Loading...
HomeMy WebLinkAboutRunway 8-26 Rehabilitation Project Augusta Richmond GA DOCUMENT NAME: RUN W A'f <6 - ~ tp R G.l-I (.l e, I Lr7,4 1'1 OiU ~ oj ELI DOCUMENT TYPE: CDrJ f6<AC.T YEAR: QOO~ BOX NUMBER: de;- FILE NUMBER: \ '1 ~ L,:;t NUMBER OF PAGES: '-{d3 ~;i.1f /7& b v !"" ',...... " , n.:,:. ~ '.' , \ .' I .... r r, r,., I . ....... , , , . "....,;. ~~: ' .,' '. ,", . ,_L "g 'I' ,-' V<)' '.; J' 1",'" ,- t." ;....:v ' . ( ~" , :' . ,,., 7 1 1':-'4/' -V-1';'11 ~\fi:': .o;!1'.' 'N' {II "It, \..j '.' ..... ",,-"/-.'--( .'},/.,-I. /. ," 1\ 'ii.;11/j'/' . I' I r .:\-0 : J' .,'-.:.../' : ",I,h~ '~J 1'7 I"'" ,~ ",:,J.,!"~ ,..=~. .-.=.-,;.. ":" .. ,"~' i,!?JJ(lQYr(Q&JYl~ ~t~}~JlfiJ\.JJjlQflJ1JQ1~@ IJ@ @11I.Qm&.~ tJQW-flllaC#J L~~{!}J!'l{~@1f@1Ji\!111~ AYi\(@ . m.f!1E91JJ1JgAMJQM~ fh1Y ' .. " " , ,', . '~. . . " '.' 'J . :.~\ .. .. ", .- .... ~ . .. . ~ . .... .-: !i';;.> P€ti'~,*",,~lli Ih.:; n pn.....+.- "~~/O J.L~~,~~j; ~., - f ~ Y'~ ,~ , - ~.. . , - '1 "'\ "'1' '1;! <1 'j/ ~-i.. '?, I~' 1 1111\. /\ Vii. vf ~~ '1 .0 1t1~./(f', ~'- __._. cJ. ~ V \..; L<L "- . '-~ . Uj~J~ rg~)JJll1EL~l1r@~ L~~(Q)IMCS1f I" [,It rLolfJ.~ . . -1-ff}V~ (j( ~', jlllvJl~,' Q 1o-l- ',' L~~ ,rV, ,,' , rri'1orJ-c{~ gjnJ:1r J1-f~~ Gh(}&/!) ~ , F'A. . A" A,.I-.P"'Y, :," '.' """""i;.~m:'l~ at ",.1, , ., _ ' - . : - <I~-: "~l '.. A. UGUsrr' A,'B" Jj'~.' "J' fl'. ",:, :"E' ';' ~";"I'-U'--O" c' ~rF' '" . ~ ' I ,,~. J ; '41 .t. . ~ 1"1 fl:' 1 'I' t, " ^,", ~"'J~' ..-"I t,.~ "",' ~~,' ~,~ "- R t", f: th....' : :'1!; ?-,'f:: . ," ,: . .or 0, ,:.- . "', .... . _" - -, --: ~ . ,. _.. ~"", ,'-f (, ' ,;'::,: "." ',' ;' . ~ " . '" , . AU'G'UCT ";': :"A,"R"iA~'- .. ,. '.,' i a:7 .i fiA:i:":~~~''';: COMMI~l[~;~.J:j; i'.'~~.;;. . · .' ';'i. ,,:,t;::"'i~"'~',:J';r:~:',fE:c:.-::Fi{..'~ti')~~:'" April, 2004,' ';1, ~l .' t ~ . , \" ,I , ii . I' ':11 !II .j Ii ,I, '.' t ,'I . II I " , I I I I .\ 1;, 11) ~ I ji II '. . ' . . 11 ^.DI'l~lkltA\.I: .,..,ni~IMT;D!)A .C-:- -~, II . " ~t~ ;.!~ll1lt~~~:~:'~~~~I,~~'l~~~Jl' .,. ; :~~ A t16~ ouJ t This Agreement will be effective on OWNER CONTRAcTOR AUGUSTA AVIATION COMMISSION AP AC-SOUTHEAST, INC. tfkBY: ~, By: "f JL.dt (Corporate Seal) Attest: Attest: ~t......~---~ . . A&6T. :;a,-,~ . Address for giving notices: Address for giving notices: 1501 Aviation Way One APAC Industrial Way AU2:usta. GA 30907 Approved by County Attorney As to Form and Legality ;' I Ce ()~ JJ- C-7 I I ~ 'I I' I i I , , : I , ' I', I! " I': , ~, I I I I I I I I I I I I I I I I I I I I ADDENDUM NO.1 TO BIDDING/CONTRACT DOCUMENTS FOR RUNWAY 8-26 REHABILITATION PROJECT AUGUSTA REGIONAL AIRPORT BID ITEM #04-090 in AUGUSTA, GEORGIA TO: All Prospective Bidders DATE: June 7, 2004 This Addendum forms a part of the Contract/Bidding Documents and modifies the original ContractlBidding Documents as described below. Acknowledgment of receipt ofthis Addendum in the space provided on Page B-5 ofthe Bid Form is required. Failure to do so may subject a Bidder to disqualification. This Addendum consists of2 pages (NOT INCLUDING COVER). PROJECT MANUAL INSTRUCTIONS TO BIDDERS 1. Revise the following sentence from Paragraph 5.1 on Page ID-3 from: "Questions received later than 2:00 p.m. the day following the pre-bid conference will not be answered. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. " 2. Revise the following sentence from Paragraph 12.1 on Page IB-6 from: "One original and two (2) copies of the Bid Form, Schedules and other required documents is required for submission of BID." Page 1 of2 8/9/04 SPECIFICATIONS 1. SECTION 01530 TEMPORARY AIRFIElLD ]BARRJ[CADES Revise the following sentence from Paragraph 2.01 on Page 01530-1 from: "Runway closure markers to be supplied by Contractor shall be Sherwin Industries portable Closure Marker, Model HEM, W ANCO "X-Marker," Sweeper Model LXDOC or equal in accordance with FAA Circular 150/5345-55." to the following: ~1"QI.::1:l~rfi$.ti~::~3t~~X$~j~~:$g::::~;:h':::P:Ql~:~lj~lJ::hi.Sij~n!jliI.da9if,i:" ~=';'&~~~~\!ilt1j~a~~li~fj~ffi~_.. DRAWINGS 1. PHASING PLAN (PH-1) A. Revise the note associated with the Lighted Closed Runway Marker detail on this drawin from s ecifyin "Wanco X-Marker or approv~d equal" to [~s.6~itW.h1 liii~$mi~::re9tt,ift!l~iU,gJi~6J;!i.lJ!,ij~;;iy::;Q}9.~~t~':~j.i;k~if:l~I~pp~6M~l~g:~:~~ lfyou have any questions regarding this correspondence, please contact me at (706) 821-2422. END OF ADDENDUM NO.1 Page 2 of2 8/9/04 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I IIn SUMMARY TO MINUTES OF PRE-BID CONFERENCE RUNWAY 8-26 REHABILITATION PROJECT at the AUGUSTA REGIONAL AIRPORT AUGUSTA, GEORGIA 10:00 A.M. May 25, 2004 I) INTRODUCTION Mrs. Phyllis Mills with the Augusta-Richmond County Purchasing Department introduced herself and welcomed the attendees to the Mandatory pre-bid conference for Bid Item #04- 090, Runway 8-26 Rehabilitation Project for the Augusta Regional Airport. Mrs. Mills introduced the Engineer on this project, Mr. Andy Busbee with The LP A Group, Inc. then turned the meeting over to Mr. Busbee. Mr. Busbee informed the attendees that an attendance list was being circulated around the room and reminded everyone to sign it so that we would have record of their attendance, and it would be taken to the site for initials for the Mandatory Site Visit. Minutes to the conference would be prepared and sent to each company attending. Mr. Busbee then asked that questions be held to the end of the presentation'and discussed the following items in regards to the referenced project. II) SCOPE OF THE PROJECT The work has been divided into a Base Bid and Additive Bids and may be generally described as follows: The Base Bid will generally consist of a bituminous concrete overlay ofthe inner 75 feet of the existing 6,000 feet x 150 feet runway. Related work will consist of milling, crack sealing, crack repair membrane, single surface treatment and pavement marking. Also included is the replacement of the runway edge lighting system including new fixtures and wmng. The Additive Bid No.1 will generally consist of the replacement of the existing Visual Approach Slope Indicator (V ASI) system with a four-box Precision Approach Path Indicator (PAPI-4) system on each end of the runway. The Additive Bid No.2 will generally consist of the replacement ofthe existing Runway End Identifier Lights (REll..s) system with a new RElL system on each end of the runway. INSTRUCTION TO BIDDERS Section 5.1 All questions about the meaning or intent ofthe Contract Documents shall be submitted to the AUGUSTA-RICHMOND COUNTY PURCHASING DEPARTMENT in writing. Page 1 of 11 ALL QUESTIONS OR CLARIFICATIONS SHAJLL BE DIRECTED TO THE PURCHASING DEPARTMENT. DIRECT CONTACT BY ANY POTENTiAL BIDDER TO THE ENGINEER OR AllRPORT OTHER, THAN A VIEW PLANS MAY BE CAUSE FOR BID DISQUALIFICATIONS. Questions received later than Thursday May 27,2004 at 3:00p.m. after the mandatofYpre-bid conference will not be answered. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Section 6.1 Each BID must be accompanied by Bid Security made payable to OWNER, in an amount often (10) percent ofthe BIDDER's maximum BID PRICE (including all additive alternatives) in the form of a Bid Bond prepared on the Form of Bid Bond included in the BID, duly executed by the BIDDER as principal and issued by a surety meeting the requirements ofthe General Provisions and Supplementary Conditions thereto. Section 7.2 In the event that the construction contract time period occurs between the dates April 1, 2005 through April 15, 2005 incDUlsive, all construction activities shall be stopped. No contract time will apply against the contract during this time period.. The Contractor will be required to de-mobilize and re-mobilize at no additional expense to the Owner Section 11.1 DO NOT USE THE BID FORM BOUND IN THE PROJECT MANUAL FOR SUBMISSION OF BIDS. Bid Documentation: The following documents are attached to and made a part of this BID: (a) Required Bid Security in the form of a Bid Bond or certified check payable to the order of the Augusta Aviation Commission. (b) Non-collusion Affidavit (c) EEO Report Statement (d) Bidder's Affidavit (e) DBE Statement (f) Buy American Certificate (g) Certification of Non-Segregated Facilities (h) Subcontractor List (i) Bidder's Questionnaire Regarding Subcontractors (j) Bidder Certification Regarding Debarment (k) Bidder's Qualification Questionnaire Page 2 of 11 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I Section 11.11 The only markings by the BIDDER which will be considered by the OWNER in evaluating the BID are those made on the bid form itself. No markings on the exterior of the envelope or other extraneous marks will be considered as part of the BID. Section 12.1 BIDS shall be submitted at the time and place indicated in the Advertisement. Each BID shall be marked and addressed as required in the Advertisement and shall be accompanied by the Bid Security and other required documents. If the BID is sent through the mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED, RUNWAY 8-26 REHABILITATION PROJECT, AUGUST A REGIONAL AIRPORT, BID ITEM # 04-090" on the face thereof. DO NOT SUBMIT THE PROJECT MANUAL OR DRAWINGS WITH BID. Sealed bids will be received at this office until 11 :00 a.m., Friday, June 11,2004. Section 12.1.1 Mailing address: Geri A. Sams, Purchasing Director Augusta~Richmond County Purchasing Department Municipal Building, Room 605 530 Greene Street Augusta, Georgia 30911 Section 15.1 All BIDS shall remain open for one-hundred twenty (120) days after the day of the opening, but OWNER may, in his sole discretion, release any BID and return the Bid Security prior to that Date. Section 16.6 If a contract is to be awarded, it will be awarded pursuant to the OWNER's procurement policy and to the lowest BIDDER whose evaluation by OWNER indicates to OWNER that the award will be in the best interests of the Project. It is the OWNER'S intention to award the project depending upon the availability of funds and the BIDDER being responsible and submitting a responsive BID for the Project. Section 16.7 If a contract is to be awarded, OWNER will give the Successful BIDDER a NOTICE OF A WARD within one-hundred twenty (120) days after the day of Bid Opening. Section 19.2 Estimated Quantities: Where quantities of work are given in the BID these are approximate and are assumed solely for comparison of the BIDS. They are not guaranteed to be accurate statements or estimates of quantities of work that are to be performed under the Contract, it being presumed that the BIDDER has verified the quantities necessary to complete the Work of the Contract as intended, and any departure there from will not be accepted as valid grounds for any claim for damages, for extension of time or for loss of profits; nor will any additional payment, be made regardless of the actual quantities required or ordered to complete the Work. Section 20.1 A MANDATORY Pre-Bid conference will be conducted on May 25,2004 at 10:00 A.M. at the Augusta-Richmond County Purchasing Department, Municipal Building, Room 605,530 Greene Street, Augusta, Georgia 30911. A MANDATORY Site Visit will be held after the Pre-Bid Conference at the Augusta Regional Airport, 1501 Aviation Way, Augusta, Georgia 30906. Page 3 of 11 It was noted by Phyllis Millis that a conflict of interest form mIDst be submitted with bid. IV) DISADV ANTAGED BUSINESS ENTERPRISE PR.OGRAM 25.00% of the Contract to be performed by DBE firms (based on historical availability of references and the Engineer's determination that the above prescribed percentages ofthe total project work is available to be performed by disadvantaged business enterprise (DBE) firms within the project area). (8) A V AILABLE DBES - The OWNER utilizes the recent issue of the Georgia Department of Transportation "DBE Certified List." BIDDERS are encouraged to inspect this document to assist in locating DBE's for the work. Credit toward the DBE goals wDil not be counted unless the DBE to be used is listed on the latest issue of the Georgia DOT's "DBE Certificationn List". BIDDERs proposinng DBE Subcontractors certified by public agencies other than the Geof2ia Department of Transportation should include a copy ofthe agency certification netter with the B.J[j[)) proposal. The OWNER must certify all DBEs prior to theftr commencement of any work. V). SUPPLEMENTARY CONDITIONS Bidders were urged to examine the insurance requirements contained in the supplementary conditions to ensure compliance. The yellow pages amend the pink pages. When you are preparing your bid please pay close attention to forms that need to be sent to your insurance company. Purchase a separate policy that protects just the OWNER and is in the OWNER's name. Pay item is available for this. VI). SPECIFICA TIONS SECTION 00800 SC-14 80-08 FAlILURE TO COMPLETE ON TliME: 80-08.1 Liquidated Damages: Liquidated damages for failure to complete all work within the total Contract time of90 consecutive calendar days after the Notice -To-Proceed (N.T.P.) shall be $1,000 per calendar day. This sum is exclusive of additional engineering fees and inspection fees incurred during the period of delay. See paragraph 3.3 of the Contract at page C-2. In addition, for failure to have Runway 17-35 open each morning during Phase 3 at the required time of 5:30 a.m., liquidated damages of $100 per minute will be assessed for each minute passed 5:30 a.m. The official time for determining liquidated damages shall be the FAA control tower time. Page 4 of 11 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I In addition, for not completing all punch list work as determined by the Engineer and the Owner at the Final Inspection for the entire project within 30 consecutive calendar days from date ofthe Final Inspection, $500 per day shall be deducted from money due the Contractor or his surety until the pUDchlist items are completed to the satisfaction of the Owner. SECTION 01010. Section 1.05 A. Construction Time: The work as described by the contract specifications and as shown on the plans shall be ready for use by the Owner within 90 consecutive calendar days after the Notice-to-Proceed date. In order to minimize the impact to airport passengers, airport tenants and the employees, completion of the project is critical and liquidated damages for not completing the project within the stipulated contract time as stipulated in this section and as set forth in Section 00800 Supplementary Conditions will be enforced. B. Construction Phasing: The work shall be completed in four (4) overall phases. The work area and contract time duration for each phase is stipulated as follows: Phase 1 - All rehabilitation from Runway 26 threshold to a point 250 feet east of Runway 17-35 intersection including Taxiways 'E', 'F' and 'G' tie-ins. Also includes new medium intensity runway lighting system improvements and new P API systems (if awarded) for Runway 8-26 within limits. Work also includes lighting vault work and any homerun cable installations. Runway 8-26 will be closed. Taxiway 'E' east of Runway 17-35 will be closed. Taxiways 'F and G' will be closed. All work shall be performed during daylight hours between 6:00 am and 7:00 pm. Contractor shall monitor CTAF frequency at all times during construction. Runway 17-35 remains open. Lighted runway closure crosses shall be placed on each end of the runway indicated prior to beginning each day's work. All work shall be closely coordinated with the FAA, the ATCT, and Airport maintenances personnel. This work shall be completed from Day 1 to Day 90 after the Notice- To-Proceed. Phase 2 - All pavement and lighting rehabilitation in area starting at a point 220 feet east of intersection of Runway 8 and Taxiway 'C'and stopping at a point 250 feet west of Runway 17-35 centerline. Runway 8-26 will be closed. Taxiway 'E' east of Runway i 7-35 will be closed. Taxiways 'F' and 'G' will be closed. All work shall be performed during daylight hours between 6:00 am and 7:00 p.m. Contractor shall monitor CTAF frequency at all times during construction. Runway 17-35 remains open. Lighted runway closure crosses shall be placed on each end of the runway indicated prior to beginning each day's work. All work shall be closely coordinated with the FAA, the ATCT, and Airport maintenance personnel. Page 5 of 11 This work shall be completed from Day 71 to 80 after the Notice-To-Proceed. Phase 3 - All pavement and lighting rehabilitation in the area from 250 feet east of Runway 17~35 centerline to 250 feet west of Runway 17-35 centerline. Runway 17~35 and all associated taxiways will be closed during working hours. Runway 8-26, Taxiway 'E' east of Runway 17-35 and Taxiway 'F' and 'G' will be closed. All work shall be performed during nighttime hours between 12:00 a.m. and 5:30 a.m. Contractor shall monitor CTAF frequency at all times during construction. Runway 17-35 must be operational by 5:30 a.m. each morning or liquidated damages of $IOO/minute will be assessed until Runway is operational. All work shall be closely coordinated with the FAA, the A TCT, and Airport maintenance personnel. This work shall be completed from Day 46 to 55 after the Notice~ To-Proceed with the exception of grooving of Runway 17-35 Pavement. This work shall be performed during one nighttime work period during the last five (5) days of the contract and shall adhere to the same work restrictions outlined for the remainder of Phase 3 work. Phase 4 - All markings and lighting rehabilitation within the area from intersection of Runway 8 and Taxiway 'c' to the line 220 feet east of Runway 8-26 and Taxiway 'C' intersection. Runway 8-26 will be closed. Taxiway 'c' will be closed from the intersection of Taxiway 'E' southward to Runway 17-35 threshold. Taxiway 'E' east of Runway 17- 35 will be closed. Taxiways 'F' and 'G' will be closed. Lighted runway closure crosses shall be placed on each end ofthe Runway 8-26 prior to beginning each day's work. All work shall be performed during daylight hours between 6:00 a.m. to 7:00 p.m. Contractor shall monitor CT AF frequency at all times during construction. Runway 17-35 remains open. This work shall be completed from day 86 to 90 after the Notice- To-Proceed. The Contractor shall also comply with the following stipulations in ou-der to minimize the impact to the aircraft operations and the airfield tenants. 1. In the event that tine construction contract time period occurs between the dates Aprill, 2005 through April 15, 2005 inclusive, aU construction activities shall be stopped. No contract time will apply against the contract during this time period. All equipment shall be stored in the designated staging area. The Contractor will be required to de-mobilize and re-mobilize at no additional expense to the Owner. 2. The Contractor shall coordinate construction with the Engineer, Owner, FAA, and the A TCT on a daily basis. 3. Under no conditions shall any Runway 17-35, Taxiway 'c' or Taxiway 'E' lighting system be left inoperable at the conclusion of each shift's work. Page 6 of 11 I I I I I I I I I I I IcI I I I I I I I I I I I I I I I I I I I I I I I I I 4. Prior to departure of Contractor's personnel from project site each day, the Contractor shall conduct an inspection of all the airport lighting systems with the Engineer (existing as well as newly installed lights and cables) to insure proper and full operation of all airfield lighting systems. S. Should conditions arise beyond the Contractor's control that require that a lighting system to be inoperable, he shall notify the Engineer immediately, such that appropriate coordination can be made with the Owner to issue NOTAMS. The Contractor then shall appropriately barricade the affected pavement as required by the Contract Documents. 6. During the life of the Contract, the Contractor shall designate an authorized individual to be on 24-hour call equipped with beeper and cellular phone to respond to any situation arising out of his performance of work on this project, and shall respond and be at the project within one hour after the phone call. 7. Prior to departure from the proj ect site each day, no open trench or depressions with dimensions excluding those as described in Section 01030 shall exist within the active runway and taxiways safety zones. The Contractor shall return all equipment and vehicles to the designated staging area at the end of each workday. 8. The Contractor will not be permitted to stockpile material within the runway and taxiway safety zones, or any other location hazardous to the aircraft operation. 9. No overnight stockpiling of material will be allowed in the active Airport Operation Area (AOA) outside the designated staging area. 10. The Contractor shall employ a skilled person for locating existing airfield wiring. Before beginning any excavation the Contractor shall locate and mark all utilities affected by his operations. The Contractor shall maintain an ample supply of parts to repair damaged wire. Section 1.06 A. Use of the Site: Confine operations at the site to the areas permitted under the Contract. Portions of the site beyond areas on which work is indicated are not to be disturbed. Conform to site rules and regulations affecting the work while engaged in project construction. B. Open Passage: Keep existing drives, entrances, and air operations areas designated to remain open, clear and available to the Owner, his employees and the public at all times. Do not use these areas for parking or storage of materials. C. Storage: Do not unreasonably encumber the site with materials or equipment. Confine stockpiling of materials and location of storage sheds to the areas indicated. If additional storage is necessary, obtain Engineer's approval. D. Vehicle/Equipment Security: Lock automotive type vehicles, such as passenger cars and trucks, and other mechanized or motorized construction equipment, when parked Page 7 of 11 and unattended, so as to prevent unauthorized use. Do not leave such vehicles or equipment unattended with the motor running or the ignition key in place. Section 1.07 A. NA V AID Areas: During the time of construction, the Contractor may be restricted from working in or around certain essential electronic navigational aids necessary to the safe operation of the airport. The Contractor is hereby notified that the Engineer may restrict construction operations in those areas closest to the active runway and taxiways. B. Radio Communication: Contractor shall maintain two-way radio communication with the Airport air operations personnel, on their frequency (121.9 and 118.7 MHZ Ground Control), at all times during construction. Contractor shall have a working radio on site at all times during construction and shall assign responsible personnel, including flagmen, to continuously monitor the radio. All radios shall be as specified in Section 01510. C. Turf Restoration: All non-paved areas that are disturbed by the Contractor's work, staging area, haul roads, etc. shall be reseeded and restored to original condition by the Contractor. Except where otherwise specified, there will be no separate pay item for this work; it will be considered incidental to and included in the price bid for Section 01000, Mobilization. D. Security: Contractor shall provide security within his construction area and shall keep all unauthorized personnel out. E. Haul Route on Airfield Pavement: Contractor will not be allowed to use any of the existing runways, taxiways, or aprons as part of the haul road unless authorized in writing by the Engineer. F. Access Points: All construction traffic shall enter and exit the project area only through the project access point(s) shown on the plans or approved by the Engineer. Contractor will be responsible for security of entrance gates under use by himlher. G. Construction Stake-Out: The Contractor shall perform construction stake-out in accordance with Article 50-06 of the General Provisions. H. Haul Route: The Contractor shall be responsible for establishing haul routes suitable for supporting all necessary transportation and construction equipment for the duration of the project. Any existing roads or other areas that are used as part of the haul route shall be restored to their original condition after completion ofthe project. The Contractor will be responsible for all clean up operations of debris that may be on the haul route and for watering and/or other dust preventive measures to preclude fugitive dust from affecting buildings, occupants, or airfield operations. No separate payment will be made for seeding or mulching, or pavement restoration; such costs Page 8 of 11 I I I I I I I I I I I I I I I InI I I I I I I I I I I I I I I I I I I I I I VII) will be incidental to and included in the price bid for Section 01000, Mobilization. J. Vehicular Markings and Lighting: All vehicles and equipment used on the airfield shall meet airport requirements for marking and lighting. K. Contacts During Non-Working Hours: For the duration ofthe project, the Contractor shall designate a list of authorized individuals in a prioritized order, to be on 24 hour call, and these individuals shall be equipped with a beeper and cellular phone. These individuals shall be able to respond to any situation arising out of the performance of the work on this project, particularly during nighttime hours, and shall respond and be on the project site within one hour after the phone call or beep. AIRPORT PROJECT PROCEDURES SECTION 01030 Section 1.02 D. Security and Badging Requirements: Contractor shall obtain necessary clearances and identification badges for construction personnel from the Owner's public safety office. The Contractor will be required to adhere to all FAA security requirements and all construction personnel working in, or having access to, secure areas will be required to obtain and wear badges issued by the Owner. 1. Badges will be required for certain construction employees. Badges shall be obtained through the Airport's public safety office. The badges shall be returned at project completion. The construction supervisor and all approved equipment escort personnel shall be trained, certified and badged for operations within the security identification area as defined with the current approved airport security plan. 2. Applications should be turned into the Airport Security Administrator. A photo LD. badge will be issued for each approved application. There will be a Fifty Dollar ($50.00) nonrefundable fee for fingerprinting and badges. Each badge holder will be required to comply with the security rules and regulations of the Augusta Regional Airport. The Airport could suffer severe fines or penalties as a result of security violations. The Contractor will be responsible for these fines or penalties for any security violations that are his responsibility. Contractor security measures will be discussed and reviewed at the Preconstruction Conference. Section 1.03 RUNWAY & T.AXD:WAY SAFETY ZONES: B.2 Request for Facility Closures: Construction activities on taxiways or within the above restricted areas shall only be performed at times when the taxiways are closed to aircraft. Closure of a runway or taxiway or any portion thereof must be requested in writing by the Contractor through the Engineer. This request must Page 9 of 11 indicate the areas needed and a schedule of operations and time(s) required for operations within the area. The Owner reseB"Ves tllIe right, however, to shift any approved cHosure periods to alleviate aircraft congestion or when inclement weather conditions dictate. Section 1.04 SECURITY: The Contractor shall integrate and maintain requirements of airport operational safety into each of his plarming and work schedules. The Contractor's Safety Officer shall continuously monitor all planning schedules and work underway for compliance to AC 150/5370-2E; he shall maintain vigilance to detect areas needing attention due to oversight or altered construction activities. Airport operational safety during construction will be on the agenda at the preconstruction conference and each coordination and progress meeting. Section 1.05 SECURITY REOUIIREMENTS: The Contractor has the responsibility for maintaining control of the access gates or any other entrance to the AOA. The Contractor may utilize a gate guard or install an automatic operated gate controller with limited access with numeric keypad. The Contractor may be required to erect temporary fencing to protect the AOA during construction. The Contractor's method of maintaining security shall be set forth in his Security Plan and shall comply with the airport's rules and regulations concerning work in the airport restricted areas. J:here will be no separate measurement or payment for gate guards or temporary fencing required to maintain the integrity of the AOA. VIII) WEATHER DELAYS This project with is a calendar day project and you should anticipate some normal weather delays. Section 1035 of the project specifications deals with time extension for adverse weather conditions. These Minutes prepared by Heather Montgomery, Aviation Admin. Should you have any changes or additions to these minutes, please contact THE LP A GROUP INCORPORATED at (803) 254-2211. Distribution: All Attendees and Planholders Attachments: List of Attendees File: CA209023.1a Page 10 of 11 I I I I I I, I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I QUESTION & ANSWERS Pre-Bid Questions Q 1. Does everyone on the crew have to be badged? A 1. Not everyone on the crew has to be badged; only a responsible person who will be supervising the crew. The badged individual must have immediate control of every member of the crew. Q2. Will the Base Bid and both of the Additive Bids be awarded? A2. The proj ect will be awarded according to the availabi lity of funds. The Airport would like to complete all parts. Q3. Can night work be moved to the weekend? A3. All phasing possibilities have been examined. The phasing presented has the least impact to Airport operations. Q4. Are there any displaced thresholds in this project? A4. No. Q5. Will the Contractor be given more time if something is to happen out of our control for the night work? Weather? AS. Certainly, if something delays the contractor beyond his control, the contract time will be adjusted. Section 01035 addresses contract time with respect to weather delays. Page 11 of 11 I I I I I I I I I I I I I I I I I I I TABLE OF CONTENTS BIDDING REQUIREMENTS (White) Invitation To Bid Notice to Bidders Instructions to Bidders BID FORMS (Blue) Bid Form Bid Schedule Bid Bond Form of Non collusion Affidavit Equal Opportunity Statement Bidder's Affidavit DBE Program Statement Buy American Certificate (January 1991) Certification of Nonsegregated Facilities Performance of Work by Subcontractors Bidder's Questionnaire Regarding Subcontractors Bidder Certification Regarding Debarment Bidder's Qualification Questionnaire CONTRACT FORMS (White) Contract Exhibit "A" Certificate of Secretary Construction Performance Bond Construction Payment Bond GENERAL PROVISIONS (Pink) Section 10 - Definition of Tcnns Section 20 - Deleted Section 30 - Deleted Section 40 - Scope of Work Section 50 - Control of Work Section 60 - Control of Materials Section 70 ~ Legal Relations and Responsibility to Public Section 80 - Prosecution and Progress Section 90 - Measurement and Payment Section 100 - Contractor Quality Control Program Section 110 - Method of Estimating Percentage of Material Within Specification Limits (PWL) Section 120 -Required Bid & Contract Provisions 1 Paee Numbers N-l to N-2 IE-I to IB-12 B-1 to B-5 B-3a to B-3g B-6 to B-7 B-8 B-9 B-10 B-l1 toB-I7 B-18 B-19 B-20 B-21 B-22 to B-24 B-25 to B-28 C-l to C-7 I to 3 CS-l PB-l to PB-2 PB-3 to PB-4 GP-IO-l to GP~1O-6 OMITTED OMITTED GP-40-1 to GP~40-5 GP-50-I to GP-50-7 GP-60~1 to GP-60-4 GP-70-1 to GP-70-12 GP-80-1 to GP-80-6 GP-90-1 to GP-90-8 GP-I00-I to GP-l 00-8 GP-llO-I to GP-II0-7 GP-120-1 to GP-120-27 SPECIFICATIONS T ABLE OF CONTENTS (Continued) SUPPLEMENTARY CONDITIONS (Yellow) 00800 Supplementary Conditions DIVISION 1 - GENERAL REQUIREMENTS (White) 01000 01010 01030 01035 01040 01060 01090 01150 01300 01510 01530 01600 01700 01710 01720 01740 Mobilization Scope of Work Airport Project Procedures AC 150/5370 - 2E Weather Delays Project Coordination Control of Erosion, Siltation and Pollution Regulations and Definitions Measurement and Payment Submittals Temporary Facilities Temporary Airfield Barricades Material and Equipment Contract Closeout Contractor Warranty Form; Affidavit of Payment; Affidavit of Release of Lien; Final Waiver of Lien; Consent of Surety for Final Payment; DBE Participation Report Cleaning and Disposal Project Record Documents Warranties and Bonds DIVISION 2 - SITEWORK (White) S-160 Sterilization of Pavement Cracks S-180 Pavement Milling S-190 Pavement Marking Removal II Pat!e Numbers I I I I I I I I I .1 I I I I I I I I I 00800-1 to 00800-16 01000-1 01010-1 to 01010-6 01030-1 to 01030-6 01035-1 to 01035-4 01040-1 to 01040-5 01060-1 to 01060~4 01090-1 to 01090-3 01150-1 to 01150-4 01300-1 to 01300-7 01510-1 to 01510-5 01530~1 to 01530-3 01600~1 to 01600-5 01700-1 to 01700-2 01710-1 to 01710-2 01720-1 to 01720-4 01740-1 to 01740-3 S-160-1 to S-160-2 S-180-1 to S-180-3 S-190-1 to S-190-3 I I I I I I I I I I I I I I I I I I I T ABLE OF CONTENTS (Continued) P-400 Nighttime Construction Operations P-401 Plant Mix Bituminous Pavements P-407 Single Surface Treatment P -410 Crack Repair Membrane P~603 Bituminous Tack Coat P~608 Sealing Cracks in Bituminous Pavement P~620 Pavement Marking P~631 Airfield Pavement Grooving T-901 Grassing and Mulching T -905 Topsoiling DIVISION 3 THRU 15 NOT USED DIVISION 16 ELECTRICAL L-I08 Installation of Underground Airport Cable L-I09 Installation of Airport Transformer Vault and Vault Equipment L-I10 Installation of Airport Underground Electrical Duct L-125 Installation of Airport Lighting Systems 111 Page Numbers P-400-1 to P-400-4 P-401-1 to P-401-26 P-407-1 to P-407-6 P-4l0-1 to P~410-3 P-603-1 to P-603-4 P-608-1 to P-608-6 P-620-1 to P-620-5 P-631-1 to P-631-3 T-901-1 to T-901-6 T -905-1 to T -905-3 L-108-1 to L-I08-10 L-I09-1 to L-l 09-4 L-llO-l to L-llO-5 L-125~1 to L-125~9 I I I I I I I I I I I I I I I I I I I Invitation To Bid Sealed bids will be received at this office until 11 :00 a.m., Friday, June 11, 2004: Bid #04-090 Runway 8-26 Rehabilitation Project at Augusta Regional Airport BID's will be received by Augusta, GA Commission hereinafter referred to as the OWNER at the offices of: Geri A. Sams Purchasing Department 530 Greene Street - Room 605 Augusta, Georgia 30911 706-821-2422 Scope: The work has been divided into a Base Bid and Additive Bids and may be generally described as follows: The Base Bid will generally consist of a bituminous concrete overlay of the inner 75 feet of the existing 6,000 feet x ] 50 feet runway. Related work will consist of milling, crack sealing, crack repair membrane, single surface treatment and pavement marking. Also included is the replacement of the runway edge lighting system including new fixtures and wiring. The Additive Bid No.1 will generally consist of the replacement of the existing Visual Approach Slope Indicator (V AS I) system with a four-box Precision Approach Path Indicator (PAPI-4) system on each end of the runway. The Additive Bid No.2 will generally consist ofthe replacement of the existing Runway End Identifier Lights (REILs) system with a new REIL system on each end of the runway. BID docwnents may be obtained at the office of Augusta, GA Purchasing Pepartment, 530 Greene Street - Room 605, Augusta, GA 30911. Copies maybe obtained upon payment of $115 .00 (non-refundable) Docwnents may be examined by appointment only during regular business hours at the offices of Augusta, GA Purchasing Department. A MANDA TORY Pre-BID Conference will be held on May 25, 2004 at 10:00 a.m. in Room 605 of the Purchasing Department. With a MANDA TORY SITE VISIT to inunediately follow. All questions must be submitted in writing to the office of the Purchasing Department by fax at 706-821-2811 or by mail. No bid will be accepted by fax, all must be received by mail or hand delivered. It is the wish of the Owner that minority businesses are given the opportunity to BID on the various parts of the work. This desire on the part of the Owner is not intended to restrict or limit competitive bidding or to increase the cost of the work. The Owner supports a healthy free market system that seeks to include responsible businesses and provide ample opportunity for business growth and development. No BID may be withdrawn for a period of ]20 days after time has been called on the date of opening. A 10% Bid bond is required to be submitted in a separate envelope so marked along with the bidders' qualifications; a 100% performance bond and a 100% payment bond will be required for award. The Owners reserves the right to reject any or all BID's and to waive technicalities and infommlities. Please mark BID number on the outside ofthe envelope. Bidders are cautioned that sequestration of BID docwnents through any source other than the office of the Purchasing Department is not advisable. Acquisition of BID docwnents from unauthorized sources placed the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. YOU MUST SUBMIT A MARKED ORIGINAL AND TWO MARKED COPIES OF YOUR PACKAGE. Augusta has a Link Deposit program designed to provide loans to eligible local Small, Minority and Women Owned Businesses. For more information about this program Hwnan Resources Department at 706-821-2303. GERI A. SAMS, Purchasing Director Publish: Augusta Chronicle Metro Courier April 29, May 6, 13, & 20,2004 May 5, 2004 cc: Fred Russell Brenda Bryd-Pelaez Tim Weegar Augusta, Georgia Deputy Administrator Augusta, Georgia Hwnan Resources Augusta Regional Airport I I I I I I I I I I I I I I I I I I I NOTICE TO BIDDERS The AUGUSTA AVIATION COMMISSION will receive sealed proposals for the RUNWAY 8-26 REHABILITATION PROJECT, BID # 04-090 at the Augusta Regional Airport, Augusta, Georgia, FAA A.I.P. Project No.3-13-0011-26&27 until Friday, June 11, 2004 at 11 :00 a.m. at the office of the Augusta-Richmond County Purchasing Department, Municipal Building, Room 605, 530 Greene Street, Augusta, Georgia 30911. Bids will be publicly opened and read aloud. Bids received after the stated time will not be accepted. SCOPE OF WORK: The work has been divided into a Base Bid and Additive Bids and may be generally described as follows: The Base Bid will generally consist of a bituminous concrete overlay of the inner 75 feet of the existing 6,000 feet x 150 feet runway. Related work will consist of milling, crack sealing, crack repair membrane, single surface treatment and pavement marking. Also included is the replacement of the runway edge lighting system including new fixtures and wiring. The Additive Bid No.1 will generally consist of the replacement of the existing Visual Approach Slope Indicator (V ASI) system with a four-box Precision Approach Path Indicator (P API-4) system on each end of the runway. The Additive Bid No.2 will generally consist of the replacement of the existing Runway End Identifier Lights (REILs) system with a new REIL system on each 'end of the runway. CONTRACT TIME: The total Contract time shall be 90 consecutive calendar days from the date of Notice- to-Proceed and within the prescribed construction phasing described in the Project Manual. In the event that the construction contract time period occurs between the dates Aprill, 2005 through April 15, 2005 inclusive, all construction activities shall be stopped. No contract time will apply against the contract during this time period. The Contractor will be required to de-mobilize and re- mobilize at no additional expense to the Owner. PREBID CONFERENCE: A MANDATORY Pre-Bid conference will be conducted on Tuesday, May 25, 2004 at 10:00 a.m. at the Augusta-Richmond County Purchasing Department, Municipal Building, Room 605, 530 Greene Street, Augusta, Georgia 30911. A MANDATORY Site Visit will be held after the Pre-Bid Conference at the Augusta Regional Airport, 1501 Aviation Way, Augusta, Georgia 30906. BIDDING REQUIREMENTS: Bid security in the form of a bid bond, made payable to the Augusta Regional Airport Aviation Commission, equal to 10% of the total bid is required. Contract security in the fonn of 100% Perfonnance and Payment Bonds will be required. No bid may be withdrawn after closing time for the receipt of proposals for a period of one-hundred N-l twenty (120) days. A Notice-of-Award for the Contract will be issued once a successful bidder has been determined and funding has been secured. Bidding documents may be examined at the following locations: Office of the Owner Augusta-Richmond County Purchasing Department Municipal Building, Room 605 530 Greene Street Augusta, Georgia 30911 (706) 821-2422 F:W. Dodge Offices Columbia, South Carolina and Augusta, Georgia AGC Offices Columbia, South Carolina and Atlanta, Georgia Office of the Engineer THE LP A GROUP INCORPORATED 700 Huger Street Columbia, South Carolina (803) 254-2211 Augusta Builders Exchange 304 14th Street Augusta, Georgia 3090 I (706) 724-1846 Bidding Documents may be purchased from the office ofthe Augusta-Richmond County Purchasing Department, Municipal Building, Room 605, 530 Greene Street, Augusta, Georgia 30911, (706) 821- 2422, upon prior payment of the non-refundable fee of $115.00. No partial set(s) will be issued. This proj ect is funded under provisions of the Airport and Airway Safety and Capacity Act of 1987. Certain mandatory federal requirements apply to this solicitation and will be made a part of any contract awarded: (a) Presidents Executive Order No. 11246 as amended by 29 CFR Part 30 and 41 CFR Part 60. (b) Davis Bacon and Related Acts, 29 CFR Parts 1,3 and 5. (c) Copeland Act, 29 CFR Part 3. (d) Contact Work Hours and Safety Standards Act. (e) Title VI of Civil Rights Act of 1964. . (f) Disadvantage Business Enterprises (DB E) participation will be required as described in 49 CFR Part 23, and all pertinent amendments. The Augusta Aviation Commission (the Owner) reserves the right to waive any informalities or irregularities in the bids received, to negotiate certain or all contract bid items, to reject any or all bids and to award or refrain from awarding the contract for the work, whichever is deemed to be in the Owner's best interests. Geri A. Sams, Purchasing Director N-2 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I INSTRUCTIONS TO BIDDERS 1. DEFINED TERMS 1.1 Terms used in these INSTRUCTIONS TO BIDDERS are defined in the General Provisipns, and the Supplementary Conditions ofthe Construction Contract and shall have the intent and meaning assigned them therein. Terms defmed in the General Provisions being redefined by modification in the Supplementary Conditions shall have the intent and meaning assigned them in the Supplementary Conditions. 1.2 The term "Successful Bidder" means the lowest, qualified, responsible, responsive BIDDER to whom OWNER (on the basis of OWNER's evaluation as hereinafter provided) makes an award. 1.3 The term "Bidding Documents" means the Bidding Requirements, Contract Forms, Bid Forms, Conditions of the Contract, Specifications, Drawings, and Addenda issued by the OWNER for the purpose of obtaining a bid on the Work. 2. BIDDING DOCUMENTS 2.1 Complete sets of Bidding Documents shall be used in preparing bids; neither OWNER nor ENGINEER assume any responsibility for errors or misinterpretations resulting from use of incomplete sets of Bidding Documents. 2.2 OWNER and ENGINEER in making copies of the Bidding Documents available on the above terms do so only for the purpose of obtaining bids on the Work and do not confer a license or grant for any other use. 3. QUALIFICATIONS OF BIDDERS 3.1 To demonstrate qualifications to perform the Work, the Low (Successful) Bidder must submit, within (7) days of Bid Opening, as part of his BID on the prescribed form, evidence which may be required by the OWNER, such as, but not limited to, financial data and previous experience. Each BID must contain evidence of the BIDDER's qualification to do business in the state where the Project is located. Conditional or qualified BIDS will not be accepted. In addition, pertinent provisions of Paragraph 16 of this section determines addi tional requirements for qualifications of BIDDERS. 3.2 By submission of a BID the BIDDER agrees, that if awarded a contract, to perform on the Site and with his own organization, work equivalent to at least FORTY PERCENT (40%) of the total amount of the Work to be performed under the Contract. If during the progress of the Work hereunder, the CONTRACTOR requests an adjustment of such percentage and the ENGINEER determines that it would be to the OWNER's advantage, the percentage of the Work required to be !B-1 performed by the CONTRACTOR's organization may be adjusted; PROVIDED prior written approval of such adjustment is obtained from the ENGINEER. 3.2.1 Each BIDDER must furnish with his BID a list of items that he will perform with his own forces and the estimated total cost of these items. 4. EXAMINATION OF CONTRACT DOCUMENTS AND SITE 4.1 Before submitting a BID, each BIDDER must (a) examine the Bidding Documents thoroughly; (b) visit the sites to familiarize himself with local conditions that may in any manner affect cost, progress or performance ofthe Work; (c) familiarize himself of federal, state and local laws, ordinances, rules and regulations that may in any manner affect cost, progress or performance ofthe Work; and (d) study and carefully correlate BIDDER's observations with the Drawings and Specifications; (e) notify ENGINEER of all conflicts, errors or discrepancies. 4.2 Before submitting his BID each BIDDER may, at his own expense and assuming all risks, make additional investigations and tests as the BIDDER may deem necessary to determine his BID for performance of the Work in accordance with the time, price and other terms and conditions of the Contract Documents. On request in advance, OWNER will provide each BIDDER access to the site to conduct such explorations and tests as each BIDDER deems necessary for submission of a BID. BIDDER shall fill all holes, cleanup and restore the site to its former condition upon completion of such explorations. 4.3 The lands upon which the Work is to be performed, rights-of-way for access thereto and other lands designated for use by the CONTRACTOR in performing the Work are identified in The Contract Documents. 4.4 The submission of a BID will constitute an incontrovertible representation by the BIDDER that he has complied with every requirement of this Article 4 and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance of the Work. 5. ADDENDA AND INTERPRET A 'fIONS 5.1 All questions about the meaning or intent of the Contract Documents shall be submitted to the AUGUSTA-RICHMOND COUNTY PURCHASING DEP ARTMENT in writing. Replies, when considered necessary by the PURCHASING DEPARTMENT, will be issued by Addenda, mailed or delivered to all parties recorded by PURCHASING DEPARTMENT as having received the Bidding Documents. Failure of any BIDDER to receive any such Addendum or interpretation shall not relieve BIDDER from any obligation under this BID as submitted. IB-2 I I I I I I. I I I I I I I I I I I I I I I I I I 5.2 I 6. I 6.1 I I 6.2 I 6.3 I I I I I 7. I 7.1 I I I ALL QUESTIONS OR CLARIFICATIONS SHALL BE DIRECTED TO THE PURCHASING DEPARTMENT. DIRECT CONTACT BY ANY POTENTIAL BIDDER TO THE ENGINEER OR AIRPORT OTHER THAN TO VIEW PLANS MAY BE CAUSE FOR BID DISQUALIFICATION. Addenda may also be issued to modify the Bidding Documents as deemed advisable by Purchasing Department. BID SECURITY Each BID must be accompanied by Bid Security made payable to OWNER, in an amount of ten (10) percent of the BIDDER's maximum BID PRICE (including all additive alternatives) in the form ofa Bid Bond prepared on the Form of Bid Bond included in the BID, duly executed by the BIDDER as principal and issued by a surety meeting the requirements of the General Provisions and Supplementary Conditions thereto. Attorneys-in- fact who sign the bid Bonds or Contract Bonds must file with each bond a certified and effectively dated copy of their power-of-attorney. The Bid Security ofthe Successful BIDDER will be retained until such BIDDER has executed the Agreement and furnished the required Contract Security and Insurance Certificates, whereupon it will be returned; ifthe Successful BIDDER fails to execute and deliver the Agreement and furnish the required Contract Security and Insurance Certificates within fifteen (15) days of NOTICE OF AWARD, OWNER may annul the NOTICE OF AWARD and the Bid Security of the BIDDER will be forfeited to OWNER as liquidated damages for such withdrawal, failure or refusal. The Bid Security of any BIDDER whom the OWNER believes to have a reasonable chance of receiving the award may be retained by OWNER lmtil the earlier ofthe seventh day after the "effective day of the Agreement" by OWNER to CONTRACTOR and the required Contract Security and Insurance Certificates are furnished, or ninety one (91) days after the Bid Opening. Bid Security of other BIDDERS may be released within seven (7) days of the Bid Opening. CONTRACT TIME Time for completion of the Project is as stated in the Notice To Bidder and as set forth in the BID and included in the Agreement. IB-3 Addendum No. 1 7.2 8. 8.1 9. 9.1 9.2 10. 10.1 10.2 In the event that the construction contract time period occurs between the dates April 1, 2005 thIrOugb April 15, 2005 inclusive, aIB construction activities shall be stopped. No contract time will apply against the contract during this time period. The Contractor will be requDred to de-mobillize and re-mobilize at no additio.nal expense to the Owner. LIQUIDATED DAMAGES Provisions for Liquidated Damages are set forth III the Contract Form and Supplementary Conditions. SUBSTITUTE OR. "OR-EQUAL" MATElRIAlL AND EQUIPMENT The Contract, if awarded, will be on the basis of material and equipment described in the Drawings or specified in the Specifications. Whenever it is indicated on the Drawings or specified in the Specifications that a substitute "or equal" item of material or equipment may be furnished or used if acceptable to ENGINEER, application for its acceptance must be submitted in accordance with requirements of Section 01600. Substitutions and Product Options: BIDDERS are directed to read the statements contained under Section 01600, for substitutions or product options, which specify the conditions under which the material, devices, or equipment to be furnished by the CONTRACTOR are equal to those designated. SUBCONTRACTORS. ETC. All BIDDERS shall submit as part of their BID on the prescribed schedules a list of all subcontractors and other persons and organizations (including those who are to furnish principle items of material and equipment) proposed for those portions of the Work as to which such identification is required. If requested by OWNER, the low BIDDER shall submit an experience statement with pertinent information as to similar projects and other evidence of qualification for each subcontractor, other person or organization. If OWNER, after due investigation, has reasonable objection to any proposed subcontractor, other person or organization, the OWNER may before giving the NOTICE OF AWARD require the apparent Successful BIDDER to submit an acceptable substitute without an increase in Bid Price. lithe apparent Successful BIDDER declines to make any such substitution, the Contract shall not be awarded to such BIDDER, but his declining to make any such substitution will not constitute grounds for sacrificing his Bid Security. Any subcontractor, other person, or organization so listed and to whom the OWNER does not make written objection prior to giving the NOTICE OF AWARD will be deemed acceptable to OWNER. No CONTRACTOR shall be required to employ any subcontractor, other person, or organization against whom he has reasonable objection. IB-4 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 11. 11.1 11.2 11.3 11.4 11.5 11.6 11.7 11.8 11.9 11.10 11.11 BID FORM AND SCHEDULES One bound copy of the Bid Form and Schedules is included herein. One additional unbou~d copy is provided for use in preparing BIDS. DO NOT USE THE BID FORM BOUND IN THE PROJECT MANUAL FOR SUBMISSION OF BIDS. Bid Forms and Schedules must be completed in ink or by typewriter. Each BID must be submitted on the prescribed form. All bHmk spaces and Bid Prices must be filled in. The Bid Price must be stated in words and numerals or as indicated in the BID Forms. The firm, corporation, or individual name of the BIDDER must be signed in ink in the space provided for the signatures on the Bid Form. BIDS by corporation must be executed in the corporate name by the president or a vice-president (or other corporate officer accompanied by evidence of authority to sign) and the corporate seal must be affixed and attested by the secretary or assistant secretary of the corporation. The corporate address and state of incorporation shall be shown in the space provided. BIDS by partnerships must be executed in the partnership name and signed by a partner, whose title must appear under the signature and the official address of the partnership must be shown below the signature. BIDS by individuals must be signed by the individual owner and the terms "doing business" or "sole owner" must appear under the signature. The BIDDER must state in his BID the name and address of each person or corporation interested therein. The numbers of all addenda and the date each was received shall be filled in on the Bid Form. The address to which communications regarding the BID are to be directed must be shown on the Bid Form. Affidavits: Each BIDDER is required to duly execute the BIDDER's and Non-Collusion Affidavits at the end of the BID. All names must be typed or printed below the signature. The only markings by the BIDDER which will be considered by the OWNER in evaluating the BID are those made on the bid fonn itself. No markings on the exterior of the envelope or other extraneous marks will be considered as part ofthe BID. IB-5 12. 12.1 . 12.1.1 13. 13.1 13.2 14. 14.1 15. 15.1 SUBMISSION OF BIDS BIDS shall be submitted at the time and place indicated in the Advertisement. Each BID shall be marked and addressed as required in the Advertisement and shall be accompanied by the Bid Security and other required documents. If the BID is sent through the mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation "BUll ENCLOSED, RUNWAY 8-26 REHABILITA'HON PROJECT AUGUSTA REGIONAL AIRPORT, BID #04-090" on the face thereof. ;::;QJi~:~9J!f':.K~'~~~f:~b;~:~IJa:~QItii~b~a.iij~:::~lt:: ~iJigr:;;!t:2''JIirdij\:\:!;~iffi~~t$::::Ji$.::::~::ijjte~~::;f~t::;f$~:~~fij6.~::i~;iJl.j~l!; 0 NOT SUBMIT THE PROJECT MANUAL OR DRAWINGS WITH BID. Mailing address: Geri A. Sams, Purchasing Director Augusta-Richmond County Purchasing Department Municipal Building, Room 605 530 Greene Street Augusta, Georgia 30911 MODIFICATIONS AND WITHDRAWAL OF BIDS BIDS may be modified or withdrawn by an appropriate document duly executed (in the manner that a BID must be executed) and delivered to the place where BIDS are to be submitted at any time prior to the opening of BIDS. Ifwithin twenty-four (24) hours after the time Bids are opened, any BIDDER files a duly signed written notice with the OWNER and promptly thereafter demonstrates to the reasonable satisfaction ofthe OWNER that there was a material and substantial mistake in the preparation of his BID, that BIDDER may withdraw his BID and the BID Security will be returned. Thereafter, that BIDDER will be disqualified from further bidding on the Work. OPENING OF BIDS BIDS will be opened and read aloud publicly. An abstract of the amounts ofthe base bids and any major alternates will be made available after award is made by OWNER. BIDS TO REMAIN OPEN SUBJECT TO ACCEPTANCE All BIDS shall remain open for one-hundred twenty (l20) days after the day ofthe opening, but OWNER may, in his sole discretion, release any BID and return the Bid Security prior to that Date. IB-6 Addendum No.1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 16. 16.1 16.1.1 16.2 16.3 16.4 16.4.1 AWARD OF CONTRACT OWNER reserves the right to reject any and all BIDS, to waive any and all informalities not involving price, time, or changes in the work, and to negotiate contract terms with the successful BIDDER, and the right to disregard all nonconforming, nonresponsive, unbalanced, or conditional BIDS. Also, OWNER reserves the right to reject the Bid of any BIDDER if OWNER believes that it would not be in the best interest of the Project to make an award to that BIDDER, whether because the Bid is not responsive or the BIDDER is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by OWNER. Discrepancies between words and figures will be resolved in favor of words. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor ofthe correct sum. The following are examples of factors which, among others, will determine the responsiveness of bids: a The completeness and regularity of Bid Form; b A Bid Form without excisions or special conditions; c A Bid Form having no alternative bias for any items unless requested in the Specifications; d A Bid Form without obviously unbalanced unit prices; e Submission of a properly executed Bid Bond; and f A Bid responsive to the requirements of Part 152 of Federal Aviation Regulations. In evaluation of BIDS, OWNER shall consider qualifications ofthe BIDDERS and whether or not the BIDS comply with the prescribed requirements in the Bid Forms. OWNER may consider the qualifications and experience of subcontractors, other persons or organizations (including those who are to furnish the principle items of materials and equipment) proposed for those portions of the work as to which the identity of subcontractors and other persons and organizations must be submitted as provided in the General Provisions. Maintenance considerations, performance data and guarantees of materials may also be considered by OWNER. OWNER will consider DBE participation and whether or not BIDDER made an effort to meet specified DBE goals. OWNER may conduct such investigations as he deems necessary to assist in the evaluation of any BID and to establish the responsibility, qualifications and other persons and organizations to do the work in accordance with the contract documents to OWNER's satisfaction within the prescribed time. Responsibility shall be based on whether the BIDDER: lB-7 a Maintains a permanent place of business; b Has adequate plant equipment to do the Work properly and within the time limit that is established; c Has adequate financial status to meet his obligations contingent to doing the Work. d Otherwise demonstrates that he is clearly capable, both financially and in : terms of past experience, to carry out the work of the contract in a competent and timely fashion. 16.5 OWNER reserves the right to reject the BID of any BIDDER who does not pass any evaluation to OWNER's satisfaction. 16.6 If a contract is to be awarded, it will be awarded pursuant to the OWNER's procurement policy and to the lowest BIDDER whose. evaluation by OWNER indicates to OWNER that the award will be in the best interests of the Project. It is the OWNER'S intention to award the project depending upon the availability of funds and the BIDDER being responsible and submitting a responsive BID for the Project. 16.7 If a contract is to be awarded, OWNER will give the Successful BIDDER a NOTICE OF A WARD within one-hundred twenty (120) days after the day of Bid Opening. 17. BONDS. CONTRACT SECURITY ANJ[} INSURANCE 17.1 Supplementary Contract Conditions set forth OWNER's requirements as to Bonds and Insurance. When the Successful BIDDER delivers the executed Agreement to OWNER it shall be accompanied by the required Contract Security and Insurance Certificates and Policies. 17.2 All Bonds (Bid, Payment and Performance) must be signed or countersigned by the Surety Company's proper resident agent, authorized to do business in the State of Georgia, on whom service can be made in the event of litigation. 18. SIGNING OlF AGREJEMENT 18.1 When OWNER gives a NOTICE OF A WARD to the Successful BIDDER, it will be accompanied by required number of unsigned counterparts ofthe Agreement and all other required Contract Documents. Within fifteen (15) days following the effective date of "A ward" CONTMCTOR shall sign and deliver all executed counterparts of the Agreement to the OWNER with all other Contract Documents including insurance certificates and executed bonds attached thereto. ENGINEER will identify those portions of the Contract Documents not fully signed by the OWNER and CONTRACTOR and such identification shall be binding on all parties. 19. SPECIAL REQUIREMENTS IB-8 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 19.1 Laws and Regulations: The BIDDER's attention is directed to the fact that applicable state laws, municipal ordinances and the rules and regulations of all authorities having jurisdiction over construction of the Project shall apply to the Contract throughout, and they will be deemed to be included in the Contract the same as though therein written out in full. 19.2 Estimated Quantities: Where quantities of work are given' in the BID these are approximate and are assumed solely for comparison of tbe BIDS. They are not guaranteed to be accurate statements or estimates of quantities of work that are to be performed under the Contract, it being presumed that the BIDDER has verified the quantities necessary to complete the Work of the Contract as intended, and any departure therefrom will not be accepted as valid grounds for any claim for damages, for extension oftime or for loss of profits; nor will any additional payment, be made regardless of the actual quantities required or ordered to complete the Work. 20. PREBID CONFERENCE 20.1 A MANDATORY Pre-Bid conference will be conducted on Tuesday, May 25, 2004 at 10:00 a.m. at the Augusta-Richmond County Purchasing Department, Municipal Building, Room 605, 530 Greene Street, Augusta, Georgia 30911. A MANDA TORY Site Visit will be held after the Pre-Bid Conference at the Augusta Regional Airport, 1501 Aviation Way, Augusta, Georgia 30906. Representatives of OWNER and ENGINEER will be present to discuss the Project. BIDDERS are encouraged to attend and participate in the conference. ENGINEER will transmit to all prospective BIDDERS of record such Addenda as ENGINEER considers necessary in response to questions arising at the conference. 21. SALES TAX 21.1 Unit prices bid shall include all sales taxes, and other applicable taxes and fees. 22. PREVAILING WAGE RATES 22.1 The construction wage rates have been certified by the US Department of Lab or to be wages prevailing for construction ofthe contract. In accordance with the terms of the Proposal, the Contractor agrees to pay to each employee of the corresponding craft at least the wage rate listed. In addition to the basic hourly rates shown, certain crafts, trades or industries indicate health, welfare, pension, and other fringe benefits which are given employees pursuant to a bonafide Collective Bargaining Agreement for the respective craft, trade, or industry. In the absence of any such Agreement, the basic hourly rates plus the monetary equivalent for the fringe benefit payments indicated, less any legal deductions, shall be paid directly to the employees. The wage rate determination of the US Department of Labor incorporated on the following pages does not include rates or the requested classification listed below. IB-9 23. 23.1 23.2 23.3 23.4 23.4.1 23.4.2 23.4.3 23.4.4 The BIDDER is responsible for ascertaining the rates payable for such classification and whether area practice requires their use in accomplishing the work. No inference concerning area practice is to be drawn from their omissions. Further, the omission will not, per se, establish any liability for increased labor costs resulting from the use of such classification. FUNDING AGENCY REQUIREMENTS BIDDERS are advised that the Work under this Contract will be financed in part by a grant of the Federal Government under the Department of Transportation, Federal Aviation Administration, Airport and Airway Safety and Capacity Expansion Act of 1987. To receive funds under the applicable Federal Programs, the OWNER must comply with the requirements of the administering agencies which are imposed as conditions under which the grants of funds are made. It is a condition of the grant of Federal funds that certain provisions be included and be made a part of the Contract Documents for the Work in which these funds are to be used. These provisions are as provided in the Supplementary Conditions. The CONTRACTOR is notified hereby that he must meet all of the terms and conditions related to this Project imposed by the administrating agencies named herein, including, but not limited, to the following: W AGES AND SALARIES: Attention of BIDDER is called to the requirements concerning the payment of not less than the prevailing wage and salary rates determined by Secretary of Labor specified in the Contract Documents and the conditions of employment with respect to certain categories and classifications of employees. The rates of pay set forth under GENERAL PROVISIONS are the minimums to be paid during the life of the Contract. It is therefore the responsibility of BIDDERS to inform themselves as to local labor conditions, such as the length of work day and work week, overtime compensation~ health and welfare contributions, labor supply and prospective changes or adjustments of rates. EMPLOYMENT PRACTICES: (1) Contractor shall, to the greatest extent practicable, follow hiring and employment practices for work on the project which will provide new job opportunities for the unemployed and underemployed, and (2) insert or cause to be inserted the same provision in each construction subcontract. AFFIRMATIVE ACTION REQUIREMENTS: The BIDDER's attention is called to the Notice of Requirement for Affirmative Action to Insure Equal Employment Opportunity. ffi-l0 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 23.4.5 23.4.6 23.4.7 23.4.8 All chemicals used during project construction or furnished for project operation, whether herbicide, pesticide, disinfectant, polymer, reactant or of other classification, must show approval of either EP A or USDA. Use of all such chemicals and disposal of residues shall be in strict conformance with manufacturer's instructions. BIDDEF-S must comply with the requirement that siltation and erosion are to be held to the absolute minimum during constructio'n. Equal Employment Opportunity Requirements: a BIDDERS must comply with the President's Executive Order No. 11246 which prohibits discrimination in employment regarding race, creed, color, sex or national origin. b Each BIDDER shall complete, sign and include in his bid proposal the Equal Opportunity Report Statement. When a determination has been made to award a contract to a specific Contractor, such Contractor shall, prior to award, after award or both, furnish such other pertinent information regarding his own employment policies and practices as well as those of his proposed subcontractors as the OWNER, or the Secretary of Labor may require. All such information required of a subcontractor shall be furnished by the Contractor. c Notice of Affirmative Action: Specific goals for minority and female participation expressed in percentage terms are specified in the General Provisions. d Disadvantaged Business Enterprise Program: The OWNER has established goals for DBE participation on this Project. The BIDDER's attention is directed to the Notice to Bidders, Supplementary Conditions and Bid Forms for the specific goals. BUY AMERICAN - STEEL AND MANUFACTURED PRODUCTS FOR CONSTRUCTION CONTRACTS (IAN 1991) a The Aviation Safety and Capacity Expansion Act of 1990 provides that preference be given to steel and manufactured products produced in the United States when funds are expended pursuant to a grant issued under the Airport hnprovement Program. The following ternlS apply: 1 Steel and Manufactured Products. As used in this clause, steel and manufactured products include (1) steel produced in the United States or (2) a manufactured product produced in the United States, if the cost of its components mined, produced or manufactured in the United States exceeds 60 percent ofthe cost of all its components and final assembly has taken place in the United States. Components of IB-ll foreign origin of the same class or kind as the products referred to in subparagraphs (b) (1) or (2) shall be treated as domestic. 2 Components. As used in this clause, components means those articles, materials, and supplies incorporated directly into steel and manufactured products. 3 Cost of Components. This means the costs for production of the components, exclusive of final assembly labor costs. b The successful BIDDER will be required to assure that only domestic steel and manufactured products will be used by the Contractor, subcontractors, materialmen, and suppliers in the performance ofthis contract, except those- 1 that the U.S. Department of Transportation has determined, under the Aviation Safety and Capacity Expansion Act of 1990, are not produced in the United States in sufficient and reasonably available quantities and of a satisfactory quality; 2 that the U.S. Department of Transportation has determined, under the Aviation Safety and Capacity Expansion Act of 1990, that domestic preference would be inconsistent with the public interest; or 3 that inclusion of domestic material will increase the cost of the overall project contract by more than 25 percent. 23.4.9 PRECONSTRUCTION CONFERENCE: Attention ofBmDERS is called to the fact that a preconstruction conference will be held with the successful BIDDER and all known subcontractors, prior to the issuance of a NOTICE TO PROCEED. This conference will be held to acquaint the Successful BIDDER with the contract provisions concerning the Labor Standards, Equal Employment Opportunity obligations, and other items related to the contract. Payroll Form WH-347, or an equivalent form, is required to be used on this project. END OF INSTRUCTIONS TO BIDDERS IB-12 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I . . BID FORM (Failure to furnish all requested data will be cause for considering BIDDER nonresponsi ve and may render this BID invalid on that basis.) BID FOR: RUNWAY 8-26 REHABILITATION PROJECT AUGUST A REGIONAL AIRPORT FAA A.I.P. PROJECT No. 3-13-0011-26 & 27 SUBMITTED TO: Augusta Aviation Commission C/O Augusta-Richmond County Purchasing Department Municipal Building, Room 605 530 GreeD Street Augusta, Georgia 30911 SUBMITTED BY: A f?AC. - s~uIJJl~qs I } .L rlC BIDDER's Name ~o. 8,,~ lIce; Address /lurus /Q (;4 3()9'o3-/IZ9 City, State and Zip Code 1. The undersigned, hereinafter called BIDDER, in compliance with the "Notice to Bidders," accepting all of the terms and conditions of the "Instructions to Bidders," including without limitation those dealing with the disposition of Bid Security; proposes and agrees, ifawarded the Contract, to enter into an Agreement with the OWNER in the form of Agreement included in the Contract Documents, to furnish all materials, equipment, machinery, tools, apparatus, means oftransportation and labor necessary to complete the work to be performed under this Contract within the Contract Time indicated in this BID, in full and complete accordance with the shown, noted, described and reasonably intended requirements of the Contract Documents, to the full and entire satisfaction of the OWNER, for the amounts contained in the Bid Schedules. 2. This BrD will remain open for 120 days after the day ofBrD opening. If awarded a contract, BIDDER will sign the Agreement and submit the Contract Security and other docwnents required by the Contract Documents within 15 days after the date indicated in OWNER's Notice of Award. 3. In submitting this BID, BIDDER represents that: (a) BIDDER has become thoroughly familiar with the terms ans! conditions of the proposed Contract Documents accepting the same as sufficient to indicate and B-10f28 (b) (c) (e) convey understanding of all the conditions and requirements under the Contract which will be executed for the Work. I I I I I I I I I I I I I I I I I I I BIDDER has examined the site and locality where the Work is to be performed, the legal requirements (federal, state and local laws, ordinances, rules and regulations) and the conditions affecting cost, progress or performance ofthe Work and has made such independent investigations as BIDDER deems necessary. This BID is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; BIDDER has not directly or indirectly induced or solicited any other BIDDER to submit a false or sham BID; BIDDER has not solicited or induced any person, firm or corporation to refrain from bidding; and BIDDER has not sought by collusion to obtain for himself any advantage over any other BIDDER or over OWNER. (d) That no member of the Augusta-Richmond City/County government or other officers or employees of said OWNER is interested directly or indirectly in the Bid or in any portion of the Bid nor in the Contract or any part of the Contract which may be awarded the undersigned on the basis of such BID. This BID is based upon prevailing wages in Richmond County, Georgia and in no case are wages less than those determined by the Secretary otLabor, a schedule of which is contained in the General Provisions, GP-120. (f) It is a condition ofthis BID and any subsequent contract entered into pursuant to this BID, and it shall be made a condition of each subcontract entered into pursuant to the prime contract that the Contractor and any Subcontractor shall not require any laborer or mechanic employed in performance of the contract to work in surroundings or under working conditions which are unsatisfactory, hazardous, or dangerous to his health or safety, as determined under Construction Safety and Health Standards, Title 29, CFR, Part 1518 36FR7340, promulgated by the U.S. Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act, 82, Statt. 96; that it is a further condition of this BID that he shall be solely responsible for the enforcement of such Construction and Health Standards, and that he definitely understands that the OWNER and his authorized representatives will not assume any liability resulting from his failure to police and enforce all such standards. (g) The description under each bid item, being briefly stated, implies, although it does not mention, all incidentals and that prices stated are intended to cover all such work, materials and incidentals as constitute BIDDER's obligations as described in the Specifications, and any details not specifically mentioned, but evidently included in the Contract shall be compensated for in the item which most logically includes it. (h) The Prices Bid includes all sales taxes and other applicable taxes and fees. B-2 of 28 I I I I I I I I I I I I I I I I I I I 4. Contract Time: BIDDER agrees that: (a) The work will be completed within 90 consecutive calendar days from date of Notice-to-Proceed and within the stipulated phasing times as prescribed in Section 01010 "Scope of Work" of the Project Manual. (b) In the event that the construction contr,act time period occurs between the dates April 1, 2005 through April 15, 2005 inclusive, all construction activities shall be stopped. No contract time will apply against the contract during this time period. The Contractor will be requir:ed to de-mobilize and re-mobilize at no additional expense to the Owner. (c) He/She will commence work with an adequate force and equipment at the time stated in the Notice to Proceed, and complete all work in the number of days stipulated from the date stated in said notice including working overtime and on Saturdays, Sundays, and legal holidays as necessary in order to complete the proj ect on time. 5. Bid Schedule: See attached pages B-3a through B-3g. B-30f28 I' I I I I I I I I I I I I I I I I I 1 Item No 00800 2 01000 BID SCHEDULE RUNWAY 8-26 REHABILITATION PROJECT AUGUSTA REGIONAL AIRPORT BASE BiD Spee "',Umlted 3 01530A No ll<m Descrlpllon I (\I'rlle Unit Price In II ord.) Quantity rice lInlt Supplementary I~surance fisions Dollars l' "(.I\~'t; J",' .,.8;=JE,t,4b Cents NO 1 L S (). i:) \) $2'l Jn~ , NO Mobilization I L S 27'Hoo,oo r' - $ ,.., - ~~ ~KH Doll8r- fT Cents ,u t) RKIf ThJOH(Jtw1>~D S~~NJ1 ~~~~~~p . . - . . . Total E.tcnde~ o. ~\) $ -Ill-n ./ Z14~,OO .li, $ '.t' " 1 /~K~ Runway Closure Markers H DOIJa~D~. ~~:.1 -r~Q~~; ~ Jl!) Cents Nl:\ 41 ()OO.OO {tl)oD,oO I L S $ ~B ..r $ '1 ..~~ /j~~ ~/O{ 1 L S $ ~1oo. 0() $ ~ 'r>o.e.D 4 01530B Airfield Barricades Dollars N ttJ~ Tkot}S.4tJl> <;f.-Vf:.~ HrJlI.f)~l> Cents ~ 5 S-160 Sterilization of Pavement Cracks IL5 $]c>RMl"tl $3()~(),OO Dollars T~a...E1:: T!4oUSAJ'Ill FJ16rrr'l Cents N () 6 5-180 Milling Bituminous Pavement 13,500 SY $ 1.1.[5 $ 330'75.00 Dollars -r I.v D Cents 1'0,4...;,/ P I V E' 6,500 S Y $ 5. q::.- 7 S-190 Remo\ e Pavement Markings b~ Milling or Grinding 8 P-401A <) P-401B Dollars F I viE Cents /;'O/l..1"'1 F ll/fP Bituminous LeI eling Course 300 TON $ 73 ' \)0 lO P-.J07 Dollars 5' ~ vl::NI't T" H Q.f. ~ Cents Rl~ - ,3.4-S 5,800 TON $ ND B;,"m;",~ S"f.~ C'E. Dollars FIe::.T'f Tl-\R'E~ Cents Fr.JtT'1 FIVE Single Surface Treatment 50,400 S Y $ f. 4,f" Dollars oNFE:. Cents F 01-1'"'1 [:: lilt:::.. IIlDDFR'SORG\NlnIlON APAC!.- Ssu..~~ ~t.- n..".' . $ ,E- q 2-5. t}O $ 2...1 9 ()o. oQ ~IOOlO.DO / $ L' , $ 73 <:> ~o. b 0 BID SCHEDULE RUNWA Y 8-16 REHABILITATION rROJECT AUGUSTA REGIONAL AIRPORT BASE BID Item Spec No Eotlma1ed Quantity Unit Unll Prier No Item Description I (Wrile Unit Price In Word.) I I Total Extended II P-410 Crack Repair Membrane 30,000 L F $ 2.2..3 $ {(, <<tOO-QO I 250 GAL $ L.l0 $ 2.:)5. 01) I 35,000 L F $ .4b $ 2..3/00.00 I I 100 L F $ 't.~() $ ~~O. 00 I Dollars T \oJ II Cents 1"w~I'J'T"\ "'l-\~a 12 P-60'J ei~ous Tack Coat Dollars Cents Or.JF TJ:,J 13 P-60SA Seal Medium Cracks Dollars Cents NO S "('\'1 S \ 1lt. 14 P-608B Repair Large Cracks Dollars ~ 1~~'1 Cents E'\ 6+oT'i 15 P-620 Permanent Reflective Pavement Markings 50,400 S F $ . ~:s- Dollars tJ b Cents Tt4\1tT'1 ~ '\I E 16 P-63! Asphalt Pavement GroOl jng 1,055 S Y $ Cf. l S Dollars N I rJ~ Cents F' (F~.....I 17 L-108A Cable Trench in Earth, with Earth Backfill 14,400 L F $ I. I 0 Dollars ON~ Cents "T'tN 18 . L-I08B Conduit Trench in Earth with Earth Backfill 145 L F $ (_ 1 0 Dollars 0 "':E Cents "Tl: ,J l~ L-108C, C.f)~~itTrench In Asphalt Pal'ement "ith Concrete bu.;tdill Dollars JJ I,}f. Cents TI-\ 14-i'i f \ 'lE. 4,565 L F $ 9.35 20 L-108D Cable, IIC #8, 5 KY, L-824C Installed in Duct or Trench Dollars Cents 29,650 L F $ f. 0 0 Ot0~ ).,)t> IlIDDFR'SORO\'iI/'\IIOt-i A'r'Ae... SDlA.+h~ k Plge )\1 I $/7. l,tJO.OQ I I $ 'l , S" ~. 7- 5 I $ IS f'lo. DO I I $ IS9.s\;) I $ 41- (&2.,')$ I I $ 1 '1 '$ o. 0 0 I I I I I Item No BID SCHEDULE RUNWA Y S-26 REHABILITATION PROJECT AUGUSTA REGIONAL AIRPORT BASE BID Spec No Item IX.crlptlon I (Write Unll Price In Word.) [sUmaled Qu.anlUj Unit Unit Price Total Extended I I I I I I I I I I I I I I I I 19,365 LF $ '.00 L-108G Counterpoise Wire, #6 Bare Stranded, Installed in Duct, Trench or with Directionial Bore Conduit Dollars 6 tJ E: Cents J.J Q 2\ L-108H 314" Diameter X 10' Long Copper Clad GrolUld Rod and Connection to COlUlterpoise Wire Dollars F_16~'-I 'tWtl Cents f I FT'i 22 L-IIOA Conduit, 2" Schedule-40 rve, Direct Burial, in Earth Trench Dollars r l-\(tt:~ Cents T 1-\ \ (l.. ,'-l 23 $/~3bS.OO 42 EA $ 'p.<<;o $ 14-(,S.00 145 LF $ J.30 5> "118. So 4,565 L F $ J. 30 $ / > 064. ') 0 L-IIOB Conduit, 2" Schedule-40 PVC. Direct Burial, In Pavement Trench DollarST ~ ~ E. ~ Cents T 1-\1/L'\'1 24 350 LF 5> 2..3.,0 5> 'g~gS.()o L-IIOC Conduit, 1 1/4" HDPE Installed Using Directional Bore Machine and Methods Dollars TwcNl'l 1HU:i::. Cents I'i:: ~ 25 26 L-IIOD 16" x 24" L-B67D Base Housing II ith 31B" Thick Blank Steel Cover Used as Handhole \'.ith One (I) Directional Bore Conduit Dollars 1=1\11:. ~uNDQ.\t..L""", /VJ~tJl'f FIVf Cents JJ tl L-IIOE 16" x 24" L-867D Base Housing with 3/8" Thick Blank Steel Cover Used as Handhole Dollars f 1\J~ \4\l,.,D~t) F1rT'l Cents N 0 27 28 L-125A L-861. Medium Intensi~ Run\Va~ Light, L-867 Base MOlUlt. in Pavement Dollars Sill.. ~vt>lh'A...~ fiVE. Cents J.J 0 L-86IT. Medium Intensity Taxiway Light, L-867 Base Mount, in Pavement Dollars Cents .It'j. t-\11"'Ufl.~j) t..H) F'\vE: 29 L-125B L-861 E, Medium Inlensil) Threshold Light, L-867 Base Mount, in Pavement Dollars Sl~ ~\j",~aX:..l> F\ I]e; Cents /J i) IlIl>OER'SORCHNIZIIION Nltt- SDlA,,~.:L5+r+.1L \1:lPr'. 'I' I 30 L-125C 2 EA 5> !)2..S". 00 $ /o~O. 00 2 EA $ 5.5'0.0' $ IIOo.Oi) 54 EA 8 EA 16 EA $l,oS.OQ $ 1'2..610.00 $(o$".()O $ Cfrlfo.olJ $ , oS". 00 $ <), ~ o. () Q Item No BID SCHEDULE RUNWA Y 8-26 REHABILITATION PROJECf AUGUSTA REGIONAL AIRPORT BASE BID Spec No Hem lltlCripllon I (Write L1nlt Pm' In Word.) I estimated I Quantity Unlt l' nlt Price TOIII Extended 4 EA $"5'0.00 $ "60.00 I 31 L-125D L-852D, Style 3,Used for Medium Intensity Runway Edge Light, L-8G8 Base Mount,In Pavement Dollars 6 l''C.. ~OIlS~1iJ> SI '" ~"Nt> dO F I P'I'1 Cents NO ' 32 L-125E L-852D, Style 3.Used for Medium Intensity Runway Edge Light, L-8G8 Base Mount in Runway 17-35, In Pavement Dollars~~ "AoJ~tI~ ~'t.. ~,}~>> ;:" 1;-,'i Cents 33 L-125F Relocate Taxiway Light, L-867 Base Mount, in Pavement Dollars $t X w>/'ib p..~j) 'F IV t:- Cents jJ 0 34 L-125G Remove Existing Base Mounted Medium Intensity Runway Light and Provide Blank Cover Plate on Existing Base Dollars ON!; ~\J.Jc>~~ ~,J Cents ,.) b 35 L-125H Relocate Existing Size I Guidance Sign, Provide Ne\\ Isolation Transformer, Lamps and Concrete Pad, In Pa\ ement Dollars 014~ i~O\JSMip Fl~ PUNt'Ot'1') FQIl:\~ Cents N () 36 L-12SI Relocate Existing Size 4, Runway Distance Remaining Sign, PrO\ ide New Isolation Transformer. Lamps and Concrete Pad DollarsOIll'P i~b\lSM.b. rl\ft ~\.IN~1> /JI/'Jf."('1 five Cents Nt) , . 37 L-12SJ Remove Existing FAA V ASI System for Runway 26 Complete, Ine! uding Concrete Pads Dollars FI\1{: ~VH.p(2..f:i:\ F ,~ Cents t-J 0 38 L-12SK Remove Existing FAA REIL System for Runway 8 and Runway 26 o Dollars flVF l4\JNW--~ FlfT! Cents tJ D TOTAL BASE BID AMOUNT .PAt. St>t.4,.~\ X4\e. IlIDJ)FR'S ORG \Nll \ 110' I).gc ld I 2 EA $ /{SO.IlO $ fJoO.OO I 23 EA $ ~oS.oO $I3CfIS.OQ I I 74 EA $ I/o. 00 $ tl~. 00 I 7 EA $ IS'fO. 0 () $ 10 1 &-0. 00 I I 10 EA $ InS. 00 $IS'fS'o.oo I I L S $ 55"0. I:I~ $ S-$O~ ()l) I I l L S $ SS-o..,o $ rs-o.o.:) I I $ I "4433.50 J J I I I I I' I I I I I I I I I I ,I I I I I I I I Item l'I. BID SCHEDULE RUNWA Y 8-26 REHABILITATION PROJECT AUGUSTA REGIONAL AIRPORT ADDITIVE BID NO.1 Estimated QUlnllly Unll Unll Price Spec l'Io /lem DcscripHon I (Wrile Unll Price In Word,) Tolll Elteoded AI L-108A Cable Trench in Earth. with Earth Backfill 6,000 LF S I. I 0 A2 L-I08D Dollars 0 N'it Cents J1: rJ Cable, I/C #8, 5 KV, L-824C Installed in Duct or Trench Dollars 0 N\'S. Cents tJ "> 23,700 L F A3 L-10BG Counterpoise Wire, #6 Bare Stranded, [nstalled in Duct, Trench or with Directionial Bore Conduit Dollars I) Ill:. Cents oJ 1) , 6,000 L F A4 L-I08H 3/4" Diameter X 10' Long Copper Clad Ground Rod and COlUlection to Counterpoise Wire Dollars Cents 17 EA AS L-109A F\(,I-lT't T\."o f I ;:;-'1 P API 8-26 Regulator Connections I L S DollarsF" l\lt: ~(Jrlt>(l..4 F"1'f11 Cents rJ'tl $ t.oo $ /. 0 I::J $ n.Sb $ S"St::!. aU $ 6(;00. OD $2.3'lOO.Q<:l $ 6 OM, 0 (J $ /4-0'2. <<;"0 $ SSo. ill) 1 L S $ (SO.>. 00 $ !rl7s:. o() L-125L L-880, Style B, P API System for Runlla) 8 Including Aiming Device DolIarsl=)FTt::i.t-> jJ.lw.9/1.f\ JI1.I.J"fl~/).fJ> S1!v~,.rrY FIve Cents /Vb A6 A7 L-125M L-880, Style B, PAPI System for Runllay 26 I L S $ / S- /25'. 0 0 $ I S- n.r-. () 0 Dollarsflt"n:E-,.J 71-IO\1SAtlh <:'N1< [-\u"'llP#-nv~...rr-'7 "fIJ~ Cents 1-.7 0 TOTAL ADDITIVE BID NO.1 AMOUNT nIODI'R'S ORO'INI7 'liON R 9Ae.. SoIL~t. ~ Pap,l: 1~ $ b'1 052,"50 ) BID SCHEDULE RUNWA Y 8-26 REHABILITATION PROJECT AUGUSTA REGIONAL AIRPORT ADDITIVE BID NO.2 lIem Spec No lIem Description I (Write Unlt Price In Words) E,llmalcd QuanWy Unit I I Unit Price Total Ellended No $ .1[-01.00 I BI L-IOIlA Cable Trench in Earth, with Earth Backfill Dollars ONr= Cents Ii: N 82 L-IOIlE Cable, lIC #8, 600Y. RHH/RHW-2/USE-2 Installed in Duct or Trench Dollars OrJ~ Cents tV "() 83 L- I08F C~ble. IIC #4, 600Y. RHH/RHW-2/USE-2 [nstalled in Duct or Trench Dollars O!J r~ Cents .) 1.J:\'t ~ t'l~ B4 L-108G Counterpoise Wire, #6 Bare Stranded, Installed in Duct, Trench or with Directionial Bore Conduit Dollars OrJ'6. Cents ^/o 85 L-108H 3/4" Diameter X 10' Long Copper Clad GcoWld Rod and Connection to Counterpoise Wire Dollars E"l(;~T'f T\J-.ll Cents F I"F-r'f B6 L-IIOE 16" x 24" L-867D Base Housing with 3/8" Thick Blank Steel Cover Used as Handhole Dollarsf"\v~ ~UH.t:-,.Q'e.'t> J'Y-'~'i .,...v() Cents FIr.,,. 'f B7 L-125N L-849E REIL Systems for Both RWlways 8 and 26 DollarsFl mE."; 1141) V5ftNL> \.J l~te ~\INl>~ t:r-r','i Cents }-J i) TOT AL ADDITIVE BID NO.2 AMOUNT IlIDDER'SOIWINlfllION Pr.f>At-~ SDtA~~a.s t, :I:Ilt!.. Page " 370 LF $ 1.lb 2\0 L F 760 L F 370 L F 2 EA I $ 'llD $ 2/0.00 I $ I. ,S $ /Z. 51-. 0 () I I $ (. 0 0 $ r1 0 . 0 0 I $ n. $"0 $ /'.s.00 I I 2 EA $ .):22..5l> $ /04S. 00 I 1 LS $/S'<iS"O.OO $ /J9~O. 00 I I I $ l'i 401. 00 I ) I I I I I I I I I I I I I I I I I I I I I I I BID SCHEDULE RUNWAY 8-26 REHABILITATION PROJECT AUGUSTA REGIONAL AIRPORT SUMMARY OF BIDS TOTAL BASE BID AMOUNT TOTAL BASE BID PLUS ADDITIVE BID NO.1 AMOUNT TOTAL BASE BID PLUS ADDITIVE BID NO.2 AMOUNT TOTAL BASE BID PLUS ADDITIVE BIDS NO.1 AND NO.2 AMOUNT BIDDER'S ORG INIl \ 1101' A- PAe- SOLe.. T)\ EM t; .t:N~ $ I 164433 ,CjQ J J $/23348'4.00 ~ J $ 11~3 '13'1-..$0 ~ I $ ~ Z S~ U7. o~ I. I I I I I I I I I I I I I I I I I I 6. Execution of Contract: BIDDER agrees that: (a) In case of failure on his part to execute the said Contract and Bonds within 15 days after the date indicated in the "Notice of Award", the check or bid bond accompanying this BID, and the money payable thereon, shall be paid to the OWNER as liquidated damages for such failure; otherwise the Bid Bond or check accompanying this BID shall be returned to the undersigned. 7. Bid Documentation: The following documents are attached to and made a part ofthis BID: (a) Required Bid Security in the form of a Bid Bond or certified check payable to the order of the Augusta Aviation Commission. (b) Non-collusion Affidavit (c) EEO Report Statement (d) Bidder's Affidavit (e) DBE Statement (f) Buy American Certificate (g) Certification of Non-Segregated Facilities (h) Subcontractor List (i) Bidder's Questionnaire Regarding Subcontractors (j) Bidder Certification Regarding Debarment (k) Bidder's Qualification Questionnaire 8. Name and business address (mailing and street) of BIDDER to which all formal Notices shall be sent: Allie. - S~uJheq.s1 InC, ) I (). /30;< 1129 ) I ,4fJ/JC Ir./dusfrlCJJ Waj AUYLAsl-q ] GA 3~1CJ3 -IIZ? 9. The tenns used in this BID which are defined in the General Provisions of the Construction Contract included as a part ofthe Contract Documents have the meanings assigned to them in the General Provisions. B-4 of 28 Signed this II "~I day of ..J t-i He , 200~ I I I I I I I I I I I I I I I I I I I 10. BIDDER hereby acknowledges receipt of the following addenda: Addendum No. 'IF/ Dated ~w7-CJf 11. The BIDDER shall state on the line below, if a corporation, the name of state in which incorporated and the date of said corporation. ~r po rCf florl I I1PA'~- SIJUTHE/tSr; -TJ/~ . Con facto By: (Si ature of individual, partner or officer signing the Bid) . 2 AP 200 License Number ATTEST: ~ ~ Pu.y~ ) ,4ssf. Sec. (Seal) (Seal required if BIDDER is a corporation.) NOTE: If Contractor is a Corporation, Secretary should attest seal. Seal is required if BIDDER is a Corporation. If Contractor is a partnership, all partners shall execute the BID (add spaces as required). B-5 of 28 I I I I I I I I I I I I I I I I I I I BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned APAC-Southeast, Inc. as Principal, and Liberty Mutual Insurance Company as Surety, are hereby held and firmly bound unto Augusta Aviation Commission in the penal sum of Ten Percent of Bid (10%) for The payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors, and assigns. Signed, thi~~ day of June ,20 04. The conditions of the above obligation is such that whereas the Principal has submitted to the Augusta Aviation Commission certain BID, attached hereto and hereby made a part hereofto enter into a Contract in writing for the Construction of: Runway 8-26 Rehabilitation Project at the Augusta Regional Airport NOW THEREFORE, (a) If said BID shall be rejected, or in the alternate, (b) If said BID shall be accepted and the Principal shall execute and deliver a Contract in the Form of Agreement attached hereto (properly completed in accordance with said BID) and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said BID, then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that obligations of said Surety and its Bonds shall be in no way impaired or affected by any extension ofthe time within which the Owner may accept such BID; and said Surety does hereby waive notice of any such extension. B-60f28 IN WITNESS WHEREOF, the Principal and the Surety have hereunto ~et their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. APAC-Southeast, Principal By: Liberty Mutual Insurance Company Surety (L.S.) By: (SEAL) (1) Date of Bond must be same date as BID. (2) Bond must be signed or countersigned by Surety's proper Georgia Resident Agent. Date ofPower~of-Attomey shall be same date as date of Bond. (3) If a Partnership, all partners shall execute Bond. B-70f28 I I I I I I I I I I I I I I I I I I I I.... I:: 1 . ~ .' .- "::; ',' I. I I I I I I I I I I I I I I I I I I FORM OF NONCOLLUSION AFFIDAVIT (This Affidavit is PaIt of BID) STATE OF ~eor-~\a.... COUNTY OF ~ \:<::...\-\M.Ok)\:) /JCJ^,~1cI X, ~//e being first duly sworn, deposes and ays that he is ) ) SS. ) Vi c..e.. Pr~s,~, V\-\- (Sole owner, a partner, president, secretary, etc.) of rlfAC. - St'u l~eQsl IIYt:. the party making the foregoing Propo~al or BID that such BID is genuine and not collusive or sham; that said BIDDER has not colluded, conspired, connived, or agreed, directly or indirectly, with any BIDDER or person, to put in a sham BID, or that such other person shall refrain from bidding, and has not in any manner, directly or indirectly sought by agreement or collusion, or communication or conference, with any person, to fix the Bid Price of affiant or any other BIDDER, or to fix any overhead~ profit or cost element of said Bid Price, or of that of any other BIDDER, or to secure any advantage against OWNER any person interested in the proposed Contract; and that all statements in said Proposal or BID are true; and further, that such BIDDER has not, directly or indirectly submitted this BID, or the contents thereof, or divulged information or date relative thereto to any association or to any member or agent tbereof. _~ /. < JI/. . AJ}1.C -S",j),ea.sl) Ide. ti/i:~ ,;II (BIDDER) Sworn to and subscribed before me this -II!- day of :r;;/V , 20t/l!'" ~~~ Notary Public in and for ~'L~M.ofJ D County My Coinmi,ssion expires ~ l€ ,20D(... Notary Public, Rlchm~nd County, Georgia My Commission Expires Dec. 18, 2006 (SEAL) B~8 of28 I' I I I I I I I I I I I I I I I I I I (THIS REPORT IS PART OF THE BID) EQUAL OPPORTUNITY REPORT STATEMENT AS REQUIRED BY 41 CFR 60-1.7(b) The BIDDER (Proposer) shall complete the following statement by checking the appropriate blanks. Failure to complete these blanks may be grounds for rejection of bid: 1. The BIDDER (Proposer) has / has not _ developed and has /' does not have _ on file at each establishment affirmative action programs pursuant to 41 CFR 60-1.40 and 41 CFR 60-2. 2. The BIDDER (proposer) has /' has not _ participated in any previous contract or subcontract subject to the equal opportunity clause prescribed by Executive Order 11246, as amended. 3. The BIDDER (Proposer) has ~as not _ filed with the Joint Reporting Committee the annual compliance report on Standard Form 100 (EEO-l Report). 4. The BIDDER (proposer) does / does not _ employ fifty (50) or more employees. 1 At'. - s." ~ e"s~ ..1-.--;" ~ , .t-4th \}\l,e. Pre$"~+- 6 / II If) ? / I NAME OF BIDDER: BY: TITLE: DATE: B-9 of 28 I I I I I I I I I I I I I I I I I I I BIDDER'S AFFIDAVIT (This Affidavit is part of the BID) STATE OF -.GlLP~;4-- ) COUNTY OF ~Lr\M.O IJ \) ) UOrlq/d k. ~/ty I' being duly sworn, deposes and says that he resides at PO. Box / I Z. ? ;tUttiS 4 GIt that he is the "lcL ?t~S;J.U\.\- (Give Title) who signed the abode Proposal or BID, That he was duly authorized to sign and that the BID is the true offer of the BIDDER, that the seal attached is that seal of the BIDDER and that all the declarations and statements contained in the BID are tfU?dO th~ best of his owl edge and belief. ~. . < , (Affiant) fJIt ,--- .. J Subscribed and Sworn to before me this /1' day of ~ltllL{? l 20 0' r- ~~ (SEAL) 'bel:-. \1? , 20 ~ Notary Public, Rlchm~nd County, GeorgIa My Commission Expires Dec. 18, 2006 My Commission expires B-10 of28 I I I I I I I I I I I I I I I I, I I I DISADV ANT AGED BUSINESS ENTERPRISE PROGRAM The following bid conditions apply to this Department of Transportation (DOT) assisted contract. Submission of a BID/proposal by a prospective Contractor shall constitute full acceptance of these bid conditions. (1) DEFINITION - Disadvantaged Business Enterprise (DB E) as used in this Contract shall have the same meaning as defined in Subpart D to 49 CFR Part 26. (2) POLICY - It is the policy of DOT that DBBs as defined in 49 CFR Part 26 shall have the maximum opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with federal funds. Consequently, the DBE requirements of 49 CFR Part 26 apply to this contract. (3) DBE OBLIGATION - The Contractor agrees to ensure that disadvantaged business enterprises as defined in 49 CFR Part 26 have the maximum opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with federal funds. In this regard all Contractors shall make good faith efforts, as defined in Appendix A, 49 CFR Part 26 to. ensure that DBEs have the maximum opportunity to compete for and perform contracts. Contractors shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of DOT assisted contracts. (4) COMPLIANCE/CONTRACT ASSURANCE - The CONTRACTOR or his/her subcontractor(s) shall not discriminate on the basis of race, color, national origin, or sex in performance of this Contract. The Contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT assisted contracts. Failure by the CONTRACTOR to carry out these requirements is a material breach of this Contract, which may result in the termination of this Contract or such other remedy as the OWNER deems appropriate. (5) SUBCONTRACT CLAUSE - All BIDDERS and potential Contractors hereby assure that they will include the above compliance clause in all subcontracts which offer further subcontracting opportunities. (6) CONTRACT AWARD - BIDDERS are hereby advised that meeting DBE subcontract goals or making an acceptable good faith effort to meet such goals are conditions of being awarded this DOT assisted contract. (7) DBE P ARTICIP AnON GOAL. The requirements of 49 CFR Part 26, Regulations ofthe U.S. Department of Transportation (DOT), apply to this contract. It is the policy of the OWNER to practice non-discrimination based on race, color, sex, or national origin in the award or performance of this contract. All firms qualifying under this solicitation are encouraged to submit bids/proposals. Award of this contract will be conditioned upon satisfying the requirements of this bid specification. These requirements apply to all BIDDERS, including those who qualify as a DBE. B-11 of28 (8) The attainment of goals established for this contract is to be measured as a percentage ofthe total dollar value of the contract. The goal the Owner has established for this contract is as follows: '1 I I I I I I I 'I I I I I .1 I \1 I I ,1 25.0% of the Contract (in any award scenario) to be performed by nBE firms (based on historical availability of references and the Engineer's determination that the above prescribed percentages ofthe total project work is available to be performed by disadvantaged business enterprise (DBE) firms within the project area). AVAILABLE DBES - The OwNER requires that in order to be counted toward the DBE participation percentage, that a DBE firm be certified in accordance with Federal Regulation 49 CFR 26. The OWNER has verified that the GDOT utilizes these criteria and thus will accept- DBE's from the GDOT "DBE Certified List". Certification by other agencies that utilize the criteria of 49 CFR 26 will also be acceptable toward meeting the participation percentage. BIDDERs are encouraged to inspect the GDOT "DBE Certified List", to assist in locating DBEs for the work. Credit toward the DBE goals will not be counted unless the DBE to be used can be certified by the OWNER. BIDDERs proposing DBE Subcontractors certified by public agencies other than the Georeua Department of Transportation should include a copy of the agency certification ietter with the BID proposal. The OWNER must certify all DBEs prior to their commencement of any work. (9) CONTRACTOR'S REQUIRED SUBMISSION - The OWNER requires the submission of the following information with the Bid. Certain other DBE information may also be required. B-120f28 I I I I, I I I I I I I I I I I I t I I DISADV ANT AGED BUSINESS ENTERPRISE (DBE) CONTRACTORS 78.00 ..s tlfpJ I er $ 1'l15 0,00 SuB $ 3~ 000,00 4. $ DBE Firm Name Address Telephone Classification Prime, Sub., Joint, Mfr., or Supplier Description of Work 1. SUB 5. Affirmation: Dollar Value of Work $ $ The above-named DBE firm(s) has(have) affirmed that it will perfonn the portion of the Contract listed for the estimated do a alue as stated above. B: (Title) B-13 of28 B: \u- 8--eEd' (Title) \- I I I, II I II I I .1 I I I ;1 I I "I' vt I 'I DISADV ANT AGED BUSINESS ENTERPIDSE (DBE) CONTRACTORS Classification DBE Firm Name Prime, Sub., Address Joint, Mfr:, or Description of Dollar Value Telephone Supplier Work of Work 6. $ 7. $ 8. $ 9. $ 10. $ Affirmation: The above-named DBE firm(s) has(have) affirmed that it will perform the portion ofthe Contract listed for e e tima e doll value as stated above, B-140f28 I I ,I I I I II I I I I I I I I I ,t I I DISADVANTAGED BUSINESS ENTERPRISE (DB E) TOTALS SUMMARY Total Price (Base Bid Only) $ I I~f 413 I SO I ) Z. q I ) I t3. 00 Total DBE value (Base Bid Only) $ Total DBE percent (Base Bid Only) 25' % Total Price Bid (Base + Additive Bid No.1 Only) $ I (33 '1Bb ,00 1 ) Total DBE value (Base + Additive Bid No.1 Only) $ 30q 000. OD , 25 t oS- % Total DBE percent (Base + Additive Bid No.1 Only) Total DBE value (Base + Additive Bid Nos. 1 & 2) $--1) l5'l ,B137. 00 $ 3 } 3 ) b 7!, 00 2..5 I 04 % Total Price Bid (Base + Additive Bid Nos. 1 & 2) Total DBE percent (Base + Additive Bid Nos. 1 & 2) The OWNER proposes to award the contract to the lowest responsive and responsible BIDDER submitting a reasonable bid provided he has met the goals for DBE participation or, if failing to meet the goals, he has made an acceptable good faith effort to meet the established goals for the DBE participation. BIDDER is advised that the OWNER reserves the right to reject any or all bids submitted. (10) GOOD FAITH EFFORTS - If the BIDDER fails to meet the DBE subcontract goals established in Paragraph 7 above, the following infom1ation must be submitted prior to contract award to assist the OWNER in determining whether or not the BIDDER made acceptable good faith efforts to meet the contract goal. This information (when applicable), as well as the DBE information, should be submitted as specified in Paragraph 9 above. Suggested guidance for use in determining if good faith efforts were made by a BIDDER is included in Appendix A of 49 CFR Part 26. The evidence of good faith efforts must be submitted by any BIDDER who wishes to be considered, within 48 hours after the BIDs are opened. The burden of submitting this evidence rests solely with the BIDDER and not upon the OWNER A list of the efforts that a BIDDER may make and the OWNER may use in making a determination as to the acceptability of a BIDDER's efforts to meet the goal as included in Appendix A are as follows: B-150f28 I I I I I I I I I I I I I I I I I i I a. Whether the BIDDER attended any pre-solicitation or pre-bid meetings that were scheduled by the recipient to inform DBEs of contracting and subcontracting opportunities. The BIDDER must solicit this interest within sufficient time to allow the DBEs to respond to the solicitation. The BIDDER must determine with certainty if the DBEs are interested by taking appropriate steps to follow up initial solicitations; b. Whether the BIDDER advertised in ,general circulation, trade association, and minority-focus media concerning the subcontracting opportunities; c. Whether the BIDDER provided written notice to a reasonable number of specific DBEs that their interest in the contract was being solicited in sufficient time to allow the DBEs to participate effectively; d. Whether the BIDDER followed up initial solicitations of interest by contacting DBEs to determine with certainty whether the DBEs were interested; e. Whether the BIDDER selected portions of work to be performed by DBEs in order to increase the likelihood that the DBE goal would be achieved (including, where appropriate, breaking out contract work items into economically feasible units to facilitate DBE participation, even when the BIDDER might otherwise prefer to perform these work items with its own forces); f Whether the BIDDER provided interested DBEs with adequate information about the plans, specifications, and requirements of the contract in a timely manner to assist them in responding to a solicitation; g. (1) Whether the BIDDER negotiated in good faith with interested DBEs, not rejecting nBEs as unqualified without sound reasons based on a thorough investigation oftheir capabilities. It is the BIDDER's responsibility to make a portion of the work available to DBE subcontractors and suppliers and to select those portions of the work or material needs consistent with the available DBE subcontractors and suppliers, so as to facilitate DBE participation. Evidence of such negotiation includes the names, addresses, and telephone numbers of nBEs that were considered; a description of the information provided regarding the plans and specifications for the work selected for subcontracting; and evidence as to why additional agreements could not be reached for DBEs to perform the work. (2) A BIDDER using good business judgment would consider a number of factors in negotiating with subcontractors, including DBE subcontractors, and would take a firm's price and capabilities as well as contract goals into consideration. However, the fact that there may be some additional costs involved in finding and using DBEs is not in itself sufficient reason for a BIDDER's failure to meet the contract DBE goal, as long as such costs are reasonable. Also, the ability or desire of a prime contractor to perform the work of a contract with its own organization does not relieve the BIDDER of B-160f28 I the responsibility to make good faith efforts. Prime contractors are not, however, required to accept higher quotes from DBEs ifthe price difference I is excessive or unreasonable. h. Whether the BIDDER made efforts to assist interested DBEs in obtaining bonding, I' lines of credit, or insurance required by the OWNER or Contractor; and 1. Whether the BIDDER effectively used the services of available minority/women I community organizations; minority/women Contractors' groups; local and state -- Federal Minnrity /Women Business Assistance Offices; and other organizations as I allowed on a case by case basis to provide assistance in the recruitment and placement ofDBEs. NOTE: The nine items set forth above are merely suggested criteria and the OWNER may specify I that you submit information on certain other actions a BIDDER took to secure DBE participation in an effort to meet the goals. A BIDDER may also submit to the OWNER other information on efforts I, - to meet the goals. ~ (11) BIDDER ASSURANCE - The BIDDER hereby assures that he is committed to meet one of 1- the following as appropriate: ' - a. The DBE participation goal as established in Paragraph 7 above. 'I b. The DBE participation percentage as shown in Paragraph 9 which was submitted as a I condition of contract award. : The BIDDER (if unable to meet the DBE Goal of25.0% the Contractor is conunitted Ie . to a minimum of % DBE utilization on this Contract and submits acceptable full documentation demonstrating good faith efforts. Agreements between BIDDER/proposer and a DBE in which the DBE promises not to provide'l subcontracting quotations to other BIDDERS/proposers are prohibited. The BIDDER shall make a good faith effort to replace a DBE subcontractor that is unable to perform successfully with another 1- DBE subcontractor. Substitution must be coordinated and approved by the OWNER. - I c. The BIDDER shall establish and maintain records and submit regular reports, as required, which willi identify and assess progress in achieving DBE subcontract goals and other DBE affirmative action" efforts. il-. ~c .1 ~ I I i I NOTE: The penalty for making false statements in offers is prescribed in 8 USC 1001. B-170f28 I I t I I I I I I ,I I I I I I I I I I BUY AMERICAN CERTIFICATE (JAN 1991) By submitting a BID/proposal under this solicitation, except for those items listed by the BIDDER below or on a separate and clearly identified attachment to this BID/proposal, the offeror certifies that steel and each manufactured product, is produced in the United States (as defined in Article 23 of Instruction to Bidders "Buy American - Steel and Manufactured Products For Construction Contracts") and that components of unknown origin are considered to have been produced or manufactured outside the United States. PRODUCT COUNTRY OF ORIGIN iYII l<4iI:r Signat'u e'ofB' D"R J \CL. Pta:,~-\- Title B~18 of28 I I I I t I I I I I I I I 1 I I I I I SUBCONTRACTS EXCEEDING $10,000 WHICH ARE NOT EXEMPT FROM THE EQUAL OPPORTUNITY CLAUSE Certification of Nonsegregated Facilities The federally assisted construction Contractor certifies that he does not maintain or provide, for his employees, any segregated facilities at any of his establishments and that he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally assisted construction Contractor certifies that he will not maintain or provide, for his employees, segregated facilities at any of his establishments and that he will not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally assisted construction Contractor agrees that a breach of this certification is a violation of the equal opportunity clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, timeclocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment area, transportation, and housing facilities provided for employees which are segregated by explicit directives or are in fact segregated on the basis or race, color, religion, or national origin because of habit, local custom, or any other reason. The federally assisted construction Contractor agrees that (except where he has obtained identical certifications from proposed Subcontractors for specific time periods) he will obtain identical certifications from proposed Subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the equal opportunity clause and that he will retain such certifications in his files. s~L#Ja ~\ce. Pte~~~\- Title B-190f28 I, I t I, I I I I I I I I I I I I I I I PERFORMANCE OF WORK BY SUBCONTRACTORS The BIDDER hereby states that he proposes, if awarded the Contract, to use the following subcontractors on this project: List below all proposed subcontractors and trade specialties. (List only one subcontractor for each item.) The BIDDER shall obtain prior written permission of the OWNER should he choose to add or substitute other ~ubcontractor(s) not shown herein. Item Name of Subcontractor Estimated Dollar Value C rf:f t:- k f{ e. () ell (' f -.EJ ~ c.lrlc.q / S fr , p J 1'1 7 GroouIN1 ;1),/Jlf\JCI I Wa /llIsnh. 5eruJces I J a co /l J r !=Je.Jd (trI1S l- f Peek ~vet11err/ Ea~ Ie ppdj , t9 5oo,t)o ) 313)(,73,00 41.. 1 (, 3 f.. . 60 4-) qoa .00 LD, Z.56, 00 Estimated Total Cost of Items that BIDDER states will be performed by Subcontractors: ($ 450,9t.O,oo )' B-20 of 28 ~ Oooj ~ ~ M ~ to tjC:~ o ~- V'1 >--l ~ I Oooj ~ CIl 0 U;' cr" '.Z r+ 1'-'. ~ ~ 0.. "'" 0..0........ "0 S' ~ '""1cro 2.0 ~ '""1 ~ ~..o tr1 ~ g "'" ~ 1=1". ~\ocJ .......~ U;' cro ct 0 o..~~ O"'cn'.Z g.g.Gi o ("l V'1 ~ 0 .... . ~ '--< qCO III ('j @-O (pZ '""1 ~ a:~ (/l ('j ~ o ~ V'1 -f' ~ ~ -;p ~ Io%j I _. ., f't)_ - l"1l ~ 8 ;:b ~ -- :J\ Z ~ 8 (tl --- ~ (tl 0 4::- .... G\ t-- ~ Io%j ~ '\) ::;. 8 V\ CD ~ ~ ~ > ~ ~ ~ 8 "' ~ ~ ~ " ., ~ () ~ (tl ~ 2 ~ ~ (A ~ n. ~ t-, ~ c::r--- l"1l -+- ~ '- ... ~ 11\ c.r. L1\- ~ ~ ~ s:s ~ -:< Itl ('j ::z ::z ~ ~ k (tl "'l o ~ .... >-i M Si Z (tl '-" ~ ^ {/} Ul 0 0 '0 0 0 V) {/}Ul ~O 0 3'0 .....0 > -0 I = = = ~ - \ '" ~ \ VI{/} Gi Ul~ 8 2. ., 0 ~ c::.:- ~ I ~ (tl (') (tl ..... VI{/) "'d ~Ul .... 03 ~ 3 -. ..... - _ J V VI \ ~ 0 a -. - to , N >-' o H) N 00 I, I I I I I I I I I I I I I I I I I I BIDDER CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION LOWER TIER COVERED TRANSACTIONS PURPOSE: The OWNER has the responsibility to ensure that it does not enter into a contract for goods or services with any firm, person, etc. that has been debarred, suspended, deemed ineligible or bas voluntarily excluded themselves fr~m participation in federally funded programs. Note that the term "prospective lower tier participant" has the same meaning as the term BIDDER Completion of this Certification by the BIDDER is a condition of BIDDER's responsiveness to this BID. ' INSTRUCTIONS FOR CERTIFICATION I. By signing and submitting this proposal the prospective lower tier participant (BIDDER) is providing the certification set out below. 2. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant (BIDDER) knowingly rendered an erroneous certification in addition to the remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. 3. The prospective lower tier participant (BIDDER) shall provide immediate written notice to the OWNER if at any time the prospective lower tier participant (BIDDER) learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 4. The terms "covered transaction", "debarred", "suspended", "ineligible", "lower tier covered transaction", "participant", "person", "primary covered transaction", "principal", "proposal", and "voluntarily excluded", as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. 5. The prospective lower tier participant (BIDDER) agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any subcontract (any lower tier covered transaction) with a firm, or person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. 6. The prospective lower tier participant (BIDDER) further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debannent, Suspension, Ineligibility and V oluntary Exclusion - Lower Tier Covered Transaction", without modification, in all subcontracts (lower tier covered transactions) and in all solicitations for such subcontracts (lower tier covered transactions). 7. A participant (BIDDER) in a covered transaction may rely upon a certification of a prospective B-220f28 participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may check the Nonprocurement List. 8. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by thj.s claUse. The knowledge and information of a prospective lower tier participant (BIDDER.) is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 9. Except for transactions authorized under paragraph 5 ofthese instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. (THE REMAINDER OF THIS P AGE IS INTENTIONALLY BLANK) B-230f28 I I I I I' I I I I I 'I I I I I I I I^I I I I I I I I I I I I I I I I I I I I BIDDER CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION LOWER TIER COVERED TRANSACTIONS This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 24 CFR Part 85, Section 85.510, Participants' responsibilities. The regulations were published as Part VII of the May 26, 1988 Federal Register (pages 19160-19211). (BEFORE COMPLETING THIS CERTIFICATION, READ INSTRUCTIONS) (1) The prospective lower tier participant (BIDDER) certifies, by submission ofthis proposal, that neither it nor its principles are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. (2) Where the prospective lower tier participant (BIDDER) is unable to certify to any of the statements in this certification, such prospective participant (BIDDER) shall attach an explanation to this proposal. Name and Address of BIDDER's Organization: Jj-PAc... Sf) Ur-H\eA6+, .:tf'C. ~ \ AP~dustt'tA-t Wt1-Q- A~u.d-(L) erA ?Jlr07 bOAoJd. 1<. l:L?tle..~ Name of BIDDER's Authorized Representative (Please Print or Type Name) ;if Ut Signature of BIDDER's Authorized Representative j' ~~ ~rei ide" l- Title of BIDDER's Authorized Representative (Please Print or Type Title) t t:: /tJ jL- B-240f28 I I I I I I I I I I I I I I I I I I I BIDDER QUALIFICATION QUESTIONNAIRE Submitted by flfJA-t!.... SOUr}/Eltsr; .rNC Name of BIDDER General Contractor's License # ~~'3% aAP~DD ( ) An Individual ( ) A Partnership ~ A Corporation Federal Identification # 58"I~b'8 Principal Office Address: -:t:t I APA~ ~.Eox :I:^du.sfriAJ ~ J ~<1r,4A ~D~D7 112.4 A~(.U; -la. 6rA 30'12) ~ , .) (1) How many years has your organization been in business as a contractor under your present name? APA(!" S~In~' I~t. (:lP At'.. - .30-t- (2) How many years experience in construction work has your organization had as a general contractor? ...,...~o As a Subcontractor? +80 (3) List below the requested information concerning projects your organization has completed in the last five (5) years for the type of work required in this project. (Use additional sheets if necessary) Project Title Contract Amount Required Completion Date Actual Completion Date Namel Address/Tel of Owner s ~ Q.. AAo..c..~ ot..\ -4-,.l. 1 (4) Have you ever failed to complete any work awarded to you? If so, where and why? B-250f28 (5) N.o I I I I -I I I .1 I. I I I I I I I I I I Has any officer or partner of your organization ever been an officer or partner of some other Qrganization that failed to complete a construction contract? If so, state name of individual, name of other organization, and reason therefore. N.o (6) Has any officer or partner of your organization ever failed to complete a construction contract handled in his own name? If so, state name of individual, name of owner and reason therefore. . N.O (7) Give below any information which would indicate the size and capacity of your organization, including number of employees, equipment owned by your organization, etc., which are available for utilization on this Contract. ...su. ~-\-b.r hfY\~t ~~ . (8) What is your bonding capacity? 1.!n-hW\ ~U (9) What amount of your bonding capacity has been used as of the date of this bid? .,&~ a... 't'1o..c:..\vY\'t~V\ t $\. .5 B~26 of28 I I I I I I I I. I I I I I I I I I I I (10) (12) How many applications for performance and payment bonds have you made in the last three (3) years? CLf,lJrox; ~klo- 15'l> (11) How many of these appIlcations were not approved? ~ OMl Have any claims been filed against a bond provided for you by your surety bond company in the last five (5) years? If so, describe the nature of the claims and give the names ofthe surety companies, dates of each claim, identifying numbers of each claim, amounts of each claim, and the status of each claim. (Use additional sheets if necessary.) No (13) Have your company been in disputes or litigations in the last five (5) years over construction projects which are completed or still pending for completion? If so, describe the nature of the disputes or litigations and state the Owner's Name, Address, Telephone, and amount of disputes or litigations. (Use additional sheets if necessary.) J\lo~e.. . -rRe.rc. l-.a.lle- bee., {)O SI'aJu..", t d.$fLLks ~ 1J1:L~ ID::tR~ ~ 5 ~s ~ WD.,jJ efJfhJ- & s~ 00 ll>L<.r: ~O,.J- A......'d flo'(l-l- d..u-\~ l'.IlI\c:.b-b , B-2? of 28 I I I I I I I I I I I I I I I I I I I I, the undersigned, do hereby declare that the foregoing statements are true and correct, all as of the date hereinafter 'set forth, and that those examining this document have my permission to contact any or all of those parties listed in this questionnaire. Incorrect or misleading statements in this questionnaire shall be grounds for a detennination of nonresponsibility with respect to such contractor. ****************************************************************************** 1/ Ii4 ' . IGNATURE OF BIDDER) &9A~-...~u.the~t .r^~. (TYPE OR PRINT COMPANY NAME)' ~\ PtPAf, ~~h:,o..-t ~~~lJ;k.) erA 3t107 (TYPE OR PRlN D S) B-28 of 28 . ;l> ;l> s:: --0 ~ --0 ;l> tnOn ... I P ttI g' OOS:: ;l>Xg. -~ ~N!}l -.o"":+- o ...... VJ ::l r> ~ (J ~ ::J:t: - t'"'l ~ (J) - VI ><; (p ~ (J) (p ~ (p >-; ..... g (') (p o Jo-to) ~ o ~ ~n ~~~ ~ ~Ottl~~ ~ ~,... ,g. ~ ~ n ~ ;> g ;> ~ ~ e:~ ~~ 0\ ~ ~tl=:r;>{ 0 ~vEit ~R@ ~ ?O:;1~~ ~ 10 ,... 10 10 ~ ~ "'t1 -3 e~ bgQ ~ ~~~VJri _ .-- ~ ~ 0. ,..... - S';> I ~ ~ ~ 65f~ ~ ~~8:g ~~ r; ~ 100,< '-' ~ o=:r ~ ~ ~<::l 0 ~-~ ~~ _ $lJ_U 0... 10 t1 tn -. 0 I ('0- -..J >=l a" - 10 tl oo~o @;>N .... VJ S '"10 tn III tn ~ ~. ~ ~ ::l '" r-+ ~ - 0 (1Q ~ &9 &9 &9 &9 ~ ("') VJ VJ _ ~o ~ ~ ~ - ~ ~~~ ~VI "0 N ~ N 0 ~ -..J 00 ~ ~ ~ d > VI ~ VJ ..... ~ ~ ~ N VI 00 0\ ~ ~("') _ VJ VJ -.0 - ~ VI ~ 00 00 "" ~~ N - 0 N N <~ ~ ~ ~ ~ ~ ~trl 0-000 0 o - 0- ~ '-of ~ ("') ;> ~ ~ ~ 0 ~ ~...... VI 0- = ~ E!: ~ 0 a -. l:l ~ ~ - 00 e? ~>~ N ~ ~ 25 .:.:! e:~tJj o NON ~ >l;I1~ o 0 10 0 :l ~ - 0 N = 0 ...... e. z t"'l("') t:;~O ~~ ~~a~ a~~~ ~@~ ~~ ~~~~ ~~~~ ~~e ~t;~ oN--on~;>-;>n~;>~o;>""";> 0 ::t :d a .::1-' ~ ~ ~ s:: g, n ie: ~;> ~s:: ~ e: ~ En =. '< 0.9 Vll1Cl E: tl 0 ...... g F~ag,6't;~~5-0 ~8-;> O ... ~ ~ g' p ~ SO ..... ""i v 0 ""i.P S. /it ~ ttlS'~ ~o .P O::l O$l);> ~ (3 ~ e: ~;> . 0 rn ;> g ;> g. s. o~~~. VJ~[n 0 VJ::l~. 10 <:; no - o~o N~' -\O'n I"" \O<:;::l VJ r-+ r s ~? P. ~~ n '-of ~ 0 g g ~~ ~ go tn P. 0" M ~ . ... 0 tn Ro ~ 6' n 0 ::l o '"1 . ir o 0\ -- - o o ~ ~ ~ (JQ "'0;> 55o(J Ptoc:l:> o 0 O><~ >--0 W -- ~ ON... \O\O~ 8 E;< r> ::> ~ ~ Z ~ N >0 d ~ ~ (") en p-q p:l ..... en'"d 8'M- ...... (JQ 0 y :;:j (t) 0 ~~ (t) 0 0..E; ,.... r::t. 0 ~ >-t (JQOQ y ~ 0.. ,.... ~ ~ p:l M- .,... ~. :=:0 ::s ~ 0Cl ~ y ..... ~ en 0..2 ~ g. ~ c 0Cl >-t .....~ ::s ~ (t) ,.... (t) :;:j S' 8- (JQ 0.. ~~. ~.-+ o..::r en (t) ] ~ < tr ,....(t) ~. >-t o 0 ::s ~ ~ '"0 l:t1(t) ~s ~~ ::s (t) OS.g (t) (t) g..g ~ ..... (JQ 0 ~~ o..~ .......(t) ~ ::s 0<ID ~(JQ ., (t) 0.. ...... ::s (t) en M- ...... S ~ ..... ::s (JQ .. O~,...:j~ ~tpg tIl~()~ 0:> o 0 ~o <. 0 ~ 0 ~ "0 ~ oE;O <:0.... :3 ell....... "1->5 O"'p) q. p..P!""'- CS. '< ~ s g g e. 2;'g ~: s' \1 'T1 qg .....,... ell ~ ~... r-. 00 o 0 In 0 ~ 0 '<.... "'"' ~ ~ ~ g Jj ~ ~ f; ~.~. S. ~ ~g;;--e:g()x-8g.g-r;::r: ~ Cll;::t. "0 ~:.. ~ as p.. ~ trl m p) 0 "1 " P r;:f ..c 0 ::l .s. ~ ~ "0 . '< > r:: {/1Cll~~~p.. .......00 .::=. S lop- 0 i::. ~ g. ~ ~..., '"'0 I"'+Cll8CllOO~J 8 ell ~ ~-: tIl Cll tIl Cll l=j' 0 !:::j CllCllI:l r::'"I::r~ "OL. a 8 ~ .:g tIl ~ 8 0- ~ 0 o'g. -< g 0 a 0 ~ fJ a tn. "0 0 ~ 0':4 ~. ~ - 0 ell '< S- ~ 0 ell >=.0 s.: tIl P) "1oa ~~!A ~~ Cll g.g ~~ '" g .......... 0. 0.... (1) ~ >6 ~ ~ 0.. p;' \:I d". ~ ~ ~ "0 0 . (JQ ... PJ Cll 00'" . (/)o;.....tIl 0 ~ 0 I:l tIl 0 t:tl ~ ~ g 8 "1 E!. ~ p. ~ ~ 8- ....... =::. 0.. S 0 ~ 0 CIl p.;:::r ~::l ~ r;:f.Q ::3 g -5 tIl ~ ~ 0. P) '< ~. '0 t;j tIl "0 0 rn 0 PJ(t po~ o"O.....s::: I:l.......~ 8.; 0 g~~ ~"O 0.'<P) .....0..... 1I>1:l0 S:::N~(/lCll~~ei""pll-+) t:I 0 P) ::t (1) ..... 0 0 0 I:l 0 ~ 00 g: g g.. ~ ~ >-c).g p.. S :::: e. ~ <!9.~ g'g 8< ~ ~"O Cll ~ 0 fj' ~ 0 11>..... ~ 0. o' 0 (1) :> ~ ~ 0: ;::t. ~ ~. ~ o.g ~ OOo.CIl ~ g Cll Cll O.....p 0"'::r::"1 CIl -en CIl (/l '"1'J>-c) ....... t'"'" Cll o' 0'" ~ - >-c) ~g ~ g ~:=:::S'<'g ~ 8 "1 0 .... p) e. p) 0 P <' !A :3 g:> g: (/l ~ < CIl ,..;l. Cll "1 ~ Cll p) ....~ e: to F !A :> v "0 tn Po: - \:I' g.(/) ()=r8~ftS~(JQ os::: _OP.Cll(JQ(JQ ..c ~ "0 0'; s::: === o'>-c) (/) r:: .... ~ p.. ~ 0 ~ ..... plg t:t e. CIl:< Cll!:1" ft tn ~ . ~ .::;.' p).... <~. pl >-c) Cll '<; (/l Cll (') I:l - (JQ no (') ~ g 0" ::r 0. ~ 0 (/l ~C:;' 0 t:t. CIl "0 'g ~ 1"'+ H, ~ e. ~ Jg ~ ~ ~ ':1 ~ W .... ~ g o 0. 0.. .... ~. 0.. e. ~ ....... (') H, 0 :3 go ~ .B g CIl g t:t. ~ ~ ~ ;!A .s' 8 [ t} g ~Cll (1)~ S~8P.W Cll~ ;:-.~ o~~gs '< '"1 fit n. a Cll :3 ('). "'OtIl 0 In e. CIl ~ "0 (1) Cll (1) >-c) CIl ~ g ~ ~ n ~ (') e II> o 0 .... "0 g. 0. ;::t. (1)' I:l I:lr ~>-c) e. OCllo. ~ pl In 0 ..... [p) ::s CIl "0 :::5. p.~:4 ~ :3 ~ (3 o C:::r::!..' .e<o. o ~ ::J. p- e Cll Cll s::: pl >-c) ~ (1) to CIl' ::J. (') g ..... "1 "'"' (') '< q p) 0 CIl 8-~ ~8 ~~.!ii':3!f S. -.;. <: "0 "0 < :3 0 ~ 8 ~ ~ 'g. ~ ~ ~ p- e tIl i:: P CIl E!. (JQ o 0 Cll Cll' (JQ..e ;::t' ::r >-<" In Er~. g 0- s::: 00 ~ 0- 0 ~ (') ~ 0 ~ ~ ~ ~ eo p ~. p. z ~ >>~ 0("')(":) CIlClltn ~o~ ~. ~. ~. <: ~ ~ tT1 CIl g CIl o' ~ ~ CIl Cllt"10 ~.[ _ [~tz.j~z '" 00 00 tI.l (1) c::l -..l ::;''O(1)OCll~ '""":l 00(')0S;-~ "1~~~Cllb~ 1"'+ a o 0\ -- -- o -- o .+:>. ~~ OC".) ~~ "'" S tfj Ro ~ ~ o Io2j n ~ >- (') ~ /:11(");3 ~o~ ~z ~~ wlNlwl-lw Z Cj ooNN~(".)('} tx1::;3 " z I I I I I I I I I I, I I I I I I I I I I I I I I a~at) @ --- APAC-SOUTHEAST, Inc.- AUGUSTA AREA OFFICE P. O. Box 1129 Augusta, GA 30903-1129 (706) 731-5230 FAX (706) 731-5257 President: Controller: Area Manager & VP: VP of Operations: Bank Reference: Dun & Bradstreet# Federal Tax 10# COMPANY INFORMATION Gary Rohrer Pete Onuschak Don Holley Robert Royal PNC Bank 500 West Jefferson ST. Louisville, KY 40296 Attn: Mary Blanton (502) 581-20841009556325 00-500-3264 I Ashland Oil Co. 58-1401468 Trade References: 1) Abbott Oil Co. POBox 3344 Augusta, GA 30904 706-738-3710 2) Martin Marietta POBox 30013 Raleigh, NC 27622 919-781-4550 3) LaFarge PO Box 102420 Atlanta, GA 30368 678-746-2000 4) Ironeo MFG., Co. Industrial Park Helena, AL 35080 205-663-0124 6) Deacy Welding PO Box 1253 Savannah, GA 31402 912-233-7746 I I I I I I I I I I I I I I I I I I I a (!ac) @ --- APAC-SQUTHEAST, Inc.- AUGUSTA AREA OFFICE P. O. Box 1129 Augusta, GA 30903-1129 (706) 731-5230 FAX (706) 731-5257 COMPANY GENERAL INFORMATION Company Name: Local Address: Mailing Address: When Organized: Incorporated: AP AC-SOUTHEAST, Inc. #1 APAC Industrial Way Augusta, GA 30907 POBox 1129 Augusta, GA 30903 1972 - Incorporated in Delaware as AP AC-Georgia, Inc. 1989 - Georgia 2003 - Georgia under new name of AP AC-SOUTHEAST, INC. Years Construction Experience: +80 Financial Information: Credit Available: Bonding Company: Local Agent: State Agent: Information is not released. For specific questions, please contact our Controllers Department 770-392-5300. Unlimited Liberty Mutual Insurance Company Roy Scarborough & Associates 822 Reynolds St. Augusta, GA 30903 BB&T Insurance Services, Inc. P. O. Box 2190 Alpharetta, GA 30023 770-664-6818 Fully insured for Workers Compensation, Auto, & General Liability Accident Exposures. Insurance Agency: United Service Agency POBox 11766 Lexington, KY 40577 Sue Fugate (859) 269-9606 Company is backed by the Management and Financial Strength of Ashland, Inc. Audited statements are not released. For specific questions please contact 770-392-5300, our Controllers Department. I .1 I I I I Zttl C>i ::IllJ 0"::1 enn >1;:r' Z CH 3rT 0" en ro:3 >i .....q.-'t-IO\D Q)OJCDOt..rl r-JC7I () ::l rT o trl (J) () :d OH l\.l'O ., H o Z ~3: CJlO '00" ;:r'..... C71V1V1\111--' ol>1D-Jl--'en ",V1-JrT owo trl Ul co I-' '0..0 I-'I-'",llJC < ..... :d\O 10 Cl>'tl 'tl-.l"'>1:3 I-' 1 ro OO:d:d:d::l OOOCrT '~~O" I-'tJOO" 0.,.,Cl> trltrl>i f-'()() o ., 'lJ:d :d"'" "'0 '0 >i f-'I-'ro woom 0000 ;:<: '0'0 I-'~~ -J<:<: oMtrl ;:r':d;U 'tl w ~ 1-'1-'0 OOCO", o 3: llJ ..... (b UlV1ti 00V1..... CO"'llJ C'\oro ww "'....., >1 lD:dllJ -.lO::l :>:lE;~ 0.,Cl> ig~'1 ., <: trl{J)(1) ()::X:;:r' C..... (J)...:jO ttl...:jro r-Jt'(b Ultrl otxl oC ttlGl Gl tXl><: c: Gl Gl ><: () ::l rT tJ f-'f-'I-'O COCOOOC71 r-J txl ti o o V1UlN:3 \!lION C'\ooen UlOO\O(1) O\"'oI>-ro "'0\0"" \010\0'0 -.lO\OO'1 o ~~~ Oo<o<ro ()3:3:ro trlOOCl> :d:dP, ;U OCDCO w::x:;z: Ottlttl o (J){J) (J)~~ ~l'Wl trltrlt'l trl'el'tl 'eltrlt'l t'l:d;U ;U () ~ rT w f-'f-' 00\0 o (J) ro ..... 'tl IJlHl wO O\ti 1-'3 IJl C7I'tl llJ \0< wlb '1 'ell On :E:C trl>1 :dO" ()l.!l CC :>:l..... ttll/'> 0" '0111 ~ti ~>i ;U I-' () ::l rT () ~ rT f-'r-J cow o () ;:r' ..... 'tl "' (l\{J) I.J1'O 00'1 OO(l) --JllJ 0. -.l(b ol>ti trl ~ 0< ;>:l trl () ::x: '0 (J) 'eI ;>:l trl ~ trl ;>:l I-' f-'N OOW CD en 'tl '1 (l) I-'llJ 00. I-'(b U1'1 (l\1 -.l!:.j 111 "''1 U1Ul Ib q.<: trl ~ 0<(1) (J) '" ;>:l ~ trl :>:l g rT I-' f-'f-'f-'w 0000(1)0 o () o 3 'tl "'UlV11l1 o--J(l\n I-'--Jwrr 1-'0UlO oI>-wCD'1 0I>-f-'-.l' (J) \0 ID\O r> -JO\oI>-llJ r> HHH..... ......."n ;>:l;>:l ;>:l- 'tl f-'I-'O~ "'N 0 111 U1V1NC ;>:lN3 :>:l OJ ;>:l;>:lrt ;:rJ t' t"..... t';:rJ;:rJn ;:rJ o ::l (T () ~ ~ I-'I-'I-'I-'W (T (1)000)(1)0 N w n o 3 'tl U1UllJlol>-llJ \O'O-Jwn \OwNU1r> WNl0wO W'OI-'N'1 "'D--JU11 en ttl\o\oOO(T O-JI/1"'llJ ~::X:::X:Gl~' Gl><:o<~n 't1 '0 i;-<- f-'~~Ho. onnoo , zc I-'()n 0" ol>-wwUlf-' Wol>'Cl> "0000 gttln.,~ ;>:l;>:l:>:lC ent't't"3 ...:j:d;:rJ;:rJ ;:rJ o t"' t" trl ~ f-'W 00V1 o n o :3 '0 UlllJ 00 0I>-r> 00 U1'1 0' <: ID ..... 00" >1 HOJ ;>:lr> o O>i D'< , - \00. DO" f-' <:Cl> H. txlp, Ii ;:rJC o t"' t' trl ;>:l 01>- I I I I I I I I I I I ;' I , o -.l 6.1 WI-' 3: :;: NGl "'Ib - 0 -.l>i - \.Q "'.....:3: oI>-llJ~ - (Jl 1-'0., O.....trl <;:rJ ..... Ultrl "",10 OC ::3H <: 't1 I1l 3: >i ~t'l lJlCZ ,...~ ., OC ::3CJlt' urTH tllen ., "'ttl ....'1 I-'llJ 00;:l n M;:r' 10 t" I-' 0't1 llJQI (T\.Q Cl>Cl> 0<0< 0<><:0< 3:0< ID'O 0\0\0 Hl'1 (l\ol> I-'-J(l\ lO ;>:l:d ;:rJ;>:l;:rJ 00 000 llJllJ OJllJllJ I p,p, p,p,p, I rtrt rtrfr> I 3: en en Cl>Cl>ClI 1 llJ on noo , :3 , C I Hl , llJ I n I r> I C I '1 , (1) 1 '1 1 {J){J) ;>:l;>:l:d 1 txltxl '0'0'0 I NN 1-'1-'1-' 1 UlUl 00 co 00 , 00 000 10 DO , 1 I ,en ttlttl 1-'1-'1-' 'lJl 000 '0 NN '>i V1Ul f-'I-'I-' I..... r>CT 000 1'0 00 Hl Hl HI 1 r> :3::1 rfr>rt I..... '0 I0N www 1:3 -.l-...l CO CD co I U1U1 ;.;-;.;-;.;- I ;:r';:r' 1 '"0'0 1-'1-'1-' I -.l-J-.l . 000 1 ;:r';:r';:r' I ~ 'O'tl'tl I ....... , O'! , 0 , 0 , lJl , 0 , -J , {J){J) :d:d:d txlttl 'O'U'O I NN 1-'1-'1-' I l11lJl co co co I 00 000 , DO 1 I 1 , ><>< 1-'1-'1-' 1 I0N 000 . zen -J.... 1 . I .cen ID.... NI-'f-' 'St-! \D\DC7I ' 0"..... 001'>01'> .enllJ , ti f-' I , I , , 0<0<0< \DID\D O-.lCO ttlt"'L' t-!tllllJ 0'<'< n 1113:3: 00 liti ;>:lOOOO ()::x:::x: wttltxl o 00000 HlHl (l)rfrT Hl rT3:3 .......... 3 0.P, ..... P,33 rfrT :3 0. P, rT 0. co 00 00 -J;:r';:r' O'!'"O'"O ;:r' '0 OOCOl\.l oottl(l\ 01>-10 IDNO'! 0V1<Xl N W W 0< \0 W '0 o ~ I1l Ii 2 Ii 0" co t1 '0 o I-' Ul o f-' x- I-' tJ' f-' l\.l ~ o It' lO I-' "'" ;:r' '0 w f-' C7I W 0< -.l 01>- trl rT ::I '< ti ClI ?: o ;:r' ..... 'tl lJl 'tl Ii 0. ti ;:r' '< 0. Ii o I\J I-' o ;:r' 'tl o o o <Xl W 00 0< '" lTl !:.j ClI Ii 1Il en '< (l\ U1 !:.j trl :0 (fl M ><: en '0 ;>:l t'l E; trl ;>:l :3 (b en P, 13 P, f-' :#: I-' -J I-' I\J 0<0<><: ID\D\O -JC7IUl HHH :3::1:3 lOlOlO en en en >1 Ii >1 fJllllCll 000 ............... .............. :O;:rJ;>:l llJllJllJ ::1::1::1 p'p,p, 't1'tl't1 .,.,., I-'I-'f-' r-J1\Jr-J U1V1V1 ;>:l:O:O f-'I-'f-' rTrTrf 000 ;:l::l::l \DIDID rTrtrt .............. Ii Ii Ii roenCll f-'I-'f-' V101>-"'" OWO OOl11'O \Do:>l11 -JC7I(l\ ><:><:><:><: \D\D\DCIJ -.l-JIJl-J txl:I::I:Gl ~~~~ llJ III \Ill-" lOOOO ::l tJ:lnn(fl ~WWV1 ......W~l f-'OOOO ~ttln~ (f) WlTlOO ~ I 1(1' ol>l11lX>O rTrfrf::l 000 ;:l;:l;:lV1 o 1/1""'111 = oI>-NOCJl = = =3 UlCJl rt ::I30.;:r' rtCTI-( ;:r';:r'Cp, 31i p'p, C 2~ ::I 3:3 OtxlnO\ Ol-'f-'f-' 1X>V101'>r-J 'OClJO\W nnn-'> "'W' oI>-oI>-w r-JoI'>r-J 01>-1/10 CCol'> (f) ><: \0 o H ::l lO I1l Ii 1Il o ..... .... ;>:l tll ;:l P, o o \0 o \0 ID rT o ;:l 0\ 0\ 1II :3 rf ;:r' P, Ii C 3 111 1/1 '0 '0 en Ztxl Cti 3111 O'::l (1)(1 '1::r 1-'1-'1-'1-'1-'1-'1-' ro co 0)(1) CO CO CO 3: 3: ~Cl Nlll - 0 ...Jt1 - lQ ~ fJ. i! ""'llltj >-'0>-3 O.....l."l <:~ ..... OOl."l fJ-1O OC: ::IH < 't1 III 3: ti~l."l UlCZ H~ >-3 OC ::lCllt"' ..r-rH llIUl ~ .o>1J:l "''1 >-'11I C))::l () tIl::r 10 t"' I-' , 1 I IZ I "''''1JI1J11J1lJ11J11 CH I ""'f-'\OlDlJ1""'''''' I a r-r ''''''f-'IJIO\\O-,]lV'O'Cb 'lIlCOl-'woolVI-',(I)3 'f-'COo\OUlUl""'1 OOIO'\tv..--...JOCC'::"1 HUlIOIOIO-H .......co-.]"''''''ooZ :d lJ1Cl OHHH t'l 0><.....................0:d 0 OZ:d:d:d'<C/) t'l I;r. ZOI Ul N'tlOOO~t"" (") "",;r.000'tlt"'1 ~ (")I.O\ON;r. 'OH 0 OO"-l(")O'lV'tl ;on IJ:lI ~ C(")(");o;oOt"'1 H ::;::'Ot"'t"'1J:l , 0 1J13:;o;ot"'O Z ;olJ1'tl ;0 ON c: t"' 0::;:: t"';o :0 l."lt"' ;0 ;o~ 0 <:t"' Ht"' tol."l ,<><,<><><'<'<'3:><: OIOIO\D\DOO\D,..."ti ~CO-']IJIWlIl"""lQ HOHHHOH ::1'< ::l ::I ::1'< ::I LO::llQ\..Q\..Q::I\..Q. 1ll1ll(1)1ll1ll1ll(1)' '1 'tl 11 11 11 'tl 11 ' ::;:: CJlllJUlCJlCJlllJUlI III o()ooono, ::l I-' 1-'.....1-' I-' , C I-' 1-'1-'1-' I-' , I-i> . III ;0 ;O~~ :01 (1 llJ ll>lllllJ ll>I rT ::l ::I::l::l ::II C 0. 0.0.0. 0.' 11 , (1) , ti I - (") I-'I-'W ::l COCDlJ1 rr N (") o 3 '0 Vlol>-lIJ "'I-'n w-lrr VlNO \OVl'1 Ul""" <: Hool-" ZWO' G"J 11 !:>:lOll> ;o><r-r UlZO 0~'1 t"' 'tl'< ;r.- C/) (")'0 o III 6go. 01-'''''' ...,1JI0 'tlO ;o...,rr o t"';o t"'t"' l."l;o ;0 (") ::l r-r ><'< \DOO oI>-w HO ~B lllllJ '1'0 CJlPl on ..... I-' ;0 llJ ::l 0. IV I-" I-" I-'W (X)CDCDtn "" n o 3 'd IJIVlVlPl \D-loP-() ""-..I"'rr l11-..11-'O ONW'1 "",wo' <: \D \D 01-" -l"'><0' Z'1 nH;I>/PI ;I>/.......'tlr-r ~;o;r.o (")'1 (")C/) '< Ul tl ;0- ""1-'0 III W 0 t"'lQ ...0t"'1-' (")0tt.l(1) ;0' (")(") 0. oonti 3:3:;I>/c 'O'tll N 111 I-' (") ::l r-r '<>< \D\DZ "'''';11 (")Htl lll::l'< m.Q::l (1)lllllJ ti 11 '0 '0 rn III 1-'.0 n 1-'1-' t-'I-' PI 11:0 llJ ::l 0. W I-'W ann '" (") o .@ lJ111J lJ1(1 ror-r 1-'0 1-'11 -..II <: \D fJ. 01>-0' '1 ~PI ;l>/rt (")0 :;>;:'1 t'K ~- 3 :01-" ~rn OO() N. o :0 (") (") o 3: 'tl I-' ~ (") 1-'1-'1-'1-'01> ::l CD CD a)[D 0 " o (") ::l rr '< \0 01> ~ III n ;>;" (1) 11 3: o rt o "'lJ1lJ1UlI1 ""\D"'W W"''''''OOG"J CO"'WlI1>i Ul.....ro"'llJ "-110\00\0. (b OUlI.O\D>i ....."'UlW 9999 ~~~~ .....H............... N~"'tu :I:NClG"J co :;:...,ClCl ~b~~ ;o~l."lr<l Cl :0;0 ~ l."l ;0 ><'<t<t< 01010\0 .....-lol>l\J 00(")(") PllllPlllJ r-rrtrtrr (ll(ll(lllll >i111111 'd'd'd'O ....1-'......... I-' I-' I-' t-' I-'I-'I-'t-' 1IJ1IJPllll '1'111'1 ol> I-'ol> CON Ul o '1 III f; G\I-' .....(1) -..I>i o 000 0\0 N Ill(b \011 I (,,)Ul ~ ~lll n 0.... 1I11ll 3:1-' , ><;r. t"''O 'd 01-' O' N l."l ;0 I-' (") ;::J rt t< III III (") 1IJ rr (ll 11 '0 .... I-' I-' 1IJ '1 .....1-'1-'... COco co... o ~ '1 PI n UlUlwrr NNOO NI-''''''11 ...N-..JI OWeD..., ol>OO\lll 11 101O..J3 ........... >-3 """""'1'<: 00O'd ~;o;oCb 000 ..JWW O\lOol> .....WO 000 ~>-3~ ~~~ (")(");0 ~>-30 o ::;:: ~ (") ......1-'........ ::l C))COCOCOlI1 ,.., o I ><:t<t< IO\O..J .....1-'1-' ...,...,..., 000 1111'1 p.ll-o. W t"' o llJ ll- "'G\UlN(1) ""wro...t1 W\OO\\OI Ol11W\D:O Ool>-l11CDC ..J-..ICOWO' 0' :;>;::;>;:IOIO(b ;I>/;I>/"'ro'1 ~~ i;;~9g:1 ;r.;r.~~>i :;>;::;>;:;1>/ (ll HHUlH ;11~ t"'1O:;>;:N OOHCO ;r.N G"J t;ol>-..J l."l'Ot"' ;oNNtl ':0 ~t"'H '10<: ~~t"' rtl."lO llI:U:O I-' ~~ '1 (ll ::l t<t<'<t< 0010\0 .....O"'CO :;>;::;>;::;>;:(") PlllllllPl f;f;(rr PI III PI(ll l/ll/ll/l11 PI PI tlI'd :>0<';>;";>;".... ... .... ....t-' t-' PI >i I I I I I I I I o (ll 1Il n t1 1-" 'd ,.., .... o ::I 0(")000(")0 Or:lt:100r:lO tulJ1lO\Dtuol>-\D ""'~OO"'NO IV W IO\DN.....\D n~. . . o. OW\DIOUlrtlO ::Irrrtrt,..,Ort 0000::10 ""'::I::I::I::l ::l -..J <1\ :-.1 "''''W'''''' CIl-.l"''''IO:''' :3 = = = =tIl = r-rOOOlOlIll30l ::r;:l;:l33rt::! rrrTrTrr::rrT ll-::r::r::r::r ::r 11 p. Co.o. ll- 11 ll- :3 11t1'1CI1 CcC3C ::l 333 3 III (ll P. Ul ::I (J)(") O;r. 1-'..... 0U1 o ""-l ,.., 1-'0 1\)::1 U1'''' rt'" o " ::I'd 0. co oI>-H, :rT 'd p. HI ,.., noo(") lIlt:1;11 oI>-...N WaUl 1-'01-' oot! -..I.......... rtl\JO OrTrt ;:100 ::l::l '" <1\ 00 co =01>-01>- tn = :: ;:ltlltll rt3::1 ::rrTrT ::r::r 0. 110. CI1 ::Ie :3 :d t-J co IV o !.oJ IV I-' 00 ::r 'tl 1-'1-'1-'1-' NNIVIV :I::I:G"JG"J .....1-'...1-' IP~WW OOl11Ul ::r::r::r::r 'd '0 '0'0 1-'1-'........ IVNNN HI HI HI HI rrr-r,..,,.., I\)~WW 101000 :>0<':>0<':>0<';>;" o 111 :;: t" G1 'tl I-' I-' o ::r '0 '0 tlI ,.., IOI.>lW 1-'1001>- wo ""00 o ;O""W 0....0\ ::r::r -.to '0 '" ""'10 ( 0(....... 0.0' t-J '1 ~8 (")rt3 t-J ::r r-r o ::r OOIO-JH ooot-J NNNN HHHCD <<<:"1 NIV WN Wl11. . . '< NN -.l0.111111 t./l '<'< '< N 0.0. 0.111 "''''1-' l-'::rl11N -.to 00 Vl ro ::r::r ::r '0 '0 '0 I I I I I O'tl llllll l"TlQ roro :!:Ul C(1) :l11 0'1-'. (ll1lJ 11~ 0\1-''''0'''''' N~"'O""'N 1O-.I....Ul~W I-'UlVlU1IOW OIO-..IN lJ\U1 10 \0 l\.l I-' 1-'.... OG\ O-l 0\.... "" 1Of-'l/l ><....'" t"'I.>l1-' O-J'" 0....0 I-'....l/l l/l (J\ .... IV '" -.l co U1 o ..... I-' "" CD ......."'''' ><><....1-' :;::;:::;::::;:: 00........ N....t./lt./l 10"" coo t./ll11-..JN \OoI>--lO '" (;) Z o .... IV Ul VJ tow(") n(")w -.lOON ",,",,0 I\)-JO -.1...-..1 -.IN 01>- 00 I.O-.l CD 000(") (,,)r:l(,,))o WWl\JO lUll..... U1-..Jl11W 0000'" I-'....-..ICO VJ \11 I -I I o -.l ....... o -l ....... o WI\) I I I I I I I I I ZtIl C'1 !31l1 0'::3 (1)11 '1::r Z CH 3rT 0'(1) fD3 '1 a t'1 en o :I:l OH r-I'U >-1 H o Z n ::l rT .... 1-'.... CDU'I o en ?i' 1-'. P. CI\ ol>en O'IrT IX> (1) \O(\) ol>'1 en I:"' xo Hill ap. (l) en'i >-l t'1 t'1 ::0 t"' o ~ a t'l ::0 o ::l n- I-' 1-'.... CD -.J o '"'l o '1 ?i' 111f-' WI-'. ol>HI on- .... CD IX> IX> 9 en tJ1 lJ1 CD ol> a '"'l o ::0 X t"' H '"'l >-l o ;:l n- I-' ~ .....111 CDW o t'1 >< 11 III lJ1< -.Jill Cl\rt lJ10 CI\'1 111 , o <.0'1 O'IllJ ~ xt: 0(1) ~'1 >-l3 enn- Cp. 'U o IV IV o I I:"' o U'I tIJ >< o o ::3 n- I-' I I I I I I I I :;:: Il1 ::3 C HI Il1 11 (T C '1 (l) 1"1 ...: \0 CD H ;:l lQ Ib '1 CIl o f-' I-' ::0 llJ ::3 P. ...: co co 3: Il1 11 ?i' o ::3 (T ..... .....1Jl OOW IV t'1 X n llJ CI\<: wllJ Olrt \00 -.J>1 <Xl I ~ n::r ~Ib >-lib ~ 3: W3 1Vn- op. >-l ~ o X :I: o t'1 >1 I'D ::J rr llJ I-' ...: ID 00 o Il1 (T I'D Ii 'd f-'- I-' I-' III 'i o ::3 (T ..... 3: :;:: r-IGl lV(l) - 0 -.J1i - lQ r-I~:;:: ol>lll)> - en .....tJ>-i O.....tt) <:::0 ..... CIlt'l 1-"10 OC ::lH <: 'tl (1) 3: '1 ~t>:l encz ....U) >-l oc ::lent" .. (TH ll1en >-l ':>lD '-'1'1 .....lll CO::S o ttl::r o t" ..... :;::>< ....>1 lQ >< IX> co o III III (l) >< ID 0'1 X o 3 III (T UI C - .....1-'111 cooow lJ1 >-l >1 III () <1"1\ rr ol>ol>O -.J -..1'1 ..........' cooot"' oC>OO !II "''''0. 00(1) 001i "'''' tIl 00 III ~)>11 >-l>-l?i' ::r ':>"'0 IVNCb 00 aa t"'1:"' 00 ~E; ttlttl ::0::0 tIllll :J:l:J:l nn ~~ 00 ...:...: 00 IV IV 00 III III n-rr Cblb 'ili 'c"o /-'.1-'- ~I-' ~I-' llJllJ Ii'i o ;:l (T N ~ 1-'1Jl <Xl CD o ~ Il1 (T I'D "''1 0\ .....>-i W>1 oc 00 ?i' <Xl IX> ~ o x ::0 o U'I ID o en ~ >-l ::0 >-l ::0 X o ;:l rr I-' 1-'-..1 co \0 o >-i >1 C 11 O\?i' w IV -..I .:>, o 3: <.01-" Will 11 c:., ~ ol> :>< .... ~ I:"' H :.4 n>-l ::10 rtn- Il1 ~ .... o Ii 3: o 0' 1-" lJ1~ IVIb ttl .a C .... 'd 3 (1) ::3 (T >< \0 W c:., I:"' Gl H ::l 0. C 1Il rr 'i 1-" I'D CIl a (1) III 11 >1 1-" 'tl rr 1-'- o ::J -.J lJ1 I-' ..... o o o ~ 0' w <Xl :z: 'tl III o tIl o )> >-l 111 IX> .... o .... o o o I-' 0' ,... IV HI (T 'U o r-I IV o t"' o 0\ r-I <Xl rr o ::J ,... lJ1 CD ::r '0 N IV W " 3: w IV o IV IV (T o :J ..... w '" ::r '0 ,... \0 HI (T ....ol> IVN 00 00 ,...,... ........ lJ1lJ1 COOl lJ1lJ1 :Z::Z: '0'0 ,........ NIV 111lJ1 ><>< tlO ::0 tl 0\ \0 o en t: ...... ,... ?i' lQ Il1 I-' rt III ::J ;.;- I ( llJ rr (\l '1 I I I tl'O 111111 rrlQ I'DI'D ZOO C(\l 3'1 O'f-" I'D III >11-' ..... ~ IV 'U ..... -.J \D o \D i! o o N ol> c:., ~ ol> >< .... ~ t" H '"'l >-l ::l I'D (1) 0. 3 o 0. (1) ..... '*" o w o o o ,... -.J W lJ1 -..I 111 I-' VI -..I ,... I-' -.J -.J .... ..... -.J o IV o -.J ..... VI )> Ol o Ol co \0 0\ ~ t"' o o N V1 co I I , o -.J ...... o -.J ...... o \..lw ZtIl C'i 5-~ lbO 'i::r Z CH 3rt O'lb lb3 '1 o tlj 00 n ;0 OH t\)"C! 0-3 H o Z .........0\0 ())CDCDUl 0-..1 0)> ,....e C/lrt rtO V1t\)'i(/l -.)....,.... -..1-.)0')> o-.)C:l ""Wrto. \0 1.11 0 '10-3 \0\0 '1 0\00 e o "l"l ;.;- 0;0 en ::00-3 Or-' H "lZ <Xltlj 0;0 o O"l t"' :E-.) ........0 tlj 0-3:E z........ ><:tll ;00-3 tllZ ><: :0 [I:l n :l rt n ~ :l ........1-'1-'1-'1-'1.11 rt CDCDQ)(D(DCDc;D o t\) ~ 01 rt (1) <1\O\O\""WW'i *,WI-'-.)1.111.11 ....""-..IW\O....>-1 -..II-'O-')O\OOIi -')I-'CTlOt\)\OC \OI.11W-.l\OI.OO ;.;- \0-..1\00>-..1-..1 (J)t\)0000-.l-.l "l"l"l"l"l"l 000000 ::0::0::0::0::0::0 OOOdOO "l"l"l"l"l"l ,<1\-')00-.l-.) 0000000 000000 o ~~:E~ :E )>)>0-30-3 )> 0-30-3::0:0 >1' (11trl tlj ;<:):00-30-3 :0 ;<:):0 >-10-3:>::>: 0-3 ;<:):0 ::0 C:::C::: c::: nn n ;r;::>: :>: CTI n :J IT 1-'1.11 0> 00 1.11 "l C lb f-' 1.11 -.)0-3 CTI'i we -.)0 1.0;';- \0 -.) "l o :0 o "l CD o o t:' c:: tIl tlj 0-3 ;<:) c:: n ;:.: .... n ::I IT 1-'1.11 00 1.0 o 00 rll ~ CTI,.... 00 CTlrll o 000-3 1-''1 C 1.00 00;';- n ::c t'1 <: n W 1.11 o o :r: d 3: tll n :r: 0-3 ;:.: ..... ~ n ~ 1-'1-'.....1-'.........1-'1-'1-'1-'1-'1-'........1-'1-'-.) :l 1-'1-'..........1-'-..1 woo~oomoowmoomm())CDOOmmO " CDm~mQ)O 111 0 - - I ~ rt o CTlO\CTI<1\t\)(/l 01>01>001>01-' -..I-.JI-'CTlool/'> oI>oW\OI-'O\ OOOO-.JW\O< "'<1\l.OoowlU :l 000\0\0 WWI-'OO\O nn"l"l"l ::0;<:)000 00::0;<:)::0 ~~OOO 0-3:E>-1 <:<:)>H)> HHCZC::: nn:do::o C::CIlC::: CIl0-3C1l ~t"' X t:' X l/l "CI ,.... o ;>;" <1\O\O\O\O\O\O\O\1.111.11111111111t\)t\)1\)C: ....""wl-'........l-'o\O\O-.J-.Jl11l-'l-'l-'~ 1-'1-'0\1-'1-'1-'1-'1.00\1.110>-,)0-..1-,)"'" \oI.ONOOOOOOCDI.11WCDI-'I-'CTI-.J....,-.)>-l 00001\)-..1""''''''''''"000'''''''''''''''101-''1 wOWI\)...."'I.11....CDI\)~I\)....,w-.J\Oe o o O"Cl\O\O\O \0 \01.0 \0 1.0\0 \0 "l \01.0;';- 1-'............\O\O\O\Ooo-.J-.l"'o\oI>o,\O\O C IV "l"l- "l"l"l"l"l"ln~n"ll11"l"l 00 wOOOOO::Z: ::COoOO ::O::O"lI.11::O:O:O:O::Ot'1 [1l;<:)OO:O:O OdOOOdOOO<:<:<:OdOO ;000 "l"lOO"l"l"l"l"lnnnl-'n"l"l " IVI-'I-'I-'I-'I-'IVI-' Oww w...."lnl.11l11l.11l.11l.11l.11l.11l110-3 1.11111 I.11l.11l-'noooooOooO"ClOO 001.11 OOXXXXOOOZCOOCIl o"Cldt:'t:'t"'t"'::Z: tltl nn'!:"' 0-30-3>-l CIltl'O"CI ::C::O \0)> n oon Co nn [I:l[l:l\Ot-:ln'O'OCIln "CI C nn :E:E c:::c:::n 'OC::: '0 .n '0 "ClC:: 'O"CI n)> c::: 'OC t"l:" )>t:ll c::: )>)> tIl >-l>-l I I I I I :;:: :;:: NQ Nro . 0 -.lli - LQ N. "".3: ....Ill)> - 00 I-'Ot-:l 0,....(11 <;0 \-'. C/ltrl "".0 OC ::lH <: '0 (1) :;:: 11)>t'1 rnc:z I-'W 0-3 oc: ::lmt:' .. IT.... llJOO 0-3 0I>1Jj '-"''i I-'llJ CD::l o [I:l::r o t"' I-' 3:>< ,",,'1 LQ 3: llJ ::l C H\ III o rt c: '1 ro '1 o m Ul n 11 t-'. 't1 rt t-'. o ::l ><>< 1.0\0 <1\00 "l"l O'i I1ro c."". LQ ::r IT I-' ,.... ::I lb 'i "l"l CDr-' O-.J 00 o :E: :E:........ ---'" IV;';- X' LQ LQllJ llJl-' I-' 0. 0.1-'. I-'.(n rnrt IT '1 '1 [I:l [I:lrt rt:J ::1"< ,,<11 11(1) ro ><><:><><:><:>< \0 0\\0 oo-.]-.l mmroCD-J....J "l"l"l"l"l>1j 000000 '11111111111 0.0.0.0.0.0. "l"l"l"l"l"l 00 O\-.J CD-.J-.J 000000 000000 :E::E::E::E::E::E: -....-.....~-...................... 1\)1\)t\)1\)t\)1\) X'X';';-X'X'X' LQLQLQLQLQLQ OJlllllJ OJ OJ OJ 1-'1-'1-'1-'1-'1-' rtrtrtrtrtrt OJllJllJDJ1ll1lJ ::l::l::l::l:l::l ;';-X';>;";';-;>;";';- o , :E: :E: III I>> rt rt (1) lb 11 11 ><: \0 0\ "l o 11 0. "l CD o o :E: --- HI c: ro I-' I/'> I-' c: tr rll tT o a. "< ><: 1.0 -.J n ::r (1) <: Ii o I-' ro rt o W l11 o o :E: ....... 3 ro () ::r (n tT o 0. "< ><><><:><>< 0001.0\0 ww.....OO\O "l"l"l"l"l 00000 1111111111 0.0.0.0.0. nn0-3:E0-3 ::o::tlOJ I-'.OJ OOC::lC: :E~110.11 ZZCC/lC:: C/lrtCll << III H....oI>'101> nno. 0. 0-3 0-3 1i'0 Ii 00 llJ :u:umrnrn H....rorn(1) )>)>0. 0. <: ....01> llJ tlO ::l :u:u CIlOO t'1t'1 O~ 0'0 llJl>> rtLQ C1lC1l ZCIl c:ro 5-~. roDJ 11>-' .......... d~ x'" "l:I: 00"l ~~ 001> ~:E )>~ 00 .......... 01>\0 ......... CDt\) ....."l.....I-'''l''l '1]O\"l'1]-.J-.J dl-'tlOoo "CId'OXt'1trl "l<:~~<:<: OO"Cl-.JCD><:>< o 01> 01> 11>00 CD no'O)''''1.11 00 IV H 0\0\1-' :E\Ot:'yI\)W <:-.J<:<:1110 )' )>)' I-' Wol> w 1.111.0 II> 1\)01> \0 NO .... w...., I-' "l d X "l 00 o t'1 \0 ~ o I-' I-' W o ..... G) t:ll '-I o W .... ~ ~ "l o I-' CD II> \0 o N 1\)"", IV"" "l"l"1"1"l )>)>)>3:)> "1"l:r:N"l "Cl"Cl"Cl)>"Cl -.J-.J1.111.111.11 oI>oI>oWI-'W :E:EOol>oC WW-.JX-J ww.....:EX xx)>tIl)> 1-'1-'''''' t'1 I-' -.J-JCDWI.11 001.11l11-J .....CDIVI-'..... "'.....111"'1.11 1J1111NO ><><:><:><:><><><><><><><><><:><:><:>< 00\01.0\01.01.0\0\0\0\0\01.01.01.0\0 ..........\OI.OI.OI.OI.OCD-J-JO\O\....l11I.O\O '1]"l"l"l"l"l"l"l"lnon"l'1]'1]'1] ooooooooo::r::r::roooo Ii Ii Ii "Pi 1111 '1 '1 C1l C1l C1l 11 '1 11 '1 0.0.0.0.0.0.0.0.0.<: <:<:o.o.p..o. 'i'i'i 000 1-'1-'1-' !bC1lrll rtrtrt "1"1'1]"1"l'1]'1]'1] "lnnn":l"l"l'Jj Wl-'l-'wt\)I-'I-'.....I-'.....IVI-'WIVWW 111l111.111111.111J11111111111111111J11111111J1111 0000000000000000 000 'tl'U 'I:l ~ 't1 't1 't1 't1 't1 't1 't1 't1 't1 ""."".\-,.,....,....,....,....,....,....< < < ""."".",,'\-'. nnoooonnoCDCDCDoOOO X'X'X';';-X'X";';-;';-X' ;.rX'X';';- CCC:C::C:C:CC:COJOJIlJCCCC 'tl 'tl 't1 "0 't1 't1 'tl 't1 't1 rt rt rt't1 't1 't1 't1 00 0 rn rn't1't1't1 0000 "Pi 'i C C ,....,........I-j I-j I-j 11 !bro lb 't1'tlOOOlbrllrllro (( ( (br1lX"X'X'(((( t1I1CCC 00 0 't1'1:l'tlOOOO llJllJ OJ 00 lUllJlllllJ trtT tr llJllJro tTO'trO' tTtrX rt 0 01 0' w........I-'....................................I-'............. "1"l"1"1'1]'Jj"1"'l"1G)G)G)'Jj'1]"1"1 t-:l>-1>-lO'"c30-3t-:l'"c30-30n00-3>-lOtl CIl::O:UOO~::O::ONOt'1G'lt'1Y~:E~ :EX""~ "l"1Xxnnn~ :E:E w.... I-'W IV I-' 1-'1-'''''' I-'IVI-' WIVWW 0-J-.JoI>o 0-J-.J-.l-.J\DII>oI>o UlOO\CTI "l:E:E":l"l:E::E"''''3::a~''l'Jj''l''l OIVt-.lCTIO\f-'><X~oI>oxcnf-'C7\""'X I-'f-'~X><><~:E ;;j>-lt-:lCllXXX ~:!: trlt"J:!::!: NNt"Jt'1t"J(11 )>t:lltldtIltIl)>dIVIVI-')>tDtDtIl W-J 1.0 W wI-' I-' IV 01>0 0 O-J 0 C7\1.11 1.11 IV CD 0\\01.001>0 01>0..... f-'OIVCDUlI-'WW IDol> 1J1..... 1-'01>0 oI>ol-'IDCD 0\0 C7\W-.J-.J OOWlJ100Q)f-' t-'II> I\JOO"'..... U11\)1V oW-JWII>I.1101>olJ\OWIV''' O\-JO\ I I I I I I I I I I I o -.] ....... o ...., .......... o ....'" I I I I I I I I I ZOO el1 3 III O'::l roo 11:1" I 3: 3: ~I ..:111 fl <::0 ,... <, ro _ 11~t'l ~Iez ::llll III >-l 01>00 WI1 :1 o SI 1 1 1 'Z , O'\mO"\O"'Ir r;;H I oI>~ol>ol> 1 3 rT . ~~ol>ol> 1 O'ro . llllJ1V1111 I ro :3 r-ulU1.p.~)-iIt1 OIOOO.e..bl 0000 N/VNlV >r]>r]>r]>r] 0000 0 :0:0:0:0 t'l 00001 (J) I n >r]>r]>r]>r] I ;0 1 I 1 1 10~ lV~~~llV'tl lJ1lJ1V1V11 >-l 00001 ~ I 0 XXX Z t"'t"'t"' >-l>-l>-l t'lt'l XX >-l>-:l nn ~G; ><><><><.3:>< 00001....11 IVlVlVlV .lQ >r]>r]>r]>r] 0000 11111111 0.0.0.0. :;: III ::l e H\ III () rT e 11 ro 11 ~ n I-'~~..:I ;J ~~I-'I-' WooCD..... n- (DQ)(J)OJ o >-l ~ C () 0\<1\"';>;' ol>WI-' f\.)~U11 1-'1-'1-' CDOlllC:: CD~OrT ,... o >r] \0""" 1-',-\0'" 00 rT >r] >-l 'TI'< 0;00 ;0::<:;0 0- 0 >r]>r]'TJ wow lI1;olJ1 000 lfl nt"'o ;oz t'l..:l3: ~Ot'l '-on no:X: ~- >-l (J)CD::<: ~lV (J) n ::l rT W 1-'1-'..:1 CDCDol> o >-l 11 e () "'''';>;' ol>ol> ol>lVl \00 I-'CD>-l 0"....11 III con WI-'rt o ~~11 nn ::<:::<: :<1;d 00 E;E; >-l>-l ~~ nn >-l>-:l 00 ;0;0 n ::l rT IV )-q-q.... -..J CDOJOJ...,J o >-l 11 e () "'.toW;>;' 1-'0'1\0 ..........1-'1 ..:IW.to "'}-,I-'O WCD..:I::l \OCDOO;o \OCDOO 1lI 'TJ3>r]0. O~O ;on;oo O::<:oc ::I 'TJ ;0 t""O moZ o "'CD 0\00 00 'tl(J)0 ~O'tl ~~S; 3'tl>-l 'TJ 0>-l3: '"0;0 ::<:0 'tl n ;J rT 1".1 ><><>< 000\0 .....IV\O 'TJ'TJ'TJ 000 111111 0.0.0. ><>< 00 /VI-' :;::;: IlJIlJ ()() ;>;';>;' ><><>< \OmOJ \0000 >r]3:'TJ o III 0 Ii 011 0.;>;'0. I-'I-'I-'-..J rocoCJ:)m o >-l 11 III ,.. "'0'\ VI f-' ","WCD(\) 1-'''''0'\11 \OI-'W 0lV1CJ"'\1 """"0'\ t"' ::l::>-l\O~ H;o..:lO' >-It"' '<; n;o txl- 0- >-l Z>-l ;O><f-' :OO:OrT Glt"'txl It"' >-l VI~WO o Z l11'O >-lll" >-l = OCflt"':I: Z =0"'. ~ >-l'"OtIl ~~~ Ht"' t"' t'l>-l :0:0 L' :0 ><><>< O\D\O 1-'1I1..:1 ~3t'l t-'.t-'.rr rroo::! NO'<; orol1 o I-' ro ...... nSll P';:l Sllro f-'O f-'C (\)Ul ;:l I..Q ro 11 n ;J rt W n>-:l ;JO rrrt III f-' .... o 'i ~ rr o ""Ill '" S- o. >-:l ~ o ;>;' Ul I o III III () 11 t-'. 'Cl rr t-'. o ::l >r]'TJ>r]>r] lVl-'l-'l-' lJ1IJ1V1V1 0000 '0<:'0'0 t-'.CD .....t-'. o 00 X'"1ll;>;';>;' CrTCC 'Cl '0'0 (IJ C(IJ 'OC lll'O I1ro 11 o IlJO 0'1ll 0' 'TJt"'>r] wzw VI..:IVI 000 o t;ot; '- '- H\~3 f-''-ro PI HlO nf-';J' O'llJ - ro rt 00 0.0' roO' 00.0 11 0. (II '<; t: o III 0' nn :I::X: 0'1'" I-' l-' ww rtrt 1111 CC 00 ;>;'X'" rtrt 1111 \Il\ll 00 rtrr 00 Ii Ii 'TJ:O" OJoZ 00'\0) 0\00 00 >:;Cflo '- Hlrtt: I-'llJ'- Sll 0. rt~C O''-:l ro 0.'0 o.c 30' 0.'0 0 C 0. 30'< '00 0. '< :O>-l:O GlIiW Vlllll11 O.....>-l I-'t"' VI ro 'tl ol1lfl n- O W ::l 1-'111 art "'~o 0l0'::1 H\O rr'<; 01> 0) Hl n f-' o t: tJ' o '< I J o ..:I t , nlQ lll(ll I Zlfl elll ::Iii O't-'. (bill 111-' 1-'1-'1-'1-' >r]>r]"l1T) >-l>-l>-l>-l Z:O:O;O "lXX'TJ IVI-'I-'I-' O..:l-..J--.] "l::l::~:e: 1110l(J)1-' IVIVNN trlZZZ OO~~~ CDCDCD...J W/V/V--.] 0..:1..:1"-' ....q...JtvO" -..IN\DO 1-'1-'1-' 'TJ'TJ'TJ 000 ~X~ ~:O"l W-..JW 0'100'1 "lClfl X 01-' I-'OX trl<txl O~O 1".1 IV \0 NNOO W""N WOON 0'\\110 .......... 3:3: 1-'1-' ~~ 1-'1-' 00 CD ><:>< ....."" WI-' ~~ 1-'1-' 01>01>0 \ON \0..:1 1-'..:1 I-'N w.....:o ":13:00 t'lIVO X'tlC:: IT).....<: CO..:ll:..j 0\00 .....0..:1 COOU1 Xl:..j..... ~~I-' 1-'0 WIV \001> ..:10'1 1-'\0 1-'1-'..... ~lVtzl CO"llD ~00 I-'IVIV I-'I-'IV [Il.....1V w\oo w\o\o 1-'-1< X;ot'l O(J)I-' o>-ll-' 0........ .....1".10 IVW\D COO 01> Ztxl C'1 301 tr::l roo 1i::T Z CH g.:; ro3 '1 ()~ ::l0 rtrt 01 ..... t'l .0 C f-'. '0 3 ro ::l \Ort (Xl () o C ::l rt I I I I o [l] CIl () :0 OH r-J'tl ~ H o Z I I I 3 :;: r-JQ r-Jro - 0 -..111 - lQ r-J.....:;: 01:>01):- - en ......O~ Of-'.[l] <:0 f-'. (J)t'l f-"O DC: ::It-< <: 'tl ro :;: Ii ):- [l] toCZ f-'(Q o-i DC ::lCllt"' .. r"T'H OIl/) ~ ~txl ""11 ......01 CO::l n t'l::T o t"' ...... :;:0< ,",,11 lQ I :;: 01 ::l C '"" 01 () rt C Ii ro Ii o ro en n Ii f-'. '0 rt f-'. o ::l I I I I I I I O'tl 0101 rtlQ roro zen cro g.~. roOl Ii..... I I I o .... " o -..I " b "",0'1 . I I I I I I I I I I I I I I I I I I I I I ATTACHMENT #3 6/10/2004 ***** DISTRIBUTION ***** FRANK NICHOLS GARY ROHRER PETE ONUSCHAK PENNY WILSON CHARLES BOYD NANCY PENDLETON GRANT PETERSON SCOTT CHILDERS JENNIFER JONES KATHY CROTTS APAC-SQUTHEAST, INC. WORK UNDER CONTRACT 4/25/04 TOTAL UNDER CONTRACT COMPLETED (OOO's) (OOO's) $252,041 $107,637 UNCOMPLETED CONTRACT AMOUNT (OOO's) $144.404 I I I I I I I I I I I I I I I I I I I CONTRACT FORM THIS AGREEMENT is dated as of the M day of between the AUGUSTA AVIATION COMMISSION (her SOUTHEAST INC. (hereinafter called CONTRACTOR). in the year 2004 by and nafter called OWNER) and AP AC- OWNER and CONTRACTOR, in consideration ofthe mlftual covenants hereinafter set forth, agree as follows: Article 1. WORK. The work has been divided into a Base Bid and Additive Bids and may be generally described as follows: The Base Bid will generally consist of a bituminous concrete overlay of the inner 75 feet of the existing 6,000 feet x 150 feet runway. Related work will consist of milling, crack sealing, crack repair membrane, single surface treatment and pavement marking. Also included is the replacement of the runway edge lighting system including new fixtures and wiring. The Additive Bid No.1 will generally consist of the replacement of the existing Visual Approach Slope Indicator (V ASI) system with a four-box Precision Approach Path Indicator (P API-4) system on each end of the runway. The Additive Bid No.2 will generally consist of the replacement of the existing Runway End Identifier Lights (REILs) system with a new REIL system on each end of the runway. The Project, for which the Work under the Contract Documents may be the whole or only a part, is generally described as follows: RUNWAY 8-26 REHABILITATION PROJECT FAA AI.P. Project No. 3-13-0011-26 & 27 AUGUSTA REGIONAL AIRPORT AUGUSTA, GEORGIA Article 2. ENGINEER. The Project has been designed by THE LP A GROUP INCORPORATED Post Office Box 5807 Columbia, South Carolina 29250 (803) 254-2211 who is hereinafter called ENGINEER and who is to act as OWNER's representative, assume all duties and responsibilities and have the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion ofthe Work in accordance with the Contract Documents. C-l Article 3. CONTRACT TIME. 3.1 The Work will be completed and ready for final payment in accordance with paragraph 50-15 of the General Provisions as follows: Completion of Project: The entire project shall be completed within 90 consecutive calendar days from the date of Notice-To-Proceed and in accordance with the construction phasing prescribed in Section 01010 - "Scope of Work". ln the event that the construction contract time period occurs between the dates April 1,2005 through April 15, 2005 inclusive, all construction activWes shall be stopped. No contract time will apply against the contract during tbis time period. The Contractor will be required to de-mobilize and re-mobilize at DO additional expense to the Owner. 3.2 Liquidated Damages. OWNER and CONTRACTOR recognize that time is ofthe essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 3.1 above, plus any extensions thereof allowed in accordance with Paragraph 80-07 of the General Provisions. They also recognize the delays, expense and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) CONTRACTOR shall pay OWNER the amount as stipulated in Supplementary Conditions SC-14 of Section 00800 for each calendar day that expires after the time specified in paragraph 3.1 for Completion and readiness for payment. 3.3 CONTRACTOR understands and hereby expressly agrees that in addition to liquidated damages specified in Article 3.2 above, to pay the OWNER the actual costs to OWNER for any inspector or inspectors necessarily employed by OWNER on the Work and the actual costs to OWNER for the ENGINEER's observation of construction and project representative services including all travel and subsistence expenses after the date specified for completion until the Work is completed and ready for final payment. Further, the CONTRACTOR agrees that the sums to be paid the OWNER may be deducted from the sum due the CONTRACTOR for work performed as provided in Section 90 of the General Provisions. Article 4. CONTRACT PRICE. 4.1 OWNER shall pay CONTRACTOR for completion of the Work in accordance with the Contract Documents, and in accordance with the unit bid prices submitted for the Base Bid plus Additive Bid No. plus Additive Bid No.2 on June 11.2004 and to this contract, with an initial contract amount of $1,252,887.00 to be paid based upon the actual quantities approved and accepted in accordance with the Contract Documents. Article 5. P A YMENl' PROCEDURES. CONTRACTOR shall submit Applications for Payment in accordance with Section 90 of the General Provisions but in no case shall submit Applications for Payment more than once per month. Applications for Payment will be processed by ENGINEER as provided in the General Provisions. C-2 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 5.1 Progress Payments. OWNER will make progress payments on account of the Contract Price on the basis of CONTRACTOR's Applications for Payment as recommended by ENGINEER, within 30 calendar days after receipt of an application for payment that has been reviewed and approved by the Engineer. The last Friday of every month that work is performed shall be the ending date for establishing the quantity of units completed for submission in the application for payment. 5.1.1. Progress payments will be made in an amount equal to the percentage indicated below, but, in each case, less the aggregate of payments previously made and less such amounts as ENGINEER shall determine, or OWNER may withhold, in accordance with Section 90 of the General Provisions. 90% of Work completed as detennined by ENGINEER. 90% of materials and equipment not incorporated in the Work (but delivered, suitably stored and accompanied by documentation satisfactory to OWNER as provided in paragraph 90-07 of the General Provisions). 5.1.2 With each application for payment, the Contractor shall submit his DBE expenditures for the month as well as a total-to-date. The expenditure report shall include the name, date and amounts paid to each DBE subcontractor. 5.1.3 With each application for payment, the Contractor shall submit an updated CPM schedule delineating activities completed and those remain to be completed. Additionally, he needs to identify any logic changes made since submission of his first (baseline) CPM schedule. Detailed Bar Chart, Network Diagram and Standard Report for all activities are required and shall be submitted on both hard (paper) copies as well as the electronic files on 3-1/2" diskette(s) or compact disc. 5.1.4 The Contractor is advised that the certified payroll for his organization as well as all of his subcontractors must be current within 14 days ofthe requested Application for Payment. 5.1.5 The Contractor shall submit a manual set(s) for each item of equipment installed as part of the Contract work when submitting a pay request for payment oftheitem(s) requiring manual set(s). The set(s) shall include operation, maintenance, and parts manuals. 5.1.6 Contractor's failure to submit an acceptable DBE expenditure report, CPM schedule update, parts/operational/maintenance manual set(s), or not meeting the requirements for the certified payroll submission schedule, as outlined in 5.1.2,5.1.3 and 5.1.4, and 5.1.5 above, will result in withholding of his progress payment by the Owner until these requirements are satisfied. C-3 . 5.2 Final Payment. Upon final completion and acceptance of the Work in accordance with Section 50 ofthe General Provisions, OWNER shan pay the remainder of the Contract Price as recommended by ENGINEER as provided in said paragraph 90-08. Article 6. CONTRACTOR'S REPRESENTATIONS. In order to induce OWNER to enter into this Agreem~nt, CONTRACTOR makes the following representations: 6.1 CONTRACTOR has familiarized itself with the nature and extent of the Contract Documents, Work, site, locality, and all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. 6.2 CONTRACTOR has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests, reports and studies which pertain to the subsurface or physical conditions at or contiguous to the site or otherwise may affect the cost, progress, performance or furnishing of the Work as CONTRACTOR considers necessary for the performance or furnishing ofthe Work at the Contract Price, within the Contract Time and in accordance with the other tenns and conditions ofthe Contract Documents, including the General Provisions and no additional examinations, investigations, explorations, tests, reports, studies or similar information or data are or will be required by CONTRACTOR for such purposes. 6.3 CONTRACTOR has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports, studies or similar information or data in respect of said Underground Facilities are or will be required by CONTRACTOR in order to perform and furnish the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents. 6.4 CONTRACTOR has correlated the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents. 6.5 CONTRACTOR has given ENGINEER written notice of all conflicts, error or discrepancies that he has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. 6.6 BUY AMERICAN STEEL AND MANUF ACTURED PRODUCTS FOR CONSTRUCTION CONTRACTS (JAN 1991) (a) The Contractor agrees that only domestic steel and manufactured products will be used by the Contractor, subcontractors, materialmen, and suppliers in the performance ofthis contract, as defined in (b) below. C-4 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I (b) The following terms apply to this clause: I. Steel and Manufactured Products. As used in this clause, steel and manufactured products include (1) those produced in the United States or (2) a manufactured product produced in the United States, if the cost of its components mined, produced or manufactured in the United States exceeds 60 percent ofthe cost of all ~ts components and final assembly h~s taken place in the United States. 2. Components. As used in this clause, components means those articles, materials, and supplies incorporated directly into steel and manufactured products. 3. Cost of Components. . This means the costs for production ofthe components, exclusive of final assembly labor costs. (c) The attached list (marked as Exhibit "A") is the list of supplies/materials that the U.S. Government has detennined that are not produced in the United States in sufficient and reasonably available quantities and of sufficient quality that will take exception to this clause. Article 7. CONTRACT DOCUMENTS. The Contract Documents which comprise the entire agreement between OWNER and CONTRACTOR concerning the Work consist of the following: 7.1 This Agreement (pages C-l to C-7 , inclusive). 7.2 Perfonnance and Payment Bonds, consisting of pages PB-I to PB-4, inclusive. 7.3 General Provisions and Supplementary Conditions. 7.4 Technical Specifications as listed in table of contents of the Project Manual. 7.5 Drawings, consi sting of a cover sheet and sheets numbered C-I through LD-6 inclusive with each sheet bearing the following general title: RUNWAY 8-26 REHABILITATION PROJECT AUGUSTA REGIONAL AIRPORT FAA A.I.P. PROJECT NO. 3-13-0011-26 & 27 '" 7.6 Addenda Number IjincIusive). 7.7 CONTRACTOR's Bid and attachments as listed below. a. Bid Fonn (pages B-1 to B-28) 7.8 Summary to Minutes of Pre-Bid Conference. C-5 There are no Contract Documents other than those listed in this Article 7. The Contract Documents may only be amended, modified or supplemented as provided in Section 40 of the General Provisions. Article 8. MISCELLANEOUS. 8.1 Terms used in this Agreement which are defined in Section 10 of the General Provisions will have the meanings indicated in the General Provisions. 8.2 No assignment by a party hereto of any rights under or interests in!the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation monies that may become due and monies that are due may not be assigned without such consent (except to the extent that the effect ofthis restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 8.3 OWNER and CONTRACTOR each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, its partners, successors, assigns and legal representatives in respect of all covenants, agreements and obligations. contained in the Contract Documents. 8.4 The CONTRACTOR or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance ofthis Contract. The CONTRACTOR shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT assisted contracts. Failure by the CONTRACTOR to carry out these requirements is a material breach ofthis Contract, which may result in the tennination ofthis contract or such other remedy as the Owner deems appropriate. 8.5 The PRIME CONTRACTOR agrees to pay each subcontractor under this PRIME CONTRACT for satisfactory performance of its contract no later than 7 days from the receipt of each payment the PRIME CONTRACTOR receives from AUGUST A-RlCHMOND COUNTY. The PRIME CONTRACTOR agrees further to return retain age payments to each subcontractor within 7 days after the subcontractor's work is satisfactorily completed. Any delay or postponement from the above reference time frame may occur only for good cause following written approval of AUGUSTA-RlCHMOND COUNTY. This clause applies to both DBE and non-DBE subcontractors. Article 9. OTHER PROVISIONS. I I I I I I. I I I I I I I I I IN WITNESS WHEREOF, OWNER and CONTRACTOR)1(~ve signed five copies of this Agreement. Tl counterparts each have been delivered to OWNER, and one counterpart each has been delivered CONTRACTOR, ENGINEER, and FAA. All portions of the Contract Documents have been signed or identified by OWNER and CONTRACTOR or by ENGINEER on their behalf. C-6 I I I Ii;l(f/ /~ 200'/ CONTRACTOR I I I I I I I I I I I I I I I I I I I This Agreement will be effective on OWNER AUGUSTA AVIATION COMMISSION ~ E Xi ~ Address for giving notices: 1501 Aviation Way ~eO~6 Approved by County Attorney As to Form and Legality AHes4- iCY'\. ..",,'. ,', ::I; 'J.... l' . n'. r.ST, __ -"~ '. '.. '996 ....- .~ (~~ .~*~~.~~ ---- j; ~"''" ,.. : " C-7 APAC-SOUTHEAST,INC. By: (Corporate Seal) Attest:~,::~;~ Address for giving notices: One APAC Industrial Way AUl!usta. GA 30907 EXHIBIT "A" I I I I I I .1 I I I I I I I I I I I I List of SuppJies/Materials that the U.S. Government Has Determined Are Not Produced In the United States In Sufficient and Reasonably Available Quantities And of Sufficient Quality (Jan 1991) Acatylene, black. Agar, bulk. Anise. Antimony, as metal or oxide. Asbestos, amosite, chrysolite, and crocidolite. Bananas. Bauxite. Beef, corned, canned. Beef extract. Bephenium Hydroxynapthoate. Bismuth. Books, trade, text, technical, or scientific; newspapers; pamphlets; magazines; periodicals; printed briefs and films; not printed in the United States and for which domestics editions are not available. Brazil nuts, unroasted. Cadmium, ores and flue dust. Calcium cyanamide. Capers. Cashew nuts. Castor beans and castor oil. Chalk, English. chestnuts. Chicle. Chrome ore or Chromite. Cinchona bark. Cobalt, in cathodes, rondelIes, or other primary ore and metal forms. Cocoa beans. Coconut and coconut meat, unsweetened, in shredded, desiccated or similarly prepared form. Coffee, raw or green bean. Colchicine alkaloid, raw. Copra. Cork, wood or bark and waste. Cover glass, microscope slide. Cryolite, natural. Dammar gum. Diamonds, industrial, stones and abrasives. Emetine, bulk. Ergot, crude. Erthrityl tetranitrate. Fair linen, altar. Fibers of the following types: abaca, abace, agava, coir, flax, jute, jute burlaps, palmyra and sisa1.Goat and kidskins. Graphite, natural, crystal-line, crucible grade. Handsewing needles. Hemp yarn. Hog bristles for brushes. Hyoscine, bulk. Ipecac, root. Iodine, crude. Kaurigum. Lac. Leather, sheepskin, hair type. Lavender oil. Manganese. Menthol, natural bulk. Mica. Microprocessor chips (brought onto a construction site as separate units for incorporation into building systems during construction or repair and a1teration of real property.) Nickel, primary, in ingots, pigs, shots, cathodes, or similar forms; nickel oxide and nickel salts. Nitroguanidine (also known as picrite). Nux vomica, crude. Oiticica oil. Olive oil. Olives (green), pitted or unpitted, or stuffed, in bulk. OpiUll1, Crude. 1 I I I I I I I I I I I I I I I I I I I List ofSupplieslMa~erials ahat the U.S. Government Has Jl)etermined Are Not Produced In the United States In Sufficient and Reasonably A vailabJe Quantities And of Sufficient Quality (JaD 1991) (CONTINUED) Oranges, mandarin, canned. Petroleum, crude oil, un-finished . oils, and finished products (see definitions below). Pine needle oil. Platinum and related group metals, refined, as sponge, powder, ingots, or cast bars. Pyrethrum flowers. Quartz crystals. Quebracho. Quinidine. Quinine. Rabbit fur felt. Radium slats, source and special nuclear materials. Rosettes. Rubber, crude and latex. Rutile. Santonin, crude. Secretin. Shellac. Silk, raw and unmanufacturered. Spare and replacement parts for equipment of foreign manufacturer, and for which domestic parts are not available. Petroleum terms are used as follows: Spices and herbs, in bulk. Sugars, raw. Swords and scabbards. Talc, block, steatite. Tantalum. Tapioca flour and cassava. Tartar, crude; tartaric acid and cream oftartar in bulk. Tea in bulk. Thread, metallic (gold). Thyme oil. Tin in bars, blocks, and pigs. Triprolidine hydrochloride. Tungsten. Vanilla beans. Venom, cobra. Wax, canauba. VVoods; logs, veneer, and lumber of the following species: Alaskan yellow cedar, angelique, balsa, ekki, greenhart, lignum vitae, mahogany, and teak. Yam, 50 Denier rayon. "Crude oil" means crude petroleum, as it is produced at the wellhead, and liquids ( under atmospheric conditions) that have been recovered from mixtures of hydrocarbons that existed in a vaporous phase in a reservoir and that are not natural gas products. "Finished products" means anyone or more ofthe following petroleum oils, or a mixture or combination of these oils, to be used without further processing except blending by mechanical means: (A) "Asphalt" - a solid or semi-solid cementitious material that (I) gradually liquefies when heated, (2) has bitumins as its predominating constituents, and (3) is obtained in refining crude oil. 2 I I I I I I I I I I I I I I I I I I I List of Supplies /Materials that the U.S. Government Has Determined Are Not Produced In the United States In Sufficient and Reasonably Available Quantities And ofSufficieut Quality (Jau 1991) (CONTINUED) (B) "Fuel oil" - a liquid or liquefiable petroleum product burned for lighting or for the generation of heat or power and derived directly or indirectly from crude oil, such as kerosene, range oil, distillate fuel oils, gas oil, diesel fuel, topped crude oil, or residues. (C) "Gasoline" - a refined petroleum distillate that, by its consumption, is suitable for use as a carburant in internal combustion engines. (D) "Jet fuel" - a refined petroleum distillate used to fuel jet propulsion engines. (E) "Liquefied gases" - Hydrocarbon gases recovered from natural gas or produced from petroleum refining and kept under pressure to maintain a liquid state at ambient temperatures. (F) "Lubricating oil" - a refined petroleum distillate or specially treated petroleum residue used to lessen friction between surfaces. (G) "Naphtha" - a refined petroleum distillate falling within a distillation range overlapping the higher gasoline and the lower kerosenes. (H) "Natural gas products" - liquids (under atmospheric conditions) including natural gasoline, that - (1) are recovered by a process of absorption, adsorption, compression, refiigeration, cycling, or a combination of these processes, from mixtures of hydrocarbons that existed in a vaporous phase in a reservoir, and (2) when recovered and without processing in a refinery, definitions of products contained in subdivision (B), (C), and (G) above. (1) "Residual fuel oil" - a topped crude oil or viscous residuum that, as obtained in refining or after blending with other fuel oil, meets or is the equivalent of MIL SPEC MIL-F-859 for Navy Special Fuel Oil and any more viscous fuel oil, such as No.5 or Bunker C. "Unfinished oils" means one or more of the petroleum oils listed under "Finished products" above, or a mixture or combination of these oils, that are to be further processed other than by blending by mechanical means. 3 I I I I I I I I I I I I I I I I I I I CERTIFICATE OF SECRETARY OF AS TO RESOLUTION ADOPTED BY BOARD OF DIRECTORS ON :ru.l~ \~, ~ODt.l I, . C hl1.f l-e.~ L. BD~rtherebY certify that I am the duly authorized Secr~~1""of -8PJtC,SotA..:I"h~cs.~.rn~. , charged with keeping the records and the seal of said Corporation, and that the following is a true and correct copy of a resolution adopted at a meeting of the Board of Directors of the Corporation duly held on :r~~ \-a..d.DDY , , which resolution is now in full force and effect. RESOLVED, that boM.\cl ~. \-toll~ Vice President) of A P A~ SI9u.K€&.S ~ Ii\ ~ , (Pt-c3i60Rt, ---4 , is hereby authorized to execute contracts, perfornlance bonds and labor and materials bonds on behalf of the Corporation. WITNESS my hand as Secretary, and the seal of the Corporation this 3> day of ~~~ , 20o~. ~ ;I j]~1 ~(,;. Secretary Sworn to before me this 3 day of 5et~ , 20 v-+ ~~ Notary Public for _~\~\tMO~~ County Notary Public, Richmond County, Georgia My Commission Expires Dec. 18, 2006 My Commission Expires: CS-l I I I I I I I I I I I I I I I I I I I Construction Performance Bond Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. CONTRACTOR (Name and Address)' APAC - SOUTEAST, INC. One APAC Industrial Way Augusta, GA 30907 SURETY (Name and Address of Principal Place of Business). Lioerty Mutual Insurance Company Travelers Casualty & Surety Co. St. Paul Fire & Marine Insurance 822 Reynolds Street Augusta, Georgia 30901 OWNER (Name and Address) Co. Augusta Aviation Commission Augusta Regional Airport 1501 Aviation Way Augusta, Georgia 30906 CONTRACT Date' Amount: $1,252,887.00 Description (Name and Location): Runway 8-26 Rehabilitation Project Augusta Regional Airport FAA A.I.P. 3-13-0011-26 & 27 BOND Date (Not earlier than Contract Date): Amount: $ 1 ,252,887.00 Modifications to this Bond Form: Surety and Contractor, intending to be legally bound hereby, subject to the tem1S printed on the reverse side hereof, do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agent or representative. CONTRACTOR AS PRINCl? AL Com]!any. )-So~theast, Ine. Sjgnaiure' j( d:Vf~ Name and Titlc:Donalr. K. Holley, Corp. Seal) , Co(~orp Seal) Signature' Name and Ti (Attach Power 0 Vice President (Space is provided below for signatures of additional parties, if required) _.----~ SURETY (- ) Company' ' SUREIY '1 -) Corp Seal) .SUrety Co. Signature: Name and Title Jr. Jr. EJCDC No 1910-28-A (1996 Edition) Originally prepared through the joint efforts of the Surety Association of America, Engineers Joint Contract Documents Committee, the Associated General Contractors of America, and the American Institute of Architects PB-l I The CONrRACTOR and the Surety, jointly and severally, bind 1he=lves, their heirs, executors, administralOrs, succ<:ssors and assigns to the Owner for the performance of the Contract, which is incorporated herein by reference 2 If the CONTRACTOR performs the Contract, the Surety and the CONTRACTOR have nO obligation under this Bond, except to participate in conferences as provided in paragraph 3 J If there is no OWNER Default, the Surety's obligation under this Bond shall arise after. 3 1 The'OWNER has notified the CONTRACTOR and the Surety at the addresses described in paragraph 10 below, that the OWNER is considering declaring a CONTRACTOR Default and has requested and attempted to arrange a conference with the CONTRACTOR and the Surety to be held not later than fifteen days after receipt of such notice to discuss methods of perfonning the Contract If the OWNER, the CONTRACTOR and the Surety agree, the CONTRACTOR shall be allowed a reasonable time to perform lhe Contract, but such an agreement sball not waive the OWNER's right, if any, subsequently to declare a CONTRACTOR Default; and 3 2 The OWNER has declared a CONTRACTOR Default and fom13l1y tenninated the CONTRACTOR's right to complete the Contract Such CONTRACTOR Default shall nol be declared earlier Ihan twenty days after the CONTRACTOR and the Surely have received notice as provided in paragraph 3 I; and 3 3 The OWNER has agreed 10 pay the Balance of the Contract Price to: 3 3 I The Surety in accordance wilh the tcrms of thc Contract; 3 3 2 Another contractor selected plllSuant to paragraph 4 3 to perform the Contract 4 When the OWNER has satisfied the conditions of paragraph 3, the Surety shall promptly and at the Surety's expense take one of the following actions: 4 I Arrange for the CONTRACTOR, with consent of the OWNER, to perform and complete the Contract; or 4 2 Undertake 10 perfonn and complete the Contract itself, through its agents or through independent contractors; or 4 3 Obtain bids or negotiated proposals from qualified contractors acceptable to the OWNER for a contract for perfonnance and completion of the Conllact, arrange for a contract to be prepared for execution by the OWNER and the contractor selected with the OWNER's concurrcnce, to be secured with performance and payment bonds executed by a qualified surety equivalenllo the Bonds issued on Ihe Contracl, and pay 10 the OWNER the amounl of damages as descnbed in paragraph 6 in excess of the Balance oflhe Contract Price incurred by the OWNER resulting from the CONTRACTOR Dcfault; or 4 4 Waive its right to perfoml and complete, arrange for completion, or obtain a new contractor and with rcasonable promptness under the circumstances; 4 4 J After investigation, delennine the amount for which it may be liable to the OWNER and, as soon as practicable after the amount is detennined, tender payment therefor to the OWNER; or 4 4 2 Deny liability in whole or in part and notify the OWNER citing reasons therefor 5 If the Surety does not proceed as provided in pal1lgraph 4 with reasonable promptness, the Surety shall be deemed to be in default on this Bond fifteen days after receipt of an additional written notice from the OWNER to the Surety demanding that the Surety perfonn its obligations under this Bond, and the OWNER shall be entitled to enforce any remedy available 10 the OWNER If the Surety proceeds as provided in paragraph 44, and the OWNER refuses the payment tendered or the Surety has denied pliability, in whole or in part. without further notice the OWNER shall be entitled to enforce any remedy available 10 the OWNER. I 6 After the OWNER has lenninatcd the CONTRACTOR's right 10 complete the Conlrllct, and if the Surety elects to act under paragraph 4 I, 4 2, or 4 3 above, then the responsibilities of the Surely to the OWNER shall not be greater than those oflhe CONTRACTOR under the Conlrllct, and the responsibilities of the OWNER to the Surety shall not be greater than those of the OWNER under the Contract To a limit of the llIOOunt of this Bond, but subjecl to commitment by Ille OWNER of the Balance of the Conlract Price to mitigation of costs and damages on Ihe Conlrllct, the Surety is Obligated withoul duplication for. I I 6 I The responsibilities of the CONTRACTOR for correchon of defective Work and completion of the Contract; I 62 Additional legal, design professional and delay costs resuHing from Ihe CONTRACTOR's Default, and resulling from the actions or failure to act of the Surety under pal1lgraph 4; and 6 3 Liquidated damages, or if no liquidated damages are specified in the Contract, actual damages caused by delayed performance or non-performance of the CONTRACTOR I 7 The Surety shall nOI be liable to the OWNER or others for obligalions of the CONTRACTOR that are unrelated to the Contrac~ and the Balance of the Contract Price shall not be reduced or set off on accounl of any such unrelated obligations No right of action shall accrue on lhis Bond to any person or entity other than Ille OWNER or its heirs, executors, administralors, Dr successors I 8 The Surety hereby waives notice of any change, including changes of time, to the Contract or to related subconlracts, pun:hase orders and other obligations I 9 Any proceeding, legal or equitable, under this Bond may be instituted in any court of competent jurisdiction in the location in which the Work or part of the Work is located alld shall be instituted within two years after CONTRACTOR Default or within two years after the CONTRACTOR ceased working or within two years after the Surety refuses or fails 10 perfonn its obligations under this Bond, whichever occurs first If the provisions of this paragraph are void or prolubited by law, the minimum period oflimitation available to sureties as a defense in the jurisdiction of the suit shall be applicable I 10 Notice to the Surety, the OWNER or the CONTRACTOR shall be mailed or delivered to the address shown on the signature page I II When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the Contract was be performed, any provision in this Bond conflicling wilh said statutory or legal requirement shall be deemed deleted here from and prm.;siolls confonning to such statutory or other legal requiremenl shall be deemed incorporated herein The inlent is thatlhis Bond shall be constrUed as a statutory bond and not as a common law bond I 12 Definitions I 12 I Balance of the Contract Price: The total .mount payable by the OWNER 10 the CONTRACTOR under the Contract atler all ;Jroper adjustmen!s have po,n made, i:lcluding allowance to the CONTRACTOR of any amaunts received or II) be recc;ived by the OWNER in settlement of insurance or other Claims for damages to "hich the CONTRACrOR is entitled, reduced by all valid and proper paymenl< made to or on behalf of the CONTRACTOR under the Contract I 122 Contract: The agreement between the OWNER and the CONTRACTOR identified on the signature page, including all Contract Documents and changes 'llereto I 123 CONTRACTOR Default: Failure of the CONTRACTOR, which has neither been remedied nor waived, to perform or otherwise to comply with the tenns of the Contract I 12 4 OWNER Default: Failure of the OWNER, which has neither been remedied nor waived, to pay the CONTRACTOR as required by the Contract or to perfoml and complele or comply with Ihe other tenns thereof I (FOR INFORMATION ONL Y--Name, Address and Telephone) AGENT or BROKER. OWNER'S REPRESENT A TIVE (Engineer or other party). I I I PB-2 I I I I I I I I I I I I I I I I I I I I Construction Payment Bond Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. CONTRACTOR (Name and Address). APAC - SOUTHEAST INC. One AP AC Industrial Way Augusta, GA 30907 OWNER (Name and Address): SURETY (Name and Address of Principal Place of Business): Liberty Mutual ~nsurance Company Travelers Casualty & Surety Co. St. Paul Fire & Marine Ins. Co. 822 Reynolds Street Augusta, Georgia 30901 Augusta Aviation Commission Augusta Regional Airport 1501 Aviation Way Augusta, Georgia 30906 CONTRACT Date. Amount. $1,252,887.00 Description (Name and Location): Runway 8-26 Rehabilitation Project Augusta Regional Airport FAA A.I.P. 3-13-0011-26 & 27 BOND Date (Not earlier than Contract Date): Amount: $1,252,887.00 Modifications to this Bond Form: Surety and Contractor, intending to be legally bound hereby, subject to the terms printed on the reverse side hereof, do each cause this P~ymerLt Bond to he duly executed on its behalf by its authorized officer, agent, or representative. CONTRACTOR AS PRINC!p AL Ccmp"'y. AP AC -81, thea,s t, Inc , (Co.". S"I) Signature.. /f-!Me:r~ Name and Tltl~onald K. Holley, Vice President / SURETY (' Company; Li ber t Signature:~ Name and Ti .' (Attach Power of ~o ~ (Space is provided below for signatures of additional parties, if required) .-.- Jr. Company' . ne (CJ.wg'. ScecY. Signature: Name and Title Jr. E1CDC No, 191O-28-B (1996 Edition) Originally prepared through the joint efforts of the Surely Assuciation of America, Engineers Joint Contract Documents Committee, the Associated General Contractors of America, the American Institute of Architects, the American Subcontractors Association, and the Associated Specialty Contractors PB-3 1 The CONTRACTOR and the Surety, jointly and severally, bind themselves, their heirs, executor.;, administrators, successors and assigns to the OWNER to pay for labor, materials and equipment furnished for use in the perfonnance of the Contract, which is incorporated herein by reference 2 With respect to the OWNER, this obligation shall be null and void if the CONTRACTOR: 2 I Promptly makes payment, directly or indirectly, for all sums due Claimants, and 2 2 Defends, indemnifies and holds harmless the OWNER from all claims, demands, liens or suits by any person or entity who furnished labor, materials or equipment for use in the performance of the Contract, provided the OWNER has promptly notified the CONTRACTOR and the Surety (at the addresses described in paragraph 12) of any claims, demands, liens or suits and tendered defense of such claims, demands, liens or suits to the CONTRACfOR and the Surety, and provided there is no OWNER Default 3 With respect to Claimants, this obligation shall be null and void if the CONTRACTOR promptly makes payment, directly or indirectly, for all sums due 4 The Surety shall have no obligation to Claimants under this Bond until: 4 I Claimants who are employed by or have a direct contract with the CONTRACTOR have given notice to the Surety (at the addresses described in paragraph 12) and sent a copy, or notice thereof, to the OWNER, stating that a claim is being made under this Bond and, with substantial accuracy, the amount of the claim 42 Claimants who do not have a direct contract with the CONTRACfOR: I Have furnished written notice to the CONTRACTOR and sent a copy. or notice thereof, to the OWNER, within 90 days ailer having last performed labor or last furnished materials or equipment included in the claim stating, with substantial accuracy, the amount of the claim and the name of the party to whom the materials were furnished or supplied or for whom the labor was done or performed; and 2 Have either received a rejection in whole or in part from the CONTRACfOR, or not received within 30 days of furnishing the above notice any communication from the CONTRACTOR by which the CONTRACTOR had indicated the claim will be paid directly or indirectly; and 3 Not having been paid within the above 30 days, have sent a written notice to the Surety and sent a copy, or notice thereof, to the OWNER, stating that a claim is being made under this Bond and enclosing a copy of the previous written notice furnished to the CONTRACfOR 5 If a notice required by paragraph 4 is given by the OWNER to the CONTRACfOR or to the Surety, that is sufficient compliance 6 When the Claimant has satisfied the conditions of paragraph 4, the Surety shall promptly and at the Surety's expense take the following actions: 6 I Send an answer to the Claimant, with a copy to the OWNER, within 45 days after receipt of the claim, stating the amounts that are undisputed and the basis for challenging any amounts that are disputed 62 Payor arrange for payment of any undisputed amounts 7 The Surety's total obligation shall not exceed the amount of this Bond, and the amount of this Bond shall be credited for any payments made in good faith by the Surety I Surety under this Bond, subject to the OWNER's priority to use the funds for th completion oflhe Work. I 9 The Surety shall not be liable to the OWNER, Claimants or others for obligation of the CONTRACfOR that are unrelated to the Contract The OWNER shall not bo liable for payment of any costs or expenses of any Claimant under this Bond, an. shall have under this Bond no obligations to make payments to, give notices on behal of, or otherwise have obligations to Claimants under this Bond I 10 The Surety hereby waives notice of any change, including changes of time, 10 th. Contract or to related Subcontracts, purchase orders and other obligations I II No suit or action shall be commenced by a Claimant under this Bond other thar in a court of competent jurisdiction in the location in which the Work or part of thE Work is located or alter the expiration of one year from the date (1) on which the Claimant gave the notice required by paragraph 4 I or paragraph 423, or (2) on which the last labor or service was performed by anyone or the last materials 01 equipment were furnished by anyone under the Construction Contract, whichever 01 (I) or (2) first occurs If the provisions of this paragraph are void or prohibited b) law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable I I 12 Notice to the Surety, the OWNER or the CONTRACTOR shall be mailed or delivered to lhe addresses shown on the signature page Actual receipt of notice by Surety, the OWNER or the CONTRACfOR, however accomplished, shall be sufficient compliance as of the date received at the address shown on the signature page I 13 When this Bond has been furnished to comply with a statutory or other legal requirement in the localion where the Contract was to be performed, any provision in this Bund conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein The intent is, that this Bond shall be construed as a statutoI)' Bond and not as a common law bond I I 14 Upon request of any person or entity appearing to be a potential beneficiary of this Bond, the CONTRACTOR shall promptly furnish a copy of this Bond or shall permit a copy to be made I 15 DEFINITIONS 15 1 Claimant An individual or entity having a direct contract with lhe CONTRACTOR or with a Subcontractor of the CONTRACfOR to furnish labor, materials or equipment for use in the performance of the r:ontract The intent of this Bond shall be to include wilhout Iimit31ion in the !erm; "labor, rnate6als or equipment" that part of water, gas, pow:r, light, heat, oil, gaso1i~:, telephone service or renlal equipment used in the Contract, archller.tural a. ,:I engineering services required for performance of the Work of the CONTI:ACfOR ~.fld the CONTRACfOR's Subcontractors, and al: othtT items for which a rnechaiiic's lien may be asserted in the jurisdiction where the labor, materials or equipment were furnished I I 15 2 Contract: The agreement between the OWNER and the CONTRACrOR identifIed on the signature page, including all Contract Docwnents and changes pthereto I 15 3 OWNER Default Failure of the OWNER, which has neither been remedied nor waived, to pay the CONTRACfOR as required by the Contract or to perform and complete or comply with the other tenns thereof I I I (FOR INFORMATION ONLY--Name, Address and Telephone) AGENCY or BROKER. OWNER'S REPRESENT A TIVE (Engineer or other party)' 'I 8 Amounts owed by the OWNER to the CONTRACfOR under the Contract shall be used for the perfonnance of the Contract and to satisfy claims, if any, under any Performance Bond By the CONTRACfOR furnishing and the OWNER accepting this Bond. they agree that all funds earned by the CONTRACfOR in the performance of the Contract are dedicated to satisfy obligations of the CONTRACTOR and the I PB-4 I I THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 1438944 This Power of Anorney limits the acts of those named herein, and they have no authority to bind the Company except In the manner and to the extent herein stated. I LIBERTY MUTUAL INSURANCE COMPANY BOSTON,MASSACHUSETTS POWER OF ATTORNEY I KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company (the 'Company"), a Massachusetts stock insurance company, pursuant to and by authority of the By-law and Authorization hereinafter set forth, does hereby name, constitute and appoint EUGENE A. CRONIC, ALICIA J. RHOADES, ROY SCARBOROUGH, JR., ALL' THE CITY OF AUGUSTA, STATE OF GEORGIA .................................................................................................................................................................... I .................................................................................................................................................................................................................................................... I , each individually if there be more than one named, its true and lawful attomey-in-factto make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as lis act and deed, any and all undertakinas, bonds, recognizances and other surety obligations in the penal sum not exceeding TWENTY-FIVE MILLION AND 001100.................}'............ DOLLARS ($ 25,000,000.00.................... ) each, on behalf of APAC-GEORGIA, INC. AND/OR APAC.CAROLINA, INC.; APAC-ATLANTIC, INC.; APAC.SOUTHEAST, INC.; APAC TENNESSEE, INC. ....................................................... . and the execution of such undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons. That this power Is made and executed pursuant to and by authority of the following By-law and Authorization: I ARTICLE XIII - Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose In wrlting by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys-In.fact, as may be necessary to act in behalr of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact, sUbJect to the limitations set forth in their respective powers of attomey, shall have tull power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such Instruments shall be as binding as If signed by the president and attested by the secretary. I'~ '$ c I~ ::: By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys-in-fact: .CJ) . Gl I~ I ~ That the By-law and the Authorization set forth above are true copies thereof and are now In full force and effect. 'tJ -'! 'Q) - I~ ,,'" $ COMMONWEALTH OF PENNSYL VANIA ss 1.5 COUNTY OF MONTGOMERY i~ On this 17th day 01 SeDtember ,2003, before me, a Notary Public, personally came Gamet W. Elliott, to me known, and . ;;:. acknowledged that he is an Assistant Secretary of Liberty Mutual Insurance Company; that he knows the seal of said corporation; and that he executed the I ~ above Power of Attomey and a"ixed the corporate seal of Uberty Mutual Insurance Company thereto with the authority and at the direction of said corporation. E t IN TESTIMONY WME ~~ nto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first ~ . ~ above written. Q;o<<i- ~~ONW~ <(' __ __'_ _ ._ . 8 4.: 0 (~- 11' [ NolwlulSoul J ~ ~ ,... U ... I OlSlJa P~'loflil, N,,!ary Pu:,1Jc 0 I OF Ply",oul" 1 wp, MOlligolflory ("w'ly t- l _ .:':X (:O~~ ~~?~~~/~~ ~8.:.~~~ r ~11 ~~ Membor, P'MSylllllllia Aooocfsllcn or NOlO' Is. otary Pub IC CERTIFICATE ~ ~L"~ CJ OJ:i W I, the undersigned, Assistan !ill a rty Mutual Insurance Company, do hereby certify that the original power of anorney of which the foregoing Is a full, true and correct copy, is in full force and eHect on the date of this certificate; and I do further certify that the officer or official who executed the said power 01 anorney is an Assistant Secretary specially authorized by the chalnnan or the president 10 appoint attorneys-in-fact as provided in Article XIII, Seclion 5 of the By-laws of Liberty Muluallnsurance Company Pursuant to Article XIII, Section 5 of the By-laws, Gamet W. Elliott, an Assistant Secretary of liberty Mutual Insurance Company, is hereby authorized to appoint such attomeys-in-Iact as may be necessary 10 act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations ~, >-1 GlI c ... a ~: -. o IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of Liberty ... Muluallnsurance Company has been affixed therelo in Plymouth Meeting, Pennsylvania this 17th day of September 2003 Q) ~ o Q. .!!!, .1:' - - o >- ~ ~ cu >, Gl .c. - LIBERTY MUTUAL INSURANCE COMPANY By~4 tW- .cu-~ Garnet W. Elliott, Assistant Secretary I I This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced slgnetures under and by authority of the following vote 01 the board 01 directors of liberty Mutual Insurance Company at a meeting duly called and held on the 12th day of March, 1980 I VOTED that the facsimile or mechanically reproduced signature of any assistant secretery of the company, wherever appearing upon a certified copy of any power of anorney issued by the company in connection wilh surety bonds, shall be valid and binding upon the company with the same force and eHect as though manually affixed I IN TESTIMONY WHEREOF. I have hereunto subscribed my name and affixed the corporate seal of the said company, lhis day of ';)~4 ~~:r;;JSsistant Secretary ,_I I I TRA VELE~S CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183-9062 I POWER OF AITORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT I KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly 0 rganized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these presents make, constitute and appoint: Roy Scarborough, Jr., Eugene A. Cronic, Alicia J. Rhoades, of Augusta, Georgia, their true and lawful Attomey(s)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorney(s)-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. I I I I This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: I VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice Prcsident, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chairman, the President, any Vice Chairnlan, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recogriizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, ifrequired) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. I I I I This Power of Attorney and Certificate of Authority is signed and scaled by facsimile (mechanical or printed) under and by authority of the following Standing Resolution voted by the Boards of Directors of TRA VELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY I COMPANY, which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any I power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or I undertaking to which it is attached I I I I (11-00 Standard) I vOOl ',(.nmuef JO Aep q191 s~ PdXYJe Oldldq :lq Ol sle:ls dlRlOdJO:l I!:lql pue lUapls3lJ 3J1A lO!U3S l!dql ,(q Pdu~!1 dq OllU:llliIUlSU! STIn p:lsne:l :lAeq ANYdWO:J A~WnSV:J NOJDNIWNV.tI pOll ANVdWO:J A.1IDIflS aNY A.1WnSVJ S~':i'laAVlI.L 'VJnIllWV .tIO ANYJWO:J A.1IDIflS aNY ALwnSV:J SlI:iI'l:ilAVlLL '.tIO'IDI:ilHM. SS:iIN.1IM NI ffiIO.oll'dVH dO ,uNDOJ PJOjlJllH SS { I ~nJIl.JHNNOJ dO :;UV~s ANV dWOJ A.l 'lvnsv::> NO.l~Nn\lllV.!l ANV dWOJ A~IDIns UNY A~ ,ynsy::> s~:nlli\ Wl. v::mnlwvdO ANV dWOJ Al.IDInS aNY Al. ,vnsYJ S~3'3A Wl. ~~ " '\8 lUap!SaJd a:>!^ JOluaS UOSdWOlU 'M a6Joa~ I ]Odldljl SUO~TIIOSd~ ~U!PUll1S dIpl::lpUn ::l:lYJo l::ltVS!1{jO Allloqlne Aq SUOllt!lodIo:J :lql JO Jleq::lq uo lUdllitulSlI! p!es dql pa1n::>axd oqs/:lq 1eql pue ~sle:ls d1elOdIo:l q::>ns ::lIe 1U:lllitulSlI! p!es ::lql 01 Pdx3m sleds dIplmp ~suonelodIo:J Ples JO sle::ls ::llj1 SMOIDj ::lqs/aq leql ~lu:mmQ~ dAoqe ::Jql p::lln:J::lX::l q:J!ljM pue lI! p::lqp:JS::lp suonelOdIo ::lljl 'Xl\fVdWOJ Xl.1VnSVJ NO.1~NIJ.\ffiV.tI pu~ Al\fVdWOJ A.1IDIflS <INV X.1Wnsv:J SlI3"'lUVH.1 'VJffi3" .tIO XNY dWOJ A.1IDIflS aNY A.1 1VnSV:J SlI:iI'lU VH.1 JO lU3Pls;ud ;}J!A lO!U3S sl ::ll{s(al{ lel{l :Aes pue ::lsod::lp P!P 'WOMS Alnp dill Aq j3Ul::lq 'oqM 'UMOIDj aUX 01 NOSdWOH.1 oM ':i~>>mJD awe:J ,(neuosl::ld dUX d10pq vOOl ',(jenuef JO Aep q191 s~ u1 I I ~W ~~ llneSllSl ':) spew :J!lqnd ,\JeloN 900Z 'Of: eunr seJ!dxe UO!SS!wwo:J AV\l . Ol' JO Aep SlIp p::lleo 'In:JlP::luuoJjO allllS 'PlOWeHjO AllJ ::lql ul 'AUlldlliOJ ::lqlJO ::l:J!lJ0 awoH aIplll palllas pUll P::lllilll .d:J10J IT! MOU dIe 'Al!101nny JO dlll:J!J!lld;) dql U! tplOj l::lS se 'SlOP::lI!O JO Spll108. ::ll{.1 jO suoqnIOS:l~ ~U!PUlllS ::lIp1lll{1 '::llOUU:ll{ll1lJ pUll ~p:l:l{OA:lI U:l:lq 10U Slll{ pue ::l:JlOJ nllJ lI! Su!eW::l1 Al!loIpny]o ::llll:Jy!ll:lJ pUll A::lUlOl-lV JO l::lMOd p:Jl{:Jlll-lll pUll ~U10~:llOJ :lql111Ip AdLL~t[J A8.mI3:H ocr 'In:J1P::lUUO;) jO :lllllS ::ll{ JO SUO!l1:uodIo;) 'l;)OlS '.ANV JWO;) XL 1:VflSV;) NOLDNIWlIV.!l pu~ .tUN clWOJ AL:ilMS CINV AL 1:VnSV;) SlI:il'IU Wl: 'VJnI3:WV .!IO ANY dWOJ A.1'nIaS aNY X.1 wasvJ SlI3:'I3:A WL JO Al-el3.1J3S lU-elS!SSV 'p:lU~!Sl:lptm :lIp 'I 3:1.. VJIdLL~3:i I I PU08 ',{nqaJ:>as luelS!SSV uosue4or 'W !Jo)f ~ 1.8 - tI'--JW_~ I lbeStRlul POWER OF ATTORNEY I Seaboard Surety Company S1. Paul Fire and Morine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company United States Fidelity and Guaranty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. II I I I Ii 21010 Power of Attorney No. Certificate No. 2129306 1\ KNOW ALL MEN BY THESE PRESENTS: Thai Seaboald SurelY Company is a cOlpOlalion duly organized undel Ihe laws of Ihe Stale of New YOI k, and Ihal St Paul File and Marine InsUlance Company, St Paul Guardian Insurance Company and Sl Paul MelculY lnsulance Company ale COI pOI ations duly olganized undcl lhe laws of Ihe State of Minnesola, and thai United Stales Fidclily and GU31anly Company is a cOlpollllion duly olganizcd lIndel Ihe laws of the State of Malyland. and that Fidelity and Guaranty Insulance Company is a cOlporation duly olganized under lhe laws of the Slate of Iowa, and Ihat Fidelity and Gualanty [nsulancc Undelwritels,lnc is a corpOlatiun duly otganized undel the laws of the State of Wisconsin (herein wile/live/I' ('((lied Ihe "ColII/wnief"). and that thc Companies do hereby make, constilllle and appoint I: i Roy Scarborough, Jr., Eugene A. Cronic and Alicia J. Rhoades I: Ii i Augusta Georgia of the City of , Slate , their tl ue and lawful Attorney(s)-in-Fa<:t, each in lheil sepal ate capacity if mOle than one is named above, to sign its name as sUlety 10, and 10 execute, seal and acknowledge any and all bonds, undetlakings, contraclS and other wlitten inslluments in Ihe nalure Iheleof on behalf of the Companies in lheil business of gualanteeing Ihe lidelily of persons, gualanreeing lhe performance of comracts and executing 01 gualanreeing bonds and undeltakings required 01 pellniued in any aclions or proceedings allowed by law Ii IN WITNESS WHEREOF, the Companies have caused this instlument to be signed and sealed this 18th day of March 2003 I' Seaboard Surety Company Sf. Paul Fire and Marine Insurance Company Si. Paul Guardian Insurance Company Sf. Paul Mercury Insurance Company United States Fidelity and Guaranty Company Fidelity llnd Guaranty Insurance Company Fidelity and Gnaranty Insnrance Underwriters, Inc. I; ", !~S,,~ 't-o..- ....-9 ~:lo."OIl'",l~ ::J: (:1:'\ ~i\SE~L); #- "'. ..":t- ~'" ."..../ ':'$.1."7 .~._- ~ ~ 1 State of Malyland City of Ballimole PETER W CARMAN. Vice P,esidcnl -tLe.rI~ THOMAS E HUIBREGl SE, A",islalll SecrClaty Ii 18th March 2003 On this day of , belmc me, Ihe undelsigned officc., personally appeared Pelel W CaIman and Thomas E Huiblegtse, who acknowledged themselves (0 be the Vice President and AssistUIll Secrelmy. lespeclively, of Seaboatd SUlety Company, St Paul File and Maline Insurance Company, St Paul GumdianlnsUlancc Company, 51 Paul MelclllY Insurance Company, United Slales Fidelity and Guaranty Company, Fidelity and Guaranty InsUlance Company, and Fidelily and Gua13nly Insurance Underwrite/s, Inc : and Ihatlhe seals affixed to the foregoing instrument me the cOJ pOi ale seals of said Companies; amllhat they, as such, being autho,;zed so III do, executed Ihe fOlcgoing insllumenl fw Ihe pUlposes Ihelein contained by signing the nllmes of Ihe corporations by themselves as duly authOJized officels I' I; , I I Ii I I II I My Commission expires Ihe I Sl uay of July, 2006 ~jp~.rr~ In Witness Whereof, I helcunlO set my hand and official seal REBECCA EASLEY-ONOKALA, NOIOIY Puhlic I I I ! I -~ ~3 Rev 7-2002 Printed in USA I RESOLVED FURTHER, that Auorney(s)-in-Fact shall have the power and authority. and. in any case. subject to the terms and limitations of the Power of Attorney issued them. to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings. and other writings obligatory in the nature thereof. and any such instrument executed by such Attorney(s)-in-Facl shall be as binding upon the Company as if signed by an Executive Officer and sealed and attested to by the Secretary of the Company l. Thomas E Huibregtse. Assistant Secretary of Seaboard Surety Company. St Paul File and Marine Insurance Company. SI Paul Guardian Insurance Company. St Paul MerculY Insurance Company. United States Fidelity and Guaranty Company. Fidelity and Guaranty Insurance Company. and Fidelity and Guaranty Insurance Underwriters. Inc do hereby certify that the above and foregoing is a lrue and correCI copy of the Powel of AlIorney executed by said Companies. which is in full force and effect and has not been revoked This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Seaboard Surety Company, SI. Paul Fire and Marine Insurance Company. St Paul Guardian Insurance Company, SI Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters. Inc on September 2. 1998. which resolutions are now in full force and effect, reading as follows: RESOLVED, that in connection with the fidelity and surety insurance business of the Company. all bonds. undenakings, contracts and other instruments relating 10 said business may be signed. executed. and acknowledged by persons or entities appointed as Attorney(s)-in-Fact pursuant to a Power of Attorney issued in accordance with these resolutions Said Power(s) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company. either by the Chainnan. or the President. or any Vice President. or an Assistant Vice Plesident. jointly with the Secretary or an Assistant Secretary. under their respective designations The signature of such officers may be engraved. printed or lithographed The signature of each of the foregoing officers and the seal of Ihe Company may be affixed by facsimile to any Power of AlIorney or 10 any certificate relating thereto appointing AlIorney(s)-in-Fact for purposes only of executing and attesting bonds~and undertakings and other writings obligatory in the nature thereof. and subject to any limitations set forth therein. any such Power of Attorney or certificate beal ing such facsimile signature or facsimile seal shall be valid and binding upon tbe Company, and any such power so executed and cerlified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond 01 undenaking to which it is validly attached; and IN TESTIMONY WHEREOF, [ heleunto set my hand this day of @ --;LeA To verify the authenticity of this Power of Attorney, call 1-800-421-3880 and ask for the Power of Attorney clerk. Please refer to the Power of Attorney number, the above-named individuals and the details of the bond to which the power is aI/ached. I I i i I ! . I ~ . I I 1 I CERTIFICATE OF INSURANCE 018339 THIS CERTIFICATE IS ISSUED AS A MA TIER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES LISTED BELOW I Company Letter Companies Affording Coverages Name and Address of Agency United Service Agency, Inc Post Office Box 11765 Lexington, Kentucky 40577 I Pacific Employers Insurance Company Indemnity Insurance Co of North America Ace American Insurance Company A B C D E F G H I I Name and Address of Insured APAC~Southeast, Inc. PO Box 1129 Augusta, GA 30903 I I Company Letter This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time limits of liabilitv in Thousands (OOOl Type of Insurance Policy Expiration Date Policy Aggregate I II II I I I I B C C I I Each Occurrence Policy Number A GENERAL LIABILITY [8JCOMPREHENSIVE FORM ::8jPREMlSES - OPERATIONS ~EXPlOSIONANDCCUAPSE fWAAO i2J UNOERGROUi'4) HAZARD [gJPROOUCTS ICOMPlETEO OPERATIONS HAZARD (8]CONTRACTUAlINSURANCE (8] BROPD FORM PROPERTY DAMAGE ~'NDEPE/4)ENT CONTRACTORS ~PER$ON!>J.INJURY :8l OCCURRENCE FORM $ 5,000 PERSONAl INJURY INCLUDING BODILY INJURY $ $ * LAB 26610 Effective: 12/1/2002 12/01/05 PROPERTY DAMAGE $ $ OTHER THAN UMBRELLA FORM PERSONAL INJURY, BODIL Y INJURY AND $ 5,000 PROPERTY DAMAGE COMBINED BODILY INJURY (EACH $ PERSON) BODILY 12/01/05 INJURY (EACH $ OCCURENCE) PROPERTY DAMAGE $ BODILY INJURY AND PROPERTY DAMAGE $ 5,000 COMBINED BODILY INJURY AND $ PROPERTY DAMAGE COMBINED STATUTORY 12/01/04 1,000 $ AUTOMOBILE LIABILITY A '21 COMPREHENSNE FORM ~OWNEO @HlRED (gJNON-OWNED * LAB 26610 Effective: 12/1/2002 EXCESS LIABILITY n UMBRELLA FORM WORKERS' COMPENSATION and EMPLOYERS' LIABILITY WLR C 43520933 WLR C 43521019 SCF C 43520970 Effective 12/01/03 $ $ I DESCRIPTION OF OPERATIONS/LOCATIDNSNEHICLES . SEE REVERSE SIDE Runway 8-26 Rehabilitation Project, FAA A I P Project #3-13-0011-26 & 27 Augusta Regional Airport. CANCELLATION: I Should any of the above described policies be cancelled or materially changed before the expiration date thereof, the issuing company will mail 30 days written notice to the below named certificate holder I 'lame and Address of Certificate Holder The Augusta Aviation Commission 1501 Aviation Way Augusta, GA 30906-9600 I Date Issued September 02, 2004 ~ K.:)ur I *The Augusta Aviation Commission and and its officials, staff and consultants, Augusta, Georgia and the Augusta-Richmond County Commission, its elected officials, officers, and employees, and the LPA I Group Incorporated, its staff and consultants shall be an additional insured, but only if required by written contract between The Augusta Aviation Commission and APAC-Southeast, Inc.; only to the extent of the insurance limits required under this contract; only as to work performed or to be performed I by or on behalf of APAC-Southeast, Inc. under this contract; and only with respect to operations by or on behalf of APAC-Southeast, Inc. or to facilities of or used by APAC-Southeast, Inc.. ~K.~r I .,... I ,,. I ;t; I: I I I I I' I';; I' I I I I I AUTHORIZED SIGNA lURE I CERTIFICATE OF INSURANCE 018340 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES LISTED BELOW I Name and Address of Agency United Service Agency, Inc Post Office Box 11765 Lexington, Kentucky 40577 I Company Letter Companies Affording Coverages Pacific Employers Insurance Company Indemnity Insurance Co of North America Ace American Insurance Company A B C o E F G H I I Name and Address of Insured APAC-Southeast, Inc PO Box 1129 Augusta, GA 30903 I This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time Limits of Liabilitv in Thousands (000) I Company Letter I I I I I I: II I I PERSONAL INJURY. BODfL Y INJURY AND $ 5,000 $ 5,000 PROPERTY DAMAGE COMBINED BOOIL Y INJURY (EACH $ PERSON) BODIL Y 12/01/05 INJURY (EACH $ OCCURENCE) PROPERTY DAMAGE $ BODILY INJURY AND PROPERTY DAMAGE $ 5,000 COMBINED BODIL Y INJURY AND $ PROPERTY DAMAGE COMBINED STATUTORY 12/01/04 1,000 $ $ Type of Insurance Policy Expiration Dale Each Occurrence Policy Aggregate Policy Number A GENERAL LIABILITY ~ COMPREHENSIVE FORM (2J PREMISES - OPERA liONS [8J EXPLOSION mo COlLAPSE HAZAAO !2l UNDERGRO\JND HAZAAO ~ PRODUCTS I COMPLETED OPERATIONS HAZARD [8JCONTRACTUAlINSURANCE !8lBROAO FORM PROPERTY DAMAGE !8lINDEPEt{)ENT CONTRACTORS !8l PERSONN. INJURY ~ OCCUllRENCE FORM PROPERTY DAMAGE $ $ 12/01/05 PERSONAL INJURY INCLUDING BODIL Y INJURY $ $ * LAB 26610 Effective: 12/1/2002 AUTOMOBILE LIABILITY A !8l COMPREHENSIVE FORM !8l0WNED !8l HIRED !8l NON-OWNED * LAB 26610 Effective: 12/1/2002 DESCRIPTION OF OPERATlONS/LOCATlONSNEHICLES . SEE REVERSE SIDE I Runway 8-26 Rehabilitation Project, FAA AI P Project #3-13-0011-26 & 27 Augusta Regional Airport I CANCELLATION: Should any of the above described policies be cancelled or materially changed before the expiration date thereof, the issuing company I will mail 30 days written notice to the below named certificate holder Name and Address of Certificate Holder Augusta, Georgia and the Augusta-Richmond County Commissi Date Issued September 02, 2004 I Room 801, Municiple Building 530 Greene Street Augusta, GA 30911 I EXCESS LIABILITY n UMBRELLA FORM ; OTHER THAN UMBRELLA FORM B C C . WLR C 43520933 WLR C 43521019 SCF C 43520970 Effective 12/01/03 WORKERS' COMPENSATION and EMPLOYERS' LIABILITY ~ K.-3ur AUTHORIZED SI(;NA T1IRF I>! ., I ;r I *Augusta, Georgia and the Augusta-Richmond County Commission and its elected officials, officers, and employees, the Augusta Aviation~Commission, its officials, staff and consultants, and the LPA Group Incorporated, its staff and consultants shall be an additional insured, but only if required by written contract between Augusta, Georgia and the Augusta-Richmond County Commission and AP AC- Southeast, I~c.; only to the extent of the insurance limits required under this contract; only as to work I performed or to be performed by or on behalf of APAC-Southeast, Inc. under this contract; and only with respect to operations by or on behalf of APAC-Southeast, Inc. or to facilities of or used by APAC- Southeast, Inc.. ~ K..3ur AUTHORIZED SIGNATURE I I I, I I I I I I I I I- I I I I I CERTIFICA TE OF INSURANCE 018341 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES LISTED BELOW I Name and Address of Agency Company Companies Affording Coverages United Service Agency, lnc Letter Post Office Box 11765 A Pacific Employers Insurance Company I Lexington, Kentucky 40577 B Indemnity Insurance Co of North America C Ace American Insurance Company Name and Address of Insured 0 I APAC-Southeast. Inc. E PO Box 1129 F Augusta, GA 30903 G I H I This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time I Company Policy Limits of Liabilitv in Thousands (000) Leiter Type of Insurance Policy Number Expiration Each Policy Date Occurrence Aggregate GENERAL LIABILITY I o COMPREHENSIVE FORM PERSONAL INJURY A o PREMISES OPERATIONS INCLUDING $ $ IZ1EXPLOSION AND CCUAPSE * LAB 26610 12/01/05 BODIL Y INJURY HAZAAD Effective: IZ1 UNDERGROUND HAZARD PROPERTY DAMAGE $ $ I {g] PRODUCTS I COMPlETED 12/1/2002 OPERA nONS HAZARD ~CONTRACTUAL INSIJRANCE I {g] BROAD FORM PROPERTY PERSONAL INJURY. DoI.MAGE BODILY INJURY AND $ 5,000 $ 5,000 [8J INDEPE~ENT CONTRACTORS PROPERTY DAMAGE ~PERSO~ INJURY COMBINED OCCURRENCE FORM I AUTOMOBILE LIABILITY BOOIL Y INJURY (EACH $ PERSON) BODILY I IZ1 COMPREHENSIVE FORM * LAB 26610 12/01/05 INJURY (EACH $ A OCCURENCE) I 18l0WNEO II Effective: PROPERTf DAMAGE $ 0HIREO [8JNON.OWNED BODfL Y INJURY AND 12/1/2002 PROPERTY DAMAGE $ 5,000 COMBINED I! EXCESS LIABILITY n UMBRELLA FORM BODILY INJURY AND $ PROPERTf DAMAGE COMBINED OTHER THAN UMBRELLA FORM I B WLR C 43520933 STATUTORY C WORKERS' COMPENSATION WLR C 43521019 12/01/04 and SCF C 43520970 II C EMPLOYERS' LIABILITY Effective 12/01/03 1,000 ... $ I $ DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES . SEE REVERSE SIDE I Runway 8-26 Rehabilitation Project, FAA A I.P. Project #3-13-0011-26 & 27 Augusta Regional Airport I CANCELLATION: Should any of the above described policies be cancelled or materially changed before the expiration date thereof, the issuing company I ! will mail 30 days written notice to the below named certificate holder Name and Address of Certificate Holder I The LPA Group Incorporated 700 Huger Street POBox 5805 Columbia, SC 29250 Date Issued September 02, 2004 ~ K. -3ur I ~ K.-9ur I I 'I I I I :,' I I I I I I I I' I,.' -- I I I I *The LPA Group Incorporated and its staff and consultants, The Augusta Aviation Commission, its officials, staff and consultants, Augusta, Georgia and the Augusta-Richmond County Commission, its elected officials, officers, and employees shall be an additional insured, but only if required by written contract between The LPA Group Incorporated and APAC-Southeast, Inc.; only to the extent of the insurance limits required under this contract; only as to work performed or to be performed by or on behalf of APAC-Southeast, Inc. under this contract; and only with respect to operations by or on behalf of APAC-Southeast, Inc. or to facilities of or used by APAC-Southeast, Inc.. AUTHORIZED SIGNATURE 10 10 I~ CIGNA Property and Casualty Insurance Company o CIGNA Insurance Company o Indemnity Insurance Company of North America o Insurance Company of North America 18I Pacific Employers Insurance Company CIGNA Fire Underwriters Insurance Company Bankers Standard Insurance Company Century Indemnity Company II DECLARATIONS - GENERAL LIABILITY POLICY POUCY IDENTIRCA TION I GLP I I G2 16 97 43 6 I NAMED INSURED PRODUCER CODE: 274718 COMM: United Service Agency, Inc. P . O. Box 11 7 6 5 Lexington, KY 40577 MARKETING OFFICE: 551 MARKET HAZARD CODE: Pile CODE: The Augusta Aviation Commission 11501 Aviation Way Augusta, GA 30906-9600 I I I I I I I I I I I I POLICY IS NEW OF NAMED INSURED IS CORPORATION BUSINESS OF INSURED TRANSPORTATION POLICY PERIOD FROM 9/2/04 TO See Endorsement No.2 12:01 A.M. STANDARD TIME AT YOUR MAILING ADDRESS SHOWN ABOVE PREMIUM PAYMENT CONDITIONS AUDIT PERIOD NONE PAYMENT FREQUENCY NONE PAYMENT SCHEDULE NONE TOTAL ADVANCE PREMIUM '$ AS AGREED PREMIUMS RESULTING FROM AUDIT ARE NOT INCLUDED IN THE ABOVE I n ORIGINAL n PROCESSING (:OPV n 11r-..lm:~W~ITI~I~ rllDV n ^r-CI\IT'C I'nnv n ,-v-rn ^ 1"',",' DECLARATIONS - GENERAL LIABiliTY POLICY Page 2 POUCY IDENTIFICATION I GLP I I G2 16 97 43 6 COVERAGES AND LIMITS OF INSURANCE In return for the payment of premium indicated above, we agree with you to provide the following coverage(s) at the limits shown, subject to all of the terms and conditions of this policy. Coverage Form: Owners' Protective Liability Insurance Form CG 00 09 07 98 and any endorsement applied thereto , Limits of Insurance Aggregate Limit (Each Annual Period) $ 5,000,000.00 Each Occurrence limit $ 5,000,000.00 Deductible Amount (this reduces the Limit of Insurance shown as applicable to each "Occurrence") $ -0- CONTRACTOR INFORMATION Description of Operations: 3 15292 Construction Operations Owner (not railroads) including Operations on Board Ships Job Cost $1,252,887.00 Name and Address of Designated Contractor: APAC-Southeast, Inc. P.O. Box 1129 Augusta, GA 30903 Name and Address of involved Governmental Authority or other contracting party (if applicable): SCHEDULE OF LOCATIONS LOCATION NUMBER AND ADDRESS Runway 8-26 Rehabilitation Project, FAA A.I.P. Project #3-13-0011-26 & 27. Augusta Regional Airport. I' ORI(.;INAI n IINnl=~\^,~ITItl.I~ n ^~C::"IT n ODC::UIIIU ^I Ir I I Named Insured The Augusta Aviation Commission Policy Symbol I Policy Number I Pollcy Pertod GLP G2 16 97 43 6 See Endorsement No.2 Issued by (Name of Insurance Company) Pacific Employers Insurance Company Insert the policy number. The remainder of the Infonnatlon Is to be completed only when lhJs endorsement Is Issued subsequent to the preparation of the pOlicv. Endorsement Number 1 Effective Date of Endorsement 9/2/04 I I, AMENDMENT TO CANCELLATION CONDITION I I In Section IV - Conditions No. 2.b. (1) & (2) is amended to read as follows: I I I I I I I "This policy may be canceled by the Company by mailing to the Named Insured and the contractor at the respec- tive addresses shown in this policy, written notice stating when not less than SIXTY days thereafter such cancellation shall be effective." I I I DAB 09-02-04 lA~' r. ,~ Authorized l\ nt I I I I I I I I I I I I I I I I I I I I I I Named Insured The Augusta Aviation Commission Poticy Symbol I Poticy Number I Poticy Pertod GLP G2 16 97 43 6 See Below Issued by (Name of Insurance Company) Pacific Employers Insurance Company Insert the pollcy number. The remainder of the Information Is to be completed only when this endorsement Is Issued subsequent to the preparauon of the policy. Endorsement Number 2 Effective Date of Endorsement 9/2/04 POLICY PERIOD It is hereby understood and agreed that the Policy Pe- riod is extended to expire on the latest of the fol- lowing dates: (1) at project completion (2) at date required on job contract (3) at date of acceptance of job contract by the Named Insured DAB 09-02-04 ,~Aj \' < eJ..< ~;:tt: TN Authorized Ag t I I I I I I I I I I I I I I I I I I I Endo~mentNumber 3 Named Insured The Augusta Aviation Commission Policy Symbol I Policy Number I Policy Penod GLP G2 16 97 43 6 See Endorsement No. 2 Issued by (Name of Insurance Company) Pacific Employers Insurance Company Insert the polley number. The remainder of the Information Is to be completed only when this endorsement Is Issued subsequent to the preparation of the polley. Effective Date of Endorsement 9/2/04 ADDITIONAL EXCLUSIONS (A) Engineers, Architects or Surveyors Professional Liability Exclusion It is agreed that this Policy does not apply to bodily injury or property damage arising out of the rendering of or the failure to render any professional services by or for the Named In- .sured, including (1) the preparation or approval of maps, plans, opinions, reports, designs or specifications and (2) supervisory, inspection or engineering serv- ices (B) Absolute Asbestos Exclusion It lS agreed that this Policy does not apply to bodily injury or property damage directly or in- directly caused by asbestos. (C) Absolute Pollution Exclusion Exclusion (j) in form CG009 01 96 is deleted and replaced with the following: " (I) to bodily injury or property damage arising out of the discharge, dispersal, release or escape of smoke, vapors, soot, fumes, acids, alkalis, toxic chemicals, liquids or gases, waste materials or other irritants, contami- nants or pollutants into or upon land, the atmosphere or any water course or body of water. " DAB 09-02-04 ,L^.Lt.~:tv Authorized Agen - I I I I I I I I I I I I I I I I I I I COMMERCIAL GENERAL LIABILITY CG 00 09 07 98 OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE FORM - COVERAGE FOR OPERATIONS OF DESIGNATED CONTRACTOR Various provisions of this policy restrict coverage. Read the entire policy carefully to determine rights, duties and what is and is not covered. Throughout this policy the words "you" and "your" refer to the Named Insured shown in the Declarations. The words "we", "us" and "our" refer to the Company providing this insurance. The word "insured" means any person or organization qualifying as such under Section " - Who Is An Insured. Other words and phrases that appear in quotation marks have special meaning. Refer to Section V - Definitions. SECTION t - COVERAGES BODILY INJURY AND PROPERTY DAMAGE LIABILITY 1. Insuring Agreement a. We will pay those sums that the insured becomes legally obligated to pay as damages because of "bodily injury" or "property damage" to which this insurance applies. We will have the right and duty to defend the insured against any "suif' seeking those damages. However, we will have no duty to defend the insured against any "suit" seeking damages for "bodily injury" or "property damage" to which this insurance does not apply. We may, at our discretion, investigate any "occurrence" and settle any claim or "suif' that may result. But: (1) The amount we will pay for damages is limited as described in Section III - limits Of Insurance; and (2) Our right and duty to defend end when we have u~ed up the applicable limit of insurance in the payment of judgments or settlements. No other obligation or liability to pay sums or perform acts or services is covered unless explicitly provided for under Supplementary Payments. ,..'" nn no n'7 00 ,.... _ _. _: _1_ & I. _ . _ _ _ _ ,... _ _ !. b. This insurance applies to "bodily injury" and , "property damage" only if: (1) The "bodily injury" or "property damage" is caused by an "occurrence" and arises out of: (a) Operations performed for you by the "contractor" at the location specified in the Declarations; or (b) Your acts or omissions in connection with the general supervision of such operations; and (2) The "bodily injury" or "property damage" occurs during the policy period. c. Damages because of "bodily injury" include damages claimed by any person or organization for care, loss of services or death resulting at any time from the "bodily injury". 2. Exclusions This insurance does not apply to: a. Expected Or Intended Injury "Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" resulting from the use of reasonable force to protect persons or property. b. Contractual Liability "Bodily injury" or "property damage" for which the insured is obligated to pay damages by reason of the assumption of liability in a contract or agreement This exclusion does not apply to liability for damages: (1) That the insured would have in the absence of the contract or agreement; or (2) Assumed In a contract or agreement that is an "insured contracf', provided the "bodily injury" or "property damage" occurs subsequent to the execution of the contract or agreement Solely for the purposes of liability assumed in an "insured contracf', reasonable attorney fees and necessary litigation expenses incurred by or for a party other than an insured are deemed to be damages because of "bodily injury" or "property damage", provided: (a) Liability to such party for, or for the cost of, that party's defense has also been assumed in the same "insured contracf'; and (b) Such attorney fees and litigation expenses are for defense of that party against a civil or alternative dispute resolution proceeding in which damages to which this insurance applies are alleged. c. Work Completed Or Put To Intended Use "Bodily injury" or "property damage" which occurs after the earlier of the following times: (1) When all "work" on the project (other than service, maintenance or repairs) to be performed for you by the "contractor" at the site of the covered operations has been completed; or (2) When that portion of the "contractor's" ''work", out of which the injury or damage arises, has been put to its intended use by any person or organization, other than another contractor or subcontractor working directly or indirectly for the "contractor" or as part of the same project. d. Acts Or Omissions By You And Your Employees "Bodily injury" or "property damage" arising out of your, or your "employees' ", acts or omissions other than general supervision of "work" performed for you by the "contractor". e. Workers' Compensation And Similar Laws Any obligation of the insured under a workers' compensation, disability benefits or unemployment compensation law or any similar law. f. Employer's Liability "Bodily injury" to: (1) An "employee" of the insured arising out of and in the course of: (a) Employment by the insured; or (b) Performing duties related to the conduct of the insured's business; or I (2) The spouse, child, parent, brother or sister '.. of that "employee" as a consequence Ofl Paragraph (1) above. This exclusion applies:' (1) Whether the insured may be liable as ani' employer or in any other capacity; and (2) To any obligation to share damages with or ~; repay someone else who must pay I damages because of the injury. This exclusion does not apply to liability - assumed by the insured under an "insured I contract" . g. Damage To Property "Property damage" to: (1) Property you own, rent, or occupy; (2) Property loaned to you; (3) Personal property in the care, custody control of the insured; or (4) 'Work" performed for you by "contractor" . h. War "Bodily injury" or "property damage" due to war, whether or not declared, or any act or condition I incident to war. War includes civil war, insurrection, rebellion or revolution. This exclusion applies only to: (1) Liability assumed under an "insured I contract"; or (2) Expenses for first aid. i. Mobile Equipment I "Bodily injury" or "property damage" arising out of the use of "mobile equipmenf' in, or while in practice for, or while being prepared for, any .1 prearranged racing, speed, demolition, or stunting activity. j. Pollution I (1) "Bodily injury" or "property damage" arising . out of the actual, alleged or threatened discharge, dispersal, seepage, migration. release or escape of "pollutants": I (a) At or from any premises, site or location . which is or was at any time owned or occupied by, or rented or loaned to, any .1 insured. However, this subparagraph does not apply to: (i) "Bodily injury" if sustained within a I building and caused by smoke, fumes, vapor or soot from equipment used to heat that building; I I ~r: nn nQ n"1 QR I' I. or I the I Page 2 of 8 Copyright, Insurance Services Office, Inc. 1997 I I I I I I I I I I I I I I I I I I I (Ii) "Bodily injury" or "property damage" arising out of heat, smoke or fumes from a "hostile fire"; (b) At or from any premises, site or location which is or was at any time used by or for any insured or others for the handling, storage, disposal, processing or treatment of waste; (c) Which are or were at any time transported, handled, stored, treated, disposed of, or processed as waste by or for any insured or any person or organization for whom you may be legally responsible; or (d) At or from any premises, site or location on which any insured or any contractors or subcontractors working directly or indirectly on any insured's behalf are performing operations if the "pollutants" are brought on or to the premises, site or location in connection with such operations by such insured, contractor or subcontractor. However, this subparagraph does not apply to: (I) "Bodily injury" or "property damage" arising out of the escape of fuels, lubricants or other operating fluids which are needed to perform the normal electrical, hydraulic or mechanical functions necessary for the operation of "mobile equipmenf' or Its parts, if such fuels, lubricants or other operating fluids escape from a vehicle part designed to hold, store or receive them. This exception does not apply if the "bodily injury" or "property damage" arises out of the intentional discharge, dispersal or release of the fuels, lubricants or other operating fluids, or if such fuels, lubricants or other operating fluids are brought on or to the premises, site or location with the intent that they be discharged, dispersed or released as part of the operations being performed by such insured, contractor or subcontractor; (ii) "Bodily injury" or "property damage" sustained within a building and caused by the release of gases, fumes or vapors from materials brought into that building in connection with operations being performed by or on behalf of any insured; or (iii) "Bodily injury" or "property damage" arising out of heat, smoke or fumes from a "hostile fire". CG 00 09 07 98 (e) At or from any premises, site or location on which any Insured or any contractors or subcontractors working directly or indirectly on any insured's behalf are performing operations if the operations are to test f~r, monitor, clean up, remove, contaIn, treat, detoxify or neutralize, or in any way respond to, or assess the effects of "pollutants". (2) Any loss, cost or expense arising out of any: (a) Request, demand, order or statutory or regulatory requirement that any insured or others test for, monitor, clean up, remove, contain, treat, detoxify or neutralize, or in any way respond to, or assess the effects of "pollutants"; or (b) Claim or suit by or on behalf of a governmental authority for damages because of testing for, monitoring, cleaning up, removing, containing, treating, detoxifying or neutralizing, or in any way responding to, or assessing the effects of "pollutants". However, this paragraph does not apply to liability for damages because of "property damage" that the insured would have in the absence of such request, demand, order or statutory or regulatory requirement, or such claim or "suir by or on behalf of a governmental authority. k. Damage To Impaired Property Or Property Not Physically Injured "Property damage" to "impaired property" or property that has not been physically injured, arising out of: (1) A defect, deficiency, inadequacy or dangerous condition in "work" performed for you by the '.'contractor"; or (2) A delay or failure by you or anyone acting on your behalf to perform a contract or agreement in accordance with its terms. This exclusion does not apply to the loss of use of other property arising out of sudden and accidental physical injury to "work" performed for you by the "contractor". SUPPLEMENTARY PAYMENTS 1. We will pay, with respect to any claim we investigate or settle, or any "suif' against an insured we defend: a. All expenses we incur. b. Up to $250 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which this insurance applies. We do not have to fumish these bonds. Copyright, Insurance Services Office, Inc., 1997 Page 3 of 8 c. The cost of bonds to release attachments, but. only for bond amounts within the applicable limit of insurance. We do not have to furnish these bonds. d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or "suif', including actual loss of earnings up to $250 a day because of time off from work. e. All costs taxed against the insured in the "suit". f. Prejudgment interest awarded against the insured on that part of the judgment we pay. If we make an offer to pay the applicable limit of insurance, we will not pay any prejudgment Interest based on that period of time after the offer. g. All interest on the full amount of any judgment that accrues after entry of the judgment and before we have paid, offered to pay, or deposited in court the part of the judgment that is within the applicable limit of insurance. h. Expenses incurred by the insured for first aid administered to others at the time of an accident, for "bodily injury" to which this insurance applies. These payments will not reduce the limits of insurance. 2. If we defend an insured against a "suit" and an indemnitee of the insured is also named as a party to the "suit", we will d~fend that indemnitee if all of the following conditions are met a. The "suit" against the indemnitee seeks damages for which the insured has assumed the liability of the indemnitee in a contract or agreement that is an "insured contract"; b. This insurance applies to such liability assumed by the insured; c. The obligation to defend, or the cost of the defense of, that indemnitee, has also been assumed by the insured in the same "insured contract"; d. The allegations in the "suit" and the information we know about the "occurrence" are such that no conflict appears to exist between the interests of the insured and the interests of the indemnitee; e. The indemnitee and the insured ask us to conduct and control the defense of that indemnitee against such "suir' and agree that we can assign the same counsel to defend the insured and the indemnitee; and f. The indemnitee: (1) Agrees in writing to: (a) Cooperate with us in the investigation, settlement or defense of the "suit"; I (b) Immediately send us copies of ani." demands, n?tice~, summonses or leg a papers received In connection with the "suit"; (c) Notify any other insurer whose coverag,a is available to the indemnitee; and 11 (d) Cooperate with us with respect to coordinating other applicable insuranct available to the indemnitee; and (2) Provides us with written authorization to: (a) Obtain records and other informationl.. related to the "suit"; and (b) Conduct and control the defense of the "": indemnitee in such "suit". I' .. So long as the above conditions are met, attorneys ;.. fees incurred by us in the defense of that ' indemnitee, necessary litigation expenses incurred I~' by us and necessary litigation expenses incurred :'. by the indemnitee at our request will be paid as . Supplementary Payments. Notwithstanding the -- provisions of Paragraph 2.b.(2) of Section I -I Coverages - Bodily Injury And Property Damage : Liability, such payments will not be deemed to be damages for "bodily injury" and "property damage" and will not reduce the limits of insurance. I Our obligation to defend an insured's indemnitee and to pay for attorneys fees and necessary litigation expenses as Supplementary Payments I ends when: a. We have used up the applicable limit of insurance in the payment of judgments or settlements; or I b. The conditions set forth above, or the terms of the agreement described in Paragraph f. above, are no longer met. I SECTION II - WHO IS AN INSURED 1. If you are designated in the Declarations as: a. An individual, you and your spouse are I' ; insureds. b. A partnership or joint venture, you are an insured. Your members, your partners, and I their spouses are also insureds, but only with respect to their duties as partners or members of a joint venture. I c. A limited liability company, you are an insured. Your members are also insureds, but only with respect to their duties as members of a limited liability company. Your managers are insureds, I but only with respect to their duties as your managers. Page 4 of 8 Copyright, Insurance Services Office, Inc, 1997 CG 00 Og 07 M I I I, I I I I I I I I I I I I I I I I I I I d. An organization other than a partnership, joint venture or limited liability company, you are an insured. Your "executive officers" and directors are insureds, but only with respect to their duties as your officers or directors. Your stockholders are also insureds, but only with respect to their liability as stockholders. 2. Each of the following is also an insured: a. Any person (other than your "employee") or any organization while acting as your real estate manager. b. Any person or organization having proper temporary custody of your property if you die, but only: (1) With respect to liability arising out of the maintenance or use of that property; and (2) Until your legal representative has been appointed. c. Your legal representative if you die, but only with respect to duties as such. That representative will have all your rights and duties under this Coverage Part. ~o person or organization is an insured with respect to the conduct of any current or past partnership, joint venture or limited liability company that is not shown as a Named Insured in the Declarations. SECTION III - LIMITS OF INSURANCE 1. The Limits of Insurance shown in the Declarations and the rules below fix the most we will pay regardless of the number of: a. Insureds; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits". 2. The Aggregate Limit is the most we will pay for the sum of damages because of all "bodily injury" and "property damage". 3. Subject to 2. above, the Each Occurrence Limit ;s the most we will pay for the sum of damages because of all "bodily injury" and "property damage" arising out of anyone "occurrence". If you designate more than one project in the Declarations, the Aggregate Limit shall apply separately to each project The Limits of Insurance of this Coverage Part apply separately to each consecutive annual period and to any remaining period of less than 12 months, starting with the beginning of the policy period shown in the Declarations, unless the policy period is extended after issuance for an additional period of less than 12 months. In that case, the additional period will be deemed part of the last preceding period for purposes of determining the Limits of Insurance. ~r:: nn nq n7 qR f""__.._:_....... ,-- SECTION IV - CONDITIONS 1. Bankruptcy Bankruptcy or insolvency of the insured will not relieve us of our obligations under this Coverage Part. 2. Cancellation a. The first Named Insured shown in the Declar:atio.ns may cancel this po/icy by mailing or delivenng to us advance written notice of cancellation. b. We may cancel this policy by mailing or delivering to the first Named Insured and the "contractor" written notice of cancellation at least (1) 10 days before the effective date of cancellation if we cancel for non-payment of premium; or (2) 30 days before the effective date of cancellation if we cancel for any other reason. c. We will mail or deliver our notices to the first Named Insured's and the "contractor's" last mailing address known to us. d. Notice of cancellation will state the effective date of cancellation. The policy period will end on that date. e. If this policy is cancelled, we will send the "contractor" any premium refund due. If we cancel, the refund will be pro rata. If the first Named Insured cancels, the refund may l:ie less than pro rata. The cancellation will be effective even if we have not made or offered a refund. f. If notice is mailed, proof of mailing will be sufficient proof of notice. 3. Changes This policy contains all the agreements between you, the "contractor" and us concerning the insurance afforded. The first Named Insured shown in the Declarations and the "contractor" are authorized to make changes in the terms of this policy with our consent. This policy's terms can be amended or waived only by endorsement issued by us and made a part of this policy. 4. Duties In The Event Of Occurrence, Claim Or Suit 3. You must see to it that we are notified as soon as practicable of an "occurrence" which may result in a claim. To the extent possible, notice should include: (1) How, when and where the "occurrence" took place; (2) The names and addresses of any injured persons and witnesses; and (3) The nature and location of any injury or damage arising out of the "occurrence". b. If a claim is made or "suit" is brought against any insured, you must: (1) Immediately record the specifics of the claim or "suit" and the date received; and (2) Notify us as soon as practicable. You must see to it that we receive written notice of the claim or "suir' as soon as practicable. c. You and any other involved insured must: (1) Immediately send us copies of any demands, notices, summonses or legal papers received in connection with the claim or "suit"; (2) Authorize us to obtain records and other information; (3) Cooperate with us in the investigation or settlement of the claim or defense against the "suit"; and (4) Assist us, upon our request, in the enforcement of any right against any person or organization which may be liable to the insured because of injury or damage to which this insurance may also apply. d. No insured will, except at that insured's own cost, voluntarily make a payment, assume any obligation, or incur any expense, other than for first aid, without our consent. 5. Examination Of Your Books And Records We may examine and audit your books and records as well as the "contractor's" books and records as they relate to this policy at any time during the policy period and up to three years afterward. 6. Inspections And Surveys We have the right but are not obligated to: a. Make inspections and surveys at any time; b. Give you reports on the conditions we find; and c. Recommend changes. Any inspections, surveys, reports or recommendations relate only to insurability and the premiums to be charged. We do not make safety inspections. We do not undertake to perform the duty of any person or organization to provide for the health or safety of workers or the public. And we do not warrant that conditions: a. Are safe or healthful; or I b. Comply with laws, regulations, codes or standards. I This condition applies not only to us, but also to any rating, advisory, rate service or similar organization which makes insur~nce inspections, I surveys, reports or recommendations, 7. Legal Action Against Us N~ person or organization has a right under this I Coverage Part: __ a. To join us as a party or otherwise bring us into a "suit" asking for damages from an insured; or .1"., b. To sue us on this Coverage Part unless all of .. its terms have been fully complied with. A person or organization may sue us to recover on .1'" , an agreed settlement or on a final judgment against an insured obtained after an actual trial; w but we will not be liable for damages that are not payable under the terms of this Coverage Part or .1',.: that are in excess of the applicable limit of insurance. An agreed settlement means a settlement and release of liability signed by us, the insured and the claimant or the claimant's legal I representative. 8. Other Insurance The insurance afforded by this Coverage Part is I primary insurance and we will not seek contribution from any other insurance available to you unless the other insurance is provided by a I contractor other than the designated "contractor" for the same operation and job location designated in the Declarations. Then we will share with that other insurance by the method described below. I If all of the other insurance permits contribution by . equal shares, we will follow this method also. Under this approach, each insurer contributes equal amounts until it has paid its applicable limit I- of insurance or none of the loss remains, whichever comes first. If any of the other insurance does not permit I.; contribution by equal shares, we will contribute by limits. Under this method, each insurer's share is based on the ratio of its applicable limit of insurance to the total applicable limits of insurance I of all insurers. 9. Premiums The "contractor": I" a. Is responsible for the payment of all premiums; and b. Will be the payee for any retum premiums we I pay. I I Page 6 of 8 Copyriqht. Insurancp. ~p.rvi~p~ ()ffi("j:! In,. 1007 ,..." ........ -'" ...- -- . -- ,I I I I I I I I I I I I I I I I I I I 10. Premium Audit a. We will compute all premiums for this Coverage Part in accordance with our rules and rates. b. Premium shown in this Coverage Part as advance premium is a deposit premium only. At the close of each audit period we will compute the earned premIum for that period. Audit premiums are due and payable on notice to the "contractor". If the sum of the advance and audit premiums paid for the policy period is greater than the earned premium, we will return the excess to the "contractor". c. The "contractor" must keep records of the information we need for premium computation, and send us copies at such times as we may request 11. Separation Of Insureds Except with respect to the Limits of Insurance, and any rights or duties specifically assigned in this Coverage Part to the first Named Insured, this insurance applies: a. As if each Named Insured were the only Named Insured; and b. Separately to each insured against whom claim is made or "suir is brought. 12. Transfer Of Rights Of Recovery Against Others To Us If the insured has rights to recover all or part of any payment we have made under this Coverage Part those rights are transferred to us. The insured must do nothing after loss to impair them. At our request, the insured will bring "suit" or transfer those rights to us and help us enforce them. 13. When We Do Not Renew If we decide not to renew this Coverage Part, we will mail or deliver to the first Named Insured shown in the Declarations written notice of the nonrenewal not less than 30 days before the expiration date. If notice is mailed, proof of mailing will be sufficient proof of notice. SECTION V - DEFINITIONS 1. "Auto" means a land motor vehicle, trailer or semitrailer designed for travel on public roads, including any attached machinery or equipment. But "auto" does not include "mobile equipmenr'. 2. "Bodily injury" means bodily injury, sickness or disease sustained by a person, including death resulting from any of these at any time. 3. "Contractor" means the contractor designated in the Declarations. 4. "Employee" includes a "leased worker". "Employee" does not include a "temporary worker". 5. "Executive officer" means a person holding any of the officer positions created by your charter, constitution, by-laws or any other similar governing document. 6. "Hostile fire" means one which becomes uncontrollable or breaks out from where it was intended to be. 7. ','Impaired property" means tangible property, other than work performed for you, that cannot be used or is less useful because: a. It incorporates work performed for you that is known or thought to be defective, deficient, inadequate or dangerous; or b. You have failed to fulfill the terms of a contract or agreement; if such property can be restored to use by: a. The repair, replacement, adjustment or removal of the work performed for you; or b. Your fulfilling the terms of the contract or agreement 8. "Insured contract" means: a. A lease of premises; b. A sidetrack agreement; c. Any easement or license agreement, except in connection with construction or demolition operations on or within 50 feet of a railroad; d. An obligation, as required by ordinance, to indemnify a municipality, except in connection with work for a municipality; or e. An elevator maintenance agreement. 9. "Leased worker" means a person leased to you by a labor leasing firm under an agreement between you and the labor leasing firm, to perform duties related to the conduct of your business. "Leased worker" does not include a "temporary worker". 10. "Mobile equipment" means any of the following types of land vehicles, including any attached machinery or equipment: a. Bulldozers, farm machinery, forklifts and other vehicles designed for use principally off public roads; b. Vehicles maintained for use solely on or next to premises you own or rent; c. Vehicles that travel on crawler treads; d. Vehicles, whether self-propelled or not. maintained primarily to provide mobility to permanently mounted: (1) Power cranes, shovels, loaders, diggers or drills; or (2) Road construction or resurfacing equipment such as graders, scrapers or rollers; CG 00 09 07 98 ~nh\l,.i,.,ht rnt"o........,...,....'" ~,........,i,,__ I""'\~- - . e. Vehicles not described in a.t b.t c. or d. above that are not self-propelled and are maintained primarily to provide mobility to permanently attached equipment of the following types: (1) Air compressors, pumps and generators, including spraying, welding, building cleaning, geophysical exploration, lighting and well servicing equipment; or (2) Cherry pickers and similar devices used to raise or lower workers; f. Vehicles not described in a., b.t c. or d. above maintained primarily for purposes other than the transportation of persons or cargo. However, self-propelled vehicles with the following types of permanently attached equipment are not "mobile equipment" but will be considered "autos": (1) Equipment designed primarily for: (a) Snow removal; (b) Road maintenance, but not construction or resurfacing; or (e) Street cleaning; (2) Cherry pickers and similar devices mounted on automobile or truck chassis and used to raise or lower workers; and (3) Air compressors, pumps and generators, including spraying, welding, building cleaning, geophysical exploration, lighting and well servicing equipment. 11. "Occurrence" means an accident, including continuous or repeated exposure to substantially the same general harmful conditions. Page 8 of 8 I 12. "Pollutants" mean any solid, liquid, gaseous ( thermal irritant or contaminant, including sma vapor, soot, fumes, acids, alkalis, chemicals a waste. Waste includes materials to be recycled, reconditioned or reclaimed. I 13. "Property damage" means: a. Physical injury to tangible property, including a/l resulting loss of use of that property. All SU... loss of use shall be deemed to Occur at t~ time of the physical injury that caused it; or b. Loss of use of tangible property that is ni physically injured. All such loss of use shall deemed to occur at the time of the "occurrenc that caused it. 14. "Suir means a civil proceeding, brought in thl United States of America (including its territorie and possessions), Puerto Rico or Canada, in which damages because of "bodily injury" 0' "property damage" to which this insurance applie are alleged. "Suif' includes: a. An arbitration proceeding in which such. damages are claimed and to which the insure~ must submit or does submit with our consent;. or b. Any other alternative dispute resolutionl proceeding in which such damages are claimed and to which the insured submits with our consent. 15."Temporary worker" means a person who isl furnished to you to substitute for a pennanent "employee" on leave or to meet seasonal or short- term workload conditions. I 16. 'Work" includes materials, parts or equipment furnished in connection with the operations. I I, I I I I I r.r; nn nq n7 q~ I Copyright, Insurance Services Office, Inc.. 1997 I I I I I I I I I I I I I I I I I I I GENERAL PROVISIONS SECTION 10 DEFINITION OF TERMS Whenever the following terms are used in these specifications, in the contract, in any documents or other instruments pertaining to construction where these specifications govern, the intent and meaning shall be interpreted as follows: 10-01 AASHTO. The American Association of State Highway and Transportation Officials, the successor association to AASHO. 10-02 ACCESS ROAD. The right-of-way, the roadway and all improvements constructed thereon connecting the airport to a public highway. 10-03 ADVERTISEMENT. (NOTICE TO BIDDERS). A public announcement, as required by local law , inviting bids for work to be performed and materials to be furnished. 10-04 ADVISORY CIRCULAR. A document issued by the FAA containing informational material and guidance. When referred to in the plans and specifications, advisory circulars shall have the same force as supplemental specifications. 10-05 AlP. The Airport Improvement Progran1, a grant-in-aid program, administered by the Federal Aviation Administration. 10-06 AIR OPERATIONS AREA. For the purpose of these specifications, the term air operations area shall mean any area of the airport used or intended to be used for the landing, takeoff, or surface maneuvering of aircraft. An air operation area shall include such paved or unpaved areas that are used or intended to be used for the unobstructed movement of aircraft in addition to its associated runway, or apron. 10-07 AIRPORT. Airport means an area ofland or water which is used or intended to be used for the landing and takeoff of aircraft, and includes its buildings and facilities, if any. ] 0-08 ASTM. The American Society for Testing and Materials. 10-09 AWARD. The acceptance, by the owner, of the successful bidder's proposal. 10-10 BIDDER. Any individual, partnership, firm, or corporation, acting directly or through a duly authorized representative, who submits a proposal for the work contemplated. 10-11 BUlLDING AREA. An area on the airport to be used, considered, or intended to be used for airport buildings or other buildings and facilities located thereon. GP-IO-I 10-12 CALENDAR DAY. Every day shown on the calendar. 10-13 CHANGE ORDER. A written order to the Contractor covering changes in the plans, specifications, or proposal quantities and establishing the basis of payment and contract time adjustment, if any, for the work affected by such changes. The work, covered by a change order, shall be within the scope ofthe contract. 10-14 CONTRACT. The written agreement between the Owner and the Contractor covering the work to be performed. The awarded contract shall include, but is not limited to: The Advertisement; The Contract Form; The Proposal; The Performance Bond; The Payment Bond; any required insurance certificates; The General Provisions; The Special Provisions; The Specifications; The Plans, and any addenda issued to bidders; Change Orders and agreements which are required to complete the construction of the work in an acceptable manner, including authorized extensions thereof, all of which constitute one instrument. 10-15 CONTRACT ITEM (PAY ITEM). A specific unit of work for which a price is provided in the contract. 10-16 CONTRACT TIME. The number of calendar days or working days, stated in the proposal, allowed for completion of the contract, including authorized time extensions. If a calendar date of completion is stated in the proposal, in lieu ofa number of calendar or working days, the contract shall be completed by that date. 10-17 CONTRACTOR. The individual, partnership, firm, .or corporation primarily liable for the acceptable performance of the work contracted and for the payment of all legal debts pertaining to the work who acts directly or through lawful agents or employees to complete the contract work. 10-18 DRAINAGE SYSTEM. The system of pipes, ditches, and structures by which surface or subsurface waters are collected and conducted from the airport area. 10-19 ENGINEER. The individual, partnership, firm, or corporation duly authorized by the owner (sponsor) to be responsible for engineering supervision of the contract work and acting directly or through an authorized representative. 10-20 EQUIPMENT. All machinery, together with the necessary supplies for upkeep and maintenance, and also all tools and apparatus necessary for the proper construction and acceptable completion ofthe work. 10-21 EXTRA WORK. An item of work not provided for in the awarded contract as previously modified by change order or supplemental agreement, but which is found by the Engineer to be necessary to complete the work within the intended scope of the contract as previously modified. GP-10-2 I I I I "I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 10-22 FAA. The Federal Aviation Administration of the U.S. Department of Transportation. When used to designate a person, FAA shall mean the Administrator or hislher duly authorized representative. 10-23 FEDERAL SPECIFICATIONS. The Federal Specifications and Standards, and supplements, amendments, and indices thereto are prepared and issued by the General Services Administration of the Federal Govenunent. They may be obtained from Standardization Documents - Order Desk, 700 Robbins Avenue, Building 4 - Section D, Philadelphia, Pennsylvania 19111-5094, Telephone (215)697-2197. 10-24 INSPECTOR. An authorized representative of the Engineer assigned to make all necessary inspections and/or tests of the work performed or being performed, or of the materials furnished or being furnished by the Contractor. 10-25 INTENTION OF TERMS. Whenever, in these specifications or on the plans, the words" directed," "required," "pemlitted," "ordered," "designated," "prescribed," or words of the like import are used, it shall be understood that the direction, requirement, permission, order, designation, or prescription of the Engineer is intended; and similarly, the words "approved," "acceptable," "satisfactory," or words oflike import, shall mean approved by, or acceptable to, or satisfactory to the Engineer, subject in each case to the final determination of the owner. Any reference to a specific requirement of a numbered paragraph ofthe contract specifications or a cited standard shall be interpreted to include all general requirements of the entire section, specification item, or cited standard that may be pertinent to such specific reference. 10-26 LAB ORA TORY. The official testing laboratories of the owner or such other laboratories as may be designated by the Engineer. 10-27 LIGHTING. A system of fixtures providing or controlling the light sources used on or near the airport or within the airport buildings. The field lighting includes all luminous signals, markers, floodlights, and illuminating devices used on or near the airport or to aid in the operation of aircraft landing at, taking off from, or taxiing on the airport surface. 10-28 MAJOR AND MINOR CONTRACT ITEMS. A major contract item shall be any item that is listed in the proposal, the total cost of which is equal to or greater than 20 percent ofthe total amount of the award contract. All other items shall be considered minor contract items. 10-29 work. MATERIALS. Any substance specified for use in the construction of the contact 10-30 MIL SPECIFICATION. The Military Specifications and Standards, and indices thereto, are prepared and issued by the Department of Defense. They may be obtained from the same address noted in paragraph 10-23. GP-IO-3 10-31 NOTICE TO PROCEED. A written notice to the Contractor to begin the actual contract work on a previously agreed to date. If applicable, the Notice to Proceed shall state the date on which the contract time begins. 10-32 OWNE~ (SPONSOR). The term owner shall mean the party of the first part or the contracting agency sigilatory to the contract. For AIP contracts, the term sponsor shall have the same meaning as the term owner. 10-33 PAVEMENT. The combined surface course, base course, and subbase course, if any, considered as a single unit. 10-34 PAYMENT BOND. The approved form of security furnished by the Contractor and hislher surety as a guaranty of good faith and ability on the part of the Contractor to execute the work in accordance with their terms of the Plans, Specifications, and Contract, and as a guaranty that he will pay in full all bills and accounts for materials and labor used in the construction ofthe work, as provided by law. 10-35 PERFORMANCE BOND. The approved form of security furnished by the Contractor and hislher surety as a guaranty that the Contractor will complete the work in accordance with the terms of the contract. 10-36 PLANS. The official drawings or exact reproductions which show the location, character, dimensions and details of the airport and the work to be done and which are to be considered as a part of the contract, supplementary to the specifications. 10-37 PROJECT. The agreed scope of work for accomplishing specific airport development with respect to a particular airport. 10-38 PROPOSAL. The written offer of the bidder (when submitted on the approved proposal form) to perform the contemplated work and furnish the necessary materials in accordance with the provisions ofthe plans and specifications. 10-39 PROPOSAL GUARANTY. The security furnished with a proposal to guarantee that the bidder will enter into a contract ifhislher proposal is accepted by the owner. 10-40 RUNWAY. The area on the airport prepared for the landing and takeoff of aircraft. 10-41 SPECIAL PROVISIONS. The specific clauses setting forth conditions or requirements peculiar to the project under consideration. 10-42 SPECIFICA TIONS. A part of the contract containing the written directions and requirements for completing the contract work. Standards for specifying materials or testing which GP-I0-4 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I are cited in the contract specifications by reference shall have the same force and effect as if included in the contract physically. 10-43 SPONSOR. A public agency or a political subdivision of a State in whom rests the title to the airport at which the construction under this contract is to be performed. Political subdivision refers to a County, City, Village, Township, or any combination or authority thereofas provided by law for the construction and operation of airports. The sponsor may also be referred to as the Owner in several parts of the contract. 10-44 STRUCTURES. Airport facilities such a~ bridges; culverts; catch basins, inlets, retaining walls, cribbing; stonn and sanitary sewer lines; water lines; underdrains; electrical ducts, manholes, handholes, lighting fixtures and bases; transformers; flexible and rigid pavements navigational aids; buildings, vaults; and, other manmade features of the airport that may be encountered in the work and not otherwise classified herein. 10-45 SUBCONTRACTOR. The prequalified (where required) individual, partnership or corporation, or a combination thereof, undertaking the execution of a part of the work under the terms ofthe contract, by virtue of an agreement with the Contractor approved by the Owner. 10-46 SUB GRADE. The soil which forms the pavement foundation. 10-47 SUPERINTENDENT. The Contractor's executive representative who is present on the work during progress, authorized to receive and fulfill instructions from the Engineer, and who shall supervise and direct the construction. 10-48 SUPPLEMENT AL AGREEMENT. A written agreement between the Contractor and the owner covering: (1) work that would increase or decrease the total amount of the awarded contract, or any major contract item, by more than 25 percent, such increased or decreased work being within the scope ofthe originally awarded contract; or (2) work that is not within the scope of the originally awarded contract. 10-49 SURETY. The corporation, partnership, or individual, other than the Contractor, executing payment or performance bonds which are furnished to the owner by the Contractor. 10-50 T AXIW A Y. For the purpose of this document, the term taxiway means the portion of the air operations area of an airport that has been designated by competent airport authority for movement of aircraft to and from the airport's runways or aircraft parking areas. 10-51 WORK. The furnishing of all labor, materials, tools, equipment, and incidentals necessary or convenient to the Contractor's performance of all duties and obligations imposed by the contract, plans, and specifications. GP-IO-5 10-52 WORKING DA Y. A working day shall be any day other than a legal holiday, Saturday, or Sunday on which the normal working forces ofthe Contractor may proceed with regular work for at least 6 hours toward completion ofthe contract. Unless work is suspended for causes beyond the Contractor's control, Saturdays, Sundays and holidays on which the Contractor's forces engage in regular work, requiring the presence of an inspector, will be considered as working days. END OF SECTION 10 GP-IO-6 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I SECTIONS 20 AND 30 ARE DELETED REFERENCE SUPPLEMENTARY CONDITIONS SC-5 AND SC-7, RESPECTIVEL Y I I I I I I I I I I I I I I I I I I I SECTION 40 SCOPE OF WORK 40-01 INTENT OF CONTRACT. The intent ofthe contract is to provide for construction and completion, in every detail, ofthe work described. It is further intended that the Contractor shall furnish all labor, materIals, equipment, tools, transportation, and supplies required to complete the work in accordance with the plans, specifications, and terms ofthe contract. 40-02 AL TERA TION OF WORK AND QUANTITIES. The owner reserves and shall have the right to make such alterations in the work as may be necessary or desirable to complete the work originally intended in an acceptable manner. Unless otherwise specified herein, the Engineer shall be and is hereby authorized to make such alterations in the work as may increase or decrease the originally awarded contract quantities, provided that the aggregate of such alterations does not change the total contract cost or the total cost of any major contract item by more than 25 percent (total cost being based on the unit prices and estimated quantities in the awarded contract). Alterations which do not exceed the 25 percent limitation shall not invalidate the contract nor release the surety, and the Contractor agrees to accept payment for such alterations as ifthe altered work had been a part ofthe original contract. These alterations which are for work within the general scope of the contract shall be covered by "Change Orders" issued by the Engineer. Change orders for altered work shall include extensions of contract time where, in the Engineer's opinion, such extensions are commensurate with the amount and difficulty of added work. Should the aggregate amount of altered work exceed the 25 percent limitation hereinbefore specified, such excess altered work shall be covered by supplemental agreement. If the owner and the Contractor are unable to agree on a unit adjustment for any contract item that requires a supplemental agreement, the owner reserves the right to terminate the contract with respect to the item and make other arrangements for its completion. All supplemental agreements shall be approved by the FAA and shall include valid wage determinations of the U.S. Secretary of Labor when the amount of the supplemental agreement exceeds $2,000. However, if the Contractor elects to waive the limitations on work that increases or decreases the originally awarded contract or any major contract item by more than 25 percent, the supplemental agreement shall be subject to the same U.S. Secretary of Labor wage determination as was included in the originally awarded contract. All supplemental agreements shall require consent of the Contractor's surety and separate performance and payment bonds. 40-03 OMITTED ITEMS. The Engineer may, in the owner's best interest, omit from the work any contract item, except major contract items. Major contract items may be omitted by a supplemental agreement. Such omission of contract items shall not invalidate any other contract provision or requirement. Should a contract item be omitted or otherwise ordered to be nonperformed, the Contractor shall be paid for all work perfonned toward completion of such item prior to the date of the order to omit such item. Payment for work performed shall be in accordance with the subsection titled PAYMENT FOR OMITTED ITEMS of Section 90. GP-40-1 40-04 EXTRA WORK. Should acceptable completion of the contract require the Contractor to perform an item of work for which no basis of payment has been provided in the original contract or previously issued change orders or supplemental agreements, the same shall be called Extra Work. Extra work that is within the general scope of the contract shall be covered by written change order. Change orders for such extra work shall contain agreed unit prices for performing the change order work in accordance with the requirements specified in the order, and shall contain any adjustment to the contract time that, in the Engineer's opinion, is necessary for completion of such extra work. When determined by the Engineer to be in the owner's best interest, he may order the Contractor to proceed with extra work by force account as provided in the subsection titled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of Section 90. Extra work that is necessary for acceptable completion of the project, but is not within the general scope ofthe work covered by the original contract shall be covered by a Supplemental Agreement as hereinbefore defined in the subsection titled SUPPLEMENTAL AGREEMENT of Section 10. Any claim for payment of extra work that is not covered by written agreement (change order or supplemental agreement) shall be rejected by the owner. 40-05 MAINTENANCE OF TRAFFIC. It is the explicit intention of the contract that the safety of aircraft, as well as the Contractor's equipment and personnel, is the most important consideration. It is understood and agreed that the Contractor shan provide for the free and unobstructed movement of aircraft in the air operations areas of the airport with respect to his/her own operations and the operations of all his/her subcontractors as specified in the subsection titled LIMIT A TION OF OPERATIONS of Section 80. It is further understood and agreed that the Contractor shall provide for the uninterrupted operation of visual and electronic signals (including power supplies thereto) used in the guidance of aircraft while operating to, from, and upon the airport as specified in the subsection titled CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS in Section 70. With respect to his/her own operations and the operations of all his/her subcontractors, the Contractor shall provide marking, lighting, and other acceptable means of identifying: personnel; equipment; vehicles; storage areas; and any work area or condition that may be hazardous to the operation of aircraft, fire-rescue equipment, or maintenance vehicles at the airport. When the contract requires the maintenance of vehicular traffic on an existing road, street, or highway during the Contractor's performance of work that is otherwise provided for in the contract, plans, and specifications, the Contractor shall keep such road, street, or highway open to all traffic and shall provide such maintenance as may be required to accommodate traffic. The Contractor shall furnish, erect, and maintain barricades, warning signs, flagmen, and other traffic control devices in reasonable conformity with the Manual of Uniform Traffic Control Devices for Streets and Highways (published by the United States Government Printing Office), unless otherwise specified herein. The Contractor shall also construct and maintain in a safe condition any temporary GP-40-2 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I connections necessary for ingress to and egress from abutting property or intersecting roads, streets or highways. The Contractor shall make his/her own estimate of all labor, materials, equipment, and incidentals necessary for providing the maintenance of aircraft and vehicular traffic as specified in this subsection. The cost of maintaining the aircraft and vehicular traffic specified in this subsection shall not be measured or paid for directly, but shall be included in the various contract items. 40-06 REMOV AL OF EXISTING STRUCTURES. All existing structures encountered within the established lines, grades, or grading sections shall be removed by the Contractor, unless such existing structures are otherwise specified to be relocated, adjusted up or down, salvaged, abandoned in place, reused in the work or to remain in place. The cost of removing such existing structures shall not be measured or paid for directly, but shall be included in the various contract items. Should the Contractor encounter an existing structure (above or below ground) in the work for which the disposition is not indicated on the plans, the Engineer shall be notified prior to disturbing such structure. The disposition of existing structures so encountered shall be immediately determined by the Engineer in accordance with the provisions of the contract. Except as provided in the subsection titled RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK of this section, it is intended that all existing materials or structures that may be encountered (within the lines, grades, or grading sections established for completion of the work) shall be utilized in the work as otherwise provided for in the contract and shall remain the property of the owner when so utilized in the work. 40-07 RIGHTS IN AND USE OF MA TERlALS FOUND IN THE WORK. Should the Contractor encounter any material such as (but not restricted to) sand, stone, gravel, slag, or concrete slabs within the established lines, grades, or grading sections, the use of which is intended by the terms of the contract to be either embankment or waste, he may at hislher option either: a Use such material in another contract item, providing such use is approved by the Engineer and is in conformance with the contract specifications applicable to such use; or, b Remove such material from the site, upon written approval ofthe Engineer; or c Use such material for his/her own temporary construction on site; or, d Use such material as intended by the terms of the contract. GP-40-3 Should the Contractor wish to exercise option a., b., or c., he shall request the Engineer's approval in advance of such use. Should the Engineer approve the Contractor's request to exercise option a., b., or C., the Contractor shall be paid for the excavation or removal of such material at the applicable contract price. The Contractor shall replace, at his/her own expense, such removed or excavated material with an agreed equal volume of material that is acceptable for use in constructing embankment, backfills, or otherwise to the extent that such replacement material is needed to complete the contract work. The Contractor shall not be charged for his/her use of such material so used in the work or removed from the site. It is understood and agreed that the Contractor shall make no claim for delays by reason of his /her exercise of option a., b., or c. The Contractor shall not excavate, remove, or otherwise disturb any material, structure, or part of a structure which is located outside the lines, grades, or grading sections established for the work, except where such excavation or removal is provided for in the contract, plans, or specifications. 40-08 FINAL CLEANING UP. Upon completion of the work and before acceptance and final payment will be made, the Contractor shall remove from the site all machinery, equipment, surplus and discarded materials, rubbish, temporary structures, and stumps or portions of trees. He shall cut all brush and woods within the limits indicated and shall leave the site in a neat and presentable condition. Material cleared from the site and deposited on adjacent property win not be considered as having been disposed of satisfactorily, unless the Contractor has obtained the written permission of such property owner. 40-09 ACCESS TO THE WORK. Access to the work will be via the access routes shown on the plans or as directed by the Engineer. The Contractor shall identify access routes with suitable signs, barricades and similar equipment. The entire access route and construction site shall be kept free and clean of all debris at all times and maintained in good repair by the Contractor. All damage to the access route caused by the actions of the Contractor or his agents shall be immediately repaired to the satisfaction of the Owner. No additional payment will be made to the Contractor for complying with the requirements of this subsection. No other access to the work sites will be permitted without written approval by the Engineer. Contractor's vehicles and equipment, including vehicles and equipment of subcontractors and others coming under the Contractor's control, will not be permitted to traverse other airfield areas or pavements without written approval of the Engineer. Contractor's vehicles, equipment, and materials may be stored in the area designated on the Plans. Upon completion of the work, the storage area shall be cleaned up and returned to its original GP-40-4 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I condition to the satisfaction of the Engineer. No special payment will be made for clean up and restoration ofthe storage area. Space will be allotted by the Engineer for the use of employees of the Contractor and his subcontractor(s) for the daily parking of their automobiles during the construction period. Personal vehicles of employees and vehicles operated by vendors of goods or services will not be permitted beyond the Contractor's parking area. Drivers of vehicles being operated beyond this area shall be subject to loss of permission to enter the construction site. END OF SECTION 40 GP-40-5 I I I I I I I I I I I I I I I I I I I SECTION 50 CONTROL OF WORK 50-01 AUTHORITY OF THE ENGINEER. The Engineer shall decide any and all questions which may arise as to the quality and acceptability of materials furnished, work performed, and as to the manner of performance and rate of progress ofthe work. He shall decide all questions which may arise as to the int'~rpretation of the specifications or plans relating to the work, the fulfillment ofthe contract on the part ofthe Contractor, and .the rights of different Contractors on the project. The Engineer shall determine the amount and quality ofthe several kinds of work performed and materials furnished which are to be paid for the under contract. 50-02 CONFORMITY WITH PLANS AND SPECIFICATIONS. All work and all materials furnished shall be in reasonably close conformity with the lines, grades, grading sections, cross sections, dimensions, rr.aterial requirements, and testing requirements that are specified (including specified tolerances) in the contract, plans or specifications. If the Engineer finds the materials furnished, work performed, or the finished product not within reasonably close conformity with the plans and specifications but that the portion of the work affected will, in hislher opinicn, result in a finished product having a level of safety, economy, durability, and workmanship acceptable to the owner, he will advise the owner of hislher determination that the affected work be accepted and remain in place. In this event, the Engineer will document his/her determination and recommend to the owner a basis of acceptance which will provide for an adjustment in the contract price for the affected portion ofthe work. The Engineer's determination and recommended contract price adjustments will be based on good engineering judgment and such tests or rete~ ts of the affected work as are, in his/her opinion, needed. Changes in the contract price shall be cc vered by contract modifications (change order or supplemental agreement) as applicable. If the Engineer finds the matelials furnished, work performed, or the finished product are not in reasonably close confoffi1ity with the plans and specifications and have resulted in an unacceptable finished product, the affected work or materials shall be removed and replaced or otherwise corrected by and at the expense ofthe Ccntractor in accordance with the Engineer's written orders. For the purpose of this subsection, the term "reasonably close conformity" shall not be construed as waiving the Contractor's responsibility to complete the work in accordance with the contract, plans, and specifications. The term sh:lll not be construed as waiving the Engineer's right to insist on strict compliance with the requirements of the contract, plans, and specifications during the Contractor's prosecution ofthe work, when, : n the Engineer's opinion, such compliance is essential to provide an acceptable finished portion of be work. GP-50-1 F or the purpose of this subsection, the term "reasonably close conformity" is also intended to provide the Engineer with the authority to use good engineering judgment in hislher determinations as to acceptance of work that is not in strict conformity but will provide a finished product equal to or better than that intended by the requirements of the contract, plans and specifications. 50-03 COORDINATION OF CONTRACT, PLANS. AND SPECIFICATIONS. The contract, plans, specifications, and all referenced standards cited are essential parts of the contract requirements. A requirement occurring in one is as binding as though occurring in all. They are intended to be complementary and to describe and provide for a complete work. In resolving conflicts, discrepancies, or errors in the various contract documents, the documents shall be given the order of precedence, as follows: Contract, Supplemental Agreement, Change Order, Addenda, Supplementary Conditions, Plans, Specifications, General Provisions. In case of discrepancy, figured dimensions, unless obviously incorrect, shall govern over scaled dimensions. Cited standards for materials or testing, and cited FAA Advisory Circulars shall be considered as standard specifications. Any table, gradation, size, dimension, rate, mix, method, nomenclature, pay item number, basis of payment or method of measurement shown on the plans, which is at variance with the standard specifications, shall be considered an amendment or supplement to the applicable specification. The Contractor shall not take advantage of any apparent error or omission on the plans or specifications. In the event the Contractor discovers any apparent error or discrepancy, he shall immediately call upon the Engineer for his/her interpretation and decision, and such decision shall be final. 50-04 COOPERA nON OF CONTRACTOR. The Contractor will be supplied with five (5) copies of the plans and specifications. He shall have available on the work at all times one copy each ofthe plans and specifications. Additional copies of plans and specifications may be obtained by the Contractor for the cost of reproduction and postage. The Contractor shall give constant attention to the work to facilitate the progress thereof, and he shall cooperate with the Engineer and his/her inspectors and with other contractors in every way possible. The Engineer shall allocate the work and designate the sequence of construction in case of controversy between contractors. The Contractor shall have a competent superintendent on the work at all times who is fully authorized as his/her agent on the work. The superintendent shall be capable of reading and thoroughly understanding the plans and specifications and shall receive and fulfill instructions from the Engineer or hislher authorized representative. 50-05 COOPERATION BETWEEN CONTRACTORS. The owner reserves the right to contract for and perform other or additional work on or near the work covered by this contract. When separate contracts are let within the limits of anyone project, each Contractor shall conduct hislher work so as not to interfere with or hinder the progress of completion of the work being performed by other Contractors. Contractors working on the same project shall cooperate with each other as directed. GP-50-2 I I I I I I I I I I I I I I IeI I I I I I I I I I I I I I I I I I I I I I I Each Contractor involved shall assume all liability, financial or otherwise, in connection with hislher contract and shall protect and s,:ve harmless the owner from any and all damages or claims that may arise because of inconvenience, delays, or loss experienced by him because of the presence and operations of other Contractors working within the limits of the same project. The Contractor shall arrange hislherwork and shall place and dispose ofthe materials being used so as not to interfere with the oper.ltions of the other Contractors within the limits ofthe same project. He shall join hislher work witt that of the others in an acceptable manner and shall perform it in proper sequence to that of the ethers. 50-06 CONSTRUCTION LAYOUT AND STAKES. Utilizing the data shown on the plans and/or furnished by the Engineer, the Contractor shall establish all horizontal and vertical controls necessary to construct the work in conformance with the plans and specifications. The work shall include performing all calculations required and setting all stakes needed, such as offset stakes, reference point stakes, slope stakes, and other reference marks or points necessary to provide lines and grades for construction. The Contractor shall employ only competent personnel and utilize only suitable equipment in performing layout work. He shall not engage the servic.es of any person or persons in the employ of the Engineer for performance of layout work. Adequate field notes and records shall be kept as layout work is accomplished. These field notes and records shall be available for n:view by the Engineer as the work progresses and copies shall be furnished to the Engineer at the time of completion ofthe project. Any inspection or checking of the Contractor's field notes or layou t work by the Engineer and the acceptance of all or any part thereof, shall not relieve the Contractor of his responsibility to achieve the lines, grades, and dimensions shown in the plans and specifications. The cost of all stakes and the cost of performing layout work as described above shall be included in the contract unit prices for the various items of work to which it is incidental. 50-07 AUTOMA TICALL Y CONTROLLED EQillPMENT. Whenever batching or mixing plant equipment is required to he operated automatically under the contract and a breakdown or malfunction ofthe automatic controls occurs, the equipment may be operated manually or by other methods for a period 48 hours bllowing the breakdown or malfunction, provided this method of operations will produce results which conform to all other requirements of the contract. 50-08 AUTHORITY AND DUTIES OF INSPECTORS. Inspectors employed by the owner shall be authorized to inspect all work done and all material furnished. Such inspection may extend to all or any part of the work and to the preparation, fabrication, ormanufacture of the materials to be used. Inspectors are not authcrized to revoke, alter, or waive any provision of the contract. GP-50-3 Inspectors are not authorized to issue instructions contrary to the plans and specifications or to act as foreman for the Contractor. 50-09 INSPECTION OF THE WORK. All materials and each part or detail of the work shall be subject to inspection by the Engineer. The Engineer shall be allowed access to all parts of the work and shall be furnished with such information and assistance by the Contractor as is required to make a complete and detailed inspection. Ifthe Engineer requests it, the Contractor, at any time before acceptance ofthe work, shall remove or uncover such portions of the finished work as may be directed. After examination, the Contractor shall restore said portions of the work to the standard required by the specifications. Should the work thus exposed or examined prove acceptable, the uncovering, or removing, and the replacing of the covering or making good ofthe parts removed will be paid for as extra work; but should the work so exposed or examined prove unacceptable, the uncovering, or removing, and the replacing ofthe covering or making good of the parts removed will be at the Contractor's expense. Any work done or materials used without supervision or inspection by an authorized representative of the owner may be ordered removed and replaced at the Contractor's expense unless the owner's representative failed to inspect after having been given reasonable notice in writing that the work was to be performed. Should the contract work include relocation, adjustment, or any other modification to existing facilities, not the property ofthe (contract) owner, authorized representatives ofthe owners of such facilities shall have the right to inspect such work. Such inspection shall in no sense make any facility owner a party to the contract, and shall in no way interfere with the rights of the parties to this contract. 50-10 REMOV AL OF UNACCEPTABLE AND UNAUTHORIZED WORK. All work which does not conform to the requirements of the contract, plans, and specifications will be considered unacceptable, unless otherwise determined acceptable by the Engineer as provided in the subsection titled CONFORMITY WITH PLANS AND SPECIFICATIONS of this section. Unacceptable work, whether the result of poor workmanship, use of defective materials, damage through carelessness, or any other cause found to exist prior to the final acceptance of the work, shall be removed immediately and replaced in an acceptable manner in accordance with the provisions of the subsection titled CONTRACTOR'S RESPONSIBILITY FOR WORK of Section 70. Work done contrary to the instructions of the Engineer, work done beyond the lines shown on the plans or as given, except as herein specified, or any extra work done without authority, will be considered as unauthorized and will not be paid for under the provisions of the contract. Work so done maybe ordered removed or replaced at the Contractor's expense. Upon failure on the part ofthe Contractor to comply forthwith with any order ofthe Engineer made under the provisions ofthis subsection, the Engineer will have authority to cause unacceptable work GP-50-4 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I to be remedied or removed and replaced and unauthorized work to be removed and to deduct the costs (incurred by the owner) from any monies due or to become due the Contractor. 50-II LOAD RESTRlCTIONS. The Contractor shall comply with all legal load restrictions in the hauling of materials on public roads beyond the limits of the work. A special permit will not relieve the Contractor of liabijty for damage which may result from the moving of material or equipment. \ The operation of equipment of such weight or so loaded as to cause damage to structures or to any other type of construction will not be pennitted. Hauling of materials over the base course or surface course under construction shall be limited as directed. No loads will be pennitted on a concrete pavement, base, or structure before the expiration of the curing period. The Contractor shall be responsible for all damage done by his/her hauling equipment and shall correct such damage at his/her own expense. 50-12 MAINTENANCE DURING CONSTRUCTION. The Contractor shall maintain the work during construction and until the work is accepted. This maintenance shall constitute continuous and effective work prosecuted day by day, with adequate equipment and forces so that the work is maintained in satisfactory condition at all times. In the case of a contract for the r lacing of a course upon a course or sub grade previously constructed, the Contractor shall maintain tl.e previous course or subgrade during all construction operations. All costs of maintenance work during construction and before the project is accepted shall be included in the unit prices bid on the various contract items, and the Contractor will not be paid an additional amount for such work. 50-13 F AlLURE TO MAfNT AIN THE WORK. Should the Contractor at any time fail to maintain the work as provided in the subsection titled MAINTENANCE DURING CONSTRUCTION of this section, the Engineer shall immediately notify the Contractor of such noncompliance. Such notificati::m shall specify a reasonable time within which the Contractor shall be required to remedy such unsatisfactory maintenance condition. The time specified will give due consideration to the exigency that exists. Should the Contractor fail to respond to the Engineer's notification, the Engineer may suspend any work necessary for the owner to ~orrect such unsatisfactory maintenance condition, depending on the exigency that exists. Any maintenance cost incurred by the owner, shall be deducted from monies due or to become due the Contractor. 50-14 PARTIAL ACCEPTANCE. Ifat any time during the prosecution ofthe project the Contractor substantially comple1 es a usable unit or portion ofthe work, the occupancy of which will benefit the owner, he may requeE t the Engineer to make final inspection ofthat unit. Ifthe Engineer finds upon inspection that the lmit has been satisfactorily completed in compliance with the contract, GP-50-5 he may accept it as being completed, and the Contractor may be relieved of further responsibility for that unit. Such partial acceptance and beneficial occupancy by the owner shall not void or alter any provision of the contract. 50-15 FINAL ACCEPTANCE. Upon due notice from the Contractor of presumptive completion ofthe entire project, the Engineer and owner will make an inspection. If all construction provided for and contemplated by the contract is found to be completed in accordance with the contract, plans, and specifications, such inspection shall constitute the final inspection. The Engineer shall notify the Contractor in writing of final acceptance as of the date of the final inspection. If, however, the inspection discloses any work, in whole or in part, as being unsatisfactory, the Engineer will give the Contractor the necessary instructions for correction of same and the Contractor shall immediately comply with and execute such instructions. Upon correction of the work, another inspection will be made which shall consti tute the final inspection, provided the work has been satisfactorily completed. In such event, the Engineer will make the final acceptance and notify the Contractor in writing of this acceptance as of the date of final inspection. 50-16 CLAIMS FOR ADJUSTMENT AND DISPUTES. If for any reason the Contractor deems that additional compensation is due him for work or materials not clearly provided for in the contract, plans, or specifications or previously authorized as extra work, he shall notify the Engineer in writing ofhislher intention to claim such additional compensation before he begins the work on which he bases the claim. If such notification is not given or the Engineer is not afforded proper opportunity by the Contractor for keeping strict account of actual cost as required, then the Contractor hereby agrees to waive any claim for such additional compensation. Such notice by the Contractor and the fact that the Engineer has kept account of the cost of the work shall not in any way be construed as proving or substantiating the validity ofthe claim. When the work on which the claim for additional compensation is based has been completed, the Contractor shall, within 10 calendar days, submit hislher written claim to the Engineer who will present it to the owner for consideration in accordance with local laws or ordinances. Nothing in this subsection shall be construed as a waiver of the Contractor's right to dispute final payment based on differences in measurements or computations. 50-17 RETEST OF WORK. When as provided for in the contract documents, the Owner performs sampling and tests ofthe work and the tests show a failure to meet the requirements of the contract documents, the expense of retesting, after reworking or substitution by the Contractor will be at the expense of the Contractor and such costs will be deducted from the payments otherwise due to the Contractor. 50-18 CORRECTION OF WORK AFTER FINAL PAYMENT. Neither the [mal certificate nor payment, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship and, unless otherwise specified, he shall remedy any defect due thereto and pay for any damage to other work resulting therefrom, which shall appear GP-50-6 I I I I I I I I I I I I I I I InI I I I I I I I I I I I I I I I I I I I I I within a period of one year frOIt. date of final acceptance. Wherever the word "acceptance" occurs, it shall be understood to mean fin al acceptance. The Owner shall give notice of observed defects with reasonable promptness. Ifthe Contractor fails to remedy any failure, defect, or damage within a reasonable time after the receipt of notice, the Owner shall have the right to replace, repair, or otherwise remedy the failure, defect, or damage at the Contractor's expens~e. With respect to all warranties, expressed or implied, from subcontractors, manufacturer, or suppliers for work performed and materials furnished under this Contractor, the Contractor shall: a Obtain a: I warranties that would be given in normal commercial practice; b Require all warranties to be executed, in writing, for the benefit ofthe Owner. END OF SECTION 50 GP-50- 7 I I I I I I I I I I I I I I I I I I I SECTION 60 CONTROL OF MATERIALS 60-0 I SOURCE OF S UPPL Y AND QUALITY REQUIREMENTS. The materials used on the work shall conform to the requirements of the contract, plans, and specifications. Unless otherwise specified, such matelials that are manufactured or processed shall be new (as compared to used or reprocessed). In order to expedite the inspection and testing of materials, the Contractor shall furnish complete statements to the Engineer as tc the origin, composition, and manufacture of all materials to be used in the work. Such statements shall be furnished promptly after execution of the contract but, in all cases, prior to delivery of such materials. At the Engineer's option, materials may be approved at the source of supply before delivery is started. If it is found after trial that sources of supply for previously approved materials do not produce specified products, the Contractor shall furnish materials from other sources. 60-02 SAMPLES, TESTS, AND CITED SPECIFICATIONS. All materials used in the work shall be inspected, tested, and approved by the Engineer before incorporation in the work. Any work in which untested materials are used without approval or written permission of the Engineer shall be performed at the Contractor's risk. Materials found to be unacceptable and unauthorized will not be paid for and, if directed by the Engineer, shall be removed at the Contractor's expense. Unless otherwise designated, tests in accordance with the cited standard methods of AASHTO or ASTM which are current on the date of advertisement for bids will be made by and at the expense of the owner. Samples will be taken by a qualified representative of the owner. All materials being used are subj ect to inspection, test, 0;' rejection at any time prior to or during incorporation into the work. Copies of all tests will be furni ~hed to the Contractor's representative at his/her request. In the event that any tests show a failure to meet the requirements of the contract document, the expense of retesting, after subs:.itution or modification by the Contractor, will be at the expense of the Contractor and such costs will be deducted from the payments otherwise due to the Contractor. The Contractor shall give suff.cient notification of the placing of orders for materials to permit testing. 60-03 CERTIFICATION OF COMPLIANCE. The Engineer may permit the use, prior to sampling and testing, of certa:n materials or assemblies when accompanied by manufacturer's certificates of compliance stating that such materials or assemblies fully comply with the requirements of the contract. The certificate shall be signed by the manufacturer. Each lot of such materials or assemblies delivered to the work must be accompanied by a certificate of compliance in which the lot, is clearly identified. Materials or assemblies used on the basis of certificates of compliance may be sampled and tested at any time and if found not to be in conformity with contract requirements will be subject to rejection whether in place or not. GP-60-1 The form and distribution of certificates of compliance shall be as approved by the Engineer. When a material or assembly is specified by "brand name or equal" and the Contractor elects to furnish the specified "brand name", the Contractor shall be required to furnish the manufacturer's certificate of compliance for each lot of such material or assembly delivered to the work. Such certificate of compliance shall clearly identify each lot delivered and shall certify as to: a Conformance to the specified performance, testing, quality or dimensional requirements; and, b Suitability of the material or assembly for the use intended in the contract work. Should the Contractor propose to furnish an "or equal" material or assembly, he shall furnish the manufacturer's certificates of compliance as hereinbefore described for the specified brand name material or assembly. However, the Engineer shall be the sole judge as to whether the proposed "or equal" is suitable for use in the work. The Engineer reserves the right to refuse permission for use of materials or assemblies on the basis of certificates of compliance. 60-04 PLANT INSPECTION. The Engineer or his/her authorized representative may inspect, at its source, any specified material or assembly to be used in the work. Manufacturing plants may be inspected from time to time for the purpose of determining compliance with specified manufacturing methods or materials to be used in the work and to obtain samples required for his/her acceptance ofthe material or assembly. Should the Engineer conduct plant inspections, the following conditions shall exist: a The Engineer shall have the cooperation and assistance ofthe Contractor and the producer with whom he has contracted for materials. b The Engineer shall have full entry at all reasonable times to such parts ofthe plant that concern the manufacture or production of the materials being furnished. c Ifrequired by the Engineer, the Contractor shall arrange for adequate office or working space that may be reasonably needed for conducting plant inspections. Office or working space should be conveniently located with respect to the plant. It is understood and agreed that the owner shall have the right to retest any material which has been tested and approved at the source of supply after it has been delivered to the site. The Engineer shall have the right to reject only material which, when retested, does not meet the requirements of the contract, plans, or specifications. GP-60-2 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 60-05 ENGINEER'S FIELD OFFICE AND LAB ORA TORY. When specified and provided for as a contract item, the Contractor shall furnish a building for the exclusive use ofthe Engineer as a field office and field testing laboratory. The building shall be furnished and maintained by the Contractor as specified herein and shall become property of the Contractor when the contract work is completed. 60-06 STORAGE OF MATERIALS. Materials shall be so stored as to assure the preservation oftheir quality and fitness for the work. Stored materials, even though approved before storage, may again be inspected prior to their use in the work. Stored materials shall be located so as to facilitate their prompt inspec tion. The Contractor shall coordinate the storage of all materials with the Engineer. Materials to be stored on airport property shall not create an obstruction to air navigation nor shall they interfere with the free and unobstructed movement of aircraft. Unless otherwise shown on the plans, 1 he storage of materials and the location ofthe Contractor's plant and parked equipment or vehicles siall be as directed by the Engineer. Private property shall not be used for storage purposes without written permission of the owner or lessee of such property. The Contractor shall make all arransements and bear all expenses for the storage of materials on private property. Upon request, the Contractor shall furnish the Engineer a copy of the property owner's permIssIOn. All storage sites on private or airport property shall be restored to their original condition by the Contractor at hislher entire expl~nse, except as otherwise agreed to (in writing) by the owner or lessee of the property. 60-07 UNACCEPTABLE MATERIALS. Any material or assembly that does not conform to the requirements of the conI ract, plans, or specifications shall be considered unacceptable and shall be rejected. The Contractor shall remove any rejected material or assembly from the site of the work, unless otherwise instructed by the Engineer. Rejected material or assembly, ~he defects of which have been corrected by the Contractor, shall not be returned to the site ofthe wcrk until such time as the Engineer has approved its use in the work. 60-08 OWNER FURJ\iISHED MATERIALS. The Contractor shall furnish all materials required to complete the work, except those specified herein (if any) to be furnished by the owner. Owner-furnished materials shall be made available to the Contractor at the location specified herein. All costs of handling, transpOltation from the specified location to the site of work, storage, and installing owner-furnished matl~rials shall be included in the unit price bid for the contract item in which such owner-furnished mlterial is used. After any owner-furnished material has been delivered to the location specified, the Contractor shall be responsible for any demurra.~e, damage, loss, or other deficiencies which may occur during the Contractor's handling, storage, or use of such owner-furnished material. The owner wi 11 deduct from GP -60- 3 I I any monies due or to become due the Contractor any cost incurred by the owner in making good such loss due to the Contractor's handling, storage, or use of owner-furnished materials. I END OF SECTION 60 I I I I I I I I I I I I I I I GP-60-4 I I I I I I I I I I I I I I I I I I I I SECTION 70 LEGAL REGULATIONS AND RESPONSIBILITY TO PUBLIC 70-01 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of all Federal and State laws, all local laws, ordinances, and regulations and all orders and decrees of bodies or tribunals having any junsdictic n or authority, which in any manner affect those engaged or employed on the work, or which in any way affect the conduct of the work. He shall at all times observe and comply with all such laws, ordinances, regulations, orders, and decrees; and shall protect and indemnify the owner and an his/her officers, agents, or servants against any claim or liability arising from or based on the violation of any such law, ordinance, regulation, order, or decree, whether by himself or his/her employees. Ifthe Contractor observes that the drawings and specifications are at variance with any laws, codes, ordinances, and regulations, h ~ shall promptly notify the Engineer in writing, and any necessary changes shall be adjusted as provided in the contract for changes in the work. If the Contractor performs any work contrary to such laws, codes, ordinances, and regulations, and without such notice to the Engineer, he shaL bear all costs arising therefrom. 70-02 PERMITS, LICENSES, AND TAXES. The Contractor shall procure all permits and licenses, pay all charges, fees, end taxes, and give all notices necessary and incidental to the due and lawful prosecution of the work. 70-03 PATENTED DEVICES, MATERlALS, AND PROCESSES. If the Contractor is required or desires to use any design, device, material, or process covered by letters of patent or copyright, he shall provide for ~;uch use by suitab Ie legal agreement with the patentee or owner. The Contractor and the surety shall indemnify and save harmless the owner, any third party, or political subdivision from any and all daims for infringement by reason of the use of any such patented design, device, material or process, or any trademark or copyright, and shall indemnify the owner for any costs, expenses, and damages which it may be obliged to pay by reason of an infringement, at any time during the prosecutio:l or after the completion of the work. 70-04 RESTORA TIU~ OF SURF ACES DISTURBED BY OTHERS. The owner reserves the right to authorize the constr lction, reconstruction, or maintenance of any public or private utility service, FAA or National Oceanic and Atmospheric Administration (NOAA) facility, or a utility service of another government agency at any time during the progress of the work. Except as indicated on the plans or contract documents, the Contractor shall not permit any individual, firm, or corporation to excavate or otherwise disturb such utility services or facilities located within the limits of the work without the written permission of the Engineer. GP-70-1 Should the owner of public or private utility service, FAA, or NOAA facility, or a utility service of another government agency be authorized to construct, reconstruct, or maintain such utility service or facility during the progress of the work, the Contractor shall cooperate with such owners by arranging and performing the work in this contract so as to facilitate such construction, reconstruction or maintenance by others whether or not such work by others is listed above. When ordered as extra work by the Engineer, the Contractor shall make all necessary repairs to the work which are due to such authorized work by others, unless otherwise provided for in the contract, plans, or specifications. It is understood and agreed that the Contractor shall not be entitled to make any claim for damages due to such authorized work by others or for any delay to the work resulting from such authorized work. 70-05 FEDERAL AND STATE AID PARTICIPATION. For AlP contracts, the United States Government has agreed to reimburse the owner for some portion of the contract costs. Such reimbursement is made from time to time upon the owner's (sponsor's) request to the FAA. In consideration of the United States Government's (FAA's) agreement with the owner, the owner has included provisions in this contract pursuant to the requirements ofthe Airport Improvement Act of 1982, as amended by the Airport and Airway Safety and Capacity Expansion Acts of 1987 and 1990, and the Rules and Regulations of the FAA that pertain to the work. As required by the Act, the contract work is subject to the inspection and approval of duly authorized representatives ofthe Administrator, FAA, and is further subject to those provisions of the rules and regulations that are cited in the contract, plans, or specifications. No requirement of the Act, the rules and regulations implementing the Act, or this contract shall be construed as making the Federal Government a party to the contract nor will any such requirement interfere, in any way, with the rights of either party to the contract. The attention ofthe Contractor is also invited to the fact that the State in which this project is located will pay a portion of the cost of this improvement. In accordance with said State's rules and regulations, work will be subject to such inspection of the State, or its representative, as deemed necessary to protect the interests of the people of the State. The Contractor shall furnish the inspecting party with every reasonable assistance to ascertain whether or not the requirements and intent of the contract are being met. Such inspections will in no way infer that the State is party to the contract, except for those contracts wherein the State is a signatory. 70-06 SANITARY, HEALTH, AND SAFETY PROVISIONS. The Contractor shall provide and maintain in a neat, sanitary condition such accommodations for the use of his/her employees as may be necessary to comply with the requirements of the state and local Board of Health, or of other bodies or tribunals having jurisdiction. Attention is directed to Federal, state, and local laws, rules and regulations concerning construction safety and health standards. The Contractor shall not require any worker to work in surroundings or under conditions which are unsanitary, hazardous, or dangerous to his/her health or safety. GP-70-2 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 70-07 PUBLIC CONVENIENCE AND SAFETY. The Contractor shall control hislher operations and those ofhislher subcontractors and all suppliers, to assure the least inconvenience to the traveling public. Under at: circumstances, safety shall be the most important consideration. The Contractor shall maintain the free and unobstructed movement of aircraft and vehicular traffic with respect to hislher own cperations and those of hislher subcontractors and all suppliers in accordance with the subsection titled MAINTENANCE OF TRAFFIC of Section 40 hereinbefore specified and shall limit such operations for the convenience and safety of the traveling public as specified in the subsection titled LIMITATION OF OPERATIONS of Section 80 hereinafter. The Contractor shall provide initial and continuing instructions to all supervisors, employees, subcontractors, and suppliers to enable them to conduct their work in a manner that will provide the maximum safety with the lea5t hindrance to air and ground traffic, the general public, airport employees, and to the workmen employed on the site. All safety provisions specified by the plans and documents or received from the Project Engineer, and those required by laws, codes and ordinances, shall be thoroughly disseminated and rigidly enforced. 70-08 BARRICADES. WARNING SIGNS, AND HAZARD MARKINGS. The Contractor shall furnish, erect, and maintain all barricades, warning signs, and markings for hazards necessary to protect the public and the work. When used during periods of darkness, such barricades, warning signs, and hazard markings shall be suitably illuminated. For vehicular and pedestrian traffic, the Contractor shall furnish, erect, and maintain barricades, warning signs, lights and other traffic control devices in reasonable conformity with the Manual of Uniform Traffic Control Devices for Streets and Highways (published by the United States Government Printing Office). When the work requires closing an air operations area of the airport or portion of such area, the Contractor shall furnish, erect, c.nd maintain temporary markings and associated lighting conforming to the requirements of AC 150/5340-1F, Marking of Paved Areas on Airports. The Contractor shall furnish, erect, and maintain markings and associated lighting of open trenches, excavations, temporary stock piles, and hislher parked construction equipment that may be hazardous to the operation of emergency fire-rescue or maintenance vehicles on the airport in reasonable conformance to AC l50/5370-2C, Operational Safety on Airports During Construction. The Contractor shall identify each motorized vehicle or piece of construction equipment in reasonable conformance to AC 150/5370-2C. The Contractor shall furnish and erect all barricades, warning signs, and markings for hazards prior to commencing work which requires such erection and shall maintain the barricades, warning signs, and markings for hazards untillheir dismantling is directed by the Engineer. Open-flame type lights shall not be permitted within the air operations areas ofthe airport. GP-70-3 70-09 USE OF EXPLOSIVES. When the use of explosives is necessary for the prosecution ofthe work, the Contractor shall exercise the utmost care not to endanger life or property, including new work. The Contractor shall be responsible for all damage resulting from the use of explosives. All explosives shall be stored in a secure manner in compliance with all laws and ordinances, and all such storage places sh~ll be clearly marked. Where no local laws or ordinances apply, storage shall be provided satisfactory to the Engineer and, in general, not closer than 1,000 feet from the work or from any building, road, or other place of human occupancy. The Contractor shall notify each property owner and public utility company having structures or facilities in proximity to the site ofthe work ofhis/her intention to use explosives. Such notice shall be given sufficiently in advance to enable them to take such steps as they may deem necessary to protect their property from injury. The use of electrical blasting caps shall not be permitted on or within 1,000 feet of the airport property. 70-10 PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPE. The Contractor shall be responsible for the preservation of all public and private property, and shall protect carefully from disturbance or damage all land monuments and property markers until the Engineer has witnessed or otherwise referenced their location and shall not move them until directed. The Contractor shall be responsible for all damage or injury to property of any character, during the prosecution ofthe work, resulting from any act, omission, neglect, or misconduct in hislher manner or method of executing the work, or at any time due to defective work or materials, and said responsibility will not be released until the project shall have been completed and accepted. When or where any direct or indirect damage or injury is done to public or private property by or on account of any act, omission, neglect, or misconduct in the execution of the work, or in consequence ofthe nonexecution thereof by the Contractor, he shall restore, at his/her own expense, such property to a condition similar or equal to that existing before such damage or injury was done, by repairing, or otherwise restoring as may be directed, or he shall make good such damage or injury in an acceptable manner. Work that is to remain in place which is damaged or defaced by reasons of work performed under this contract, shall be restored at no additional cost to the Owner. Items removed, indicated to be salvaged for Owner or reused in new work, which are damaged beyond repair, shall be replaced with equal new materials under this contract at no additional cost to the Owner. It is recognized that the Owner will incur the costs for employees' salaries, engineering fees, and otherwise in connection with the damage and inspection and repair of any such damage, caused by the Contractor; consequently, the Owner may incur loss of income by reason of the diversion of aircraft traffic from the airport resulting from interruption of the use of airport facilities; and that such expenses and loss of income are not measurable now and may not be reasonably ascertainable at the time of any incident caused by the Contractor. The Owner and the Contractor hereby agree to the assessment of liquidated damages in lieu of such expenses or other damages incurred by the GP-70-4 I I I I I I I I I I I I I I I IfI I I I I I I I I I I I I I I I I I I I I I Owner. In addition to the obligation of the Contractor to inunediately repair any cables or facilities damaged by the Contractor, a!: set forth above, the sum of not greater than $1,000.00 per incident may be deducted from any money due the Contractor, or if no money is due the Contractor, the Owner shall have the right to re:cover said sum or sums from the Contractor, from the surety, or from both. The amount of these deductions is to cover liquidated damages to the sponsor incurred by additional and other expenses and damages arising from the incident or incidents caused by the Contractor, and such deductions are not considered as penalties. 70-11 RESPONSIBIUTY FOR DAMAGE CLAIMS. The Contractor shall indemnify and save harmless the Engineer anc the owner and their officers, and employees from all suits, actions, or claims of any character broug~lt because of any injuries or damage received or sustained by any person, persons, or property on account of the operations of the Contractor; or on account of or in consequence of any neglect in safeguarding the work; or through use of unacceptable materials in constructing the work; or becat se of any act or omission, neglect, or misconduct of said Contractor; or because of any claims or amounts recovered from any infringements of patent, trademark, or copyright; or from any clainls or amounts arising or recovered under the "Workmen's Compensation Act," or any other law, ordinance, order, or decree. Money due the Contractor under and by virtue of hislher contract as may be considered necessary by the owner for such purpose may be retained for the use ofthe owner or, in case no money is due, hislher surety may be held until such suit or suits, action or actions, claim or claims for injuries or damages as aforesaid shall have been settled and suitable evidence to that effect furnished to the owner, except that money due the Contractor will not be withheld when the Contractor produces satisfactory evidence that he is adequately protected by public liability and property damage insurance. 70-12 THIRD PARTY BENEFICIARY CLAUSE. It is specifically agreed between the parties executing the contract ::hat it is not intended by any of the provisions of any part of the contract to create the public or any member thereof a third party beneficiary or to authorize anyone not a party to the contract to ma:ntain a suit for personal injuries or property damage pursuant to the terms or provisions of the contI act. 70-13 OPENING SECTIONS OF THE WORK TO TRAFFIC. Should it be necessary for the Contractor to complete portions of the contract work for the beneficial occupancy of the owner prior to completion ofthe entire contract, such "phasing" of the work shall be specified herein and indicated on the plans. When so specified, the Contractor shall complete such portions ofthe work on or before the date specified :>r as otherwise specified. The Contractor shall make hislher own estimate ofthe difficulties involved in arranging hislher work to permit such beneficial occupancy by the owner. Upon completion of any portion ofthe work indicated on the drawing, such portion shall be accepted by the owner in accordance with the subsection titled P ARTIAL ACCEPTANCE of Section 50. No portion ofthe work may be opened by the Contractor for public use until ordered by the Engineer in writing. Should it become necessary to open a portion ofthe work to public traffic on a temporary or intermittent basis, such openings shall be made when, in the opinion ofthe Engineer, such portion of the work is in an acceptable c:>ndition to support the intended traffic. Temporary or intermittent openings are considered to be inherent in the work and shall not constitute either acceptance of the portion of the work so opened or a waiver of any provision of the contract. Any damage to the GP-70-5 portion ofthe work so opened that is not attributable to traffic which is permitted by the owner shall be repaired by the Contractor at hislher expense. The Contractor shall make hislher own estimate ofthe inherent difficulties involved in completing the work under the conditions herein described and shall not claim any added compensation by reason of delay or increased cost due to opening a portion of the contract work. 70-14 CONTRACTOR'S RESPONSIBILITY FOR WORK. Until the Engineer's final written acceptance ofthe entire completed work, excepting only those portions ofthe work accepted in accordance with the subsection titled PARTIAL ACCEPTANCE of Section 50, the Contractor shall have the charge and care thereof and shall take every precaution against injury or damage to any part due to the action of the elements or from any other cause, whether arising from the execution or from the nonexecution of the work. The Contractor shall rebuild, repair, restore, and make good all injuries or damages to any portion ofthe work occasioned by any ofthe above causes before final acceptance and shall bear the expense thereof except damage to the work due to unforeseeable causes beyond the control of and without the fault or negligence of the Contractor, including but not restricted to acts of God such as earthquake, tidal wave, tornado, hurricane or other cataclysmic phenomenon of nature, or acts of the public enemy or of government authorities. lfthe work is suspended for any cause whatever, the Contractor shall be responsible for the work and shall take such precautions necessary to prevent damage to the work. The Con'tractor shall provide for normal drainage and shall erect necessary temporary structures, signs, or other facilities at hislher expense. During such period of suspension of work, the Contractor shall properly and continuously maintain in an acceptable growing condition all living material in newly established planting, seedings, and soddings furnished under hisfher contract, and shall take adequate precautions to protect new tree growth and other important vegetative growth against injury. 70-15 CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS. As provided in the subsection titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section, the Contractor shall cooperate with the owner of any public or private utility service, FAA or NOAA, or a utility service of another government agency that may be authorized by the owner to construct, reconstruct or maintain such utility services or facilities during the progress of the work. In addition, the Contractor shan control his/her operations to prevent the unscheduled interruption of such utility services and facilities. To the extent that such public or private utility services, FAA, or NOAA facilities, or utility services of another governmental agency are known to exist within the limits of the contract work, the approximate locations have been indicated on the plans. It is understood and agreed that the owner does not guarantee the accuracy or the completeness ofthe location information relating to existing utility services, facilities, or structures that may be shown on the plans or encountered in the work. Any inaccuracy or omission in such information shall not relieve the Contractor of his/her responsibility to protect such existing features from damage or unscheduled interruption of service. Prior to commencing the work in the general vicinity of an existing utility service or facility, the Contractor shall notify each owner ofhisfher plan of operation. If, in the Contractor's opinion, theo GP-70-6 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I' I I I I I I I I I owner's assistance is needed to locate the utility service or facility or the presence of a representative of the owner is desirable to ot serve the work, such advice should be included in the notification. Such notification shall be given by the most expeditious means to reach the utility owner's PERSON TO CONTACT no later than two normal business days prior to the Contractor's commencement of operations in such general vicinity. The Contractor shall furnish a written summary of the notification to the Engineer. The Contractor's failure to give the two day's notice hereinabove provided shall be cause for the Engineer to suspend the Contractor's operations in the general vicinity of a utility service or facility. Where the outside limits of an underground utility service have been located and staked on the ground, the Contractor shall be required to use excavation methods acceptable to the Engineer within 3 feet of such outside limits at such points as may be required to ensure protection from damage due to the Contractor's operations. Should the Contractor damage or interrupt the operation of a utility service or facility by accident or otherwise, he shall immediately notify the proper authority and the Engineer and shall take all reasonable measures to prevent further damage or interruption of service. The Contractor, in such events, shall cooperate with the utility service or facility owner and the Engineer continuously until such damage has been repaired and service restored to the satisfaction ofthe utility or facility owner. The Contractor shall bear all costs of damage and restoration of service to any utility service or facility due to his/her operation:; whether or not due to negligence or accident. The (contract) owner reserves the right to deduct s"Jch costs from any monies due or which may become due the Contractor, or his/her surety. 70-16 FURNISHING IUGHTS-OF - WAY. The owner will be responsible for furnishing all rights-of-way upon which the Vlork is to be constructed in advance of the Contractor's operations. 70-17 PERSONAL LIABILITY OF PUBLIC OFFICIALS. In carrying out any of the contract provisions or in exercising any power or authority granted to him by this contract, there shall be no liability upon the Engineer, hislher authorized representatives, or any officials of the owner either personally or as an official of the owner. It is understood that in such matters they act solely as agents and representatives of the owner. 70-18 NO WAIVER OF LEGAL RIGHTS. Upon completion ofthe work, the owner will expeditiously make final inspection and notify the Contractor of final acceptance. Such final acceptance, however, shall not preclude or estop the owner from correcting any measurement, estimate, or certificate made beDJre or after completion of the work, nor shall the owner be precluded or estopped from recovering from the Contractor or his/her surety, or both, such overpayment as may be sustained, or by failure on lhe part of the Contractor to fulfill his/her obligations under the contract. A waiver on the part of the owner of any breach of any part of the contract shall not be held to be a waiver of any other or subsequent breach. The Contractor, without prejudice to the terms of the contract, shall be liable to the owner for latent defects, fraud, or such gross mislakes as may amount to fraud, or as regards the owner's rights under any warranty or guaranty. GP-70-7 70-19 ENVIRONMENTAL PROTECTION. The Contractor shall comply with all Federal, state, and local laws and regulations controlling pollution of the environment. He shall take necessary precautions to prevent pollution of streams, lakes, ponds, and reservoirs with fuels, oils, bitumens, chemicals, or other harmful materials and to prevent pollution of the atmosphere from particulate and gaseous matter. In the event of conflict between Federal, State or local laws, codes, ordinances, rules and regulations concerning pollution control, the most restrictive applicable ones shall apply. The Contractor shall pay special attention to the pollution control requirements of the several specifications. Work items which may cause excessive pollution and shall be closely controlled by the Contractor are: a Clearing, grubbing, burning or other disposal. b Stripping, excavation, and embankment. c Drainage and ditching. d Aggregate production, handling and placing. e Cement, lime, or other stabilization. f Concrete and bituminous materials handling~ production, and paving. g Seeding, fertilizing, mulching and use of herbicides or insecticides. h Contractor's own housekeeping items; haul roads; sanitary facilities; water supply; equipment fueling; servicing and cleaning; job clean up and disposal. When the contractor submits his tentative progress schedule in accordance with PROSECUTION and PROGRESS, Section 80, he shall also submit for acceptance of the project engineer, his schedules for accomplislunent of temporary and permanent erosion control work, as are applicable for clearing, grading, structures at watercourses, construction, and paving, and his proposed method of erosion control on haul roads and borrow pits and his plan for disposal of waste materials. No work shall be started until the erosion control schedules and methods of operations have been accepted by the Engineer. The following listed stipulations shall apply to this contract unless more restrictive ones are specified by the plans, special provisions, laws, codes, ordinances, etc. Cost of pollution control shall be incidental to the appropriate work items unless otherwise specified. a Control of Water Pollution and Siltation. 1 All work of water pollution and siltation control is subject to inspection by the local and/or state governmental enforcing agent. GP-70-8 I I I I I I I I I II I I I I I I I I I I I I I I I I I I I I I I I II I I I I 2 All applicable regulations of fish and wildlife agencies and statutes rdating to the prevention and abatement of pollution shall be complied with in the performance of the contract. 3 Construction operations shall be conducted in such manner as to reduce erosion to the practicable minimum and to prevent damaging siltation of watercourses, streams, lakes or reservoirs. The surface area of erodible land, either on or off the airport site, exposed to the elements by clearing, grubbing or grading operations, including ~,ravel pits, waste or disposal areas and haul roads, at anyone time, f;:}r this contract, shall be subject to approval of the Engineer and the c uration of such exposure prior to final trimming and finishing of the areas shall be held to the minimum practical. The Engineer shall l.ave full authority to order the suspension of grading and other (.perations pending adequate and proper performance of trimming, finishing and maintenance work or to restrict the area of erodible land exposed to the elements. 4 Materials used for permanent erosion control measures shall meet the requirements of the applicable specifications. Gravel or stone, consisting of durable particles of fines, shall be used for construction pads, haul roads and temporary roads in or across streams. 5 Where called for on the plans, a stilling basin shall be constructed to prevent siltation in the stream from construction operations. 6 ~'he disturbance of lands and waters that are outside the limits of c.onstruction as staked is prohibited, except as found necessary and cpproved by the Engineer. 7 ~~he Contractor shall conduct his work in such manner as to prevent the entry of fuels, oils, bituminous materials, chemicals, sewage or other harmful materials into streams, rivers, lakes or reservoirs. 8 Water from aggregate washing or other operations containing ~ediment shall be treated by filtration, by use of a settling basin or other means to reduce the sediment content to a level acceptable to the local and/or state governmental enforcing agent. 9 All waterways shall be cleared as soon as practicable of falsework, piling, debris or other obstructions placed during construction operations and not a part of the finished work. Care shall be taken during construction and removal of such barriers to minimize the muddying of a stream. GP-70-9 I 10 The Contractor shall care for the temporary erosion and siltation I control measures during the period that the temporary measures are required and for the permanent erosion control measures until the I contract has been completed and accepted. Such care shall consist of the repair of areas damaged by erosion, wind, fire or other causes. .1 11 Permanent and temporary erosion control work that is damaged due to the Contractor's operations or where the work required is attributed I to the Contractor's negligence, carelessness, or failure to install permanent controls at the proper time, shall be repaired at the Contractor's expense. !I b Open Burning of Combustible Wastes. 1 The Contractor shall obtain a burning permit from local authorities, I where applicable, prior to any burning. 2 All burning shall conform to the conditions of the permit, except that I the conditions herein shall apply if they are more restrictive. 3 No tires, oils (except atomized fuels applied by approved equipment), -I asphalt, paint, or coated metals shall be permitted in combustible waste piles. I 4 Burning will not be permitted within 1,000 feet of a residential or built-up area nor within 100 feet of any standing timber or flammable I growth unless otherwise specified. 5 Burning shall not be permitted unless the prevailing wind is away I from a nearby town or built-up area. 6 Burning shall not be permitted during a local air inversion or other I climatic condition as would result in a pall of smoke over a nearby town or built-up area. 7 Burning shall not be permitted when the danger of brush or forest I fires is made known by Federal, State, or local officials. 8 The size and number of fires shall be restricted to avoid the danger of I brush or forest fires. Burning shall be done under surveillance of a watchman who shall have fire-fighting equipment and tools readily I available. c Control of Other Air Pollutants I 1 Minimum possible areas of open grading, borrow or aggregate excavation shall be exposed at one time, consistent with the progress I of the work. GP-70-10 I I I I I I i I I I I I I I I I I I I I 2 Grading areas shall be kept at proper moisture conditions. 3 ~;and or dust blows shall be temporarily mulched, with or without ~ eeding, or otherwise controlled with stabilizing agents. 4. Cements, fertilizers, chemicals, volatiles, etc., shall be stored in proper containers or with proper coverings to prevent accidental discharge into the air. 5 Aggregate bins, cement bins, and dry material batch trucks shall be properly covered to prevent loss of material to the air. 6 Drilling, grinding, and sand blasting apparatus shall be equipped with water, chemical, or vacuum dust controlling systems except where ctherwise permitted by the Engineer in writing. 7 Applications of chemicals and bitumens shall be held to r~commended rates. 8 Bituminous mixing plants shall be equipped with dust collectors as noted in the specifications. 9 Quarrying, batching, and mixing operations and the transfer of materials between trucks, bins, or stockpiles shall be properly controlled to minimize dust diffusion. 10 "Vhen necessary, certain operations shall be delayed until proper wind or climatic conditions exist to dissipate or inhibit potential pollutants to the satisfaction of the Project Engineer. 70-20 ARCHAEOLOGICAL AND HISTORICAL FINDINGS. Unless otherwise specified in this subsection, the Contractor is advised that the site of the work is not within any property, district, or site, and does not contain any building, structure, or object listed in the current National Register of Historic Places pub:ished by the United States Department ofInterior. Should the Contractor encounter, during hislher operations, any building, part of a building, structure, or object which is incongruous with its surroundings, he shall immediately cease operations in that location and Lotify the Engineer. The Engineer will immediately investigate the Contractor's finding and will dilect the Contractor to either resume his/her operations or to suspend operations as directed. Should the Engineer order suspension of the Contractor's operations in order to protect an archaeological or historical finding, or order the Contractor to perform extra work, such shall be covered by an appropriate contract modification (change order or supplemental agreement) as provided in the subsection titled EXTRA WORK. of Section 40 and the subsection titled PAYMENT FOR EXTRA WORK AND FORCE ACCOUNT WORK of Section 90. If appropriate, the contract GP-70-11 modification shall include an extension of contract time in accordance with the subsection titled DETERMINATION AND EXTENSION OF CONTRACT TIME of Section 80. END OF SECTION 70 GP-70-12 I I I I ,I i I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I i I SECTION 80 F'ROSECUTION AND PROGRESS 80-01 SUBLETTING OF CONTRACT. The Owner will not recognize any Subcontractor on the work. The Contractor 3hall at all times when work is in progress be represented either in person, by a qualified Superinlendent, or by other designated, qualified representative who is duly authorized to receive and execute orders of the Engineer. Should the Contractor elect to assign his/her contract, said assignment shall be concurred in by the surety, shall be presented for tt e consideration and approval ofthe owner, and shall be consummated only on the written approval ofthe Owner. In case of approval, the Contractor shall file copies of all subcontracts with the Engineer. 80-02 NOTICE TO PROCEED. The Notice to Proceed shall state the date on which it is expected the Contractor will begin the construction and from which date contract time will be charged. The Contractor shall begin the work to be performed under the contract within 10 days of the date set by the Engineer in the written Notice to Proceed, but in any event, the Contractor shall notify the Engineer at least 24 hours in advance of the time actual construction operations will begin. 80-03 PROSECUTION AND PROGRESS. Unless otherwise specified, the Contractor shall submit his/her progress schedule for the Engineer's approval within 10 days after the effective date of the Notice to Proceed. The Ccntractor's progress schedule, when approved by the Engineer, may be used to establish major cons'IUction operations and to check on the progress of the work. The Contractor shall provide sufficient materials, equipment, and labor to guarantee the completion ofthe project in accordance with the plans and specifications within the time set forth in the proposal. If the Contractor falls significantly behind the submitted schedule, the Contractor shall, upon the Engineer's request, submit a tevised schedule for completion of the work within the contract time and modify hislher operations to provide such additional materials, equipment, and labor necessary to meet the revised schedule. Should the prosecution of the work be discontinued for any reason, the Contractor shall notify the Engineer at least 24 hours in advance of resuming operations. For AIP contracts, the Contn.ctor shall not commence any actual construction prior to the date on which the notice to proceed is issued by the owner. 80-04 LIMITATION OF OPERATIONS. The Contractor shall control his/her operations and the operations of his/he:: subcontractors and all suppliers so as to provide for the free and unobstructed movement of aircraft in the AIR OPERATIONS AREAS of the airport. When the work requires the Contractor to conduct his/her operations within an AIR OPERATIONS AREA ofthe airport, the wor:( shall be coordinated with airport management (through the Engineer) at least 48 hours prior to commencement of such work. The Contractor shall not close an AIR OPERATIONS AREA unti: so authorized by the Engineer and until the necessary temporary GP-80-1 marking and associated lighting is in place as provided in the subsection titled BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS of Section 70. When the contract work requires the Contractor to work within an AIR OPERATIONS AREA of the airport on an intermittent basis (intermittent opening and closing ofthe AIR OPERATIONS AREA), the Contractor shall maintain constant communications as hereinafter specified; immediately obey all instructions to vacate the AIR OPERATIONS AREA; immediately obey all instructions to resume work in such AIR OPERATIONS AREA. Failure to maintain the specified communications or to obey instructions shall be cause for suspension of the Contractor's operations in the AIR OPERATIONS AREA until the satisfactory conditions are provided. 80-05 CHARACTER OF WORKERS, METHODS, AND EQUIPMENT. The Contractor shall, at all times, employ sufficient labor and equipment for prosecuting the work to full completion in the manner and time required by the contract, plans, and specifications. All workers shall have sufficient skill and experience to perform properly the work assigned to them. Workers engaged in special work or skilled work shall have sufficient experience in such work and in the operation of the equipment required to perform the work satisfactorily. Any person employed by the Contractor or by a subcontractor who, in the opinion ofthe Engineer, does not perform his work in a proper and skillful manner or is intemperate or disorderly shall, at the written request ofthe Engineer, be removed forthwith by the Contractor or subcontractor employing such person, and shall not be employed again in any portion of the work without the approval of the Engineer. Should the Contractor fail to remove such person or persons or fail to furnish suitable and sufficient personnel for the proper prosecution of the work, the Engineer may suspend the work by written notice until compliance with such orders. All equipment which is proposed to be used on the work shall be of sufficient size and in such mechanical condition as to meet requirements of the work and to produce a satisfactory quality of work. Equipment used on any portion of the work shall be such that no injury to previously completed work, adjacent property, or existing airport facilities will result from its use. When the methods and equipment to be used by the Contractor in accomplishing the work are not prescribed in the contract, the Contractor is free to use any methods or equipment that will accomplish the work in conformity with the requirements of the contract, plans, and specifications. When the contract specifies the use of certain methods and equipment, such methods and equipment shall be used unless others are authorized by the Engineer. Ifthe Contractor desires to use a method or type of equipment other than specified in the contract, he may request authority from the Engineer to do so. The request shall be in writing and shall include a full description of the methods and equipment proposed and of the reasons for desiring to make the change. If approval is given, it will be on the condition that the Contractor will be fully responsible for producing work in conformity with contract requirements. If, after trial use ofthe substituted methods or equipment, the Engineer determines that the work produced doe~ not meet contract requirements, the Contractor shall GP-80-2 I I I I -I ,I I I I I, I I I I I ,'I" I i 1 I I I I I I I I I I I t I I I I I I I discontinue the use of the substitute method or equipment and shall complete the remaining work with the specified methods and equipment. The Contractor shall remove any deficient work and replace it with work of specified quality, or take such other corrective action as the Engineer may direct. No change will be made in basis of payment for the contract items involved nor in contract time as a result of authorizing a change in methods or equipment under this subsection. The failure to provide:adequate labor and equipment may be considered cause for terminating the contract. 80-06 TEMPORARY SUSPENSION OF THE WORK. The Engineer shall have the authority to suspend the wor:( wholly, or in part, for such period or periods as he may deem necessary, due to unsuitable weather, or such other conditions as are considered unfavorable for the prosecution of the work, or for such .time as is necessary due to the failure on the part of the Contractor to carry out orders given or perform any or all provisions of the contract. In the event that the Contractor is ordered by the Engineer, in writing, to suspend work for some unforeseen cause not otherwise provided for in the contract and over which the Contractor has no control, the Contractor may be reimbursed for actual money expended on the work during the period of shutdown. No allowance \\ ill be made for anticipated profits. The period of shutdown shall be computed from the effective date ofthe Engineer's order to suspend work to the effective date of the Engineer's order to resume the work. Claims for such compensation shall be filed with the Engineer within the time period stated in the Engineer's order to resume work. The Contractor shall submit with his/her claim information substantiating the amount shown on the claim. The Engineer will forward the Contractor's claim to the owner for consideration in accordance with local laws or ordinances. No provision of this article shall be construed as entitling the Contractor to compensation for delays due to inclement weather, for suspensions made at the request of the Contractor, or for any other delay provided for in the contract, plans, or specifications. If it should become necessary 1.0 suspend work for an indefinite period, the Contractor shall store all materials in such manner that they will not become an obstruction nor become damaged in any way. He shall take every precaution to prevent damage or deterioration of the work performed and provide for normal drainage ofthe work. The Contractor shall erect temporary structures where necessary to provide for traffic on, to, or from the airport. 80-07 DETERMINATION AND EXTENSION OF CONTRACT TIME. The number of calendar days allowed for cor'lpletion of the work shall be stated in the proposal and contract and shall be known as the CONTRACT TIME. Should the contract time require extension for reasons beyond the Contractor's control, it shall be adjusted as follows: CONTRACT TIME based on CALENDAR DAYS shall consist of the number of calendar days stated in the contract counting from the effective date of the Notice to Proceed and including all Saturdays, Sundays, holidays, and nonwork days. All calendar days elapsing between the effective jates of the Engineer's orders to suspend and resume all work, due to causes not the fault of the Contractor, shall be excluded. GP-80-3 At the time of final payment, the contract time shall be increased in the same proportion as the cost of the actually completed quantities bears to the cost of the originally estimated quantities in the proposal. Such increase in the contract time shall not consider either cost of work or the extension of contract time that has been covered by a Change Order or supplemental agreement. Charges against the contract time will cease as of the date of final acceptance. Ifthe Contractor finds it impossible for reasons beyond his/her control to complete the work within the contract time as specified, or as extended in accordance with the provisions ofthis subsection, he may, at any time prior to the expiration of the contract time as extended, make a written request to the Engineer for an extension of time setting forth the reasons which he believes will justify the granting ofhislher request. The Contractor's plea that insufficient time was specified is not a valid reason for extension oftime. Ifthe Engineer finds that the work was delayed because of conditions beyond the control and without the fault of the Contractor, he may extend the time for completion in such amount as the conditions justify. The extended time for completion shall then be in full force and effect, the same as though it were the original time for completion. 80-08 FAILURE TO COMPLETE ON TIME. For each calendar day that any work remains uncompleted after the contract time (including all extensions and adjustments as provided in the subsection titled DETERMINATION AND EXTENSION OF CONTRACT TIME ofthis Section), liquidated damages will be deducted from any money due or to become due the Contractor or his/her surety, in the amount specified in the Supplementary Conditions. Such deducted sums shall not be deducted as a penalty but shall be considered as liquidation of a reasonable portion of damages that will be incurred by the owner should the Contractor fail to complete the work in the time provided in hislher contract. Permitting the Contractor to continue and finish the work or any part of it after the time fixed for its completion, or after the date to which the time for completion may have been extended, will in no way operate as a wavier on the part of the owner of any of its rights under the contract. 80-09 DEFAULT AND TERMINATION OF CONTRACT. The Contractor shall be considered in default ofhis/her contract and such default will be considered as cause for the owner to terminate the contract for any of the following reasons ifthe Contractor: a Fails to begin the work under the contract within the time specified in the "Notice to Proceed," or b Fails to perform the work or fails to provide sufficient workers, equipment or materials to assure completion of work in accordance with the terms of the contract, or c Performs the work unsuitably or neglects or refuses to remove materials or to perform anew such work as may be rejected as unacceptable and unsuitable, or GP-80-4 I I I .1 J I I I I I I J I I ,I I I I 'I I I I I ,I I I i I I j I I I I I I j I d Discontinues the prosecution of the work, or e Fails to resume work which has been discontinued within a reasonable time after notice to do so, or f Becomes insolvent or is declared bankrupt, or commits any act of bankruptcy :or insolvency, or g Allows any final judgment to stand against him unsatisfied for a period of 1 0 days, or h Makes an assignment for the benefit of creditors, or 1 For any other cause whatsoever, fails to carry on the work in an acceptable manner. Should the Engineer consider lhe Contractor in default ofthe contract for any reason hereinbefore, he shall immediately give writter notice to the Contractor and the Contractor's surety as to the reasons for considering the Contractor in default and the owner's intentions to terminate the contract. If the Contractor or surety, within a period of 10 days after such notice, does not proceed in accordance therewith, then the owner will, upon written notification from the Engineer ofthe facts of such delay, neglect, or default and the Contractor's failure to comply with such notice, have full power and authority without 'liolating the contract, to take the prosecution of the work out of the hands of the Contractor. The owner may appropriate or use any or all materials and equipment that have been mobilized for use in the work and are acceptable and may enter into an agreement for the comp letion of said contract aCGording to the terms and provisions thereof, or use such other methods as in the opinion of the Engineer will be required for the completion of said contract in an acceptable manner. All costs and charges incurred by the owner, together with the cost of completing the work under contract, will be deducted from any monies due or which may become due the Contractor. If such expense exceeds the sum which would have been payable under the contract, then the Contractor and the surety shall be liable and shall pay to the owner the amount of such excess. 80-1 0 TERMINATION FOR NATIONAL EMERGENCIES. The owner shall terminate the contract or portion thereofby written notice when the Contractor is prevented from proceeding with the construction contract as a direct result of an Executive Order of the President with respect to the prosecution of war or in the interest of national defense. When the contract, or any portion thereof, is terminated before completion of all items of work in the contract, payment will be ma1e for the actual number of units or items of work completed at the contract price or as mutually agreed for items of work partially completed or not started. No claims or loss of anticipated profits shall be considered. Reimbursement for organization of the work, and other overhead expenses, (when not otherwise GP-80-5 included in the contract) and moving equipment and materials to and from the job will be considered, the intent being that an equitable settlement will be made with the Contractor. Acceptable materials, obtained or ordered by the Contractor for the work and that are not incorporated in the work shall, at the option of the Contractor, be purchased from the Contractor at actual cost as shown by receipted bills and actual cost records at such points of delivery as may be designated by the Engineer. Termination of the contract or a portion thereof shall neither relieve the Contractor of his/her responsibilities for the completed work nor shall it relieve his/her surety of its obligation for and concerning any just claim arising out of the work performed. The Engineer and the Owner shall be given full access to all books, cost records, correspondence and papers of the Contractor relating to the contract in order to determine amounts to be paid the Contractor due to any termination of the contract. END OF SECTION 80 GP-80-6 I I I I I, I I I I I i I I I ~ I I I I I I I I I I J I I I I I I I I I I I I SECTION 90 NfEASUREMENT AND PAYMENT 90-0 1 MEASUREME:~T OF QUANTITIES. All work completed under the contract will be measured by the Engineer, or hislher authorized representatives, using United States Customary Units of Measurement. The method of measurement and computations to be used in determination of quantities of material furnished and of work performed under the contract will be those methods generally recognized as conforming to good engineering practice. Unless otherwise specified, longitudinal measurements for area computations will be made horizontally, and no deduction:, will be made for individual fixtures (or leave-outs) having an area of 9 square feet or less. Unless ctherwise specified, transverse measurements for area computations will be the neat dimensions shown on the plans or ordered in writing by the Engineer. Structures will be measured according to neat lines shown on the plans or as altered to fit field conditions. Unless otherwise specified, all contract items which are measured by the linear foot such as electrical ducts, conduits, pipe culverts, 'Jnderdrains, and similar items shall be measured parallel to the base or foundation upon which such i':ems are placed. In computing volumes of excavation the average end area method or other acceptable methods will be used. The Contractor shall retain surveyor(s) accompanied and supervised by registered land surveyor(s) in the State where the project is located to provide cross-sectional data to the Engineer to assist him in checking and computation of earthwork quantities. The thickness of plates and ga'.vanized sheet used in the manufacture of corrugated metal pipe, metal plate pipe culverts and arches, and metal cribbing will be specified and measured in decimal fraction of inches. The term "ton" will mean the ~;hort ton consisting of2,000 pounds avoirdupois. All materials which are measured or proportioned by weights shall be weighed on accurate, approved scales by competent, qualified personnel at locations designed by the Engineer. Ifmaterial is shipped by rail, the car weight may be accepted provided that only the actual weight of material be paid for. However, car weights will nol be acceptable for material to be passed through mixing plants. Trucks used to haul material being paid for by weight shall be weighed empty daily at such times as the Engineer directs, and each tn.ck shall bear a plainly legible identification mark. GP-90-1 Materials to be measured by volume in the hauling vehicle shall be hauled in approved vehicles and measured therein at the point of delivery. Vehicles for this purpose may be of any size or type acceptable to the Engineer, provided that the body is of such shape that the actual contents may be readily and accurately determined. All vehicles shall be loaded to at least their water level capacity, and all loads shall be leveled when the vehicles arrive at the point of delivery. When requested by the Contractor and approved by the Engineer in writing, material specified to be measured by the cubic yard may be weighed, and such weights will be converted to cubic yards for payment purposes. Factors for conversion from weight measurement to volume measurement will be determined by the Engineer and shall be agreed to by the Contractor before such method of measurement of pay quantities is used. Bituminous materials will be measured by the gallon or ton. When measured by volume, such volumes will be measured at 60 degrees F or will be corrected to the volume at 60 degrees Fusing ASTM D 4311 for asphalts or ASTM D 633 for tars. Net certified scale weights or weights based on certified volumes in the case of rail shipments will be used as a basis of measurement, subject to correction when bituminous material has been lost from the car or the distributor, wasted, or otherwise not incorporated in the work. When bituminous materials are shipped by truck or transport, net certified weights by volume, subject to correction for loss or foaming, may be used for computing quantities. Cement will be measured by the ton or hundredweight. Timber will be measured by the thousand feet board measure (M.F.B.M.) actually incorporated in the structure. Measurement will be based on nominal widths and thicknesses and the extreme length of each piece. The term "lump sum" when used as an item of payment will mean complete payment for the work described in the contract. When a complete structure or structural unit (in effect, "lump sum" work) is specified as the unit of measurement, the unit will be construed to include all necessary fittings and accessories. Rental of equipment will be measured by time in hours of actual working time and necessary traveling time of the equipment within the limits of the work. Special equipment ordered by the Engineer in connection with force account work will be measured as agreed in the change order or supplemental agreement authorizing such force account work as provided in the subsection titled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of this section. When standard manufactured items are specified such as fence, wire, plates, rolled shapes, pipe conduit, etc., and these items are identified by gage, unit weight, section dimensions, etc., such identification will be considered to be nominal weights or dimensions. Unless more stringently controlled by tolerances in cited specifications, manufacturing tolerances established by the industries involved will be accepted. GP-90-2 ~I I I I 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I Scales for weighing materials which are required to be proportioned or measured and paid for by weight shall be furnished, erected, and maintained by the Contractor, or be certified permanently installed commercial scales. Scales shall be accurate within one-half percent of the correct weight throughout the range of use. The Contractor shall have the scales checked under the observation of the inspector before beginning work and at such other times as requested. The intervals shall be uniform in spacing throughout the graduated or marked length ofthe beam or dial and shall not exceed one-tenth of I percent of the nominal rated capacity ofthe scale, but not less than 1 pound. The use of spring balances will not be permitted. Beams, dials, platforms, and o':her scale equipment shall be so arranged that the operator and the inspector can safely and conveniently view them. Scale installations shall have available ten standard 50-pound weights for testing the weighing equipment or suitable weights and devices for other approved equipment. Scales must be tested for accuracy and serviced before use at a new site. Platform scales shall be installed and maintained with th.e platform level and rigid bulkheads at each end. Scales "overweighing" (indicat:.ng more than correct weight) will not be permitted to operate, and all materials received subsequent t) the last previous correct weighing-accuracy test will be reduced by the percentage of error in exce~ s of one-half of 1 percent. In the event inspection reveals the scales have been "underweighing" (indicating less than correct weight), they shall be adjusted, and no additional payment to the Contractor will be allowed for materials previously weighed and recorded. All costs in connection with furnishing, installing, certifying, testing, and maintaining scales; for furnishing check weights and scale house; and for all other items specified in this subsection, for the weighing of materials for proportioning or payment, shall be included in the unit contract prices for the various items ofthe project. When the estimated quantities for a specific portion ofthe work are designated as the pay quantities in the contract, they shall be the final quantities for which payment for such specific portion of the work will be made, unless the dimensions of said portions of the work shown on the plans are revised by the Engineer. Ifrevised dimensions result in an increase or decrease in the quantities of such work, the final quantitie:i for payment will be revised in the amount represented by the authorized changes in the dimensions. 90-02 SCOPE OF PAYMENT. The Contractor shall receive and accept compensation provided for in the contract as full payment for furnishing all materials, for performing all work under the contract in a complete and acceptable manner, and for all risk, loss, damage, or expense of whatever character arising out ::>f the nature of the work or the prosecution thereof, subject to the provisions of the subsection titled NO WAIVER OF LEGAL RIGHTS of Section 70. GP-90-3 When the "basis of payment" subsection of a technical specification requires that the contract price (price bid) include compensation for certain work or material essential to the item, this same work or material will not also be measured for payment under any other contract item which may appear elsewhere in the contract, plans, or specifications. 90-03 COMPENSATION FOR ALTERED QUANTITIES. When the accepted quantities of work vary from the quantities in the proposal, the Contractor shall accept as payment in full, so far as contract items are concerned, payment at the original contract price for the accepted quantities of work actually completed and accepted. No allowance, except as provided for in the subsection titled AL TERA TION OF WORK AND QUANTITIES of Section 40 will be made for any increased expense, loss of expected reimbursement, or loss of anticipated profits suffered or claimed by the Contractor which results directly from such alterations or indirectly from his/her unbalanced allocation of overhead and profit among the contract items, or from any other cause. 90-04 PAYMENT FOR OMITTED ITEMS. As specified in the subsection titled OMITTED ITEMS of Section 40, the Engineer shall have the right to omit from the work (order nonperformance) any contract item, except major contract items, in the best interest of the owner. Should the Engineer omit or order nonperformance of a contract item or portion of such item from the work, the Contractor shall accept payment in full at the contract prices for any work actually completed and acceptable prior to the Engineer's order to omit or nonperform such contract item. Acceptable materials ordered by the Contractor or delivered on the work prior to the date of the Engineer's order will be paid for at the actual cost to the Contractor and shall thereupon become the property of the owner. In addition to the reimbursement hereinbefore provided, the Contractor shall be reimbursed for all actual costs incurred for the purpose of performing the omitted contract item prior to the date of the Engineer's order. Such additional costs incurred by the Contractor must be directly related to the deleted contract item and shall be supported by certified statements by the Contractor as to the nature the amount of such costs. 90-05 PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK. Extra work, performed in accordance with the subsection titled EXTRA WORK of Section 40, will be paid for at the contract prices or agreed prices specified in the change order or supplemental agreement authorizing the extra work. When the change order or supplemental agreement authorizing the extra work requires that it be done by force account, such force account shall be measured and paid for as follows: a Labor. For all labor (skilled and unskilled) and foremen in direct charge of a specific force account item, the Contractor shall receive the rate of wage (or scale) for every hour that such labor or foreman is actually engaged in the specified force account work. Such wage (or scale) shall be agreed upon in writing before the beginning of the work. GP-90-4 I I 1 I I I I I I ,I I I I I I I {I I I I I I I t I I I I I I I I I I I I I I The Contractor shall receive the actual costs paid to, or in behalf of, workers by reason of subsistence and travel allowances, health and welfare benefits, pension fund benefits or other benefits, when such amounts are required by collecti'/e bargaining agreement or other employment contract generally applicahle to the classes oflabor employed on the work. An amount equal to 15 percent of the sum of the above items will also be paid totbe Contractor. b Insuran::e and Taxes. For property damage, liability, and workmen's compersation insurance premiums, unemployment insurance contributions, and social security taxes on the force account work the Contractor shall receive the actual cost, to which cost (sum) 5 percent will be added. The Contractor shall furnish satisfactory evidence ofthe rate or rates paid for such insuran::e and taxes. c Materials. For materials accepted by the Engineer and then used, the Contractor shall receive the actual cost of such materials delivered on the work, including transportation charges paid by him (exclusive of machinery rentals as hereinafter set forth), to which cost (sum) 15 percent will be added. d Equipment. For any machinery or special equipment (other than small tools) including fuel and lubricants, plus transportation costs, the use of which has been authorized by the Engineer, the Contractor shall receive the rental rates agreed upon in writing before such work is begun for the actual time that such ec~uipment is committed to the work, to which rental sum 15 percent will be added. e Miscellaneous. No additional allowance will be made for general superintendence, the use of small tools, or other costs for which no specific allowance is herein provided. f Comparison of Record. The Contractor and the Engineer shall compare records of the cost of force account work at the end of each day. Agreement shall be indicated by signature of the Contractor and the Engineer or their duly arthorized representatives. g Statem~nt. No payment will be made for work performed on a force account basis until the Contractor has furnished the Engineer with duplicate itemized statements of the cost of such force account work detailed as follows: 1 Name, classification, date, daily hours, total hours, rate and extension for each laborer and foreman. 2 Designation, dates, daily hours, total hours, rental rate, and extension for each unit of machinery and equipment. GP-90-5 3 Quantities of materials, prices, and extensions. 4 Transportation of materials. 5 Cost of property damage, liability and workman's compensation insurance premiums, unemployment insurance contributions, and social security tax. Statements shall be accompanied and supported by a receipted invoice for all materials used and transportation charges. However, if materials used on the force account work are not specifically purchased for such work but are taken from the Contractor's stock, then in lieu of the invoices the Contractor shall furnish an affidavit certifying that such materials were taken from hislher stock, that the quantity claimed was actually uS,ed, and that the price and transportation claimed represent the actual cost to the Contractor. The additional payment, based on the percentages specified above, shall constitute full compensation for all items of expense not specifically provided for the force account work. The total payment made as provided above shall constitute full compensation for such work. 90-06 PARTIAL PAYMENTS. Partial payments will be made at least once each month as the work progresses. Said payments will be based upon estimates prepared by the Engineer of the value ofthe work performed and materials complete in place in accordance with the contract, plans, and specifications. Such partial payments may also include the delivered actual cost of those materials stockpiled and stored in accordance with the subsection titled PAYMENT FOR MATERIALS ON HAND of this section. No partial payment will be made when the amount due the Contractor since the last estimate amounts to less than five hundred dollars. From the total of the amount determined to be payable on a partial payment, 10 percent of such total amount will be deducted and retained by the owner until the final payment is made. The balance (90 percent) ofthe amount payable, less all previous payments, shall be certified for payment. When not less than 95 percent of the work has been completed the Engineer may, at hislher discretion and with the consent of the surety, prepare an estimate from which will be retained an amount not less than twice the contract value or estimated cost, whichever is greater, of the work remaining to be done. The remainder, less all previous payments and deductions, will then be certified for payment to the Contractor. It is understood and agreed that the Contractor shall not be entitled to demand or receive partial payment based on quantities of work in excess of those provided in the proposal or covered by approved change orders or supplemental agreements, except when such excess quantities have been determined by the Engineer to be a part of the final quantity for the item of work in question. GP-90-6 I I t, I I I I I I I I I I I I .1 I I I I I I I I I I I I I I I I I I I I I I No partial payment shall bind the owner to the acceptance of any materials or work in place as to quality or quantity. All partial payments are subject to correction at the time of final payment as provided in the subsection titled ACCEPTANCE AND FINAL PAYMENT of this section. 90-07 PAYMENT FOR MATERIALS ON HAND. Partial payments may be made to the extent ofthe delivered cost of materials to be incorporated in the work, provided that such materials meet the requirements ofthe contract, plans, and specifications and are delivered to acceptable sites on the airport property or at )ther sites in the vicinity that are acceptable to the owner. Such delivered costs of stored or stockpiled materials may be included in the next partial payment after the following conditions are met: a The material has been stored or stockpiled in a manner acceptable to the Engineer at or on an approved site. b The Contractor has furnished the Engineer with acceptable evidence of the quantity and quality of such stored or stockpiled materials. c The Contractor has furnished the Engineer with satisfactory evidence that the material and transportation costs have been paid. d The Contractor has furnished the owner legal title (free of liens or encumb::ances of any kind) to the material so stored or stockpiled, if requested. e The CorJractor has furnished the owner evidence that the material so stored or stock)iled is insured against loss by damage to or disappearance of such materials at anytime prior to use in the work. It is understood and agreed that the transfer of title and the owner's payment for such stored or stockpiled materials shall in no way relieve the Contractor of his /her responsibility for furnishing and placing such materials in accordance with the requirements ofthe contract, plans, and specifications. In no case will the amount of partial payments for materials on hand exceed the contract price for such materials or the contract pdce for the contract item in which the material is intended to be used-:-. No partial payment will be made for stored or stockpiled living or perishable plant materials. The Contractor shall bear all costs associated with the partial payment of stored or stockpiled materials in accordance with the provisions of this subsection. 90-08 ACCEPTANCE AND FINAL PAYMENT. When the contract work has been accepted in accordance with the requirements of the subsection titled FINAL ACCEPTANCE of Section 50, the Engineer will pr~pare the final estimate of the items of work actually performed. The Contractor shall approve the Engineer's final estimate or advise the Engineer ofhis/her objections to the final estimate which are based on disputes in measurements or computations of the final GP-90- 7 quantities to be paid under the contract as amended by change order or supplemental agreement. The Contractor and the Engineer shall resolve all disputes (if any) in the measurement and computation of final quantities to be paid within 30 calendar days of the Contractor's receipt of the Engineer's final estimate. If, after such 30-day period, a dispute still exists, the Contractor may approve the Engineer's estimate under protest of the quantities in dispute, and such disputed quantities shall be considered by the owner as a claim in accordance with the subsection titled CLAIMS FOR ADJUSTMENT AND: DISPUTES of Section 50. After the Contractor has approved, or approved under protest, the Engineer's final estimate, final payment will be processed based on the entire sum, or the undisputed sum in case of approval under protest, determined to be due the Contractor less all previous payments and all amounts to be deducted under the provisions of the contract. All prior partial estimates and payments shall be subject to correction in the final estimate and payment. Ifthe Contractor has filed a claim for additional compensation under the provisions ofthe subsection titled CLAIMS FOR ADJUSTMENTS AND DISPUTES of Section 50 or under the provisions of this subsection, such claims will be considered by the owner in accordance with local laws or ordinances. Upon final adjudication of such claims, any additional payment determined to be due the Contractor will be paid pursuant to a supplemental final estimate. Prior to final payment the Contractor shall submit to the Owner a sworn affidavit that all bills for labor, materials, equipment, service, subcontractors and incidentals have been paid and that there are no suits pending in connection with the work done or labor and materials furnished under the contract. END OF SECTION 90 GP-90-8 I I I I I I I I I I I I ,I I 1.....--- I I I I I I I I I I I I I I I I I I I I I I I I SECTION 100 CONTRACTOR QUALITY CONTROL PROGRAM 100-01 GENERA T J. The Contractor shall establish, provide, and maintain an effective Quality Control program that details the methods and procedures that will be taken to assure that all materials and completed conslruction conform to contract plans, technical specifications and other requirements, whether manufactured by the Contractor, or procured from subcontractors or vendors. Although guidelines are established and certain minimum requirements are specified herein and elsewhere in the contract technical specifications, the Contractor shall assume full responsibility for accomplishing the stated purpose. The intent of this section is to enable the Contractor to establish a necessary level of control that will: a. Adequately provide for the production of acceptable quality materials. b. Provide sufficient information to assure both the Contractor and the Engineer that the specification requirements can be met. c. Allow the Contractor as much latitude as possible to develop his or her own standard of control. The Contractor shall be prepared to discuss and present, at the preconstruction conference, his/her understanding of the quality control requirements. The Contractor shall not begin any construction or production of materials to be incorporated into the completed work until the Quality Control Program has been reviewed by the Engineer. No partial payment will be made for materials subject to specific quality control requ~rements until the Quality control Program has been reviewed. The quality control requiremelts contained in this section and elsewhere in the contract technical specifications are in addition to and separate from the acceptance testing requirements. Acceptance testing requirements are the responsibility of the Engineer. lO.O-02 DRSCRTPTION OF PROGRAM. a. General Description. The Contractor shall establish a Quality Control Program to perform inspection and testir g of all items of work required by the technical specifications, including those performed 'by subcontractors. This Quality Control Program shall ensure conformance to applicable specifications and plans with respect to materials, workmanship, construction, finish, and functional performance. The Quality Control Program shall be effective for control of all construction work performed under this Contract and shall specifically include surveillance and tests required by the technical specifications, in addition to other requirements of this section and any other activities deemed necessary by the Contractor to establish an effective level of quality control. b. Quality Control Program. The Contractor shall describe the Quality control GP-IOO-I Program in a written document which shall be reviewed by the Engineer prior to the start of any production, construction, or off-site fabrication. The written Quality Control Program shall be submitted to the Engineer for review at lease 7 calendar days before the preconstruction conference. The Quality Control Program shall be organized to address, as a minimum, the following items: a. Quality control organization; b. Project progress schedule; c. Submittals schedule; d. Inspection requirements; e. Quality control testing plan; f. Documentation of quality control activities; and g. Requirements for corrective action when quality control and/or acceptance criteria are not met. The Contractor is encouraged to add any additional elements to the Quality Control Program that he/she deems necessary to adequately control all production and/or construction processes required by this contract. 100-03 QUALITY CONTROL ORGANIZATION. The Contractor's Quality Control Program shall be implemented by the establishment of a separate quality control organization. An organizational chart shall be developed to show all quality control personnel and how these personnel integrate with other management/production and construction functions and personnel. The organizational chart shall identify all quality control staff by name and function, and shall indicate the total staff required to implement all elements of the Quality Control Program, including inspection and testing for each item of work. If necessary, different technicians can be utilized for _3ecific inspection and testing functions for different items of work. If an outside organization or independent testing laboratory is used for implementation of all or part of the Quality Control Program, the personnel assigned shall be subject to the qualification requirements of paragraph 100-03a and 100-03b. The organizational chart shall indicate which personnel are Contractor employees and which are provided by an outside organization. The quality control organization shall consist of the following minimum personnel: a. Program Administrator. The Program Administrator shall be a full-time employee of the Contractor, or a consultant engaged by the Contractor. The Program Administrator shall have a minimum of 5 years of experience in airport and/or highway construction and shall have had prior quality control experience on a project of comparable size and scope as the contract. GP-100-2 I I I I I I I I I -I J I I I I I I I I I I I I I I I I I I I I I I I I I I I Additional qualifications for the Program Administrator shall include at least 1 of the following requirements: (1) Professional engineer with I year of airport paving experience acceptable to the Engineer. (2) Engineer-in-trairrng with 2 years of airport paving experience acceptable to the Engineer. (3) An individual with 3 years of highway and/or airport paving experience acceptable to the Engineer, with a Bachelor of Science Degree in Civil Engineering, Civil Engineering Tecl:nology or Construction. (4) Construction materials technician certified at Level III by the National Institute for Certification in Klgineering Technologies (NICET). (5) Highway materia:s technician certified at Level ill NICET. (6) Highway construction technician certified at Level III by NICET. (7) A NICET certified engineering technician in Civil Engineering Technology with 5 years of highway and/or airport paving experience acceptable to the Engineer. The Program Administrator shall have full authority to institute any and all actions necessary for the successful implementation of the Quality control Program to ensure compliance with the contract plans and technical spe.:~ifications. The Program Administrator shall report directly to a responsible officer of the construction firm. The Program Administrator may supervise the Quality Control Program on more than one project provided that person can be at the job site within 2 hours after being notified of a problem. b. Quality Control Technicians. A sufficient number of quality control technicians necessary to adequately impleme:1t the Quality control Program shall be provided. These personnel shall be either engineers, engine.;::ring technicians, or experienced craftsman with qualifications in ------ -~._- the appropriate field equivalent to NICET Level II or higher construction materials technician or highway construction technician and shall have a minimum of 2 years of experience in their area of expertise. The quality control technicians shall report directly to the Program Administrator and shall perform the following functions: (1) Inspection of all materials, construction, plant, and equipment for conformance to the technical specifications, and as required by Section 100-06. (2) Performance of all q.lality control tests as required by the technical specifications and Section 100-07. GP-100-3 Certification at an equivalent level, by a state or nationally recognized organization will be acceptable in lieu ofNICET certification. c. Staffing Levens. The Contractor shall provide sufficient qualified quality control personnel to monitor each work activity at all times. Where material is being produced in a plant for incorporation into the work, separate plant and field technicians shall be provided at each plant and field placement location. The scheduling and coordinating of all inspection and testing must match the type and pace of work activity. The Quality Control Program shall state where different technicians will be required for different work elements. 100-04 PROJRCT PROGIRl\i:SS SCHRDlJI,R. The Contractor shall submit a coordinated construction schedule for all work activities. The schedule shall be prepared as a network diagram in Critical Path Method (CPM), PERT, or other format, or as otherwise specified in the contract. As a minimum, it shall provide information on the sequence of work activities, milestone dates, and activity duration. The Contractor shall maintain the work schedule and provide an update and analysis of the progress schedule on a twice monthly basis, or as otherwise specified in the contract. Submission of the work schedule shall not relieve the Contractor of overall responsibility for scheduling, sequencing, and coordinating all work to comply with the requirements of the contract. 100-05 SURMITT ALS SCJf-EEDUlLK The Contractor shall submit a detailed listing of all submittals (e.g., mix designs, material certifications) and shop drawings required by the technical specifications. The listing can be developed in a spreadsheet format and shall include: a. Specification item number; b. Item description; c. Description of submittal; d. Specification paragraph requiring submittal; and Scheduled date of subluittal. ---e.- 100-06INSPRCTION RF,QUIRRMENTS. Quality control inspection functions shall be organized to provide inspections for all definable features of work, as detailed below. All inspections shall be documented by the Contractor as specified by Section 100-07. Inspections shall be performed daily to ensure continuing compliance with contract requirements until completion of the particular feature of work. These shall include the following minimum requirements: a. During plant operation for material production, quality control test results and periodic inspections shall be utilized to ensure the quality of aggregates and other mix components, and to GP-IOO-4 I I I I I I I I I I I I ,I I- I I I I I I I I I I I I I I I I I I I I I I I I adjust and control mix proporjoning to meet the approved mix design and other requirements of the technical specifications. All equipment utilized in proportioning and mixing shall be inspected to ensue its proper operating condition. The Quality Control Program shall detail how these and other quality control functions will be accomplished and utilized. b. During field operations, quality control test results and periodic inspections shall be utilized to ensure the quality of all materials and workmanship. All equipment utilized in placing, finishing, and compacting shall be inspected to ensure its proper operating condition and to ensure that all such operations are in conformance to the technical specifications and are within the plan dimensions, lines, grades, and tolerances specified. The Program shall document how these and other quality control functions will be accomplished and utilized. 100-07 QlJ A LITY CONTROl. TF,STING PLAN. As part of the overall Quality Control Program, the Contractor shall implement a quality control testing plan, as required by the technical specifications. The testing plan shall include the minimum tests and test frequencies required by each technical specification Item, as well as any additional quality control tests that the Contractor deems necessary to adequately control production and/or construction processes. The testing plan can be developed in a spreadsheet fashion and shall, as a minimum, include the following: a. Specification item number (e.g., P-401); b. Item descriptioL (e.g., Plant Mix Bituminous Pavements); c. Test type (e.g., gradation, grade, asphalt content); d. Test standard (e.g., ASTM or AASHTO Test number, as applicable); e. Test frequency (e.g., as required by technical specifications or minimum frequency when requirements are not stated); f. Responsibility (I~.g., plant technician); and g. Control requirenents (e.g., target, permissible deviations). The testing plan shall contain a statistically-based procedure of random sampling for acquiring test san1ples in accordance with ASTM D 3665. The Engineer shall be provided the oppommity to witness quality control sampling and testing. All quality control test results shall be documented by the Contractor as required by Section 100- 08. 100-08 DOCUMENT A TION. The Contractor shall maintain current quality control records of all inspections and tests performed. These records shall include factual evidence that the required inspections or tests have been performed, including type and number of inspections or tests involved; results of inspec1:ions or tests; nature of defects, deviations, causes for rejection, etc.; GP-100-5 proposed remedial action; and corrective actions taken. These records must cover both conforming and defective or deficient features, and must include a statement that all supplies and materials incorporated in the work are in full compliance with the terms ofthe contract. Legible copies ofthese records shall be furnished to the Engineer daily. The records shall cover all work placed subsequent to the previously furnished records and shall be verified and signed by the Contractor's Program Administrator. Specific Contractor quality control records required for the contract shall include, but are not necessarily limited to, the following records: a. Daily Inspectnon Reports. Each Contractor quality control technician shall maintain a daily log of all inspections performed for both Contractor and subcontractor operations on a form acceptable to the Engineer. These technician's daily reports shall provide factual evidence that continuous quality control inspections have been performed and shall, as a minimum, include the following: (1) Technical specification item number and description; (2) Compliance with approved submittals; (3) Proper storage of materials and equipment; (4) Proper operation of all equipment; (5) Adherence to plans and technical specifications; (6) Review of quality control tests; and (7) Safety inspection. The daily inspection reports shall identify inspections conducted, results of inspections, location and nature of defects found, causes for rejection, and remedial or corrective actions taken or proposed. The daily inspection reports shall be signed by the responsible quality control technician and the Program Administrator. The Engineer shall be provided at least one copy of each daily inspection report on the work day following the day of record. b. Daily Test Reports. The Contractor shall be responsible for establishing a system which will record all quality control test results. Daily test reports shall document the following information: (I) Technical specification item number and description; (2) Test Designation; GP -100-6 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I (3) Location; (4) Date of test; (5) Control requirements; (6) Test results; (7) Causes for rejection; (8) Recommended remedial actions; and (9) Retests. Test results from each day's work period shall be submitted to the Engineer prior to the start of the next day's work period. When required by the technical specifications, the Contractor shall maintain statistical quality control charts. The daily test reports shall be signed by the responsible quality control technician and the Program Administrator. . 100-09 CORRECTIV1~ ACTION REQUIREMENTS. The Quality Control Program shall indicate the appropriate ac:tion to be taken when a process is deemed, or believed, to be out of control (out of tolerance) and detail what action will be taken to bring the process into control. The requirements for corrective action shall include both general requirements for operation of the Quality Control Program as a whole, and for individual items of work contained in the technical specifications. The Quality Control Program shall detail how the results of quality control inspections and tests will be used for determining tte need for corrective action and shall contain clear sets of rules to gauge when a process is out cf control and the type of correction to be taken to regain process contro 1. When applicable or required by the technical specifications, the Contractor shall establish and utilize statistical quality control charts for individual quality control tests. The requirements for corrective action shall be linked to the control charts. 100-10 SURVEILLANCE BY THE ENGINEER. All items of material and equipment shall be subject to surveillance by the Engineer at the point of production, manufacture or shipment to determine if the Contractor, producer, manufacturer or shipper maintains an adequate quality control system in conformance with the requirements detailed herein and the applicable technical specifications and plans. In addition, all items of material, equipment and work in place shall be subject to surveillance by the Engineer at the site for the same purpose. Surveillance by the Engineer does not relieve the Contractor of performing quality control inspections of either on-site or off-site Contractor's or subcontractor's work. GP-100-7 1 00-11 NONCOMPlf ,]fANCE. a. The Engineer will notify the Contractor of any noncompliance with any of the foregoing requirements. The Contractor shall, after receipt of such notice, immediately take corrective action. Any notice, when delivered by the Engineer or hislher authorized representative to the Contractor or hislher authorized representative at the site of the work, shall be considered sufficient notice. b. In cases where quality control activities do not comply with either the Contractor's Quality Control Program or the contract provisions, or where the Contractor fails to properly operate and maintain an effective Quality control Program, as determined by the Engineer, the Engineer may: (1) Order the Contractor to replace ineffective or unqualified quality control personnel or subcontractors. (2) Order the Contractor to stop operations until appropriate corrective actions is taken. END OF SECTION 100 GP-100-8 I I I I I I I' I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I SECTION 110 METHOD OF ESTIMATING PERCENTAGE OF MATERIAL WITHIN SPECIFICATION LIMITS (PWL) 11 0-01 GENERAL. When the specifications provide for acceptance of material based on the method of estimating percentage of material within specification limits (PWL), the PWL will be determined in accordance with ':his section. All test results for a lot will be analyzed statistically to determine the total estimated percent of the lot that is within specification limits. The PWL is computed using the sample average (X) and sample standard deviation (So) of the specified number (n) of sublots for the lot and the specification tolerance limits, L for lower and U for upper, for the particular acceptance parameter. From these values, the respective Quality Index(s), QL for Lower Quality Index and/or Qu for Upper Quality Index, is computed and the PWL for the lot for the specified n is determined from Table 1. There is some degree of uncertainty (risk) in the measurement for acceptance because only a small fraction of production material (the population) is sampled and tested. This uncertainty exists because all portions of the prod'Jction material have the same probability to be randomly sampled. The Contractor's risk is the prohability that the material produced at the acceptable quality level is rejected or subjected to a pay adjustment. The Owner's risk is the probability that the material produced at the rejectable level is accepted. IT IS THE INTENT OF THIS SECTION TO INFORM THE CONTRACTOR THAT, IN ORDER TO CONSISTENTLY OFFSET THE CONTRACTOR'S RISK FOR MATERIAL EVALUATED, PRODUCTION QUALITY (USING POPULATION AVERAGE AND POPULATION STANDARl) DEVIATION) MUST BE MAINTAINED AT THE ACCEPTABLE QUALITY SPECIFIED OR HIGHER. IN ALL CASES, IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO PRODUCE AT QUALITY LEVELS THAT WILL MEET THE SPl:CIFIED ACCEPTANCE CRITERIA WHEN SAMPLED AND TESTED AT THE FREQUENCIES SPECIFIED. 110-02 METHOD FOR COMPUTING PWL. The computational sequence for computing the PWL is as follows: a. Divide the lot into n sublots in accordance with the acceptance requirements ofthe specification. b. Locate the random sampling position within the sublot in accordance with the requirements of the specification. c. Make a measurement at each location, or take a test portion and make the measurement on the test portion in accordance with the testing requirements of the specification. d. formula: Find the sample average (x) for all sublot values within the lot by using the following GP-llO-l x = (XI + x.z + x~ + ... xJl n Where: x = Sample average of all sublot values within a lot Xl' x2 = Individual sub lot values n = Number of sublots e. find the sample standard deviation (So) by use ofthe following formula: So = [(d,2 + d22 + d32 + .., do2)/(n-l)fl2 Where: So = standard deviation of the number of sub lot values in the set d" d2 = Deviations of the individual sub lot values xI' x2 . . . from the average value X that is d, = (x) - X), ~ = (x2 - X) ... do = (xo - X) n = Number of sub lots f. For single sided specification limits (i.e., L only), compute the Lower Quality Index QL by use of the following formula: QL = (X - L)/So Where: L = specification lower tolerance limit Estimate the percentage of material within limits (PWL) by entering Table I with Qv using the column appropriate to the total number (n) of measurements. Ifthe value QL falls between values shown on the table, use the next higher value ofPWL. g. For double sided specification limits (i.e. Land U), compute the Quality Indexes QL and Qu by use of the following formulas: QL = (X - L)/So Where: and Qu = (U - X)/Sn GP-llO-2 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I L and U = speci::ication lower and upper tolerance limits Estimate the percent ofrnaterial between the lower (L) and upper (0) tolerance limits (PWL) by entering Table 1 separately with QL and Qu' using the column appropriate to the total number (n) of measurements, and determining the percent of material above P L and percent of material below P u for each tolerance limi~. If the values of QL fall between values shown on the table, use the next higher value of P L or P u~ Determine the PWL by use of the following formula: PWL = (Pu + PL) - 100 Where: P L = percent within lower specification limit Pu = percent wi~hin upper specification limit EXAMPLE OF PWL CALCULATION Project: Test Item: Example Project Item P-401, Lot A. A. PWL Determination for Mat Density. 1. Density of four nndom cores taken from Lot A. A-I 96.60 A-2 97.55 A-3 99.30 A-4 9g.35 n=4 2. Calculate average density for the lot. x = (XI + x~_i:kJ . . x.J/B x = (96.60 + 97.55 + 99.30 = 98.35)/4 x = 97.95 percent density 3. Calculate the staLdard deviation for the lot. So = [((96.60-97.95Y+(97.55-97.95)2+(99.30-97.95Y +(98.35-97.95)2 )/(4-I)r12 So = [ (1.82 + 0.16 + 1.82 + 0.16 ) 1 3 rn GP-IIO-3 GP-I10-4 I I I I I I I I I ,I I I I I I I I I I S = 1.15 n 4. Calculate the Lower Quality Index QL for the lot. (L=96.3) QL=(X-L)/Sn QL = (97.95-96.30) /1.15 QL = 1.4384 5. Determine PWL by entering Table 1 with QL = 1.44 and n = 4. PWL = 98 B. PWL Deternlination for Air Voids. 1. Air Voids of four random samples taken from Lot A. A-I 5.00 A-2 3.74 A-3 2.30 A-4 3.25 2. Calculate the average air voids for the lot. x = (x, + x2 + x3. . xn)/n x = (5.00 + 3.74 + 2.30 + 3.25) /4 x = 3.57 percent 3. Calculate the standard deviation S for the lot. n Sn = [ (3.57-5.00l + (3.57-3.74l + (3.57-2.30Y + (3.57-3.25Y / (4-1) fl2 Sn = [(2.04 + 0.03 + 1.62 + 0.10)) / 3 fl2 Sn=1.12 4. Calculate the Lower Quality Index QL for the lot. (L=2.0) QL=(X-L)Sn QL = (3.57-2.00) /1.12 I I I I I I I I I I I I I I I I I I I QL = 1.3992 5. Determine PL by entering Table 1 with QL = 1.40 and n=4. P =97 L 6. Calculate the Upper Quality Index Qu for the lot. (U=5.0) Qu = (U - X) / So Qu = (5.00 - 357) / 1.12 Qu = 1.2702 7. Detemline Pu b~' entering Table 1 with Qu = 1.27 and n = 4. P =93 u 8. Calculate Air Voids PWL PWL = ((PL + P) - 100 PWL = (97 + 9~;) - 100 = 90 TABLE 1. TABLE FOR ESTIMATING PERCENT OF LOT WITHIN LIMITS (PWL) Percent Within Limits (PWL) ~L and Pu 99 98 97 96 95 94 93 92 91 90 89 n=3 1.1541 1.1524 1.1496 1.1456 1.1405 1.1342 1.1269 1.1184 1.1 089 1.0982 1.0864 Positive Values ofQ n=4 n=5 1.4700 1.6714 1.4400 1.6016 1.4100 1.5427 1.3800 1.4897 1.3500 1.4407 1.3200 1.3946 1.2900 1.3508 1.2600 1.3088 1.2300 1.2683 1.2000 1.2290 1.1700 1.1909 n=6 1.8008 1.6982 1.6181 1.5497 1.4887 1.4329 1.3810 1.3323 1.2860 1.2419 1.1995 n=7 1.8888 1.7612 1.6661 1.5871 1.5181 1.4561 1.3991 1.3461 1.2964 1.2492 1.2043 n=8 1.9520 1.8053 1.6993 1.6127 1.5381 1.4716 1.4112 1.3554 1.3032 1.2541 1.2075 TABLE 1. TABLE FOR ESTIMATING PERCENT OF LOT WITHIN LIMITS (PWL) Percent Within Limits (PWL) Positive Values ofQ GP-11 0-5 I ~L and Pu n=3 n=4 n=5 n=6 n=7 n=8 88 1.0736 1.1400 1.1537 1.1587 1.1613 1.1630 I 87 1.0597 1.11 00 1.11 73 1.1191 1.1199 1.1204 86 1.0448 1.0800 1.0817 1.0808 1.0800 1.0794 I 85 1.0288 1.0500 1.0467 1.0435 1. 0413 1.0399 84 1.0119 1.0200 1.0124 1.0071 1.0037 1.0015 83 0.9939 0.9900 0.9785 0.9715 0,9672 0.9643 I 82 0.9749 0.9600 0.9452 0.9367 0.9325 0.9281 81 0.9550 0.9300 0.9123 0.9025 0.8966 0.8928 80 0.9342 0.9000 0.8799 0.8690 0.8625 0.8583 I 79 0.9124 0.8700 0.8478 0.8360 0.8291 0.8245 78 0.8897 0.8400 0.8160 0.8036 0.7962 0.7915 77 0.8662 0.8100 0.7846 03716 0.7640 0.7590 76 0.8417 0.7800 0.7535 0.7401 0.7322 0.7271 I 75 0.8165 0.7500 0.7226 0.7089 0.7009 0.6958 74 0.7904 0.7200 0.6921 0.6781 0.6701 0.6649 73 0.7636 0.6900 0.6617 0.6477 0.6396 0.6344 I 72 0.7360 0.6600 0.6316 0.6176 0.6095 0.6044 71 0.7077 0.6300 0.6016 0.5878 0.5798 0.5747 70 0.6787 0.6000 0.5719 0.5583 0.5504 0.5454 I 69 0.6490 0.5700 0.5423 0.5290 0.5213 0.5164 68 0.6187 0.5400 0.5129 0.4999 0.4924 0.4877 67 0.5878 0.5100 0.4836 0.4710 0.4638 0.4592 I 66 0.5563 0.4800 0.4545 0.4424 0.4354 0.4310 65 0.5242 0.4500 0.4255 0.4139 0.4073 0.403 I 64 0.4916 0.4200 0.3967 0.3856 0.3793 0.3753 I 63 0.4586 0.3900 0.3679 0.3575 0.3515 0.3477 62 0.4251 0.3600 0.3392 0.3295 0.3239 0.3203 61 0.3911 0.3300 0.3107 0.3016 0.2964 0.2931 I 60 0.3568 0.3000 0.2822 0.2738 0.2691 0.2660 59 0.3222 0.2700 0.2537 0.2461 0.2418 0.2391 58 0.2872 0.2400 0.2254 0.2186 0.2147 0.2122 57 0.2519 0.2100 0.1971 0.1911 0.1877 0.1855 I 56 0.2164 0.1800 0.1688 0.1636 0.1613 0.1592 55 0.1806 0.1500 0.1408 0.1363 0.1338 0.1322 54 0.1447 0.1200 0.1125 0.1 090 0.1070 0.1 057 I 53 0.1087 0.0900 0.0843 0.0817 0.0802 0.0792 52 0.0725 0.0600 0.0562 0.0544 0.0534 0.0528 51 0.0363 0.0300 0.0281 0.0272 0.0267 0.0264 I 50 0.0 0.0 0.0 0.0 0.0 0.0-- 49 -0.0363 -1.0300 -0.0281 -1.0272 -0.0267 -0.0264 48 -0.0725 -1.0600 -0.0562 -1.0544 -0.0534 -0.0528 I 47 -0.1087 -1.0900 -0.0843 -1.0817 -0.0802 -0.0792 46 -0.1447 -1.1200 -0.1125 -1.1090 -0.1070 -0. I 057 45 -0.1806 -1.1500 -0.1408 -1.1363 -0.1338 -0.1322 44 -0.2164 -1.1800 -0.1688 -1.1636 -0.1607 -0.1592 I TABLE 1. TABLE FOR ESTIMATING PERCENT OF JLOT WITHIN LIMITS (PWL) I Percent Within Limits I GP-110-6 I I (PWL) Positive Values ofQ r.L and P u _ n=3 n=4 n=5 n=6 n=7 n=8 I 43 -0.2519 -1.2100 -0.1971 -1.1911 -0.1877 -0.1855 42 -0.2872 -1.2400 -0.2254 -1.2186 -0.2147 -0.2122 I 41 -0.3222 -1.2700 -0.2537 -1.2461 -0.2418 -0.2391 40 -0.3568 -1.3000 -0.2822 -1.2738 -0.2691 -0.2660 39 -0.3911 -1.3300 -0.3107 -1.3016 -0.2964 -0.2931 38 -0.4251 -1.3600 -0.3392 -1.3295 -0.3239 -0.3203 I 37 -0.4586 -1.3900 -0.3679 -1.3575 -0.3515 -0.3477 36 -0.4916 -1.4200 -0.3967 -1.3856 -0.3793 -0.3753 35 -0.5242 -1.4500 -0.4255 -1.4139 -0.4073 -0.4031 I 34 -0.5563 -1.4800 -0.4545 -1.4424 -0.4354 -0.4310 33 -0.5878 -0.5100 -0.4836 -0.4710 -0.4638 -0.4592 32 -0.6187 -0.5400 -0.5129 -0.4999 -0.4924 -0.4877 I 31 -0.6490 -0.5700 -0.5423 -0.5290 -0.5213 -0.5164 30 -0.6787 -0.6000 -0.5719 -0.5583 -0.5504 -0.5454 29 -0.7077 -0.6300 -0.6016 -0.5878 -0.5798 -0.5747 I 28 -0.7360 -0.6600 -0.6316 -0.6176 -0.6095 -0.6044 27 -0.7636 -0.6900 -0.6617 -0.6477 -0.6396 -0.6344 26 -0.7904 -0.7200 -0.6921 -0.6781 -0.6701 -0.6649 I 25 -0.8165 -0.7500 -0.7226 -0.7089 -0.7009 -0.6958 24 -0.8417 -0.7800 -0.7535 -0.7401 -0.7322 -0.7271 23 -0.8662 -0.8100 -0.7846 -0.7716 -0.7640 -0.7590 I 22 -0.8897 -0.8400 -0.8160 -0.8036 -0.7962 -0.7915 21 -0.9124 -0.8700 -0.8478 -0.8360 -0.8291 -0.8245 20 -0.9342 -0.9000 -0.8799 -0.8690 -0.8625 -0.8583 19 -0.9550 -0.9300 -0.9123 -0.9025 -0.8966 -0.8928 I 18 -0.9749 -0.9600 -0.9452 -0.9367 -0.9325 -0.9281 17 -0.9939 -0.9900 -0.9785 -0.9715 -0.9672 -0.%43 16 -1.0119 -1.0200 -1.0124 -1.0071 -1.0037 -1.0015 I 15 -1.0288 -1.0500 -1.0467 -1.0435 -1.0413 -1.0399 14 -1.0448 -1.0800 -1.0817 -1.0808 -1.0800 -1.0794 13 -1.0597 -1.11 00 -1.1173 -1.1191 -1.1199 -1.1204 I 12 -1.0736 -1.1400 -1.1537 -1.1587 -1.1613 -1.1630 11 -1.0864 -1.1700 -1.1909 -1.1995 -1.2043 -1.2075 10 -1.0982 -1.2000 -1.2290 -1.2419 -1.2492 -12541 I 9 -1.1089 -1.2300 -1.2683 -1.2860 -1.2964 -1.3032 8 -1.1184 -1.2600 -1.3088 -1.3323 -1.3461 -1.3554 7 -1.1269 -1.2900 -1.3508 -1.3810 -1.3991 -1.4112 I 6 -1.1342 -1.3200 -1.3946 -1.4329 -1.4561 -1.4716 5 -1.1405 -1.3500 -1 .4407 -1.4887 -1.5181 -1.5381 4 -1.1456 -1.3800 -1.4897 -1.5497 -1.5871 -1.6127 3 -1.1496 -1.4100 -1.5427 -1.6181 -1.6661 -1.6993 I 2 -1.1524 -1 .4400 -1.6016 -1.6982 -1.7612 -1.8053 1 -1.1541 -1.4700 -1.6714 -1.8008 -1.8888 -1.9520 I END OF SECTION GP-II0 I I GP-llO-7 I I I I I I I I I PART I. P ART II. I PART III. I PART IV. PART V. I I I I I I I I I SECTION 120 REQUIRED BID AND CONTRACT PROVISIONS REQUIREMENTS TO BE INCLUDED IN SOLICITATION FOR BIDS W AGE AND LABOR PROVISIONS EQUAL EMPLOYMENT OPPORTUNITY REQUIREMENTS MISCELLANEOUS CONTRACT PROVISIONS REQUI:lliMENTS OF 49 CFR PART 26 DISADV ANT AGED BUSINESS ENTERPRISE PROGRAM GP-120-1 PART I. REQUIREMENTS TO BE INCLUDED IN SOLICITATION FOR BIDS A. Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246. as Amended). (1) The Offerer's or Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Opportunity Construction Contract Specifications" set forth herein. (2) The goals and timetables for minority and female participation, expressed in percentage terms for the Contractor's aggregate work force in each trade on all construction work in the covered area are as follows: Timetables Goals for Minority Participation for Each Trade Goals for Female Participation in Each Trade 33% 6.9% These goals are applicable to all the contractor's construction work (whether or not it is Federal or Federally assisted) performed in the covered area. If the Contractor performs construction work in a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed. With regard to this second area, the Contractor also is subjected 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 ofthe contract, the Executive Order, and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. (3) The Contractor shall provide written notification to the Director, OFCCP, within 10 working days of award of any construction subcontract in excess of $1 0,000 at any tier of construction work under the contract resulting from this solicitation. The notification shall list the name, address, telephone number of the subcontractor; employer identification number ofthe subcontractor; estimated dollar amount ofthe subcontracts; 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 Richmond County. Georgia. GP-120-2 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I B. Requirement for Certification of Nonsegregated Facilities: (1) Notice to Prospective Federally Assisted Construction Contractors. (a) Certification of Nonsegregated Facilities must be submitted prior to the award of a federally assisted construction contract exceeding $10,000 which is not ex~mpt from the provisions of the Equal Opportunity Clause. (b) Contract:>rs 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 followin:s notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions ofthe Equal Opportunity Clause. NOTE: The penalty for making false statements in offers is prescribed in 18 V.S.C. 1001. (2) Notice to Prm,pective Subcontractors of Requirement for Certification of Nonsegregated Facilities. (a) A Certification of Nonsegregated Facilities must be submitted prior to the award of subcontract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity Clause. (b) Contractors receiving federally assisted construction subcontract awards exceedin.s $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 provision s of the Equal Opportunity Clause. NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.c. 1001. CERTIFICATION TO BE SUBMITTED BY FEDERALLY ASSISTED CONSTRUCTION CONTRACTORS AND THEfR SUBCONTRACTORS (APPLICABLE TO FEDERALLY ASSISTED CONSTRUCTION CONTRACTS AND RELATED SUBCONTRACTS EXCEEDING $10,000 WHICH ARE NOT EXEMPT FROM THE EQUAL OPPORTUNITY CLAUSE) CERTIFICATION OF NONSEGREGATED FACILITIES The Federally assisted construction contractor certifies that he does not maintain or provide, for his employees, any segregated facilities at any of his establishments and that he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The Federally assisted construction contractor certifies that he will not maintain or provide, for his employees, segregated facilities at any of his establishments and that he will not permit his employees to perfoIDl their services at any location under his control where segregated facilities are maintained. The Federally assisted construction contractor agrees that a breach oftms certification is a violation of the Equal Opportunity Clause in this contract. As used in this GP-120-3 certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, timedocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation and housing facilities provided for employees which are'segregated by explicit directives or are, in fact, segregated on the basis ofrace, color, religion, or national origin because of habit, local custom, or any other reason. The Federally assisted construction contractor agrees that (except where he has obtained identical certifications from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions ofthe Equal Opportunity Clause and that he will retain such certifications in his files. CERTIFICATIONS OF NONSEGREGATED FACILITIES BY SPONSORS OF FEDERAL ASSISTANCE WHO ARE THEMSEL YES PERFORMING CONSTRUCTION CONTRACTS The Sponsor certifies that it does not maintain or provide for its employees any segregated facilities at any of its establishments and that it does not permit its employees to perform their services at any location under its control where segregated facilities are maintained. It further certifies that it will not maintain or provide for its employees any segregated facilities at any of its establishments and that it will not permit its employees to perform their services at any location under its control where segregated facilities are maintained. The Sponsor agrees that a breach of this certification is a violation of the Equal Opportunity Clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating area, timeclocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directives or are, in fact, segregated on the basis of race, color, religion, or national origin because of habit, local customs, or any other reason. It further agrees that it will obtain identical certifications from proposed contractors prior to the award of contracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause; that it will retain such certifications in its files; and that it will forward the following notice to such proposed contractors: NOTICE TO PROSPECTIVE CONTRACTORS OF REQUIREMENT FOR CERTIFICATION OF NONSEGREGATED FACILITIES A Certification of Nonsegregated Facilities must be submitted prior to the award of a contract or subcontract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity Clause. NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. P ART II. WAGE AND LABOR PROVISIONS I. Each Sponsor entering into a construction contract over $2,000 for an airport development project is required to insert in the contract the following provisions from 29 CFR 5.5. Each contractor is to include these provisions in each construction subcontract. a. Minimum Wages. GP-120-4 I I I I I I I I I I I I I4I I I I I I I I I I I I I I I I I I I I I I I I I (1) (2) All laborers and mechanics employed or working upon the site of the work will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR Part 31), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment 'computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist betweer. the Contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1 (b )(2) of the Davis-Bacon Act on behalf oflaborers or mechanics are considered wages paid to laborers or mechanics, subject to the provisions of subpara:~aph a.( 4) below; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly periods. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually perform;:d, without regard to skill, except as provided in paragraph d. of this clause. Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the Lme actually worked therein: Provided, that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classificltion and wage rates conformed under a.(2) ofthis section) and the Davis-Bacon poster (WH-1321) shall be posted at all times by the Contractor and its subcontractors at the site of the work in a prominent and accessible place where it can easily be seen by the workers. (i) The contracting officer shall require that any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the contract shall be classi.fied in conformance with the wage deternlination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefor only when the following criteria have been met: (A) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (B) The classification is utilized in the area by the construction industry; and GP-120-S (3) (C) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (ii) If the Contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, D.C. 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30- day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB control number 1215-0140). (iii) In the event the Contractor, the laborers or mechanics to be employed in the classification or their representatives and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation ofthe contracting officer, to the Administrator. The Administrator, or an authorized representative will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB control number 1215-0140). (iv) The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs (2)(ii) or (iii) of this paragraph, shall be paid to all workers performing work in the classification under this contract from the first day on which-work is performed in the classification. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the Contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (4) If the Contractor does not make payments to a trustee or other third person, the Contractor may consider as part ofthe wages of any laborer or mechanic GP-120-6 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, provided, that the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may rec;uire the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. (Approved by the Office ,ofMan,.gement and Budget under OMB control number 1215-0140). b. Withholding. The FAA or the Sponsor shall upon its own action or upon written request of an au ~horized representative of the Department of Labor withhold or cause to be withheld from the Contractor under this contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to Davis-Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event offailure to pay any laborer or mechanic, including any apprentice, traircee, or helper, employed or working on the site of work, all or part of the wages required by the contract, the Federal Aviation Administration may after written notice tel the contract, Sponsor, applicant, or Owner, take such action as may be necessary to ::ause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. c. Payrolls and Basic Records. (I) Payrolls and basic records relating thereto shall be maintained by the Contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe b(:nefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor hHS found under paragraph a.(4) of this clause that the wages of any laborer or mechanic include the anlount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1 (b )(2)(B) of the Davi.>-Bacon Act, the Contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which stow the costs anticipated or the actual costs incurred in providing such benefits. Contractors employing apprentices or trainees under approved program:; shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (Approved by the Office of Management and Budget under ONIB control numbers 1215-0140 and 1215-0017). GP-120-7 (2) (i) (ii) (iii) (iv) The Contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the applicant, Sponsor, or Owner, as the case may be, for transmission to the Federal Aviation Administration. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under paragraph c.(l) above. This information may be submitted in any form desired. Optional Form WH-347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal Stock Number 029-005-00014-1), U.S. Government Printing Office, Washington, D.C. 20402. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. (Approved by the Office of Management and Budget under OMB control number 1215-0149). I I I I I I I I I I I I I I I I I I I Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the Contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (A) That the payroll for the payroll period contains the information required to be maintained under paragraph c.( 1) above and that such information is correct and complete; (B) That each laborer and mechanic (including each helper, apprentice and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations 29 CFR Part 3; (C) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the app licab Ie wage determination incorporatedinto-thecontract~ .- The weekly submission of a properly executed certification set forth on the reverse side of Optional Form \VH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph c.(2)(ii) ofthis section. The falsification of any of the above certifications may subject the Contractor or subcontractor to civil or criminal prosecution under Section 100 I of Title 18 and Section 231 of Title 31 of the United States Code. GP-120-8 I I I I I I I I I I I I I I I I I I I (3) The Contractor or subcontractor shall make the records required under paragraph c.(l) of this section available for inspection, copying or transcription by authorized representatives of the Sponsor, the Federal Aviation Administration or the Department of Labor, and shall permit such representatives to interview employees during work hours on the job. If the Contractor or subcontractor fails to submit the required records or to make them available, the Federal agency may, after written notice to the Contractor, Sponsor, applicant or Owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarant=e offunds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action }:ursuant to 29 CFR 5.12. d. Apprentices and Trainees. (1) Aporen'ices. Apprentices will be permitted to work at less than the predetelmined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with U.S. Department of Labor, Employment and Training Admini5tration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau, or if a person is employed in his 0:: her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid ilOt less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the register~d program shall be paid not less than the applicable wagerate on the- . wage deternlination for the work actually performed. Where a contractor is perform:ng construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, GP-120-9 apprentices must be paid the full amount offringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Bureau of Apprenticeship and Training, or a State Apprenticeship Agency recognized by the Bureau, withdraws approval of an :apprenticeship program, the Contractor will no longer be permitted to utilized apprentices at less than the applicable predeternlined rate for the work performed until an acceptable program is approved. (2) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions ofthe trainee program.If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee perfOlming work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the Contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an -acceptable program is approveQ~~-- - - - (3) Equal Employment Opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30. e. Compliance With Copeland Act Requirements. The Contractor shall comply with the requirements of 29 CFR Part 3, which are incorporated by reference in this contract. GP-120-10 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I f Subcontracts. The Contractor or subcontractor shall insert in any subcontracts the clauses contaiLed in paragraphs a. through j. of this contract and such other clauses as the Federal Aviation Administration may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime Contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5. g. Contract Term: nation: Debarment. A breach of the contract clauses in paragraphs a. through j. ofth:.s clause and a. through e. of the second clause below may be grounds for termination of the contract, and for the debarment as a contractor and a subcontractor ,.s provided in 29 CFR 5.12. h. Compliance With Davis-Bacon and Related Act Requirements. All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR Parts 1,3, and 5 are hereh incorporated by reference in this contract. 1. Disputes concerning Labor Standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause ofthis contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR Parts 5, 6 and 7. Disputes within the meaning of th:.s clause include disputes between the Contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. ]. Certification of Eligibility. (1) By entejng into this contract, the Contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1). (2) No part of this contract shall be subcontracted to any person or firm ineligible for awmd of a Government contract by virtue section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1). (3) The penalty for making false statements is prescribed in the U.S. Criminal Code, 1:3 D.S.C. 1001. 2. The following clauses i::1 paragraphs a., b., c., d., and e. below, required by the Contract Work Hours and Safety Standards Act, will also be inserted in full in AlP construction contracts in excess of $2,000 in addition to the c1a'Jses required by 29 CFR 5.5(a) or 4.6 of Part 4 of Title 29. As used in the following, the term "laborers" and "mechanics" included watchmen and guards. a. Overtime Requirements. No Contractor or subcontractor contracting for any part of the contract wcrk which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unle8s such laborer or mechanic receives compensation at a rate not less GP-120-11 than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek, whichever is greater. b. Violation; Liability for Unpaid Wages; Liquidated Damages. In the event of any violation of the clause set forth in paragraph a. above, the Contractor or any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such Contractor and subcontractor shall be liable to the United States, (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph a. above, in the sum of$lO for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtim~ wages required by the clause set forth in paragraph a. above. c. Withholding for Unpaid Wages and Liquidated Damages. The Federal Aviation Administration or the Sponsor shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any monies payable on account of work performed by the Contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime Contractor, such sums as may be determined to be necessary to satisfy any liabilities of such Contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph b. above. d. Subcontracts. The Contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs a. through d. and also a clause requiring the subcontractor to include these clauses in any lower tier subcontracts. The prime shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs a. through d. e. Working Conditions. No Contractor or subcontractor may require any laborer or mechanic employed in the performance of any contract to work in surroundings or under working conditionsihat ar e an sanitary , hazardous or dangerous to-his health or safety as determined under construction safety and health standards (29 CFR Part 1926) issued by the Department of Labor. 3. In addition to the provisions in 1 and 2 above for contracts in excess of$2,OOO, the following is to be included in all contracts for work on airport development projects involving labor: Veteran's Preference. In the employment of labor (except in executive, administrative and supervisory positions), preference shall be given to veterans of the Vietnam era and disabled veterans. However, this preference shall apply only where the individuals are available and qualified to perform the work to which the employment relates. GP-120-12 I I I I I I I I I I I I I I I I IaI I I I I I I I I I I I I I I I I I I I I P ART III. EQUAL EMPLOYMENT OPPORTUNITY REQIDREMENTS The Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246, as amended) are to be included in all Federally assisted construction contracts or subcontracts (inc1cding the Solicitations for Bids) in excess of$l 0,000 to be performed in geographical areas designated by the Director, OFCCP. (41 CFR 60-4.3). I. As used in thes(~ specifications: a. "Covered area" means the geographical area described in the solicitation from which this contract resulted; b. "Direct(lf" means Director, Office of Federal Contract Compliance Programs (OFCCP), U.S. Department of Labor, or any person to who the Director delegates authority; c. "Employer identification number" means the Federal social security number used on the Employer's Quarterly Federal Tax Return, U.S. Treasury Department Form 941; d. "Minority" includes: (1) Black (all persons having origins in any of the Black African racial g;roups not of Hispanic origin); (2) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or ~)outh American, or other Spanish culture or origin regardless of nce); (3) Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far East, Southeast, Asia, the Indian Subcontinent, or the Pacific Islands); and (4) ..American Indian or Alaskan native (all pt:I suns having UI igills ill any--- . - of the original peoples of North America and maintaining identifiable t:J;bal affiliations through membership and participation or community identification). 2. Whenever the Contractor, or any subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of$l 0,000 the provisions ofthese specifications and the notice which contains be applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. GP-120-13 3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the plan area (including goals and timetables) shall be in accordance with that plan for those trades which have unions participating in the plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. :Each Contractor or subcontractor, participating in an approved plan is individually required to comply with its obligations under the EEO clauses and to make a good faith effort to achieve each goal under the plan in each trade in which it has employees. The overall good faith performance by other contractors or subcontractors toward a goal in an approved plan does not excuse any covered contractor's or subcontractor's failure to take good faith efforts to achieve the plan goals and timetables. 4. The contractor shall implement the specific affirmative action standards provided in paragraphs 7.a through p. of these specifications. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. 'Covered construction contracts performing construction work in a geographical area where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. Goals are published periodically in the Federal Register in notice fOlm, and such notices may be obtained from any Office of Federal Contract Compliance Programs office or from Federal procurement contracting officers. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement nor the failure by a union with whom the Contractor has a collective bargaining agreement to refer either minorities or women shall excuse the contractor's obligations under these specifications, Executive Order 11246, as amended, or the regulations promulgated pursuant thereto. 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The Contractor shall take specific affirmative actions to ensure EEO. The evaluation ofthe contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The Contractor shall document these GP-120-14 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I efforts fully and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the contractor's employe es are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other onsite supervisJry personnel are aware of and carry out the contractor's obligation to maintair. such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recmitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations'responses. c. Maintain a current file of the names, addresses, and telephone numbers of each m:;nority and female off-the-street applicant and community organiza~ion and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefore along with whatever additional actions the contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the contractor a minority person or woman sent by the contractor, or when the contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations. e. Develop on-the-job training opportunities and/or participate in training programs for the area which expressly incluoe minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the contractor's employment needs, especially those programs funded or approved by the Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7b above. f. Disseminate the Contractor's EEO policy by providing notice ofthe policy to unions and training programs and requesting their cooperation in assisting the contracto:: in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with GP-120-15 g. all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. I I I I I I I I I I I I I I I I I I I Review, at least annually, the company's EEO policy and affirmative action 'obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination, or other employment decisions including specific review of these items with onsite supervisory personnel such as superintendents, general foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other contractors and subcontractors with whom the Contractor does or anticipates doing business. 1. Direct its recruitment efforts, both oral and written, to minority, female, and community organizations; to schools with minority and female students; and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations, such as the above, describing the openings, screening procedures, and tests to be used in the selection process. J. Encourage present minority and female employees to recruit other minority persons and women and, where reasonable, provide after school, summer, and vacation employment to minority and female youth both on the site and in other areas of a contractor's workforce. k. Validate all tests and other selection requirements where there lS an obligation to do so under 41 CFR Part 60-3. 1. Conduct, at least annually, an inventory and evaluation, at least of all minority and female personnel, for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. m. Ensure that seniority practices, job classifications, work assignments, and other personnel practices do not have a discriminatory effect by continually GP-120-16 I I I I I I I I I I I I I I I I I I I 9. 10. monitOling all personnel and employment related activities to ensure that the EEO policy and the contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are nonsegregated except that separate: or single-user toilet and necessary changing facilities shall be :provided to assure privacy between ,the sexes. o. Document and maintain a record of all solici tations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduc1: a review, at least annually, of all supervisor's adherence to and performance under the Contractor's EEO policies and affirmative action obligations. 8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affrm1ative action obligations (7.a through p.). The efforts of a contractor association, joint contractor union, contractor community, or other similar groups of which the Contractor is a member and participant, may be asserted as fulfi: ling anyone or more of its obligations under 7.a through p. ofthese specifications provided that the contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the contractor's minority and female workforce participation, makes a good faJh effort to meet its individual goals and timetables, and can provide access to docurr..entation which demonstrates the effectiveness of actions taken on behalf of the contractor. The obligation to comply, however, is the Contractor's; and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide EEO and to take affirmative action for all minority groups, both male and female, and all women, both minority and non-minority. Consequently, the Contractor may be in violation ofthe executive order if a particular group is employed in a substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation ofthe executive order if a specific minority group of women is under-utilized). The Contractor s:1all not use the goals and timetables or affirmative action standards to discriminate against any persons because of race, color, religion, sex, or national ongm. GP-120-17 11. The Contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246, as amended. 12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination, and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the OFCCP. Any contractor who fails to carry out such sanctions and penalties shall be in violation ofthese specifications and Executive Order 11246, as amended. 13. The Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7. of these specifications, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements ofthe executive order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8. 14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government, and to keep records. Records shall at least include for each employee, the name, address, telephone number, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievab le form; however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). Contractor Contractual Requirements During the performance of this contract, the Contractor, for itself, its assignees and successors in interest (hereinafter referred to as the "contractor") agrees as follows: 1. Compliance with Regulations. The Contractor shall comply with the Regulations relative to nondiscrimination in federally assisted programs of the Department of Transportation (hereinafter, "DOT") Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time (hereinafter referred to as the GP-120-18 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I Regulations), which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimina1ion. The Contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, or national origin in the selection ard retention of subcontractors, including procurements of materials and leases of equipment. The Contractor shall not participate either directly or indirectly in tr..e discrimination prohibited by section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 3. Solicitations fo1' Subcontracts, including Procurements of Materials and Equipment. In all solicitations either by competitive bidding or negotiation made by the Contractor for ,,"ork to be performed under a subcontract, including procurements of materials or lea3es of equipment, each potential subcontractor or supplier shall be notified by the Contractor of the contractor's obligations under this contract and the Regulations relative to nondiscrimination on the grounds ofrace, color, or national ongm. 4. Information and Reports. The Contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be deterr~1ined by the Sponsor or the Federal Aviation Administration (FAA) to be pertinent to ascertain compliance with such regulations, orders, and instructions. Where any infoffi1ation required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information, the Contractor shall so certify to the Sponsor or the FAA, as appropriate, and shall set forth what efforts it has maje to obtain the information. 5. Sanctions for Noncompliance. In the event of the Contractor's noncompliance with the nondiscrimination provisions of this contract, the sponsor shall impose such contract sanctions as it or the FAA may determine to be appropriate, including, but limi ted to: a. Withhoking of payments-te-the Contractor under-the contract until the- Contractor complies; and/or b. Cancella1ion, termination, or suspension ofthe contract, in whole or in part. 6. Incorporation of Provisions. The Contractor shall include the provisions of paragraph 1. through 5. in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations or directives issued pursuant thereto, The Contractor shall take such action with respect to any subcontract or procurement as the Sponsor or the FAA may direct as a means of enforcing suchj)rovisions including sanctions for noncompliance. Provided, GP-120-19 however, that in the event a Contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the Contractor may request the Sponsor to enter into such litigation to protect the interests of the Sponsor and, in addition, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. EQUAL EMPLOYMENT OPPORTUNITY CLAUSE Include in all construction contracts in excess of $1 0,000. During the performance ofthis contract, the Contractor agrees as follows: I. The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to, the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment compensation; and selection of transfer; recruitment or recruitment advertising; layoff or termination; rates of payor other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. 2. The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex or national ongm. 3. The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the Contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. 4. The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. 5. The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations and orders ofthe Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes ofinvestigation to ascertain compliance with such rules, regulations, and orders. GP-120-20 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 6. In the event ofth~ Contractor's noncompliance with the nondiscrimination clauses of this contract or with any ofthe said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of Septeml?er 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in E:{ecutive Order 11246 of September 24, 1965, or by rule, regulation, or order ofthe Secretary of Labor, or as otherwise provided by law. 7. The Contractor will include the portion of the sentence immediately preceding paragraph 1. and the provisions of paragraphs I. through 7. in every subcontractor purchase order l.nless exempted by rules, regulations, or orders of the Secretary of Labor issued pu;suant to section 204 of Executive Order 11246 of September 24, 1965, so that su.;:;h provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions; inch: ding sanctions for noncompliance: Provided, however, that in the event a Contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. Notices to be Posted. Tbe "Equal Employment Opportunity is the Law poster is to be posted by the Contractor in a conspicuous plaoe available to employees and applicants for employment as required by paragraphs 1. and 3. of the EEO clause. Copies oftms poster will be furnished to contractors at the preconstructic\n conference. Required Reports. (1) Monthlv Emplo\'ment Utilization Report. This report is to be prepared on Form CC 257 (Rev. 9-78) and sent to the Area Office, Federal Contract Compliance Program (OFCCP) that suves the geographical area in which this project is located. The report is due by the fifth day of each month after work has commenced. The Contractor will be advised further regarding this report, including the address ofthe OFCCP Area OLlce, at the preconstruction conference. (2) Annual EEO-l Report. Contractors/subcontractors working on federally assisted airport construction projects are required to tile annually, on or before March 31, complete and accurate reports on Standard Fornl 100 (Employee Information Report, EEO-I). The first such report is required within 30 days after award unless the contractor/subcontractor has submitted such a report within 12 months preceding the date of award (the FAA or Department of Labor OFCCP can designate other intervals). This form is normally furnished based on a mailing list, but can be obtained from the Joint Reporting Committee, 1800 G. Street, N.W., Washington, GP-120-21 D.C. 20506. This report is required if a Contractor or subcontractor meets all of the following conditions: (a) Nonexempt. Contractors/subcontractors are not exempt based on 41 CFR 60- 1.5; and (b) Number of employees. Has 50 or more employees; and (c) Contractor/subcontractor. Is a prime contractor or first tier subcontractor; and (d) Dollar Level. There is a contract, subcontract, or purchase order amounting to $50,000 or more or serves as a depository of government funds in any amount, or is a financial institution which is an issuing and paying agent for U.S. savings bonds and savings notes. Some subcontractors below the first tier who work at the site are required to file if they meet the requirements of 41 CFR 60-1.7. (e) Records. The FAA or Department of Labor OFCC:P may require a contractor to keep employment or other records and to furnish, in the form requested within reasonable limits, such information as necessary. PART IV. MISCELLANEOUS CONTRACT PROVISIONS A. Airport Improvement Program Prolect. The work in this contract is included in Airport Improvement Program lPIroject No. 3-13-0011-26&27 which is being undertaken and accomplished by the Augusta A viatnon Commission in accordance with the terms and conditions of a grant agreement between the Augusta -Richmond Coun1y . Geor~ia and the United States, under the Airport and Airway improvement Act of 1982 and Part 152 of the Federal Aviation Regulations (14 CFR Part 152), pursuant to which the United States has agreed to pay a certain percentage of the costs of the project that are determined to be allowable project costs under that Act. The United States is not a party to this contract and no reference in this contract to the FAA or any representative thereof, or to any rights granted to the FAA or any representative thereof, or the United States, by the contract, makes the United States a party to this contract. B. Consent to Assignment. The Contractor shall obtain the prior written consent of the Owner to any proposed assignment of any interest in or part of this contract. C. Veterans Preference. In the employment of labor (except in executive, administrative, and supervisory positions), the Contractor shall give preference to veterans of the Vietnam era and disabled veterans as defined in Section 515(c)(1) and (2) of the Airport and Airway Improvement Act of 1982. D. FAA Inspection and Review. The Contractor shall allow any authorized representative of the FAA to inspect and review any work or materials used in the performance of this contract. GP-120-22 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I E. Subcontracts. The Contractor shall insert in each of his subcontracts the provisions contained in paragraphs A., C., and D., ofthis section and also a clause requiring the subcontractors to include these provisions in any lower tier subcontracts which they may enter into, together with a clause requiring this insertion in any further subcontracts that may in term be made. F. Clean Air and Water Pollution Control Requirements for All Construction Contracts and Subcontracts Exceeding $100, )00. Contractors agree: (1) That any facility to be used in the performance ofthe contract or to benefit from the contract is not listed on the Environmental Protection Agency (EP A) List of Violating Facilities. (2) To comply with all the requirements of Section 114 ofthe Clean Air Act and Section 308 ofthe Federal Water Pollution Control Act and all regulations issued thereunder. (3) That as a condition for award of a contract, they will notify the awarding official of the receipt of any communication from the EP A indicating that a facility to be utilized for perfiJrmance of or benefit from the contract is under consideration to be listed on the EPA List of Violating Facilities. (4) To include in any subcontract which exceeds $100,000, the requirements of (1), (2), and (3) above. PART V - REQUIREMENTS OF 49 CFR Part 26, DISADVANTAGE BUSINESS ENTERPRISE PROGRAM A. POLICY. It is the policy of the Department of Transportation that disadvantage business enterprises as defined in 49 CFR Part 26 shall have the maximum opportunity to participate in the performance of contracts finan(;ed in whole or in part with Federal funds under this agreement. Consequently, the Disadvantage Business Enterprise (DBE) requirements of 49 CFR Part 26 apply to this contract. B. DBE OBLIGATION. The recipient or its contractor agrees to ensure that disadvantage business enterprises as defined in 49 CFR Part 26 have the maximum opportunity to participate in the performance of contracts financed in whole or in part with Federal funds provided under this agreement. In this regard, all recipients or contractors shall take all necessary and reasonable steps in accordance with 49 CFR Part 26 to ensure that disadvantage business enterprises have the maximum opportunity to compete for and :?erform contracts. C. The following is an excerpt from FAA Program Guidance Letter 88-1, December 3, 1987. GP-120-23 On October 21, DOT published in the Federal Register an amendment to 49 CFR Part 26, Participation by Disadvantage Business Enterprise in Department of Transportation Programs. Only one change will affect the airport grant program. Effective October 21, a Sponsor or Contractor may count toward its DBE goals 60 percent of its expenditures for materials and supplies required under a contract and obtained from a DBE and 100 percent of such expenditures to a DBE manufacturer. Minimum Disadvantage Business Enterprise goals for this project are: DBE Goals: 25.00%. GP-120-24 I I I I I I I I I I ;1 I I I. I I I I I I I I I I I I I I I ,I I I I I I I I I GENERAL DECISION GA030029 06/13/2003 GA29 Date: June 13,2003 General Decision Number GA030029 Superseded General Decision No. GA020029 State: Georgia Construction Type: HIGHWAY County(ies): COLUMBIA MCDUFF:'E RICHMOND HIGHWAY CONSTRUCTION PROJECTS (excluding tunnels, building structures in rest area projects, and railroad construction; bascule, suspension & spandrel arch bridges; bridges designed for commercial navigation; bridges involving marine construction; other major bridges) Modification Number Publication Date o 06/13/2003 COUNTY(ies): COLUMBIA MCDUFFIE RICHMOND SUGA3010A 05/01/1990 ASPHALT RAKER CARPENTER CONCRETE FINISHER FLAGGER IRONWORKER, REINFORCr~G , LABORER PILEDRIVER Rates 6.08 8.72 7.43 5.15 10.83 5.84 14.99 Fringes POWER EQUIPMENT OPERATORS: Asphalt distributor Asphalt paver Backhoe Bulldozer Crane Loader 7.07 7.64 8.35 8.40 10.00 7.62 GP-120-25 Milling machine Motor grade operator Roller Scraper Striping machine operator Tractor (utility) 12.18 8.56 6.36 8.00 6.26 5.65 TRUCK DRIVERS: Single rear axle Multi rear axle 5.67 6.58 WELDER 11.23 Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5.5(a)(1)(ii)). ---------~-----_.----------------_.._-----------------------------------_.~-- In the listing above, the "SU" designation means that rates listed under that identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, incblchngJequests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: GP-120-26 I I I I I '1 I I I I I I I I I I I I I I I. I I I I I' I I II I I I I I I I I I Branch of Construction Wage Determinations Wage and Hour Division U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 2.) Ifthe answer to the:question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsid eration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Adm:oonistrator U.S. Department of Labor 200 Constitution Ave~1ue, N. W. Washington, D. C. 20210 The request should be accompa:ued by a full statement ofthe interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U. S. Department of labor 200 Constitution Avenue, N. W. Washington, D. C. 2C21O 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION GP-120-27 I I I I. I I I I I I I I I I I I I I I SECTION 00800 SUPPLEMENT ARY CONDITIONS The following conditions amend or supplement the referenced "Standard Federal Aviation Administration General Provisions". All provisions which are not so amended or supplemented remain in full force and effect. SECTION 10 DEFINITIONS SC-l DELETE THlE FOLLOWING DEFINITIONS AND REPLACE WITH THE FOLLOWING DEFINITIONS: DELETE "10-14 CONTRACT"; REPLACE WITH: 10-14 CONTRACT. The written agreement between OWNER and CONTRACTOR covering the Work to be performed; other Contract Documents are attached to the Contract and made a part thereof as provided therein. The term" Agreement" has the same meaning as "Contract". DELETE "10-19 ENGINEER"; REPLACE WITH: 1 0-19 ENGThTEER. The person, firm or corporation named as such in the Agreement. DELETE "10-41 SPECIAL PROVISIONS"; REPLACE WITH: 10-41 SUPPLEMENTARY CONDITIONS. The part of the Contract Documents which amends or supplements these Standard FAA General Provisions. DELETE "10-49 SURETY"; REPLACE WITH: 10-49 SURETY. The corporate body which is bound with the CONTRACTOR and which engages to be responsible for the CONTRACTOR and his acceptable performance of the work and his payment of all debts pertaining to the work. DELETE "10-51 WORK"; REPLACE WITH: 10-51 WORK. The entire complete construction or the various separately identifiable parts thereof required to be furnished under the Contract Documents. Work is the result of performing services, furnishing labor and furnishing and incorporating materials and equipment into the construction, all as required by the Contract Documents. 00800-1 SC-2 DELETE "10-16 CONTRACT TIME"; REPLACE WITH: 10-16 CONTRACT TIME. The number of calendar days stated in the Bid, allowed for completion ofthe contract, plus authorized time extensions. If a calendar date of completion is stated in the proposal, in lieu of a number of calendar days, the contract shall be, completed by that date. When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day will be omitted from the computation. SC-3 AFTER THE LAST DEFINITION OF SECTiON 10, ADD THE FOLLOWING NEW DEFINITIONS: 10-53 GENERAL PROVISIONS. Standard FAA conditions of the Contract identified as Sections 10,40,50,60, 70, 80, 90, and 120. 10-54 PRODUCTS. The materials, systems and equipment to be incorporated into the work. 10-55 PROJECT MANUAL. The bound documents compnsmg Bidding Requirements, Bid Forms, Contract Forms, General Conditions, Supplementary Conditions, Specifications, Addenda and modifications. 1 0-56 SUBSTANTIAL COMPLETION. The Work (or a specified part thereof) has progressed to the point where, in the opinion of ENGINEER as evidenced by ENGINEER's definitive certificate of Substantial Completion, it is sufficiently complete, in accordance with the Contract Documents, so that the Work (or a specified part) can be utilized practically and efficiently for the purposes for which it is intended; or if there be no such certificate issued, when final payment is due in accordance with Section 90. The terms "substantially complete" and "substantially completed" as applied to any Work refer to "Substantial Completion thereof." SC-4 DELETE "10-52 WORKJ[NG DAY". SECTION 20 PROPOSAL REQUIREMENTS AND CONDITIONS SC-5 REFER TO INSTRUCTIONS TO BIDDER.S FOR REQUIREMENTS FOR PREPARING AND SUBMITTING BIDS, AND EV A1LUATION OF BIDS AND BIDDERS. SC-6 EXAMINATiON OF PLANS, SPECIFllCATIONS AND PHYSICAL CONDITIONS: The Bidder is expected to carefully examine the site of the proposed work, the bidding requirements, plans, specifications, and contract forms. He shall satisfy 00800-2 I I -I I I - I I I I I I i I I ,I I. I I ,I I I, I 'I I I I I I I. I I I. I 'I' I I I SC-7 SC-8 himself as to the character, quality, and quantities of work to be performed, materials to be furnished, and as to the requirements of the proposed contract. The submission of a proposal shall be a binding representation that the BIDDER has made such examination and is satisfied as to the conditions to be encountered in performing the work and as to the requirements ofthe proposed contract, plans, and specifications. Boring logs and other records of subsurface investigations and tests are attached to these specifications. It is understood and agreed that such subsurface information was obtained and is intended for the Owner's design and estimating purposes only. Such information has been made available for the convenience of all BIDDERs. It is further understood and agreed that each BIDDER is solely responsible for all assumptions, deductions, or conclusions which he may make or obtain from his examination of the boring logs and other records of subsurface investigations and tests that are fumished by the Owner. In preparation ofthe Drawings and Specifications, ENGINEER has relied upon the exploration and tests of subsurface conditions. REFER TO ARTICLES 16, 17 AND 18 OF THE INSTRUCTIONS TO BIDDERS FOR PROCEDURES FOR AWARD AND SIGNING OF CONTRACTS, AND DISPOSITION OF BID SECURITY. PERFORMANCE AND OTHER BONDS: a) Contractor shall furnish performance and payment Bonds, each in an amount at least equal to the Contract Price as security for the faithful performance and payment of all Contractor's obligations under the Contract Documents. These Bonds shall remain in effect at least until one year after the date when final payment becomes due, except as otherwise provided by Law or Regulation or by the Contract Documents. Contractor shall also furnish such other Bonds as are required by the Supplementary Conditions. All Bonds shall be in the forms prescribed by the Contract Documents and be executed by such sureties as are named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Audit Staff Bureau of Accounts, U.S. Treasury Department. All Bonds signed by an agent must be accompanied by a certified copy ofthe authority to act. b) If the surety on any Bond furnished by Contractor is declared a bankrupt or becomes insolvent or its right to do business is terminated in any state where any part of the Project is located or it ceases to meet the requirements of the paragraph SC-8(a). Contraetor shall within five days thereafter substitute another Bond and Surety, both of which must be acceptable to Owner. 00800-3 SC-9 SC-IO ADD THE FOLLOWJING PARAGRAPH TO THE lEND OF SUBSECTION 40- 02 " ALTERATION OF WORK AND QUANTITIES": 40-02.1 The Engineer shall have authority to order minor changes in the Work not involving adjustment ofthe contract sum or extension of the contract time and not inconsistent with the intent ofthe contract document. Such changes shall be effected by writt~n order and shall be binding on the Owner and Contractor. The Contractor shall carry out such written orders promptly and the Contractor shall receive no additional compensation therefor, nor shall there be any change in the contract time as a result thereof. ADD THE FOLLOWING PARAGRAPHS TO THlE END OF PARAGRAPH 50-16 "CLAIMS FOR ADJUSTMENT AND DISPUTES": 50-16.1 "The following documentation and information must be presented in order for the Engineer to properly evaluate such claim: .1 Definition of the basis of the claim, including a detailed identification of which materials and what work is considered to represent a change to the original contract, an explanation of why the work or material is different than what was called for by the original contract, and an identification of the contract provisions and anything else which the Contractor relied upon; .2 An explanation of how and why the work which is considered a change resulted in any additional cost or performance time for the Contractor; .3 An identification ofthe categories of additional costs which were incurred, an estimate of the dollar magnitude of each, and a statement ofthe impact this work will have on the construction schedule, including the contract completion dates; .4 An indication of how the additional costs which is believed that were incurred can be, and are to be, quantified; .5 Documentation of any actual additional costs and any actual impact to the construction schedule due to this work; .6 Documentation of the cost of performing all similar "unchanged" work, to provide the Engineer a basis for comparison; .7 All backup and other documentation which is believed to support or elate to the claim; .8 Documentation quantifying the amount of work which is believed to constitute this "changed" work, and the time period and the areas where such work was performed." 00800-4 'I I I ,I 'I I I ,I II I ,I ~:I ,I il i 'I' I I I I I I I I I I I I I I I ,I I I I I I I 50-16.2 50-16.3 50-16.4 NOTICE The giving of a timely notice of a potential claim prior to doing work, and the submittal ofthe above listed information for claim evaluation, within 10 days of the completion of the work which is subject of the claim, are both conditions precedent to the making of the claim, to recovery thereon, and to the bringing of a legal action for the, resolution thereof RESOLUTION OF CLAIMS AND DISPUTES .1 At the Owner's sole discretion, the ENGINEER may be requested to further review Claims which have been properly preserved as set forth in this section and take one or more ofthe following preliminary actions within ten days of receipt of a Claim: (1) request additional supporting data from the claimant, (2) submit a schedule to the parties indicating when the Engineer expects to take action, (3) reject the Claim in whole or in part, stating reasons for rejection, (4) recommend approval of the Claim by the other party or (5) suggest a compromise. The Engineer also may, but is not obligated to, notify the surety, if any, of the nature and amount of the Claim. .2 If a Claim has been resolved, the Engineer will prepare or obtain appropriate documentation. .3 If a Claim has not been resolved, the party making the Claim shall, within ten days after the Engineer's preliminary response, take one or more of the following actions: (1) submit additional supporting data requested by the Engineer, (2) modify the initial Claim or (3) notify the Engineer that the initial Claim stands. .4 If a Claim has not been resolved after consideration of the foregoing and of further evidence presented by the parties or requested by the Engineer, the Engineer will notify the parties in writing that the Engineer's decision will be made within seven days, which decision shall be final and binding on the parties put subiect to arbitration. Upon expiration of such time period, the Engineer will render to the parties the Engineer's written decision relative to the Claim, including any change in the Contract Sum or Contract Time or both. If there appears to be a possibility of a Contractor's default, the Engineer may, but is not obligated to, notify the surety and request the surety's assistance in resolving the controversy. ARBITRATION .1 Controversies and Claims Subiect to Arbitration. Any controversy or Claim arising out of or related to the Contract, or the breach thereof, shall be settled by arbitration in accordance with the construction Industry Arbitration Rules of the American Arbitration Association, and judgment upon the award 00800-5 rendered by the arbitrator or arbitrators may be entered in any court having jurisdiction thereof, except controversies or Claims relating to aesthetic effect. Such controversies or Claims upon which the Engineer has given notice and rendered a decision as provided in Subparagraph 50-16.3.4 above shall be subject to arbitration upon written demand of either party. Arbitration may be commenced when 30 days have passed after a Claim has been referred to the Engineer and no decision has been rendered. I I " I 'I I I I I I, I I I, II I I I I I .2 Rules and Notices for Arbitration. Claims between the Owner and Contractor not resolved under Paragraph 50-16.2 shall, if subject to arbitration under Subparagraph 50-16.3.1, be decided by arbitration in accordance with the Construction Industry Arbitration Rules of the American Arbitration Association currently in effect unless the parties mutually agree otherwise. Notice of demand for arbitration shall be filed in writing with the other party to the Agreement between the Owner and Contractor and with the American Arbitration Association, and a copy shall be filed with the Engineer. .3 Contract Performance During Arbitration. During arbitration proceedings, contractor shall proceed diligently with performance of the contract and the Owner shall continue to make payments in accordance with the Contract Documents. .4 When Arbitration May Be Demanded. Demand for arbitration of any Claim may not be made until the earlier of (1) the date on which the Engineer has rendered a final written decision on the Claim, (2) the thirtieth day after the parties have presented evidence to the Engineer or have been given reasonable opportunity to do so, if the Engineer has not rendered a final written decision by that date. .4.1 When a written decision of the Engineer states that (1) the decision is final but subject to arbitration and (2) a demand for arbitration of a Claim covered by such decision must be made within 30 days after the date on which the party making the demand receives the final written decision, then failure to demand arbitration within said 30 days' period shall result in the Engineer's decision becoming final and binding upon the Owner and Contractor. If the Engineer renders a decision after arbitration proceedings have been initiated, such decision may be entered as evidence, but shall not supersede arbitration proceedings unless the decision is acceptable to all parties concerned. .4.2 A demand for arbitration shall be made within the time limits specified in Subparagraphs 50-16.3.1 and 50-16.3.4 where applicable, and in other cases within a reasonable time after the Claim has arisen, and in no event shall it be made after the date when institution of legal or equitable proceedings based on such Claim would be barred 00800-6 I I I I I I I I I I I I I I t I I I I SC-ll by the applicable statute oflimitations as determined by Laws ofthe State of Georgia. .5 Limitation on Consolidation or Joinder. No arbitration arising out of or relating to the Contract Documents shall include, by consolidation or joinder or in any other manner, the Engineer, their employees or consultants, except by written consent containing specific reference to the Agreement and signed by the Engineer, Owner, Contractor and any other person or entity sought to be joined. No arbitration shall include, by consolidation or joinder or in any other manner, parties other than the Owner, Contractor, Subcontractor(s) and other persons substantially involved in a common question of fact or law whose presence is required if complete reliefis to be accorded in arbitration. No person or entity other than the Owner, Contractor or Subcontractor(s) shall be included as an original third party or additional third party to an arbitration whose interest or responsibility is insubstantial. Consent to arbitration involving an additional person or entity shall not constitute consent to arbitration of a dispute not described therein or with a person or entity not named or described therein. The foregoing agreement to arbitrate and other agreements to arbitrate with an additional person or entity duly consented to by parties to the Agreement shall be specifically enforceable under applicable law in any court having jurisdiction thereof .6 Claims and Timely Assertion of Claims. A party who files a notice of demand for arbitration must assert in the demand all Claims then known to that party on which arbitration is permitted to be demanded. When a party fails to include a Claim through oversight, inadvertence or excusable neglect, or when a Claim has matured or been acquired subsequently, the arbitrator or arbitrators may permit amendment. .7 Judgment on Final Award. The award rendered by the arbitrator or arbitrators shall be final, and judgment may be entered upon it in accordance with applicable law in any court having jurisdiction thereof. ADD THE FOLLOWING SUBSECTIONS TO THE END OF SECTION 50 "CONTROL OF WORK": 50-19 VENUE. This contract has been executed by, delivered to and accepted by the Owner in the state of Georgia, and the provisions hereof shall be governed by the laws of the state. Any disputes arising out of or related to this contract shall be resolved in accordance with said laws. The parties agree that any action or legal proceeding arising out of or related to this contract shall be brought in the state courts of the County ofRicbmond, Georgia or in the federal court in the district where the Airport is located; and the parties hereby consent to and waive any objection to jurisdiction or venue in said courts. 00800- 7 SC-12 SC-13 70-11 70-11.1 50-20 NO DAMAGES FOR DELAY. It is understood that the Owner and Engineer shall not in any way be liable to the Contractor for delays of any kind whatsoever. The Owner's or Engineer's exercise of any of its rights under any applicable provisions of the Owner/Engineer Agreement or Owner/Contractor Agreement relating to changes in the work, or requirement of correction or re-execution of any of the work or additional work shall not, under any circumstances, be construed as active or intentional interference with the Contractor's performance ofthe Work. No other acts by the Owner or Engineer shall be considered exceptions of this no damages for delay clause unless motivated by bad faith. If completion is delayed by any act or neglect of the Owner or the Engineer, or by strikes or by other exceptional conditions over which the Contractor has no reasonable control, the time of completion, upon receipt of the Contractor's written request, may be extended by such period as the Engineer may consider reasonable. No extension shall be allowed unless a claim is presented in writing to the Engineer within seven (7) days after the commencement of such delay or the claim is waived. If Contractor is delayed by any acts of the Owner or Engineer and is granted an extension of time by the Engineer, the Contractor shall comply with the extended schedule with no additional compensation from the Owner. The Contractor shall be fully responsible for making up lost time of all delays except to the extent that extensions of time are granted. Nothing is this clause shall be construed to release the Contractor from the obligation to perform at its own expense all overtime necessary to maintain the contract completion date where delays have occurred which are not excused. DELETE SURP ARAGRAPH 70-19(2) IN ITS ENTIRETY AND INSERT THE FOLLOWING: "(2) BURNING IN ANY SHAPE OR FORM WILL NOT BE ALLOWED." DELETE PARAGRAPH 70-11 "RESPONSlIBILITY FOR DAMAGE CLAIMS" lIN iTS ENTIRETY AND INSERT THE FOLLOWING: RESPONSIBILITY FOR DAMAGE CLAIMS. INSURANCE: Contractor shall purchase and maintain such comprehensive general liability, comprehensive automobile liability and other insurance as is appropriate for the Work being performed and furnished and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance and furnishing of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed or furnished by Contractor, by any 00800-8 'I I I I I I' I I I I I I I I . I I I I I I I I I I I I I I I I 'I I I I I I I' 70-11.2 Subcontractor,. by anyone directly or indirectly employed by any ofthem to perform or furnish any of the Work, or by anyone for whose acts any of them may be liable: -11.1.1 Claims under workers' or workmen's compensation, disability benefits and other similar employee benefit acts; -11.1.2: Claims for damages because of b,odily injury, occupational sickness or disease, or death of Contractor's employees; -11.1.3 Claims for damages because of bodily injury, sickness or disease, or death of any person other than Contractor's employees; -11.1.4Claims for damages insured by personal injury liability coverage which are sustained (a) by any person as a result of an offense directly or indirectly related to the employment of such person by Contractor, or (b) by any other person for any other reason; -11.1.5 Claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including loss of use of resulting therefrom; -11.1.6 Claims arising out of operation of Laws or Regulations for damages because of bodily injury or death of any person or for damage to property; and -11.1.7 Claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance or use of any motor vehicle. The insurance required by this paragraph 70-11.1 shall include the specific coverage and be written for no less than the limits ofliability and coverage specified in 70-11.3 or required by law, whichever is greater. The comprehensive general liability insurance shall include completed operations insurance. All of the policies of insurance so required to be purchased and maintained (or the certificates or other evidence thereof) shall contain a provision or endorsement that the coverage afforded will not be canceled, materially changed or renewal refused until at least thirty days prior written notice has been given to Owner and Engineer by certified mail. All such insurance shall remain in effect until final payment and at all times thereafter when Contractor may be correcting, removing or replacing defective Work in accordance with paragraph 50-18. In addition, Contractor shall maintain such completed operations insurance for at least two years after final payment and furnish Owner with evidence of continuation of such insurance at final payment and one year thereafter. INDEMNIFICA TrON: 00800-9 70-11.3 -11.2.1 The Contractor shall indenmify and hold harmless OWNER and ENGINEER and their consultants, agents and employees from and against all claims, damages, losses and expenses, direct, indirect or consequential (including but not limited to fees and charges of engineers, architects, attorneys and other professionals and court and arbitration costs) arising out of or resulting from the performance of the Work, provided that any such claim, damage, loss or expense (a) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself) including the loss of use resulting therefrom and (b) arises out of the Contractor's operations or is caused in whole or in part by any negligent act or omission of Contractor, any Subcontractor, any person or organization directly or indirectly employed by any ofthem to perform or furnish any of the Work or anyone for whose acts any or them may be liable, regardless of whether or not it is caused by a party indemnified hereunder or arises by or is imposed by Law or Regulations regardless ofthe negligence of any such party. -11.2.2 In any and all claims against OWNER or ENGINEER or any of their consultants, agents or employees by any employee of Contractor, any Subcontractor, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, the indemnification obligation under paragraph 11.2.1 above shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for Contractor or any such Subcontractor or other person or organization under workers' or workmen's compensation acts, disability benefit acts or other employee benefit acts. COVERAGE: The limits ofliability for the insurance required by Paragraphs 70-11.1 shall provide coverage for not less than the following amounts or greater where required by law: A. Workers' Compensation, etc.: (1) State: (2) Applicable Federal (e.g. Longshoreman's) (3) Employer's Liability Statutory Statutory $1,000,000 B. Comprehensive Commercial General Liability: (1) Bodily Injury and Property Damage: $5,000,000 Combined Single Limit (Per Occurrence) (2) The Contractor's Commercial General Liability insurance shall provide coverage for the following: (1) Premises - Operations, (2) Independent Contractors, (3) Products/Completed Operations Hazard, 00800-10 'I I I I I ,I J , I I I I- I I .1 J I I I I I I I I I I I I I I I I ,I I I 'I I I 70-11.4 ,70-11.5 70-11.6 (4) Underground Hazard, (5) Broad Form Property Damage, (6) Explosion and Collapse Hazard, (7) Personal Injury, and (8) Contractual Liability. C. Comprehensive Automobile Liability: (1) Bodily Injury and Property Damage: $1,000,000 Combined Single Limit (per Occurrence) (2) The Contractor's Comprehensive Automobile Liability Insurance shall provide coverage for Bodily Injury and Property Damage Per Occurrence for owned, hired and non-owned vehicles. D. The Augusta Aviation Commission, its officials, staff and consultants; August21, Georgia and the Augusta-Richmond County Commission, its elected officials, officers, and employees; and The LP A Group Incorporated, its staff and consultants shall be named as additional insured in the policy. A Certificate of Insurance naming Augusta Aviation Commission as a certificate holder as well as a Certificate of Insurance naming Augusta, Georgia and the Augusta-Richmond County Commission as a certificate holder as well as a Certificate of Insurance naming the LP A Group, Inc. as a certificate holder shall be issued by the Contractor's insurance provider. The Contractor's insurance provider shall edit the Certificate of Insurance standard cancellation clause from" ..., the issuing company will endeavor to mail _ days written notice to the certificate holder..." to "..., the issuing company will mail 30 days written notice to the certificate holder...". The Contractor shall obtain in the name of the Owner, Owner's Protective Liability Insurance which will have the same limits of coverage as that required above for the Contractor's general liability coverag(~, including liability for acts of Subcontractors and Subordinate Contractors. The Contractor's insurance provider shall provide two (2) copies of the insurance policy to the Engineer for the Engineer to distribute to the Owner. Contractor shall purchase and maintain such Protective and Contractual Bodily Injury Liability Insurance and such Protective and Contractual Property Damage Liability Insurance as shall be required by any public bodies or utility companies whose property, facilities, or right-of-way may be affected by the Work to be done under this Contract. Contractor will provide such additional information in respect of insurance provided by him as the Owner may reasonably request. Failure by Owner to give any such notice of objection within the rime provided shall constitute an 00800-11 70-11.7 SC-14 80-08.1 acceptance of such insurance purchased by Contractor as complying with the Contract Documents. I I I I I I I' I I I I 'I 'I I I I I ,I I Certificates in triplicate from the insurance carrier stating the limits of liability and expiration date shall be filed with Owner before operations are begun. Certificates shall not merely name the types of policy provided but shall specifically refer to this Contract and shall contain a separate express statement of compliance with each of the requirements as set forth in this Article. The certificates shall, in addition to the information relative to the insurance required, contain the following: (a) Inception and expiration dates of insurance policy. (b) Limits of liability provided (Public Liability and Property Damage). (c) Coverage provided, including special hazards if required. (d) Name of insurance company. (e) Policy Number. (f) Additional interests covered. (g) Statement that the Explosion, Collapse, and Underground exclusions do not apply. (h) Certificate shall reflect self-insured retention applicable to any contract of insurance. (i) Excess liability certified contracts must state underlying insurance requirements. G) Project number and nature of work. (k) Cancellation notice stipulation in Paragraph 70-11.3. No certificate will be accepted which exculpates the issuer or reduces any rights conferred on the Owner by the above certificates, nor will they be accepted unless the certificates bear a live signature of a direct representative of a company authorized to do business in Georgia. No certificate will be accepted unless the person signing the certificate certifies, in a separate letter, his exact relationship with the insurance carrier or carriers indicated in the certificate. The Owner may, at his discretion, modify or waive any of the foregoing requirements. No contract of insurance containing a "claims made" insuring agreement will be acceptable unless the Contractor offering such insurance to fulfill the requirements of this Contract agrees that each such contract of insurance shall be renewed for the entire existence of the Contractor, their successors or assigns; and that on termination of such coverage which is not replaced by a similar contract with the required limits of liability, a "tail policy" will be purchased with limits not less than those required by this Contract." 80-08 FAILURE TO COMPLETE ON TIME: Liquidated Damages: 00800-12 ,I I I I I I I I I I I I I I I I I I I SC-15 Liqu~dated damages for failure to complete all work within the total Contract time of 90 consecutive calendar days after the Notice -To-Proceed (N.T.P.) shall be $1,000 per calendar day. This sum is exclusive of additional engineering fees and inspection fees incurred during the period of delay. See paragraph 3.3 of the Contract at page C-2. In addition, for failure to have Runway 17-35 open each morping during Phase 3 at the required time of 5:30 a.m., liquidated damages of $100 per minute will be assessed for each minute passed 5:30 a.m. The official time for determining liquidated damages shall be the FAA control tower time. In addition, for not completing all punch list work as determined by the Engineer and tthe Owner at the Final Inspection for the entire project within 30 consecutive calendar days from date of the Final Inspection, $500 per day shall be deducted from money due the Contractor or his surety until the punchlist items are completed to the satisfaction of the Owner. 80-06 TEMPORARY SUSPENSION OF THE WORK: After the last paragraph, add the following new sentences: lfthe Contractor requests a suspension of the work in whole or part for such period or periods as he may need, due to unsuitable weather or such other conditions as Contractor considers unfavorable for the prosecution of work, or if ordered by OWNER or ENGINEER due to inclement weather or the failure on the part of the Contractor to carry out orders given, or to perform any or all provisions of the contract, a suspension may be granted provided the Contractor shall perform the following without additional compensations: .1 Suitably store all materials. .2 Implement measures to protect existing work from damage or deterioration. .3 Erect such temporary structures and barricades as ENGINEER may required to provide for traffic on, to, or from the airport. .4 Periodically inspect and maintain the work and temporary measures during the suspension period. Promptly repair any damage to the work during the suspension period. .5 Pay all cost of OWNER associated with the suspension including but not limited to cost of ENGINEER, inspection and OWNER's testing laboratory to perform their contractual requirements with respect to the project during the work suspension. .6 Maintain all insurance and bond coverage. 00800-13 SC-16 SC-17 SC-18 .7 Perform such other work as required by the Contract Documents with respect to the Project. 80-09 DEFAULT AND TERMINATION OF CONTRACT DELETE THE FOLLOWING FROM SECTION 80-09 OF THE GENERAL PRO VIS I ONS ".. Should the Engineer consider the Contractor in default of the contract for any reason hereinbefore, he shall immediately give written notice to the Contractor and the Contractor's surety as to the reasons for considering the Contractor in default and the Owner's intentions to terminate the contract" AND INSERT THE FOLLOW][NG: "The Engineer shall advise the Owner that sufficient grounds exist to terminate the contractor. Upon such consultation, the Owner shall, in consultation with the Engineer, refer to the provisions of the Contractor's Performance Bond and follow any mandatory procedures which might be set out therein as prerequisites to invoking the performance obligations of the bond Surety. Ifno such mandatory procedures are specified in the performance bond, the Engineer, with authorization from the Owner, will write a letter to the Contractor, with a copy to the Surety, declaring the Contractor in default. As an alternative to immediate termination of the contract, the Owner may request that the Engineer give the Contractor and Surety specific notice of what conditions must be met to avoid tem1ination. " CONTRACT TIME Time for completion of the work is 90 consecutive calendar days from the Notice-to-Proceed date and within the stipulated phasing/subphasing requirements as outlined in paragraph 80-08.1 Liquidated Damages of this section (Section 00800) and Section 01010 Scope Of Work. In the event that the construction contract time period occurs between the dates April 1, 2005 through April 15, 2005 inclusive, all construction activities shall be stopped. No contract time will apply against the contract during this time period. The Contractor will be required to de-mobilize and re-mobilize at no additional expense to the Owner. COPIES OF CONSTRUCTION DOCUMENTS ENGINEER will furnish at no charge to Contractor five (5) complete sets of plans and specifications including cross-sections for Contractor's use during construction. One set shall be maintained as the Project Record Documents. Additional sets of plans and specifications or individual sheets of plans will be furnished to Contractor at the cost of reproduction and postage. 00800-14 I I 'I I I I 'I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I' I SC-19 WAIVER OF LIEN Prior to final payment, the Contractor shall deli ver to the Owner complete releases of lien for all labor, materials, and equipment supplied under this Contract. The Contractor shall also supply waivers of lien for all Subcontractors and material suppliers. SC-20 90-01 MEASUREMENT OF QUANTI~IES DELETE THE FIRST PARAGRAPH AND REPLACE WITH THE FOLLOWING REVISED PARAGRAPH: "90-01 MEASUREMENT OF QUANTITIES. All work completed under the contract will be measured by the Engineer (unless specified otherwise), or hislher authorized representatives, using United States Customary Units of Measurement." SC-21 90-06 P ARTIAL PAYMENTS ADD THE FOLLOWING PARAGRAPH AT THE END OF SECTION 90-06 "This Agreement is intended by the Parties to, and does, supercede any and all provisions ofthe Georgia Prompt Pay Act, O.c.G.A. Prompt Pay Act S 13-11-1, et seq. In the event any provision ofthis Agreement is inconsistent with any provision of the Prompt Pay Act, the provision of this Agreement shall control. Notwithstanding any provision of this contract or Georgia law, Contractor, by execution of this Contract, waives any claim for interest on any sums held as retainage under this Contract. SC-22 90-07 PAYMENT FOR MA TERlALS ON HAND After Item e of the first paragraph, add the following Item f: f. The value of the delivered material which is to be used in one item of work exceeds $3,000 and is not scheduled to be incorporated into the work within 60 days after delivery. MEASUREMENT AND PAYMENT: No measurement and payment for Supplementary Conditions will be made except as described below. All provisions of this section other than that listed below shall be included in Item 01000, Mobilization. Items described and designated under Supplementary Condition SC-14 paragraph 70- 11.3D and 70-11.4 will be paid separately under this section as "Supplementary Insurance Provisions". Section 70-11.3D includes provisions for the Contractor to have the Owner and the Engineer named as additional insured with right of notice in the Contractor's insurance policies. Section 70-11.4 includes provision for the Contractor to purchase an Owner's Protective Liability policy. If awarded, reimbursement for this item will be limited to the amount the Contractor can demonstrate is an additional expense for the specified coverage. 00800-15 Item 00800 Supplementary Insurance Provisions -- per Lump Sum END OF SECTION 00800 00800-16 I I I I I I I' I I I I 'I I I I I I I I I I I I I I I I I I I I I I I I I I I DIVISION 1 GENERAL REQUIREMENTS SECTION 01000 MOBILIZATION PART 1 GENERAL 1.01 DESCRIPTION: A. The work covered by Item 0 1000 Mobilization consists of preparatory work and operations, including but not limited. to those necessary for the movement of personnel, equipment, supplies, and incidentals to the project site; for providing the items required by the General Provisions, Section 01510 Temporary Facilities and Supplementary Conditions and the General Requirements including but not limited to: for the establishment of all offices, buildings, and other facilities necessary for work on the project, construction staking, establishing a haul route and staging area and restoration upon completion of work, performance bond, lahor and materials bond; all required insurance, all prebid and preconstruction expense, and for all other work and operations which must be performed or costs incurred prior to beginning work on the various items on the project site. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.01 PAYMENT: A. All work covered by this section will be paid for at the contract lump sum price for "Mobilization. " B. Forty percent (40%) of the amount bid for this lump sum Item 01000 "Mobilization" shall be payable to the Contractor when the staging area has been established, all Contractor buildings and other temporary facility requirements are in place and accepted by the Engineer, and when the access (haul) route(s) has been completed and constructed. The remaining sixty (60%) ofItem 01000 will be payable to the Contractor distributed in each pay estimate based on a percentage of Bid Schedule items complete. This is interpreted to mean that 10% of the remaining 60% of Mobilization will be paid when 10% of the Bid Schedule items are complete and accepted by the Engineer, etc. All such payments will be made less the retainage provided for in the Contract. Payment will be made under: Item 01000 Mobilization -- per Lump Sum END OF SECTION 01000 01000-1 I I I I I I I I I I I I I I I I I I I SECTION 01010 SCOPE OF WORK 1.01 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General Provisions and Supplementary Conditions and Division 1 Specification sections, apply to work of this section. 1.02 PROJECT IDENTIFICATION The Project name is "Runway 8-26 Rehabilitation Project, Augusta Regional Airport, Augusta, Georgia" as shown on the contract documents prepared by THE LP A GROUP, INCORPORATED. Drawings and specifications are dated March, 2004. 1.03 CONTRACT DOCUMENTS A. Indicate the work of the Contract and related requirements and conditions that have an impact on the project. Related requirements and conditions that are indicated on the contract Documents include, but are not necessarily limited to the following: 1. Existing site conditions and restrictions on use ofthe site. 1.04 SUMMARY BY REFERENCES Work of the Contract can be summarized by references to the Contract, General Provisions, Supplementary Conditions, Specification Sections, Drawings, addenda and modifications to the contract documents issued subsequent to the initial printing of this project manual and including but not necessarily limited to printed material referenced by any ofthese. It is recognized that work of the Contract is also unavoidably affected or influenced by governing regulations, natural phenomenon including weather conditions and other forces outside the contract documents. 1.05 CONSTRUCTION TIME AND PHASING A. Construction Time: The work as described by the contract specifications and as shown on the plans shall be ready for use by the Owner within 90 consecutive calendar days afIer the Notice-to-Proceed date. In order to minimize the impact to airport passengers, airport tenants and the employees, completion of the project is critical and liquidated damages for not completing the project within the stipulated contract time as stipulated in this section and as set forth in Section 00800 Supplementary Conditions will be enforced. B. Construction Phasing: The work shall be completed in four (4) overall phases. The work area and contract time duration for each phase is stipulated as follows: Phase 1 - All rehabilitation from Runway 26 threshold to a point 250 feet east of Runway 01010-1 17-35 intersection including Taxiways 'E', 'F' and 'G' tie-ins. Also includes new medium intensity runway lighting system improvements and new P API systems (if awarded) for Runway 8-26 within limits. Work also includes lighting vault work and any homerun cable installations. Runway 8-26 will be closed. Taxiway 'E' east of Runway 17-35 will be closed. Taxiways 'F and G' will be Closed. All work shall be performed during daylight hours between 6:00 am and 7 :00 pm. Contractor shall monitor CT AF frequency at all times during construction. Runway 17-35 remains open. Lighted runway closure crosses shall be placed on each end of the runway indicated prior to beginning each day's work. All work shall be closely coordinated with the FAA, the ATCT, and Airport maintenances personnel. This work shall be completed from Day 1 to Day 90 after the Notice- To-Proceed. Phase 2 - All pavement and lighting rehabilitation in area starting at a point 220 feet east of intersection of Runway 8 and Taxiway 'C'and stopping at a point 250 feet west of Runway 17-35 centerline. Runway 8-26 will be closed. Taxiway 'E' east of Runway 17-35 will be closed. Taxiways 'F' and 'G' will be closed. All work shall be performed during daylight hours between 6:00 am and 7 :00 p.m. Contractor shall monitor CT AF frequency at all times during construction. Runway 17-35 remains open. Lighted runway closure crosses shall be placed on each end of the runway indicated prior to beginning each day's work. All work shall be closely coordinated with the FAA, the ATCT, and Airport maintenance personnel. This work shall be completed from Day 71 to 80 after the Notice-To-Proceed. Phase 3 - All pavement and lighting rehabilitation in the area from 250 feet east of Runway 17-35 centerline to 250 feet west of Runway 17-35 centerline. Runway 17-35 and all associated taxiways will be closed during working hours. Runway 8- 26, Taxiway 'E' east of Runway 17-35 and Taxiway 'F' and 'G' will be closed. All work shall be performed during nighttime hours between 12:00 a.m. and 5 :30 a.m. Contractor shall monitor CTAF frequency at all times during construction. Runway 17-35 must be operational by 5:30 a.m. each morning or liquidated damages of $100/minute will be assessed until Runway is operational. All work shall be closely coordinated with the FAA, the A TCT, and Airport maintenance personnel. This work shall be completed from Day 46 to 55 after the Notice- To-Proceed with the exception of grooving of Runway 17-35 Pavement. This work shall be performed during one nighttime work period during the last five (5) days of the contract and shall adhere to the same work restrictions outlined for the remainder of Phase 3 work. Phase 4 - All markings and lighting rehabilitation within the area from intersection of Runway 8 and Taxiway 'C' to the line 220 feet east of Runway 8-26 and Taxiway 'c' 01010-2 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I intersection. Runway 8-26 will be closed. Taxiway 'c' will be closed from the intersection of Taxiway 'E' southward to Runway 17-35 threshold. Taxiway 'E' east of Runway 17-35 will be closed. Taxiways 'F' and 'G' will be closed. Lighted runway closure crosses shall be placed on each end of: the Runway 8-26 prior to beginning each day's work. All work shall be performed during daylight hours between 6:00 a.m.' to 7:00 p.m. Contractor shall monitor CTAP frequency at all times during construction. Runway 17-35 remains open. This work shall be completed from day 86 to 90 after the Notice- To-Proceed. The Contractor shall also comply with the following stipulations in order to minimize the impact to the aircraft operations and the airfield tenants. 1. In the event that the construction contract time period occurs between the dates April 1,2005 through April 15, 2005 inclusive, all construction activities shall be stopped. No contract time will apll>ly against the contract during this time period. All equipment shall be stored in the designated staging area. The Contractor will be required to de- mobilize and re-mobilize at no additional expense to the Owner. 2. The Contractor shall coordinate construction with the Engineer, Owner, FAA, and the A TCT on a daily basis. 3. Under no conditions shall any Runway 17-35, Taxiway 'c' or Taxiway 'E' lighting system be left inoperable at the conclusion of each shift's work. 4. Prior to departure of Contractor's personnel from project site each day, the Contractor shall conduct an inspection of all the airport lighting systems with the Engineer (existing as well as newly installed lights and cables) to insure proper and full operation of all airfield lighting systems. 5. Should conditions arise beyond the Contractor's control that require that a lighting system to be inoperable, he shall notify the Engineer immediately, such that appropriate coordination can be made with the Owner to issue NOT AMS. The Contractor then shall appropriately barricade the affected pavement as required by the Contract Documents. 6. During the life of the Contract, the Contractor shall designate an authorized individual to be on 24-hour call equipped with beeper and cellular phone to respond to any situation arising out of his performance of work on this proj ect, and shall respond and be at the proj ect within one hour after the phone call. 7. Prior to departure from the project site each day, no open trench or depressions with dimensions excluding those as described in Section 01030 shall exist within the active runway and taxiways safety zones. The Contractor shall return all equipment and vehicles to the designated staging area at the end of each workday. 8. The Contractor will not be permitted to stockpile material within the runway and taxiway safety zones, or any other location hazardous to the aircraft operation. 9. No overnight stockpiling of material will be allowed in the active Airport Operation Area 01010-3 (AOA) outside the designated staging area. 10. The Contractor shall employ a skilled person for locating existing airfield wiring. Before beginning any excavation the Contractor shall locate and mark all utilities affected by his operations. The Contractor shall maintain an ample supply of parts to repair damaged wire. 1.06 CONTRACTOR USE OF PREMISES A. Use of the Site: Confine operations at the site to the areas permitted under the Contract. Portions ofthe site beyond areas on which work is indicated are not to be disturbed. Conform to site rules and regulations affecting the work while engaged in proj ect construction. B. Open Passage: Keep existing drives, entrances, and air operations areas designated to remain open, clear and available to the Owner, his employees and the public at all times. Do not use these areas for parking or storage of materials. C. Storage: Do not unreasonably encumber the site with materials or equipment. Confine stockpiling of materials and location of storage sheds to the areas indicated. If additional storage is necessary, obtain Engineer's approval. D. Vehicle/Eauipment Security: Lock automotive type vehicles, such as passenger cars and trucks, and other mechanized or motorized construction equipment, when parked and unattended, so as to prevent unauthorized use. Do not leave such vehicles or equipment unattended with the motor running or the ignition key in place. 1.07 WORK RESTRICTIONS A. NA V AID Areas: During the time of construction, the Contractor may be restricted from working in or around certain essential electronic navigational aids necessary to the safe operation of the airport. The Contractor is hereby notified that the Engineer may restrict construction operations in those areas closest to the active runway and taxiways. B. Radio Communication: Contractor shall maintain two-way radio communication with the FAA Air Traffic Control Tower, on their frequency, at all times during construction. Contractor shall have a working radio on site at all times during construction and shall assign responsible personnel, including flagmen, to continuously monitor the radio. All radios shall be as specified in Section 01510. C. Turf Restoration: All non-paved areas that are disturbed by the Contractor's work, staging area, haul roads, etc. shall be reseeded and restored to original condition by the Contractor. Except where otherwise specified, there will be no separate pay item for this work; it will be considered incidental to and included in the price bid for Section 01000, Mobilization. 01010-4 I I I I I I, I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1.08 D. Security: Contractor shall provide security within his construction area and shall keep all unauthorized personnel out. E. Haul Route on Airfield Pavement: Contractor will not be allowed to use any ofthe existing runways, taxiways, or aprons as part of the haul road unless authorized in writing by the Engineer. F. Access Points: All construction traffic shall enter and exit the project area only through the project access point(s) shown on the plans or approved by the Engineer. Contractor will be responsible for security of entrance gates under use by him/her. G. Construction Stake-Out: The Contractor shall perform construction stake-out in accordance with Article 50-06 of the General Provisions. H. Haul Route: The Contractor shall be responsible for establishing haul routes suitable for supporting all necessary transportation and construction equipment for the duration of the project. Any existing roads or other areas that are used as part ofthe haul route shall be restored to their original condition after completion of the project. The Contractor will be responsible for all clean up operations of debris that may be on the haul route and for watering and/or other dust preventive measures to preclude fugitive dust from affecting buildings, occupants, or airfield operations. No separate payment will be made for seeding or mulching, or pavement restoration; such costs will be incidental to and included in the price bid for Section 01000, Mobilization. I. Airfield Safety Devices: Contractor shall maintain all airfield safety devices such as staked limit lines for the duration of the project as required. Damaged stakes or flagging shall be replaced immediately. J. Vehicular Markings and Lighting: All vehicles and equipment used on the airfield shall meet airport requirements for marking and lighting. K. Contracts During Non-Working Hours: For the duration of the project, the Contractor shall designate a list of authorized individuals in a prioritized order, to be on 24 hour call, and these individuals shall be equipped with a beeper and cenular phone. These individuals shall be able to respond to any situation arising out of the performance of the work on this project, particularly during nighttime hours, and shall respond and be on the project site within one hour after the phone call or beep. L. Airfield Pavement Cleanup: The Contractor shall promptly clean any and all debris arising from the project work that arc left on operational airfield pavement. Any debris attributable to the Contractor found to be a hazard to aircraft, may be removed by the Owner. A fee of $2501hour will be assessed to the Contractor for all such cleaning and will be deducted on the next Contractor pay request. COORDINATION: The work of this Contract includes coordination by the Contractor of 01010-5 the entire work ofthe project, including preparation of general coordination drawings, diagrams and schedules, and control of site utilization, from beginning of construction activity through project close-out and warranty periods. END OF SECTION 01010 01010-6 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I PART 1 1.01 SECTION 01030 AIRPORT PROJECT PROCEDURES (Construction Safety Plan) GENERAL INTRODUCTION: 1.02 A. This project will include Contractor operations within active Air Operations Areas (AOA). The Airport will conduct normal aircraft operations during the course of this project, subject to certain restrictions called out in this section or elsewhere in the specifications. Therefore, to provide for the security and safety of Airport users and the Contractor's forces, as well as to minimize interruptions to aircraft operations, the Contractor shall limit his work within the areas designated and conduct his operations as specified. B. Any fines or assessments levied against the Sponsor (Owner) as a result of intrusions in the AOA or other violations by the Contractor's personnel or those of his subcontractors will be passed on to the Contractor. In addition, the Contractor will be subject to a fine of$I,OOO.OO per incident, assessed by the Sponsor (Owner). AIR OPERATION AREA (AOA) SAFETY REQUIREMENTS: A. Aircraft Operational Areas: Existing aprons, taxiways and runways outside the limits of construction shall remain completely operational (except as noted) and unencumbered by the Contractor's equipment and personnel. B. The Radio Communication: The Contractor shall maintain radio communication with the Unicorn Frequency (121.9 MHz) at the Augusta Regional Airport at all times during construction, and shall immediately vacate the runway and taxiway safety areas during any aircraft operation (i.e. Landings, take-offs and taxiing). Contractor shall have a working..radio_on site at all times during construction and shall assign responsible personnel to continuously monitor radio. C. Airfield Pavement Closures: Closures of any portions of the airfield pavement will be made only by the Owner. The Owner shall contact the appropriate FAA Flight Service Station prior to issuing the Notice-to-Proceed so that a Notice-to-Airmen (NOT AM) for any closure can be issued in accordance with established criteria. 01030-1 1.03 D. Security and Badging Requirements: Contractor shall btain necessary clearances and identification badges for construction personnel from the Owner's public safety office. The Contractor will be required to adhere to all FAA security requirements and all construction personnel working in, or having access to, secure areas will be required to obtain and wear badges issued by the Owner. 1. Badges will be required for certain construction employees. Badges shall be obtained through the Airport's public safety office. The badges shall be returned at project completion. The construction supervisor and all approved equipment escort personnel shall be trained, certified and badged for operations within the security identification area as defined with the current approved airport security plan. 2. Applications should be turned into the Airport Security Administrator. A photo I.D. badge will be issued for each approved application. There will be a Fifty Dollar ($50.00) nonrefundable fee for fingerprinting and badges. Each badge holder will be required to comply with the security rules and regulations of the Augusta Regional Airport. The Airport could suffer severe fines or penalties as a result of security violations. The Contractor will be responsible for these fines or penalties for any security violations that are his responsibility. Contractor security measures will be discussed and reviewed at the Preconstruction Conference. CONSTRUCTION SAFETY REQUIREMENTS:. A. General: 1. Safety Officer: The Contractor is required to employ a Safety Officer who will be the liaison between the Contractor, the Engineer and the Owner in all safety related matters for the duration of the project. The Safety Officer shall be on call 24 hours per day for emergency maintenance of airport hazard lighting, barricades, and other safety features. 2. Protection of Utilities: The Contractor shall be responsible for field marking and protecting all utilities within the construction limits. 3. Storage of Equipment, Vehicles, and Materials: All equipment, vehicles, and materials must be stored in the designated storage or staging area or in areas acceptable to the Engineer. 01030-2 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 4. Vehicular Markings: Contractor vehicles and equipment shall be marked with checkered flags and lighted with flashing beacons to comply with requirements of FAA AC 150/5210-5B. 5. Construction Methods Limitation: a. No open flames qr burning will be allowed on Airport property. b. Stockpiled materi~l shall be constrained in a manner to prevent displacement by jet blast, prop blast, or wind. 6. Safety and Accident Protection: a. The Contractor shall comply with all applicable federal, state, and local laws, ordinances, and regulations governing safety, health, and sanitation; shall provide barricades; and shall take any other needed actions, on his own responsibility, that are reasonably necessary to protect the life and health of employees on the job, the safety of airport users, and the safety of moving and parked aircraft, and other property during the performance of the work. b. The Safety Officer's duties shall include accident prevention. 7. Navigational Aids: Airport navigational aid critical areas are shown on the drawings. The Contractor shall not enter these areas without the Engineer's approval. 8. FAA Advisory Circular: Except as otherw~se specified, FAA AC 150/5370-2E and all its references shall be used in maintaining airport operational safety during construction. A copy ofthis circular is reproduced and attached herein. B. Runway and Taxiway Safety Zones: 1. Limitations: When necessary to accomplish construction in areas adjacent to runways and taxiways and aprons, the construction equipment, vehicles, and men are authorized to operate without interruption within the project limits, except within the following areas and as specified otherwise: 01030-3 Distance from runway centerline - within 200 feet. Distance from active taxiway centerline - within 7.5 feet. Runway approach areas - within 20: 1 slope - and 34: 1 slope 2. Request for Facility Closures: Construction activities on taxiways or within the above restricted areas shall only be performed at times when the taxiways are closed to aircraft. Closure of a runway or taxiway or any portion thereof must be requested in writing by the Contractor through the Engineer. This request must indicate the areas needed and a schedule of operations and time(s) required for operations within the area. The Owner reserves the right, however, to shuft any approved closull"e periods to alleviate aircraft congestion or when inclement weather conditions dictate. 3. EQuipment Operation Restrictions: Contractor may be permitted to operate trenching machines and other equipment in the Runway and Taxiway Safety Zones provided all of the following conditions are satisfied: a. The equipment operator and/or crew foreman monitors the Airport's Unicom frequency continuously, using a two way radio transceiver. b. All equipment shall be cleared from the Runway or Taxiway Safety Zones during aircraft operations (ie. landings, take- offs, and taxiing). c. All equipment within the Runway and Taxiway Safety Zones is manned and being used. No unnecessary or parked equipment will be allowed within the Runway and Taxiway Safety Zones. d. All excavated trenches and holes shall be backfilled before workmen pull back from the safety area. 4. Stockpiles: Stockpiled materials shall not be permitted within the runway or taxiway safety zones. 01030-4 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1.04 5. Grading Requirements: All construction within a restricted area shall be performed in such a manner that, at the end of the closure period, it wiUleave the safety area with no abrupt grade changes and with no trenches with depth or width greater than 3". C. Obstructions to Navigation: 1. Violation of Safety Zone Surfaces: Penetration of equipment, vehicles, materials, or men into the safety zones and approach surfaces requires the preparation and distribution of Notices of Airmen (NOTAM) in advance to the actual penetration. 2. Scheduling: When part of the work in this project is in violation of FAR Part 77, the clearance distance requirements from runway and taxiway edges shall be incorporated into the construction sequence schedule. At no time shall the construction limits of the area under construction violate the safety zones without prior notification to and approval by the Engineer. 3. Coordination and Communication: Work within and adjacent to active AOAs shall be coordinated with the Engineer prior to commencement of the activity. Work crews in these areas shall be accompanied by the construction superintendent and the resident inspector, both of which shall constantly monitor the CT AF or Ground Control Radio frequency at all times during construction activities. SAFETY PLANNING: 1.06 RUNWAY AND TAXIWAY CLOSURES: The Contractor shall integrate and maintain requirements of airport operational safety into each of his planning and work schedules. The Contractor's Safety Officer shall continuously monitor all planning schedules and work underway for compliance to AC 150/5370-2E; he shall maintain vigilance to detect areas needing attention due to oversight or altered construction activities. Airport operational safety during construction will be on the agenda at the preconstruction conference and each coordination and progress meeting. A. The Contractor shall coordinate and schedule runway and taxiway closures and temporary relocation of any runway threshold with Owner through Engineer before closure is required so that Owner can issue appropriate NOTAMs. 01030-5 B. Runway and Taxiway closures shall be scheduled in advance. Contractor shall identify taxiway closures with barricades and by covering taxiway lights within the closure limits. Remove barricades and covers when no longer needed or as directed by Engineer. PART 2 PRODUCTS 2.01 CLOSED RUNWAY MARKERS: Closed Runway Markers, when required, shall be constructed as specified in Section 01530. 2.02 AIRFIELD BARRICADES: Airfield Barricades, when required, shall be constructed as specified in Section 01530. PART 3 EXECUTiON 3.01 LIMITATION OF CLOSURES: Airfield pavement closures (if absolutely necessary) will be made only by the Owner. The Contractor shall request the closure through the Engineer from the Owner. 3.02 BARRICADE INSTALLATION: If any portion of the airfield pavement is necessary to be closed, the Contractor shall supply low profile barricades with amber flashers that are acceptable to the Engineer. The cost of providing and maintaining barricades shall be included under item 01530. The Contractor shall securely anchor .all barricades to the satisfaction of the Engineer. 3.03 MEASUREMENT AND PAYMENT Except as otherwise specified in Section 01530, no measurement or payment will be made for this item of work and it will be considered as incidental cost to Mobilization, Section 01000. END OF SECTION 01030 01030-6 I I I I I I I I I I I I I I I I I I I I I ~~ U.S. Department of Transportation Federal Aviation Administration I I I Advisory Circular Subject: OPERATIONAL SAFETY ON AIRPORTS DURING CONSTRUCTION I I 1. THE PURPOSE OF THIS ADVISORY CIRCULAR (AC). I I Aviation safety is the primary consideration at airports, especially during construction. This AC sets forth guidelines for operational safety on airports during construction. It contains major changes to the following areas: "Runway Safety Area," paragraph 3-2; "Taxiway Safety Areas/Object-Free Areas," paragraph 3-3; "Overview," paragraph 3-4; "Marking Guidelines for Temporary Threshold," paragraph 3-5; and "Hazard Marking and Lighting," paragraph 3-9. I 2. WHAT THIS AC CANCELS. I 'This AC cancels AC 150/5370-2D, Operational Safety on Airports During Construction, dated May 31, 2002. I 3. READING MATERIAL RELATED TO THIS AC. I Appendix 1 contains a list of reading materials on airport construction, design, and potential safety hazards during construction, as well as instructions for ordering these documents. Many of them, including this AC, are available on the Federal Aviation Administration (FAA) Web site. I I I Cl/(A 0-J!J I DAVID L. BENNETI Director, Office of Airport Safety and Standards I I Date: 1/17/03 Initiated by: AAS-300 AC No: 150/5370-2E Change: 4. WHO THIS AC AFFECTS. This AC assists airport operators in complying with 14 Code of Federal Regulations (CFR), part 139, Certification and Operation: Land Airports Serving Certain Air Carriers, and with the requirements of airport construction projects receiving funds under the Airport Improvement Program or from the Passenger Facility Charge Program. While the FAA does not require noncertificated airports without grant agreements to adhere to these guidelines, we reconunerid that they do so as it will help these' airports maintain a desirable level of operational safety during construction. S. ADDITIONAL BACKGROUND INl!'ORMATION. Appendix 2 contains defmitions of terms used in this AC. Appendix 3 provides airport operators with boilerplate format and language for developing a safety plan for an airport construction project. Appendix 4 is a sample Notice to Airmen form. 6. HAZARD LIGHTING IMPLEMENTATION TIME LINE. Supplemental hazard lighting must be red in color by October 1,2004. See paragraph 3-9 for more information. 1f17f03 AC 150/5370-2E I I I I I I I I I CONTENTS ParaQraph Page CHAPTER 1. GENERAL SAFElY REQUIREMENTS AND RESPONSIBILITIES ................................................. 1 1-1. Overview. ................................................................................................................................................................. I 1-2. Who Is Responsible for Safety During Construction................................................................................................1 I I I I I I I I I I CHAPTER 2. SAFETY PLANS........... ............. .............................. ..... ...... ...... ......... ........... ....... ........... ....... ..... ....... 3 Section 1. Basic Safety Plan Considerations ................... ................. ............. .................... .... .............. ............... 3 2-1. Overview. ............. .... ............ .......... ...... .......................... ......:.................................. ..................................................3 2-2. Safety Plan Checklist. . ....................... .............. ........ ........ ..... .............................. ....... ....... .............. .................... ......3 Section 2. Safety and Security Meas ures ............... ....... ...... .......... ............................ ........... .... ............................ 4 2-3. Overview. ......................... ........... .................................................................................................... .........................4 2-4. Vehicle Operation and Marking and Pedestrian Control. .........................................................................................4 2-5. Construction Enlployee Parking Areas. .................................................................................................................... 5 2-6. Construction Vehicle Equipment Parking. ...............................................................................................................5 2- 7. Radio Conununication Training. .......................... .................................................... .......................................... ......5 2-8. Fencing and Gates......... ............... ................... ................................................. ........... ....................... ......................5 Section 3. Notification of Construction Activities ................................................................................................ 5 2-9. General. ................... ............ .......... ........ ......................................... .... ................. ..... ........ ............. ...................... ..... 5 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. . .......................................................................................................................... ................ 6 2-14. Work Scheduling and Accomplishment. ........................................................................................ ...........................6 CHAPTER 3. SAFETY STANDARDS AND GUiDELINES...................................................................................... 7 Section 1. Runway and Taxiway Safety Areas, Obstacle-Free Zones, and Object-Free Areas ...................... 7 3-1. Overview. .............................................. ................................. ....................................................................... ...........7 3-2. Runway Safety Area (RSA)/ObstacIe-Free Zone (OFZ). .................................................. ...................................... 7 3-3. Taxiway Safety Areas/Object-Free Areas. ................................................................................................. .............7 Section 2. T em porary Ru nway Thresholds........ ...... ............ ........................... ............. .........:............ ....... ........... 8 3-4. Overview. ..... ..... ............. ............................................................................................. ................... ..........................8 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. ....................... ...................... .................................................................. ................................................ 10 3-8. Closed Runway and Taxiway Marking and Lighting. ............................................................................................10 3-9. Hazard Marking and Lighting.................... ............................................................................................................10 3-10. Construction Near Navigational Aids (NA V AIDs). ...............................................................................................11 3-11. Construction Site Access and Haul Roads. .............................................................................................................11 3-12. Construction Material Stockpiling. .........................................................................................................................11 3-13. Other Limitations on Construction. .......................................................................................................... .............11 3-14. Foreign Object Debris (FOD) Management. ..........................................................................................................12 Section 4. Safety Hazards and Impacts............................. ........ ........................... ............... ......................... ...... 12 3-15 . Overview. .... ............ ....... .............................................................................................. ......................................... 12 iii AC 150f5370-2E 1/17f03 Appendices APPENDIX 1. RELATED READING MA TERlAL ................................................................................................... A-1 APPENDIX 2. DEFINITIONS OF TERMS USED IN THE AC.........~........................................................................ A-2 APPENDIX 3. AIRPORT CONSTRUCflON SAFETY PLANNING GUIDE ............................................................. A.3 APPENDIX 4. SAMPLE NOT AM ...................... ......................... ..... ..... ......... ............. ........... .............. ....... ............ A-7 iv I I I I I I I I I I I I I I I I I I I 1/17/03 I AC 150/5370-2E I CHAPTER 1. GENERAL SAFETY REQUIREMENTS AND RESPONSIBILITIES 1-1. OVERVIEW. I Hazardous practices and marginal conditions created by construction activities can decrease or jeopardize 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 for construction operations, some of the methods and procedures described may also enhance day- to-day maintenance operations. I I I 1-2. WHO IS RESPONSIBLE FOR SAFETY DURING CONSTRUCTION. I An airport operator has overall responsibility for construction activities on an airport. 'This includes the predesign, design, pre construction, construction, and inspection phases. Additional information on these responsibilities can be found throughout this AC. a. Airport operator's responsibilities- (1) Develop internally or approve a construction safety plan developed by an outside consultant/contractor that complies with the safety guidelines in Chapter 2, "Safety Plans," and Appendix 3, "Airport Construction Safety Planning Guide," of this AC. I I I I (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 representative/point of contact identified in the safety plan. (5) Hold weekly or, if necessary, daily safety meetings to coordinate activities. (6) Notify users, especially aircraft rescue and fire fighting (ARFF) personnel, of construction activity and conditions that may adversely affect the operational safety of the airport via Notices to Ainnen (NOTAMs) or other methods, as appropriate. Convene a meeting for review and discussion if necessary. (7) Ensure that construction personnel know of any applicable airport procedures and of changes to those procedures that may affect their work. I I I I I I I I (8) 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 control tower (A TCT), 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 communication. (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 frequent 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. (15) Notify appropriate parties when conditions exist that invoke provisions of the safety plan (e.g., implementation oflow-visibility operations). b. Construction contractor's responsibilities- (1) Submit plans 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) Comply 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 will coordinate an immediate response to correct any construction-related activity that may adversely affect the operational safety of the airport. (5) Provide a safety officer/construction inspector familiar with airport safety to monitor construction activities. (6) Restrict movement of construction vehicles to construction areas by flagging and barricading, erecting temporary fencing, or providing escorts, as appropriate. 1 AC 150/5370-2E 1/17/03 (7) Ensure that no construction employees, employees of subcontractors or suppliers, or other persons enter any part of the air operations areas (AOAs) from the construction site unless authorized. c. Tenant's responsibilities if planning construction activities on leased property- (1) Develop a safety plan, and submit it to the airport operator for approval prior to issuance of a Notic"e to Proceed. (2) Provide a point of contact who will coordinate an immediate response to correct any 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 from the construction site unless authorized. (4) Restrict movement of construction vehicles to construction areas by flagging and barricading or erecting, temporary fencing. 2 I I I I I I I I I I I I I I I I I I I 1/17/03 I AC 150/5370-2E I CHAPTER 2. SAFETY PLANS Section 1. Basic Safety Plan Considerations I 2-1. OVERVIEW. I Airport operators should cQordinate safety issues with the air carriers, FAA Airway F'acilities, and other airport tenants before the design phase of the project. The airport operator should identify project safely concerns, requirements, and impacts before making arrangements with contractors and other persOIUlel 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 construction project and its phases. The safety plan may be detailed in the specifications included in the invitation for bids, or the invitation for bid may specify that the contractor develop the safety plan and the airport operator approve it. In the latter case, the invitation for bid should contain sufficient information to allow the contractor to develop and determine the costs associated with the safety plan. In either case, safety plan costs should be incorporated into the total cost of the project. The airport operator has fmal 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 plan, should be discussed at the predesign and preconstruction conferences and should include the following, as appropriate: I I I I I I I I I a. Actions necessary before starting construction, including defining and assigning responsibilities. I b. Basic responsibilities and procedures for disseminating instructions about airport procedures to the contractor's personnel. I c. Means of separating construction areas from aeronautical-use areas. I d. Navigational aid (NA V AID) requirements and weather. e. Marking and lighting plan illustrations. I f. Methods of coordinating significant changes in airport operations with all the appropriate parties. I I 2-2. SAFETY PLAN CHECKLIST. To the extent applicable, the safety plan should address the following: a. Scope of work to be performed, including pr?posed duration of work. b. Runway and taxiway marking and lighting. c. Procedures for protecting all runway and taxiway safety areas, obstacle-free zones (OFZs), object-free areas (OFAs), and threshold citing criteria outlined in AC 150/5300-13, Airport Design, 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. c. NA V AIDs that could be affected, especially critical area boundaries. f. Methods of separating vehicle and pedestrian construction traffic from the airport movement areas. This may include fencing off construction areas to keep equipment operators in restricted areas in which they are authorized to operate. Fencing, or some other form of restrictive barrier, is an operational necessity in some cases. g. Procedures and equipment, such as barricades (identify type), to delineate closed construction areas from the airport operational areas, as necessary. h. Limitations on construction. i. Required compliance of contractor personnel with all airport safety and security measures. j. Location of stockpiled construction materials, construction site parking, and access and haul roads. k. Radio communications. I. Vehicle identification. m. Trenches and excavations and cover requirements. 3 AC 150/5370-2E n. Procedures for notifying ARFF personnel if water lines or fue hydrants must be deactivated or if emergency access routes must be rerouted or blocked. o. Emergency notification procedures for medical and police resp!Jnse. p. Use of temporary visual aids. q. Wildlife management. T. Foreign object debris (FaD) control provisions. s. Hazardous materials (HAZMA T) management. t. NOT AM issuance. u. Inspection requirements. v. Procedures for locating and protecting existing underground utilities, cables, wires, pipelines, and other underground facilities in excavation areas. 1/17/03 w. 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 NA V AIDs. x. Vehicle operator training. y. Penalty provisions for noncompliance with airport rules and regulations and the safety plan (e.g., if a vehicle is involved in a runway incursion). z. Any special conditions that affect the operation of the airport and will require a portion of the safety plan to be activated (e.g., low-visibility operations, snow removal). Section 2. Safety and Security Measures 2-3. OVERVIEW. Airport operators are responsible for closely monitoring tenant 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 construction contractor and tenant personnel. In addition, airport operators should use safety program standards, as described in Chapter 3 of this AC, to develop specific safety measures to which tenants and construction contractors must adhere throughout the duration of construction activities. General safety provisions are contained in AC 150/5370-10, Standards for Specifying Construction of Airports, paragraphs 40-05, "Maintenance of Traffic"; 70-08, "Barricades, Warning Signs, and Hazard Markings"; and 80-04, "Limitation of Operations." At any time during construction, aircraft operations, weather, security, or local airport rules may dictate more stringent safety measures. The airport operator should ensure that both general and specific safety requirements are coordinated with airport tenants and A TCT personnel. The airport operator should also include these parties in the coordination of all bid documents, construction plans, and specifications for on-airport construction projects. 4 2-4. VEHICLE OPERA nON 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 aircraft movement and norunovement areas. The airport operator should develop and coordinate a construction vehicle plan with airport tenants, contractors, and the A TCT. The safety plan or invitation for bid should include specific vehicle and pedestrian requirements. 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 150/5210-5, Painting, Marking, and Lighting of Vehicles Used on an Airport. c. Description of proper vehicle operations on movement and norunovement areas under normal, lost communications, arid emergency conditions. d. Penalties for noncompliance with driving rules and regulations. e. Training requirements for vehicle drivers to 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, I I I I I I I I I I I I I I I I I I I 1/17/03 I such as construction drivers under escort, may not require this training. g. Escort procedures 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 i:;sued. h. Monitoring procedures to ensure that vehicle drivers are in compliance with the construction vehicle plan. i. Procedures for, if appropriate, personnel to control access through gates and fencing or across aircraft movement areas. I I I I I 2-5. CONSTRUCTION EMPLOYEE P ARKlNG AREAS. I Designate in advance vehicle parking areas for contractor 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. I I 2-6. CONSTRUCTION VEHICLE EQUlPMENT PARKING. I Construction employees must park and service all construction vehicles in an area designated by the airport operator outside the runway safety areas and OFZs and never on a closed taxiway or runway. Employees should also park construction vehicles outside the OF A when not in use by construction personnel (e.g., overnight, on weekends, or during other periods when construction is not active). Parking areas must not obstruct the clear line of sight by the A TCT to any taxiways or runways under air traffic control nor obstruct any runway visual aids, signs, or navigational aids. The FA-.<\. must also study those areas to determine effects on 14 CFR part 77, Objects Affecting Navigable Airspace, surfaces (see paragraph 2-13 for further information). I I I I 2-7. RADIO COMMUNICATION TRAINING. I The airport operator must ensure that tenant and construction contractor personnel engaged in activities involving unescorted operation on aircraft movement I AC 150/5370-2E areas observe the proper procedures for communications, including using appropriate radio frequencies at airports with and without A TCTs. Training of contractors on proper communication 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, A TCT, or the Common Traffic Advisory Frequency, which may include UNICOM, MUL TICOM, 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 A TCT, escort, flagman, signal light, or other means appropriate for the particular airport. Vehicle drivers must confirm by personal observation that no aircraft is approaching their position when given clearance to cross a runway. In addition, it is the responsibility of the escort vehicle driver to verify the movement/position of all escorted vehicles at any given time. Even though radio conununication is maintained, escort vehicle drivers must also familiarize themselves with ATCT light gun signals in the event of radio failure (see the FAA safety placard "Ground V chicle Guide to Airport Signs and Markings"). This safety placard may be ordered through the Runway Safety Program Web site at http://www.faarsp.org or obtained from the Regional Airports Division Office. 2-8. 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 vehicles 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" behind another person or vehicle. The Department of Transportation (DOT) document DOT/FAAlAR-OO/52, Recommended Security Guidelines for Airport Planning and Construction, provides more specific information on fencing. A copy of this document can be obtained from the Airport Consultants Council, Airports Councillntemational, or American Association of Airport Executives. Section 3. Notification of Construction Activities I 2-9. GENERAL. In order to maintain the desired levels of operational safety on airports during construction activities, the safety I I plan should contain the notification actions described below. 5 AC 150/5370-2E 2-10. ENSURING PROMPT NOTIFICATIONS. The airport operator should establish and follow procedures for the immediate notification of airport users and the FAA of any conditions adversely affecting the operational safety of an airport. 2-11. NOTICES TO AIRMEN (NO TAMS). The airport 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 about 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. (The airport owner/operator is the only entity that can close or open a runway.) The airport operator must file and maintain this list of authorized representatives with the FSS. Any person having reason to believe that a NOTAM is missing, incomplete, or inaccurate must notify the airport operator. 2-12. AIRCRAFT RESCUE AND FIRE FIGHTING (ARFF) NOTIFICATION. The safety plan must provide procedures for notifying ARFF persOlUlel, mutual aid providers, and other emergency services if construction requires shutting off or otherwise disrupting any water line or fire hydrant on the airport or adjoining areas and if contractors work with hazardous material on the airfield. Notification procedures must also be developed for notifying ARFF and all other emergency personnel when the work performed will close or affect any emergency routes. Likewise, the procedures must address appropriate notifications when services are restored. 2-13. NOTIFICATION TO THE FAA. For certain airport projects, 14 CFR part 77 requires notification to the FAA. In addition to applications made for Federally funded construction, 14 CFR part 157, Notice of Construction, Alteration, Activation, and 6 1/17/03 I Deactivation of Airports, requires that the airport operator notify the FAA in writing whenever a non-Federally funded project involves the construction of a new airport; the construction, 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 Offi~e. . Also, any person proposing any kind of construction or alteration.of objects that affect navigable airspace, as defined in 14 CFR part 77 must notify the FAA. This includes construction equipment and proposed parking areas for this equipment (i.e., cranes, graders, etc.). FAA Form 7460-1, Notice of Proposed Construction or Alteration, can be used for this purpose and submitted to the FAA Regional Airports Division Office or Airports District Office. (See AC 70/7460-2, Proposed Construction or A Iteration of Objects that May Affect the Navigable Airspace.) If construction operations require a shutdown of an airport owned NA V AID from service for more than 24 hours or in excess of 4 hours daily on consecutive days, we recommend a 45-day minimum notice prior to facility shutdown. Coordinate work for a FAA owned NA V AID shutdown with the local FAA Airways Facilities Office. In addition, procedures that address unanticipated utility outages and cable cuts that could impact FAA NA V AIDs must be addressed. I I I I I I I I I 2-14. WORK SCHEDULING AND ACCOMPLISHMENT. I Airport operators-or tenants having construction on their leased properties-should use predesign, prebid, and preconstruction conferences to introduce the subject of airport operational safety during construction (see AC 150/5300-9, Predesign, Prebid, and Preconstruction Conferences for Airport Grant Projects). The airport operator, tenants, and construction contractors should integrate operational safety requirements 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 cany out onsite inspections throughout the project and inunediately remedy any deficiencies, whether caused by negligence, oversight, or project scope change. I I I I I I I I 1/17/03 I AC 150/537Q-2E I CHAPTER 3. SAFETY STANDARDS AND GUIDELINES Section 1. Runway anol Taxiway Safety Areas, Obstacle-Free Zones, and Object-Free Areas I 3-1. OVERVIEW. I Airport operators must use these safety guidelines when preparing plans and specifications for construction activities in areas that may interfere with aircraft operations. The safety plan should recognize and address these standards for each airport construction project. However, the safety plan must reflect the specific needs of a particular project, and for this reason, these safety guidelines should not be incorporated verbatim into project specifications. For additional guidance on meeting safety and security requirements, refer to the planning guide template included in Appendix 3 of this AC. I I I 3-2. RUNWAY SAFETY AREA (RSA)/ OBSTACLE-FREE ZONE (OFZ). I A runway safety area is the defmed 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 (see AC 150/5300-13, Airport Design). Construction activities within the standard RSA are subject to the following conditions: I I a. Runway edges. (1) No construction may occur closer than 200 feet (6Om) 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 (see AC 150/5300-13, Tables3-1 through 3-3). I I I (2) Personnel, material, and/or equipment must not penetrate the OFZ, as defined in AC 150/5300- 13. I (3) The airport operator must coordinate the construction activity in the RSA as permitted above with the A TCT and the FAA Regional Airports Division Office or appropriate Airports District Office and issue a local NOTAM. I b. Runway ends. (1) An RSA must be maintained of such dimensions that it extends beyond the end of the runway a distance equal to that which existed before construction activity, unless the runway is closed or restricted to aircraft operations for which the reduced RSA is adequate (see AC 150/5300-13). The temporary use of declared distances and/or partial runway closures may help provide the necessary RSA. I I I I In addition, all personnel, materials, and/or equipment must remain clear of the applicable threshold siting surfaces, as defined in Appendix 2, "Threshold Siting Requirements," of AC 150/5300-13.1 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 150/5300- 13. (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 A TCT and the FAA Regional Airports Division Office or appropriate Airports District Office and issue a local NOTAM. c. Excavations. (1) Construction contractors must prominently mark open trenches and excavations at the construction site with red or orange flags, as approved by the airport operator, and light them with red lights during hours of restricted visibility or darkness. (2) Open trenches or excavations are not permitted within 200 feet (60m) of the runway centerline and at least the existing RSA distance from the runway threshold while the runway is open. If the runway must be opened before excavations are backfilled, 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. T AXIW A Y SAFETY AREAS/OBJECT- FREE AREAS. a. Unrestricted construction activity is permissible adjacent to taxiways when the taxiway is restricted to aircraft such that the available taxiway safety area is equal Ilf a full safety area cannot be obtained through declared distances and partial closures, or other methods such as alternate runway use, construction activity may operate in the RSA as long as conditions cited in paragraph 3-lb(2) thru (4) are met In addition, various surfaces outlined in AC 150/5300-13 and Terminal Instrument Procedures (TERPS) must be protected through an aeronautical study. 7 AC 150/5370-2E to at least ~ of the widest wingspan of the aircraft expected to use the taxiway and the available taxiway object-free area is equal to at least .7 times the widest wingspan plus 10 feet. (See AC 150/5300-13 for guidance on taxiway safety and object-free areas.) Construction activity may be accomplished closer to a taxiway, subject to the following restrictions: (1) The activity. is fIrst coordinated with the airport operator. . (2) Appropriate NOT AMs are issued. (3) Marking and lighting 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 1/17/03 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, flag persons will be used to direct construction equipment, and wing walkers may be necessary to guide aircraft. Wing walkers should be airline/aviation personnel rather 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 pernritted up to the edge of a structural taxiway and apron pavement provided the dropoff is marked and lighted per paragraph 3-9, "Hazard Marking and Lighting." Section 2. Temporary Runway Thresholds 3-4. 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 case, locate the threshold in accordance with Appendix 2 of AC 150/5300-13, Airport Design. Objects that do not penetrate these surfaces may still be obstructions to air navigation and may affect standard instrument approach procedures. Coordinate these objects with the FAA's Regional Airports OffIce or appropriate Airports District OffIce, as necessary. Refer to the current edition of AC 150/5300-13 for guidance on threshold siting requirements. The partial runway closure, the displacement of the runway threshold, as well as closures of the complete runway and other portions of the movement area also requires coordination with appropriate A TCT 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 Runway 18/36 is closed; 7,000 feet remain available on Runway 18 and Runway 36 for arrivals and departures." There may be situations where the portion of closed runway is available for taxiing only. If so, the NOT AM must reflect this condition. Caution regarding displaced thresholds: Implementation of a displaced threshold affects runway length available for aircraft landing over the displacement. Depending on the reason for the displacement (to provide obstruction clearance or RSA), 8 such a displacement may also require an adjustment in the landing distance available and accelerate-stop distance available in the opposite direction. If project scope includes personnel, equipment, excavation, etc. within the RSA of any usable runway end, we do not recommend a displaced threshold unless arrivals and departures toward the construction activity are prohibited. Instead, implement a partial closure. 3-5. MARKING GUIDELINES FOR TEMPORARY THRESHOLD. Ensure that markings for temporary displaced thresholds are clearly visible to pilots approaching the airport to land. When construction personnel and equipment are located close to any threshold, a temporary visual NA V AID, such as runway end identifIer lights (REIL), may be required (even on unlighted runways) to defme the new beginning of the runway clearly. A visual vertical guidance device, such as a visual approach slope indicator (V ASI), pulse light approach slope indicator (PLASI), or precision approach path indicator (P API), may be necessary to assure landing clearance over personnel, vehicles, equipment, and/or above-grade stockpiled materials. If such devices are installed, ensure an appropriate descriptive NOT AM is issued to inform pilots of these conditions. The current edition of AC 150/5340-1, Standards for Airport Markings, 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 I I I I I I I I I I I I I I I I I I I 1/17/03 I materials that would minimize damage to an aircraft in the event of inadvertent contact. (1) Pavement markings for temporary closed portions of the runway should consist of yellow chevrons to identify pavement areas that are unsuitable for takeoff/landing (see AC 150/5340-1). Ifunable 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 configured and secured to prevent movement by prop wash, jet blast, or other wind currents. I I I I (2) It may be necessary 10 remove or cover runway markings, such as runway 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 runway 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 nmway pavement surface, one on each side of the runway. They should be at least 10 feet (3m) in width and extend outboard from each side of the runway so they are clearly visible to landing and departing aircraft. These threshold bars are white. If the white threshold bars are not discernable on grass or snow, apply a black background with appropriate material over the ground to ensure the markings are clearly visible. (5) A temporary threshold may also be marked with the use of retroreflective-, elevated markers. One side of such markers is green to denote the approach end ofthe runway; the side that is seen by pilots on rollout is red. See AC 150/5345-39, FAA Specification L- 853, Runway and Taxiway Retroreflec~ive Markers (6) At 14 CFR part 139 certificated airports, temporary elevated threshold markers must be mounted with a frangible fitting (see 14 CFR part 139.309). However, at noncertificated airports, the temporary elevated-threshold markings may either be mounted with a frangible fitting or be flexible. See AC 150/5345-39. I I I I I I I I I I b. The application rate of the paint to mark a short- ternl temporary runway threshold may deviate from the standard (see Item P-620, ''Runway and Taxiway Painting," in AC 150/5370-10, Standards for Specifying Construction of Airports), but the dimensions must meet the existing standards, unless coordinated with the appropriate offices. I I c. Wlten a runway is partially closed, the distance remaining signs for aircraft landing in the opposite direction should be covered or removed during the construction. I I AC 150/5370-2E 3-6. LIGHTING GUIDELINES FOR TEMPORARY THRESHOLD. A temporary runway threshold must be lighted ifthe runway is lighted and it is the intended threshold for night landings or instrument meteorological conditions. We reconunend that temporary threshold lights and related visual NA V AIDs 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. Wlten any portion of a base is above grade, place properly compacted fill around the base to minimize the ra~e of gradient change so aircraft can, in an emergency, cross at nonnallanding or takeoff speeds without incurring significant damage (see AC 150/5370-10). We reconunend that the following be observed when using temporary runway threshold lighting: 3. Maintain threshold and edge lighting color and spacing standards as described in AC 150/5340-24, Runway and Taxiway Edge Lighting System Battery-powered, solar, or portable lights that meet the criteria in AC 150/5345-50, Specification for Portable Runway Lights, may be used. These systems are intended primarily for visual flight rules (VFR) aircraft operation but may be used for instrument flight rules (IFR) aircraft operations, upon individual approval from 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. A void removing the lamp from energized fixtures because an excessive number of isolation transfornlers with open secondaries may damage the regulators and/or increase the current above its nonnal value. c. Secure, identify, and place any temporary exposed wiring in conduit to prevent electrocution and rue ignition sources. d. Reconfigure yellow lenses (caution zone), as necessary. If the runway has centerline lights, reconfigure the red lenses, as necessary, or place the centerline lights out of service. e. Relocate the visual glide slope indicator (VaSI), such as V ASI and P API; other airport lights, such as REIL; and approach lights to identify the temporary threshold. Another option is to disable the VaSI or any equipment that would give misleading indications to pilots as to the new threshold location. Installation of temporary visual aids may be necessary to provide adequate guidance to pilots on approach to the affected runway. If the FAA owns and operates the VaSI, 9 AC 150/5370-2E coordinate its installation or disabling with the local Airway Facilities Systems Management Office. 1/17/03 f. Issue a NOTAM to inform pilots of temporary lighting conditions. Section 3. Other Construction Marking and Lighting Activities OVERVIEW. b. Temporarily closed runway and taxiways. For runways that have been temporarily closed, place an "X" at the each end of the runway. With taxiways, place an "X" at the entrance of the closed taxiway. 3-7. Ensure that construction areas, including closed runways, are clearly and visibly separated from movement areas and that hazards, facilities, cables, and power lines are identified prominently for construction contractors. 1broughout the duration of the construction project, verify that these areas remain clearly marked and 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 TAXIWAY MARKING AND LIGHTING. Closed runway markings consist of a yellow "X" in compliance with the standards of AC 150/5340-1, Standards for Airport Markings. A very effective and preferable visual aid to depict temporary closure is the lighted "X" signal placed on or near the runway designation numbers. This device is much more discernible to approaching aircraft than the other materials described. If the lighted "X" is not available, construct the marking of any of the following materials: double-layered painted snow fence, colored plastic, painted sheets of plywood, or similar materials. They must be properly configured and secured to prevent movement by prop wash, jet blast, or other wind currents. In addition, the airport operator may install barricades, traffic cones, activate stop bars, or other acceptable visual devices at major entrances to the runways to prevent aircraft from entering a closed portion of runway. The placement of even a single reflective barricade 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 runway. a. Permanently closed runways. For runways and taxiways that have been permanently closed, disconnect the lighting circuits. For runways, obliterate the threshold marking, runway designation marking, and touchdown zone markings, and place "X's" at each end and at 1,0000foot (300-m) intervals. For taxiways, place an "X" at the entrance of the closed taxiway. 10 c. Temporarily closed airport. When the airport is closed temporarily, mark the runways as closed and turn off the airport beacon. d. Permanently closed airports When the airport is closed permanently, mark the runways as permanently closed, disconnect the airport beacon, and place an "X" in the segmented circle or at a central location if no segmented circle exists. 3-9. HAZARD MARKING AND LIGHTING. Provide prominent, comprehensible warning indicators for any area affected by construction that is normally accessible to aircraft, personnel, or vehicles. 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 specific hazards obvious to pilots, vehicle drivers, and other personneL Barricades, traffic cones (weighted or sturdily attached to the surface), or flashers are acceptable methods used to identify and defme the limits of construction and hazardous areas on airports. Provide temporary hazard marking and lighting to prevent aircraft from taxiing onto a closed runway for takeoff and to identify open manholes, small areas under repair, stockpiled material, and waste areas. Also 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 (ILS) critical areas; airport surfaces, such as RSA, OF A, and OFZ; and other sensitive areas to make it easier for contractor personnel to avoid these areas. The construction specifications must include a provision requiring the contractor to have a person on call 24 hours a day for emergency maintenance of airport hazard lighting and barricades. The contractor must file the contact person's information with the airport. a. Nonmovemcnt areas. Indicate construction locations on nonmovement areas in which no part of an aircraft may enter by using barricades that are marked with diagonal, alternating orange and white stripes. Banicades may be supplemented with alternating I I I I I I I I I I I I I I I I I I I 1/17/03 I orange and white flags at least 20 by 20 inches (50 by 50 em) square and made and installed so they are always in an extended position, properly oriented, and securely fastened to eliminate jet engine ingestion. Such barricades may be many different shapes and made from various materials, including railroad ties, sawhorses, jersey barriers, or barrels. During reduced visibility or night hours, supplement the barricades with red lights, either flashing or steady-burning, which should meet the luminance requirements of the State Highway Department (yellow lights are not acceptable after October 1,2004). The intensity of the lights and spacing for barricade flags and lights must adequately and without ambiguity delineate the hazardous area. I I I I I 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 lights are not acceptable after October 1, 2004); collapsible barricades marked with diagonal, alternating orange and white stripes; and/or signs to separate all construction/maintenance areas from the movement area. All barricades, temporary markers, and other objects placed and left in safety areas associated with any open runway, taxiway, or taxilane must be as low as possible 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 from prop wash, jet blast, wing vortex, or other surface wind currents. If affixed to the surface, they must be frangible at grade level or as low as possible, but not to exceed 3 inches (7.6cm) above the growld. Do not use nonfrangible hazard markings, such as concrete barriers and/or metal-drum-type barricades, in aircraft movement areas. Do not use railroad ties on runways. Use highly reflective barriers with flashing or steady- burning red lights to barricade taxiways leading to closed runways. Evaluate all operating factors when detennining how to mark temporary closures that can last from 10 to 15 minutes to a much longer period of time. However, we strongly recommend that, even for closures of relatively short duration, major taxiway/runway intersections be identified with barricades spaced no greater than 20 feet (6m) apart. Mark the barricades with a flashing or steady-burning red light. At a minimwn, use a single barricade placed on the taxiway centerline. I I I I I I I I I 3-10. CONSTRUCTION NEAR NAVIGATIONAL AIDS (NA V AIDS). I Construction activities, materials/equipment storage, and vehicle parking near electronic NA V AIDs 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 NA V AID for each construction project. Pay particular attention to stockpiling material, as well as I I I AC 150/5370-2E to movement and parking of equipment that may interfere with line of sight from the A TCT or with electronic emissions. Interference from construction may require NA V AID shutdown or adjustment of instrument approach minimums for IFR. This condition requires that a NOTAM be filed. Construction activities and materials/equipment storage near a NA V AID may also obstruct access to the equipment and instruments for maintenance. Before c~mmencing construction activity, parking vehicles, or storing construction equipment and materials near a NA V AID, consult with the nearest FAA Airway Facilities Office. 3-11. CONSTRUCTION SITE ACCESS AND HAUL ROADS. Determine the construction contractor's access to the construction sites and haul roads. Do not permit the construction contractor to use any access or haul roads other than those approved. Construction contractors must submit specific proposed routes associated with construction activities to the airport operator for evaluation 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 NA V AIDs or approach surfaces of operational runways. 3-12. CONSTRUCTION MATERIAL STOCKPILING. Stockpiled materials and equipment storage are not pennitted within the RSA and OFZ of an operational runway. The airport operator must ensure that stockpiled materials and equipment adjacent to these areas are prominently marked and lighted during hours of restricted visibility or darkness. This includes detennining and verifYing that materials are stored at an approved location to prevent foreign object damage and attraction of wildlife. 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 be used within the ADA 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, Standards for Specifying Construction of Airports). 11 AC 150/5370-2E 3-14. FOREIGN OBJECT DEBRIS (FOD) MANAGEMENT. Waste and loose materials, commonly referred to as FOD, are capable of causing damage to aircraft landing gears, propellers, and jet engines. Construction contractors must 1/17/03 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 construction contractors carefully control and continuously remove waste or loose materials that might attract wildlife. Section 4. Safety Hazards and Impacts 3-15. OVERVIEW. The situations identified below are potentially hazardous conditions that may 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, and other obstacles near any open runway, taxiway, or taxi lane; in the related object-free area and aircraft approach or departure areas/zones; or obstructing any sign or marking. c. Runway resurfacing projects resulting in lips exceeding 3 inches (7.6cm) from pavement edges and ends. 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 NA V AIDs that may degrade or impair radiated signals and/or the monitoring of navigational and visual aids. Unauthorized or improper vehicle operations in localizer or glide slope critical areas, resulting in electronic interference and/or facility shutdown. f. Tall and especially relatively low-visibility units (i.e., equipment with slim profiles}-cranes, drills, and similar objects-located in critical areas, such as OFZs and approach zones. g. Improperly positioned or malfunctioning lights or unlighted airport hazards, such as holes or excavations, on any apron, open taxiway, or open taxi lane or in a related safety, approach, or departure area. h. Obstacles, loose pavement, trash, and other debris on or near AOAs. Construction debris (gravel, 12 sand, mud, paving materials, etc.) on airport pavements may result in aircraft propeller, turbine engine, or tire damage. Also, loose materials may blow about, potentially causing personal injury or equipment damage. i. Inappropriate or poorly maintained fencing during 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 i\OAs create aviation hazards. k. 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. m. Misleading or malfunctioning obstruction lights. Unlighted or unmarked obstructions in the approach to any open runway pose aviation hazards. n. Failure to issue, update, or cancel NOTAMs about airport or runway closures or other construction-related airport conditions. o. Failure to mark and identify utilities or power cables. Damage to utilities and power cables during construction activity can result in the loss of runway/taxiway lighting; loss of navigational, visual, or approach aids; disruption of weather reporting services; and/or loss of communications. p. Restrictions on ARFF access from fire stations to the runway-taxiway system or airport buildings. q. Lack of radio communications with construction vehicles in airport movement areas. r. Objects, regardless of whether they are marked or flagged, or activities anywhere on or near an airport I I I I I I I I I I I I I I I I I I I 1/17/03 I that could be distracting, confusing, or alarming to pilots during aircraft operations. I s. Water, snow, dirt, debris, or other contaminants that temporarily obscure or derogate the visibility of runway/taxiway marking, lighting, and pavement edges. Any condition or factor that obscures or diminishes the visibility of areas under construction. I I t. Spillage from vehicles (gasoline, diesel fuel, oil, etc.) on active pavement areas, such as runways, taxiways, ramps, and airport roadways. I u. Failure to maintain drainage system integrity during construction (e.g., no temporary drainage provided when working on a drainage system). . I I I I I I I I I I I I I I AC 150/5370-2E 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 on circuits. w. Failure to control dust. Consider limiting the amount of area from which the contractor is allowed to strip turf. ,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 areas and out of phase. 13 I I I I I I I I I I I I I I I I I I I 1/17/03 AC 150/5370-2E APPENDIX 1. RELATED READING MATERIAL 1. Obtain the latest version of the following free publications from the FAA on its Web site at http://www.faa.gov/arp/. In addition, these ACs are available by contacting the U.S. Department of Transportation, Subsequent Pistribution Office, SVC- 121.23, Ardmore East Business Center, 3341 Q 75th A venue, Landover, MD 20785. a. AC 150/5200-28, Notices to Airmen (NOTAM) for Airport Operators Provides guidance for the use of the NOT AM System in airport reporting. b. AC 150/5200-30, Airport Winter Safety and Operations. Provides guidance to airport owners/operators on the development of an acceptable airport snow and ice control program and on appropriate field condition reporting procedures. c. AC 150/5200-33, Hazardous Wildlife Attractants On or Near Airports. Provides guidance on locating certain land uses having the potential to attract hazardous wildlife to public-use airports. d. AC 150/5210-5, Painting, Marking, and Lighting of Vehicles Used on an Airport. Provides guidance, specifications, and standards for painting, marking, and lighting vehicles operating in the airport air operations areas. e. AC 150/5220-4, Water Supply Systems for Aircraft Fire and Rescue Protection. Provides guidance for the selection of a water source and standards for the design of a distribution system to support aircraft rescue and fire fighting service operations on airports. f. AC 150/5340-1, Standards for Airport Markings. Contains FAA standards for markings used on airport runways, taxiways, and aprons. g. AC 150/5340-14B, Economy Approach Lighting Aids. Describes standards for the design, selection, siting, and maintenance of economy approach lighting aids. h. AC 150/5340-18, Standards for Airport 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 Contains the FAA standards for P API 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 from operational areas. k. AC 70/7460-2, Proposed Construction or Alteration of Objects that May Affect the Navigable A irspace. 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 of Documents, U.S. Government Printing Office, Washington, DC 20402. Send a check or money order made payable to the Superintendent of Documents in the 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://www.faa.gov/arp/. a. AC 150/5300-13, Airport Design 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. ($26. Supt. Docs.) SN050-007 -01208-0. b. AC 150/5370-10, Standards for Specifying Constructioll of Airports Provides standards for construction of airports. Items covered include earthwork, drainage, paving, turfing, lighting, and incidental construction. ($18. Supt. Docs.) SN050-007- 0821-0. A-1 I AC 150/5370-2E 1/17/03 I APPENDIX 2. DEFINITIONS OF TERMS USED IN THE AC I 1. 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 areas that are used or intended to be used for the unobstructed movement of aircraft in addition to its associated runways, taxiways, or aprons. 2. CONSTRUCTION. The presence and movement of construction-related personnel, equipment, and materials in any location that could infringe upon the movement of aircraft. I I I 3. CERTIFICATED AIRPORT. An airp0l1 that has been issued an Airport Operating Certificate by the FAA under the authority of 14 CFR part 139, Certification and Operation: Land Airports SerVing Certain Air Carriers, or its subsequent revisions. I I I 4. FAA FORM 7460-1, NOTICE OF PROPOSED CONSTRUCTION OR ALTERATION. The form submitted to the FAA Regional Air Traffic or Airports Division Office as formal written notification of any kind of construction or alteration of objects that affect navigable airspace, as defmed in 14 CFR part 77, Objects Affecting Navigable Airspace (see AC 70/7460-2, Proposed Construction or Alteration of Objects that May Affect the NaVigable Airspace, found at h Up ://www.faa.gov/arpl). S. FAA FORM 7480-1, NOTICE OF LAN][)JNG AREA PROPOSAL. Form submitted to the FAA Airports Regional Division Office or Airports District Office 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, realigning, 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.faa.gov/arpl). 6. MOVEMENT AREA. The runways, taxiways, and other areas of an airport that are used for taxiing or hover taxiing, air taxiing, takeoff, and landing of aircraft, exclusive of loading ramps and aircraft parking areas (reference 14 CFR part 139). 7. OBSTRUCTION. Any object/obstacle exceeding the obstruction standards specified by 14 CFR part 77, subpart C. I I I I I I I I I I A-2 8. OBJECT-FREE AREA (OFA). An area on the ground centered on the runway, taxiway, or taxi lane 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 OF A for air navigation or aircraft ground maneuvering purposes (see AC 150/5300-13, Airport Design, for additional guidance on OFA standards and wingtip clearance criteria). 9. OBSTACLE-FREE ZONE (OFZ). The airspace below 150 feet (45m) above the established airport elevation and along the runway and extended runway centerline that is required to be clear of all objects, except for frangible visual NA V AIDs 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 150/5300-13 for guidance on OFZs). 10. 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. T AXIW A Y 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. 13. DISPLACED THRESHOLD. The portion of pavement behind a displaced threshold that may be available for takeoffs in either direction or landing from the opposite direction. 14. VISUAL GLIDE SLOPE INDICATOR (VGSI). This device provides a visual glide slope indicator to landing pilots. These systems include precision approach path indicators (P APIs), visual approach slope indicators (V ASIs), and pulse light approach slope indicators (PLASIs). 1/17/03 I AC 150/5370-2E I APPENDIX 3. AIRPORT CONSTRUCTION SAFETY PLANNING GUIDE Aviation Safety Requirements During Construction I PURPOSE. This appendix provides airport operators with boilerplate format and language for developing a safety plan for an airport construction project Adapt this appendix, as applicable, to :specific conditions found on the airport for which the plan is being developed. Consider including a copy of this safety plan in the construction drawings for easy access by contractor personnel. Plans should contain the following: I I 1. GENERAL SAFETY REQUIREMENTS. I Throughout the construction project, the following safety and operational practices should be observed: . Operational safety should b,~ 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 deficiencies, 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 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 hazardous. I I I I I I I . 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 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 completed. I I I I 2. CONSTRUCTION MAINTENANCE AND FACILITIES MAINTENANCE. I Before beginning any construction activity, the contractor must, through the airport operator, give notice [using the I Notice to Airmen (NOTAM) System] of proposed location, time, and date of commencement of construction. Upon completion of work and return of all sUyh areas to standard conditions, the contractor must, through the airport operator, verify the cancellation of all 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, Operational Safety on Airports During Construction b. Conduct activities so as not to violate any safety standards contained in AC 150/5370-2 or any of the references therein. c. Inspect an 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 equipment and materials. (Refer to Appendix 2 in AC 150/5300-13, Airport Design, for guidance in this area.) 4. RUNWAY AND TAXIWAY SAFETY AREA (RSA AND TSA). Limit construction 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 construction (see AC 150/5370-2 for exceptions). -Construction activity within the TSA is permissible when the taxiway is open to aircraft traffic if adequate wingtip clearance exists between the aircraft and equipment/material; evacuations, trenches, or other conditions are conspicuously marked and lighted; and local NOTAMs are in effect for the activity (see AC 150/5300-13 for wingtip clearance requirements). The NOT AM should state that, "personnel and equipment are working adjacent to Taxiway_," a. Procedures for protecting runway edges. . Limit construction to no closer than 200 feet (60m) from the runway centerline-unless the runway is closed or restricted to aircraft operations, requiring a lesser standard RSA A-3 AC 150/5370-2E 1/17/03 that is equal to the RSA available during construction. o Coordinate construction activity with the Airport Traffic Control Tower (A TCT) and FAA Regional Airports Division Office or Airports District Office, and through the airport operator, issue an appropriate NOTAM. . Prevent personnel, material, and/or equipment, as defined in AC 150/5300-13, Paragraph 306, "Obstacle Free Zone (OFZ)," from penetrating the OFZ. Complete the following chart to determine the area that must be protected along the run~ay edges: ..- *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 threshold to a point at least the distance from the runway threshold as existed before construction activity-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 150/5300-13. This may involve the use of declared distances and partial runway closures (see AC 150/5370-2 for exceptions). . Ensure all personnel, materials, and/or equipment are clear of the applicable threshold siting criteria surface, as defined in Appendix 2, "Threshold Siting Requirements," of AC 150/5300-13. Prevent personnel, material, and/or equipment, as defined in AC 150/5300-13, from penetrating the obstacle-free zone. o e Ensure adequate distance for blast protection is provided, as needed. Coordinate construction activity with the A TCT and FAA Regional Airports Division Office or Airports District Office, and through the airport operator, issue an appropriate NOT AM. Provide a drawing showing the profile of the appropriate surfaces of each runway end where construction will take place. Where operations by turbojet aircraft are anticipated, review takeoff procedures and jet blast characteristics of aircraft and incorporate safety measures for construction workers in the contract documents. o o A-4 I I I I I I I I I I I I I I I I I I I 1/17/03 I AC 150/53fU-LI:: Complete the following chart to determine the area that must be protected before the runway threshold: II II II - - FEET 1 to (threshold) - - -'---- FEET - 1 to (threshold) FEET 1 to (threshold) - - FEET - 1 to (threshold) - I I I I I "'See AC 150/5300-13, Airport Design, to complete the chart for a specific runway. I 5. MARKING AND LIGHTING FOR TEMPORARY THRESHOLDS. I Marking and lighting for a temporary threshold is ~is not_ required. The airport owner or contractor, as specified in the contract, will furnish and maintain markings for temporary thresholds. Precision approach path indicators (PAPls) or runway end identification lights (REIL) are~are not_ required. The airport owner or contractor, as specified in the contract, will furnish and install all temporary lighting. Include appropriate items per AC 15015370-2, Chapter 3, "Safety Standards and Guidelines." Ifmarking and lightingfor the temporary threshold is not required, delete this section of the safety plan If visual a ids and/or markings are necessary, provide details (Include applicable J 4 CFR part 77 surfaces in the contracl documents.) I I I I 6. CLOSED RUNWAY MARKINGS AND LIGHTING. I The following must be specified for closed runways. Closed runway marking are _/are not_ required. Closed runway markings will be as shown on the plans ~as furnished by the airport owner_lother_ (specify). Barricades, flagging, and flashers are~are not_required at Taxiway_ and Runway_and will be supplied by the airport _/other_(specify). I I 7. HAZARDOUS AREA MARKING AND LIGHTING. I Hazardous areas on the movement area will be marked with barricades, traffic cones, flags, or flashers (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 or steady-burning lights (specify). The hazardous area marking and lighting will be supplied by I I I the airport operator/contractor, 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 manner (specify) during the period from _ to _' The alterations are depicted on the plans. 9. VEHICLE OPERATION MARKING AND CONTROL. Include the following provisions in the construction contract, and address them in the safety plans: 3. 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 flashing dome-type light, the color of which is in accordance with local or state codes. b. It may be desirable to clearly identify the vehicles for control purposes by either assigned initials or numbers that are prominently displayed on each side of the vehicle. The identification symbols should be at minimum 8-inch (20-cm) block-type characters of a contrasting color and easy to read. They may be applied either by using tape or a water-soluble paint to facilitate 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 requirements .) A-5 AC 150/5370-2E c. Employee parking shall be ( specify location), as designated by the airport manager-" project 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 14 CFR part 139 certificated and towered airports, all vehicle operators having access to the movement area must be familiar with airport procedures for the operation of ground vehicles and the consequences of noncompliance. f. If the airport is certificated and/or has a security plan, the airport operator should check for guidance on the additional identification and control of construction equipment. 10. NAVIGATIONAL AIDS. The contractor must not conduct any construction activity within navigational aid restricted areas without prior approval from the local FAA Airway Facilities sector representative. Navigational aids include instrument landing system components and very high-frequency omnidirectional range, airport surveillance radar. Such restricted areas are depicted on construction plans. 11. LIMITATIONS ON CONSTRUCTION. Additional limitations on construction include- a. Prohibiting open-flame welding or torch cutting operations unless adequate fire safety precautions are provided and these operations have been authorized by the airport operator (as tailored to confonn to local requirements and restrictions). A-6 1/17/03 b. Prominently marking open trenches, excavations, and stockpiled materials at the construction and lighting these obstacles during hours 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 aircraft blast and forecast wind conditions. 12. RADIO COMMUNICATIONS. Vehicular traffic located in or crossing an active movement area must have a working two-way radio in contact with the control tower or be escorted by a person in radio contact with the tower. The driver, through personal observation, should confirm that no aircraft is approaching the vehicle position. Construction personnel may operate in a movement area without two-way radio communication provided a NOT AM is issued closing the area and the area is properly marked to prevent incursions. Two-way radio communications are ---1are not_required between contractors and the Airport Traffic Control Tower_IFAA Flight Service Station-'Airport Aeronautical Advisory Stations (UNICOMlCTAF)_. Radio contact is lis not_ required between the hours of _and _' Continuous monitoring is required -'or is required only when equipmentmovement is necessary in certain areas_. (This section may be tailored to suit the specific vehicle and safety requirements of the airport sponsor) 13. DEBRIS. Waste and loose material must not be placed in active movement areas. Materials tracked onto these areas must be removed continuously during the work project. II I I I I I I I I I I I I I I I 'I I I 1/17/03 AC 150/5370-2E I APPENDIX 4. SAMPLE NOTAM I AIRPORT I FAA NOTAM# DATE: I AIRPORT I.D. # TIME: I NOT AM TEXT: I NOTIFICA TON: I # # # # TOWER PHONE # INITIALS TIME CALLED IN BY I # # # # FSS I PHONE # INITIALS TIME CALLED IN BY AIRLINES I I I CANCELLED: NOTIFICATON: ####TOWER I PHONE # .INITIALS TIME CALLED IN BY I # # # # FSS PHONE # INITIALS TIME CALLED IN BY I AIRLINES I I I I A-7 I I I I I I I I I I I I I I I I I I I SECTION 01035 WEATHER DELAYS PARTI-GENERAL 1.01 EXTENSIONS OF CONTRACT TIME: A. If the basis exists for an extension oftime in accordance with General Provisions 80- 07, an extension of time on the basis of weather may be granted only for the number of Weather Delay Days in excess of the number of days listed as the Standard Baseline for the entire construction duration of each phase as a whole. 1.02 STANDARD BASELINE FOR AVERAGE CLIMATIC RANGE: A. The Owner has reviewed weather data available from the National Oceanic and Atmospheric Administration (NOAA) and determined a Standard Baseline of average climatic range for the Augusta Airport - WSO. B. Standard Baseline shall be regarded as the normal and anticipatory number of calendar days for each month during which construction activity shall be expected to be prevented and suspended by cause of precipitation in excess of one-tenth inch (0.10") liquid measure. Suspension of construction activity for the number of days each month as listed in the Standard Baseline is included in the Work and is not eligible for extension of Contract Time. C. Standard Baseline (based upon precipitation in excess of one-tenth inch (0.10") liquid measure) established for this contract is as follows: Jan 7 Feb 6 Mar 7 Apr 5 May J un 5 7 Jul 7 Aug 7 Sept Oct 5 4 Nov Dec 4 6 1.03 ADVERSE WEATHER AND WEATHER DELAY DAYS: A. Adverse Weather is defined as the occurrence of one or more of the following conditions which prevents exterior construction activity or access to the site within twenty-four (24) hours: 1. precipitation (rain, snow, or ice) in excess of one-tenth inch (0.10") liquid measure; 2. temperatures which do not rise above 32 degrees F by 10:00 a.m.; 3. temperatures which do not rise above that specified for the day's construction activity by 10:00 a.m., if any is specified; 4. sustained wind in excess of twenty-five (25) m.p.h.; 01035-1 B. 5. standing snow in excess of one inch (1.00"); I I I I I I I I ,I I I I I I I I I I I 6. any day that the Owner has requested no work to be performed. A Weather Delay Day may be counted if adverse weather prevents work on the project for fifty percent (50%) or more of the Contractor's scheduled work day, including a weekend day or holiday if Contractor has scheduled construction activity that day. Adverse Weather may include "dry-out" or "mud" days, as determined by the Engineer such as: 1. For rain days above the standard baseline. 2. Only if there is a hindrance to site access or sitework, such as excavation, embankment, backfill, footings, etc. (see 4. & 5. below). 3. At a rate no greater than one (1) make-up day for each day or consecutive days of rain beyond the standard baseline that total 0.1 inch or more, liquid measure, if no substantial work is possible (see 4. & 5. below), unless specifically recommended otherwise by the Engineer. 4. If the Contractor's activity is limited to approximately 50% of the Contractor's activity before the Adverse Weather occurrence, then one-half (1'2) a weather delay day will be counted. For example if the Contractor is disking excavation and embankment areas to dry in situ moisture in the soils or hauling and placing unclassified excavation or borrow material to the embankment before an Adverse Weather occurrence, but is able to continue disking excavation and embankment areas or placing unclassified excavation or borrow material, one-half (Y2) a Weather Delay Day will be allowed. 5. Ifthe Contractor's activity is limited to minor activity when compared to the Contractor's activity before the Adverse Weather occurrence, then one (1) weather delay day will be counted. For example if the Contractor is disking excavation and embankment areas to dry in situ soils, hauling borrow material to embankment before an Adverse Weather occurrence, but is only able to disk excavation and embankment areas to dry them due to the Adverse Weather occurrence, one (1) Weather Delay Day will be allowed. c. If the Contractor is able to only perform disking operations to dry excavation and embankment areas due to in situ moisture in the soil, this is not considered an Adverse Weather occurrence or a Weather Delay Day and is considered to be a part of normal construction activities whether any other work can be performed or not. D. The Engineer will compile monthly weather data from the Local National Weather Station or from on site observations. The determination of Contractor's entitlement for any Weather Delay days, as 01035-2 I I I I I I I I I I I I I I I I I I I defined hereinabove, will be based on the entire construction duration ofthe phase in lieu of a month-by-month consideration. The entitlements will consider those months that conditions are better or worse than the Standard Baseline established for this contract. For example: I. If the total number of standard baseline days for a Phase is forty one (41) days and there are thirty six (36) days with precipitation in excess of one tenth inch (0.10") liquid measure and ten (10) weather delay days, giving a total of forty six (46) rain and weather delay days. This would amount to five (5) days in excess of the total baseline days for that Phase. Five (5) additional days will be added to the time for that Phase. 2. If the total standard baseline for a Phase is forty one (41) days and there are twenty (28) days with precipitation in excess of one tenth inch (0.10") liquid measure and nine (9) weather delay days, giving a total of thirty seven (37) rain and weather delay days. This would amount to four (4) days better than the total baseline days for that Phase. Four (4) days will be deducted from the time for that Phase. Baseline days will be prorated when partial months are a part of a phase/stage or the overall contract time. For example: 1. If the contract or a phase begins on April 11, including April 11, there are twenty (20) calendar days remaining in April. Twenty (20) remaining calendar days divided by thirty (30) total calendar days in April equals 0.6667. Six (6) total baseline days established for April multiplied times 0.6667 equals four (4) baseline days for the remaining twenty calendar days in April. Section 01035, Weather Delays establishes an anticipated number of days of lost construction time for each month. I. To calculate any liquidated damages for a phase/stage that is not completed on time, the number of baseline days for the actual total construction time .for that phase/stage will be calculated from the standard baseline. 2. The number of weather delay days for the actual total construction time for that phase/stage will be calculated. 3. The difference in weather delay days and baseline days will then be calculated. Months that have less weather delay days than baseline days will result in a negative number. 4. The resulting difference will then be added to the contract time for the phase/stage. 01035-3 01035-4 ,I I 'I I I I I .1 I I I I I I I I I I I 5. The difference in the actual total construction time and the contract time plus weather delay days in excess of the baseline for that phase/stage will determine if and what the actual amount of liquidated damages for that phase/stage will be. Using ahypotheti~al Phase 1 for example if: NUMBER OF FROM TO BASELINE ACTUAL WEATHER DAYS IN DAYS DELAY DAYS EXCESS OF BASELINE July 10, 1999 July 31, 1999 5 3 ~2 Aug. 1,2000 Aug. 31,2000 7 11 +4 Sept. 1, 2000 Sept. 8, 2000 1 4 +3 13 18 +5 Phase I Contract Time 60 Phase 1 Contract Time + Number Of Weather Delay Days In Excess Of Baseline 65 Phase I Actual Construction Time 67 Phase 1 Days Of Liquidated Damages 2 END OF SECTION 01035 I I I I I :: II CD A) [ I en - ~ I ~ I c en -f ~ I c en ~ 'I m r- o . G) I }> ~ I ~ <0 U1 ~ I N c I I I I I ~ CD fa) - :;j CD .. en c: 3 3 fa) -< z (,oJ I\.) I\.) I\.) I\.) I\.) I\.) I\.) I\.) I\.) I\.) ... ... ... ... ... ... ... ... ... -" 0 0 co (Xl ....., 0) 01 ~ (,oJ I\.) ... 0 co (Xl ....., 0) 01 ~ (,oJ I\.) ... 0 co ex) ....., 0) 01 ~ (,oJ I\.) ... :t> ""'" < 0 ~ fu': -< Cl> I\.) I\.) I\.) ... ... ... ....... ... ... ..... -" ... ....... ....... ....... ....... ... ... ... ... --" ... -' ....... ..... ... ... ... ....... ....... 0) 0 0 0 co co co co co co co <D co <D <D <D <D co co <D <D <D <D <D <D co <D <D <D co co ., 0 0 0 co co co <D <D co c.GI co co co (Xl (Xl (Xl (Xl (Xl (Xl (Xl (Xl (Xl ex> ....., ....., ....., ....., ....., ....., ....., N ..... 0 co ex> ....., 0) 01 ~ (,oJ N ... 0 co ex> ....., 0) 01 ~ (,oJ I\.) ... 0 co (Xl ....., 0) 01 ~ (,oJ t.- O) :J N N ... ... ... ....... ....., (,oJ ....., 0) ....., co <D <D co 0) (Xl co 0) 0 ....., ~ (Xl 0 ~ (J1 (Xl 0) ....., (,oJ N ex> ....., co (J1 ex> ....., 0 - " Cl> 0- ....... (Xl ... 0) 0 (,oJ (,oJ (,oJ 0) ....., ....., (,oJ <D 0) <D 0) (,oJ 0) 0) 0) co ~ (Xl 0) 0 ....., 01 01 ....., ....., I\.) (,oJ <D (Xl ....., t- S 0) N n 0 ....... ....... ....... ....... ::T ....., N ....., 0 ~ 0) Cl1 ~ ....., N (Xl (Xl (j) 0) (j) <D Cl1 <D 01 (,oJ ....., 0 Cl1 ~ ~ 0) 01 <D (Xl ....., (j) ....... t- ~ ... s:: ~ ~ ... 0 Cl1 ....., ~ (,oJ ~ 01 co ....., ~ ~ ~ ~ ~ 01 N ....., 0) (,oJ N ~ 0 (Xl ....., ~ ~ ....., 0) (,oJ I\.) .I:>- ....., ~ :J s: f- i'< ;0 S': ... ~ ~ 0) ... ..... ..... 0 Cl1 ~ ~ 0) ....... ~ (,oJ (,oJ ~ ~ I\.) (,oJ (J1 (Xl ....., (,oJ (J1 ....., 0) (J1 (Xl ~ 0) (,oJ (Xl I\.) 01 ~ 0 0 (Xl 0) ::l. Cl> f- a. 0 c... ~ c en :J ... 0 Cl> <D -" -" -" -'" -'" -" -+. ....., (Xl ....., ....., 0) 0) ~ 0 ....., 0 0 ~ 0) ....., (,oJ I\.) 01 -" 01 ....., I\.) ....., 0) co (J1 (,oJ (,oJ ~ ....., ....., ....., -" ~ '- -" 9 c... \J c ., -< I\.) Cl> 0 ... -'" ... ....... -" ..... ..... (") ....., N ~ (Xl 01 ~ 01 0 (Xl (J1 ....., ~ (Xl I\.) 01 ... 01 N 0) ~ I\.) (J1 0 (J1 (,oJ 0) ~ ~ 0) 0 (Xl 0) ~: ;::;: - 0) r+ 0" )> :J 0 t5 I\.) .., ... ..... -'" ..... -" ..... G) ....., 0 (Xl ~ (Xl C11 ~ C11 (,oJ co (Xl 0) (Xl ..... co ~ 0 ~ w ....., 0) 0) C11 (Xl ... ....., 0) (Xl w 0) 0 (Xl .., Cl> - 0) ro- (/) ., ~ -" ;+- C11 -" 01 N 0) 0) C11 0) ....., (Xl (Xl 01 -" W 0) .l:>- I\.) 01 0) 01 N ....... ....... 01 .I:>- ~ 01 -" -" ....., (Xl (Xl ....., 01 - 0 (") .... ;+- .... ~ (Xl (Xl -" 0 I\.) 0 co W 01 (Xl .I:>- 01 I\.) ....., (,oJ ~ ....... 0) (Xl w W 01 01 0) I\.) ...... CJi ....., I\) 0 w - Z 0 -" < N ~ (Xl ....., I\.) ....., w I\.) ....., I\.) 0) 0) I\.) ....., -" I\.) ~ ~ (,oJ ....., (Xl N 01 ~ ~ 0) I\.) .I:>- ~ ....., w ~ w - 0 Cl> (") ...... ....., -" ....... 0) N (j) I\.) ~ ~ Cl1 ....... 01 01 (j) (j) ....., 01 01 ....., W ~ (Xl 01 N ....., 0 co ~ ~ (,oJ .I:>- ....., <D (Xl ....., o 0) iii 00" (") o 3 "0 co a. g 3 c en z 0) r+ 0" :J ~ o (") <tl OJ :J 0" 0) :J a. ~ 3 o en "0 ::T Cl> ., C='i" )> a. 3 ::r !e: ., m- o' :J :t> :J :J C ~ Q 3 0) Q: o (Q ~ (/) c 3 3 0) -< I I I I I I I I I I I I I I I I I I I PART 1 .L.Ol .L.02 PART 2 PART 3 3.Jll SECTION 01040 PROJECT COORDINATION GENERAL RET,ATED DOCITMENTS' All contract documents and drawings apply to work of this section. DESCRIPTION OF WORK: Minimum administrative and supervisory requirements necessary for coordination of work on the project include but are not necessarily limited to the following: 1. Coordination and meetings. 2. Surveys and records or reports. 3. Limitations on use of site. 4. Special reports. 5. General installation provisions. 6. Cleaning and protection. 7. Conservation and salvage. PRODl JCTS (Not applicable.) EXECl JTTON COORDINATION AND MEETINGS: A. General The Contractor shall prepare a written memorandum on required coordination activities and include such items as required notices, reports and attendance at meetings. Distribute this memorandwn to each entity perfonning work at the Project site. Prepare similar memorandum for separate Contractors where interfacing of their work is required. B. Preconstruction Conference: A Preconstruction Conference will be scheduled after award of Contract and prior to issuance of a Notice to Proceed. Key Project personnel representing the Prime Contractor and all major Subcontractors will be required to attend this Conference. All other parties involved with this Project, such as the Owner, Engineer, and FAA, will also be represented. The entire Construction Schedule will be reviewed carefully by all affected parties at the Preconstruction Conference. The Contractor(s) shall prepare a detailed Construction Schedule for review prior to and at the Preconstruction Conference. 01040-1 C. Coordination Meetings: The Contractor shall hold General Project Coordination Meetings at regularly scheduled times convenient for all parties involved. These meetings may be as often as weekly if required. These meetings are in addition to specified meetings held for other purposes, such as regular Project meetings and special Pre-installation Meetings. Request representation at each meeting by every party currently involved in coordination or planning for the work of the entire Project. Conduct meetings in a manner which will resolve coordination problems. Record results of the meeting and distribute copies to everyone in attendance and to others affected by decision or actions resulting from each meeting. 1. The Contractor shall conduct daily coordination meetings with the Engineer's representative, FAA and designated Owner's representative to coordinate construction and airport operations. D. Progress Meetings: Conduct progress meetings weekly at the project site. Notify the Owner and Engineer of scheduled meeting dates. Coordinate dates of meetings with preparation of the payment request. E. Attendees: In addition to representatives of the Owner and Engineer, each subcontractor, supplier or other entity concerned with current progress or involved in planning, coordination or performance of future activities shall be represented at these meetings by persons familiar with the project and authorized to conclude matters relating to progress. F. Agenda: Review and correct or approve minutes of the previous progress meeting. Review other items of significance that could affect progress. Include topics for discussion as appropriate to the current status of the project, and to airport operational safety during construction. 1. Contractor's Construction Schedule' Review progress since the last meeting. Determine where each activity is in relation to the Contractor's Construction Schedule, whether on time or ahead or behind schedule. Determine how construction behind schedule will be expedited; secure commitments from parties involved to do so. Discuss whether schedule revisions are required to ensure that current and subsequent activities will be expedited; secure commitments from parties involved to do so. Discuss whether schedule revisions are required to ensure that current and subsequent activities will be completed within the Contract Time. 01040-2 I I 'I I 'I, I I I I I I I I I I I I I I I I I I I I I I I I I I I I, I I I I I 2. .Dtilld: Review the present and future needs of each entity present, including such items as: Interface requirements. Time. Sequences. Deliveries. Off-site fabrication problems. Access. Site utilization. Temporary facilities and services. Hours of work. Hazards and risks. Housekeeping. Quality and work standards. Change orders. Documentation of information for payment requests. G. Rep.m:ting: No later than 3 days after each progress meeting date, distribute copies of minutes of the meeting to each party present and to other parties who should have been present. Include a brief summary, in narrative form, of progress since the previous meeting and report. H. Schedule 1 Jpdatlng: Revise the construction schedule after each progress meeting where revisions to the schedule have been made or recognized. Issue the revised schedule concurrently with the report of each meeting. l.Q2. Sl JRVRYS AND RRCORDSfREPORTS' A. Construction Staking' The Engineer has established survey base lines for the Contractor. The Contractor shall take all necessary precautions to prevent the loss or damage of primary control points. The Contractor will be responsible for staking required for construction.. Working from lines and levels established by the design survey, establish and maintain bench marks and other dependable markers required for construction. Establish bench marks and markers to set lines and levels for work at each stage of construction and elsewhere as needed to properly locate each element of the project. Calculate and measure required dimensions as shown within recognized tolerances. Drawings shall not be scaled to determine dimensions. Advise entities performing work of marked lines and levels provided for their use. 01040- 3 B. Survey Procedures: Before proceeding with the layout of actual work, verify the layout information shown on the drawings, in relation to the property survey and existing bench marks. As work proceeds, check every major element for line, level and plumb. Maintain a surveyor's log or record book of such checks; make this log or record book available for the Engineer's reference. Record deviations from required lines and levels, and advise the Engineer promptly upon detection of deviations that exceed indicated or recognized tolerances. Record deviations which are accepted, and not corrected, on record drawings. Survey work shall be performed by and under supervision of a professional (registered) land surveyor in the State of South Carolina. c. Quality of Work The elevations of permanent and temporary bench marks shall be determined and recorded to the nearest 0.01 foot. Differential leveling and transit traverses shall be of such precision that the error of vertical closure in feet shall not exceed plus or minus 0.1 foot in 5000 feet. The angular error of closure for transit traverses shall not exceed 1.0 minute times the square root of the number of angles turned. Slope stakes shall be placed, as a minimum, at 100 foot stations, breaks in the original ground surface, and at any other intermediate stations necessary to insure accurate location for construction layout and measurement. Slope stakes and cross sections shall be perpendicular to the centerline. Significant breaks in grade shall be determined for cross sections. Distances shall be measured horizontally and recorded to the nearest 0.1 foot. Side shots for interim construction stakes may be taken with a hand level. D. Records: All survey data shall be recorded in fully identified, standard hard- bound engineering survey field notebooks with consecutively numbered pages. All field notes and printed data shall include the purpose or description of the work, the date the work was performed, weather data, sketches and the personnel who performed and checked the work. Electronically generated survey data and computations shall be bound, page numbered and cross referenced in a bound field notebook containing the index for all survey data and shall be signed and sealed by a registered Land Surveyor in the State of Georgia. The construction survey records shall be available at all times during the progress of the work for examination and use by the Engineer and copies shall be made available to the Engineer upon request. The original field notebooks and other records shall be turned over to and become the property of the Owner prior to final acceptance ofthe work. 01040-4 I I I' I I I I I ,I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I E. .QA..SJ.1rvey Services: Contractor shall furnish surveying services required to establish horizontal and vertical location of soil density tests by Owner's quality assurance testing laboratory. F. . Engineer Services: Engineer will furnish available benchmark and . coordinate information on drainage structures at no cost to Contractor. 3....Q3. LIMIT A TIONS ON t rSR OF THE SITE- A. General: Limitations on site usage as well as specific requirements that impact site utilization are indicated on the drawings and by other contract documents. Schedule deliveries so as to minimize space and time requirements for storage of materials and equipment on site. B. .waste. Disposal' Waste materials shall be disposed of as specified elsewhere in Contract Documents. 3Jl4 MEASUREMENT AND P A YMRNT' No measurement or payment will be made for work in this item; it will be considered as incidental cost to Mobilization and other items of work. END OF SECTION 01040 01040-5 I I I I I I I I I I I I I I I I I I I PART 1 Uti l.Q2 PART 2 PART 3 3lll SECTION 01060 CONTROL OF EROSION, SILTATION AND POLLUTION GENERAL GENERAL RRQ1JTREMRNTS: The Contractor shall take whatever measures are necessary to minimize soil erosion and siltation, water pollution and air pollution caused by his operations. The Contractor shall also comply with the applicable regulations of all legally constituted authorities relating to pollution prevention and control. The Contractor shall keep himself fully informed of all such regulations which in any way affect the conduct of the work, and shall at all times observe and comply with all such regulations. In the event of conflict between such regulations and the requirements of the specifications, the more restrictive requirements shall apply. The Engineer will limit the area over which clearing and grubbing, excavation, borrow, and embankment operations are performed whenever the Contractor's operations do not make effective use of construction practices and temporary measures which will minimize erosion, or whenever effective erosion control features are not being completed as soon as permitted by construction operations. RROSION CONTROl, SCHEDULE: At or prior to the preconstruction conference, the Contractor shall submit to the Engineer for his approval 3 copies of his erosion control schedule. This schedule shall show the time relationship between phases of the work which must be coordinated to reduce erosion, and shall describe construction practices and temporary erosion control measures which will be used to minimize erosion. The schedule shall also show the Contractor's proposed method of erosion control on haul roads and borrow and material pits, and his plan for disposal of waste materials. No work shall be started until the erosion control schedules and m.ethods of operations have been approved by the Engineer. PRODl JCTS (Not used) EXECl TTION EROSION AND SILT A TTON CONTROL: The Contractor shall exercise every reasonable precaution throughout the life of the project to prevent the eroding of soil and silting of rivers, streams, lakes, reservoirs, other impoundments, ground surfaces, or other property. 01060-1 l.O2 l.Q3. 3....0.4 Prior to suspension of operations on the project or any portion thereof, the Contractor shall take all necessary measures to protect the construction area, including but not limited to borrow pits, soil type base courses, and waste areas, from erosion during the period of suspension. COORDINATION OF EROSION CONTROL OPERATIONS: Temporary and permanent erosion control measures shall be provided as shown on the plans or as directed by the Engineer. All permanent erosion control work shall be incorporated into the project at the earlie;st practicable time. Temporary erosion control measures shall be coordinated with permanent erosion control measures and all other work on the project to assure economical, effective, and continuous erosion control throughout the construction and post construction period and to minimize siltation of rivers, streams, lakes, reservoirs, other water impoundments, ground surfaces, or other property. Temporary erosion control measures shall include but not be limited to the use of tempor~ry berms, dikes, dams, silt fences, drainage ditches, silt basins, diversion ditches, slope drains, structures, vegetation, mulches, mats, netting, gravel, rip rap, or any other methods or devices that are necessary. Temporary erosion control measures may include work outside the construction limits where such work is necessary as a result of construction such as borrow pit operations, haul roads, plant sites, equipment storage sites, and disposal of waste or debris. The Contractor shall be liable for all damages to public or private property caused by silting. or slides originating in waste areas furnished by the Contractor. Materials for temporary erosion control measures shall have been approved by the Engineer before being used or shall be as directed by the Engineer. Erosion control measures installed by the Contractor shall be acceptably maintained by the Contractor. WATER AND AIR POLLUTION' The Contractor shall exercise every reasonable precaution throughout the life of the project to prevent pollution of rivers, streams, and water impoundments. Pollutants such as chemicals, fuels, lubricants, bitumens, raw sewage, and other harmful waste shall not be discharged into or alongside of rivers, streams, or impoundments, or into natural or manmade channels leading thereto. The Contractor shall comply with all Federal, State or local air pollution regulations throughout the life ofthe project. OPEN BURNTNG OF COMB, JSTffiI.E WASTES' A. Burning shall not be permitted on airport property. Ol060~2 I I I I I I I I I I IdI I I I I I I .1 I I I I I I I I I I I I I I I I I I I B. The following are alternatives to open burning: 1. Wood may be salvaged for fire-wood or commercial use, or it may be chipped and disposed of for use as mulch. 2. Logs, brush, and other debris may be removed to an authorized disposal area. lD5. Dr JST CONTROL:. The Contractor shall control dust throughout the life of the project within the project area and at all other areas affected by the construction of the project, including, but not specifically limited to unpaved roads, haul roads, access roads, disposal sites, borrow and material pits, and production sites. Dust control shall not be considered effective where the amount of dust creates a potential or actual unsafe condition, public nuisance, or condition endangering the value, utility, or appearance of any property . The Contractor will not be directly compensated for any dust control measures necessary, as this work will be considered incidental to the work covered by the various contract times. 3..ill1 A PPY JCA TTON OF SPECTFTCA TIONS' The provisions of this section shall apply to all construction operations. Further references and detailed requirements concerning erosion, siltation, and pollution prevention and control, may be given in other sections of the specifications and on the drawings. 3.il1 CONTRACTOR'S INSPECTION AND REPORT: The Contractor shall make an inspection of the construction site on a weekly basis and after each potentially damaging rainfall. Note shall be taken of any damage to existing erosion control features and of siltation problems encountered during the inspection. In a report to the Engineer, the Contractor shall outline his corrective measures to be undertaken and the date of implementation. 3ll8. TEMPORARY SUSPENSION OF WORK' Failure of the Contractor to fulfill any of the requirements of this section may result in the Engineer ordering the stopping of construction operations in accordance with the following: A. The Engineer shall have the authority to suspend the work wholly or in part by written order, for such periods as he may deem necessary due to conditions considered unfavorable for the suitable prosecution of the work, 01060-3 or to failure on the part of the Contractor to correct conditions unsafe for workmen or the general public or to carry out orders given or to perform any provisions of the contract. Such suspension of operations will not justify an extension of contract time. B. Failure on the part of the Contractor to perform the necessary measures to : control erosion, siltation, and pollu~ion will result in the Engineer notifYing the Contractor to take such measures. Any fine, penalty or other cost assessed by State, local or other governmental agencies for non-performance of erosion, siltation or pollution controls against the Owner shall become the responsibility of the Contractor; . such assessments, if not paid by the Contractor, shall be. deducted from monies due the Contractor at the completion of the job. In the event that the Contractor fails to perform such measures within 24 hours after receipt of such notice, the Engineer may suspend the work as provided above, or may proceed to have such measures performed by others. The cost of such work performed by others will be deducted from monies due the Contractor on his contract. 3...02 P A YMRNT' Except where specified otherwise elsewhere in the specifications, there will be no direct payment for any work in connection with the requirements of this section; the work shall be considered incidental to grading, excavation, embankment, or other operations. END OF SECTION 01060 01060-4 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I PART 1 1.01 SECTION 01090 REGULATIONS AND DEFINITIONS GENERAL RELATED DOCUMENTS: 1.02 1.03 DEFINITIONS: Drawings, General Provisions, Supplementary Conditions, Specifications, and other contract documents apply to work of this section. See Section 10 of General Provisions for additional definitions. DESCRIPTION OF REQUIREMENTS: A. General: This section specifies procedural and administrative requirements for compliance with governing regulations, codes and standards imposed upon the work. These requirements include obtaining permits, licenses, inspections, releases and similar documentation, as well as payments, statements and similar requirements associated with regulations, codes and standards. The term "Regulations" is defined to include laws, statutes, ordinances and lawful orders issued by governing authorities, as well as those rules, conventions and agreements within the construction industry which effectively control the performance of the work regardless of whether they are lawfully imposed by governing authority or not. B. Governing Regulations: Refer to General Provisions, Supplementary Conditions, and General Requirements for requirements related to compliance with governing regulations. A. General Explanation: Certain terms used in contract documents are defined in this article. Definitions and explanations contained in this section arc not necessarily complete, but are general for the work to the extent that they are not stated more explicitly in another element of the contract documents. B. General Requirements: Provisions and requirements of Division 1 sections apply to lhe entire work of the contract and, where so indicated, to other elements which are included in the project. 01090-1 c. D. Indicated: The term "indicated" is a cross-reference to graphic representations, notes or schedules on the drawings, to other paragraphs or schedules in the specifications, and to similar means of recording requirements in contract documents. Where terms such as "shown", "noted", "scheduled", and "specified" are in lieu of "indicated" , it is for the purpose of helping the reader locate the cross-reference, and no limitation oflocations is intended except as specifically noted. Directed, Requested, etc.: Terms such as "directed", "requested", "authorized", "selected", "approved", "required", "accepted", and "permitted" mean "directed by the Engineer", "requested by the Engineer", and similar phrases. However, no such implied meaning will be interpreted to extend the Engineer's responsibility into the Contractor's area of construction superviSIOn. E. Approved: Where used in conjunction with the Engineer's response to submittals, requests, applications, inquiries, reports and claims by the Contractor, the term "approved" will be held to limitations ofthe Engineer's responsibilities and duties as specified in General Provisions and Supplementary Conditions. In no case will the Engineer's approval be interpreted as a release of the Contractor from responsibilities to fulfill requirements of contract documents or acceptance of the work, unless otherwise provided by requirements of the contract documents. F. Proiect Site: The term "project site" means the space available to the Contractor for performance ofthe work, either exclusively or in conjunction with others performing other construction as part of the project. The extent of the project site is shown on the drawings. G. Furnish: The term "furnish" is used to mean "supply and deliver to the project site, ready for unloading, unpacking, assembly, installation, and similar operations." H. Install: The term "install" is used to describe operations at project site including the actual "unloading, unpacking, assembly, erection, placing, anchoring, applying, working to dimension, finishing, curing, protecting, cleaning and similar operations." I. Provide: The term "provide" means "to furnish and install, complete and ready for the intended use." 01090-2 I I I I I I I I I I I I I ,I I I I I I I I I I I I I I I I I I I I I I I ,I I J. Installer: The "installer" is the "the entity" (person or firm) engaged by the Contractor, its subcontractor or sub-subcontractor for performance of a particular element of construction at the project site, including installation, erection, application and similar required operations. It is a requirement that installers are experienced in the operations they are engaged to perform. K. Incidental To: The term "incidental to" shall mean that the cost associated with a designated particular work element shall be considered to be included in the unit price of the item (or items) that the particular element is prescribed to be incidental to. 1.04 SUBMITTALS: Permits, Licenses, and Certificates: For the Owner's records, submit copies of permits, licenses, certifications, inspection reports, releases, jurisdictional settlements, notices, receipts for fee payments, judgments, and similar documents, correspondence and records established in conjunction with compliance with standards and regulations bearing upon performance of the work. PART 2 PRODUCTS (Not Applicable) PART 3 EXECUTION, (Not Applicable) END OF SECTION 01090 01090-3 I I I I I I I I I I I I I I I I I I I SECTION 01150 MEASUREMENT AND PAYMENT PARTl GENERAL 1.01 DESCRlPTION: A. Method of Measurement and Payment: This section supplements Section 90 of the General Provisions and establishes the method of measurement and payment for work performed under this contract. B. Unit PI1ce: Except where lump sum is indicated, payment for work performed shall be made on a unit price basis in accordance with the accepted bid and the method of payment provided in the General Provisions. C. Related Requirements in Other Parts of the Specifications: 1. Bid (proposal). 2. Agreement. 3. Conditions of the Contract. D. Related Requirements Specified in Other Sections: 1. Scope of Work - Section 01010. 2. Submittals - Section 01300. 3. Contract Closeout - Section 01700. E. Work With No Identified Payment Items: No additional payment will be made for items of work for which a separate payment item is not specified or contained in the Bid Schedule; such work shall be deemed incidental to the project and payment for said work shall be considered as included in the various unit bid prices. 1.02 APPLICA TrONS FOR PAYMENT: A. Submittal Schedule: Submit Applications for Payment to the Engineer in accordance with the schedule established by Conditions of the Contract and Agreement between Owner and Contractor. B. Format and Data Required: 1. Submit Applications for Partial Paym,ent on the form required by Owner with itemized data typed on 8 1/2 x 11 inch white paper continuation sheets. 01150-1 C. 2. Provide itemized data on continuation sheet: Format, schedules, line items and values: Those ofthe Schedule of Values accepted by the Engineer. I I I I I I I I I I I I I I I I I I I Preparation of Application for Each Progress Payment: 1. Application Form: a. Fill in required information, including that for Change Orders executed prior to the date of submittal of application. b. Fill in summary of dollar values to agree with the respective totals indicated on the continuation sheets. c. Execute certification with the signature of a responsible officer of the contract firm. 2. Continuation Sheets: a. Fill in total list of all scheduled component items of work, with item number and the scheduled dollar value for each item. b. Fill in the dollar value in each column for each scheduled line item when work has been perfonned or products stored. Round off values to the nearest dollar, or as provided in the bid. 3. List each Change Order executed prior to the date of submission, at the end of the continuation sheets. a. List by Change Order and description, as for an original component item of work. 4. Submit Applications for PaYment to Owner at the times stipulated in the Agreement. a. Number: Four copies of each Application. D. Substantiating Data: I. When the Owner or Engineer require substantiating data, Contractor shall submit suitable information with cover letter identifying: a. Project. b. Application number and date. c. Detailed list of enclosures. 01150-2 I I I I I I I I I I I I I I I I I I I d. For stored products: Item number and identification as shown on application. e. Description of specific material. 2. Submit one copy of data and cover letter for each copy of application. E. Preparation of Application for Final ,Payment: 1. Fill in application form as specified for progress payments. 2. Use continuation sheet for presenting the final statement of accounting as specified in Section 01700 - Contract Closeout. 1.03 CHANGE ORDER PROCEDURES: A. Format and Data Required: 1. Change Orders shall be prepared and submitted and will be processed in accordance with requirements of General Provisions and Funding Agency Requirements. 2. Engineer will transmit Certificate for Change to Owner and Agency for approval. 3. When Owner and Agency approval is received, Change Order will be included under next partial Application for Payment. 4. When the Owner or Engineer require substantiating data, Contractor shall submit suitable infornlation with cover letter identifying: a. Actual cost of materials/equipment. b. All costs of labor and equipment including number of men/equipment and hourly rates. c. All overhead and profit data. d. Ifwork to be done by a subcontractor, then provide detail of the subcontractor's actual costs (both labor and materials), and all overhead and profit data. 1.04 MEASURES AND WEIGHTS: A. Contractor Assistance: To aid the Owner in determining all quantities, the Contractor shall, whenever so requested, provide scales, equipment and assistance for weighing or for measuring any of the materials at no cost to the Owner. B. Weights and Measures: Quantities for payment will be the actual weight or actual measure, and no special or trade or so-termed customary allowances 01150-3 PART 2 will be made, nor will any material which is lost or misplaced be included for payment. C. Use of Planimeter: For estimating quantities in which computation of areas by geometric methods would be comparatively laborious, it is agreed that the planimeter shall be considered an instrument of precision to the measurement of such areas. D. Precedence of Dimensions: Figured dimensions on drawings shall take precedence over measurement by scale, and detailed working drawings are to take precedence over general drawings and shall be considered as explanatory of them and not as indicating extra work. PRODUCTS (Not Applicable) EXECUTION (Not Applicable) PART 3 END OF SECTION 01150 01150-4 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I SECTION 01300 SUBMITTALS PART 1 GENERAL 1.01 SUBMITTALS BY CONTRACTOR: A. Constmction Progress Schedule. B. Certifications as specified in the various sections. C. Shop Drawings and Project Data as specified in the various sections. D. Miscellaneous: 1. Equipment Manuals. 2. Weekly Payroll. 3. EEG Reports. 4. DBE Expenditure Report. 5. Safety Plan. 6. Security Plan. 7. Warranties and Bonds. 8. QC Plan. 9. Other(s) as required. 1.02 PROGRESS SCHEDULE: A. Bar-Chart Schedule: Submit a bar-chart construction schedule 7 calendar days prior to the preconstruction conference date established for the work. On the schedule, indicate a time bar for each major category or unit of work to be performed at the site, properly sequenced and coordinated with other elements of work. Show completion of the work sufficiently in advance of the date established for substantial completion of work. B. Sequencing: Arrange schedule with notations to show how sequence of work is affected by requirements for phased completion, limitations of continued utilization, non-interruptible services, use prior to substantial completion, site restrictions, roadway closures, provisions for future work, seasonal variations, environmental control, and similar provisions oftotal project. The sequencing/safety schedule is required at least 10 days prior to the preconstruction meeting. Each subsequent phasing schedule is required at least two weeks before the phase is to begin. Refer to other sections of Division I and other contract documents for requirements. 01300-1 C. Distribution: Following the initial submittal to and response by the Engineer, print and distribute progress schedules to the Engineer (3 copies), Owner, separate contractors, principal subcontractors and suppliers or fabricators, and others with a need-to-know schedule-compliance requirement. Post copies in the project meeting room and temporary field office. When revisions are : made, distribute updated issues to the same entities and post updated issues in the same locations. Delete entities from distribution when they have completed their assigned work and are no longer involved in the performance of scheduled work. D. Update: Contractor shall update the schedule monthly for duration of construction. 1.03 SHOP DRAWINGS AND PRODUCT DATA: A. Scope: Submit shop drawings, certifications, and product data for all products to be incorporated in the work. B. Shop Drawings Will: 1. Be original drawings, prepared by the Contractor, subcontractor, supplier, or distributor, which illustrate some portion of the work; showing fabrication, layout, setting, or erection details. 2. Be prepared by a qualified detailer. . 3. Identify details by reference to sheet and detail numbers shown on Contract Drawings. 4. Be sheet size 24 in. x 36 in. 5. Be reproduced for submittals on opaque diazo prints or blueprints. C. Product Data Will: 1. Include manufacturer's standard schematic drawings. The Contractor will: a. Modify drawings to delete information, which IS not applicable to project. b. Supplement standard information to provide additional information applicable to project. 2. Include manufacturer's catalog sheets, brochures, diagrams, schedules, performance charts, illustrations and other standard descriptive data. The Contractor will: 01300-2 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I E. F. a. Clearly mark each copy to identify pertinent materials or products. b. Show dimensions and clearances required. c. Show performance characteristics and capacities. D. The Contractor Will: 1. Be responsible for all submittals. 2. Review shop drawings and product data prior to submission. 3 . Verify: a. Field measurements. b. Field construction criteria. G. Catalog numbers and similar data. 4. Coordinate each submittal with the requirements ofthe work and of the Contract Documents. 5. Notify the Engineer, in writing at time of submission, of deviations in submittals from requirements of the Contract Documents. 6. Begin no work which requires submittals until the return of submittals with the Engineer's stamp and initials or signature indicating review. 7. After the Engineer's review, distribute copies. Contractor's Responsibilities: 1. Contractor's responsibility for errors and omissions in submittals is not relieved by the Engineer's review of submittals. 2. Contractor's responsibility for deviations in submittals from requirements of the Contract Documents is not relieved by the Engineer's review of submittal, unless the Engineer gives written acceptance of specific deviations. Submission Requirements Include: 01300-3 1. The shop drawings shall be submitted in sufficient time to allow discussion and correction prior to beginning the work. Work shall not be performed nor materials ordered prior to the review of the drawings except at the Contractor's risk. 2. Submit 6 copies of all shop drawings after which one copy will be returned for correction or marked reviewed as noted. Any drawings returned for correction must be resubmitted with same number of copies as required above. 3. All submittals must be accompanied by a transmittal letter, III duplicate, containing: a. Date. b. Project title and number. c. Contractor's name and address. d. The number of each shop drawing and product data submitted. e. Notification of deviations from Contract Documents. f. Other pertinent data. 4. Submittals shall include the following, as applicable: a. Date and revision dates. b. Project title and number. c. The names of: (1 ) Engineer. (2) Contractor. (3) Subcontractor. (4) Supplier. (5) Manufacturer. (6) Separate detailer when pertinent. d. Identification of product or material. e. Relation to adjacent structure or materials. f. Field dimensions, clearly identified as such. g. Specification item or section number. 01300-4 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I. h. Applicable standards, such as ASTM number or Federal Specification. 1. A blank space, 5 in. x 5 in., for the Engineer's stamp. .J. Identification of deviations from the Contract Documents. k. Contractor's stamp, initialed or signed, certifying Contractor's review of submittal, verification of field measurements, and compliance with Contract Documents. G. Resubmission Requirements Include: 1. Revision of initial drawings as required and resubmittal as specified for initial submittal. 2. ,;\n indication on the drawings of any changes which have been made, other than those requested by the Engineer. 3. On product data resubmittals, include new data as required for initial submittal. H. Distribution to Others: After review and approval, the Contractor will distribute copies of shop drawings and product data which carry the Engineer's stamp to others as may be required. Shop Drawings and Product Data: 1. Submit notarized certifications cosigned by manufacturer/supplier and Contractor for: a. All electrical components (wire, fixtures, etc.); b. Marking point; c. Bituminous Concrete; d. Concrete. 2. Submit shop drawings, product data and steel placement plans for: 01300-5 All other products as required by the drawings, specifications ,and Engineer. 1.04 MISCELLANEOUS: A. Equipment Manual: Prepare an Installation, Operation, and Maintenance :Manual for all airport lighting and qther equipment installed as a part ofthis contract. This manual shall be a vinyl notebook with ring bound compilation of manufacturers' instructions and maintenance manuals. Prepare this manual, marking out sections whicl1 do not apply, and present four (4) copies to the Owner through the Engineer after the final inspection is complete. Final payment will not be processed until the Owner has received and accepted the Manual. B. Weekly Payrolls: 1. In accordance with Section 120 of the General Provisions submit certified weekly payrolls for prime contractor and all subcontractors working at project site. 2. Submit payrolls no later than 7 calendar days after pay period. Payrolls will be considered current if received within 10 calendar days after last workday of payroll workweek. A workweek is the seven day period between midnight Sunday and midnight the following Sunday. 3. The Contractor is responsible for submission of payrolls by his subcontractors. 4. Submit a typed summary sheet with each payroll submission listing by week when contractor and each subcontractor worked at site. . 5. A payroll submission is only required for weeks when Contractor or subcontractor is actually working at the site. C. EEO Reports: 1. Contractor shall submit Monthly Employment Utilization Report and Annual EEO-l Report to the appropriate Federal Labor Area Office in accordance with Section 100 of the General Provisions. Submit copy of submittal to Owner for his records. 2. Prime Contractor shall insure that all his first tier subcontractors submit these reports and shall submit a sworn statement to Owner monthly certifying that all subcontractor reports have been submitted as required. 01300-6 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I PART 2 PART 3 D. DBE Expenditure Reports: With each application for payment, the Contractor shall submit his DBE expenditure report indicating the name, date and amount disbursed to his DBE subcontractors for the period as well as for the project to date expenditure. E. Security Plan: At preeonstruction conference submit for approval, proposed security plan describing specifically how security will be maintained at each access point and work area by Contractor's forces. F. Warranties and Bonds: Submit as specified in Section 01740. PRODUCTS (Not Applicable) EXECUTION (Not Applicable) END OF SECTION 01300 01300-7 I I I I I I I I I I I I I I I I I I I PART 1 SECTION 01510 TEMPORARY FACILITIES GENERAL 1.01 DESCRIPTION: 1.02 PART 2 A. Contractor shall furnish, install and maintain temporary utilities required for construction and other temporary facilities as indicated; remove on completion of work. B. Related requirements are specified in other sections of the specifications. REQUIREMENTS OF REGULATORY AGENCIES: A. Comply with National Electric Code. B. Comply with Federal and Local codes and regulations and with utility company requirements. PRODUCTS 2.01 PART 3 MATERIALS, GENERAL: Materials and equipment may be new or used, but must be adequate in capacity for the required usage, must not create unsafe conditions, and must not violate requirements of applicable codes and standards. Acceptability of all items will be determined by the Engineer. EXECUTION 3.01 3.02 3.03 TEMPORARY ELECTRICITY AND LIGHTING: Provide temporary electrical service required for power and lighting, and pay all costs for service and for power used. TEMPORARY WATER: A. Provide water for construction purposes; pay all costs for installation, maintenance and removal, and service charges for water used. B. The site is served by a municipal water system. The Contractor shall make arrangements for securing and providing necessary water as required for the performance of the work. TEMPORARY SANITARY FACILITIES: 01510-1 A. Provide sanitary facilities in compliance with laws and regulations. B. Service, clean and maintain facilities and enclosures. 3.04 TEMPORARY SUPPORT FACILITIES: A. General: Provide reasonably neat and uniform in appearance temporary support facilities acceptable to the Engineer and the Owner. B. Siting: Locate field offices, storage and fabrication sheds and other support facilities for easy access to the work. Position office so that windows give the best possible view of construction activities. C. Maintenance: Maintain field offices, on-site plants, storage and fabrication sheds, temporary sanitary facilities, waste collection and disposal systems, and project identification and temporary signs until project completion. D. Airfield Communications: 1. Contractor shall furnish his construction personnel with sufficient truck and hand-held transceiver radios to allow all construction locations to be in radio contact with the Airport A TCT. When working within active runway or taxiway safety areas, project superintendents shall be in constant radio contact with A TCT and shall be responsible for controlling the movement of project equipment, vehicles and personnel. 2. The Contractor shall also furnish the Engineer's resident project representative 1 (one) transceiver radio for his exclusive use for the duration ofthe project and one (1) transceiver radio for the Owner's exclusive use for the duration of the project. BOTH RADIOS SHALL BECOME THE PROPERTY OF THE OWNER AT 'IHE END OF THE PROJECT. The radio shall be a ICOM MODEL IC-A4 handheld transceiver or approved equal with the following accessories: A. 115v AC wall Charger. B. Ear phone. C. Car cigarette lighter DC Charger. D. One spare battery. 3. The Contractor will not be directly compensated for providing two- way radios as this work is considered incidental to the work covered by the various contract items. E. Staging Area: Contractor shall prepare his staging area by grading, drainage, and placing a six (6) inch thick layer of GADOT Type 57 Stone over the entire staging area. The access road( s) shall be constructed of materials and a 01510-2 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I thickness that will adequately support the Contractor's proposed equipment and vehicles. The Contractor shall apply a periodic top dressing in order to minimize any fugitive dust or mud during the construction period. Upon completion of the project, the base shall be completely removed, the site graded to drain, and then seeded with bermuda seed, and mulched to the satisfaction ofthe Owner. F. Access and Haul Roads: 1. The locations of access and haul roads will be approved by the Engineer and are shown on the drawings. These roads will be located to minimize conflict with Airport operations and shall be maintained, well defined, and confined to the minimum area required. Damaged roads shall be promptly repaired by the Contractor to the satisfaction of the Engineer at no cost to the Owner. The Contractor shall construct a haul route of adequate materials and thickness to support his/her equipment and vehicles to access the proposed staging area 8ite and remove this haul route upon completion ofthe project. 2. The Contractor shall maintain the access and haul roads and shall monitor the roads as required to create no dust. All project tFaffic must be routed through these areas. The Contractor shall provide all markings required to clearly define the access and haul roads. 3. The Contractor will be responsible for obtaining any necessary driveway permit(s) from local agencies for access and haul roads. 4. I f access or haul routes cross a utility, the Contractor shall protect the utility as directed by the Owner of the utility. 5. There shall be no direct payment for the construction, maintenance, and removal of all access and haul roads. 6. Access routes that cross existing FAA NA V AID cables shall be bridged with a 1" thick by 5 foot wide steel plate(s) that span the width of the access route to protect the existing FAA cable(s) as directed by the Engineer. G. Engineer's Field Office: In the main project staging area, furnish an office or trailer for exclusive use by Engineer's Resident Representative with the following requirements: 1. Minimum 12' x 56' (672 sq. ft.) divided into three separate rooms consisting of two offices divided by a conference room with a common restroom. Both offices shall have exterior doors with locks and two sets of keys. 2. Utility services: Power, telephone (with call waiting and internet access), water, and sanitary. 01510.3 I 3. Services: Water cooler, suitable indoor toilet facilities, and HV AC. I 4. Furnishings: 1 -conference table large enough to accommodate 8 people I 2 -office desk, with drawers, locks and two (2) sets of keys 2 -office swivel chair 6 -office straight-back ~hairs I 2 -4-drawer legal size steel filing cabinet with lock and keys 2 -wastebaskets 1 -30"x60" drafting ta~le with stool I 1 -fully equipped first aid kit 1 -bookcase with at least 9 linear feet of shelves I 1 -facsimile machine with dedicated second phone line 1 -answering machine with beeperIess remote 1 -plan stickfile I 1 -long carriage typewriter 2 -adding machines, tape type, registering to at least ten digits 2 -OSHA-approved fire extinguishers I 2 -touch-tone telephones with speaker 1 -photo copier machine 5. Site: Prepare the field office site consisting of two-way access to I public roads, grading of the site for field office placement and vehicle parking, surface drainage, stabilizing and maintaining the access road I to the office site, and area lights. The access road to the field office shall be a minimum of 24' wide. The vehicle parking areas shall be large enough to accommodate three (3) vehicles (minimum 30' x 20') I and shall be covered with a minimum of six (6) inches of gravel (GADOT Type 57). The office area site preparation plans shall be I reviewed and approved by the Engineer prior to construction. 6. Maintenance: The Contractor shall be responsible for periodically cleaning (weekly) the facility and furnishing toilet and washroom I supplies. 7. All cost of utility usage, including local and long distance telephone I calls, in the field office provided for the Engineer during the course of this project will be borne by the Contractor. I 8. Maintain Engineer's field office up to 30 days beyond the substantial completion of project. Remove when directed by the Engineer, grade I the site to drain, topsoil ed, and seed and mulch in accordance with Item T -90 I and T -905. There shall be no separate measurement or payment for this grassing restoration work and shall be incidental to and I included in the price bid for Item 01000 Mobilization. 01510-4 I I I I I I I I I I I I I I I I I I I I I 3.05 EXECUTION, GENERAL: Maintain and operate systems to assure continuous service. 3.06 REMOVAL: A. Completely remove temporary materials and equipment when their use is no longer required. ' B. Clean and repair damage caused by temporary installations or use of temporary facilities. Restore grassed and paved areas to their pre- construction condition. 3.07 MEASUREMENT AND PAYMENT: No measurement and payment for Temporary Facilities will be made. All provisions of this section other than that listed below, including their removal costs shall be included in Item 01000, Mobilization. END OF SECTION 01510 01510-5 I I I I I I I I I I I I I I I I I I I PART 1 LDl PART 2 201 202 SECTION 01530 TEMPORARY AIRFIELD BARRICADES GENERAL DRSrRlPTTON: A. Provide installation and maintenance of portable runway closure markers and airfield barricades as required for safety of aircraft and Contractor's work forces, and to maintain use of the various portions of the air operations area during construction. B. Comply with the referenced FAA Advisory Circulars and the safety and phasing plan. C. Related work specified elsewhere: 1. Construction safety: General Provisions and General Requirements. 2. Staging and safety plan: Contract Drawings and General Requirements. PRODUCTS TJGHTRD PORTAR1 ,R RTJNW A Y f:1 .oSl TRR MARKRRS RARRTf:ADRS' Type 1 (low) Barricades: 8 foot crosstie or 8"x 8" treated timber, with alternating diagonal white and orange stripes, two 20" x 20" alternating orange and white flags, and two battery powered flashing or steady bum red lights. Flags shall be framed and installed so that they are always in extended position and oriented along the 01530-1 Addendum No. 1 PART 3 i 01 102 long axis of the barricade. Overall barricade height shall not exceed 36". EXECUTION GRNRRAT: A. Install runway closure markers on top of Runway 17-35 numerals at each end of the runway prior to the start of each night's operations. During all phases marked shall be placed at each threshold of Runway 8-26. Markers used for Runway 17-35 will be removed by the Contractor to the Contractor's staging and storage area at the end of each night's operations prior to opening the Runway 17-35. It shall be the Contractor's responsibility to supply all fuel and other incidentals necessary for the operation of the closure markers throughout construction. B. Install airfield barricades at locations shown on the drawings and where directed by Engineer. Generally, place barricades a maximum of 20 feet on centers and not less than three (3) per taxiway and eight (8) per runway unless othetwise directed by the Engineer. Anchor barricades with sand bags or other method approved by Engineer. There shall be no additional measurement or payment for this work. C. Remove runway closure markers and barricades as directed by Engineer. Repair any damage to pavement or surrounding area caused by runway closure markers. D. Runway closure markers furnished by Owner shall be returned to the Owner at the end of the project. Any damage to the markers incurred during construction shall be repaired by the Contractor to the Owner's satisfaction at no additional expense. Contractor furnished runway closure markers shall be turned over to Owner at the end of project with complete with all manuals and warranty information supplied by manufacturer with marker. MRASTJRRMRNT ANn PAYMENT' Runway closure markers and airfield barricades shall be measured and paid for on a lump sum basis for all runway closure markers and airfield barricades installed, moved, and reused. The payment shall be full compensation for providing all labor, materials, equipment maintenance, batteries, fuel, replacement light bulbs, removal, repair and reuse of the closure markers and airfield barricades, as shown on the drawings. Fifty percent (50%) of the amount bid per each Item 1530A "Runway Closure Markers" shall be payable to the Contractor when the markers are delivered to the job site and upon the Contractor demonstrating that they are in new working condition. In addition, the Contractor shall submit documentation that the markers are paid in full. The remaining fifty percent (50%) ofltem l530A will be payable to the Contractor upon' his returning the markers to the Owner in a clean working condition, at the end of the project. The generators shall be fully fueled upon returning to Owner. 01530-2 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I Payment will be made under: Item 01530A Runway Closure Markers - per lump sum. Item 01530B Airfield Barricades - per lump sum. END OF SECTION 01530 01530-3 I I I I I I I I I I I I I I I I I I I PART 1 1.01 GENERAL: SECTION 01600 MATERIAL AND EQUIPMENT GENE~L A. Material and Equipment (Products) 'Incorporated Into the Work: 1. Shall conform to applicable specifications and standards. 2. Shall comply with size, make, type and quality specified, or as specifically approved in writing by the Engineer. 3. Shall not be used for any purpose other than that for which it is designed or is specified. B. Manufactured and Fabricated Products: 1. Design, fabricate and assemble in accord with the best engineering and shop practices. 2. Manufacture like parts of duplicate units to standard sizes and gages, to be interchangeable. 3. Products shall be suitable for service conditions. 4. Equipment capacities, sizes and dimensions shown or specified shall be adhered to unless variations are specifically approved by Engineer in writing. C. Related Requirements in Other Parts of the Proiect Manual: 1. Conditions of the Contract. D. Standardization: 1. Unless otherwise approved by the Engineer, items and equipment of a similar type and function shall be furnished by one manufacturer to standardize on replacement parts, service calls, operation and maintenance matters, and to avoid a division of responsibility among several manufacturers. 01600-1 2. A single supplier shall be used on principal items of equipment and systems where one or more components are not manufactured by the principal supplier; this is required to place performance and service responsibilities for the entire unit or system with only one supplier or manufacturer. 1.02 PRODUCTS SUBSTITUTIONS AND OPTIONS: A. Products List: 1. Contractor shall submit a complete list of products to be incorporated into the work (with the name of the installing contractor) at the Preconstruction Conference required by these specifications. B. Contractor's Options: 1. For products specified only by reference standard, select any product meeting that standard. 2. F or products specified by naming several products or manufacturers, select anyone of the products or manufacturers named, which complies with the specifications. C. Product Substitutions: 1. Contractor shall submit, at the Preconstruction Conference, all requests for product substitutions. No requests for substitutions will be accepted from manufacturers or suppliers. 2. Submit a separate written request for each product, supported with complete data, with drawings and samples as appropriate, including: a. Comparison ofthe qualities ofthe proposed substitution with that specified. b. Changes required in other elements ofthe work b~cause ofthe substitution. c. Effect on the construction schedule. d. Cost data comparing the proposed substitution with the product specified. 01600-2 I I I I I I. I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I e. Any required license fees or royalties. f. Availability of maintenance servIce, and source of replacement materials. 3. Engineer shall be the judge of the equality and acceptability of the proposed substitution. , 4. If Engineer determines the proposed substitute product is not "equal" to the specified product, the Contractor must provide the specified product, subject to Engineer's shop drawing review and approval. 5. No further requests for substitutions will be considered after Preconstruction Conference. D. Contractor's Representation: A request for a substitution constitutes a representation that Contractor: 1. Has investigated the proposed product and determined that it is equal to or superior in all respects to that specified. 2. Will provide the same warranties or bonds for the substitution as for the product specified. 3. Will coordinate the installation of an accepted substitution into the work, and make such other changes as may be required to make the work complete in all respects. 4. Waives all claims for additional costs, under his responsibility, which may subsequently become apparent. E. Engineer's Review: Engineer will review requests for substitutions with reasonable promptness and notify Contractor, in writing, of the decision to accept or reject the requested substitution. 1.03 MANUF ACTURER'S INSTRUCTIONS: A. Printed Instructions: When Contract Documents require that installation of work shall comply with manufacturer's printed instructions, Contractor shall obtain and distribute copies of such instructions to parties involved in the installation, including copies to Engineer. 1. Maintain one set of complete instructions at the job site during installation and until completion. 01600-3 r B. Strict Compliance: Handle, install, connect, clean, condition, and adjust products in strict accord with such instructions and in conformity with specified requirements. 1. Should job conditions or specified requirements conflict with manufacturer's instruction" consult with Engineer for further instructions. 2. Do not proceed with work ~ithout clear instructions. C. Complete Compliance: Perform work in accord with manufacturer's instructions. Do no omit any preparatory step or installation procedure unless specifically modified or exempted by Contract Documents. 1.04 TRANSPORTATION AND HANDLING: A. Deliveries: Contractor shall arrange deliveries of products in accord with construction schedules; coordinate to avoid conflict with work and conditions at the site. 1. Deliver products in undamaged condition, in manufacturer's original containers or packaging, with identifying labels intact and legible. 2. Immediately on delivery, inspect shipments to assure compliance with requirements of contract documents and approved submittals, and that products are properly protected and undamaged. B. Handling: Provide equipment and personnel to handle products by methods to prevent soiling or damage of products or packaging. 1.05 STORAGE AND PROTECTION: A. Storage: Store products in accord with manufacturer's instructions, with seals and labels intact and legible. 1. Store products subject to damage by the elements in weathertight enclosures. 2. Maintain temperature and humidity within the ranges required by manufacturer's instructions. 01600-4 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I PART 2 PART 3 B. Exterior Storage: 1. Store fabricated products above the ground, on blocking or skids; prevent soiling or staining. Cover products which are subject to deterioration with impervious sheet coverings; provide adequate ventilation to avoid condensation. 2. Store loose granular materials in a well-drained area on solid surfaces to prevent mixing with foreign matter. C. Storage Inspection: Arrange storage in a manner to provide easy access for inspection. Make periodic inspections of stored products to assure that products are maintained under specified conditions, and free from damage or deterioration. D. Protection After Installations: Provide substantial coverings as necessary to protect installed products from damage from traffic and subsequent construction operations. Remove when no longer needed. PRODUCTS (Not Applicable) EXECUTION (Not Applicable) END OF SECTION 01600 01600-5 I I I I I I I I I I I I I I I I I I I PART 1 SECTION 01700 CONTRACT CLOSEOUT GENERAL 1.01 GENERAL: 1.02 A. Comply with requirements stated in conditions of the contract and in specifications for administrative procedures in closing out the work. B. Related requirements in other parts of the Project Manual: 1. Fiscal provisions, legal submittals and additional administrative requirements: Conditions of the contract. C. Related requirements specified in other sections: 1. Closeout submittals required of trades: The respective sections of specifications. 2. Project Record Documents: Section 01720. 3. Warranties and Bonds: Section 01740. SUBSTANTIAL COMPLETION: PART 2 PART 3 The conditions and procedures for inspection; and Contractor's, Engineer's and Owner's responsibilities pertaining to substantial completion are as specified in the General Provisions and in the Supplementary Conditions. PRODUCTS (Not Used) EXECUTION 3.01 FINAL INSPECTION: A. Shall be in accordance with conditions and procedures outlined in the Contract. Documents. B. When Engineer finds that the work is acceptable under the Contract Documents, he will request required Contractor's Closeout Submittals. 01700-1 3.02 REINSPECTION FEES: A. Should Engineer perform reinspections due to failure ofthe work to comply with the claims of status of completion made by the Contractor: 1. Owner will compensate Engineer for such additional services. 2. Owner will deduct the amount of such compensation from the final payment due the Contractor. 3.03 CONTRACTOR'S CLOSEOUT SUB MITT ALS TO ENGINEER: A. Evidence of compliance with requirements of governing authorities: 1. Certificates of Inspection. B. Project Record Documents: Conform to requirements of Section 01720. To be submitted as a condition forrelease of final payment (including retainage). C. Warranties and Bonds: Conform to requirements of Section 01740. D. Evidence of payment and release of liens: To requirements of General Provisions and Supplementary Conditions. E. Certificates of Insurance for products and completed operations. F. Once the Engineer has determined the work is acceptable under the Contract Documents, he will furnish the Contractor appropriate number of copies of the following forms, copies of which are attached: a) Contractor Warranty Form b) Affidavit of Payment c) Affidavit of Release of Liens d) Final Waiver of Lien e) Consent of Surety for Final Payment f) Final DBE Participation Report 3.04 PAYMENT: No separate payment will be made under this section for work described or specified herein. END OF SECTION 01700 01700-2 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I CONTRACTOR WARRANTY FORM PROJECT: LOCATION: OWNER: , Contractor We (Company Name) for the above-referenced project, do hereby warrant all the labor and materials furnished and work perfonned are in accordance with the Contract Documents and authorized modifications thereto, and will be free from defects due to the defective materials or workmanship for a period of one year from Date of Substantial Completion. This warranty commences on Date of Substantial Completion and expires on This warranty covers that portion of the project described below: Should any defect develop during the warranty period due to improper materials, workmanship or arrangement, the defect shall, upon written notice by the Owner, be made good to the Undersigned at no expense to the Owner. Nothing in the above shall be deemed to apply to work that has been abused or neglected by the Owner. DATE: FOR: (Company Name) BY: TITLE: I I I I I I I I I I I I I I I I I I I AFFIDAVIT OF PAYMENT To All Whom It May Concern: WHEREAS, the l)I1dersigned has been employed by to furnish labor and materials for work, for m under a contract the improvement of property desclibed as the of of which County of , State of is the Owner, NOW, TIlEREFORE, this _ day of ,20_, The undersigned, as the Contractor for the above-named Contract pursuant to the Contract hereby certified that, except as listed below, he has paid in full or has otherwise satisfied all obligations for all materials and equipment fmnished, for all work, labor and services performed, and for all indebtedness and claims against the Contractor for damages arising in any manner in connection with the performance of the Contract referenced above for which the Owner or his property might in any way be held responsible. EXCEPTIONS: (If none, write "None". If required by the Owner, the Contractor shall furnish bond satisfactory to the Owner for each exception.) ATTACHMENTS: 1. Consent of Surety of Final Payment. (Whenever Surety is involved, Consent of Surety is required.) 2. Contractor's Release or Waiver Liens, conditional upon receipt of final payment. 3. Separate Releases or Waivers of Liens form Subcontractors and material and equipment suppliers. 4. Contractor's Affidavit of Release Lien. (SEAL) CONTRACTOR (Name of sole ownership, corporation or partnership) (Affix corporate seal here) (SEAL) (Signature of Authorized Representative) TITLE: I I I I I I I I I I I I I I I I I I I AFFIDAVIT OF RELEASE OIF LIEN To All Whom It May Concern: WHEREAS, the undersigned has been employed by to furnish labor and materials for work, for m under a contract the improvement of property described as the of of which County of ' , State of is the Owner, NOW, THEREFORE, this _ day of ,20_, The undersigned, as the Contractor for the above-named Contract pursuant to the Conditions of the Contract hereby certifies that to the best of his knowledge, information and belief, except as listed below, the Releases or Waivers of Lien attached hereto include the Contractor, all Subcontractors, all suppliers of materials and equipment, and all performers of Work, labor or services, who have or may have liens against any property of the Owner arising in any manner out of the performance of the Contract referenced above. EXCEPTIONS: (If none, write "None". If required by the Owner, the Contractor shall furnish bond satisfactory to the Owner for each exception.) A IT ACHMENTS: 1. Contractor's Release or Waiver of Liens, conditional upon receipt of final payment. 2. Separate Releases or Waivers of Liens from Subcontractors and material and equipment suppliers. (SEAL) CON1RACTOR (Name of sole ownership, corporation or partnership) (Afftx corporate seal here) (SEAL ) (Signature of Authorized Representative) TITLE: I I FINAL WAIVER OF LIEN To All Whom It May Concern: I WHEREAS, the undersigned has been employed by to furnish labor and materials for contract for the improvement of property described as in the work, under a I (City-Village) of County of , State of of which I is the Owner, I NOW, THEREFORE, this _ day of ,20_, I for and in consideration of the slim of (E) I Dollars paid simultaneously herewith, the receipt whereof is hereby acknowledged by the undersigned, the undersigned does hereby waive and release any lien rights to, or claim of lien with respect to and on said above-described premises, and the improvements thereon, and on the monies or other considerations due to become due from the owner, on account of labor, services, material, fixtures, apparatw; of machinery heretofore or which may hereafter be furnished by the undersigned to or for the above-described premises by virtue of said contract. I I (F) (SEAL) (Name of sole ownership, corporation or partnership) (Affix corporate I seal here) (SEAL) (Signature of Authorized Representative) TITLE: I I INSTRUCTIONS FOR FINAL WAIVER I (A) Person or firm with whom you agreed to furnish either labor, or services, or materials, or both. (8) Fill in nature and extent of work; strike the word labor or the word materials ifnot in your contract (C) If you have more than one contract on the same premises, describe the contract by number if available, date and extent of work I (D) Furnish an accurate enough description of the improvement and location of the premises so that it can be distinguished from any other property. (E) Amount shown should be the amount actually received and equal to total amount of contract as adjusted. I (F) If waiver is for a corporation, corporate name should be used, corporate seal affixed and title of officer signing waiver should be set forth; if waiver is for a partnership, the partnership name should be used, partner should sign and designate himself as partner. Construction Industry Affairs Committee of Chicago I I I I I I I I I I I I I I I I I I I I I I CONSENT OF SURETY For Final Payment Project Name Location Project No. Contract No. Type of Contract Amount of Contract In accordance with the provisions of the above-named contact between the Owner and the Contractor, the following named surety: on the Payment Bond of the following named Contractor: hereby approves of final payment to the Contractor, and further agrees that said final payment to the Contractor shall not relieve the Surety Company named herein of any of its obligations to the following named Owner: as set forth in said Surety company's bond: IN WITNESS WHEREOF, the Surety Company has hereunto set its hand and seal this _ day of 20 (Name of Surety Company) (Signature of Authorized Representative) (Affix corporate seal here) TITLE IF SIGNED BY ATTORNEY-TN-FACT POWER OF ATTORNEY MUST BE ATTACHED. G; '" o ;;0 .., z 9 o >- .., ~ n ~ ~ n .., Z 9 o ~ ?? n o z ~ n .., o ?? n ~ ~ n .., ~ o ~ .., ~~ :Eo toto tT1tT1 ZZ toto ~~ ..,.., ~o F=;~ ~g tT1 tT1 ~~ 00 ~~ ..,.., zZ toto ~~ ~ Z -, '" tT1 c: o o 'Tl ;;0 o ~ "\ .., o (/) ~O nto ~~ s:to ntT1 .., 0 ;;0 0 OtT1 'Tl{/) :En o~ ~.-< 0 Z 0 0 0 D D D 0::1 tT1 D 0 D D D :E 0::1 tT1 t""{/) tTl~ ;;0", I 00 ~~ (d~ n{/) Oc:: Zto .." ?'l 0 @ m ;;0 >-(/) oC G;~ mO . Z , >-.., 2?'l ..,0 . ;;0 ..,tT1 ::r:>- rn52 ~z c:o o{/) 0'Tl 0 ;;0 ..,tT1 0>- 52~ @o t/.l .., o ;: tot"" 0.<< ~F=; ~g n~ 0::E Zo ~~ n'" ..,tT1 o~ ;;00 d~ OtT1 >-0 .., ~ t/.l- ~~~;:~ ~OC'StriG; m;;o3:::to >-"'61...:: "'<z3n '-<;l>O"trl ~Fom~ . ~0"''Tl ~~~o.< ~~;l>~ ;;o"'S'" ;l> .., Zjn::r: (/lOOtrl ~Z~;l> n_G1o::1 jt/.lno ~O..,< Z;l>tT1 'Tlz Po trl .., o .., F=; o to tT1 tT1 ;l> ~ Z o t/.l .., o o ;l> .., ~ .., o .., :> t"" ~ trl tT1 :> ~ Z C) t/.l .., o o :> .., ~ o to trl '$. o 'Tl ::E o ~ '" tT1 ~ o ~ trl o d o :> .., t:1 CI1 Ci z ~ R<> ...., ::j l' tT1 ~ to tT1 ?J'. o 'Tl ~ o ~ '" tT1 ~ o ~ tT1 o ...., o o :l> ...., ~ ,I I I I I I I I I I I I I I' I I I I I PART 1 SECTION 01710 CLEANING AND DISPOSAL GENERAL 1.01 DESCRIPTION: 1.02 1.03 A. Contractor shall execute cleaning during progress of the work and at completion of the work, as required by General Provisions. DISPOSAL REQUIREMENTS: A. Conduct cleaning and disposal operations to comply with all local, state and federal codes, ordinances, regulations, and anti-pollution laws. B. All disposal of waste materials shall be off-site at approved locations. C. Contractor shall be responsible for arranging for and obtaining off-site disposal areas, including payment for all costs associated with such disposal. SUB MITT AL~:: PART 2 A. Prior to beginning work, submit a plan for the satisfactory disposal of all waste materials and debris. B. Should Contractor propose disposal of materials at sites not property of Owner (landfills, etc.), submit two (2) copies of the property Owner's written permission for such disposal with Disposal Plan required by these specific ations. PRODUCTS 2.01 MATERIALS: A. Use only those cleaning materials which will not create hazards to health or prop erty and which will not damage surfaces. B. Use on],y those cleaning materials and methods recommended by manufa~turer of the surface material to be cleaned. 0171 0-1 01710-2 I I I I 'I I I I I I I I' I 'I I I I I I c. Use cleaning materials only on surfaces recommended by cleaning material manufacturer. 2.02 BARRIERS AND PROTECTION: A. Protect existing structures and vegetation from cleaning and disposal operations as required. PART 3 EXECUTION 3.01 A. Execute periodic cleaning to keep the Work, the site and adjacent properties free from accumulations of waste materials, rubbish and windblown debris, resulting from construction operations. B, Provide on-site containers for the collection of waste materials, debris and rubbish. C. Remove waste materials, debris and rubbish from the site periodically and dispose of at approved locations. END OF SECTION 01710. I I I I I I I I I I I I I I I I I I I PARTl SECTION 01720 PROJECT RECORD DOCUMENTS GENERAL 1.01 PART 2 PART 3 GENERAL REQUIREMENTS: A. Contractor shall maintain at the site as specified herein for the Owner one record copy of: 1. Drawings. 2. Specifications. 3. Addenda. 4. Change orders and other modifications. 5. Engineer field orders or written instructions. 6. Approved shop drawings, product data and samples. 7. Field test records. 8. Laboratory test records. B. Related requirements in other parts of the Project Manual: 1. Conditions of the Contract. PRODUCTS (Not Used.) EXECUTION 3.01 MAINTENANCE OF DOCUMENTS AND SAMPLES: A. Store record documents and samples in Contractor's field office apart from documents used for construction. B. File documents and samples in accordance with data filing format of the Construction Specifications Institute - MASTERFORMAT. ~ C. Maintain documents in a clean, dry, legible condition and in good order. Do not use record documents for construction purposes. D. Make documents and samples available at all times for inspection by Engineer. 01720-1 3.02 RECORDING: A. Stamp or label each document "PROJECT RECORDS" in 3/4 inch letters. B. During daily progress ofthe work, the job superintendent for the Contractor shall record information concurrently with construction progress. 1. Do not conceal any work until required information is recorded. C. Drawings: Legibly mark to record actual construction in color codes designated by the Engineer. D. Record Information includes but is not limited to the following: 1. The finished pavement surface shall be cross-sectioned at a maximum of 50' intervals with a maximum of 25' side shots. Both hard copy and electronic point data shall be transmitted. The survey shall show all changes in grade pavement edges and other pertinent data. The format for electronic data transmission shall be approved by the Engineer. 2. Field changes of dimension and detail. 3. Changes made by field order or by change order. 4. Details not on original contract drawings. 5. Extent and dimensions of pavement removal. 6. Any other changes in the plans. 7. Storm drainage, water and sewer line construction: a. Exact distance between all manholes, inlets or points of intersection. b. The invert elevation of the end of all pipes, services and stubouts, and headwalls. c. The rim (top of frame) or top of grate and invert elevations of all manholes, catch basins, and other structures. 8. Electrical construction identification: a. Exact distance between all manholes or points of intersection. 01720-2 I I I I I I I I I I I I I I I I ,I I I I I I I I I I 'I I I I I I I I I I I I b. Exact size and location of duct bank or cable run and what circuits it feeds. c. Exact location of any lines abandoned in place. d. Rim and invert elevation of all manholes and duct banks. e. Depth of cover on direct burial lines. E. Specifications and addenda: Legibly mark each section to record: 1. Manufacturer, trade name, catalog number, and supplier of each product and item of equipment actually installed. 2. Changes made by field order or by change order. F. All horizontal control dimensions shall be to the nearest tenth of a foot. Elevations shall be to the nearest one-hundredth of a foot. 3.03 SUBMITTAL: A. The Contractor shall furnish a legible set of "as-built" plans, in good condition, to the Engineer no later than the date of Final Inspection. Such plans shall have all significant changes marked in the color red. The Engineer shall review the marked plans for accuracy, legibility, and completeness. As-built plans, approved by the Engineer, must have the Engineer's signature on the cover sheet. No "as-built" plans will be accepted by the Owner without the approval of the Engineer. The Contractor shall provide all necessary information to the degree of accuracy required by Engineer in order to obtain the Engineer's signature. The Engineer will be the final judge as to the acceptableness of the completeness and accuracy of the "as-built" plans. B. Upon completion of the work as described in Section 01010 "Scope of Work", the Contractor shall submit on hard copy drawings of all work and the RLS signed and sealed hard copy of as-built. survey notes. Additionally, all elevation/location data shall be submitted by the RLS in electronic media form of consisting of survey points submitted in ASCII Format or other approved format (compatible with Autocad Release 14 from Autodesk, Inc.) and shall include, as a minimum the northing, easting, elevation (all in feet) and descriptor for each data point. All hard copy submittals shall be signed and sealed by a Professional Land 01720-3 Surveyor registered in the state of Georgia. Following the completion ofthe work, aU subsequent pay requests will not be processed until the Engineer receives the as-built drawings and the RLS signed and sealed hard copy of as-built survey notes for the work from the Contractor. , C. At the close of the job and prior to reducing the contract retainage to any percentage less than 10% and receipt of final payment, the Contractor shall deliver to the Engineer for the Own~r one complete set of Record Documents meeting the requirements in 3.03(A). D. Accompany submittal with transmittal letter containing: 1. Date. 2. Project title and number. 3. Contractor's name and address. 4. Title and number of each record document. S. Signature of Contractor or his authorized representative. 3.04 PAYMENT: There will be no separate measurement or payment for this work. The cost of this work shall be considered incidental to and included in the unit price bid for Item 01000 "Mobilization". The Contractor will not be paid for his final pay request until the record drawing requirements stipulated in Paragraph 3.03A are completed, submitted to the Engineer and accepted by the Engineer. END OF SECTION 01720 01720-4 I I I I I' I I I I I I I I I I I I I I I I I I I I I 'I I I I I I I I ,I I I I PART 1 SECTION 01740 WARRANTIES AND BONDS GENERAL 1.01 PART 2 GENERAL REQUIREMENTS: A. Contractor shall: 1. Compile specified warranties and bonds. 2. Compile specified service and maintenance contracts. 3. Co-execute submittals to verify compliance with Contract Documents. 4. Review submittals to verify compliance with Contract Documents. 5. Submit to Engineer for review and transmittal to Owner. B. Related requirements in other parts of the Project Manual: 1. Bid Bonds: Instructions to bidders. 2. Performance Bond and Payment Bond: Conditions of the contract. 3. General warranty of construction: Conditions ofthe contract. C. Related requirements specified in other sections: 1. Contract closeout: Section 01700 2. Equipment Manuals: Section 01300 3. Warranties and Bonds required for specific products: Each respective section of specifications. 4. Provisions of Warranties and Bonds, duration: The respective section of specifications which specifies the product. PRODUCTS (Not Used.) 01740-1 PART 3 3.01 3.02 EXECUTION SUBMITTAL REQUIREMENTS: A. Assemble warranties, bonds and service and maintenance contracts, executed by each of the respective manufacturers, suppliers, and subcontractors. B. Number of original signed copies required: Two (2) each. C. Table of Contents: Neatly typed, in orderly sequence. Provide complete information for each item. 1. Product or work item. 2. Firm, with name of principal, address and telephone number. 3. Scope. 4. Date of beginning of warranty, bond or service and maintenance contract. 5. Duration of warranty, bond or service and maintenance contract. 6. Provide information for Owner's personnel: a. Proper procedure in case of failure. b. Instances which might affect the validity of warranty or bond. 7. Contractor, name of responsible principal, address and telephone number. FORM OF SUBMITTALS~ A. Prepare in duplicate packets. B. Format: 1. Size 8 1/2 inches x 11 inches, punch sheets for 3-ring binder. a. Fold larger sheets to fit into binders. 2. Cover: Identify each packet with typed or printed title "WARRANTIES AND BONDS". List: 01740-2 I I I I I I I I I I ,I 'I I I I I I I I I I I ,I I I I I I I I I I I I I I I I a. Project titl~ and number b. Owner's name. c. Contractor's name and address. C. Binders: Commercial quality, 3-ring, with durable and cleanable plastic covers. 3.03 TIME OF SUBMITTALS: A. Submit within ten (10) days after date of substantial completion, and prior to final request for payment. B. For items of work where acceptance is delayed materially beyond the date of substantial completion, provide updated submittal within ten (10) days after acceptance, listing the date of acceptance as the start of the warranty period. 3.04 SUBMITTALS REQUIRED: Submit warranties, bonds, service and maintenance contracts as specified in the respective sections of specifications. 3.05 INITIAL WARRANTY DATE: The beginning date of the warranty for ALL of the work items shall commence upon the date ofthe final acceptance oftbe complete (entire) project. 3.06 PAYMENT: No separate payment will be made under this section for work described or specified herein. END OF SECTION 01740 01740-3 I I I .1 I I I .1 I I I I I I I I I. I I ITEM S-160 STERILIZATION OF PAVEMENT CRACKS DESCRIPTION 160-1 1 This item shall consist of furnishing and applying a soil sterilant to cracks and joints in pavement identified as harboring vegetation and as directed by the Engineer. Dense growths of grass and other vegetation shall be removed from areas to receive sterilant before application of sterilant. Areas to receive sterilant shall be treated by the Contractor as necessary and as approved by the Engineer. 160-1.2 SUBMITT ALS. The Contractor shall submit the manufacturer's literature for sterilant chemicals proposed for use on the project. Copies of the manufacturer's recommendations for mixing and application shall be included. Submittals shall be submitted to the Engineer for approval at least 15 days prior to use. 160-1 3 W ARNTNGS The Contractor shall strictly adhere to all warnings, cautions, and precautions outlined on product labels. MATERIALS AND CONSTRUCTION 160-2.1 Soil sterilants shall be a mixture of the commercial brand of Roundup herbicide by Monsanto and Surflan AS. herbicide by Dow AgroSciences. Other brands may be substituted by a like and equal product that will provide the quantity of like active chemicals as approved by the Engineer. Application Rate - Roundup (post-emergent herbicide) Surflan AS. (pre-emergent herbicide) - 5 quarts per acre. - 2-1/2 Ibs. per acre. The above materials shall be mixed together in accordance with label directions and applied in two applications in accordance with manufacturer's recommendations. The first application shall be allowed to remain a minimum of seven (7) days to take effect. The second application shall remain open for two to three (2-3) days before subsequent work begins in the treated area. The mixture may be applied with any sprayer that will apply the spray uniformly. Sprayer shall be checked before and during use to ensure proper application. The specified amounts shall be added to clean water in the sprayer tank during the filling operation. Material must be in suspension at all times by continuous agitation. It is intended to treat only those cracks and areas supporting growths of vegetation; it is not intended as a general application of sterilants to pavement surfaces. Care shall be taken to prevent spillage on slopes or grassed areas to remain. Damage to vegetated areas to remain and to crops, livestock, wildlife, and general environment resulting from careless handling or misuse of sterilants shall be replaced or repaired as directed by the Engineer at the Contractor's expense. S-160-l 160-2 2 The treated areas shall be cleaned of soil, vegetation, and other debris prior to placement of any subsequent surface treatment, tack coat, or crack sealant. MEASUREMENT AND P A YMENl' ] 60-3 1 Payment win be made on a lump sum basis for all pavement treated with soil sterilization. Soil sterilant shall not be applied to the pavement surface and shall only be applied to cracks in the pavement. This price shall be full compensation for furnishing all materials and for all preparation, delivery, application, and cleanup, application of water, and for all labor, equipment, tools, and incidentals necessary to complete both applications as described. Bid price for item shall be for two (2) applications of soil sterilant in all cracks and areas necessary and approved by the Engineer. Payment will be made under: Item S-160 Sterilization of Pavement Cracks -- per lump sum. END OF ITEM 8-160 S-160-2 I I I- I I I I I I I I I I I I I I 'I J I I I I I I I I I I I I I I I I I I I 180-1.1 180-2.1 180-2.2 180-2.3 180-3.1 180-3.2 ITEM S-180 PAVEMENT MILLING DESCRIPTION The work shall consist of milling bituminous pavement in accordance with these specifications and at locations and typical sections indicated on the drawings, or as directed by the Engineer. EQUIPMENT COLD MILLING MACHINE. Shall be a self-propelled pavement profiler having a profile milling head/drum with sufficient power, traction, and stability to cold mill bituminous pavements. The milling machine shall be equipped with grade and slope control systems which will automatically control the longitudinal profile and cross slope of the milled surface to an accuracy of.:!:: lI8-inch by the use of one or more sensors. The machine shall be capable ofleaving a uniform surface without damage to the underlying pavement structure. The gross weight of the machine shall be sized and distributed to avoid overstressing or damaging the existing pavement structure or subgrade to remain. Conveyors shall be provided to transfer the milled material from the pavement to a truck. DUST CONTROL. The milling equipment shall be provided with dust control devices as needed to meet local, State, and Federal pollution control regulations. MISCELLANEOUS. Provide power brooms, hand brooms, shovels, vacuums, and other equipment as needed for final cleaning of milled surface and disposal of debris. CONSTRUCTION REQUIREMENTS MILLING OPERATION. The existing pavement shall be milled to the indicated profile and cross section at the locations shown on the drawings. The Contractor may elect to make multiple cuts to achieve the depth of cut or cross slope required by the drawings. GRADE CONTROL. The profile and cross slope of the milled surface shall be established by string lines and an automatic cross slope control mechanism. The milled pavement surface will be subject to visual and straightedge inspection. A 10- foot straightedge shall be maintained in the vicinity of the milling operation at all times for the purpose of measuring surface irregularities of the milled pavement surface. The straightedge and labor for its use shall be provided by the Contractor. All longitudinal irregularities in excess of 1/8-inch in 10 feet shall be remilled at no S-180-1 180-3.3 180-3.4 180-3.5 180-3.6 180-4.1 additional cost to the Owner, including the cost of any leveling material that may be needed. The cross slope shall be uniform to a degree that no depressions or misalignment of slope greater than 1/4-inch in 10 feet are present when tested with a straightedge placed perpendicular to the centerline. PROTECTION. The milling operation shall proceed in such a manner as to prevent damage to the underlying pavement structure, utilities, drainage structures, light fixtures, paved surfaces outside the milled area, and any other appurtenances. The milled pavement surface shall be reasonably free of excessive scarification marks or other damage as determined by the Engineer. Any leveling or patching required as a result of negligence by the Contractor shall be repaired with hot asphalt plant mix at no cost to the Owner and in a manner acceptable to the Engineer. Manholes, inlets, light fixtures, utility lines, and other existing features damaged by the Contractor's operations shall be repaired or replaced at the expense of the Contractor. The Engineer may require re-milling any area where surface laminations or defects resulting from the Contractor's operations cause a non-uniform surface. CLEAN-UP. The milled pavement surface shall be thoroughly cleaned of all loose aggregate particles, dust, mill cuttings, and other objectionable material. Cuttings not immediately picked up during milling and removal operations shall be promptly removed by power brooming, vacuuming, blowing, or other means as necessary; this clean-up shall be done before traffic or construction equipment is allowed to recompact and rebond loose milling residue to the milled surface. DUST AND HAZARD CONTROL. The pavement removal operations shall be conducted to effectively control within regulations the amount of dust being emitted. The operation shall be planned and conducted so that it is safe for persons and property adjacent to the work including the traveling public. DISPOSAL. The material removed by means of milling shall be disposed of on Airport property as directed by Owner for use in constructing an Airport access road. METHOD OF MEASUREMENT The quantity of milled bituminous pavements to be paid for will be the actual number of square yards of milled pavement surface approved, completed, and accepted. Milling in multiple cuts will be counted as one surface, not multiple surfaces. BASIS OF PAYMENT S-180-2 I I ," I I I ", I I I I I ", J I I I I "I I I I I I I I I I I I I I I I I I I I 180-5.1 Milled pavement, measured as defined above, will be paid for at the contract unit price bid per square yard. Such payment shall be full compensation for all work covered by this section, including but not limited to milling the pavement, cleaning the milled surface, loading, hauling, and disposal of all milled material and for all materials, labor, equipment, tools, and incidentals necessary for satisfactory performance of the work. Payment will be made under: Item S-180 END OF ITEM 8-180 Milling Bituminous Pavement-- per square yard. S-180-3 I I I I I I I I I I I I I I I I I I I 190-1.1 190-2.1 ITEM S-190 PAVEMENT MARKING REMOVAL DESCRIPTION This item shall consist of removing existing pavement markings from paved areas designated on the drawings or required by the Engineer. The Contractor shall schedule and coordinate the removal operations with the Engineer prior to the start of any work. The limits of pavement marking removal will be determined by the Engineer. MATERIALS WATER. The use of water for removing pavement markings will not be permitted. 190-2.2 190-2.3 190-3.1 190-4.1 CHEMICALS. The use of chemicals for removing pavement markings will not be permitted. SAND. The use of sand blasting for removing pavement markings will not be permitted. EQUIPMENT COLD MILLING MACHINE. Shall meet requirements of Specification S-180 Section 180-2.1. In addition, if marking removal is on active runway or taxiway pavement (not paved shoulders), the milling machine shall be equipped with a marking removal milling drum that has equally spaced teeth with a minimum of 60 teeth per foot of drum, in a minimum of two equally spaced flights. The carbide cutting teeth shall be uniform in diameter with a uniform length of:l: 0.02 inches. In addition, the tooth holder blocks shall be uniform and not vary the cutting radius of the mandrel by no more than:l: 0.02 inches. CONSTRUCTION DEGREE OF REMOVAL. Remove all loose, flaking paint from existing painted areas that are to be restriped with compatible materials, and from paved areas to be overlaid with new asphalt pavement; hard, firm paint that has the surface chalk removed may remain in such areas. Remove 100% of all existing and temporary markings that do not comply with the new striping layout. Remove 100% of all existing marking materials that are not compatible with new marking materials to be placed thereon; compatibility of the marking materials shall be certified in writing by the manufacturer of the new marking material. S-190-1 190-4.2 190-4.3 190-5.1 190-5.2 REMOV AL METHODS. Pavement markings shall be removed from active runway and taxiway areas by cold milling machine conforming to requirements of Section 190-3.1 above that cause negligible damage to existing pavements, surface texture, joint sealants, or other airfield appurtenances as determined by the Engineer. The final surface left after the marking removal by milling is complete shall be smooth and cqnform to the requirements of Section 622.20 of the latest Georgia Department of Transportation Specifications. The Contractor shall repair at his expense any damage to the pavement, surface texture, sealant, or appurtenances caused by the removal work by methods acceptable to the Engineer. Obliterating pavement markings by masking with paint, bitwninous material, surface treatments or other cover material will not be an acceptable removal method in these areas. Obliterating pavement markings in paved areas outside active runway and taxiway areas shall be performed by minimal depth milling or surface grinding in accordance with Specification S-180. The area shall be cleaned of all milled or ground materials in the same method as outlined in Specification S-180, Bituminous Pavement Milling. Any removal method that causes objectionable dust, contaminated water runoff, or other such hazard or nuisance shall be controlled by means approved by the Engineer that eliminate such causes of objection or its use will not be allowed. REMOV AL OF DEPOSITS. Waste material that may be deposited on the pavement as a result of removal operations shall be removed as the work progresses. Obtain the approval of residue removal and disposal method from the Engineer prior to beginning work. Accumulations of residue or other waste materials which might interfere with drainage or might constitute a hazard to aircraft or aircraft operations will not be permitted. METHOD OF MEASUREMENT The quantity of pavement marking removal to be paid for shall be the number of square yards of designated pavement markings removed in accordance with the specifications, complete, and accepted by Engineer. There shall be no separate measurement or payment for removing loose and flaking paint, and paint chalkings, from existing markings to be overlaid or restriped. All costs for this work shall be considered incidental and shall be included in contract unit prices for other payment items. S-190-2 I I I I I I ,I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I BASIS OF PAYMENT 190-6.1 For removal of existing non-conforming, non-compatible, or temporary pavement markings, payment shall be made at the contract unit price per square yard. This contract price shall be full compensation for all disposal work and for furnishing all material, labor, equipment, tools, and inci~entals necessary to complete the item. Payment will be made under: Item S-190 Remove Pavement Markings by Milling or Grinding -- per square yard. END OF ITEM S-190 S-190-3 I I I I I I I I I I I I I I I I I I I 400-1.1 400-2.1 400-2.2 400-2.3 400-3.1 ITEM P-400 NIGHTTIME CONSTRUCTION OPERATIONS DESCRIPTION This item establishes the requirements for the nighttime construction operations of this project. EQUIPMENT ST AND-BY EQUIPMENT. The Contractor shall have stand-by equipment at the construction site for all types of work to be performed during nighttime construction. The type and amount of stand-by equipment will be that which is necessary for completion of the work period should any piece of equipment break down, e.g. paving machine, sweepers, rollers, milling machine, distributor truck, sawing machine, grooving machines, etc. Provision shall be made for a standby asphalt production plant or sufficient storage bins to provide enough material to reopen the closed facility should the primary plant break down. Standby equipment may be used for construction to improve productivity, but the Contractor will be required to properly repair or replace broken equipment before being allowed to proceed with the next work period. Stand-by equipment shall be listed on the equipment log required by the specifications. OBSTRUCTION LIGHTING AND BARRICADES. The Contractor will be required to have on hand an ample supply of obstruction lighting and barricades to block off any intersecting taxiways, to delineate haul routes to the work site, and to control other such features of the project as directed by the Engineer. CONSTRUCTION LIGHTING. The Contractor shall provide a minimum of 1 0 foot candles of illumination in the work area. Highly maneuverable light plants with 1,000 watt metal halide flood lights mounted as high as aircraft, airspace and practicality will allow, shall be positioned in sufficient amounts to provide the most natural color illumination and contrast with a minimum of shadows. In addit~on, all paving machines, rollers, distributor trucks, haul trucks, grooving machines, and other equipment shall be equipped with flashing yellow beacons and with artificial illumination to safely light-up the area immediately s:urrounding their work areas. The Engineer will strictly enforce lighting requirements as sufficient light is a major factor in constructing satisfactory work during nighttime operations and in maintaining safety. WORK PROCEDURES SUBMITTALS. Prior to commencing work on the project, the Contractor shall submit the following to the Engineer for approval: P-400-1 400- 3.2 400-3.3 400-3.4 400-3.5 a. A detailed progress schedule showing the proposed schedule ofwork in areas to be constructed each period. b. A complete list of equipment and personnel to be used, including stand-by equipment. c. Evidence that the central hot mix asphalt plant(s) meet the requirements of the specifications. d. Evidence that the amount of hot mix asphaltic concrete, and other materials that the Contractor proposes to place each work period can be supplied to the job in the time and quantity required. e. Experience record of the Project's Superintendent that the Contractor proposes to place in charge of the job. The experience record should list experience on hot mix asphaltic concrete pavement construction, crack repair, sealing and other planned work including any nighttime or off-peak construction. INSPECTION AND TESTING. The Contractor is advised that acceptance testing of the work will take place each night, and that work will not proceed unless all tests have been recorded and approved. Daily inspection reports will be made by the inspection team and testing lab. CONSTRUCTION PROGRESS MEETINGS. During the 10 day nighttime operation, a daily progress meeting between the Engineer and the Contractor's Superintendent will be held to discuss work requirements for the next work period and to review test results from the previous work period. In addition, there may be a weekly scheduled progress meeting in which representatives of the FAA Tower, Airport Operators, and the Owner will be present. Discussions will include scheduling of work for the up-coming week, any new problems, and other operational aspects, as required. Additionally, the Engineer and the Contractor's Superintendent should agree on the amount of quantities placed to date. WEATHER. The Engineer and Owner will establish procedures for determining weather conditions under which work will not begin as scheduled. The weather forecast data as supplied by FAA and Weather Bureau will be utilized for this purpose. COMMUNICATION. The Contractor is advised that all communication with the Control Tower or any other element ofthe Airport will be made through the Engineer or his designated representative except as otherwise permitted in writing. This is important as the number of people having contact with elements of the Airport should be limited in order to prevent possible misunderstandings or conflicting information. The Engineer will have direct radio contact with FAA Control Tower at all times. P -400- 2 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I, I I I I I I I I I 400-3.6 400-3.7 400-3.8 400-4.1 400-4.2 400-4.3 SECURITY DURING CONSTRUCTION. In addition to the security requirements of the Airport, the Contractor shall provide all of his personnel and suppliers a drawing showing haul routes, restricted areas and any other details pertinent to the nighttime operation. The drawing shall contain a note which states: "ANYONE FOUND IN RESTRICTED AREAS WILL BE PROMPTLY AND PERMANENTLY REMOVED FROM THE JOB." ASSEMBLING OF EQUIPMENT FOR NIGHTTIME CONSTRUCTION. After checking with the Weather Bureau and the Owner, the Engineer will determine whether the work period can proceed as scheduled. The Contractor shall be sure that all equipment, including stand-by equipment, is in operating condition and ready to go. The Contractor shall assemble all personnel and equipment as close as possible to the work area. Equipment and personnel should be organized so that when notice is given, the Contractor's personnel can proceed immediately to the work area. All plants should be operating and ready to proceed with production of the hot mix asphaltic concrete, that may be required. TIME. FAA Control Tower's time will be used as standard time for beginning and ending work each night, and will also be used in assessment of nightly liquidated damages. The Contractor will be given a 5 .5-hour time window between the hours of 0000 (12:00 AM.) and 0530 (5:30 AM). CONSTRUCTION TECHNIQUES TEST SECTIONS. Prior to beginning of the asphaltic concrete nighttime work, the Contractor is required to construct a test section in accordance with Item P-40l, paragraph 401-3.4. In addition to the requirements of paragraph 401-3.4, the test section shall demonstrate the adequacy of the Contractor's night work equipment and operations. LIMITS OF PAVING OPERATIONS. It is essential that the full width of the Runway 17-35 pavement be placed each work period. The length of each period's construction should be the maximum possible to limit the number of transverse joints for the entire job. ASPHALT PLACING. It is recommended that the Contractor operate two or more paving spreaders in echelon. Each paver should start on the paving lane nearest the runway centerline working their way outboard independently, so that as much as possible of the center portion of the runway is placed first in case equipment or weather problems force early suspension of the work. If the existing pavement is considered sufficiently smooth, the Contractor may be permitted to place hot mix asphalt concrete by use of a traveling stringline. In no circumstances will a slope control device be allowed, since the cumulative error in multiple lane paving may violate the grade control criteria. Stringlines must be utilized on both sides of the paver for the initial pass followed by ajoint matcher on the newly placed pavement P -400- 3 400-4.4 400-4.5 400-5.1 ~ side of the paver and an erected stringline or traveling stringline on the opposite side. Asphalt placing may continue up to an hour before opening of the pavement for traffic, depending upon the capabilities of the inspectors and survey crew to get acceptance testing, marking, and cleaning of the area completed prior to the first aircraft operation, and the pavement surface temperature cooling to below 150 degrees Fahrenheit. PAVEMENT DROPOFFS AND SAFETY AREA SLOPES: Prior to completion of each night's construction activities, the Contractor shall coordinate with the Engineer and take appropriate actions to restore pavement and safety areas to safe operating conditions for aircraft. This work shall include such temporary or permanent provisions as smooth transitions from new to existing pavements as indicated on the plans or required by the Engineer, no pavement dropoffs greater than 1-1/2 inches at edges of aircraft pavements, and no ground slopes exceeding 5% within runway or taxiway safety areas. WORK AREA CLEAN-UP. Construction debris must be totally removed from the work area prior to it becoming available for aircraft operations. Vacuumlbrush type sweepers should be in operation during the majority ofthe work period. The Contractor's Superintendent shall accompany the Engineer arid Owner's personnel during inspection of the work area and all haul routes used for access to work on the active airfield and have the necessary manpower and equipment nearby to perform any additional cleanup that may be identified during the inspection. MEASUREMENT AND PAYMENT There will be no direct measurement or payment under this item for the work described. The work will be considered incidental to or part of other bid items in the Contract. END OF ITEM P-400 P-400-4 I I I I I I I I I II I I I I I I I I I I I I I I I I I I I I I I I I I I I I 401-1. 1 401-2 1 ITEM P-401 PLANT MIX BITUMINOUS PAVEMENTS DESCRIPTION This item shall consist of a leveling and' surface course composed of mineral aggregate and bituminous material mixed in a central mixing plant and placed on a prepared course in accordance with these specifications and shall conform to the lines, grades, thicknesses, and typical cross sections shown on the plans. Each course shall be constructed to the depth, typical section, and elevation required by the plans and shall be rolled, 'finished, and approved before the placement of the next course. MATERIALS AGGREGA TE. Aggregates shall consist of crushed stone or crushed gravel with or without natural sand or other inert finely divided mineral aggregate. The portion of materials retained on the No. 8 sieve is coarse aggregate. The portion passing the No. 8 sieve and retained on the No. 200 sieve is fine aggregate, and the portion passing the No. 200 sieve is mineral filler. A. Coarse Aggregate. Coarse aggregate shall consist of sound, tough, durable particles, free from adherent films of matter that would prevent thorough coating and bonding with the bituminous material, and free from organic matter and other deleterious substances. The percentage of wear shall not be greater than 40 percent when tested in accordance with ASTM C 131. The sodium sulfate soundness loss shall not exceed 10 percent, or the magnesium sulfate soundness loss shall not exceed 13 percent, after five cycles, when tested in accordance with ASTM C 88. Coarse aggregate shall contain at least 70 percent by weight of individual pieces having two or more fractured faces and 85 percent by weight having at least one fractured face when tested in accordance with ASTM D 5821. The area of each face shall be equal to at least 75 percent of the smallest midsectional area of the piece. When two fractured faces are contiguous, the angle between the planes of fractures shall be at least 30 degrees to count as two fractured faces. Fractured faces shall be obtained by crushing. The aggregate shall not contain more than 8 percent, by weight, of flat, elongated, or flat and elongated pieces, with a ratio value greater than 5: 1, when tested in accordance with ASTM D 4791. B. Pine Aggregate. Pine aggregate shall consist of clean, sound, durable, angular shaped particles produced by crushing stone or gravel that meets the requirements for wear and soundness specified for coarse aggregate. The aggregate particles shall be free from coatings of clay, silt, or other P-401-1 401-22 401-2 3 401- 2 4 objectionable matter and shall contain no clay balls. The fine aggregate, including any blended material for the fine aggregate, shall have a plasticity index of not more than 4 and a liquid limit of not more than 25 when tested in accordance with ASTM D 4318. Natural (non-manufactured) sand may be used to obtain the gradation of the aggregate blend or to improve the workability of the, mix. The amount of sand to be added will be adjusted to produce mixtures conforming to requirements of this specification. The fine aggregate shall not contain more than 20 percent natural sand by weight of total aggregates. The natural sand shall meet the requirements of ASTM D 1073 and its Supplementary Requirement and shall have a plasticity index of not more than 4 and a liquid limit of not more than 25 when tested in accordance with ASTM D 4318. The aggregate shall have sand equivalent values of 35 or greater when tested in accordance with ASTM D 2419. C. Sampling. ASTM D 75 shall be used in sampling coarse and fine aggregate, and ASTM C 183 shall be used in sampling mineral filler. MlNERA I, FTI J ,ER. If filler, in addition to that naturally present in the aggregate, is necessary, it shall meet the requirements of ASTM D 242. BITllMTNOlJS MATERIAL. Bituminous material shall conform to the requirements of ASTM D 3381, Viscosity Grade AC-20 or AC-30, or Performance Grade PG 64-22 per 2001 Georgia Department of Transportation Specifications. The Contractor shall furnish vendor's certified test reports for each lot of bituminous material shipped to the project. The vendor's certified test report for the bituminous material can be used for acceptance or tested independently by the Engineer. PRELTMTNARY MATERIAL ACCEPTANCE. Prior to delivery of materials to the job site, the Contractor shall submit certified test reports to the Engineer for the following materials: A. Coarse Aggregate. 1. Percent of wear. 2. Soundness. B. Pine Aggregate. 1. Liquid limit. 2. Plasticity index. 3. Sand equivalent. P-401-2 I I I I I I, I I I I I I I I I I I I I I I I I I I I I I I I' I I I I I I I I 401-2 5 401-3 1 401-32 C. Mineral Filler. D. Bituminous Material. The certification(s) shall show the appropriate ASTM testes), or AASHTO when applicable, for each material, the test results, and a statement that the material meets the specification requirement. The Engineer may request samples for testing, prior to and during production, to verify the quality of the materials and to ensure conformance with the applicable specifications. ANTI-STRIPPING AGENT. Any anti-stripping agent or additive that is required shall be heat stable, shall not change the asphalt cement viscosity beyond specifications, shall contain no harmful ingredients, shall be added in recommended proportion by approved methods, and shall be a material that has been approved by the Department of Transportation of the State in which the project is located. COMPOSITION COMPOSITION OF MTXTl JR E The bituminous plant mix shall be composed of a mixture of well-graded aggregate, filler and anti-strip agent if required, and bituminous material. The several aggregate fractions shall be sized, handled in separate size groups, and combined in such proportions that the resulting mixture meets the grading requirements ofthe job mix formula (JMF). JOR MIX FORMI JLA. No bituminous mixture for payment shall be produced until a job mix formula has been approved by the Engineer. The bituminous mixture shall be designed using standard procedures contained in Chapter 5, MARSHALL METHOD OF MIX DESIGN, of the Asphalt Institute's Manual Series No. 2 (MS-2), Mix Design Methods for Asphalt Concrete, Sixth Edition, and shall meet the requirements of Tables 1 and 2. The design criteria in Table 1 are target values necessary to meet the acceptance requirements contained in paragraph 401-5.2b. The criteria are based on a production process, which has a material variability with the following standard deviations: Stability (lbs.) Flow (0.01 inch) Air Voids (%) =270 = 1.5 =0.65 Ifmaterial variability exceeds the standard deviations indicated, the job mix formula and subsequent production targets shall be based on a stability greater than shown in Table 1, and the flow and air voids shall be targeted close to the mid-range of the criteria in order to meet the acceptance requirements. If the Tensile Strength Ratio (TSR) of the composite mixture, as determined by P-401-3 ASTM D 4867, is less than 75, the aggregates shall be rejected or the asphalt treated with an approved anti-stripping agent. The amount of anti-stripping agent added to the asphalt shall be sufficient to produce a TSR of not less than 75. If an antistrip agent is required, it will be provided by the Contractor at no additional cost. The job mix formula for each mixture required shan be submitted in writing by the Contractor to the Engineer at least 14 days ppor to the start of paving operations and shall include as a minimum: A. Percent passing each sieve size. B. Percent of asphalt cement. C. Asphalt viscosity or performance grade. D. Number of blows of hammer compaction per side of molded specimen. E. Mixing temperature. F. Compaction temperature. G. Temperature of mix when discharged from the mixer. H. Temperature-viscosity relationship ofthe asphalt cement. I. Plot of the combined gradation on the Federal Highway Administration (FHW A) 45 power gradation curve. J. Graphical plots of stability, flow, air voids, voids in the mineral aggregate, and unit weight versus asphalt content. K. Percent natural sand. L. Percent fractured faces. M. Percent flat, elongated and flat and elongated particles. N. Tensile Strength Ratio (TSR). O. Antistrip agent (if required). The Contractor shall submit samples to the Engineer, upon request, for job mix formula verification testing. The job mix formula for each mixture shall be in effect until modified in writing by the Engineer. Should a change in sources of materials be made, a new job mix formula must be approved by the Engineer before the new material is used. P-401-4 I I I I I I I I I I 'I I I -I I I I I I I I I I I I I I I I I I I I I I I I I TABLE 1. MARSHALL DESIGN CRITERIA TEST PROPERTY EACH COURSE Number of blows 75 Stability, pow:tds, minimum 2150 , Plow, 0.01 in. 10-14 Air voids, percent 2.8-4.2 Percent voids in mineral alllITe(:!ate. minimum See Table 2 TABLE 2. MINIMUM PERCENT VOIDS IN MINERAL AGGREGATE Maximum Particle Size, in. Minimum Voids in Mineral Ae:lITee:ate oercent Yz 16 % 15 The mineral aggregate shall be of such size that the percentage composition by weight, as determined by laboratory sieves, will conform to the gradation or gradations specified in Table 3 when tested in accordance with ASTM C 136 and C 117. The gradation(s) in Table 3 represent the limits which shall determine the suitability of aggregate for use from the sources of supply. The aggregate, as selected (and used in the JMF), shall have a gradation within the limits designated in Table 3 and shall not vary from the low limit on one sieve to the high limit on the adjacent sieve, or vice versa, but shall be well graded from coarse to fine. Deviations from the final approved mix design for bitumen content and gradation of aggregates shall be within the action limits for individual measurements as specified in paragraph 401-6.5a. The limits still will apply if they fall outside the master grading band in Table 3. The maximum size aggregate used shall not be more than one-half of the thickness of the course being constructed except where otherwise shown on the plans or directed by the Engineer P-401-5 TABLE3.AGGREGATE-BITUNllNOUSPAVEMENTS Sieve Size Percentage by Weight Passim! Sieves Surface Course LevelinQ Course % in. 100 -- V2 in. 79-99 100 3/8 in. 68-88 70-100 No.4 48-68 28-50 No.8 33-53 15-30 No. 16 20-40 -- No.30 14-30 -- No. 50 9-21 10-17 No. 100 6-16 -- No. 200 3-6 8-13 Asphalt percent 5.0-7.5 6.0-7.5 Stone or l!favel The aggregate gradations shown are based on aggregates of uniform specific gravity. The percentages passing the various sieves shall be corrected when aggregates of varying specific gravities are used, as indicated in the Asphalt Institute Manual Series No.2 (MS-2), Chapter 3. 401-3 3 RECYCLED ASPHALT CONCRETE. The use of reclaimed asphalt pavement (RAP) will not be permitted. 401-34 TEST SECTION Prior to full production, the Contractor shall prepare and place a quantity of bituminous mixture according to the job mix formula. The amount of mixture shall be sufficient to construct a test section 300 feet long and 20 to 30 feet wide, as approved by the Engineer, .placed in two lanes, with a longitudinal cold joint, and shall be of the same depth specified for the construction of the course which it represents. A cold joint is defined as a lane joint constructed after the first lane has been in place four (4) hours or when surface temperatures of the mat ofthe first lane adjacent to the lane has cooled to less than 160oP. The underlying grade or pavement stmcture upon which the test section is to be constructed shall be the same as the remainder of the course represented by the test section. The equipment used in construction of the test section shall be the same type and weight to be used on the remainder of the course represented by the test section. Three random samples shall be taken at the plant and tested for stability, flow, and air voids in accordance with paragraph 40l-5.1a(2). Two random samples of mixture shall be taken at the plant and tested for aggregate gradation and asphalt content in accordance with paragraphs 401-6.3a and 3b and evaluated in accordance with paragraphs 401-6.5a and 5b. Three randomly selected cores shall be taken from the finished pavement mat, and three from the longitudinal joint, and tested in accordance with paragraph 401-5.1 b( 4). Random sampling shall be in accordance with procedures contained in ASTM D 3665. P-401-6 I I I I I I, I I I I '1 I I I I I I I I I I I I I I I I I I I' I I I I I I I I 401-1 5 Mat density and air voids shall be evaluated in accordance with paragraph 401-5.2f(1). Stability and flow shall be evaluated in accordance with paragraph 401-5.2f(2). Joint density shall be evaluated in accordance with paragraph 401-5.2f(3). Voids in the mineral aggregate (VMA), for each plant sample, shall be computed in accordance with procedures contained in Chapter 4, MARSHALL METHOD OF MIX DESIGN, of the Asphalt Institute's Manual Series No. 2 (MS-2), Mix Design Methods for Asphalt Concrete. The test section shall be considered acceptable if; 1) stability, flow, mat density, air voids, and joint density are 90 percent or more within limits, 2) gradation and asphalt content are within the action limits specified in paragraphs 401-6.5a and 5b, and 3) voids in the mineral aggregate are within the limits of Table 2. If the initial test section should prove to be unacceptable, the necessary adjustments to the job mix formula, plant operation, placing procedures, and/or rolling procedures shall be made. A second test section shall then be placed. If the second test section also does not meet specification requirements, both sections shall be removed at the Contractor's expense. Additional test sections, as required, shall be constructed and evaluated for conformance to the specifications. Any additional sections that are not acceptable shall be removed at the Contractor's expense. Full production shall not begin until an acceptable section has been constructed and accepted by the Engineer. No payment will be made for test sections that prove unacceptable. Test sections that meet specification requirements for the items listed in the above subparagraph shall be paid for in accordance with paragraph 401-8.1. Job mix control testing shall be performed by the Contractor at the start of plant production and in conjunction with the calibration of the plant for the job mix formula. It should be recognized that the aggregates produced by the plant may not satisfY the gradation requirements or produce a mix that exactly meets the JMF. In those instances, it will be necessary to reevaluate and redesign the mix using plant-produced aggregates. Specimens shall be prepared and the optimum bitumen content determined in the same manner as for the original design tests. TESTING LABORATORY. The laboratory and personnel used to develop the job mix formula shall meet the requirements of ASTM D 3666 and shall be accredited by a national authority such as the National Voluntary Laboratory Accreditation Program (NVLAP), the American Association for Laboratory Accreditation (A2LA), AASHTO Accreditation Program (AAP), or any other nationally recognized accreditation program. A certification signed by the manager of the laboratory stating that it meets these requirements shall be submitted to the Engineer prior to the start of construction. The certification shall contain as a minimum: A. Qualifications of personnel; laboratory manager, supervising technician, and testing technicians. B. A listing of equipment to be used in developing the job mix. P-401-7 C. A copy ofthe laboratory's quality control system. D. Evidence of participation in the AASHTO Materials Reference Laboratory (AMRL) program that the laboratory is accredited, for the test methods required herein, by a nationally recognized laboratory accreditation organization. CONSTRUCTION METHODS 401-4 1 WEA THER I JMIT A TrONS. The bituminous mixture shall not be placed upon a wet surface or when the surface temperature of the underlying course is less than specified in Table 4. The temperature requirements may be waived by the Engineer, if requested; however, all other requirements including compaction shall be met. TABLE 4. BASE TEMPERATURE LIMITATIONS Mat Thickness Base Temperature De!!. F min. 3 in. or greater 40 Greater than 1 in. but less than 3 in. 45 1 in. or less 50 401-4.2 BITUMINOUS MTXING PLANT. Plants used for the preparation of bituminous mixtures shall conform to the requirements of ASTM D 995 with the following changes: A. Requirements for All Plants. I. Truck Scales. The bituminous mixture shall be weighed on approved scales furnished by the Contractor, or on certified public scales at the Contractor's expense. Scales shall be inspected and sealed as often as the Engineer deems necessary to assure their accuracy. Scales shall conform to the requirements of the General Provisions, Section 90-01. In lieu of scales and as approved by the Engineer, asphalt mixture weights may be determined by the use of an electronic weighing system equipped with an automatic printer which weighs the total asphalt paving mixture. Furnish calibration certification of the weighing system prior to mix production and as often thereafter as requested by the Engineer. 2. Testing Facilities. The Contractor shall provide laboratory facilities at the plant for the use of the Engineer's acceptance testing and the Contractor's quality control testing, in accordance with paragraph 401-6.2. P-401-8 I I I I I I I I I I I I .1 I I I I I I I I I I I I I I I I I I I I I I I I I 401 -4 1 401-4 4 3. Inspection of Plant. The Engineer, or Engineer's authorized representative, shall have access, at all times, to all areas of the plant for checking adequacy of equipment; inspecting operation of the plant; verifying weights, proportions, and material properties; and checking the temperatures maintained in the preparation of the mixtures. 4. Storage Bins and Surge Bins. Paragraph 4.9 of ASTM D 995 is deleted. Instead, the following applies. Use of surge bins or storage bins for temporary storage of hot bituminous mixtures will be permitted as follows: a. The bituminous mixture may be stored in surge bins for a period of time not to exceed 3 hours. b. The bituminous mixture may be stored in insulated storage bins for a period of time not to exceed 24 hours. The bins shall be such that mix drawn from them meets the same requirements as mix loaded directly into trucks. If the Engineer determines that there is an excessive amount of heat loss, segregation or oxidation of the mixture due to temporary storage, no overnight storage will be allowed. H A I IT JNG RQI TIPMENT. Trucks used for hauling bituminous mixtures shall have tight, clean, and smooth metal beds. To prevent the mixture from adhering to them, the truck beds shall be lightly coated with a minimum amount of paraffin oil, lime solution, or other approved material. Petroleum products shall not be used for coating truck beds. Each truck shall have a suitable cover to protect the mixture from adverse weather. When necessary, to ensure that the mixture will be delivered to the site at the specified temperature, truck beds shall be insulated or heated and covers shall be securely fastened. BITT JMTNOlJS PAVERS. Bituminous pavers shall be self-propelled, with an activated screed, heated as necessary, and shall be capable of spreading and finishing courses of bituminous plant mix material which will meet the specified thickness, smoothness, and grade. The paver shall have sufficient power to propel itself and the hauling equipment without adversely affecting the finished surface. The paver shall have a receiving hopper of sufficient capacity to permit a uniform spreading operation. The hopper shall be equipped with a distribution system to place the mixture uniformly in front of the screed without segregation. The screed shall effectively produce a finished surface of the required evenness and texture without tearing, shoving, or gouging the mixture. The paver shall be equipped with a control system capable of automatically maintaining the specified screed elevation. The control system shall be P-401-9 401-45 401 -4 6 401-4 7 automatically actuated from either a reference line and/or through a system of mechanical sensors or sensor-directed mechanisms or devices which will maintain the paver screed at a predetermined transverse slope and at the proper elevation to obtain the required surface. The transverse slope controller shall be capable of maintaining the screed at the desired slope within plus or minus 0.1 percent. The controls shall be capable of working in conjunction with any of the following attachments. However, for all runway, taxiway, and apron finish surface courses and other critical areas as determined by the Engineer, a taut stringline set to grade will be required. For some areas determined by the Engineer to be non-critical, and for leveling and intermediate courses, a 30- foot minimum ski device and shoe may be used as approved by the Engineer. A. Ski-type device of not less than 30 feet in length. B. Taut stringline (wire) set to grade. C. Short ski or shoe. D. Laser control. ROT J .ERS. Rollers of the vibratory, steel wheel, and pneumatic-tired type shall be used. They shall be in good condition, capable of operating at slow speeds to avoid displacement of the bituminous mixture. The number, type, and weight of rollers shall be sufficient to compact the mixture to the required density while it is still in a workable condition. All rollers shall be specifically designed and suitable for compacting hot mix bituminous concrete and shall be properly used. Vibratory or other rollers that impair the stability of any layer of a pavement structure or underlying soils shall not be used. Depressions in pavement surfaces caused by vibratory rollers or other rolling operations shall be repaired by the Contractor at his expense. The use of compaction or other type equipment which causes crushing of the aggregate will not be permitted. PREPARATION OF RITIJMTNOnS MATERIAL. The bituminous material shall be heated in a manner that will avoid local overheating and provide a continuous supply of the bituminous material to the mixer at a uniform temperature. The temperature of the bituminous material delivered to the mixer shall be sufficient to provide a suitable viscosity for adequate coating of the aggregate particles, but shall not exceed 325 degrees F unless otherwise required by the manufacturer and approved by the Engineer in writing. PREPARATION OF MINERAL AGGREGATE. The aggregate for the mixture shall be heated and dried prior to introduction into the mixer. The maximum temperature and rate of heating shall be such that no damage occurs to the P-401-10 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 401-4 8 401-4 9 401 -4 1 0 aggregates. The temperature of the aggregate and mineral filler shall not exceed 350 degrees F when the asphalt is added. Particular care shall be taken that aggregates high in calcium or magnesium content are not damaged by overheating. The temperature shall not be lower than is required to obtain complete coating and uniform distribution on the aggregate particles and to provide a mixture of satisfactory workability. PREPARATION OF BITtJMlNOlJS MTXTtJRE The aggregates and the bituminous material shall be weighed or metered and introduced into the mixer in the amount specified by the job mix formula. The combined materials shall be mixed until the aggregate obtains a uniform coating of bitumen and is thoroughly distributed throughout the mixture. Wet mixing time shall be the shortest time that will produce a satisfactory mixture, but not less than 25 seconds for batch plants. The wet mixing time for all plants shall be established by the Contractor, based on the procedure for determining the percentage of coated particles described in ASTM D 2489, for each individual plant and for each type of aggregate used. The wet mixing time will be set to achieve 95 percent of coated particles. For continuous mix plants, the minimum mixing time shall be determined by dividing the weight of its contents at operating level by the weight of the mixture delivered per second by the mixer. The moisture content of all bituminous mixtures upon discharge shall not exceed 0.5 percent. Mixtures that foam or indicate excessive free moisture shall be rejected. When excessive free moisture is detected in batch or continuous mix plant produced mixtures, waste the mix and withdraw the aggregates in the hot bins immediately and return to the respective stockpiles; for drum-dryer mixer plants, waste the mix, including that in surge or storage bins that is affected by free moisture. PREPARATION OF THE UNDERLYING STJRFACE Immediately before placing the bitmninous mixture, the underlying course shall be cleaned of all dust and debris. A prime coat or tack coat shall be applied in accordance with Item P-602 or P-603, ifrequired by the contract specifications. TRANSPORTING, PLACING, AND FlN1SHlNG The bituminous mixture shall be transported from the mixing plant to the site in vehicles conforming to the requirements of paragraph 401-4.3. Deliveries shall be scheduled so that placing and compacting of mixture is uniform with minimum stopping and starting of the paver. Adequate artificial lighting shall be provided for night placements. See Specification P-400. Hauling over freshly placed material shall not be permitted until the material has been compacted, as specified, and allowed to cool to atmospheric temperature. The Contractor may elect to use a material transfer vehicle to deliver mix to the paver. P-401-11 401-4 11 The mix shall be placed and compacted at a temperature suitable for obtaining density, surface smoothness, and other specified requirements but not less than 250 degrees F. Upon arrival, the mixture shall be placed to the full width by a bituminous paver. It shall be struck off in a uniform layer of such depth that, when the work is completed, it shall have the required thickness and conform to the grade and contour indicated. The speed of the paver shall be regulated to eliminate pulling and tearing of the bituminous mat. Unless otherwise permitted, placement of the mixture shall begin along the centerline of a crowned section or on the high side of areas with a one-way slope. The mixture shall be placed in consecutive adjacent strips having a minimum width of 12.5' except where edge lanes require less width to complete the area. The longitudinal joint in one course shall offset the longitudinal joint in the course immediately below by at least 1 foot; however, the joint in the surface top course shall be at the centerline of the crown in crowned pavement. Transverse joints in one course shall be offset by at least 10 feet from transverse joints in the prevIOUS course. Transverse joints in adjacent lanes shall be offset a minimum of 10 feet. On areas where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing equipment impractical, the mixture may be spread and luted by hand tools. Under any circumstance, do not spread hot mix by broadcasting. COMP ACTION OF MTXTl IRE After placing, the mixture shall be thoroughly and uniformly compacted by rolling. The surface shall be compacted as soon as possible when the mixture has attained sufficient stability so that the rolling does not cause undue displacement, cracking or shoving. The sequence of rolling operations and the type of rollers used shall be at the discretion ofthe Contractor. The speed of the roller shall, at all times, be sufficiently slow to avoid displacement of the hot mixture and be effective in compaction. Any displacement occurring as a result of reversing the direction of the roller, or from any other cause, shall be corrected at once. Sufficient rollers shall be furnished to handle the output of the plant. Rolling shall continue until the surface is of uniform texture, true to grade and cross section, and the required field density is obtained. To prevent adhesion of the mixture to the roller, the wheels shall be kept properly moistened (and scrapers used), but excessive water will not be permitted. In areas not accessible to the roller, the mixture shall be thoroughly compacted with approved power driven mechanical tampers. Any mixture that becomes loose and broken, mixed with dirt, contains check-cracking, or in any way defective shall be removed and replaced with fresh P-401-12 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 401-4 12 401-5 1 hot mixture and immediately compacted to conform to the surrounding area. This work shall be done at the Contractor's expense. Skin patching shall not be allowed. JOINTS The formation of all joints shall be made in such a manner as to ensure a continuous bond between the courses and obtain the required density. All joints shall have the same texture as other sections of the course and meet the requirements for smoothness and grade. The roller shall not pass over the unprotected end of the freshly laid mixture except when necessary to form a transverse joint. When necessary to form a transverse joint, it shall be made by means of placing a bulkhead or by tapering the course. The tapered edge shall be cut back to its full depth and width on a straight line to expose a vertical face prior to placing the adjacent lane. In both methods all contact surfaces shall be given a tack coat of bituminous material before placing any fresh mixture against the joint. Longitudinal joints which are irregular, damaged, uncompacted, or otherwise defective shall be cut back to expose a clean, sound surface for the full depth of the course. All contact surfaces shall be given a tack coat of bituminous material prior to placing any fresh mixture against the joint. The cost of this work and tack coat shall be considered incidental to the cost of the bituminous course. MATERIAL ACCEPTANCE ACCEPTANCE SAMPLING AND TESTING Unless otherwise specified, all acceptance sampling and testing necessary to determine conformance with the requirements specified in this section will be performed by the Engineer at no cost to the Contractor. Testing organizations performing these tests shall meet the requirements of ASTM D 3666. All equipment in Contractor furnished laboratories shall be calibrated by the testing organization prior to the start of operations. A. Plant-Produced Material. Plant-produced material shall be tested for stability, flow, and air voids on a lot basis. Sampling shall be from material deposited into trucks at the plant or from trucks at the job site. A lot will consist of: -one day's production not to exceed 2,000 toris, or -a half day's production where a day's production is expected to consist of between 2,000 and 4,000 tons, or -similar subdivisions for tonnages over 4,000 tons. Where more than one plant is simultaneously producing material for the job, the lot sizes shall apply separately for each plant. P-401-13 1. Sampling. Each lot will consist of four equal sublots. Sufficient material for preparation of test specimens for all testing will be sampled by the Engineer on a random basis, in accordance with the procedures contained in ASTM D 3665. One set of laboratory compacted specimens will be prepared for each sublot in accordance with AASHTO T 245, paragraph 3.5, at the number of blows required by paragraph 401-3.2, Table 1. Each set of laboratory compacted specimens will consist of three test portions prepared from the same sample increment. The sample of bituminous mixture shall be put in a covered metal tin and placed in an oven for not less than 30 minutes nor more than 60 minutes to stabilize to compaction temperature. The compaction temperature of the specimens shall be as specified in the job mix formula. 2. Testing. Sample specimens shall be tested for stability and flow in accordance with AASHTO T 245, paragraph 4. Air voids will be determined by the Engineer in accordance with ASTM D 3203. Prior to testing, the bulk specific gravity of each test specimen shall be measured by the Engineer in accordance with ASTM D 2726 using the procedure for laboratory- prepared thoroughly dry specimens, or ASTM D 1188, whichever is applicable, for use in computing air voids and pavement density. For air voids determination, the theoretical maximum specific gravity of the mixture shall be measured for each sublot in accordance with ASTM D 2041, Type C, D, or E container. The value used in the air voids computation for each sub lot shall be based on the maximum specific gravity measurement for the sub lot. The stability and flow for each sub lot shall be computed by averaging the results of all test specimens representing that sub lot. 3. Acceptance. Acceptance of plant produced material for stability, flow, and air voids shall be determined by the Engineer in accordance with the requirements of paragraph 401-5.2b. B. Field Placed Material. Material placed in the field shall be tested for mat and joint density on a lot basis. . 1. Mat Density. The lot size shall be the same as that indicated in paragraph 40l-5.1a and shall be divided into four equal sublots. One 6-inch diameter core of finished, compacted materials shall be taken by the Contractor from each sub lot. Core locations will be determined by the Engineer on a random basis in accordance with procedures contained in ASTM D 3665. Cores shall not be taken closer than one foot from a transverse or longitudinal joint. P-401-l4 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 2. Joint Density. The lot size shall be the total length of longitudinal joints constructed by a lot of material as defined in paragraph 401-S.1a. The lot shall be divided into four equal sublots. One 6-inch diameter core of finished, compacted materials shall be taken by the Contractor from each sublot. Core locations will be determined by the Engineer on a random basis in accordance with procedures contained in ASTM D 3665. All coring shall be centered on the joint. ' 3. Sampling. Samples shall be neatly cut with a core drill. The cutting edge of the core drill bit shall be of hardened steel or other suitable material with diamond chips embedded in the metal cutting edge. Samples that are clearly defective, as a result of sampling, shall be discarded and another sample taken. The Contractor shall furnish all tools, labor, and materials for cutting samples and :filling the cored pavement. Cored holes shall be filled in a manner acceptable to the Engineer and within one day after sampling. 4. Testing. The bulk specific gravity of each cored sample will be measured by the Engineer in accordance with ASTM D 2726 or D 1188, whichever is applicable. The percent compaction (density) of each sample will be determined by dividing the bulk specific gravity of each sublot sample by the average bulk specific gravity of all laboratory prepared specimens for the lot, as determined in paragraph 401-5.1a(2). The bulk specific gravity used to determine the joint density at joints between two different lots shall be the lower oftbe specific gravity values from the two different lots. 5. Acceptance. Acceptance of field placed material for mat density will be determined by the Engineer in accordance with the requirements of paragraph 401-5.2c. Acceptance for joint density will be determined in accordance with the requirements of paragraph 401-5.2d. c. Partial Lots - Plant-Produced Material. When operational conditions cause a lot to be terminated before the specified number of tests have been made for the lot, or when the Contractor and Engineer agree in writing to allow overages or other minor tonnage placements to be considered as partial lots, the following procedure will be used to adjust the lot size and the number oftests for the lot. The last batch produced where production is halted will be sampled, and its properties shall be considered as representative of the particular sublot from which it was taken. Where three sublots are produced, they shall constitute a lot. Where one or two sublots are produced, they shall be incorporated into the next lot, and the total number of sublots shall be used in the acceptance plan calculation, i.e., n = 5 or n = 6, for example. D. Partial Lots - Field Placed Material. The lot size for field placed material shall correspond to that of the plant material, except that, in no cases, less than 3 cored samples shall be obtained for the acceptance plan calculations, i.e., n = 3. P-401-15 401-5 2 A. ACCEPTANCE CRITERIA General. Acceptance will be based on the following characteristics of the bituminous mixture and completed pavement as well as the implementation of the Contractor's Quality Control plan and test results: 1. Stability 4. Mat density 7. Smoothness 2. Plow 5. Joint density 8. Grade 3. Air voids 6. Thickness Stability, flow, air voids, mat density, and joint density will be evaluated for acceptance on a lot basis using the method of estimating percentage of material within specification limits (PWL). Acceptance using PWL considers the variability (standard deviation) of the material and the testing procedures, as well as the average (mean) value of the test results to calculate the percentage of material that is above the lower specification tolerance limit (L) or below the upper specification tolerance limit (U). Thickness will be evaluated by the Engineer for compliance in accordance with paragraph 401-5.2.f(4). Acceptance for smoothness will be based on the criteria contained in paragraph 401-5.2f(5). Acceptance for grade will be based on the criteria contained in paragraph 401-5.2f(6). The Engineer may at any time, notwithstanding previous plant acceptance, reject and require the Contractor to dispose of any batch of bituminous mixture which is rendered unfit for use due to contamination, segregation, incomplete coating of aggregate, or improper mix temperature. Such rejection may be based on only visual inspection or temperature measurements. In the event of such rejection, the Contractor may take a representative sample of the rejected material in the presence of the Engineer, and, if it can be demonstrated in the laboratory, in the presence of the Engineer, that such material was erroneously rejected, payment will be made for the material at the contract unit price. B. Stability, Flow, and Air Voids. Evaluation for acceptance of each lot of plant- produced material for stability, flow, and air voids shall be based on PWL. The Contractor shall target production quality to achieve 90 PWL or higher. c. Mat Density. Evaluation for acceptance of each lot of in-place pavement for mat density shall be based on PWL. The contractor shall target production quality to achieve 90 PWL or higher. D. Joint Density. Evaluation for acceptance of each lot of in-place pavement for joint density shall be based on PWL. The Contractor shall target production quality to achieve 90 PWL or higher. P-401-16 I I I I I I, I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I E. Percentage of Material Within Specification Limits (PWL). The percentage of material within specification limits (PWL) shall be determined in accordance with procedures specified in Section 110 of the General Provisions. The specification tolerance limits(L) arid (U) are contained in Table 5. F. Acceptance Criteria. 1. Mat Density and Air Voids. If the PWL of the lot equals or exceeds 90 percent, the lot shall be acceptable. Acceptance and payment for the lot shall be determined in accordance wi'th paragraph 401-8.1. 2. Stability and Flow. If the PWL of the lot equals or exceeds 90 percent, the lot shall be acceptable. If the PWL is less than 90 percent, the Contractor shall determine the reason and take corrective action. If the PWL is below 80 percent, the Contractor must stop production and make adjustments to the nux. 3. Joint Density. If the PWL of the lot equals or exceeds 90 percent, the lot shall be acceptable. If the PWL is less than 90 percent, the Contractor shall evaluate the method of compacting joints. If the PWL is below 80 percent, the Contractor shall stop production until the reason for poor compaction can be determined. 4. Thickness. Thickness shall be evaluated for compliance by the Engineer to the requirements shown on the plans. Measurements of thickness shall be made by the Engineer using the cores extracted for each sublot for density measurement. 5. Smoothness. The finished surfaces of the pavement shall not vary more than ~" for the surface course. Each lot shall be evaluated with a l2-foot straightedge. The lot size shall be 2000 square yards. Measurements will be made perpendicular and parallel to the centerline at distances not to exceed 50 feet. When more than 15 percent of all measurements within a lot exceed the specified tolerance, the Contractor shall remove the deficient area and replace with new material. Sufficient material shall be removed to allow at least 1-1/2 inches of asphalt concrete to be placed. Skin patching shall not be permitted. High points may be ground off providing the course thickness remains within specified tolerance. 6. Grade. The finished surface of the pavement shall not' vary from the gradeline elevations and cross sections shown on the plans by more than 1/2 inch. The finished grade of each lot will be determined by running levels at intervals of 50 feet or less longitudinally and transversely to determine the elevation of the completed pavement. The lot size shall be 2000 square yards. When more than 15 percent of all the measurements within a lot are outside the specified tolerance, the Contractor shall remove the deficient area and replace with new material. Sufficient material shall be removed to P-401-l7 allow at least 1-112 inches of asphalt concrete to be placed. Skin patching for correcting low areas shall not be permitted. High points may be ground off providing the course thickness remains within specified tolerance. G. Outliers. All individuals' tests for mat density and air voids shall be checked for outliers (test criterion) in accordance with ASTM E 178, at a significance level of 5 percent. Outliers shall be discarded, and the PWL shall be determined using the remaining test values. T est Property Each Course Number of Blows 75 SDecification Tolerance Limit L U Stability, pounds, minimum 1800 -- Plow,O.OI-inch 8 16 Air Voids Total Mix, percent 2 5 Mat Density, percent 96.3 -- Joint Density, percent 93.3 -- 401 -5 :) RESAMPLTNG PAVEMENT. A. General. Resampling of a lot of pavement for mat density will be allowed if the Contractor requests, in writing, within 48 hours after receiving the written test results from the Engineer. A retest will consist of all the sampling and testing procedures contained in paragraphs 401-5.1b and 401-5.2c. Only one resampling per lot will be permitted. 1. A redefined PWL shall be calculated for the resampled lot. The number of tests used to calculate the redefined PWL shall include the initial tests made for that lot plus the retests. 2. The cost for resampling and retesting shall be borne by the Contractor. B. Payment for Resampled Lots. The redefined PWL for a resampled lot P-401-18 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 401- 5 4 401 -6 1 401-6.2 shall be used to calculate the payment for that lot in accordance with Table 6. C. Outliers. If the tests within a lot include a very large or a very small value which appears to be outside the normal limits of variation, check for an outlier in accordance with ASTM E 178, at a significance level of 5 percent, to determine if this value should be discarded when computing the PWL. T ,EVEr ,ING (;01 JRSR Any course used for truing and leveling shall meet the requirements of paragraphs 401-3.2 and 5.2b, but shall not be subject to the density requirements of paragraphs 401-5.2c and d. The leveling course shall be compacted with the same effort used to achieve density of the test section. The truing and leveling course shall not exceed a nominal thickness of 1-1/2 inches. CONTRACTOR QUALITY CONTROL GENERAL The Contractor shall develop a Quality Control Program in accordance with Section 100 of the General Provisions. The program shall address all elements which effect the quality of the pavement including, but no limited to: A. Mix Design F. Mixing and Transportation B. Aggregate Grading G. Placing and Finishing C. Quality of Materials H. Joints D. Stockpile Management I. Compaction E. Proportioning J. Surface Smoothness TESTING LABORATORY The Contractor shall provide a fully equipped asphalt laboratory located at the plant or job site. It shall be available for joint use by the Contractor for quality control testing and by the Engineer for acceptance testing and must have adequate equipment for the performance of the tests required by these specifications. The Engineer shall have priority in use of the equipment necessary for acceptance testing. The effective working area of the laboratory shall be a minimum of 150 square feet with a ceiling height of not less than 7.5 feet. Lighting shall be adequate to illuminate all working areas. It shall be equipped with heating and air conditioning units to maintain a temperature of70 degrees F + 5 degrees F. Laboratory facilities shall be kept clean and all equipment shall be maintained in proper working condition. The Engineer shall be permitted unrestricted access to inspect the Contractor's laboratory facility and witness quality control activities. The Engineer will advise the Contractor in writing of any noted deficiencies P-401-19 401-6 3 concerning the laboratory facility, equipment, supplies, or testing personnel and procedures. When the deficiencies are serious enough to be adversely affecting test results, the incorporation of the materials into the work shall be suspended immediately and will not be permitted to resume until the deficiencies are satisfactorily corrected. (}1 TAT JTY CONTROL TESTING The Contractor shall perform all quality control tests necessary to control the production and construction processes applicable to these specifications and as set forth in the approved Quality Control Program. The testing program shall include, but not necessarily limited to, tests for the control of asphalt content, aggregate gradation, temperatures, aggregate moisture, field compaction, and surface smoothness. A Quality Control Testing Plan shall be developed as part of the Quality Control Program. A. Asphalt Content. A minimum of two tests shall be performed per lot in accordance with ASTM D 2172 or ASTM D 6307 for determination of asphalt content. The weight of ash portion of the extraction test, as described in ASTM D 2172, shall be determined as part of the first extraction test performed at the beginning of plant production; and as part of every tenth extraction test performed thereafter, for the duration of plant production. The last weight of ash value obtained shall be used in the calculation of the asphalt content for the mixture. The use of the nuclear method for determining asphalt content in accordance with ASTM D 4125 is permitted, provided that it is calibrated for the specific mix being used. The use of an ignition binder oven for determining asphalt content in accordance with ASTM D 6307 is permitted, provided that it is calibrated for the specific mix being used. This calibration shall be provided to the Engineer prior to the start of production. The Engineer reserves the right to verify the calibration of any equipment. B. Gradation. Aggregate gradations shall be determined a minimum of twice per lot from mechanical analysis of extracted aggregate in accordance with ASTM D 5444, and ASTM C 136 (Dry Sieve). When asphalt content is determined by the nuclear method, aggregate gradation shall be determined from hot bin samples on batch plants, or from the cold feed on drum mix or continuous mix plants, and tested in accordance with ASTM C 136 (dry sieve) using actual batch weights to determine the combined aggregate gradation of the mixture. If the asphalt content is determined by the ignition method, aggregate gradations shall be determined from a mechanical analysis of the combined virgin aggregate, taken just prior to introduction into the dryer drum or mixer, and tested in accordance with ASTM C 117 and ASTM C 136 (Dry Sieve). c. Monswre Content of Aggregate. The moisture content of aggregate used P-401-20 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 401-6 4 401-6.5 for production shall be determined a minimum of once per lot in accordance with ASTM C 566. D. Moisture Content of Mixture. The moisture content of the mixture shall be determined once per lot in accordance with ASTM D 1461. Ifit exceeds .0.5% by weight of dry mix, the Contractor shall cease production until an , action acceptable to the Engineer is taken. E. Temperatures. Temperatures shall be checked, at least four times per lot, at necessary locations to determine the temperatures of the dryer, the bitumen in the storage tank, the mixture at the plant, and the mixture at the job site. F. In-Place Density Monitoring. The Contractor shall conduct any necessary testing to ensure that the specified density is being achieved. A nuclear gauge may be used to monitor the pavement density in accordance with ASTM D 2950. G. Additional Testing. Any additional testing that the Contractor deems necessary to control the process may be performed at the Contractor's option. H. Monitoring. The Engineer reserves the right to monitor any or all of the above testing. SAMPLlNG. When directed by the Engineer, the Contractor shall sample and test any material which appears inconsistent with similar material being sampled, unless such material is voluntarily removed and replaced or deficiencies corrected by the Contractor. All sampling shall be in accordance with standard procedures specified. CONTROL CHARTS. The Contractor shall maintain linear control charts both for individual measurements and range (i.e., difference between highest and lowest measurements) for aggregate gradation and asphalt content. Control charts shall be posted in a location satisfactory to the Engineer and shall be kept current. As a minimum, the control charts shall identify the project number, the contract item number, the test number, each test parameter, the Action and Suspension Limits applicable to each test parameter, and the Contractor's test results. The Contractor shall use the control charts as part of a process control system for identifying potential problems and assignable causes before they occur. If the Contractor's projected data during production indicates a problem and the Contractor is not taking satisfactory corrective action, the Engineer may suspend production or acceptance of the material. P-401-21 A. Individmlll Measurements. Control charts for individual measurements shall be established to maintain process control within tolerance for aggregate gradation and asphalt content. The control charts shall use the job mix formula target values as indicators of central tendency for the following test parameters with associated Action and Suspension Limits: CONTROL CHART LIMITS FOR INDIVIDUAL MEASUREMENTS Sieve Action Limit Susoension Limit 3/4 inch 0% 0% Y2 inch +/-6% +/-9% 3/8 inch +/-6% +/-9% No.4 +/-6% +/-9% No. 16 +/-5% +/-7.5% No. 50 +/-3% +1-4.5% No. 200 +/-2% +/-3% Asnhalt Content +/-0.45% +/-0.70% B. Range. Control charts for range shall be established to control process variability for the test parameters and Suspension Limits listed below. The range shall be computed for each lot as the difference between the two test results for each control parameter. The Suspension Limits specified below are based on a sample size of n = 2. Should the Contractor elect to perform more than two tests per lot, the Suspension Limits shall be adjusted by multiplying the Suspension Limit by 1.18 for n = 3 and by 1.27 for n = 4. CONTROL CHART LIMITS BASED ON RANGE ased on n = 2 Sieve 1/2 inch 3/8 inch No.4 No. 16 No. 50 No. 200 As halt Content Sus ension Limit 11 percent 11 percent 11 percent 9 percent 6 percent 3.5 percent 0.8 erceilt C. Corrective Action. The Quality Control Plan shall indicate that appropriate action shall be taken when the process is believed to be out of tolerance. The Plan shall contain sets of rules to gauge when a process is out of control and detail what action will be taken to bring the process into control. As a minimum, a process shall be deemed out of control and production stopped and corrective action taken, if: 1. One point falls outside the Suspension Limit line for individual measurements or range; or P-401-22 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 2. Two points in a row fall outside the Action Limit line for individual measurements. METHOD OF MEASUREMENT 401 - 7 1 MEASl JREMENT. Plant mix bituminous concrete pavement shall be measured by the number of tons of bituminous mixture used in the accepted work. Recorded batch weights or truck scale weights will be used to determine the basis for the tonnage. BASIS OF PAYMENT 401-8 1 PA YMENT. Payment for an accepted lot of bituminous concrete pavement shall be made at the contract unit price per ton for bituminous mixture adjusted according to paragraph 401-8.1a, subject to the limitation that: The total project payment for plant mix bituminous concrete pavement shall not exceed 102 percent of the product of the contract unit price and the total number of tons of bituminous mixture used in the accepted work (see Note 2 under Table 6). The price shall be compensation for furnishing all materials, for all preparation, mixing, and placing of these materials, and for all "labor, equipment, tools, and incidentals necessary to complete the item. A. Basis of Adjusted Payment The pay factor for each individual lot shall be calculated in accordance with Table 6. A pay factor shall be calculated for both mat density and air voids. The lot pay factor shall be the higher of the two values when calculations for both mat density and air voids are 100 percent or higher. The lot pay factor shall be the product of the two values when only one of the calculations for either mat density or air voids is 100 percent or higher. The lot pay factor shall be the lower of the two values when calculations for both mat density and air voids are less than 100 percent. TABLE 6. PRICE ADJUSTMENT SCHEDULEl Percentage of Material Within Speci fication Lot Pay Factor (Percentage of Contract Unit Limits (PWL) Price) 96-100 106 90-95 PWL + 10 75-89 0.5 PWL + 55 55-74 1.4PWL-12 Below 55 Reied JALTHOUGH IT IS THEORETICALLY POSSIBLE TO ACHIEVE A PAY FACfOR OF 106 PERCENT FOR EACH LOT, AClUAL PAYMENT ABOVE 100 PERCENT SHALL BE SUBJECf TO THE TOTAL PROJECf PAYMENT LIMITATION SPECIFIED IN PARAGRAPH 401-8.1. P-401-23 ~ LOT SHALL BE REMOVED AND REPLACED. HOWEVER, THE ENGINEER MAY DECIDE TO ALLOW THE REJECTED LOT TO REMAIN. IN TIIA T CASE, IF THE ENGINEER AND CONTRACTOR AGREE IN WRlTING THAT THE LOT SHALL NOT BE REMOVED, IT SHALL BE PAID FOR AT 50 PERCENT OF THE CONTRACT PRICE AND THE TOTAL PROJECf PAYMENT LIMITATION SHALL BE REDUCED BY THE AMOUNT WITIIHELD FOR THE REJECTED LOT. Por each lot accepted, the adjusted contract unit price shall be the product of the lot pay factor for the lot and the contract unit price. Payment ,shall be subject to the total project payment limitation specified in paragraph 401-8.1. Payment in excess of 100 percent for accepted lots of bituminous concrete pavement shall be used to offset payment for accepted lots of bituminous concrete pavement that achieve a lot pay factor less than 100 percent. B. Payment. Payment will be made under: Item P-401A Bituminous Leveling Course--per ton. Item P-401B Bituminous Surface Course--per ton. TESTING REQUIREMENTS ASTM C 29 Bulk Density (Unit Weights) and Voids III Aggregate ASTM C 88 Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate ASTM C 117 Materials Finer than 75-micron (No.200) Sieve in Mineral Aggregates by Washing ASTM C 131 Resistance to Degradation of Small-Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine ASTM C 136 Sieve Analysis of Fine and Coarse Aggregates ASTM C 183 Sampling and the Amount of Testing of Hydraulic Cement ASTM C 566 Total Evaporable Moisture Content of Aggregate by Drying Sampling Aggregates ASTM D 75 ASTM D 995 Mixing Plants for Hot-Mixed, Hot-Laid Bituminous Paving Mixtures P-401-24 I I I I I I, I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I ASTM D 1188 Bulk Specific Gravity and Density of Compacted Bituminous Mixtures Using Paraffin-Coated Specimens ASTM D 1461 Moisture or Volatile Distillates in Bituminous Paving Mixtures ASTMD 2041 Theoretical Maximum Specific Gravity and Density of Bituminous Paving Mixtures ASTM D 2172 Quantitative Extraction of Bitumen from Bituminous Paving Mixtures ASTMD 2419 Sand Equivalent Value of Soils and Fine Aggregate ASTM D 2489 Estimating Degree of Particle Coating of Bituminous-Aggregate Mixtures ASTM D 2726 Bulk Specific Gravity and Density of Non- Absorptive Compacted Bituminous Mixtures ASTM D 2950 Density of Bituminous Concrete in Place by Nuclear Method ASTM D 3203 Percent Air Voids in Compacted Dense and Open Bituminous Paving Mixtures ASTM D 3665 Random Sampling of Construction Materials ASTM D 3666 Minimum Requirements for Agencies Testing and fuspecting Road and Paving Materials ASTM D 4125 Asphalt Content of Bituminous Mixtures by the Nuclear Method ASTM D 4318 Liquid Limit, Plastic Limit, and Plasticity Index of Soils ASTM D 4791 Flat Particles, Elongated Particles, or Plat and Elongated Particles in Coarse Aggregate ASTM D 4867 Effect of Moisture on Asphalt Concrete Paving Mixtures ASTM D 5444 Mechanical Size Analysis of Extracted Aggregate P-401-25 ASTM D 5821 ASTM D 6307 ASTM"E 178 AASHTO T 245 The Asphalt Institute's Manual No.2 (MS-2) ASTM D 242 ASTM D 1073 ASTMD 3381 ASTM D 4552 AASHTO MPl END OF ITEM P-401 Determining the Percentage of Fractured Particles in Coarse Aggregate Asphalt Content of Hot-Mix Asphalt by Ignition Method Dealing with ,Outlying Observations ResistaI:1ce to Plastic Flow of Bituminous Mixtures Using Marshall Apparatus Mix Design Methods for Asphalt Concrete MA 'fERlIAL REQUIREMENTS Mineral Filler for Bituminous Paving Mixtures Fine Aggregate for Bituminous Paving Mixtures Viscosity-Graded Asphalt Cement for Use ill Pavement Construction Classifying Hot-Mix Recycling Agents Performance Graded Binder Designation P-401-26 I I I I I I I I I I I I I I I I I I I I I I I I I .1 I I I I I I I I I I I I ITEM P-407 SINGLE SURFACE TREATMENT DESCRIPTION 407 -1 1 This item shall consist of a single surface treatment constructed on an existing pavement in accordance with these specifications and in conformity with the dimensions and typical cross section shown on the plans. The single surface treatment shall consist of an application of bitumen covered with a layer of aggregate properly rolled. The surface treatment shall be overlaid with a hot mix asphalt surface course. 407 -1 2 QUANTITY OF MATERIALS The approximate amounts of bituminous material and aggregate required per square yard are given in Table 1. The exact amounts shall be between these limits and shall be the amount necessary to obtain a complete and satisfactory cover approved by the Engineer. TABLE 1. QUANTITY OF MATERIAl,S B' . M . 1(1) ltllmmous atena Aggregate(2) Gals/sq yd. Ibs /sq. yd. 0.20 - 0.30 (asphalt cement) 25 - 35 0.25 - 0.35 (emulsified asphalt) (1) See Paragraph 407-2.2 for grades of asphalt and spraying temperatures. (2) The weight of aggregate shown in Table 1 is based on aggregate with a specific gravity of 2.65. If the specific gravity of the aggregate to be used is lower than 2.50 or higher than 2.80, then the aggregate weight shown in the table shall be multiplied by the ratio that the bulk specific gravity ofthe aggregate used bears to 2.65. MATERIALS 407-2. ] AGGREGA TE. Aggregate shall be crushed stone, and shall meet the gradation given in Table 2 when tested per ASTM C 136. P-407-1 TABLE 2. RRQIHRRMRNT FOR GRADATION OF AGGREGATE (ASTM D 448, NO.7) Sieve Designation Percentage by Weight l?assing Sieves 3/4 inch 100 90-100 40- 70 0-15 0-5 1/2 inch 3/8 inch No.4 No.8 The aggregate shall consist of clean, tough, durable fragments free from soft or disintegrated pieces, dirt, wood, roots, or other objectionable matter, and shall have a percent of wear of not more than 40 as determined by ASTM C 131. Aggregate shall be thoroughly washed, free from clay balls and adherent films of clay or rock dust. Aggregate shall be of such nature that a thorough coating of the bituminous material to be used in the work applied to it will not slough off upon contact with water. The aggregate shall not contain more than 8%, by weight, of flat, elongated, or flat and elongated particles, with a ratio value greater than 5:1, as determined by ASTM D 4791, nor show a total loss greater than 12 percent when subjected to five cycles of the sodium sulphate soundness test in accordance with ASTM C 88. 407-22 BITUMINOUS MA TERTAL. The Bituminous material to be furnished shall meet one ofthe following requirements: A. Asphalt cement shall meet the requirements of ASTM D 3381, Grade AC-5 or AC-I0, unless approved otherwise by the Engineer. Asphalt cement shall be applied at a temperature between 275 degrees and 325 degrees F. B. Emulsified asphalt shall be ASTM D 2397, grade CRS-2, or ASTM D977, grade RS-2, unless approved otherwise by the Engineer. The use of RS-2 or CRS-2 shall be determined by the aggregate supplier providing data as to the ionic charge of the aggregate and' the Contractor recommending the appropriate asphalt emulsion based upon this information from the aggregate supplier. Emulsified asphalt shall be applied at a temperature between 125 degrees and 175 degrees F. P-407-2 I I I I I I I. I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 407-3.1 407-3 2 407-3 3 407-34 CONSTRUCTION METHODS WEATHER AND TEMPERATURE LIMITATION. The single surface treatment shall be constructed only when the pavement is dry, the atmospheric temperature is above 60oF, the weather is not foggy or rainy, and dust or sand is not blowing. The temperature requirements may be waived but only when so directed by the Engineer. ORGANlZA TION AND EQUIPMENT. Each unit required in the execution of these specifications shall be under the continuous supervision of a competent superintendent thoroughly experienced in this class of work. Experienced operators will be required on all equipment used in hauling and applying bituminous material and aggregates. All equipment necessary for the proper construction of this work shall be on the project, in first-class working condition, and shall have been approved by the Engineer before construction is permitted to start. A. Pressure Distributor. The distributor shall be designed and operated so that bituminous material at even heat may be applied uniformly on variable widths of surface at the specified rate. The allowable variation from the specified rate shall not exceed 5 percent. Distributor equipment shall include a tachometer, pressure gages, volume-measuring devices, and a thermometer for measuring temperatures of tank contents. The distributor shall be self-powered and shall be equipped with a power unit for the pump and full circulation spray bars adjustable laterally and vertically. B. Aggregate Spreader. The aggregate spreader shall be a self-propelled mechanical spreader or truck-attached mechanical spreader capable of uniformly distributing aggregate at the specified rates. C. Roller. The roller shall be a smooth tread pneumatic-tired roller capable of exerting a contact pressure of not less than 40 or more than 50 pounds per square inch. D. Power Broom. A power broom and/or blower shall be provided for removing loose material from the pavement to be treated, and from the completed single surface treatment. CONDITION OF EXISTfNG PAVEMENT. The underlying pavement upon which the surface treatment is to be constructed shall be cleaned of all loose material, dirt, dust, clay, vegetation, and other material which would prevent bituminous materials from adhering to the pavement. When specified, the existing pavement shall be repaired and existing cracks sterilized and sealed as shown on the drawings. APPLICATION OF BITUMINOUS MATERIAL. The bituminous material shall be applied uniformly to the prepared existing pavement with the prescribed pressure P-407-3 407-3 5 407-36 407-3 7 407-3 8 distributor and at the rate and temperature specified. Bituminous material shall be so applied to insure proper drainage and uniform distribution at all points. Unless the distributor is so equipped as to obtain uniform distribution at the junction of applications, building paper shall be spread on the surface for a sufficient distance back from the end of each application so that flow through sprays may be started and stopped on the paper, and so that all sprays will operate properly on the entire length being t,reated. Building paper so used shall be immediately removed. SPREADING AGGREGATE. Aggregate in the quantity specified shall be spread uniformly over the bituminous material immediately after the . bituminous application. The aggregate shall be spread in the same width of application as for the bituminous material, and applied uniformly with the aggregate spreading equipment or by hand methods when authorized. Trucks spreading aggregate shall be operated backward so that bituminous material will be covered before truck wheels pass over it. The aggregate shall not be applied in such thickness to cause blanketing. Immediately after the aggregate has been spread, all areas where aggregate has been unevenly applied shall be back-spotted or handbroomed. Back- spotting or sprinkling of additional aggregate over areas that show up as having insufficient cover shall be continued during the operations whenever necessary. The aggregate shall be suitably air dried prior to spreading. All surplus aggregate shall be swept off the surface and removed prior to final acceptance of the work. ROI .l .lNG. Rolling of the aggregate shall commence immediately after spreading and shall be done with the specified rubber tired roller until the aggregates are keyed, set, and properly imbedded in the bituminous material. Excessive rolling which could cause crushing or dislodgement of the aggregate shall be avoided. STJRFACE MATNTENANCE AND CORRECTION OF DEFECTS. It shall be the Contractor's responsibility to keep the surface treatment free from all foreign or objectionable material. All excess or loose aggregate shall be removed at the Contractor's expense. Any defects, such as raveling, low centers, lack of uniformity, or other imperfections caused by faulty workmanship or other operations, shall be corrected to the satisfaction of the Engineer. All defective materials resulting from over-heating, improper handling, or application shall be removed by the Contractor and replaced with approved materials as provided for in these specifications. Any surface treatment that becomes coated or mixed with dirt or clay prior to the application of the hot mix asphalt overlay shall be removed, replaced with clean aggregate, retreated, and rolled at the Contractor's expense. TNSPECTION. The Engineer or his authorized representative shall have access, at all times, to all parts of the operations for the purpose of inspecting the equipment, the conditions and operations of the plant, for the verification of weights or proportions and character of material, and to determine the application temperatures. P-407-4 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 407-39 407 -4 1 407 -5 1 BITlJMTNOnS AND AGGREGATE MATERIAL CONTRACTOR'S RESPONSIBILITY. Samples of the bituminous and aggregate materials that the Contractor proposes to use, together with a statement of their source and character, and the ionic charge of the aggregate must be submitted and approval must be obtained before use of such material begins. The Contractor shall require the manufacturer or producer of the bituminous and aggregate materials to furnish material subject to this and all other pertinent requirements of the contract. Only those materials which have been tested and approved for the intended use shall be acceptable. The Contractor shall furnish vendor's certified tests for each carload or equivalent of bitumen shipped to the project. The report shall be delivered to the Engineer before permission is granted for use of the material. The furnishing of the vendor's certified test report for the bituminous material shall not be interpreted as a basis for final acceptance. All such test reports shall be subject to verification by testing sample materials received for use on the project. METHOD OF MEASUREMENT The unit of measurement for the single surface treatment shall be the square yard. The square yardage to be paid for shall be the number of square yards as ordered in the accepted work. BASIS OF PAYMENT Payment shall be made at the contract unit price per square yard for single surface treatment including bituminous material and aggregate. This price shall be full compensation for furnishing all materials, for all preparation, hauling and placing these materials, and for all labor, equipment, tools and incidentals necessary to complete the item. Payment will be made under: Item P-407 Single Surface Treatment - per square yard. P-407-5 ASTM C 88 ASTM C 131 ASTM C 136 ASTM D 448 ASTM D 977 ASTM D 2397 ASTM D 3381 ASTMD4791 AASHTO MP I END OF ITEM P-407 TESTING AND MATERIAL REQlJ][lRJEMENTS Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate Resistance to Degradation of Small-Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine , Sieve Analysis of Fine and Coarse Aggregates Sizes of Aggregate for Road and Bridge Construction Emulsified Asphalt Cationic Emulsified Asphalt Viscosity-Graded Asphalt Cement for Use in Pavement Construction Flat Particles, Elongated Particles, or Flat and Elongated Particles in Coarse Aggregate Performance Graded Asphalt Binder P-407-6 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 410-1.1 410-2.1 410-2.2 ITEM P-410 CRACK REPAIR MEMBRANE DESCRIPTION This item shall consist of installation of an engineering fabric pavement repair membtane over existing paving lane joints and construction joints which are to receive new asphaltic overlay to retard the potential for reflective cracking. MATERIALS ' Pavement Repair Membrane Fabric: The fabric shall be Pave Prep as manufactured by Pavetech International or Pro-Guard Paving Repair Membrane as manufactured by AMOCO or an approved equivalent. The material shall meet the following requirements: Width 18 to 20 inches Tensile Strength 1000 psi Min. Elongation at Break 100% Min. Weight 0.9Ib/sfMin. Thickness 0.135 in. Min. Brittleness Pass ASTM D-517 Cold Flex No Separation When Tested Under ASTM D- 146 Reinforcement 2,000,000 Min. Cycles to Breakages for Single Fiber Flammability Self Extinguishing Tack Coat. In accordance with Item P-603. 410-2.3 Crack Sealing. In accordance with Item P-608. 410-2.4 Submittals: The Contractor shall submit samples, manufacturer's data, printed instructions, notarized certificate of compliance and test reports to the Engineer for approval prior to delivery to the project. P-410-1 410-3.1 410-4.1 410-4.2 410-5.1 410-5.2 410-6.1 SURFACE PREPARATION The surface upon which the fabric material is to be placed and cracks to be sealed or filled shall be free of dirt, water, grease, vegetation, loose and flaky paint, milling residue and all other foreign material. Other surface preparation required shall be as recommended by the manufacturer. EQUIPMENT Membrane Handling Equipment: No special equipment is required for handling the rolls of fabric material. A steel bar may be inserted through the core and suspended in any manner from the back of a truck for easy take-off or simply rolled along the crack manually. Miscellaneous Equipment: Razor blade knives shall be provided to cut the membrane. A hand roller may be used to unroll the membrane. A heavy pneumatic tired roller shall be used to ensure adhesion of the membrane to the underlying pavement. CONSTRUCTION METHODS Membrane Placement: The Contractor shall treat cracks that receive crack repair membrane in accordance with manufacturer's recommendations and Specification P- 608. The Contractor shall center the membrane over the joints and install the membrane in strict conformance to the manufacturer's printed instructions. A representative from the manufacturer shall be present during the initial installation and shall provide a written report stating that the membrane is being instailed correctly and in accordance with the manufacturers instructions. Bubbles and wrinkles in the membrane shall be slit and smoothed as approved by the Engineer. Removal and replacement of any material that is damaged during and after placement or fails to meet the manufacturer's instructions is the responsibility ofthe Contractor. Removal and replacement shall be to the complete satisfaction ofthe Engineer and at no cost to the Owner. General: Air and pavement temperatures during material installation shall be sufficient to allow adequate tacking. Both ambient and pavement surface temperature shall be above 450 Fahrenheit. METHOD OF MEASUREMENT The unit of measurement of the pavement crack repair membrane in place and accepted by the Engineer shall be measured and paid for in linear feet. Width ofthe P-41O-2 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I material shall be 18-20 inches. Overlapping of the fabric material to meet the manufacturer's installation instructions shall not be measured. BASIS OF PAYMENT 41 0- 7 .1 Payment shall be made at the contract unit price per linear foot of the crack repair membrane in place. This price shall be full compensation for furnishing all materials including cleaning, crack sealing, bituminous tack coat as required, fabric membrane and for all preparation and application of these materials, and for all labor, equipment, tools and incidentals necessary to complete the item. Payment will be made under: Item P-410 Crack Repair Membrane -- per linear foot TESTING AND MATERIAL REQUIREMENTS ASTMD 146 Methods of Sampling and Testing Bitumen - Saturated Felts and Fabrics used in Roofing and Waterproofing END OF ITEM P-410 P-410-3 I I I I I I I I I I I I I I I I I I I 603-1.1 603-2.1 Type and Grade ITEM P-603 BITUMINOUS TACK COAT DESCRIPTION This item shall consist of preparing and treating a bituminous or concrete surface with bituminous material in accordance with these specifications and in reasonably close conformity to the lines shown on the plans. MATERIALS ' BITUMINOUS MATERIALS. The bituminous material shall be either asphalt cement or emulsified asphalt and shall conform to the requirements of Table 1. The type, grade, controlling specification, and application temperature of bituminous material to be used will be approved by the Engineer. Other types of bituminous material suitable for use as a tack coat may be used when approved in writing by the Engineer. TABLE 1. BITUMINOUS MATERIAL Specification Application Temperature Deg.F Emulsified Asphalt SS-I, SS-lh CSS-1, CSS-1h ASTM D 977 ASTM D 2397 75-130 75-130 Asphalt Cement AC-20, AC-30 603-2.2 603-3.1 603-3.2 ASTM D 3381 300-350 NIGHT PAVING. During nighttime paving operations, when required, only a viscosity graded asphalt cement meeting the requirements of ASTM D 3381 will be allowed for tack coat. CONSTRUCTION METHODS WEATHER LIMIT A nONS. The tack coat shall be applied only when the existing surface is dry and the atmospheric temperature is above 60oF. The temperature requirements may be waived, but only when so directed by the Engineer. EQUIPMENT. The Contractor shall provide equipment for heating and applying the bituminous material. The distributor shall be designed, equipped, maintained, and operated so that P-603-1 603-3.3 603-3.4 bituminous material at even heat may be applied uniformly on variable widths of surface at the specified rate. The allowable variation from the specified rate shall not exceed 10 percent. Distributor equipment shall include a tachometer, pressure gages, volume-measuring devices or a calibrated tank, and a thermometer for measuring temperatures of tank contents. The distributor shall be self-powered and shall be equipped with a power unit for the pump and full circulation spray bars adjustable laterally and vertically. The distributor shall be mounted on pneumatic tires wide enough to distribute wheel loads to prevent damage to pavements. A power broom and/or blower shall be provided for cleaning of the surface to be treated. APPLICATION OF BITUMINOUS MATERIAL. Immediately before applying the tack coat, the full width of surface to be treated shall be cleaned with a power broom and/or airblast to remove all loose dirt and other objectionable material. Emulsified asphalt, slow-setting types only, shall be diluted by the addition of water when directed by the Engineer and shall be applied a sufficient time in advance ofthe paver to ensure that all water has evaporated before any of the overlying mixture is placed on the tacked surface. The bituminous material including vehicle or solvent shall be uniformly applied with a bituminous distributor at the rate of O. OS to 0.15 gallons per square yard depending on the condition of the existing surface. The type of bituminous material and application rate shall be approved by the Engineer prior to application. The tack coat shall be applied such that the entire surface to be tack coated is uniformly covered. . Following the application, the surface shall be allowed to cure without being disturbed for such period of time as may be necessary to permit drying out and setting of the tack coat. This period shall be determined by the Engineer. The surface shall then be maintained by the Contractor until the next course has been placed. Suitable precautions shall be taken by the Contractor to protect the surface against damage during this interval. No more tack coat shall be applied than can be covered with a bituminous course in the same day. BITUMINOUS MATERIAL-CONTRACTOR'S RESPONSIBILITY. Samples of the bituminous material that the Contractor proposes to use, together with a statement as to its source and character, must be submitted and approved before use of such material begins. The Contractor shall require the manufacturer or producer of the bituminous material to furnish material subject to this and all other pertinent requirements of the contract. Only satisfactory materials, so demonstrated by services tests, shall be acceptable. P-603-2 I I I I I I, I I I I I I I I I I I I I I I I I I I 'I I I I I I I I - .1 I I I 603-3.5 603-4.1 603-5.1 The Contractor shall furnish the vendor's certified test reports for each carload, or equivalent, of bituminous material shipped to the project. The report shall be delivered to the Engineer before permission is granted for use of the material. The furnishing ofthe vendor's certified test report for the bituminous material shall not be interpreted as a basis for final acceptance. All such test reports shall be subject to verific~tion by testing samples of material ,received for use on the project. FREIGHT AND WEIGH BILLS. Before the final estimate is allowed, the Contractor shall file with the Engineer receipted bills when railroad shipments are made, and certified weigh bills when materials are received in any other manner, of the bituminous materials actually used in the construction covered by the contract. The Contractor shall not remove bituminous material from the tank car or storage tank until the initial outage and temperature measurements have been taken by the Engineer, nor shall the car or tank be released until the final outage has been taken by the Engineer. Copies of freight bills and weigh bills shall be furnished to the Engineer during the progress of the work. METHOD OF MEASUREMENT The bituminous material for tack coat shall be measured by the gallon. Volume shall be corrected to the volume at 60"F in accordance with ASTM D 4311 for asphalt cement and Table IV-3 of The Asphalt Institute's Manual MS-6 for emulsified asphalt. Water added to emulsified asphalt will not be measured for payment. BASIS OF PAYMENT Payment shall be made at the contract unit price per gallon of bituminous material. This price shall be full compensation for furnishing all materials, for all preparation, delivery, and application ofthese materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item P -603 Bituminous Tack Coat -- per gallon P-603-3 ASTM D 977 ASTM D 2397 ASTM D 3381 ASTMD 4311 Asphalt Institute Manual MS-6 END OF ITEM P-603 MATERIAlL REQUIREMENTS Emulsified Asphalt Cationic Emulsified Asphalt Viscosity-Graded Asphalt Cement fpr Use in Pavement Construction Determining Asphalt V olume Correction to a Base Temperature Table IV -3: Temperature-Volume Corrections for Emulsified Asphalts P-603-4 I I I I 'I I I I I ,I I 'I I :1 I I I I I I I I I I I I I I I I I I I I I I, I I 608-1.1 608-2.1 608-2.2 608-2.3 608-3.1 608-3.2 ITEM P-608 SEALING CRACKS IN BITUMINOUS PAVEMENT DESCRIPTION This item shall consist of cleaning and repair of cracks including open lane joints in bituminous pavement. Medium width cracks, as indicated on the drawings and specified in paragraph 608-5.3, shall be sealed with a resilient and adhesive sealant. Large width cracks, as indicated on the drawings and specified in paragraph 608-5.3, shall be filled with densely compacted hot mix asphalt. In lieu bituminous sealant, at Contractor's option, high strength, non-shrink grout may used for sealing medium and large cracks. Grout specifications and sealing methods must be approved by the Engineer prior to construction. Existing sealed cracks in satisfactory condition as determined by the Engineer shall not be resealed. The work shall be located as shown on the drawings or as directed by the Engineer. MATERIALS CRACK SEALANT. Crack sealing material shall meet the requirements of ASTM D 6690, Type II or III. BACKER ROD. Backer rod material shall meet the requirements of ASTM D 5249, Type 1, and shall be compressible, nonshrinkable, nonabsorbent, and compatible with the sealant. The rod shall not soften or melt at application temperature of sealant. Minimum rod diameter shall be at least 25% greater than the nominal width of crack or sealant reservoir in which rod is placed. HOT MIX ASPHALT. The mix shall conform to Item P-401, Bituminous Leveling Course. EQUIPMENT GENERAL REQUIREMENTS. Furnish all equipment, tools, and accessories necessary to prepare and clean cracks and install sealants and repair materials. Machines, rollers, tools, and equipment used in the work shall be approved by the Engineer before the work is started and shall be maintained in proper working condition at all times. CRACK ROUTING EQUIPMENT. The routing equipment shall be a self-powered machine operating a power driven tool or bit specifically designed for routing cracks in bituminous pavement. The bit shall rotate about a vertical axis at sufficient speed to cut a smooth vertical-walled reservoir in the pavement surface and shall maintain accurate cutting without damaging the sides or top edges of the reservoir. The router shall be capable of following the trace of the crack without deviation. The use of P-608-1 608-3.3 608-3.4 608-3.5 608-3.6 rotary impact routing devices will not be permitted for cleaning cracks except when vertical-sided carbide tipped bits approved by the Engineer are used. CRACK PREPARATION. Either a vertical spindle router or a concrete saw shall be used to clean cracks and form the minimum sealant reservoir required. When formation of a sealant reservoir is not required, a wire brush supplemented by sandblasting may be used for cleaning. If the equipment used or its operator cannot obtain proper crack preparation and without damage to asphalt pavement to remain, the work will not be allowed to continue until the cause ofthe unsatisfactory work is remedied. A. Vertical Spindle Router. Router bits of diameter indicated shall be on hand to work the existing variable width cracks. The router shall be able to follow the crack, remove any old sealant, and widen the crack as indicated without chipping or spalling the bituminous pavement around the crack. B. Concrete Saw. The saw shall be equipped with a 6-inch diameter or less diamond or abrasive blade capable of closely following cracks without damaging or overcutting adjacent pavement. C. Wire Brush. The cleaning equipment shall be a self-powered machine operating a power-driven wire brush suitable for cleaning cracks in bituminous pavement. The wire brush shall remove debris from the crack without unduly damaging the edges of sound pavement. SANDBLASTING EQUIPMENT. Equipment shall include air compressor, hose, and nozzles of proper size, shape, and opening capable ofremoving foreign material from cracks. Attach an adjustable guide to the nozzle that will hold the nozzle aligned with the crack to effectively clean without damage to asphalt edges. Adjust the height, angle of inclination, and size of nozzle to sandblast and clean the crack. AIR COMPRESSOR. Provide portable air compressor capable of operating the air blasting and sandblasting equipment and capable of blowing out sand, water, dust, and other objectionable materials from the cracks. The compressor shall furnish oil free air at a pressure not less than 100 psi and a minimum rate of 150 cfrn at the nozzles. The compressor shall be equipped with traps that maintain the compressed air free of oil and water. HOT COMPRESSED-AIR (HCA) HEAT LANCE. Provide a HCA heat lance to warm, dry, and clean the crack when the sealing operation must be conducted in less than desirable conditions and as directed by Engineer. Undesirable conditions occur following rain or when the pavement temperature is below 50 degrees F. The heat lance shall be capable of producing heated air at 2,500 degrees F and at a minimum velocity of 2,000 feet per second. Heating the cracks using direct flame methods shall not be permitted. P-608-2 I I II ,I I - I ,I 'I 'I I "I I .J j I I I :1 I I I I I ~ I I. I, I ,I I I I I I I I I 608-3.7 608-3.8 608-4.1 608-5.1 VACUUM SWEEPER. Provide self-propelled, vacuum pickup sweepers capable of completely removing all cuttings, loose sand, water, and debris from pavement surface and cracks. HOT-APPLIED SEALANT EQUIPMENT. Install hot-applied sealant materials with unit applicators recommended and approved by the sealant manufacturer which will he,at and extrude the sealant. Equip the mobile units with double-wall agitator type kettles with an oil medium in the outer space for heat transfer, a direct- connected pressure-type extruding device with nozzle or nozzles shaped for insertion in the cracks to be filled, and positive devices for controlling the temperature of oil and sealer. Design the applicator so that the sealant will circulate through the delivery hose and return to the kettle when not sealing. Insulate the applicator wand from the kettle to the nozzle. Select dimensions ofthe nozzles such that the tip ofthe nozzle will easily feed sealant into the void space of the crack. Equip the nozzle tip with a metal cross-bar to assure that the top of the sealant fed into the sealant reservoir is level and within the indicated tolerance below the pavement surface. SUBMITT ALS SUBMITT ALS. No installation of materials will be allowed until all submittals have been received and accepted. A. Manufacturer's Catalog Data and Instructions. Submit copies of manufacturers catalog data and recommendations for sealant installation and equipment use. B. Equipment List and Statements. Submit a list and description of the sealant installation equipment, including model and serial number, to be used and a statement from the supplier of the sealant that the proposed equipment is acceptable for installing the specified sealant. C. Certified Test Reports. Submit certification that sealant to be used meets the specification. CONSTRUCTION METHODS SEALANT DELIVERY AND STORAGE. Each lot or batch of sealant compound shall be delivered to the job site in the manufacturer's original sealed container. Each container shall be marked with the manufacturer's name, batch or lot number, shelf life, and the safe heating temperature and shall be accompanied by the manufacturer's certification stating that the compound meets the requirements of this specification. Materials delivered to the job site shall be inspected for defects, unloaded, and stored with a minimum of handling to avoid damage. Storage facilities shall be provided at the job site to protect materials from weather and to maintain them at temperatures as recommended by the manufacturer. P-608-3 608-5.2 608-5.3 608-5.4 608-5.5 608-5.6 WEATHER LIMITATIONS. Do not proceed when weather conditions detrimentally affect the quality of cleaning or preparing cracks and applying sealants and repair materials. Apply sealants only if the pavement temperature is at least 50 degrees F and sealant reservoirs are dry unless an approved HCA heat lance is used. Materials shall be protected from free moisture. CRACK PREPARATION. Final cleaning operations shall be accomplished immediately in advance of sealing operations. Clean the cracks by removing existing defective sealants, dirt, vegetation, and other foreign material with the equipment specified herein, but not limited thereto. Remove deteriorated and cracked bituminous pavement adjacent to the crack. Cleaning procedures which damage pavements by chipping or spalling will not be permitted. Preparation shall be as follows: A. Minor and small Cracks. Cracks up to Yz inch wide do not need to be sealed. B. Medium Cracks. Cracks 1/2 to 1-1/2 inches wide at the pavement surface shall be wire brushed or sandblasted and cleaned using compressed air. C. Large Cracks. Cracks greater than 1-1/2 inches wide at the pavement surface shall be cleaned by wire brushing or sandblasting and air blasting. Contiguous bituminous pavement that is cracked and deteriorated shall be removed to sound pavement. BACKUP MATERIAL. Backer rod material, at option of Contractor, may be inserted into the lower portion of cracks to be sealed as indicated on the drawings. Care shall be taken to ensure that the backup material is wedged in place at the specified minimum depth to avoid rod flotation. PREP ARA nON OF SEALANT. Hot-applied sealants shall not be heated in excess of the safe heating temperature recommended by the manufacturer as shown on the sealant containers. Sealant that has been overheated or subjected to application temperatures for over 4 hours or that has remained in the applicator at the end ofthe day's operation shall be withdrawn and wasted. INSTALLATION OF SEALANT. A. Time of Application. Cracks shall be sealed immediately following final cleaning of the crack walls and following the placement of the backup material when used. Cleaned cracks that cannot be sealed immediately or that have been exposed to rain prior to sealing, shall be recleaned and allowed to dry, or dried and blown out with a HCA heat lance, prior to installing the sealant. B. Sealing the Crack. Immediately preceding, but not more than 50 feet ahead of the crack sealing operations, a final cleaning with compressed air or HCA P-608-4 I I I I I I I \1 I I I I I I. I I 'I I I I .1 I I I I I I. I I I I I I I I I I I 608-5.7 608-5.8 608-5.9 608-5.10 heat lance shall be performed. The cracks shall be filled from the bottom up and the sealant recessed below the pavement surface as shown on the drawings. Overfilling the cracks shall not be permitted. Excess or spilled sealant shall be removed from the pavement by approved methods and discarded. The sealant shall be installed in such a manner as to prevent the fonnation of voids and entrapped air. Several passes with the applicator wand may be necessary to obtain the specified sealant depth from the pavement surface. Sealant lost in unbacked or poorly backed cracks shall be replaced at no cost to the Owner. In no case shall gravity methods or pouring pots be used to install the sealant material. Traffic shall not be permitted over newly sealed pavement until sealant has properly cured to a state that pick-up or dislodgement by traffic will not occur. Cracks shall be checked frequently to ensure that the newly installed sealant is cured to a tack-free condition within 3 hours. CRACK SEALANT INSTALLATION TEST SECTION. Prior to cleaning and sealing of cracks for the entire project, a test section at least 200 linear feet long shall be prepared using the specified materials and approved equipment, to demonstrate the proposed sealing of all cracks ofthe project. Following the completion ofthe test section and before any other crack is sealed, the test section shall be inspected by the Engineer to determine that the materials and installation meet the requirements specifi ed. If materials or installation do not meet requirements, the materials shall be removed and the cracks recleaned and resealed at no cost to the Owner. When the test section meets the requirements, it may be incorporated into the permanent work and paid for at the contract unit price per linear foot for sealing items scheduled. All other cracks shall be sealed in the manner approved for sealing the test section. REPAIR OF LARGE CRACKS. After preparation and cleaning of large cracks, inside crack surfaces shall be tack coated with an approved tack coat material. The crack shall be over-filled with hot mixed asphalt and then densely compacted with a steel wheel roller approved by the Engineer to a finish elevation level with adjacent pavement surfaces. No separate payment will be made for the tack coat or hot mix asphalt used in the repair of cracks. These materials are considered incidental to crack repair and their cost shall be included in the bid unit price for repair of large cracks. ' CLEANUP. Upon completion of the project, all unused materials and debris shall be removed from the site and the pavement shall be left in a clean condition. ACCEPTANCE. The crack sealant shall be inspected for proper cure and set rate, proper recess, adhesion to the bituminous pavement, cohesive unity within the sealant, foreign objects, entrapped air, voids, and other defects. Sealants exhibiting any deficiencies at any time prior to the final acceptance of the project shall be removed from the crack, wasted, and replaced a? specified herein at no additional cost to the Owner. P-608-5 608-6.1 608-7.1 METHOD OF MEASUREMENT Sealing ~nd repair of cracks in bituminous pavement shall be measured by the linear foot of sealed and repaired cracks, in place, complete, and accepted. BASIS OF PAYMENT Payment for crack sealing and repair shall be made at the contract unit price per linear foot. The price shall be full compensation for all routing, cleaning, removal of old sealant, preparation and disposal work, for furnishing all materials, for all preparation, delivering and placing of these materials, and for all labor, equipment, tools, and incidentals necessary to complete all work in this section. Payment will be made under: Item P-608A Seal Medium Cracks - per linear foot Item P-608B Repair Large Cracks - per linear foot MATERIAL REQUIREMENTS ASTM D 5249 Backer Material for Use With Cold- and Hot- Applied Joint Sealants in Portland Cement Concrete and Asphalt Joints ASTM D 6690 Joint and Crack Sealants, Hot-Applied, for Concrete and Asphalt Pavements END OF ITEM P-608 P-608-6 I I I- I I ,j ,I- I I 'I I I I I "I I I I I I I I I I, ,I, I " I, I I I I " I I I ,I I 620-1.1 620-2.1 620-2.2 620-2.3 620-3.1 620-3.2 ITEM P~620 PAVEMENT MARKING DESCRIPTION This item shall consist of painting of numbers, markings, and stripes on the surface of runways, taxiways, aprons, and other pavements in ac'cordance with these specifications and at the locations shown on the plans, or as directed by the Engineer. MATERIALS MATERIALS ACCEPTANCE. The Contractor shall furnish manufacturer's certified test reports for materials shipped to the project. The certified test reports shall include a statement that the materials meet the specification requirements. The reports can be used for material acceptance or the Engineer may perform verification testing. The reports shall not be interpreted as a basis for payment. The Contractor shall notify the Engineer upon arrival of a shipment of materials to the site. PAINT. Paint shall be waterborne as specified herein or shown on the plans. Paint shall be furnished in manufacturor's containers, colored White-37925 and Yellow33539 or 33655 in accordance with Federal Standard No. 595. Paint shall meet the requirements of Federal Specification TT-P-19s2D, Type lor Type II. REFLECTIVE MEDIA. Glass beads shall meet the requirements of Fed. Spec. TT- B-132s, Type 1. Glass beads shall be treated with adhesion promoting and/or flotation coatings as specified by the manufacturer of the paint. CONSTRUCTION METHODS WEATHER LIMIT A nONS. The painting shall be performed only when the surface is dry, the surface temperature is at least the minimum permitted by the paint manufacturer's recommendations and 45"F and rising, and the pavement surface temperature is at least 5 degrees F above the dew point. Painting operations shall be discontinued when the surface temperature exceeds the maximum permitted by the paint manufacturer's recommendations: Do not paint when. wind displaces paint spray or glass beads. EQUIPMENT. Equipment shall include the apparatus necessary to properly clean the pavement surface, a mechanical marking machine, a bead dispensing machine, and such auxiliary hand-painting equipment as may be necessary to satisfactorily complete the job. The mechanical marker shall be an atomizing spray-type marking machine suitable for application oftraffic paint. It shall produce an even and uniform film thickness at the required coverage and shall apply markings of uniform cross sections and c1ear- P-620-1 cut edges without running or spattering and without over spray. A wind screen or shroud shall be used on the machine to prevent displacement of materials by wind. 620-3.3 PREP ARA nON OF SURF ACE. Immediately before application of the paint, the surface shall be dry and free from dirt, grease, oil, laitance, rubber, saw cuttings, loose paint, or other foreign material that would reduce the bond between the paint and the pavement. The area to be pa\nted shall be cleaned by sweeping, blowing, water blasting, vacuuming, or other methods as required. Surface preparation shall include all requirements set forth in the paint manufacturer's printed instructions. Existing pavement m!li'kings so designated for removal shall be removed in accordance with Item S-190. 620-3.4 LAYOUT OF MARKINGS. The proposed markings shall be laid out in advance of the paint application. The locations of markings to receive glass beads shall be as shown on the plans. Control points shall be spaced at such intervals as will ensure accurate location of all markings. The Contractor shall provide an experienced technician to supervise the location, alignment, layout, dimensions and application of the paint. 620-3.5 APPLICATION. Paint shall be applied at the locations and to the dimensions and spacing shown on the plans. Paint shall not be applied until the layout and condition of the surface have been approved by the Engineer. The edges of the markings shall not vary from a straight line more than 1'2 inch in 50 feet and marking dimensions and spacings shall be within the following tolerances: Tolerance +/- % inch +/- 1 inch +/- 2 inches +/- 3 inches Dimension and S acin 36 inches or less eater than 36 inches to 6 feet eater than 6 feet to 60 feet eater than 60 feet The paint shall be mixed in accordance with the manufacturer's instructions and applied to the pavement with a marking machine at the rate(s) shown in Table 1. The addition of thinner will not be permitted. A minimum period of 24 hours shall elapse between placement of a bituminous surface course and application of the permanent paint. P-620-2 I .1 ., I I I I- ,I, I ,- I I I " I I I II, I I I I I I I I I, I I' I I I I' I I I ,I I TABLE 1. APPLICATION RATES FOR PAINT AND GLASS BEADS Glass Beads, Paint Type I Paint Type Square feet per Pounds per , 2 , gallon of paint-- gallon, ft /gal Ib./gaI. Waterborne 115 ft2/ gal. 121b./gal. maxImum mInImum Glass beads shall be distributed upon the marked areas indicated immediately after application of the paint. A dispenser shall be furnished which is properly designed for attachment to the marking machine and suitable for dispensing glass beads. Glass beads shall be applied at the rate(s) shown in Table 1. Glass beads shall not be applied to black paint. Glass beads shall adhere to the cured paint or all marking operations shall cease until corrections are made. All emptied containers shall be returned to the paint storage area for checking by the Engineer. The containers shall not be removed from the airport or destroyed until authorized by the Engineer. 620-3.6 PROTECTION. After application of the paint, all markings shall be protected from damage until the paint is dry; damaged markings shall be removed and replaced at the expense of the Contractor. The Contractor shall erect or place suitable warning signs, flags or barricades, and protective screens or coverings as required. All surfaces shall be protected from excess moisture and/or rain and from disfiguration by spatter, splashes, spillage, or drippings of paint; errant markings shall be removed by the Contractor. 620-3.7 DEFECTIVE WORKMANSHIP OR MA TERlAL. When any material not conforming to the requirements ofthe sp'ecifications or drawings has been delivered to the project or incorporated in the work, or any work performed is of inferior quality, such defective material and work shall be corrected as directed by the Engineer, at the expense of the Contractor. P-620-3 620-4.1 620-5.1 ASTM C 136 ASTM C 146 ASTM D 968 ASTM G 53 METHOD OF MEASUREMENT The quantity of permanent pavement markings to be paid for shall be the number of square feet of painting performed in accordance with the specifications and accepted by the Engineer. BASIS OF PAYMENT Payment shall be made at the contract unit price per square foot for pavement marking. This price shall be full compensation for furnishing all materials including glass beads and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item P-620 Permanent Reflective Pavement Markings -- per square foot TESTING REQUIREMENTS Sieve Analysis of Fine and Coarse Aggregates Chemical Analysis of Glass Sand Abrasion Resistance of Organic Coatings by Falling Abrasive Operating Light and Water-Exposure Apparatus (Florescent UV -Condensation Type) for Exposure of Nonmetallic Materials. Federal Test Method Standard No. 141 Paint, Vamish, Lacquer and Related Materials; Methods oflnspection, Sampling and Testing ASTM D 476 Code of Federal Regulations MATERIAL REQUIREMENTS Titanium Dioxide Pigments 40 CFR Part 60, Appendix A 29 CFR Part 1910.1200 Fed. Spec. TT -B-1325 Beads (Glass Spheres) Retro-Reflective Fed. Spec. TT -P-1952D Paint, Traffic and Airfield Marking, Waterborne P-620-4 I I 1< I I I I ,I I 'I I " M 'I I I 'I I 'I ,I I I I I I I j I I I I I I I I I I I Federal Standard 595 Commercial Item Description (CID) A-A-2886A END OF ITEM P-620 Colors Used in Government Procurement Paint, Traffic, Solvent Based P-620-5 I I I ,I I I I I. I I I I I I I I I I' I 631-1 1 611-2 1 631-22 631-2.3 ITEM P-631 AIRFIELD PAVEMENT GROOVING DESCRIPTION The work shall consist of transverse grooving of asphalt pavement as detailed on the drawings and cleanup and removal of all debris. The Contractor shall be responsible for, determining pavement age, type and hardness of aggregate, and other conditions which may affect the work. The restrictions regarding work due to airport operational requirements and in the vicinity of navigational aids, as outlined in the contract documents, are specifically called to the Contractor's attention. These restrictions shall govern the work. CONSTRUCTION METHODS RQl JIPMENT Grooving shall be accomplished utilizing diamond blades mounted on a multiblade arbor on a self-propelled machine designed and built for grooving pavements. Use of abrasive blades will not be allowed. The grooving machine shall be equipped with a depth control device which will detect variations in the pavement surface and adjust the height of the cutting head to maintain the specified depth of groove. The grooving machine shall be equipped with appropriate devices to control the alignment of the grooves within the specified tolerances. Flailing type grooving will not be permitted. The cutting head shall be maintained uniformly sharp so as to cut and not dislodge aggregate during grooving operations, and to provide grooves of uniform size and shape. LA YOOT AND ALIGNMENT Suitable layouts and lines of proposed grooving shall be spotted in advance of the grooving operation. Control points shall be spaced at such intervals as required to ensure the accurate location of the grooves. The Contractor shall provide an experienced technician to supervise location, alignment, layout, dimensions and grooving of the pavement. GROOVING OPERATIONS The Contractor shall groove a test section to demonstrate that the equipment and methods proposed for use will provide the required configuration within the prescribed tolerances. The following requirements shall govern for both asphalt and concrete pavements. A. Grooving shall be continuous for the length of pavement to be grooved as indicated on the drawings and shall be perpendicular to the centerline. The grooves shall terminate 10 feet plus or minus 6 inches from the pavement edge. P-631-1 611-2 4 631-2 5 B. The groove pattern shall be 1/4-inch wide x 1/4-inch deep with a center-to- center spacing of 1 1/2 inches. C. The following tolerances shall be applicable: The width of the groove shall be not less than 1/4 inch nor more than 5/16 inch. The depth of the groove shall be not less than 3/16 inch nor more than 5/16 inch. The center-to-center spacing of the grooves shall be not less than 1 3/8 inches nor more than 1 5/8 inches except where otherwise required. The grooves shall not vary more than 2.5 inches in alignment for 65 feet, allowing for realignment every 500 feet. The depth of 60% or more ofthe grooves shall not be less than 1/4 inch. D. The Contractor shall be solely responsible for pavement, joints, and sealants damaged by the grooving operation. All such damage caused by the grooving operation shall be replaced or repaired at the Contractor's expense, to the satisfaction of the Engineer. CLEA NT JP The removal of all slurry and waste material resulting from the grooving operation shall be continuous. Pavement shall be immediately left in a washed-clean condition, free of all cuttings and slurry. All waste material generated during the grooving operation shall be disposed of in an area clear of the edges of the pavement surface. Unless otherwise specified, this disposal area may be on either side of the runway or taxiway. Grassed areas having a build up of slurry of more than l/2-inch shall be raked and the slurry spread in such a manner that the build up of slurry does not exceed 1/2-inch.] Failure to remove the waste material from all pavements and shoulder areas adjacent to edges of pavements can create conditions hazardous to aircraft operations. Slurry and wastes removed from the pavement shall not be allowed to enter the storm or sanitary sewer systems or bodies of water. TEST SECTION. Prior to the start of full grooving operations, the Contractor shall demonstrate compliance with these specifications by means of a test section. The test section shall be not less than the width of area to be grooved and approximately 9 feet long located where designated by the Engineer. In the event the grooving of the test section is unsatisfactory, the Contractor shall make any necessary adjustments to the equipment and methods, and shall repeat the test section until satisfactory results are obtained. No payment will be made for any test section not meeting these specifications. Payment will be made for a completed test section conforming to these specifications and approved by the Engineer. P-631-2 I I t I I I 'I I 'I '1 I I I 'I I I 'I I I I I, I I I I I I I I I I I I I I) I I I 631-26 RlJNW A Y LIGHTING FIXTURES AND SAW KERFS. The Contractor shall exercise extreme care when grooving near in-runway lighting fixtures and wireways. Grooving shall be terminated a minimum of 6 inches and a maximum of 18 inches from existing lighting fixtures. Groovi!lg shall not be closer than 3 inches or more than 9 inches from longitudinal, transverse or diagonal saw kerfs where lighting cables are installed. The Contractor shall assume full responsibility for, and shall repair or replace at his sole expense, any runway lighting fixture, base, or cable damaged by his equipment or operations throughout the duration of the grooving work. 631-27 ASPHAlT PAVEMENT CtTRTNG TIME Grooving shall not commence until the asphalt pavement has cured or aged at least 30 days. The grooving operation shall not cause the displacement of aggregate or fraying along groove edges. METHOD OF MEASUREMENT 631-3 1 The quantity of sawed pavement grooving to be paid for shall be the number of square yards of pavement grooved and accepted. No deductions in area will be made for grooving omitted adjacent to joints, lighting cable saw kerfs, or electrical fixtures. BASIS OF PAYMENT 631-4.1 Payment shall be made at the contract unit price per square yard for sawed pavement grooving. This price shall be full compensation for furnishing all materials, including water, for grooving and cleanup and for all tools, equipment, labor and incidentals necessary to complete this item. Payment will be made under: Item P-631 Asphalt Pavement Grooving - per square yard END OF SECTION P-631 P-631-3 I I I I I .1 'I " ,- I' I I I I I I I I' I 901-1.1 901-1.2 901-1.3 901-1.4 ITEM T -901 GRASSING AND MULCHING GENERAL DESCRlPTION: Work described in this section includes permanent grassing by either seeding and hydro seeding of grass over areas indicated in the drawings and in areas disturbed within the Contractor's staging area, haul routes, and all other areas outside the limits of construction. DEFINITIONS: Satisfactory stand of grass: Full cover over designated areas, with living grass free of weeds and without bare spots. SUBMITTALS: Certificates: Submit certificates for all seed. Indicate grass species, weed content, and percent germination. QUALITY ASSURANCE: A. These specifications are to be used as a guide to enable the Contractor to develop a satisfactory stand of grass. The Contractor shall visit the site and acquaint himself as to the nature and condition of the soil and the extent of the work required prior to bidding. The Contractor shall have the soil tested to determine the actual rates and/or types of lime, fertilizer, seed and mulch required. Prior to construction, the contractor shall submit a seeding plan to the Engineer for his review. In addition to the above, it shall also include his methods of maintenance, watering, reseeding, fertilizing, mowing and recommendations for future maintenance by the Owner. B. Seed shall be furnished separately or in mixtures in standard containers with the seed name, lot number, net weight, percentages of purity and of germination and hard seed, and percentage of maximum weed seed content clearly marked for each kind of seed. The Contractor shall furnish the Engineer duplicate signed copies of a statement by the vendor cel1ifying that each lot of seed has been tested by a recognized laboratory for seed testing within 6 months of date of delivery. This statement shall include: name and address of laboratory, date of test, lot number of each kind of seed, and the results of tests as to name, percentages of purity and of germination, and percentage of weed content for each kind of seed furnished, and, in case of a mixture, the proportions of each kind of seed. T-901-1 901-2.1 MATERIALS FERTILIZER 901-2.2 901-2.3 A. Regular type: Nitrogen content derived from organic or inorganic sources; bearing manufacturer's statement of analysis. Minimum requirements: 8% nitrogen, 10% phosphoric acid, 10% potash. B. Slow-release type: 50% of nitrogen is in slow-release form, content derived from organic or inorganic sources; bearing manufacturer's statement of analysis. Minimum requirements: 10% nitrogen, 10% phosphoric acid, 10% potash. C. Commercial mixed type: Nitrogen content derived from organic or inorganic sources, bearing manufacturer's statement of analysis. Minimum requirements: 10% nitrogen, 10% phosphoric acid, 10% potash. LIME: Ground limestone containing not less than 85% carbonates; 50% passing 100 mesh sieve and 90% passing 20 mesh sieve. Coarser material is acceptable if application rates are increased to achieve quantities and depth specified. SEED: The grass seed to be furnished shall have a maximum of two and one-half percent (2-1/2%) of weed seed and a minimum of ninety percent (90%) by weight of pure live seed. The seed shall conform to the requirements of Federal Specification JJJ-S-181. T-901-2 I ,I I' .1 'I I I , M I I I ,I I, I I 'I \1 I I I I I I I 'I I I I I I .1 I I I I I I SEEDING SCHEDULE: For all disturbed areas. Common Name of Seed Bermuda Grass (Hulled) Pounds Total Seed Per Acre Mixture 70 120 Planting Dates March 1 - Aug. 15 Kobe Lespedeza 25 Kentucky 31 Fescue 25 Common Name of Seed Pounds Total Seed Per Acre Mixture Planting Dates Bermuda Grass (50% Hulled, 50% Unhulled)) 70 145 Aug. 16- Feb. 28 Kobe Lespedeza 25 Kentucky 31 Fescue 25 Annual Flyegrass* 5 Rye Grain* 20 *These grasses are not to be used by themselves, but should be used in conjunction with one of the Bermuda grasses specified. 901-2.4 HYDFlOMULCH: Wood cellulose fiber containing no germination inhibiting or growth inhibiting agents. Characteristics shall be as follows: Percent moisture content: 10.0% (+ 2.0) Percent organic matter: 99.4% (+ 0.2%). Percent ash content: 0.6% (+ 0.2%). pH: 4.8 (+ 0.5%). Water holding capacity: 1050 grams water/l 00 grams fiber, minimum. 901-2.5 DRY MULCH: Clean, seed free stray of hay, wheat, rye, oats, barley, straw or manure. 901-2.6 STAKING PEGS: Staking pegs: 3/4" diameter by 8" long softwood. 901-2.7 WATER: Clean, potable. T-901-3 CONSTRUCTION METHODS 901-3.1 PREP ARA TION: A. Check soil pH. Add lime as required to achieve a soil pH of at least 5.5 but at a minimum of 1.5 tons/acre. Apply lime and mix into soil during seedbed preparation. Apply fertilizer to seedbed at rate of 1 GOO lbs. per acre or equivalent of 10- 10-10 fertilizer. B. Rake areas to be grassed, filling depressions and removing stones over 2" in size, sticks and rubbish. C. After preparation of soil, level areas to be seeded and bring to finish grade. Hand rake smooth, allowing for settlement. 901-3.2 SEEDING: A. Uniformly distribute the first half of the seed mixture over the designated areas using a seed drill and then upiformly distribute the last half ofthe seed mixture over the designated areas by means of a mechanical spreader. Seed mixture shall be sown at the rate shown in the SEEDING SCHEDULE, immediately after fertilization. B. Sow half of seed with spreader moving in one direction; the remainder with spreader moving at right angle to fIrst sowing. C. Cover seed lightly with minimum of 1/4" of soil by hand raking. D. Firm seeded area by rolling with a light roller (40-65 Ibs. per foot of width for clay soil, and 150-200 lbs. per foot of width for sandy or light soils). E. Mulch seeded areas having slopes of four to one or greater with dry mulch or hydromulch. 901-3.3 DRY MULCH: A. Apply dry mulch at rate of2-3 tons per acre to provide a uniform loose depth between 1-1/2 and 3 inches. B. Secure mulch with a very thin layer of topsoil or stakes and wire mesh as approved by Engineer. 1. Peg and string method - secure mulch using stakes and wire pins spaced on 5 foot centers. String binder twine diagonally and at right angles. T-901-4 I I I I I ,I, I' I I I I 'I I I, I' I 'I I I I I, I I I I I I I I I I I ,I I I I .1 I 901-3.4 2. Manufactured netting may be used if approved by Engineer. HYDRO SEEDING: 901-3.5 MAINTENANCE: A. Apply seed/fertilizer/hydromulch mixture in water slurry. Dispense using hydraulic mulching equipment in following minimum quantities: 1. Fertilizer: 1000 Ibs./acre. 2. Hydromulch: 1200-1500Ibs.lacre. 3. Seed: Please see SEEDING SCHEDULE for appropriate percentages for each respective growing season. A. Maintain grassed areas at a height of not to exceed 2" until final acceptance of the project. Repair damaged mulch. B. Regrass areas larger than one sq. ft. not having a uniform stand 'of grass. Eradicate weeds which appear in grassed areas. C. At completion of grassing operation, remove excess soil and debris from project site. D. Protect seeded areas against traffic or other use by warning signs or barricades, as approved by the Engineer. Surfaces gullied or otherwise damaged following seeding shall be repaired by regrading and reseeding as directed. E. The Contractor shall apply 30 units of nitrogen per acre after the grass has attained a height of 1/2 to 3/4 inch. Approximately four (4) weeks afterwards, apply a second application of 30 units of nitrogen per acre. F. The Contractor shall establish a good stand of grass of uniform green color and density to the satisfaction of the Engineer. If at the time when the contract has been otherwise completed, it is not possible to make an adequate determination of the color, density, and uniformity of such stand of grass, payment for the unaccepted portions ofthe areas seeded out of season will be withheld until such time as these requirements have been met. In lieu of retaining the value of grassing not acceptable to the Engineer, the Contractor may submit a bond to the Owner (providing the Owner agrees to this option) for the amount of grassing that has not achieved a good stand of grass of uniform green color and density and receive payment for the unacceptable grassmg. MEASUREMENT AND PAYMENT T~901-5 901-4.1 There will be no measurement or separate payment for grassing and mulching. Grassing and mulching will be considered incidental to Item 01000, Mobilization. END OF ITEM T-901 T-901-6 I I 'I I I I I I I I I 'I ,I I, I I 'I I I I I I I I I I I - I I I I .1 I I' I I I 905-1.1 905-2.1 905-2.2 905-3.1 905-3.2 ITEM T -905 TOPSOILING DESCRIPTION This item shall consist of preparing the ground surface for topsoil application, removing topsoil from onsite areas to be stripped and graded 'or from existing onsite stockpiles when designated or from approved sources off airport property, stockpiling when required, and placing and spreading the topsoil on prepared areas in accordance with this specification at the locations shown on the plans or as directed by the Engineer. MATERIALS TOPSOIL. Topsoil shall be the surface layer of soil with no admixture of refuse or any material toxic to plant growth, and it shall be reasonably free from subsoil, stumps, roots, brush, stones (one inch or more in diameter), clay lumps, or similar objects. Brush and other vegetation which will not be incorporated with the soil during handling operations shall be cut and removed. Ordinary sods and herbaceous growth such as grass and weeds are not to be removed but shall be thoroughly broken up and intermixed with the soil during handling operations. The topsoil or soil mixture, unless otherwise specified or approved, shall have the following composition. COMPOSITION. Onsite and offsite topsoil as needed shall contain at least 3% and not more than 20% organic matter as determined by the Organic Carbon, 6A, Chemical Analysis Method described in USDA Soil Survey Investigations Report No.1. The mixture shall have a pH level between 5.5 and 7.6. All topsoil will be subject to inspection during the planting period and any material which does not meet the specifications will be rejected. Natural topsoil may be amended by the Contractor with approved materials and methods to meet the above specifications at no additional cost to the Owner. CONSTRUCTION METHODS GENERAL. Suitable equipment necessary for proper preparation and treatment of the ground surface, stripping of topsoil, and handling and placing of all required materials shall be on hand, in good condition, and approved by the Engineer before the various operations are started. PREP ARING THE GROUND SURF ACE. Immediately prior to dumping and spreading the topsoil on any area, the surface shall be loosened by discs or spike tooth harrows, or by other means approved by the Engineer, to a minimum depth of2 inches to facilitate bonding ofthe topsoil to the covered sub grade soil. The surface T-905-1 905-3.3 905-3.4 of the area to be topsoiled shall be cleared of all stones larger than 2 inches in any diameter and all litter and other material which may be detrimental to proper bonding, the rise of capillary moisture, or the proper growth of the desired planting. Grades on the areas to be topsoiled shall be as indicated on the plans and shall be . maintained in a true and even condition. Where grades have not been established, the areas shall be smooth graded and the surface left at suitable grades in an even and properly compacted condition to prevent, insofar as practical, the formation oflow places or pockets where water will stand. OBT AINING TOPSOIL. Suitable topsoil shall be secured from offsite sources. Prior to the stripping oftopsoil from approved areas, any vegetation, briers, stumps, large roots, rubbish, or stones found on such areas, which may interfere with subsequent operations, shall be removed using methods approved by the Engineer. Heavy sod or other cover which cannot be incorporated into the topsoil by discing or other means shall be removed. . The Contractor shall remove the topsoil to the depths as directed by the Engineer. The topsoil shall be hauled to the site ofthe work and spread on areas already tilled and smooth graded, or stockpiled in areas approved by Engineer. Stockpile areas must be clear of runway and taxiway safety areas. Any topsoil temporarily stockpiled by the Contractor shall be rehandled and placed without additional compensation. The sites of all stockpiles and areas adjacent thereto which have been disturbed by the Contractor shall be graded if required and put into a condition acceptable for seeding. The Contractor shall install all erosion control measures (such as silt fence, inlet protection, diversion ditches, sedimentation ponds, etc.) prior to stripping any area on the project site. PLACING TOPSOIL. The topsoil shall be evenly spread on the prepared areas to a uniform depth of not less than 2 inches and not greater than 5 inches after compaction, unless otherwise shown on the plans or approved by the Engineer. The Engineer will perform at least one depth check per individual area of topsoil placed. The Contractor shall rework any areas where topsoil depths are found to be less than specified thickness at no additional cost to the Owner. Spreading shall not be done when the ground or topsoil is frozen, excessively wet, or otherwise in a condition detrimental to the work. Spreading shall be carried on so that turfing operations can proceed with a minimum of soil preparation or tilling. After spreading, any large, stiff clods and hard lumps shall be broken with a pulverizer or by other effective means, and all stones or rocks (one inch or more in diameter), roots, litter, or any foreign matter shall be raked up and disposed of by the Contractor. After spreading is completed, the topsoil shall be satisfactorily compacted by rolling with a cultipacker or by other means approved by the T -905-2 I \1 I I I I I I I I I I I I I 'I .1 I I I I I I I, I I I I I I I I I I I ,I I I' Engineer. The compacted topsoil surface shall conform to the required lines, grades, and cross sections. Any topsoil or other dirt falling upon pavements as a result of hauling or handling operations shall be promptly removed. MEASUREMENT AND PAYMENT 905.4.1 There will be no measurement or separate payment for topsoil. Topsoil will be considered incidental to Item 01000, Mobilization. END OF ITEM T -905 T -905-3 I I I I I I , I I I, I I I I I I, I I I ITEM L-108 INST ALLA TION OF UNDERGROUND CABLE FOR AIRPORTS DESCRIPTION 108-1.1 This item shall consist of underground cable furnished and installed in accordance with this specification at the locations and in accordance with the design, dimensions, and details shown in the plans. This item shall include the excavation and backfill of the trench and the installation of cable and counterpoise wire in trench, duct or conduit. It shall include splicing, cable marking, and testing of the installation and all incidentals necessary to place the cable in operating condition as a completed unit to the satisfaction of the engineer. This item sbalI not include the installation of the duct or conduit. 108-2.1 EQUIPMENT AND MATERIALS GENERAL. D. A. Proposed airport lighting equipment and materials shall be listed in FAA Bulletin. Other equipment and materials not listed in the FAA Bulletin shall be tested and certified by an independent testing laboratory that have been approved for testing by the FAA. B. All other equipment and materials covered by other referenced specifications shall be subject to acceptance through the manufacturer's certification of compliance with the applicable specifications. C. Installation and materials shalI be in accordance with the latest edition of the National Electrical Code, all applicable Building Codes, and all local codes. Apply and pay for all permits and fees required for this construction. Lists of the equipment and materials required for a particular system are contained in the applicable advisory circulars. 108-2.2 CABLE. Underground cable for series lighting circuits shall conform to the requirements of Specification for L-824 Underground Electrical Cables for Airport Lighting Circuits, Type C single conductor cable with 5000 volt cross linked polyethylene insulation. Underground cable for low voltage parallel circuits shall be underwriter's laboratories listed type RHH or RHW-2 or USE-2, suitable for operation at 600 volts or less in wet or dry locations, including direct burial in earth. Conductors shall be annealed copper, cross-linked polyethylene (XLP) insulated. Underground telephone cable for direct earth burial shall conform to the requirements of REA Specification PE-54. Cable shall consist of twisted paired conductors, No. 19 A WG solid copper, polyolefin or polyvinylchloride insulated, with petroleum jelly base core filling L-108-1 compound, polyethylene or polyvinylchloride inner jacket, 0.005 metallurgically bonded copper- steel-copper corrugated metal shield, and polyethylene copolymer or polyvinylchloride plastic outer jacket. Number of pairs shall be as indicated on the drawings. All cable for airport lighting service shall be 7 or 19 strand. For power cable, conductor size shall not be smaller than No.8 A WG. Control cable conductor size shall not be less than No. 12 AWG. These limits on conductor sizes shall not apply to leads furnished by manufacturers on transformers and fixtures. Cable type, size, number of conductors, strand and service voltage shall be specified in the plans and/or proposal. 108-2.3 BARE COPPER WIRE (Counterpoise). Bare copper wire for counterpoise installations shall be manufactured as bare copper stranded wire, class 'C', conforming to ASTM Specifications B3 and B8. 108-2.4 CABLE CONNECTIONS. For series circuits, the in-line connections of underground primary cables shall be of the type called for in the plans or in the proposal, and shall be one of the types listed below. When the plans or proposal permit a choice of connection, the contractor shall indicate in the bid the type of connection he proposes to furnish: A. The Cast Splice. A cast splice, employing a plastic mold and using epoxy resin equal to that manufactured by Minnesota Mining and Manufacturing Company, "Scotchcast" Kit No. 82--A, or as manufactured by Hysol Corporation, "Hyseal Epoxy Splice" Kit No. El135, for potting the splice is approved. This means of splicing is the only type approved for telephone control cable. B. The Field-attached Plug-in Splice. Figure 14 of Specification for L-823 Plug and Receptacle, Cable Connectors, employing connector kits, is approved for field attaclunent to single conductor cable. All field attached plug-in splices shall be insulated and sealed using heat shrinkable tubing kits as specified in 108-2.5 below. C. The Factory-mold Plug-in Splice. Specifications for L-823 Connectors, Factory- molded to Individual Conductors, are approved. D. Taped Splice. Taped splices employing field applied rubber or synthetic rubber tape covered with plastic tape are approved. The rubber tape shall be 3M Company No. 23, or equal, and the plastic tape shall be 3M Company No. 33, or approved equal. In all cases, connections of cable conductors shall be made using crimp connectors utilizing a crimping tool designed to make a complete crimp before the tool can be removed. No. 19 A WG telephone control wires may be connected by means of wrapped and soldered splice, 3M Company Moisture Proof Type UR Connector, or equal, or by a method approved by the Engineer. Crimping tools are required for all 5 kV L-824C cable connections to L-823 connectors. The crimping tool shall make a complete crimp before the tool can be removed. Crimping tool shall L-I08-2 I , I I I I , I I 'il I I I I I I I I I I I I I I, I I, I I I I I I ,I I I I I, I be Siemens ADB TBM25S or approved equal. NO other methods such as using side cutters are allowed for crimping connections. Cable end stripper/pencillers are required for stripping all 5 kV L-824C cables. The cable end stripper shall be Siemens ADB WS 49, Cooper Crouse-Hinds 10036-36 or approved equal. NO other methods are allowed for stripping 5 kV L-824C cable. , 108-2.5 HEAT SHRINKABLE TUBING KITS. Heat shrinkable tubing kits for L-823 connector kits shall be Siemens SAS Splice kits, or approved equals, consisting of one piece of tubing, with sealant coating the entire length of the tube ,or sealant on each end. "Half sized" kits are not permitted. The contractor shall install 2 wraps, minimum, of 130C rubber tape by 3M company, or approved equal, around th~ cable at the made up connection on the L-823 connector. The rubber tape shall be placed under the sealant to form a dam to prevent moisture from entering the cable. The rubber tape is not required on the factory molded connection side. l08-2.6 CONCRETE. Concrete for cable and duct markers shall be 3000 psi minimum compressive strength at 28 days. The contractor shall submit the 3000 psi concrete mix design with recent strength history with shop drawing submittals. CONSTRUCTION METHODS 108-3.1 GENERAL. The Contractor shall install the specified cable at the approximate locations indicated in the airport lighting layout plans. The engineer shall indicate specific locations. Cable connections between lights will be permitted only at the light locations for connecting the underground cable to the primary leads of the individual insulating transformers. Splices will be permitted for cables for home runs or other long cable runs, where approved by the engineer or shown in the plans. Prior to any trench work being performed or the removal of any airfield conductors, the contractor shall provide megger readings for all the existing airfield lighting circuits served by constant current regulator(s) in the airfield lighting vault. The Owners authorized representative shall witness all megger readings. Readings shall be recorded in writing and furnished to the engineer within lO days after the start of construction. At the end of the project, the contractor shall provide megger readings for all new and existing airfield lighting circuits served by constant current regulator(s) in the airfield lighting vault. The Owners authorized representative shall witness all megger readings. Readings shall be recorded in writing and furnished to the engineer during the final inspection. Any existing circuit NOT within 10% of the original reading shall be considered damaged by the contractor. The contractor shall find and replace the damaged cable. The repaired circuit shall be megged again and shall be within 10% of the original reading. New circuits shall meet the requirements of the TESTING section of this specification. L-108-3 108-3.2 INSTALLATION IN DUCT OR CONDUIT. This item includes the installation of the cable in duct or conduit as described below. The maximum number and voltage ratings of cables installed in each single duct or conduit, and the current-carrying capacity of each cable shall be in accordance with the latest National Electric Code, or the code of the local agency having jurisdiction. The Contractor shall make no connections or joints of any kind in cables installed in conduits or ducts. The Contractor shall make sure that the conduit or duct is open, continuous, and clear of debris before installing cable. The cable shall be installed in a manner to prevent harmful stretching of the conductor, injury to the insulation, or damage to the outer protective covering. The ends of all cables shall be sealed with moisture-seal tape before pulling into the conduit and it shall be left sealed until connections are made. Where more than one cable is to be installed in a duct under the same contract, all cable shall be pulled in the duct at the same time. The pulling of a cable through ducts or conduits may be accomplished by handwinch or power winch with the use of cable grips or pulling eyes. Pulling tensions should be governed by recommended standard practices for straight pulls or bends. A lubricant recommended for the type of cable being installed shall be used where pulling lubricant is required. Upon completion of installation of wiring in ducts or conduits, ends of duct or conduit shall be sealed with duct seal, or other sealer as approved by the engineer. Duct or conduit markers temporarily removed for excavations shall be replaced as required. 108-3.3 TRENCHING. Where turf is well established and the sod can be removed, it shall be carefully stripped and properly stored. Trenches for cables and conduits may be excavated manually or with mechanical trenching equipment. Walls of trenches shall be essentially vertical so that a minimum of shoulder surface is disturbed. Road patrols or graders shall not be used to excavate the trench with their blades. The bottom surface of trenches shall be essentially smooth and free from coarse aggregate. Unless otherwise specified, cable trenches shall be excavated to a minimum depth of 18 inches below finished grade, except as otherwise indicated, except as follows: A. When off the airport or crossing under a roadway or driveway, the minimum depth shall be 36 inches unless otherwise specified. B. Minimum cable depth when crossing under a railroad track, shall be 42 inches unless otherwise specified. The Contractor shall excavate all cable trenches to a width not less than 6 inches. The trench shall be deepened or widened, where more than two cables or conduits are to be installed in the same trench. Unless otherwise specified in the plans, all cables and conduits in the same location and running in the same general direction shall be installed in the same trench. When rock excavation is encountered, the rock shall be removed to a depth of at least 3 inches below the required cable depth and it shall be replaced with bedding material of earth or sand containing no mineral aggregate particles that would be retained on a 1/4-inch sieve. The Contractor shall ascertain the type of soil or rock to be excavated before bidding. All excavation shall be unclassified. L-I08-4 I ,I I I II~r I ,I I I I I I I I' I I I I I I I I I 11 I I I I I I I I I I I I I ,. 108-3.4 INSTALLATION IN TRENCHES. The Contractor shall not use a cable plow for installing the cable. Mechanical cable-laying equipment shall not be used, unless prior approval is obtained from the engineer. It shall provide for physical inspection of cable prior to backfilling. Sharp bends or kinks in the cable shall not be permitted. Cables shall be unreeled in place alongside or in the trench and shall be carefully placed along the bottom of the trench. The cable shall not be unreeled and pulled into the trench from one end. Where two or more cables are laid parallel in the same trench, they shall be placed laterally a minimum distance of 3 inches apart. Cables shall not coil with each other or cross in contact with each other. Cables crossing over each other shall have a minimum of 3-inch vertical displacement with the topmost cable depth at or below the minimum required depth below finished grade. Not less than 1 foot of cable slack shall be left on each side of all connections, insulating transformers, light units, and at all other points where cable is connected to field equipment. The slack cable shall be placed in the trench in a series of S curves. Additional slack cable shall be left in light bases, handholes, manholes, etc., to allow bringing the cable above ground level to make connections. The amount of slack cable shall be stipulated by the engineer, or as shown in the plans and specifications. 108-3.5 BACKFILLING. After the cable has been installed, the trench shall be backfilled 8 inches deep, loose measurement, and shall be either sand, soft earth, or other fine fill containing no mineral aggregate particles that would be retained on a 1I4-inch sieve. This layer shall not be compacted. The remainder of the backfill shall be excavated or imported mineral and shall not contain stone or aggregate larger than 4 inches maximum diameter. The second layer shall be thoroughly tamped and compacted to at least the density of the adjacent undisturbed soil, and to the satisfaction of the engineer. If necessary to obtain the desired compaction, the backfill material shall be moistened or aerated as required. Trenches shall not be excessively wet and shall not contain pools of water during backfilling operations. The trench shall be completely backfilled and tamped level with the adjacent surface, except that when sod is to be placed over the trench, the backfilling shall be stopped at a depth equal to the thickness of the sod to be used, with proper allowance for settlement. Any excess excavated material shall be removed and disposed of in accordance with instructions issued by the engineer. 108-3.6 RESTORATION. Where sod has been removed, it shall be replaced as soon as possible after the backfilling is completed. All areas disturbed by the trenching, storing of soil, cable laying, pad construction, and other work shall be restored to its original condition. The restoration shall include any necessary topsoiling, fertilizing, liming, seeding, sodding, sprigging or mulching. All such work shall be performed in accordance with the FAA Standard Turfing Specifications. The Contractor shall be held responsible for maintaining all disturbed surfaces and replacements until final acceptance. L-I08-5 108-3.7 CABLE MARKERS. A concrete slab marker, 2 feet square and 4 inches thick and extending approximately 1 inch above the surface, shall mark the location of cables and conduits. Each cable run from the line of runway or taxiway lights to the equipment vault shall also :be marked at approximately every 200 feet along the cable run, with an additional marker at each change of direction of cable run. All other cable buried directly in the earth shall be marked in the same manner. The Contractor shall not install slab markers where cable lies in straight lines between lights or bases which are spaced 300 feet apart, or less. Cable markers shall be installed immediately above the cable. The Contractor shall impress the word "CABLE" and directional arrows on each cable marking slab by means of a stencil, hand lettering is not acceptable. The letters shall be approximately 4 inches high and 3 inches wide, with width of stroke 1/2 inch and 1/4 inch deep. The locations of each underground cable connection, except at lighting units or insulating transformers, shall be marked by a concrete marker slab placed above the connection. The Contractor shall impress the word "SPLICE" on each slab by means of a stencil, hand lettering is not acceptable. He also shall impress additional circuit identification symbols on each slab if so directed by the engineer. Duct Markers shall be provided to mark the ends of all new underground ducts without handholes. The Contractor shall impress the word "DUCT" on each slab by means of a stencil, hand lettering is not acceptable, and also the quantity and size ducts, for example: 2-4" 108-3.8 CABLE J.D. TAGS. In order to facilitate maintenance of airfield cables, circuit identification numbers shall be installed by the following or similar methods. A. LD. tag shall be a brass disk with a nylon tie to attach it to the 5 kV L-824C cable. The ill tag shall identify the circuit. See plans for details and coordinate numbering method with the Owner. Cable I.D. tags shall be installed on all new cables in pull boxes, handholes and inside the airfield lighting vault. 108-3.9 SPLICING. Connections of the type shown in the plans shall be made by experienced personnel regularly engaged in this type of work and shall be made as follows: A. Cast Splices. These shall be made by using crimp connectors for joining conductors. Molds shall be assembled, and the compound shall be mixed and poured in accordance with manufacturer's instructions and to the satisfaction of the engineer. B. Field-attached Plug-in Splices. These shall be assembled in accordance with manufacturer's instructions. These splices shall be made by plugging directly into mating connectors. In all cases the joint where the connectors come together shall be sealed with a heat shrinkable tubing jacket. L-I08-6 I I I I :, I. ,I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I C. Factory-molded Plug-in Splices. These shall be made by plugging directly into mating connectors. In all cases the joint where the connectors come together shall be sealed with heat shrinkable tubing jacket. D. Taped Splices. Taped splices shall be made in the following manner: Bring the cables to their final position and cut so that the conductors will butt. Remove insulation and jacket allowing for bare conductor of proper length to fit the compression sleeve connector with 1/4 inch of bare conductor on each side of the connector. Use a cable end stripper/penciller for 5 kV L-824C cable. Care must be taken to avoid nicking or injuring the conductor during removal of the insulation or penciling. Do not use emery cloth during splicing. The copper conductors shall be thoroughly cleaned. Join the conductors by inserting them equidistant into the compression connection sleeve. Crimp conductors firmly in place with a crimping tool that requires a complete crimp before the tool can be removed. Test the crimped connection by pulling on the cable. Scrape the insulation to assure that the entire surface over which the tape will be applied (plus 3 inches on each end) is clean. After scraping, wipe the entire area with a clean lint-free cloth. Do no use solvents. Apply high voltage rubber tape half-lapped over the bare conductor. This tape shall be tensioned as recommended by the manufacturer. Voids in the connector must be eliminated by stretching the tape just short of its breaking point. ' Throughout the rest of the splice less tension should be used. Always attempt to exactly half-lap to produce a uniform buildup. Continue buildup to 1 1/2" times the cable diameter over the body of the connector with ends tapered a distance of approximately 1 inch over the original jacket. Cover rubber tape with two layers of vinyl pressure sensitive tape half-lapped. Do not use glyptol or lacquer over vinyl tape. No further cable covering or splice boxes are required. If shielded cable is to be spliced, prepare cable as for a regular taped splice, except that the neoprene jacket shall be removed a distance not less than 5 inches from the beginning of the penciled portion. Carefully unwrap the shielding tape from that portion where the jacket has been removed and cut off so that it extends about I inch from the end of the jacket. Proceed with the taped splice as described above and tape up to 1/4 inch from the shield on both ends. Build up rubber tape to a thickness equal to the insulation thickness or 5/16 inch over the connector. Next wrap one-half lapped layer of semi-conducting tape (Scotch No. 13 Semi- conducting Tape, or equal) over the splicing shield and 1/4 inch onto the shielding tape. Wrap a fine flat shielding braid half-lapped over the splice extending 1/2 inch onto the metallic shielding. Solder ends of braid to metallic shielding tape. A bonding wire, (Minimum No. 14 stranded copper) equal to the current carrying capacity of the metallic shield, shall have the individual strands wrapped around the metallic shield at both ends of the splice. These strands shall be tack soldered to the shield in several places. The cable sheath shall be replaced by wrapping with two half-lapped layers of vinyl tape extending 2 inches onto the cable jacket. L-108-7 108-3.10 BARE COUNTERPOISE WIRE INSTALLATION AND GROUNDING FOR LIGHTNING PROTECTION. A stranded bare copper wire, No.6 A WG minimum size, shall be installed for lightning protection of the underground cables. The bare counterpoise wire shall be installed in the same trench for the entire length of the insulated cables it is designed to protect, and shall be placed at a distance of approximately 4 inches above the insulated cable or the conduit. The counterpoise wire shall be securely attached to each light base, or mounting stake. The counterpoise wire shall also be securely attached to copper or copper-clad ground rods installed as indicated on the drawings, not more than 500 feet apart, around the entire circuit. The ground rods shaU be 3/4 inch diameter by 10ft length. The counterpoise shall NOT be directly connected to any equipment using printed circuit boards such as signs, P API units and regulators. At signs and P API units, connect the counterPoise only to the transformer base. The ground wire for the equipment shall be connected to a ground rod as required by code. The counterpoise system shall terminate 10 feet outside the airfield lighting vault. It shall not be attached to the vault or equipment grounding system. The connections shall be made as shown in the project plans and specifications. 108-3.11 TESTING. The Contractor shall furnish all necessary equipment and appliances for testing the underground cable circuits after installation. The Contractor shall test and demonstrate to the satisfaction of the engineer the following: A. That all lighting power and control circuits are continuous and free from short circuits. B. That all circuits are free from unspecified grounds. . C. That the insulation resistance to ground of all new nongrounded series circuits is not less than 500 megohms. D. That the insulation resistance to ground of all new nongrounded conductors of multiple circuits is not less than 500 megohms. E. That all circuits are properly connected in accordance with applicable wiring diagrams. F. That all circuits are operable. Tests shall be conducted that include operating each control not less than 10 times and the continuous operation of each lighting and power circuit for not less than 1/2 hour. L-I08-8 I I I I ,I I I I I I I I I I I I I I -I I I I' I , I I, I I I I I ,I I I ,I I I I METHOD OF MEASUREMENT 108-4.1 The quantity of trench to be paid for shall be the linear feet of trench, including the excavation, backfill, and reconditioning, completed, measured as excavated, and accepted as satisfactory . When specified in the proposal, separate measurement ,shall be made for trenches of various specified depths. 108-4.2 The footage of cable or counterpoise wire .installed in trench or conduit to be paid for shall be the number of linear feet of cable or counterpoise wire installed and measured in place, completed, ready for operation, and accepted as satisfactory. Separate measurement shall be made for each cable or counterpoise wire installed in trench or conduit. Make-up cable shall be neatly looped at each light fixture. Allowances will be made for cable make-up at lights from isolation transformer as follows: Base Mount Light and Sign Base 10 feet L-824-C Cable (allows for 2 feet in base and 3 feet above finished elevation for each conductor) Allowances for cables in handoles shall be as follows. Each cable installed through the handhole shall be equal to the depth of the handhole plus 5 feet above the finished elevation. All cables shall be neatly looped inside the handhole and installed in cable racks and have I.D. tags. Allowances for cables in airfield lighting vaults shall be as follows. Each cable installed inside the airfield lighting vault shall be equal to the distance from the vault entrance to the constant current regulator plus an addition 5 fect. All cables shall be ncatly looped and have I.D. tags. BASIS OF PAYMENT 108-5.1 Payment will be made at the contract unit price for trenching and for cable or bare counterpoise wire installed in trench or duct by the contractor and accepted by the engineer. This price shall be full compensation for furnishing all materials and for all preparation and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item. Payment will be made under: Item L-I 08A Cable Trench III Earth, with Earth Backfill--per linear foot. Item L-I08B Conduit Trench in Earth with Earth Backfill--per linear foot. Item L-I08C Conduit Trench in Asphalt Pavement with Concrete Backfill-per linear foot. L-108-9 Number B-3 B-8 Item L-l 08D Cable, l/C #8, 5 KV, L-824C Installed in Duct or Trench--per linear foot. Item L-l 08E Cable, lIC #8 600V, RHH/RHW-2/USE-2 Installed in Duct or Trench--per linear foot. Item L-l 08F Cable, lIC #4 600V, RHH/RWH-2/USE-2 Installed in Duct or Trench--per linear foot. Item L-I08G Counterpoise Wire, #6 Bare Stranded, Installed in Duct, Trench, or with Directional Bore Conduit --per linear foot. Item L-I08H %" Diameter x 10' Long Copper Clad Ground Rod and Connection to Counterpoise Wire--per each. ASTM SPECIFICATION REFERENCED IN ITEM L-108 Title Soft or Annealed Copper Wire. Concentric-Lay-Stranded Copper Conductor, Hard, Medium-Hard, or Soft. END OF ITEM L-I08 L-108-10 I I ,I I ,. I, , I I I I I I ,I I I I I I ,I I I I I I I I I I I I I I I I I I I ITEM L-109 INSTALLATION OF AIRPORT TRANSFORMER VAULT AND VAULT EQUIPMENT DESCRIPTION 109-1.1 This item shall consist of airfield lighting vault equipment constructed and installed in accordance with this specification at the location and in accordance with the design shown in the plans. This work shall also include the installation of conduits and wiring as necessary to produce a completed unit. This work shall also include the marking and labeling of equipment and the labeling or tagging of wires; the testing of the installation; and the furnishing of all incidentals necessary to place it in operating condition as a completed unit to the satisfaction of the engineer. EQUIPMENT AND MATERIALS 109-2.1 GENERAL. A. Proposed airport lighting equipment and materials shall be listed in FAA Bulletin. Other equipment and materials not listed in the FAA Bulletin shall be tested and certified by an independent testing laboratory that have been approved for testing by the FAA. 1. Constant Current Regulators. The regulators are existing and wired for power and control. 2. Connectors. Connectors shall conform to specifications for L-823 Cable connectors as set forth in FAA Advisory Circular AC 150/5345-26B. Connectors for use on 5000 volt cables shall be: Type I - 1 conductor, 25 Amp, 5000 volt. Class B - Field attached. Style 3 and 10 - Plug and Receptacle. Connectors for use on 600 volt cables shall be: Type 2 - 2 conductor, 20 Amp, 600 volt. Class B - Field attached. Style 5 and 12 - For two conductor cable. 3. Cable. Cable rated 5000 volts for use on series lighting circuits shall conform to the specifications for L-824 cable as set forth in FAA Advisory Circular AC 150/5345-7D. Cables shall be type C, cross linked polyethylene insulated, rated 5000 volts. L-109-1 B. All other equipment and materials covered by other referenced specifications shall be subject to acceptance through the manufacturer's certification of compliance with the applicable specifications. C. Installation and materials shall be in accordance with the latest edition of t,he National Electrical Code, all applicable Building Codes, and all local codes. Apply and pay for all 'permits and fees required for this construction. D. Lists of the equipment and materials required for a particular system are contained in the applicable advisory circulars. 109-2.2 RIGID STEEL CONDUIT. Rigid steel conduit and fittings shall be galvanized rigid conduit in accordance with ANSI C80.1 and Underwriter's Laboratories Publication UL 6. 109-2.3 WIRE. Wire in conduit rated up to 5,000 volts shall be FAA L-824 Type C Electrical Cables for Airport Lighting Circuits, with cross linked polyethylene insulation. For ratings up to 600 volts, thermoplastic wire conforming to Federal Specification J-C-30, Types THHN and THWN shall be used for interior wiring. Type RHH or RHW-2 or USE-2 shall be used for exterior wiring and for main service. The wires shall be of the type, size, number of conductors, and voltage shown in the plans or in the proposal. A. Control Circuits. Wire shall be not less than No. 14 A WG and shall be insulated for 600 volts. B. Power Circuits. 1. 600 volts maximum-- Wire shall be No. 12 A WG or larger and insulated for at least 600 volts. 2. 5,000 volts maximum--Wire shall be No.8 A WG or larger and insulated for at least 5,000 volts. CONSTRUCTION METHODS INSTALLATION OF EQUIPMENT IN VAULT 109-3.1 GENERAL. The Contractor shall furnish, install, and connect all equipment, equipment accessories, conduit, cables, wires, busses, grounds, and support necessary to insure a complete and operable electrical distribution center for the airport lighting system as specified herein and shown in the plans. The equipment installation and mounting shall comply with the requirements of the National Electrical Code and local code agency having jurisdiction. L-109-2 I, ,I I I I I I I I I I I I I I I I I 'I I I I I I, I I I I I I I I I I I I I I 109-3.2 CONDUIT. The Contractor shall furnish and install galvanized rigid metal conduits for the circuits in the vault. Conduits shall be run exposed and perpendicular to the walls, floor and ceiling. Bends shall be made using smooth radius elbows or Condulets. 109-3.3 CABLE ENTRANCE. Incoming underground cable from field circuits and supply circuits will be installed outside the walls of the transformer vault as a separate item under Item L-I08. The Contractor installing the vault equipment shall bring the cables from the trench or duct through the entrance conduits into the vault and make the necessary electrical cOlmections. Connections between field cables and vault cables shall be made in the vault and terminated in the existing field connect cabinet and on series plug cutouts where indicated. Series plug cutouts shall be mounted such that they are readily accessible. 109-3.4 MARKING AND LABELING. All equipment, control wires, terminal blocks, etc., shall be tagged, marked, or labeled as specified below: A. Wire Identification. The Contractor shall furnish and install self-sticking wire labels or identifying tags on all control wires at the point where they connect to the control equipment or to the terminal blocks. Wire labels, if used, shall be of the self-sticking preprinted type and of the manufacturer's recommended size for the wire involved. Identification markings designated in the plans shall be followed. Tags, if used, shall be of fiber not less than 3/4-inch in diameter and not less than 1/32-inch thick. Identification markings designated in the plans shall be stamped on tags by means of small tool dies. Each tag shall be securely tied to the proper wire by a nonmetallic cord. B. Labels. The Contractor shall stencil identifying labels on the cases of regulators, breakers, and distribution and control relay cases with white oil paint as accepted by the engineer. The letters and numerals shall be not less than 1 inch in height and be of proportionate width. Approved engraved 3 ply laminated plastic nameplates with 1/4" letters and secured to doors or covers with two screws are acceptable in heu of painting. Stick-on tags and tags with glued backs are NOT allowed. The Contractor shall also mark the correct circuit designations in accordance with the wiring diagram on the terminal marking strips, which are a part of each terminal block. 109-3.5 RUNWAY 8-26 REGULATOR CONNECTIONS. The Contractor shall connect the new L-824C airfield cables to the existing 8-1 plug cut-out for the Runway 8-26 constant current regulator. The Contractor shall provide ID tags on the new L-824C cables. The Contractor shall make all necessary connections to the existing constant current regulator for a fully operational system. This work shall be considered incidental to the cable installation and no separate payment shall be made. L-I09-3 109-3.6 ADDITIVE BID NO.1 PAPI 8-26 REGULATOR CONNECTIONS. The Contractor shall furnish and install new S-l plug cut-out and L-823 connectors as indicated on the drawings. The Contractor shall install 2" flexible conduit from the cut-out to the cable tray to match the existing installation. The Contractor shall make all necessary connections to the existing constant current regulator for a fully operational system. This work shall be paid for as a lump sum pay item. METHODS OF MEASUREMENT 109-4.1 The quantity of vault equipment to be paid for under this item shall consist of the lump sum quantity of all equipment installed, connected, and accepted as a complete unit ready for operation. BASIS OF PAYMENT 109-5.1 Payment will be made at the contract lump sum price for each completed and accepted vault equipment installation. This price shall be full compensation for furnishing all materials and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item L-1 09 P API 8-26 Regulator Connections, Complete--per lump sum. FAA SPECIFICATIONS REFERENCED IN ITEM L-109 Number Title AC 150/5345-7 Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits AC 150/5345-26 Specification for L-823 Plug and Receptacle, Cable Connectors END OF ITEM L-109 L-I09-4 I I I I ,I I 'I I I I I I I , I I I I I I I I I I' I I I I I I I I I I .1 I I I ITEM L-II0 INST ALLATION OF AIRPORT UNDERGROUND ELECTRICAL DUCT DESCRIPTION 110-1.1 This item shall consist of underground electrical ducts and direct burial conduit installed in accordance with this specification at the locations and in accordance with the dimensions, design, and details shown in the plans. It shall also include all trenching, backfilling, removal, and restoration of any paved areas; mandreling, installation of steel drag wires and conduit markers, capping, and the testing of the installation as a completed conduit system ready for installation of cables, to the satisfaction of the Engineer. EQUIPMENT AND MATERIALS 110-2.1 GENERAL. A. Proposed airport lighting equipment and materials shall be listed in FAA Bulletin. Other equipment and materials not listed in the FAA Bulletin shall be tested and certified by an independent testing laboratory that have been approved for testing by the FAA. B. All other equipment and materials covered by other referenced specifications shall be subject to acceptance through the manufacturer's certification of compliance with the applicable specifications. C. Installation and materials shall be in accordance with the latest edition of the National Electrical Code, all applicable Building Codes, and all local codes. Apply and pay for all permits and fees required for this construction. D. Lists of the equipment and materials required for a particular system are contained in the applicable advisory circulars. / 110-2.2 CONCRETE. Concrete for duct markers and concrete encased ducts shall be 3000 psi minimum compressive strength, with 4" slump, at 28 days. The contractor shall submit the 3000 psi concrete mix design, with 4" slump, with recent strength history with shop drawing submittals. 110-2.3 PLASTIC CONDUIT AND FITTINGS. Plastic conduit and fittings shall conform to the requirements of NEMA Standards TC-2 and TC-3. Conduit and fittings shall be Schedule 40 polyvinylchloride (PVC). Fittings for use on plastic conduit systems shall be molded PVC plastic, furnished by the manufacturer of the plastic conduit. All screws, washers, and hardware shall be stainless steel. L-ll 0-1 High density polyethylene (HDPE) conduit for directional bore installation shall be UL listed, and meet requirements of UL651B. Size shall be as shown on plans. Conduit shall be as manufactured by Carlon or equals. 11 0-2.4 GALVANIZED RIGID CONDUIT (GRC). Galvanized rigid conduit (GRe) shall conform to UL 6 and ASA C80.1 with full weight screwed fittings. Bushings shall be malleable iron; bushings 1 1/4" and larger shall have insulated throat and grounding lug. 110-2.5 LIGHT BASE USED AS HANDHOLE: For non-load bearing bases to be used as handholes in earth, use FAA Type L-867, Class I, Size D, 16 inches diameter, 24 inches deep, non-load bearing, with two (2) 2-inch holes with rubber grommets (Flex-Connect) spaced at 180 degrees, external ground lug and 3/8" blank steel cover plate. Provide third 2-inch hole with rubber grommets (Flex-Connect) spaced at 90 degrees, from home run routing. 110-2.6 LIGHT BASE USED AS HANDHOLE FOR DIRECTIONAL BORE: For non- load bearing bases to be used as handholes in earth, use FAA Type L-867, Class I, Size D, 16 inches diameter, 24 inches deep, non-load bearing, with two (2) 2-inch holes with rubber grommets (Flex-Connex) spaced at 180 degrees, external ground lug and 3/8" blank steel cover plate. Provide third 2-inch hole with rubber grommets (Flex-Connex) spaced at 90 degrees, from home run routing where three conduits intercept at one base. CONSTRUCTION METHODS 110-3.1 GENERAL. The Contractor shall install underground ducts and direct burial conduits at the approximate locations indicated in the drawings. The Engineer shall indicate specific locations as the work progresses. Ducts and conduits shall be of the size, material, and type indicated in the plans or proposal. All duct and conduit lines shall be laid so as to grade toward handholes, manholes, and duct ends for drainage. Grades shall be at least 3 inches per 100 feet. On runs where it is not practicable to maintain the grade all one way, the duct or conduit lines shall be grades from the center in both directions toward manholes, handholes, or duct ends. Pockets or traps where moisture may accumulate shall be avoided. The Contractor shall mandrel each duct and conduit. An iron-shod mandrel, not more than 1/4-inch smaller than the bore of the duct shall be pushed through each duct or conduit by means of jointed conduit rods. The mandrel shall have a leather or rubber gasket slightly larger than the duct hole. All ducts and conduits shall be provided with a No. 10 gage galvanized iron or steel drag wire or equivalent plastic cord with 200 lb. tensile strength for pulling the permanent wiring. Sufficient length shall be left in manholes or handholes to bend the drag wire back to prevent it from slipping back into the duct. Where spare ducts or conduits are installed, as indicated on the plans, the open ends shall be plugged with removable tapered plugs, designed by the duct manufacturers, or with hardwood plugs conforming accurately to the shape of the duct and having the larger end of the plug at least 1/4-inch greater in diameter than the duct. L-llO-2 I I I I I I I I I 'I I I I 'I I I I I I I I I I I I I I .1 I I I I I I I 1\ All ducts and conduits shall be securely fastened in place during construction and progress of the work and shall be plugged to prevent seepage of grout, water, or dirt. Any duct or conduit section having a defective joint shall not be installed. All ducts installed under runways, taxiways, aprons, and other paved areas (except paved shoulders and overruns) shall be encased in a concrete envelope unless specifically noted otherwise. Where turf is well established and the sod can be removed, it shall be carefully stripped and properly stored. Trenches for ducts may be excavated manually or with mechanical trenching equipment. Walls of trenches shall be essentially vertical so that a minimum of shoulder surface is disturbed. Blades of road patrols or graders shall not be used to excavate the trench. The Contractor shall ascertain the type of soil or rock to be excavated before bidding. All excavation shall be unclassified. 110-3.2 DUCTS AND CONDUITS WITHOUT CONCRETE ENCASEMENT. Trenches for single-duct lines shall be not less than 6 inches nor more than 12 inches wide, and the trench for 2 or more ducts installed at the same level shall be proportionately wider. Trench bottoms for ducts without concrete encasement shall be made to conform accurately to grade so as to provide uniform support for the duct along its entire length. A layer of fine earth material, at least 4 inches thick (loose measurement) shall be placed in the bottom of the trench as bedding for the duct. The bedding material shall consist of soft dirt, sand or other fine fill, and it shall contain no particles that would be retained on a ~-inch sieve. The bedding material shall be tamped until firm. Unless otherwise shown in plans, ducts for direct burial shall be installed so that the tops of all ducts are at least 18 inches below the finished grade. When two or more ducts are installed in the same trench without concrete encasement, they shall be spaced not less than 2 inches apart (measured from outside wall to outside wall) in a horizontal direction and not less than 6 inches apart in a vertical direction. Trenches shall be opened the complete length before duct is installed so that if any obstructions are encountered, proper provisions can be made to avoid them. 110-3.3 DUCT MARKERS. The location of the ends of all ducts shall be marked by a concrete slab marker 2 feet square and 4 inches thick extending approximately 1 inch above the surface. The markers shall be located above the ends of all ducts or duct banks, except where ducts terminate in a handhole, manhole, or building. I I The Contractor shall impress the word "DUCT" on each marker slab. He shall also impress on the slab the number and size of ducts beneath the marker. The letters shall be 4 inches high and 3 inches wide with width of stroke 112-inch and 1/4-inch deep or as large as the available space permits. L-I10-3 110-3.4 DIRECTIONAL BORING: The contractor shall furnish and install directional bored conduit under the existing runway to the L-868B light base locations as shown on the drawings. The conduit shall terminate inside the L-868B light base on one end and inside the L- 867D based used as a handhole for the other end. The counterpoise wire shall be pulled through the bore hole with the HDPE conduit. The counterpoise wire shall be bonded to each light base. These conduits shall be run a minimum of 6' -0" below the runway pavement. The contractor shall be paid a per linear foot price for the installed co~duit from L-868B light base to the L- 867D handhole base.. No separate pavement will be made for rock encounters or missed attempts. 110-3.5 BACKFILLING. After ducts have been' properly installed, the trench shall be backfilled in at least two layers with excavated material not larger than 4 inches in diameter and thoroughly tamped and compacted 95% ASTM D15s7 or as per specification P-152. Ifnecessary to obtain the desired compaction, the backfill material shall be moistened or aerated as required. Trenches shall not be excessively wet and shall not contain pools of water during backfilling operations. The trench shall be completely backfilled and tamped level with the adjacent surface: except that, when sod is to be placed over the trench, the backfilling shall be stopped at a depth equal to the thickness of the sod to be used, with proper allowance for settlement. Any excess excavated material shall be removed and disposed of in accordance with instructions issued by the Engineer. For ducts without concrete envelope, 8 inches of sand, soft earth, or other fine fill (loose measurement) shall be placed around the ducts and carefully tamped around and over them. The remaining trench may be filled with regular run of excavated material and thoroughly tamped as specified above. 110-3.6 L-867D LIGHT BASE USED AS HANDHOLE. The light base shall be installed on Undisturbed soil as shown on the details. If the soil is unsuitable, then an adequate depth of soil should be removed and replaced with compacted acceptable material. The cable entrance hubs shall be oriented in the proper direction. Level the base so that the mounting flange surface is approximately 1 inch above the finished grade. With the base properly oriented and held at the proper elevation, place approximately 4 inches (10 em) of concrete backfill around the outside of the base. The top of the concrete is sloped away from the flange portion of the base so the sloped ()uter edges of the concrete are at surface grade. For soil conditions that do not allow the excavated hole to remain open, the contractor shall use sonotubes. The cost of the sonotubes shall be considered incidental and NO separate pay items shall be made. L-ll 0-4 I I I I I I I I I I I I I ,I I I ,I I I I I 1\ I I I I ,I I I I I I I I I I I I 110-3.7 RESTORATION. Where sod has been removed, it shall be replaced as soon as possible after the backfilling is completed. All areas disturbed by the trenching, storing of dirt, cable laying, pad construction and other work shall be restored to its original condition. The restoration shall include any necessary topsoil, fertilizing, liming, seeding, sprigging, or mulching. All such work shall be performed in accordance with the FAA Standard Turfing Specifications. The Contractor shall be held responsible for maintaining all disturbed surfaces and replacements until final acceptance. METHOD OF MEASUREMENT 110-4.1 The quantity of underground electrical duct and direct burial conduit to be paid for under this item shall be the number of linear feet of single or multi way duct bank or direct burial conduit installed, measured in place, completed, and accepted, including concrete and fittings. Separate measurement shall be made for the various types and sizes. BASIS OF PAYMENT 110-5.1 Payment will be made at the contract unit price for each type and size of underground electrical duct bank or direct burial conduit completed and accepted. This price shall be full compensation for furnishing all materials and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item. Payment will be made under: Item L-IIOA Conduit, 2" Schedule-40 PVC, Direct Burial III Earth Trench, Complete in Place--per linear foot. Item L-llOB Conduit, 2" Schedule-40 PVC, Direct Burial in Pavement Trench, Complete in Place--per linear foot. Item L-11 OC Conduit, 1-1/4" HDPE Installed Using Directional Bore Machine and Methods--per linear foot. Item L-llOD 16" x 24" L-867D Base Housing with 3/8" Thick Blank Steel Cover Plate Used as Handhole with One (1) Directional Bore Conduit--per each. Item L-110E 16" x 24" L-867D Base Housing with 3/8" Thick Blank Steel Cover Plate Used as Handhole, Installed Complete--per each. END OF ITEM L-110 L-IIO-5 I ,I I I I .1 f I I I I I I I I I I I I ITEM L-125 INSTALLATION OF AIRPORT LIGHTING SYSTEMS DESCRIPTION , 125-1.1 This item shall consist of airport lighting systems furnished and installed in accordance with this specification, the referenced specification, and the applicable advisory circulars. The systems are installed at the location and in accordance with the dimension, design, and details shown in the plans. This item shall include the' furnishing of all equipment, materials, services, and incidentals necessary to place ~he systems in operation as completed units to the satisfaction of the engineer. 125-1.2 Additional details pertaInIng to a specific system covered In this item are contained in the advisory circulars listed below: 125-1.3 AC 150/5340-24, Runway and Taxiway Edge Lighting System. 125-1.4 AC 150/5340-18, Standards for Airport Sign Systems. 125-1.5 AC 150/5340-14 Economy Approach Lighting Aids. EQUIPMENT AND MATERIALS' 125-2.1 GENERAL. A. Proposed airport lighting equipment and materials shall be listed in FAA Bulletin. Other equipment and materials not listed in the FAA Bulletin shall be tested and certified by an independent testing laboratory which have been approved for testing by the FAA. B. All other equipment and materials covered by other referenced specifications shall be subject to acceptance through the manufacturer's certification of compliance with the applicable specifications. C. Installation and materials shall be in accordance with the latest edition of the National Electrical Code, all applicable Building Codes, and aU local codes. Apply and pay for all permits and fees required for this construction. D. Lists of the equipment and materials required for a particular system are contained in the applicable advisory circulars. L-125-1 125-2.2 FAA SPEC EQUIPMENT. A. Certain items of airport lighting systems are covered by individual FAA equipment specifications. These specifications are listed below. The contractor shall furnish copies of Certification from an approved independent testing laboratory that the equipment proposed has been satisfactorily tested and is in compliance with the applicable FAA specifications. All equipment shall be furnished by manufacturers who have been continuously engaged in the manufacture of the products proposed for a minimum period of three (3) consecutive years immediately preceding the bid date. 1. MEDIUM INTENSITY RUNWAY AND TAXIWAY LIGHTS - AC 150/5345-46. FAA Spec L-861, medium intensity, globe color as specified, 6.6 Amp lamp, incandescent lamp with a maximum wattage of 30 watts for medium intensity taxiway lights (to match existing), quartz halogen lamp with a maximum wattage of 45 watts for medium intensity runway lights, quartz halogen lamp with a maximum wattage of 45 watts for medium intensity threshold lights, Photometrics per FAA Spec L-861, stake or base mounting kit, as indicated on the plans. Non-metallic bodies are NOT acceptable. 2. ISOLATION TRANSFORMERS - AC 150/5345-47. FAA Spec L-830, 6.6/6.6 amps 30/45 watt for taxiway lights. Size isolation transformer per manufacturer's requirements for runway lights and SIgnS. 3. TRANSFORMER BASES - AC 150/5345-42. Non-metallic bodies are NOT acceptable. For non-load bearing light bases in earth and in paved shoulders, use FAA Type L-867, Class I, Size B, 12 inches diameter, 24 inches deep, non-load bearing, with two (2) 2-inch holes with rubber grommets (Flex-Connex) spaced at 180 degrees, 3/4-inch drain hole, and external ground lug. Provide three (3) 2-inch holes with rubber grommets (Flex-Connex) spaced at 90 degrees for connections to signs as shown on drawings. For load bearing light bases in pavement, use FAA Type L-868, Class I, Size B, 12 inches diameter, 24 inches deep, load bearing, anti-rotation feet, with two (2) 2-inch holes with rubber grommets (Flex-Connex), spaced at 180 degrees, 3/4-inch drain hole, external ground lug. L-125-2 I I I I I I. I I I I I I I I I I I I I I ,I I I I I I ,I I I I I I I I I I I I 4. CONNECTORS - AC 150/5345-26. FAA Spec L-823. Type I for primary connections for isolating transformers; Type II for secondary connections to isolating transformers. 5. IN-PAVEMENT MEDIUM INTENSITY RUNWAY EDGE LIGHTS - AC 150/5345-46. FAA Type L-852D, style 3 low profile, photometrics per FAA spec L-852D requirements, with 6.6 Amp quartz halogen lamps with a maximum wattage of 48 watts for each of two. Light fixtures shall be suitable for mounting on a size B, 12-inch diameter Type L-868 transformer base. Provide colored globes or filters for roll out lights as specified on the drawings. Non-metallic bodies are not acceptable. Modify by removing colored filter for clear light where shown on drawings. 6. ADDITIVE BID No. 1 PRECISION APPROACH PATH INDICATOR SYSTEM - AC 150/5345-28D, Type L-880 (4-box), Style B (6.6 amp constant current), Class I or II, with lamp bypass devices. A complete set of aiming and calibration equipment (clinometer) encased in a suitable carrying case shall be provided. Transformers, transformer bases, and connectors shall be provided in accordance with the requirements herein. Provide a %" x 10 foot long copper clad steel ground rod at each light housing and bond to light housing assembly with #6 bare stranded copper ground wire. Do not bond light housing assembly to the counterpoise. 7. ADDITIVE BID No.2 RUNWAY END IDENTIFIER LIGHTS- AC 150/5345-51, Type L-849, Style E (three step), uni-directional runway end identifier light, voltage powered. REIL units, brightness control, current sensor, isolation transformer, L-867 transformer base with blank steel cover plate, concrete pad, connectors and connections shall be provided in accordance with the requirements herein. The control cable shall be as required by the REIL manufacturer and shall be considered incidental to the installation of the REIL lmits. Provide a %" x I 0 foot long copper clad steel ground rod at each light housing and bond to light housing assembly with #6 bare stranded copper ground wire. Do not bond light housing assembly to the counterpoise. B. All other equipment and materials covered by other referenced specifications shall be subject to acceptance through the manufacturer's certification of compliance with the applicable specifications. 125-2.3 TAPE. Rubber and plastic electrical tapes shall be Scotch Electrical Tape Numbers 23 and 88, respectively, as manufactured by the Minnesota Mining and Manufacturing Company, or an approved equal. L-125-3 125-2.4 CONCRETE. Concrete for edge light foundations shall be 3000 psi minimum compressive strength at 28 days. Concrete for in-pavement light foundations shall be 5000 psi minimum compressive strength, with 4" slump, at 28 days. The contractor shall submit the 3000 psi concrete mix design and 5000 psi concrete mix design, with 4" slump, with recent strength history with shop drawing submittals. Concrete backfill for in-pavement light foundations installed in Runway 17-35 shall attain a compressive strength of 3,500 psi in 3 hours prior to scheduled runway opening. A separate pay item is provided for lights installed in Runway 17-35 using high early strength concrete during nighttime scheduled shut down hours. 125-2.5 CONDUIT. Rigid steel conduit and fittings shall conform to the requirements of Underwriters Laboratories Publications UL-6. CONSTRUCTION METHODS 125-3.1 GENERAL. The installation and testing details for the systems shall be as specified in the applicable advisory circulars. 125-3.2 PLACING LIGHTS. The light fixtures shall be installed at the approximate location indicated in the plans. The exact location shall be as directed by the engineer. 125-3.3 NEW ELEVATED LIGHT FIXTURES INSTALLED IN PAVED SHOULDERS. All work shall be coordinated with the project engineer and airport operations. This work shall be performed in existing asphalt pavement. The contractor shall verify the exact depths of the pavement sections. The new bases shall be installed in cut-outs of the existing pavement as detailed on the drawings. Wiring to all lights located in paved areas shall be installed in 2-inch schedule 40 PVC conduit as detailed on the drawings. See drawings for details of installation, conduit trench, counterpoise and backfill requirements. 125-3.4 IN-PAVEMENT LIGHT FIXTURES. Installation of the in-pavement light fixtures shall follow the phasing schedule as indicated in the specifications and drawings. All work shall be coordinated with the project engineer and airport operations. The contractor shall have a representative of the base manufacturer on site for the first installation. The travel cost and expenses of the base representative shall be considered incidental to the project and shall be included in the contractors bid. This work shall be performed in existing asphalt pavement. The contractor shall verify the exact depths of the pavement sections. The contractor shall use a setting jig to install the in-pavement light bases. The setting jig must be used to set the proper elevations and alignment for the light bases. . The contractor shall pour concrete around the base as indicated on the drawings. After the concrete has properly cured, the jig can be removed. Once the base is set, the contractor can install the light fixture and complete the wiring. The finished installation shall be level with the existing surface and within the advisory circulars tolerances. 125-3.5 RELOCATE EXISTING BASE MOUNTED TAXIWAY LIGHT: The existing base mounted medium intensity taxiway lights shown on drawings for relocation shall be relocated in pavement and reconnected complete. Provide a new isolation transformer, lamp, L-125-4 I I , I I I I I I I I I I I I' I I I I I ,I I 'I I I I I I I I I I I I I I I I connectors, L-867 base, gasket and stainless steel bolts. Provide 3/8" thick steel coverplate and new stainless steal bolts for existing light base that will remain in place. Apply anti-seize lubricant to bolts. All work and material shall be inclusive to the per each pay item for removal. Any broken or stripped bolts shall be drilled out and retapped to allow new bolt installation. This work shall be considered as incidental to the pay item and NO additional payment will be made. All work requ.ired for relocation and reconnection shall be inclusive to the per each pay item. Conduit trench with backfill, conduit and wiring shall be paid as per linear foot pay items. 125-3.6 REMOVE EXISTING BASE MOUNTED RUNWAY LIGHT: The existing L- 861 medium intensity runway lights and threshold lights' shall be removed complete and turned over to the OWNER as directed. Any unwanted material shall be removed from the Airport Property. The L-867 bases shall remain. Provide a 3/8" thick steel blank cover plate using new stainless steel bolts. Apply anti-seize lubricant to bolts. All work and material shall be inclusive to the per each pay item for removal. Any broken or stripped bolts shall be drilled out and retapped to allow new bolt installation. This work shall be considered as incidental to the pay item and NO additional payment will be made. 125-3.7 RELOCATING EXISTING SIZE 1 TAXIWAY GUIDANCE SIGN: The existing size 1 signs shall be removed from existing concrete pad and relocated as shown on the drawings. A new concrete pad shall be installed in pavement to mount the sign. Reinforce with wire mesh or re-bar to meet load requirements and/or crack control. Finish the exposed surface of the concrete to a smooth finish. Install a minimum of one L-867 transformer base in each concrete foundation for illuminated signs. Where required, place anchor bolts in the concrete pad or footing for additional flange supports. The L-867 transformer base shall NOT be mounted under the sign. The transformer base shall be accessible without removing the sign. Install two tethers per sign and locate on opposite ends. Saw cut existing pavement and remove pavement to meet pad dimensions. Backfill all overcuts in bituminous pavement with cold applied, one component horizontal crack and joint sealer, ASTM D6690 (formally D3405) or approved equal. Sealer shall be included in the sign relocation price. The existing sign concrete pad shall be removed complete. Fill all holes or depressions with compacted earth. Restore ground to match existing area. Provide new isolation transformer and lamps sized to match the existing. All work and materials shall be inclusive of the per each pay item. Conduit trench, backfill, conduit and cables shall be paid as separate per linear foot pay items. 125-3.8 RELOCATE EXISTING SIZE 4 DISTANCE REMAINING SIGN: The contractor shall relocate the existing signs as shown on the drawings. A new concrete pad shall be installed to mount the sign. Reinforce with wire mesh or re-bar to meet load requirements and/or crack control. Finish the exposed surface of the concrete to a smooth finish. Install a minimum of one L-867 transformer base in each concrete foundation for illuminated signs. Where required, place anchor bolts in the concrete pad or footing for additional flange supports. The L-867 transformer base shall NOT be mounted under the sign. The transformer base shall be accessible without removing the sign. Provide new isolation transformer and lamps sized to match existing. The existing sign concrete pad shall be removed complete. Fill all holes or depressions with compacted earth. Restore ground to match existing area. All work and materials shall be inclusive of the per each pay item. Cable trench, backfill and cables shall be paid as separator per linear foot pay items. L-125-5 125-3.9 REMOVE EXISTING FAA VASI SYSTEM FOR RUNWAY 26, COMPLETE INCLUDING CONCRETE PADS. The Contractor shall de-energize and remove the existing four box V ASI System complete. The concrete pads shall be removed and disposed. Fill all holes or depressions with compacted earth. Restore ground to match existing area. The V ASI equipment shall remain the property of the Owner and shall be turned over to such after removal. De-energize the power feed to the V ASI and render harmless. Schedule de-energization with FAA authorization personnel prior to removal from service. The hunp sum pay item shall be inclusive to all work and materials for removal of the existing V ASI System. 125-3.10 REMOVE EXISTING REIL SYSTEM FOR RUNWAY 8 and 26. The Contractor shall de-energize and remove the existing REIL System for Runway 8 and 26 complete. The concrete pads shall be removed and disposed. Fill all holes or depressions with compacted earth. Restore ground to match existing area. The REIL equipment shall remain the property of the Owner and shall be turned over to such after removal. De-energize the power feed to the REIL and render harmless. Schedule de-energization with FAA authorization personnel prior to removal from service. The lump sum pay item shall be inclusive to all work and materials for removal of the existing REIL Systems. 125-3.11 ADDITNE BID NO. 1 PRECISION APPROACH PATH INDICATOR SYSTEMS. The Contractor shall furnish and install L-880, 4-box, PAPI Systems for Runway 8 and 26. The Contractor shall construct concrete pads as indicated on the details. The Contractor shall furnish one aiming device (clinometer) with a carrying case. The Contractor shall set the aiming angels for each unit and set the tilt switches to meet the AC. The systems shall not be energized for use until it is verified that all obstructions have been removed and the Engineer has performed a final inspection and accepted the units. P API Systems shall be paid for as lump sum items for each runway end. The cable, counterpoise, trench and vault connections shall be separate pay items. 125-3.12 ADDITNE BID No.2 L-849E REIL SYSTEMS. The Contractor shall furnish and install a L-849E, 3-step, voltage powered REIL Systems for Runway 8 and Runway 26. The REIL units will be supplied unassembled and consist of an optical system, flash tube, connecting leads, and a mounting assembly. The Contractor shall assemble, connect to mounting, level, and adjust the REIL units in accordance with the manufacturer's instructions. Furnish and install voltage powered REIL unit, brightness control, sensor, L-867 transformer base with blank steel cover plate, concrete pad, connectors and connections that shall be provided in accordance with the requirements herein. The control cable shall be as required by the REIL manufacturer and shall be considered incidental to the installation of the REIL units. The systems shall be controlled by current sensing of the Runway 8-26 medium intensity lighting loop circuit. Provide an isolation transformer in a L-867D light base with a blank cover plate for current sensing. See installation details on the drawings for "Pull Box (L-867D transformer base)". The Contractor shall intercept the existing power feeds, at locations shown. on the drawings that served the existing FAA REIL Systems. Provide L-867D handhole for making splices and extension to new REIL master locations. The L-867D handhole for power cable interception, cable trench with backfill and cable from the existing power interception location to the REIL Master Unit shall be paid as per each and separate per linear foot item pay items. The REIL's isolation transformer, transformer housing, cable trench, ground rods, and cable from the master unit downstream shall all be inclusive to the lump sum pay item for REIL Systems installation L-125-6 I I , I I I I I I :1 I 'I I I I I I, I I I I I I I I I I I I I I I I I I I I I and shall include all work and materials for BOTH Runway 8 and Runway 26 REIL System. 125-3.13 TEMPORARY LIGHTS AND CABLE. Temporary lights and cable shall be required to keep all circuits continuous and operational. The contractor shall be allowed to connect the existing circuits to the new circuits to keep them operational. The cost of the temporary lights and cable shall be considered incidental to this project and NO separate pay item shall be made. 125-3.14 DEMOLITION WORK. The contractor shall remove the existing light fixtures, isolation transformers, and bases as shown on the drawings. Holes in earth created by demolition work, shall be backfilled with suitable earth fill material. Holes in pavement created by demolition shall be backfilled with concrete to existing finished grade to smooth finish. Light fixtures, bases, and isolation transformers shall be removed and delivered to the owner's storage facility as directed, along with any other materials that are wanted by the owner. Any materials not wanted by the owner shall be disposed of by the contractor at a site off of airport property. METHOD OF MEASUREMENT 125-4.1 The quantity oflights and signs to be paid for under this item shall be the number of each size and type installed as completed units in place, ready for operation, and accepted by the engineer. BASIS OF PAYMENT 125-5.1 Payment will be made at the contract unit price for each complete light installed in place by the Contractor and accepted by the Engineer. This price shall be full compensation for furnishing all materials and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item. Payment will be made under: Item L-125A L-861, Medium Intensity Runway Light, L-867 Base Mount, in Pavement, in Place--per each. Item L-125B L-861T, Medium Intensity Taxiway Light, L-867 Base Mount, in Pavement, in Place--per each. Item L-125C L-861E, Medium Intensity Threshold Light, L-867 Base Mount, in Pavement, in Place--per each. Item L-125D L-852D, Style 3, Used for Medium Intensity Runway Edge Light, L-868 Base Mount, In Pavement, In Place--per each. L-125-7 Number WW-C-581 Item L-125E L-852D, Style 3, Used for Medium Intensity Runway Edge Light, L-868 Base Mount in Runway 17-35 Pavement, in Place--per each. Item L-125F Relocate Taxiway Light, L-867 Base Mount, in Pavement, in Place--per each. Item L-125G Remove Existing Base Mounted Medium Intensity Runway Light and Provide Blank Cover Plate on Existing Base--per each. Item L-125H Relocate Existing Size 1 Guidance Sign, Provide New Isolation Transformer, Lamps and Concrete Pad, in Pavement--per each. Item L-l251 Relocate Existing Size 4 Runway Distance Remaining Sign Provide New Isolation Transformer, Lamps and Concrete Pad--per each. Item L-125J Remove Existing FAA V ASI System for Runway 26 Complete, Including Concrete Pads--per lump sum. Item L-l25K Remove Existing FAA REIL System for Runway 8 and Runway 26, Complete--per lump sum. Item L-12sL L-880, Style B, P API System for Runway 8 Including Aiming Device, Complete--per lump sum. Item L-125M L-880, Style B, P API System for Runway 26, Complete-- per lump sum. Item L-l25N L-849E REIL Systems for Both Runways 8 and 26--per lump sum. FEDERAL SPECIFICATIONS REFERENCED IN ITEM L-125 Title Conduit, Metal, Rigid; and Coupling, Elbow; and Nipple, Electrical Conduit: Zinc-Coated. L-125-8 I I I I !I I I I 'I.' e 'I I I I I I' I I I, I I I I I I I I I I I I I I I I ,I I I I FAA SPECIFICATIONS REFERENCED IN ITEM L-125 Number Title AC 150/5340-24 Runway and Taxiway Edge Lighting System. AC 150/5340-18 Standards for Airport Sign Systems. AC 150/5345-47 Isolation Transformers for Airport Lighting Systems. AC 150/5345-46 Runway and Taxiway Light Fixtures. AC 150/5345-42 Specification for Airport Light Base and Transformer Housings. AC 150/5345-26 Specification for L-823 Plug and Receptacle, Connectors, Cable. AC 150/5345-28D Precision Approach Path Indicator (P API) Systems. AC 150/5345-51 Specification for Discharge - Type Flashing Light Equipment. END OF ITEM L-125 L-125-9