Loading...
HomeMy WebLinkAboutContract 26424 f CIN SECRETARY D.O.E. FILE ..e CONTRACTOR'S BONDING CO, 7 CONSTRUCTION'S CppY CLIENT pEi"�qp�� ;INT SPECIFICATIONS CITY SECRE7j AND CONTRgCr NO. ICONTRACT DOCUMENTS Pil RECONSTRUCTION OF TAXIWAY "K" rPROJECT NO. GR76-055302646010 rIN THE CITY OF FORT WORTH,TEXAS �F 2000 r KENNETH L. BARR BOB TERREL4 MAYOR CITY MANAGER LISA A. PYLES AIRPORT SYSTEMS DIRECTOR t. A. DOUGLAS RADEMAKER, PE - DIRECTOR DEPARTMENT OF ENGINEERING i t�l"I INAL F P � a . City of Fort Worth, Texas 4velvor And Council Communication DATE REFERENCE NUMBER LOG NAME PAGE 11/14/00 **C-18351 30KIL0 1 of 1 SUBJECT AWARD OF CONTRACT TO DUININCK BROTHERS, INC. FOR RECONSTRUCTION OF TAXIWAY KILO "K" AT FORT WORTH MEACHAM INTERNATIONAL AIRPORT RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract with Duininck Brothers, Inc. in the amount of $212,176.05 for reconstruction of Taxiway Kilo "K" at Fort Worth Meacham International Airport. DISCUSSION: On May 16, 2000 (M&C G-12917), the City Council approved a Texas Department of Transportation grant for $500,000.00 as part of a continuing maintenance program at Fort Worth Meacham International Airport. The existing taxiway asphalt paving is in poor condition and needs replacement. This project was advertised for bid July 27, 2000 and August 3, 2000. On August 24, 2000, the following bids were received: BIDDERS AMOUNT TIME OF COMPLETION I Duininck Brothers. Inc. $212,176.05 40 Working Days Specified I Orval Hall Excavating Company $244,889.10 The amount associated for the construction inspection and survey is $14,852.32. Contingencies for change orders will be $22,702.84. The total for this project will be $249,731.21. Duininck Brothers, Inc. is in compliance with the City's DBE Program (USDOT/FAA Regulations) by committing to 21% DBE participation. The City's goal on this project is 18%. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current operating budget, as appropriated, of the Grants Fund. MG.j Submitted for City Manager's FUND ACCOUNT CENTER AMOUNT CITY SECRETARY Office by: (to) Mike Groomer 6140 APPROVED CITY COUNCIL Originating Department Read: A.Douglas Rademaker 6157 (from) NOY 14 ?600 GR76 539120 055302646010 $212,176.05 �C Additional Information Contact: * City OOf on 7 09 th. s A.Douglas Rademaker 6157 CITY OF FORT 'WORTH DEPARTMENT OF ENGINEERING RECONSTRUCTION OF TAXIWAY "K" PROJECT NO. GR76-055302646010 BOB TER.RELL CITY MANAGER LISA A. PYLES AIRPORT SYSTEMS DIRECTOR 2000 APPROVED C U`? f o A.DOUGLAS RADEMAKE .E.DIRECTOR,DEPARTMENT OF ENGINEERING DATE APPROVED cf-) _-2v—,2aoo LISA A.PYLES,AIRPORT SYSTEMS TOR DATE RECOMMtNDED DATE CITY OF FORT WORTH DEPARTMENT OF ENGINEERING Q RECONSTRUCTION OF TAXIWAY "K" PROJECT NO. GR76-055302646010 BOB TER_RELL CITY MANAGER LISA A. PYLES AIRPORT SYSTEMS DIRECTOR 2000 Q APPROVED A.DOUGLAS RADEMAKEI P.E.DIRECTOR,DEPARTMENT OF ENGINEERING DATE APPROVED /� LISA A.PYLES,AIRPORT SYSTEMS/DMEtTOR DATE RECOMNfNDED DATE X w NOTICE TO BIDDERS Sealed proposals for the following: FOR: RECONSTRUCTION OF TAXIWAY"K" PROJECT NO.GR76.055302646010 DOE#: 2980 Addressed to Mr.Bob Terrell,City Manager of the City of Fort Worth,Texas will be received at the Purchasing Office until 1:30 PM,Thursday,August 24,2000 and then publicly opened and read aloud at 2:00 PM in the Council Chambers. Plans,Specifications and Contract Documents for this project may be obtained at the Office of the Department of Engineering,Municipal Office Building, 1000 Throckmorton Street,Fort Wroth, Texas. One set of documents will be provided to prospective bidders for a deposit of$20.00;such deposit will be refunded if the document is returned in good condition within(10)days after bids are opened. Additional sets may be purchased on a nonrefundable basis for twenty dollars($20.00)per set. These documents contain additional information for prospective bidders. i Bid security is required in accordance with the Special Instruction to Bidders. The City reserves the right to reject any and/or all bids and waive any and/or all irregularities. No bid may be withdrawn until the expiration of forty-nine(49)days from the date the M/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM("Documentation")as appropriate is received by the City. The award of contract,if made,will be within forty-nine(49)days after this documentation is received,but in no case will the award be made until the responsibility of the bidder to whom it is proposed to award the contract has been verified. Bidders are responsible for obtaining all Addenda to the contract documents and acknowledging receipt of the Addenda by initialing the appropriate spaces on the PROPOSAL form. Bids that do not acknowledge receipt of all Addenda may be rejected as being nonresponsive. Information regarding the status of Addenda may be obtained by contacting the Department of Engineering at 817-871-7910. ' In accord with City of Fort Worth Ordinance No. 11923,as amended,the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contract. A copy of the Ordinance can be obtained from the Office of the City Secretary. In addition,the bidder shall submit the MBE/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM("Documentation')as appropriate. The documentation must be received no later than 5:00 PM,five(5)City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid nonresponsive. For additional information,contact Jim Deeter at(8 17)871-7803. BOB TERRELL GLORIA PEARSON CITY MANAGER CITY SECRETARY A.Douglas Rademaker,P.E. Director epartRent o ngineering By oh Firin P.E. Manager,Engineering Services Advertising Dates: July 27,2000 August 3, 1998 w r SPECIAL INSTRUCTION TO BIDDERS 1. BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth, in an amount of not less than five(5%)per cent of the total of the bid submitted must accompany the bid,and is subject to forfeit in the event the successful bidder fails to execute the contract documents within ten(10)days after the contract has been awarded. To be an acceptable surety on the bond,(1)the name of the surety shall be included on the current U.S.Treasury,or(2)the surety must have capital and surplus equal to ten times the limit of the bond. The surety must be licensed to do business in the state of Texas. The amount of the bond shall not exceed the amount shown on the treasury list or one-tenth(1/10)the total capital and surplus. M 2. PAYMENT BOND AND PERFORMANCE BOND: The successful bidder entering into a contract for the work will be required to give the City surety in a sum equal to the amount of the contract awarded. In this connection,the successful bidder shall be required to furnish a performance bond as well as payment bond,both in a sum equal to the amount of the contract awarded. The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the requirements of Article 5160 of the Revised Civil Statutes of Texas,as amended. In order for a surety to be acceptable to the City,(1)the name of the surety shall be included on the current U.S.Treasury List of Acceptable Sureties(Circular 870),or(2)the surety must have capital N and surplus equal to ten times the amount of the bond. The surety must be licensed to do business in the State of Texas. The amount of the bond shall not exceed the amount shown on the Treasury list or one-tenth(1/10)of the total capital and surplus. If reinsurance is required,the company writing W the reinsurance must be authorized,accredited or trusteed to do business in Texas. No sureties will be accepted by the City which are at the time in default or delinquent on any bonds or which are interested in any litigation against the City. Should any surety on the contract be determined unsatisfactory at any time by the City,notice will be given to the contractor to that effect and the contractor shall immediately provide a new surety satisfactory to the City. If the contract amount is in excess of$25,000 a Payment Bond shall be executed,in the amount of the contract,solely for the protection of all claimants supplying labor and materials in the prosecution of the work. If the contract amount is in excess of$100,000,a Performance Bond shall be executed,in the amount of the contract conditioned on the faithful performance of the work in accordance with the plans, specifications,and contract documents. Said bond shall solely be for the protection of the City of fort Worth. F 3. LIQUIDATED DAMAGES:The Contractor's attention is called to Part 1,Item 8,paragraph 8.6,of the"General Provisions"of the Standard Specifications for Construction of the City of Fort Worth, Texas,concerning liquidated damages for late completion of projects. 4. AMBIGUITY: In case of ambiguity or lack of clearness in stating prices in the proposal,the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the proposal. 6 S. EMPLOYMENT:All bidders will be required to comply with City Ordinance No. 7278 as amended by City Ordinance No.7400(Fort Worth City Code Section 13-A-21 through 13-a-29)prohibiting discrimination in employment practices. f 6. WAGE RMS:All bidders will be required to comply with provision 5159a of"Vernons Annotated Civil Statutes"of the State of Texas with respect to the payment of prevailing wage rates as established by the City of Fort Worth,Texas and set forth in Contract Documents for this project. 7. FINANCIAL STATEMENT:A current certified financial statement may be required by the ,. Department of Engineering if required for use by the CITY OF FORT WORTH in determining the successful bidder. This statement,if required,is to be prepared by an independent Public Accountant holding a valid permit issued by an appropriate State Licensing Agency. S. INSURANCE: Within ten(10)days of receipt of notice of award of contract,the Contractor must provide,along with executed contract documents and appropriate bonds,proof of insurance for Worker's Compensation and Comprehensive General Liability(Bodily Injury-$250,000 each person, $500,000 each occurrence;Property Damage-$300,000 each occurrence). The City reserves the right to request any other insurance coverages as may be required by each individual project. NONRESIDENT BIDDERS: Pursuant to Article 60 Ig,Texas Revised Civil Statutes,the City of Fort Worth will not award this contract to a non resident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in " which the nonresident's principal place of business is located. "Nonresident bidder"means a bidder whose principal place of business is not in this state,but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. "Texas resident bidder"means a bidder whose principal place of business is in this state,and includes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if this contract involves federal funds. The appropriate blanks of the Proposal must be filled out by all non resident bidders in order for its bid to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that bidder. 10. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accord with City of Fort Worth Ordinance No. 11923,as amended,the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the office of the City Secretary.In addition,the bidder shall submit the MBE/WBE UTILIZATION FORM,PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM("Documentation")as appropriate. The Documentation must be received no later than 5:00 p.m.,five(5)City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the Documentation was received by the City. Failure to comply shall render the bid non-responsive. Upon request,Contractor agrees to provide to owner complete and accurate information regarding actual work performed by Minority Business Enterprise(WBE)on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books,records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of fads(other than a negligent misrepresentation)and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiation action under appropriate federal,state or local laws or ordinances relating to false statement;further,any such misrepresentation(other than a negligent misrepresentation)and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participation in City work for a period of time of not less than three(3)years. 11. AWARD OF CONTRACT:Contract will be awarded to the lowest responsive bidder.The City reserves the right to reject any and/or all bids and waive any and/or all irregularities. No bid may be withdrawn until the expiration of forty-none(49)days from the date the M/WBE UTILIZATION FORM,PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation")as appropriate is received by the City. The award of contract,if made,will be within forty-nine(49)days after this documentation is received,but in no case will the award be made until the responsibility of the bidder to whom it is proposed to award the contract has been verified. 12. PAYMENT: The Contractor will receive full payment(minus 5%retainage)from the City for all work for each pay period. Payment of the remaining amount shall be made with the final payment, and upon acceptance of the project. " 13. ADDENDA:Bidders are responsible for obtaining all addenda to the contract documents prior to the bid receipt time and acknowledging them at the time of bid receipt. Information regarding the status of addenda may be obtained by contacting the Department of Engineering Construction Division at (817)871-7910. Bids that so not acknowledge all applicable addenda may be rejected as non- responsive. 14. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW: A.Workers Compensation Insurance Coverage a.Definitions: Certain of coverage("certificate").A copy of a certificate of insurance,a certificate of authority to self-insure issued by the commission,or a coverage agreement(TWCC-81, TWCC-82,TWCC-83,or TWCC-84),showing statutory worker's compensation insurance coverage for the person's or entity's employees providing services on a project,for the duration of the project. Duration of the project-includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project("subcontractor"in §406.096)-includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project,regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes,without limitation, independent contractors,subcontractors,leasing companies,motor carriers,owner-operators, employees of any such entity,or employees of any entity which furnishes persons to provide services on the project. "Services"include,without limitation,providing,hauling,or delivering equipment or materials,or providing labor,transportation,or toner services related to a project."Services"does not include activities unrelated to the project,such as food/beverage vendors,office supply deliveries,and delivery of portable toilets. b. The contractor shall provided coverage,based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements,which meets the statutory requirements of Texas Labor Code,Section 401.011 (44)or all employees of the ' contractor providing services on the project,for the duration of the project. c, The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. d. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project,the contractor must,prior to the end of the coverage period,file a new certificate of coverage with the governmental entity showing that coverage has been extended. e. The contractor shall obtain from each person providing services on a project,and provide to the governmental entity: (1) a certificate of coverage,prior to that person beginning work on the project,so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project;and (2) no later than seven days after receipt by the contractor,a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project, f. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter i g. The contractor shall notify the governmental entity in writing by certified mail or personal delivery,within ten(10)days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing ■ services on the project. h. The contractor shall post on each project site a notice, in the text,form and manner prescribed by the Texas Worker's Compensation Commission,informing all persons providing services on the project that they are required to be covered,and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project,to: (1) provide coverage,based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements,which meets the statutory requirements of Texas labor Code,Section 401.011 (44)for all of its employees providing services on the project,for the duration of the project; (2) provide to the contractor,prior to that person beginning work on the project,a certificate of coverage showing that coverage is being provided for all employees of ' the person providing services on the project,for the duration of the project; (3) provide the contractor,prior to the end of the coverage period,a new certificate of coverage showing extension of coverage,if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts,and provide to the contractor: (a) a certificate of coverage,prior to the other person beginning work on the project;and (b) a new certificate of coverage showing extension of coverage,prior to the end of the coverage period,if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. (b) notify the governmental entity in wiring by certified mail or personal delivery, within ten(10)days after the person knew or should have known,of any change that materially affects the provision of coverage of any person providing services on the project;and (7) contractually require each person with whom it contracts,to perform as required by paragraphs(1)-(7),with the certificates of coverage to be provided to the person for whom they are providing services. j. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by worker's + compensation coverage for the duration of the project,that the coverage will be based on proper reporting of classification codes and payroll amounts,and that all coverage agreements will be filed with the appropriate insurance carrier or,in the case of a self insured,with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative,criminal,civil penalties or other civil actions. k. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. B. The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered,and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type,and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text,without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE" The law requires that each person working on this site or providing services related to this construction project must be covered by worker"compensation insurance.This includes persons providing,hauling or delivering equipment or materials,or providing labor or transportation or other service related to the project,regardless of the identity of their employer or status as an employee". Call the Texas Worker's Compensation Commission at 512-440-3789 to receive information on the legal requirement for coverage,to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage". r 15. NON DISCRIMINATION:The contractor shall not discriminate against any person or persons because of sex,race,religion,color,or national origin and shall comply with the provisions of City Ordinance 7278,as amended by City Ordinance 7400(Fort Worth City Code Sections 13A-21 through 13A-29),prohibiting discrimination in employment practices. 16. AGE DISCRUKMATION: In accordance with the policy("Policy")of the Executive Branch of the federal government,contractor covenants that neither it nor any of its officers,members,agents,or employees,will engage in performing this contract,shall,in connection with the employment, advancement or discharge of employees or in connection with the terms,conditions or privileges of their employment,discriminate against person because of their age except on the basis of a bona fide occupational qualification,retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers,members,agents,or employees,or person acting on their behalf;shall specify,in solicitations or advertisements for employees to work on this Contract,a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification,retirement plan or statutory requirement. Contractor warrants it will fully comply with the Policy and will defend,indemnify and hold City harmless against any and all claims or allegations asserted by third parties against City arising out of Contractor's alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this Contract. 17. DISCRIIVMATION DUE TO DISABILITY:In accordance with the provisions of the Americans • with Disabilities Act of 1990("ADA"),Contractor warrants that it will not unlawfully discriminate on the basis of disability in the provision of services to the general public,nor in the availability, terms and/or conditions of employment for applicants for employment with,or current employees of Contractor.Contractor warrants it will fully comply with ADA's provisions and any other applicable federal state and local laws concerning disability and will defend indemnify and hold City harmless against any claims or allegations asserted by third parties against City arising out of Contractor's alleged failure to comply with the above-referenced laws concerning disability discrimination in the ' performance of this Contract. Revised March 15, 1996 r PROPOSAL DU►N►NCK EROS INC. TO: Mr. Bob Terrell City Manager Fort Worth, Texas FOR: RECONSTRUCTION OF TAXIWAY KK" PROJECT NO.GR76-055302646010 Pursuant to the foregoing"Notice to Bidders",the undersigned has thoroughly examined the plans, specifications and the site,understands the amount of work to be done,and hereby proposes to do all the work and furnish all labor,equipment,and materials necessary to complete all the work as provided in the plans and specifications,and subject to the inspection and approval of the Department of Engineering Director of the City of Fort Worth. Upon acceptance of this proposal by the City Council,the bidder is bound to execute a contract and furnish Performance and Payment Bond approved by the City of Fort Worth for performing and completing said work within the time stated and for the following sums,to-wit: SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH BID PRICES UNIT TOTAL ITEM ITEM QUANTITY WRITTEN IN WORDS PRICE AMOUNT BID P-152-4.1 1. 265 CY. PAVEMENT EXCAVATION TgN a Dollars& No Cents Per CY. $ 3.0.00 P-152-4.2 2. 2659 CY. UNCLASSIFIED STREET EXCAVATION F i F TE E-r A Dollars& V40 Cents Per CY. $ 15-00 $ $.DO P-155-8.1 3. 5011 SY. PROP. 8"LIME STABILIZED SUBGRADE @45lbs/sy trtVe Dollars& $ 5.00 $ 25019 .00 No Cents Per SY. p-155-8.2 4. 115 Ton LIME E 1 l-AT V Dollars& n!O Cents Per Ton $ 90.00 $ 01-7.00 .O D p-209-5.2 5. 4889 SY. 8"CRUSHED AGGREGATE BASE COURSE TE 4 Dollars& $ 10-cls $ 5 3p 5 3 1.5 S POWM_ Flyp Cents Per SY. P-602-5.I 6. 2505 GAL BITUMINOUS PRIME COAT ONE Dollars& wl o Cents Per GAL. $ (.00 $ aT S 05 .00 P-603-5.1 7. 751 GAL BITUMINOUS TACK COAT ONE Dollars& nI D Cents Per GAL. $ 1.00 $ 75 y 0 o DUININCK BROS. INC. a TxDOT 8. 536 TON ASPHALTIC CONCRETE TYPE D 340 Dollars& N e Cents Per TON. � $ 4CJ,00 $ 2167JA. 00 TxDOT 9. 865 TON ASPHALTIC CONCRETE TYPE B 340 t~a,.T���L Dollars& n1e Cents Per TON. $ .00 $ 41,13S .00 P-620-5.1 10. 1072 SF. TAXIWAY PAINTING(YELLOW) 'i-iN 0 Dollars& pia Cents Per SF. $ Z.00 $2,L4!LoO P-620-5.1 11. 191 LB REFLECTIVE MEDIA TYPE III Tvt a Dollars& FI RTV Cents Per LB. $ Z.S cs $ 4'7-7.5a T-904-5.1 12. 245 SY. SODDING F t V E Dollars& nld Cents Per SY. $ S,00 $ 1 +ZZS.O a T-905-5.2 13. 40 CY. TOP SOIL Twe f-+'N Dollars& fd o Cents Per SY. $ ZO• 00 $ $OO .a a i TOTAL BID $ 212, 11t1 . 0 ■ r 41 This contract is issued by an organization which qualifies for exemption pursuant to the provision of Article 20.04(F)of the Texas Limited Sales,Excise and Use Tax Act, Taxes. All equipment and materials not consumed by or incorporated into the project construction,are subject to State sales taxes under House Bill 11,enacted August 15, 1991. The successful Bidder shall be required to complete the attached Statement of Materials and Other Charges at the time of executing the contract. The Contractor shall comply with City Ordinance 7278,as amended by City Ordinance 7400(Fort Worth City Code Sections 13-A-21 through 13-A-29),prohibiting discrimination in employment practices. The undersigned agrees to complete all work covered by these contract documents within Forty(40) Working Days from and after the date for commencing work as set forth in the written Work Order to be issued by the Owner and to pay not less than the"Prevailing Wage Rates for Street,Drainage and Utility Construction'as established by the City of Fort Worth,Texas. Within ten(10)days of receipt of notice of acceptance of this bid,the undersigned will execute the formal contract and will deliver an approved S ety Bond for t1le faithful performance of this contract. The attached dit check in the sum o e 'at — Dollars ($—' ---his to be forfeited in the event the contract and bond are not executed within the time set f6rth,as liquidated damages for delay and additional work caused thereby. (l/we), acknowledge receipt of the following addenda to the plans and specifications,all of the provisions and requirements of which have been taken into consideration in preparation of the foregoing bid: Addendum No. 1 (Initials) Addendum No.3(Initials) Addendum No.2(Initials) Addendum No.4(Initials) Respectfully submitted: �oe�one�ereP®,a C, �{ -- /ICE PRESIDENT ,.o � 8.�,o 9 wkDUI I K BROS. INC. eo,� •.�;S�mis Address 0. BOX 735 soft ORKM '%0% ROANOKE, TEXAS 76262 t SEAL t ® Telephone 00 ®o®fie 00® Date REQUIRED LANGUAGE IN PROPOSALS FOR AIP CONTRACTS Previous Contracts. Section 60-1.7 (b) of the Regulations of the Secretary of Labor requires each bidder or prospective prime contractor and proposed subcontractor, where appropriate,to state in the bid or at the outset of negotiations for the contract whether it has participated in any previous contract or subcontract subject to the equal opportunity clause; and if so,whether it has filed with the Joint Reporting Committee, the Director, an agency, or the former Presidents Committee on Equal Employment Opportunity all reports due under the applicable filing requirements. In any case in which a bidder or prospective prime contractor or proposed subcontractor which participated in a previous contract subject to Executive Order 10925,11114 or 11246 has not filed a report due under the applicable filing documents, no contract or subcontract shall be awarded unless such contractor submits a report covering the delinquent period or such other period specified by the FAA or the Director,OFCCP. Bid or Proyosal Form. To effectuate the foregoing requirements, the sponsor is required to include in the bid or proposal form a statement substantially as follows: The bidder (proposer) shall complete the following statement by checking the appropriate space. The bidder (proposer) hashas not participated in a previous contract subject tot he equal opportunity clause prescribed by Executive Order 10925, or Executive Order 11114, or Executive Order 11246. The bidder(proposer) has has not_submitted all compliance reports in connection with any such contract due under the applicable filing requirements; and that repre§entatioms'indicating submission of required compliance reports signed by proposed subcontractors will be obtained prior to award of subcontracts. If the bidder (proposer) has participated in a previous cpntf#t subject to the equal opportunity clause and has not submitted compliance repor§ due under applicable filing requirements, the Bidder (Proposer) shall submit a compliance report on Standard.Form 100. "Employee Information Report EEO-1" prior to the award of the contract. Standard Form 100 is normally furnished contractors annually, based on a mailing list currently maintained by the Joint Reporting Committee. In the event a contractor has not received the form, he may obtain it by writing to the Joint Reporting Committee, 100 G Street, Washington, DC 20506. VEN7DOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out of state) contractors whose corporate offices or principal place of business are outside of the State of Texas, bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by.the same amount that a Texas resident would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State in which the nonresident's principal place of business is located. The appropriate blanks.in Section A must be filled out by all out of state or nonresident bidders in order for your bid to meet specifications. The failure of out of state or nonresident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident vendors in (give state), our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statue is attached. Nonresident vendors in (give state), our principal place of business, are not required to underbid resident bidders. B. Our principal pl of business or corporate offices are in the State of Texas. BIDDER: DUININCK BROS. INC. By. JAMES E. MELHORN (please print) DUININCK BROS. INC. Signatur ROANOKE, TEXAS 76262 VICE PRESIDENT City State Zip Phone: Q-7- M-09%0 THIS FORM MUST BE RETURNED WITH YOUR PROPOSAL City of Fort Worth Disadvantage Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY If the total dollar value of the contract is $25,000 or more,the DBE goal is applicable. If the total dollar value of the contract is less than $25,000,the DBE goal is not applicable. POLICY STATEMENT The City of Fort Worth has established a Disadvantaged Business Enterprise (QBE) program in accordance with regulations of the U.S. Department of Transportation (DOT), 49 CFR Part 26. The City of Fort Worth has received Federal financial assistance from the Department of Transportation, and as a condition of receiving this assistance, the City of Fort Worth has signed an assurance that it will comply with 49 CFR Part 26. It is the policy of the City of Fort Worth to ensure that DBEs, as defined in part 26, have an equal opportunity to receive and participate in DOT- assisted contracts. It is also our policy: To ensure nondiscrimination in the award and administration of DOT-assisted contracts;To create a level playing field on which DBEs can compete fairly for DOT-assisted contracts; To ensure that the DBE Program is narrowly tailored in accordance with applicable law; To ensure that only firms that fully meet 49 CFR Part 26 eligibility standards are permitted to participate as DBEs; To help remove barriers to the participation of DBEs in DOT-assisted contracts; and To assist the development of firms that can compete successfully in the market place outside the DBE Program. All requirements and regulations stated in the City's current Disadvantage Business Enterprise program apply to this bid. DBE PROJECT GOALS The City's DBE goal on this project is 18 %of the base bid value of the contract. COMPLIANCE TO BID SPECIFICATIONS On City contracts of$25,000 or more, bidders are required to comply with the intent of the City's DBE Program by either of the following: 1. Meet or exceed the above stated DBE goal, or; 2. Good Faith Effort documentation, or; or3. Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, within the following times allocated, in �r order for the entire bid to be considered responsive to the specifications. 1. DBE Utilization Form, if goal is received by 5:00 p.m.,five (5) City business days after the met or exceeded bid opening date,exclusive of the bid opening date. 2. Good Faith Effort Form and DBE received by 5:00 p.m.,five (5) City business days after the Utilization Form, if participation is bid opening date,exclusive of the bid opening date. less than stated goal 3. Good Faith Effort Form if no DBE received by 5:00 p.m.,five (5) City business days after the participation bid opening date,exclusive of the bid opening date. 4. Prime Contractor Waiver Form: received by 5:00 p.m.,five (5) City business days after the bid opening date,exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S DBE PROGRAM,WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS. Any questions, please contact the DBE Office at(817) 871-6104. 07/14/00 ATTACHMENT 1A � E?l *F Page l of 2 City of Fort Worth #1N��IN%/6FW Disadvantage Business Enterprisl pecifications DBE UTILIZATIOWO 000 30 Pf1 2 57 Duininck Bros, Inc. r COMPANY NAME BID DATE [eacham Airport Reconstruction nf TnvlWay nRn GR76-05530264 0 ECT NAME PROJECT NUMBER 1 - "S DBE PROJECT GOAL: DBE PERCENTAGE ACHIEVED: iilure to complete this form, in its entirety with supporting documentation, and received by the Managing Department 17r before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid B...g considered non-responsive to bid specifications. fAundersigned bidder agrees to enter into a formal agreement with the DBE firms for work listed in this schedule, itioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing isrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered oP'•responsive to specifications. Company Name,Contact Name, Certified Specify All Contracting Specify All Items to be Dollar Amount ddress,and Telephone No. I _ Scope of Work(*) Supplied(*) �.. Q F > �! a am X N 1- z ~x SEE ATTACHIENT PAGE 1(A) OF 2 BEs must be located in the 9(nine)county marketplace or currently doing business in the marketplace at the time of bid. ') Specify all areas in which DBE's are to be utilized and/or items to be supplied: A complete listing of items to be supplied is required in order to receive credit toward the DBE goal. AL (Nldentlfy each Tier level. Tier:Means the level of subcontracting below the prime contractor/consultant,i.e.,a direct payment from the prime contractor to a subcontractor is considered 1"tier,a payment by a subcontractor to its supplier is considered 2nd tier. HIS FORM MUST BE RECEIVED BY THE MANAGING DEPARTMENT BY 5:00 p.m., FIVE (5)CITY BUSINESS DAYS AFTER BID OPENING, EXCLUSIVE OF THE BID OPENING DATE Rev.6/2/98 Pages 1 and 2 of Attachment 1A must be received by the Managing Department e � ATTACHMENT 1/ Page 2 c;} City of Fort Worth Disadvantage Business Enterprise Specifications , DBE UTILIZATION Company Name,Contact Name, Certified Specify All Contracting Specify All Items to be Dollar Amount""' Address, and Telephone No. a F Scope of Work(*) Supplied(*) ,a,� U 0 m U X N H Z � � The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarcll� actual work performed by all subcontractors, including DBE(s) arrangements submitted with this bid. The bidder 1 � agrees to allow an audit and/or examination of any books, records and files held by their company that will substantial the actual work performed by the DBE(s) on this contract, by an authorized officer or employee of the City. A� intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment fi 1i City work for a period of not less than three (3) years and for initiating action under Federal, State or Local Iavv concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract ma result in a determination of an irresponsible offeror and barred from participating in City work for a period of time�c less than one (1) year. ALL D s MU T BE CERTIFIED BY THE CITY BEFORE CONTRACT AWARD ' �� James F. )N elbo n orized Signature Printed Signature Vice President Ron Kuiken, IDBF. Coordinator Title Contact Name and Title (if different) Duininck Bros, Inc. 817-491-0946 Company Name Telephone Number(s) P.O. Boa 735 817-491-9528 Address Fax Number Roanoke, T% 76262 Aufnst 29, 2000 City/State/Zip Code Date THIS FORM MUST BE RECEIVED BY THE MANAGING DEPARTMENT BY 5:00 p.m.,.FIVE (5)CITY BUSINESS DAYS AFTER BID OPENING,EXCLUSIVE OF THE BID OPENING DATE Rev.f I Pages 1 and 2 of Attachment 1A must be received by the Managing Department Z O O O O O) O O O O ID M O O O O O O 2 O O O O O O Q In O O L M g � � M J W CL D U) 0 Cn � Q Q Yx oI'll, 0 0 ,. w Z = zU) W w = z w a � a Y o � _ a X � � ~ } 0 0 0 d � v W H F- 0 U U d z z z a w w m J W Q Z O 0 Q N NU N U N Q L c ZCC) c cc) (n ^ Z N N O it CC)P 4_ >- H � (Q� Z ^ Z � W pODj W g� H N (00 H N H b m r g O Z = W Z 0! } p Z X Y O Z X Y O .ed W H o Q v z } m Z } m Z v a y a Cal g � a � Upo � o � ooTo a � � co0rn � a � acoaa: ao � hD CITY OF FORT WORTH,TEXAS DEPARTMENT OF ENGINEERING SPECIAL PROVISIONS FOR: RECONSTRUCTION OF TAXIWAY"K" PROJECT NO.GR76-055302646010 DOE 2980 1. SCOPE OF WORK: The work covered by these plans and specifications consist of the reconstruction of Taxiway"K"and all other miscellaneous items of construction to be performed as outlined in the Plans and Specifications which are necessary to satisfactorily complete the work. 2. AWARD OF CONTRACT:Contract may not necessarily be awarded to the lowest bidder. The City - Engineer shall evaluate and recommend to the City Council the best bid which is considered to be in " the best interest of the City. Contract will be awarded to the lowest responsive bidder. 3. WORK ORDER DELAY:All utilities and right-of-way are expected to be clear and easements and/or permits obtained on this project within sixty(60)days of advertisement of this project. The work order for subject project will not be issued until all utilities,right-of-ways,easements and/or permits are cleared or obtained.The Contractor shall not hold the City of Fort Worth responsible for any delay in issuing the work order for this Contract. 4. WORKING DAYS: The Contractor agrees to complete the Contract within the allotted number of working days. 5. INCREASE OR DECREASE IN QUANTITIES: The quantities shown in the proposal are approximate. It is the Contractor's sole responsibility to verify all the minor pay item quantities prior to submitting a bid. When the quantity of work to be done or materials to be furnished under any major pay item of the contract is more than 125%of the quantity stated in the contract,whether stated by Owner or by Contractor,then either party to the contract,upon demand,shall be entitled to negotiate for revised consideration on the portion of work above 125%of the quantity stated in the contract. I a r A major pay item is defined as any individual bid item included in the proposal that has a total cost equal to or greater than 5 percent of the original contract. A minor pay item is defined as any individual bid item included in the proposal that has a total cost less than 5 percent of the original contract. In the event Owner and Contractor are unable to agree on a negotiated price,Owner and Contractor , agree that the consideration will be the actual field cost of the work plus 15%as described herein below,agreed upon in writing by the Contractor and Department of Engineering and approved by the City Council after said work is completed,subject to all other conditions of the contract. As used herein,field cost of the work will include the cost of all workmen,foremen,time keepers,mechanics and laborers;all materials,supplies,trucks,equipment rental for such time as actually used on such work only,plus all power,fuel,lubricants,water and similar operating expenses;and a ratable portion of premiums on performance and payment bonds,public liability,Workers Compensation and all other insurance required by law or by ordinance. The Director of the Department of Engineering will direct the form in which the accounts of actual field cost will be kept and will recommend in writing the method of doing the work and the type and kind of equipment to be used but such work will be performed by the Contractor as an independent Contractor and not as an agent or employee of the City. The 15%of the actual field cost to be paid to the Contractor shall cover and compensate him for profit,overhead,general supervision and field office expense and all other elements of cost and expense not embraced with the actual field cost as herein specified upon request,the Contractor shall provide the Director of Engineering access to all accounts,bills and vouchers relating thereto. 6. RIGHT TO ABANDON:The City reserves the right to abandon,without obligation to the Contractor, any part of the project or the entire project at any time before the Contractor begins any construction work authorized by the City. 7. CONSTRUCTION SPECIFICATIONS:This contract and project are governed by the two following ` published specifications,except as modified by these Contract Documents: STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION NORTH CENTRAL TEXAS A copy of either of these specifications may be purchased at the Office of the Department of Engineering, 1000 Throckmorton Street,2"d Floor,Municipal Building,Fort Worth,Texas 76102: The specifications applicable to each pay item are indicated in the call-out for the pay item by the Engineer. If not shown,then applicable published specifications in either of these documents may be followed at the discretion of the Contractor. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. 8. CONTRACT DOCUMENTS:Bidders shall not separate,detach or remove any portion,segment or sheets from the contract documents at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as `nonresponsive"and rejecting bids or voiding contract as appropriate and as determined by the Director of the Department of Engineering. 9. MAINTENANCE STATEMENT:The Contractor shall be responsible for defects in this project due to faulty materials and workmanship,or both,for a period of one(1)year from date of final acceptance of this project by the City Council of the City of Fort Worth and will be required to replace at his expense any part or all of the project which becomes defective due to these causes. 10. CONSTRUCTION STAKING:Construction stakes for line and grade will be provided by the City as outlined on page 17,Standard Specifications for Construction,City of Fort Worth. 11. TRAFFIC CONTROL: The contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the"1980 Texas Manual on Uniform Traffic Control Devices for Streets and Highways"issued under the authority of the"State of Texas Uniform Act Regulating Traffic on Highways,"codified as Article 6701 d Vernon's Civil Statues,pertinent sections being Section Nos.27,29,30 and 31. The Contractor will not remove any regulatory sign,instructional sign,street name sign or other sign which has been erected by the City. If it is determined that a sign must be removed to permit required construction,the Contractor shall contact the Transportation and Public Works Department. Signs and Markings Division (phone number 871-8075),to remove the sign. In the case of regulatory signs,the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above referenced manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications,the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be reinstalled the Contractor shall again contact the Signs and Markings Division to reinstall the permanent sign and w shall leave his temporary sign in place until such reinstallation is completed. 12. DELAYS: The Contractor shall receive no compensation for delays or hindrances to the work,except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material,if any,which is to be furnished by the City. When such extra compensation is claimed a written statement thereof shall be presented by the Contractor to the Engineer and if by him found correct shall be approved and referred by him to the Council for final approval or disapproval; and the action thereon by the Council shall be final and binding. If delay is caused by specific orders given by the Engineers to stop work or by the performance of extra work or by the failure of the City to provide material or necessary instructions for carrying on the work,then such delay will entitle the Contractor to an equivalent extension of time,his application for which shall,however,be subject to the approval of the City Council;and no such extension of time shall release the Contractor or the k r t surety on his performance bond form all his obligations hereunder which shall remain in full force until the discharge of the contract. 13. DETOURS AND BARRICADES: The Contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area. Contractor shall protect construction as required by Engineer by providing barricades. Barricades,warning and detour signs shall conform to the Standard Specifications`Barriers and Warning and/or Detour Signs,"Item 524 and/or as shown on the plans. Construction signing and barricades shall conform with"1980 Texas Manual on Uniform Traffic Control Devices,Vol.No. 1." 14. DISPOSAL OF SPOIL/F1LL MATERIAL: Prior to the disposing of any spoil/fill material,the contractor shall advise the Director of the Department of Engineering acting as the City of Fort Worth's Flood Plain Administrator("Administrator"),of the location of all sites where the contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinance of the City of Fort Worth(Ordinance No. 10056). All disposal sites must be approved by the Administrator to ensure the filling is not occurring within a flood plain without a permit. A flood plain permit can be issued upon approval of necessary engineering studies. No fill permit is required if disposal sites are not in a flood plain. Approval of the contractors disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain fill Permit authorizing fill within the flood plain. Any expenses associated with obtaining the fill permit,including any necessary engineering studies,shall be at the contractors expense. In the event that the contractor disposes of spoil/fill materials at a site without a fill permit or a letter from the administrator approving the disposal site,upon notification by the Director of Engineering,contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinance of the City and this section. 15. ZONING REQUIREMENTS:During the construction of this project,the Contractor shall comply with present zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes. 16. QUALITY CONTROL TESTING: (a) The contractor shall furnish,at its own expense,certifications by a private laboratory for all materials proposed to be used on the project,including a mix design for any asphaltic and/or Portland cement concrete to be used and gradation analysis for sand and crushed stone to be used along with the name of the pit from which the material was taken. The contractor shall provide manufacturer's certifications for all manufactured items to be used in the project and will bear any expense related thereto. (b) Tests of the design concrete mix shall be made by the contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate,cement and mortar which are to be used later in the concrete. The contractor shall provide a certified copy of the test results to the City. ;. (c) Quality control testing of in situ material on this project will be performed by the City at its own expense. Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the contractor and will be billed at commercial rates as determined by the City.The failure of the City to make any tests of materials shall in no way relieve the contractor of its responsibility to furnish materials and equipment conforming to the requirements of the contract. (d) Not less than 24 hours notice shall be provided to the City by the contractor for operations requiring testing. The contractor shall provide access and trench safety system(if required)for the site to be tested and any work effort involved is deemed to be included in the unit price for the item being tested. (e) The contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site. The ticket shall specify the name of the pit supplying the fill material. 17. PROPERTY ACCESS: Access to adjacent property shall be maintained at all times unless otherwise directed by the Engineer. 18. SAFETY RESTRICTIONS-WORK NEAR HIGH VOLTAGE LINES: The following procedures will be followed regarding the subject item on this contract: (a) A warning sign not less than five inches by seven inches,painted yellow with black letters that are legible at twelve feet shall be placed inside and outside vehicles such as cranes, derricks, power shovels,drilling rigs,pile drivers,hoisting equipment or similar apparatus. The warning sign shall read as follows: "WARNING—UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." (b) Equipment that may be operated within ten feet of high voltage lines shall have an insulating) cage-type of guard about the boom or arm,except back hoes or dippers and insulator links on the lift hood connections. (c) When necessary to work within six feet of high voltage electric lines, notification shall be given the power company (TU Electric Service Company) which will erect temporary mechanical barriers, de-energize the line or raise or lower the line. The work done by the power company shall not be at the expense of the City of Fort Worth. The notifying department shall maintain an accurate log of all such calls to TU Electric Service Company and shall record action taken in each case. (d) The contractor is required to make arrangements with the TU Electric Service Company for the temporary relocation or raising of high voltage lines at the contractor's sole cost and expense. (e) No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph(c). 19. WATER DEPARTMENT PRE-QUALIFICATIONS: Any contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre-qualified with the Water Department to perform such work in accordance with procedures described in the current Fort Worth Water Department General Specifications which general specifications shall govern performance of all such work. 20. RIGHT TO AUDIT: (a) Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this contract have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the contractor involving transactions relating to this - contract. Contractor agrees that the City shall have access during normal working hours to all necessary contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The City shall give contractor reasonable advance notice of intended audits. (b) Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, under the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subcontractor involving transactions to the subcontract and further, that City shall have access during normal working hours to all subcontractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this article together with subsection (c) hereof. City shall give subcontractor reasonable advance notice of intended audits. (c) Contractor and subcontractor agree to photo copy such documents as may be requested by the City. The City agrees to reimburse contractor for the cost of copies as follows: 1. 50 copies and under $0.10 per page. 2. More than 50 copies $0.85 for first page plus$0.15 for each page thereafter. dh w (d) "Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this contract have access to and the right to examine any directly pertinent books, documents, papers and records of such subcontractor, involving transactions to the subcontract and further, that City shall have access during normal working hours to all appropriate work space, in order to conduct audits in compliance with the provisions of this article. City shall give subcontractor reasonable advance notice of intended audits." w i ■s+ l* Ib r w Advisory U.S.Depertrrent of Transportation Circular Federal Aviation Administration Subject: OPERATIONAL SAFETY ON AIRPORTS Date: 5/31/84 AC No: 150/5370-2C DURING CONSTRUCTION Initiated bv: AAS-300 Change: 1 . PURPOSE. This advisory circular (AC) sets forth guidelines concerning the operational safety on airports during construction, to assist airport operators in complying with Part 139, Certification and Operation: Land Airports Serving Certain Air Carriers, of the Federal Aviation Regulations (FAR), and with the requirements of Federally-funded construction projects. Construction activity is defined as the presence and movement of personnel, equipment, and materials in any location which could infringe upon the* movement of aircraft. For noncertificated airports and airports with no grant agreements, application of these provisions will help maintain the desired level of operational safety during periods of construction. - 2. CANCELLATION. AC 150/5370-2B , Operational Safety on Airports With Emphasis on Safety During Construction, dated October 9, 1981, is' canceled. 3. RELATED READING MATERIAL. All references cited herein are available for inspection in any Federal Aviation Administration (FAA) regional office. a. The Federal Aviation Regulations are sold by the Superintendent of Documents (AC 00-44 , Status of Federal Aviation Regulations, current edi- tion, contains a price list and ordering instructions) . b. AC 150/5370-10, Standards for Specifying Construction: of Airports, is also sold by the Superintendent of Documents (AC 00-2, Advisory Circular Checklist, current edition, contains ordering instructions) . 4. BACKGROUND. Various AC's which detail all major elements of safe, efficient airport design and construction are available. However, opera- tional safety on airports may be degraded by construction hazards or margi- nal conditions that develop after an airport has been opened or approved for operation. This AC addresses that problem. NOTE: Airports which have received Federal assistance (grants, real or personal property) and air- ports certificated under FAR Part 139 have mandatory require=eats related to this subject. AC 150/5370-2C 5/31/84 + 5. GENERAL. - a. The airport operator is responsible for full compliance with the require- ments of FAR Part 139 for certificated airports and with the provisions of Federal + grant agreements when applicable. Adherence to the following provisions will materially assist the airport operator in providing the level of safety required. Local FAA Airports offices have technical expertise to assist airport operators in all safety matters on airports. (See AC 150/5000-3, Address List for Regional Airports Divisions and Airports District/Field Offices, current edition. ) b . Each bidding document (construction plans and/or specifications) for air- a port development work or air navigation facility (NAVAID) installation involving aircraft operational areas should incorporate a section on safety on airports during the construction activity. The section, as a minimum, should contain the appropriate provisions outlined in appendix 1 to this AC. c. The airport operator should pay particular attention to the pullback distances and clearances for any maintenance activities and emergencies that occur on airports. These include activities which involve maintenance equipment--such as mowing machines, snowplows, lighting equipment--as well as emergency standbys for firefighting and rescue equipment. d. Where -Oeasible and where operational safety is not affected, the airport operator may choose to keep open operational areas adjacent to construction � activity during construction rather than close theta to aircraft activity. e. At-airports that are undergoing a multi-year major redevelopment, a compre- • hensive construction safety plan should be 'developed . This safety plan may contain deviations from the criteria outlined in appendix 1 of this AC so long as they are based upon a commitment by the airport operator and the users to provide the maxi- mum clearances possible between construction activities and aircraft within the limits imposed by local conditions. E. COCRD:NAT=ON OF AIRPORT_ CONSTRUCTION ACTIVITIES. Construction activities on an a a'_r?ort, in proximity to, or affecting aircraft operational areas or navigable airspace, s1hould be coordinated with the FAA and airport users prior to initi=_ti..^.g such activities. In addition, basic responsibilities and procedures should be developed and disseminated to instruct construction personnel in airport procedures and L'or moritoring construetior activities for conformance with safety require- ments. These and other safety considerations should be addressed in the earliest d stages of project formulation and incorporated in the contract specifications. Construction areas located within safety areas requiring special attention by. the contractor should be clearly delineated on the project plans. The airport operator should closet; monitor construction activity throughout its duration to ensure con- tinual compliance with safety requirements. a. Formal Notification.. A formal notification to the FAA is required by regu- _-tion for certain airport projects. For instance, FAR Part 157, Notice of Construction, Alteration, Activation, and Deactivation of Airports, requires that F= VA A be ^Ctifie''. ir. writing wherever a rcn-Federally funded project invol'%es t e ■ Par 5 5/31/84 AC 150/5370-2C construction of a new airport; the construction, realigning, altering, activating, or abandoning of a runway, landing strip, or associated taxiway; and the deac- tivating or abandoning of an entire airport. Formal notification is made by sub- mitting FAA Form 7480-1 , Notice of Landing Area Proposal, to the nearest FAA district office or FAA regional office. (See AC 70-2, Airspace Utilization Considerations in the Proposed Construction, Alteration, Activiation and Deactivation of Airports, current edition.) Also, any person proposing any kind of construction or alteration of objects that affect navigable airspace, as defined in FAR Part 77, Objects Affecting Navigable Airspace, is required to notify the FAA. FAA Form 7460-1, Notice of Proposed Construction or Alteration, should be used for this purpose. (See AC 70/7460-2, Proposed Construction or Alteration of Objects That May Affect the Navigable Airspace, current edition.) b. Work Scheduling'-and Accomplishment. Predesign, preconstruction, and prebid conferences provide excellent opportunities to introduce the subject of airport operational safety during construction. All parties involved, including the spon- sor's engineer and contractors, should integrate operational safety requirements into their planning and work schedules as early as practical . Also, respon= sibilities should be clearly established for continuous monitoring and compliance y with the requirements assigned and for vigilance to detect areas needing attention due to oversight or altered construction activity. When construction is being planned on FAR Part 139 certificated airports, the responsible airport safety (certification) inspector should be directly involved at all stages, from pre- design through final inspection. c. Safety Considerations. The following is a partial list of sa.-Nmty con- siderations which experience indicates will need attention during airport construction. ( 1) Minimum disruption of standard operating procedures for aercra,:tical activity. (2) Clear routes from firefighting and rescue stations to active airport operations areas and safety areas. (3) C.-.a-, n of notification and authority tO change safety-Oriented aspects of the construction p'-_n. T (4) In_ti_t_or., currency, and carcell=_t_.r, of Nctice to Airmen (NC7'V'I's) . (5) Suspension or restriction of aircraft. activit-y on airport operations areas. (6) Threshold displacement and appropriate temporary lighting and mzrki^g• (7) Installation and ma_ntenance of tem--crary l:g ting and marking for closed or diverted a_. craft routes on ai^pert oce. :..'_c..^.s areas . (8) Revised vehicular control procedures cr a''ditioral equipment and manpower. (9) Marking/? ghtirtg of construction equipment. Par 6 ' J AC 150/5370-2C 5/31/84 (10) Storage of construction equipment and materials when not in use. ( 11) Designation of responsible representatives of all involved parties and their availability. ( 12) Location of construction personnel parking and transportation to and from the work site. ( 13) Marking/lighting of construction areas. ( 14) Location of construction offices. ( 15) Location of contractor's plants. ( 16) Designation of waste areas and disposal. ( 17) Debris cleanup responsibilities and schedule. ( 18) Identification of construction personnel and equipment. ( 19) Location of haul roads. , (20) Security control on temporary gates and relocated fencing. (21 ) Noise pollution. (22) Blasting regulation and control. (23) Dust control. J (24) Location of utilities. (25) Provision for temporary utilit'_es and/or immediate repairs in the ' event of disruption. (25) Location of power and control lines for electron_c/•visual navigatioca aids. (27) Additional security measures required if FAR Part 107, Airport Security, is involved. (28) Marking and l:.ghting of closed al-field pavement areas. � (29) Coordination of construction activities during the winter with airport snow removal pla... (30) Phasing of work. (31 ) Shutdown and/or protection of airport electron:.c/visual ravigat;ona? ands. 5/31/84 AC 150/5370-2C (32) Smoke, steam, and vapor controls. (33) Notify crash/fire/rescue personnel when working on water lines. (34) Provide traffic directors/wing walkers, etc., as needed to assure clearance in construction areas. d. Guidelines for Proximity of Construction Activity to Airport Operations Areas. The guidelines contained in appendix 1 are for use in the preparation of plans and specifications when construction activities are to be conducted in loca- tions which may interfere with aircraft operations. They should be adapted to the needs of a particular project and should not be incorporated verbatim into project specifications. 7. EXAMPLES OF HAZARDOUS AND MARGINAL CONDITIONS. Analyses of past accidents and incidents have identified many contributory hazards and conditions. A represen- tative list follows: a. Excavation adjacent to runways, taxiways, and aprons. b. Mounds or stockpiles of earth, construction material, temporary structures, and other obstacles in proximity to airport operations areas and approach zones. c. Runway surfacing projects resulting in excessive lips greater than 1 inch (2.54 cm)- for runways and 3 inches (7.62 cm) for edges between old and new surfaces at runway edges and ends. d. Heavy equipment, stationary or mobile, operating or idle near airport operations areas or in safety areas. e. Proximity of equipment or material which may degrade radiated signals or impair monitoring of navigational aids. f. Tall but relat4-7ely low visibility units such as cranes, drills, and the like in critical areas such as safety areas and approach zones. g. Improper or malfunctioning lights or unlighted airport hazards. h. Holes, obstacles, loose pavement, trash, and other debris on or near air- port operations areas. Failure to maintain fencing during construction to deter human and anlxal intrusions into the airport operation areas. j. Open trenches along side pavement. k. Improper marking or lighting of runways, taxiways, and displaced thresholds. 1. Attractions for birds such as trash, grass seeding, or ponded water on or near airports. Par 6 5 AC 150/5370-2C 5/31/84 m. Inadequate or improper methods of marking temporarily closed airport opera- tions areas including improper and unsecured barricades. n. Obliterated markings on active operational areas. NOTE: Safety area encroachments, improper ground vehicle operations, and unmarked or uncovered holes and trenches in the vicinity of aircraft operating sur- faces are the three most recurring threats to safety during construction. -8. ASSURING OPERATIONAL SAFETY. The airport operator is responsible for establishing and -using procedures for the immediate notification of airport users and the FAA of any conditions adversely affecting operational safety at the air- port. If construction operations require shutdown of a navigational aid from ser- vice for more than 24 hours or in excess of 4 hours daily on consecutive days, a 45-day minimum notice is desirable prior to the facility shutdown. Notification of construction, rough pavement, weather-caused effects, bird hazards, and other con- ditons affecting the use of the airport is usually made by NOTAM issued by Flight Service Stations. FAA Air Traffic facilities and Airports district/field offices will assist in the notification process. Airmen or other persons engaged in aviation activities are encouraged to report safety-related airport conditions to airport management, the FAA or through the use of the National Aeronautics and Space Administration's Aviation Safety Reporting System. 9. VEHICLES ON AIRPORTS. Vehicular activity on airport movement areas should be kept to a minimum. Where vehicular traffic on airport operation areas cannot be avoided, it should be carefully controlled. A basic guiding principle is that the aircraft always has the right-of-way. Scme aspects of vehicle control and iden- tification are discussed below. It should be recognized, however, that every air- port presents different vehicle requirements and problems and therefore needs individualized solutions so that vehicle traffic does not endanger aircraft operations . a. Visibility. Vehicles which routinely operate on airport operations areas should be marked/flagged for high daytime visibility and, if appropriate, lighted for nighttime operations. Vehicles which are not marked and lighted should be escorted by one that is equipped with temporary marking and lighting devices. (See AC 150/5210-5, Painting, Marking, and Lighting of Vehicles Used on an Airport, current edition.) b. Identification. It is usually desirable to be able to identify visually specific vehicles from a distance. It is recommended that radio equipped vehicles which routinely operate on airport operations areas be permanently marked with identifying characters on the sides and roof. (See AC 150/5210-5. ) Vehicles needing intermittent identification could be marked with tape or with magnetically attached markers which are commercially available. Whenever possible, vehicles should be purchased with the recommended markings and lighting. r c. Noticeability. Construction vehicles/equipment should have automatic S. gnalling devices to sound an alarm when moving in reverse. 6 Par 7 5/31/34 AC 150/5370-2C d. Movement. The control of vehicular activity on airport operations areas is of the highest importance. Airport management is responsible for developing proce- dures, procuring equipment, and providing training regarding vehicle operations to ensure aircraft safety during construction. This requires coordination with air- port users and air traffic control. Consideration should be given to the use of two-way radio, signal lights, traffic signs, flagmen, escorts, or other means suitable for the particular airport. The selection of a frequency for two-way radio communications between construction contractor vehicles and the air traffic control (ATC) tower must be coordinated with the ATC tower chief. At nontower air- ports, two-way radio control between contractor vehicles and fixed-base operators or other airport users should avoid frequencies used by aircraft. It should be remembered that even with the most sophisticated procedures and equipment, systematic training of vehicle operators is necessary to achieve safety. Special -con- sideration should be given to training intermittent operators, such as construction workers, even if escort service is being provided. 10 . INSPECTION. Frequent inspections should be made by the airport operator or a representative during critical phases of the work to ensure that the contractor is following the prescribed safety procedures and that there is an effective litter control program. 11 . FAA SAFETY RESPONSIBILITIES. FAA Airports engineers and certification inspec- tors have specific responsibilities regarding operational safety on certificated airports before and during periods of construction activity. Their particular area of concern will be directed towards construction within safety areas, and they will be involved in the following functions: a. Review of plans to determine limits of work and possible safety problem areas. b. Give special attention to the development of the safety plan which is a part of the plans and specifications . c. Advise FAA elements such as regional Flight Standards, Air Traffic, and Airway Facilities of the construction activities and the safety plan. d. Ensure that users of the facilities have ample warning of the proposed construction so that they may make advanced plans to change their operations. e . FAA Airports engineers and certification inspectors should participate in the predesign and preconstruction conferences if t:,e pr-;ect involves a complex safety plan. Also, they should participate in construction inspections and in the inspection of the finished work to determine that there are no safety violations to FAR Part 139. LEONARD Director, Office of Airport Standards 7 (and ST Par 9 5/31/84 AC 150/5370-2C Appendix 1 APPENDIX 1 . S?ECTAL SAFETY REQUIF.E?ENTS DURT4. COM`STRUC''IaN 1 . RUNWAY ENDS. Construction equipment normally should not penetrate the 20.1 approach surface. 2. RUNWAY EDGES. Construction activities normally should not be permitted within 200 feet of the runway centerline. However, construction may be permitted within 200 feet of the runway centerline on a case-by-case basis with approval of the air- port operator, the FAA and the users. 3. TAXIWAYS AND APRONS. Normally, construction activity set-back lines should be located at a distance of 25 feet plus one-half the wingspan of the largest predomi- nant aircraft from the centerline of an active taxiway or apron. However, construction activity may be permitted up to the taxiway and aprons in use provided that the activity is first coordinated with the airport operator, the FAA and the users; NGTAM's are issued; marking and lighting provisions are implemented; and it is determined the height of equipment and materials is safely below any part of the a'_rcra`'t using the airport operations areas which might overhang those areas. An occasional passage of an aircraft with wingspan greater than 165 feet should be dealt with on a case-by-case basis . 4 . EXCAVATION AND TRENCHES. a. Runways. Excavations and open trenches may be permitted up to 200 fel: from the centerline of an active runway, provided they are adequately signed, lighted and marked . in addition, excavation and open trenches may be perm;tted within 200 feet of the runway centerline on a case-by-case basis, i.e. , cable trenches, pavement tie-ins, etc., with the approval of the airport operator, the FAA and the users. b . Taxiways and Aprcns. Excava:ion and open trenches may be permitted up to the edge of structural taxiway and apron pavements provided the drop-off is ade- quately signed, ligated and marked. : 5 . S_7_0 C3�T_LED Mn T=? E i r r t r 1 e ; AL. xtens ve stockpiled ma a is s should not b perm ttec within tie construction activity areas defined in the preceding four sections. 6 . MAXIMUM EQUIPIkEEN', H7-TGH . Notice of proposed construction s;:a'_1 be submitted to the appropriate Airports district office for review prior to the placement off construction a^.,u'pme^t on airports . 7s^e gu'din3 c^_' terAla Involving FA. Part 131 certificated airports and grant agreement airports is that all ccrstructi4n ps and specifications require direct coordination with the appropriate Airports district , field, or regional office. In addition., airports siould file FAA Form 7460-1 when equipment is expected to penetrate any of the surfaces defined above paragraphs 1, 2, and 3. Airport operators are reminded that FAR Part 157 require prior notice to construct , realign, alter, or activate any runway/landing area or assoc -=--ed tax-4wa: for any pro ec. ::hic:: _s nor.-Federally funded. 7. PnC'CIyT_'."YCF CONSTRUCT:ON ACTIVITY TO NAVIGATT_ONAT AIDS. Construction act'_' ­- in in tie vicinity of navigational aids requires special consideration. The effect the a2tivity and its permissible distance and direction from the ail moist e7a- uated _n each _rs:ance. A coordina.e'd evaluation by the a_rocrt operator an- -... AC 150/5370-2C 5/31/84 Appendix 1 FAA is necessary. Technical involvement by FAA regional Airports, Air Traffic, Flight Standards, and Airway Facilities Specialists is needed as well as construc- tion engineering and management input. Particular attention needs to be given to stockpiling materials as well as to the movement and parking of equipment which may interfere With line-of-sight from the tower or interfere with electronic emissions. (See AC 150/5300-2D, Airport Design Standards—Site Requirements for Terminal Navigational Facilities, current edition, for critical areas of NAVAIDS.) 8. CONSTRUCTION VEHICLE TRAFFIC. With respect to vehicular traffic, aircraft safety during construction is likely to be endangered by four principle causes: increased traffic volume, nonstandard traffic patterns, vehicles without radio com- munication and marking, and operators untrained in the airport's procedures. Because each construction situation differs, airport management must develop and coordinate a construction vehicle traffic plan with airport users, air traffic control and the appropriate construction engineers and contractors. This plan, when signed by all participants becomes a part of the contract. The airport opera- tor is responsible for coordinating and enforcing the plan. 9 . LIMITATION ON CONSTRUCTION. a. Open-flame gelding or torch-cutting operations should be prohibited unless adequate fire and safety precautions are provided and have been approved by the airport operator. All vehicles are to be parked and serviced behind the construc- tion restriction line and/or in an area designated by the airport operator. b. Open trenches, excavations, and stockpiled material at the construction site should be prominently marked with orange flags and lighted with flashing yellow light units (acceptable to the airport operator and the FAA) during hours of restricted visibility and/or darkness . Under no circumstances are flare pots to be near aircraft turning areas. c. Stockpiled material should be constrained in a manner to prevent movement result of aircraft blast or wind. Material should not be stored near aircraft turning areas or movement areas. 10 . MARKING AND LIGHTING OF CLOSED OR HAZARDOUS AREAS ON AIRPORTS. The construc- tion specifications should include a provision requiring the contractor to have a man on call 24 hours per day for emergency maintenance of airport hazard lighting and barricades. a. Permanently Closed Runways and Taxiways. For runways and taxiways which have been permanently closed, the lighting circuits should be disconnected. With runways, the threshold markings, runway designation marking, and touchdown zone a markings should be obliterated, and crosses should be placed at each end at 1 ,000-foot (300 m) intervals. With taxiways, a cross is placed at each entrance of the dosed taxiway. b. Temporarily Closed Runways and Taxiways. Temporarily closed runways are treated in the same manner as in paragraph 10a except runway markings are not obli- terated . Rather, crosses are usually of the temporary type (constructed of 2 r 5/31/84 AC 150/5370-2C Appendix 1 material such as fabric or plywood) , and they are required only at runway ends . The crosses should be located on top of the runway numerates. For temporary marking, the dimensions of the crosses may be reduced to permit use of standard sheets of 4-by-8-foot ( 1 .22 by 2.44 m) plywood. Temporarily closed taxiways are usually treated as an unusable area as explained in paragraph 10d. c. Closed Airports. When all runways are closed temporarily, the runways are marked as in paragraph 10b, and the airport beacon is turned off. When all runways are closed permanently, the runways are marked as in paragraph 10a, -the airport beacon is disconnected, and a cross is placed in the segmented circle or at central location if no segmented circle exists. d . Hazardous Areas. Hazardous areas, in which no part of an aircraft may enter, are indicated by use of barricades with alternate orange and white markings. The barricades are supplemented with orange flags at least 20 by 20 inches (50 by 50 cm) square and made and installed so that they are always in the extended posi- tion and properly oriented . For nighttime use, the barricades are supplemented with flashing yellow lights . The intensity of the lights and spacing for barricades, flags, and lights must be such to delineate adequately the hazardous area. y e. Notices to Airmen (NOTAM's) . The airport operator should provide Infor- mation on closed or hazardous cond'_tons to the local air traffic control facility (control tower, approach control, center, flight service station) so that a NOTAM can be issued . f. Stabilized Areas. Holding bays, aprons, and taxiways are sometimes pro- vided with shoulder stabilization to prevent blast and water erosion. This stab'i- lization may have the appearance of a full strength pavement but is not intended for a' rcraft use. Usually the taxiway edge marking will define this area, but con- ditions may exist such as stabilized islands or taxiway curves where confusion may exist as to which side of the edge stripe is the full strength pavement. Where such a condition exists, the stabilized area should be marked with 3-foot ( 1 m) stripes perpendicular to the edge stripes. On straight sections, the marks should be placed at a maximum of 100-:bot (30 m) spacing. On curves, the marks should be placed a maximum of 50 feet ( 15 m) apart between the curve tangents . The stripes should be extended to 5 feet ( 1 .5 m) from the edge of stabilized area or to 25 feet (7.5 m) in length, whichever is less. g. Runway Shoulder Mar'sine. Usually the runway side stripes will indicate the edges of the full strength pavement. However, conditions may exist, such as excep- tionally wade runways, where there is a need to indicate the area not intended for use by aircraft. In such cases, chevrons should be used. 11 . TEMPORARY RUNAA° THRFS ?CLJ -DISPLACEMENTS. Identification of temporary runway threshold displacements should be located outboard of the runway surface. These ccu:d _nc_ude outboard lights, Runway End Identification Lights (RF_..S) r and extent. .. ttman markings . The cf the a:d 1_g'hting Should be directly re'ated duration of tae displacement as well as the tyre and level cf aircraft activity. �,) U.S. DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION SW 5200.58 SOUTHWEST REGION 2/15/96 SUBJ: AIRPORT SAFETY DURING FAA-FUNDED AIRPORT CONSTRUCTION AND FAA FACILITIES MAINTENANCE 1. PURPOSE. This Order establishes airport safety standards for FAA-funded construction (Airport Improvement Program and Facilities and Equipment Program) and FAA facilities maintenance. 2. DISTRIBUTION. This Order is distributed to the Section level in the Airports and Airway Facilities Divisions, to the Branch level in the Flight Standards, Air Traffic, and Civil Aviation Security Divisions, to the Fort Worth Flight Procedures Office, to all Southwest Region field offices and facilities, and to F & E Field Installation/Construction Representatives. 3. CANCELLATION. Order SW 5200.5A, Airport Safety During FAA-Funded Airport Construction and FAA Facilities Maintenance, dated 6/6/89, is canceled. 4. EXPLANATION OF CHANGES. This Order revises and updates safety criteria for consistency with current FAA publications and updates references to regional organizations. 5. DEFINITIONS. a. Airport Elevation - the highest point on the landing surface of an airport. b. Certificated Airport - an airport which, by law, is safety-regulated by the FAA undf Part 139 of the Federal Aviation Regulations, and which operates under specific safety requirements which apply to maintenance and construction activities on the airport. Certificated airports are listed in Appendix 2. c. Displaced Threshold - A threshold that is located at a point on the runway other than the designated beginning of the runway. A temporary displacement may be used t Distribution. A-X-3(FS,AT,AP,CS); A-X-4(AF); Initiated By: ASW-620 A-FOF-0 (maximum); A-FAF-10; A-FAS-1 SW 5200.56 2/15/96 to provide landing aircraft adequate clearance over construction equipment or other objects in the approach area of a runway or adjacent to a runway. d. Obstacle Free Zone (OFZ) - an FAA airport design standard for a volume of airspace above a runway. The components are the Runway OFZ, Inner-transitional surface OFZ, and Inner-Approach OFZ. ' e. Obstruction - any structure, natural growth, vehicle or construction material which penetrates any airport imaginary surface defined by FAR Part 77, including primary, ' transitional, approach, horizontal, and conical surfaces. r f. Relocated Threshold - a runway end which is not located at the physical end of the pavement. This may occur if part of a runway is closed, and a relocated threshold is established at the beginning of the usable pavement. (Note: this term is not used in the Notice to Airmen system.) g. Safety Area - the ground surface next to runways, taxiways, and aircraft parking ' areas which is expected to be graded, drained and free of any hazardous surface variations and nonfrangible objects, the purpose of which is to reduce the risk of damage to an aircraft inadvertently leaving airport pavement. w h. Small Aircraft - an aircraft weighing 12,500 lbs or less maximum certificated y takeoff weight. i. Large Aircraft - an aircraft weighing more than 12,500 lbs. maximum certificated takeoff weight. 6. PROCEDURES. Aviation safety is a primary consideration during airport construction ' and facilities maintenance. These activities shall be planned and scheduled to minimize disruption of normal aircraft ground and air traffic. For airports subject to FAR Part 107, Airport Security, the airport operator's security program standards shall be observed in the areas of access control, and movement and identification of construction and FAA personnel and vehicles. a. These standards shall be used to develop specific safety measures which FAA employees, grantees, and contractors shall adhere to during these activities on all airports • in the Southwest Region. They provide a reasonable level of safety, but aircraft operations, weather, security, or local airport rules may require use of more stringent safety measures. Use of less stringent measures and changes that impact security controls are permitted only after coordination between Airports, Air Traffic, Airway Facilities, Flight Standards, and Civil Aviation Security Divisions, airport management, and affected aviation users. 2/15/96 SW 5200.5! b. Bid documents for on-airport construction or maintenance projects shall include general and specific safety requirements, based on Appendix 1 to this Order, so that contractors are aware of the costs and constraints which will apply during the project to maintain a high level of aviation safety. c. If the clearances and restrictions described in this Order cannot be maintained whit, construction or maintenance is underway, action will be taken as appropriate to: (1 ) close runways, taxiways, or aprons, (2) relocate or displace runway thresholds temporarily, (3) perform work at night or during periods of minimal aircraft activity, (4) close affected areas to certain types of aircraft, (5) restrict aircraft use by weight, wingspan, approach speed, or other characteristic, (6) shut down or restrict use of navigational or approach aids. d. FAA employees who are responsible for construction or maintenance activities on airports shall coordinate project safety and security requirements and impacts with the airport sponsor as soon as the impacts have been identified, but before commitments are made with contractors or others to perform work on an airport. Coordination will vary from formal predesign conferences to informal contacts with the airport manager or responsible sponsor official before starting work. 7. SAFETY IMPACTS. Potentially hazardous conditions which may occur during airport construction and maintenance include the following: a. Excavations, trenches, and stockpiled material on or near runways, taxiways and aprons. b. Construction equipment on aircraft operating areas or in runway approaches or departure areas. c. Inadequate construction area marking or lighting. d. Lack of control over vehicle access to aircraft operating areas, unauthorized entry of personnel, vehicles, or animals. e. Inadequate vehicle marking or lighting. f. Deficient marking and lighting of temporary runway thresholds. Por i SW 5200.513 2/15/96 g. Failure to issue, update, or cancel Notices to Airmen concerning airport or runway closures or other construction-related airport condition. h. Failure to mark and identify utilities or power cables, resulting in loss of airport lighting; navigational, visual, or approach aids; weather reporting service; or communications. i. Unauthorized vehicle operations in localizer or glide slope critical areas, resulting in electronic interference or facility shutdown. ' j. Construction debris (gravel, sand, mud, paving material, etc.) on airport pavements, resulting in aircraft prop, turbine engine, or tire damage. k. Exposed pavement edges (drop-offs) from runways, taxiways and aprons to adjacent pavement sections or shoulders. I. Construction activities which hamper aircraft rescue/firefighting access from fire stations to the runway-taxiway system or airport buildings. m. Lack of radio communication with construction and maintenance vehicles in aircraft operating areas. 8. SAFETY STANDARDS. Paragraphs a through h below define safety standards and r guidelines for FAA-funded construction and FAA maintenance activities on airports. r a. Obstacle Free Zone (1) Objects, vehicle, and stockpiled material normally are not permitted to penetrate an OFZ. OFZs are shown on Figures 1 - 4. (a) Runway OFZs are applicable at any time the runway is open for • aircraft use. On precision runways with approach lights, the inner-approach and inner- transitional surface OFZs must be kept free of penetrations only when the weather conditions are below an 800 ft. ceiling or less than 2 miles visibility and aircraft are using an Instrument Landing System (ILS) for approaches. (b) Objects which do not penetrate an OFZ still may require notice to the FAA under FAR Parts 77 or 152 and may be obstructions to air navigation. Those objects which exceed FAR Part 77 obstruction standards are to be appropriately r obstruction-marked and, if used at night, obstruction-lighted. Cranes or other equipment of unusual height may require special consideration and coordination with FAA operating Divisions and airport users. e 2/15/96 SW 5200.51; (2) The Runway OFZ is a volume of airspace extending from the runway surface up to 150 feet above the runway. It extends 200 feet beyond each end of the runway and has the following width: Runways Serving: Visibility Minimums Other lower than 3/4 mile Runways Small Aircraft 300 feet 250 feet Large Aircraft 400 feet 200 ft Rwy OFZ Rwy Width OFZ Plan View jEnd View Figure 1 OFZ - Visual Runways and Runways with visibility minimums not lower than 3/4 mile Rwy OR Inner-Transitional OFZ Rwy OFZ L?J I nner-Transitional OFZ Plan View End View Figure 2 OFZ - Small airplanes exclusively with visibility minimums lower than 3/4 mile a SW 5200.513 2/15196 ' r Inner-Transitional OFZ Inner-Transitional OFZ t Rwy OFZ LOFL a Plan View End View Figure 3. OFZ - Runways serving large aircraft - visibility minimums lower than 3/4 mile (3) The Inner-Approach OFZ, shown in Figure 4, applies only to runways ' with approach lighting systems. It begins 200 feet from the runway threshold and ends 200 feet beyond the last light unit in an approach lighting system, and has a 50:1 slope, beginning at runway end elevation. Rwy OFZ Approach Lights I I I I I Plan View Inner-Approach OFZ 50 ■ Profile View Figure 4. Inner-Approach OFZ - Runways with approach lighting systems 2/15/96 SW 5200.58 b. Approach Clearance Over Equipment and Material. (1) Construction activity in a runway approach may result in a need to displace the landing threshold temporarily. if an object penetrates a surface shown in Fig. 5, displace the threshold to a point where the surface is not penetrated. (2) Objects which do not penetrate these surfaces still may be obstructions to air navigation and/or may affect standard instrument approach procedures. Coordinate these with the Fort Worth Flight Procedures Office, and the Air Traffic System Management Branch, ASW-530, as necessary. ®II/� Runway End 20 Ob�tgrle /�� I � I a ® a kunway aD E Dimension Small AircraftI Large Aircraft (Feet) A 0 200 -. B 250 400 0 700 1000 D 2250 1500 -� E 2750 8500 Figure 5. 20:1 Threshold Location Surface SW 5200.513 2/15/96 c. Partial Runway Closure For Equipment On The Runway. (1) When equipment of construction/maintenance activity must be on a runway and a decision is made to keep part of the runway open for aircraft, part of the runway must be closed as shown in Figure 6. The dimensions shown are recommended; however, a larger closed area than shown may be necessary depending on aircraft use, level of activity, pilot technique, and equipment height, and a smaller closed area may be possible under some circumstances. These recommendations are based on equipment heights of about 15 feet; higher objects may require special considerations. (2) Use the following distances from the construction/maintenance activity to the relocated threshold: Small aircraft (12,500 lbs or less) - 500 feet Large aircraft (More than 12,500 lbs.) - 1000 feet r Closed Area Usable Runway 1500' or 1000' Equipment Temporary , Relocated Threshold Figure 6. Relocated Threshold for Equipment on the Runway d. Runway and Taxiway Safety Areas. (1) Runway safety areas - construction or maintenance activity is prohibited in runway safety areas (RSA) while the full length of the runway is open. Normal FAA maintenance of visual, approach, and navigational aids is permissible within safety areas provided vehicles, material, and excavations do not penetrate a runway OFZ and requirements of paragraph 8b for approach clearance over vehicles, equipment and material are met. (2) Runway safety area dimensions are shown in Figure 7. Existing safety areas at a particular airport may be larger or smaller than the standard dimensions listed. If construction or maintenance activity must take place within the specified safety area, it is also acceptable to restrict the runway use to a smaller size of aircraft and use a ' narrower and/or shorter safety area dimension for the duration of the activity. 2/15/96 SW 5200.E b Fa c RSA Aircraft Approach Category Runway Safety Area Dimensions (Feet) Airplane Design Group (See Appendix 3) A and B 1 II III IV Amen. visual runways and 0 120 150 300 500 not lower than 3/4 mi approach visibility minimums 7 30 40 100 175 c 240 300 600 1000 lower than 3/4 mi approach Qa 300 300 400 500 visibility minimums © 100 100 150 175 c 600 600 800 1000 C and D 1 II 111 IV V Fal All 500 © All 150 0 All 1000 Note 1 : Use dimension a or b, whichever results in the greater distance from the runwe centerline. Note 2: Use dimension c or the existing safety area length, whichever is less, but no le than 200 feet. Note 3: Some certificated airports have or permit use of 400-foot wide runway safety areas during construction and maintenance. Coordinate proposals with the Airports Division, Safety and Standards Branch, ASW-620. Figure 7. Runway Safety Areas SW 5200.56 2/15/96 (3) Taxiway safety areas/object free areas - see Figure 8. Construction/maintenance activity is permissible in taxiway object free areas and safety areas if the activity is hazard-marked and/or lighted and NOTAMs are in effect. Special consideration must be given to the height of barricades, flashers and other warning devices to clear aircraft wingtips, propellers, engines etc. Other actions may be necessary such as: • Using "wingwalkers" to guide aircraft past hazards, • Using temporary taxiway marking/lighting to detour aircraft clear of the area, • Moving equipment and personnel well clear to allow aircraft to pass safely. .................... .............................................................................................................................................. Taxiway Object Taxiway Free Area Safety Area Wingtip Clearance Object Airplane Design Group (See Appendix 3) Item 1 II III IV V Taxiway Safety Area I 49 79 118 171 214 Width (Feet) Taxiway Object Free 88 130 186 260 320 Area Width (Feet) Figure 8. Taxiway Safety Area and Object Free Area 2/15/96 SW 5200.5B e. Marking and Lighting (1) Temporary displaced runway threshold: (a) Mark with white arrows and a white threshold bar as .shown in Advisory Circular 150/5340-1 , or (b) Use alternate marking which is: 1 Clearly visible to the pilot, 2 Not misleading, confusing, or deceptive, a Secured in place to prevent movement, 4 Made of material which will minimize damage to aircraft which come in contact with the marking. (2) Temporary relocated runway threshold (partial closure of a runway): (a) Mark with yellow chevrons as shown in A.C. 150/5340-1, or use alternate marking as described in par. (1)(b) above. (b) Runway distance remaining signs may need to be covered or removed during the closure to avoid misleading runway length indications to pilots. (3) Temporary runway thresholds must be lighted if all or part of a runway is to be open at night during construction and maintenance. The airport operator may already have temporary threshold lighting available, but this should be determined in advance. (a) Use light lens colors and spacing in A.C. 150/5340-24, Runway and Taxiway Edge LighliagySystem. (b) Disable runway lighting on closed parts of runways and adjust amber lenses (caution zone) if necessary. On some lighting systems, it may be necessary to cover a light rather than removing the lamp or fixture. (c) Disable visual glide slope indicators (VASI, PAPI, PLASI, etc.), REIL, and approach lights which would otherwise give misleading indications to pilots as to the threshold location. Installation of temporary visual aids may be necessary to provide adequate guidance for pilots on approach to the affected runway. These may be funded or provided by the FAA or the sponsor. SW 5200.56 2/15/96 (4) Closed runway marking: (a) Use yellow "X" marking as shown in A.C. 150/5340-1 . (b) Closed runway marking is not required on airports with 24-hour Control Towers-if the closed runway cannot be mistaken by pilots for nearby open runways. and the airport operator consents to omitting them. In some cases, closed runway marking could interfere with the use of the runway for aircraft taxiing if this is to be allowed while the runway is closed for landing and takeoffs. (c) Closed runway marking is not required on runways which are closed only at night provided that: 1 Runway lighting and visual aids are turned off, 2 NOTAMs are in effect regarding the closure. (5) Hazard Marking (barricades, traffic cones, flashers, etc.) shall be used: (a) To outline construction/maintenance areas which are accessible to aircraft, persons, or vehicles, (b) To identify isolated hazards such as open manholes, small areas under repair, stockpiled material, waste areas, etc., (c) To prevent aircraft from taxiing onto a closed runway for takeoff, (d) To identify FAA, airport, and National Weather Service facilities, cables, power lines, ILS critical areas and other sensitive areas, in order to prevent damage, interference, and facility shutdown. ffi f. Navigation Aids and Instrument Approach Procedures (1) The need to shut down navigational, approach, or visual aids shall be determined on a case-by-case basis. Flight Standards, Air Traffic, Airports, Airway Facilities, the Flight Procedures Office, and the airport sponsor shall be involved in the decision as necessary. Work within an ILS critical area may affect the radiated signals and interfere with aircraft navigation. ILS critical areas may be shown on the Airport Layout Plan, or contact the local Airway Facilities office or Airport Traffic Control Tower for information on critical area location and dimensions. (2) Construction on or near runways may severely restrict the use of Standard Instrument Approach Procedures, and all phases of the project shall be coordinated with the Fort Worth Flight Procedures Office to determine the effects. 2/15/96 SW 5200.5B g. Notices to Airmen (NOTAM) (1) Responsibility for issuing NOTAMs shall be determined before construction or maintenance begins. Refer to Order 7930.1, National Notice to Airmen System, or Advisory Circular 150/5200-28, Notices to Airmen for Airport Operators. (2) NOTAMs on shutdown or irregular operation of FAA-owned-facilities shall be issued and canceled only by FAA employees. Flight Data Center (FDC) NOTAMs on instrument approach procedures are issued by the Fort Worth Flight Procedures Office. NOTAMs on airport conditions and non-Federal navigational aids shall be issued and canceled only by the airport sponsor. Any person having reason to believe that a NOTAM is missing, incomplete, or inaccurate shall notify the responsible person. h. Vehicle Identification. FAA employees who operate vehicles on an airport shall comply with the airport owner's rules for vehicle marking, lighting, and operations, unless FAA requirements are more stringent. Vehicles operated by FAA employees on active runways, taxiways, or safety areas shall be marked with orange and white flags or flashing yellow beacons during daylight hours, and with flashing yellow beacons at night. Contractors and suppliers shall be informed of the applicable requirements of the airport sponsor by the FAA or airport sponsor employee responsible for the work. L Controlling Access To Aircraft Operational Areas (1 ) Vehicle and pedestrian access routes for airport construction and maintenance shall be controlled as necessary to prevent inadvertent or unauthorized entry of persons, vehicles, and animals. The amount of construction traffic or local security/safety rules may require use of personnel to control access through gates or fencing, or across aircraft movement areas. Radio communications may be required between these personnel and a Control Tower if equipment and personnel must enter or cross an active Aircraft Movement Area. (2) Vehicle parking areas for FAA and contractor employees shall be designated in advance to minimize vehicle traffic in aircraft operating areas while still providing reasonable employee access to the job site. 9. STANDARD SAFETY SPECIFICATIONS. General safety provisions which apply durinc contract work on airports are contained in the following documents: a. Facilities and Equipment Program (F & E) projects - Additional General Provisions, FAA P-1 , Clause No. 75, "Special Precautions for Work at Operating Airports b. Airport Improvement Program (AIP) projects - Advisory Circular 150/5370-10, "Standards for Specifying Construction of Airports," General Provisions 40-05, Maintenance of Traffic; 70-08, Barricades, Warning Signs, and Hazard Marking; 80-04, Limitation of Operations. SW 5200.5B 2/15/96 10. PROJECT SPECIFICATIONS. Specific safety requirements for a project may be developed using the guide in Appendix 1 of this Order, or may be written or provided in other forms which provide similar guidance. The project safety requirements shall be included in the plans and specifications, as applicable, when an invitation for bids is issued. Clyde M. DeHart, Jr. Regional Administrator 2/15/96 SW 5200.5E Appendix ' Appendix 1 . SAFETY SPECIFICATION GUIDE 1 . General Safety Requirements: During performance of this contract, the airport runways, taxiways, and aircraft parking aprons shall remain in use by aircraft to the maximum extent possible. Aircraft use of areas near the contractor's work will be controlled to minimize disturbance to the contractor's operation. The contractor shall not allow his/her employees, subcontractor, suppliers, or any person over whom he/she has control to enter or remain in any part of the airport which would be hazardous to persons or to aircraft operations. Whenever aircraft operations require, the (Contracting Officer, Engineer, etc.) may order the contractor to suspend operations, move plant, personnel, equipment, and materials to a safe location and stand by until aircraft use is completed. 2. Obstacle Free Zone: Construction activity within an Obstacle Free Zone will require closing part or all of the affected runway. See Figures 1 - 4. 3. Approach Clearance to Runways: Runway landing thresholds shall be located to provide an unobstructed approach surface with an approach ratio over equipment and material as shown on Figures 5 and 6. 4. Runway and Taxiway Safety Areas: Construction activity within a runway safety arei will require closing part or all of the affected runway. Construction activity within taxiway safety areas/object free areas is permissible when the taxiway is open to aircraft traffic if: a. Adequate wingtip/empennage clearance exists between the aircraft and equipment/materiel, b. Excavations, trenches, or other conditions are conspicuously marked and lighted, c. Notices to Airmen are in effect concerning the activity, usually "Personnel and equipment adjacent to Taxiway _." Safety Area dimensions are shown on Figures 7 and 8. 5. Threshold Marking and Lighting: a. Temporary threshold marking is (required, not required). Threshold marking wil be furnished by the (airport owner, contractor, etc.). ' b. Temporary threshold lighting is (required, not required). Threshold lighting will be furnished and maintained by the (airport owner, contractor, etc.). SW 5200.56 2/15/96 Appendix 1 c. Temporary visual aids (NASI, PAPI, REIL, etc.) are (required, not required). The ' visual aid(s) will be furnished and maintained by the (airport owner, FAA, Contractor, etc.). 6. Closed Runway Marking/Hazard Marking: A a. Closed runway marking is (required, not required). Closed runway marking shall be (as shown on the plans, furnished by the owner, etc.). b. Hazard marking and lighting shall be as required by the (airport owner, project superintendent, engineer, etc..), and shall be as (described in Section of the specifications, as shown on the plans, etc.). 7. Vehicle Identification and Parkina: ■ a. Contractor vehicles and equipment shall be identified by (describe marking and lighting). b. Employee parking shall be (specific location, or as designated by the engineer, superintendent, airport manager, etc.). B. Construction Site Access and Haul Roads: Access to the job site shall be via (specific route, as shown on the plans, designated by the engineer, superintendent, airport ■ manager, etc.). 9. Radio Communications: Radio communications are (required between the contractor's ' representative and the Control Tower), (not required). (Specify communications requirements in as much detail as possible.) A'^" ' Par 5 2/15/90 SW 5200.513 Appendix 2 Appendix 2. FAA-CERTIFICATED AIRPORTS IN SOUTHWEST REGION (As of March 1996) ARKANSAS Fayetteville Drake (FYV) TEXAS Fort Smith Regional (FSM) Hot Springs Memorial (HOT) Abilene Regional (ABI) Little Rock Adams Field (LIT) Amarillo International (AMA) Texarkana Regional (TXK) Austin Robert Mueller (AUS) Beaumont Jefferson Co. (BPT) LOUISIANA Brownsville South Padre Is. (BRO) College Station Easterwood (CLL) Alexandria Esler Regional (ESF) Corpus Christi International (CRP) Alexandria Intl (AEX) Dallas/Fort Worth International (DFW) Baton Rouge Ryan (BTR) Dallas Love (DAL) Lafayette Regional (LFT) EI Paso International (ELP) Lake Charles Chennault (CWF) Fort Worth Alliance (AFW) Lake Charles Regional (LCH) Fort Worth Meacham Intl (FTW) Monroe Regional (MLU) Galveston Scholes (GLS) New Iberia Acadiana Regional (ARA) Harlingen Valley Intl (HRL) New Orleans International (MSY) Houston Ellington (EFD) New Orleans Lakefront (NEW) Houston Hobby (HOU) Shreveport Regional (SHV) Houston Intercontinental 0AH) Tallulah Vicksburg-Tallulah Reg. (TVR) Killeen Municipal (ILE) Laredo International (LRD) NEW MEXICO Longview Gregg County (GGG) Lubbock International (LBB) Albuquerque International (ABQ) McAllen Miller International (MFE) Farmington Four Corners Reg. (FMN) Midland International (MAF) Hobbs - Lea County (Hobbs) (HOB) Paris Cox Field (PRX) Las Cruces International (LRU) San Angelo Mathis Field (SJT) Los Alamos (LAM) San Antonio International (SAT) Roswell Industrial (ROW) Temple Draughon-Miller Cen. Tx (TPU Ruidoso Sierra Blanca Reg. (SRR) Tyler Pounds Field (TYR) Victoria Regional (VCT) OKLAHOMA Waco Regional (ACT) Wichita Falls Muni/Sheppard AFB (SPS) Lawton Municipal (LAW) Oklahoma City Will Rogers (OKC) Stillwater Municipal (SWO) Tulsa International (TUL) 2/15/96 SW 5200.58 Appendix 3 Appendix 3. AIRPLANE DESIGN GROUPS Some safety standards in this Order are based on the "Airplane Design Group" from Advisory Circular 150/5300-13, Airport Des an. These Design Groups are based on aircraft wingspan, with typical aircraft in each Design Group shown below. Design Group Wingspan Up to but not including 49 feet I Piper Navajo, Cessna 421 , Fairchild Metro, Beech King Air, Mitsubishi MU-2, Rockwell Sabre 75, Lear 35/36, BAE/Hawker-Siddley HS-125/800 49 feet un to but not include 79 feet II Cessna 441 , Embraer 120 Brasilia, SAAB 340, Rockwell Sabre 65, Cessna Citation II/III, Beech 1900 Airliner, Gulfstream 1/ll/111/IV/V 79 feet up to but not including 118 feet III ATR 42/72, BAE-146, Boeing 727/737, Convair 580, DeHavilland Dash 7, DC-9 (All), Fokker 100, MD-80, Fairchild F-27 118 feet up to but not including 171 feet IV Boeing 707, 757, 767, DC-8, Lockheed L-1011 , DC-10/MD-1 1 121 feet up to but not including 214 feet V Boeing 747, 777 Paqe 6/1/96 SW 5200.58 Appendix 4 APPENDIX 4. FAA OFFICE DIRECTORY Following are the FAA offices with responsibilities for construction and/or maintenance on airports: Office Telephone Functions Airports Division, Safety 817-222-5620 Airport safety, FAR 139, and Standards Branch, airport design standards, ASW-620 Airport Improvement Program project management Air Traffic Division, System 817-222-5530 Obstruction Evaluation, Air Management Branch, Traffic Procedures, ASW-530 obstruction marking and lighting, Control Tower line- of-sight Aviation System Standards, 817-222-4131 Instrument approach Fort Worth Flight procedures, Flight Data Procedures Office Center NOTAMs Automated Flight Service Notices to Airmen - Call Stations (AFSS) Administration: 1-800- Jonesboro, AR 501-932-4608 544-1709 DeRidder, LA 318-462-6111 423-9347 Albuquerque, NM 505-242-4442 525-9963NM 342-7635TX McAlester, OK 918-421-6000 722-4223 (OK only) Conroe, TX 409-760-4201 833-5602 Fort Worth, TX 817-654-2205 722-6209 San Angelo, TX 915-944-8791 433-8102 Civil Aviation Security 817-222-5700 Airport Security, FAR 107 Division, ASW-700 Airway Facilities Division Resource Mgt. Branch 817-222-4200 NAVAID Planning NAS Implementation Br. 817-222-4500 NAVAID Implementation Operations Branch 817-222-4700 NAVAID Maintenance System Maintenance Office Albuquerque (NM, W. Tx) 505-764-6700 FAA Facilities Maintenance Dallas/Fort Worth (Metro) 214-453-4900 Houston (S. Tx, LA) 713-986-7100 Oklahoma City (OK, AR) 1 405-798-2000 1 6/1/96 SW 5200.56 Appendix 5 APPENDIX 5. POCKET SAFETY GUIDE This Pocket Guide is printed back-to-back and is intended to be cut out and used as a quick- reference guide. POCKET GUIDE FOR AIRPORT CONSTRUCTION & MAINTENANCE SAFETY 1. Runway Obstacle Free Zone (OFZ) 2. Approach Clearance over Object in Runway Approae No construction activity or equipment within OFZ - extends 200 feet beyond runway end and 150' above rwy Obstacle O Plan View Rwy 20 OFZ rwy I w Displace threshold to maintain 20:1 © 3:1 O Visual rwys &vis min, not < 3/4 mile EJ a � �- OFZ il� b El hEl- I OF2 l714mensinn Small Aircraft ® 60' Inner transitional OFZ I I I 0 Small ach,vis min. <314 mile h 2S I400 C 700 1000 2 Large acft. vis min. <3/4 mile I w = 400' large acft, 300'small acft vis < 314 mile, 250' others 1 2750 1 250Q 3. Equipment on the Runway - Partial Closure 4. Runway Safety Area (Use dimension a or b, whichevc results in the greater distance from the runway centerline 7r150000oo 1-4 Usable Runway Equipment a dosed area Temporary Relocated Threshold Acft Appch Cat. Runway Safety Area Dimensionsife A and B ADG 1 II III IV Small Aircraft (12,500# or less) - 500 feet Visual Rwys and a 120 150 300 500 Large Aircraft (More than 12,500#) - 1000 feet Not Lower than b 30 40 100 175 3/4 Mi Visibility c 240 300 600 1000 Lower than 3/4 a 300 300 400 500 Based on equipment height of about 15 feet, higher Mi Visibility b 100 100 150 175 objects may require special consideration. c 600 600 800 1000 C and D All: a - 500, b - 150, c = 1000 Pag. f SW 5200.56 6/1/96 Appendix 5 APPENDIX 5. POCKET SAFETY GUIDE (CONTINUED) POCKET GUIDE FOR AIRPORT CONSTRUCTION & MAINTENANCE SAFETY 5. Taxiway Object Free Area (OFA) and Safety Area 7, Marking and Lighting Temporary Relocated Thresholds 1 Construction or maintenance activity ok if hazard-marked Use yellow chevrons per A.C.15015340-1, disable lighting in and lighted and NOTAM is in effect. Check height of closed area. Alternate marking: same criteria as 1.6. barricades & lights for wingtip, prop: and engine clearance. * ..... a Closed Area OFA TSA * Wingtip I ............................ CVearance .................. Ob ect > > Airplane Design Gp 4 Ill IV V Taxiway Safety Area 49 I 79 1118 171 214 Width (Feet) Temporary Relocated Threshold u Taxiway Object Free 88 130 186 260 1320 Area Width (Feet► Notices to Airmen: identify responsible sponsor official, 6. Marking and Lighting Temporary Displaced Thresholds issue through FAA Flight Service Station, monitor regularly. Use white arrows & threshold bar per A.C.150!5340-1, Closed Runway Marking: Yellow W - 60 feet by 10 feet, lighting colors per A.C.15015340-24. closes entire runway, place at both ends g �b a r r r y r` Monitor: Jet blast and propwash near construction areas, ILS critical areas, airport security, vehicle identification and v access to aircraft operational areas, cranes or other objects ■ of unusual height, utilities and cables for lighting, NAVAIDs and weather reporting facilities, debris on runways, taxiways, and aprons, pavement lips, access to aircraft y� firefighting and rescue stations, fencing and gates, vehicle a g vu b communications. Alternate marking: clearly visible to pilot, not misleading, secured in place, material which will not damage aircraft. FAA Southwest Region Airports Division, ASW-620 n 1 M a Page 2 Mandatory Contract Provisions DBE REQUIRED STATEMENTS - 49 CFR PART 23 This section applies to, all non-construction and construction contracts. Policy. It is the policy of the Department of Transportation that disadvantaged business enterprises as defined in 49 CFR Part 23 shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with Federal funds under this agreement. Consequently, the DBE requirements of 49 CFR Part 23 apply to this agreement. DBE Obligation. The recipient or its contractor agrees to ensure that disadvantaged business enterprises as defined in 49 CFR Part 23 have the maximum opportunity to participate in the performance of contracts 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 23 to ensure that disadvantaged business enterprises have the maximum opportunity to compete for and perform contracts. Recipients and their contractors all not discriminate on the basis of race, color, national origin, or sex in the award and performance of DOT-assisted contracts. INSPECTION OF RECORDS - 49 CFR PART 18 This section applies to all non-construction contracts and construction contracts. The contractor shall maintain an acceptable cost accounting system. The Sponsor, the FAA, and the Comptroller General of the United States shall have access to any books, documents, paper, and records of the contractor which are directly pertinent to the specific contract for the purposes of making an audit, examination, excerpts, and transcriptions. The contractor shall maintain all required records for three years after the Sponsor makes final payment and all other pending matters are closed. (7/30/90) page 1 G RIGHTS TO INVENTIONS - 49 CFR PART 18 This section applies to all non-construction contracts and t construction contracts. All rights to inventions and materials generated under this contract are subject to regulations issued by the FAA and the Sponsor of the Federal grant under which this contract is executed. Information regarding these rights is available from the FAA and the Sponsor. BREACH OF CONTRACT TERMS SANCTIONS - 49 CFR PART 18 _This section applies to all non-construction contracts and construction contracts. Any violation or breach of the terms of this contract on the part of the contractor or subcontractor may result in the suspension or termination of this contract or such other action which may be necessary to enforce the rights of the parties of this agreement. s TRADE RESTRICTION CLAUSE - 49 CFR PART 30 This section applies to all non-construction contracts and all construction contracts. The contractor or subcontractor, by submission of an offer and/'or execution of a contract, certifies that it: a. is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S. firms published by the Office of the United States Trade Representative (USTR) b. has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country on said list, or is owned or controlled directly or indirectly by one or more citizens or nationals of a foreign country on said list; C. has not procured any product nor subcontracted for the supply of any product for use on the project that is produced in a foreign country on said list. page 2 Unless the restrictions of this clause are waived by the Secretary. of Transportation in accordance with 49 CFR 30. 17 , no contract shall be awarded to a contractor or subcontractor who is unable to certify to the above. If the contractor knowingly procures or subcontracts for the supply of any product or service of a foreign country on said list for use on the project, the Federal Aviation Administration may direct through the Sponsor cancellation of the contract at no cost to the Government. Further, the contractor agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in each contract and in all lower tier subcontracts. The contractor may rely on the certification of a prospective subcontractor unless it has knowledge that the certification is erroneous. The contractor shall provide immediate written notice to the sponsor if the contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The subcontractor agrees to provide written notice to the contractor if at any time it learns that its certification was erroneous by reason of changed circumstances. This certification is a material representation of fact upon which reliance was placed when making the award. If it is later determined that the contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration may direct through the Sponsor cancellation of the contract or subcontract for default at no cost to the Government. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Section 1001. page 3 CIVIL RIGHTS ACT OF 1964, TITLE VI - 49 CFR PART 21 CONTRACTUAL REQUIREMENTS This section applies to all non-construction contracts and construction contracts. During the performance of this contract, the contractor, for itself, its assignees . and successors in interest (hereinafter referred to as the "contractor") agrees as follows: 1. Compliance with Regulations. The contractor shall comply with the Regulations relative to nondiscrimination in federally assisted programs of the Department of Transportation (hereinafter, "DOT") Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time (hereinafter referred to as the Regulations) , which are herein incorporated by reference and made a part of this contract. 2 . Nondiscrimination. The contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of + materials and leases of equipment. The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21. 5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix ' B of the Regulations. 3 . Solicitations for Subcontracts, Including Procurements of + Materials and Equipment. In all solicitations either by competitive bidding or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the contractor of the contractor's obligations under this contract and the Regulations relative to nondiscrimination on the grounds of race, color, or national ' origin. 4 . Information and_ Reports. The contractor shall provide + all information and reports required by the Regulations or directives issued pursuant thereto and shall permit access to its books, records, accounts, other sources of information, and its e facilities as may be determined by the Sponsor or the Federal Aviation Administration (FAA) to be pertinent to ascertain compliance with such Regulations, orders, and instructions . Where any information required of a contractor is in the exclusive ' possession of another who fails or refuses to furnish this information, the contractor shall so certify to the sponsor or the FAA, as appropriate, and shall set forth what efforts it has made to obtain the information. + page 4 5. Sanctions for Noncompliance. In the event of the contractor's noncompliance with the nondiscrimination provisions of this contract, the sponsor shall impose such contract sanctions as it or the FAA may determine to be appropriate, including, but not limited to: a. Withholding of payments to the contractor under the contract until the contractor complies, and/or b. Cancellation, termination, or suspension of the contract, in whole or in part. 6. Incorporation of Provisions. The contractor shall include the provisions of paragraphs 1 through 5 in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations or directives issued pursuant thereto. The contractor shall take such action with respect to any subcontract or procurement as the sponsor or the FAA may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the contractor may request the Sponsor to enter into such litigation to protect the interests of the sponsor and, in addition, the contractor may request the United States to enter into such litigation to protect the interests of the United States. AIRPORT AND AIRWAY IMPROVEMENT ACT OF 1982 , SECTION 520 GENERAL CIVIL RIGHTS PROVISIONS This section applies to all non-construction and construction contracts. The contractor/tenant/concessionaire/lessee assures that it will comply with pertinent statutes, Executive orders and such rules as are promulgated to assure that no person shall, on the grounds of race, creed, color, national origin, sex, age, or handicap be excluded from participating in any activity conducted with or benefiting from Federal assistance. This provision obligates the tenant/concessionaire/lessee or its transferee for the period during which Federal assistance is extended to the airport a program, except where Federal assistance is to provide, or is in the form of personal property or real property or interest therein or structures or improvements thereon. In these cases the provision obligates the party or any transferee for the longer of the following periods: (a) the period during which the property is used by the airport sponsor or any transferee for a page 5 e s purpose for which Federal assistance is extended, or for another purpose involving the provision of similar services or benefits or (b) the period during which the airport sponsor or any transferee retains ownership or possession of the property. In the case of contractors, this provision binds the contractors from the bid solicitation period through the completion of the ' contract. AIRPORT AND AIRWAY IMPROVEMENT ACT OF 1982, SECTION 515 ' VETERAN'S PREFERENCE This section applies to all construction contracts. 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. DAVIS BACON REQUIREMENTS - 29 CFR PART 5 This section applies to all construction contracts greater than $2,000 . (1) Minimum Wages. (i) 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 the Secretary of Labor under the Copeland Act (29 CFR Part 3) ) , the full amount of wages and bona fide fringe benefits (or cash equivalent 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 between 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 of laborers or mechanics are considered wages paid to laborers or mechanics, subject to the provisions of paragraph (1) (iv) of this section; 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 page 6 weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR Part 5.5 (a) (4) . Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time 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 classification and wage rates conformed under (1) (ii) of this 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. (ii) (A) 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 classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (1) The work to be performed by the classification requested is not performed by a classification in the wage determinations; and (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (B) 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, page 7 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) . (C) In the event the contractor, the laborers or ° mechanics to be employed in the classification or their representatives and the contracting officer do not agree on the proposed classification and wage rate (including ° the amount designated for fringe benefits where appropriate) , the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to ° the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise ' the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB Control Number 1215-0140) . (D) The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs (1) (B) or (C) 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. (iii) 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. (iv) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the page 8 contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. (Approved by the Office of Management and Budget under OMB Control Number 1215-0140) . (2) Withholding. The Federal Aviation Administration or the Sponsor shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor, or any other Federally-assisted contract subject to David-Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of work, all or part of the wages required by the contract, the. Federal Aviation Administration may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. (3) 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 benefits or cash equivalents thereof of the types described in 1(b) (2) (B) of the Davis-Bacon Act) , daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5 (a) (1) (iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b) (2) (B) of the Davis-Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics page 9 affected, and records which show the costs anticipated or the actual costs incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (Approved by the Office of Management and Budget under OMB Control Numbers 1215-0140 and 1215-0017) . (ii) (A) The contractor shall submit weekly, for each week in which any contract work is performed, a copy of all payrolls to the applicant, sponsor, or owner, as the case may be, for transmission to the Federal Aviation Administration. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under paragraph 5.5 (a) (3) (i) 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) . (B) 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: (1) That the payroll for the payroll period contains the information required to be maintained under paragraph (3) (i) above and that such information is correct and complete; (2) 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 page 10 deductions as set forth in Regulations 29 CFR Part 3 ; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the class if:cation of work performed, as specified in the applicable wage determination incorporated into the contract. (C) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph (3) (ii) (B) of this section. (D) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United States Code. (ii) The contractor or subcontractor shall make the records required under paragraph (3) (i) of this section available for inspection, copying or transcription by authorized representatives of the Sponsor, the Federal Aviation Administration or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, 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 guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5. 12 . (4) Apprentices and Trainees (i) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and iindividually registered in a bona fide apprenticeship I program registered with the U.S. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau, or if a person is employed in his or her fir St 90 days of probationary employment as an apprentice in such an page 11 k