~ M„ ~, ~, a ,. ,. ., .,a / , deQi~g, eat}~ se€zwa~e epee}€i ~•at}erg, e~~ e~ e~ ~ae}~tg~rr-o~ °- ~' ~'^ "' ' F' "'}' °r° ~ die ~$-rcg~~a~~y-e~gage~• ~~zrcrv'~.-ayrs~e~F! ~1~3~33ess, -aid vaas~ed~a~e~~ ~ r 1+ z r F [cc yyy=iC yi im- r--~ -- -~ - ~ , bra--c r„ ~- ~- +- ~~',~s•a ~ ~~ c- ~, ~ ,., ..,.,, j, , F cm"a-v Y tue ~.. F a .,..,: ~ a ~ ~ 4-,.. L, l / ,,.,. F " .' .. ,.. - „~ +- l r / : °a ~,,, ,~ , ~ e~~a 3 few .,~ , ° _ °} ~ ,~_ : r ge Zvir N rv J ~~; e~ apt-~~•ee~~~ea °r ~ ~ ~~g thi ~ee~-€e-Qa~e s ~~~Tee~ w~~ ~r-is° e have ~F..'^^' ^`,,, }''s ,., e 5. ~Fe->~~~e~s--ge~ses~e - - , a- a ..F ., ,..,-, ~.. ~ „ • r fey' ~..,., n..,., ~.,,.., ,.. ' ~t t ~] / / ~~. ..~..FF°a a ,. r r a m. ~=~~a=ors a-Pe~ata~e~ ~. eat}i3~•a~e, a~~-g~•eg~a~ ~~ ~ € } , e ,.j,,. e~t ..°m° ,.~ .,:F.,.a dad}e~ €s ~ ,",.v,.:_ ~e--~~~e~~ of ewe egt~~ s ~t~~ ~Fe-~~a~~ ~~~~t}eat, „ .,~ t ~~ ' ~ ,.~, 9 *T ~ • Yr c+- rT ~ , , ,.. ~-,., r T ~ .. a ~ nl ~ .. F • , , e €sa~ee a a---=new-~e~ ° ~~ ~ • ~ ,. ~ a~~ €i~~e~-a„ } ~', " ","' -P~e a s =~~e~~~ae~e~ as- e~a~~~e a~~ }s met i~rt '£~e Ee~~~ae•~s~• ttee e~~- ~ s~ o , , F '''^ a w '"" Section A - SP (Revised 9/18/00) Page 20 of 30 A-36 Other Submittals 1. Shop Drawing Submittal: The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: a. Quantity: Contractor shall submit number required by the City to the City Engineer or his designated representative. --~ r 1 c. 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 number(s), and specification Section number, as appropriate, on each submittal form. d. Contractor's Stamp: Contractor must apply Contractor's stamp, 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. e. 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. f. Marking: Contractor must mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to .provide information unique to this Project. g. Variations: Contractor must identify any proposed variations from the Contract documents and any Product or system limitations which may be detrimental to successful performance of the completed work. h. Space Requirements: Contractor must provide adequate space for Contractor and Engineer review stamps on all submittal forms. I Resubmittals: Contractor must revise and resubmit submittals as required. by City Engineer and clearly identify all changes made since previous submittal. j. 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. 2. 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. ~4-3~ plc--dpE~ °~ti~i°R a nti......-.. _ n~ a. a s. a i,. ~.s..~n+~•e (NOT IISED) .. .. , ~ „v_._~,~,,..,e Section A - SP (Revised 9/18/00) Page 21 of 30 A-38 Worker's Compensation Coverage for Suildiag or Construction Projects for Government 8atities The requirements of "Notice to Contractors 'B "' are incorporated by reference in this Special Provision. A-39 Certificate of Occupancy and Final Acceptance The issuance of a certificate of occupancy for improvements does not constitute final acceptance of the improvements under General Provision B-8-9. A-40 Amendment to Section 8-8-6: Partial Estimates General 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 that the material supplier has been paid for the materials delivered to the Project worksite. a e ~ n...._.., a a__. ,. (NOT IISED) priee }nd}eated }n the-pregesa-l-- A-42 OSHA Rules & Regulations It is the responsibility of the Contractor(s) to adhere to all applicable OSHA rules and regulations while performing any and all City-related projects and or jobs. A-43 Amended Indemnification & Hold Harmless Under "General Provisions and Requirements for Municipal Construction Contracts" B- 6-21 Indemnification & Hold Harmless, text is deleted in its entirety and the 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 consultants, 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 negligent act 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. Secrion A - SP (Revised 9/18/00} Page 22 of 30 A-44 Chaa.ge Orders Should a change order(s) be required by the engineer, Contractor shall furnish the engineer a complete breakdown as to all prices charged for work of the change order (unit prices, hourly rates, 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 Dimeasioas aad Drawiags (7/5/00) (a) Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (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 changes.. (2) Changes in equipment and dimensions due to substitutions. (3) "Nameplate" data on all installed equipment. {4) Deletions, additions, and changes to scope of work. (5) Any other changes made. ~ r v• t.~ nti.~ +- .a +- r ~~ ~~ ~^^~ NOT USED r ~ ~ ~ 4'7 a n a. ~ ~. -~_ +'' ~ ~"~~>>~o^^o) (NOT USED) r i i • i ~ i • a • Y~.,,_...~~ ~~ .,ate, Section A - SP (Revised 9/18/00) Page 23 of 30 ,.~_ .., ~~~~-~-~J t±C---__-- _ A-48 Overhead Electrical Plires (7/5/00) Contractor shall comply with all OSHA safety requirements 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 is provided for all of his employees and operators of equipment and with regard to ensuring that no damage to existing overhead electrical wires or facilities occurs. Contractor shall coordinate his work with AEP/CP&L and inform AEP/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 Ameaded "Maiateaaace Guaranty" (8/24/00) Under "General Provisions and Requirements for Municipal Construction Contracts", B- 8-11 Maintenance Guaranty, add the following: "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 available to the City of Corpus Christi for any claims or causes of action against the Contractor or any other individual or entity." A-50 Ameaded "Prosecution aad Progress" Under "General Provisions and Requirement for Municipal Construction Contracts", B- 7 Prosecution and Progress, add the following.: "Funds are appropriated by the City, on a yearly basis. If funds, for any reason, are not appropriated in any given year, the City may direct suspension or termination of the contract. If the Contractor is terminated or suspended and the City requests remobilization at a later date, the Contractor may request payment for demobilization/remobilization costs. Such costs shall be addressed through a change order to the contract. A-51 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 3/. 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. Section A - SP (Revised 9/18/00) Page 24 of 30 A-52 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 September 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 December 4 Days A~-~~P-B& --~ie~iee of I~~~ ~ '' ~ "", (NOT IISSD) ~-Ee~a-ae•~e~ ee--~eeFe~s~~~e €e~ A flw-• ~' ^~ (NOT IISEO) ~~ ~ a- +- s. ti. ~ a ~ i. t.. • a a r A-55 Project Record Documents 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-56 8rrors aad Omissions 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-57 Defiaitioa of gngiaeer Under "General Provisions and Requirements for Municipal Construction Contracts," B- _, 1-1 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}. Section A - SP (Revised 9/18!00) Page 25 of 30 ~, e o ....,. ,.1., ~., F~a... (NOT USSR) , , iF' a. ' Tf- fl A n+ .. L.. ~+F a. fl Y a F ~,y - ••atA~•Ai71~ /n... .. i..._..R ~~ }~~ ~e~tg Beta}ls to the ~; ~. ~.,,~ ee ~,. .., ~' aeeese-F}ta, ~re~3c~3e8, A~6$~3e~' ~....,, ,. ~ • i., it ..i..., ~ ~.. r .. ~~ , A-59 AIRPORT SAFETY AND SECURITY A-59.1 General Airport safety and security is a vital part 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 of the Corpus Christi International Airport and the Federal Aviation Administration (FAA) shall be followed by the Contractor and the Contractor'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 any breach of security and safety caused by the Contractor or the Contractor's employees, subcontractors, suppliers or representatives. A-59.2 Airport Operations Area (AOA) The Airport Operations Area (AOA) shall be defined as any portion of the Airport property normally secured against unauthorized entry. The AOA includes all areas specifically reserved for the operations of aircraft and aircraft support equipment and personnel. Generally, the AOA is defined by the Airport's outer security fencing and other security measures.at the Airport's terminal building. A-59.3 Airport Safety Requirements 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, visitors, 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". -~ieinit~ef, erg. Tom-cress}ng any--net}*ae randaa-•, ^, a.v ..~~a ~.z. ~,-.. Section A - SP (Revised 9/18/00) Page 26 of 30 ' ~ `- 'ea~t~en }n ail areas ef~~ The Contractor and all personnel that will be working within the AOA shall complete the City's training course on communications, safety, etc. The Contractor shall assign a minimum of two people to assist in traffic coordination during construction work within the AOA. No contractor vehicles or personnel are allowed on active runways, taxiways for any reason. All non-badged contractor personnel on the aviation apron must be escorted by badged Contractor personnel at all times. Contractor shall be required to provide the cellular telephone number to the City Engineer, Airport Operations Manager and Airport Engineer. 3 to removal frem the~eb-- 5. All Contractor's equipment and vehicles working in .the restricted area whether night or day, shall be marked with "international orange and white checkered flags" or orange or flashing safety beacons. 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. Any equipment not complying with these specifications will be subject to removal from the job. 6. All vehicles, equipment, materials, etc., not actually being used for construction purposes, will be restricted from the restricted areas and shall be placed or parked in areas designated by Airport personnel. 7. Material deliveries will be strictly controlled. No deliveries shall be made without prior instruction by the Contractor's representative. 8. No equipment 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 City have been provided to protect the pavement. Y 10. Any employee of the Contractor 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. 1~ ~'Za~e~ets va}~l net~~ge}ttPd few , ,.w}z ~ .. ,.,. r a ~ ~ ..+.,,, ~ 13. Construction equipment shall not exceed a height of 150 feet above the airport surface. Any equipment exceeding 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. Section A - SP (Revised 9/18/00) Page 27 of 30 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 on Airport safety. A-59.4 Airport Security Requiremeats Contractors involved in construction as described in these specifications and plans will be required to follow the procedures 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 all Contractors involved. This meeting will be scheduled following the award of contract. 2. Contractors will be required to provide the following information to the Operations Manager. This information is required for a security clearance check only. 1. List employees who, at one time or another, will be working on the job site. 2. Texas Driver's License numbers of those same employees, date of birth and race. 3. List of vehicles and their respective license plates, which may be used on the job site. The security precautions are an FAA requirement to the operation of the Airport. Any conflicts and/or problems in the 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 number of badges issued to Contractor personnel. See "Attachment 2" following this section, which will take precedent over other special provisions in event of conflict, for additional requirements: • CCIA Background Verification Forms • FAA Advisory Circular 150/5370-2E Operational Safety on Airports During Construction. Corpus Christi Iateraational Airport Visitor/Coatractor Oa-Site Permit iaforsnatioa is also iacluded is the Appeadix. A-60 Computer Generated Proposal The following paragraph modifies Paragraph B-2-7-Preparation of Proposal, of the General Provisions: "The bidder has the option of submitting a computer-generated print-out, in lieu of, the Proposal Form (Pages 1 through 11) INCLUSIVE. The print-out will list all bid items (including any additive or deductive alternates) contained on Proposal Sheets (3 through 8, inclusive). The print-out will be substantially in the form attached (see Attachment No. 2). If the Contractor chooses to submit a print-out, the print-out shall be accompanied by properly completed proposal pages 1 through 2, inclusive; and 9-11, inclusive." In addition, the print-out will contain the following statement and signature, after the last bid item: Section A - SP (Revised 9/18/00) Page 28 of 30 "(Contractor) herewith certifies that the unit prices shown on this print-out 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 information from this print-out. (Contractor) acknowledges and agrees that the Total Bid Amount shown will be read as its Total Bid and further agrees that the official Total Bid amount will be determined by multiplying the unit bid price (Column IV) shown in this print- out by the respective estimated quantities shown in the Proposal (Column II) and then totaling the extended amounts. (Signature) (Title) Date Section A - SP (Revised 9/18/00) Page 29 of 30 SUBMITTAL TRANSMITTAL FORM PROJECT: CORPUS CHRISTI INTERNATIONAL AIRPORT - TERMINAL RE-ROOFING PROJECT (OLD WING) - 2008, PROJECT N0.10026 OWNER: CITY OF CORPUS CHRISTI ENGINEER: PGAL CONTRACTOR: SUBMITTAL DATE: APPLICABLE SPECIFICATION OR DRAWING SUBMITTAL NUMBER: SUBMITTAL Section A - SP (Revised 9/18/00) Page 30 of 30 SPECIAL PROVISIONS ATTACHMENT 1 SAMPLE- COMPUTER PRINTOUT ~ _. ~~ COMPUTER PRINTAUT 5 nrrARFR 23 1996 ~j'O IR COMpaNY'S NA11dE_HFRF) I II IIY IV V Hid Item Qty. Item Description Unit Price in Hid lion Ext. Unit ~ . X Unit Prix A I 37,475 5Y Strett Excavation ov.uu w.w A2 5,033 SY 6" Cement STBL Salvage Base ~•~ ~•~ Etc. Etc. ~' .. Etc. D2I 33 EA Manhole Liserts ~•~ ~•~ Sub-Total Base Bid "D" Items (Items Dl D21) - Sub-Total Bass Hid "A" Items: ~_, Sub-Total Bash Hid "H" Items: $ Sub-Total Base Bid "C"Items: ~ Sub-Total Base Bid "D" Items: Total Halo Bid Items: S SECTION A - SP Attachment 2 Page 1 of 1 c CORPUS .CHRISTI INTERNATIONAL AIRPORT BACKGROUI'ND VERIFICATION FORMS ~~- City of CORPUS CHRISTI INTERNATIONAL AIRPORT ~rP~ APPLICATION FOR AIRPORT IDENTIFICATION BADGE ' Christi BADChiG AND FIl\CERPRINT OFFICE 361-289-0171 ExT. 1227 I~n/1r/' 'MPLOYEE (Print in black ink) Last - First Middle Name Name Name DOB Heighf Weighs Color of Eyes Cotor of Hair Gender Race State/Country of Birth Aliases Driver License # Expiration Date State Home Address Apt. City State ZtP Business Phone Nome Phone The Airport Identification Badge is the property of the City of Corpus Christi and must be retumed when no Longer valid. A replacement charge and/or penalty fee may be assessed for a lost or unreturned badge. Failure to disclose any conviction may result in a civil investigation and a civil penalty. - t understand the procedures and responsibilities for using and safeguarding the Corpus Christi International Airport Identification Badge I will immediately notify the Airport Badging Office and my employer if I lose this badge. SSN Employee Signature Date C EMPLOYERlSPONSOR (Print in black ink) State ZiP FAX No. By my signature I certify: that I am an authorized representative of the above employer and as such may execute (sign] this application; that the foregoing information is true and accurate; that (the named) employer authorizes an electronic fingerprint be obtained for the purpose of performing a criminal history record check, if needed for unescorted access to SIDA; that Phis employee requires the access level as indicated below; and that the employee's Airport Security Badge will be returned upon request, termination, or when access is no longer required Type of Badge Requested 1 2 3 4 5 6 (Read levels on back) White Green Blue Red .Teas Yellow w/ Black (Check One) Coordinator or Manager Signature Print Date (*"Name and signature must match those of the Signature Verification Form on frte with the City of Corpus Christi) '~fficaal Company Name silting Address City Office Use Only ~- SIDA Class AOA Class Radio Operations C Iethod of Payment: Yes^ No^ Date Yes^ No^ Date Yes^ ?~'o^ Date Cash Check # Bi)1 Company sal Fingerprints Re-fingerprinted __ Resubmitted _______ Instructor Instructor Instruc#or External Badge # tnternal Badge # Date of Expiration Date Issuedllssuer Approval Authority CCIA SECURITY BADGE APPLICATION INFORMATION ~LOR CODED ACCESS LEVELS: ~~VEL 1: WHITE BADGE- This badge is for farmers, oil well workers, and others requiring unescorted access to agricultural areas of the AOA (i.e. fields and other areas within the perimeter fence). This badge does not allow unescor#ed access beyond the leasehold of the agricultural leasehold boundaries or the Security Identification Display Area (SIDA). The badge has an identification picture and pertinent information that is standard with the five other types of badges. LEVEL 2: GREEN BADGE- This badge authorizes unescorted access to the FBO aircraft parking areas of the AOA. LEVEL 3: BLUE BADGE- This badge is issued to individual employees of the airpork tenants who need unescorted access to non-public areas. This badge does not allow SIDA or AOA unescorted accessibility. LEVEL 4: RED BADGE- This badge allows workers of the airport unescorted access to the SIDA and AOA non-movement areas. LEVEL 5: TEAL BADGE- This badge is issued in circumstances where personnel working at the airport are required unescorted access to alt areas of the airport, including movement areas (i.e. field maintenance, workers, airport electricians, airport management). LEVEL 6: YELLOW WITH BLACK STRIPES- This badge is issued on a temporary basis and allows unescorted access to SIDA. FEDERAL REGULATIONS: In accordance with 49 CFR § 1542.209 and 1544.228, the airport operator wilt collect and process electronic fingerprints for alt persons requesting unescorted access to the Security tdentification Display Area for the purpose of obtaining a criminal history record check {CHRC). A copy of the criminal record wilt be provided to the individual, if requested by the individual in writing. If the individual has ~.restions regarding the resutis of the CHRC, please contact the Airport Security Coordinator, Chief John Hyland, at {361} 289-01?1. i0 REQUIREMENT: Two forms of ID must be presented during the application process: at least one form of ID must bear the photo of the applicant, and at {east one form of ID must be government-issued. SIGNATURE VERIFICATION FORM: A responsible official.of the company sponsoring individuals for airport security badges must complete a Signature Verifigtion Form. This form will designate authorized persons with the authority to sign applications for badges. The form wilt be maintained on file with The City of Corpus Christi. tt is the responsibility of the sponsoring company to inform the Airport Security Coordinator of any changes in authorized personnel. FEES: Fee for new badge with fingerprinting ........................................ $ 65.00 Fee forfingerprinting existing badge hotder ............................... $ 40.00 Fee for new badge without fingerprinting ................................... $ 25.00 Fee for replacing an expired badge ............................................ $ 15.00 Fee for lost/nonretumed badges .................. .............................. $ 25.00 Fee for CHRC for airline existing badge holder .......................... $ 11.00 Fee for CHRC for airline new badge holder ............................... $ 36.00 Fee for fingerprints only ............................................................. $ 43.00 .\ lis Farm Is Far Uwner, Manager, and Supervisors. CORPUS CHRISTI INTERNATIONAL AIRPORT VERIFICATION SIGNATURE FORM Companv Name Date Address (plrysical address and mailing address) Telephoi:e AUTHORIZED SIGNATURE(S) FERSON Name, Title SIGNATURE FRIMARY LTERNATE :MARKS: 1 AUTHURIZATI4N BY RESPONSIBLE UFFICIAL The undersigned hereby / / delegates to / / withdraws from the person (sj 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 certifies 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 far all employee actions relating to use of the items. Print Name Title Signature Date C- ****Use a Typewriter or Black/Blue ink to complete this form**** ... CORPUS CHRISTI.EMPLOYMENT ANO PERSONAL HISTORY FORM - CiCy o~ Corpus ~~hristi .International airport --.~orp~s Employment and Personal .History ~ .,~P1Stl .w~.r •plicxnts All persons employed by the airport oi' its Contractors hired after November I, 1985., t~~ho 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 acid prior employment histories, to the extent necessary to verify representations made by the employee%applicant relating to emplvymznt in the preceding 5 years. You must pro~jide an explanation of any gap in your einploy~tnent,`education history in excess of 12 months. lfyour record shows you have experienced periods of i2 months or more of unemployment, retirement, hospitalization or for any other reason been unemployed, please explain the circumstances below and prof-ids documentation or other supporting records to include telephone numbers for verification. Full Name of Applicant: Last ~______. ____.___First t7fficial Company Naxne: Signature of Individual on Signature Verification Form: - ~. ~' Date LIST. TFIE PA57. 1p YEAitS AIdD VER3PY THE MOSS' RECENT S YEARS Employee's Data_ Ennptoyer's Data ~_~ Company/Qrganiza#io.nf$chao.l Date Verified (print l~"ame} , ,ddress, Phone #, & Contact :tame ~ From To V ~ erified Vt•'ith Verified By ~ Date iVlofYr A4olYr 3 ti f 1 I t t ~ { - ~ ~ ~ ~ ~...,eck this t~ox if addidonat information is attached. ^ AIRPORT CONSTRUCTLON SAFETY PLAN Corpus Christi International Airport Project No.10026 Record Drawing No. AP 128 . Airport Construction Safety Plan CORPUS CHRISTI INTERNATIONAL AIRPORT TERMINAL ROOF REPAIR City Project # 10026 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 administrative offices at a time and day agreed upon between the Airport and the Contractor and a representative of each Subcontractor performing work in the Air Operations Area (AOA) attend these meetings. • Operational safety will be a standing agenda item during progress meetings throughout the construction project. • The Contractor and the Airport must perform onsite inspection throughout the project, with immediate remedy of any deficiencies, whether caused by negligence, oversight or project scope change. • Airport aprons 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 supplier employees or any unauthorized persons must be restricted from entering an airport area that would be hazazdous. • Construction that is within the safety area of an active runway, taxiway, or apron that is performed under normal operational conditions must be performed when the runway, taxiway, or apron is closed or use-restricted and initiated only with prior permission from the Airport. • The contracting officer, Airport, or other designated airport representative may order the Contractor to suspend operations; move personnel, equipment, and materials to a safe location; and stand by until aircraft use is completed. 2. CONSTRUCTION MAINTENANCE AND FACILITIES MAINTENANCE. Before beginning any construction activity, the Contractor must, through the Airport, give notice of proposed location, time, and date of commencement of construction-for the issuance of a Notice to Airmen (NOTAIV>). Upon completion of work and return of all such areas to standard conditions, the Contractor must, though the Airport, verify the cancellation of all notices issued via the NOTAM System. Throughout the duration of the construction project, the Contractor must: Be aware of and understand the safety problems and hazards described in the latest version of AC 150/5370-2, Operational Safety on Airports During Construction. Conduct activities so as not to violate any safety standards contained in AC 150/5370-2 or any of the references therein. Inspect all construction and storage areas as often as necessary to be aware of conditions. Airport Construction Safety Plan 1 of 5 Corpus Christi International Airport Project No. 10026 Record Drawing No. AP 128 (~ Promptly take all actions necessary to prevent or remedy any unsafe or potentially unsafe 1 conditions as soon as they are discovered. 3. APPROACH CLEARANCE TO RUNWAYS. Runway thresholds provide for an unobstructed approach surface over equipment and materials located in the runway protection zone (RPZ) (See Airport Layout Plan). Although no construction activities will take place in the RPZ for this project, the Airport 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 Construction will be limited to the work azea. 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 route. S. CLOSED APRON/TAXIWAY MARKING AND LIGHTING. Marking and lighting for a temporary closed apron azeas and taxiways is required. The Contractor will furnish and maintain mazkings for closed portions of the apron and taxiways. The Contractor will furnish and install all temporary marking and lighting. Temporary marking and lighting must include: Disabling any edge lighting in closed areas of any taxiway. Installing barricades and lighted cones per the approved safety plan. _ 6. OTHER MARKING AND LIGHTING REQUIREMENTS '~-. The Contractor 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 shown in the safety plan sheet, must be completely isolated and easily discerned from ground based vehicles and aircraft alike, in all weather and lighting conditions. Multi-barrier barricades and lighted cones shall be situated to the satisfaction of airport personnel. 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 mazkers must be maintained daily. For nighttime operations, these routes must be lighted with amber traffic lights at the same intervals as the mazkers. These mazkers must be frangible, so as not to damage an ARFF vehicle that may pass over it. Equipment parking areas must be marked and lighted with stakes and traffic lighting (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 construction staging area, which is shown in the "Project Site Access Plan" sheet. • No vehicles aze allowed to enter any part of the airport 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. Under no circumstances are any vehicles allowed to approach or enter the runway safety areas for either runway. Airport Construction Safety Plan 2ofi5 Corpus Christi International Airport Project No. 10026 Record Drawing No. AP 128 • Vehicles inside 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 required for any operations at night or during adverse meteorological conditions. • All equipment must access the AOA only though gate 42B as shown on the "Project Site Access Plan". • 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 as severe as permanent revocation of driving privileges, in addition to a civil penalty. S. RADIO COMMiTNICATIONS The Contractor employees authorized to operate in the movement area will be assigned call signs, which are listed below. All such employees must successfully complete the Airport Ground Vehicle Training Course. Contractor employees must use Airport-designated call signs when communicating on any aviation frequency and must follow proper aviation radio procedures and phraseology. Ten codes axe not allowed. The assigned call signs for the Contractor aze: Name Call Sign CONTRACTORI f CONTRACTOR2 CONTRACTOR3 9. DEBRIS. No material may be left in any area used by the Contractor in such a way that the material can be blown onto the movement area and case a foreign object damage (FOD) hazazd 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 from the Airport and complete Airport Security Training. No Contractor employee will be allowed into the AOA without properly displaying a valid, Airport-issued identification medium. To "properly display" means to weaz above the waist line and on the outermost garment in such a manner that the side of the card beazing 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 at the gate during any construction activities to ensure only authorized personnel access the AOA through gate 42B. The guard will also be responsible for performing any other unanticipated vehiclelpersonnel inspection duties under the direction of the Airport, as may be required by the Transportation Security Administration (TSA). The Contractor must ensure the guard has a means of immediately notifying Airport Communications to report any unauthorized entry into the AOA. Airport Construction Safety Plan 3of5 Corpus Christi International Airport Project No. 10026 Record Drawing. No. AP 128 / 11. CONTACT INFORMATION l The Contractor must designate at least one contact person who is available 24-hrs a day and 7 days a week to the Airport for immediate response to correct any construction-related activity that may adversely affect the operational safety of the Airport, along wi~th.a means of contact. The name and contact information for the Contractor contact person(s) for this project is: The Contractor must provide at least one safety officer who is familiaz with airport operational safety and is responsible for monitoring construction activities. The name and contact information for the Contractor safety officer(s) for this project is: The Airport will provide a contact person who- will be the point of contact for construction activities `_ impacting airport operational safety. The information for the Airport contact person is: ROY RODRIGUE7JVICTOR GONZALEZ AIRPORT OPERATIONS MANAGER 361-289-0171, ext. 123E/1231 OFFICE 361 MOBILE 361 PAGER 361 HOME The contact for all emergencies (fire, medical, law enforcement) is 361-289-0171, ext. 0 (Airport Communications), or 911. 12. UTILITIES The Contractor must perform utility locates before construction begins to ensure uninterrupted operation of navigation aids and provide to the Airport documentation demonstrating, to the satisfaction of the Airport, the performance of the locates. FAA Airway Facilities is the contact for Federally owned/operated facilities. Airport Construction Safety Plan 4of5 Corpus Christi International Airport Project No. 10026 Record Drawing No. AP 128 13. NIGHTTIME OPERATIONS ~~ Any operations performed at night will probably require the use of supplemental light. Before any supplemental lighting is used in the work area, the light must be appropriately shielded, to the satisfaction of the Airport, to ensure.the lighting does not interfere with aircraft 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. (~ ~._.. Airport Construction Safety Plan 5of5 FAA ADVISORY CIRCULAR i~ 150/5370-2E OPERATIONAL SAFETY ON AIRPORTS DURING CONSTUCTION l"' ~~ .- ~ U.S_ Department of Transportation ` Federal Aviation Administration Subject: OPERATIONAL SAFETY ON AIRPORTS DURING CONSTRUCTION I. THE PURPOSE OF THIS ADVISORY CIRCULAR (AC). Aviation safety is the primary consideration at airports, especially during construction. This AC sets_farth guidelines for operational safety on airports during construction. It contains major changes to the Following areas: "Runway Safety Area," paragraph 3-2; "Taxiway ._ t~ Safety Areas/Object-Free Areas," paragraph 3-3; ( ~; "Overview," paragraph 3-0; "Marking Guide}fines 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, OperationaJ Safety on Airports During Constructia~ dated May 31, 2002. 3. READING MATERIAL RELATED TO THIS AC. Appendix 1 contains a list of reading materials on airport construction, dFsign, and potential safety hazards during construction, as weft as instructions for ordering these documents. Many of them, including this AC, are ava7able on the Federal Aviation Administration (FAA) Web site. ~ ~_ ~ ~ ~ ~~ ~ - DAVID L. BEN>~iETT Duector, Office ofAirport Safety and Standards Advisory Circular Date: I/I7/o3 AC No: 150!5370-2E Initiated by: AAS-300 Change: 4. WHO THIS AC AFFECTS. Tbis AC assists airport operators in complying with 14 Code of Federal Regttlaiions (CFR), part 139, Certification and Operation: Land Airports Serving Certain Air Carvers, and with the requirements of airport construction projects reeeiviag funds under the Airport Improvement Program or frorri the Passenger Facility Charge Program. While the FAA does not require noncertiScated'airports without grant agreements to adhere Lo these gu}ddines, we recommend that they do so as it wil! help these airports maintain a desirable level of operational safety during construction. 5. ADDITIONAL BACKGROUND INFORMATION. Appendix 2 contains definitions of teens 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. HAZARD LIGHTING IMPLEMENTATION TIME LINE. Supplemental hazard lighting must be red in color by October }, 2004. See paragraph 3-9 for more information. 1/77/03 ~ ~ AC 150/537Q2E CONTENTS ~- f t Paragraph Page CHAPTER 1. GENERAL SAFETY REQUIREMENTS AND RESPONSIBILITIES ...._. .............„.............. _... 1 I-l. Overview...._.._......._........_.._.. ... .. ...... ....._ I-2. Who is Responsible for Safety During Construetion...„.........-----•---- ----------•-._........„.„_......_..„..... ,--••_....., l - .........-.._...... l CHAPTER 2. SAFETY PLANS ................................................. _ ....................._.............„...........„..........................3 Section 1. Basic Safety Plan Considerations .................._..................._..........................................„,......„.„...._..3 2- I . Overview ................... 2-2. Safety Plan Checklist. ............................ _._......._._..._.._..._._.._..----.....---...._......._....................3 ..................................................................._.._..._~..........._.............._..3 Section 2. Safety and Security Measures---..._.... ................._........---............----_„_..,..---.........„... ............„...........4 2-3. Overview......_ .................................. .. ._.---...__.._..___.....---...----._...................... _._ .4 ..... Vehicle Operation and Marking and Pedestrian Control ....................._.....................__.....»_.__........_._---.-..--.-.,,--__4 2-3. Construction >mployee Parking Areas.._ ........................................................_.__»....._._..„,-.. _ 2-6. Construction Vehicle Equipment Parkino_ ._.._.....» ................................._..„_..„...»__...._. _ - __.._.,___-................:5 _ ~ 2-7. Radio Communication Training ..........................•---------._.._..........„_.„.__...--------........----.....~. ---......---_............,,.. 2-8. Fencing and Gates ...............».„..---••-------•-••---........_....._...._..-----_._...__...._.:._._......-----•------......._.._......_. ......... Section 3- Notification of Construction Activities ......_....~ ...............„..„........__...:.....................„.....„_.„.- ............ 5 2-9. General. ....:._..„......._...„.. --......_ .........................................................._........_-•----.___..__..._.....----•---•---•---...._.---.._ S 2-10. Assuring Prompt Notifications .............•-----.•------.......---~.„.......„.---....._._._.___.-•--.--•-•------.....__._._...__..._..„._..»_.._„6 ~'• 2-11. Notices to Airmen (NOTAMs).__......---- ....................................................._-------•-•----._...._~....._.__......:._.„...._._.._6 _ 2-12. Aircraft Rescue and Fire Fighting (ARFF) Notification.._..._._.....___.„__.__._.__.____________________________--_-----•••_-»-_•----_-,-•6 ~., 2-13. Notification to the FAA ............._....._------------....._....----_..----...._......_....._.._..._......_.._._..------•--•-•--._......_................---5 2-14. Work Scheduling and Accomplishment. ---.-••---•--._....----•-------_.........---„....-• ...................._._.......__........__........-_._..,6 L ~: CHAPTER 3. SAFETY STANDARDS AND GUIDELtNES .............„„_„......„.„,........._._.............._.._....„...-..._-,-..,_..7 Section 1. Runway and Taxiway Safety Areas, Obstacle-Free Zones, and Object-Free Areas .............„...-,..7 3-l . Overview.._..........--•-•---..„ .........................•------....----•---••----•--..._._...__.................-•---•---...__............_.. .. .7 3-2. Runway Safety Area (RSA~Obstacle-Free Zone (OFZ) ....................._._--..--........._-----......_..---...------..__.._.........-....7 3-3. Taxiway Safety Areas/Object Free Aseas.._».._ ........:........................___._-.._.._....._._..__..._............._....--.•---_-- .,-.,7 Section 2. Temporary Runway Thresholds ............................................._......„......._... . .............„.....„.....„ .......... 8 3-4. Overview. .---._.....„...„.._„ .......:..... ........... _ _ 3-5. Marking Guidelines for Temporary Threshold.„....-----._..__ ...............„._......._........_ ...-...---~....~»....„.___........»8 3-6. Lighting Guidelines for Temporary Threshold ..................„..~......_...__._._-•-•-_----_............_.... _ ~_...._~._,...~ _•._,9 Section 3. Other Construction Marking and lighting Activities ............„ .................................»....„...............10 3-7. Overview. ........_.__.........„_.__.... ; .............„_.............---........---•- 3-8. Closed Runway and 'Taxiway Marking and Lighting- --------------•--_-...- ...... l 0 3-9. Hazard Marking and Lighting . ......_..._..___ .............................................................. _..„._._..~...........„...._._.10 3-10. Construction Near Navigational Aids ~IJAVAIDs):.t ......:..............................._.,.---•_-------•__,_•--......_......._..._......._ 1 I 3-I 1~ Conswction Site Access and Hanl Roads..„.._..__..__....._.._...~..„........_.._...-...._._.__-__„. ._-„ I 1 3.12. Construction Material Stockpiling......_._ ..........................•_-........._....._..._.__..._.....„ ...._..........__.....____......._.. 3-13. Other Limitations on Construction. _.._ ................................ . „... - -- --•--...._..___.........._........„_ 1 I 3-14_ Foreign Object Debris (FOD) Management--•----.........--•--...--•--•----...-----•-----------.„ ....................:..~......._._.__ .. }2 Section 4. Safety Hazards and lmpacts ...............•---....----...._....---.....„..„„.._.._.......---•--......_. .»».ic 3=15. Overview.... 12 AC 150/5370-2E Appendices 1117103 tPPENDIX i. RELATED READING MATERIAL ............................... APPENDIX 2. DEFINITIONS OF TERMS USED IN THE AC...........».-...,,-..._,,,,,,,,,,,,,„-- ..» .............»......».......»... A-2 • APPENDIX 3. AIRPORT CONSTRUCTION SAFETY PLANNING GUIDE ................ .» ......................................»... A-3 APPENDIX 4. SAMPLE NOTAM ................... .»...» ..................................»............»......... ..........................»......» A-7 .F t 2 s ry \~ 1/17/03 AC 150/5370-2E ~-_ ~ _ CHAPTER 1, GENERAL SAFETY REQUIREMENTS AND RESP(?NSIBILITIES 1-1. OVERVIEW. Hazardous practices and marginal conditions created by construction activities can decrease or jeopardise operational safety on airports. To minimize disruption of normal aircraft operations and to avoid situations that compromise the airport's operational safety, the airport operator must carefully plan, schedule, and coordinate construction activities. While the guidance in this AC is primarily used fior construction operations, some of the methods and procedures desen3ed may also enhance day- to-day maintenance operations. 1-2. WHO iS RESPONSIBLE FOR SAFETY DURING CONSTRUCTION. An airport operator has overall responsbiliry for construction activities on an aitport_ This includes the predesign, design, prewnstriction, construction, and - inspection phases. Additional information on these responsibilities can be found throughout this AC. a. Airport operator's responsibilities- f ~ (l) Develop inteinagy or approve a construction safety plan developed by an outside consultant/contraetor that complies with the safety guideline in Chapter 2, "Safety Plans," and Appendix 3, °Airport Constriction Safety Planning Guide," of this AC. (2) Require contractors to submit plans indicating how they intend to comply with the safety requirements of the project. (3) Convene a meeting with the construction contractor, consultant; airport employees, and, if appropriate, tenant sponsor to review and discuss project safety before beginning construction activity. (4) Ensure contact information is accurate for each tepresentative/point o>; contact identified in the safety plan. (~ Hold weekly or, ifnecessary, daily safety meetings to coordinate activities. (~ Notify users, especially aircraft rescue and fire fighting (AItF~ personnel, of construction activity and conditions that may adversely affect the operational safety of the airport via Notices to Airmen (NOTAMs) or other methods, as appropriate. Convene a meeting for review and discussion if necessary. ('1) Ensure that constriction personnel know of any applicable airport procedures and of changes to those procedures that may affect their work. (~ Ensure that construction contractors and subcontractors undergo training required by the safety plan. (9) Develop and/or coordinate a construction vehicle plan with airport tenants, the airport traffic contro) tower (ATCT), and construction contractors, include the vehicle plan in the safety plan. See Chapter 2, section 2, of this AC for additional information. (10) Ensure tenants and contractors comply with standards and procedures for vehicle lighting, marking, access, operation, and communieation_ (11) At certificated airports, ensure that each tenant's construction safety plan is consistent with 14 CFR part 139, Certification and Operations: Land Airports Serving Certain Air Carriers. (12) Conduct tiequent inspections to ensure construction contractors and tenants comply with the safety plan and that altered construction activities do not create potential safety hazards. (13) Resolve safety deficiencies immediately, (14) Ensure construction access complies with the security requirements of 49 CFR part 1542, Airport Security. (IS) Notify appropriate parties when conditions exist that invoke provisions of the safetyplan (e.g., implementation of low-visibility operations). b. Construction contractor's responsibilities- (l) Submitplans to the airport operator on how to comply with the safety requirements of the project. (2) Have available a copy of the project safety plan. (3) Compty with the safety plan associated with the construction project and ensure that construction personnel are familiar with safety procedures and regulations on the airport (4) Provide a point of contact who wit) coordinate an immediate response to correct any construction-related activity that may adversely affect the operatitfi3al safety of'the airport. (5) Provide a safety officer/construction inspector familiar with airport safety to monitor construction activities. (~ Restrict movement of constriction vehicles to construction areas by flagging and barricading, erecting temporary fencing, orproviding escorts, as appropriate. ac tsass~a2e (7) Ensure that no construction employees, employees of su6contracton or suppliers, or other persons Ater any part of the air operations areas (AOAs) from the instruction site unless authorized. c. Tenant's responsibilities i! planning construction acQvities on teased property- (i) Develop a safety plan, and submit it to the airport. operator for approval prior to issuance of a Notice to Proceed. (2) Provide a point ofcontact who will coordinate an immediate response to correct any .~ 1 .~ 4 2 t/i 7103 construction-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 fiom the construction site unless authorized. (4) Restrict movement of construction _ vehicles to construction areas by flagging and ban-icading or erecting temporary fencing. ~. t J17/03 AC 15d/537D.2~ CHAPTER 2. SAFETY PLANS Section 1, Basic Safety Plan Considerations ~'-'' r , 2-l. OVERVIEW. Airport operators should coordinate safety issues with the air carriers, FAA Airway Facilities, and other airport tenants before the 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 airport. These safety concerns will serve as the foundation for the construction safety plan and help maintain a high level of aviation safety during the project. The airport operator should determine the level of complexity of the safety plan that is necessary for each consdvction project and its phases. The safety plan may be detailed in the specifications included in the invitation for bids, or the invitation far bid may specify that the contractor develop the safety plan and the airport operator approve it_ 1n the latter case, the invitation for bid should contain sufficient information to allow the contractor to develop and determine the casts 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 and responsibility for all safety plans. Coordination will vary from formal predesign conferences to informal contacts throughout the duration of the construction project. Details of a specified safety plan, or requirements for a contractor-developed safety plaq should be discussed at the predesign and preconstruction conferences and should include the following, as appropriate: a. Actions necessary before starting constntction, including defining and assigning responsibilities. 2-2. SAFETY PLAN CHECKLIST. To the extent applicabte, the safety plan should address the following: a, Scope ofworkto be performed, including proposed duration of work. b. Runway and ta.+tiway marking and luting. G Procedures for protecting all runway and taxiway safety areas, obstaclafree zones (OFZs~ object-tree areas (OFAs), and threshold citing criteria outlined. in AC 150/5300-13, Airport l3esFg~ and as described in this AC. This includes Limitations on equipment height and stockpiled material. d. Areas and operations 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 pedestrian constnrctiom traSic from the airport rrrQVement areas. This may inchrde fencing oifconstruetion areas to keep equipment operators in restricted areaz in which they arc authorized to operate. Fencing, or some other form of restrictive barrier, is an operational necessity in some cases.. g. Procedures and equipment, such az barricades (identify type, io delineate closed construction areas from the airport operational areas, as necessary. b. Limitations om construction. b_ - Basic tesponsibili$es and procedures for disseminating instructions about airport procedures to We contractor's persotrrret. r~ Means of separating construction areas from aeronauticai-use areas. d_ ' Navigational~aid (NAVAID) requirements and weather_ ~_ • INazki»g srrd !i°o-h-3r_g Pt=^- i!_hiRr?horrs. f. Methods of coordinating significant changes in airport operations with all the appropriate parties. i, Required compliance of contractor personnel with a!I airport safety and security measures. j. Location of stockpiled construction materials, construction site parking, and access and haul roads. !. Vehicle identification. k. Radio communications. m. Trenches and excsvatio:s and cover requirements_ 3 AC 15015370-2E n. Procedures for notifying ARFF personnel if water tines or fire hydrants must be deactivated.or if mergency access routes must be rerouted or blocked. o. Emergency notification procedures for medical and police response. p. Use of temporary visual aids. q. Wildlife management. r. Foreign object debris (FOD) control provisions. s. Hazardous materials (HAZMAT) management. t. NOTAM issuance. 1 /17/03 N'. Procedures for contacting responsible representatives/points of contact for all involved parties. This should include off-duty contact information so an immediate response may be coordinated to correct any construction-related activity that could adversely affect the operational safety of the airport. Particular care should be taken to ensure that appropriate Airways Facilities personnel are identified in the event that an unanticipated utility outage or cable cut occurs that impacts FAA NAVAIDs. x. Vehicle operator training. y. Penalty provisions for noncompliance with airpart rules and regulations and the safety plan (e.g., if a vehicle is involved in a runway incursion), u. Inspection requirements. z Any special conditions that affect the operation of the airport and will require a portion of the safety plan v. Procedures for tocaiing and protecting existing to be activated (e.g., low-visibility operations, snow underground utilities, cables, wires, pipelines, and other removal). . underground facilities in excavation areas. ' Section 2. Safety and Security Measures --~ .... 2-3. OVERVIEW. airport operators are responsible for closely monitoring .Want and construction contractor activity during the construction project to ensure continual compliance with all safety and security requirements. Airports subject to 49 CFR part 1542, Airport Security, must meet standards for access control, movement of ground vehicles, and identification of construuion contractor and tenant personnel. In addition, airport operators should ttse safety Program standards, as described in Chapter 3 of this AC, to develop specific satiety measures to which tenants and construction coniractars must adhere throughout the duration of catsttvction activities. General safety provisions are contained in AC 150/5370-t0, Standards jor Spec~ng Constructive of Airports, paragraphs 40-05, "Maintenance of Traflie"; 70-08, "Barricades, Warning Signs, and Hazard Markings' ;and 80-04, "Limitation of Operations" At any time during eonstrudion, aircraft operations, weather, security, or local airport rules may dictate more stringent safety measures. The airport operator should ensure that bout general and specific safety requirements are coordinated with airport tenants and ATCT personnel. The airport operator should also include these parties in the coordination of all bid documents, construction plans, and specifica*:or~ for !+s-airport consts+~Gtion projects Z-4. YENICLE OPERATION AND MARKING AND PEDESTRIAN CONTROL. Vehicle and pedestrian access routes for airport construction projects must be controlled to prevent inadvertent or unauthorized entry of persons, vehicles, or animals onto the AOA. This includes aircrati movement and nonmovement areas. The airport operator should develop and coordinate a construction vehicle plan with airport tenants, contractors, and the ATCT. The safety plan or invitation for bid should include specifte vehicle and pedestrian requiremenu. The vehicle plan should contain the following items: a. Airport operator's rules and regulations for vehicle marking, lighting, and operation b. Requirements for marking and identifying vehicles in accordance with AC 15015210-5, Painting, Mocking, and Lighting of Yehicles Used on an Airport. c. Description of proper vehicle operations on movement and nonmovement areas under normal, lost communications, and emergency conditions. d. Penahies for noncompliance with driving rules and regulations. 1 J e. T,sir~ing reyt;i,-emcnts for vehicle ~'~ fiver; tv ~ ensure compliance with the airport operator's vehicle rules and regulations. f. Provisions for radio communication training for construction contractor personnel engaged in construction activities around aircraft movement areas. Some drivers, 4 j i l ' ~.~ 1 /17/03 such as construction drivers under escort, may not require this training. g. Escort procedwes for construction vehicles requiring access to aircraft movement areas. A vehicle in the movement area must have a working aviation-band, two-way radio unless it is under escort. Vehicles can be in closed areas without a radio if the closed area is properly marked and lighted to prevent incursions and a NOTAM regarding the closure is issued. h. Monitoring procedures to ensure that vehicle drivers are in compliance with the construction vehicle plan. i. Procedwes for, ifappropriate, personnel to control access thmugh gates and fencing or across aircraft movement azeas. 2-5. CONSTRUCTION EMPLOYEE PARKING AREAS. Designate in advance vehicle parking areas for contrat:tor employees to prevent any unauthorized entry of persons or vehicles onto the airport movement area. These areas should provide reasonable contractor employee access to the job site_ 2-6. CONSTRUCTION VEHICLE EQUIPMENT PARKING. Construction employees must park and service all construction vehicles in an area designated by the airport operator outside the nrnway safety areas and OFZs and never on a closed taxiway or runway. Employees should also park construction vehicles outside the OFA when not in use by construction personnel (e_g., overnight, on weekends, or dwing other periods when construction is not active). Parking areas must not obstruct the clear line of sight by the ATCT to any taxiways or nmways under air traffic control nor obstruct any runway visual aids, signs, or navigational aids. The FAA must also study those areas to determine effects on l4 CFR part 77, Qbjectr Affecting Navigably Airspace, surfaces (see paragraph 2-13 for further information). 2-7. RADiO COMMU1vICATION TRAINING_ The airport operator must ensure that tenant and construction contractor personnel engaged in activities involving unescorted ope?a~ian on atrccraft moveme~-' AC 150/5370-2E areas observe the proper procedures for communications, including using appropriate radio frequencies at airports with and without ATCTs_ Training of contractors on proper eoaununication procedures is essential for maintaining airport operational safety. When operating vehicles on or near open runways or taxiways, construction personnel must understand the critical importance of maintaining radio contact with airport operations, ATCT, or the Conunon Traffic Advisory Frequency, which may include UNICOM, MIILTICOM, or one of the FAA Flight Service Stations (FSS), as directed by airport management Vehicular traffic crossing active movement areas must be controlled either by two-way radio with the ATCT, escort, flagman, signal light, or other means appropriate for the particular airport. Vehicle drivers must confrm by personal observation that no aircraft is approaching their posigon when given clearance to cross a runway_ Ia addition, it is the responsibility of the escort vehicle driver fo verify the movement/position of all escorted vehicles ai any given; time. Even though radio communication is maintained, escort . vehicle drivers must also familiarize themselves with ATCT light gun signals in the event of iadio failwe (see the FAA safety placard "Ground Vehicle Guide to Airport Signs and Markings"). This safety placard may be ordered through the Runway Safety Program Web site at http:!/www.Taarsp.o~g or obtained from tare Regional Airports Division.Office. 2-S. FENCING AND GATES_ Airport operators and contractors must take care to maintain a high level of safety and security during construction when access points are created in the security fencing to permit the passage of construction vehicks or personnel. Temporary gates should be equipped so they can be securely closed and locked 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" behigd another person or vehicle: The Department of Transportation (DOT) document DOT/FAA/AR-00/52, Recommended Security Gr~idetines far Airport Plan»itrg and Construction, provides more specific information on fencing. A copy of this document can be obtained from the Airport Consultants Council, Air~p_rts Council lntemational or American Association of Airport Executives. Section 3. Notification of Construction Activities ~. 2-9. GENERAL. In order to maintain the desired levels of operational safety on airports during constnuciion activities, the safety plan should contain the notification acdow- described below, 5 ac tsas3~a2e 2-! 0_ ENSURING PROMPT' NOTIFICATIONS. ~. -he airport operator should establish and follow tocedures for the immediate notification of airport users and the FAA of any conditions adversely affecting the operational safety of an airport. 2-l 1. NOTICES TO AIRMEN (NOTAMS)_ The a'uport operator must provide information 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~abaut airport conditions resulting from construction activities with tenants and the local air traffic facility (control 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 this AC for a sample NOTAM form. Only the FAA may issue or cancel NOTAMs on shutdown or irregular operation of FAA-owned facilities. Only the airport . operator or an authorized representative may issue or - cancel NOTAMs on airport conditions. (?he airport owner/operator is the only entity that can close or open a runway.) The airpt-rt operator must fik and maintain this fist of authorized representatives with the FSS. Any person having reason to believe that a NOTAM is missing, incomplete, or inaccurate must notify the airport "-~ ~oerator. T .° ~' ~-12. AIRCRAFT`RESCUE AND FIRE FIGHTING (ARFFj NOTIFICATION..' The safety plan must provide procedures for notifying ARFF personnel, mutual aid providers, and other emergency services if construction requires shutting off or otherwise disrupting any water line or fm hydrant on the airport or adjoining areas and if`contractors work with hazardous material on the anfield_ Notification procedures must also be developed for notifying ARFF and all other errtieergency personnel when the work .performed will close or affecf any emergency routes. L7cewise, the procedures must address appropriate notifications when services are restored. 2-t3. NOTIFICATION TO THE FAA. For certain airport projects, l4 CFR part 77 requires notificarion to the FAA. In addition to applications made for Federally funded construction, 14 CFR part IS7, Notice of Construction, Alteration, Activation, and '!/i7/p3 Deactivation of Airports, requires that the airport operator notify the FAA in writirig whenever anon-Federally funded project involves the construction of a new airport, the constnrction, 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 Proposal, to the nearest FAA Regional Airports Division Office or Airports District Oflice. Also, any person proposing any kind of construction or alteration of objects that affect navigable airspace, as defined'in 14 CFR part T7 must notify the FAA. This includes construction equipment and proposed parking . areas for this equipment (i.e., cranes, graders, etc.). FAq Form ?460-I, Notice of Proposed Constiuction or Alteration, can be used for this purpose and submitted to the FAA Regional Airports Division Office or Airports District Office. (See AC ?0/74t-0-2, Proposed Con~rtructiotr o~ Alteration ojObjects that May Ajfect the Navigabledn-spoce,) if construction operations require a shutdown of an airport owned NAVAID from service for more than 24 hours or in excess of4 hours daily on consecutive days, we recommend a 45-day minimum notice prior to facility shutdown. Coordinate work for a FAA owned NAVAID shutdown with the local FAA Airways Facilities Office. In addition, procedures that address unanticipated utility outages and cable cuts that could impact FAA NAVAIDs muse be addressed. 2-] 4. WORK SCHEDULING AND ACCOMPLISHMENT'. Airport operators-or tenants having construction on their leased properties-should use predesign, prebid, and preconstnrction conferences to introduce the subject of airport operational safety during construction (see AC 150/5300-9, Predesigr, Prebfd, and preconstruction Conjereirees jot Airport Gront Projects). The airport operator, tenants, and construction contractors should integrate operational safety requirement's into their Planning and work schedules as early as practical. Operational safety should be a standing agenda item for discussion during progress meetings throughout the project: The contractor and airport operator should carry out onsite inspections throughout the project and immediately remedy any deficiencies, whether caused by rregtigence, oversight, or project scope change. --- :~ 6 i /17/03 ~. f_.t~ l ` AC 150/537x2! CHAPTER 3. SAFETY STANDARDS AND GUIDEI.iNES Section 1. Runway and Taxiway Safety Areas, Obstacle-firee Zones, and Object Free Areas 3-I. OVERVIEW. Airport operators must use these safety guidetines when preparing plans and speci5ca6ons for construction activities in areas that may interfere with aircraR operations. The safety plan should recognize and address these standards for each airport construction project. However, the safety plan must reflect the speci6e needs of a particular project, and for this reason, these safety guidelines should not be incorpotated verbatim into project specifieations_ 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 tlse defined surface surrounding the runway prepared or suitable for reducing the risk of damage to airplanes in the event ofan undershoot, overshoot, or excursion from the runway (see AC ISO/5300-13, Airport Design). Consruction activiftes within the standard RSA are subject to the following conditions: a. Runway edges. (1) No construction may occw closer than 200 feet (60m) from the runway centerline unless the runway is closed or restricted to aircraft operations, requiring an RSA that is equal to the RSA width available during construction, or 400 feet, whichever is less {sec AC ISO/5300-13, Tables 3-I through 3-3). {2) Personnel, material, andlor equipment must not penetrate the OFZ, as.de6ned in AC 150/5300- 13. - - .-ti. (3) The airport operator must coordinate the construction activity in the RSA as permitted above with the ATCT and the FAA Regional Airports Division Office or appropriate Airports District Office and issue a local NOTAM. b. Runwal±.ends.__ . __ _ _ __ __..__ .... _ .__.._ (I) ~An RSA must be maintained of such dimensions that it extends beyond the end of the rumvay a distance equal to that which existed before construction activity, unless the runway is oiused or restricteu to ~. aircraft operations for which the reduced RSA is adequate - (see AC iS0/5300-i3). The temporary use ofdeclared distances and/or partial runway closures may help provide the necessary RSA. In addition, all personnel, materials, and/or cquipment - must remain clear of the applicable threshold siting swfaces, as defined in Appendix 2, "Threshold Siting Requirements," of AC ISO/5300-I3.t Consult with the appropriate FAA Regional Airports 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 l SO/5300. l3. (3) The safety plan must provide procedures for ensuring adequate distance for blast protection, if required by operational considerations. (4) The airport operator must coordinate construction activity in this portion of the RSA with the ATCT and the FAA Regional Airports Division Office or appropriate Airports District Office and issue's local NOTAM. c. Excavalions. (1) Construction contractors must prominently mark open trenches and excavations at the construction site with red or orange flags, as approved try the airport operator, and light them with red !iglus during hours of restricted visibility os darkness. . (2) Open trenches or excavations are not permitted within 200 feet (60m) of the runway centerline and at least the e+cisting RSA distance from the runway threshold while the runway is open. If the runway must be opened before excavatioac are back5lied, cover the excavations appropriately. Coverings for open trenches or excavations must be of sufficient strength to support the weight of the heaviest aircraft operating on the runway. 3-3. ~ TAXIWAY SAFETY AREAS/OBJECT FREE AREAS. a. .Unrestricted construction activity is permissible adjacent to taxiways when the taxiway is restricted to airerah such that the available taxiway safety area is equal ' If a full safety area cannot be obtained through declared distances and partial closures, or other methods such as alternate runway roc; certstruc!ion activity may Q?erate is th= RSA as long as conditions aced in paragraph 3.1 b(2) Uuu (4) are met. In addition, various surfaces outlined in AC 130/5300-13 and Terminal Instrumcm I'roeedures (I'ERPS) must be protected through an acronauticat study. 7 ac ~ sa53~o-zt= to at least'/z ofthe widest wingspan of the aircraft expected to use the taxiway and the available taxiway . bject-free area is equal to at least .7 times the widest ingspan plus 10 feet_ (See AC ISO/5;00-13 for guidance on taxiway safetyand object-free areas.) Construction activity may be accomplished closer to a taxiway, subject to the following restrictions: (l) The activity is first coordinated with the airport opeptor. (2) Appropriate NOTAMs are issued. (3) Marking and fighting meeting the • provisions of paragraph 3-9 are implemented. (4) Adequate clearance is maintained between equipment and materials and any part of an aircraft. if such clearance can only be maintained if an aircraft does not have full use of the entire taxiway width (with its ~n»as main Landing gear at the edge of the pavement), then it will be necessary to move personnel and equipment for each passing aircraft. In these situations, liiag persons will be used to direct construction equipment, and wing walkers may be necessary to guide aircraft. Wing walkers should be airline/aviation personnel ether than construction workers. b. Construction contractors must prominently mark open trenches and excavations at the construction site, as approved by the airport operator, and light them with red lights during hours of restricted visibility or darkness c. Excavations and open trenches may be permitted up to the edge of a structural taxiway and apron pavement provided the dropolf is marked and lighted per paragraph 3-9, "Hazard Marking and Lighting." Section 2. Temporary Runway Thresholds 3-0. OVERVIEW. Construction activity in a runway approach area may result in the need to partially close a runway or displace the existing runway threshold. In either rase, locate the threshold in accordance with Appendix 2 of AC -~ )50/5300-13, Airport Desig». Objects that do not ~ netrate these surfaces may still be obstructions to air .. •,;avigation and may affect standard instrument approach procedures_ Coordinate these objects with the FAA's Regional Airports OfI-ice or appropriate Airports District Office, as necessary. Refer to the current edition of AC )50/5300-13 for guidance on threshold siting requirements. The partial nrnway closure, the displacement of the runway threshold, as well as closures of the complete runway and other portions of the movement area also requ'ues coordination witb appropriate ATCT personnel and airport users. . Caution regarding partial runway closures: When filing a NOTAM for a partial runway closure, clearly state to FSS, personnel that the portion of pavement Located prior to the threshold is not available for landing and departing traffic. In this case, the threshold has been moved for both landing and takeoff purposes (this is different than a displaced threshold). Example NOTAM: "North 1,000 feet of Rnnway l 8/36 is closed; 7,000 feet remain available on Runway 18 and Runway 3b for arrivals and departures." There may be situations where the portion of closed runway is available for taxiing only. If so, the NOTAM must reflect this condition. . Caution regarding displaced thresholds: tplementation of a displaced threshold affects runway '~ .ngth available for aircraft landing over the displacement. Depending on the reason for the displacement (to provide obstruction clearance or RSA), such a displacement may also require an adjustment in the landing distance available and accelerate-stop distance available in the opposite direction. Ifprojea 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 construction activity are prohibited. Instead, implement a partial closure. 3-5. MARIQNG GUIDELINES FOR TEMPORARY THRESHOLD. Ensure that markingx for temporary displaced thresholds aze c]eariy visible to pilots approaching the airport to Land. When wrtstruction personnel and equipment are located close to any threshold, a temporary visual NAVAiD, such as runway end identifies fights (BELL), may be required (even on unlighted runways) to defmc the new beginning of the runway clearly. A visual vertical guidance device, such as a visual approach slops indicator (VASI), pulse light approach sbpe indicator (PLASM or precision approach path indicator (PAPI), may be necessary to assure landittb clearance over •personnel, vehicles, equipment, and/or above-grade stockpiled materials. Ifsuch devices are installed, ensure an appropriate descriptive NOTAM is issued to inform pilots of these conditions. The current edition of AC 1 SO/5340-1, Sta»dords jot Airport Markergs, describes standard marking colors and layouts. In addition, we recommend that a temporary runway threshold be marked using the following guidelines. a. Airport markings must be clearly visible to pilots; not misleading, confusing, or deceptive; secured in place to prevent movement by prop wash, jet blast, wing vortices, or other wind currents; and constructed of 8 1/17/03 / r- materials that would minimize damage to an aircraft in l the event of inadvertent contact _ .~ ' (1) Pavement markings for temporary closed porrions of the runway should consist of yellow chevrons to identify pavement areas that are unsuitable for takeoffnanding (see AC l SQ/5340-1). If unable to paint the markings on the pavement, construct them from any of the following materials: double-layered painted snow fence, colored plastic, painted sheets of plywood, or similar materials. They must be properly conSgured and secured to prevent movement by prop wash, jet blast, or _ other wind currents_ (2) It may be necessary to remove or cover runway markings, such as ntrtway designation markings and aiming point markings, depending on the length of construction and type of activity at the airport. (3) When threshold markings are needed to identify the temporary beginning of the tvrtway that is available for landing, use a white threshold bar of the dimensions specified 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 l0 feet (3m) in width and extend outboard frrom each side of the runway so dtey are clearly ~ visible to landing and departing aircraft These~threshold (~ - bars are white. If the white threshold bars are not discernable on grass or snow, apply a black background .with appropriate material over the ground to ensure the markings are clearly visible. (S7 A temporary threshold may also be marked with the use ofretroreflcctive, elevated markers. One side of such markers is green to deaote the approach end of the runway; the side that is seen by pilots on mltout is red. See AC 150/5345-39, FAA Specification L- 853, Rumvay and Taxiway Retrorel[edive Markers: (~ At l4 CFR part 139 certificated airports, temporary elevated threshold markers must be mounted with a fi-angtble fitting (see f 4 CFR part 139.309). However, at noncertificated airports, the temporary elevated threshold markings may either lie mounted with a frangible fitting or be flexible. See AC 150/5345-39. b. The application rate of the paint to mark a short- term temporary runway threshold may deviate from the standard (sec Item P-620, "Runway and Taxiway Painting," tit AC73~/3~7{l' i~ ar or specifying Construction of Airports), but the dimensions must meet the existing standards, unless coordinated with the appropriate offices_ e. When a runway is partially closed, the distance ~~ ~ ternaining signs for aircraft land"wg in the opposite direction should be covered or removed during the construction. AC 15015370..zt 3-ti. LIGHTING GUIDELINES 1.OR ?EMPORARY ?HRESHOLD. 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-strength pavement with bases at grade level or as low 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 tan, in an emergenry, cross at normal landing or takeoff speeds witbout incurring significant damage (see AC ISO/5370-10). We recommend that the following be observed when using temporary runway threshold lighting: a. Maintain threshold and edge lighting color and spacing standards as descn'bed in AC 150/5340-24, Runway and Taxiway Edge Lighlirfg SysJern. Battery powered, solar, or portable lights that meet the criteria in AC 150/5345-50, Specification forf'onob[e RumvayLighls, may be used. These systems are intended: primarily for visual flight rvles~(VFR) aircraft operation but may be used for instrument flight rules (IFR) aircraft operations, upon individual approval Fran the Flight Standards Division of the applicable FAA Regional Office. . b. When the runway has been partially closed, disconnect edge and threshold lights with associated isolation transformers on that part of the runway at and behind the• threshold (i.e_, the portion of the runway that is closed). Alternately, cover the Light fixture in such a way as to prevent light leakage. Avoid removing the lamp horn energized fixtures because an excessive number of isolatioa transformers with open secondaries may damage the regulators and/or increase the current above its normal value. c. Secure, identify, and place any temporary exposed wiring in conduit to prevent electrocution and fire ignition sources. d. Reconfigure yellow lenses (caution zone), as necessary. If the runway has centerlme lights, reconfigure the red lenses, as necessary, or place the centerline lights out of service. e. Relocate the visual glide slope indicator (VGSI}, such as VAST and PAPI; other airport lights, such as REIL; and approach lights to identify the temporary .threshold. Another option is to disable the VLSI or any equipment that would give misleading indications to pilots as to the new threshold location. installation of temporary visual aids maybe necessary to provide adequate guidance to pilots on approach to the affected runway. If the FAA owns and operates the VGSI, 9 AC 150/5370-2E coordinate iu installation or disabling with the local Airway Facilities Systems Management Oflice. 't/17/03 . f. Issue a NOTAM to inform pilots of tempo, lighting conditions_ Section 3. Other Construction Marking and Lighting Activities 3-7. OVERVIEW. Ensure that construction areas, including closed runways, are clearly and visibly separated tom movement areas and that hazards, facilities, cables, and power lines are identified prominently for construction contractors. Throughout the duration of the construction project, verify that these areas remain cleazly marked acid visible at all times and that marking and lighting aids remain in place and operational. Routine inspections must be made of temporary construction lighting, especially battery- powered lighting since weather conditions can limit battery life. 3-8. CLOSED RUNWAY AND TAJCIWAY MARKING AND LIGHTING. Closed runway markings consist of a yellow "X" in compliance with the standards of AC 150/5340-I, • Standards jot Airport Marki»gs. Avery el!•ective and preferable visual aid to depict temporary closure is the Lighted "X" signal placed on or near the ninway designation numbers. This device is much more '~ ~'iscemible to approaching aircraft than the other ~ aterials described. If the lighted "X" is not available, construct the marking ofany of the following materials: double-layered painted snow fence, colored plastic, painted sheets of plywood, or similar utater~ls. They must be properly configured and secured to prevrnt movement by prop wash, jet blast, or other wind currents. In addition, the airport operator may install ban-icades, traffic cones, activate stop bars, or other acceptable visual devices at major entrances to the ninways to prevent aircraR from entering a closed portion of nmway. The placement of even a singlb reflective bampde with a "do not enter" sign on a taxiway centerline can prevent an aircraft from continuing onto a closed runway. If the taxiway must remain open for aircraft crossings, barricades or markings, as described above or in paragraph 3-9, should be placed on the nmway. a. Permanently closed runways. For runways and taxiways that !rave been permanently closed, disconnect the lighting circuits. For runways, obliterate the threshold marking, runway designation marking, and touchdown zone markings. and place "7C's" at each end and at 1,000-foot (;tHi-m} intervals. For taxiways, place an "X" at thr enhance of the closed taxiway. b. Temporarily closed runway and taxiways. For runways that have been temporarily closed, place an "X" at the each end of the nmway. VI/ith taxiways, place an "X" at the entrance of the closed taxiway_ c. Temporarily closed airport When the airport is closed temporarily, mark the runways as closed and rum off the airport beacon. d. Permanently closed airports When the airport is closed permanently, mark the runways as permanently closed, duconriect the airport beacon, and place an "X° in the segmented circle or at a central location if no segmented circle e.cists_ 3-9• HAZARD MARKING AND LIGHTING. Provide prominent, comprehensible warning indicators for any area affected by constuction that is normally accessible to aircraft, personnel, or vebicles_ Using appropriate- hazard marking and lighting may prevent damage, injury, traffic delays, and/or facility closures_ Hazard marking and lighting must restrict access and make speciCc hazards obvious to pilots, vehicle drivers, and other personnel. Barricades. traffic cones {weighted or sturdily attached io the surface), or flashers are acceptable methods used to identify and define the limits of constructiati and hazardous areas on airports. Provide temporary hazard marking and lighting to prevent aircraft fiom taxiing onto a closed ninway for takeoffand to identify open manholes, small areas under repair, stockpiled material, and waste areas. Alsb consider less obvious construction-related hazards and include markings to identify FAA, airport, and National Weather Service facilities cables and power lines; instrument landing system (lLS) critical areas; airport surfaces, such as RSA, OFA, and OFZ; and other sensitive areas to make it easier for contractor personnel to avoid these areas. The construction specifications must inchide a provision requiring the contractor to have a person on ca1124 hours a day for emergency maintenance of airport hazard lighting and barricades, The contractor must fik cite contact person's information with the airport. a- 1Vonmovement areas. .~ 10 Indicate construction locations on nonmovement areas in which no part of an aircraft may entry by using barricades that are marked with diagonal, alternating orange and white stripes. Barricades may be supplemrnted with alternafmg i. r t ~_ l ~ f ~' ~• ~ tt ~io3 - . . orange and white !lags at lease 20 by 20 inches (SO by 50 cm) square and made and installed so they are always in an extended position, properly oriented, and securely fastened to eliminate jet engine ingestion. Such ban: icades roay be many different shapes and made from various materials, including rat7road ties, sawhorses. jersey tamers, or barrels. During reduced visibility or night hours, sapplenscnt the barricades with red lights, either flashing or steadyburning, which should meet the luminance requirements of the State Highway Department (yellow lights are not acceptable after October 1, 2004). The intensity of the ligjrts and spacing for barricade flags and lights must adequateN and without ambiguity delineate the hazardous area. b. Movement areas. Use orange traffic cones; red lights, either flashing or steady-burning, which should meet the luminance requirements of the State Highway Department (yellow tights are not acceptable after October 1, 2004); collapsible barricades marked with diagonal, alternating orange and ~ white stripes; and/or signs to separate al! construction/maintenance areas from the movemem area. All ban-icades, temporary markers, and other objects placed and left in safety areas associated with any open runway, taxiway, or taxiiane must be as low as possble to the ground; of low mass; easily collapsible upon contact with an aircraft or any of its components; and weighted or sturdily attached to the surface to prevent displacement horn prop wash, jet blast, wing vortex, or other surface wind currrnts_ If affixed to the surface, they must be frangible at grade level or as low as possible, but not to exceed 3 inches (?.teem) above the ground. Do not use nonfrangible hazard markings, such as concrete barriers and/or metal-drum-type barricades, in aircraft movcrnent areas. Do not use railroad ties on runways. Use highly reDective barriers with flashing or steady- 6urning red lights to barricade taxiways leading to closed runways. Evaluate all operating factors when determining how to mark temporary closures that can last from !0 to IS minutes to a much longer period of time_ However, we strongly recommend. that, teen for closures of relatively short duration, major taxiwayhvnway intersections be ideati5ed with barricades spaced no greater than 20 feet (6m) apart. Marie the barricades with a flashing or steady-bunting red light. At a tninimnm, use a single barricade placed on the taxiway centerline. 3-10:' . CONSTRUCTIONNIrAR~1tiAVI'G?ITIOlVAZ AIDS (NAVAIDS). Construction activities, materialshquipment storage, and vehicle parking near electronic NAVA1Ds 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 from the NAVAID for each construction project. Pay particular attention to stockpiling material, as well as AC 15015370.2E to movement and parking of equipment that may interfere with line of sight from the ATCT or with electronic emissions. Interference fi om construction may require NAVAID shutdown or, adjustment of instnrment approach minimums for IFR This condition requires that a NOTAM be fjled_ Construction acrivities and materials/equipment storage near a NAVAID may also obstruct access to the equipment and instruments for maintenance_ Before commencing constnudion activity, parking vehicles, or storing construction equipment and materials near a NA VAID, consult with the nearest FAA Airway Facilities Office. 3-1 t_ CONSTRUCTION SITE ACCESS AND HAUL ROADS. Determine the construction contractor's access to dte construction sites and haul roads. Do not permit the construction contractor to use any ac«ss or haul roads other than those approved. Construction contractors must submit specific proposed routes associated with construction activities to the airport operator for evahration and approval as part of the safety plan before beginning construction'activities. These proposed routes must also provide specifications to prevent inadvertent entry to movement areas. Pay special attention to ensure that ARFF right of way on access and haul roads is not impeded at any time and that construction traffic on haul roads does not interfere with NAVAIDs or approach surfaces of operational runways. 3-12. CONSTRUCTION MATERIAL STOCKPILING. Stockpiled materials and equipment storage are not permitted within the RSA and OFZ of an operational nmway. The airport operator must assure that stockpiled materials and equipment adjacent to these areas are prominently marked and lighted duringhoun ofrestricted visbility or darkness. This inchtdes determining and verifying that materials 'are stored at an approved location to prevent•foteign object damage and attraction ofwildlife. 3-13_ OTHER LIMITATIONS ON CONSTRUCTION. Contractors may not use open-flame welding or torches unless adequate fire safety precautions are provided and the airport operator has approved their use. Under no circumstances should flare pots b~e used within the AOA at any time. The use of electrical blasting caps must not be permitted on or within 1,000 feet (300m) of the airport property (see AC 150!5370-~10, StandordsJor Specking Corrstrudioa oJAirports). i1 AC 150/537b-2E 3-14. FOREIGN OBJECT DEBRIS (FOD) MANAGEMENT_ ,` /ante and loose materials, commonly referred to as FOD, are capable of causing damage to aircraft landing gears, •propeHers, and jet engines. Construction contractors must 1/9 7103 not leave or place FOD on or near active aircraft movement areas. Materials tracked onto these areas must be continuously removed during the construction project. We also recommend that airport operators and conswction contractors carefully control and continuously remove waste or loose materials that might attract wildlife_ Section 4. Safety Hazards and impacts 3•i5. OVERVIEW. The situations identif ed below are potentially hazardous conditions that tnay occur during airport construction projects. Safety area encroachments, unauthorized and improper ground vehicle operations, and unmarked or uncovered holes and trenches near aircraft operating surfaces pose the most prevalent threats to airport operational safety during airport construction projects. Airport operators and contractors should consider the following when performing inspections of construction activity: a. Excavation adjacent to runways, taxiways, and aprons. b. Mounds of earth, construction materials, temporary structures, aad other obstacles near any open -. ~ 'rnvvay, taxiway, or taxilane; in the related object-Free ea and aircraft approach or departure areaslzones; or obswcting any sign or marking. c. Runway resurfacing projects resulting in lips exceeding 3 inches {7.tScm) from pavement edges and ends. sane!, mud, paving materials, etc.) on airport pavements may result in aircraft propeller, turbine engine, or fire damage. Also, Ioose materials may blow about, potentially causing personal injury or equipment damage_ i. Inappropriate or poorly maintained fencing during construction intended to deter human and animal intrusions into the AOA. Fencing and other markings that are inadequate to separate construction areas from open AOAs create aviation hazards. j. Improper or inadequate marking or Lighting of runways (especially thresholds that have been displaced or runways that have been closed) and taxiways that could cause pilot confusion and provide a potential for a runway incursion. Inadequate or improper methods of marking, barricading, and lighting of temporarily closed portions of AOAs create aviation hazards. tc. Wildlife attractants--such as trash (food scraps not collected from construction personnel activity), grass seeds, or ponded water-on or near airports. L Obliterated or faded markings on active operational areas_ d. Heavy equipment (stationary or mobile) operating or idle near AOAs, in runway approaches and departures areas, or in OFZs. e. Equipment or material near NAVAIDs that may degrade or impair radiated signals and/or the monitoring of navigational and visual aids. Unzurtlwrized or improper vehicle operations in locafizer or glide slope critical areas, resulting in electronic interference and/or facility shutdown. f. Tali and especially relatively lorKVisibility units (i.e, equipment with slim proSles}-cranes, drills, and similar objects-located itt critical areas, such as OFZs and approach zones. g. .Improperly positioned or malfunctioning lights or unlighted airpo~'t hazards, such as holes or excavations, on arty apron, open taxiway, or open taxitane or in a ~~ •lated safety, approach, or departure area. h. Obstacles, loose pavement, trash, and other debris on or near AOAs. Construction debris (gravel, nr. Misleading of malfunctioning obstruction tights. Unlighted or unmarked obswctions 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 .construction-related airport conditions. o. Failure to mark and identify utilities or power cables. Damage to utilities and power cables during cbnstrueiion activity can resuh in the loss of runway/taxiway lighting; loss of navigational, visual, or approach aids; disruption of weather reporting services; and/or foss of communications. p. Restrictions on ARFF access from fire stations to the runway-taxiway system or airport buildings. • q- Lack ofradio co:nmunicationswlth constructior. vehicles in airport movement areas_ r. Objects, regardless ofwhether they are marked or flagged, or activities anywhere on or near an airport ~. 12 in7ro3 C /-` that could be distracting, confusing, or atarminp to pilots during aircraft operations. • ~ s. Water, snow, dirt, debris, or other contaminants that temporarily obscure or derogate the visibility of • runwayltaxiway mazking, 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. u. Failure to maintain drainage system integity during construction (e.g~ no temporary drainage provided when working on a drainage system). ~. ~-. c ~ -. ac ~ so~s3~a2t= v_ Failure to provide for proper electrical lockout and tagging procedures. At larger airports with multiple maintenance shifts/workers, construction contractors should make provisions for coordinating work en circuits. w. Failure to control dust. Consider limiting the amount•of area from which the contractor is allowed to strip twf. x. Exposed wiring that creates an electrocution or fire ignition hazard. Identify and secure wiring, and place it in conduit or bury it. y. Site burning, which can cause possible obscuration. . z Construction work taking place outside of designated work azeas and out of phase. 13 1117/03 t .~. • ~~, ,~ APPENDIX 1: RELATED READING MATERIAL I. Obtain the Wtrst version of the following free publications from the FAA on its Web site at http:!/wvnv.faa.gov/arp/. In addition; these ACs are availabie by.contacting the U.S. Department of Transportation, Subsequent Distnbution Office, SVC- 12l ~3, Ardmore Fast Business Center, 33.41 Q 75th Avenue, Landauer, IvID 20785. a. AC 150/5200-28, Notices to Airmen (NOTA11~ jar Airport Operators Provides guidance for the. use of the NOTAM System in airport reporting. b. AC 150!5200-30, Airport ~»ter 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 condition reporting procedures. a AC 150/5200-33, Hazardous lYddlife Attractants On or Near Airports. Provides guidance on locating certain land uses having the potential to attract hazardous v-~7dlife to public-use airports. d. AC 150/5210-5, Pointing Mar,Ein~ and Lighting oJTrehicles Used on an Airport. Provides guidance, specifscations, and standards for painting, marking, and lighting vehicles operating in the airport air operations areas. - e. AC 150/5220-4, Water Supply S~stetns for Aircraft Fire•nnd Xescrre Protection. Provides guidance for the selection of a water source and standards for the design of a distribution system to support aircra$ rescue and fire fighting service operations on airports. g. AC 150/5340-I4B, Econonry Approach Lighting Aids. Desuibes standards for the design, selectioq siting, and maintenance of economy approach lighting aids. f. AC 1501534Q-I, StandardsjorAirport Markings. Contains FAA standards for markings used on airport runways, taxiways, and aprons. AC 150/537¢zE h. AC 150/5340-18, StondardtforAirport Sign Systems. Contains FAA standards for the siting and installation of signs on airport runways and taxiways_ i. AC 150/5345-28, Precision Approach Path Indicator (PAPI) Systems Cortains the FAA standards for PAPI systems, which provide pilots with visual glide slope guidance during approach for landing. j. AC 150/5380-5, Debris Hazards at Civil Airports. Discusses problems at airports, gives information on foreign objects, and explains how to eliminate such objects ham operational areas. k. AC 70x1460 2, Proposed Construction of Alteration of Objects that May Affect the Navigable Airspace. Provides information to persons proposing to erect or alter an object that may affect navigable airspace and explains the need to notify the FAA before construction begins and the FAA's response to those notices, as required by 14 CFR part 77. 2. Obtain copies of the following publications from the Superintendent ofDocuments, U.S. Government Printing Office, Washington, DC 20402. Send a check or money order made payable to the Superintendent of Documents in the amount stated with your request. The Government Printing Office does not accept C.O.D. orders. In addition, the FAA makes these ACs available at no charge on the Web site at http:/hvwvr.faa.gov/arp/. a. AC 150/5300-13, Airport Designs Contains FAA standards and recommendations for airport design, establishes approach visibility minimums as an airport design parameter, and contains-the object-free area and the obstacle free-zone criteria. (526. Supt Docs_) SNOSO-007-01208-0. b. AC 150/5370-10, Standards jar Specking Construction ojAirporls. Provides standards for construction of airports. Items covered include earthwork, drainage, paving, turfing, lighting, and incidental construction. (SIB. Supt. Don.} SNO50-007- 0821-0. A-1 AC 150!53?0-2E 1!17/03 APPENDIX 2. DEFINITIONS OF TERMS USED IN THE AC AIR OPERATIONS AREA (AOA). Any area of the airport used or intended to be used for the landing, takeoff, or surface maneuvering of aircraft. An air operations area includes such paved or unpaved azeas that are used or intended to be•used for the unobstnrcted movement of aircraft in addition to its associated runways, taxiways, or aprons. 2. CONSTRUCTION. The presence and movement of constnrction-related personnel, equipment, and materials in any location that could infringe upon the movement of aircraft. 3. CERTIFICATED AIRPORT. An airport that has been issued an Airport Operating Certiftcate by the FAA under the authority of 14 CFR part 139, Certification and Operation: Land Airports Serving Certain Air Carriers, or its subsequent revisions. 4. FAA FORM 9460-1, NOTICE OF PROPOSED . CONSTRUCTION OR ALTERATION. The form submitted to the FAA Regional Air Traffic or Airports Division Otlice as format written notification of any kind of construction or alteration of objects that affect navigable airspace, as defined in I4 CFR part 77, Objects Affecting Navigable Airspace (see AC 7017460-2, .` Proposed Cor~ttruction or A/terorio» oJObjects that May } J'ect the Navigable Airspace, found at • ~ :.ttp://www.faa.gov/arp~. 5. FAA DORM 9480-1, NOTICE OF LANDING AREA PROPOSAL. Form submitted to the FAA Airports Regional Division Office or Airports District OfLice as formal written notification whenever a project without an airport layout plan on file with the FAA. involves the construction of a new airport; the construction, realigniag, altering,' activating, or abandoning of a runway, landing strip, or associated taxiway; or the deactivation or abandoning of an entire airport (found at http://www taa.gov/arp!). 6. MOVEMENTAREA. The ruaways, taxiways, and other areas of an airport that aze used for taxiing or hover taxiing, air taxiing, takeoff; and landing of aircraft, exclusive of loading ramps and aircraft parking areas (reference l4 CFIt part 139). . ' 7. OBSTRUCTION. Any objeet/obstacle exceed"eng the obstruction standards specified by L4 CFR part 77, subpart C. 8. OBJECT-FREE AREA (OFA). An area on the ground centered on the runway, taxiway, or taxifane centerline provided to enhance safety of aircraft operations by having the area free of objects except for those objects that need to be located in the OFA for air. navigation or aircraft ground maneuvering purposes (see AC 150/5300-13, Airport Desigrti for additional guidance on OFA standards and wingtip clearance criteria). 9. OBSTACLE-FREE ZONE (OFZ). The airspace below 150 feet (45tH) above the established airport elevation and along the runway and extended runway centerline that is required to be clear of all objects, except for frangible visual NAVA1Ds that need to be Located in the OFZ because of their function, in order to provide clearance protection for aircraft landing or taking off from the runway and for missed approaches (refer to AC 150/5300-I3 for guidance on OFZs). I0. RUNWAY SAFETY AREA (RSA A defined surface surrounding the runway prepared or suitable for reducing the risk of damage to airplanes in the event of an undershoot, overshoot, or excursion from the runway, in accordance with AC 150!5300-13. 11. TAXI''~VAY SAFETY AREA. •A defined surface alongside the taxiway prepared or suitable for reducing the risk of damage to an airplane unintentionally departing the taxiway, in accordance with AC 150/5300- 13. 12: THRESHOLD_ The beginning of that portion of the runway available for landing. In some instances, the landing threshold may be displaced. I3. DISPLACED THRESHOLD. ~ The portion of pavement behind a displaced threshold that maybe available for takeoffs in either direction or landing from the opposite direction. l4. VISUAL GLIDE SLOPE INDICATOR (VGSI). This device provides a visual glide slope indicator to landing pilots. Ilrese systems inehrde precision approach path indicators (PAPIs), visual approach slope indicators (VASLs), and pulse l~ht approach slope indicators (PLASIs). ~.. A-2 ~- 1/17/03 AC 150/5370,2 APPENDIX 3. AIRPORT CONSTRUCTION SAFETY PLANNING GUIDE Aviation Safety Requirements During Construction ^. C. ~" PURPOSE. This appendix provides airport operators with boilerplote format and languoge for developing a safety plan for an oirport construction project Adapt this appendix, as applicably to specific conditions found o» the oirport for which the plan is being developed Consider including o copy ojthis safety plan in the construction drawings for easy oeeess by contractor personnel. Plops should contain -he following: 1. GENERAL SAFETY REQUIREMENTS. Throughout the construction project, the following safety and operational practices should be observed: • Operational safely should be a standing agenda item during progress meetings throughout the construction project_ • The contractor and airport operator must perform onsite inspections throughout the project, with immediate remedy of any deficieytcies, whether caused by negligence, oversight, or project scope change. • Airport 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 controlkd to minimize disturbance to the contractor's operation. Notice to Airmen (NOTAM) System] of proposed location, timc, and dace of commencement 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 al! notices issued via the NOTAM System. Throughout the duration of the construction project, the contractor must= a. Be aware of and understand the safety problems and hazards described in AC 150/5370-2, Operotional Safety on Airports During Construction. b. Conduct activities so as not to violate any safety standards contained in AC ISO/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 soon as they are discovered. 3_ APPROACH CLEARANCE TO RUNWAYS. Runway thresholds must provide an unobstructed approach surface over equipmrnt and materials. (Refer to Appendix 2 in AC 150/5300-13,Airport.Desigr~ for guidance in this area.) • Contractor, subcontractor, and supplier employees or any unauthorized persons must be restricted from entering an airport area that would be hazardous. • Construction that is within the safety area of an active runway, taxiway, or apron that is performed under normal operational conditions must be performed whets the.nutway, taxiway, or apron is closed oruse-restricted and initiated only with prior permission from the a'uport operator. The contracting officer, airport operator, or other designated airport representative may order the contractor to suspend operations;move personnel, equipment, and materials to a safe location; and stand by until aircraft use is compteted_ 2. CONSTRUCTION MAINTENANCE AND FACILITIES MAINTENANCE. Before beginning any construction activity, the contractor must, tbrougft the airport operator, give notice [using the 4. RUNWAY AND TAXIWAY SAFETY AREA (RSA AND TSA). Limit cortswction to outside of the approved RSA, as shown on the approved airport layout plan-unless the runway is closed or restricted to aircraft operations, requiring a lesser standard RSA that is equal to the RSA available during constructio» (see AC t50/5310 2 for exceptions). Construction activity within the TSA is permissible when the taxiway is open to airual} traffic if adequate wingtip clearance exists between the aircraft and equipmenNmaterial; evacuations, trenches, or other conditions are conspicuously marked and lighted; and local NOTAMs are in effect for the activity (see AC 150/5300=13'forwingtils cleaParice'requirements). The NOTAM should state that, "personnel and equipment are working adjacent to Taxiway ~" a. Proccdnres ter protecting :an~:ay edges. • Limit construction to no closer than 204 feet {60m) from the runway centerline--unless the runway is closed or restricted to aircraft operations, requiring a lesser standard RSA A3 AC 150/5370-2E that is equal to the RSA available during construction. • Prevent personnel, material, and/or equipment, as defined in AC 150/5340-13, Paragraph;06, "Obstacle Free Zone (OFZ);' from penetrating the OFZ. i/17/03 • Coordinate construction activity with the Airport Traffic Contra! Tower (ATCT) and FAA Regional Airports Division Of#'ice or Airports District Office, and through the airport operator, issue an appropriate NOTAM. . Complete the jol7owieg chart to determine the area that -ntrst be protected along the runwtry edges- t ! t •See AC 150!5300-13, Airport Design, to complete the chart for a specific runway. b. Procedures'for protecting runway ends. • Maintain the RSA from the runway 1 threshold to a point at least the distance from the runway threshold as existed before construction activiry--unless the runway is closed or restricted to aircraft operations, requiring an RSA that is equal to the RSA length available during construction in accordance with AC 15015300-13. This may involve the use of declared distances and partial runway closures (see AC i SO/S3 70-2 for exceptions). • Ensure all personnel, materials, and/or equipment are clear of the applicable threshold siting criteria surface, as defined _ in Appendix 2, "T]ireshold Siting Requirements," of AC 1 SO/5300- U'. • Prevent personnel, material, and/or equipment, as defined in AC 150/5300-13, from penetrating the obstacle-free zone. • Ensure adequate. distance for blast protection is provided, as needed. • "Coordinate construction activity wiih the ATCT and FAA Regional Airports Division Office or Airports District Office, and through the airport operator, issue an appropriate NOTAM. • Provide a drawing showing the profile of the appropriate stuf'aces of each runway end where construction w~l take place. Where operations by turbojet aircraft are anticipated, review takeoffprocedwes and jet blast characteristics of aircraft and incorporate safety measures far construction workers m the contract documents. ~. t A-0 i ~' l l -^~ ~.. i 1n~ro3 5. MARKING AND LIGHTING FOR TEMPORARY THRESHOLDS. MarJcing and lighting for a temporary threshold is /is not requu~ed. The airport owner or contractor, as specified in the contract, will famish and maintain markings for temporary thresholds. Precision approach path indicators. (PAPLs) or runway end identification lights (REIL) are late not required_ The airport owner or eonlractor, as specified i» the contract, will furnish and install all temporary lighting. Include appropriate items per AC 15415370-2, Chapter 3, "Safety Standards and Guidelines." Ifmorking and lightirrgfor the te~npo~ory threshold is not required delete this seetio» of lbe solely plan. If visual aids and/or markings ore necessary, provide deia~/s. (Include applicable I4 CFR port 77 surfaces in the contract documents.) 6. CLOSED RUNWAY MARKINGS AND LIGH~TNG. The following must be specified for closed runways. Closed runway marking are /are not required. Closed runway markings wrll be as shown on the plans !az furnished by the airport owner /other (specify). Barricades, flagging; . and flashers are _ /are not ,required at Taxiway and Rtutway and will be supplied by the airport /other (specify). 7. HAZARDOUS AREA MARKING AND LIGHTING. Hazardous areas on the movement area will be marked with barricades, traffic cont:s: flags, or flasher (specify). These markings restrict access and make hazards obvious to aircraft, personnel, and vehicles. During periods of low visibility and at night, identify hazardous areas with red flashing orsteady-burning lights (specify). The hazardous area marlcir-a and lighting wilt be supplied by AC 150/5370-Z the airport operatodcontractor, as specified in the contract, and will be depicted on, the plans. 8. TEMPORARY LIGHTING AND MARKING. Airport markings, lighting, and/or signs will be altered in the following mariner (specify) during the period fiom to .The alterations are depicted on the plans. 9. VEHICLE OPERATION NfARKING AND CONTROL. Include the following provisions in the construction contract, and address them in the safety plans: a. When any vehicle, other than one that has prior approval from the airport operator, must travel over any portion of an aircraft 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 attached to it. Any vehicle operating on the movement areas during hours of darkness or reduced visibility must be equipped with a flazhing dome-type light, the color of which is in accordance with loco! or state codes. b. It may be desirable to clearly identify the vehicles for control purposes by either assigrred initials or numbers that are prominently displayed on each side of the vehicle. The identification symbols should be at minimum 8=inch (20=tin) block-type~charaaers ofa contrasting color and easy to read. They may be applied either byusingtape or awater-soluble paint to facilirdte removal. Magnetic signs are also acceptable. In addition, vehicles must display identification media, as specified in the approved security plan. (This section should be revised to conform to the airport operator's rerluirements.) A-5 Complete lhefolfowing short to determine the area shot must be protected before the runway d,-eshold.- AC i 5t)t537o-2E c Employee parking shall be {specify - ration), as designated by the airport manager / ;,~roje:ct engineer /other (specify). • d. Access to the job site shall be via (specify route}, as shown on the plans /designated by the engineer -/designated by the superintendent !designated by the airport manager /other - (specify}. e. At i4 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 noncompliance:. i if the airport is certificated and/or has a security plan, the airport operator should check for guidance on the additional identification and cone of of construction equipment. - - Ill. NAVIGATIONAL AIDS. The contractor must not conduct any construction activity within navigational aid restriued areas without prior approval from the local FAA Airway Facilities sector representative. Navigational aids include instrument _ ' •nding system components and very high-frequency ~ ~u-iduectionat range, airport surveillance radar. Such 'restricted areas are depicted on construction plans. I I. LIMITATIONS ON COI~ISTRUCTION.~ Additional limitations on construction include-- a. Piohbiting open-#lame welding or torch cutting operations unless adequate fire safety precautions are provided and these operations have been authorized by the airport operator fas tailored to cotrjorm to !oral requirements and restrietaons). i/17/03 b. Prominently marking open trenches, excavations, and stockpiled materials at the construction and lighting these obstacles during hour of restricted visibility and darkness. c. Marking and lighting closed, deceptive, and hazardous areas on airports, as appropriate. d. Constraining stockpiled material to prevent its movement as a result of the maximum anticipated aircnfi blast and forecast wind conditions. IZ. RADIO COMMUNICATIONS. Vehicular trafFic located in or crossing an active movement area must have a working two-way radio in contact with itte control tower or be escorted by a person in radio contact with the tower. The driver, through - personal observation, should confirm that no aircraft is approaching the vehicle position. Construction personnel may operate in a movement area without two-way radio communication provided a NOTAM is issued closing the area and the area is property marked to prevent inettrsions. Two-way radio communications are /are not required between contractors and the Airport Traffic Control Tower !FAA Flight Service Station /Airport Aeronautical Advisory Stations (UN1COIvt/CTAl~ .Radio contact is rs not required between the hours of and Contintwers monitoring is required /or is required only when equipment movement is necessary in certain areas .(This section mery be tailored to suit tbe- specificvehicle a»d sajery requirements ojthe oirport sponsor.) l3_ DEBRIS Waste and loose material must not be placed in active movement areas. Materials tracked onto these areas must be removed. wntinuously during the work project. --~ A-6 1/17!03 " APPENDIX 4. SAMPLE NOTAM ~: AIRPORT FAA NOTAM # DATE• ' AIRPORT LD. # TIME: NOTAM TEXT: NOTIFICATON: v # # # # TOV4/ER PHONE # INITIALS TIME CALLED IN BY ####FSS ' PHONE # INITIALS TIME CALLED IN BY (~ '~. AIRLINES CANCELLED: NOTIFICATON: # # # # TOWER PHONE # INITIALS TIME CALLED ~ By ####FSS PHONE #. INITIALS ~ TIME CALLED IN BY AIRLINESS C ~ -. -. ~~ AC 150/537f A7 A G R E E M E N T THE STATE OF TEXAS § COUNTY OF NUECES ~ THIS AGREEMENT is entered into this 18TH day of AUGUST, 2009, 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 Haeber Roofing Company termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of $170,985.00 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: CORPUS CHRISTI INTERNATIONAL AIRPORT TERMINAL RE-ROOFING PROJECT OLD WING 2008 PROJECT NO. 10026 (TOTAL BASE BID + ADD.BID ALT.NO.1: $170,985.00) 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. The Contract Documents include this Agreement, the bid proposal and instructions, plans and specifications, including all maps, plats, blueprints, and other drawings, the Performance and Payment bonds, addenda, and related documents all of which constitute the contract for this project and are made a part hereof. Agreement Page 1 of 2 The Contractor will commence work within ten (10) calendar days from date they receive written work order and will complete same within 120 CALENDAR 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. ATTE T: City Secretar CITY OF CORPUS CHRISTI BY~ ~/~ ( / ~'1 Oscar Martinez, Asst. City Mgr. of Public Works and Utilities APPROVED S TO LE FO sy: Asst. City Attorney AT ST: (If C rporation) 1 Below) (Note: If Person signing for corporation is not President,. attach capy.of authorization to sign) ~~~~;;,~--... AUTNORiZEir ~ COUNCIL...Q..R..~.o.~~~.1_.... ........_.~..~..__..~........ .c. SECRETARY B ~~~~~ Y Pete Anaya, P.E. Director of Engineering Services CONTRACTOR Haeber Roofin Cos an By Title : V ~~~y / ~Q~~ ~- 2833 HOLLY ROAD (Address) CORPUS CHRISTI, TR 7$415 (City) (State)(ZIP) 361/851-8142 * 361/851-8062 (Phone) (Fax) Agreement Page 2 of 2 CORPIIS CHRISTI INTERA7ATIONAL AIRPORT TERMINAL RS-ROOPING PROJECT (OLD WING)- 2008 BASE BID (la"L~Y YKW 1`I V. lvvao/ IV V I II III ITEM QTY & IINIT Description IIait Price Total .BASE BID ROOF Re-Roofiag of CCIA Termiaal (Old Wiag) 1 1 to limits shown oa drawings and per project apecificatioae g 145,730. X145,730.00 LS Complete sad in place per Ls ALLOWANCE Allowaace for removal sad repalcement ~ 2 1 of damaged insulation 35.000.00 x$,000.00 LS Complete sad in place per Ls svsoTAL BASE BID 8150,730.00 ADDITIVE BID ALTERNATE NO.1 ROOF Re-Roofing of CCIA Termiaal (Old Wing) Al-1 1 overhaag to limits shows on drawings 255.0 g 20 255 00 520, • sad per project specifications , I,g Complete and in place per LS SIIHTOTAL ADDITIVS HID ALTHRNATE NO. 1 $ 20,255.00 TOTAL SASE BID PLIIS ADDITIVE BID ALTERNATE NO. 1: $ 170,985.00 PROPOSAL FORM Page 3 of 6 ~... ._ :'P R O P O S A L F O R M F O R CORPUS CHRISTI INTERNATIONAL AIRPORT TERMINAL RE-ROOFING PROJECT (OLD .WING) - 2008 PROJECT NO. 10026- DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS P R O P O S A L CORPIIS CHRISTI INTERNATIONAL P 1 ac e : AIRPORT TERMINAL RE-ROOFING PROJECT. Date : FEBRDARY 25, 2009 Proposal of HAEBER HOOFING COMPANY a Corporation organized and existing under the laws of the State of TEAS OR a Partnership or Individual doing business as TO: The City of Corpus Christi, Texas Gentlemen: The undersigned hereby proposes to furnish all labor and materials, tools, and necessary equipment, and to .perform the work required for: CORPIIS CHRISTI INTERNATIONAL AIRPORT TERMINAL RE-ROOFING PROJECT (OLD WING) - 2008, PROJECT NO. 100.26 at the locations set out by the plans and specifications and in strict accordance with the contract documents for the following prices, to-wit: (Revised August 2000) CORPIIS CHRISTI INTERNATIONAL AIRPORT TERMINAL RE-ROOFING PROJECT (OLD WZNG)- 2006 BASE BID ~1:17Y YKVU 1V V. 1vV6o/ Iv v I II III ITEM QTY & IIDTIT Description IInit Price Total .BASS BID ROOF Re-Roofing of CCIA Terminal (Old Wing) 1 1 to limits shown oa drawings and per project specifications $ 145, 730. Q145, 730.00 Lg Complete sad in place per L3 ALLOWANCE Allowance for removal and repalcemeat ~ 2 1 of damaged insulation 55.000.00 X5.000.00 LS Complete sad in place per LS svsoTAL BASE. BID $150,730.00. ADDITIVB BID ALTERNATE NO.l ROOF Re-Roofing of CCIA Terminal (Old Wing) Al-1 I Overhang to limits shown on drawings and per project specifications $ 20,255.0 $20,255.00 Lg Complete and in place per LS SvHTOTAL ADDITIVB HZD ALTERNATE NO. 1 $ 20,255.00 TOTAL BASE BID PLIIS ADDITIVE SID ALTERNATE NO. 1: $ 170,985.00 PROPOSAL FORM Page 3 of 6 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 (IO) 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, in 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 Seta of Documents: The contract and all bonds will be prepared in not less than four counterpart (original signed) sets. Time of Completion: The undersigned agrees to complete the work within 120 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): (SEAL - IF BIDDER IS a Corporation) NOTE: Do not detach bid frc Fill in with ink and with attached papers. 2000) Respectfully submitted: Name: ER By: (SIGNA ) IRENE HAEBER Address: 2833-HOLLY ROAD (P.O. Box) (Street) CORPUS CHRISTI, TEAS 78415 (City) (State) (Zip) Telephone : (361) 851-8142 m other papers. submit complete (Revised August tn~,.,; ced AuQUSt 20001 P E R F O R M A N C E B O N D STATE OF TEXAS § BOND NO. PRF08962260 COUNTY OF NUECES § IQ~10W ALL BY THESE PRESENTS THAT Haeber Roofing Company of NUECES County, Texas,. hereinafter called "Principal", and FIDEr,ITy & D . oSTm o o MARYT Au **, a corporation organized under the laws of the State of MARYLAND , 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 ONE HUNDRED SEVENTY THOUSAND, NINE HUNDRED EIGHTY-FIVE AND NO/100($170,985.00) 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: r **COLONIAL AMERICAN CASUALTY & SURETY CO. THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas,, the principal entered into a certain contract with the City of Corpus Christi, dated the 18TH of AUGUST 20 09 a copy of which is hereto attached and made a part hereof, for the construction of: CORPUS CHRISTI INTERNATIONAL AIRPORT TERMINAL RE-ROOFING PROJECT OLD WING 2008 PROJECT NO. 10026 1 (TOTAL BASE BTD + ADD.BID ALT.NO.1: $170,985.00) NOW, THEREFORE, 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 (Zj 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 FURTHER, 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 WHEREOF, this instrument is executed in 4 copies, each on of which shall be deemed an original, this the %~/~, day of ~ 20~. PRINCIPAL ST J " -' (Print Name & Title) SURETY FIDELITY & DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY & SURETY CO. By- Attorn n-fact MARY EL N MOORE (Print Name) The Resident _ Agent of . the Sure y in Nueces County, Texas, fc' delivery of notice sad aervice of process is: AgeIICy: Contact Person: Address: Phone Number: SWANTNER & GORDON INSURANCE AGENCY i~~tX E~,I~EAJ . MOORE P.O. BOX 870 CORPUS CHRISTI, TEXAS 78403 361-883-1711 (NOTE: Date of Performance Bond must not be prior to date of contract)(Revised 3/08). Performance Bond Page 2 of 2 P A Y M E N T B O N D BOND NO. PRF08962260 STATE OF TEXAS § COUNTY OF NUECES § Rr10W ALL BY THESE PRESENTS: THAT Haeber Roofing Company of NUECES County, Texas, hereinafter called "Principal", and FIDELITY & DEPOSIT ~n nF MARVrA m** , a corporation organized under the laws of the State of MARYT,AND , 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 ONE HUNDRED SEVENTY THOUSAND, NINE HUNDRED EIGHTY-FIVE AND NO/100($170,985.00) 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: **COLONIAL AMERICAN CASUALTY & SURETY CO. THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 18TH day AUGUST 20 09 a copy of which is hereto attached and made apart hereof, for the construction of: CORPUS CHRISTI INTERNATIONAL AIRPORT TERMINAL RE-ROOFING PROJECT OLD WING 2008 PROJECT NO. 10026 (TOTAL SASE BID + ADD.BID ALT.NO.1: $170,985.00) 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 WHEREOF, this instrument is executed in 4 copies, each o of which shall be deemed an original, this the a~~! day of w~-- 20~. PRINCIPAL ~ ~ '-QiY o~ ~~~ ~~~t l .~ m ~ ~ ~A By: r r ~ Y~ ~ i ~ (Print Name & Title} ST (Print Name & Title) ~ SURETY FIDELITY & DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY & SURETY CO, By: Attor in-fact MARY EN MOORE (Print Name) The Resident Agent of the Surety in Nueces Countp, Tc:~; • foam<;. delivery of notice and service of process is: Agency: SWANTNER & GORDON INSURANCE AGENCY Contact Person : MARY ELLEN MOORE Address : p . 0. BOX 870 CCIRPTTS CHR ST TF.X _, 78403 Phone Number: 361-883-1711 (NOTE: Date of Payment Bond must not be prior to date of contract) (Revised 3/08) Payment Bond Page 2 of 2 Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, corporations of the S aryland, by THEODORE G. MARTINEZ, Vice President, and ERIC D. BARNES, Assistant t ce of authority granted by Article Vl, Section 2, of the By-Laws of said Companies, which ar h ere eof and are hereby certified to be in full force and effect on the date hereof, do i , co 4 8 ary Ellen MOORE, R. M. LEE, Michael A. WHITNEY, H.M. CA . DUNCAN, all of Corpus Christi, Texas, EACH its true and lav~{J~t ° e ,execute, seal and deliver, for, and on its behalf as surety, and as its a QI ll nd n ertakings, EXCEPT bonds on behalf of Independent Executors, Comm ° vo and r pans. and the execution of such bonds or undertakings in pursuance of these s s, s 1 n on said Companies, as fully and amply, to all intents and purposes, as if they had been duly e a wledged by the regularly elected officers of the Company at its office in Baltimore, Md., in their own pror rsons. This power of attorney revokes that issued on behalf of Leroy A. RYZA, Mary Ellen MOORE, R. M. LEE, Diann EISENHAUER, Michael A. WHITNEY, Kristi ROBERTS, dated October 13, 2003. The said Assistant Secretary does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By-Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice-President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seals of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, this 22nd day of September, A.D. 2008. ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY 'gyp DEPps~ C~k~, ~~ r _ ~` •.,,.. By: Eric D. Barnes Assistant Secretary Theodore G. Martinez State of Maryland 1 ss: City of Baltimore f On this 22nd day of September, A.D. 2008, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came THEODORE G. MARTINEZ, Vice President, and ERIC D. BARNES, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Companies aforesaid, and that the seals affixed to the preceding instrument is the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. ~~i,,t~urPi,~, . .; ~~; ~~fulY ~'•. ... ~~~~'~~eri~i~"''• Constance A. Dunn Notary Public My Commission Expires: July 14, 2011 POA-F 168-9883 EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice-President, or any of the Senior Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." EXTRACT FROM BY-LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice-President, or any of the Senior Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents specially authorized by the Boazd of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the respective By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990 and of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appeazing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 2hTx day of AtTCtrsT 2009 Assistant Secretary ~ Fidelity and Deposit Company of 1~Iaryland e(~ j Nome Office: P.O Box 122', Baltimore, MD 21203-1227 INIPORTAIVT NOTICE To obtain information or make a complaint: You may call the Fidelity and Deposit Company of Maryland, Colonial .American Casualty and Surety Company, and/or Zurich .American Insurance Company's toll-free telephone number for information or to make a complaint at: 1-800-654-5.155 You may contact the Texas Department of Insurance to obtain information nn companies, coverages, rights, or complaints at: 1-300-252-3439 You may write the Texas Department of Insurance: P.O. Boa 1x9104 Austin, TX 78714-9104 FAY # (512) 175-1771 FRENI[Uk'[ OR CLAIM DISPUTES: Should you have a dispute concerning the premium or about a claim, you should first contact Fidelity-and Deposit Company of lV[aryland or Colonial American Casualty and Surety Company. ff the dispute is not resolved, you may contact the Texas Department of Tnsura~~ce. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. s~~s i~ <<r~~ ~n,v;oi ~ ;D~clasu~'~ Statert~c~nt ~~~~ ~1t+ ~t~~~~~~~~K~~ ~~~p~~s~-~~~r, ~~sc~,osu ~ ~! ~i, y ._,_`~~~1 1f~~ ~"~ ~?ti rs~ _ .. :hC}~~f' ~_i~ ~t, - '-. `E n ,~.7' , . _ .;K tt~~;?~ .. ~~ S . ~.. _ ~~ud 3~L'~ ~r3Ca~ r£~7t1 tClS tt'3C,. _'3: ?c~"~', _.i.. C}. _ ~c ~ ~.._. _ _ ~. 'r ~ ~~ Wr:, _ C -. . _ (~~:(+?>~'`3i Yw'1T ~~(YT~.'fr`3.3`t ~j(~$ (C{tC:`~~Ji`J t+!'} 4-'C7vw%TzP17~ i.,i tri&:4/.~T3~etrG '....~ ..'+~+~.°Cyr As ~S 1h~' a~ 5,,,, t't~;dt?y trS~l11'+~tl~>3 ,.. 4 . „ t~~= ~)ndte~7 r~,r't~i~~ ~~'C' ., ~. :sL14e5 r?"i~~t j ~t t#S ..~ 3~'~ ~t!"~.~ ... ~~~'t ~~+~'tt5 ~ C'rt7K~CS. T#1iS rr;~'s'3t ~ `' =~~?a~i ~! "~rcker Ea rtt?~ ;~`ryR - ~ ~~ Zu''v~i ~nf~, ~"3 ~' ~ t r~~ _,:_.,. ,! ~/ F~ ~~~ ~~c' a~~i ~1 + y?~+~ir~t~f~ _~ .^.r~~t~f~~az ~~v['~!3~i? .~. .. .,`~`:~'`r1~7 tt~L~f ~,a>a~,~''.~f Y ,. ~ ~~~ .r:3.~ ~~'~7 ~° _ ._ 4e~i*~ ~~~... =fit'~'Y ~ J~._ _ett~~ _ _ _ `' - - - ~I~~? YGt' ~` _ ^~'~ ~. ~~!'CS~ ;.'~ t~S~ ~G 4V ~S~~J ''NIYd'~l.rl1(~C~lI7~,L"CJI'1'1 '" '.• ;~ ''~ ~ ~,~- r';., .~ 3~:'.~: vtw ~r. ~.. _„ ' ~ ,. rp, ~..,I .; _'I~~ y '-r~ji.t" _~~~~F~ ~~-.ra_a _~ ~ .i F` r~rr .-~~,+~ )max r, si ~ - a~'~'~.1N tl~z.+ FS~,-i.+-~L r,a~~-. _.- _ ~ _ __- -~, - 1 = C}~~t'?L~f z9('~ .. ., "?frrt,. _ ~~ << rr~., :x€ _ ?,~7'. ~ -_ ~~r~,~: G= ~r,fr,~°rtt~tsGn .. -~ ;: ~ , ?-,,,e ~~~ r ~. 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 ANA=. FIRM NAME: HAEBER ROOFING COMPANY - STREET: 2833 HOLLY ROAD CITY: CORPUS CHRISTI ZIP: 78415 FIRM is: 1~. Corporation 2. Partnership 3. Sole Owner 4. Association 5. Other DISCLOSURE QUESTIONS I~ additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each Aemployee= of the City of Corpus Christi having an Aownership interest_ constituting 3% or more of the ownership in the above named Afirm=_. Name Job Title and City Department (if known) N/A • 2. State the names of each Aofficial_ of the City of Corpus Christi having an Aownership interest=_ constituting 3% or more of the ownership in the above named Afirm=_. Name Title N/A 3. State the names of each Aboard member= of the City of Corpus Christi having an Aownership interest= constituting 3% or more of the ownership in the above named Afirm=. Name Board, Commission or Committee N/A 4. State the names of each employee or officer of a Aconsultant= for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an Aownership interest=_ constituting 3% or more of the ownership in the above named Afirm_. Name Consultant N/A CERTIFICATE I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. - Certifying Person: IRENE HAEBER Title: SECRETARY/TREASURER (Type r Print) -~ Signature of Certifying Person: Date: FEBRUARY 25, 2009 DEFINITIONS a. ABoard Member. A member of any board, commission or committee appointed by the City Counci! of the City of Corpus Christi, Texas. b. AEmployee=_. Any person employed by the City of Corpus Christi, Texas, either on a full or part time basis, but not as an independent contractor. c. AFirm-. Any entity operated for economic gain, whether professional, industrial or commercial and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation, joint stock company, joint venture, receivership or trust and entities which, for purposes of taxation, are treated as non-profit organizations. d. AOfficial_. The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads and Municipal Court .fudges of the City of Corpus Christi, Texas. e. AOwnership Interest=. Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate or holding entity. AConstructively held- refers to holding or control established through voting trusts, proxies or special terms of venture or partnership agreements. f. AConsultant=. Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. ACORD CERl°IFIC~4TE OF LIABILITY INSURANCE CS`R LP HAEBE-1 ' DATEIMMIDD/YYYY) 09 08 09 PRODUCER Reetch 6 Associates Insurance P . 0 . Box 3280 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RItiHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Corpus Christi TX 78463-3280 Phone :361-883-3803 Fax :361-883-3894 INSURERS AFFORDING COVERAGE NAIC # INSURED INSURER A: (,`rum ~i Forster INSURER B: Union standard Insurance Co H r Roofing Company INSURER C: Texas Mutual Insurance ccepany ___ ___ _ 2833 Holl Rd t1 TX 78415 s ~'h=1 C __ INSURER D: FEDERAL INS CO 3 orpu INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BV PAID CLAIMS. LTR NSR TYPE OF INSU NCE POLICY NUMBER DATE MMIDDIYY DATE MM/DD/YY LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1 , OOO , OOO A X X COMMERCIAL GENERAL LIABILITY GL01510 3 9~ 0 5/ Ol / 0 9 O5 / O 1/ l O PREMISES (Ea occurence) a 5 0, 0 00 CLAMIIS MADE ~ OCCUR / MED EXP (Any one person) $ ERCltlded $g 1~1 P~ PERSONAL 8 RDV INJURY $ 1 , 000 , 000 Pro j~Ct GENERAL AGGREGATE $ 2 , OOO , OOO GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS -COMP/OP AGG $ 2 , OOO , OOO POLICY X JEC LOC AUT OMOBILE LIABILITY /~ COMBINED SINGLE LIMIT $ 1 OOO OOO B X X f ANY AUTO CAA4300796-12 ~ 05/01/09 05/01/10 (Ea accident) , , ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS o/ (Per person) X HIRED AUTOS BODILY INJURY $ ][ NON-0WNED AUTOS (Per accident) PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO OTHER THAN ~ ACC $ AUTO ONLY: AGG $ EXCESSlUMBRELLA LIABILITY EACH OCCURRENCE $ OCCUR ~ CLAIMS MADE AGGREGATE $ DEDUCTIBLE $ RETENTION $ $ WORKERS COMPENSATION AND _ / X TORY LIMITS ER C EMPLOYERS LIA~LRY V RIPARTNER/EXECUTIVE ANY ET TSF0001144150 05/01/09 05/01/10 E.L. EACH ACCIDENT $1,000,000 PROPRI O OFFICERMIEMBER EXCLUDED? ~ E.L. DISEASE -EA EMPLOYEE $ 1 , OOO , OOO Byes, describe under SPECIAL PROVISIONS below E.L. DISEASE -POLICY LIMIT $ 1 OOO OOO ~ D OTHER BR/Installation Floater 0663-31-57 05/01/09 05/01/10 Limit $1,000,000 Ded $2,500 DESCRIPTION OF OPERATIONS /LOCATIONS /VEHICLES /EXCLUSIONS ADDED BY ENDORSEMENT /SPECIAL PROVISIONS Project: #10026 CCIA Terminal Re-Roofing Project Old Wing 2008 The City of Corpus Christi is named as Additional Insured on all general liability (GL) and all automobile liability (AL) policies. CERTIFICATE HOLDER CANCELLATION . / CICC-CC SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION City of Corpus Christi / DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 3O DAYS WRITTEN Department of Engineering SVGS / NOTK:E TO THE CERTIFICATE MOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SMALL Attn : Contract Adma.nl s tratOr YYY IMPQgE NO OBLIGATION OR LIABILITY OF ANY KING UPON THE INSURER, ITS A6ENT3 OR P O Sox 9277 Corpus Christi TX 78469-9277 REPRESENTATIV A ORIZEJ~ NTATIVE ACORD 25 (2001/08) - n w~urtu cuKruriw I lun Tyra POl1CY Nl7MBER: Gf`O 161039 ~ COMMERCIAL GENERAL LIABILITY CC3 ZO 37 07 04 TH15 ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -OWNERS, LESSEES OR °~ CONTRACTORS -- COMPLETED OPERA`CIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Ot Additional insured Person(s) Or O anlzatlon s : Location And Description Ot Completed Opsratlons As required by written contract. As required by written contract. Information re wired to corn lete this Schedule, H not shown above will be shown in the Declarations. Section II -Who is An Insured is amended to include as an additional insured the person(s) ar oryanization(s~ shown In the Schedule, but only with respect to liability for "bodily injury" or "property darn- ape" caused, in whole or in part, by~"your work" at the location designated and described In the sched- ule of this endorsement performed for that additional insured and included in the "products-completed operatbns hazard". CG 20 37 O7 04 ®ISO Properties, Inc , 2004 Page 1 of 1 Policy No. CAA4300796-12 BUSINESS AUTO COVERAGE CL CA 20 14 01 OT THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO ADVANTAGE ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modi- fied by the endorsement. SUMMARY OF COVERAGE EXTENSIONS Para- graph No. Name Of Extension Limit or Included A. Additional ~Insured" ay Contract Or Agreement Included B. Airbags Coverage Extension Included C. Electronic Equipment Coverage Extension $1,000 D. Employees As Insureds Included E. Employee Hired Autos Included F. Hired Auto Physical Damage Coverage (Limited) $50.000 G. Knowledge Of Accident, Claim, Suit, Or Loss included H. Limited Fellow Employee Coverage Included !. Limited Loan/lease Gap Coverage $1,500 J. limited Rental Reimbursement Coverage 45 Days Sublimity: 1. $50 Maximum Per Day -Private Passenger Auto 2. $TS Maximum Per Dey -Outer Than Privste Passenger Auto 3. $2,250 Maximum Per Covered loss K. Newly Formed Or Acquired Organizations Incuded L. Supplementary Payments -Increased Limits: ' 1. Bail Bonds $3,000 2. Loss Of Earnings (Per Day) $1,000 M. Towing And labor Coverage Extension S75 N. Waiver Of Subrogation By Contract Or Agreement Included The above is a summary only. Please consult the specific provisions that folow for complete information on the extensions provided. I! them is a Conflict oetween this summary and the endorsement provisions that follow, the endorsement provisions shall prevail. CL CA 20 14 01 07 Includes copyrighted material of Insurance Services Once, Inc., Page 1 of 7 with its perrnisslon. !/ THI5 ENDORSEMENT CHANGES THE POLICY.. PLEASE READ IT CAREFULLY. GENERAL PURPOSE ENDORSEMENT tJamed insured: Haeber .Roofing Company Policy No GLO 151039 / Company: Crum & Forster Specialty findorsement No. 002 y Producer: Southwest Risk, LP Effective Date: OS-01.09 "'Ibis information is completed only when this endorsement is issued subsequent to preparation of policy. POLICY CHANGES ARE (ND1CA'f ~D BY A X Named Insured amended to read as shown below. Address of Named Insured amended to read as shown Premium or rates amended as shown below. Polic Period amended to read as shown below. Premium Basis is amended to read as shown below. limit s of insurance is amended to read as shown below. Total Advance Premium amended to read as shown Poli conditions amended as shown below. Business Description of Insured is amended to read as shown below. Description or location of property amended to read as shown below. Location s shown below added to olic . Location s shown below deleted from olic . Other as showri below. X Forms and Endorsements shown below made art of this Item (s) listed below added to schedule Total of schedule increased by To a total of Item (s) listed below deleted from schedule Total of schedule reduced by To a total of • T't~c Amendment o1 Cancellation Condition endorsement (1#CFSGL191 02/0 has been added to lire policy fbr the City of Corpus Christ) as per attached.. Additional Premium Return Premium premium Payable at Endorsement Effective Date Premium Adjustment to Payment Schedule Dates Due Previous Installment Increase Decrease Revised Installment Total Endorsement Premium to Polley Expiration All other [arms and conditions remain unchanged r! utho~ ized Representative i CFSGL216 (10J93} i ENDORSEMENT #002 AMENDMENT OF CANCELLATION CONDITION Tl~e Cancellation Condition of the policy to which this for m is attached is amended as follows: Tlie requited number of'days advance written notice of'canceltation of this policy by the Company is amended to: 10 days for failure of the insured to pay any premium when due, and 30 days for any other reason. All other teens and conditions of the Cancellation Condition remain unchanged City of Corpus Christi Cnginee>r ing Services I',O. Box 9277 Corpus Christi, TX 784G9 (Tlte information below is required to be completed only when this endorsement is issued subsequent to the policy effective date) Effective ,this endorsement forms part ofPolicy No of Issued to Endorsement No Aut orized Representative CFSGL191 (0206) CAA 4300796 - 12._. b5/01/0 NKY 05/06/09 COI~iERCZAL AUTO CA OZ 44 06 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE R!J1D IT CARSBQi.LY. TEXAS - CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINfiSS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. Thia endorsement changes the policy effective on the inception date of the policy unless assother date is indicated below: Endorsement Effective Policy Number / 05/01/2009 CAA 4300796-12 ~/ Named Insured Counter igned b }iaeber Roofing Company ~ :.auLnvrizea xepresentative) SCHEDIILE Number of Days' Notioe 30 V Nams Of Peraoa Or Organization City of Corpus Christi Addraas 1201 Leopard St Corpus Christi, TX 78401 if this policy is canceled or materially chappged to reduce or restrict coverage, we will mail notice of cancellation or change to tfie person or organization named in the Schedule. We will give the number of day's notice indicated in the Schedule. CA 02 ~i4 O6 04 ISO -roptrties, Inc., 2003 Pape 1 ® WORKERS' COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 06 01 TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Kem 3.A. of the Information Pape. in the event of cancellation or other material change of the policy, we will mail advance notice to the person or organization Hamad in the Schedule. The number of days advance notice is shown in the Schedule. This endofsernent Shall not operate directly or Indirectly to beneilt anyone not named in the Schedule. Schedule 1. Number of days advance notice: 30 2. Notice will be mailed to: CITY OF CORPUS CHRISTI P O BOX 9277 CORPUS CHRISTI, TX 78469 This endorsement chanpsa the polky to whkh h is attached effective on the Inception date o/the policy unless a different date is Indicated t»low. (The followlnD "attaehinp clause" need bs completed only when this endoniertlsM b Issued subsequent to preparation of the poNey.) This endoraemeM, effective on ~ at 12:01 A.M. stsndard tlme,lorms a part of Policy No. TSF-0001 144160 20080601 of the Texas Mutual Insurance Company Issued to NAEBER ROOF 1 NG COMPANY 1 NC Endorsement No. Premium S ~ ' ~~ et Authorized Representative WC420601 (ED. 1St) AGENT'S COPY MXSALAZA 5-07-2008