Loading...
HomeMy WebLinkAboutContract 35289!!'!I!! 11!!!1! CllY SECRETAR;..; . 0.O.E. FILE "'!-., CITY SECRETARY?=~ CONiRACT NO. ~~ CONTRAC TOR'S BON DING c n SPECIFICATIONS · .._ . AND CONSTRUCTION 'S COPY CONTRACT DOCUMENTS CLIENT .i)E P,AR flv1Ehn FOR GENERAL ENGINEERING GUARD LIGHT CIRCUIT MODIFICATIONS AND REIL REPLACEMENT AT ALLIANCE AIRPORT FOR THE CITY OF FORT WORTH, TEXAS FAA Grant Number: GR14 531350-030218034100 File Number: M-228 Mike Moncrief Mayor Michael Feeley D.O.E. Number: 5516 Gary W. Jackson City Manager A. Douglas Rademaker, P.E. Acting Director, Department of Aviation Engineering Director Timothy D. Ward President, Alliance Air Services DMJM AVIATION, INC. 1200 SUMMIT AVE, ST. 320 · FORT WORTH, TEXAS 76102 . (817) 698-6800 PREPARED BY: AVIATION ALLIANCE INC. P.O. BOX 799 COLLEYVILLE, TX 76034 (817) 498-0388 December .:,.:14~2=!:0~06~--¥.!;;;=1 _ 1 ---..... oooooooooaoouo arncao f ,,~~1 .t:1:\L .·-· 62278 J Of~ V l . J•;:;,• • •-•· ~ ,n-.,:; -r•l~-. . . -•• ~/$lf.~•.-4~_;{}'.r? ·~;II ' ,( :; ' . ~~NAC°i;;!~~-{~I/ :fl, : --' · "i ~~--o/1'f/Dp CITY OF FORT WORTH DEPARTMENT OF ENGINEERING ADDENDUM NO. 1 To the Plans, Specifications & General Contract Documents GUARD LIGHT CIRCUIT MODIFICATIONS AND REIL REPLACEMENT AT ALLIANCE AIRPORT FOR THE CITY OF FORT WORTH, TEXAS ~,,,,, ---;tE OF r,f:f:;J\\\ -:-\►......... ' FAA GRANT NUMBER GR14 5~1350-030218034100 /._ •• , •••• ~····• •••.• '!•1. D.O.E. NUMBER. 5516 I!•: J\1' . ~ FILE NUMBER: M-22a fjAMes·cti<iR·scHsAtl~·1 l ...... ... \ . .. .................... . • ~~ 83583 .~ Bid Date: January 18, 2007; 1 :30 PM Addendum No. 1; Issued January 12, 2007 t[q-....~f<11STE"i~·."'. .. · r I J ... ~, ... ..... ~t,---" This Addendum changes the due date for bids from January 18, 2005 to January 5, 2007. iJ;z/o 1 This Addendum, forms part of the Plans , Contract Documents & Specifications for the above referenced Project and modifies the original Specifications and Contract documents. Bidder shall acknowledge receipt of this addendum in the space provided below, in the proposal (page P-6) and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The plans and specifications documents for Guard Light Circuit Modifications and REIL Replacement at Alliance Airport are hereby revised by Addendum No. 1 as follows: SPECIFICATIONS & CONTRACT DOCUMENTS: 1. NOTICE TO BIDDERS I. The following item in the Notice To Bidders has been revised or added to the previous Notice To Bidders. • NOTICE TO BIDDERS has been deleted in its entirety and Replaced with the attached new NOTICE TO BIDDERS. Addendum No. 1, Page 1 2. COMPREHENSIVE NOTICE TO BIDDERS II. The following item in the Comprehensive Notice To Bidders has been revised or added to the previous Notice To Bidders. • COMPREHENSIVE NOTICE TO BIDDERS has been deleted in its entirety and Replaced with the attached new COMPREHENSIVE NOTICE TO BIDDERS. A signed copy of this Addendum should be included in the sealed bid envelope at the time of bid submittal. Failure to acknowledge the receipt of this Addendum could cause the subject bidder to be considered "NONRESPONSIVE ," resulting in disqualification . RECl a:EPT CKaNO LEDGEMENT: By . ~ ·o· Company: 6-e t 11 m ,,(}fAI/ ff . 1 Address : /. tJ -t11 ¥ I 3 (., 1 rJ. 9 City: fo r ./ lvor/-h State: "1)' ------'--- ISSUED BY: A Douglas Rademaker, P.E., Director By: _____________ _ Rick Trice, P.E., Assistant Director Addendum No. 1, Page 2 CITY OF FORT WORTH DEPARTMENT OF ENGINEERING ADDENDUM NO. 2 To the Plans, Specifications & General Contract Documents GUARD LIGHT CIRCUIT MODIFICATIONS AND REIL REPLACEMENT AT ALLIANCE AIRPORT FOR THE CITY OF FORTWORTH, TEXAS FAA GRANT NUMBER GR14 531350-030218034100 D.O.E. NUMBER: 5516 FILE NUMBER: M-228 Bid Date: January 25, 2007; 1 :30 PM Addendum No. 2; Issued January 18, 2007 This Addendum , forms part of the P lans , Contract Documents & Specifications for the above referenced Project and modifies the original Specifications and Contract documents . Bidder shall acknowledge receipt of this addendum in the space provided below, in the proposal (page P-6) and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt of this addendum could subj ect the bidder to disqualification . The plans and specifications documents for Guard Light Circuit Modifications and REIL Replacement at Alliance Airport are hereby revised by Addendum No . 2 as follows : SPECIFICATIONS & CONTRACT DOCUMENTS: 1. INDEX OF TECHNICAL SPECIFICATIONS I. The follow ing items in the Index Of Technical Specifications have been revised or added to the previous Index Of Technical Specifications .. • Index of Technical Specifications has been deleted in its entirety and Replaced with the attached new Index of Technical Specifications. Addendum No . 2 , Page 1 ·~'''''' •""':1E OF 7'. ,, A'\'?:······• .... ~J,, -••• .•• I :'*/ ···.•'1. I!•: al r······•••••••••··•••••••••• ••· ••l I JAMES G. KIRSCHBAUM j ,. ••• : ................................ .jl ',1··. e3s83 /IJ:'S jS;jf~ 2. COMPREHENSIVE NOTICE TO BIDDERS II. The following items in the Comprehensive Notice To Bidders have been revised or added to the previous Comprehensive Notice To Bidders . • Comprehensive Notice To Bidders has been deleted in its entirety and Replaced with the attached new Comprehensive Notice To Bidders. 3. DISADVANTAGE BUSINESS ENTERPRIISE SPECIFICATION Ill. The follow ing items in the Disadvantage Business Enterprise Specifications have been revised or added to the previous Disadvantage Business Enterprise Specification . • SPECIAL INSTRUCTIONS FOR BIDDERS has been deleted in its entirety and Replaced with the attached new SPECIAL INSTRUCTIONS FOR BIDDERS. • Schedule of Subcontractors/Suppliers has been deleted in its entirety and Replaced with the attached new Schedule of subcontractors/Suppliers. 4. BID PROPOSAL IV. The following items in the Bid Proposal have been revised or added to the previous Bid Proposal. • Bid Proposal has been deleted in its entirety and Replaced with the attached new Bid Proposal. 5. SPECIFICATIONS FRONT-END V. The following item in the Specification Front-End has been revised or added to the previous Front-End Part I, SPECIAL PROVISIONS . • Part I, SPECIAL PROVISIONS has been deleted in its entirety and Replaced with the attached new Part I, SPECIAL PRIVISIONS. 6. TECHNICAL SPECIFICATIONS VI. The following items in the Technical Specifications have been revised or added to the previous Technical Specifications . • Technical Specification Item P-610, Structural Portland Cement Concrete has been added to the Technical Specifications. • Technical Specification Item L-110, Airport Underground Electrical Duct Bank And Conduits, Delete in its entirety an Replace with the attached new Technical Specification L-110. • Technical Specification Item L-115, Electrical Manholes and Junction Structures, has been added to the Technical Specifications. Addendum No. 2, Page 2 7. CONTRACT DOCUMENTS The following item in the Contract Documents have been revised or added to the previous contract documents . • Sheet C0.02, Summary of Quantities: Delete Drawing Sheet C0.02 and replace with the attached. • Sheet E-901, Guard Light Layout Plan Area 1, Sketch DRAWING E-901 EXCERPT 1 AND DRAWING E-901 EXCERPT 2 have been made a part of Sheet E-901 Guard Light Layout Plan Area 1, adding the bore, conduit and junction cans. • Sheet E-901, Guard Light Layout Plan Area 1, Sketch Layout Plan Sheet Legend EXCERPT has been made a part of Sheet E-901 Guard Light Layout Plan Area 1, adding a Revised Legend. • Sheet E-907, Guard Light Layout Plan Area 7, Sketch DRAWING E-907 EXCERPT has been made a part of Sheet E-907 Guard Light Layout Plan Area 7, adding the bore, conduit and junction cans. • Sheet E-908, Guard Light Layout Plan Area 8, Sketch DRAWING E-908 EXCERPT has been made a part of Sheet E-908 Guard Light Layout Plan Area 8, adding the bore, conduit and junction cans. • Sheet E-954, New Drawing Sketch EXCERPT 1, Detail for One-Way 2" Conduit in Existing Flexible Pavement, Sketch DRAWING E-954 EXCERPT 1 has been made a part of the Contract Documents, adding the detail for Flexible Pavement Repair. • Sheet E-954, New Drawing Sketch EXCERPT 2, Detail for Junction Can, Sketch DRAWING E-954 EXCERPT 2 has been made a part of the Contract Documents, adding the detail for Junction Can. 8. MINUTES OF THE PRE-BID CONFERENCE Minutes of the Pre -Bid Conference held on January 9 , 2007 , are attached . The Pre-Bid Conference Minutes are a reco rd of the conference and are issued fo r Bidder's information , (2 Pages) A signed copy of this Addendum should be included in the sealed bid envelope at the time of bid submittal. Failure to acknowledge the receipt of this Addendum could cause the subject bidder to be considered "NONRESPONSIVE ," resulting in disqual ification . Company : 6 ~1! (!co/M Cf= Address : f. 0 -bu/, 11<, 7.J.1 City : b rf waAh State: _]Y-~-- ISSUED BY : A Douglas Rademaker , P.E., D irecto r By : _____________ _ Rick Trice , P.E., Assistant Director Addendum No. 2, Page 3 SPECIFICATIONS . AND CONTRACT DOCUMENTS FOR GENERAL ENGINEERING GUARD LIGHT CIRCUIT MODIFICATIONS AND REIL REPLACEMENT AT ALLIANCE AIRPORT FOR THE CITY OF FORT WORTH, TEXAS FAA Grant Number: GR14 531350-030218034100 File Number: M-228 D.O.E. Number: 5516 • r Mike Moncrief Mayor Gary W. Jackson City Manager Michael Feeley Acting Director, Department of Aviation Timothy D. Ward President, Alliance Air Services DMJM AVIATION, INC. 1200 SUMMIT AVE, ST. 320 FORT WORTH, TEXAS 76102 (817) 698-6800 PREPARED BY: December 14, 2006 A. Douglas Rademaker, P.E. Engineering Director · Fort Worth Alliance Airport Guard Light Circuit Modifications & REIL Replacement · INDEX OF CONTRACT DOCUMENTS AND SPECIFICATIONS NOTICE TO BIDDERS SPECIAL INSTRUCTIONS TO BIDDERS DISADVANTAGE BUSINESS ENTERPRISE SPECIFICATIONS WAGE RATE DETERMINATION PROPOSAL BUY AMERICAN CERTIFICATE TRADE RESTRICTION CLAUSE CERTIFICATION REGARDING DEBARMENT, SUSPENSION INEUGIBILITY AND VOLUNTARY EXCLUSION CERTIFICATION OF NONSEGREGATED FACILITIES VENDOR COMPLIANCE TO STATE LAW CERTIFICATE OF INSURANCE CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW EQUIPMENT SCHEDULE EXPERIENCE RECORD . BONDS CONTRACT PART I -SPECIAL PROVISIONS PART II -WAGE, LABOR; EEO AND SAFETY REQUIREMENTS PART Ill -GENERAL PROVISIONS PART IV -TECHNICAL SPECIFICATIONS I 1-1 G-300 P-101 INDEX OF TECHNICAL SPECIFICATIONS Description Construction Barricades Flags and Traffic Control Mobilization SP-P-156 Special Provision to Item P-156, Temporary Air and Water Pollution, Soil Erosion and Siltation Control P-156 Item P-156, Temporary Air and Water Pollution, Soil Erosion and Siltation Control P-610 Structural Portland Cement Concrete SP-T-901 Special Provision to Item T-901, Seeding T-901 Seeding L-100 General Provisions -Electrical L-108 Installation of Underground Cable for Airports L-109 Installation of Airport Transformer Vault and Vault Equipment L-110 Installation of Airport Underground Electrical Duct L 111 Airfield Electrical Installation Testing L-115 Electrical Manholes And Junction Structures L-849 Runway End Identification Lights (REIL) System Ft. Worth Alliance Airport Addendum #2 January 18, 2007 TOC-1 NOtlGETO BIDDERS __ _ Sealed proposals for thefollowing:· -FOR: Guard Light C_ircuit IVio~iflcatibns-&·REiL Replacement AT ALLIANCE . AIRPORT ·_ ·. ·: . .. . . FAA . Grant Number: GR14 53-1350~0302,18034100 FILE NO.: M·228 DOE#~5516 AqgrEissed t~ ML <:)hade~ R. ~.oswe_ll,_ CiW'M~ri~S~r oqhe .Cj.1y 9f F,9rtyv~m.n. T~~a$ .ltJJIL.~~ r~¢¢iv¢<J ?f _th~ P~tphas.ing Qffi~e urjt1I t:30 .P~M .• January 1 s.::2007 • :ang then :·p~bli¢1Y. 9p~fied ·EiiJp .. re.ad .. . . ~1·9up ;at-2:00'.P~M. ir\theiCPun¢il Cnam~$r$: Plii"rts:; Speclficatlorisanq ·:c:&nfr~ct dhcurnen_t$Jortl'iis -. pr:~Je~tmay be obt~ihed 'aitb~-Office.oflhe-bepartmentof.Eng1neerfn~/Muni~ipc:3I Office BUlldin9, - 1000Throckmorton Street-, F-orLWorth; Te.xas. Plan sets .1nay,:be.-pic.ked up:atThi:3 D~partm~nt:of: -···•=-----·· pngih~~ring •fc,ra noo~refundable fE!~ in Jh1f~_mo _unt.of Thi_r:ty· doll~.f$'.(~3QJ}Q). .. · · · · · Bid security is . retjuired in :. a~cordaric~ With1he·.$pedal liistructiciii'-to' 9idd~rs; This project· includl:!s, buus ,notlimitedt~i :tl'.leJollowingjtems:.:Se.pc;!rati(;n :pf ligh~in:g ~Jtc.uiffortbe : ih i p~ye_m~11tand, ~l~~ated _gua~d · lighti;'IO$j~lla.t19n 9.f equiprneMt_ih cqritiol t9i/.i~tJ~~t~ilaj_l_p}''fo(new . ·r~gylatdr ,n :~1~~lri¢a!-V.a01t; tnstall~tidji"qf:¢01\duit; .. !'.!iicf b.a·~kf ~iic.f li~ncf holes; ·r~plaq~m'erit :qftwo (2):REiL (Buriway End Identifier LightsY, including relatedcableiahd:cariduits; A pre-bid conference . will be held on january . gt\ 2007 . at 2:00 P.M, at Alliance ,-A,rSetvices · Offices~ .2221 Alliance Boulevard, Suite:too. FortWorth,.Texas76.177. · · · · · · · ·· :1:3i~d~r~ ar~ie_sp~r.isible fo:r bbt~imrig all:Acfrie·~da. fo the cilnlri:ic(dgc:urr.ie~ts a1\t1 acknpwiedging - receipt'ofthe .Addenda_ by h1itialln9,the ,appropriate,spaces,onthePROPOSAL form. Bidsthat-do ·. not acknowledge receipfof:aU Add~nda •,may b_e rejected as b.~jng rlQl'lt~spqr)sive ,. Jn(<,rrnatiori r.~g:ardi119Jhe status·of Ad~~nd~ may b~ ol)taJf!e(J bY co 'nt,a_cting tb~ D~pa~·rr1ent ·:of Eh,.glne:eting :at ·. · ·a11:;;3 _~t:'.791 O; · · · · · · · for atjditio~al information, contact GopalSahu, P.E. (817) 392:.7949 or Jim ,Kirschbaum ·, P.E . at (8 ·17) · 698-6800; C.HARLES · R BOSWELL . CITY MANAGER Adv~rtising Oalei;: December 14. 2006 December,·21, 2006 ffiV _Fronl_Enqs,doc MARTY HENDIX CITY SECRETARY A. Oougla~Rad~m~·ker; p.f=, Direct _ , Department Qf. · gf nee ring Asst Director, Engineering Services · NB-1 COMPREHENSIVE NOTICE TO BIDDERS Sealed proposals for the following: Guard Light Circuit Modifications & REIL Replacement ALLIANCE AIRPORT FOR: FAA GRANT NUMBER GR14 531350-030218034100 D.O.E. NO.: 5516 FILE NO.: M-228 Addressed to Mr. Charles R. Boswell , City Manager of the City of Fort Worth , Texas , will be received at the City of Fort Worth until 1 :30 P.M., January 25, 2007 and then publicly open and read aloud at 2:00 P.M. Contract Documents , including Plans and Specifications for this project , may be obtained at the office of the Transportation and Public works Department of the City of Fort Worth , 1000 Throckmorton Street, Fort Worth , Texas 76102. A non-refundable fee of thirty dollars ($30 .00) is required for purchase of a set of documents. All bidders will be required to comply with provision 5159a of "Vernon's Civil Statutes" of the State of Texas w ith respect to payment of prevailing wage rates and City Ordinance No . 7 400 (Fort Worth City Code Sections 13-A-21 through 13-A-29), prohibiting discrimination in employment practices . Bid security is required in Accordance with Paragraph 1 of the Special Instructions to Bidders. In general , the work consists of the following: Separation of lighting circuit for the in-pavement and elevated guard lights , i nstallation of equipment in control tower, installation of new regulator in electrical vault, installation of conduit, duct banks and hand holes, replacement of 8 REI L's (Runway End Identifier Lights), including related cables and conduits . The City reserves the right to reject any and/or all Bids and waive any and/or all formalities. AWARD OF CONTRACT: No bid may be withdrawn until the expiration of forty-nine (49) days from the date bids are opened . The award of contract, if made, will be within forty -nine (49) days after the opening of bids , 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 acknowledg ing receipt of the addenda by initialing the appropriate spaces on the PROPOSAL form . Bids that do no acknowledge receipt of all addenda may be rejected as being non-responsive . Information regarding that status of addenda may be obtained by contacting the Department of Engineering (817) 392-7910. A pre-bid conference will be held on January 9th , 2006 at 2:00 P .M. at Alliance Air Services Offices, 2221 Alliance Boulevard, Suite 100, Fort Worth, Texas 76177 . Bidders are encouraged to submit the required DBE documentation with their bid . However, it is not a mandatory requirement. The Bidder (Proposer) must supply all the information required by the instructions to Bidders and the bid must be submitted on a form which substantially complies with the form provided by the City of Fort Worth. Comprehensive Notice to Bidders Addendum #2 January 18 , 2007 The successful bidder will be required to furnish a Performance Bond and Payment Bond, each in the full amount of the contract price, executed by a surety company or surety companies authorized to execute surety bonds under and in accordance with the laws of the State of Texas. All bidders and proposers shall make good faith efforts, as defined in Appendix A of 49 CFR Part 23, regulations of the Office of the Secretary of Transportation, to subcontract 12 Percent of the dollar value of the prime contract to small business concerns owned and controlled by socially and economically disadvantaged individuals (DBEs). In the event that the bidder for this solicitation qualifies as a DBE, the contract goal shall be deemed to have been met. Individuals who are rebuttable presumed to be socially and economically disadvantaged include women, Blacks, Hispanics, Native Americans, Asian-Pacific Americans and Asian-Indian Americans . The apparent successful bidder (proposer) will be required to submit information concerning the DBE's that will participate in this contract. The info r mation will include the name and address for each DBE , a description of the work to be performed by each named firm , and the dollar value of the contract (subcontract). If the bidder fails to achieve the contract goal as stated herein, it will be required to provide documentation demonstrating that it made good faith efforts in attempting to do so. A bid that fails to meet these requirements will be considered nonresponsive. For additional information , contact Gopal Sahu (817) 392-7949 or Jim Kirschbaum at (817) 698- 6800. CHARLES R. BOSWELL CITY MANAGER Advertisement Dates: December 14, 2006 December 21, 2006 Fort Worth , Texas Comprehensive Notice to Bidders Addendum #2 January 18, 2007 Department of Engineering MARTY HENDIX CITY SECRETARY A. Douglas Rademaker, Director By:----------- Rick Trice , P .E. Asst. Director, Engineering Services Notice to Bidders Buy American -Steel and Manufactured Products for Construction Contracts (January 1991) I. The Aviation Safety and Capacity Expansion Act of 1990 provides that preference be given to steel and manufactured products produced in the United States when funds are expended pursuant to a grant issued under the Airport Improvement Program. The following terms apply: A. B. C. Steel and Manufactured Products. As used in this clause, steel and manufactured products include (1) steel produced in the United States or (2) a manufactured product produced in the United States, if the cost of its components mined, produced or manufactured in the United States exceeds 60 percent of the cost of all its components and final assembly has taken place in the United States. Components of foreign origin of the same class or kind as the products referred to in subparagraphs (ll)(A) or (B) shall be treated as domestic. Components. As used in this clause, components means. those articles, materials, and supplies incorporated directly into steel and manufactured products. ' Cost of Components. This means the costs for production of the components, exclusive of final assembly labor costs. 11. The successful bidder will be required to assure that only domestic steel and manufactured products will be used by the Contractor, Subcontractors, Materialmen, and Suppliers in the performance of this contract, except those - A. . that the U.S. Department of Transportation has determined, under the Aviation Safety and Capacity Expansion Act of 1990, are not produced in the United States in sufficient and reasonable available quantities and of a satisfactory quality; B. that the U.S. Department of Transportation has determined, under the Aviation Safety and Capacity ~xpansion Act of 1990, that domestic preference would be inconsistent with the public interest; or C. that inclusion of domestic material will increase the cost of the overall project contract by more than 25 percent. FTW _Front_Ends.doc NB-4 Fort Worth Alliance Airport Guard Light Circuit Modifications & REIL Replacement SPECIAL INSTRUCTIONS TO BIDDERS 1. SPECIAL INSTRUCTION TO BIDDERS 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 fail~ 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. 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 and a 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 qonds furnished hereunder shall meet the requirements of Chapter 2253, Texas Government Code. 3. In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a -surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. The City will accept no sureties who are in default or delinquent on any bonds or who have an interest 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. LIQUIDATED DAMAGES: The Contractor's attention is called to the "General Provisions" concerning liquidated damages for late completion of projects. FTW _Front_Ends .doc 18-1 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. 5. EMPLOYMENT: All bidders will be required to comply with City Ordinance No. 7278 as amended by City Ordinance No. 7 400 (Fort Worth City Code Section 13-A-21 through 13-a-29) prohibiting discrimination in employment practices. 6. WAGE RATES: The Bidder also agrees to pay not less than the "Prevailing Wage Rates for Highway Construction" as established by the C ity of Fort Worth and not less than the wage rates stated in General Wage Decision o. TX020045 . 7. FINANCIAL STATEMENT: A current certified financial statement may be required by the Department of Engineering if required for use by th e CITY OF FORT WORTH in determining the successful bidder. This statement, if requ i red, is to be prepared by an independent Public Accountant holding a valid permit issued by an appropriate State Licensing Agency. 8. 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 lnjury-$250,000 each person, $500,000 each occurrence; Property Damage -$300,000 each occurrence). The City reserv es the right to request any other insurance coverages as may .be required by each indivi d ual project. 9. ADDITIONAL INSURANCE REQUIREMENTS: a. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer'$ liability insurance coverage under Contractor's workers' compensatio n insurance policy. b. Certificates of insurance shall be delivered to the Ci ty of Fort Worth, contract administrator in the respective department as specifi ed in the bid documents,.1000 Throckmorton Street, Fort Worth, TX 76102 , prior ta commencement of work on the cont racted project. c . Any failure on part of the City to request required in surance documentation shall not constitute a waiver of the insurance requ.i'rements s pecified here in. d. Each insurance policy shall be endorsed to provide t he City a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in t he event of .non-payment of premium . e . Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A : VII or equivalent measure of fi nancial strength and solvency. f. Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise appro ed by the City. FTW _Front_Ends.doc IB -2 · 10. g. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. h. Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. i. City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance. j. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to· contribute to loss recovery. k. In the course of the project, Contractor shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. I. Contractor's liability shall not be limited to the specified amounts of insurance required herein. m. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. NONRESIDENT BIDDERS: Pursuant to Article 601 g, 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. 11. DISADVANTAGED BUSINESS ENTERPRISES: In accord with City of Fort Worth Ordinance No. 13471, as amended by Ordinance 13781, the City of Fort Worth has goals for the participation of disadvantaged business enterprises in City contracts. A copy of the Ordinance can be obtained from the office of the City Secretary. In addition, FTW _Front_Ends.doc 18-3 the bidder shall submit the DBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or th.e GOOD FAITH EFFORT FORM ("Docu mentation") as appropriate. The Documentation must be received no later than 5:0 0 p.m., five (5) City business days after the bid opening date. The bidder shall obtain a re ceipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the Documentation was received by t he City. Failure to comply shall render the bid non-responsive . Upon request, Contractor agrees to provide to owner cqmplete and accurate information regarding actual work performed by Disadvantaged Bu s iness Enterprise (DBE) on the contract and payment therefore.. Contractor further agre es to permit an audit and/or examination of any books, records or files in its possess ion that will substantiate the actual work performed by a DBE. The misrepresentati qn of facts (other than a negligent misrepresentation) and/or the comm i ssion of fraud by the Contractor will be grounds for termination of the contract and/or initiation action unde r appropriate federal , state or local laws or ordinances relating to false statement; furth er, 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) year$. 12. AWARD OF CONTRACT: Contract will be awarded solely at the Owner's discretion to the Lowest Qualified Bidder. The City reserves the right to reject any and/or all bids and waive any and/or all irregularities. o bid may be withdrawn until the expiration of forty-nine (49) days from the date the DB q 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 . 13. PAYMENT: The Contractor will receive full payment (m inus 5% retainage) from the City for all work for each pay period. Payment of the remai ning amount shall be made with the final payment, and upon acceptance of the project. 14. 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. 15. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW: A. Workers Compensation Insurance Coverage a. Definitions: Certain of coverage ("certificate"). A copy of a certi~cate 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 s atutory worker's compensation insurance coverage for the person's or entity's emp loyees providing services on a project, for the duration of the project. FTW _Front_Ends .doc IB-4 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 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 FTW _Front_Ends.doc 18-5 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 perso n 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, f or the duration of the project; (3) provide the contractor, prior to the end of the cov erage 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 con t racts, 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 exte nsion of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the durati on of the project; (5) retain all required certificates of coverage on fil e for the duration of the project and for one year thereafter. (6) notify the governmental entity in wiring by certifi ed mail or personal delivery, . · within ten (10) days after the person knew or s ~ould 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 coritract or providing or causing to be provided a certificate of coverage, the contractor is representing to the gov~rnmental entity that all employees of the contractor who will provide services on the project will be covered by worker's compensation coverage for the duratio 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 s.elf 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. · FTW_Front_Ends.doc IB-6 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'$ 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". 16. 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 7 400 (Fort Worth City Code Sections 13A-21 through 13A-29), prohibiting discrimination in employment practices. 17. AGE DISCRIMINATION: 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. 18. 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. 19. 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. FTW _Front_Ends.doc 18-7 20. DISCRIMINATION DUE TO DISABILITY: In accordan e with the provisions of the Americans with Disabilities Act of 1990 ("ADA"), Contra <Ctor 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 cond jtions 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 an d 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. 21. Safety Plan: Within ten (10) days of receipt of notice qf award of contract, the contractor must provide a safety plan for approval of th ~ owner or owners authorized representative. FTW _Front_Ends.doc 18-8 REQUIRED CONTRACT PROVISIONS The following clauses are placed in every DOT assisted contract and subcontract: A. Non Discrimination Assurance During the performance of this contract, the contractor or subcontractor agrees that it will not discriminate on the basis of race, color, national origin or sex in the performance of this contract. The contractor shall carry out the applicable requirements of 49 PCFR Part 26 in the award and administration of DOT assisted contracts. Failure by the contractor to carry out these requirements is a material breach of th is contract, which may result in the termination of th is contract or such other remedy as the City of Fort Worth deems appropriate. The Contractor understands that it is required to insert the substance in this clause in all subcontracts and purchase ·orders . B. Prompt Payment The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than ten (10) [calendar] days from receipt of each payment the prime contractor receives from the City of Fort Worth . The prime contractor agrees further to release retainage payme~ts (if applicable) to each . subcontractor within ten (10) [calendar] days after the subcontractor's work is satisfactory completed and final payment has been made to the subcontractor. Any · delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the City of Fort Worth FTW _Front_Ends.doc 1B-9 Fort Worth Alliance Airport Guard Light Circuit Modifications & REIL Replacement DISADVANTAGE BUSINESS ENTERPRISE SPECIFICATIONS FORT WORTH "'--, ----- City of Fort Worth Disadvantaged Busmess 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 oal is not applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Disadvantage Business Enterprises (DBE) in the procurement of all goods and services to the City on a contractual basis. The objective of the Policy is to increase the use of DBE firms to a level comparable to the availability of DBEs that provide goods and services directly or indirectly to the City. 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 12 % 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; 3. Waiver documentation , or; 4. Joint Venture. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department , within the following times allocated, ih order for the entire bid to be considered responsive to the specifications . 1. Subcontractor Utilization Form, if received by 5 :00 p.m., five (5) City business days after the bid goal is met or exceeded : opening date, exclusive of the bid opening date . 2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if participation is opening date , exclusive of the bid opening date. less than stated goal : 3. Good Faith Effort Form , if no received by 5 :00 p.m., five (5) City business days after the bid participation : 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. 5. Joint Venture Form , if goal is met or received by 5:00 p.m., five (5) City business days after the bid exceeded : 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 M/WBE Office at (817) 871-6104. Rev. 5/30/03 FTW Front End -- Addendum #2 January 18 , 2 007 FORTW°ORTH . ,__ --CITY OF FORT WORTH Disadvantaged Business Enterprise Office PRIME COMPANY NAME: PROJECT NAME: PROJECT NUMBER: I CITY'S DBE PROJECT GOAL: 12% Please read the following statements prior to executing this form . ,.... :ir-AC h,v,c T 1k Page 1 of 4 Schedule of Subcontractors/Suppliers □ DBE □MWBE □ NON-M/W/DBE BID DATE : __ 1-+\ i._r ... l_o~".J~--- I Prime's DBE GOAL COMMITMENT: % Bidders/Offerors must provide infonnation on all prospective subcontractor(s)/suppliers who submit bids/quotations in support of this solicitation. Failure to complete this fonn, in its entirety with supporting documentation, and received by the Managing Department on or before 5:00 p .m. five (5) City business days after bit opening, exclusive of bid opening date, will result in the bid being considered non-responsive to the bid specifications. The bidder further agrees to provide, directly to the City upon request, complete and accurate infonnation regarding actual work perfonned by all subcontractors, including DBE(s) arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work perfonned by the DBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for tenninating the contract or debannent from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a detennination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. Prime contractors must identify by tier level of all subcontractors/suppliers. Tier: means the level of subcontracting below the prime contractor/consultant i.e. a direct payment payment from the prime contractor to a subcontractor is considered 1st tier, a payment by a subcontractor to its supplier is considered 2nd.tier. The prime contractor is responsible to provide proof of payment of all tiered subcontractors identified as a DBE and counting those dollars towards meeting the contract committed goal. Prime contractors must also provide the previous years annual gross receipts of all subcontractors/suppliers listed on the utilization fonn. This infonnation may be expressed in the dollar ranges provided that column. Counting DBE Participation: If materials or supplies are obtained from a DBE manufacturer, count 100 percent of the cost of the materials or supplies towards the goal. If the materials or supplies are purchased from a DBE regular dealer, count 60 percent of the cost of the materials and supplies toward the DBE goal. When materials or supplies are purchased from a DBE neither a manufacture nor a regular dealer, count the entire amount of fees or commissions charged for assistance in the procurement of the materials and supplies or fees or transportation charges for the delivery of the materials or supplies delivered to the job site. In all cases, the prime contractor is responsible to identify the amounts to be used toward the committed DBE goal. If hauling services is utilized, separation of dollars for haul-in and haul out is required. In addition, the prime will be given credit for utilizing a DBE hauling finn as long as the DBE owns and operates a least one fully licensed and operational truck used on the contract. The DBE may lease trucks from another DBE finn, including DBE owner- operated and receive full DBE credit The DBE may lease trucks from non-DBEs, including owner-operators, but will only receive credit for the fees and commissions earned by the DBE as outlined in the lease agreement. Note: Be mindful of the 60% rule. FTW_Front_End Addendum #2 January 18 , 2007 Rev. 5130103 FORT-WORTH "'-:, -CITY OF FORT WORTH SCHEDULE OF SUBCONTRACTORS/SUPPLIERS Check this box □ if any subcontractor/supplier is a Sole Source and identify by writing sole source by the subcontractor/supplier name. NAMES AND ADDRESSES OF SUBCONTRACTORS/SUPPLIERS Name: A,r fl u ·\-1....:1 k+: 1\6} s1 ~~e~~ Address: a\~\ S · C.1-w rc.~ S~. Gru.p,!..11 :"e ·n '7 ~0 n I Phone: fr'") -q \ 1.. • /).i..{OO Fax: ?11-~10-0•'-l:C... Email: wu..>""'. c-..; rpo r\.\: 'lh \. ;~. eu ,'\-\ Contact Person: ~J,~l\e-i_ ~" /\ /\u Name: Address: Phone: Fax: Email : Contact Person : Name: Address: Phone: Fax: Email: Contact Person: Name: Address: Phone: Fax: Email: Contact Person : F1W_Front_End Addendum #2 Ja nua ry 18 , 2007 • \J TYPE OF WORK TO BE PERFORMED Type of Work: (.\:rLdd L;1~L"i i:'{_v•1Y>'\i!I\+ $AMOUNT: 3~ Z9o. co . ) Type of Work: $AMOUNT: Type of Work: $AMOUNT: Type of Work: $ AMOUNT: Specify CERTIFIED DBE FIRM PREVIOUS YEARS Tier ANNUAL GROSS RECEIPTS Yes ✓ _ less than $500K \ j +-No _ $500K -$2 mil. -..1::;--$2 mil _ $5 mil Certified By: _ more than $5 mil. NCTRCA v TXDOT ./ Yes -_ less than $500K No _ $500K -$2 m i l. -_$2 mil_$5 mil Certified By: _ more than $5 m i l. NCTRCA --TXDOT -- Yes -_ less than $500K No _ $500K -$2 mil. -_ $2 mil_ $5 mil Certified By: _ more than $5 mil. NCTRCA --TXDOT -- Yes -_ less than $500K No _ $500K -$2 mil. -_ $2 mil _ $5 mil Certified By: _ more than $5 mil. NCTRCA --TXDOT -- /-\lrACn1v 1clJT 1/-\ Page 2 of 4 Rev. 5/30/03 FORT WORTH "--, -· NAMES AND ADDRESSES OF SUBCONTRACTORS/SUPPLIERS Name: Address: Phone: Fax: Email: Contact Person: Name: Address: Phone: Fax: Email: Contact Person: CITY OF FORT WORTH SCHEDULE OF SUBCONTRACTOR/SUPPLIERS) TYPE OF WORK TO BE PERFORMED Specify CERTIFIED DBE FIRM Tier Type of Work: .Yes -No - Certified By: $AMOUNT: NCTRCA --TXDOT -- Type of Work: Yes -No - Certified By: $AMOUNT: NCTRCA --TXDOT -- ,_h Ac, u rn ... T 1,_ Page 3 of 4 PREVIOUS YEARS ANNUAL GROSS RECEIPTS _ less than $SOOK _ $SOOK -$2 mil. _ $2 mil _ $5 mil _ more than $5 mil. _ less than $SOOK _ $SOOK -$2 mil. _ $2 mil _ $5 mil ..;_ more than $5 mil. The undersigned bidder agrees to enter into a formal agreement with the DBE firms for work listed in this schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for cons.ideration of disqualification and will result in the bid being considered non-responsive to bid specifications. ~ ~S MUST BE CERTIFIED BY THE CITY OF FORT WORTH BECORE CONTRACT AWARD h~ ~ -~~~A~~-'---'B=~=~~+~~~c~,l=o=¾=e=w"'----------- A'fithorized Signature Printed Signature \/,· u . -V Ce j i c\.e ,, t Title \3 -C, (;,lMfu.O'-" Company Name f V. o -6 o >< l 3(,, '1 z. '1 Address ~(.)c+-W oe~~ ,>c >-'\~ l.3<, City/State/Zip Code FTW_Front_End Addendum #2 January 18, 2007 Contact Name and Title (if different) ?\1--z..3(.,·· l.o oo fll-Z-3<4 ··~oo Phone Number Fax Number C\f\l\b @ b -teor,\(Jll./'*, Q G(yl Email Address l\z.s-(0'1 Date Rev. 5/30/03 WAGE RATE DETERMINATION WAIS Document Retrieval GENERAL DECISION: TX20030046 09/22/2006 TX46 Date: September 22, 2006 General Decision Number: TX20030046 09/22/2006 Superseded General Decision Number: TX020046 State:, Texas Construction Type: Heavy Counties: Johnson, Parker and Tarrant Counties .in Texas. Heavy Construction Projects (Including Water and Sewer Lines) Modification Number 0 1 2 3 Publication Date 06/13/2003 08/20/2004 09/23/2005 09i22/2006 * PLUM0146-002 05/09/2006 Rates Plumber/Pipefitter ............. $ 23.16 SUTX1990-041 06/01/1990 Rates Carpenter ...................... $ 10. 40 Concrete Finisher .............. $ 9.81 Electrician .................... $ 13.26 Form Setter .................... $ 7. 86 Laborers: Common ...................... $ 6. 37 Utility ..................... $ 8. 09 Painter ........................ $ 10. 89 Pipe layer ...................... $ 8. 43 Power equipment operators: Backhoe ..................... $ 11. 89 Bulldozer ................... $ 10. 76 Crane ....................... $ 13 .16 Front End Loader ............ $ 10.54 Mechanic .................... $ 10. 93 Scraper ..................... $ 10. 00 Reinforcing Steel Setter ....... $ 10.64 Truck Driver ................... $ 7. 34 Fringes 6.16 Fringes . $3.64 3.30 3.30 WELDERS -Receive rate presc'ribed for craft performing operation to which welding is incidental. http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=TX20030046 t'age 1 or j 10/23/2006 WAIS Document Retrieval ========================================================== ===== Unlisted classifications needed for work not included within the scope of the classifications listed may be a~ded after award onl y as provided in the labor standards contract clau es (29CFR 5. 5 (a) (1) (ii)) . ---. ------------------------------------------------------------ In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargai ned wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decisiqn in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact,. including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the · Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2. ·) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) i s yes, then an interested party (those affected by the action) can request review and recons i deration from the Wage and Hour Administrat or (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to : Wage and Hou_r Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage paym~nt data, project description, area practice material, etc .) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, a interested party may appeal directly to the Administrative http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=TX20030046 Page 2 of3 10/23/2006 WAIS Document Retrieval rage ., 01 j Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. ================================================================ END OF GENERAL DECISION http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=TX20030046 10/23/2006 .... TO: Mr. Charles R. Boswell City Manager Fort Worth, Texas PROPOSAL FOR: Guard Light Circuit Modifications & REIL Replacement FAA GRANT No. GR14 531350-030218034100 FILE No. M-228 DOE#: 5516 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: FTW_Front_Ends Proposal.doc Addendum #2 January 18 , 2007 P-1 Item No. 1 2 3 4 5 6 7 BID FORM Bidder: Airport Name: Fort Worth Allianc Airport Project Description: Guard Light Circuit Modifications and REIL Replacement Spec Item Description G-300-Furnish, Place and Relocate Lighted Cones , 5 .1-1 Complete. G-300-Furnish, Place and Relocate Multi Barrier 5.1-2 Barricades, Complete. P-101-2.1 Mobilization P-156-5.1 Hay Bales , Complete in Place . T-901-5.1 Seeding Mulching and Fertilizer, Complete in Place L-108-5.1 No. 8, 5KV, L-824C Cable Installed in Duct or Conduit, Complete in Place. L-108-5.2 No . 6 Solid Bare Counterpoise , Installed with Ground Rods and Ground Connectors , Complete in Place. P-2 Addendum#2 January 18, 2007 Unit EA EA LS LF AC LF LF Date: __ \_._I z_s-~\~~~IJ __ Approximate Unit Price Total Amount Quantity 20 " $ · ll i-O u $ .?~QI). w 20 $ .~O- OU $ /,.g_ DO(). 00 1 $ 4,ol,;;-."" $ 4Dl$". = 80 $ 2-o, cu $ [t,ou , (U 5 $ g 'lS", 00 $ .l.{£ '1 <;", a.> 47 ,660 $ \. lt, $ 'S 2.) L\Z.L,. ()(, 1,400 $ l . ()c.) $ l.1-\. oo . ()) Item No. 8 9 10 11 12 13 14 BID FORM Bidder: Airport Name: Fort Worth AllianC: Airport Project Description : Guard Light Circuit Modifications and REIL Replacement Spec Item Description L-108-5.3 Repair Existing Circuit RGL-1 , Incl. Testing and Isolating, Complete. L-109-5.1 L-828 , lOKW, 6 .6A, 208V , 3 Step Constant Current Regulator, Complete in Place. L-109-5 .2 Airfield Lighting Vault Modifications, Complete in Place. L-109-5.3 A TCT Control Panel Modifications, Complete in Place. L-110-5.1 1 Way, 2" Sch. 40 PVC Conduit, DEB , Incl. Trench and Backfill , Complete in Place . L-110-5.2 1 W-2 " GRSC Bore, Complete in Place. L-110-5 .3 1 W-2 " Sch . 40 PVC Conduit in Ex ist. Flexible Pavement, Inc. Sawcut, Trench, Backfill , & Pavement Repair , Complete in Place. P-3 Addendum #2 January 18, 2007 Unit LS EA LS LS LF LF LF Approximate Unit Price Total Amount Quantity 1 $ 1 '.S Lt o _w $ tJ SL.D , w 1 $ q <,h"S". c.u $ "°' l r. ou 1 $ 32.. 'lo.'° $ 3210. 4'(,) 1 $ .l...\ so . <i;J $ "-l S:o . w 200 \ f ou . <.JO I $ '{. OU $ ~Ov ,/)./J ~- 1,030 $ 3S-: QJ $ 3l, c,V _,050 , 132 $ ~o . en) $ ~(.,oo . '° Item No. 15 16 17 BID FORM Bidder: Airport Name: Fort Worth Aliance Airport Project Description: Guard Light Circuit Modifications and REIL Replacement Spec Item Description L-111-5 .1 Ground Rod Earth Resistance Testing, Complete in Place. L-115-5.1 L-867-D Junction Can, Complete in Place . L-849-5.1 Furnish & Install REIL System, Including Removal, Complete in Place. P-4 Addendum #2 January 18 , 2007 Unit EA EA EA Date: __ t4 [=l r:~( o_'l...__ __ Approximate Unit Price Total Amount Quantity 2 $ I~(.,. GO $ 2 '72.. <P 8 $ q 2..(... 0 0 $ 1'-{of_. ou 2 $ 131~0~-w $ 2.,., 2. lu . OU Total BID$ l 'l ~ \ S l. o u The Bidder shall write out each bid in words on the lines provided below . Total Bid In case of a discrepancy the amount shown in words shall govern. STATEMENT OF MATERIALS AND OTHER CHARGES MATERIAL INCORPORATED INTO THE PROJECT: ALL OTHER CHARGES: *TOTAL BID : $ $ $ T\ ~ '7<.,o. w qq 3qv:u I -<N ll'\~ lS l . } *This total must agree with the total figure shown in the Proposal for the Total Bid . For purposes of complying with the Texas Tax Code, the Contractor agrees that the charges for any material incorporated into the project in the excess of the estimated quantity provided for here in will be no less than the invoice price for such material to the Contractor. The project will be awarded solely at the Owner's discretion to the lowest qualified bidder. The Bid Form must be completed and submitted in its entirety. Failure to complete the Bid Form will render the bidder as non-responsive. The Owner reserves the right to discard any of the bids received for this project completely at the Owner's discretion. Complete the following statements by checking the appropriate space . The Bidder (Proposer) has / has not __ participated in a previous contract subject to the Equal Opportunity Clause prescribed by Executive Order 109225, 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 representations 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 contract subject to the Equal Opportunity Clause and has not submitted compliance reports 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 this contract. Standard form 100 is normally furnished to 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, 1800 G Street , Washington , DC , 20506. FlW_Front Ends Proposal.doc Addendum #2 January 18, 2007 P-5 The Bidder assures that its employees and applicants for employment and those of any labor organization , subcontractor or employment agency is either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited of the terms of City Ordinance No. 7278 , as amended by City Ordinance No . 7 400 (Fort Worth City Code Sections 13-A-21 through 13-A-29), prohibiting discrimination in employment practices . Bidder hereby agrees to commence work under this contract on or before a date to be specified in a written "Notice to Proceed " and to fully complete the project within 90 Calendar Days . Bidder further agrees to pay liquidated damages in the sum of $750 .00 for each consecutive calendar day to comp lete the work beyond the allotted time or as extended by an approved Change Order. The Bidder agrees to pay not less than the "Prevailing Wage Rates for Highway Construction " as established by the City of Fort Worth and not less than the wage rates stated in General Wage Decision No. TX 20030046 Issued by the U.S . Department of Labor. The Bidder understands that the Owner reserves the right to reject any and all bids and to waive any informalities in the bidding . The Bidder agrees this bid shall be good and may not be withdrawn for a period of 30 days after the scheduled closing time for receiving bids. Within ten (10) days of receipt of the written "Notice of Award ", the bidder will execute the formal contract agreement and deliver a surety bond or bonds as required under the contract documents . The bid security attached in the sum of (-~~~ ~->s ,-.."cl S?e1t¼ h~df:<6 S~)c ~~ * ¼.ll _,o Dollars($ fl](,o.00 ) is to become the property of the City of Fort Wo h in the event the contract is not executed as set forth in the contract documents as liquidated damages for the delay and additional expense caused thereby . . By : f'_l. 0 I\ f)c.. d k o \I} \h{ w (Type or print name) Title : V:c..,e.-\>(-e.S; d.U\.'t Address : Date : FTW_Front Ends Proposal.doc Addendum #2 January 18 , 2007 P-6 .. ' Addendum No . 3 ------------ Addendum No . 4 ------------ · Addendum No. 5 ------------ FTW_Front Ends Proposal.doc Addendum #2 January 18 , 2007 P-7 BUY AMERICAN CERTIFICATE (JAN 1991) By submitting a bid/proposal under this solicitation, except for those items listed by the Offer or below or on a separate and clearly identified attachment to this bid/proposal, the offer or certifies that steel and each manufactured product, is produced in the United States (as defined in the clause Buy American -Steel and Manufactured Products or Buy American -Steel and Manufactured products For Construction Contracts) and that components of unknown origin are considered to have been produced or manufactured outside the United States . Attached is a list of articles, materials, and supplies excepted from this provision . . PRODUCT COUNTRY OF ORIGIN BAC-1 List of Supplies/Materials that the U.S. Government Has Dete mined Are Not Produced In the United States In Sufficient and Reasonably Available Quantities And of Sufficient Quality (Jan 1991) Acetylene, black Agar, bulk Anise Antimony, as metal or oxide Asbestos, amosite, chrysolite and crodidolite Bananas Bauxite Beef, corned and canned Beef extract Bephenium Hydroxynapthoate Bismuth . Books, trade, text, technical, scientific; newspapers; pamphlets; magazines; periodicals; printed briefs and films; not printed in the United States and for which domestic editions are not available Brazil nuts, unroasted Cadmium, ores and flue dust Calcium cyanamide Capers Cashew nuts Castor beans and castor oil Chalk, English Chestnuts Chicle Chrome ore or chromite Cinchone bark Cobalt, in cathodes, rondelles,. or other primary ore and metal forms Cocoa beans Coconut and coconut meat, unsweetened, in shredded, desiccated or similarly prepared form Coffee, raw or green bean Colchicine alkaloid, raw · Copra Cork, wood or bark and waste Cover glass, microscope slide Cryolite, natural Dammargum · Diamonds, ind ustrral, stones and abrasives Emetine, bulk Ergot, crude Erthrityl tetranitirate Fair linen, altar · Fibers of the fo ll owing types: abaca, abace, agave, coir, flax, jute, jute burla ps, palmyra and sisal· Goat and kidski ns Graphite, natura l, crystalline crucible grade Handsewing needles Hemp yarn Hog bristles for brushes Hyoscine, bulk · Ipecac, root Iodine, crude Kaurigum Lac Leather, sheepskin, hair type Lavender oil Manganese Menthol, natura l bulk Mica Microprocessor chips (brought onto a con~truction sit e as separate units for incorporation into building systems during construction or repair and alteration ·of real property) Nickel, primary, in ingots, pigs, shots, cathodes or si milar forms; nickel oxide and nickel salts Nitroguanidine (a lso known as picrite) Nux vomica, crude Oiticica oil Olive oil Olives (green), pitted or unpitted, or stuffed, in bulk Opium, crude Oranges, mand arin, canned Petroleum, crud e oil, unfinished oils, and finished products (see definitions below) Pine needle oil Platinum and rel ated group metals, refined, as spo nge, powder, ingots, or cast bars BAC-2 List of Supplies/Materials that the U.S. Government Has Determined Are Not Produced In the United States In Sufficient and Reasonably Available Quantities And of Sufficient Quality (Jan 1991) CONTINUED Pyrethrum flowers Quartz crystals · Quebracho Quinidine Quinine Rabbit fur felt Radium salts, source and special nuclear materials Rosettes Rubber, crude and latex Rutile Santonin, crude Secretin Shellac Silk, raw and unmanufactured Spare and replacement parts for equipm,ent of foreign manufacture, and for which domestic parts are not available Spices and herbs, bulk Sugars, raw Petroleum terms are used as follows: Swords and scabbards Talc, block, steatite Tantalum Tapioca flour and cassava Tartar, crude; tartaric acid and cream of tartar in bulk Tea in .bulk Thread, metallic (gold) Thyme oil Tin in bars, blocks and pigs Triprolidine hydrochloride Tungsten Vanilla beans Venom, cobra Wax,canauba Woods; logs, veneer, and lumber of the following species: Alaskan yellow cedar, angelique, balsa, ekki, greenhart, lignum vitae, mahogany and teak Yarn, 50 Denier rayon "Crude Oil" means crude petroleum, as it is produced at the wellhead, and liquids (under atmospheric conditions) that have been recovered from mixtures of hydrocarbons that existed in a vaporous phase in a reservoir and that are not natural gas products. "Finished products" means any one or more of the following petroleum oils, or a mixture of combination of these oils, to be used without further processing except blending by mechanical means: (A) "Asphalt" -a solid or semi-solid cementitious material that (1) gradually liquefies when heated, (2) has bitumens as its predominating constituents, and (3) is obtained in refining crude oil. (B) "Fuel oil" -a liquid or liquefiable petroleum product burned or lighting or for the generation of heat or power and derived directly or indirectly from crude oils , such as kerosene, range oil, distillate fuel oils, gas oil, diesel fuel, topped crude oil or residues. (C) "Gasoline" -a refined petroleum distillate that, by its consumption, is suitable for use as a carburant in internal combustion engines . (D) "Jet fuel" -a refined petroleum distillate used to fuel jet propulsion engines. BAC-3 {E) "Liquified gases" -hydrocarbon gases recovered from natural gas or produced form petroleum refining and kept under press re to maintain a liquid state at ambient temperatures. (F) "Lubricating oil" -a refined petroleum distillate or specially treated petroleum residue used to lessen friction between surfaces. (G) "Naphtha" :-a refined petroleum distillate falling within a distillation range overlapping the higher gasoline and the lower ke rosenes. (H) "Natural gas products" -liquids (under atmos pheric conditions) including natural gasoline, that (1) are recovered by a process of absorption, absorption, compression, refrigeration, cycling, or a combi nation of these processes, form mixtures oh hydrocarbons that existed in a vaporous phase in a reservoir, and (2) when recovered and without processing in a refinery, definitions of products contained in subdivisions (B), (C), and (G) above . (I) "Residual fuel oil" -a topped crude oil or viscous residuum that, as obtained in refining or after blending with other fuel oil, meets or is the equivalent of MILSPEC Mil-F-859 for Navy Special Fuel Oil and any more viscous fuel oil, such as No. 5 or Bunker C. "Unfinished oils" means one or more of the petroleum oils listed under "Finished products" above, or a mixture or combination of these oils, that are to be further pro cessed other than by blending by mechanical means. BAC-4 TRADE RESTRICTION CLAUSE 49 CFR PART 30 The Contractor by submission of an offer and or execution of a contract, certifies that it: a. is not owned or controlled by one cir 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 or subcontracted for the supply of any product for use on the project that is produced in a foreign country on said list. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30 .17, no contact shall be awarded to a Contractor of Subcontractor who is unable to certify 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 Owner 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 o the certification of a prospective Subcontractor unless it has knowledge that the certification is erroneous. The Contractor shall provide immediate written notice to the Owner 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 has become erroneous by reason of changed circumstances. This certification is a material representation of fact upon which reliance as 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 Owner cancellation of the contract or subcontract for default at no cost to the Government. Nothing contained in the forgoing 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. TRC-1 This certification concerns a matter within the jurisdiction of a n agency of the United States of America and the making of a false, fictitious, or fraudulent ce ~ification may render the maker subject to prosecution under Title 18, United States Code, Section 1001. By:('fL_~ Title: It', e Puu,dett f Address: f o. /!J,,K ·13~1J-f be + tuor-U , t'i' TRC-2 - CERTIFICATION REGARDING DEBARMENT, SUSPENSION INELIGIBILITY AND VOLUNTARY EXCLUSION 49 CFR PART 29 The Bidder certifies, by submission of this proposal or acceptance of this contract, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. It · further agrees by submitting this proposal that it will include this clause without modification in all lower tier transactions, solicitations, proposals, contracts, and subcontracts. Where the Bidder or any lower tier participant is unable to certify to this statement, it shall attach an explanation to this solicitation/proposal. By:j2uc/4~ Title: Vie.€ -\>r-t s;,le a t Address: \).o . Go ¥ l~<.:>'ll. 't ~or.\. Wo,-.\-k :nc '1 lo l H, Date: _ ___._t\-,z._"""s:\-· '-'-1 ____ _ CERTIFICATION OF NONSEGREGATED FACILITIES . 41 CFR 60-1.8 The Federally Assisted construction Contractor certifies that he does not maintain or provide, for his employees, any segregated facilities· at any of his establishments and that he does not permit his employees to perform their services at any location, under hi~ control, where segregated facilities are maintained. The federally-assisted construction Contractor agrees that a breach of this certification is a violation of the Equal Opportunity Clause in this Contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms, and washrooms, restaurants and other eating areas, timeclocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated on the basis of race, color, religion, or national origin because of habit, local custom, or any other reason. The federally-assisted construction contractor agrees that (except where he has obtained identical· certifications from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to.the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause and that he will retain such certification in his files. By:tll~ Title: V:ce -()r~Jide.td- Address: £ 0 -eio)( ( ~4 '1 Z q {=ur4 Wor--\-l T)<. tt'4 ( 1 (,, Date: __ l ..... \ _z.r-_l,....t '1 _____ _ VENDOR 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 ah amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required too 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 Statute is attached. Nonresident vendors in---'--------(give State), our principal place of business, are not required to underbid resident bidders. , B. Our principal place of business or corporate offices are in the State of Texas. (g-' BIDDER: City State Zip By: Ao(\ t)c:,£--+~u loM.el-0 (Please print) Title: Vice ~ ~r.t.\ ide"-+ (Please print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to V.T.C.A. Labor Code §406.96 (2000), as amended, Contractor certifies that it provides workers' compensation insurance coverage for all of its employees employed on City of Fort Worth Department of Engineering No.5616 and City of Fort Worth Project No. GR14-030218034100. CONTRACTOR 1 � ' Title:.Vic-f - ke.f ',MM Date: STATE OF TEXAS § COUNTY OF TARRANT § Before me, the undersigned authority, on this day personally appeared , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged , to me that he executed the same as the act and deed of t`3- for the purposes and consideration therein express d and in the capacity therein stated. Given Under My Hand and Seal of Office this A0 day of r, , 206-7 p1N1/111 PY NANCY CAHN , Notary Public, State of Texas Ste. P MY Commission Expires June 12, 2010 0406�- NotarykQu lic in d far the State of Texas NUMBER AVAILABLE B-C COMPANY EQUIPMENT AND VEHICLE LIST EQUIPMENT DESCRIPTION 4 SUPERINTENDENT PICK-UP'S 3 TRUCKS ONE TON HAUL 1 24' GOOSE NECK HAUL TRAILER 1 33' GOOSE NECK HAUL TRAILER 1 VERMEER TRENCHER WI BACKHOE 1 SKID LOADER W136" AUGER, BUCKET, BROOM, CONCRETE BREAKER 1 8 x 28' SHOPITOOL TRAILER 1 8' x 24' SHOP TRAILER 1 6' x 16' SHOP TRAILER 5 WHACKER TAMPERS 3 6 KW GENERATORS 1 PVC HEATER 1 WIRE SPOOL TRAILER 2 REEL DUCT RODS 1 112" - 4" MOBILE THREADING STATION 1 LOT MISC HAND TOOLS 1 VERMEER WALK BEHIND TRENCHER 1 DITCHWITCH 3700 TRENCHER 1 20kw GENERATOR 1 PORTABLE LIGHT PLANT Portions of -work Bidder proposes to sublet in case of Award of Contracts including amount and_type: . to v — 0ixdkeroirvj 13-C Company Past Contracts In -formation Contract completed for the Federal Aviation Administration: (BOLD INDICATES WORK PERFORMED IN AIRFIELD OPERATION AREAS) Installation of Communication Link Antenna Tower Dallas Executive Airport, Texas Contact amount: $35,380.00 Airport Lighting Improvements Dallas Executive Airport Contract amount $1,297,232.91 Duct Bank Cable Addition & Shelter Modifications William Hobby Airport, Houston, TX Contract amount $90,437.00 Install Engine Generator at Visual Oral Range Harlingen International Airport, TX Contract amount $47,830.00 Construct Visual Oral Range Building with Distance Measuring Range Valley International Airport, Harlingen, TX Contract amount $477,635.00 Replace Instrument Landing System George Bush Airport, Houston, TX Contract amount$272,047.00 Modification of Airport Surveillance Radar-9 Tower Dallas/Fort Worth International Airport, DFW, Te Contract amount $22,262.00 Install Antenna Tower for Remote Communications Air To Ground Monroe, LA Contract amount $43,764.27 Modifications to Engine Generator Fuel Day Tanks Air Route Traffic Control Center, Fort Worth, TX Contract amount $61,371.00 PageI of 2 Roof Replacement Air Route Traffic Control Center, Houston, TX Contract amount $71,214.00 Fire/Life Safety Modifications, Air Traffic Control Tower, Dallas Love Field Airport, Dallas, TX Contract amount $200,260.00 Relocation of Precision Approach Path Indicator System Austin -Bergstrom International Airport, Austin, TX Contract amount $36,585.00 Engine Generator Replacement Lake Charles Airport, Lake Charles, LA Contract amount $281,475.00 Engine Generator and Power System Upgrade Will Rogers World Airport, Oklahoma City, OK Contract amount $456,850.00 Low Level Windshear Alert System Shreveport Regional Airport, LA Contract amount $144,867.00 Instrument Landing System, Localizer and Distance Measuring Equipment Cleburne Municipal Airport, Cleburne, TX Contract amount $63,740.00 Paget of 2 B -C Company Additional contracts completed Madden Contracting Runway Lights Marshall, TX Contract amount $271,955.00 City of Fort Worth Runway Guard Lights, Signs & Striping Alliance Airport, Ft. Worth, TX Contract amount $378,058.10 Kanza Construction for Texas Department of Transportation Taxiway Lighting, Lighting Vault and Rotating Beacon Lancaster Municipal Airport Contract amount $220,156.60 J. Schouten Construction for Federal Aviation Administration Instrument Landing System Searcy, AR Contract amount $163,293.04 J.M. Waller Associates for Federal Aviation Administration Fire Protection/Life Safety Upgrade Miller Airport, McAllen, TX Contract amount $172,788.00 Orval Nall Excavation for Texas Department of Transportation Installation of Precision Approach Path Indicator, Signage and Taxiway Lighting Arlington Municipal Airport, TX Contract amount $349,701.65 J. Schouten Construction for Federal Aviation Administration Instrument Landing System Addison Airport, i X Contract amount $93,142.99 Page I of 2 Orval Hall Excavation ,for Texas Department of Transportation Taxiway Lighting Grand Prairie Municipal Airport, TX Contract amount $60,296.00 Texas Department of Transportation Rotating Beacon, Airfield Vault Improvement, Precision Approach Path Indicator and Guidance Signage Burnet Municipal Airport, Burnet, TX Contract amount $198,475.00 Texas Department of Transportation Airfield Vault Improvement, Precision Approach Path Indicator and Guidance Signage Hemphill County Airport, Canadian, TX Contract amount $90,070.00 Orval Hall Excavating for Texas Department of Transportation Airfield Vault Improvement, Precision Approach Path Indicator and Guidance Signage Decatur Municipal Airport, Decatur, TX Contract amount $45,559.00 Texas Department of Transportation Airfield Vault Improvement, Precision Approach Path Indicator and Guidance Signage Spinks Airport, Fort Worth, TX Contract amount $139,326.00 Page 2 of 2 EXPERIENCE RECORD List of projects your organization nas successtuii com ietea: Amount Of Contract Type of Work Cate Accepted I name and Address of Owner Award List of projects your organization is now engaged in completing: Amount Of Contract Type of Anticipated Name and Address of Owner Award Work ®ate of Completion Q qP S 30 d� zoo �cvcTS;cSe ]C. Sots-, ZZZ Cu Ten. wrd `ems List Surety Bonds in force on above incomplete work: ©ate of Contract Award Type of Work Amount of Name and Address of Bond Bond Surety y �Iz3!c (000f0 c< I v Bond #2209634 : PERFORMANCE BOND THE STATE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § Independence Casualty and Surety Co. That we (1) B-C Company, Inc. as Principal herein, and (2) a corporation organized under the laws of the State of (3) Texas , and who is authorized to issue surety bonds in the State of Texas, Surety herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the sum of. One Hundred Seventy-five Thousand One Hundred Fifty-one and no/100............................................................ a ($175,151.00) Dollars for the payment of which sum we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has entered into a certain contract with the Obligee dated the of , 2007 a copy of which is attached hereto and made a part hereof, for the construction of MAY 0 8 2007 Guard Light Circuit Modifications and Runwav End Identification Lights (REIL) Replacement at Fort Worth Alliance Airport NOW THEREFORE, the condition of this obligation is such, if the said Principle shall faithfully perform the work in accordance with the plans, specifications, and contract documents and shall fully indemnify and hold harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal's default, and reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default, then _ this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of such statute, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duty authorized representatives of the Principal and the Surety have executed this instrument. a SIGNED and SEALED this of 2007. ATTEST - (Principal) Secretary (SEAL) PO Box 136729 Fort Worth, TX 76136 YAU (Address) Alt,independence Casualty and Surety Compay Witness as to P ' cipal `_� Sur `14l 3la C-7 7L A Tess Y � A ST: (Attorney -in -fact) (5) Patricia A. Smith ( urety) Secretary 2201 N. Collins #295 Arlington, TX 76011--2698 (Address) (SEAL) NOTE: Date of Bond must not be prior to date of Contract (1) Correct Name of Contractor (2) Correct name of Surety (3) State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by Attorney -in -Pact. The date of bond shall not be prior to date of ?1&kkA' '&�d Contract. Witness as to gVrety 2201 N. Collins #295, Arlington, TX 76011-2698 (Address) No. 0004782 ICW GROUP Power of Attorney Insurance Company of the West Explorer Insurance Company Independence Casualty and Surety Company KNOW ALL MEN BY THESE PRESENTS: That Insurance Company of the West, a Corporation duly organized under the laws of the State of California, Explorer Insurance Company, a Corporation duly organized under the laws of the State of California, and Independence Casualty and Surety Company, a Corporation duly organized under the laws of the State of Texas, (collectively referred to as the "Companies"), do hereby appoint JACK M. CROWLEY, PATRICIA A. SMITH, JOBETH WELLS their true and lawful Attomey(s)-in-Fact with authority to date, execute, sign, seal, and deliver on behalf of the Companies, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. In witness whereof, the Companies have caused these presents to be executed by its duly authorized officers this lst day of November, 2005. �E�OlrPANYpA, fJSUKAN'\'\ �}!'1'TY -p r (;qj(�,,S 9BA.O4' -11 INSURANCE COMPANY OF THE WEST AL '� > EXPLORER INSURANCE COMPANY INDEPENDENCE CASUALTY AND SURETY COMPANY N'A f� Jeffrey D. Sweeney, Assistant Secretary John L. Hannum, Executive Vice President State of California ss. County of San Diego On June 5, 2006 before me, Mary Cobb, Notary Public, personally appeared John L. Hannum and Jeffrey D. Sweeney, personally known to me to be the persons whose names are subscribed to the within instrument and acknowledged to me that they executed the same in their authorized capacities, and that by their signatures on the instrument, the entity upon behatf of which the persons acted, executed the instrument, Witness my hand and official seal. Mary Cobb, Notary Public RESOLUTIONS This Power of Attorney is granted and is signed, sealed and notarized with facsimile signatures and seals under authority of the following resolutions adopted by the. respective Boards of Directors of each of the Companies: "RESOLVED: That the President, an Executive or Senior Vice President of the Company, together with the Secretary or any Assistant Secretary, are hereby authorized to execute Powers of Attorney appointing the person(s) named as Attomey(s)-in-Fact to date, execute, sign, seal, and deliver on behalf of the Company, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. RESOLVED FURTHER: That the signatures of the officers making the appointment, and the signature of any officer certifying the validity and current status of the appointment, may be facsimile representations of those signatures; and the signature and seal of any notary, and the seal of the Company, may be facsimile representations of those signatures and seals, and such facsimile representations shall have the same force and effect as if manually affixed. The facsimile representations referred to herein may be affixed by stamping, printing, typing, or photocopying." CERTIFICATE I, the undersigned, Assistant Secretary of Insurance Company of the West Explorer insurance Company, and Independence Casualty and Surety Company, do hereby certify that the foregoing Power of Attorney is in full force and effect, and has not been revoked, and that the above resolutions were duly adopted by the respective Boards of Directors of the Companies, and are now in full force. IN WITNESS WHEREOF, I have set my hand this day of _ 2007 Jeffrey D. Sweeney; Assistant Secretary To verify the authenticity of this Power of Attorney you may call 1-800-877-1111 and ask for the Surety Division. Please refer to the Power of Attorney Number, the above named individual(s) and details of the bond to which the power is attached. For information or filing claims, please contact Surety Claims, ICW Group, 11455 El Camino Real, San Diego, CA 92130-2045 or call (858) 350-2400. I f PAYMENT BOND THE STATE OF TEXAS § COUNTY OF TARRANT § Bond #2209634 KNOW ALL BY THESE PRESENTS: That we, (1) B-C_Company, Inc., as Principal herein, and (2) Independence Casualty and Suety Co. corporation organized and existing under the laws of the State of (3) Texas , as surety, are held and firmly bound unto the City of Dort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the amount of One Hundred Seventy-five Thousand One Hundred Fifty-one_ and no/100................................... Dollars ($I75,151.Q0) for the payment whereof, the said Principal and Surety bind themselves and their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: WHEREAS, the Principal has entered into a certain written contract with the Obligee datea tfit najw , 2007, which contract is hereby referred to and made a part hereof as if fully and to the same extent as if copied at length, for the following project: Guard Light Circuit Modifications and Runwav End Identification Lights (REIL) Reolacement at Fort Worth Alliance Airport NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully make payment to each and every claimant (as defined in Chapter 2253, Texas Government Code, as amended) supplying labor or materials in the prosecution of the work under the contract, then this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED this day of 2007. P Brincipal) Secretary (SEAL) a (� "—k , Witness as to Principal k%.j - r -) �716W4_aw Witness as to arety B-C Comnbny, Inc. PRINCIPAL By: Name: &'CA -'A Title: �Ce_S 8erkf Address: PO Box 136729 Fort Worth, TX 76136 Independence Casualty and. Surety Company Name: Patricia A. Smith Attorney in Fact Address: 2201 N. Collins #295 Arlington, TX 76011-2698 Telephone Number:817-794-1600 NOTE: (1) Correct name of Principal (Contractor). (2) Correct name of Surety. (3) State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney -in -Fact. The date of bond shall not be prior to date of Contract. No. 0004782 ICW GROUP Power of Attorney Insurance Company of the West Explorer Insurance Company Independence Casualty and Surety Company KNOW ALL MEN BY THESE PRESENTS: That Insurance Company of the West, a Corporation duly organized under the laws of the State of California, Explorer Insurance Company, a Corporation duly organized under the laws of the State of California, and Independence Casualty and Surety Company, a Corporation duly organized under the laws of the State of Texas, (collectively referred to as the "Companies'), do hereby appoint JACK M. CROWLEY, PATRICIA A. SMITH, JOBETH WELLS their true and lawful Attomey(s)-in-Fact with authority to date, execute, sign, seal, and deliver on behalf of the Companies, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. in witness whereof, the Companies have caused these presents to be executed by its duly authorized officers this 1st day of November, 2005. a4��OMPAMYQA,� �$ roA �Oo s�G �QaePoalrEo a¢ upa �r� O < b X INSURANCE COMPANY OF THE WEST O n SEAL e ie EXPLORER INSURANCE COMPANY txi, saM1 y �tioRu„ �qT2 a p" INDEPENDENCE CASUALTY AND SURETY COMPANY Jeffrey D. Sweeney, Assistant Secretary State of California } ss. County of San Diego John L. Hannum, Executive Vice President On June 5, 2006 before me, Mary Cobb, Notary Public, personally appeared John L. Hannum and Jeffrey D. Sweeney, personally known to me to be the persons whose names are subscribed to the within instrument, and acknowledged to me that they executed the same in their authorized capacities, and that by their signatures on the instrument, the entity upon behalf of which the persons acted, executed the instrument. Witness my hand and official seat. Mary Cobb, Notary Public RESOLUTIONS This Power of Attorney is granted and is signed, sealed and notarized with facsimile signatures and seals under authority of the following resolutions adopted by the respective Boards of Directors of each of the Companies: "RESOLVED: That the President, an Executive or Senior Vice President of the Company, together with the Secretary or any Assistant Secretary, are hereby authorized to execute Powers of Attorney appointing the person(s) named as Attomey(s)-in-Fact to date, execute, sign, seal, and deliver on behalf of the Company, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. RESOLVED FURTHER: That the signatures of the officers making the appointment, and the signature of any officer certifying the validity and current status of the appointment, may be facsimile representations of those signatures; and the signature and seal of any notary, and the seal of the Company, may be facsimile representations of those signatures and seals, and such facsimile representations shall have the same force and effect as if manually affixed. The facsimile representations referred to herein may be affixed by stamping, printing, typing, or photocopying." CERTIFICATE I, the undersigned, Assistant Secretary of Insurance Company of the West, Explorer Insurance Company, and Independence Casualty and Surety Company, do hereby certify that the foregoing Power of Attorney is in full force and effect, and has not been revoked, and that the above resolutions were duly adopted by the respective Boards of Directors of tine Companies, and are now in full force. IN WITNESS WHEREOF, I have set my hand this day of r��•rt� Jeffrey D. Sweeney, Assistant Secretary To verify the authenticity of this Power of Attorney you may call 1-800-877-11 It and ask for the Surety Division. Please refer to the Power of Attorney Number, the above named individual(s) and details of the bond to which the power is attached- For information or Fling claims, please contact Surety Claims, ICW Group, 11455 El Camino Real, San Diego, CA 92130-2045 or call (858) 350-2400. Bond #2209634 r MAINTENANCE BOND THE STATE OF TEXAS COUNTY OF TARRANT That B-C Company, Inc. ("Contractor '), as principal, and Independence Casualty and Sur a yCo. corporation organized under the laws of the State of Texas ("Surety"), do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth, a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas, ("City") in Tarrant County, Texas, the sum of One Hundred Seventy-five Thousand One Hundred Fifty-one and no/100........................................................................................................................................... Dollars i = ($176.151.00), lawful money of the United States, for payment of which sum well and truly be made unto said City and its successors, said Contractor and Surety do hereby bind themselves, their heirs, s executors, administrators, assigns and successors, jointly and severally. This obligation is conditioned, however, that_ WHEREAS, said Contractor has this day entered into a written Contract with the City of Fort Worth, dated the of 2007, a copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements: Guard Light _Circuit _Modifications and Runway End Identification Eights (REIL) Replacement at Fort Worth Alliance Airport the same being referred to herein and in said contract as the Work and being designated as project number(s) GR14-030218034100 and said contract, including all of the specifications, conditions, addenda, change orders and written instruments referred to therein as Contract Documents being incorporated herein and being made a part hereof; and, I.` WHEREAS, in said Contract, Contractor binds itself to use such materials and to so construct the work that it will remain in good repair and condition for and during a period of after the date of the f ' final acceptance of the work by the City; and WHEREAS, said Contractor binds itself to maintain said work in good repair and condition for said term of Two (2) years; and WHEREAS, said Contractor binds itself to repair or reconstruct the Work in whole or in part at any time within said period, if in the opinion of the Director of the City of Fort Worth Department of Engineering, it be necessary; and, WHEREAS, said Contractor binds itself, upon receiving notice of the need therefore to repair or reconstruct said Work as herein provided. NOW THEREFORE, if said Contractor shall keep and perform its said agreement to maintain, repair or reconstruct said Work in accordance with all the terms and conditions of said Contract, these presents shall be null and void, and have no force or effect. Otherwise, this Bond shall be and. remain in full force and effect, and the City shall have and recover from Contractor and Surety damages in the premises as prescribed by said Contract. This obligation shall be a continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted. IN WITNESS WHEREOF, this instrument is executed in 8 counterparts, each of which shall be deemed an original, this day of , A.D. 2007. ATTEST: (S E/A, L) i U, !I( kfl-I& X ecretary ATTEST: (S E A L) Se a ry IB-C Comany, Inc. Contrac r By: Name: - �<2; _ x 9U_AAo%te,rV Title: 'Ore s , a e ni Independence Casualty and Surety Company Surety Name: Patricia A. Smith Title: Attorney -in -fact 2201 N. Collins #295 Arlington, TX 76011-2698 817-794-1600 Address No. 0004782 f�E ICW GROUP Power of Attorney Insurance Company of the West Explorer Insurance Company Independence Casualty and Surety Company KNOW ALL MEN BY THESE PRESENTS: That Insurance Company of the West, a Corporation duly organized under the laws of the State of California, Explorer Insurance Company, a Corporation duly organized under the laws of the State of California, and Independence Casualty and Surety Company, a Corporation duly organized under the laws of the State of Texas, (collectively referred to as the "Companies'), do hereby appoint JACK M. CROWLEY, PATRICIA A. SMITH, JOBETH WELLS their true and lawful Attomey(s)-tn-Fact with authority to date, execute, sign, seal, and deliver on behalf of the Companies, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. In witness whereof, the Companies have caused these presents to be executed by its duly authorized officers this 1st day of November, 2005. aG�aonresYo� fS P �gUP'cxv 45o v G ?¢� �rpevo,uTao 'A c,° �fiti O� lbINSURANCE COMPANY OF THE WEST ir ��� O° SEAL S a N y EXPLORER INSURANCE COMPANY 'etxca1.+tt` oy'4: T a INDEPENDENCE CASUALTY AND SURETY COMPANY Jeffrey D. Sweeney, Assistant Secretary State of California } County of San Diego ss. John L. Hannum, Executive Vice President On June 5, 2006 before me, May Cobb, Notary Public, personally appeared John L. Hannurn and Jeffrey D. Sweeney, personally known to me to be the persons whose names are subscribed to the within instrument, and acknowledged to me that they executed the same in their authorized capacities, and that by their signatures on the instrument, the entity upon behalf of which the persons acted, executed the instrument. r RESOLUTIONS Witness my hand and official seal. Mary Cobb, Notary Public This Power of Attorney is granted and is signed, sealed and notarized with facsimile signatures and seals under authority of the following resolutions adopted by the respective Hoards of Directors of each of the Companies: "RESOLVED: That the President, an Executive or Senior Vice President of the Company, together with the Secretary or any Assistant Secretary, are hereby authorized to execute Powers of Attorney appointing the person(s) named as Attomey(s)-in--Fact to date, execute, sign, seal, and deliver on behalf of the Company, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. RESOLVED FURTHER: That the signatures of the officers making the appointment, and the signature of any officer certifying the validity and current status of the appointment, may be facsimile representations of those signatures; and the signature and seal of any notary, and the seal of the Company, may be facsimile representations of those signatures and seals, and such facsimile representations shall have the same force and effect as if manually affixed. The facsimile representations referred to herein may be affixed by stamping, printing, typing, or photocopying." CERTIFICATE I, the undersigned, Assistant Secretary of Insurance Company of the West, Explorer Insurance Company, and Independence Casualty and Surety Company, do hereby certify that the foregoing Power of Attorney is in full force and effect, and has not been revoked, and that the above resolutions were duly adopted by the respective Boards of Directors of the Companies, and are now in fiat force. IN WITNESS WHEREOF, I have set my hand this day of `� " 2007 l� �z-� Jeffrey D. Sweeney, Assistant Secretary To verify the authenticity of this Power of Attorney you may call 1-800-877-1111 and ask for the Surety Division. Please refer to the Power of Attorney Number, the above named individual(s) and details of the bond to which the power is attached. For information or filing claims, please contact Surety Claims, iCW Group, 11455 EI Camino Real, San Diego, CA 42130-2045 or call (858) 350-2400. CITY OF FORT WORTH, TEXAS CONTRACT THE STATE OF TEXAS KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT This agreement made and entered into this the day of , - - 0 8 A.D., 2007, by and between the CITY OF FORT WORTH, a municipal corporation of Tarrant County, Texas, organized and existing under and by virtue of a special charter adopted by the qualified voters within said City on the I1'h day of December, A.D. 1924, under the authority (vested in said voters by the "Home Rule" provision) of the Constitution of Texas, and in accordance with a resolution duly passed at a regular meeting of the City Council of said city, and the City of Fort Worth being hereinafter termed Owner, B- C Company, Inc., HEREINAFTER CALLED Contractor. WITNESSETH: That said parties have agreed as follows: I. That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith, the said Contractor hereby agrees with the said Owner to commence and complete the construction of certain improvements described as follows: Guard Light Circuit Modifications and Runway End Identification Lights (REIL) Replacement at Fort Worth Alliance Airport 2. That the work herein contemplated shall consist of furnishing as an independent contractor all labor, tools, appliances and materials necessary for the construction and completion of said project in accordance with the Plans and Specifications and Contract Documents prepared by the Department of Engineering for the Transportation and Public Works Department of the City of Fort Worth adopted by the City Council of the City of Fort Worth, which Plans and Specifications and Contract Documents are hereto attached and made a part of this contract the same as if written herein. The Contractor hereby agrees and binds himself to commence the construction of said work within ten (10) days after being notified in writing to do so by the Department of Engineering of the City of Fort Worth. The Contractor hereby agrees to prosecute said work with reasonable diligence after the commencement thereof and to fully complete and finish the same ready for the inspection and approval of the Department of Engineering of the City of Fort Worth and the City Council of the City of Fort Worth within a period of 90 calendar days. If the Contractor should fail to complete the work as set forth in the Plans and Specifications and Contract Documents within the time so stipulated, plus any additional time allowed as provided in the General Conditions, there shall be deducted from any monies due or which may thereafter become due him, the sum of $210 Per working day, not as a penalty but as liquidated damages, the Contractor and his Surety shall be liable to the Owner for such deficiency. 61 Should the Contractor fail to begin the work herein provided for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans, Specifications and Contract Documents, then the Owner shall have the right to either demand the surety to take over the work and complete same in accordance with the Contract Documents or to take charge of and complete the work in such a manner as it may deem proper, and if in the completion thereof, the cost to the said City shall exceed the contract price or prices set forth in the said plans and specifications made a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing, setting forth and specifying an itemized statement of the total cost thereof, said excess cost. 6 Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such i_nLur , damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused in whole or in part by the negligence or alleged negligence_ of Owner, its officers, servants or employees.. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. 7. The Contractor agrees, on the execution of this Contract, and before beginning work, to make, execute and deliver to said City of Fort Worth good and sufficient surety bonds for the faithful performance of the terms and stipulations of the Contract and for the payment to all claimants for labor and/or materials furnished in the prosecution of the work, such bonds being as provided and required in Article 5160 of the Revised Civil Statutes of Texas, as amended, in the form included in the Contract Documents, and such bonds shall be for 100 percent of the total contract price, and said surety shall be a surety company duly and legally authorized to do business in the State of Texas, and acceptable to the City Council of the City of Fort Worth. 8. Said City agrees and binds itself to pay, and the said Contractor agrees to receive, for all of the aforesaid work, and for all additions thereto or deductions therefrom, the price shown on the Proposal submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of invoice from the Contractor. The agreed upon total contract amount (including/excluding) alternates n/a, shall be One Hundred Seventy-five Thousand One Hundred Fifty-one and no/100.........................................................................................................................Dollars, ($175,151.00). 9. It is further agreed that the performance of this Contract, either in whole or in part, shall not be sublet or assigned to anyone else by said Contractor without the written consent of the Director of the Department of Engineering. 10. The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is classified, promulgated and set out by the City of Fort Worth, Texas, a copy of which is attached hereto and made a part hereof the same as if it were copied verbatim herein. it. It is mutually agreed and understood that this agreement is made and entered into by the parties hereto with references to the existing Charter and Ordinances of the City of Fort Worth and the laws of the State of Texas with references to and governing all matters affecting this Contract, and the Contractor agrees to fully comply with all the provisions of the same. IN WITNESS THEREOF, the City of Fort Worth has caused this instrument to be signed in 8 counterparts in its name and on its behalf by the City Manager and attested by its Secretary, with the corporate seal of the City of Fort Worth attached. The Contractor has executed this instrument through its duly authorized officers in 8 counterparts with its corporate seal attached. ( Done in Fort Worth, Texas, this the day of '- . ' ­ � , A.D., 2007. I RECOMMENDED: BY:f�l f JA �e DIRECTOR, DEPARTMENT OF ENGINEERING APPROVED: TRANSPORTATION/PUBLIC WORKS DIRECTOR i V a B-C Company, Inc. PO Box 136729 Fort Worth, TX 76136 CONTRACTOR BY: V; ce - Prt s +den` TITLE ADDRESS November 1960 Revised May 1986 Revised September 1992 CITY OF FORT WORTH CITY MANAGER rrwma�0 CITY SECRETARY (SEAL) Contract utho zat:ion Date - ASST. CITY ATTORNEY n j5�,f-'s� �Llj PART I m SPECIAL, PROVISIONS FART I SPECIAL PROVISIONS General Scone. It is the intent that the work included in the contract shall include modifications to Runway guard Light circuits and Removal and Replacement of REIL, and related work, at the Airport. 2. Amount of Liquidated Dama-ges. The amount of liquidated- damages determined in accordance with Section 80-03 "Failure to Complete On Time" shall be per calendar day. 3. Warranty of Construction. In addition to any other warranties set out elsewhere in this contract, the Contractor warrants that work performed under this contract conforms to the contract requirements and is free of any defect of equipment, material or design furnished, or workmanship performed by the Contractor or any of his Subcontractors or Suppliers at any tier. Such warranty shall continue for a period of two years from the date of final acceptance of the work, but with respect to any part of the work which warranty shall continue for a period of one year from the date City of Fort Worth takes possession. Under this warranty, the Contractor shall remedy at own expense any such failure to conform or any such defect. In addition, the Contractor shall remedy at his own expense any damage to City of Fort Worth owned or controlled real or personal property, when that damage is the result of the Contractor's failure to conform to contract requirements or any such defect of equipment, material, workmanship or design. The Contractor shall also restore any work damaged in fulfilling the terms of this clause.' The Contractor's warranty with respect to work repaired or replaced hereunder will run for one year from the date of such repair or replacement. The City of Fort Worth shall notify the Contractor in writing within a reasonable time afterthe discovery of any failure, defect or damage.. Should the Contractor fail to remedy any failure, defect or damage described in (a) above within reasonable time after receipt of notice thereof, the City of Fort Worth shall have the right to replace, repair or otherwise remedy such failure, defect, or damage -at the Contractor's expense. In addition to the other rights and remedies provided by this clause, all subcontractors', manufacturers' and suppliers' warranties expressed or implied, respecting any work and materials shall, at the direction of the City of Fort Worth, be enforced by the Contractor for the benefit of the City of Fort Worth. In such case, if the Contractor's warranty under (a) above has expired, any suit directed by the City of Fort Worth to subcontractor's, manufacturer's or supplier's warranty snail be at the expense of the City of Fort Worth. The Contractor shall obtain any warranties which the subcontractors, manufacturers, or suppliers would give in normal commercial practice. If directed by the Engineer, the Contractor shall require any such warranties to be executed in writing to the City of Fort Worth. Notwithstanding any other provision of this clause, unless such a defect is caused by the negligence of the Contractor or his subcontractors or suppliers at any tier, the Contractor shall not be liable for the repair of any defects of FTW Front Ends.doc 1-9 material or design furnished by the City of Fort Worth for the repair of any damage which results from any such defect in the City of Fart Worth furnished material or design. Neither the final certificate of payment nor any provision in the Contract Documents, nor partial or entire occupancy of the premises by the City of Fort Worth, shall constitute an acceptance of work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects in the work and pay for any damage to other work resulting therefrom, which shall appear within a period of one year from the date of final acceptance of the work. The City of Fort Worth will give notice of observed defects with reasonable promptness. 4. Parking of Construction Equipment. At night and during all other periods of time when equipment is not being actively used on the construction work, the Contractor shall park the equipment at locations which are approved by the Engineer and/or as directed by the Airport Manager. The Contractor shall provide adequate barricades, markers and lights to protect the City of Fort Worth, Texas, Alliance Airport, the public and the otherwork. All barricades, lights and markers must meet the requirements of these specifications and must be approved by the Engineer. 5. Access Routes Staging Areas and Storage Areas. The staging area will be as shown on the construction plans. All haul roads and access routes and the location of any additional staging areas and storage. areas will be subject to the approval of the Engineer. The Contractor shalt be responsible for maintaining and repairing all roads and other facilities used during construction_ upon completion of the project, all existing roads shall be left in a condition equal to that at the time the Contractor commences work on this project. 6, Waterfor Construction. Water for construction will be obtained from the City of Fort Worth. The Contractor shall provide a meter to measure water consumption and shall pay the City of Fort Worth for water consumed. 7. Coordination of Work. it shall be the responsibility of the Contractor to coordinate his work with any public or private utility engaged in the installation of new or adjustment of existing facilities on or adjacent to the project site. 8. Work Hours and Closure. Work hours will be as follows: a. All work shall be performed during daylight hours. b. Work wili be suspended between April 9.2007 and April 18, 2007 due to the Nascar Race at Texas Motor Speedway. Contractor to clean and secure site, fill all ruts, grade site smooth and clean up debris prior to leaving construction site to the satisfaction of the owner and owner's authorized representative. 9. Airfield Operations. This Project is located within the active air operations area (AOA) of the Airport. 10. Protection of Existing Utilities and Improvements. The Contractor shall take adequate measures to protect all existing structures, improvements and utilities which may be encountered. FTW Front Ends.doc 1-2 The utility lines and conduits shown on the plans are for information only and are not guaranteed by the Owner to be accurate as to location and depth; they are shown on the plans as the best information available from the owners of the utilities involved and from evidences found on the ground. The Contractor shall determine the exact location of all existing utilities and conduct his work so as to prevent interruption of service or damage to them. The Contractor shall be responsible for the replacement of any utility damaged by him and shall likewise be responsible for losses to the utility owner due to any disruption to the service of the utility caused by the Contractor. 11. Sanitary Facilities. The Contractor shall provide suitable sanitary facilities for use of his employees and inspection personnel. Such facilities; temporary or permanent, shall meet local sanitary codes, and may not contribute untreated sewage to any dry or flowing watercourse. There will be no separate payment for this item: 12. Insurance Reguired. The Contractor shall not commence work under this contract until he has obtained all insurance required under this paragraph and such -insurance has been approved by the Owner, norshall the Contractorallow any subcontractorto commence work on his subcontract until all similar insurance of the subcontractor has been so obtained and approved. All insurance policies must show the Owner as additional insured (General Liability, auto, etc.). a. Worker's Compensation Insurance. The Contractor shall take out and maintain during the life of this contract Workmen's Compensation Insurance for all of his employees at the site of the project; and in case any work is sublet, the Contractor shall require the subcontractor similarly to provide Workmen's Compensation Insurance for all the latter's employees unless such employees are covered by the protection afforded by the Contractor. In case any class of employee engaged in hazardous work under this contract at the site of the project is not protected under Workmen's Compensation Statute, the Contractor shall provide and shall cause each subcontractor to provide adequate and suitable insurance for the protection of his employees not otherwise protected. The.minimum amounts of such insurance shall be as follows: (1) State e Statutory (2) Applicable Federal - Statutory (3) Employer's Liability - $500,000 b. Comprehensive General Liability and Property Damage Insurance. The Contractor shall take out and maintain during the life of this contract such Comprehensive General Liability and Property Damage Insurance as shall protect him and any subcontractor performing work covered by this contract from claims for damages or personal injury, including accidental death, as well. as from claims. for property damages which may arise from operations under this contract, and including explosion, collapse and underground coverage, whether such operations be by himself or by any subcontractor or by anyone directly or indirectly employed by either of them, and the amounts of such insurance shall be as follows: FTW Front Ends.doc 1-3 Bodily Injury. (1) Each Occurrence - $1,000,000 (2) Annual Aggregate - $1,000,000 Property Damage Insurance. (1) Each Occurrence - $1,000,000 (2) Annual Aggregate - $1,006,000 Property damage liability insurance providing Explosion, Collapse and Underground coverages. C. Comprehensive Automobile Liability. Bodily Injury (1) Each Person - $500,000 (2) Each Accident - $1,000,000 Property Damage (1) Each Occurrence - $1,000,000 d. Contractual Liability, Bodily Injury (1) Each Occurrence - $1,000,000 Propei%y Damage (1) Annual Aggregate a $1,000,000 e. Such insurance will be subject to the following deductible amount: $250.00. The City of Fort Worth, Texas and Alliance Airport shall be named as additional insured parties for the project. The Contractor's general liability carrier shall issue a separate Protective Liability Policy covering Owner and Engineer providing coverage for not less than the amounts listed above. f. Proof of Carriage of Insurance. The Contractor shall furnish the- Owner with satisfactory proof of carriage of the insurance required. All the certificates of insurance required to be purchased and maintained by the contractor will contain a provision or endorsement that the coverage will not be cancelled or materially changed or renewal refused until at least 30 days prior written notice has been given to the Owner by certified mail. FTW Front Ends.doc 1-4 13. . Award of Bids. The Owner may reject any or all bids. The Project will be awarded solely at the Owner's discretion to the Lowest Qualified Bidder. 14. Construction Time. The Owner 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 Owner. 15. Retainage on Partial Payments. For this contract, the Owner will deduct and retain Five (6) percent of the total amount of the partial payment until the final payment is made. 16. Final Acceptance and Payment. Final payment, including retainage, will be made upon acceptance of the completed project by the Owner. 17. Construction Record Drawings. A. The contractor shall keep a complete and accurate record of all changes or deviations from the Contract Documents. This record set of prints of the Contract Drawings and Specifications shall be kept on site. The Owner or Owners Authorized representative (OAR) shall at all times have access to review record drawings for completeness and accuracy. B. The Owner may withhold the 5% retainage if the contractor fails to comply with the requirements of this Article. C. The Contractor shall provide to the Owner or Owners Authorized Representative one (1) complete record set of Red Line record documents of Contract Drawings and Specifications modified to reflect all changes made by Addenda, Contract Change Order and -field Modifications, on the date of Substantial completion of the entire work. The Engineer shall incorporate changes noted and produce a set of mylars to be delivered to the Owner. The mylars of the Contract documents and the cover sheet of the Contract specifications to be stamped with an "AS -BUILT" stamp and dated. 18. The General Provisions are hereby replaced or amended as follows by General Provision paragraph designated: 10-2-7 Shall be modified as follows: MAJOR AND MINOR CONTRACT ITEMS. A major contract item shall be any item that is listed in the proposal, the total cost of which is equal to or greater than 5 percent of the total amount of the award contract. All other items shall be considered minor contract items. 20-03 Contents of Proposal Forms. The following paragraph shall be added to this section: 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 on the proposal form. Information regarding the status of addenda may be obtained by contacting the Department of Engineering at (817) 392-7910. Bids that do not acknowledge all applicable addenda may be rejected as non -responsive. FTW Front Ends.doc 1-5 20-07 Preparation of Proposal. The following paragraph shall be added to this section: Bidders shall not separate, detach, or remove any portion, segment or sheets from the contract documents at any time. Failure to bid fully execute contract without retaining contract documents intact may be grounds for designating bids as ❑non- responsive[] and rejecting bids or voiding contract as appropriate and as determined by City Engineer. 20-08 Irregular Proposals. The following paragraph shall be added to this section: 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 20-09 Bid Guarantee. The following paragraphs shall be added to this section: 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) percent of the Total Base 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, the name of the surety shall be included on the current U.S. Treasury list and the amount of the bond shall not exceed the amount shown on the U.S. Treasury list for that company. 30-02 Award of Contact. The following paragraphs shall be added to this section: The award of a contract, if it is to be awarded, shall be made within 49 calendar days of the date specified for publicly opened proposals, unless otherwise specified herein. The contract will be awarded to the Lowest Qualified Bidder. The City reserves the right to reject any or all bids. FINANCIAL STATEMENT: A current certified financial statement may be required by Director of the Department of Engineering if required for use by the CITY OF FORT !NORTH 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. 30-05 Requirements of Contract Bonds. The following paragraphs shall be added to this section: 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 a 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 FTW Front Ends.doc 1-6 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, the name of the surety shall be included on the current U.S. Treasury list (Circular 570) of acceptable sureties, and the amount of bond written by any one acceptable company shall not exceed the amount shown on the Treasury list for that company. Each bond shall be properly executed by both the contractor and the surety company. 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 to be awarded is less than $100,000, the performance and payment bonds are not required if the successful bidder states in its bid that payment is not due until the work is completed and is accepted by the City. Provided, however, that this paragraph does not affect the furnishing of a maintenance bond, if same is required by the specifications. It is presumed that the successful bidder agrees to provide performance and payment bonds_ unless the bidder, on the bid proposal, states otherwise. 40-01 Intent of Contract. The following paragraphs shall be added to this section; The contractor shall provide all utility services required to construct the project, including, but not limited to, electrical service, water service and telephone service. The contractor shall be responsible for defects in this project due to faulty materials and workmanship, or both, for a period of two (2) years from .the date of final acceptance of this project by the City Council of the City of Port Worth and will be required to replace at his expense any part or all of the project which becomes defective due to these causes. 40-02 Alteration of Work and Quantities. The following paragraphs shall be added to this section: All Supplemental Agreement shall require consent of the Contractor's Surety and Separate Performance and Payment Bonds. The City reserves the right to abandon, without obligation to the Contractor, an part of the project, or the entire project, at any time before the Contractor begins any construction work authorized by the City. 40-04 Extra Work. The following paragraphs shall be added to this section: The quantities shown in the proposal are approximate. It is the Contractor's sole responsibility to verify all the pay item quantities prior to submitting a bid. F W Front Ends.doc 1-7 When the quantity of the work to be done or materials to be furnished under any major pay item. of the contract is more that 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 the work above 125% of the quantity stated in the contract. When the quantity of the work to be done or materials to be furnished under any major pay item of the contract is less than 75%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 below 75% of the quantity stated in this contract. This paragraph shall not apply in the event Owner deletes a pay item in its entirety from this contract. A major pay item is defined as any individual bid item included in the proposal that has a total cost equal to 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 percent as described herein below, agreed upon in writing by the Contractor and Director of the 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; aid materials, supplies, trucks, equipment rentai for such time as actually used on such worm 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 percent 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 within the actual field cost as herein specified. Upon request, the Contractor shall provide the Director of the Department of Engineering access to all accounts, bills and vouchers relating thereto. 40-05 Add: The cost of maintaining vehicular traffic shall not be measured directly, but shall be considered subsidiary to the project. 50-16 Claims for Adjustment and Disputes. The following paragraphs shall be added to this section: (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 any directly pertinent books, documents, papers, and records of the Contractor involving FW/ Front Fnds.doc 1-8 transactions relating to this contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and conduct audits in compliance with the provisions of this section. The City shall give contractor responsible 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, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine any directly pertinent books, documents, papers, and records of such subcontractor involving transactions to this 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 responsible advance notice of intended audits. 60-09 SUBSTITUTIONS: The specifications for materials set out the minimum standard of quality which the City believes necessary to -procure a satisfactory project. No substitutions will be permitted until the Contractor has received written permission of the Engineer to make a substitution for the material which has been specified. Where the term ❑or equal❑ or []or approved equal[] is used, it is understood that if a material, product, or piece of equipment bearing the name so used is furnished it will be approvable, as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City. If a product of any other name is proposed for use, the Engineer's approval thereof must be obtained before the proposed substitute is procured by the Contractor. Where the term "or equal' or "or approved equal" is not used in specifications, this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose. However, the Contractor shall have the full responsibility of proving that the prnpngr,+ri substitution is, in fact, equal, and the Engineer, as representative of the City, shall be the sole judge of the acceptability of substitutions. The provisions of this sub -section as related to oSubstitutions❑ shall be applicable to all sections of these specifications. 70-01 Laws to be Observed: The following paragraphs shall be added to this section: During the construction of this project, the Contractor shall comply with present zoning requirements of the City of Fork Worth in the use of vacant property for storage purposes. EMPLOYMENT: All bidders will be required to comply with City Ordinance No. 7273 as amended by City Ordinance No. 7400 (Fort Worth City Code Section 13-A-21 through 13-A-29) prohibiting discrimination in employment practices. WAGE RATES: 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 FTW Front Ends.doc 1-9 of prevailing wage rates as established by the City of Fort Worth, Texas and set forth in Contract Documents for this project. DISADVANTAGED BUSINESS ENTERPRISES: The City of Fort Worth has goals for the participation of Disadvantaged Business Enterprises (DBE) in City contracts. In order for a bid to be considered responsive, the compliance statement, Attachments "IA", "113", and/or "IC", contained in the proposal must be completed and submitted to the bid contracting officer no later than 5:00 p.m., three (3) business days after the bid opening date. FAILURE TO DO SO SHALL. RESULT IN THE PROPOSAL BEING NON -RESPONSIVE. 70-19 Environmental Protection. The following paragraph shall be added to this section: Prior to the disposing of any spoil/fill materials, the contractor shall advise the Director of Transportation and Public Works, 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 materials 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. 10066). All disposal sites must be approved by the Administrator to ensure that 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 plaint. Approval of the contractor's 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 contractor's expense. In the event that the contractor disposes of spoil/fill material in a site without a fill permit or a letter from the Administrator approving the disposal site, upon notification by the Director of the Department of Engineering, Contractor shall remove the spoil/fill material at it's expense and dispose of such materials in accordance with the Ordinances of the City and this section. 80-05 Add: The Owner and/or the Engineer may require the replacement of any employee, including supervisors, of the Contractor or Subcontractors found to be unsuitable or unqualified. 80-06 Add: The Engineer shall have the authority to suspend the work wholly, or in part, for such period or periods as he may deem necessary, due to safety -related reasons. 80-07 Seasonal weather conditions shall be considered and included in the planning and scheduling of all work influenced by high or low ambient temperature, precipitation and/or saturated soil to ensure completion of all Work within the Contract Time. Average historical climatic conditions for the preceding ten (10) years are published by the National Oceanographic and Atmospheric Administration (NOAA) and entitled, "Local Climatological Data -- Dallas/Fort Worth, Texas." FTW Front Ends.doc 1-10 For planning purposes, the following shall be considered average work days lost per month due to weather conditions: MONTH LOST TIME IN WORK DAYS January 5 February 4 March 5 April 6 May 6 June 4 July 4 August 4 September 5 October 4 November 4 December 4 Contract time extensions for abnormal weather will be granted only to the extent that the actual time lost during a particular month exceeds the average lost time indicated in the above table. Time extensions granted for abnormal weather are not - compensable. 90-07 Add: Payment for materials on hand shall be limited to materials required for incorporation into the work within a maximum of 30 days. F W Front Ends.doc 1-11 PART tl a WAGE, LABOR, EEO AND SAFETY REQUIREMENTS PART 11 WAGE LABOR, EEO AND SAFETY REQUIREMENTS SECTION A Federal Aviation Administration (FAA) Requirements A-1 Airport and Airway Improvement Program Project. The work in this contract is included in Airport Improvement Project No. 3-48-0296-28-2005 which is being undertaken and accomplished by Alliance Airport, in the City Fort Worth, Texas (Owner), in accordance with the terms and conditions of a grant agreement between Alliance Airport, Texas (Owner), and the United States under the Airport and Airway Improvement Act of 1982 (P.L. 97-248) as amended by the Airport and Airway Safety and Capacity .Expansion Act of 1987 (P.L. 100-223) and Part 152 of the Federal Aviation Regulationsz(14 CFR Part 152), pursuant to which the United States has agreed to pay a certain percentage of the costs under that Act. The United States is not a party to this contract and no reference in this contract to the FAA or any representative thereof or to any rights granted to the FAA or any representative thereof or the United States by the contract makes the United States -a party to this contract. A 2 Airport and Airway Improvement Act of 1982, Section 520. The Contractor 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 Contractor or its transferee for the period during which Federal assistance is extended to the airport program, except where Federal assistance is to provide, or is in the form of personal property or real property of interest therein or, structures or improvements thereon. In these cases the provision obligates the party of 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 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 hinds the Contractor form the bid solicitation period through the completion of the Contract. A-3 Consent to Assignment. The Contractor shall obtain the prior written consent of the City of Fort Worth and Alliance Airport, Texas (Owner), to any proposed assignment of any interest in or part of this contract. A 4 Rights to Inventions (49 CFR Part 18). All rights to inventions and materials generated under this contract are subject the regulations issued by the FAA and the Owner of the Federal Grant under which this contract is executed. Information regarding these rights is available from the FAA. A-5 Convict Labor. 'No convict labor may be employed under this contract'. A-6 Veterans Preference (Airport & Airway Improvement Act of 1982 Section 515). 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 as defined in Section 515(c)(1) and (2) of the Act. However, this preference shall apply only where the individuals are available and qualified to perform the work to which the employment relates. FTW Front Ends.doc , 11-1 A-7 Withholding: Owner from Contractor. Whether or not payments or advances to the City of Fort Worth, Texas (Owner), are withheld or suspended by the FAA, the City of Fort Worth, Texas (Owner), may withhold or cause to be withheld from the Contractor so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics employed by the Contractor or any subcontractor on the work the full amount of wages required by this contract. A-8 Nonpayment of Wages. If the Contractor or subcontractor fails to pay any laborer or mechanic employed or working on the site of the work any of the wages required by this contract, the City of Fort Worth, Texas (Owner), may after written notice to*the Contractor take such actions as may be necessary to cause the suspension of any further payment or advance of funds until the violations cease. A-9 Inspection of Records (49 CFR Part_1.8j. The Contractor shall maintain an acceptable cost accounting system. The Owner, the FAA and the Comptroller General of the United States shall have access to any books, documents, paper, and records of the Contractorwhich 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 Owner makes final payment and all other pending matters are closed. A-10 Subcontracts. The Contractor shall insert in each of his subcontracts the provisions contained in paragraphs A-1, A-3, A-4, A-5, A-6 and A-7 requiring the subcontractors to include these provisions in any lower tier subcontracts, which they may enter into, together with a clause requiring this insertion in any further subcontracts that'may in turn be made. A-11 Breach of Contract Terms Sanctions (49 CFR Part 18). 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. F W Front Fnds.doc II-2 SECTION B (Davis --Bacon Act Requirements e 29 CFR Part 5) BA Minimum wages. 1. All mechanics and laborers employed or working upon the site of the work will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any, account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR Fart 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at wage rates not less than those contained in the wage determination(s) of the Secretary of Labor which is (are) 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. For the purpose of this paragraph, 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 such laborers or mechanics, subject to the provisions of subparagraph (d) below; also, regular contributions made or costs incurred for more than a weekly period (but not less often than -quarterly) under plans, funds, or programs, but covering the particular weekly period, are deemed to be constructively made or incurred during such weekly period (29 CFR 5.5(a)(1)(1)). Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage skill, except as provided in paragraph B-4 of this clause. Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, however, that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination(s) (including any additional classifications and wage rates conformed under subparagraph (b) of this section) and the Davis -Bacon poster shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and readily accessible place where it can easily be seen by the workers. 2. (a) Any class of laborers or mechanics, including apprentices and trainees, which is not listed in the wage determinations) and which is to be employed under this contract, shall be classified or reclassified conformably to the wage determination(s). Approval will be given for an additional classification and wage rate, and fringe benefits therefore, only when the following criteria have been met: I. The work to be performed by the classification requested is not performed by a classification in the wage determination; and ii. The classification is utilized In the area by the construction industry; and iii. The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. FTW Front Ends.doc II 3 (b) If the contractor and the laborers and mechanics to be representatives, and the City of Fort Worth Texas agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action of the action taken shall be sent by the City of Fort Worth, Texas to the FAA for tentative approval and transmittal to the Department of Labor, Employment Standards Administration, Administrator of the Wage and Hour Division, Washington, D.C. 20210. The Department of Labor will approve, modify or disapprove every additional classification action within 30 days of receipt and so advise the FAA or will notify the FAA within the 30-day period that additional time is necessary. (Approved by the Office of Management and Budget under control number 1215-0140.) (29 CFR 5.5(a)(1)(1))• (c) In the event the contractor, the laborers or mechanics, including apprentices and trainees, to be employed in the classification or their representatives and the City of ,Fort Worth, Texas do not agree on the proposed classification and wage rate (including the designated for fringe benefits where appropriate), the City of Fort Worth, Texas shall send the questions, including the views of all interested parties and the recommendation of the sponsor, to the FAA to be referred, with the recommendation of the FAA, to the Department of Labor for final determination. The Department of Labor will issue a determination within 30 days of receipt or provide notification 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 (b)(2) and (3) of this paragraph, shall be paid to all workers performing work in the classification under this contractfrom the first day on which work is performed in the classification. 3. 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. In the event the interested parties cannot agree upon a cash equivalent of the fringe benefit, the question accompanied by the recommendation of the FAA shall be referred to the Secretary of Labor for determination (29 CFR 5.5(a)(1)(iil)). 4. If the Contractor does not make payments to a trustee or other third person, he may consider as part of the wages of any taborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program. Provided, however, 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 contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. (29 CFR 5.5(a)(1)(iv). (Approved by the Office of Management and Budget under OMB control number 1215-0140.) FTW From Ends.doc II-4 B-2 Withholding: FAA from Owner. Pursuant to the terms of the grant agreements between the United States and the City of Fort Worth, Texas relating to Airport Improvement Project No. 3-48-0296-1100 and Part 152 of the Federal Aviation Regulations (14 CFR Part 152), the FAA. shall upon its own action or upon written request of an authorized representative of the Department of Labor may withhold or cause to be withheld from the City of Fort.Worth, Texas so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices and trainees, employed by the Contractor or any subcontractor on the work the full amount of wages required by this 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 the work all or part of the wages required by this contract, the FAA may after written notice to the City of Fort Worth, Texas take further action as may be necessary to cause the suspension of any further payment or advance of funds until such violations have ceased (29 CFR 5.5(a)(2)). B4.3 Payrolls and basic records. R-A Payrolls and basic records relating thereto will be maintained 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 employee, his correct classification, rates of pay (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in Section -1(b)(2) 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) (see subparagraph (d) of paragraph B-1 above), 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 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 and trainees, and the ratios and wage rates prescribed in the applicable programs (29 CFR 5.5(a)(3)(i)). (Approved by the Office of Management and Budget under OMB control numbers 1215-0140 and 1215-0017.) (a) The Contractor will submit weekly a copy of all payrolls to the City of Fort Worth, Texas for availability to the FAA as required by paragraph 162.59(a). The payrolls submitted shall set out accurately and completely all of the information required to be maintained by paragraph B-3 (a) above. This information may be submitted in any form desired. The 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.) F-1N Front Ends.doc 11-5 (b) Each payroll shall be accompanied by a "Statement of Compliance," signed by the employer or his agent who pays or supervises the payment of persons employed under the contract and shall certify the following: That the payroll for the payroll period contains the information required to be maintained under paragraph B-3 (a) above and that such information is correct and complete; ii. 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 from the full wages earned, other than permissible deductions as set forth in Regulations 29 CFR part 3; Ill. That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the 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-B (2) 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 13 and Section 231 of ; ttie 31 of the United States code, 3, The contractor will make the: records required under the labor standards clause of the contract; available for Inspection, copying or transcription by authorized representatives of the sponsor, the FAA and the Department of labor, and shall peri Tilt such representatives to interview employees during working hours on the job. 4, If the contractor or subcontractor fails to submit the required records or to make them available, the FAA may, after written notice to the sponsor or contractor, 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. (29 CFR 5.5(a)(3)(11)). B-4 Apprentices and trainees. 1. Apprentices, Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed and individually registered in a bona fide apprenticeship 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 first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen in FTW_Front_Ends.doc I I-6 any craft classification shall not be greater than the ratio permitted to the Contractor as to his entire work force under the registered program. Any employee listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage rate determination for the work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of the fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringe benefits shall be paid in accordance with that determination. In the event the Bureau of Apprenticeship and Training, or a State Apprenticeship Agency recognized by the Bureau, withdraws approval of the apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (29 CFR 5.5(a)(4)(1)). 2. Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training. The ratio of trainees to joumeymen on the ;oh site shall not be greater than permitted underthe plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved -program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and dour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for .apprentices. Any employee listed on the payroll at the trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractorwili FTW Front Ends.doc II-T no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (29 CFR 5.5(a)(4)(iii)). 3. Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this paragraph shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30 (29 CFR 5.5(a)(4)(iii)). 4. Application of 29 CFR Part 5.5(a)(4). On contracts in excess of $2,000, the employment of all apprentices and trainees as defined in 29 CFR 5.2(c) shall be subject to the provisions of 29 CFR Part 5.5(a)(4) (see paragraphs B-4(a), (b) and (c) above). 5. Enforcement. (a) The FAA shall promulgate the necessary regulations or procedures for federally assisted construction programs for which it does not contract directly necessary to insure that contracts contain the provisions herein or such modifications thereof which have been approved by the Department of Labor. No payment, advance, grant; loan or guarantee of funds shall be approved by the FAA after the beginning of construction unless there is on file with the FAA a certification by the Contractor that he and his subcontractors have complied or that there is substantial dispute with respect to the required provisions (29 CFR 5.6(a)(1)). (b) Enforcement activities, including the investigation of complaints of violations, to insure compliance with the requirements of these provisions shall be the primary duty of the FAA. The Department of Labor will coordinate its efforts with the FAA as may be necessary to ensure consistent enforcement of the requirements of these provisions. -Enforcement of these provisions shall be in accordance with 29 CFR 5.6. B-5 Compliance with Copeland Regulations. The Contractor shall comply with the Copeland Regulations (29 CFR Part 3) of the Secretary of Labor which are herein incorporated by reference in this contract (29 CFR 5.5(a)(5)). B-6 Subcontracts. The Contractor of Subcontractor shall insert in any subcontracts the clauses contained in 29 CFR Part 5.5(a)(1) through (10) and such other clauses as the Federal Aviation Administration may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime Contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR Part 5.5. B-7 Contract Termination: Debarment. A breach of the Contract clauses in this section (B) and in Section C may be grounds for termination of the contract, and for the debarment as a Contractor and a Subcontractor as provided in 92 CFR Part 5.5. FTW—Front Lnds.doc 11-8 B-8 Compliance with Davis -Bacon and Related Acts Requirements. All rulings and interpretations of the Davis -Bacon and Related Acts contained in 29 CFR Parts 1, 3, and 5 are herein incorporated by. reference in this contract. B-9 - Disputes Concerning Labor Standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the generaidisputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR Parts 5, 6, and i. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the FAA, the sponsor, the U.S. Department of Labor, or the employees or their representatives. B-10 Certification of Eligibility. 1, By entering into this contract, the contractor certifies that neither it nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of Section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). 2. No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of Section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). 3. The penalty for making false statements is prescribed in the U.S. Criminal Code,18 U.S.C. 1001. B-1 1 Wage Rates In Effect for This Proiect U.S. Department of Labor (DOL) Wage Determination Number 7X020045, reproduced in -this specification, provides the required minimum wages and fringe benefits to be paid to all laborers and mechanics employed to work on this contract throughout its duration, either under this contract or under a related subcontract. The Contractor and all subcontractors are required to report the actual wages paid to laborers and mechanics doing work under this contract by filing certified weekly payrolls. The reported wages will be verified by review of the weekly payroll reports and by periodic on -site interviews conducted by the Owner or his designated representative. In the event that the work specified in this contract requires work to be done by laborers or mechanics whose job classification is not listed in the attached Wage Determination, the Contractor is responsible for preparing the attached Request forAuthorization ofAdditional Classification and Rate form. The Contractor must complete Items 3 through 15 and submit the request to the Owner's representative prior to issuance or the Contractor's Notice to Proceed or as soon as the need for the additional classification or rate is identified (if the work has been authorized to begin). FTW Front Ends.doc II-9 E CHECK APPROPRIATE BOX ❑ SERVICE CONTRACT REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND RATE ❑ CONSTRUCTION CONTRACT (NOTE: THE CONTRACTOR SHALL COMPLETE ITEMS 3 THROUGH 15 AND SUBMIT THE RE UBST IN UADRUPLICATE, TO THE CONTRACTING OFFICER._ 1. TO: ADMINISTRATOR, Employment Standards Administration 2. FROM (REPORTING OFFICE) WAGE AND HOUR DIVISION U.S. DEPARTMENT OF LABOR ` WASHINGTON, D.C. 20210 3. CONTRACTOR 4. DATE OF REQUEST �5. CONTRACT NUMBER 6. DATE BID OPENED (SEALED BIDDING) 17. DATE OF AWARD 8. DATE CONTRACT WORK STARTBD DATE OPTION EXERCISED APPLICABLE) (SCA ONLY) 0. SUBCONTRACTOR (IF ANY) 11. PROJECT AND DESCRIPTION OF WORK (ATTACH ADDITIONAL SHEET IF NEEDED) �12. LOCATION (CITY, COUNTY AND STATE) 13. IN ORDER TO COMPLETE THE WORK PROVIDED FOR UNDER THE ABOVE CONTACT, 1T IS NECESSARY TO ESTABLISH THE FOLLOWING RATE(S) FOR THE INDICA ? CLASSIFICATION(S) NOT INCLUDED IN THE DEPARTMENT OF LABOR DETERMINATION NUMBER DATED: a. LIST IN ORDER PROPOSED CLASSIFICATION TITLE(S), JOB DESCRIPTION(S), DUTIES AND RATIONALE FOR PROPOSED CLASSIFICATION (SCA ONLY) h. WAGE RATES) c. FRINGE BENEFITS PAYME r 1 (Ilse reverse of attach additional schedules, if necessary) i J i I i 3 ' s 114. SIGNATURE AND TITLE OF SUBCONTRACTOR REPRESENTATIVE (IF ANY) IS. SIGNATURE AND TITLE OF PRIME CONTRACTOR REPRESENTATIVE i 116. SIGNATURE OF EMPLOYEE OR REPRESENTATIVE TITLE CHECK APPROPRIATE 13OX - ❑ AGREE ❑ DISAGREE t TO BE COMPLETED BY CONTRACTING OFFICER (CHECK AS APPROPRIATE - SEE FAR 22.1019 (SCA) OR FAR 22,406-3 (DBA) THE INTERESTED PARTIES AGREE AND THE CONTRACTING OFFICERRECOMMENDS APPROVAL BYTHE WAGE AND HOUR DIVISION. AVAILABLEINFORMATION AND RECOMMENDATIONS ARE ATTACHED. ❑ THE INTERESTED PARTIES CANNOT AGREE ON THIS PROPOSED CLASSIFICATION AND WAGE RATE. A DETERMNTATION OF THE QUESTION BY THE WAGE AND H DIVISION IS THEREFORE REQUESTED. AVAILABLE INFORMATION AND RECOMMENDATIONS ARE ATTACHED. SIGNATURE OF CONTRACTING OFFICER OR REPRESENTATIVE DEPARTMENT OF LABOR TITLE AND COMMERCIAL TELEPHONE NO. ( DATE SUBMITTED LOCAL REPRODUCTION - STANDARD FORM 1444 (1 SECTION C (Contract Workhours and Safety Standards Act Requirements - 29 CFR Part 5) C-1 Overtime Requirements. No Contractor or Subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic, including watchmen and guards, in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic received compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. C-2 Violation: Liability for Unpaid Wages, Liquidated Damages. In the event of any violation of the clause set forth in paragraph C-1 above, the Contractor or any Subcontractor responsible therefore shall be liable for the unpaid wages. In addition, such contractor and Subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or -a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph C-1 above, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph C-1 above. C-3 Withholding for .Unpaid Wages and Liquidated _Damages. The Federal Aviation Administration or the Owner shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any monies payable on account of work performed by the Contractor of Subcontractor under any such contract or any other Federal contract with the same rime Contractor, or any other 'Federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime Contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor of Subcontractor for unpaid wages and liquidated damages as provided in the clauses set forth in paragraph C-2 above. C-4 Subcontractors. The Contractor or Subcontractor shall insert in any subcontracts the clauses set forth in paragraphs C-1 through C-4 and also a clause requiring the subcontractor to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs C-1 through C-4. C-5 Working Conditions. No Contractor or Subcontractor may require any laborer or mechanic employed in the performance of any contract to work in surroundings or under working conditions that are unsanitary, hazardous or dangerous to his health or safety as determined under construction safety and health standards (29 CFR Part 1926) issued by the Department of Labor. FTVV Front Ends.doc 11-11 SECTION D (Equal Employment Opportunity - 41 CFR Part 60-1.4(b)) During the performance of this contract, the Contractor agrees as follows: D-1 The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, sex or national origin. Such action shall include, but not be limited to the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination, rates of pay or other forms of compensation; and selection for training including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. D-2 The Contractor will, in all solicitations or. advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex or national origin. D-3 The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided, advising the said labor union or workers' representatives of the Contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. D-4 The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, as amended, and of the rules, regulations and relevant orders of the Secretary of Labor. D-5 The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, as amended, and by rules, regulations and orders of the Secretary of Labor or pursuant thereto and will permit access to his books, records and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations and others. D-6 In the event of the Contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations or orders, this contract may be canceled, terminated or suspended in whole or in part, and the Contractor may be declared ineligible for further government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24,1965, as amended, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, as amended, or by rule, regulation or order of the Secretary of Labor or as otherwise provided by law. D-7 The Contractor will include the portion of the sentence immediately preceding paragraph C- 1 and the provisions of paragraph C-1 through C-7 In every subcontract or purchase order unless exempted by rules, regulations or orders of the Secretary of Labor issued pursuantto Section 204 of Executive Order 11246 of September 24, 1965, as amended, so that such provisions will be binding upon each subcontractor or vendor. The Contractorwill take such action with respect to any subcontract or purchase order as the administrating agency may direct as a means of enforcing such provisions, including sanctions for noncompliance; FTW Front Ends.doc II-12 provided, however, that in the event a Contractor becomes involved in or is threatened with litigation with a subcontractor or vendor as a result of such direction by the administering agency, the -Contractor may request the United States to enter into such litigation to protect the interests of the United States. D-8 Notice to be Posted per Paragraphs (1) and (3) of the EEO Clause (41 CFR Part 60-1.4(b)). (Equal Employment Opportunity is the Law - Discrimination is Prohibited by the Civil Rights Act of 1964 and by Executive Order No. 11246. Title VII of the Civil Rights Act of 1964 - Administered by: The Equal Employment Opportunity Commission Prohibits discrimination because of Race, Color, Religion, Sex, or National Origin by Employers with 25 or more employees, by Labor Organizations with a hiring hall of 25 or more members, by Employment Agencies, and by Joint Labor -Management Committees for Apprenticeship or Training. Any Person who believes he or she has been discriminated against should contact: The Office of Federal Contract Compliance Programs U.S. Department of Labor Washingtoi „ D.C. 20210 FTW Front Fnds.doc II-13 SECTION E (Air and Water Quality Standards) E-1 Any other provision herein to the contrary notwithstanding, the Contractor in carrying out work under this contract, shall at all times comply with all applicable state and federal air and water quality standards; with all pollution control laws; and with such rules, regulations and directives as may be lawfully issued by a local, state orfederal agency having within its jurisdiction the protection of the environment in the area surrounding where work under this contract will be performed. In addition, the Contractor shall comply with all directives given by the Engineer in implementation of temporary air and water pollution, soil erosion and siltation control measures. Such measures shall not be paid for directly, but shall be considered subsidiary to the contract. E-2 Contractors and subcontractors agree: 1. That any facility to be used in the performance of the contract or to benefit from the contract is not listed on the Environmental Protection Agency (EPA) List of Violating Facilities. 2. To comply with all the requirements of Section 114 of the Clean Air Act and Section 308 of the Federal Water Pollution Control Act and all regulations issued thereunder. 3. That as a condition for award of a contract, he will notify the awarding official of the receipt of any communication from the EPA indicating that a facility to be utilized for performance of or benefit from the contract is under consideration to be listed on the EPA List of Violating Facilities. 4. To include or cause to be included In any contract or subcontract which exceeds $100,000 the aforementioned criteria and requirements. F` W Front Ends.doc 11-14 SECTION F (Standard Federal Equal Employment Opportunity Construction Contract Specifications 41 CFR 60-4.3) F-1 As used in these specifications: 1. "Covered area" means the geographical area described in the solicitation from which this contract resulted; 2. "Director" means Director, Office of Federal Contract Compliance Programs (OFCCP), U.S. Department of Labor, or any person to whom the Director delegates authority; 3. "Employer identification number" means the Federal social security number used on the Employer's Quarterly Federal Tax Return, U.S. Treasury Department Form 941; 4. "Minority" includes: (a) Black (aJI persons having origins in any of the Black African racial groups not of Hispanic origin); (b) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South America or other Spanish culture or origin regardless of race); (c) Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far East, Southeast, Asia, the Indian Subcontinent or the Pacific Islands); and (d) American Indian or Alaskan Native (all persons having origins in any of the original peoples of North America and maintaining Identifiable tribal affiliations through membership and participation or. community identificatioh). i=-2 Whenever the Contractor or any subcontractor at any tier subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract is excess of $10,000, the provision of these specifications and the notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. F-3 If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area, either individually or through an association, its affirmative action obligations on all work in the plan area (including goals and time tables) shall be in accordance with that plan for those trades which have unions participating in the plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or subcontractor participating in an approved plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal underthe plan in each trade in which it has employees. The overall good faith performance by other Contractors or subcontractors toward a goal in an approved plan does not excuse any efforts to achieve the plan goals and time tables. - FTw Front Fnds.doc 11-15 F-4 The Contractor shall implement the specific affirmative action standards provided in paragraphs 7(a) through (p) of these specifications. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization; the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. The Contractor is expected to make substantially uniform progress towards its goals in each craft during the period specified. F-5 Neither the provisions of any collective bargaining agreement nor the failure by a union with whom the Contractor has a collective bargaining agreement to refer either minorities or women shall excuse the Contractors obligations under these specifications, Executive Order 11246, as amended, or the regulations promulgated pursuant thereto. F-6 In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the' Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training subject to the availability .of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. F-7 The Contractor shall take specific affirmative actions to ensure EEO. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following: Ensure and maintain a working environment free of harassment, intimidation and coercion at ail sites arid in all facilities at which the Contractor's employees are assigned to work,. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents and other on -site supervisory personnel are aware of and ;arvy out the Contractor`s obligation to maintain such a working environment with specific attention to minority or female individuals working at such sites or in such facilities. 2. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations" responses. 3. Maintain a current file of the names, addresses and telephone numbers of each minority and female off -the -street applicant and minority or female referral from a union, a recruitment source or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union, or if referred, not employed by the Contractor, this shall be documented in the file with t he reason therefore along with whatever additional actions the Contractor may have taken. 4. Provide immediate written notification to the Director when the union or unions with which -the Contractor has a collective bargaining agreement has not referred to the FTW t'ront Ends.doc 11-16 Contractor a minority person or woman sent by the Contractor or when the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations. S. Develop on-the-job training opportunities and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7(b) above. 6. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. 7. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items with on -site supervisory personnel, such as superintendents, general foremen, etc., prior to the initiation of construction work at any job site. Awritten record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed and disposition of the subject matter. 8. Disseminate the Contractor's EEO policy externally by including it in any advertising -in the news media, specifically including minority and female news media, and providing written notification to. and discussing the Contractor's EEO policy with other Contractors and subcontractors with whom the Contractor does or anticipates doing business. 9. Direct its recruitment efforts, both oral and written, to minority, female and community organizations; to schools with minority and female students; and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations, such as the above, describing the openings, screening procedures and tests to be used in the selection process. 10. Encourage present minority and female employees to recruit other minority persons and women, and where reasonable, provide after school, summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor's work force. FTW—Front Fnds.doc II-17 11. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3. 12. Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for through appropriate training, etc., such opportunities. 13. Ensure that seniority practices, job classifications, work assignments and other personnel practices do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractors obligations under these specifications are being carried out. 14. Ensure that all facilities and company activities are nonsegregated, except that separate or single user toilet and necessary changing facilities, shall be provided to assure privacy between the sexes. 15. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction Contractors and suppliers including circulation of solicitations to minority and female Contractor associations and other business associations. 16. Conduct a review, at least annually, of all supervisor's adherence to and performance under the Contractor's EEO policies and affirmative action obligations. F-8 Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations [7(a) through (p)j. The efforts of a Contractor association, joint Contractor -union, Contractor community or other similar groups of which the Contractor is a member and participated, may be asserted as fulfilling any one or more -of its obligations under 7(a) through (p) of these specifications provided that the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the Contractor's minority and female work force participation, makes a good faith effort to meet its individual goals and time tables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. F-9 A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide EEO and to take affirmative- action for all minority groups, both male and female, and all women, both minority and non -minority. Consequently, the Contractor may be. in violation of the Executive Order if a particular group is employed in a substantially disparate manner (for example, even though the Contractor has achieved its goals for women; generally, the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized). F-10 - The Contractor shall not use -the goals and time tables or affirmative action standards to discriminate against any person because of race, color, religion, sex or national origin. FTW Front Ends.doe 11-18 F-11 The Contractor shall not enter into any subcontract with any person or firm debarred from government contracts pursuant to Executive Order 11246, as amended. F-12 The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity.Clause, including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations by the OFCCP. Any Contractor who fails to carry outsuch sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. F-13 The Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of these specifications, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations or these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8. F-14 The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions .hereof as may be required by the Government and to keep records. Records shall at least include for each employee the name, address, telephone number, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper or laborer), dates of changes instatus, hours worked per week in the indicated trade, rate of pay and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, Contractors shall not be required to maintain separate records. F-15 Nothing herein provided shall be construed as a limitation upon the applicatiorof other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). Fiw_Front Ends.doc 11-19 SECTION G (Contractual Requirements Pursuant to Civil Rights Act of 1964, Title VI - 49 CFR Part 21) 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: G-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. G-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 procurement 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. G-3 Solicitations for Subcontracts _Including Procurement of Materials and Equipment. In all solicitations either by competitive bidding or negotiation made by the contractor forwork to be performed under a subcontract, including procurement 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. G-4 Information and Reports. The Contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the Owner 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 Owner or the FAA, as appropriate, and shall set forth what efforts it has made to obtain the information. G-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: 1, Withholding of payments to the Contractor under the contract until the Contractor complies, and/or 2. Cancellation, termination, or suspension of the contract, in whole,or part. G-6 Incorporation of Provisions. The Contractor shall include the provisions of paragraphs 1 through 5 in every subcontract, including procurement 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 and subcontract or procurement as the Owner 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 FTW Front Ends.doc I1-20 is threatened with litigation with a Subcontractor or supplier as a result of such direction, the Contractor may request the Owner to enter into such litigation to protect the interests of the Owner and, in addition, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. SECTION H (Termination of Contract - 49 CFR Part 18) H-1 The Owner may, by written notice, terminate this contract in whole or in part at any time, either for the Owner's convenience or because of failure to fulfill the contract obligations. Upon receipt of such notice, services shall be immediately discontinued (unless the notice directs otherwise) and all materials as ma have been accumulated in performing this contract, whether_completed or in progress, delivered to the Owner. H-2 If the termination is for the convenience of the Owner, an equitable adjustment in the contract price shall be made, but no amount shall be allowed for anticipated profit on unperformed services. H-3 If the termination is due to failure to fulfill the Contractor's obligations, the Owner may take over the work and prosecute the same to completion by contract or otherwise. In such case, the Contractor shall be liable to the Owner for any additional cost occasioned to the Owner thereby. H-4 If, after notice of termination forfailure to fulfill contract obligations, it is determined thatthe Contractor had not so failed, the termination shall be deemed to have been effected for the convenience of the Owner. In such event, adjustment in the contract price shall be made as provided in paragraph H-2 of this clause. H-5 The rights and remedies of the Owner provided in this clause are in addition to any other rights and remedies provided by law or under this contract. . FTW Front Ends.doc II-21 SECTION I (Buy American - Steel and Manufactured Products for Construction Contracts) 1-1 The Contractor agrees that only domestic steel and manufactured products will be used by the Contractor, Subcontractors, Materialmen, and Suppliers in the performance of this contract, as defined in 1-2 below. 1-2 The following terms apply to this clause: 1. Steel and Manufactured Products. As used in this clause, steel and manufactured products include (1) steel produced in the United States or (2) a manufactured product produced in the United States, if the cost of its components mined, produced or manufactured in the United States exceeds 60 percent of the cost of all its components and final assembly has taken place in the United States. 2. Components. As used. in this clause, components means those articles, materials, . and supplies incorporated directly into steel and manufactured products. 3. Cost of Components. This means the costs for production of the components, exclusive of final assembly labor costs. FTW Front Ends.doc 11-22 SECTION J (DBE Required Statements - 49 CFR Part 26) J-1 Contract Assurance. Draft AC 150/5370-10A Change 15 provides that each contract the owner signs with a contractor (and each subcontract the prime contractor signs with a subcontractor) must include the following clause: The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR part 26 in the award and administration of DOT assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such- other remedy as the recipient deems appropriate. J-2 Prompt Payment. A prompt payment clause is required in each DOT -assisted prime contract. A sample follows below: The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than 30 days from the receipt of each payment the prime contractor receives. from the City of Fort Worth. The prime contractor agrees further to return retainage payments to each subcontractor within 30 days after the subcontractor's work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the City of Fort Worth. This clause applies to both DBE and non -DBE subcontractors. FTW Front Ends.doc II-23 PART III - GENERAL PROVISIONS GENERAL PROVISIONS SECTION 10 Whenever the following terms are used in these specifications, in the contract, in any documents or other instruments pertaining to construction where these specifications govern, the intent and meaning shall be interpreted as follows: 10-01 AASHTO. The American Association of State Highway and Transportation Officials, the successor association to AASHO. 10-02 ACCESS ROAD. The right-of-way, the roadway and all improvements constructed thereon connecting the airport to a public highway. 10-03 ADVERTISEMENT. A public announcement, as required by local law, inviting bids for work to be performed and materials to be furnished. 1 -04 AILS. The Airport Improvement Program, a grant-in-aid program, administered by the Federal Aviation Administration. 10-05 AIR OPERATIONS AREA. For the purpose of these specifications, the term air operations area shall mean any area of the airport used or intended to be used for the landing, takeoff, or surface maneuvering of aircraft. An air operation area shall include such paved or unpaved areas that are used or intended to be used for the unobstructed movement of aircraft in addition to its associated runway, taxiway, or apron. 10-06 AIRPORT. Airport means an area of land Qr water which is used or intended to be used for the landing and takeoff of aircraft, and includes its buildings and facilities, if any. 10-07 AS T IUI. The American Society for "I`PSfiing and Matarialc, 10-03 AWARD. The acceptance, by the owner, of the successful bidder's proposal. 10-09 BIDDER. Any individual, partnership, firm, or corporation, acting directly or through a duly authorized representative, who submits a proposal for the work contemplated. 10-10 BUILDING AREA. An area on the airport to be used, considered, or intended to be used for airport buildings or other airport facilities or rights -of -way together with all airport, buildings and facilities located thereon. 10-11 CALENDAR DAY. Every day shown on the calendar. 10-12 CHANCE ORDER. A written order to the Contractor covering changes in the plans, specifications, or proposal quantifies and establishing the basis of payment and contract time adjustment, if any, for the work affected by such changes. The work, covered by a change order, shall be within the scope of the contract. FTW Front Ends.doc III-1 10-13 CONTRACT. The written agreement covering the work to be performed. The awarded contract shall include, but is not limited to: The Advertisement; The Contract Form; The Proposal; The Performance Bond; The Payment Bond; any required insurance certificates; The Specifications; The Plans, and any addenda issued to bidders. 10-14 CONTRACT ITEM (PAY ITEM). A specific unit of work for which a price is provided in the contract. 10-1 5 CONTRACT TIME. The number of calendar days or working days, stated in the proposal, allowed for completion of the contract, including authorized time extensions. If a calendar date of completion is stated in the proposal, in lieu of a number of calendar or working days, the contract shall be completed by that date. 10-16 CONTRACTOR. The individual, partnership, firm, or corporation primarily liable for the acceptable performance of the work contracted and for the payment of all legal debts pertaining to the work who acts directly or through lawful agents or employees to complete the contract work. 10.17 DRAINAGE SYSTEM. The system of pipes, ditches, and structures by which surface or subsurface waters are collected and conducted from the airport area. 10-18 ENGINEER. The individual, partnership, firm, or corporation duly authorized by the owner (sponsor) to be responsible for engineering supervision of the contract work and acting directly or through an authorized representative. 10-19 EQUIPMENT. All machinery, together with the necessary supplies for upkeep,. and maintenance, and also all tools and apparatus. necessary for the proper Construction and acceptable completion of the work. 10-20 EXTRA WORK. An item of :^cork not provided for in the awarded contract as previously modified by change order or supplemental agreement, but which is found by the Engineer to be Necessary to complete the work within the intended scope of the contract as previously modified. 10-21 FAA. The Federal Aviation Administration of the U.S. Department of Transportation. When used to designate a person, FAA shall mean .the Administrator or his/her duly authorized representative. 10-22 FEDERAL SPECIFICATIONS. The Federal Specifications and Standards, and supplements, amendments, and indices thereto are prepared and issued by the General Services Administration of the Federal Government. 10-23 INSPECTOR. An authorized representative of the Engineer assigned to make all necessary inspections and/or tests of the work performed or being performed, or of the materials fumished or being furnished by the Contractor. 10-24 INTENTION OF TERMS. Whenever, in these specifications or on the plans, the words "directed," "required," "permitted,"'ordered,""`designated," "prescribed," or words of the like import are used, it shall be understood that the direction, requirement, permission, order, designation, or prescription of the Engineer is intended; and similarly, the words "approved," "acceptable," "satisfactory," or words of like import, shall mean approved by, or acceptable to, or satisfactory to the Engineer, subject in each case to the final determination of the owner. Fiw Front Ends.doc III-2 Any reference to a specific requirement of a numbered paragraph of the contract specifications or a, cited standard shall be interpreted to include all general requirements of the entire section, specification item, or cited standard that may be pertinent to such specific reference. 10 25 LABORATORY. The official testing laboratories of the owner or such other laboratories as may be designated by the Engineer. 1026 LIGHTING. A system of fixtures providing or controlling the light sources used on or near the airport or within the airportt buildings. The field lighting includes all luminous signals, markers, floodlights, and illuminating devices used on or near the airport or to aid in the operation of aircraft landing at, taking off from, or taxiing on the airport surface. 1027 MAJOR AND MINOR CONTRACT ITEMS. A major contract item shall be any item that is listed in the proposal, the total cost of which is equal to or greater than 20 percent of the total amount of the award contract. All other items shall be considered minor contract items. 1026 MATERIALS. Any substance specified for use In the construction of the contract work. 1029 NOTICE TO PROCEED. A written notice to the Contractor to begin the actual contract work on a previously agreed to date. If applicable, the Notice to Proceed shall state the date on which the contract time begins. 10 30 OWNER (SPONSOR). The term owner shall mean the party of the first part or the contracting agency signatory to the contract. For AIP contracts, the term sponsor shall have the same meaning as the term owner. 10-31 PAVEMENT. The combined surface course, base course, and subbase course, if any, considered as a single unit. 10-32 PAYMENT BOND. The approved form of security furnished by the Contractor and his/her surety as a guaranty that he will pay in full all bills and accounts for materials and labor used in the construction of the work. 10-33 PERFORMANCE BOND. The approved form of security furnished by the Contractor and his/her surety as a guaranty that the Contractor will complete the work in accordance with the terms of the contract. 10-34 PLANS. The official drawings or exact reproductions which show the location, character, dimensions and details of the airport and the work to be done and which are to be considered as a part of the contract, supplementary to the specifications. 10-35 PROJECT. The agreed scope of work for accomplishing specific airport development with respect to a particular airport. 10-36 PROPOSAL. The written offer of the bidder (when submitted on the approved proposal form) to perform the contemplated work and furnish the necessary materials in accordance with the provisions of the plans and specifications. 1037 PROPOSAL GUARANTY. The security furnished with a proposal to guarantee that the bidder will enter into a contract if his/her proposal is accepted by the owner. FTW Front Ends.doc III-3 10-36 RUNWAY. The area on the airport prepared for the landing and takeoff of aircraft. 10-39 SPECIFICATIONS. A part of the contract containing the written directions and requirements for completing the contract work. Standards for specifying materials or testing which are cited in the contract specifications by reference shall have the same force and effect as if included in the contract physically. 1040 STRUCTURES. Airport facilities such as bridges; culverts; catch basins, inlets, retaining walls, cribbing; storm and sanitary sewer lines; water lines; underdrains; electrical ducts, manholes, handholes, lighting fixtures and bases; transformers; flexible and rigid pavements; navigational aids; buildings; vaults; and, other manmade features of the airport that may be encountered in the work and not otherwise classified herein. 10-41 SUEGRA®E. The soil which forms the pavement foundation. 10-42 SUPERINTENDENT. The Contractor's executive representative who is present on the work during- progress, authorized to receive and fulfill instructions from the Engineer, and who shall supervise and direct the construction. 10-43 SUPPLEMENTAL AGREEMENT. A written agreement between the Contractor and the owner covering: (1) work that would increase or decrease the total amount of the awarded contract, or any major contract item, by more than 25 percent, such increased or decreased work being within the scope of the originally awarded contract; or (2) work that is not within the scope of the originally awarded contract. 10-44 SURETY. The corporation, partnership, or individual, other than the Contractor, executing payment or performance bonds which are furnished to the owner by the Contractor„ 10-45 TAXIWAY. For the purpose of this document, the term taxiway means the portion of the air operations area of an airport that has been designated by competent airport authority for movement of aircraft to and from the airport's runways or aircraft parking areas. 10-46 WORK. The furnishing of all labor, materials, tools, equipment, and incidentals necessary or convenient to the Contractor's performance of all duties and obligations imposed by the contract, plans, and specifications. 10-47 WORKING ®AY. A working day shall be any day other than a legal holiday, Saturday, or Sunday on which the normal working forces of the Contractor may proceed with regular work for at least 6 hours toward completion of the contract. Unless work is suspended for causes beyond the Contractor's control, Saturdays, Sundays and holidays on which the Contractor's forces engage in regular work, requiring the presence of an inspector, will be considered as working days. END OLD SECTION 10 F7w Front Ends.doc 111-4 SECTION 20 PROPOSAL REQUIREMENTS AND CONDITIONS .20-01 ADVERTISEMENT (Notice to Bidders). See Notice to Bidders at the beginning of these Contract Documents. 20-02 PREQUALIFICATION OF BIDDERS. Each bidder shall furnish the owner satisfactory 'evidence of his/her competency to perform the proposed work. Such evidence of competency, unless otherwise specified, shall consist of statements covering the bidder's past experience on similar work, a list of equipment that would be available for the work, and a list of key personnel that would be available. In addition, each bidder shall furnish the owner satisfactory evidence of his/her financial responsibility. Such evidence of financial responsibility, unless otherwise specified, shall consist of a confidential statement or report of the bidder's financial resources and liabilities as of the last calendar year or the Contractor's last fiscal year. Such statements or reports shall be certified by a public accountant. At the time of submitting such financial statements or reports, the bidder shall further certify whether his/her financial responsibility is approximately the same as stated or reported by the public accountant. If the bidder's financial responsibility has changed, the bidder shall qualify the public accountant's statement or report to reflect his/her (bidder's) true financial condition at the time such qualified statement or report is submitted to the owner. Unless otherwise specified, a bidder may submit evidence that he is pre -qualified with the State Highway Division and is on the current "bidder's list" of the state in which the proposed work is located. Such evidence of State Highway Division prequalification may be submitted as evidence of financial responsibility in lieu of the certified statements or reports hereinbefore specified, Each bidder shall submit "evidence of competency" and "evidence of financial responsibility" to the owner no later than 30 days prior to the. specified date for opening bids. 20-03 CONTENTS OF PROPOSAL FORMS. The owner shall furnish bidders with proposal forms. All papers bound with or attached to the proposal forms are necessary parts and must not be detached. The plans, specifications, and other documents designated in the proposal form shall be considered a part of the proposal whether attached or not. 20-04 ISSUANCE OF PROPOSAL FORMS. The owner reserves the right to refuse to issue a proposal form to a prospective bidder should such bidder be in default for any of the following reasons: a. Failure to comply with any prequalif'ication regulations of the owner, if such regulations are cited, or otherwise included, in the proposal as a requirement for bidding. b. Failure to pay, or satisfactorily settle, all bills due for labor and materials on former contracts in force (with the owner) at the time the owner issues the proposal to a prospective bidder. c. Contractor default under previous contracts with the owner. d. Unsatisfactory work on previous contracts with the owner. FTW Front Ends.doc I11-5 20.05 INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES. An estimate of quantities of work to be done and materials to be furnished under these specifications is given in the proposal. It is the result of careful calculations and is believed to be correct. It is given only as a basis for comparison of proposals and the award of the contract. The owner does not expressly or by implication agree that the actual quantities involved will correspond exactly therewith; nor shall the bidder plead misunderstanding or deception because of such estimates of quantities, or of the character, location, or other conditions pertaining to the work. Payment to the Contractor will be made only for the actual quantities of work performed or materials furnished in accordance with the plans and specifications. It is understood that the quantities may be increased or decreased as hereinafter provided in the subsection titled ALTERATION OF WORK AND QUANTITIES of Section 40 without in any way invalidating the unit bid prices. 20-06 EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE. The bidder is expected to carefully examine the site of the proposed work, the proposal, plans, specifications, and contract forms. He shall satisfy himself as to the character, quality, and quantities of work to be performed, materials to be furnished, and as to the requirements of the proposed contract. The submission of a proposal shall be prima facie evidence that the bidder has made such examination and is satisfied as to the conditions to be encountered in performing the work and as to the requirements of the proposed contract, plans, and specifications. Boring logs and other records of subsurface investigations and tests are available for inspection of bidders. It is understood and agreed that such subsurface information, whether included in the plans, specifications, or otherwise made available to the bidder, was obtained and is intended for the owner's design and estimating purposes only. Such information has been made available for the convenience of all bidders. It is further understood and agreed that each bidder is solely responsible for all assumptions, deductions, or conclusions which he may make or obtain from his/her examination of the boring logs and other records of subsurface investigations and tests that are furnished by the owner. 20-07 PREPARATION OF PROPOSAL. The bidder shall submit his/her proposal on the forms furnished by the owner. All blank spaces in the proposal forms must be correctly filled in where indicated for each and every item for which a quantity is given. The bidder shall state the price (written in ink or typed) both in words and numerals for which he proposes to do each pay item furnished in the proposal. In case of conflict between words and numerals, the words, unless obviously incorrect, shall govern. The bidder shall sign his/her proposal correctly and in ink. If the proposal is made by an individual, his/her name and post office address must be'shown. If made by a partnership, the name and post office address of each member of the partnership must be shown. If made by a corporation, the person signing the proposal shall give the name of the state under the laws of which the corporation was chartered and the name, titles, and business address of the president, secretary, and the treasurer. Anyone signing a proposal as an agent shall file evidence of his/her authority to do so and that the signature is binding upon the firm or corporation. 20-•08 IRREGULAR PROPOSALS. Proposals shall be considered irregular for the following reasons: a. If the proposal is on a form other than that furnished by the owner, or if the owner's form is altered, or if any part of the proposal form is detached. FTW Front Ends.doc M-6 b. If there are unauthorized additions, conditional or alternate pay items, or irregularities of any kind which make the proposal incomplete, indefinite, or otherwise ambiguous. c. If the proposal •does not contain a unit price for each pay item listed in the proposal, except in the case of authorized alternate pay items, forwhich the bidder is not required tofurnish a unit price. d. If the proposal contains unit prices that -are obviously unbalanced. e. If the proposal is not accompanied by the proposal guaranty specified by the owner. The owner reserves the right to reject any irregular proposal and the right to waive technicalities if such waiver is in the best interest of the owner and conforms to local laws and ordinances pertaining to the letting of construction contracts. 20-09 BID GUARANTEE. Each separate proposal shall be accompanied by a certified check, or other specified acceptable collateral, in the amount specified in the proposal -form. Such check, or collateral, shall be made payable to the owner. 20-10 DELIVERY OP PROPOSAL. Each proposal submitted shall be placed in a sealed envelope plainly marked with the project number, location of airport, and name and business address of the bidder on the outside. When sent by mail, preferably registered, the sealed proposal, marked as indicated above, should be enclosed in an additional envelope. No proposal will be considered unless received at the place specified in the advertisement before the time specified for opening all bids. Proposals received after the bid opening time shall be returned to the bidder unopened. 20-11 wiTHDRAWAL OR REVISION OF PROPOSALS. A bidder may withdraw or revise (by withdrawal of one proposal and submission of another) a proposal provided that the bidder's request for withdrawal is received by the owner in writing or by telegram before the time specified for opening bids. Revised proposals must be received at the place specified in the advertisement before the time specified for opening all bids. 20-12 PUBLIC OPENING OF PROPOSALS. Proposals shall be opened, and read, publicly at the time and place specified in the advertisement. Bidders, their authorized agents, and other interested persons are invited to attend. Proposals that have been withdrawn (by written or telegraphic request) or received after the time specified for opening bids shall be returned to the bidder unopened. 20-13 DISQUALIFICATION OF BIDDERS. A bidder shall be considered disqualified for any of the following reasons: a. Submitting more than one proposal from the same partnership, firm, or corporation under the same or different name. b. Evidence of collusion among bidders. Bidders participating in such collusion shall be disqualified as bidders for any future work of the owner until any such participating bidder has been reinstated by the owner as a qualified bidder. c. If the bidder is considered to be in "default" for any reason specified in the subsection titled ISSUANCE OF PROPOSAL. FORMS of this section. EN® OLD SECTION' 20 FTW Front Ends.doc I11-7 SECTION 30 AWARD AND EXECUTION OF CONTRACT 30-01 CONSIDERATION OF PROPOSALS. After the proposals are publicly opened and read, they will be compared on the basis of the summation of the products obtained by multiplying the estimated quantities shown in the proposal by the unit bid prices. If a bidder's proposal contains a discrepancy between unit bid prices written in words and unit bid prices written in numbers, the unit price written in words shall govern. Until the award of a contract is made, the owner reserves the right to reject a bidder's proposal for any of the following reasons. a. If the proposal is irregular as specified in the subsection titled IRREGULAR PROPOSALS of Section 20. b. If the bidder is disqualified for any of the reasons specified in the subsection titled DISQUALIFICATION OTF- BIDDERS of Section 20. In addition, until the award of a contract is made, the owner reserves the right to reject any or all proposals, waive technicalities, if such waiver is in the best interest of the owner and is in conformance with applicable state and local laws or regulations pertaining to the letting of construction contracts; advertise for new proposals, or proceed with the work otherwise. All such actions shall promote the owner's best interests. 30-02 AWARD OF CONTRACT. The award of a contract, if it is to be awarded, shall be made within 60 calendar clays of the date specified for pubiiciy opening proposals, unless otherwise specified herein. Award of the contract shall be made by the owner to the Lowest Qualified Bidder whose proposal conforms to the cited requirements of the owner. 30-03 CANCELLATION OF AWARD. The owner reserves the right to cancel the award without liability to the bidder, except return of proposal guaranty, at any time before a contract has been fully executed by all parties and is approved by the owner in accordance with the subsection titled APPROVAL OF CONTRACT of this section. 30-04 RETURN OF PROPOSAL GUARANTY. All proposal guaranties, except those of the two lowest bidders, will be returned immediately after the owner has made a comparison of bids as hereinbefore specified in the subsection titled CONSIDERATION OF PROPOSALS of this section. Proposal guaranties of the two lowest bidders will be retained by the owner until such time as an award is made, at which time, the unsuccessful bidder's proposal guaranty will- be returned. The successful bidder's proposal guaranty will be returned as soon as the owner receives the contracts bonds as specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section. 30-05 REQUIREMENTS OF CONTRACT BONDS. At the time of the execution of the contract, the successful bidder shall furnish the owner surety bond or bonds which have been fully executed by the bidder and the surety guaranteeing the performance of the work and the payment of all legal FTW Front Ends.doc IEI-8 debts that may be incurred by reason of the Contractor's performance of the work. The surety and the form of the bond or bonds shall be acceptable to the owner. Unless otherwise specified in this subsection, the surety bond or bonds shall be in a sum equal to the full amount of the contract. 30-06 EXECUTION OLD CONTRACT. The successful bidder shall sign (execute) the necessary agreements for entering into the contract and return such signed contract to the owner, along with the fully executed surety bond or bonds specified In the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section, within 15 calendar days from the date mailed or otherwise delivered to the successful bidder. If the contract is mailed, special handling is recommended. 30-07 APPROVAL OF ' CONTRACT. Upon receipt of the contract and contract bond or bonds that have been executed by the successful bidder, the owner shall complete the execution of the contract in accordance with local laws or ordinances, and return the fully executed contract to the Contractor. Delivery of the fully executed contract to the Contractor shall constitute the owner's approval to be bound by the successful bidder's proposal and the terms of the contract. 30-06 FAILURE TO EXECUTE CONTRACT, Failure of the successful bidder to execute the contract and furnish an acceptable surety bond or bonds within the 15 calendar day period specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section shall be just cause for cancellation of the award and forfeiture of the proposal guaranty, not as a penalty, but as liquidation of damages to the owner. END OF SECTION 30 FTW Front Ends.doc I11-9 SECTION 40 SCOPE OF WORK 40-01 INVENT OF CONTRACT. The intent of the contract is to provide for construction and completion, in every detail, of the work described. It is further intended that the Contractor shall furnish all labor, materials, equipment, tools, transportation, and supplies required to complete the work in accordance with the plans, specifications, and terms of the contract. 40-02 ALTERATION OF WORK AND QUANTITIES. The owner reserves and shall have the right to make such alterations in the work as may be necessary or desirable to complete the work originally intended in an acceptable manner. Unless otherwise specified herein, the Engineer shall be and is hereby authorized to make such alterations in the work as may increase or decrease the originally awarded contract quantities, provided that the aggregate of such alterations does not change the total contract cost or the total cost of any major contract item by more than 25 percent (total cost being based on the unit prices and estimated quantities in the awarded contract). Alterations which do not exceed the 25 percent limitation shall not invalidate the contract nor release the surety, and the Contractor agrees to accept payment for such alterations as if the altered work had been a part of the original contract. These alterations which are for work within the general scope of the contract shall be covered by "Change Orders" issued by the Engineer. Change orders for altered work shall include extensions of contract time where, in the Engineer's opinion, such extensions are commensurate with the amount and difficulty of added work. Should the aggregate amount of altered work exceed the 25 percent limitation hereinbefore specified, such excess altered work shall be covered by supplemental agreement. If the owner and the Contractor are unable to agree on a unit adjustment for any contract item that requires a supplemental agreement, the owner reserves the right to terminate the contract with respect to the, item and make other arrangements for its completion. 40.03 OMIT —1 ED ITEMS. The Engineer may, in the owner's best interest, omit from the work any contract item, except major contract items. Major contract items maybe omitted by a supplemental agreement. Such omission of contract items shall not invalidate any other contract provision or requirement. Should a contract item be omitted or otherwise ordered to be nonperformed, the Contractor shall be paid for all work performed toward completion of such item prior to the date of the order to omit such item. Payment for work performed shall be in accordance with the subsection titled PAYMENT FOR OMITTED ITEMS of Section 90. 40-04 EXTRA WORK. Should acceptable completion of the contract require the Contractor to perform an item of work for which no basis of payment has been provided in the original contract or previously issued change orders or supplemental agreements, the same shall be called Extra Work. Extra work that is within the general scope of the contract shall be covered by written change order. Change orders for such extra work shall contain agreed unit prices for performing the change order work in accordance with the requirements specified in the order, and shall contain any adjustment to the contract time that, in the Engineer's opinion, is necessary for completion of such extra work. FTW Front Fnds.doc III-10 When determined by the Engineer to be in the owner's best interest, he may orderthe Contractor to proceed with extra work by force account as provided in the subsection titled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of Section 90. Extra work that is necessary for acceptable completion of the project, but is not within the general scope of the work covered by the original contract shall be covered by a Supplemental Agreement as hereinbefore defined in the subsection titled SUPPLEMENTAL AGREEMENT of Section 10. Any claim for payment of extra work that is not covered by written agreement (change order or supplemental agreement) shall be rejected by the owner. 40-05 MAINTENANCE OF TRAFFIC. It is the explicit intention of the contract that the safety of aircraft, as well as the Contractor's equipment and personnel, is the most important consideration. It is understood and agreed that the Contractor shall provide for the free and unobstructed movement of aircraft in the air operations areas of the airport with respect to his/her own operations and the operations of all his/her subcontractors as specified in the subsection titled LIMITATION OF OPERATIONS of Section 80. It is further understood and agreed that the Contractor shall provide for the uninterrupted operation of visual and electronic signals (including power supplies thereto) used in the guidance of aircraft while operating to, from, and upon the airport as specified in the subsection titled CONTRAC T OFFS RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS in Section 70. With respect to his/her own operations and the operations of all. his/her subcontractors, the Contractor shall provide marking, lighting, and other acceptable means of identifying: personnel; equipment; vehicles; storage areas; and any work area or condition that may be hazardous to the operation of aircraft, fire -rescue equipment, or maintenance vehicles at the airport. When the contract requires the maintenance of vehicular traffic on an existing road, street, or highway during the Contractor's performance of work that is otherwise provided for in the contract, plans, and specifications, the Contractor shall keep such road, street, or highway open to all traffic and shall provide such maintenance as may be required to accommodate traffic. The Contractor shall furnish, erect, and maintain barricades, warning signs, flagmen, and other traffic control devices in reasonable conformity with the Manual of Uniform Traffic Control Devices for Streets and Highways (published by the United States Government Printing Office), unless otherwise specified herein. The Contractor shall also construct. and maintain in a safe condition any temporary connections necessary for ingress to and egress from abutting property or intersecting roads, streets or highways. Unless otherwise specified herein, the Contractor will not be required to furnish snow removal for such existing road, street, or highway. The Contractor shall make his/her own estimate of all labor, materials, equipment, and incidentals necessary for providing the maintenance of aircraft and vehicular traffic as specified in this subsection. The cost of maintaining the aircraft and vehicular traffic specified in this subsection shall not be measured or paid for directly, but shall be included in the various contract items. 40-06 REMOVAL OF EXISTING STRUCTURES. All existing structures encountered within the established lines, grades, or grading sections shall be removed by the Contractor, unless such existing structures are otherwise specified to be relocated, adjusted up or down, salvaged, abandoned in place, reused in the work or to remain in place. The cost of removing such existing FTW Front Ends.doc III-11 structures shall not be measured or paid for directly, but shall be included in the various contract items. Should the Contractor encounter an existing structure (above or belowground) in thework forwhich the disposition is not indicated on the plans, the Engineer shall be notified prior to disturbing such structure. The disposition of existing structures so encountered shall be immediately determined by the Engineer in accordance with the provisions of the contract. Except as provided in the subsection titled RIGHTS.IN AND USE OF MATERIALS FOUND IN THE WORK of this section, it is intended that all existing materials or structures that may be encountered (within the lines, grades, or grading sections established for completion of the work) shall be utilized in the work as otherwise provided for in the contract and shall remain the property of the owner when so utilized in the work. 40-07 RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK. Should the Contractor encounter any material such as (but not restricted to) sand, stone, gravel, slag, or concrete slabs within the established lines, grades, or grading sections, the use of which is intended by the terms of the contract to be either embankment or waste, he may at his/her option either - a. Use such material in another contract item, providing such use is approved by the Engineer and is in conformance with the contract specifications applicable to such use; or, b. Remove such material from the site, upon written approval of the Engineer; or c. Use such material for his/her own temporary construction on site; or, d, Use such material as intended by the terms of the contract. Should the Contractorwi'sh to exercise option a., b., or c., he shall request the Engineer's approval in advance of such use. Should the Engineer approve the Contractor's request to exercise option a., b., or c., the Contractor shall be paid for the excavation or removal of such material at the applicable contract price. The Contractor shall replace, at his/her own expense, such removed or excavated material with an agreed equal volume of material that is acceptable for use in constructing embankment, backfills, or otherwise to the extent that such replacement material is needed to complete the contract work. The Contractor shall not be charged for his/her use of such material so used in the work or removed from the site. Should the Engineer approve the Contractor's exercise of option a., the Contractor shall be paid, at the applicable contract price, for furnishing and installing such material in accordance with requirements of the contract item in which the material is used. It is understood and agreed that the Contractor shall make no claim for delays by reason of his/her exercise of option a., b., or c. The Contractor shall not excavate, remove, or otherwise disturb any material, structure, or part of a structure which is located outside the lines, grades, or grading sections established for the work, except where such excavation or removal is provided for in the contract, plans, or specifications. FTW Front Ends.doc . 111-12 40-08 FINAL CLEANING UP. Upon completion of the work and before acceptance and final paymentwill be made, the Contractor shall remove from the site all machinery, equipment, surplus and discarded materials, rubbish, temporary structures, and stumps or portions of trees. He shall cut all brush and woods within the limits indicated and shall leave the site in a neat and presentable condition. Material cleared from the site and deposited on adjacent property will not be considered as having been disposed of satisfactorily, unless the Contractor has obtained the written permission of such property owner. EN® OF SECTION 40 FTW Front Ends.doc 111-13 SECTION 50 50-01 AUTHORITY OF THE ENGINEER. The Engineer shall decide any and all questions which may arise as to the quality and acceptability of materials furnished, work performed, and as to the manner of performance and rate of progress of the work. He shall decide all questions which may arise as to the interpretation of the specifications or plans relating to the work, the fulfillment of the contract on the part of the Contractor, and the rights of different Contractors on the project. The Engineer shall determine the amount and ,quality of the several kinds of work performed and materials furnished which are to be paid for the under contract. 50-02 CONFORMITY WITH PLANS AND SPECIFICATIONS. All work and all materials furnished shall be in reasonably close conformity with the lines, grades, grading sections, cross sections, dimensions, material requirements, and testing requirements that are specified (including specified tolerances) in the contract, plans or specifications. If the Engineer finds the materials furnished, work performed, or the finished product not within reasonably close conformity with the plans and specifications but that the portion of the work affected will, in his/her opinion, result in a finished product having a level of safety, economy, durability, and workmanship acceptable to the owner, he will advise the owner of his/her determination that the affected work be accepted and remain in place. In this event, the Engineer will document his/her determination and recommend to the owner a basis of acceptance which will provide for an adjustment in the contract price for the affected portion of the work. The Engineer's determination and reco�i�mended contract price adjustments will be based on good engineering judgment and such tests or retests of the affected work as are, in his/her opinion, needed. Changes in the contract price shaii be covered by contract modifications (change order ar supplemental agreement) as applicable. If the Engineer finds the materials furnished, work performed, or the finished product are not in reasonably close conformity with the plans and specifications and have resulted in an unacceptable finished product, the affected work or materials shall be removed and replaced or otherwise corrected by and at the expense of the Contractor in accordance with,the Engineer's written orders. For the purpose of this subsection, the term "reasonably close conformity" shall not be construed as waiving the Contractor's responsibility to complete the work in accordance with the contract, plans, and specifications. The term shall not be construed as waiving the Engineer's right to insist on strict compliance with the requirements of the contract, plans, and specifications during the Contractor's prosecution of the work, when, In the Engineer's opinion, such compliance is essential to provide an acceptable finished portion of the work. For the purpose of this subsection, the term "reasonably close conformity" is also intended to provide the Engineer with the authority to use good engineering judgment in his/her determinations as to acceptance of work that is not in strict conformity but will provide a finished product equal to or better than that Intended by the requirements of the contract, plans and specifications. 50-03 COORDINATION OF CONTRACT, PLANS, AND SPECIFICATIONS. The contract, plans, specifications, and all referenced standards cited are essential parts of the contract requirements. A requirement occurring in one is as binding as though occurring in all. They are intended to be FTW 1"ront Ends.doc I11-14 complementary and to describe and- provide for a complete work, In case of discrepancy, calculated dimensions will govern over scaled dimensions; contract technical specifications shall govern over contract general provisions, plans, cited standards for materials or testing, and cited FAA advisory circulars; contract general provisions shall govern over plans, cited standards for materials or testing, and cited FAA advisory circulars; plans shall govern over cited standards for materials or testing and cited FAA advisory circulars. The Contractor shall not take advantage of any apparent error or omission on the plans or specifications. In the event the Contractor discovers any apparent error or discrepancy, he shall immediately call upon the Engineer for his/her interpretation and decision, and such decision shall be final. 50-04 COOPERATION ION OF CONTRACTOR. The Contractor will be supplied with two copies each of the plans and specifications. He shall have available on the work at all times one copy each of the plans and specifications. Additional copies of plans and specifications may be obtained by the Contractor for the cost of reproduction. The Contractor shall give constant attention to the work to facilitate the progress thereof, and he shall cooperate with the Engineer and his/her inspectors and with other contractors in every way possible. The Engineer shall allocate the work and designate the sequence of construction in case of controversy between contractors. The Contractor shall have a competent superintendent on the work at all times who is fully authorized as his/her agent on the work. The superintendent shall be capable of reading and thoroughly understanding the plans and specifications and shall receive and fulfill instructions from the Engineer or his/her authorized representative. 50-05 COOPERATION BETWEEN CONTRACTORS. The owner reserves the right to contract for and perform other or additional work on or near the work covered by this contract. When separate contracts are let within the limits of any one project, each Contractor shall conduct his/Tier work so as not to interfere with or hinder the progress of completion of the work being performed by other Contractors. Contractors working on the same project shall cooperate with each other as directed. Each Contractor involved shall assume all liability, financial or otherwise, in connection with his/her contract and shall protect and save harmless the owner from any and all damages or claims that may arise because of inconvenience, delays, or loss experienced by him because of the presence and operations of other Contractors working within the limits of the same project. The Contractor shall arrange his/her work and shall place and dispose of the materials being used so as not to interfere with the operations of the other Contractors within the limits of the same project. He shall join his/her work with that of the others in an acceptable manner and shall perform it in proper sequence to that of the others. 50m06 CONSTRUCTION LAYOUT AND STAKES. The Engineer shall establish horizontal and vertical control only. The Contractor must establish all layout required for the construction of the work. Such stakes and markings as the Engineer may set for either his/her own or the Contractor's guidance shall be preserved by the Contractor. In case of negligence on the part of the Contractor, or his/her employees, resulting in the destruction of such stakes or markings, an amount equal to the cost of replacing the same may be deducted from subsequent estimates due the Contractor at the discretion of the Engineer. FTW_i*ront Ends.doc 111-15 50-07 AUTOMATICALLY CONTROLLED EQUIPMENT. Whenever batching or mixing plant equipment is required to be operated automatically under the contract and a breakdown or malfunction of the automatic controls occurs, the equipment may be operated manually or by other methods for a period 48 hours following the breakdown or malfunction, provided this method of operations will product results which conform to all other requirements of the contract. 50-08 AUTHORITY AND DUTIES OF INSPECTORS. Inspectors employed by the owner shall be authorized to inspect all work done and all material furnished. Such inspection may extend to all or any part of the work and to the preparation, fabrication, or manufacture of the materials to be used. Inspectors are not authorized to revoke, alter, orwaive any provision of the contract. Inspectors are not authorized to issue instructions contrary to the plans and specifications or to act as foreman for the Contractor. Inspectors employed by the owner are authorized to notify the Contractor or his/her representatives of any failure of the -work or materials to conform to the requirements of'the contract, plans, or specifications and to reject such nonconforming materials in question until such issues can be referred to the Engineer for his/her decision. 50-09 INSPECTION OF THE WORK. All materials and each part or detail of the work shall be subject to inspection by the Engineer. The Engineer shall be allowed access to all parts of the work and shall be furnished with such information and .assistance by the Contractor as is required to make a complete and detailed inspection. If the Engineer requests it, the Contractor, at any time before acceptance of the work, shall remove or uncover such portions of the finished work as maybe directed. After examination, the Contractor shall restore said portions of the work to the standard required by the specifications. Should the work thus exposed or examined prove acceptable, the uncovering, or removing, and the replacing of the covering or making good of the'parts removed will be paid for as extra work; but should the work so exposed or examined prove unacceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be at the Contractor's expense. Any work done or materials used without supervision or inspection by an authorized representative of the owner may be ordered removed and replaced at the Contractor's expense unless the owner's representative failed to inspect after having been given reasonable notice in writing that the work was to be performed. Should the contract work include relocation, adjustment, or any other modification to existing facilities, not the property of the (contract) owner, authorized representatives of the owners of such facilities shall have the right to inspect such work. Such inspection shall in no sense make any facility owner a partyto the contract, and shall in noway interfere with the rights of the parties to this contract. 50-10 REMOVAL OF UNACCEPTABLE AND UNAUTHORIZED WORK. All work which does not conform to the requirements of the contract, plans, and specifications Will be considered unacceptable, unless otherwise determined acceptable by the Engineer as provided in the subsection titled CONFORMITY WITH PLANS AND SPECIFICATIONS of this section. Unacceptable work, whether the result of poor workmanship, use of defective materials, damage through carelessness, or any other cause found to exist prior to the final acceptance of the work, FTW Front Ends.doc 111-16 shall be removed immediately and replaced in an acceptable manner in accordance with the provisions of the subsection titled CONTRACTOR'S RESPONSIBILI T Y FOR WORKof Section 70. Work done contrary to the instructions of the Engineer, work done beyond the lines shown on the plans or as given, except as herein specified, or any extra work done without authority, will be considered as unauthorized and will not be paid for under the provisions of the contract. Work so done may be ordered removed or' replaced at the Contractor's expense. Upon failure on the part of the Contractor to comply forthwith with any order of the Engineer made under the provisions of this subsection, the Engineer will have authority to cause unacceptable work to be remedied or removed and replaced and unauthorized work to be removed and to deduct the costs (incurred by the owner) from any monies due or to become due the Contractor. 50-11 LOAD RESTRICTIONS. The Contractor shall comply with all legal load restrictions in the hauling of materials on public roads beyond the limits of the work. A special permit will not -relieve the Contractor of liability for damage which may result from the moving of material or equipment. The operation of equipment of such weight or so loaded as to cause damage to structures or to any other type of construction will not be permitted. Hauling of materials over the base course or surface course under construction shall be limited as directed. No loads will be permitted on a concrete pavement, base, or structure before the expiration of the curing period. The Contractor shall be responsible for all damage done by his/her hauling equipment and shall correct such damage at his/her own expense. 50-12 MAINTENANCE D-URING CONS T RUCTION. The Contractor shall maintain the work during construction and until the work is accepted. This maintenance shall constitute continuous and effective work prosecuted day by day; with adequate equipment: and forces so that the work is maintained in satisfactory condition at all times. In the case of a contract for the placing of a course upon a course or subgrade previously constructed, the Contractor shall maintain the previous course or subgrade during all construction operations. All costs of maintenance work during construction and before the project is accepted shall be included in the unit prices bid on the various contract items, and the Contractor will not be paid -an additional amount for such work. 50-13 FAILURE T O MAINTAIN THE WORK. Should the Contractor at anytime fail to maintain the work as provided in the subsection titled MAINTENANCE DURING CONSTRUCTION of this section, the Engineer shall immediately notify the Contractor of such noncompliance. Such notification shall specify a reasonable time within which the Contractor shall be required to remedy such unsatisfactory maintenance condition. The time specified will give due consideration to the exigency that exists. Should the Contractor fail to respond to the Engineer's notification, the Engineer may suspend any work necessaryfor the owner to correct such unsatisfactory. maintenance condition, depending on the exigency that exists. Any maintenance cost incurred by the owner, shall be deducted from monies due or to become due the Contractor. FTW Front Ends.doo III-17 50-14 (PARTIAL ACCEPTANCE. If at anytime during the prosecution of the project the Contractor substantially completes a usable unit or portion of the work, the occupancy of which will benefit the owner, he may request the Engineer to make final inspection of that unit. If the Engineerfinds upon inspection that the unit has been satisfactorily completed in compliance with the contract, he may accept it as being completed, and the Contractor may be relieved of further responsibility for that unit. Such partial acceptance and beneficial occupancy by the owner shall not void or alter any provision of the contract. 5b-15 FINAL ACCEPTANCE. Upon due notice from the Contractor of presumptive completion of the entire project, the Engineer and owner will make an inspection. If all construction provided for and contemplated by the contract is found to be completed in accordance with the contract, plans, and specifications, such inspection shall constitute the final inspection. The Engineer shall notify. the Contractor in writing of final acceptance as of the date of the final inspection. If, however, the inspection discloses any work, in whole or in part, as being unsatisfactory, the Engineer will give the Contractor the necessary instructions for correction of same and the Contractor shall immediately comply with and execute such instructions. Upon correction of the work, another inspection will.be made which shall constitute the final inspection, provided the work has been satisfactorily completed. In such event, the Engineer will make the final acceptance and notify the Contractor in writing of this acceptance as of the date of final inspection. 50-16 CLAIMS FOR ADJUSTMENT AND DISPUTES. If for any reason the Contractor deems that additional compensation is due him for work or materials not clearly provided for in the contract, plans, or specifications or previously authorized as extra work, he shall notify the Engineer in writing of hislher intention to claim such additional compensation before he begins the work on which he bases the claim. If such notification is not given or the Engineer is not afforded proper opportunity by the Contractor for keeping strict account of actual cost as required, then the Contractor hereby agrees to waive any claim for such additional compensation. Such notice by the Contractor and the fact that the Engineer has kept account of the cost of the work shall not in any way be construed as proving or substantiating the validity of the claim. When the work on which the claim for additional compensation is based has been completed, the Contractor shall, within 10 calendar days, submit his/her written claim to the Engineer who will present it to the owner for consideration in accordance with local laws or ordinances. Nothing in this subsection shall be construed as a waiver of the Contractor's right to dispute final payment based on differences in measurements or computations. -50--17 CAST REDUCTION INCENTIVE. The provisions of this subsection will apply only to contracts awarded to the lowest bidder pursuant to competitive bidding. On projects with original contract amounts in excess of $100,000, the Contractor may submit to the Engineer, in writing, proposals for modifying the plans, specifications or other requirements of the contract for the sole purpose of reducing the cost of construction. The cost reduction proposal shall not Impair, in any manner, the essential functions or characteristics of the project, including but not limited to service life, economy of operation, ease of maintenance, desired appearance, design and safety standards. This provision shall not apply unless the proposal submitted is specifically identified by the Contractor as being presented for consideration as a value engineering proposal. FTW_Front_Ends.doc III-16 Not eligible for cost reduction proposals are changes in the basic design of a pavement type, runway and taxiway lighting, visual aids, hydraulic capacity of drainage facilities, or changes in grade or alignment that reduce the geometric standards of the project. As a minimum, the following information shall be submitted by the Contractor with each proposal: .a. A description of both existing contract requirements for performing the work and the proposed changes, with a discussion of the comparative advantages and disadvantages of each; b. An itemization of the contract requirements that must be changed if the proposal is adopted; c. A detailed estimate of the cost of performing the work under -the existing contract and under the proposed changes; d. A statement of the time by which a change order adopting the proposal must be issued; e. A statement of the effect adoption of the proposal will have on the time for completion of the'contract; and f. The contract items of work affected by the proposed changes, including any quantity variation attributable to them. The Contractor may withdraw, in whole or in part, any cost reduction proposal not accepted by the Engineer, within the period specified in the proposal. The provisions of this subsection shall not be construed to require the Engineer to consider any cost reduction proposal which may be submitted. The Contractor shall continue to perform the work in accordance with the requirements of the contract until a change order incorporating the cost reduction proposal has been issued. If a change order has not been issued by the date upon which the Contractor's cost reduction proposal specifies that a decision should be made, or such other date as the Contractor may subsequently have requested in writing, such cost reduction proposal shall be deemed rejected. The Engineer shall be the sole judge of the acceptability of a cost reduction proposal and of the estimated net savings from the adoption of all or any part of such proposal. In determining the estimated net savings, the Engineer may disregard the contract bid prices if, in the Engineer's judgment such prices do not represent a fair measure of the value of the work to be performed or deleted. The owner may require the Contractorto share in the.owner's costs of investigating a cost reduction proposal submitted by the Contractor as a condition of considering such proposal. Where such a condition is imposed, the Contractor shall acknowledge acceptance of it in writing. Such acceptance shall constitute full authority for the owner to deduct the cost of investigating a cost reduction proposal from amounts payable to the Contractor under the contract. If the Contractor's cost reduction proposal is accepted in whole or in part, such acceptance will be by a contract change order which shall specifically state that it Is executed pursuant to this subsection. Such change order shall incorporate the changes in the plans and specifications which are necessary to permit the cost reduction proposal or such part of it as has been accepted and FTW_Front Fnds.doc I11-19 shall include any conditions upon which the Engineer's approval is based. The change order shall also set forth the estimated net savings attributable to the cost reduction proposal. The net savings shall be determined as the difference in costs between the original contract costs for the involved work items and the costs occurring as a result of the proposed change. The change order shall also establish the net savings agreed upon and shall provide for adjustment in the contract price that will divide the net savings equally between the Contractor and -the Owner. The Contractor's 50 percent share of the, net savings shall constitute full compensation to the Contractor for the cost reduction proposal and the performance of the work. Acceptance of the cost -reduction proposal and performance of the cost -reduction work shall not extend the time of completion of the contract unless specifically provided for in the contract change order. END OF SECTION 50 FT—W Front Ends.doc III-20 SECTION 60 CONTROL OF MATERIALS 60-01 SOURCE OF SUPPLY AND QUALITY REQUIREMENTS. The materials used on the work shall conform to the requirements of the contract, plans, and specifications. Unless otherwise specified, such materials that are manufactured or processed shall be new (as compared to used or reprocessed). In order to expedite the inspection and testing of materials, the Contractor shall furnish complete statements to the Engineer as to the origin, composition, and manufacture of all materials to be used in the work. Such statements shall be furnished promptly after execution of the contract but, in ail cases, prior to delivery of such materials. At the Engineer's option, materials may be approved at the source of supply before delivery is stated. If it is found after trial that sources of supply for previously approved materials do not produce specified products, the Contractor shall furnish materials from other sources. The Contractor shall furnish airport lighting equipment that conforms to the requirements of cited materials specifications. In addition, where an FAA specification for airport lighting equipment is cited in the plans or specifications, the Contractor shall furnish such equipment that is: a. Listed in FAA Advisory Circular (AC)15015345-1, Approved Airport Equipment, that is in effect on the date of advertisement; and, b. Produced by the manufacturer qualified (by FAA) to produce such specified and listed equipment. The following airport lighting equipment is required for this contract and is to be furnished by the Contractor in accordance with the requirements of this subsection: Emergency Generator 60-02 SAMPLES, TESTS, AND CITED SPECIFICATIONS. All materials used in the work shall be inspected, tested, and approved by the Engineer before incorporation in the work. Any work in which untested materials are used without approval or written permission of the Engineer shall be performed at the Contractor's risk. Materials found to be unacceptable and unauthorized will not be paid for and, if directed by the Engineer, shall be removed at the Contractor's expense. Unless otherwise designated, tests in accordance with the cited standard methods of AASHTO or ASTM which are current on the date of advertisement for bids will be made by and at the expense of the owner. Samples will be taken by a qualified representative of the owner. All materials being used are subject to inspection, test, or rejection at anytime prior to or during incorporation into the work. Copies of all tests will be furnished to the Contractor's representative at his/her request. 60-03 CERTIFICATION OF COMPLIANCE. The Engineer may permit the use, prior to sampling and testing, of certain materials or assemblies when accompanied by manufacturer's certificates of compliance stating that such materials or assemblies fully comply with the requirements of the contract. The certificate shall be signed by the manufacturer. Each lot of such materials or FTw_Front Ends.doc IEI-21 assemblies delivered to the work must be accompanied by a certificate of compliance in which the lot is clearly identified. Materials or assemblies used on the basis of certificates of compliance may be sampled and tested at any time and if found not to be in conformity with contract requirements will be subject to rejection whether in place or not. The form and distribution of certificates of compliance shall be as approved by the Engineer. When a material or assembly is specified by "brand name or equal" and the Contractor elects to furnish the specified "brand name,"'the Contractor shall be required to fumish the manufacturer's certificate of compliance for each lot of such material or assembly delivered to the work. Such certificate of compliance shall clearly identify each lot delivered and shall certify as to: and, a. Conformance to the specified performance, testing, quality or dimensional requirements; b. Suitability of the material or assembly for the use intended in the contract work. Should the Contractor propose to furnish an "or equal" material or assembly, he shall furnish the manufacturer's certificates of compliance as hereinbefore described for the specified brand name material or assembly. However, the Engineer shall be the sole judge as to whether the proposed 'tor equal" is suitable for use in the work. The Engineer reserves the right to refuse permission for use of material,} or assemblies on the basis of certificates of compliance.• 60-04. PLANT INSPECTION. The Engineer or his/her authorized representative may inspect, at its source, any specified material or assembly to be used in the.work. Manufacturing plants may be inspected from time to time forthe purpose of determining compliance with specified manufacturing methods or materials to be used in the work and to obtain samples required for his/her acceptance of the material or assembly. Should the Engineer conduct plant inspections, the following conditions shall exist: a. The Engineer shall have the cooperation and assistance of the Contractor and the producer with whom he has contracted for materials. b. The Engineer shall have full entry at all reasonable times to such parts of the plant that concern the manufacture or production of the materials being furnished. c. If required by the Engineer, the Contractor shall arrange for adequate office or working space that may be reasonably needed for conducting plant inspections. Office or working space should be conveniently located with respect to the plant. It is understood and agreed that the owner shall have the right to retest any material which has been tested and approved at the source of supply after it has been delivered to the site. The Engineer shall have the right to reject only material which, when retested, does not meet the requirements of the contract, plans, or specifications. FTVU Front Ends.doc II1-22 60-06 ENOINEEWS YIELD OFFICE AND LABORATORY. When specified and provided for as a contract item, the Contractor shall furnish a building for the exclusive use of the Engineer as a field office and field testing laboratory. The building shall be furnished and maintained by the Contractor as specified herein and shall become property of the Contractor when the contract work is completed. 60-06 S T ORAOE OF MATERIALS. Materials shall be so stored as to assure the preservation of their quality and fitness for the work. Stored materials, even though approved before storage, may again be inspected prior to their use in the work. Stored materials shall be located so as to facilitate their prompt inspection. The Contractor shall coordinate the storage of all ' materials with the Engineer. Materials to be stored on airport property shall not create an obstruction to air navigation nor shall they interfere with the free and unobstructed movement of aircraft. Unless otherwise shown on the plans, the storage of materials and the location of the Contractor's plant and parked equipment or vehicles shall be as directed by the Engineer. Private property shall not be used for storage purposes without written permission of the owner or lessee of such property. The Contractor shall make all arrangements and bear all expenses for the storage of materials on private property. Upon request, the Contractor shall furnish the Engineer a copy of the property owner's permission. All storage sites on private or airport property shall be restored to their original condition by the Contractor at his/her entire expense, except as otherwise agreed to (in writing) by the owner or lessee of the property. 60-07 UNACCEPTABLE MATERIALS. Any material or assembly that does not conform to the requirements of the contract, plans, or specifications shall be considered unacceptable and shall be rejected. The Contractor shall remove any rejected material or assembly from the site of the work, unless otherwise instructed by the Engineer. No rejected material or assembly, the defects of which have been corrected by the Contractor, shall be returned to the site of the work until such time as the Engineer has approved its use in the work. 60-08 OWNER FURNISHED MATERIALS. The Contractor shall furnish all materials required to complete the work, except those specified herein (if any) to be furnished -by the'owner. Owner - furnished materials shall be made available to the Contractor at the location specified herein. All costs of handling, transportation from the specified location to the site of work, storage, and installing owner -furnished materials shall be included in the unit price bid for the contract item in which such owner furnished material is used. After any owner -furnished material has been delivered to the location specified, the Contractorshall be responsible for any demurrage, damage, loss, or other deficiencies which may occur during the Contractor's handling, storage, or use of such owner -furnished material. The owner will deduct from any monies due or to become due the Contractor any cost incurred by the owner in making good such loss due to the Contractor's handling, storage, or use of owner -furnished materials. END OF SECTION 60 FTW Front Ends.doc III-23 SECTION 70 LEGAL REGULATIONS AND RESPONSIBILITY TO PUBLIC 70-01 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of all Federal and state laws, all local laws, ordinances, and regulations and all orders and decrees of bodies or tribunals having any jurisdiction or authority, which in any manner affect those engaged or employed on the work, or which in any way affect the conduct of the work. He shall at all times observe and comply with all such laws, ordinances, regulations, orders, and decrees; and shall protect and indemnify the owner and all his/her officers, agents, or servants against any claim or liability arising from or based on the violation of any such law, ordinance, regulation, order, or decree, whether by himself or his/her employees. 70-02 PERMITS, LICENSES, AND TAXES. The Contractor shall procure all permits and licenses, pay all charges, fees, and taxes, and give all notices necessary and incidental to the due and lawful prosecution of the work. 70-03 PAT ELATED DEVICES, MATERIALS, AND PROCESSES. If the Contractor is required or desires to use any design, device, material, or process covered by letters of patent or copyright, he shall provide for such use by suitable legal agreement with the patentee or owner. The Contractor and the surety shall indemnify and save harmless the owner, any third party, or political subdivision from any and all claims for infringement by reason of the use of any such patented design, device, material or process, or any trademark or copyright, and shall indemnify the owner for any costs, expenses, and damages which it may be obliged to pay by reason of an infringement, at any time during the prosecution or after the completion of the work. 70-04 RESTORATION OF SURFACES DISTURBED BY OTHERS. The owner reserves the right to authorize the construction, reconstruction, or maintenance of any public or private utility service, FAA or National Oceanic and Atmospheric Administration (NOAA) facility, or a utility service of another government: agency at any time during the progress of the work. Except as listed above, the Contractor shall not permit any individual, firm, or corporation to excavate or otherwise disturb such utility services or facilities located within the limits of the work without the written permission of the Engineer. Should the owner of public or private utility service, FAA, or NOAA facility, or a utility service of another government agency be authorized to construct, reconstruct, or maintain such utility service or facility during the progress of the work, the Contractor shall cooperate with such owners by arranging and performing the work in this contract so as to facilitate such construction, reconstruction or maintenance by others whether or not such work by others is listed above. When ordered as extra work by the Engineer, the Contractor shall make all necessary repairs to the work which are due to such authorized work by others, unless otherwise- provided for In the contract, plans, or specifications. It is understood and agreed that the Contractor shall not be entitled to make any claim for damages due to such authorized work by others or for any delay to the work resulting from such authorized work. 70-05 FEDERAL AID PARTICIPATION. For AIP contracts, the United States Government has agreed to reimburse the owner for some portion of the contract costs.. Such reimbursement is made from time to time upon the owner's (sponsor's) request to the FAA. In consideration of the United FTW Front Ends.doc III-24 Sates Government's (FAA's) agreement with the owner, the owner has included provisions in this contract pursuant to the requirements of the Airport Improvement Act of 1982, as amended by the Airport and Airway Safety and Capacity Expansion Act of 1987, and the Rules and Regulations of the FAA that pertain to the work. As required by the Act, the contract work is subject to the inspection and approval of duly authorized representatives of the Administrator, FAA, and is further subject to those provisions of the rules and regulations that are cited in the contract, plans, or specifications. No requirement of the Act, the rules and regulations implementing the Act, or this contract shall be construed as making the Federal Government a party to the contract nor will any such requirement interfere, in any way, with the rights of either party to the contract. 70-06 SANITARY, HEALTH, AND SAFETY PROVISIONS. The Contractor shall provide and maintain in a neat, sanitary condition such accommodations for the use of his/her employees as may be necessary to'comply with the requirements of the state and local Board of Health, or of other bodies or tribunals having jurisdiction. Attention is directed to Federal, state, and local laws, rules and regulations concerning construction safety and health standards. The Contractor shall not require any worker to work in surroundings or under conditions are unsanitary, hazardous, or dangerous to his/her health or safety. 70-07 PU8L1C CONVENIENCE AND SAFETY. The Contractor shall control his/her operations and those of his/her subcontractors and all suppliers, -to assure the least inconvenience to the traveling public. Under all circumstances, safety shall be the most important consideration. The Contractor shall maintain the free and unobstructed movement of aircraft and vehicular traffic with respect to his/her own operations and those of his/her subcontractors and all suppliers in accordance with the subsection titled MAINTENANCE OF TRAFFIC of Section 40 hereinbefore specified and shall limit such operations for the convenience and safety of the traveling public as specified in the subsection titled LIMITATION OF OPERATIONS of Section 80. hereinafter. 70-08 BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS. The Contractor shall furnish, erect, and maintain all barricades, warning signs, and markings for hazards necessary to protect the public and the work. When used during periods of darkness, such barricades, warning signs, and hazard markings shall be suitably illuminated. For vehicular and pedestrian traffic, the Contractor shall furnish, erect, and maintain barricades, warning signs, lights and other traffic control devices in reasonable conformity with the Manual of Uniform Traffic Control Devices for Streets and Highways (published by the United States Government Printing Office). When the work requires closing an air operations area of the airport or portion of such area, the Contractor shall furnish, erect, and maintain temporary markings and associated lighting conforming to the requirements of AC 150/5340-1, Marking of Paved Areas on Airports. The Contractor shall furnish, erect, and maintain markings and associated lighting of open trenches, excavations, temporary stock plies, and his/her parked construction equipment that may be hazardous to the operation of emergency fire -rescue or maintenance vehicles on the airport in FTW Front Fnds.doc III-25 reasonable conformance to AC 150/5370-2, Operational Safety on Airports During Construction Activity. The Contractor shall identify each motorized vehicle or piece of construction equipment in reasonable conformance to AC 15015370-2. The Contractor shall furnish and erect all barricades, warning signs, and markings for hazards prior to commencing work which requires such erection and shall maintain the barricades, warning signs, and markings for hazards until their dismantling is directed by the Engineer. Open flame type lights shall not be permitted within the air operations areas of the airport. 70--03 USE OF EXPLOSIVES. When the use of explosives is necessary for the prosecution of the work, the Contractor shall exercise the utmost care not to endanger life or property, including new work. The Contractor shall be responsible for all damage resulting from the use of explosives.. All explosives shall be stored in a secure manner in compliance with all laws and ordinances, and all such storage places shall be clearly marked. Where no local laws or ordinances apply, storage shall be provided satisfactory to the Engineer and, in general, not closer than 1,000 feet (300 m) from the work or from any building, road, or other place of human occupancy. The Contractor shall notify each property owner and public utility company having structures or facilities in proximity to the site of the work of his/her intention to use explosives. Such notice shall be given sufficiently in advance to enable them to take such steps as they may deem necessary to protect their -property from injury. The use of electrical blasting caps shall not be permitted on or within 1,000 feet (300 m) of the airport properly. 70-10 PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPE. The Contractor shall be responsible for the preservation of all public and private property, and shall protect carefully from disturbance or damage all land monuments and property markers until the Engineer has witnessed or otherwise referenced their location and shall not move them until directed. The Contractor shall be responsible for all damage or injury to property of any character, during the 'prosecution of the work, resulting from any act, omission, neglect, or misconduct in his/her manner or method of executing the work, or at any time due to defective work or materials, and said responsibility will not be released until the project shall have been completed and accepted. When or where any direct or indirect damage or injury is done to public or private property by or on account of any act, omission, neglect, or misconduct in the execution of the work, or in consequence of the nonexecution thereof by the Contractor, he shall restore, at his/her own expense, such property to a condition similar or equal to that existing before such damage or injury was done, by repairing, or otherwise restoring as may be directed, or he shall make good such damage or injury in an acceptable manner. 70-11 RESPONSIBILITY FOR DAMAGE CLAIMS. The Contractor shall indemnify and save harmless the Engineer and the owner and their officers, and employees from all suits actions, or claims of any character brought because of any injuries or damage received or sustained by any person, persons, or property on account of the operations of the Contractor; or on account of or in RW Front Fnds.doc 111-26 consequence of any neglect in safeguarding the work; or through use of unacceptable materials in constructing the work; or because of any act or omission, neglect, or misconduct of said Contractor; or because of any claims or amounts recovered from any infringements of patent, trademark, or copyright; or from any claims or amounts arising or recovered under the"Workmen's Compensation Act," or any other law, ordinance, order, or decree. Money due the Contractor under and by virtue of his/her contract as maybe considered necessary by the owner for such purpose maybe retained for the use of the owner or, in case no money is due, his/her surety may be held until such suit or suits, action or actions, claim or claims for injuries or damages as aforesaid shall have been settled and suitable evidence to that effect furnished to the owner, except that money due the Contractor will not be withheld when the Contractor produces satisfactory evidence that he is adequately protected by public liability and property damage insurance. 70-12 THIRD PARTY BENEFICIARY CLAUSE. It is specifically agreed between the parties executing the contract that it is not intended by any of the provisions of any part of the contract to create the public or any member thereof a third party beneficiary or to authorize anyone not a party to the contract to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of the contract. 70-13 OPENING SECTIONS OF THE WORK TO TRAFFIC. Should it be necessary for the Contractor to complete portions of the contract work for the beneficial occupancy of the owner prior to completion of the entire contract, such "phasing" of the work shall be specified herein and indicated on the plans. When so specified, the Contractor shall complete such portions of the work on or before the date specified or as otherwise specified. The Contractor shall make his/her own estimate of the difficulties involved in arranging his/herwork to permit such beneficial occupancy by the owner as described below, as outlined in Part I Special Provisions and Part IV Owners Supplemental Special Provisions and as shown on the plans: Work Item Days to Complete Work Upon completion of any portion of the work listed above, such portion shall be accepted by the owner in accordance with the subsection titled PARTIAL ACCEPTANCE of Section 50. No portion of the work may be opened by the Contractor for public use until ordered by the Engineer in writing. Should it become necessary to open a portion of the work to public traffic on a temporary or intermittent basis, such openings shall be made when, in the opinion of the Engineer, such portion of the work is in an acceptable condition to support the intended traffic. Temporary or intermittent openings are considered to be inherent in the work and shall not constitute either acceptance of the portion of the work so opened or a waiver of any provision of the contract. Any damage to the portion of the work so opened that is not attributable to traffic which is permitted by the owner shall be repaired by the Contractor at his/her expense. The Contractor shall make his/her own estimate of the, inherent difficulties involved in completing the work under the conditions herein described and shall not claim any added compensation by reason of delay or increased cost due to opening a portion of the contract work. 70A4 CONTRACTOR'S RESPONSIBILITY FOR WORK. Until the Engineer's final written acceptance of the entire completed work, excepting only those portions of the work accepted in FTW Front Ends.doc III-27 accordance with the subsection titled PARTIAL ACCEPTANCE of Section 50, the Contractor shall have the charge and care thereof and shall take every, precaution against injury or damage to any part due to the action of the elements or from any other cause, whether arising from the execution or from the nonexecution of the work. The Contractor shall rebuild, repair, restore, and make good all injuries or damages to any portion of the work occasioned by any.of the above causes before final acceptance and shall bear the- expense thereof except damage to the work due to unforeseeable causes beyond the control of and without the fault or negligence of the Contractor, including but not restricted to acts.of God such as earthquake, tidal wave, tornado, hurricane or other cataclysmic phenomenon of nature, or acts of the public enemy or of government authorities. If the work is suspended for any cause whatever, the Contractor shall be responsible for the work and shall take such precautions necessary to prevent damage to the work. The Contractor shall provide for normal drainage and shall erect necessary temporary structures, signs, or other facilities at his/her expense. During such period of suspension of work, the Contractor shall properly and continuously maintain in an acceptable growing condition all living material in newly established planting, seeding, and sodding furnished under his/her contract, and shall take adequate precautions to protect new tree growth and other important vegetative growth against injury. 70-15 CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS, As provided in the subsection titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section, the Contractor shall cooperate with the owner of any public or private utility service, FAA or NOAA, or a utility service of another government agency that may be authorized by the owner to construct, reconstruct or maintain such utility services or facilities during the progress of the work. In addition, the Contractor shall control his/her operations to prevent the unscheduled interruption of such utility services and facilities. To the extent that such public or private utility services, FAA, or NOAA facilities. or utility services of another governmental agency are known to exist within the limits of the contract work, the approximate locations have been indicated on the plans_ It is understood and agreed that the owner does not guarantee the accuracy or the completeness of the location information relating to existing utility services, facilities, or structures that may ne shown on the plans or encountered in the work. Any inaccuracy or omission in such information shall not relieve the Contractor of his/her responsibility to protect such existing features from damage or unscheduled interruption of service. It is further understood and agreed that the Contractor shall, upon execution of the contract, notify the owners of all utility services or other facilities of his/her plan of operations. Such notification shall be in writing addressed to THE PERSON TO CONTACT as provided hereinbefore in this subsection and the subsection titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section. A copy of each notification shall be given to the Engineer. In addition to the general written notification hereinbefore provided, it shall be the responsibility of the Contractor to keep such individual owners advised of changes in his/her plan of operations that would affect such owners. Prior to commencing the work in the general vicinity of an existing utility service or facility, the Contractor shall again notify each such owner of his/her plan of operation. If, in the Contractor's opinion, the owner's assistance is needed to locate the utility service orfacility or the presence of a representative of the owner is desirable to observe the work, such advice should be included in the FTW Front Ends.doc 111-28 notification. Such notification shall be given by the most expeditious means to reach the utility owner's PERSON TO CONTACT no later than two normal business days prior to the Contractor's commencement of operations in such general vicinity. The Contractor shall furnish a written summary of the notification to the Engineer. The Contractor's failure to give the two day's notice herein above provided shall be cause for the Engineer to suspend the Contractor's operations in the general vicinity of a utility service or facility. Where the outside limits of an underground utility service have been located and staked on the ground, the Contractor shall be required to use excavation methods acceptable to the Engineer within 3 feet (90 cm) of such outside limits at such points as may be required to ensure protection from damage due to the Contractor's operations. Should the Contractor damage or interrupt the operation of a utility service or facility by accident or otherwise, he shall immediately notify the proper authority and the Engineer and shall take all reasonable measures to prevent further damage or interruption of service. The Contractor, in such events, shall cooperate with the utility service or facility owner and the Engineer continuously until such damage has been repaired and service restored to the satisfaction of the utility or facility owner. The Contractor shall bear all costs of damage and restoration of service to any utility service or facility due to his/her operations whether or not due to negligence or accident. The contract owner reserves the right to deduct such costs from any monies due or which may become due the Contractor, or his/her surety. 70-16 FURNISHING RIGHTS -OF -WAY. The owner will be responsible for furnishing all tights -of - way upon which the work is to be constructed in advance of the Contractor's operations. 70-17 PERSONAL LIABILITY OF PUBLIC OFFICIALS. In carrying out any of the contract provisions or in exercising any power or authority granted to him by this contract, there shall be no liability upon the Engineer, his/her authorized representatives, or any officials of the owner either personally or as an official of the o►uner. It is understood that in such matters they act solely as agents and representatives of the owner. 70-18 NO WAIVER OF LEGAL RIGHTS. Upon completion of the work, the owner will expeditiously make final inspection and notify the Contractor of final acceptance. Such final acceptance, however, shall not preclude or estop the owner from correcting any measurement, estimate, or certificate made before or after completion of the work, nor shall the owner be precluded or estopped from recovering from the Contractor or his/her surety, or both, such overpayment as may be sustained, or by failure on the part of the Contractor to fulfill his/her obligations under the contract. A waiver on the part of the owner of any breach of any part of the contract shall not be held to be a waiver of any other or subsequent breach. The Contractor, without prejudice to the terms of the contract, shall be liable to the owner for latent defects, fraud, or such gross mistakes as may amount to fraud, or as regards the owner's rights under any warranty or guaranty. 70-19 ENVIRONMENTAL PROTECTION. The Contractor shall comply with all Federal, state, and local laws and regulations controlling pollution of the environment. He shall take necessary precautions to prevent pollution of streams, lakes, ponds, and reservoirs with fuels, oils, bitumens, F71N Front Ends.doc III-29 chemicals, or other harmful materials and to prevent pollution of the atmosphere from particulate and gaseous matter. 70-20 ARCHAEOLOGICAL AND HISTORICAL FINDINGS. Unless otherwise specified in this subsection, the Contractor is advised that the site of the work is not within any property, district, or site, and does not contain any building, structure, or object listed in the current National Register of Historic Places published by the United States Department of Interior. Should the Contractor encounter, during his/her operations, any building, part of a building, structure, or object which is incongruous with its surroundings, he shall immediately cease operations in that location and notify the Engineer. The Engineer will immediately investigate the Contractor's finding and will direct the Contractor to either resume his/her operations or to suspend operations.as directed. Should the Engineer order suspension of the Contractor's operations in order to protect an archaeological or historical finding, or order the Contractor to perform extra work, such shall be covered by an appropriate contract modification (change order of supplemental agreement) as provided in the subsection titled EXTRA WORK of Section 40 and the subsection titled PAYMENT FOR EXTRA WORK AND FORCE ACCOUNT WORK of Section 90. If appropriate, the contract modification shall include an extension of contract time in accordance with the Subsection titled DETERMINATION AND EXTENSION OF CONTRACT TIME of Section 80. END OF SECTION 70 FTW Front Ends.doc III-30 SECTION 80 PROSECUTION AND PROGRESS 80-01 SUBLETTING OLD CONTRACT. The owner will not recognize any subcontractor on the work. The Contractor shall at all times when work is in progress be represented either in person, by a qualified superintendent, or by other designated, qualified representative who is duly authorized to receive and execute orders of the Engineer. Should the Contractor elect to assign his/her contract, said assignment shall be concurred in by the surety, shall be presented for the consideration and approval of the owner, and shall be consummated only on the written approval of the owner. In case of approval, the Contractor shall file copies of all subcontracts with the Engineer. 80-02 NOTICE TO PROCEED. The notice to proceed shall state the date on which it is expected the Contractor will begin the construction and from which date contract time will be charged. The Contractor shall begin the work to be performed under the contract within 10 days of the date set by the Engineer in the written notice to proceed, but in any event, the Contractor shall notify the Engineer at least 24 hours in advance of the time actual construction operations will begin. 80-03 PROSECUTION AND PROGRESS. Unless otherwise specified, the Contractor shall submit his/her progress schedule for the Engineer's approval within 10 days after the effective date of the notice to proceed. The Contractor's progress schedule, when approved by the Engineer, may be used to establish major construction operations and to check on the progress of the work. The Contractor shall provide sufficient materials, equipment, and labor to guarantee the completion of the project in accordance with the plans and specifications within the time set forth in the proposal. If the Contractor falls significantly behind the submitted schedule, the Contractor shall, upon the Engineer's request, submit a revised schedule for completion of the work within the contract time and modify his/her operations to provide such additional materials, equipment, and labor necessary to meet the revised schedule. Should the prosecution of the work be discontinued for any reason, the Contractor shall notify the Engineer at least 24 hours in advance of resuming operations. For AIP contracts, the Contractor shall not commence any actual construction prior to the date on which the notice to proceed is issued by the owner. 80-04 LIMITAT ION OF OPERATIONS. The Contractor shall control his/her operations and the operations of his/her subcontractors and all suppliers so as to provide forthefree and unobstructed movement of aircraft in the AIR OPERATIONS AREAS of the airport. When the work requires the Contractor to conduct his/her operations within an AIR OPERATIONS AREA of the airport, the work shall be coordinated with airport management (through the Engineer) at least 48 hours prior to commencement of such work. The Contractor shall not close an AIR OPERATIONS AREA until so authorized by the Engineer and until the necessary temporary marking and associated lighting is in place as provided in the subsection titled BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS of Section 70. When the contract work requires the Contractor to work within an AIR OPERATIONS AREA of the airport on an intermittent basis (intermittent opening and closing of the AIR OPERATIONS AREA), FTW Front Ends.doc III-31 the Contractor shall maintain constant communications as hereinafter specified; immediately obey all instructions to vacate the AIR OPERATIONS AREA; immediately obey all instructions to resume work in such AIR OPERATIONS AREA. Failure to maintain the specified communications or to obey instructions shall be cause for suspension of the Contractor's operations in the AIR OPERATIONS AREA until the satisfactory conditions are provided. 60-0 r CHARACTER OF WORKERS, METHODS, AND EQUIPMENT. The Contractor shall, at all times, employ sufficient labor and equipment for prosecuting the work to full completion in the manner and time required by the contract, plans, and specifications. All workers shall have sufficient skill and experience to perform properly the work assigned to them. Workers engaged in special work or skilled work shall have sufficient experience in such work and in the operation of the equipment required to perform the work satisfactorily. All equipment which is proposed to be used on the work shall be of sufficient size and in such mechanical condition as to meet requirements of the work and to produce a satisfactory quality of work. Equipment used on any portion of the work shall be such that no injury to previously completed work, adjacent property, or existing airport facilities, will result from its use. When the methods and equipment to be used by the Contractor in accomplishing the work are not prescribed in the contract, the Contractor is free to use any methods or equipment that will accomplish the work in conformity with the requirements of the contract, plans, and specifications_ When the contract specifies the use of certain methods and equipment, such methods and equipment shall be used unless others are authorized by the Engineer. if the Contractor desires to use a method or type of equipment other than specified inn the! contract, he may request authority from the Engineer to do so. The request shall be in writing and shall include a luii description of the methods and equipment proposed and of the reasons for desiring to make the change. If approval is given, it will be on the condition that the Contractor will be fully responsible for producing work in conformity with contract requirements. If, after trial use of the substituted methods or equipment, the Engineer determines that the work produced does not meet contract requirements, the Contractor shall discontinue the use of the substitute method or equipment and shall complete the remaining work with the specified methods and equipment. The Contractor shall remove any deficient work and replace it with work of specified quality, or take such other corrective action as the Engineer may direct. No change will be made in basis of payment for the contract items involved nor in contract time as a result of authorizing a change in methods or equipment underthis subsection. 80-06 TEMPORARY SUSPENSION OF THE WORK. The Engineer shall have the authority to suspend the work wholly, or in part, for such period or periods as he may deem necessary, due to unsuitable weather, or such other conditions as are considered unfavorable for the prosecution of the work, or for such time as is necessary due to the failure on the part of the Contractorto carry out orders given or perform any or all provisions of the contract. In the event that the Contractor is ordered by the Engineer, in writing, to suspend work for some unforeseen cause not otherwise provided for in the contract and over which the Contractor has no control, the Contractor may be reimbursed for actual money expended on the work during the period of shutdown. No allowance will be made for anticipated profits. The period of shutdown shall be computed from the effective date of the Engineer's order to suspend work to the effective date of the Engineer's order to resume the work. Claims for such compensation shall be filed with I-TW Front Ends.doc ]I1-32 the Engineer within the time period stated in the Engineer's order to resume work. The Contractor shall submit with his/her claim information substantiating the amount shown on the claim. The Engineer will forward the Contractor's claim to the owner for consideration in accordance with local laws or ordinances. No provision of this article shall be construed as entitling the Contractor to compensation for delays due to inclement weather, for suspensions made at the request of the Contractor, or for any other delay provided for in the contract, plans, or specifications. If it should become necessary to suspend work for an indefinite period, the Contractor shall store all materials in such manner that they will not become an obstruction nor become damaged in .any way. He shall take every precaution to prevent damage or deterioration of the work performed and provide for normal drainage of the work. The Contractor shall erect temporary structures where necessary to provide for traffic on, to, or from the airport. 80-07 DETERMINATION AND EXTENSION OF CONTRACT TIME. The number of calendar or working days allowed for completion of the work shall be stated in the proposal and contract and shall be known as the CONTRACT TIME. Should'the contract time require extension for reasons beyond the Contractor's control, it shall be adjusted as follows: CONTRACT TIME based on WORKING DAYS shall be calculated weekly by the Engineer. The Engineer will furnish the Contractor a copy of his/her weekly statement of the number of working days charged against the contract time during the week and the number of working days currently specified for completion of the contract (the original contract time plus the number of working days, if any, that have been included in approved CHANGE ORDERS or SUPPLEMENTAL AGREEMENTS covering EXTRA WORK). The )engineer shall base his/her weekly statement of contract time charged on the following considerations: a. No time shall be charged for days on which the Contractor is unable to proceed with the principal item of work under construction at the time for at least a hours with the normal work force employed on such principal item. Should the normal work force be on a double-shift,12 hours shall be used. Should the normal work force be on a triple -shift, 18 hours shall apply. Conditions beyond the Contractor's control such as strikes, lockouts, unusual delays In transportation, temporary suspension of the principal item of work under construction or temporary suspension of the entire work which have been ordered by the Engineer for reasons not the fault of the Contractor, shall not be charged against the contract time. b. The Engineer will not make charges against the contract time prior to the effective date of the notice to proceed. c. The Engineer will begin charges against the contract time on the first working day after the effective date of the notice to proceed. d. The Engineer will not make charges against the contract time after the date of final acceptance as defined in the subsection titled FINAL ACCEPTANCE of Section 50. FTW—Front Ends.doc III-33 e. The Contractor will be allowed I week in which to file a written protest setting forth his/her objections to the Engineer's weekly statement. If no objection is filed within such specified time, the weekly statement shall be considered as acceptable to the Contractor. The contract time (stated ' In the proposal) is based on the originally estimated quantities. as described in the subsection titled INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES of Section k Should the satisfactory completion of the contract require performance of work in greater quantities than those estimated in the proposal, the contract time shall be increased in the same proportion as the cost of the actually completed quantities bears to the cost of the originally estimated quantities in the proposal. Such increase in contract time shall not consider either the cost of work or the extension of contract time that has been covered by change order or supplemental agreement and shall be made at the time of final payment. CONTRACT TIME based on CALENDAR DAYS shall consist of the number of calendar days stated in the contract counting from the effective date of the notice to proceed and including all Saturdays, Sundays, holidays, and nonwork days. All calendar days elapsing between the effective dates of the Engineer's orders to suspend and resume all work, due to causes not the fault of the Contractor, shall be excluded. At the time of final payment, the contract time shall be increased in the same proportion as the cost of the actually completed quantities bears to the cost of the originally estimated quantities in the proposal. Such increase in the contract time shall not consider either cost of work or the extension of contract time that has been covered by a change order or supplemental agreement. Charges against the contract time will cease as of the date of final acceptance, When the contract time is a specified completion date, it shall be the date on which all contract work shall be substantially completed. if the Contractor finds it impossible for reasons beyond his/her control to complete the work within the contract time as specified, or as extended 1n accordance with the provislons of this subsection, he may, at any time prior to the expiration of the contract time as extended, make a written request to the Engineer for an extension of time setting forth the reasons which he believes will justify the granting of his/her request. The Contractor's plea that insufficient time was specified is not a valid reason for extension of time. If the Engineer finds that the work was delayed because of conditions beyond the control and without the fault of the Contractor, he may extend the time for completion in such amount as the conditions justify. The extended time for completion shall then be in full force and effect, the same as though it were the original time for completion. 80-08 FAILURE TO COMPLETE ON TIME. For each calendar day or working day, as specified in the contract, that any work remains uncompleted after the contract time (including all extensions and adjustments as provided in the subsection titled DETERMINATION AND EXTENSION O CONTRACT TIME of this Section) the sum specified in the contract and proposal as liquidated damages will be deducted from any money due or to become due the Contractor or his/her surety. , Such deducted sums,shall not be deducted as a penalty but shall be considered as liquidation of a reasonable portion of damages that will be incurred by the owner should the Contractor fail to complete the work in the time provided in his/her contract. Permitting the Contractor to continue and finish the work or any part of It after the time fixed for its completion, or after the date to which the time for completion may have been extended, will in no way operate as a waiver on the part of the owner of any of its rights under the contract. F'NU Front Ends.doc 111-34 80-09 DEFAULT AND TERMINATION OF CONTRACT. The Contractor shall be considered in default of his/her contract and such default will be considered as cause for the owner to terminate the contract for any of the following reasons if the Contractor: a. Fails to begin the work under the contract within the time specified in the "Notice to Proceed," or b. Fails to perform the work or fails to provide sufficient workers, equipment or materials to assure completion of work in accordance with the terms of the contract, or. c. Performs the work unsuitably or neglects or refuses to remove materials or to perform anew such work as may be rejected as unacceptable and unsuitable, or d. Discontinues the prosecution of the work, or e. Fails to resume work which has been discontinued within a reasonable time after notice to do so, or f. Becomes insolvent or is declared bankrupt, or commits any act of bankruptcy or insolvency, or g. Allows any final judgment to stand against him unsatisfied for a period of 10 days, or h. Makes an assignment for the benefit of creditors, or For any other cause whatsoever, fails to carry on the work in an acceptable manner. Should the Engineer consider the Contractor in default of the contract for any reason hereinbefore, he shall immediately give written notice to the Contractor and the Contractor's surety .as to the reasons for considering the Contractor. in default and the owner's intentions to terminate the contract. If the Contractor or surety, within a period of 10 days after such notice, does not proceed in accordance therewith, then the owner will, upon written notification from the Engineer of the facts of such delay, neglect, or default and the Contractor's failure to comply with such notice, have full power and authority, without violating the contract, to take the prosecution of the work out of the hands of the Contractor. The owner may appropriate or use any or all materials and equipment that have been mobilized for use in the work and are acceptable and may enter into an agreement for the completion of said contract according to the terms and provisions thereof, or use such other methods as in the opinion of the Engineer will be required for the completion of said contract in an acceptable manner. All costs and charges incurred by the owner, together with the cost of completing the work under contract, will be deducted from any monies due or which may become due the Contractor. If such expense exceeds the sum which would have been payable under the contract, then the Contractor and the surety shall be liable and shall pay to the owner the amount of such excess. 80-10 TERMINATION FOR NATIONAL EMERGENCIES. The owner shall terminate the contract or portion thereof 'by written notice when the Contractor is prevented from proceeding with the FTW Front Ends.doc III-35 construction contract as a direct result'of an Executive Order of the President with respect to the prosecution of war or in the interest of national defense. When the contract, or any portion thereof, is terminated before completion of all items of work in the contract, payment will be made for the actual number of units or items of work completed at the contract price or as mutually agreed for items of work partially completed or not started. No claims or loss of anticipated profits shall be considered. Reimbursement for organization of the work, and other overhead expenses, (when not otherwise included in the contract) and moving equipment and materials to and from the job will be considered, the intent being that an equitable settlement will be made with the Contractor. Acceptable materials, obtained or ordered by the Contractor for the work and that are not incorporated in the work shall, at the option of the Contractor, be purchased from the Contractor at actual cost as shown by receipted bills and actual cost records at such points of delivery as may be designated by the Engineer. Termination of the contract or a portion thereof shall neither relieve the Contractor of his/her responsibilities for the completed work nor shall it relieve his/her surety of its obligation for and concerning any just claim arising out of the work performed. END OF SECTION 80 F-M! Front Ends.doc I11-36 SECTION 90 MEASUREMENT AND PAYMENT 90.01 MEASUREMENT OF QUANTITIES. All work completed under the contract will be measured by the Engineer, or his/her authorized representatives, using United States Customary Units of Measurement. The method of measurement and computations to be used in determination of quantities of material furnished and of work performed under the contract will be those methods generally recognized as conforming to good engineering practice. Unless otherwise specified, longitudinal measurements for area computations will be made horizontally, and no deductions will be made for individual fixtures (or leave -outs) having an area of 9 square feet or less. Unless otherwise specified, transverse measurements for area computations will be the neat dimensions shown on the plans -or ordered in writing by the Engineer. Structures will be measured according to neat lines shown on the plans or as altered to fit field conditions. Unless otherwise specified, all contract items which are measured by the linear foot such as electrical ducts, conduits, pipe culverts, underdrains, and similar items shall be measured parallel to the base or foundation upon which such items are placed. In.computing volumes of'excavation the average end area method or other acceptable methods will be used. The thickness of plates and galvanized sheet used in the manufacture of corrugated metal pipe, metal plate pipe culverts and arches, and metal cribbing will be specified and measured in decimal fraction of inches. The term "ton" will mean the short ton consisting of 2,000 pounds avoirdupois. All materials which are measured or proportioned by weights shall be weighed on accurate, approved scales by competent, qualified personnel at locations designed by the Engineer. If material is shipped by rail, the car weight may be accepted provided that only the actual weight of material be paid for. However, car weights will not be acceptable for material to be passed through mixing plants. Trucks used to haul material being paid for by weight shall be weighed empty daily at such times as the Engineer directs, and each truck shall bear a plainly legible identification mark. Materials to be measured by volume in the hauling vehicle shall be hauled in approved vehicles and measured therein at the point of delivery. Vehicles for this purpose may be of any size or type acceptable to the Engineer, provided that the body is of such shape that the actual contents maybe readily and accurately determined. All vehicles shall be loaded to at least their water level capacity, and all loads shall be leveled when the vehicles arrive at the point of delivery. When requested by the Contractor and approved by the Engineer in writing, material specified to be measured by the cubic yard may be weighed, and such weights will be converted to cubic yards for payment purposes. Factors for conversion from weight measurement to volume measurement will FTW—Front Ends.doc 111-37 be determined by the Engineer and shall be agreed to by the Contractor before such method of measurement of pay quantities is used. Bituminous materials will be measured by the gallon or ton. When measured by volume, such volumes will be measured at 60 F (15 C) or will be corrected to the volume at 60 F (15 C) using ASTM D 1250 for asphalt or ASTM D 633 for tars. Net certified'scale weights or weights based on certified volumes in the case of rail shipments will be used as a basis of measurement, subject to correction when bituminous material has been lost from the car or the distributor, wasted, or otherwise not incorporated in the work: . When bituminous materials are shipped by truck or transport, net certified weights by volume, subject to correction for loss or foaming, may be used for computing quantities. Cement will be measured by the ton or hundredweight. Timber will be measured by the thousand feet board measure (M.F.B.M.) actually incorporated in the structure. Measurement will be based on nominal widths and thicknesses and the extreme length of each piece. The term "lump sum" when used as an item of payment will mean complete payment for the work described in the contract. When a complete structure or structural unit (in effect, "lump sum" work) Is specified as the unit of measurement, the unit will be construed to include all necessary fittings and accessories. Rental of equipment will be measured by time in hours of actual -working time and necessary traveling time of the equipment within the limits of the work. Special equipment ordered by the Engineer in connection with force account work will be measured as agreed in the change order or supplemental agreement authorizing such force account work as provided in the subsection titled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of this section. When standard manufactured items are specified such as fence, wire, plates, rolled shapes, pipe conduit, etc., and these items are identified by gage, unit weight, section dimensions, etc., such identification will be considered to be nominal weights or dimensions. Unless more stringently controlled by tolerances in cited specifications, ;manufacturing tolerances established by the industries involved will be accepted. Scales for weighing materials which are required to be proportioned or measured and paid for by weight shall be furnished, erected, and maintained by the Contractor, or be certified permanently installed commercial scales. Scales shall be accurate within one-half percent of the correctweight throughout the range of use. The! Contractor shall have the scales checked, under the observation of the inspector before beginning work and at such other times as requested. The intervals shall be uniform in spacing throughout the graduated or marked length of the beam or dial and shall not exceed one -tenth of 1 percent of the nominal rated capacity of the scale, but not less than 1 pound. The use of spring balances will not be permitted. rVti1 Front Ends.cloc I11-38 Beams, dials, platforms, and other scale equipment shall be so arranged that the operator and the inspector can safely and conveniently view them. Scale installations shall have available ten standard 50-pound weights for testing the weighing equipment or suitable weights and devices for other approved equipment. Scales must be tested for accuracy and serviced before use at anew site. Platform scales shall be installed and maintained with the platform level and rigid bulkheads at each end. Scales "overweighing" (indicating more than correct weight) will_not be permitted to operate, and all materials received subsequent to the last previous correct weighing -accuracy test will be reduced by the percentage of error in excess of one-half of I percent. In the event inspection reveals the scales have been "underweighing" (indicating less than correct weight), they shall be adjusted, and no additional payment to the Contractor will be allowed for materials previously weighed and recorded. All costs in connection with furnishing, installing, certifying, testing, and maintaining scales; for furnishing check weights and scale house; and for all other items specified in this subsection, for the Weighing of materials for proportioning or payment, shall be included in the unit contract prices for the various items of the project. When the estimated quantities for a specific portion of the work are designated as the pay quantities in the contract, they shall be the final quantities for which payment for such specific portion of the work will be made, unless the dimensions of said portions of the work shown on the plans are revised by the Engineer. If revised dimensions result in an increase or decrease in the quantities of such work, the final quantities for payment will be revised in the amount represented by the authorized changes in the dimensions. 90-02 SCOPE OF PAYMENT. The Contractor shall receive and accept compensation provided for in the contract as full payment for furnishing all materials, for performing all work under the contract in a complete and acceptable manner, and for all risk, loss; damage, or expense of whatever character arising out of the nature of the work or the prosecution thereof, subjectto the provisions of the subsection titled NO WAIVER OF LEGAL RIGHTS of Section 70. When the "basis of payment" subsection of a technical specification requires that the contract price (price bid) include compensation for certain work or material essential to the item, this same work or material will not also be measured for payment under any other contract item which may appear elsewhere in the contract, plans, or specifications. 90-03 COMPENSATION FOR ALTERED QUANTITIES, When the accepted quantities of work vary from the quantities in the proposal, the Contractor shall accept as payment in full, so far as contract items are concerned, payment at the original contract price for the accepted quantities of work actually completed and accepted. No allowance, except as provided for in the subsection titled ALTERATION OF WORK AND QUANTITIES of Section 40 will be made for any increased expense, loss of expected reimbursement, or loss of anticipated profits suffered or claimed by the Contractor which results directly from such alterations or indirectly from his/her unbalanced allocation of overhead and profit among the contract items, or from any other cause. FTW Front Ends.doc I11-39 90-04 PAYMENT FOR OM117ED ITEMS. As specified in the subsection titled OMITTED ITEMS of Section 40, the Engineer shall have the right to omit from the work (order nonperformance) any contract item, except major contract items, in the best interest of the owner. Should the Engineer omit or order nonperformance of a contract item or portion of such item from the work, the Contractor shall accept payment in full at the contract prices for any work actually completed and acceptable prior to the Engineer's order to omit or nonperform such contract item. Acceptable materials ordered by the Contractor or delivered on the work prior to the date of the Engineer's order will be paid for at the actual cost to the Contractor and shall thereupon become the property of the owner. In addition to the reimbursement hereinbefore provided, the Contractor shall be reimbursed for all actual costs incurred forthe purpose of performing the omitted contract item prior to the date of the Engineer's order. Such additional costs incurred by the Contractor must be directly related to the deleted contract item and shalt be supported by certified statements by the Contractor as to the nature and the amount of such costs. 90-05 PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK. Extra work, performed in accordance with the subsection titled EXTRA WORK of Section 40, will be paid for at the contract prices or agreed prices specified in the change order or supplemental agreement authorizing the extra work. When the change order or supplemental agreement authorizing the extra work requires that it be done by force account, such force account shall be measured and paid for based on expended labor, equipment, and materials plus a negotiated and agreed upon allowance for overhead and profit. a. - Miscellaneous. No additional allowance will be made for general superintendence, the use of small tools, or other costs for which no specific allowance is herein provided. b. Comparison of Record. The Contractor and the Engineer shall compare records of the cost of force account work at the end of each day. Agreement shall be indicated by signature of the Contractor and the Engineer or their duly authorized representatives. c. Statement. No payment will be made for work performed on a force account basis until the Contractor has furnished the Engineer with duplicate itemized statements of the cost of such force account work detailed as follows: (1) Name, classification, date, daily hours, total hours, rate and extension for each laborer and foreman. (2) Designation, dates, daily hours, total hours, rental rate, and extension for each unit of machinery and equipment. (3) Quantities of materials, prices, and extensions. (4) Transportation of materials. (5) Cost of property damage, liability and workman's compensation insurance premiums, unemployment insurance contributions, and social security tax. FTW_Front Ends.doc III-40 Statements shall be accompanied and supported by a receipted invoice for all materials used and transportation charges. However, if materials used on the.force account work are not specifically purchased for such work but are taken from the Contractor's stock; then in lieu of the invoices the Contractor shall furnish an affidavit certifying that such materials were taken from his/her stock, that the quantity claimed was actually used, and'that the price and transportation claimed represent the actual cost to the Contractor. 90-06 PARTIAL PAYMENTS. Partial payments will be made at least once each month as the work progresses. Said payments will be based upon estimates prepared by the Engineer of the value of the work performed and materials complete in place in accordance with the contract, plans, and specifications. Such partial payments may also include the delivered actual cost of those materials stockpiled and stored in accordance with the subsection titled PAYMENT FOR MATERIALS ON HAND of this section. No partial payment will be made when the amount due the Contractor since the last estimate amounts to less than five hundred dollars. From the total of the amount determined to be payable on a partial payment, b percent of such total amount will be deducted and retained by the owner until the final payment is made, except as may be provided (at the Contractor's option) in the subsection titled PAYMENT OF WITHHELD FUNDS of this section. The balance (95 percent) of the amount payable, less all previous payments, shall be certified for payment. Should the Contractor exercise his/her option, as provided in the subsection titled PAYMENT OF WITHHELD FUNDS of this section, no such b percent retainage shall be deducted. When not less than 95 percent of the work has been completed the Engineer may, at his/her discretion and with the consent of the surety, prepare an estimate from which will be retained an amount not less than twice the contract value or estimated cost, whichever is greater, of the work remaining to be done. The remainder, less all previous payments and deductions, will then be certified for payment to the Contractor. It is understood and agreed that the Contractor shall not be entitled to demand or receive partial payment based on quantities of work in excess of those provided in the proposal or covered by approved change orders or supplemental agreements, except when such excess quantities have been determined by the Engineer to be a part of the final quantity for the item of work in question. No partial payment shall bind the owner to the acceptance of any materials or work in place as to quality or quantity. All partial payments are subject to correction at the time of final payment as provided in the subsection titled ACCEPTANCE AND FINAL PAYMENT of this section. 90-07 PAYMENT FOR MATERIALS ON HAND. Partial payments may be made to the extent of the delivered cost bf materials to be incorporated in the work, provided that such materials meet the requirements of the contract, plans, and specifications and are delivered to acceptable sites on the airport property or at other sites in the vicinity that are acceptable to the owner. Such delivered costs of stored or stockpiled materials may be included in the next partial payment after the following conditions are met: a. The material has been stored or stockpiled in a manner acceptable to the Engineer at or on an approved site. FTw Front Fnds.doc 11I-41 b. The Contractor has furnished the Engineer with acceptable evidence of the quantity and quality of such stored or stockpiled materials. c. The Contractor has furnished the Engineer with satisfactory evidence that the material and transportation costs have been paid. d. The Contractor has furnished the ownerlegal title (free of liens or encumbrances of any kind) to the material so stored or stockpiled. e. The Contractor has furnished the owner evidence that the material so stored or stockpiled is insured against loss by damage to or disappearance of such materials at anytime prior to use in the work. It is understood and agreed that the transfer of title and the owner's payment for such stored or stockpiled materials shall in no way relieve the Contractor of his/her responsibility for furnishing and placing such materials in accordance with the requirements of the contract, plans, and specifications. In no case will the amount of partial payments for materials on hand exceed the contract price for such materials or the contract price for the contract item in which the material is Intended to be used. No partial payment will be made for stored or stockpiled living or perishable plant materials. The Contractor shall bear all costs associated with the partial payment of stored or stockpiled materials in accordance with the provisions of this subsection. 90-.00 PAYMENT OF WITHHELD FUNDS. At the Contractor's option, he/she may request that the owner accept (in lieu of the 5 percent retainage on partial payments described in the subsection titled PARTIAL PAYMENTS of this section) the Contractor's deposits in escrow under the following conditions. a. The Contractor shall bear all expenses of establishing and maintaining an escrow account and escrow agreement acceptable to the owner. b. The Contractor shall deposit to and maintain in such escrow only those securities or bank certificates of deposit as are acceptable to the owner and having a value not less than the 10 percent retainage that would otherwise be withheld from partial payment. c. The Contractor shall enter into an escrow agreement satisfactory to the owner. d. The Contractor shall obtain the written consent of the surety to such agreement. 90-09 ACCEPTANCE AND FINAL PAYMENT. When the contract work has been accepted in accordance with the requirements of the subsection titled FINAL ACCEPTANCE of Section 50, the Engineer will prepare the final estimate of the items of work actually performed. The Contractor shall approve the Engineer's final estimate or advise the Engineer of his/her objections to the final estimate which are based on disputes in measurements or computations of the final quantities to be paid under the contract as amended by -change order or supplemental agreement. The Contractor FTW Front Ends.doc III-42 and the Engineer shall resolve all disputes (if any) in the measurement and computation of final quantities to be paid within 30 calendar days of the Contractor's receipt of the, Engineer's final estimate. If, after such 30-day period, a dispute still exists, the Contractor may approve the Engineer's estimate under protest of the quantities in dispute, and such disputed quantities small be considered by the owner as a claim in accordance with the subsection titled CLAIMS FOR ADJUSTMENT AND DISPUTES of Section 50. After the Contractor has approved, or approved under protest, the Engineer's final estimate, final payment will be processed based on the entire sum, or the undisputed sum in case of approval under protest, determined to be due the Contractor less all previous payments and all amounts to be deducted under the provisions of the contract. All prior partial estimates and payments shall be subject to correction in the final estimate and payment. If the Contractor _has filed a claim for additional compensation under the provisions of the subsection titled CLAIMS FOR ADJUSTMENTS AND DISPUTES of Section 50 or under the provisions of this subsection, such claims will be considered by the owner in accordance with local laws or ordinances. Upon final adjudication of such claims, any additional payment determined to be due the Contractor will be paid pursuant to a supplemental final estimate. END OF SECTION 90 FTW—Front Ends.doc 111-43 SECTION 100 CONTRACTOR QUALI T Y CONTROL PROGRAM 100-1 GENERAL, The Contractor shall establish, provide, and maintain an effective Quality Control Program that details the methods and procedures that will be taken to assure that all materials and completed construction required by this contract conform to contract plans, technical specifications and other requirements, whether manufactured by the Contractor, or procured from subcontractors or vendors. Although guidelines are established and certain minimum requirements are specified herein and elsewhere in the contract technical specifications, the Contractor shall assume full responsibility for accomplishing the stated purpose. The intent of this section is to enable the Contractor to establish a necessary level of control that will: a. Adequately provide for the production of acceptable quality materials. b. Provide sufficient information to assure both the Contractor and the Engineerthatthe specification requirements can be met_ C. allow the Contractor as much latitude as possible to develop his or her own standard of control. The Contractor shall be prepared to discuss and present, at the preconstruction conference, his/her understanding of the quality control requirements. The Contractor shall not begin any construction or productior+ of materiais to he incorporated Into the completed work until the Quality Control Program has been reviewed by the Engineer. No partial payment will be made for materials subject to specific quality control requirements until the Quality Control Program has been reviewed. The quality control requirements contained in this section and elsewhere in the contract technical specifications are in addition to and separate from the acceptance testing requirements. Acceptance testing requirements are the responsibility of the Engineer. 100-2 DESCRIP T ION OF PROGRAM. a. - General Description. The Contractor shall establish a Quality Control Program to perform inspection and testing of all items of work required by the technical specifications, including those performed by subcontractors. This Quality Control Program shall ensure conformance to applicable specifications and plans with respect to materials, workmanship, construction, finish, and functional performance, The Quality Control Program shall be effective for control of all construction work performed under this Contract and shall specifically include surveillance and tests required by the technical specifications, in addition to other requirements of this section and any other activities deemed necessary by the Contractor to establish an effective level of quality control. b, Quality Control Proram. The Contractor shall describe the Quality Control Program in a written document which shall be reviewed by the Engineer prior to the start of any production, construction, or off site fabrication. The written Quality Control Program.shall be submitted to the Engineer for review at least ten (10) calendar days before the start of construction. FTW Front Ends.doc 111-44 The Quality Control Program shall be organized to address, as a minimum, the following items: (1) Quality control organization; (2) Project progress schedule; (3) Submittals schedule; (4) Inspection requirements; (5) Quality control testing plan; (6) Documentation of quality control activities; and (7) Requirements for corrective action when quality control and/or acceptance criteria are not met. The Contractor is encouraged.to add any additional elements to the Quality Control Program that he/she deems necessary to adequately control all production and/or construction processes required by this contract. 100-3 QUALITY CONTROL ORGANIZATION. The Contractor's Quality Control Program shall be implemented by the establishment of a separate quality control organization. An organizational chart shall be developed to show all quality control personnel and how these personnel integrate with other management/production and construction functions and personnel: The organizational chart shall identify all quality control staff by name and function, and shall indicate the total staff required to implement all elements of the Quality Control Program, including inspection and testing for each item of work. If necessary, different technicians can be utilized for specific inspection and testing functions for different items of work. If an outside organization or independent testing laboratory is used for implementation of all or part of the Quality Control Program, the personnel assigned shall be subject to the qualification requirements of paragraph 100-03a and 100-03b.. The organizational chart shall indicate which personnel are Contractor employees and which are provided by an outside organization. The quality control organization shall consist of the following minimum personnel: a. Program Administrator. The Program Administrator shall be a full-time employee of the Contractor, or a consultant engaged by the Contractor. The Program Administrator shall have a minimum of v years of experience in airport and/or highway construction and shall have had prior quality control experience on a project of comparable size and scope as the contract. Additional qualifications for the Program Administrator shall include at least 1 of the following requirements: (1) Professional engineer with 1 year of airport paving experience acceptable to the Engineer. (2) Engineer -in -training with 2 years of airport paving experience acceptable to the Engineer. (3) An individual with 3 years of highway and/or airport paving experience acceptable to the Engineer, with a Bachelor of Science Degree in Civil Engineering, Civil Engineering Technology or Construction. (4) Construction materials technician certified at Level III by the National Institute for Certification in Engineering Technologies (NICET). rTw rront Ends.doc III-45 (5) Highway materials technician certified at Level III by NICET. (6) Highway construction technician certified at Level III by NICET. (7) A NICET certified engineering technician in Civil Engineering Technology with 5 years of highway and/or airport paving experience acceptable to the Engineer. The Program Administrator shall have full authority to institute any and all actions necessaryforthe successful implementation of the Quality Control Program to ensure compliance with the contract plans and technical specifications. The Program Administrator shall report directly to a responsible officer of the construction firm. For projects less than $5 million, The Program Administrator may supervise the Quality Control Program on more than one project provided that person can be at the job site within 2 hours after being notified of a problem. For projects $5 million and over, the Program Administrator shall be located on site for the project duration unless otherwise directed by the Engineer. b. Quality Control Technicians. A sufficient number of quality control technicians necessary to adequately implement the Quality Control Program shall be provided. These personnel shall be either engineers, engineering technicians, or experienced craftsman with qualifications in the appropriate field equivalent to NICET Level II or higher construction materials technician or highway construction technician and shall have a minimum of years of experience in their area of expertise. The quality control technicians shall report directly to the Program Administrator and shall perform the following functions: (1) Inspection of all materials, construction, plant, and equipment for.conformance to the technical specifications, and as required by Section 100-06. (2) Performance of all quality control tests as required by the technical specifications and Section 100-07. Certification at an equivalent level, by a state or nationally recognized organization will be acceptable in lieu of NICET certification. C. Staffing Levels,. The Contractor shall provide sufficient qualified quality control personnel to monitor each work activity at all times. Where material is being produced in a plantfor incorporation into the work, separate plant and field technicians shall be provided at each plant and field placement location. The scheduling and coordinating of all inspection and testing must match the type and pace of work activity. The Quality Control Program shall state where different technicians will be required for different work elements. 100-4 PROJECT PROGRESS SCHEDULE. The Contractor shall submit a coordinated construction schedule for all work activities. The schedule shall be prepared as a network diagram in Critical Path Method (CPM), PERT, orotherformat, oral otherwise specified in the contract. As a minimum, it shall provide information on the sequence of work activities, milestone dates, and activity duration. FTW_Front Ends.doc 111-46 The Contractor shall maintain the work schedule and provide an update and analysis of the progress schedule on a twice monthly basis, or as otherwise specified in the contract. Submission of the work schedule shall not relieve the Contractor of overall responsibility for scheduling, sequencing, and coordinating all work to comply with the requirements of the contract. 100A6 SIJBMITi ALS SCHEDULE. The Contractor shall submit a detailed listing of all submittals (e.g., mix designs, material certifications) and shop drawings required by the technical specifications: The listing can be developed in a spreadsheet format and shall Include: a. Specification item number; b. Item description; C. Description of submittal; d. Specification paragraph requiring submittal; and e. Scheduled date of submittal. 100-6 INSPECTION REQUIREMENTS. Quality control inspection functions shall be organized to provide inspections for all definable features of work, as detailed below. All inspections shall be documented by the Contractor as specified by Section 100-07. Inspections shall be performed daily to ensure continuing compliance with contract requirements until completion of the particular feature of work. These shall include the following minimum requirements: a. During plant operation for material production, quality control test results and periodic inspections shall be utilized to ensure the quality of aggregates and other mix components, and to adjust and control mix proportioning to meet the approved mix design and other requirements of the technical specifications. All equipment utilized in proportioning and mixing shall be inspected to ensure its proper operating condition. The Quality Control Program shall detail how these and other quality control functions will be accomplished and utilized. b. During field operations, quality control test results and periodic inspections shall be utilized to ensure the quality of all materials and rvorkmanshlp. All equipment utilized in placing, finishing, and compacting shall be inspected to ensure its proper operating condition and to ensure that all such operations are in conformance to the technical specifications and are within the plan dimensions, lines, grades, and tolerances specified. The Program shall document how these and other quality control functions will be accomplished and utilized. 100-7 QUALITY CONTROL TESTING PLAN. As a part of the overall Quality Control Program, the Contractor shall implement a quality control testing plan, as required by the technical specifications. The testing plan shall include the minimum tests and test frequencies required by each technical specification Item, as well as any additional quality control tests that the Contractor deems necessary to adequately control production and/or construction processes. The testing plan can be developed in a spreadsheet fashion and shall, as a minimum, include the following: a. Specification item number (e.g., P-401 ); b. Item description (e.g., Plant Mix Bituminous Pavements); C. Test type (e.g., gradation, grade, asphalt content); d. Test standard (e.g., ASTM or AASHTO test number, as applicable); FTW Front Fnds.doc 111-47 e. Test frequency (e.g., as required by technical specifications or minimum frequency when requirements are not stated); f. Responsibility (e.g., plant technician); and g. Control requirements (e.g., target, permissible deviations). The testing plan shall contain a statistically -based procedure of random sampling for acquiring test samples in accordance with ASTM D 3665. The Engineer shall be provided the opportunity to witness quality control sampling and testing. All quality control test results shall be documented by the Contractoras required by Section 100-08. 100-8 DOCUMENTATION. The Contractor shall maintain current quality control records of all inspections and tests performed. These records shall include factual evidence that the required inspections or tests have been performed, including type and number of inspections or tests involved; results of inspections or tests, nature of defects, deviations, causes for rejection, etc.; proposed remedial action; and corrective actions taken,. These records must cover both conforming and defective or deficient features, and must include a statement that all supplies and materials incorporated in the work are in full compliance with the terms of the contract. Legible copies of these records shall be furnished to the Engineer daily. The records shall cover all work placed subsequent to the previously furnished records and shall be verified and signed by the Contractor's Program Administrator. Specific Contractor quality control records required for the contract shall include, but are not necessarily limited to, the following records: a. Daily inspection Reports. Each Contractor quality control technician shall maintain a daily log of all inspections peROrrm-ed for both Contractor and subcontractor operations on a form acceptable to the Engineer. These technician's daily reports: shall provide factual evidence that continuous quality control inspections have been performed and shall, as a minimum, include the following: (1) Technical Specification item number and description; (2) Compliance with approved submittals; (3) Proper storage of materials and equipment; (4) Proper operation of all equipment; (5) Adherence to plans and technical specifications; (6) Review of quality control tests; and (7) Safety inspection. The daily inspection reports shall identify inspections conducted, results of inspections, location and nature of defects found, causes for rejection, and remedial or corrective actions taken or proposed. The daily inspection reports shall be signed by the responsible quality control technician and the Program Administrator. The Engineer shall be provided at least one copy of each daily inspection report on the work day following the day of record. b. Daily Test Reports. The Contractor shall be responsible for establishing a system which will record all quality control test results. Daily test reports shall document the following information: FT-W. Front Ends.doc 111-48 (1) Technical specification item number and description; (2) Location; (3) Date of test; (4) Control requirements; (5) Test results; (6) Causes for rejection; (7) Recommended remedial actions; and (8) Retests. Test results from each day's work period shall be submitted to the Engineer prior to the start of the next day's work period. When required by the technical specifications, the Contractor shall maintain statistical quality control charts. The daily test reports shall be signed by the responsible quality control technician and the Program Administrator. 100-9 CORRECTIVE ACTION REQUIREMENTS. The Quality Control Program shall indicate the appropriate action to be taken when a process is deemed, or believed, to be out of control (out of tolerance) and detail what action will be taken to bring the process into control. The requirements for corrective action shall include both general requirements for operation of the Quality Control Program as a whole, and for individual items of work contained in the technical specifications. The Quality Control Program shall detail how the results of quality control inspections and tests will be used for determining the need for corrective action and shall contain clear sets of rules to gauge when a process is out of control and the type of correction to be taken to regain process control. When applicable or required by the technical specifications, the Contractor shall establish and utilize statistical- quality control charts for individual quality control tests. The requirements for corrective action shall be linked to the control charts. . 100-10 SURVEILLANCE BY THE ENGINEER. All items of material and equipment shall be subject to surveillance by the Engineer at the point of production, manufacture or shipment to determine if the Contractor, producer, manufacturer or shipper maintains an adequate quality control system in conformance with the requirements detailed herein and the applicable technical specifications and plans. In addition, all items of materials, equipment and work in place shall be subject to surveillance by the Engineer at the site for the same purpose. Surveillance by the Engineer does not relieve the Contractor of performing quality control inspections of either on -site or off site Contractor's or subcontractor's work. 100-11 NONCOMPLIANCE. a. The Engineer will notify the Contractor of any noncompliance with any of the foregoing requirements. The Contractor shall, after receipt of such notice, immediately take corrective action. Any notice, when delivered by the Engineer or his/her authorized representative to the Contractor or his/her authorized representative at the site of the work, shall be considered sufficient notice. b. In cases where quality control activities do not comply with either the Contractor's Quality Control Program or the contract provisions, or where the Contractor fails to properly operate and maintain an effective Quality Control Program, as determined by the Engineer, the Engineer may: F'Ml Front Ends.doc III-49 (1) Order the Contractor to replace ineffective or unqualified quality control personnel or subcontractors. taken. (2) Order the Contractor to stop operations until appropriate corrective actions is END OF SECTION 100 FTW Front Ends.doc I11-50 SECTION 110 METHOD OF EST IMAT ING PERCENTAGE OF MA SERIAL. WITHIN SPECIFICATION LIMITS (PWL) 110-1 GENERAL. When the specifications provide for material to be sampled and tested on a statistical basis, the material will be evaluated for acceptance in accordance with this section. All test results for a lot will be analyzed statistically, using procedures to determine the total estimated percent of the lot that is within specification limits: This concept, termed percent within limits (PWL), is a statistically based evaluation method, whereby the PWL is computed on a lot basis, using the average (X) and standard deviation (Sn) of the specified number (n) of sublot tests for the lot and the specification tolerance limits (L for lower and U for upper) for the particular acceptance parameter. From these values, the respective Quality index(s) A for Lower Quality Index and/or Qu for Upper Quality Index) is computed and the PWL for the specified n is determined from Table 1. 110-2 METHOD FOR COMPUTING Ptl4i`L. The computational sequence for computing the PWL is as follows: a. Divide the lot into n sublots in accordance with the acceptance requirements of the specification. b. Locate the sampling position within the sublot in accordance with the random sampling requirements of the specification. C. Make a measurement at each location, or take a test portion and make the measurement on the test portion in accordance with the testing requirements of the specification. d. Average all sublot values within the lot to find X by using the following formula: X m (x1 + x2 + x3 + ...xn) / n Where: X = Average of all sublot values within a lot x1, x2 = Individual sublot values n = Number of sublots e. Find the standard deviation Sn by use of the following formula: Il Sn = [(d12 + d22 + d32 + .. An) / n-11„2 11 Where: Sn = standard deviation of the number of sublot values in the set d1, d2 = deviations of the individual sublot values X1, X2 ... from the average value X FTW Front Ends.doc 111-51 that is: d 1 = (x1 - X), d2 = (xn - X) .. do = (xn M X) n = number of sublots f. For single sided specification limits (i.e., L only), compute the Lower Quality Index QL by use of the following formula: QL=(XnQISri Where: L = specification lower tolerance limit Estimate the percentage of material within limits (PWL) by entering Table 1 with QL, using the column appropriate to the total number (n) of measurements. If the value of QL falls between values shown on the table, use the next higher value of PWL. g. For double sided specification limits (i.e. L and U), compute the Quality Indexes QL and Qu by use of the following formulas: QL=(X-L)/Sri and Qum (U-X)1Sn ;Nhere. L and U = specification lower and upper tolerance limits Estimate the percentage of material between the lower (L) and upper (U) tolerance limits (PWL) by entering Table 1 separately with QL and Qu, using the column appropriate to the total number (n) of measurements, and determining the percent of material above PL and percent of material below Pu for each tolerance limit. If the values of QL fall between values shown on the table, use the next higher value of PL or Pu. Determine the PWL by use of the following formula: PWL:= (Pu + Pj -100 Where: PL = percent within lower specification limit Pu = percent within upper specification limit FTW Front Ends.doc 111-52 1 EXAMPLE QP PWL CALCULATION Project: Example Project Test Item: Item P-401, Lot A. A. PWL Determination for Mat Density. 1. Density of four random cores taken from Lot A. A-1 96.60 , A-2 97.55 A 3 99.30 A 4 98.35 n=4 2. Calculate average density for the lot. X= (xi +x2+x3+..xn)/n ! X=(96.60+97.55+99.30+98.35)/4 i X = 97.95 percent density 3. Calculate the standard deviation for the lot. Sn = [((96.60 - 97.95)2 + (97.55 - 97.95)2 + (99.30-97.95)2 + (98.35-97.95)2)) f (4 - 1)1"2 Sn=[(1.82+0.16+1.82+0.16)/3]"2 5n=1.1 4. Calculate the Lower Quality Index QL for the lot. (L = 96.3) QL=(X-L)/Sn QL = (97.95 - 96.30)11.15 QL = 1.4384 i S. Determine PWL by entering Table 1 with QL = 1.44 and n = 4. 1 PWL = 98 FTW Front Ends.doc III-53 B. PWIL Determination for Air Voids. 1. Air Voids of four random samples taken from Lot A. A 1 5.00 A 2 3.74 A-3 2.30 A-4 3.25 2. Calculate the average air voids for the lot. X=(x1 +x+x3..n)1n X = (5.00 + 3.74 + 2.30 + 3.25) 14 X = 3.57 percent 3. Calculate the standard deviation Sn for the lot. Sn = [((3.57 - 5.00f + (3.57 - 3,74)2 - (3.57 - 2.30f + (3.57-3.25)2)1(4. 1))in Sn = ((2.04- 4- 0.03 h 1.62 + 0.10 )13]"2 Sn = 1.12 4. Calculate the Lower Quality Index QL for the lot (L = 2.0) Q4=(X-0Sn E OL = (3.57 - 2.00) 11.12 Q,, = 1.3992 i S. Determine P L by entering Table 1 with QL = 1.40 and rn = 4. PL=97 6. Calculate the Upper Quality Index Qu for the lot. (U= 5.0) Qu (U - X)1 Sn Qu = (5.00 - 3.57)11.12 Qu = 1.2702 7. Determine Pu by entering Table 1 with Qu = 1.27 and n = 4. Pu = 93 8. Calculate Air Voids PWL PWL = (PL + Pu) -100 PWL = (97 + 93) - 100 = 90 FTW-Front_Ends.doc I11-54 TABLE 1. TABLE FOR ESTIMATING PERCENT OF LOT WITHIN LIMITS (PWL) Percent Within Limits(PL and Pc) Positive Values of Q A and Qu) n=3 n=4 n=5 n=6 n=7 n=8 99 1.1541 1.4700 1.6714 1.8008 1.8888 1.9520 98 1.1524 1.4400 1.6016 1.6982 1.7612 1.8053 97 1.1496 1.4100 1.5427 1.6181 1.6661 1.6993 96 1.1456 1,3800 1.4897 1.5497 1.5871 1.6127 95 1.1405 1.3500 1.4407 1.4087 1.5181 1.5381 94 1.1342 1.3200 1.3946 1.4329 1.4561 1.4716 93 1.1269 1.2900 1.3508 1.3810 1.3991 1.4112 92 1.1184 1.2600 1.3088 1.3323 1.3461 1.3554 91 1.1089 1.2300 1.2683 1.2860 1.2964 1.3032 90 1.0982 1.2000 1.2290 1.2419 1.2492 1.2541 89 1.0864 1.1700 1.1909 1.1995 1.2043 1.2075 88 1.0736 1.1400 1.1537 1.1587 1.1613 1.1630 87 1.0597 1.1100 1.1173 1.1191 1.1199 1.1204 86 1.0448 1.0800 1.0817 1.0808 1.0800 1.0794 85 1.0288 .1.0500 1.0467 1.0435 1.0413 1.0399 84 1.0119 1.0200 1.0124 1.0071 1.0037 1.0015 83 0,9939 0.9900 0.9785 0.9715 0.9672 0.9643 82 0.9749 0.9600 0.9452 0.9367 0.9325 0.9281 81 0.9550 0.9300 0.9123 0.9025 0.8966 0.8928 80 0,9342 0.9000 0.8799 0.8690 0.8625 0.8583 79 0.9124 0.8700 0,8478 0.8360 0.8291 0.8245 78 0.8897 0.8400 0.8160 0.8036 0.7962 0,7915 77 0.8662 0.8100 0.7846 0.7716 0.7640 0.7590 76 0.8417 0.7800 0.7535 0.7401 0.7322 0.7271 75 0.8165 0.7500 0.7226 0.7089 0.7009 0.6958 74 0.7904 0.7200 0.6921 0.6781 0.6701 0.6649 73 0.7636 0.6900 0.6617 0.6477 0.6396 0.6344 1.72 0.7360 0.6600 0.6316 0.6176 0.6095 0.6044 FTW Front Ends.doc 111-55 Percent Within Limits(PL and Pu) Positive Values of Q A and Qu) I n=3 n=4 n=5 n=6 n =7 n=8 71 0.7077 0.6300 0.6016 0.5878 0.5798 0.5747 70 0.6787 0.6000 0.5719 0.5583 0.5504 0.5454 69 0.6490 0.5700 0.5423 0.5290 0.5213 0.5164 68 0.6187 0.5400 0.5129 0.4999 0.4924 0.4877 67 0.5878. 0.5100 0.4836 0.4710 0.4638 0.4592 66 0.5563 0.4800 0.4545 0.4424 0.4354 0.4310 65 0.5242 0.4500 0.4255 .0.4139 0.4073 0.4031 64 0.4916 0.4200 0.3967 0.3866 0.3793 0.3753 63 0.4586 0.3900 0.3679 0.3575 0.3515 0.3477 62 0.4251 0.3600 0.3392 0.3295 0.3239 0.3203 61 0.3911 0.3300 0.3107 0.3016 0.2964 0.2931 60 0.3568 0.3000 0.2822 0.2738 0.2691 0.2660 59 0.3222 0.2700 0.2537 0.2461 0.2418 0.2391 58 0.2872 0.2400 0.2254 0.21.86 0.2147 0.2122 57 0.2519 0.2100 0.1971 0.19110 G -r81-? 0.-1855 56 0.2.164 0.1800 U.1688 0.1636 0.1607 0.1592 55 0.1806 0.1500 0.1408 0.1363 0.1338 0.1322 54 0.1447 0.1200 0.1125 0.1090 0.1070 0.1057 53 0.1087 0.0900 0.0843 0.0817 0.0802 0.0792 52 U725 0.0600 0.0562 0.0544 0.0534 0.0528 51 0.0363 0.0300 0.0281 0.0272 0.0267 0.0264 50 0.0 0.0 0.0 0.0 0.0 0.0 FTW Front Ends.doc 111-56 Percent Within Limits(PL and Pu) Negative Values of Q A and Qu) n=3 . n=4 n=5 n=6 n=7 n =8 49 -0.0363 -0.0300 -0.0281 -0.0272 1. -0.0267-0.0264 48 -0.0725 -0.0600 -0.0562 -0.0544 -0.0534-0.0528 47 -0.1087 -0.0900 -0.0843 -0.0817 -0.0802-0.0792 46 -0.1447 -0.1200 -0.1125 -0.1090 -0.1070-0.1057 45 -0.1806 -0.1500 -0.1408 -0.1363 -0.1338-0.1322 44 -0.2164 -0.1800 ' -0.1688 -0.1636 -0.1607-0.1592 43 -0.2519 -0.2100 -0.1971 -0.1911 -0.1877-0.1855 42 -0.2872 -0.2400 -0.2254 -0.2186 -0.2147-0.2122 41 -0.3222 -0.2700 -0.2537 -0.2461 -0.2418-0.2391 40 -0.3568 , -0.3000 -0.2822 -0.2738 -0.2691-0.2660 39 -0.3911 -0.3300 -0.3107 -0.3016 -0.2964-0.2931 38 -0.4251 -0.3600 -0.3392 -0.3295 -0.3239-0.3203 37 -0.4586 -0.3900 -0.3679 -0.3575 -0.3515-0.3477 36 -0.4916 -0.4200 -0.3967 -0.3856 -0.3793-0.3753 35 -0.5242 -0.4500 -0.4266 -0.4139 -0.4073-0.4031 34 -0.5563 -0.4800 -0.4545 -0.4424 -0.4354-0.4310 33 -0.5878 -0.5100 -0.4836 -0.4710 -0.4638-0.4592 32 -0.6187 -0.5400 -0.5129 -0.4999 -0 4924 -0.4877 31 -0.6490 -0.5700 —0.5423 -0.5290 -0.5213-0.5164 30 -0.6787 -0.6000 -0.5719 -0.6683 -0.5504-0.5454 29 -0.7077 -0.6300 -0.6016 -0.5878 -0.5798-0.5747 28 -0.7360 -0.6600 -0.6316 -0.6176 -0.6095-0.6044 27 -0.7636 -0.6900 -0.6617 -0.6477 -0.6396-0.6344 26 -0.7904 -0.7200 -0.6921 -0.6781 -0.6701-0.6649 25 -0.8165 -0.7500 -0.7226 -0.7089 -0.7009-0.6958 24 =0.8417 -0.7800 -0.7535 -0.7401 -0.7322-0.7271 23 -0.8662 -0.8100 -0.7846 -0.7716 -0.7640-0.7590 22 -0.8897 -0.8400 -0.8160 -0.8036 -0.7962-0.7915 21 -0.9124 -0.8700 -0.8478 -0.8360 -0.8291-0.8245 F7W Front Ends.doc I11-57 Percent Within Limits(Pi_ and Po) Negative Values of Q (QL and Qu) n=3 n=4 n=5 n=6 n=7 n=8 20 -0.9342 -0.9000 -0.8799 -0.8690 -0.8625 -0.8583 19 -0.9550 -0.9300 -0.9123 -0.9025 -0.8966 -0.8928 18 -0,9749 -0,9600 -0.9452 -0.9367 -0.9325 -0.9281 17 -0.9939 -0.9900 -0.9785 -0.971.5 -0.9672 -0.9643 16 -1.0119 -1.0200 -1.0124 -1.0071 -1,0037 -1.0015 15 -1.0288 -1.0500 -1,0467 -1.0435 -1.0413 -1.0399 14 -1.0448 -1.0800 -1.0817 -1.0808 -1.0800 -1.0794 13 -1.0597 -1.1100 -1.1173 -1.1191 -1.1199 -1.1204 12 -1.0736 -1.1400 -1.1537 -1.1587 -1.1613 -1.1630 11 -1.0864 -1.1700 -1.1909 -1.1995 -1.2043 -1.2075 10 -1.0982 -1.2000 -1.2290 -1.2419 -1.2492 . -1.2541 9 -1.1089 -1.2300 -1.2683 -1.2860 -1.2964 -1.3032 8 -1.1184 -1.2600 -1.3088 -1,3323 4.3461 -1.3554 7 -1.1269 -1.2900 -1.3508 -1.3810 -1.3991 -1.4112 6 -1.1342 -1.3200 -1.3946 -1.4329 -1 A561 -1.471.6 5 -1.1405 -1.3500 -1.4407 -1.4887 - i.b181 -1.5381 4 -1.1456 -1.3800 -1.4897 -1.5497 -1.5871 -1.6127 3 -1.1496 -1.4100 -1.5427 -1.6181 -1.6661 -1.6993 2 -1.1524 -1.4400 -1.6016 -1.6982 -1.7612 -1.8053 II 1 -1.1541 -1.4700 -1.6714 -1.8008 -1.8888 -1.9520 END OF SECTION 110 FTVV Front Ends.doc E11-58 PART Ill s TECHNICAL SPECIFICATIONS INDEX OF TECHNICAL SPECIFICATIONS No. Description G-300 Construction Barricades Flags and Traffic Control P-101 Mobilization SP-P-156 Special Provision to Item P-156, Temporary Air and Water Pollution, F Soil Erosion and Siltation Control P-156 Item P-156, Temporary Air and Water Pollution, Soil Erosion and Siltation Control SP-T-901 Special Provision to Item T-901, Seeding T-901 Seeding L-100 General Provisions — Electrical L-108 Installation of Underground Cable for Airports L-109 Installation of Airport Transformer Vault and Vault Equipment L-110 Installation of Airport: Underground Electrical Duct L 111 Airfield Electrical Installation Testing k L-849 r r I Runway End Identification Lights (REIL) System I TOC-1 i Ft. Worth Alliance Airport Guard Light Circuit Modifications & REIL Replacement ITEM C-300 CONSTRUCTION BARRICADES AND TRAFFIC CONTROL DESCRIPTION 300-1.1 DESCRIPTION. This item shall include the construction, placement, relocation and removal of multi -barrier barricades. This item shall include all labor and materials necessary for furnishing, placement, relocation, maintenance, and removal' of construction barricades. All barricades will be stored on site and will be placed as Directed by the Owner Authorized Representative (OAR). MATERIALS 300-2.1 LIGHTED CONES. The cones shall be either red or orange. in color and shall be weighted sufficiently either by design or other methods to stabilize the cones against wind or jet aircraft blast. The lights shall be attached to the cones or adjacent to the cones. The lights shall be battery operated and will be flashing, strobe, or continuous burning, as shown on the plans, or as directed by the OAR. The cones shall have a six (6) inch wide retroreflective band continuously around the cone located near the top of the cone. 300-2.2 MULTI -BARRIER BARRICADES. The multi -barrier barricades shall be Safety Barricade Model AR-10x96 or approved equal. The red lights shall be battery operated and shall be of such a design that they will operate a minimum of 15 hours on a single charge. CONaSTRUCTION METHODS 300-3.1 LIGHTED CONES. The lighted cones shall be placed at locations designated by the OAR. It shall be the contractor's responsibility to maintain the lighted cones and to immediately repair or replace any cone that is damaged, and to replace batteries, lights and flashers that are not operating. Maintenance, repair, and replacement will not be paid for directly, but shall be subsidiary to the Bid Item G-300-5.1. If the Contractor fails to locate or maintain the lighted cones, it shall be cause for the suspension of work, until proper maintenance and location has been fulfilled to the satisfaction of the OAR. During construction, the Contractor .may be required to relocate certain lighted cones to accommodate progress of this work as directed by the OAR and to place lighted cones on a nightly basis for runway and taxiway closures. This relocation is not a separate pay item but will be considered subsidiary to the Bid Item G-300-5.1. Ft. Worth Alliance Airport G-300-1 Guard Light Circuit Modification & REIL Replacement 300-3.2 MULTI -BARRIER BARRICADES. a. Placement of Multi -Barrier Barricades. Multi -barrier barricades shall be placed on the concrete apron, asphalt shoulders and grass areas, as directed by the OAR, to separate the active apron and taxiways from areas under construction. Placement of multi -barrier barricades shall be compatible with the contract documents and shall be located to the extent determined by the OAR. (1) It shall be the Contractor's responsibility to secure the multi -barrier barricades in the grassy area in a stable manner. (2) The battery. operated red flashers located at each end of the multi -barrier barricade shall be operative at all times. It shall be the Contractor's responsibility to immediately repair or replace any flasher that is not operating. (3) Multi -barrier barricades shall be in place prior to commencing construction operations. If the Contractor fails to locate or maintain barricades and lights, it shall be cause for the suspension of work, until proper maintenance and barricade location has been fulfilled to the satisfaction of the OAR. b. Relocation of Multi -Barrier Barricades. Multi -barrier barricades shall be relocated to new areas as directed by the OAR. This relocation is not a separate pay item but will be considered subsidiary to the Bid Item G-300-5.2. c. The multi -barrier barricades shall remain the property of the Contractor. METHOD OF MEASUREMENT 300-4.1 'LIGHTED CONES. Furnish Lighted Cones. The furnishing, placing and relocating of the lighted cones shall be measured per each for each lighted cone that is suppiied by the Contractor. Relocation of lighted cones is not a separate pay item but will be considered subsidiary to Bid Item G7300-5.1. 300-4.2 MUU T 1-BARRIER BARRICADES. a. Measurement for multi -barrier barricades by type furnished, placed and relocated shall be measured per each of the number of multi -barrier barricades .placed by the Contractor and accepted by the OAR. Relocation of multi -barrier barricades is not a separate pay item but will be considered subsidiary to bid item G-300-5.2. b. Removal of the multi -barrier barricades shall not be. measured. Ft. Worth Alliance Airport G-300-2 Guard Light Circuit Modification & REIL Replacement BASIS OF PAYMENT 300.5.1 LIGHTED CONES. Payment for lighted cones shall be made at the contract unit price bid per each. `- 300-5.2 MULTI -BARRIER BARRICADES. Payment for multi -barrier barricades by type shall be made at the contract unit price per each. Payment will be made under: 300-5.1-1 Furnish, place, and relocate Lighted Cones - - per EA. (each). a 300-5.1-2 Furnish, place, and relocate Multi -Barrier barricades - - per EA (each) END OF ITEM G-300 Ft. Worth Alliance Airport G-300-3 Guard Light Circuit Modification & REIL Replacement ITEM P-101 MOBI IZA T ]ON DESCRIPTION 101 -1.1 GENERAL. The work specified in this item consists of preparatory work and operations to mobilize for beginning work on the project, and departure from the site upon completion of this work. Mobilization shall include, but not be limited to, those operations necessary for the movement of personnel, equipment, supplies and incidentals to the project site, for furnishing, installation and any necessary relocation of construction barricades, 'and for the establishment of temporary AOA access gate(s), utilities, safety equipment and first aid supplies, sanitary and other facilities, as required by these specifications and State and local laws and regulations. The cost of bonds and any required insurance or which is not covered by a separate payment item, and any pre -construction expense necessary for the start of the work, excluding the cost of construction materials, may also be included in this section. This item shall also cover demobilization from the site upon the completion of the work. Demobilization shall include, but is not limited to, removal of temporary offices, buildings, utilities, and other facilities as well as demolition and restoration of the staging area(s) to condition prior to construction; removal of temporary gate(s), reconstruction of permanent security (AOA) fence, haul -routes, and any other areas not covered by other sections. BASIS OF PAYMENT 1012.1 GENERAL. The work and incidental costs covered under this item shall be paid for at the Contract lump sum price for Mobilization. 101 2.2 PARTIAL PAYMENTS. Partial payments will be made in accordance with the following: Percent of Original Contract Allowable Percent of the Amount Earned Lump Sum Price for the Item* 5% 50% 10% 90% 100% 100% *The lump sum amount for this item is limited to five (5%) percent of the original Contract amount. Any amount in excess of five (5%) percent will be paid upon completion of all work on the Contract. The standard retainage as specified in the General Conditions shall be applied to this item. Payment will be made under: Item P-101-2.1 Mobilization —per lump sum END OF ITEM Ft. Worth Alliance Airport P-101-1 Guard Light Circuit Modifications & REIL Replacement SPECIAL PROVISION TO ITEM P-155 TEMPORARY AIR AND WATER POLLUTION, SOIL EROSION AND SILTATION CONTROL 1. Delete all references to "Engineer" and replace with "Owner" or "Owner's Authorized Representative." 2. Add the following paragraphs to Section 156-1.1: Erosion control measures shall comply with applicable requirements of all governing authorities having jurisdiction. The Specifications and the Plans are not represented as being comprehensive, but rather to. convey the intent to provide complete slope protection and erosion control for both the Owner's and adjacent property. All land -disturbing activities shall be planned and conducted to minimize the size of the area to be exposed at any one time and to minimize the time of exposure, as well as off- site sedimentation damage. When the increase in the peak rates and velocity of storm water runoff resulting from a land -disturbing activity is sufficient to cause accelerated erosion of the receiving channel or stream, the Contractor shall install measures to control both the velocity and the rate of release so as to minimize accelerated erosion and increased sedimentation of the stream as directed by the Owner. & Add the following subsections to Section 156-2, MATERIALS: 156-2.6 HAY BALES. Hay bales shall be tied with wire, nylon or polypropylene with bindings oriented around sides'rather than over and under. 4. Add the following subsections to Section 156-3, CONSTRUCTION REQUIREMENTS: 156-3.5 HAY BALE BARRIERS. a. Excavation shall be to the width of the bale and the length'of the proposed barrier to a minimum depth as shown on the Plans. b. Hay bales shall be placed so that the ends are overlapping and tightly abutting the adjacent bale. There should be no space to allow any seepage between the bales. The bales shall be placed with Bindings parallel to the ground. In swales and channels, the barrier shall extend to such a length that the bottoms of the end bales are higher in elevation than the top of the lowest middle bale. .c. Staking shall be. accomplished to securely anchor bales by driving at least two wooden or rebar stakes through each bale. d. The gaps between bales shall be filled by wedging hay in the gaps to prevent unfiltered runoff from escaping between the bales. Ft. Worth Alliance Airport Guard light Circuit Modifications & REIL Replacement S-P-156-1 e. The excavated soil shall be backfilled against the barrier. Backfill shall conform to ground [eve[ on the downhill side and .shall be built up to 4 inches above ground level on the uphill side. Loose hay shall be scattered over the area immediately uphill from a hay barrier. f. Dimensions for individual bales shall be 30 inches minimum length, 18 inches minimum height, 24 inches minimum width and shall weigh not less than 50 pounds when dry. They shall be composed entirely of vegetable material. 156-3.6 STABILIZED CONSTRUCTION ENTRANCE/EXIT. a. The length of a construction entrance shall be a minimum of fifty (50) feet or as directed by the Owner's Authorized Representative. b. The construction entrance shall have an all weather surface. The construction entrance shall be maintained as specified herein. c. The minimum width of a construction entrance off of a public right-of-way shall be at least fourteen (14) feet for one way traffic and twenty (20) feet for 2 way traffic but shall not be less than the full width of all points of ingress and egress, or as directed by the Owner's Authorized Representative. The Owner's Authorized Representative can approve narrow entrance width where appropriate for the type of traffic utilizing the entrance. d. When necessary, construction equipment shall be cleaned to remove sediment prior to entrance onto public right-of-way. When washing is required, it shall ' done on an area stabilized with crushed stone that drains into an approved sediment trap or sediment basin. All sediment shall be prevented from entering any story � � dra[n, channel or watercourse through tise of sandbags, gravel. boards or other approved methods. e. The construction entrance shall be maintained in a condition that will prevent tracking or flowing of sediment onto public rights-oi-way. T his may require periodic top dressing with additional stone as conditions demand and repair and/or cleanout of any measures used to trap sediment. The Contractor, immediately at no cost to the Owner, shall remove all sediment spilled, dropped, washed or tracked onto public rights -of -way. 156-3.7 PERMANENT SEEDING AND PLANTING. Areas to be stabilized with permanent vegetation must be seeded or planted one to four months after the final grade is achieved unless temporary stabilization measures are in place. a. The surface soil must be loose enough for water infiltration and root penetration. b.' Soil pH should be between 6.0 and 6.5 and can. be increased with liming if soils are too acidic. c. Protect seeds with mulching or geotextiles to retain moisture, regulate soil temperatures, and prevent erosion during seeding establishment. Ft. Worth Alliance Airport Guard Light Circuit Modifications & RE1L Replacement S-P-156-2 d. Use grass legume mixtures for low -maintenance areas, defined as those areas that are mowed infrequently or not at all and do not receive lime or fertilizer on a regular basis. 156-3.8 DUST CONTROL. a. Contractor shall control dust on all areas in which Construction activities are conducted by timely application of sufficient amount of water. b. Water shall be provided in the amounts and locations as required or as ordered by the Owners Authorized Representative. 156-3.9 MAINTENANCE. a. The Contractor shall be responsible for periodically cleaning out and disposing of all sediment once the storage capacity of the drainage feature or structure receiving the sediment is reduced by one-half. The Contractor shall also be responsible for cleaning out and disposing of all sediment at the time of completion of the Work. b. The Contractor shall be responsible for inspecting all disturbed areas, as well as all erosion and sediment control devices as specified on the Storm Water Pollution Prevention Plan (SWPPP), and within 24 hours after rainfall of 0.5 inches or greater. Inspection shall be conducted, and a written report prepared by a designated and qualified person familiar with the USEPA NPDES Storm Water General Permit, this SWPPP and the Project SWPPP. The Contractor shall promptly repair and replace any deficiencies found. -156-3.10 REMOVAL OF TEMPORARY EROSION CONTROL MEASURES. The Contractor shall be responsible for removal and proper disposal of all temporary erosion control devices prior to final acceptance of the project, or acceptance of those areas of the project designated as separate phases. 5. Add the following subsections to Section 156-4, METHOD OF MEASUREMENT: a. The quantity of hay bales to be paid for will be the number of bales used for erosion control, when approved by Owner's Authorized Representative. b. No separate payment will be made for stabilized construction entrance/exit, inclusive of all components necessary for a complete and working installation. Include costs under Item P-101, Mobilization. c. Maintenance shall not be measured for payment, but shall be considered subsidiary to the applicable bid items. 6. Delete Section 156-5, BASIS OF PAYMENT, and substitute with the following; 156-5.1 Accepted quantities of temporary water pollution, soil erosion, and siltation control work when approved by the Owners Authorized Representative and measured as provided in paragraph 156-4.1 will be paid for under: Ft. Worth Alliance Airport Guard Light Circuit Modifications & REIL Replacement S-P-156-3 a. Payment for hay bales shall be made at the contract unit price bid per each. This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals required to complete this item, including removal. b. Where other directed work falls within the specifications for a work item that has a contract price, the units of work shall be measured and paid for at the contract unit price bid for the various items. Payment will be made under: Item P-156-5.1 Hay Bales --per linear foot, when approved by the Owners Authorized Representative, Complete in Place END OF SPECIAL PROVISION 1=t. Worth Alliance Airport Guard tight Circuit Modifications & REIL. Replacement S-P-156-4 ITEM P-156 TEMPORARY AIR AND WATER POLLUTION, SOIL EROSION, AND SILTATION CONTROL DESCRIPTION 156-1.1 This item shall consist of temporary control measures as shown on the plans or as ordered by the Engineer during the life of a contract to control water pollution, soil erosion, and siltation through the use of berms, dikes, dams, sediment basins, fiber mats, gravel, mulches, grasses, slope drains, and other erosion control devices or methods. The temporary erosion control measures contained herein shall be coordinated with the permanent erosion control measures specified as part of this contract to the extent practical to assure economical, effective, and continuous erosion control throughout the construction period. Temporary control may include work outside the construction limits such as borrow pit operations, equipment and material storage sites, waste areas, and temporary plant sites. MATERIALS 156-2.1 GRASS. Grass which will not compete with the grasses sown later for permanent cover shall be a quick -growing species (such as ryegrass, Italian ryegrass, or cereal grasses) suitable to the area providing a temporary cover. 156-2.2 MULCHES. Mulches may be hay, straw, fiber mats, netting, bark, wood chips, or other suitable material reasonably clean and free of noxious weeds and deleterious materials. 156 2.3 FERTILIZER. Fertilizer shall be a standard commercial grade and shall conform to all Federal and state regulations and to the standards of the Association of Official Agricultural Chemists. 156-2.4 SLOPE DRAINS. Slope drains may be constructed of pipe, fiber mats, rubble, Portland cement concrete, bituminous concrete, or other materials that will adequately control erosion. 156-2.5 OTHER. All other materials shall meet commercial grade standards and shall be approved by the Engineer before being incorporated into the project. CONSTRUCTION REQUIREMENTS 156-3.1 GENERAL. In the event of conflict between these requirements and pollution control laws, rules, or regulations of other Federal, state, or local agencies, the more restrictive laws, rules, or regulations shall apply. The Engineer shall be responsible for assuring compliance to the- extent that construction practices, construction operations, and construction work are involved. Ft. Worth Alliance Airport Guard Light Circuit Modifications & REIL Replacement P-156-1 156-3.2 SCHEDULE. Prior to the start of construction, the Contractor shall submit schedules for accomplishment of temporary and permanent erosion control work, as are applicable for clearing and grubbing; grading; construction; paving; and structures at watercourses. The Contractor shall also submit a proposed method of erosion and dust control on haul roads and borrow pits and a plan for disposal of waste materials. Work shall not be started until the erosion control schedules and methods of operation for the applicable construction have been accepted by the Engineer. 156-3.3 AID T b®IRITY'®F ENGINEER. The Engineer has the authority to limit the surface area of erodible earth material exposed by clearing and grubbing, to limit the surface area of erodible earth material exposed by excavation, borrow and fill operations, and to direct the Contractor to provide immediate permanent or temporary pollution control measures to minimize contamination of adjacent streams or other watercourses, lakes, ponds, or other areas of water impoundment. 156.3.4 CONSTRUCTION DETAILS, The Contractor will be required to incorporate all permanent erosion control features into the project at the earliest practicable time as outlined in the accepted schedule. Except where future construction operations will damage slopes, the Contractor shall perform the permanent seeding and mulching and other specified slope protection work in stages, as soon as substantial areas of exposed slopes can be made available. Temporary erosion and pollution control measures will be used to correct conditions that develop during construction that were not foreseen during the design stage; that are needed prior to installation of permanent control features; or that are needed temporarily to control erosion that develops during normal construction practices, but are not associated with permanent control features on the project. Where erosion is likely to be a problem, clearing and grubbing operations should be scheduled -and performed so that grading operations and permanent erosion control features can follow immediately thereafter if the project conditions permit; otherwise, temporary erosion control measures may be required between successive construction stages. The Engineer will limit the area of clearing and grubbing, excavation, borrow, and embankment operations in progress, commensurate with the Contractor's capability and progress in keeping the finish grading, mulching, seeding, and other such permanent control measures current in accordance with the accepted schedule. Should seasonal limitations make such coordination unrealistic, temporary erosion control measures shall be taken immediately to the extent feasible and justified. In the event that temporary erosion and pollution control measures are required due to the Contractor's negligence, carelessness, or failure to install permanent controls as a part of the work as scheduled or are ordered by the Engineer, such work shall be performed by the Contractor at his/her own expense. The Engineer may increase or decrease the area of erodible earth material to be exposed at one time as determined by analysis of project conditions. The erosion control features installed by the Contractor shall be acceptably maintained by the Contractor during the construction period. Ft. Worth Alliance Airport Guard Light Circuit Modifications & REIL Replacement P-156-2 Whenever construction equipment must cross watercourses at frequent intervals, and such crossings will adversely affect the sediment levels, temporary structures should be provided. Pollutants such as fuels, lubricants, bitumen, raw sewage, wash water from concrete mixing operations, and other harmful materials shall not be discharged into or near rivers, streams, and impoundments or into natural or manmade channels leading thereto. METHOD OF MEASUREMENT 156-4.1 Temporary erosion and pollution control work required which is not attributed to the Contractor's negligence, carelessness, or failure to install permanent controls will be performed as scheduled or ordered by the Engineer. - Completed and accepted work will be measured as follows: 156-4.2 Control work performed for protection of construction areas outside the construction limits, such as borrow and waste areas, haul roads, equipment and material storage sites, and temporary plant sites, will not be measured and paid for directly but shall be considered as a subsidiary obligation of the Contractor with costs included in the contract prices bid for the items to which they apply. BASIS OF PAYMENT 156-5.1 Accepted quantities of temporary water pollution, soil erosion, and siltation control work ordered by the Engineer and measured as provided in paragraph 156-4.1 will be paid for under: Item P-156-5.1 Hay Bates — per linear foot, complete in place. Item P-156-5.2 Silt Fence — per linear foot, complete in place. Where other directed work falls within the specifications for a work item that has a contract price, the units of work shall be measured and paid for at the contract unit price bid for the various items. Temporary control features not covered by contract items that are ordered by the Engineer will be paid for in accordance with Section 90-06. ENE OF ITEM Ft. Worth Alliance Airport Guard Light Circuit Modifications & REIL Replacement P-156-3 SPECIAL PROVISION TO ITEM T-901 SEEDING 1. Delete Section 901-2.1 and substitute the following: 901-2.1 SEED. All seed must meet the requirements of the Texas Seed Law including the labeling requirements for showing the purity live seed (PLS), name and type of seed. Seed furnished shall be of the previous season's crop and the date of analysis shown on each bag shall be within nine months of the time of delivery to the project. Each variety of seed shall be furnished and delivered in separate bags or containers. A sample of each variety of seed shall be furnished for analysis and testing when directed by the Owner's Authorized Representative. The amount and type of seed planted shall be as follows: The seeding mixture (pounds of pure seed per acre) to be used shall be as follows, in accordance with the specified time of year: (* Denotes temporary grasses) Seed Mix: Cold Season Mix (September 15 - March 15) Little Blestem Schizachysium scorarium 3.5 lb.lac Buffalograss Buchloe dactylodes 13.5 lb.lac Sideoates grama Bouteloua curtipendula 6.0 lb.lac *Oats Avena sativa 6.0 lb.lac *Winter Wheat Tricticum aestivum 12.0 lb./ac Warm Season Mix Little Blesiern Buffalograss Sideoats grama *!'oxtail millet 2. Delete Section 901-2.2 (March 96 a September 14) Schizachysium scoraiurn Buchloe dactylodes Bouteloua curtipendula Setaria italica 3. Delete Section 901-2.3 and substitute the following: 4.5 lb.lac 13.5 lb.lac 6.0 lb.lac 15.0 lb.lac 901-2.3 FERTILIZER.. All fertilizer used shall be delivered in bags or containers clearly labeled showing the analysis. The fertilizer is subject to testing by the State Chemist in accordance with the Texas Fertilizer Law. A pelleted or granulated fertilizer shall be used with an analysis indicated below. The figures in the analysis represent the percentage of nitrogen, phosphoric acid and potash nutrients, respectively, as determined by the methods of the Association of Official Agricultural Chemists. Fifty percent or greater of the Nitrogen required shall be in the form of Nitrate Nitrogen (NO). The remaining Nitrogen required may be in the form of Urea Nitrogen (COHH). In the event it is necessary to substitute a fertilizer of a different analysis, it shall be pelleted or granulated fertilizer with a low concentration. The total amount of nutrients furnished and applied per acre shall equal or exceed that specified for each nutrient. Ft. Worth Alliance Airport SP-T-901-1 Guard Light Circuit Modifications & REIL Replacement Unless otherwise indicated, fertilizer shall be applied uniformly at the following rate: TYPE BROADCAST SEEDING HYDRAULIC SEEDING RATIO, Fertilizer Application New Construction 400 lbs./ac 653 lbs./ac Fertilizer Analysis New Planting 15-15-15 15-15-15 Maintenance 15-10-5 15-10-5 Maintenance fertilizing shall be applied every,6 months after the new sod or grass is place or until the work is accepted. 4. Add Section 901-2.5 as follows:. 901-2.5 CELLULOSE FIBER MULCH (NATURAL WOOD). Cellulose Fiber Mulch shall be natural cellulose fiber mulch produced from grinding clean whole wood chips. The mulch shall be designed. for use in conventional mechanical planting, hydraulic planting of seed or hydraulic mulching of grass seed, either alone or with fertilizers and other additives. The mulch shall be such, that when applied, the material shall form. a strong, moisture -retaining mat without the need of an asphalt binder. 5- Delete Section 901-3.2a. 6. Add Section 9011-3.5 as follows: 901-3.5 MULCH. Mulching shall Jr—m-nediateiy follow seed application. Cellulose and wood fiber mulch shall be spread uniformly over the area indicated or as designated by the Engineer or designated representative at the rate of 45 to 80 Ibs. per 1,000 square feet (22 to 39 kilograms per 100 square meters). (No separate payment will be made for mulching.) 7. Delete Section 901-5.1 and substitute the following: 901-5.1 Payment shall be made at the contract unit price per acre or fraction thereof, which price and payment shall be full compensation for furnishing and' placing all material including seed, mulch, fertilizer, and for all labor, equipment, tools, and incidentals necessary to complete the work prescribed in this item. Payment will be made under: Item T-901-5.1 Ft. Worth Alliance Airport Guard Light Circuit Modifications & RE11_ Replacement Seeding, Mulching and Fertilizer — per acre. END OF SPECIAL PROVISION SP-T-901-2 ITEM T-901 SEEDING DESCRIPTION 901-1.1 This item shall consist of soil preparation, seeding [and fertilizing] the areas shown -on the plans or as directed by the Engineer in accordance with these specifications. MATERIALS 901 2.1 SEED The species and application rates of grass, legume, and cover -crap seed furnished shall be those stipulated herein. Seed shall conform to the requirements of Fed. Spec. JJJ-S-181. Seed shall be furnished separately or in mixtures in standard containers with the seed name, lot number, net weight, percentages of purity and of germination and hard seed, and percentage of maximum weed seed content clearly marked for each kind of seed. The Contractor shall furnish the Engineer duplicate signed copies of a statement by the vendoi certifying that each lot of seed has been tested by a recognized laboratory for seed testing within 6 months of date of delivery. This statement shall include: name and address of laboratory, date of test, lot number for each kind of seed, and the results of tests as to name, percentages of purity and of germination, and percentage of weed content for each kind of seed furnished, and, in case of a mixture, the proportions of each kind of seed. Seeding shall be performed during the period between August and October inclusive, unless otherwise approved by the Engineer. 9012.2 LIME. Lime shall be ground limestone containing not less than 85% of total carbonates, and shall be ground to such fineness that 90% will pass through a No. 20 mesh sieve and 50% will pass through a No. 100 mesh sieve. Coarser material will be acceptable, providing the rates of application are increased to provide not less than the minimum quantities and depth specified in the special provisions on the basis of the two sieve requirements above. Dolomitic lime or a high magnesium lime shall contain at least 10% of magnesium oxide. Lime shall be applied at the rate of [ ]. All liming materials shall conform to the requirements of ASTM C 602. 901 2.3 FERTILIZER. Fertilizer shall be standard commercial fertilizers supplied separately or in mixtures containing the percentages of total nitrogen, available phosphoric acid, and water-soluble potash. They shall be applied at the rate and to the depth specified herein, and shall meet the requirements of Fed. Spec. 0-F-241 and applicable state laws. They shall be furnished in standard containers with name, weight, and guaranteed analysis of contents clearly marked thereon. No cyanamide compounds or hydrated lime shall be permitted in mixed fertilizers. The fertilizers may be supplied in one of the following forms: a. A dry, free -flowing fertilizer suitable for application by a common fertilizer spreader; Ft. Worth Alliance Airport T-901-1 Guard. Light Circuit Modifications & REIL Replacement b. A finely -ground fertilizer soluble in water, suitable for application by power sprayers; or c. A granular or pellet form suitable for application by blower equipment. Fertilizers shall be [ ] commercial fertilizer and shall be spread at the rate of [ ], 901 -2.4 SOIL FOR REPAIRS. The soil for fill and topsoiling of areas to be repaired shall be at least of equal quality to that which exists in areas adjacent to the area to be repaired. The soil shall be relatively free from large stones, roots, stumps, or other materials that will interfere with subsequent sowing of seed, compacting, and establishing turf, and shall be approved by the Engineer before being placed. CONSTRUCTION METHODS 901-3.1 ADVANCE PREPARATION AND CLEANUP. After grading of areas has been completed and before applying fertilizer and ground limestone; areas to be seeded shall be raked or otherwise cleared of stones larger than 2 inches (50 mm) in* any diameter, sticks, stumps, and other debris which might interfere with sowing of seed, growth of grasses, or subsequent maintenance of grass -covered areas. If any damage by erosion 'or other causes has occurred after the completion of grading and before beginning the application of fertilizer and ground limestone, the Contractor shall repair such damage. This may include filling gullies, smoothing irregularities, and repairing other incidental damage. An area to be seeded shall be considered a satisfactory seedbed without additional treatment if it has recently been thoroughly loosened and worked to a depth of not less than 5 inches (125 mm) as a result of grading operations and, if immediately prior to seeding, the top 3 inches (75 mm) of soil is loose, friable, reasonably frets from large clods, rocks, large roots, or other undesirable matter, and if shaped to the required grade. However, when the area to be seeded is sparsely sodded, weedy, barren and unworked, or packed and hard, any grass and weeds shall first be cut or otherwise satisfactorily disposed of, and the soil then scarified or other wise loosened to a depth not less thai � 5 inch es (i 25 mm). Clods shall be broken and the top 3 inches (75 mm) of soil shall be worked into a satisfactory seedbed by discing, or by use of cultipackers, rollers, drags,harrows, or other appropriate means. 901.3.2 DRY APPLICATION METHOD. a. Liming. Lime shall be applied separately and prior to the application of any fertilizer or seed and only on seedbeds which have previously been prepared as described above. The lime shall then be worked into the top 3 inches (75 mm) of soil after which the seedbed shall again be properly graded and dressed to a smooth finish. b. Fertilizing. Fallowing advance preparations and cleanup fertilizer shall be uniformly spread at the rate which will .provide not less than the minimum quantity stated in paragraph 901-2.3. Delete paragraphs a. and b. if not applicable. Ft. Worth Alliance Airport T-901-2 Guard Light Circuit Modifications & REIL Replacement c. Seeding. Grass seed shall be sown at the rate specified in paragraph 901-2.1 immediately after fertilizing, and the fertilizer and seed shall be raked within the depth range stated in the special provisions. Seeds of legumes, either alone or in mixtures, shall be inoculated before mixing or sowing, in accordance with the instructions of the manufacturer of the inoculant. When seeding is required at other than the seasons shown on the plans or in the special provisions, a cover crop shall be sown by the same methods required for grass and legume seeding. d. Rolling. After the seed has been properly covered, the seedbed shall be immediately compacted by means of an approved lawnroller, weighing 40 to 65 pounds per foot (60 to 97 kg per meter) of width for clay soil (or any soil having a tendency to pack), and weighing 150 to 200 pounds per foot (223 to 298 kg per meter) of width for sandy or light soils. 901-3.3 WET1 APPLICATION METHOD. a. General. The Contractor -may elect to apply seed and fertilizer (and lime, if required) by spraying them on the previously prepared seedbed in the form of an aqueous mixture and by using the methods and equipment described herein. The rates of application shall be as specified in the special provisions. b. Spraying Equipment. The. spraying equipment shall have. a container or water tank equipped with a liquid level gauge calibrated to read in increments not larger than 50 gallons (190 liters) over the entire range of the tank capacity, mounted so as to be visible to the nozzle operator. The container or tank shall also be equipped with a mechanical power -driven agitator capable of keeping all the solids in the mixture in complete suspension at all times until used. The unit shall also be equipped with a pressure pump- capable of delivering 100 gallons (380 liters) per minute at a pressure of 100 pounds per square inch (690 kPa). The pump shall be mounted in a line which will recirculate the mixture through the tank whenever it is not being sprayed from the nozzle. All pump passages and pipe lines shall be capable of providing clearance for 518 inch (15 mm) solids. The power unit for the pump and agitator shall have controls mounted so as to be accessible to the nozzle operator. There shall be an indicating pressure gauge connected and mounted immediately at the back of the nozzle. The nozzle pipe shall be mounted on an elevated supporting stand in such a manner that it can be rotated through 360 degrees horizontally and inclined vertically from at least 20 degrees below to at least 60. degrees above the horizontal. There shall be a quick -acting, three-way control valve connecting the recirculating line to the nozzle pipe and mounted so that the nozzle operator can control and regulate the amount of flow of mixture delivered to the nozzle. At least three different types of nozzles shall be supplied so that mixtures may be properly sprayed over distance varying from 20 to 100 feet (6 to 30 m). One shall be a close -range ribbon nozzle, one a medium -range ribbon nozzle, and one a long-range jet nozzle. For case of removal and cleaning, all nozzles shall be connected to the nozzle pipe by means of quick -release couplings. In order to reach areas inaccessible to the regular equipment, an extension hose at least 50 feet (15 m) in length shall be provided to which the nozzles may be connected. Ft. Worth Alliance Airport T-901-3 Guard Light Circuit Modifications & REIL Replacement c. mixtures. Lime, if required, shall be applied separately, in the quantity specified, prior.to the fertilizing and seeding operations. Not more than 220 pounds (100 kg) of lime shall be added to and mixed with each 100 gallons (380 liters) of water. Seed and fertilizer shall be mixed together in the relative proportions specified, but not more than a total of 220 pounds (100 kg) of these combined solids shall be added to and mixed with each 100 gallons (380 liters) of water. All water used shall be obtained from fresh water sources and shall be free from injurious chemicals and other toxic substances harmful to plant life. Brackish water shall not be used at any time. The Contractor shall identify to the Engineer all sources of water at least 2 weeks prior to use. The Engineer may take samples of the water at the source or from the tank at any time and have a laboratory test~ the samples for chemical and saline content. The Contractor shall not use any water from any source which is disapproved by the Engineer following such tests. All mixtures shall be constantly agitated from the time they are mixed until they are finally applied to the seedbed. All such mixtures shall be used within 2 hours from the time they were mixed or they shall be wasted and disposed of at locations acceptable to the Engineer. d. Spraying.' Lime, if required, shall be sprayed only upon previously prepared seedbeds. After the applied lime mixture has dried, the lime shall be worked into the top 3 inches (8 cm), after which the seedbed shad again be properly graded and dressed to a smooth finish. Mixtures of seed and fertilizer shall only be sprayed upon previously prepared seedbeds on which the lime, if required, shall already have been worked in. The mixtures shall be applied by means of a high-pressure spray which shall always be directed upward into the air so that the mixtures will fall to the ground like rain in a uniform spray. Nozzles or sprays shall never be directed toward the ground in such a manner as might produce erosion or runoff - Particular care shall be exercised to insure that the application is made uniformly and at the prescribed rate and to guard against misses and overlapped areas. Proper predetermined quantities of the mixture in accordance with specifications shall be used to cover specified sections of known area. Checks on the rate and uniformity of application may be made by observing the degree of wetting of the ground or by distributing test sheets of paper or pans over the area at intervals and observing the quantity of material deposited thereon. On surfaces which are to be mulched as indicated by the plans or designated by the Engineer, seed and fertilizer applied by the spray method need not be raked into the soil or rolled. However, on surfaces on which mulch is not .to be used, the raking and roiling operations will be required after the soil has dried. 901-3 a MAINTENANCE OF SEEDED AREAS. The Contractor shall protect seeded areas against traffic or. other use by warning signs or barricades, as approved by the Engineer. Surfaces gullied or otherwise damaged following seeding shall be repaired by regrading and reseeding as directed. The Contractor shall mow, water as directed, and otherwise maintain seeded areas in a satisfactory condition until final inspection and acceptance of the work. When either the dry or wet application method outlined above is used for work done out of season, it will be required that the Contractor establish a good stand of grass of uniform color and density to the satisfaction of the Engineer. If at the time when the contract has Ft. Worth Alliance Airport T-901-4 Guard Light Circuit Modifications & REIL Replacement e r 1 ' been otherwise completed it is not possible to make an adequate determination of the color, density, and uniformity of such stand of grass, payment for the unaccepted portions of the areas seeded out of season will be withheld until such time as these requirements have been met. MET HOD OF MEASUREMENT 901-4.1 The quantity of seeding to be paid for shall be the number of units acres measured on the ground surface, completed and accepted. BASIS OF PAYMENT 901-5.1 Payment shall be made at the contract unit price per acre or fraction thereof, which price and payment shall be full compensation for furnishing and placing all material and for all labor, equipment, tools, and incidentals necessary to complete the work prescribed in this item. Payment will be made under. F Item 901-5.1 Seeding -- per acre MATERIAL REQUIREMENTS ASTM D977 Emulsified Asphalt Fed. Spec. JJJ-S-181 B Agricultural Seeds i Fed. Spec. 0-F-241 D Commercial Mixed Fertilizer END OF ITEM Ft. Worth Alliance Airport T-901-5 Guard Light Circuit Modifications & REIL Replacement I - ITEM L-100 GENERAL PROVISIONS — ELECTRICAL (Non -Standard FAA Spocitication) DESCRIPTION 100-1.1 GENERAL,. This item is intended to supplement the specifications for the Airfield Electrical requirements of this contract. It is the intent and meaning of the Plans and Specifications that the Contractor shall provide an electrical installation that is operational and complete, including all items and appurtenances necessary, reasonably incidental, or customarily included, even though each and every itemis not specifically called out or shown. Installations and construction under these provisions shall be coordinated with the Owner's Authorized Representative (OAR). Contractor shall confirm scheduling and sequencing, and locations and types of interfaces between Contractor's electrical work and Owner's separate electrical contract work, if any, and between Contractor's electrical work and existing electrical facilities. Contractor shall not begin work at these interfaces without approval of the Enginea through the OAR. Specification requirements for approvals, reviews, or other involvement of the Engineer shall be transmitted by the Contractor through the OAR to the Engineer. QUALITY ASSURANCE 100-2.1 APPLICABLE CODES AND STANDARDS. a. Codes. All electrical work shall conform with the requirements and recommendations of the latest edition of the National Electrical Code. In conflicts among drawings, specifications and codes, the most stringent requirements shall govern. b. Standards. The specifications and standards of the following organizations are by reference made part of these specifications and all electrical work, unless otherwise indicated, shall comply with their requirements and recommendations wherever applicable: Institute of Electrical and Electronic Engineers (IEEE) American National Standards Institute (ANSI) American Society for Testing and Materials (ASTM) Insulated Power Cable Engineers Association (ICEA) National Bureau of Standards (NBS) National Electrical Contractor's Association (NECA) National Electrical Manufacturer's Association (NEMA) National Fire Protection Association (NFPA) Underwriter's Laboratories, Inc. (UL) National Electrical Safety Code (NESC) International Fire Code (IFC) Ft. Worth Alliance Airport L-100 Guard Light Circuit Modifications -1- & REIL Replacement 100-2.2 REQUIREMENTS OF REGULATORY AGENCIES. Airport lighting equipment and materials covered by FAA Airports Division specifications shall be approved under the Airport Lighting Equipment Certification Program described in Advisory Circular (AC) 150/534553, Appendices 3 and 4 of the current Addendum. All advisory circulars referenced in these specifications shall be the latest edition. All other equipment and materials covered by other referenced specifications shall be subject to acceptance through manufacturer's certification of.ccmpliance with the applicable specification when requested by the' Engineer. The requirements and recommendations of the latest edition of the Occupational Safety and Health Act are by reference made a part of these specifications and all electrical work shall comply with those requirements and recommendations wherever applicable. 100-2.3 WORKMANSHIP AND PERSONNEL REQUIREMENTS. a. All electrical work shall be performed by workmen skilled in the electrical trade . and licensed for the work by the State of Texas. b. A licensed Master Electrician will be required for the issuance of a building permit for constructing, installing, altering, maintaining, repairing or replacing any electrical wiring, apparatus, or equipment on any voltage level in the jurisdicthn of the Airport. C. A licensed Master Electrician or a licensed Journeyman Electrician is required to be on the job site whenever any electrical work is performed. Any airfield . electrical work or associated electrical installations shall be accomplished under the direct on -site supervision of a licensed Journeyman Electrician working under the responsible Master Electrician. d. To insure compliance with Paragraph c. above, only a documented Electrical work force with a ratio of a maximum of three Electical Helpers for each licensed Journeyman Electrician shall be allowed to work on the airfield electrical systems. e. Contractor shall prepare documentation associated with the electrical work force confirming adherence to the requirements of Paragraph d above. These documents shall be submitted to the Engineer for approval. Also, any work force changes or revisions which affect compliance with paragraph d. above, shall also be submitted to the OAR for approval by the Engineer. f. Every airfield lighting cable splicer shall be qualified in making cable splices and terminations on cables rated above 1,000 volts AC. Contractor shall submit to the Engineer through the OAR proof of the qualifications of each proposed cable splicer for the cable type and voltage level to be worked. Cable splicing/terminating personnel shall have a minimum of two (2) years continuous experience in terminating/splicing medium voltage cable. g. At least ten (10) days prior to performing any cable 'splicing/term inating, Contractor shall submit to the Engineer through the OAR a written list of proposed cable splicing/terminating personnel, including written evidence that the proposed personnel have had a minimum of eight (8) hours of technical training by Ft. Worth Alliance Airport L-100 Guard Light Circuit Modifications -2- & REIL Replacement authorized splice/termination kit manufacturer personnel. Approved training shall include a thorough review of kit components and splicing/terminating techniques and procedures. Field splices shall only be installed by technicians approved by the OAR. h. In addition, each trained cable splicer shall be required to install a splice and a connector on type and size of the cable to be used under this contract if requested by the OAR. Sample connections shall be accomplished in accordance with the manufacturer's instructions and h the presence of the OAR. 100-2.4 EQUIPMENT, MATERIAL AND INSTALLA T ION REQUIREMENTS. The Contractor shall furnish and install all materials, equipment, accessories, connections and incidental items in accordance with the approved recommendations of the manufacturer and the best practices of the trade to provide a complete installation operational and ready for use by the Owner. All equipment and materials shall be new, unless specifically noted otherwise, and'shall bear_ the manufacturer's name, trademark and ASME, UL, and/or other labels in every case where a standard has been established for the particular item. Where applicable, equipment shall be FAA approved.design of a standard product of a manufacturer regularly engaged in the production of the required type of equipment, and shail be supported by a service organization reasonably convenient to the site, as determined by the OAR. The Contractor shall promptly notify the Engineer in writing of any conflict between. any requirements of the Contract Documents and equipment manufacturer's directions and shall obtain written instructions from the Engineer before proceeding with the work. Should the Contractor perform any work that does not comply with the manufacturer's directions or such written instractions from the Engineer, Contractor shall bear all costs arising in correcting deficiencies. After review of equipment submittals, and instructions by the Engineer through the OAR to proceed, equipment installations may require arrangements or connectims different from those shown on the drawings. It is the responsibility of the Contractor to install the equipment to operate properly. The Contractor shall provide any additional equipment and/or materials required for installations to operate in accordance with the intent of the drawings and specifications. It is the responsibility of the Contractor to insure that items installed fit the space available with adequate room for proper equipment operation and maintenance. Contractor shall make field measurements to ascertain space requirements, including those for connections, and shall furnish and install such sizes and shapes of equipment that the final installation provides a complete and operational system that complies with the requirements of the dawings and specifications. The Contractor shall be responsible for coordinating proper location of roughing in and connections by other trades when applicable. Changes associated with coordination requirements shall be made at no increase in the Contractamount or additional costs to other trades. The Contractor shall support work and equipment plumb, rigid, and true to line. The Contractor shall determine how equipment, fixtures, conduit, etc., are to be installed, as required by codes, drawings and specifications. Foundations, bolts, inserts, stands, hangers, brackets and accessories required for proper support shall be provided by the Contractor, whether or not specifically indicated on the drawings. Ft. Worth Alliance Airport L-100 Guard Light Circuit Modifications -3- & REIL Replacement 100-2.5 SUBMITTALS. a. Submit manufacturer's data or shop drawings of the following items, where applicable to this contract, giving full information as to the dimensions, materials, and other information required to define compliance with the specifications. Additional items to be submitted may be Isted in the specification sections. 5kV L-824C Cable Counterpoise & Ground Wire Joint Sealers L-849 REEL PVC Conduit Constant Current Regulators Identification Tags Ground Rods L-823 Connectors Wire Pulling Lubricant Galvanized Rigid Steel Conduit Series Plug Cutouts b. When requested by the Engineer, samples of these items shall be submitted for approval. Equipment/installation diagrams shall also be submitted for approval, as required by project specifications and/or requested by the Engineer. C. Contractor submittal package shall include a typewritten list indicating each bid item, with a breakdown of all item components and all parts that are assembled or associated with bid item installation. Submittal package listshall indicate: (1) Bid item number, (2) Part numbers of associated item components, as required and (3) Reference page number where item and components information is located in the submittal package. An example of this procedure is shown below: Bid Item # Description Ref. Page # (XX) (Bid item Description) (P/N) - (item Component *1) (YY) (P/N) - (Item Component #2) (YY) (PIN) - (Item Component #3) (YY) etc.. . (YY) Where: (XX) -Bid Item Number (YY) = Reference Page Number in Submital Package (P/N) = Manufacturer Fart Number d. . Checking of submittals is done as an aid to the Contractor, and approval of submittals shall not relieve Contractor of responsibility for any errors or omissions in the submittals, nor shall it relieve the Contractor of total responsibility for proper and complete execution of the job. 100-2.6 INSPECTION AND TESTING. All work performed by the Contractor shall be subject to periodic inspections by the Engineer, the Owner, and theOAR to verify that the installation is in compliance with the applicable requirements of these specifications. System and component testing shall be performed as specified in individual specifications. Test results shall be evaluated by the Engineer based upon the criteria indicated. Any installation found which does not conform to the required technical provisions of these Ft. Worth Alliance Airport L-100 Guard Light Circuit Modifications -4- & REIL Replacement specifications, or any specimen which does not meet the defined test criteria, shall be' immediately removed by the Contractor and then replaced at Contractor's expense. When required, testing shall be performed on the new specimen in place to verify compliance with the defined criteria. CONSTRUCTION PROVISIONS 100-3.1- AIRFIELD INS T ALLA T ION PROVISIONS. To enhance personnel safety and avoid contractual problems, the Contractor shall comply with the provisions indicated below. 100-3.2 ELECTRICAL WORK PROVISIONS. a. Existing Underground Utilities. At least twentyfour (24) hours prior to beginning any excavation within the Airport Operations Area (AOA), locations of all utility lines in the construction area will be identified and marked with surveyor flags, or other approved method, by appropriate utility personnel. The Contractor shall be responsible for maintaining the location flags. Any flags displaced shall be replaced by the Contractor. The Contractor shall coordinate with the OAR any additional prior notification time required during weekend and/or holiday work periods. The above noted line identification information shall not relieve the Contractor of the responsibility of pinpointing underground lines to avoid unplanned disruptions or disturbing of installation or operation of underground lines in construction areas. Contractor shall use cabletracing equipment, or other methods at y Contractor's disposal approved by. the OAR, to pinpoint line locations. -Excavation shall not proceed until all underground lines have been identified to the satisfaction of the OAR. Contractor shall hand excavate inareas of airport underground electrical lines to avoid disturbing the circuits. Repair of underground lines damaged by the Contractor shall be the sole responsibility of the Contractor. b. Lockout Procedure. Contractor shall establish a procedure to ersure that each circuit being worked upon cannot be accidentally activated. - 100-3.3 TEMPORARY AND BYPASS CIRCUIT PROVISIONS. During construction, temporary or bypass wiring or cable installations may be required to maintain operation of certain equipment and/or airfield lighting circuits, as indicated in Construction Documents and/or as specified. Temporary/bypass circuit installations shall adhere to provisions indicated below. a. General Requirements. Contractor shall review the requirements in the specifications and Construction Documents, including, but not restricted to: Phasing and Sequencing Plans, Demolition Plans and Wiring. Diagrams. Contractor shall determine locations, sizes and quantities of temporary/bypass wiring and conduits required for project construction. At least 5 days prior to.commencement of installation of temporarylbypass wiring, the Contractor shall submit a layout of proposed temporary/bypass conduits and circuits for review and approval by the Engineer, including proposed hstallation protection provisions. Ft. Worth Alliance Airport L-100 Guard Light Circuit Modifications -5- & RFIL Replacement b. Equipment and Materials. Temporary/bypass wiring shall meet the requirements of Item L-108, Underground Power Cable for Airports, and shall also conform to the construction puns. Temporary/bypass wiring shall be icbntified at junction points with clear heat shrink or brass tags as approved by the Engineer. Installation of temporary/bypass wiring shall include installation of associated, specified counterpoise wiring, as indicated in Item L 108, Underground Power Cable for Airports. C. Installation. Temporary/bypass circuits shall be installed with due consideration to personnel safety and circuit protection against physical damage. Provisions of Paragraph 100-3.2 shall be applicable to temporary/bypass wiring hstallations. All damage to existing circuits as a result of Contractor action or inaction shall be corrected accordingly at the Contractor's expense. . Temporary/bypass high voltage lighting system cables shall be placed to minimize accidental personnel or equipment contact with circuits. Temporary/bypass circuits shall be removed immediately upon completion of construction or purpose for which the wiring was installed. Temporary/bypass cable and counterpoise shall be removed and discarded off the Airport by the Contractor, unless used, in place, as a permanent installation. Underground conduits installed for temporary/bypass circuits shall be removed, unless Contractor is authorized by the OAR to abandon in place. All abandoned conduits thus authorized shall be indicated on the Record Drawings. Any temporary/bypass cable removed from initial installation shall not be reused for any airport permanent instafation. Cable reuse is not allowed to minimize the possibiiit]r of a damaged cable beings re -installed on an active airport circuit. Temporary lighting for barricades shall be battery or generator powered, unless otherwise shown on the plans. Submit proposed method of providing any required barricade lighting for approval of the OAR. All temporary airfield wiring shall include associated counterpoise wiring. 100-3.4 EXISTING ELECTRICAL EQUIPMENT AND MATERIALS. The Contractor shall remove all existing wiring not direct earth buried and electrical equipment made unnecessary by the new installation. Abandoned direct earth buried cable shall be noted on the Record Drawings. 100-3.6 POWER SERVICE CONTINUITY. Provide labor, materials and supervision required to maintain full capacity power service continuity when connection or modifications are maa to existing systems and facilities. Do not interrupt service without prior consent of the OAR, with a definite understanding of time and duration of outage. All outages will take place at a time for minimum disruption of facility activity. 100-3.6 RECORD DRAWINGS. The Contractor shall maintain a set of record drawings'on the job site. Contractor shall mark on the record drawings all work details, alterations installed to meet site conditions and changes made by Change Orders, including all abandoned conduit and cable left in place. Record drawings shall be kept available for inspection by the OAR and/or the Ff. Worth Alliance Airport L-100 Guard Light Circuit Modifications -6- & REIL Replacement ' Engineer at all times. Airfield wiring verification diagrams shall be maintained throughout the project and later submitted to the Engineer upon completion. These field wiring diagrams shall depict the exact routing and number of cable installed in each conduit originating from the airfield lighting vaults and extending to each manhole, handhole,' pulibox, sign, and lighting fixture for each newcircuit or circuit revision. METHOD OF MEASUREMENT AND BASIS OF PAYMENT 100A4.1 MEASUREMENT AND PAYMENT. f I All items covered in this section, including temporary wiring and conduit, will not be measured or paid directly, but will be considered subsidiary to the bid items. EN® OF ITEM L-100 Ft. Worth Alliance Airport L-1 00 Guard Light Circuit Modifications -7- & REIL Replacement THIS PAGE LEFT BLANK INTENTIONALLY. I*t. Worth Alliance Airport L-100 Guard Light Circuit Modifications -8- & REIL Replacement ITEM L-108 UNDERGROUND POWER CABLE FOR AIRPORT S DESCRIPTION 108-1.1 This item shall consist of furnishing and/or installing power cables within conduit or duct banks 1.n accordance with these specifications at the locations shown on the plans. It includes repair of existing guard light circuit RGL-1. Also included are the installation of counterpoise wires, ground wires, ground rods and connections, cable splicing, cable marking, cable testing, and all incidentals necessary to place the cable in operating condition as a completed unit to the satisfaction of the Engineer. This item shall not include the installation of duct banks or conduit, trenching and backfilling for duct banks or conduit. Requirements and payment for trenching and backfilling for the installation of underground conduit and duct banks are covered under Item L-110, "Airport Underground Electrical Duct Banks and Conduits." EQUIPMENT AND MATERIALS 108-2.1 GENERAL. a. Airport lighting equipment and materials covered by Federal Aviation Administration (FAA) specifications shall be approved under the Airport Lighting Equipment Certification Program described in Advisory Circular (AC) 150/5345-53, Appendices 3 and 4 of the current Addendum. b. All other equipment and materials covered by other referenced specifications shall be subject to acceptance through manufacturer's certification of compliance with the applicable specification., when requested by the Engineer. c. Manufacturer's certifications shall not relieve the Contractor of the Contractor's responsibility to provide materials in accordance with these specifications and acceptable to the Engineer. Materials supplied and/or installed that do not materially comply with these specifications shall be removed when directed by the Engineer and replaced with materials which do comply with these specifications, at the sole cost of the Contractor. d. All materials and equipment used to construct this item shall be submitted to the Engineer for approval prior to ordering the equipment. Submittals consisting of marked catalog sheets or shop drawings shall be provided. Submittal data shall be presented in a clear, precise and thorough manner. Original catalog sheets are preferred. Photocopies are acceptable provided they are as good a quality 'as the original. Clearly and boldly mark each copy to identify pertinent products or models applicable to this project. Indicate all optional equipment and delete non -pertinent data. Submittals for components of electrical equipment and systems shall identify the equipment for which they apply on each submittal sheet. Markings shall be boldly and clearly made with arrows or circles (highlighting is not acceptable). Contractor is solely responsible for delays in project accruing directly or indirectly from late submissions or late resubmissions of submittals. e. The data submitted shall be sufficient, in the opinion of the Engineer, to determine Ft. Worth Alliance Airport L-108 Guard Light Circuit Modifications 9 & REIL Replacement compliance with the plans and specifications. The Contractor's submittals shall be neatly bound and tabbed by specification section. The Engineer reserves the right to reject any and all equipment, materials or procedures which, in the Engineer's opinion, do not meet the system design and the standards and codes specified herein. f. All equipment and materials furnished and installed under this section shall be guaranteed against defects in materials and workmanship for a period of at least twelve (12) months from final acceptance by the Owner. The defective materials and/or equipment shall. be repaired or replaced, at the Owner's discretion, with no additional cost to the Owner. The Contractor shall be responsible to maintain an insulation resistance of 500 meg ohms, (1000V megger) with isolation transformers connected in new series circuits and new segments of existing series circuits through the end of the contract warranty period. The insulation resistance to ground of all non -grounded conductors of multiple circuits shall be not less than 1000 megohms and that level shall be maintained by the Contractor throughout the warranty period. 108-2.2 CABLE. Underground cable for airfield lighting facilities (runway and taxiway lights and signs) shall be Type C, No. 8 AWG, copper, 7 strand, single conductor cable with 5,000 volt cross -linked polyethylene insulation and shall conform to the requirements of AC 150/5345-7, Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits. Conductor sizes noted above shall not apply to leads furnished by manufacturers on airfield lighting transformers and fixtures. Wire for electrical circuits up to 600 volts shall comply with Specification L-824 and/or Federal Specification .J-C-30 and shall be type THWN-2. Cable type, size, number of conductors, strand and service voltage shall be as specified on the plans. 108-2.3 BARE COPPER WIRE (COUNTERPOISE OR GROUND) AND GROUND RODS. Wire for counterpoise or ground installations for airfield lighting systems shall be No. 6 AWG solid for counterpoise conforming to ASTM B 3. Ground rods shall be copperclad steel. The ground rods shall be of the length and diameter specified on the plans, but in no case shall they be less than 10-feet (300 cm) long nor less than 3/4 inch (18 mm) in diameter. 108-2.4 CABLE CONNECTIONS. In -line connections of underground primary cables shall be of the type called for on the plans, and shall be one of the types listed below. No separate payment will be made for cable connections. a. The Cast Splice. Not Used. b. The Field -attached Plug-in Splice. Figure 3 of AC 15015345-26, Specification for L-823 Plug and Receptacle, Cable Connectors, employing connector kits, is acceptable for field attachment to single conductor cable. It shall be the Contractor's responsibility to determine the outside diameter of the cable to be spliced and to furnish appropriately sized connector kits and/or adapters and heat shrink tubing with integral sealant. c. The Factory -Folded Plug-in Splice. Specification for L-823 Connectors, Ft. Worth Alliance Airport L-108 Guard Light Circuit Modifications 2 & REIL Replacement Factory -Molded to Individual Conductors, is acceptable. d. The Taped or Heat-Shrinked Splice. Not Used. e. In b and c above, connections of cable conductors shall be made using crimp connectors utilizing a crimping tool designed to make a complete crimp before the tool can be removed. All L-823/L-824 splices and terminations shall be made in accordance with the manufacturer's recommendations and listings. f. All connections of counterpoise, grounding conductors and ground rods shall be made by the exothermic process, except the base can ground clamp connector shall be used for attachment'to the base can. All exothermic connections shall be made in accordance with the manufacturer's recommendations and listings. 108-2.6 SPLICER QUALIFICA TIONS. Every airfield lighting cable splicer shall be qualified in making cable splices and terminations on cables rated above 5,000 volts AC. The Contractor shall submit to the Engineer proof of the qualifications of each proposed cable splicer for the cable type and voltage level to be worked on. Cable. splicing/terminating personnel shall have a minimum of three (3) years continuous experience in terminating/splicing medium voltage cable. 108-2.6 CONCRETE. Not Used. 108-2.7 FLOWABLE BACKFILL. Not Used. 108-2.8 CABLE IDENTIFICATION TAGS. Cable identification tags shall be 3M Scotch Heat -bonding #SCS-HB21Brady Self -Laminating Wire.and Cable Markers, Part No. DAT- 5-292-1--2.5or approved equivalent. They shall be marked with compatible permanent 3M Scotch #SPM marking pens or approved equivalent._ 108-2.9 TAPE. Electrical tapes shall be Scotch Electrical Tapes -- number Scotch 88 (1-1/2" wide) and Scotch 130C linerless rubber splicing tape (2" wide), manufactured by the Minnesota Mining and Manufacturing Company, or approved equivalent. 108-2.10 ELECTRICAL, COATING. Scotchkote shall be manufactured by Minnesota Mining and Manufacturing Company, or approved equivalent. 108-2.11 EXISTING CIRCUITS. Whenever the scope of work requires connection to an existing circuit, the circuit's insulation resistance shall be tested in the presence of the Engineer. The test shall be performed in accordance with this item and prior to any activity affecting the respective circuit. The Contractor shall record the results on forms acceptable to the Engineer. When the work affecting the circuit is complete, the circuit's insulation resistance shall be checked again, in the presence of the Engineer. The Contractor shall record the results on forms acceptable to the Engineer. The second' reading shall be equal to or greater than the first reading, or the Contractor shall make the necessary repairs to the circuit to bring the second reading above the first reading. All repair costs including a complete replacement of the L-823 connectors, L-830 transformers and L-824 cable, if necessary, shall be borne by the Contractor. All test results shall be submitted in the Operation and Maintenance (O&M) Manual. CONSTRUCTION METHODS Ft. Worth Alliance Airport L1108 Guard Light Circuit Modifications 3 & REIL Replacement 108-3.1 GENERAL. The Contractor shall install the specified cable at the approximate locations indicated on the plans. Unless otherwise shown on the plans, all cable required to cross under pavements expected to carry aircraft loads shall be installed in concrete encased duct banks. Wherever possible, cable shall be run without splices, from connection to connection. Cable connections between lights will be permitted only at the light locations for connecting the underground cable to the primary leads of the individual isolation` transformers. The Contractor shall be responsible for providing cable in continuous lengths for home runs or other long cable runs without connections, unless otherwise authorized in writing by the Engineer or shown on the plans. In addition to connectors being installed. at individual isolation transformers, L-823 cable connectors for maintenance and test points shall be installed at locations shown on the plans. Cable circuit identification markers shall be installed on both sides of the L-823 connectors installed or at least once in each access point where L-823 connectors are not installed. Provide not less than 3 feet of cable slack on each side of all connections, isolation transformers, light units, and at points where cable is connected to field equipment. Where provisions must be made for testing or for future above grade connections, provide enough slack to allow the cable to be extended at least one foot vertically above the top of the access structure. This requirement also applies where primary cable passes through empty base cans, junction and access structures to allow for future connections, or as designated by the Engineer. 108-3.2 INSTALLATION IN DUCT BANKS OR CONDUITS. This item includes the installation of the cable in duct banks or conduit as described below. The maximum number and voltage ratings of cables installed in each single duct or conduit, and the current -carrying capacity of each cable shall be in accordance with the latest National Electric Code, or the code of the local agency or authority having jurisdiction. The Contractor shall make no connections or splices of any kind in cables installed in conduits or duct banks. Unless otherwise designated in the plans, where ducts are in tiers, use the lowest ducts to receive the cable first, with spare ducts left in the upper levels. Check duct routes prior to construction to obtain assurance that the shortest routes are selected and interferences are avoided. Duct banks or conduits shall be installed as a separate item in accordance with Item L-11 a, Airport Underground Electrical Duct Banks and Conduit. The Contractor shall run a mandrel through duct banks or conduit prior to installation of cable to insure that the duct bank or conduit is open, continuous and clear of debris. Mandrel size shall be compatible with conduit size. The Contractor shall swab out all conduits/ducts and clean base can, manhole, etc. interiors IMMEDIATELY prior to pulling cable. Once cleaned and swabbed the base cans and all accessible points of entry to the duct/conduit system shall be kept closed except when installing cables. Cleaning of ducts, base cans, manholes, etc. is incidental to the pay item of the item being cleaned. All raceway systems left open after initial cleaning for any reason, shall be recleaned at the Ft_ Worth Alliance Airport L-109 Guard Light Circuit Modifications 4 REIL Replacement Contractor's expense. All accessible points shall be kept closed when not installing cable. The Contractor shall verify existing ducts proposed for use in this project as clear and open. The Contractor shall notify the Engineer of any blockage in the existing ducts. The cable shall be installed in a manner to prevent harmful stretching of the conductor, injury to the insulation, or damage to the outer protective covering. The ends of all cables shall be sealed with moisture seal tape providing moisture tight mechanical protection with minimum bulk, or alternately, heat shrinkable tubing before pulling into the conduit and it shall be left sealed until connections are made. Where more than one cable is to be installed in a conduit, all cable shall be pulled in the conduit at the same time. New cable may be installed in conduit containing existing cable, provided that Contractor does not damage the circuits. Contractor shall replace damaged items at no additional cost to the Owner. The pulling of a cable through duct banks or conduits may be accomplished by handwinch or power winch with the use of cable grips or pulling eyes. Maximum pulling -tensions shall be governed by cable manufacturer's recommendations. A non:hardening lubricant recommended for the type of cable being installed shall be used where pulling lubricant is required. Contractor shall submit pulling tension values to the Engineer prior to any cable installation. If required by the Engineer, pulling tension values for cable pulls shall be monitored by a dynamometer in the presence of the Engineer. Cable pull tensions shall be recorded by the Contractor and reviewed by the Engineer. Cables exceeding the maximum allowable pulling tension values shall be removed and replaced by the Contractor at the Contractor's expense. The manufacturer's minimum bend radius or the NEC requirements whichever is more restrictive shall apply. Cable installation, handling and storage shall be per manufacturer's recommendations. During cold weather, particular attention shall be paid to the manufacturer's minimum installation temperature. Cable shall not be installed when the temperature is at or below the manufacturer's minimum installation temperature. At the Contractor's option, the .Contractor may submit a plan, for review by the Engineer, for heated.storage of the cable and maintenance of an acceptable cable temperature during installation when temperatures_ are below the manufacturer's minimum cable installation temperature. Cable shall not be dragged across base can or manhole edges, pavement or earth. When cable must be coiled, lay cable out on a canvas tarp or utilize other appropriate means to prevent abrasion to the cable jacket. 108-3.3 INS T ALLATION OF DIRECT -BURIED CABLE IN TRENCHES. NOT USED. 108-3.4 CABLE MARKERS FOR DIRECT -BURIED CABLE. NOT USED. 108-3.5 SPLICING. Connections of the type shown on the plans shall be made by experienced personnel regularly engaged in this type of work and shall be made as follows: a. Cast Splices. Not Used. b. Field -attached Plug-in Splices. These shall be assembled in accordance with manufacturer's instructions. These splices shall be made by plugging directly into mating connectors. In all cases the joint where the connectors come together shall be Ft. Worth Alliance Airport L-108 Guard Light Circuit Modifications 5 & REIL Replacement wrapped with at least one layer of rubber or synthetic rubber tape and one layer of plastic tape, one-half lapped, extending at least 1-1/2 inches (37 mm) on each side of the joint. c. Factory -Molded Plug-in Splices. These shall be made by plugging directly into mating connectors. In all cases, the joint where the connectors come together shall be wrapped with at least one layer of rubber or synthetic rubber tape and one layer of plastic tape, one-half lapped, extending at least 1-1/2 inches (37 mm) on each side of the joint. d. Taped or Heat Shrinked Splices. Not Used. 108-3.6 BARE COUNTERPOISE WIRE INSTALLATION FOR LIGHTNING PROTECTION AND GROUNDING. If shown on the plans or included in the job specifications, bare counterpoise copper wire shall be installed for lightning protection of the underground cables. Counterpoise wire shall be installed in the same trench for the entire length of buried cable, conduits and duct banks that are installed to contain airfield cables. Where the cable or duct/conduit trench runs parallel to the edge of pavement, the counterpoise shall be installed in a separate trench located half the distance between the pavement edge and the cable or ductteonduit trench. In trenches not parallel to pavement edges, counterpoise wire shall be installed continuously a minimum of 4 inches above the cable, conduit or duct bank, or as shown on the plans if greater. Additionally, counterpoise wire shall -be installed at least 8 inches below the top of subgrade in paved areas or 10 inches below finished grade in un-paved areas. This dimension may be less than 4 inches where conduit is to be embedded in existing pavement. Counterpoise wire shall not be installed in conduit_ The counterpoise wire shall be routed around each light fixture base, mounting stake, or junction/access structures. The counterpoise wire shall also be exothermically welded to ground rods installed as shown on the plans but not more than 500 feet. (150 m) apart around the entire circuit. The counterpoise system shall be continuous and terminate at the transformer vault or at the power source. It shall be securely attached to the vault or equipment external ground ring or other made electrode grounding system. The connections shall be made as shown on the plans and in the specifications. a. Counterpoise Installation Above Multiple Conduits and Duct Banks. Counterpoise wires shall be installed above multiple conduits/duct banks for airfield lighting cables, with the intent being to provide a complete cone of protection over the airfield lighting cables. When multiple conduits and/or duct banks for airfield cable are installed in the same trench, the number and location of counterpoise wires above the conduits shall be adequate to provide a complete cone of protection measured 22'/ degrees each side of vertical. Where duct banks pass under pavement to be constructed in the project, the counterpoise shall be placed above the duct bank. Reference details on the construction plans. b. Counterpoise Installation at Existing Duct Banks. When airfield lighting cables are indicated on the plans to be routed through existing duct banks, the new Ft. Worth Alliance Airport L-108 Guard Eight Circuit Modifications 6 & REIL Replacement counterpoise wiring shall be terminated at ground rods at each end of the existing duct bank where the cables being protected enter and exit the duct bank. The new counterpoise conductor shall be bonded_ to the existing counterpoise system. 108-3.7 EXOTHERMIC BONDING. Bonding of counterpoise wire shall be by the exothermic welding process. Only personnel experienced in and regularly engaged in this type of work shall make these connections. Contractor shall demonstrate to the satisfaction of the Engineer, the welding kits, materials and procedures to be. used for welded connections prior to any installations in the field. The installations shall comply with the manufacturer's recommendations and the following: All slag shall be removed from welds. For welds at light fixture base cans, all galvanized coated surface areas and "melt" areas, both inside and outside of base cans, damaged by exothermic bond process shall be restored by coating with a liquid cold -galvanizing compound conforming to U.S. Navy galvanized repair coating meeting Mil. Spec. MIL-P-21035. Surfaces to be coated shall be prepared and compound applied in accordance with manufacturer's recommendations. All buried copper and weld material at. weld connections shall be thoroughly coated with 5 mil of 3M "Scotchkote," or approved equivalent, or coated with coal tar bitumastic material to prevent surface exposure to corrosive soil or moisture. 108.3.8 TESTING. The Contractor shall furnish all necessary equipment and appliances for testing the airport electrical systems and underground cable circuits before and after installation. The Contractor shall perform all tests in the presence of the Engineer. The Contractor shall demonstrate the electrical characteristics to the satisfaction of the Engineer. All costs for testing are incidental to the respective item bP1ng tested. For phased projects, the tests must be completed by phase and results meeting the specifications below must be maintained by the Contractor throughout the entire project as well as during the ensuing warranty period. Earth resistance testing methods shall be submitted to the Engineer for approval. Earth resistance testing results shall be recorded on an approved form and testing shall be performed in the presence of the Engineer. All such testing shall be at the sole expense of the Contractor. Should the counterpoise or ground grid conductors be damaged or suspected of being damaged by construction activities the Contractor shall test the conductors for continuity with a low resistance ohmmeter. The conductors shall be isolated such that no parallel path exists and tested for continuity. The Engineer shall approve of the test method selected. All such testing shall be at the sole expense of the Contractor. After installation, the Contractor shall test and demonstrate to the satisfaction of the Engineer the following: a. That all affected lighting power and control circuits (existing and new) are Ft. Worth Alliance Airport L-108 Guard Light Circuit Modifications 7 & REIL Replacement continuous and free from short circuits. b. That.all affected circuits (existing and new) are free from unspecified grounds. c. That the insulation resistance to ground of all new non -grounded series circuits or cable segments is not less than 500 megohms. d. That the insulation resistance to ground of all non -grounded conductors of new multiple circuits or circuit segments is not less than 1,000 megohms. e. That all affected circuits (existing and new) are properly connected in accordance with applicable wiring diagrams. f. That all affected circuits (existing and new) are operable. Tests shall be conducted that include operating each control not less than 10 times and the continuous operation of each lighting and power circuit for not less than 1/2 hour. g. That the impedance to ground of each ground rod does not exceed 10 ohms prior to establishing connections to other ground electrodes. The fall -of -potential ground impedance test shall be utilized, as described by ANSI/IEEE Standard 81, to verify this requirement. Two copies of tabulated results of all cable tests performed shall be supplied by the Contractor to the Engineer. Where connecting new cable to existing cable, ground resistance tests shall be performed on the new cable prior to connection to the existing circuit. There are no approved "repair" procedures for new items that have failed testing other than complete replacement. METHOD OF MEASUREMENT ':Q-4.'. CGbte or counterpoise wire installed in trench, duct bank or conduit shalt be measured by the number of linear feet (meters) of cable or counterpoise wire installed in trenches, duct bank or conduit, including ground rods and grounding connectors, and trench marking tape, ready for operation, and accepted as satisfactory. The cost of all excavation, backfill, dewatering and restoration regardless of the type of material encountered shall be included in the unit price bid for the work. Separate measurement shall be made for each cable or counterpoise wire installed in trench, duct bank or conduit. The measurement for this item shall include additional quantities required for slack. Removal of existing cable shall be incidental to the respective installation pay items. No separate measurement shall be made for cable removal. 108-4.2 Existing circuit repair shall be measured * the lump &YVh for the circuit repaired, including testing insulation resistance to ground, isolating circuit segments, identifying compromised items requiring replacement, and re rig ccmp.roMIsed cable aeectors, ready for operation, and accepted as satisfactory. If identified as compromised, rWacament of isolation transsforiners and/or guard light control modules thall be the responsibility of the Owner, Ft. Worth Alliance Airport L-108 Guard light Circuit Modifications 8 & REIL Replacement BASIS OF PAYMENT 108-5.1 Payment will be made at the contract unit price for cable and bare counterpoise wire installed in trench (direct -buried), or cable and equipment ground installed in duct. bank or conduit, in place by the Contractor and accepted by the Engineer. This price shall be full compensation for furnishing all materials and for'all preparation and installation of these materials, and for all labor, equipment, tools, and incidentals, including existing cable removal, ground rods and ground connectors and trench marking tape, necessary to complete this item. 108-5.2 Payment will be made at the contract lump sum price for repair of existing circuit RGL-1, in place by the Contractor and accepted by the Engineer. This price shall be full compensation for furnishing all materials and for all preparation and installation of these materials, and for all labor, equipment, tools, and incidentals, including testing insulation resistance, isolating circuit segments, identifying compromised devices and replacing cable connectors, necessary to complete this item. Payment will be made under: Item L-108-5.1 No. 8, 5kV, L-824C Cable, Installed in Duct Bank or Conduit —per liner foot (meter) Item L-108-5.2 No. 6- Solid Bare Counterpoise Wire, Installed with Ground Rods and Ground Connectors —per linear foot (meter) Item L-108-5.3 Repair Existing Circuit RGL-1, Complete — per lump sum MATERIAL REQUIREMENTS AC 150.53 r5-7 Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits AC 150/5345-26 Specification for L-823 Plug and Receptacle Cable Connectors FED SPEC J-C-30 Cable and Wire, Electrical Power, Fixed Installation (cancelled; replaced by A-A-59544 Cable and Wire, Electrical (Power, Fixed Installation)) FED SPEC A A-v5809 Insulation Tape, Electrical, Pressure -Sensitive Adhesive, Plastic ASTM B 3 Soft or Annealed Copper Wire ASTM D 4388 Rubber tapes, Nonmetallic Semiconducting and Electrically Insulating Ft. Worth Alliance Airport L-108 Guard Light Circuit Modifications 9 & REii_ Replacement REFERENCE DOCUMENTS NFPA No. 70 National Electrical Code (NEC) MIL-8-23586C Sealing Compound, Electrical, Silicone Rubber Building Industry Consulting Service International (BICSI) ANSIIIEEE Std 81 IEEE Guide for Measuring Earth Resistivity, Ground Impedance, and Earth Surface Potentials of a Ground System END OF ITEM L-108 Ft. Worth Alliance Airport L-108 Guard Light Circuit Modifications 10 & REIL Replacement ITEM L-109 INSTALLATION OF AIRPORT TRANSFORMER !VAULT AND VAULT EQUIPMENT - DESCRIPTION 109.1.1 This item shall consist of furnishing.and installing airfield lighting vault equipment and Air Traffic Control Tower (ATCT) control panel modifications in accordance with these specifications and the design and dimensions shown in the plans. Included under this item shall be the furnishing and installing of all vault and ACTC equipment, wiring, electrical buses, cable, conduit, and grounding systems. This work shall also include the marking. and labeling of equipment and the labeling or tagging of wires; the testing of the installation; and the furnishing of all incidentals necessary to place all installations in operating condition as completed units to the intent and purpose of the plans and these specifications. EQUIPMENT AND MATERIALS 109 2.1 GENERAL a. Airport lighting equipment and materials covered by Federal Aviation Administration (FAA) specifications shall be approved under the Airport Lighting Equipment Certification Program described in Advisory Circular (AC) 150/5345-53, and Appendices 3 and 4 of the latest Addendum. b. All other equipment and materials covered by other referenced specifications shall be subject to acceptance through manufacturer's certification of compliance with the applicable specification when requested by the Engineer. AIRPORT ELECTRICAL EQUIPMENT VAULT 109 2.2 BUILDING AND FOUNDATION. Not Used 109-2.3 CONCRETE. Not Used 109-2.4 REINFORCING STEEL. Not Used 109-2.5 CONDUIT. Rigid steel conduit and fittings shall be in accordance with Underwriters Laboratories Standard 6 and 514. Plastic conduit and fittings shall conform to the requirements of Underwriters Laboratories Standards UL-51413, UL-651 and Ul- 651A and shall be Type II - suitable for either above ground or underground use. Plastic conduit adhesive shall be solvent cement manufactured especially for the purpose of gluing the specific type of plastic conduit and fittings 109-2.6 LIGHTING. Not Used 109-2.7 OUTLETS. Not Used Ft. Worth Alliance Airport L-109 Guard Light Circuit Modifications .1- & REIL Replacement 109-2.8 SWITCHES. Not Used 109 2.9 PAINT. Not Used 109 2.10 SQUARE DUCT. Not Used 109-2.11 GROUND RODS. Not Used 109-2.12 FAA -APPROVED EQUIPMENT. Certain items of airport lighting equipment installed in vaults are covered by individual FAA equipment specifications, the most recent edition/revision of which shall be used. The specifications are listed. below: AC 16015345-7 Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits AC 150/5345-10 Specification for Constant Current Regulators and Regulator Monitors 109-2.13 OTHER ELECTRICAL EQUIPMENT. Constant -current regulators, cutouts, relays, terminal blocks, circuit breakers, lighting contactors, panelboards, disconnects and all other regularly used commercial items of electrical equipment not covered by FAA equipment specifications shall conform to the applicable rulings and standards of the Institute of Electrical and Electronic Engineers or the National Electrical Manufacturers Association. When specified, test reports from a testing laboratory indicating that the equipment meets the specifications shall be supplied. In all cases, equipment shall be new and a first -grade product. This equipment shall be supplied in the quantities required for the specific project and shall incorporate the electrical and mechanical characteristics specified in the proposal and plans. 109-2.14 WIRE. Wire in conduit rated up to 5,000 volts shall conform to AC 160/5346-7, Specification for L-824 Underground Electrical Cables for Airport Lighting Circuits, for rubber insulated neoprene -covered wire, or Fed. Spec. J-C-30, Type RHW, for rubber insulated fibrous -covered wire. For ratings up to 600 volts, thermoplastic wire conforming to Fed. Spec. J-C-30, Types TW, THW, and THWN, shall be used except where otherwise shown on the plans. The wires shall be of the type, size, number of conductors and voltage shown in the plans or in the proposal. a. Control Circuits. Wire shall be not less than No. 12 AWG and shall be insulated for 600 volts. If telephone control cable is specified, follow item L-108. b. Power Circuits. (1) 600 volts maximum --Wire shall be No. 6 AWG or larger and insulated for at least 600 volts. (2) 3,000 volts maximum --Wire shall be No. 6 AWG or larger and insulated for at least 3,000 volts. (3) Over 3,000 volts --Wire shall be No. 6 AWG or larger and insulated for at least the circuit voltage. Ft. Worth Alliance Airport L-109 Guard Light Circuit Modifications -2- & REIL Replacement- CONSTRUCTION METHODS CONSTRUCTION OF VAULT Not Used 109-3.1 GENERAL. Not Used INSTALLATION OF EQUIPMENT IN VAULT 109-3.2 GENERAL. The Contractor shall furnish, install, and connect all equipment, equipment accessories, conduit, cables, wires,.buses, grounds, and support necessary to insure a complete and operable electrical distribution center for the airport lighting system as specified herein and shown in the plans. The equipment installation and mounting shall comply with the requirements of the National Electrical Code and local code agency having jurisdiction. 109-3.3 POWER SUPPLY EQUIPMENT. Transformers, regulators, booster transformers, and other power supply equipment items shall be furnished and/or installed at the location shown in the plans or as directed by the Engineer. The power supply equipment shall be set on steel "H" sections, "I" beams, channels, or concrete blocks to provide a minimum space of 1-1/2 inches (37 mm) between the equipment and the floor. The equipment shall be placed so as not to obstruct the oil -sampling plugs of the oil -filled units; and name -plates shall, so far as possible, not be obscured. 109-3.4 SWI T CHGEAR AND PANELS. Oil switches, fused cutouts, relays, transfer switches, panels, panel boards, and other similar items shall be furnished and installed at the location shown in'the plans or as directed by the Engineer. Wall or ceiling -mounted items shall be attached to the wall or ceiling with galvanized bolts of not less than 3/8-inch (9 mm) diameter engaging metal expansion shields or anchors in masonry or concrete vaults. 109-3.5 DUCT AND CONDUIT. The Contractor shall furnish and install square -type exposed metallic ducts with hinged covers for the control circuits in the vault. These shall be mounted along the walls behind all floor -mounted equipment and immediately below all wall -mounted equipment. The hinged covers shall be placed to open from the front side with the hinges at the front bottom. Wall brackets for square ducts shall be installed at all joints 2 feet (60 cm) or more apart with intermediate brackets as specified. Conduit shall be used between square ducts and equipment or between different items of equipment when the equipment is designed for conduit connection. When the equipment is not designed for conduit connection, conductors shall enter the square -type control duct through insulating bushings in the duct or on the conduit risers. 109-3.6 CABLE ENTRANCE AND HIGH VOLTAGE BUS SYSTEM. Incoming underground cable from field circuits and supply circuits will be installed outside the walls of the transformer vault as a separate item under Item L-108. The Contractor installing the vault equipment shall bring the cables from the trench, conduit, or duct through the entrance conduits into the vault and make the necessary electrical connections. For the incoming and outgoing high voltage load circuits, the Contractor shall furnish and install rigid metallic conduit risers, surmounted by Ft. Worth Alliance Airport L-109 Guard Light Circuit Modifications -3- & REIL Replacement potheads, from floor level to the level as shown in the plans. The incoming high -voltage power supply service to the vault shall enter below the floor of the vault and shall rise from the floor level in a rigid metallic conduit riser, surmounted by a pothead, as described above. Using insulated high -voltage cable, the incoming power service shall be connected from the pothead to the oil -fused cutouts or to the specified disconnecting switch or equipment. From the oil -fused cutouts or disconnecting device, the insulated service conductors shall be connected to the overhead voltage bus system of the vault. The high -voltage bus system shall utilize the materials specified and shall be mounted and installed in accordance with the requirements of the National Electrical Code or the local code agency having jurisdiction. 109-3.7 WILING AND CONNECTIONS. The Contractor shall make all necessary electrical connections in the vault in accordance with the wiring diagrams furnished and as directed by the Engineer. In wiring to the terminal blocks, the Contractor shall leave sufficient extra length on each control lead to make future changes in connections at the terminal block. This shall be accomplished by running each control lead the longest way around the box to the proper terminal. Leads shall be neatly laced in place. 109-3.0 MARKING AND LABELING. All equipment, control wires, terminal blocks, panels, etc., shall be tagged, marked, or labeled as specified below: a. Wire Identification. The Contractor shall furnish and install self -sticking wire labels on all control wires at the point where they connect to the control equipment or to the terminal blocks. Wire labels shall be of the self -sticking preprinted type and of the manufacturers recommended size for the wire involved. identification markings designated in the plans shall be followed. b. Labels. The Contractor shall stencil identifying labels on the cases of regulators, breakers, and distribution and control relay cases with white oil paint as designated by the Engineer unless otherwise -shown on the plans. The letters and numerals shall be not less than 1 inch (25 mm) in height unless otherwise shown on the plans and shall be of proportionate width. The Contractor shall also mark the correct circuit designations in accordance with the wiring diagram on the terminal marking strips which are a part of each terminal block. The ACTC panel modifications shall be labeled as indicated on the drawings, with letter and numeral height and width matching existing. METHOD OF MEASUREMENT 109-4.1 Measurement of the constant current regulators to be paid for under this item shall consist of a contract unit price for each item constructed in place and accepted as a complete unit. 109-4.2 Measurement of the airfield lighting vault modifications, including all incidentals shown on the vault drawings not measured under separate items herein, to be paid for under this item shall consist of the lump sum for airfield lighting vault modifications furnished and installed in place and accepted as a complete unit. Ft. Worth Alliance Airport L-109 Guard Light Circuit Modifications -4- & REIL Replacement 109-4.3 Measurement of the ATCT control panel modifications, including all incidentals shown on the drawings not measured under separate items herein, to be paid for under this item shall consist of the lump sum for ATCT control panel modifications furnished and installed in place and accepted as a complete unit. BASIS OF PAYMENT 109-5.1 Payment will be made at the contract unit price per each for completed and accepted constant current regulators. Payment will be made at the contract price per lump sum for completed and accepted airfield lighting vault and ATCT control panel modifications. These prices shall be full compensation for furnishing all materials and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item L-109-5.1 L-828, 10kW, 6.6A, 208V, 3-Step Constant Current Regulator, Complete in Place - per each Item L-109-5.2 Airfield Lighting Vault Modifications, Complete in Place -- per lump sum Item L-109-5.3 ATCT Control Panel Modifications, Complete in Place — per lump sum MATERIAL REQUIREMENTS AC 150/5345-3 Specification for L-821 Panels for Remote Control of Airport Lighting AC 150/5345-7 Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits ANSIIICEA S-85-625-1996 Aircore, Polyethylene Insulated; Copper Conductor, Telecommunications Cable ASTM A 615 Specification for Deformed and Plain Billet Steel Bars for Concrete Reinforcement ASTM C 62 Specification for Building Brick (Solid Masonry Units Made from Clay or Shale) ASTM C 90 Concrete Masonry Units, Loadbearing ASTM D 2823 Asphalt Roof -Coating Ft. Worth Alliance Airport L-109 Guard Light Circuit Modifications -5- & REIL Replacement FED SPEC J-C-30 Cable and Wire, Electrical (Power, Fixed Installation) (cancelled; replaced by AA-59544 Cable and Wire, Electrical (Power, Fixed Installation)) FED SPEC TT-E-487 Enamel, Floor and Deck Master Painter's Institute END OF ITEM Ft. Worth Alliance Airport L-109 Guard Light Circuit Modifications -6- & REIL Replacement ITEM L-1 09 INSTALLATION OF AIRPORT TRANSFORMER VAULT AND VAULT EQUIPMENT DESCRIPTION 109-1.1 This item shall consist of furnishing and installing airfield lighting vault equipmentand Air Traffic Control Tower (ATCT) control panel modifications in accordance with these specifications and the design and dimensions shown in the plans. Included under this item shall be the furnishing and installing of all vault and ACTC equipment, wiring, electrical buses, cable, conduit, and grounding systems. This work shall also include the marking and labeling of equipment and the labeling or tagging of wires; the testing of the installation; and the furnishing of all incidentals necessary to place all installations in operating condition as completed units to the intent and purpose of the plans and these specifications. EQUIPMENT AND MATERIALS 109-2.1 GENERAL a. Airport lighting equipment and materials covered by Federal Aviation Administration (FAA) specifications shall be approved under the Airport Lighting Equipment Certification Program described in Advisory Circular (AC) 150/5345.53, and Appendices 3 and 4 of the latest Addendum. b. All other equipment and materials covered by other referenced specifications shall be subject to acceptance through manufacturer's certification of compliance with the applicable specification when requested by the Engineer. AIRPORT ELECTRICAL EQUIPMENT VAULT 109-2.2 BUILDING AND FOUNDATION. Not Used 109-2.3 CONCRETE. Not Used 109-2.4 REINFORCING STEEL Not Used 1092.5 CONDUIT. Rigid steel conduit and fittings shall be in accordance with Underwriters Laboratories Standard 6 and 514. 109 2.6 LIGHTING. Not Used 1092.Y OUTLETS. Not Used 109-2.8 SWITCHES. Not Used 1092.9 PAINT. Not Used Ft. Worth Alliance Airport L-1 09 Guard Light Circuit Modifications -1- & REIL Replacement 109-2.10 SQUARE DUCT. Not Used 109-2.11 GROUND RODS. Not Used 109-2.12 FAA, -APPROVED EQUIPMENT. Certain items of airport lighting equipment installed in vaults are covered by individual FAA equipment specifications, the most recent edition/revision of which shall be used. The specifications are listed below: AC 150/5345-7 Specification for L 824 Underground Electrical Cable for Airport Lighting Circuits AC 150/5345-10 Specification for Constant Current Regulators and Regulator Monitors 109-2.13 OTHER ELECTRICAL EQUIPMENT. Constant -current regulators, cutouts, relays, terminal blocks, circuit breakers, lighting contactors, panelboards, disconnects and all other regularly used commercial items of electrical equipment not covered by FAA equipment specifications shall conform to the applicable rulings and standards of the Institute of Electrical and Electronic Engineers or the National Electrical Manufacturers Association. When specified, test reports from a testing laboratory indicating that the equipment meet the specifications shall be supplied. In all cases, equipment shall be new and a firsfgrade product. This equipment shall be supplied in the -quantities required for the specific project and shall incorporate the electrical and mechanical characteristics specified'in the proposal and plans. 109-2.14 WIRE. Wire in conduit rated up to 5,000 volts shall conform to AC 150153457, Specification for L-824 Underground Electrical Cables for Airport Lighting Circuits, for rubber insulated neoprene -covered wire, or Fed. Spec. J-C-30, Type RHW, for rubber insulated fibrouscovered wire. For ratings up to 600 volts, thermoplastic wire conforming to Fed. Spec. J-C-30, Types TW, THW, and THWN, shall be used except where otherwise shown on the plans. The wires shall be of the type, size., number of conductors and voltage shown in the plans or in the proposal a. Control Circuits. Wire shall be not less than No. 12 AWG and shall be insulated for 600 volts. If telephone control cable is specified, follow item L 108. b. Power Circuits. (1) 600 volts maximum --Wire shall be No. 6 AWG or larger and insulated for at least 600 volts. (2) 3,000 volts maximum -Wire shall be No. 6 AWG or larger and insulated for at least 3,000 volts. (3) Over 3,000 volts --Wire shall be No. 6 AWG or larger and insulated for at least the circuit voltage. CONSTRUCTION METHODS CONSTRUCTION OF 'VAULT Not Used Ft. Worth Alliance Airport L-109. Guard Light Circuit Modifications -2- & REIL Replacement 109-3.1 GENERAL. Not Used INSTALLATION OF EQUIPMENT IN !VAULT 109-3.2 GENERAL. The Contractor shall furnish, install, and correct all equipment, equipment accessories, conduit, cables, wires, buses, grounds, and support necessary to insure a complete and operable electrical distribution center for the airport: lighting system as specified herein and shown in the plans. The equipment installation and mounting shall comply with the requirements of the National Electrical Code and local code agency having jurisdiction. 109-3.3 POWER SUPPLY EQUIPMENT Transformers, regulators, booster transformers, and other power supply equipment items shalt be furnished and/or installed at the location shown in the plans or as directed by the Engineer. The power supply equipment shall be set on steel "H" sections, "I" beams, channels, or concretd blocks to provide a minimum space of $112 inches (37 mm) between the equipment and the floor. The equipment shall be placed so as not to obstruct the oil -sampling plugs of the oil -filled units; and name -plates shalt, so far as possible, not be obscured. 109-3.4 SWITCHGEAR AND PANELS Oil switches, fused cutouts, relays, transfer -switches, panels, panel boards, and other similar items shall be furnished and installed at the location shown in the plans or as directed by the Engineer. Wall or ceiling -mounted items shall be attached to the wall or ceiling with galvanized bolts of not less than 3/8-inch (9 mm) diameter engaging metal expansion shields or anchors in masonry or concrete vaults. 109-3.6 DUCT AND CONDUIT The Contractor shall furnish and install square -type exposed metallic ducts with hinged covers for the control circuits in the vault. These shall be mounted along the walls behind all floor -mounted equipment and immediately below all wall'mounted equipment. The hinged covers shall be placed to open from the front side with the hinges d the front bottom. Wall brackets for square ducts shall be installed at all joints 2 feet(60 cm) or more apart with intermediate brackets as specified. Conduit shall be used between square ducts and equipment or between different items of equipment when the equipment is designed for conduit connection. When the equipment is not designed for conduit connection, conductors shall enter the square -type control duct through insulating bushings in the duct or on the conduit risers. 109-3.6 CABLE ENTRANCEAN® HIGH VOLTAGE SUS SYSTEM. Incoming underground cable from field circuits and supply circuits will be installed outside the walls of the transformer vault as a separate item under Item L 100. The Contractor installing the vault equipment shall bring the cables from the trench, conduit, or duct through the entrance conduits into the vault and make the necessary electrical connections. For the incoming and outgoing high voltage load circuits, the Contractor shall furnish and install rigid metallic condut risers, surmounted by potheads, from floor level to the level as shown in the plans. The incoming high voltage power supply service to the vault shallenter below the floor of the vault and shall rise from the floor level in a rigid metallic conduit rimr, surmounted by a pothead, as described above. Using insulated high -voltage cable, the incoming power service shall be connected from the pothead to the oil -fused cutouts or to the specified disconnecting switch or Ft. Worth Alliance Airport L-109 Guard Light Circuit Modifications -3- & REIL Replacement equipment. From the oil -fused cutouts or disconnecting device, the insulated service conductors shall be connected to the overhead voltage bus system of the vault. The high voltage bus system shall utilize the materials specified and shall be mounted and installed in accordance with the requirements of the National Electrical Code or the local code agency having jurisdiction. 109-3.7 WIRING AND CONNECTIONS The Contractor shall make all necessary electrical connections in the vault in accordance with the wiring diagrams furnished and asdirected by the Engineer. In wiring to the terminal blocks, the Contractor shall leave sufficient extra length on each control lead to make future changes in connections at the terminal block. This shall be accomplished by running each control lead the longest way around the box to the proper terminal. Leads shall be neatly laced in place. 109-3.9 MARKING AND LABELING All equipment, control wires, terminal blocks, panels, etc., shall be tagged, marked, or labeled as specified below: a. Wire Identification. The Contractor shall furnish and install self -sticking wire labels on all control wires at the point where they connect to the control equipment or to the terminal blocks. Wire labels shall be of the self -sticking preprinted type and of the manufacturer's recommended size for the wire involved. Identification markings designated in the plans shall be followed. b. Labels. The Contractor shall stencil identifying labels on the cases of regulators, breakers, and distribution and control relaycases with white oil paint as designated by the Engineer unless otherwise shown on the plans. The letters and numerals shall be not less than 1 • inch (26 mEm) in height unless otherwise shown on the plans and shall be of proportionate width. The Contractor shall also mark the correct circuit designations in accordance with the wiring diagram on the terminal marking strips which are a pars: of each terminal block.The ACTC panel modifications shall be labeled as indicated on the drawings, with letter and numeral height and width matching existing. METHOD OF MEASUREMENT 109-4.1 Measurement of the constant current regulators to be paid for under this item shall consist of a contract unit price for each item constructed in place and accepted as a complete unit. 109-4.2 Measurement of the airfield lighting vault modifications, including all incidentals shown on the vault drawings not measured under separate items herein, to be paid forunder this item shall consist of the lump sum for airfield lighting )cult modifications furnished and installed in place and accepted as a complete unit. 109-4.3 Measurement of the ATCT control panel modifications, including all incidentals shown on the drawings not measured under separate items herein, to be paid forunder this item shall consist of the lump sum forATCT control panel modifications furnished and installed in place and accepted as a complete unit. Ft. Worth Alliance Airport L-109 Guard Light Circuit Modifications -4- & REIL Replacement i I BASIS OF PAYMENT r 109.5.1 Payment will be made at the contract unit price per each for completed and accqDted t constant current regulators. Payment will be made at the contract price per lump sum for completed and accepted airfield lighting vault and ATCT control panel modifications. These prices shall be full compensation for furnishing all materials and forall preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item L 109-5.1 Item L-109-5.2 Item I.-109-5.3 AC 150/5345-3 L-828, 10kW, 6.6A, 208V, 3-Step Constant Current Regulator, Complete in Place - per each Airfield Lighting Vault Modifications, Complete in Place — per lump sum ATCT Control Panel Modifications, Complete in Place — per lump sum MATERIAL, REQUIREMENTS Specification for L-821 Panels for Remote Control of Airport Lighting AC 150/5345-7 Specification for li -824 Underground Electrical Cable for Airport Lighting Circuits ANSI/ICEA S-85-625-1996 Aircore, Polyethylene Insulated, Copper Conductor, Telecommunications Cable ASTM A 615 Specification for Deformed and Plain Billet Steel Bars for Concrete Reinforcement ASTM C 62 Specification for Building Brick (Solid Masonry Units Made from Clay or Shale) ASTM C. 90 Concrete Masonry Units, Loadbearing ASTM D 2823 Asphalt Roof -Coating FED SPEC J-C-30 Cable and Wire, Electrical (Power, Fixed Installation) (cancelled; replaced by AA 59544 Cable and Wire, Electrical (Power, Fixed Installation)) FED SPEC TT-E-487 Enamel, Floor and Deck Master Painter's Institute Ft. Worth Alliance Airport L-1 09 Guard Light Circuit Modifications -5- & REIL Replacement END OF ITEM Ft. Worth Alliance Airport L-9 09 Guard Light Circuit Modifications -6- & REIL Replacement ITEM L-110 AIRPORT UNDERGROUND ELECTRICAL DUCT BANKS AND CONDUITS DESCRIPTION 110-1.1 This item shall consist of underground electrical conduits and duct banks (single or multiple conduits encased in concrete) installed in accordance with this specification at the lflcations and in accordance with the dimensions, designs, and details shown on the plans. This item shall include furnishing and installing of all underground electrical duct banks and individual and multiple underground conduits. It shall also include all turfing trenching, backfilling, removal, and restoration of any paved or turfed areas; concrete encasement, mandreling, pulling lines, duct markers, plugging of conduits, and the testing of the installation as a completed system ready for installation of cables in accordance with the plans and specifications. This item shall also include furnishing and installing conduits and all incidentals for providing positive drainage of the system. Verification of existing ducts and removal of old cable from conduit to facilitate installation of new cable in conduit is incidental to the pay items provided in this specification. EQUIPMENT AND MATERIALS 110-2.1 GENERAL. a. All equipment and materials covered by referenced specifications shall be subject to acceptance through manufacturer's certification of compliance with the applicable specification _ when so requested by the Engineer. b. Manufacturer's certifications shall not relieve the Contractor of the Contractor's responsibility to provide materials in accordance with these specifications and acceptable to the Engineer. Materials supplied and/or installed that do not materially comply with these specifications shall be removed, when directed by the Engineer and replaced with materials, which do comply with these specifications, at the sole cost of the Contractor. c. All materials and equipment used to construct this item shall be submitted to the Engineer for approval prior to ordering the equipment. Submittals consisting of marked catalog sheets or shop drawings shall be provided. Submittal data shall be presented in a clear, precise and thorough manner. Original catalog sheets are preferred. Photocopies are acceptable provided they are as good a quality as the original. Clearly and boldly mark each copy to identify pertinent products or models applicable to this project. Indicate all optional equipment and delete non -pertinent data. Submittals for components of electrical equipment and systems shall identify the equipment for which they apply on each submittal sheet. Markings shall be boldly . . and clearly made with arrows or circles (highlighting is not acceptable). Contractor is solely responsible for delays in project accruing directly or indirectly from late submissions or resubmissions of submittals. d. The data submitted shall be sufficient, in the opinion of the Engineer, to determine compliance with the plans and specifications. The Contractor's submittals shall be neatly bound and tabbed by specification section. The Engineer reserves the right to reject any and all equipment, materials or procedures, which, in the Engineer's. opinion, does not meet the system design and the standards and codes, specified herein. Ft. Worth Alliance Airport L-I IO Guard Light Circuit Modifications -1- & REIL Replacement e. All equipment and materials furnished and installed under this section shall be guaranteed against defects in materials and workmanship for a period of at least twelve (12) months from final acceptance by the Owner. The defective materials. and/or equipment shall be repaired or replaced, at the Owner's discretion, with no additional cost to the Owner. 110-2.2 STEEL CONDUIT. Rigid galvanized steel conduit and fittings shall be hot dipped galvanized inside and out and conform to the requirements of Underwriters Laboratories Standard 6, 514B, and 1242, 110-2.3 PLASTIC CONDUIT. Plastic conduit and fittings shall conform to the requirements of Fed. Spec. W-C-1094, Underwriters Laboratories Standards UL-651 and Article 347 of the current National Electrical Code shall be the following, as shown on the plans: Type II --Schedule 40 PVC suitable for either above ground or underground use. The type of adhesive shall be as recommended by the conduittfitting manufacturer. 110-2.4 SPLIT CONDUIT. Not Used. 110-2.6 CONDUIT SPACERS. Conduit spacers shall be prefabricated interlocking units manufactured for the intended purpose. They shall be of double wall construction made of high grade, high density polyethylene complete with interlocking cap and base pads_ They shall be designed to accept No. 4 reinforcing bars installed vertically_ 110-2.6 CONCRETE. Concrete shall conform to Item P-610, Structural Portland Cement Concrete, using one inch maximum size coarse aggregate. Where reinforced duct banks are specified, reinforcing steel shall conform to ASTM A 615 Grade 60. Concrete and reinforcing steel are incidental to the respective pay iteni'of which they are a component part_ 110-2.7 FLOW.ABLE BACKFILL. Not Used. 110-2.8 DETECTABLE WARNING TAPE. The Contractor shall furnish and install trench marking tape (caution tape) over the top of duct bank constructed in the project. The tape shall be placed below the ground surface in the non -encased conduit trench as shown on the plans. The tape shall be 6 inches (150 mm) wide, 4 mils thick, bright red in color, marked "Electric Line Buried Below," Terra Tape manufactured by Reef Industries, ,Houston, Texas, telephone 1-800- 231-2417, or approved equivalent. Detectable tape is incidental to the respective bid item. CONSTRUCTION METHODS 110-3.1 GENERAL. The Contractor shall install underground duct banks and conduits at the approximate locations indicated on the plans. The Engineer shall indicate specific locations as the work progresses, if required to differ from the plans. Duct banks and conduits shall be of the size, material, and type indicated on the plans or specifications. Where no size is indicated on the plans or in the specifications, conduits shall be not less than 2 inches (50 mm) inside diameter or comply with the National Electrical Code based on cable to be installed, whichever is larger. All duct bank and conduit lines shall be laid so as to grade toward access points and duct Ft. Worth Alliance Airport L-110 Guard Light Circuit Modifications -2- & REIL Replacement or conduit ends for drainage. Unless shown otherwise on the plans, grades shall be at least 3 inches (75 mm) per 100 feet (30 m). On runs where it is not practicable to maintain the grade all one way, the duct bank and conduit lines shall be graded from the center in both directions toward access points or conduit ends, with a drain into the storm drainage system. Pockets or traps where moisture may accumulate shall be avoided. No duct bank or underground conduit shall be less than 18 inches below finished grade. ' Where under pavement, the top of the duct bank shall not be less than 18 inches below the top of subgrade. The Contractor shall mandrel each individual conduit whether the conduit is direct -buried or part of a duct bank. An iron-shod'mandrel, not more than 1/4-inch (6 mm) smaller than the bore of the conduit shall be pulled or pushed through each conduit. The mandrel shall have a leather or rubber gasket slightly larger than the conduit hole. The Contractor shall swab out all conduits/ducts and clean base can, manhole, pull. boxes, etc. interiors IMMEDIATELY prior to pulling cable. Once cleaned and swabbed the base cans, manhole, pull boxes, etc. and all accessible points of entry to the duct/conduit system shall be kept closed except when installing cables. Cleaning of ducts, base cans, manholes, etc. is incidental to the pay item of the item being cleaned. All raceway systems left open, after initial cleaning, for any reason shall be recleaned at the Contractor's expense. All accessible points shall be kept closed when not installing cable. The Contractor shall verify existing ducts proposed for use in this project as clear and open. The Contractor shall notify the Engineer of any blockage in the existing ducts. For pulling the permanent wiring, each individual conduit, whether the conduit is direct -buried or part of a duct bank, shall be provided with a 200 pound test polypropylene pull rope. The ends shall be secured and sufficient length shall be left in access points to prevent.it from slipping back into the conduit. Where spare conduits are installed, as indicated on the plans, the open ends shall be plugged with removable tapered plugs designed for this purpose. All conduits shall be securely fastened in place during construction and shall be plugged to prevent contaminate from entering the conduits. Any conduit section having a defective joint shall not be installed. Ducts shall be supported and spaced apart using approved spacers at intervals not to exceed 5 feet. Unless otherwise shown on the plans, concrete encased duct banks shall be utilized when crossing under pavements expected to carry aircraft loads. Where turf is well established and the sod can be removed, it shall be carefully stripped and properly stored. Trenches for conduits and duct banks may be excavated manually or with mechanical trenching equipment unless in pavement, in which case they shall be excavated with mechanical trenching equipment. Walls of trenches shall be essentially vertical so that a minimum of shoulder surface is disturbed. Blades of graders shall not be used to excavate the trench. When rock is encountered, the rock shall be removed to a depth of at least 3 inches below the required conduit or duct bank depth and it shall be replaced with bedding material of earth or sand containing no mineral aggregate particles that would be retained on a 1/4-inch sieve. Flowable backfill may alternatively be used. The Contractor shall ascertain the type of soil or rock Ft. Worth Alliance Airport L-110 Guard Light Circuit Modifications -3- & REIL Replacement to be excavated before bidding. All such rock removal shall be performed and paid for under Item P-152. Underground electrical warning (caution) tape shall be installed in the trench above all underground duct banks and conduits in unpaved areas. Contractor shall submit a sample of the proposed warning tape for approval by the Engineer. If not shown on the plans, the warning tape shall be located six inches above the duct/conduit or the counterpoise wire if present. Joints in plastic conduit shall be prepared in accordance with the manufacturer's recommendations for the particular type of conduit. Plastic conduit shall be prepared by application of a plastic cleaner and brushing a plastic solvent on the outside of the conduit ends and on the inside of the couplings. The conduit fitting shall then be slipped together with a quick one -quarter turn twist to set the joint tightly. Where more than one conduit is placed in a single trench, or in duct banks, joints in the conduit shall be staggered a minimum of 2 feet. Changes in direction of runs exceeding 10 degrees, either vertical or horizontal, shall be accomplished using manufactured sweep bends. Whether or not specifically indicated on the drawings, where the soil encountered at established duct bank grade is an unsuitable material, as determined by the Engineer, the unsuitable material shall be removed in accordance with Item P-152 and replaced with suitable material. Alternatively, additional duct bank supports that are adequate and stable shall be installed, as approved by the Engineer_ All excavation shall be unclassified and shall. be considered incidental to the respective L-110 pay item of which it is a component part. Dewatering necessary for duct installation, erosion and turbidity control, in accordance with Federal, State, and Local requirements is incidental to its respective pay item as a part of item L-110. The cost of all excavation regardless of type of material encountered shall be included in the unit price bid for the LA 10 Item_ Unless otherise specified, excavated materials that are deemed by the Engineer to be unsuitable for use in backfill or embankments shall be removed and disposed of off site. Any excess excavation shall be filled with suitable material approved by the Engineer and compacted in accordance with L-110-3.5. It is the Contractor's responsibility to locate existing utilities within the work area prior to excavation. Where existing active cables cross proposed installations, the Contractor shall insure that these cable(s) are adequately protected. Where crossings are unavoidable, no splices will be allowed in the existing cables, except as specified on the plans. Installation of new cable where such crossings must occur shall proceed as follows: (1) Existing cables shall be located manually. Unearthed cables shall be inspected to assure absolutely no damage has occurred. Ft. Worth Alliance Airport L-110 Guard tight Circuit Modifications -4- & REIL Replacement (2) Trenching, etc., in cable areas shall then proceed with approval of the Engineer, with care taken to minimize possible damage or disruption of existing cable, including careful backfilling in area of cable. In the event that any previously identified cable is damaged during the course of construction, the Contractor shall be responsible for the complete repair. 110-3.2 DUCT BANKS. Unless otherwise shown in the plans, duct banks shall be installed so that the top of the concrete envelope is not less than 18 inches (45 cm) below the bottom of the base or stabilized base course layers where installed under runways, taxiways, aprons, or other paved areas, and not less than 18 inches (45 cm) below finished grade where installed in unpaved areas. Unless otherwise shown on the plans, duct banks under paved areas shall extend at least 3 feet (90 cm) beyond the edges of the pavement or 3 feet (90 cm) beyond any underdrains that may be installed alongside the paved area. Trenches for duct banks shall be opened the complete length before concrete is placed so that if any obstructions are encountered, proper provisions can be made to avoid them. Unless otherwise shown on the plans, all duct banks shall be placed on a layer of concrete not less than 3 inches (75 mm) thick prior to its initial set. Where two or more conduits in the duct bank are intended to carry conductors of equivalent voltage insulation rating, the Contractor shall space the conduits not less than 1-112 inches (37 mm) apart (measured from outside wall to outside wall). Where two or more conduits in the duct bank are intended to carry conductors of differing voltage insulation rating, the Contractor shall space the conduits not less than 3 inches apart (measured from outside wall to outside wall). All such multiple conduits shall .be placed using conduit spacers applicable to the type of conduit. As the conduit laying progresses, concrete shall be placed around and on top of the conduits not less than 3 inches (75 mm) thick unless otherwise shown on the plans. End bells or couplings shall be installed flush with the concrete encasement at access points. Conduits forming the duct bank shall be installed using conduit spacers. No.4 reinforcing bars shall be driven vertically into the soil a minimum of 6 inches to anchor the assembly into the earth prior to placing the concrete encasement. For this purpose, the spacers shall be fastened down with locking collars attached to the vertical bars., Spacers shall be installed at 5 -foot intervals. Spacers shall be in the proper sizes and configurations to fit the conduits. Locking collars and spacers shall be submitted to the Engineer for.review prior to use. When specified, the Contractor shall reinforce the bottom side and top of encasements with steel reinforcing mesh or fabric or other approved metal reinforcement. When directed, the Contractor shall supply additional supports where the ground is soft and boggy, where ducts cross under roadways, or where shown on the plans. Under such conditions, the complete duct structure shall be supported on reinforced concrete footings, piers, or piles located at approximately 5 foot (150 cm) intervals. All pavement surfaces that are to have ducts installed therein shall be neatly saw cut to form a vertical face. All excavation shall be included in the contract with price for the duct. Install a plastic, detectable, color as noted, 4-6 inch -(75-150mm) wide tape 8 inches (200mm) minimum below grade above all underground conduit or duct lines not installed under pavement. Ft. Worth Alliance Airport L-110 Guard Light Circuit Modifications -5- & REIi_ Replacement When existing cables are to be placed in split duct, encased in concrete, the cable shall be carefully located and exposed by hand tools. Prior to being placed in duct, the Engineer shall be notified so that he may inspect the cable and determine that it is in good condition. Where required, split duct shall be installed as shown on the drawings or as required by the Engineer. 110-3.3 CONDUITS WITHOUT CONCRETE ENCASEMENT. Trenches for single conduit lines shall be not less than 6 inches (150 mm) nor more than 12 inches (300 mm) wide, and the trench for 2 or more conduits installed at the same level shall be proportionately wider. Trench bottoms for conduits without concrete encasement shall be made to conform accurately to grade so as to provide uniform support for the conduit along its entire length. Unless otherwise shown on the plans, a layer of fine earth material, at least 4 inches (100 mm) thick (loose measurement) shall be placed in the bottom of the trench as bedding for the conduit. The bedding material shall consist of soft dirt, sand or other fine fill, and it shall contain no particles that would be retained on a 114-inch (6 mm) sieve. The bedding material shall be tamped until firm. Flowable backfill may alternatively used. Unless otherwise shown on plans, conduits shall be installed so that the tops of all conduits are at least 18 inches (45 cm) below the finished grade, When two or more individual conduits intended to carry conductors of equivalent voltage insulation rating are installed in the same trench without concrete encasement, they shall be spaced not less than 2 inches (50 mm) apart (measured from outside wall to outside wall) in a i,odizontal direction and not less than 6 inches (150 mm) apart in a'vertical direction. Where two or more individual conduits intended to carry conductors of differing voltage insulation rating are installed i� E the same trench. without concrete encasement, they snail spaced not less than 3 inches (75 mm) apart (measured from outside wail to outside wall) in a horizontal direction and lot less than 6 inches (150 mrn) apart in a vertical directiori. Trenches shall be opened the complete length between normal termination points before conduit i$ installed so that if any iunforeseen obstructions are encountered, proper provisions can be made to avoid them. 110-3.4 MARKERS. The location of each end and of each change of direction of conduits and duct banks shall be marked by a concrete slab marker 2 feet (60 cm) square and 4-6 inches (100-150 mm) thick extending approximately 1 inch (25 mm) above the surface. The markers shall also be located directly above the ends of all conduits or duct banks, except where they terminate in a junction/access structure or building. The Contractor shall impress the word "DUCT'or "CONDUIT" on each marker slab. The Contractor shall also impress on the slab the number and size of conduits beneath the marker along with all other necessary information as determined by the Engineer. The letters shall be 4 inches (100 mm) high and 3 inches (76 mm) wide with width of stroke 1/2-Inch (12 mm) and 114- inch (6 mm) deep or as large as the available space permits. Furnishing and installation of duct markers is incidental to the respective duct pay item. 110-3.6 BACKII=ILLINO FOR CONDUITS. For conduits, 8 inches (200 cm) of sand, soft earth, or other fine fill (loose measurement) shall be placed around the conduits ducts and carefully tamped around and over them with hand tampers. In areas where the trenches are within the safety areas of runways or taxiways, the backfill shall be thoroughly tamped and compacted to a Ft. Worth Alliance Airport L-110 Guard Light Circuit Modifications -6- & REIL Replacement minimum 95 percent dry density as determined by ASTM D 1557 with a moisture content of +12 percent. of optimum. In all other areas, the backfill shall be thoroughly tamped and compacted to a minimum 93 percent dry density as determined by ASTM D 698. Moisture content shall be from —1 percent to +4 percent of optimum. If necessary to obtain the desired compaction, the backfill material shall be moistened or aerated as required. Trenches shall not contain pools of water during back, filling operations. The trench shall be completely backfilled and tamped level with the adjacent surface: except that, where sod is to be placed over the trench, the backfilling shall be stopped at a depth equal to the thickness of the sod to be used, with proper allowance for settlement. Any excess excavated material shall be removed and disposed of in accordance with instructions issued by the Engineer. 110-3.6 EACKFI! LINO FOR DUCT BANKS. After the concrete has cured, the remaining trench shall be backfilled and compacted in accordance with 110.3.5. Trenches shall not contain pools of water during backfilling operations. The trench shall be completely backfilled and tamped level with the adjacent surface: except that, where sod is to be placed over the trench, the backfilling shall be stopped at a depth equal to the thickness of the sod to be used, with proper allowance for settlement. Any excess excavated material shall be removed and disposed of in accordance with instructions issued by the Engineer. 110-3.7 RESTORATION. Where sod has been removed, it shall be replaced as soon as possible -after the backfilling is completed. All areas disturbed by the work shall be restored to its original condition. The restoration shall include sodding or seeding as shown on the plans. The Contractor shall be held responsible for maintaining all disturbed surfaces and replacements until final acceptance. All restoration shall be considered incidental to the respective L-110 pay item. METHOD OF MEASUREMENT 110-4.1 Underground conduits and duct banks shall be measured by the linear feet (meter) of conduits and duct banks installed, including encasement, locator tape, trenching and backfill with designated, resolution, and for drain lines, the termination at the drainage structure, all measured in place, completed, and accepted. Separate measurement shall be made for the various types and sizes. EASES OF PAYMENT 110-6.1 Payment will be made at the contract unit price per linear foot for each type and size of conduit and duct bank completed.and accepted, including trench and backfill with the designated material, and, for drain lines, the termination at the drainage structure. Verification of existing ducts and removal of old cable from conduit to facilitate installation of new cable in conduit is incidental to the pay items provided in this specification This price shall be full compensation for Ft, Worth Alliance Airport L-110 Guard Light Circuit Modifications -7- & RFIL Replacement furnishing all materials and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item in accordance with the provisions and intent of the plans and specifications. Payment' will be made under: Item L-110-5.1 Fed.Spec.W-C-1094 1 Way, 2-Inch Sch 40 PVC Conduit, DEB, Including Trench and Backfill —per linear foot (meter) MATERIAL ERIAL REQUIREMENTS Underwriters Laboratories Standard 6 Underwriters Laboratories Standard 514B Underwriters Laboratories Standard 1242 Underwriters Laboratories Standard 651 Direct Burial) Underwriters Laboratories Standard 651A. Conduit and Conduit Fittings; Plastic, Rigid (cancelled; replaced by UL 514 Boxes, Nonmetallic Outlet, Flush Device Boxes, & Covers, and UL 651 Standard for Conduit & Hope Conduit, Type EB & A Rigid PVC) Rigid Metal Conduit Fittings for Cable and Conduit Intermediate Metal Conduit Schedule 40 and 80 Rigid PVC Conduit (for Type EB and A Rigid PVC Conduit and HDPE Conduit (for concrete encasement) END OF ITEM L -110 Ft. Worth Alliance Airport L-110 Guard Light Circuit Modifications -8- & RE1L Replacement ITEM L-111 AIRFIELD ELECTRICAL INSTALLATION TESTING (Non -Standard FAA Specification) DESCRIPTION 111-1.1 This item shall consist of furnishing all equipment, materials, and appliances necessary for testing of airfield lighting circuit installations aid associated systems. a. The Contractor shall provide testing to confirm installations are acceptable for ground rod testings. b. Requirements under this item shall be coordinated with the Engineer. The Contractor shall transmit to the Engineer ail information required by the specifications to be submitted for review and approval. EQUIPMENT AND MATERIALS 111-2.1 GENERAL. Equipment and materials covered by this item shall be subject to acceptance through manufacturer's certification of compliance with the applicable specification when requested by the Engineer. CONSTRUCTION METHODS 111-3.1 GENERAL. The Contractor shall furnish all necessary equipment and appliances for testing installations as indicated below. 111-3.2 GROUND ROD TESTING. a. Contractor shall provide equipment and personnel to measure the resistance to earth for all ground rods installed using Fall of potential Method. Earth resistance maasurement teats shall adhere to recommendations of IEEE Standard 142, latest editim.. Contractor shall submit testing procedure and equipment and report form to the Engineer for approval. b. Tests shall be administered as each rod is installed. Any rod which does not have a resistance to ground of 10 ohms or less shall be augmented ly an additional rod not less than 6 feet away. Testing results shall be submitted to the Engineer for approval. 111-3.3 AIRFIELD LIGHTING CIRCUITS TESTING. The Contractor shall notify the Engineer and the Owner's Authorized Representative (OAR) 48 hoursprior to -cable testing. All testing shall be conducted in the presence of the Engineer and OAR. All.test results shall be simultaneously recorded by the Contractor and OAR. Contractor shall provide test report information to the Engineer and the OAR for approval. Test procedures for the following required tests, including field test report forms, shall be submitted to the Engineer for approval prior to testing. a. Testing Requirements. Ft. Worth Alliance Airport L-111 Guard Light Circuit Modifications -1- & REIL Replacement (1) Testing Required for Existing Circuits and Existing Portionsof Circuits to be Extended. The existing part of circuits to be extended shall be subjected to Low Voltage Tests in accordance with paragraph b.(1) below. Test results shall be submitted to the Engineer for approval prior to extending or revising the existing circuit. (2) Testing Required For New Circuits and New Portions of Existing Circuits. Each new series circuit, or new part of existing circuits being extended or replaced, shall be tested as follows: (a) After new cable with new connectors is installed and prior to connecting light fixture transformers, the following tests shall be performed: (i) Low Voltage Megger Tests in accordance with paragraph b.(1) below to determine if the total insulation resistance of each circuit is .satisfactory, so that the series lighting circuit will operate without excessive leakage current when energized. Circuits tested shall meet the requirements of paragraph c.(2)(a) below. Any faults Indicated by these tests shall be corrected before proceeding with additional testing. All test results shall be submitted to the Engineer for approval. (b) Portions of circuits meeting the requirements of paragraph a.(2)(a) above shall then have the lights connected and shallaaain be subjected to the Low Voltage Megger Tests of paragraph b.(1). Any faults indicated by these tests shall be corrected before energizing the circuit. All test results shall be submitted to the Engineer for approval. (3) All Circuits. Upon completion of all rewiring of each circuit, the Low Voltage Tests shall be performed on the completed circuit in accordance with paragraph b.(1) below. Circuits tested shall meet the requirements of paragraph c.(1) below. Any faults indicated by these tests shall be corrected before proceeding wih additional testing. All test results shall be submitted to the Engineer for approval. b. Testing Procedures. (1) Low Voltage Tests. Low Voltage Continuity and Insulation -Resistance (Megger) Tests (a) Vests Required. As noted in paragraph a. above, circuits and portions of circuits shall be subjected to a low voltage (1000 volt) continuity test and to a low voltage (1000 volt) i nsu lationresistance (megger) test. (b) Test Equipment. Contractor shall provide a 1000 volt direct current Megger for low voltage testing. Megger tester shall -be a 120V AC device, non -crank type, manufactured by Associated Research MegCheck, the James Biddle Megger, General Radio Megohmmeter, or approved Ft. Worth Alliance Airport L-111 Guard Light Circuit Modifications -2- & REIL Replacement equivalent. The Contractor shall be responsible for providing any required 120V AC power source at testing locations remote from available power. Equipment calibration information shall be readily available for review by the Engineer if requested. (c) Test Procedures. "Lock -Out Procedure" requirements, where established by the Airport, shall be followed. If no standard Lock —Out Procedure exists, Contractor shall establish such procedure and submit it to the Engineer prior to start of the electrical work. Test procedures for the required tests, including field test report forms, shall be submitted to the Engineer for approval prior to testing. (d) Test Results. Cable specimens that do not meet the test criteria given in paragraphs c.(1) and c.(2)(a) below shall be considered unacceptable. Refer to paragraph d. below for cables not meeting testing requirements. (2) For -all Testing. All existing -and/or new cables, equipment, and materials damaged during testing shall be repaired and/or replaced by the Contractor at no additional cost to the Airport as diected by the Engineer. Tests shall be performed and faulty installations corrected until satisfactory results are obtained. Exact correction procedures for specific faulty installation circumstances shall be as specified and approved by the Engineer. c. Testing Results. (1) Existing Circuits and Existing Portions of Circuits to be Extended. Low Voltage Tests shall demonstrate to the satisfaction of the Engineer the following: (a) All circuits are properly connected in accordance with the applicaUe wiring diagrams. (b) All lighting power and control circuits are continuous and free from short circuits. (c) All circuits are free from unspecified grounds. (d) The insulation -resistance to ground is equal to or greater than its original value prior to circuit modifications, with current transformers disconnected, for all existing underground series lighting circuits. (e) The circuit insulation -resistance to ground of all existing non -grounded conductors or multiple circuits meets both of tiro following requirements: (1) The circuit insulation -resistance to ground is equal or greater than its original value prior to circuit modifications to the existing series lighting circuit with current transformers intact. (ii) Insulation resistance of cables with same length installed in same duct bank does not show a comparison ratio of over 5 to 1. Ft. Worth Alliance Airport L-111 Guard Light Circuit Modifications -3- & REIL Replacement (2) New Circuits and New Portions of Existing Circuits. (a) Low Voltage Tests shall demonstrate to the satisfaction of the Engineer the following: (i) All circuits are properly connected in accordance with the applicable wiring diagrams. (ii) All lighting power and control circuits are continuous and free from short circuits. (iii) All circuits are free from unspecified grounds. (iv) The insulation -resistance to ground is equal to or greater than 1000 megohms for all new non -grounded series circuits. In addition, new circuits shall exhibit an insulation resistance of not less than 500 megohms which shall remain valid through the end of the construction warranty period_ (v) � he insulation -resistance to ground of all new non -grounded conductors or multiple circuits meets both of the following requirements. 1. insulation -resistance to ground is equal or greater than 11000 megohms_ in addition, new circuits shall exhibit an insulation resistance of not less than 500 megohms which shall remain valid through the end of the construction warranty period. 2, insulation -resistance of cables with same length installed in same duct bank does not show a comparison ratio of over 5 to 1. d. Deficient Testing Results (Circuits Not treating Requirements). (1 ) Existing Circuits and Existing Portions of Circuits to be Extended. (a) Cables that do not meet the test criteria of paragraph c.(1) doove shall be considered unacceptable, and shall not be energized until corrected. (b) If all "Lock -Out Procedure" requirements established by the Airport nave been satisfied by the Contractor and the Engineer determines nor} complying circuits or portions of circuits -are the responsibility of the Airport, then the Contractor shall provide to the Engineer, through the OAR, all test reports identifying location of noncomplying cables. (2) New Circuits and New Portions of Existing Circuits, Cables that do not meet the test criteria of subparagraph c(2) above shall be Ft. Worth Alliance Airport L-111 Guard Light Circuit Modifications -4- & REIL Replacement considered unacceptable and shall not be energized until corrected. e. Submittal of Testing Data. (`i) Low Voltage Tests. Contractor shall submit 5 copies of tests reports for approval of the Engineer and OAR. Report shall include all measured data including applied voltage, time length of voltage application and calculated megohms from each portion of cable within a circuit. Data shalt show the'calculations for acceptable leakage current from each cable section tested. The Low Voltage Tests data form shall also include, as a minimum, the following: I DATE START TIME END TIME CABLE BIM NO. DESCRIPTION TEMP. MEASURE EQUIP. NO. CALIBRATION DUE DATE AMBIENT TEMPERATURE 111-3.4 SYSTEM TESTS. CABLE NUMBER OPERATING VOLTAGE MAX. TEST VOLTAGE FROM EQUIPMENT TO EQUIPMENT HUMID. MEASURE EQUIP. NO. CALIBRATION DUE DATE RELATIVE HUMIDITY After the airfield lighting systems installation is complete and at such times as the Engneer. may direct, the contractor shall conduct airfield lighting systems operating tests for approval. a. The equipment shall be demonstrated to operate in accordance with the requirements of this specification. The test shall be performed in the presence of the Engineer or OAR. The contractor shall furnish all equipment and personnel required for the test. b. Each applicable control device shall be operated so that each control device position is engaged at least ten times. During this process, all Ibhts and associated equipment shall be observed to determine that each control device switch properly commands the corresponding circuit.- Radio communication between the operator and the observers shall be provided by the Contractor. c. Each installed or revised lighting circuit shall be tested by operating the lamps throughout the range of applicable steps and shall be operated separately at step 3 intensity for not less than 1 hour. Visual examination shall be made at the beginning and at the end ofthis test to determine that the installed airfield light fixtures are illuminating at full intensity. d. If circuit regulators are installed under project construction, regulator output ampacity -shall be adjusted for proper outputs in accordance with manufacturer's recommendations and requirements to insure proper circuit operation. e. Systems tests shall confirm by demonstration in service that all lighting circuits are in good operating condition to the satisfaction of the Engineer. If the tests areunsatisfactory, lighting systems installed shall be corrected and systems tests shall again be implemented. Ft. Worth Alliance Airport L-111 Guard Light Circuit Modifications -5- & REIL Replacement METHOD OF MEASUREMENT 111-4.1 Ground rod earth resistance testing shall be measured by the number of ground rod units installed, tested, and accepted by the Engineer. 111-4.2 Low Voltage Testing of all airfield lighting circuits shall not be measured separately, but considered as subsidiary to Item 1;108, Underground Power Cable for Airports. 111-4.3 The System Tests shall not be measured for payment, but considered subsidiary to the various pay items. BASIS OF PAYMENT 111-6.1 Payment for ground rod earth resistance testing will be made at the contract unit price per ground rod installed, tested, and accepted by the Engineer. 111-6.2 No separate payment shall be made for the low voltage testing or system tests, nor for corrective work required. Payment will be made under L-111-5.1 Ground Rod Earth Resistance Testing— per each END OF ITEM L.w111 Ft. Worth Alliance Airport L-111 Guard Light Circuit Modifications -6- & REIL Replacement ITEM L-849 REIL SYSTEM DESCRIPTION 849-1.1 GENERAL. This item shall consist of furnishing and installing Runway End Identifer Lights (REIL) systems, Type L 849, Style A as shown on the plans and in accordance with these specifications. It'includes all removal, layout, foundations, asphalt pavement, frangible couplings, floor flanges, anchor bolts, cable connections, current transformers, power converters, conduit, EMT, NEMA enclosure, cables, aiming and testing of the- installation, and all incidentals necessary to remove the existing REIL units and place the new REIL systems into . operation, including manuals and warranty certification. Interconnecting cables between units, including conduit, power cables, counterpoise, cable markers, trench and badcfiil, and turf restoration are incidental to this item; no separate paymentshall be made. EQUIPMENT AND MATERIALS 849 2.1 GENERAL. All required equipment and material shall be in accordance with FAA AC 150/5345-51, Item L-108, and. Item ! -110. CONSTRUCTION METHODS 849-3.1 GENERAL. Contractor shall install the REIL. units in accordance with the drawings and the manufacturer's instructions. METHOD OF MEASUREMENT 849-4.1 The REIL systems to be paid for shall be measured by each system furnished and installed on new concrete foundations, with a system consisting of two REIL units for one runway end. Removal of existing REIL units and foundations shall not be measured separately, but shall be considered subsidiary to the pay item provided. BASIS OF PAYMENT 849.5.1 The REIL systems will be paid at the contract price bid per each system furnished and installed, including layout, foundations, asphalt pavement, frangible couplings, floor flanges, anchor bolts, cable connections, current transformers, power converters, conduit, EMT, NEMA enclosures, cables, conduit, aiming and testing of the installation, and all incidentals necessary to remove the existing REIL units and foundations and place the new REIL systems into operation on new concrete foundations, including manuals and warranty certification This price shall include full compensation for all removal; materials; for all preparation, assembly, and installation; and for all labor, equipment, tools and incidentals necessary. to complete this item to the intent and provisions of the plans and specifications. Payment will be made under: Item L-849-5.1 Furnish and Install REIL System, Including Removal,Complete -- per, Ft. Worth Alliance Airport L-849 Guard Light Circuit Modifications -1- & REIL Replacement each END OF ITEM L-949 L-849 Port Worth Alliance Airport -2- Guard Light Circuit Modifications h1tranet www.cfwnet.org Fox i COUNCIL ACTION: Approved on 5/8/2007 I'9A1Ial F.T01 DATE: 5/8/2007 REFERENCE NO.: **C-22101 LOG NAME: 30ALLIANCE BCC CODE: C TYPE: CONSENT PUBLIC BEARING: NO SUBJECT: Authorize Execution of Contract with B-C Company Inc., for Guard Light Circuit Modifications and Runway End Identification Light Replacement at Fort Worth Alliance Airport. RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract with B-C Company, Inc., in the amount of $175,151.00 for guard light circuit modifications and Runway End Identification Light replacement at Fort Worth Alliance Airport. DISCUSSION: On March 28, 2006, (M&C G-15134) City Council authorized the City Manager to accept a grant from the Federal Aviation Administration to design and construct various runway improvements; conduct noise testing and analysis related to the Part 150 Noise Study; and construction of a Precision Obstacle Free Zone at Fort Worth Alliance Airport. A grant was awarded in the amount of $792,484.21. Existing land credits that remain from the original land donation of Alliance Airport will be used for the City's 10 percent in -kind local match. On July 25, 2006, (M&C C-21580) the City Council authorized the City Manager to execute an On -Call Engineering Service Contract with DMJM Aviation for design of runway rehabilitation; taxiway shoulder pavement; Runway End Identification Light replacement; and design and bid service for an independent circuit for runway guard lights at Fort Worth Alliance Airport. The project was advertised on December 14, 2006 and December 21, 2006. On January 25, 2007, the following bids were received: Bidders B-C Company Inc. F&W Electrical Contractors, Inc. EAS Contract, L.P Bid Amount $176,151.00 $225,000.00 $227, 269.00 B-C Company, Inc., is in compliance with the City's DBE Program by committing to 12 percent DBE participation on this project. The City's DBE goal on this project is 12 percent. This project is located in COUNCIL DISTRICT 2, Mapsco 7P. FISCAL INFORMATIONICERTIFICATION: The Finance Director certifies that funds are available in the current capital budget, as appropriated, of the Airport Grant Funds. TO FundlAccountlCenters FROM Fund/Account/Centers GRU 539120 055218087800 $175,151.00 Submitted for City Manager's Office by: Marc A. Ott (8476) Originating Department Head: A. Douglas Rademaker (6167) Additional Information Contact: Gopal Sahu (7959) ATTACHMENTS