Loading...
HomeMy WebLinkAboutContract 32463 Cily SECRETARY V SPECIFICATIONS CITY SECRETARI, COWRACTOR'S BONDINGAND COIJTRAC T NO. RUCTIOry� Cppf CONST (5NTRACT DOCUMENTS CLIENT OEPARTMEM FOR SIGNAGE AND WIND CONE IMPROVEMENTS AT ALLIANCE AIRPORT FOR THE CITY OF FORT WORTH, TEXAS FAA Grant Number (AIP No.): 3-48-0296-28-2005 File Number: M-223 D.O.E. Number: 4710 Mike Moncrief Charles R. Boswell Mayor City Manager Michael Feeley A. Douglas Rademaker, P.E. Director, Department of Aviation Engineering Director Timothy D. Ward President, Alliance Air Services PREPARED BY: DMJM AVIATION, INC. 1200 SUMMIT AVE, ST. 320 FORT WORTH, TEXAS 76102 (817) 698-6800 Issue for Bid June 30, 2005 CITY OF FORT WORTH DEPARTMENT OF ENGINEERING ADDENDUM NO. 1 To the Plans, Specifications & General Contract Documents SIGNAGE AND WIND CONE IMPROVEMENTS AT ALLIANCE AIRPORT FOR THE CITY OF FORT WORTH, TEXAS FAA GRANT NUMBER (AIP No.) 3-418-0296-28-2005 D.O.E. NUMBER: 4710 Bid Date: July 28, 2005; 1:30 PM Addendum No. 1; Issued July 22, 2005 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-9) 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 Signage and Wind cone Improvements at Alliance Airport are hereby revised by addendum No. 1 as follows: SPECIFICATIONS & CONTRACT DOCUMENTS: 1-SPECIAL PROVISIONS The following items in the Special Provisions have been revised or added to the previous specifications. • Section 70-01, paragraph DISADVANTAGED BUSINESS ENTERPRISES, Page 1-9: Revise the second sentence to read; In order for a bid to be considered responsive, the compliance statement, Attachments"IN', "IB", and /or"C", contained in the proposal must be completed and submitted to the bid contacting officer no later than 5:00 p.m., five (5) business days after the bid opening date. Addendum No. 1, Page 1 2- WAGE, LABOR, EEO AND SAFETY REQUIREMENTS The following items in the Wage, Labor, EEO and Safety Requirements have been revised or added to the previous specifications. • Section J (DBE Required Statements—49 CFR Part 26), Page II-23: Delete Paragraphs J-1 and J-2 and insert the following Paragraphs J-1 and J-2; J-1 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 this contract, which may result in the termination of this 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. J-2 Prompt Payment The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than 10 (ten) 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 payments (if applicable)to each subcontractor within 10 (ten) 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. 3-CONTRACT DOCUMENTS The following item in the contract documents has been revised or added to the previous contract documents. • Sheet C-4, Project Layout and Phasing Plan: Delete Drawing Sheet C-4 and replace with the attached. 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. RECIEPT ACKNOWLEDGEMENT: ISSUED BY: A. Douglas Rademaker, P.E., Director By: Company: Address: nager Engineenng Services City: State: Addendum No. 1,Page 2 W W W C F W-N-0-t-.Q-rA Home I C..r61 Agenda I M&C I Employee Daectory I Morning Report I Ads I PRS I IT Orilink, I DLparlrnents 1 SO—t V.1f) Print M&C COUNCIL ACTION: Approved on 9/20/2005 DATE: 9/20/2005 REFERENCE NO.: **C-21004 LOG NAME: 3013C WINDCONE CODE: C TYPE: CONSENT PUBLIC HEARING: NO SUBJECT: Authorize Execution of Contract with B.C. Company, Inc., for Alliance Airport Signage and Wind Cone Improvements 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$126,960.00 for Alliance Airport signage and wind cone improvements. DISCUSSION: On March 29, 2005, (M&C C-20626) the City Council approved a contract with DMJM Aviation for preparation of a preliminary engineering report and to design the rehabilitation of a taxiway at Fort Worth Alliance Airport. The scope of this contract includes removal and replacements of twenty-three existing airfield signs and foundations, three wind cone facilities including foundations, related cables and conduits. FAA funds from Grant G 3-48-0296-28-2005 will be used for this project. Existing land credits that remain from the original land donation of Alliance Airport will be used for the City's 10% in-kind local match. The project was advertised on July 7 and July 14, 2005. On July 28, 2005, the following bids were received: Bidder Amount B. C Company, Inc. $126,960.00 EAS Contracting, L.P. $162,238.00 F&W Electrical Contractors, Inc. $260,855.00 Ed A. Wilson, Inc. $429,815.00 Time of contract 75 calendar days. B.0 Company Inc., is in compliance with the City's DBE Program by committing to 16% DBE participation on this project. The City's DBE goal on this project is 10%. This project is located in COUNCIL DISTRICT 2, Mapsco 7P. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budget, as appropriated, of the Airport Grants Fund. TO Fund/Account/Centers FROM Fund/AccountlCenters GR14 539120 055218034800 $126,960.00 Submitted for City Manager's Office by: Marc Ott (8476) Originating Department Head: A. Douglas Rademaker (6157) Additional Information Contact: A. Douglas Rademaker (6157) ATTACHMENTS Fort Worth Alliance Airport Signage and Wind Cone Improvements 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 INELIGIBILITY 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 III — GENERAL PROVISIONS PART IV—TECHNICAL SPECIFICATIONS I-1 - a � Fort Worth Alliance Airport Signage and Wind Cone Improvements INDEX OF -TECHNICAL SPECIFICATIONS No. Description G-300 Construction Barricades Flags and Traffic Control P-101 Mobilization P-605 Joint Sealing Filler S-P-610 Special Provision to Item P-610, Structural Portland Cement Concrete P-610 Structural Portland Cement Concrete S-P-T-901 Special Provision to Item T-901, Seeding T-901 Seeding S-P-T-905 Special Provision to Item T-905, Topsoiling T-905 Topsoiling L-100 General Provisions— Electrical L 107 Installation of Airport 8-Foot and 12-Foot Wind Cones L-108 Installation of Underground Cable for Airports L-110 Installation of Airport Underground Electrical Duct L 111 Airfield Electrical Installation Testing L 125 Installation of Airport Lighting Systems L-849 Runway End Identification Lights (REIL) System i-2 r rNOTICE TO BIDDERS Sealed proposals for the following: FOR: SIGNAGE AND WIND CONE IMPROVEMENTS ' AT ALLIANCE AIRPORT FAA Grant Number: 3-48-0296-28-2005 FILE NO.: M-223 DOE#: 4710 Addressed to Mr. Charles R. Boswell, City Manager of the City of Fort Worth, Texas will be received at the Purchasing Office until 1:30 P.M., July 28th, 2005 and then publicly opened and read aloud at 2:00 PM in the Council Chambers. Plans, Specifications and Contract Documents for this project may be obtained at the Office of the Department of Engineering, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas. Plan sets may be picked up at The Department of Engineering for a non-refundable fee in the amount of Thirty dollars ($30.00). Bid security is required in accordance with the Special Instruction to Bidders. This project includes, but is not limited to, the following items: Base Bid includes removal and replacement of twenty-three (23) existing airfield signs and foundations, and three (3) wind cone facilities and foundations, including related cables and conduits. The Add Alternate includes PP removal and replacement of REIL system. The add alternate may or may not be awarded depending on available funding. The Add Alternate will be evaluated in conjunction with Base Bid and may or may not be rawarded. A pre-bid conference will be held on July 20th, 2005 at 2:00 p.m. at Alliance Air Services Offices, 2221 Alliance Boulevard, Suite 100, Fort Worth, Texas 76177. L Bidders are responsible for obtaining all Addenda to the contract documents and acknowledging receipt of the Addenda by initialing the appropriate spaces on the PROPOSAL form. Bids that do not acknowledge receipt of all Addenda may be rejected as being nonresponsive. Information regarding the status of Addenda may be obtained by contacting the Department of Engineering at 817-392-7910. rFor additional information, contact Gopal Sahu, P.E. (817) 392-7949 or Jim Kirschbaum, P.E. at (817) 698-6800. rCHARLES R. BOSWELL MARTY HENDIX CITY MANAGER CITY SECRETARY A. Douglas Rademaker, P.E. DirectorDepartment of En in ring B : ick Trice, E. Asst. Director, Engineering Services rAdvertising Dates: July 7,2005 e'f � July 14,2005 -,I L NOTICE TO BIDDERS NB-1C[9`JJ "7lnry� �p( 9=aVF r COMPREHENSIVE NOTICE TO BIDDERS Sealed proposals for the following: SIGNAGE AND WIND CONE IMPROVEMENTS ALLIANCE AIRPORT FOR: FAA GRANT NUMBER 3-48-0296-28-2005 D.O.E. NO.: 4710 FILE NO.: M-223 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., July 28th, 2005 and then publicly open and read aloud at 2:00 P.M. Contract Documents, including Plans and Specifications for this project, maybe 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 with respect to payment of prevailing wage rates and City Ordinance No.7400(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: This project includes, but is not limited to, the following items: Base Bid includes removal and replacement of twenty-three (23) existing airfield signs and foundations, and three (3)wind cone facilities and foundations, including related cables and conduits. The Add Alternate includes removal and replacement of REIL system. The add alternate may or may not be awarded depending on available funding. The Add Alternate will be evaluated in conjunction with Base Bid and may or may not be awarded. 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 acknowledging 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 for this project on July 20, 2005 at 2:00pm 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. FTW Front Ends NB-2 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. 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 17 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 information 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 MARTY HENDIX CITY MANAGER CITY SECRETARY Department of Engineering A. Dou s Rademaker, Director k Trice, P.E. Asst. Director, Engineering Services Advertisement Dates: July 7,2005 July 14,2005 Fort Worth, Texas NOTICE TO BIDDERS NB-3 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. 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 (II)(A) or (B) shall be treated as domestic. B. Components. As used in this clause, components means those articles, materials, and supplies incorporated directly into steel and manufactured products. C. 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 Expansion 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. FTVN Front Ends NB-4 Fort Worth Alliance Airport Signage and Wind Cone Improvements SPECIAL INSTRUCTIONS TO BIDDERS SPECIAL INSTRUCTION TO BIDDERS 1. BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth, in an amount of not less than five (5%) per cent of the total of the bid submitted must accompany the bid, and is subject to forfeit in the event the successful bidder fails to execute the contract documents within ten (10) days after the contract has been awarded. To be an acceptable surety on the bond, (1) the name of the surety shall be included on the current U.S. Treasury, or (2) the surety must have capital and surplus equal to ten times the limit of the bond. The surety must be licensed to do business in the state of Texas. The amount of the bond shall not exceed the amount shown on the treasury list or one-tenth (1/10) the total capital and surplus. 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 bonds furnished hereunder shall meet the requirements of Chapter 2253, Texas Government Code. 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. o, 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. 3. LIQUIDATED DAMAGES: The Contractor's attention is called to the "General Provisions" concerning liquidated damages for late completion of projects. FTW Front Ends 8.1 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. 7400 (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 City of Fort Worth and not less than the wage rates stated in General Wage Decision No. TX020045. 7. FINANCIAL STATEMENT: A current certified financial statement may be required by the Department of Engineering if required for use by the CITY OF FORT WORTH in determining the successful bidder. This statement, if required, is to be prepared by an independent Public Accountant holding a valid permit issued by an appropriate State Licensing Agency. 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 Injury-$250,000 each person, $500,000 each occurrence; Property Damage - $300,000 each occurrence). The City reserves the right to request any other insurance coverages as may be required by each individual project. 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's liability insurance coverage under Contractor's workers' compensation insurance policy. b. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. c. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. d. Each insurance policy shall be endorsed to provide the 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 the 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 financial strength and solvency. f. Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the City. g. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance FTW Front Ends IB-2 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. 10. NONRESIDENT BIDDERS: Pursuant to Article 601g, 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, the bidder shall submit the DBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation") as appropriate. FTW Front Ends IB-3 The Documentation must be received no later than 5:00 p.m., five (5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the Documentation was received by the City. Failure to comply shall render the bid non-responsive. Upon request, Contractor agrees to provide to owner complete and accurate information regarding actual work performed by Disadvantaged Business Enterprise (DBE) on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by a DBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiation action under appropriate federal, state or local laws or ordinances relating to false statement; further, any such misrepresentation (other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participation in City work for a period of time of not less than three (3)years. 12. AWARD OF CONTRACT: Contract will be awarded solely at the Owner's discretion to the lowest responsive bidder for Base Bid or Base Bid plus the Add Alternate. The Add Alternate may or may not be awarded. The City reserves the right to reject any and/or all bids and waive any and/or all irregularities. No bid may be withdrawn until the expiration of forty-nine (49) days from the date the DBE 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 (minus 5% retainage)from the City for all work for each pay period. Payment of the remaining amount shall be made with the final payment, and upon acceptance of the project. 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 certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC- 81, TWCC-82, TWCC-83, or TWCC-84), showing statutory worker's compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. FTW Front Ends 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 ►� FTUV Front Ends IB-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 person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting on classification codes and payroll amounts and fling of any coverage agreements, which meets the statutory requirements of Texas labor Code, Section 401.011 (44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. (6) notify the governmental entity in wiring by certified mail or personal delivery, within ten (10) days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. j. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative, criminal, civil penalties or other civil actions. FTW Front Ends 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 w Compensation Act or other Texas Worker's Compensation Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE" AM 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 7400 (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 FTW Front Ends IB-7 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. 20. DISCRIMINATION DUE TO DISABILITY: In accordance with the provisions of the Americans with Disabilities Act of 1990 ("ADA"), Contractor warrants that it will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms and/or conditions of employment for applicants for employment with, or current employees of Contractor. Contractor warrants it will fully comply with ADA's provisions and any other applicable federal state and local laws concerning disability and will defend indemnify and hold City harmless against any claims or allegations asserted by third parties against City arising out of Contractor's alleged failure to comply with the above-referenced laws concerning disability discrimination in the performance of this Contract. 21. Safety Plan: Within ten (10) days of receipt of notice of award of contract, the contractor must provide a safety plan for approval of the owner or owners authorized representative. FTW_Front_Ends IB-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 this contract, which may result in the termination of this 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 payments (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 IB-9 Fort Worth Alliance Airport Signage and Wind Cone Improvements DISADVANTAGE BUSINESS ENTERPRISE SPECIFICATIONS FORT WORTH City of Fort Worth Disadvantaged Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY If the total dollar value of the contract is $25,000 or more, the DBE goal is applicable. If the total dollar value of the contract is less than$25,000,the DBE goal is notapplicable. 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 10 % of the base bid value of the contract. COMPLIANCE TO BID SPECIFICATIONS On City contracts of $25,000 or more, bidders are required to comply with the intent of the City's DBE program by either of the following: 1. Meet or exceed the above stated DBE goal, or; 2. Good Faith Effort documentation, or; 3. Waiver documentation,or; 4. Joint Venture. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. 1. Subcontractor Utilization Form, if received by 5:00 p.m., five (5) City business days after the bid goal is met or exceeded: opening date, exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if participation is opening date, exclusive of the bid opening date. less than stated goal: 3. Good Faith Effort Form, if no received by 5:00 p.m., five (5) City business days after the bid participation: opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form: received by 5:00 p.m., five (5) City business days after the bid opening date, exclusive of the bid opening date. 5. Joint Venture Form, if goal is met or received by 5:00 p.m., five (5) City business days after the bid exceeded: opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S DBE PROGRAM,WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS Any questions, please contact the M[WBE Office at(817) 871-6104. Rev.5130/03 cn CL i- 0 UQ Q IdMCai 5wYmo � E m o � a) NN. c� oza) a) U) c a) E E m E i o mo" 0) ai m E c , 2 *10 • . o E ❑ma) 0C nU0 U. O 'OC wcm` 4- cv CL 0 Q d ° c ,- Ea, m u)itic°i c_ o'00 as � v uN ,c0.0 U s .0 C O v O N N 'a U UL + r$ 3 m u a) w = v O C to L 'i V)0 — L c 0 .— O C CL LLJ 71 k w y m y 7 m c m F y m y w a' .0 N an dCp V E O O y N mp N — U ' N w C O y a) m m N N C m,0 .a Q !� mi c �� E E � '`a o m 0), c v ° c c c _ 3 �- " y c a) LN 'tm °'� v ano = m3m � " m > Y tC ill o� nNc ° '`° � 7 :m E ° tet' � E °' 4w W Q i O c C Y N m m •d C ve' m p z au. oo mU 3 o w »- C o cy >, p w a 3 E c N o v 0 CL 79 " Y c V an d �YQ � _ o ff o o � ,E ; > 2 ,0 rw m °o � m E'tt d m c E rnv 3 U o c�, m m .0 c m - v1 �� � at5 rL C L 4r m C:i- •N O is ° 0 :� v o mY °' ` L) m u m a� a � E o G 0 a m a) 75 m y �' � o >, E � mNv Ewe O 'O 0 O i7 O y >, N m C N a ar a 0 a M m � L- Q3 N L m E m ° m w o O .►- 7 0 —, fa t d Q .= E a` �Em aaYa' m �.9+ m00 0m o � ocm � oc > cp A x o r_o+. �f C/) oo V O oC oN 6 aU ° car ° oQCo - c om �Ei 7co0yov m 3y N Lom'n � ac°'im adC - ° y mai i m y N m70 Nm c Y E y m �a E Y «- E a r e a� v0- —a C)v c m ° c c :� a o ' o o d o 2 V 7 0) m C L w.'- a) a) `� L y r- G1 ° �' C O j o N �'ms a; m p o �= o Q E a�> v0� y m .. m 3 •� o C, '-' eco CL- M N0 � a' L° ca'i m `° � o .. wLmV cvwc. Ev vYo � ccy vi 1. D '5 0 "o- C UoVo c m � o L mCL E ' yoE 0 o uovO O ° Q3aN ` ` M �m N C w C d N �CL m ° .. o Miv (n v ; YE Li X bd m o r- CLo mm m c v N N N.� C, ° U N E P N V N -C C 13 M 0 m_ro 7 m F ++ cm- m C Y - m L m c L d T ° y y 0 o LIZVG fl 7 00 0 ° >, O O ` O d V .0 C v O y 7 yp,'O �, O.� _ O O L C Z F v d m� U� �o c y y y tic ayim `� C C w m we 2 m u1 °'c a stm m � E p c O = c E E o +. - �°� o Fp To '� c m ° a m a o. �v W m W c m ° v o c m ° a d a m E c E om a 0 0 ° Q a �, or- y E m m fa o Tp tea �/ C �a � zwr� � p Y v) OOl c'~ IL- � N r m ° v-�- y 0) aci a 01 c " y m 1° N.m ' ° U Ul cvm ai EYEE j,Uy vs a, LW - C- v ° cam o adv 50 MEm 0 a) mVa'y E 'E.S 'o fl y'€ Nv `E o n a E �p o a G) a)a o c o S aN o E Y °: c as y m C E y� o yp c Y mm o iT m 0 CL_ f..i WQ W Od CL.,CL.,3' � ; mawy 3N m7Eyc v y o N N 0 c cnc� Cn ` o o a No > m Q >- Wmcg o wy °` m d N E m dO Q 2j m O Y c 7 01 Y U a). L) �- fp-w+. W CO y Cl.C fn. Z N.0 N (n._ ` C a) _ N m ;N•rte' jp. Q) V y SC C t,,. rr/ g z z ren• Ora 13 � 3•y Gao rn mVaao wo� >, U U U C N c o o y c N '-° o cg N 5 m y E m, cm w w w La o v � Sf'i — a arp �_ °' CEa °' + X02 Q! d v EZ dW�w � a E S,c m E a � m ara c d CD E rQ, a a a ° « Lm ow of L: moo 'c9 oL � w- o = am d is a O F-O N o J._ a a V: a C) .- N o V O_a> h+�l Q ce) M 45 O F d o Z c4 Cl) w C v _ n U Q d Mu o- - E o E c_ — E c - - E E IQ � 0 � E Lo CD� E E4A � E Lo Lo vii E E 'o L �� LL �NH4 C �N � C NN W) C �N Lo c m V c� m cv,� Cv,t", c6,w m D J W a Y m I It M I t m . It L = r = w w CL 0QU ,.. Y� CL > za yE o y� E o vic E `o vy, C E o aZ °' `rs N E d�NwE �'�� E °'wtoE L: as f ISI I I I I I III I I I I I w tl) o W_ U. N J m m CLCL o U1 m m m m _ co° ui woo Sao I !pito ! ao d d O Q) x d 0 4)) 0X y'�i 0 w (.)rx v O 4))Cl UX N >- Z UZI- �Z UZ � >- Z UZF- > Z UZH 0 U a, w v m �„ Z 00 � V � o14 U. a U w V v a C 3 J c m d D d F- W 3: m 0 rv) Y SC �L N LL O O o O U) 0 z z z z CL as o ¢ 0 0 0 0 0 0 0 CL 11) 10 F-- �► d, 0 V J c ro �Y-1 x w W a w ' 7In W co � G0 � � a Q J 4 y fel'V u IyJ��V p (Q UA l(� ci C C C C X Z N Iq N O Q .a aIn3a a a a H W0 Y m d d N t9 d d d k9 d d d f0 C? d N Z � E o` o c E •0 0 c E a o c E o` o c �,,� V z Q iL LL Lu � z 4 a. ti W V z Q a u Ul z Q a �w t) � � M Q M .O M I— O p in Z M C C O) a t�.1 0 Q Z X IAC Q N wY 4_ RU o= — E o E 0 ip wW MEED E a NL O 69 N N fn (n a 64 MI.0 r-�i 69,Lw 'ty CD pO wYr " Y- O G b Ow yo yo I!1 S_, In a6R 6NR E NIA 69 E 0 Q .. z a- U � x m ii ai;a Q 0 U LL N LO C Q Lu -*- Z ` O O O LLI lil C 3 � p C U a. .Lo U � a oa yw o LU Sao I I Iwo w i= Z i rz° L)z rz ° oz ° »° O m as N ° c 0 E dam' v ,._ ° Z `jz' E 0 °: MLU 0 c 1 Zm (D U. a` 0 a � w rQ OO LL Lm w U O O w w a � c to O CL c 3 v r LL � ° � V O UJ EYE m W � o Q w M N E ° w l4 LLIU z z ooa) U 2 U. D %—= w (� w O O O O ro c m Cl) ° 0 a y. c ° u� F- v► !- a► c 0.0 g a F C w t O to O C LL d � D O LL! C H Uj CL M LL Na � �- O N p O O C) O� bU Q Q� v d C C �j d e17 O pU cw ° �� U H C C + L 05 r Z � N E..I w Z O O 0 U) N ++.: a! A z U) r 0 N 0 U) cn ` C .FU 15 d ` C .� w Fes. U V U d U 13 0 M D t g E O mC t E O Z d atiw0Z Q au. WU WAGE RATE DETERMINATION WAIS Document Retrieval Page 1 of 3 GENERAL DECISION: TX20030045 02/25/2005 Tx45 Date: February 25, 2005 General Decision Number: TX20030045 02/25/2005 Superseded General Decision Number: TX020045 State: Texas construction Types: Heavy and Highway Counties: Collin, Dallas, Denton, Ellis, Grayson, Johnson, Kaufman, Parker, Rockwall , Tarrant and Wichita counties in Texas. HEAVY AND HIGHWAY CONSTRUCTION PROJECTS IN WICHITA COUNTY ONLY. HIGHWAY CONSTRUCTION PROJECTS ONLY FOR REMAINING COUNTIES. Modification Number Publication Date PW 0 06/13/2003 1 01/14/2005 2 02/25/2005 SUTx2004-004 11/09/2004 Rates Fringes Air Tool Operator. . . . . . . . . . . . . .$ 10.06 0.00 Asphalt Distributor operator. . .$ 13.99 0.00 Asphalt paving machine operator$ 12.78 0.00 Asphalt Raker. $ 11.01 0.00 Asphalt Shoveler. . . . . . . . . . . .$ 8.80 0.00 Batching Plant Weigher. . . . . . . . .$ 14.15 0.00 Broom or Sweeper Operator. . . . . .$ 9.88 0.00 Bulldozer operator. . . . . . . . . . . . .$ 13.22 0.00 Carpenter. . . . . . . . . . . . . . .$ 12.80 0.00 Concrete Finisher, Paving. . . . . .$ 12.85 0.00 !' Concrete Finisher, Structures. .$ 13.27 0.00 Concrete Paving Curbing Machine operator. . . . . . . .$ 12.00 0.00 Concrete Paving Finishing Maching operator. . . . . . . . . . . . . .$ 13.63 0.00 concrete Paving Joint Sealer operator. . . . . . . . . . . . . . . . .$ 12.50 0.00 concrete Paving saw operator. . .$ 13.56 0.00 Concrete Paving spreader operator. $ 14.50 0.00 Concrete Rubber. . . . . . . . . . . .$ 10.61 0.00 Crane, clamshell , Backhoe, Derrick, Dragline, shovel operator. . . . . . . . . . . . . . . . . . . . . . .$ 14.12 0.00 Electrician. .$ 18.12 0.00 Flagger. . . . . . . . . . . . . . . . . . . . . . . .$ 8.43 0.00 Form Builder/Setter, structures$ 11.63 0.00 Form setter, Paving & curb. . . . .$ 11.83 0.00 Foundation Drill operator, Crawler Mounted. . . . . . . . . . . . . . .$ 13.67 0.00 Foundation Drill operator, Truck Mounted. . . . : : : : : : : * * ". : .$ 16.30 0.00 Front End Loader operator. .$ 12.62 0.00 Laborer, common. . .$ 9.18 0.00 Laborer, utility. . . . . . . . . . . . . . .$ 10.65 0.00 mechanic. , . : : : : : : : : : : : : : : : : : : : .$ 16.97 0.00 Milling Machine operator, Fine Grade. .$ 11.83 0.00 Mixer operator. . . . . . . . . $ 11.58 0.00 Motor Grader Operator, Fine Grade. . . . . . . . . . . . . . . . . . . . . . . .$ 15.20 0.00 Motor Grader Operator, Rough. . .$ 14.50 0.00 oiler. . . . . . . . . . . . . . . . . . . . . . . . . .$ 14.98 0.00 Painter, Structures. . . . . . . . .$ 13.17 0.00 Pavement Marking Machine Operator. . . . . . . . . . . . . . . . . . . . . . .$ 10.04 0.00 Pipelayer. . $ 11.04 0.00 Reinforcing steel setter, http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=TX20030045 6/15/2005 WAIS Document Retrieval Page 2 of 3 Paving . . . . . . . . . . . . . . . . . .$ 14.86 0.00 Reinforcing steel setter, Structure. . . . . . . . . . . .$ 16.29 0.00 ._ Roller operator, Pneumatic, self-Propelled. . . . . . . . . .$ 11.07 0.00 Roller Operator, Steel wheel , Flat wheel/Tamping. . . .$ 10.92 0.00 Roller operator, Steel wheel , Plant Mix Pavement. . . . . . . . . . . . .$ 11.28 0.00 scraper operator. . . . . . . . . . . . . . .$ 11.42 0.00 servicer. . . . . . . . . . . . . . . . . . .$ 12.32 0.00 Slip Form Machine operator. . . . .$ 12.33 0.00 '^ Spreader Box operator. . . . . . . . . .$ 10.92 0.00 Tractor operator, crawler Type.$ 12.60 0.00 Tractor operator, Pneumatic. . . .$ 12.91 0.00 Traveling Mixer operator. . . . . . .$ 12.03 0.00 Truck driver, lowboy-Float. . . . .$ 14.93 0.00 Truck driver, single Axle, Heavy. . . . . . . . . . . . .$ 11.47 0.00 Truck driver, single Axle, Light. . . . . . . . . . . . . . . . .$ 10.91 0.00 Truck Driver, Tandem Axle, semi-Trailer. . . . . . . . . . . .$ 11.75 0.00 Truck Driver, Transit-mix. . . . . .$ 12.08 0.00 wagon Drill , Boring Machine, Post Hole Driller operator. . . . .$ 14.00 0.00 welder. . . . . . . . . . . . . . . .$ 13.57 0.00 work zone Barricade servicer. . .$ 10.09 0.00 ---------------------------------------------------------------- -. unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses - (29CFR 5.5 (a) (1) (ii)) . ---------------------------------------------------------------- In the listing above, the "su" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. other desiggnations indicate unions whose rates have been determined to be prevailing. - ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling on survey related matters, initial contact, 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.) is yes, then an http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=TX20030045 6/15/2005 - WAIS Document Retrieval Page 3 of 3 interested party (those affected by the action) can request review and reconsideration from the wage and Hour Administrator (see 29 CFR Part 1.8 and 29 CFR Part 7) . Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage *- payment data, project description, area practice material , etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the wage Appeals Board) . write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final . END OF GENERAL DECISION 0M ON http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=TX20030045 6/15/2005 WAIS Document Retrieval Page 1 of 2 GENERAL DECISION: Tx2003OO46 08/20/2004 TX46 Date: August 20, 2004 General Decision Number: TX20030046 08/20/2004 Superseded General Decision Number: TX020046 State: Texas s Construction Types: Heavy counties: Johnson, Parker and Tarrant counties in Texas. Heavy Construction Projects (Including water and sewer Lines) Modification Number Publication Date 0 06/13/2003 1 08/20/2004 * PLUM0146-002 06/01/2003 Rates Fringes Plumber/Pipefitter. . . . . . . . . . . . .$ 20.79 5.66 ---------------------------------------------------------------- SUTX1990-041 06/01/1990 Rates Fringes Carpenter. . . . . . . . . . . . . . . . $ 10.40 $3.64 concrete Finisher. . . . . . . . . . . . . .$ 9.81 Electrician. . . . . . . . . . . . . . . . . . . $ 13.26 Form Setter. . . . . . . . . . . . . . . . . . . .$ 7.86 Laborers: Common. . . . . . . . . . . . . . . . . . . . . .$ 6.37 Utility. . . . . . . . . . . . . . . . . . . . .$ 8.09 Painter. . . . . . . . . . . . . . . . . . . . . . . .$ 10.89 Pipelayer. . . . . . . . . . . . . . . . . . . . .$ 8.43 Power equipment operators: Backhoe. . . . . . . . . . . . . . . . . . . . .$ 11.89 3.30 Bulldozer. . . . . . . . . . . . . . . . . . $ 10.76 Crane. . . . . . . . . . . . . . . . . . .$ 13.16 3.30 Front End Loader. . . . . . . . . . . .$ 10.54 Mechanic. . . . . . . . . . . . . . . . . . . .$ 10.93 �. Scraper. . . . . . . . . . . . . . . . . .$ 10.00 Reinforcing Steel Setter. . . . . . .$ 10.64 Truck Driver. . . . . . . . . . . . . . . . . . .$ 7.34 ----------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental . ---------------------------------------------------------------- ---------------------------------------------------------------- unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)) . ---------------------------------------------------------------- In the listing above, the "Su" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. other desigynations indicate unions whose rates have been determined to be prevailing. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=TX20030046 6/16/2005 WAIS Document Retrieval Page 2 of 2 * 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.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7) . Write to: wage and Hour 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 payment data, project description, area practice material , etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the wage Appeals Board). write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, 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 6/16/2005 "' PROPOSAL TO: Mr. Charles R. Boswell City Manager Fort Worth, Texas FOR: SIGNAGE AND WIND CONE IMPROVEMENTS FAA GRANT No. 3-48-0296-28-2005 FILE No. M-223 DOE #: 4710 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 P-1 Preliminary s 0 Q Cw/1 O' EA 7 U E a� 00 v� -• N d � a N Q) an 0 -c' w O b U > o U O O �. U75 U o 3 d 0 U 0 3 *� Q � 3 � 0 o4cl o o ai o a o -C$ o ami Q, ° U Fy v� H rx a Q U �1 w o. U cn � V Q z V1 �I v 0 U V] O Cr� OU O O b �"•o C7 d, H H a � y Lr) �O 69 rl) c �n IN F 69 69 Cd v 5� A a 4-1 rte- �j Iv r 69 69 69 69 69 69 cel 4, .. O ON p ON rq o � a N d � M 0.a Q U W G a� 7jtj V op°� AU -b Acd o o Q Cdo o w 00 oo U ° 0 SU b vo �. b o b o � o A U H w rn ( oo =1w "L7 ZvP b Zjt N En En 0 a. U zA o 0 0 0 N o o N Z .� b Or � �- N cil E Pi Q a 8 � 3 � c.0, 0 0 o a v bIn b 0 0 0 w w w db 9b 9b p I00 00 V)CJo o`�o O000 00 t 00 kr) ooQ) oo4, ° 41 Q1-°cd rzl tn fz U v 0 v Oz Q p, �•, �n v� �., v� a o ? E +? a� Po a+ 0 3 Q YV d eet N N � a as H d n � w w a E � 0 a � � o � U a C:i E o w 0 o aD o o zQ O a d 00 rn b W � � O ` c M ry w H r A a CIO ..I V-) _ r T '�I N W Z a p W �a a too 0 d � w 0 a O u U c r a 0 0 o w a� a � z The Bidder shall write out each bid in words on the lines provided below. Base Bid ' AUA 401-4(,'nA SQ-14M h'X\Cv,sl C. 4iti�kA - -l��4e 4 o� In case of a discrepancy the amount shown in words shall govern. STATEMENT OF MATERIALS AND OTHER CHARGES MATERIAL INCORPORATED INTO THE PROJECT: $ Sob • `�' ALL OTHER CHARGES: $ CA 2 *TOTAL BASE BID: $ It *This total must agree with the total figure shown in the Proposal for the Total Base 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. Add Alternate IaD In case of a discrepancy the amount shown in words shall govern. STATEMENT OF MATERIALS AND OTHER CHARGES MATERIAL INCORPORATED INTO THE PROJECT: $ Q 100,`o ALL OTHER CHARGES: $ *TOTAL ADD ALTERNATE: $ �Z *This total must agree with the total figure shown in the Proposal for the Total Add Alternate. 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 based on the total bid for Base Bid or Base Bid plus the Add Alternate. The Add Alternate may or may not be awarded. The Bid Form must be completed and submitted in its entirety for Base Bid and the Add Alternate. Failure to complete the Bid Form for each will render the bidder FTW Front Ends P-7 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. 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. 7400 (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 the durations outlined below. Base Bid 60 Calendar Days Base Bid and Add Alternate 75 Calendar Days Bidder further agrees to pay liquidated damages in the sum of$750.00 for each consecutive calendar day to complete the work beyond the allotted time or as extended by an approved Change Order. The Bidder agrees to pay not less than the "Prevailing Wage Rates for Highway Construction" as established by the City of Fort Worth and not less than the wage rates stated in General Wage Decision No. TX 20030045 And not less than the wage rates stated in General Wage Decision No. TX 20030046 Issued by the U.S. Department of Labor. The Bidder understands that the Owner reserves the right to reject any and all bids and to waive any informalities in the bidding. The Bidder agrees this bid shall be good and may not be withdrawn for a period of 30 days after the scheduled closing time for receiving bids. FTW Front Ends P-8 Within ten (10) days of receipt of the written "Notice of Award", the bidder will execute the formal contract agreement and deliver a surety bond or bonds as required under the contract - documents. The bid security attached in the sum of S�x L), � Ar �h o(� - � - _Dollars ($ 2 is to become the property of the City of Fort orth i the event the contract is nof executed as set forth in the contract documents as liquidated damages for the delay and additional expense caused thereby. Respe5qully Submitted �Q l By: �nn I7c, m cc�3 (Type or print name) Title: y:[ e- ?rt ; Ade rA Address: Date: - zap- Receipt is hereby acknowledged of the following a ends: Addendum No. 1 r s s o1 ?--z z-o — �, Addendum No. 2 Addendum No. 3 Addendum No. 4 Addendum No. 5 FTW Front Ends P-9 w 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 Determined Are Not Produced In the United States In Sufficient and Reasonably Available Quantities And of Sufficient Quality(Jan 1991) Diamonds, industrial, stones and abrasives Acetylene, black Emetine, bulk Agar, bulk Ergot, crude Anise Erthrityl tetranitrate Antimony, as metal or oxide Fair linen, altar Asbestos, amosite, chrysolite and Fibers of the following types: crodidolite abaca, abace, agave, coir, flax, Bananas jute, jute burlaps, palmyra and sisal Bauxite Goat and kidskins Beef, corned and canned Graphite, natural, crystalline Beef extract crucible grade Bephenium Hydroxynapthoate Handsewing needles Bismuth Hemp yarn Books, trade, text, Hog bristles for brushes technical, scientific; Hyoscine, bulk newspapers; pamphlets; Ipecac, root magazines; periodicals; Iodine, crude printed briefs and films; Kaurigum not printed in the United States Lac and for which domestic editions Leather, sheepskin, hair type are not available Lavender oil Brazil nuts, unroasted Manganese Cadmium, ores and flue dust Menthol, natural bulk Calcium cyanamide Mica r Capers Microprocessor chips (brought onto a Cashew nuts construction site as separate units for Castor beans and castor oil incorporation into building systems during Chalk, English construction or repair and alteration of real Chestnuts property) Chicle Nickel, primary, in ingots, pigs, shots, —F Chrome ore or chromite cathodes or similar forms; nickel oxide Cinchone bark and nickel salts Cobalt, in cathodes, Nitroguanidine (also known as picrite) ._ rondelles, or other primary Nux vomica, crude ore and metal forms Oiticica oil Cocoa beans Olive oil _ Coconut and coconut meat, Olives (green), pitted or unpitted, or stuffed, unsweetened, in shredded, in bulk desiccated or similarly Opium, crude prepared form Oranges, mandarin, canned Coffee, raw or green bean Petroleum, crude oil, unfinished oils, and Colchicine alkaloid, raw finished products (see definitions below) Copra Pine needle oil Cork, wood or bark and waste Platinum and related group metals, Cover glass, microscope slide refined, as sponge, powder, ingots, Cryolite, natural or cast bars Dammar gum 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 Swords and scabbards Quartz crystals Talc, block, steatite Quebracho Tantalum Quinidine Tapioca flour and cassava Quinine Tartar, crude; tartaric acid Rabbit fur felt and cream of tartar in bulk Radium salts, source and Tea in bulk special nuclear materials Thread, metallic (gold) Rosettes Thyme oil Rubber, crude and latex Tin in bars, blocks and pigs ' Rutile Triprolidine hydrochloride Santonin, crude Tungsten Secretin Vanilla beans Shellac Venom, cobra Silk, raw and unmanufactured Wax, canauba Spare and replacement parts for Woods; logs, veneer, and lumber equipment of foreign manufacture, of the following species: Alaskan and for which domestic parts are yellow cedar, angelique, balsa, not available ekki, greenhart, lignum vitae, Spices and herbs, bulk mahogany and teak Sugars, raw Yarn, 50 Denier rayon Petroleum terms are used as follows: "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. do "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 pressure to maintain a liquid state at ambient temperatures. (F) "Lubricating oil' - a refined petroleum distillate or specially treated petroleum residue used to lessen friction between surfaces. (G) "Naphtha" - a refined petroleum distillate falling within a distillation range overlapping the higher gasoline and the lower kerosenes. (H) "Natural gas products"-liquids(under atmospheric conditions)including natural gasoline, that (1) are recovered by a process of absorption, absorption, compression, refrigeration, cycling, or a combination 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. (1) "Residual fuel oil' -a topped crude oil or viscous residuum that, as obtained in refining or after blending with other fuel oil, meets or is the equivalent of 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 processed 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 or more citizens of a foreign country included in the list of countries that discriminate against U.S.firms published by the Office of the United States Trade Representative (USTR); b. has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country on said list,or is owned or controlled directly or indirectly by one or more citizens or nationals of a foreign country on said list; c. has not procured any product 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 an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker _ subject to prosecution under Title 18, United States Code, Section 1001. By: Title: _V-c2- �r� . 8er k AddresO,U - ,� 13co+�Zq Date: TRC-2 MW am CERTIFICATION REGARDING DEBARMENT, SUSPENSION INELIGIBILITY AND VOLUNTARY EXCLUSION 49 CFR PART 29 r 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:Axh&" Title: y;Ce- �re S:AtIV4 Address: 6, Ddu V3(, rizq Date: �� - PS— 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 his control, where segregated facilities are maintained. The federally-assisted construction Contractor agrees that a breach of this certification is a violation of the Equal Opportunity Clause in this Contract. As used in this certification, the term"segregated facilities"means any waiting rooms,work areas, restrooms,and washrooms, restaurants and other eating areas,timeclocks,locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment 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: Title: V Ce- f re r ,-den Address: G°D- 06jv /3r, 7z9 — �r4 �ar�►, 7k 74r 31Q Date: 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 an 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. f BIDDER: -C 00 M Manua By: ANA &-Ar4LGL mQ.0.; (Please print) }�. 4 vi Signature: }-o(1 ( `tk rl(4 l ,_ Title: V i Lle- t?rc 1;deJ City State Zip (Please print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION CERTIFICATE OF INSURANCE TO: CITY OF FORT WORTH, TEXAS Date: NAME OF PROJECT: PROJECT NUMBER: THIS IS TO CERTIFY THAT (Name and Address of Insured) is, at the date of this certificate, Insured by this Company with respect to the business operations hereinafter described, for the type of insurance and in accordance with the provisions of the standard policies used by this Company, and further hereinafter described. Exceptions to standard policy noted on reverse side hereof. TYPE OF INSURANCE Policy No. Effective Expires Limits of Liability Worker's Compensation Comprehensive General Bodily Injury: Liability Insurance Ea. Occurrence: $ _ (Public Liability) Property Damage: Ea Occurrence: $ Blasting Ea. Occurrence: $ Collapse of Buildings or structures adjacent to Ea. Occurrence: $ excavations Damage to Underground Utilities Ea. Occurrence: $ Builder's Risk Bodily Injury: Comprehensive Ea. Person: $ Automobile Ea. Occurrence: $ Liability Property Damage: Ea Occurrence: $ Bodily Injury: Contractual Liability Ea. Occurrence: $ Property Damage: j Ea. Occurrence: $ Other Locations covered: Description of operations covered: T The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than five(5)days after the insured has received written notice of such change/or cancellation. City of Fort Worth is named additional insured with respect to general liability of this project. Where applicable local laws or regulations require more than five(5)days actual notice of change or cancellation to be assured,the above policies contain such special requirements,either in the body thereof or by appropriate endorsement thereto attached. Aqency Fort Worth Agent By Address Title Client#: 34786 BCCOMPA1 rM CERTIFICATE OF LIABILITY INSURANCE 1DATE 0101/04D PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Coble-Cravens Ins.Agency ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE A Hilb, Rogal&Hamilton Company HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR 2201 N.Collins,Suite 295 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. .., Arlington,TX 76011-2698 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURER A: XL Specialty Insurance Co 37885 B-C Company Inc. Box 136729 INSURER B: Travelers Indemnity of Illinois 25674 Fort Worth,TX 76136 INSURER c: Texas Mutual Ins Co 22945 INSURER D: Firemans Fund Insurance Company 21873 INSURER E: M" COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES,AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ow INSR ADUL POLICY EFFECTIVE POLICY EXPIRATION LTR NSR TYPE OF INSURANCE POLICY NUMBER DATE MM/DD/YY DATE MM/DD LIMITS A GENERAL LIABILITY NAF3023368 10/01/04 10/01/05 EACH OCCURRENCE s2,0001000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $SO 000 PR rr CLAIMS MADE FX]OCCURMED EXP(Any one person) $1 000 X BUPD Ded 5000/ PERSONAL&ADV INJURY $3:000,000 10000 Aircraft GENERAL AGGREGATE s3,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG s3,000,000 POLICY jEo- LOC B AUTOMOBILE LIABILITY CAP966KO88204 10/01/04 10/01/05 COMBINED SINGLE LIMIT X ANY AUTO (Eaaccident) $1,000,000 ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) $ X HIRED AUTOS BODILY INJURY $ X NON-OWNED AUTOS (Per accident) we X Drive Other Car PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC S AUTO ONLY: AGG $ EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE $ OCCUR ❑CLAIMS MADE AGGREGATE $ a $ DEDUCTIBLE $ RETENTION $ $ C WORKERS COMPENSATION AND TSF000110224903 -10/01/04 10/01/05 X T yRY TMIT ER OTH- ti EMPLOYERS'LIABILITY E.L.EACH ACCIDENT $1,000,000 ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under SPECIAL PROVISIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 �* D OTHER Equipment MZ197703993 10/01/04 10/01/05 $136,500 Scheduled $100,000 Leased/Rented $50,000 Misc.Tools DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS 30 days notice of cancellation except 10 days for non-payment. **Supplemental Name* Keith&Ann Bartholomew Individually PM EMC Specialties&Constructors,Inc. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION Specimen DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 'j n_ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR t� REPRESENTATIVES. AUTliORVED REPRESENTATIVE ENTATIVE 4•L ACORD 25(2001/08)1 Of 2 #S150078/M149624 r ri-�*//17`Z.c�x�b�J HHIG © ACORD CORPORATION 1988 1W IMPORTANT If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate PI holder in lieu of such endorsement(s). 1W DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between r. the issuing insurer(s), authorized representative or producer,and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. s.r op PF PM pm ACORD 25S(2001/08) 2 of 2 #S150078/M149624 ' 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. 4710. CONTRACTOR -C By: Name: Title: _V ce_ (����'� Ae&- Date: STATE OF TEXAS § i § COUNTY OF TARRANT § d -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 IS- 0 ,,c U for the purposes and consideration therein expressed and in the capacity)thereh stated. Given Under My Hand and Seal of Office this yo� dof,4JJJ 20�. ' tary Public in and for th xas EN^' SUE ceNNig a �� COMMISSION 1C8TETEOfJIN& dECEMBElZ 8,200e I EQUIPMENT SCHEDULE List of Equipment owned by Bidder that is in serviceable condition and available for use: Portions of work Bidder proposes to sublet in case of Award of Contracts including amount and type: B-C COMPANY EQUIPMENT AND VEHICLE LIST NUMBER EQUIPMENT AVAILABLE 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 W/ BACKHOE 1 SKID LOADER W/36"AUGER, BUCKET, BROOM, CONCRETE BREAKER 8 x 28'SHOP/TOOL TRAILER 1 8'x 24'SHOP TRAILER 1 6'x 16'SHOP TRAILER 5 WHACKER TAMPERS 3 6 KW GENERATORS 1 PVC HEATER a. 1 WIRE SPOOL TRAILER 2 REEL DUCT RODS 1 1/2"-4" MOBILE THREADING STATION 1 LOT MISC HAND TOOLS t 1 VERMEER WALK BEHIND TRENCHER 1 DITCHWITCH 3700 TRENCHER 1 20kw GENERATOR PORTABLE LIGHT PLANT e• B-CCOMPANY., INC. P. O. BOX 136729 FT. WORTH, TEXAS 76136 PHONE(817)236-6000 FAX(817)236-3000 EMAIL: annb@b-ccompany.com CONTRACTS COMPLETED Texas Department of Transportation Airport Improvements, Edwards County Airport, Rocksprings, TX $109,046.00 City of Nacogdoches M.I.R.L. Replacement, A.L. Mangham Regional Airport $188,160.00 ,., Federal Aviation Administration Break room renovations, DFW Airport, TX $182,897.00 Parsons Infrastructure and Technology Group, Inc. PAPI Installation, George Bush Airport, Houston, TX $420,156.11 Madden Contracting RNV Lights, Marshall, TX $271,955.00 City of Fort Worth Runway Guard Lights, Signs & Striping, Alliance Airport, Ft. Worth, TX $378,058.10 Kanza Construction for Texas Department of Transportation Airport Improvements, Lancaster Municipal Airport $220,156.60 J. Schouten Construction for Federal Aviation Administration Instrument Landing System, Searcy, AR $163,293.04 J.M. Waller Associates for Federal Aviation Administration Fire Protection/Life Safety Upgrade, Miller Airport, McAllen, TX $172,788.00 Orval Hall Excavation for Texas Department of Transportation Installation of PAR, Signage and Taxiway Lighting, Arlington Municipal Airport, TX $349,701.65 J. Schouten Construction for Federal Aviation Administration Instrument Landing System, Addison Airport, TX $93,142.99 Page 1 of 2 Orval Hall Excavation for Texas Department of Transportation Airport Improvements, Grand Prairie Municipal Airport, TX $60,296.00 Texas Department of Transportation Airport Improvements, Burnet Municipal Airport, Burnet, TX $198,475.00 Texas Department of Transportation Runway Lighting Improvements, Hemphill County Airport, Canadian, TX $90,070.00 Orval Hall Excavating for Texas Department of Transportation Runway Lighting Improvements, Decatur Municipal Airport, Decatur, TX $45,559.00 Texas Department of Transportation Airport Improvements, Spinks Airport, Fort Worth, TX $139,326.00 Federal Aviation Administration Duct Bank Cable Addition & Shelter Mod's., William Hobby Airport, Houston, TX $90,437.00 Federal Aviation Administration Install E/G at VOR, Harlingen Int'I Airport, TX $47,830.00 Federal Aviation Administration Roof Replacement at ATCT, Midland, TX $165,000.00 �. Federal Aviation Administration Construct VOR/DME Valley Int'I Airport, Harlingen, TX $477,635.00 Federal Aviation Administration Replace Instrument Landing System, George Bush Airport, Houston, TX $272,047.00 Federal Aviation Administration Modification of ASR-9 Tower, DFW Airport $22,262.00 Federal Aviation Administration Install Antenna Tower, Monroe, LA $43,764.27 MW Page 2 of 2 EXPERIENCE RECORD List of projects your organization has successful) completed: Amount Of Contract Type of Work Date Accepted 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 Date of Completion Z(aC% D'lcC dx." 4(.a. a. Tex,A �)4k. C13, o} q"uc�_S 1 kP Z 3(,!T, t edefr l K1v:c.s�:o1 Ia�+.n�S � 2- List List Surety Bonds in force on above incomplete work: Date of Contract Award Type of Work Amount of Name and Address of Bond Bond Surety fcunce Zou z' o Z tL t. two) Its z" Z �OU�l6 rM M" Bond #2170969 PERFORMANCE BOND ir. THE STATE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT Independence Casualty That we (1) B.C. Company, Inc. as Principal herein, and (2) and Surety Company, a corporation �. organized under the laws of the State of(3) TX 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 Twenty-six Thousand Nine Hundred Sixty and no/100.............................. ($126,960.00) Dollars for the payment of which sum we bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. SEP 2 Q 2005 WHEREAS, Principal has entered into a certain contract with the Obligee dated the of 2005 a copy of which is attached hereto and made a part hereof,for the construction of: i Allaince Airport Signage and Wind Cone Improvements 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. r r r r 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. rIN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. rSIGNED and SEALED this Sf24 2005. ATTEST: B.C. Com n , Inc. r (Principal) Secretary PRl1+lT— rBY:Title: W>(F,t ;dent (SEAL) PO Box 136729 ^ Fort Worth,TX 76136 (Address) 4as Independe Casualty and Surety Company rincipal Lkurety .0. Box 136729, Fort Worth, TX 76136 ess BY: A/ 7 (Attrn y-in-fact)(5) 2201 N. ollins #295 (Surety)Secretary Arlington, TX 76011-2698 817-794-1600 (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. I In addition, an original copy of Power of Attorney shall be attached to Bond by Attorney-in-Fact. -- The date of bond shall not be prior to date of Contract. Witness as to Surety 2201 N. Collins #295, Arlington, TX 76011-2698 (Address) ICW GROUP No. 0004782 Power of Attorney Insurance Company of the Wes( The 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,The Explorer Insurance Company,a Corporation duly organized under the laws of the State of Arizona,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 AND ROBERT W.PURDIN their true and lawfid Attomey(s)-in-Fact with authority to date,execute,sign,seal,and deliver on behal f 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 16th day of January,2001. uµroll �HSO4 /`� ��� INSURANCE COMPANY OF THE WEST arUaArFo�4 or°4opvoq�' , ,t' .�G2 THE EXPLORER INSURANCE COMPANY SEAL "a �� INDEPENDENCE CASUALTY AND SURETY SACH 1.%%X' �'9,? ,a° a 1` J° COMPANY O H A John H.Craig,Assistant Secretary John L.Hannum,Executive Vice President State of California 1 J ss. County of San Diego On December 5,2003,before me,Mary Cobb,Notary Public,personally appeared John L.Hannum and John H.Craig,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 seal. MARY COMM.#13211321 341 V • NOTAR YPUBLIC-CALIFORNIA N V r SAN CorrnmGDsto Ex es SEPTEMBER 20.2005 - Mary Cobb,Notary Public RESOLUTIONS This Power of Attorney is granted and is signed,scaled 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 sirnilar 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 1,the undersigned,Assistant Secretary of insurance Company of the West,The Explorer Insurance Company,and Independence Casualty and Surety Company,do hereby certify that the foregoing Power of Attomey 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. SEP 2 0 2005 IN WITNESS WHEREOF,I have set my hand this day of U 2005 John H.Craig,Assistant Secretary To verify the authenticity of this Power of Attorney you may call 1-800-877-1 1 I l and ask for the Surety Division. Please refer to the Power of Attomey 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 92130-2045 or call(858)350-2400. r Bond #2170969 an AV nn PAYMENT BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § Independence Casualty and That we,(1) B.C. Company, Inc.,as Principal herein,and (2) Surety Company a corporation organized and existing under the laws of the State of(3) Texas , as surety, 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 amount of One Hundred Twenty-six Thousand Nine Hundred Sixty and no/100.............................. Dollars ($126,960.00) 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 OWgee dated the day of 2005, 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: Allaince Airport Sienage and Wind Cone Improvements VM 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. 29 SIGNED and SEALED this day of, 2005. PM on B.C. Coaany, Inc. PRINC ATTXC By: Name:PM ;�(� rincipal) ecretary Title: (S E L) Address: PO Box 136729 / Fort Worth, TX 76136 Witness as to Principal Independence Casualty and Surety Company SURETY - ST: By: C X '1 * Name. ack M. Crowley Secretary Attorney in Fact (S E A Q Address: 2201 N. Collins #295 Arlington, TX 76011-2698 Witness as to Surety Telephone Number: 817-794-1600 rp 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. r r TCW GROUP No. 0004782 Power of Attorney Insurance Company of the West The 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,The Explorer Insurance Company,a Corporation duly organized under the laws of the State of Arizona,and Independence Casualty and Surety Company,a Corporation duly organized tinder the laws of the State o f Texas,(collectively referred to as the"Companies"),do hereby appoint JACK M.CROWLEY,PATRICIA A.SMITH AND ROBERT W.PURDIN their true and lawful Attorney(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. ht witness whereof,the Companies have caused these presents to be executed by its duly authorized officers this 16th day of January,2001. Y 4E�oYhuivoFr P [Nsugq �qo INSURANCE COMPANY OF THE WEST jr\��ppppp,�jFo A'� oQ�`oav°R,t}Fti� 4 -11- THE EXPLORER INSURANCE COMPANY d SEAL Z y t INDEPENDENCE CASUALTY AND SURETY 'unci u,Asti 'q�j 1+�°H a 0 ° a e° COMPANY cauro�u� ,+yl p John H.Craig,Assistant Secretary John L.Hannum,Executive Vice President State of California SS. County of San Diego On December 5,2003,before me,Mary Cobb,Notary Public,personally appeared John L.Hannum and John H.Craig,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 seal. MAIN COBB COMM.#131321 t? MDiARYPUBLIC•CADLiFORNfORN1A y rn @ SANOIEGOCOUNTY �, U My Commisaton Expires J SEPTEMBER 20.2005 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 1,the undersigned,Assistant Secretary of Insurance Company of the West,The 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. SEP 2 o 2005 IN WITNESS WHEREOF,I have set my hand this day of J 2005 i Johru H.Craig,Assistant Secretary To verify the authenticity of this Power of Attorney you may call 1-800-877-1 1 1 1 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. Bond #2170969 MAINTENANCE BOND THE STATE OF TEXAS COUNTY OF TARRANT Independence Casualty and That B.C. Company. Inc. ("Contractor"), as principal, and Surety Company a 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 Twenty-six Thousand Nine Hundred Sixty and no/100.............................. Dollars ($126,960.00), 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, 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 So _ 2005, a copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements: Allaince Airport Signage and Wind Cone Improvements the same being referred to herein and in said contract as the Work and being designated as project number(s) 3-48-0296-28-2005 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, 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 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, PM am 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 cL�iq,bf, A.D. 2005. ATTEST: B.C. C mpanv, Inc. Zb M (SE , Contr \ �� k� By: 1 SecretaryName: Title: �Ce s ode n� ATTEST: Independence Casualty and Surety Company (S E A L) Surety 'n By: Secretary Name:Aack M. Crowley A• Title: Attorney-in-Fact 2201 N. Collins #295 Arlington, TX 76011-2698 817-794-1600 Address PM TCW GROUP No. 0004782 Power of Attorney Insurance Company of the West. The 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,The Explorer Insurance Company,a Corporation duly organized tinder the laws of the State of Arizona,and Independence Casualty and Surety Company,a Corporation duly organized tinder the laws of the State of Texas,(collectively referred to as the"Companies"),do hereby appoint JACK M.CROW LEY,PATRICIA A.SMITH AND ROBERT W.PURDIN their true and lawful Attorneys)-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 16th day of January,2001. QYPAMY tt,xy NV ° wry �Q po0O#qy c,�S eG INSURANCE COMPANY OF THE WEST ye` ��OPPOM11rFG T o u° 4 i 4 $ THE EXPLORER INSURANCE COMPANY a SEAL INDEPENDENCE CASUALTY AND SURETY k+acrt,tro '`it'9itONA`% a a t+°n COMPANY Ab .da John H.Craig,Assistant Secretary John L.Hannum,Executive Vice President State of California } ss. County of San Diego On December 5,2003,before me,Mary Cobb,Notary Pu blit,personally appeared John L.Hannum and John H.Craig,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 seal.' MARY C ,_ .� COMM.#1321321 331 U NOIARYPUBLIC-CALifORNIA to H 'm SAN DIEGO COI�NTY Q .` My Commission Expires SEPTEMBER 20.2005 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 sintilar contracts of suretyship,and any related docu ments. 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,"Che 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. J Lfl 2 _,„ ._ IN WITNESS WHEREOF,Ihave set my hand this _day of_ /J 4UUI 2005 John H.Craig,Assistant Secretary To verify the authenticity of this Power of Attorney you may call 1-800-877-1 1 1 1 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 92130-2045 or call(858)350-2400. low Client#: 34786 BCCOMPA1 ACORD,., CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDIYYYY) 09/16/05 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION T" Coble-Cravens Ins.Agency ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE A Hilb, Rogal&Hamilton Company HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 2201 N. Collins,Suite 295 Arlington,TX 76011-2698 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURER A: XL Specialty Insurance CO 37885 B-C Company Inc. INSURER B: Travelers Indemnity of Illinois 25674 Box 136729 INSURER c. Texas Mutual Ins Co 22945 ^� Fort Worth,TX 76136 INSURER D: Firemans Fund Insurance Company 21873 INSURER E. COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. POLICY EFFECTIVE POLICY EXPIRATION � LTR NSRE TYPE OF INSURANCE POLICY NUMBER DATE MM/DD DATE MMIDDIYY LIMITS A GENERAL LIABILITY NAF3023368 10/01/04 10/01/05 EACH OCCURRENCE s3,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED PREMISES(Ea occurrence) $50,000 CLAIMS MADE F_xd OCCUR MED EXP(Any one person) S1 000 X BI/PD Ded 5000/ PERSONAL&ADV INJURY s3:000,000 11 10000 Aircraft GENERAL AGGREGATE s3,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG s3,000,000 POLICY MPRO LOC JECT B AUTOMOBILE LIABILITY CAP966KO88204 10/01/04 10/01/05 COMBINED SINGLE LIMIT X ANY AUTO (Ea accident) $1,000,000 ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) $ X HIREDAUTOS BODILY INJURY X NON-OWNEO AUTOS (Per accident) S X Drive Other Car PROPERTY DAMAGE $ 7� (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT S ANYAUTO OTHER THAN EA ACC S AUTO ONLY: AGG S EXCESSIUMBRELLA LIABILITY EACH OCCURRENCE S OCCUR E CLAIMS MADE AGGREGATE $ S 1^ DEDUCTIBLE S RETENTION $ $ TH- C WORKERS COMPENSATION AND TSF000110224903 10/01/04 10/01/05 X WC MATT FIR EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT 51,000 OOO it l OFFICER/MEMBER EXCLUDED? E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under SPECIAL PROVISIONS below E.L.DISEASE-POLICY LIMIT S1,000,000 D OTHER Equipment MZ197703993 10/01/04 10/01/05 $136,500 Scheduled $100,000 Leased/Rented 1 $50,000 Misc. Tools DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS 30 days notice of cancellation except 10 days for non-payment. **Supplemental Name** Keith&Ann Bartholomew Individually EMC Specialties&Constructors,Inc. (See Attached Descriptions) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION City of Fort Worth DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL In DAYS WRITTEN W. 1000 Throckmorton Street NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL Fort Worth,TX 76102-6311 IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR REPRESENTATIVES. AUTHORI ED REPRESENTATIVE ACORD 25(2001/08)1 of 3 #S183774/M154562 PGOSA © ACORD CORPORATION 1988 n r DESCRIPTIONS (Continued from Page 1) Project: Signage and Wind Cone Improvements at Alliance Airport for the City of Fort Worth,Texas. FAA Grant Number(AIP No.): 3-48-0296-28-2005. File Number: M-223. D.O.E. Number:4710. City of Fort Worth is additional insured with respect to general liability for this project. AMS 25.3(2001108) 3 of 3 #S1837741M154562 IMPORTANT If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer,and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. 1 r r 1 r ACORD 25-S(2001/08) 2 of 3 #S183774IM154562 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 20th day of September A.D., 2005, 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 11`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: That for and in consideration of the payments and agreements hereinafter mentioned to be made a, 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: ALLIANCE AIRPORT SIGNAGE AND WIND CONE IMPROVEMENTS 2. That the work herein contemplated shall consist of fumishing 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. 3. 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. 4. 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 75 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. 5. 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 iniury, 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 V' 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, rservants 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 t 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 Twenty-six Thousand Nine Hundred Sixty and no/100..........................Dollars, ($126,960.00). 9. I� 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. 11. 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 20th day of September,A.D., 2005. RECOMMENDED: CITY OF FORT WORTH BY: lA(,IC.a, - DIRECTOR, DEPARTMENT OF CITY MANAGER ENGINEERING APPROVED: qMarc Ot)Ass tant City Manager TRANSPORTATION/PUBLIC WORKS DIRECTOR ATTEST: B-C COMPANY,INC. PO BOX 136729 FORT WORTH, TX 76136 CONTRACTOR CITY SECRETARY (SEAL) 1 C'cL-( BY: ^ Contract Authorization l JCaL 07 J>?L � , z cc � V C c- -irg.�•A'eOA Dale TITLE APPROVED AS TO FORM AND ,.. U. 13ok �� 12Q �yr �c�rlC '1idl3t• LEGALITY: ADDRESS ASS . CITY O EY November 1960 - Revised May 1986 Revised September 1992 �, _ :YJ r 1 1 ' PART I - SPECIAL PROVISIONS 1 I r r 0 PART SPECIAL PROVISIONS 1. General Scope. It is the intent that the work included in the contract shall include removal and replacement of airfield signage and wind cones, and related work, at the Airport. 2. Amount of Liquidated Damages. The amount of liquidated damages determined in accordance with Section 80-08 "Failure to Complete On Time" shall be $750.00 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 one year 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 after the 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 shall 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 M. FTW Front Ends 1-1 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 Fort 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 other work. 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 shall 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. Water for 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 will be suspended between September 16, 2005 to September 26, 2005 due to the Annual Air Show. Contractor to clean and secure site, fill all ruts, grade site smooth and clean up all debris prior to leaving construction site to the satisfaction of the owner and owner's authorized representative. c. Work will be suspended between November 1, 2005 to November 8, 2005 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. FTW Front Ends 1-2 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. 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 Required. 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, nor shall the Contractor allow any subcontractor to 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 nm 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 - 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 FTW Front Ends 1-3 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: 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 - $1,000,000 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 Property Damage (1) Annual Aggregate - $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 FTW Front Ends 1-4 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. 13. Award of Bids.The Owner may reject any or all bids. The Project will be awarded solely at the Owner's discretion based on the total bid for Base Bid or Based Bid plus the Add Alternate. 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(5) 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. MR 17. The General Provisions are hereby replaced or amended as follows by General Provision paragraph designated: 10-27 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. 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- responsiveo 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. FTW Front Ends 1-5 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 bidder on the Base Bid or Base Bid plus the Add Alternate. 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 WORTH in determining the successful bidder. This statement, if required, is to be prepared by an independent Public Accountant holding a valid permit issued by an appropriate State Licensing Agency. 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 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. FTW Front Ends 1-6 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 one (1) year from the date of final acceptance of this project by the City Council of the City of Fort Worth and will be required to replace at his expense any part or all of the project which becomes defective due to these causes. 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. 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. MW 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. FTW Front Ends 1-7 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; all materials, supplies, trucks, equipment rental for such time as actually used on such work only, plus all power, fuel, lubricants,water and similar operating expenses; and a ratable portion of premiums on performance and payment bonds, public liability,Workers Compensation and all other insurance required by law or by ordinance. The Director of the Department of Engineering will direct the form in which the accounts of actual field cost will be kept and will recommend in writing the method of doing the work and the type and kind of equipment to be used, but such work will be performed by the Contractor as an independent Contractor and not as an agent or employee of the City. The 15 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 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: FTW Front Ends 1-8 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 Dor equal❑ or Dor 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 proposed 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 ❑Substitutions❑ shall be applicable to all sections of these specifications. 70-01 Laws to be Observed: The following paragraphs shall be added to this section: 4 During the construction of this project, the Contractor shall comply with present zoning requirements of the City of Fort Worth in the use of vacant property for Pm storage purposes. EMPLOYMENT:All bidders will be required to comply with City Ordinance No.7278 as amended by City Ordinance No. 7400 (Fort Worth City Code Section 13-A-21 through 13-A-29) prohibiting discrimination in employment practices. WAGE RATES: All bidders will be required to comply with provision 5159a of *M "Vernons Annotated Civil Statutes"of the State of Texas with respect to the payment of prevailing wage rates as established by the City of Fort Worth, Texas and set forth in Contract Documents for this project. 40 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","IB",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 FortWorth's Flood *� Plain Administrator("Administrator"),of the location of all sites where the contractor FTW Front Ends 1-9 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. 10056). 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 plain. 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 1-10 For planning purposes,the following shall be considered average work days lost per month due to weather conditions: LOST MONTH TIME IN WORK DAYS January 5 . February 4 March 5 April 6 May 6 June 4 July 4 August 4 September 5 October 4 T 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. r� FTW Front Ends 1-11 PART II -WAGE, LABOR, EEO AND SAFETY REQUIREMENTS PART II WAGE, LABOR, EEO AND SAFETY REQUIREMENTS SECTION A Federal Aviation Administration (FAA) Requirements A-1 Airport and Airway Improvement Program Proiect. 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 Regulations (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 a purpose for which Federal assistance is extended or for another purpose involving the provision of similar services or �^ benefits or (b) the period during which the airport sponsor or any transferee retains ownership or possession of the property. In the case of Contractors,this provision binds the 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 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 18). 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 Contractor which are directly pertinent to the specific contract for the purposes of making an audit, examination, excerpts, and transcriptions. The Contractor shall maintain all required records for three years after the 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. FTW_Front_Ends 11-2 SECTION B (Davis-Bacon Act Requirements - 29 CFR Part 5) B-1 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 Part 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 determinations) 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)(i)). 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 determinations) (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 determination(s)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 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)(i)). (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 contract from 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)(iii)). 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 laborer 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 Front Ends 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)). B-3 Payrolls and basic records. 1. 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.) 2. (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 152.59(a). "rhe 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.) FTW Front Ends II-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: i. 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; iii. 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 18 and Section 231 of Title 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 permit 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)(ii)). 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 II-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)(i)). 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 journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for 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 Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at 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 contractor will FTW Front Ends II-7 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 Ends II-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 general disputes 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 7. 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-11 Wage Rates In Effect for This Proiect U.S. Department of Labor (DOL) Wage Determination Number TX020045, 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 of Additional Classification and Rate form. The Contractor must complete Items 3 through 15 and submit the request to the Owner's representative prior to issuance of 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 II-9 Mw 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 REQUEST,IN QUADRUPLICATE TO THE CONTRACTING OFFICER. I. 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) 1.DATE OF AWARD S.DATE CONTRACT WORK STARTED DATE OPTION EXERCISED(IF APPLICABLE)(SCA ONLY) 10. 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,IT IS NECESSARY TO ESTABLISH THE FOLLOWING RATE(S)FOR THE INDICATED 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 b. WAGE RATE(S) c.FRINGE BENEFITS PAYMENTS RATIONALE FOR PROPOSED CLASSIFICATION(SCA ONLY) (Use reverse of attach additional schedules,if necessary) t� 14. SIGNATURE AND TITLE OF SUBCONTRACTOR REPRESENTATIVE(IF ANY) 15. SIGNATURE AND TITLE OF PRIME CONTRACTOR REPRESENTATIVE 16. SIGNATURE OF EMPLOYEE OR REPRESENTATIVE TITLE CHECK APPROPRIATE BOX- AGREE DISAGREE ON 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 OFFICER RECOMMENDS APPROVAL BY THE WAGE AND HOUR DIVISION, AVAILABLE INFORMATION AND AND RECOMMENDATIONS ARE ATTACHED. Na ❑ THE INTERESTED PARTIES CANNOT AGREE ON THIS PROPOSED CLASSIFICATION AND WAGE RATE. A DETERMINATION OF THE QUESTION BY THE WAGE AND HOUR DIVISION IS THEREFORE REQUESTED. AVAILABLE INFORMATION AND RECOMMENDATIONS ARE ATTACHED- W,IGNATURE OF CONTRACTING OFFICER OR REPRESENTATIVE TITLE AND COMMERCIAL TELEPHONE NO DATE SUBMITTED DEPARTMENT OF LABOR LOCAL REPRODUCTION•STANDARD FORM 1444(10-87) 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 Withholdinq 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. y 7M FTW Front Ends II-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 pursuant to 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 Contractor will 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 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 Washington, D.C. 20210 ?� FTW Front Ends 11-13 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 or federal 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. FTW_Front_Ends II-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(all 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 identification). F-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 under the plan in each trade in which it has employees. The overall good faith performance by other Contractors or subcontractors toward a goal in an approved plan does not excuse any efforts to achieve the plan goals and time tables. FTW_Front_Ends II-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 Contractor's 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: 1. Ensure and maintain a working environment free of harassment, intimidation and coercion at all sites and 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 carry 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 the 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 Fl1N Front Ends II-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. 5. 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. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed and disposition of the subject matter. 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 Ends 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 Contractor's 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)]. 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 anyone 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 II-18 7 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 out such 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 MW 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 in status, hours worked per week in the indicated trade, rate of pay and locations at which the work was performed. Records shall be maintained in an easily understandable and 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 application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). FT1N Front Ends II-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 for work 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 II-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 for failure to fulfill contract obligations, it is determined that the 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. e� FTW Front Ends 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 II-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. 4 FT'W Front Ends II-23 PART III -GENERAL PROVISIONS 1 1 GENERAL PROVISIONS SECTION 10 DEFINITION OF TERMS Whenever the following terms are used in these specifications, in the contract, in any documents or other instruments pertaining to construction where these specifications govern, the intent and meaning shall be interpreted as follows: 10-01 AASHTO. The American Association of State Highway and Transportation Officials, the ' successor association to AASHO. 10-02 ACCESS ROAD. The right-of-way, the roadway and all improvements constructed thereon ' connecting the airport to a public highway. 10-03 ADVERTISEMENT. A public announcement, as required by local law, inviting bids for work to be performed and materials to be furnished. 10-04 AIP. 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 or water which is used or intended to be used for the landing and takeoff of aircraft, and includes its buildings and facilities, if any. 10-07 ASTM. The American Society for Testing and Materials. P 10-08 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. Everyday shown on the calendar. 10-12 CHANGE ORDER. A written order to the Contractor covering changes in the plans, specifications, or proposal quantities and establishing the basis of payment and contract time adjustment, if any, for the work affected by such changes. The work, covered by a change order, shall be within the scope of the contract. h f FTW_Front_Ends 111-1 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. 10-15 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 work not provided for in the awarded contract as previously modified by change order or supplemental agreement, but which is found by the Engineer to be necessary to complete the work within the intended scope of the contract as previously modified. 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 furnished 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,"orwords 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. FTW Front Ends 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. 10-26 LIGHTING. A system of fixtures providing or controlling the light sources used on or near the airport or within the airport buildings. The field lighting includes all luminous signals, markers, floodlights, and illuminating devices used on or near the airport or to aid in the operation of aircraft landing at, taking off from, or taxiing on the airport surface. 10-27 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. 10-28 MATERIALS. Any substance specified for use in the construction of the contract work. 10-29 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. FTW Front Ends III-3 10-37 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. 10-38 RUNWAY. The area on the airport prepared for the landing and takeoff of aircraft. 10-39 SPECIFICATIONS. Apart of the contract containing the written directions and requirements for completing the contract work. Standards for specifying materials or testing which are cited in the contract specifications by reference shall have the same force and effect as if included in the contract physically. 10-40 STRUCTURES. Airport facilities such as bridges; culverts; catch basins, inlets, retaining walls, cribbing;storm and sanitary sewer lines;water lines; underdrains;electrical ducts, manholes, 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 SUBGRADE. 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 DAY. A working day shall be any day other than a legal holiday, Saturday, or Sunday on which the normal working forces of the Contractor may 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 OF SECTION 10 FTW Front Ends 1II-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 bidders 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. P 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 LL reasons: a. Failure to comply with any prequalification regulations of the owner, if such regulations are cited, or otherwise included, in the proposal as a requirement for bidding. b. Failure to pay, or satisfactorily settle, all bills due for labor and materials on former contracts in force(with the owner)at the time the owner issues the proposal to a prospective bidder. c. Contractor default under previous contracts with the owner. L d. Unsatisfactory work on previous contracts with the owner. rFTW_Front_Ends III-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. FTVV Front Ends I11-6 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,for which the bidder is not required to furnish a unit price. d. If the proposal contains unit prices that are obviously unbalanced. e. If the proposal is not accompanied by the proposal 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 OF PROPOSAL. Each proposal submitted shall be placed in a sealed envelope plainly marked with the project number, location of airport, and name and business address of the bidder on the outside. When sent by mail, preferably registered, the sealed proposal, marked as indicated above, should be enclosed in an additional envelope. No proposal will be considered unless received at the place specified in the advertisement before the time specified for opening all bids. Proposals received after the bid opening time shall be returned 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. FTW Front Ends III-7 END OF SECTION 20 FTW Front Ends III-8 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 OF 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 days of the date specified for publicly opening proposals, unless otherwise specified herein. Award of the contract shall be made by the owner to the lowest, qualified bidder whose proposal conforms to the cited requirements of the owner. 30-03 CANCELLATION OF AWARD. The 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 a 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 III-9 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 OF 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. 30-08 FAILURE TO EXECUTE CONTRACT. Failure of the successful bidder to execute the contract and furnish an acceptable surety bond or bonds within the 15 calendar day 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 III-10 SECTION 40 SCOPE OF WORK 40-01 INTENT 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 ownerand 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 OMITTED ITEMS. The Engineer may, in the owner's best interest, omit from the work any contract item, except major contract items. Major contract items may be ornitted 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 Ends III-11 When determined by the Engineer to be in the owner's best interest, he may order the Contractor to proceed with extra work by force account as provided in the subsection titled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of Section 90. Extra work that is necessary for acceptable completion of the project, but is not within the general scope 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 CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS in Section 70. With respect to his/her own operations and the operations of all his/her subcontractors, the Contractor shall provide marking, lighting, and other acceptable means of identifying: personnel; equipment; vehicles; storage areas; and any work area or condition that may be hazardous to the operation of aircraft, fire-rescue equipment, or maintenance vehicles at the airport. When the contract requires the maintenance of vehicular traffic on an existing road, street, or highway during the Contractor's performance of work that is otherwise provided for in the contract, plans, and specifications, the Contractor shall keep such road, street, or highway open to all traffic and shall provide such maintenance as may be required to accommodate traffic. The Contractor shall furnish, erect, and maintain barricades, warning signs, flagmen, and other traffic control devices in reasonable conformity with the Manual of Uniform Traffic Control Devices for Streets and Highways (published by the United States Government Printing Office), unless otherwise specified herein. The Contractor shall also construct and maintain in a safe condition any temporary 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 III-12 structures shall not be measured or paid for directly, but shall be included in the various contract items. Should the Contractor encounter an existing structure(above or below ground)in the work for which ., the disposition is not indicated on the plans, the Engineer shall be notified prior to disturbing such structure. The disposition of existing structures so encountered shall be immediately determined by the Engineer in accordance with the provisions of the contract. Except as provided in the subsection titled RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK of this section, it is intended that all existing materials orstructures 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 Contractor wish to exercise option a., b., or c., he shall request the Engineer's approval in advance of such use. Should the Engineer approve the Contractor's request to exercise option a.,b.,or c.,the Contractor shall be paid for the excavation or removal of such material at the applicable contract price. The Contractor shall replace, at his/her own expense, such removed or excavated material with an agreed equal volume of material that is acceptable for use in constructing embankment,backfills,or otherwise to the extent that such replacement material is needed to complete the contract work. The Contractor shall not be charged for his/her use of such material so used in the work or removed from the site. 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. RP FT1N Front Ends III-13 40-08 FINAL CLEANING UP. Upon completion of the work and before acceptance and final payment will be made,the Contractor shall remove from the site all machinery,equipment, surplus and discarded materials, rubbish, temporary structures, and stumps or portions of trees. He shall cut all brush and woods within the limits indicated and shall leave the site in a neat and presentable condition. Material cleared from the site and deposited on adjacent property will not be considered as having been disposed of satisfactorily, unless the Contractor has obtained the written permission of such property owner. END OF SECTION 40 FTW Front Ends 111-14 SECTION 50 CONTROL OF WORK 50-01 AUTHORITY OF THE ENGINEER. The Engineer shall decide any and all questions which may arise as to the quality and acceptability of materials furnished, work performed, and as to the manner of performance and rate of progress 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 recommended 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 shall be covered by contract modifications (change order or supplemental agreement)as applicable. If the Engineer finds the materials furnished, work performed, or the finished product are not in reasonably 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 Front Ends III-15 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 circulares; contract general provisions shall govern over plans, cited standards for materials or testing, and cited FAA advisory circulares; plans shall govern over cited standards for materials or testing and cited FAA advisory circulares. 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 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 rightto contractfor 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/her work so as not to interfere with or hinder the progress of completion of the work being performed by other Contractors. Contractors working on 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. 50-06 CONSTRUCTION LAYOUT AND STAKES. The Engineer shall establish horizontal and vertical control only. The Contractor must establish all layout required for the construction of the work. Such stakes and markings as the Engineer may set for either his/her own or the 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 Front Ends III-16 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 3 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,or waive any provision of the contract. Inspectors are not authorized to issue instructions contrary to the plans and specifications or to act as foreman for the Contractor. Inspectors employed by the owner are authorized to notify the Contractor or his/her 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 may be directed. After examination,the Contractor shall restore said portions of the work to the standard required by the specifications. Should the work thus exposed or examined prove acceptable, the uncovering, or removing, and the replacing of the covering or making good 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 party to the contract,and shall in no way 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, FT1N Front Ends III-17 shall be removed immediately and replaced in an acceptable manner in accordance with the provisions of the subsection titled CONTRACTOR'S RESPONSIBILITY FOR WORK of Section 70. Work done contrary to the instructions of the Engineer,work done beyond the lines shown on the plans or as given, except as herein specified, or any extra work done without authority, will be considered as unauthorized and will not be paid for under the provisions of the contract. Work so done 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 DURING CONSTRUCTION. The Contractor shall maintain the work during construction and until the work is accepted. This maintenance shall constitute continuous and effective work prosecuted day by day, with adequate equipment and forces so that the work is maintained in satisfactory condition at all times. In the case of a contract for the 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 TO MAINTAIN THE WORK. Should the Contractor at any time fail to maintain the work as provided in the subsection titled MAINTENANCE DURING CONSTRUCTION of this section, the Engineer shall immediately notify the Contractor of such noncompliance. Such notification shall specify a reasonable time within which the Contractor shall be required to remedy such unsatisfactory maintenance condition. The time specified will give due consideration to the exigency that exists. Should the Contractor fail to respond to the Engineer's notification,the Engineer may suspend any work necessary for the owner to correct such unsatisfactory maintenance condition, depending on the exigency that exists. Any maintenance cost incurred by the owner, shall be deducted from monies due or to become due the Contractor. FTW Front Ends III-18 50-14 PARTIAL ACCEPTANCE. If at any time 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 Engineer finds 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. 50-15 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 his/her 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 COST 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 .P 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 III-19 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 Contractor to share in the owner's costs of investigating a cost reduction proposal submitted by the Contractor as a condition of considering such proposal. Where such a condition is imposed, the Contractor shall acknowledge acceptance of it in writing. Such acceptance shall constitute full 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 Ends III-20 w 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 • FTW Front Ends III-21 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 all cases, prior to delivery of such materials. At the Engineer's option, materials may be approved at the source of supply before delivery is 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) 150/5345-1,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 any time 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 III-22 — 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 furnish the manufacturer's certificate of compliance for each lot of such material or assembly delivered to the work. Such certificate of compliance shall clearly identify each lot delivered and shall certify as to: a. Conformance to the specified performance,testing,quality or dimensional requirements; and, b. Suitability of the material or assembly for the use intended in the contract work. Should the Contractor propose to furnish an "or equal" material or assembly, he shall furnish the manufacturer's certificates of compliance as hereinbefore described for the specified brand name material or assembly. However, the Engineer shall be the sole judge as to whether the proposed ,.or equal" is suitable for use in the work. The Engineer reserves the right to refuse permission for use of materials or assemblies on the basis of certificates of compliance. 60-04 PLANT INSPECTION. The Engineer or his/her authorized representative may inspect, at its source, any specified material or assembly to be used in the work. Manufacturing plants may be inspected from time to time for the purpose of determining compliance with specified manufacturing methods or materials to be used in the work and to obtain samples required for his/her acceptance 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. FTW Front Ends III-23 60-05 ENGINEER'S FIELD OFFICE AND LABORATORY. When specified and provided for as a contract item, the Contractor shall furnish a building for the exclusive use 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 STORAGE 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 Contractor shall 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 FTVV Front Ends III-24 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 PATENTED 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 Govemment 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 FT V Front Ends III-25 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 PUBLIC 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 piles, 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 Ends III-26 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 150/5370-2. 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. 70-09 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 mariner 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 property. 70-10 PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPE. The Contractor shall be responsible for the preservation of all public and private property, and shall protect carefully from disturbance or damage all land monuments and property markers until the Engineer has witnessed or otherwise referenced their location and shall not move them until directed. The Contractor shall be responsible for all damage or injury to property of any character, during the prosecution 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 FTW Front Ends III-27 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 may be considered necessary by the owner for such purpose may be 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 Owner's Supplemental Special Provisions and as shown on the plans: Work Item Days to Complete Work Upon corripletion 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. 70-14 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 III-28 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 non execution 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, seedings, and soddings 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 be shown on the plans or encountered in the work. Any inaccuracy or omission in such information shall not �- relieve the Contractor of his/her responsibility to protect such existing features from damage or unscheduled interruption of service. �. It is further 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 or facility 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 III-29 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 rights-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 owner. It is understood that in such matters they act solely as agents and representatives of the owner. 70-18 NO WAIVER OF LEGAL RIGHTS. Upon completion 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 Contractorshall complywith 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, FN1! Front Ends III-30 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. r 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 or supplemental agreement) as provided in the subsection titled EXTRA WORK of Section 40 and the subsection titled PAYMENT FOR EXTRA WORK AND FORCE ACCOUNT WORK of Section 90. If appropriate, the contract modification shall include an extension of contract time in accordance with the subsection titled DETERMINATION AND EXTENSION OF CONTRACT TIME of Section 80. END OF SECTION 70 FTW Front Ends III-31 SECTION 80 PROSECUTION AND PROGRESS 80-01 SUBLETTING OF 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 LIMITATION OF OPERATIONS. The Contractor shall control his/her operations and the operations of his/her subcontractors and all suppliers so as to provide for the free and unobstructed movement of aircraft in the AIR OPERATIONS AREAS of the airport. When the work requires the Contractor to conduct his/her operations within an AIR OPERATIONS AREA 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 III-32 the Contractor shall maintain constant communications as hereinafter specified; immediately obey all instructions to vacate the AIR OPERATIONS AREA; immediately obey all instructions to resume work in such AIR OPERATIONS AREA. Failure to maintain the specified communications or to obey instructions shall be cause for suspension of the Contractor's operations in the AIR OPERATIONS AREA until the satisfactory conditions are provided. 80-05 CHARACTER OF WORKERS, METHODS,AND EQUIPMENT. The Contractor shall,at all times, employ sufficient labor and equipment for prosecuting the work to full completion in the manner and time required by the contract, plans, and specifications. All workers shall have sufficient skill and experience to perform properly the work assigned to them. Workers engaged in special work or skilled work shall have sufficient experience in such work and in the operation of the equipment required to perform the work satisfactorily. 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 in the contract, he may request authority from the Engineer to do so. The request shall be in writing and shall include a full description of the methods and equipment proposed and of the reasons for desiring to make the change. If approval is given, it will be on the condition that the Contractor will be fully responsible for producing work in conformity with contract requirements. If, after trial use 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 under this 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 Contractor to carry out orders given or perform any or all provisions of the contract. In the event that the Contractor is ordered by the Engineer, in writing, to suspend work for some unforeseen cause not otherwise provided for in the contract and over which the Contractor has no control, the Contractor may be reimbursed for actual money expended on the work during the period of shutdown. No allowance 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 FTW Front Ends III-33 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 mariner 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 6 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 III-34 w e. The Contractor will be allowed 1 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 20. 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 numberof 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 contractwork 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 in accordance with the provisions 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 OF CONTRACT TIME of this Section) the sum specified in the contract and proposal as liquidated damages will be deducted from any money due or to become due the Contractor or his/her surety. Such deducted sums shall not be deducted as a penalty but shall be considered as liquidation of a reasonable portion of damages 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. "' FTW Front Ends III-35 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 i. For any other cause whatsoever, fails to carry on the work in an acceptable manner. Should the Engineer consider the Contractor in default of the contract for any reason hereinbefore, he shall immediately give written notice to the Contractor and the Contractors 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 III-36 AM 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 FTW—Front_Ends III-37 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 may be readily and accurately determined. All vehicles shall be loaded to at least their water level capacity, and all loads shall be leveled when the vehicles arrive at the point of delivery. When requested by the Contractor and approved by the Engineer in writing, material specified to be measured by the cubic yard may be weighed, and such weights will be converted to cubic yards for payment purposes. Factors for conversion from weight measurement to volume measurement will FTW Front Ends III-38 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 correct weight throughout the range of use. The Contractor shall have the scales checked under the observation of the inspector before beginning work and at such other times as requested. The intervals shall be uniform in spacing throughout the graduated or marked length of the beam or dial and shall not exceed one-tenth of 1 percent of the nominal rated capacity of the scale, but not less than 1 pound. The use of spring balances will not be permitted. FTW Front Ends III-39 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 a new 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 1 percent. In the event inspection reveals the scales have been"underweighing" (indicating less than correct weight), they shall be adjusted, and no additional payment to the Contractor will be allowed for materials previously weighed and recorded. All costs in connection with furnishing, installing, certifying, testing, and maintaining scales; for furnishing check weights and scale house; and for all other items specified in this subsection,for the weighing of materials for proportioning or payment, shall be included in the unit contract prices for the various items 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,subject to the provisions of the subsection titled NO WAIVER OF LEGAL RIGHTS of Section 70. When the"basis of payment'subsection of a technical specification requires that the contract price (price bid)include compensation for certain work or material essential to the item,this same work 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 III-40 90-04 PAYMENT FOR OMITTED ITEMS. As specified in the subsection titled OMITTED ITEMS of Section 40, the Engineer shall have the right to omit from the work (order nonperformance) any contract item, except major contract items, in the best interest of the owner. Should the Engineer omit or order nonperformance of a contract item or portion of such item from the work, the Contractor shall accept payment in full at the contract prices for any work actually completed and acceptable prior to the Engineer's order to omit or nonperform such contract item. Acceptable materials ordered by the Contractor or delivered on the work prior to the date of the Engineer's order will be paid for at the actual cost to the Contractor and shall thereupon become the property of the owner. In addition to the reimbursement hereinbefore provided, the Contractor shall be reimbursed for all actual costs incurred for the purpose of performing the omitted contract item prior to the date of the Engineer's order. Such additional costs incurred by the Contractor must be directly related to the deleted contract item and shall be supported by certified statements by the Contractor as to the nature 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. FTV Front Ends III-41 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, 5 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 5 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 of materials to be incorporated in the work, provided that such materials meet the requirements of the contract, plans, and specifications and are delivered to acceptable sites on 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 Ends III-42 b. The Contractor has furnished the Engineer with acceptable evidence of the quantity and quality of such stored or stockpiled materials. c. The Contractor has furnished the Engineer with satisfactory evidence that the material and transportation costs have been paid. d. The Contractor has furnished the owner legal title(free of liens or 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 itern in which the material is intended to be used. No partial payment will be made for stored or stockpiled living or perishable plant materials. The Contractor shall bear all costs associated with the partial payment of stored or stockpiled materials in accordance with the provisions of this subsection. 90-08 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 III-43 and the Engineer shall resolve all disputes (if any) in the measurement and computation of final quantities to be paid within 30 calendar days of the Contractor's receipt of the Engineer's final estimate. If, after such 30-day period, a dispute still exists, the Contractor may approve the Engineer's estimate under protest of the quantities in dispute, and such disputed quantities shall be considered by the owner as a claim in accordance with the subsection titled CLAIMS FOR ADJUSTMENT AND DISPUTES of Section 50. After the Contractor has approved, or approved under protest, the Engineer's final estimate, final payment will be processed based on the entire sum, or the undisputed sum in case of approval under protest, determined to be due the Contractor less all previous payments and all amounts to be deducted under the provisions of the contract. All prior partial estimates and payments shall be subject to correction in the final estimate and payment. 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 111-44 SECTION 100 CONTRACTOR QUALITY 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 Engineer that the specification requirements can be met. C. Allow the Contractor as much latitude as possible to develop his or her own standard of control. The Contractor shall be prepared to discuss and present,at the preconstruction conference, his/her understanding of the quality control requirements. The Contractor shall not begin any construction or production of materials to be incorporated into the completed work until the Quality Control Program has been reviewed by the Engineer. No partial payment will be made for materials subject to specific quality control 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 DESCRIPTION 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 Program. 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. '" FIVN Front Ends III-45 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 5 years of experience in airport and/or highway construction and shall have had prior quality control experience on a project of comparable size and scope as the contract. 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). FTW Front Ends 111-46 (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 Technologywith 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 necessaryfor the 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 irriplement 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 2 years of experience in their area of expertise. The quality control technicians shall report directly to the Program Administrator and shall perform the following functions: (1) Inspection of all materials, construction, plant,and equipment for conformance to the technical specifications, and as required by Section 100-06. (2) Performance of all 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,or other format, or as otherwise specified in the contract. As a rninimum, it shall provide information on the sequence of work activities, milestone dates, and activity duration. FTW Front Ends III-47 The Contractor shall maintain the work schedule and provide an update and analysis of the progress schedule on a twice monthly basis, or as otherwise specified in the contract. Submission of the work schedule shall not relieve the Contractor of overall responsibility for scheduling, sequencing, and coordinating all work to comply with the requirements of the contract. 100-5 SUBMITTALS 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 workmanship. All equipment utilized in placing, finishing,and compacting shall be inspected to ensure its proper operating condition and to ensure that all such operations are in conformance to the technical specifications and are within the plan dimensions, lines, grades, and tolerances specified. The Program shall document how these and other quality control functions will be accomplished and utilized. 100-7 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_Ends III-48 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 Contractor as 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 performed for both Contractor and subcontractor operations on a form acceptable to the Engineer. These technician's daily reports shall provide factual evidence that continuous quality control inspections have been performed and shall, as a minimum, include the ' following: (1) Technical specification item number and description; (2) Compliance with approved submittals; (3) Proper storage of materials and equipment; (4) Proper operation of all equipment; (5) Adherence to plans and technical specifications; (6) Review of quality control tests; and (7) Safety inspection. �. The daily inspection reports shall identify inspections conducted, results of inspections, location and nature of defects found, causes for rejection,and remedial or corrective actions taken or proposed. The daily inspection reports shall be signed by the responsible quality control technician and the Program Administrator. The Engineer shall be provided at least one copy of each daily inspection report on the work day following the day of record. b. Daily Test Reports. The Contractor shall be responsible for establishing a system which will record all quality control test results. Daily test reports shall document the following information: w FTW Front Ends III-49 (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: FTW Front Ends III-50 (1) Order the Contractor to replace ineffective or unqualified quality control personnel or subcontractors. (2) Order the Contractor to stop operations until appropriate corrective actions is taken. END OF SECTION 100 w a FTW Front Ends III-51 SECTION 110 METHOD OF ESTIMATING PERCENTAGE OF MATERIAL 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 PWL. 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 = (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: Sn = [(d12 + d22 + d32 + . . Ane)/ n-1]112 l Where: 1 "" 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 III-52 '- that is: d1 = (x1 -X), d2 = (xn -X) . . do = (xn -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 = (X - L) /Sn 1 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) / Sn and Qu = (U -X) / Sn Where: 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 1 Where: PL = percent within lower specification limit Pu = percent within upper specification limit FTW Front Ends III-53 EXAMPLE OF 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= (x1 + x2+x3+ . .xn)/n X= (96.60+ 97.55+99.30+ 98.35)/4 X= 97.95 percent density 3. Calculate the standard deviation for the lot. Sn = [((96.60-97.95)2+ (97.55- 97.95)2+ (99.30-97.95)2+ (98.35-97.95)2))/(4- 1)]" Sn = [(1.82+0.16 + 1.82+ 0.16)/3]'r' Sn= 1.15 4. Calculate the Lower Quality Index Qt for the lot. (L= 96.3) QL = (X-L)/Sn QL=(97.95-96.30)/ 1.15 QL= 1.4384 5. Determine PWL by entering Table 1 with QL= 1.44 and n =4. PWL=98 FTW Front Ends III-54 B. PWL 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)/n X= (5.00+3.74 +2.30 + 3.25)/4 " X=3.57 percent 3. Calculate the standard deviation Sn for the lot. Sn= [((3.57-5.00)2+ (3.57-3.74)2+ (3.57-2.30)2+(3.57-3.25)2)/(4 - 1)]" Sn = [(2.04+0.03+ 1.62 +0.10)!3]'n Sn= 1.12 4. Calculate the Lower Quality Index QL for the lot.(L=2.0) w QL=(X-L)Sn QL= (3.57-2.00)/1.12 QL= 1.3992 5. Determine PL by entering Table 1 with QL= 1.40 and n =4. PL=97 6. Calculate the Upper Quality Index Qu for the lot.(U= 5.0) Qu=(U-X)/Sn Qu= (5.00-3.57)/1.12 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 III-55 TABLE 1. TABLE FOR ESTIMATING PERCENT OF LOT WITHIN LIMITS (PWL) Percent Within Positive Values of Q A and Qu) Limits(PL and Pu) n=3 n=4 n=5 n=6 n=7 n=8 99 1.1541 1.4700 1.6714 1.8008 1.8888 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 1.4887 1.5181 1.5381 94 1.1342 1.3200 1.3946 1.4329 1.4561 1.4716 93 1.1269 1.2900 1.3508 1.3810 1.3991 1.4112 92 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 72 0.7360 0.6600 0.6316 0.6176 0.6095 0.6044 FTW Front Ends III-56 Percent Within Positive Values of Q A and Qu) Limits(PE and Pu) 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 0.3856 0.3793 0.3753 63 0.4586 0.3900 0.3679 0.3575 0.3515 0.3477 62 0.4251 0.3600 0.3392 0.3295 0.3239 0.3203 61 0.3911 0.3300 0.3107 0.3016 0.2964 0.2931 60 0.3568 0.3000 0.2822 0.2738 0.2691 0.2660 59 0.3222 0.2700 0.2537 0.2461 0.2418 0.2391 58 0.2872 0.2400 0.2254 0.2186 0.2147 0.2122 57 0.2519 0.2100 0.1971 0.1911 0.1877 0.1855 56 0.2164 0.1800 0.1688 0.1636 0.1607 0.1592 55 0.1806 0.1500 0.1408 0.1363 0.1338 0.1322 54 0.1447 0.1200 0.1125 0.1090 0.1070 0.1057 53 0.1087 0.0900 0.0843 0.0817 0.0802 0.0792 52 0.0725 0.0600 0.0562 0.0544 0.0534 0.0528 51 0.0363 0.0300 0.0281 0.0272 0.0267 0.0264 50 0.0 0.0 0.0 0.0 0.0 0.0 FTW Front Ends III-57 Percent Within Negative Values of Q (Q�and Qu) limits(PL and Pu) n=3 n=4 n=5 n=6 n=7 n=8 49 -0.0363 -0.0300 -0.0281 -0.0272 -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 -0.4255 -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 -0.5583 -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 E2122 -0.8897 -0.8400 -0.8160 -0.8036 -0.7962 -0.7915 -0.9124 -0.8700 -0.8478 -0.8360 -0.8291 -0.8245 FTW Front Ends III-58 ill Percent Within Negative Values of Q A and Qu) Limits(PL and Pc) 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 -0.9715 -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 -1.3461 -1.3554 7 -1.1269 -1.2900 -1.3508 -1.3810 -1.3991 -1.4112 6 -1.1342 -1,3200 -1.3946 -1.4329 -1.4561 -1.4716 5 -1.1405 -1.3500 -1.4407 -1.4887 -1.5181 -1.5381 4 -1.1456 -1.3800 -1.4897 -1.5497 -1.5871 -1.6127 3 -1.1496 -1.4100 -1.5427 -1.6181 -1.6661 -1.6993 2 -1.1524 -1.4400 -1.6016 -1.6982 -1.7612 -1.8053 1 -1.1541 -1.4700 -1.6714 -1.8008 -1.8888 -1.9520 END OF SECTION 110 FTW Front Ends III-59 PART IV-TECHNICAL SPECIFICATIONS Fort Worth Alliance Airport Miscellaneous Improvements and Rehabilitation Airfield Signage and Wind Cone Improvements INDEXF O TECHNICAL SPECIFICATIONS ' No. Description G-300 Construction Barricades Flags and Traffic Control P-101 Mobilization P-605 Joint Sealant Filler S-P-610 Special Provision to Item P-610, Structural Portland Cement Concrete P-610 Structural Portland Cement Concrete S-P-T-901 Special Provision to Item T-901, Seeding T-901 Seeding S-P-T-905 Special Provision to Item T-905, Topsoiling T-905 Topsoiling rL-100 General Provisions— Electrical L 107 Installation of Airport 8-Foot And 12-Foot Wind Cones L-108 Installation of Underground Cable for Airports '" L-110 Installation of Airport Underground Electrical Duct L 111 Airfield Electrical Installation Testing Ir L 125 Installation of Airport Lighting Systems L-849 Runway End Identification Lights (REIL) System L r FAA Grant No. 3-48-0296-28-2005 Ft_Worth Alliance Airport Contract Specifications Airfield Signage and Wind Cone Improvements ITEM G-300 CONSTRUCTION BARRICADES FLAGS AND TRAFFIC CONTROL DESCRIPTION 300-1.1 DESCRIPTION. This item shall govern the construction, placement, relocation and removal of barricades and flags. This item shall include all labor and materials necessary for furnishing, placement, relocation, maintenance, and removal of construction barricades and flags. Traffic control shall include but not be limited to, all AOA and non-AOA traffic control signage and temporary detour striping, flagpersons and temporary runway closure markings, and any additional traffic control devices that may be required by the construction manager to provide for the safety of the public. All barricades, flags and temporary pavement markings will be placed as indicated on the drawings. MATERIALS 300-2.1 BARRICADES. The barricades shall be constructed of the materials and in accordance to the detail "Barricades" as shown on the plans. The 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. 300-2.2 FLAGS. The flags shall be of the type, size and color as indicated on the plans. CONSTRUCTION METHODS 300-3.1 BARRICADES AND FLAGS. a. Placement of Barricades and Flags. Barricades and flags shall be placed on the concrete apron, asphalt shoulders and grass areas, as shown on the plans, to separate the active apron and taxiways from areas under construction. Placement of barricades and flags shall be compatible with the contract documents and shall be located to the extent determined by the Engineer. The barricades shall be secured by drilling holes in the concrete pavement and inserting #6 bars penetrating the barricade into the concrete pavement or asphalt shoulders in accordance to the detail shown in the plans. It shall be the Contractor's responsibility to secure the barricades and flags in the grassy area in a stable manner. The battery operated flashers located at each end of the 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. Barricades and flags shall be in place prior to commencing construction operations. If the Contractor fails to locate or maintain barricades, flags, 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 Construction Manager. b. Relocation of Barricades. Barricades shall be relocated to new areas as directed by the Engineer. c. Removal of Barricades and Flags. When the barricades and flags are removed for relocation or are removed from the site, the holes shall be filled with epoxy grout and finished flush with the existing pavement. The barricades and flags shall remain the property of the Contractor. � r FAA Grant No. 3-48-0296-28-2005 G-300-1 Ft.Worth Alliance Airport Contract Specifications Airfield Signage and Wind Cone Improvements METHOD OF MEASUREMENT 300-4.1 MEASUREMENT. a. The furnishing, installation and relocation of construction barricades, lighted cones and flags shall not be measured separately but shall be considered subsidiary to the Lump Sum bid item "Construction Barricades, Lighted Cones, Flags and Traffic Control Devices". BASIS OF PAYMENT 300-5.3 PAYMENT. No separate payment shall be made for barricades, lighted cones, flags, or other ,. traffic control devices. Payment for these items shall be made at the contract Lump Sum price bid for Construction Barricades, Lighted Cones, Flags and Traffic Control Devices. Such price shall be full compensation for furnishing all material, labor, tools, equipment and incidentals necessary to provide, install, relocate, maintain and remove all construction barricades, flags and traffic control devices. Payment will be made under: Item G-300 Construction Barricades, Lighted Cones, Flags and Traffic Control Devices, ---per lump sum. END OF ITEM FAA Grant No. 3-48-0296-28-2005 G-300-2 Ft.Worth Alliance Airport Contract Specifications Airfield Signage and Wind Cone Improvements ITEM P-101 MOBILIZATION 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 101-2.1 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 Mobilization--per lump sum END OF ITEM FAA Grant No. 3-48-0296-28-2005 P-101-1 Ft. Worth Alliance Airport Contract Specifications Airfield Signage and Wind Cone Improvements ITEM P-605 JOINT SEALING FILLER DESCRIPTION 605-5.1 This item shall consist of providing and installing a resilient and adhesive joint sealing filler capable of effectively sealing joints and cracks in structures. MATERIALS 605-2.1 JOINT SEALERS. Joint sealing materials shall meet the following requirements. a. Silicone Joint Sealants. The joint sealing materials shall be low modulus silicone rubber meeting the following requirements, as specified on the plans. Low Modulus Silicone Rubber Dow Corning 888 Silicone Joint Sealant,or Approved Equal Properties Limits Reference Appearance Smooth, Uniform, grey Visual paste Flow, inches 0.2 maximum MIL-S-8802 Extrusion Rate, grams/minute 90-250 MIL-S-8802 Tack Free Time, minutes 35-75 MIL-S-8802 Cure Time 7 days @ 750 -900 and 45-55% R.H. Specific Gravity 1.450- 1.515 Durometer, Shore A 15-25 ASTM D 2240 Modulus @ 150% 54 maximum ASTM D 412 Die C Elongation, % 1200 minimum ASTM D 412 Die C CONSTRUCTION METHODS 605-3.1 TIME OF APPLICATION. Joints shall be sealed as soon after completion of the curing period as feasible and before the pavement is opened to traffic, including construction equipment. The pavement temperature shall be above 40 F (4 C) at the time of installation of the preformed joint seal and above 50 F (10 C)for the installation of poured joint sealing material. 605-3.2 PREPARATION OF JOINTS. Immediately before sealing, the joints shall be thoroughly �. cleaned of all laitance, curing compound, and other foreign material. Cleaning shall be accomplished by sandblasting. Upon completion of cleaning, the joints shall be blown out with compressed air. The joint faces shall be surface dry when the seal is applied. FAA Grant No.3-48-0296-28-2005 P-605-1 Ft. Worth Alliance Airport Contract Specifications Airfield Signage and Wind Cone Improvements Prior to resealing joints, the existing joint material shall be removed to the depth as shown on the plans. If joint sealer other than that originally used is specified, all existing joint sealer shall be removed. The cleaning process shall include sandblasting of vertical sides of joint void. 605-3.3 INSTALLATION OF SEALANTS. Joints shall be inspected for proper width, depth, alignment, and preparation, and shall be approved by the Engineer before sealing is allowed. Sealants shall be installed in accordance with the following requirements: a. Cold Applied Sealants. Cold applied joint sealing compound shall be applied by means of pressure equipment that will force the sealing material to the bottom of the joint and completely fill the joint without spilling the material on the surface of the pavement. A backing material shall be placed as shown on the plans and shall be non-adhesive to the concrete or the sealant material. Sealant which does not bond to the concrete surface of the joint walls, contains voids, or fails to set to a tack-free condition will be rejected and replaced by the Contractor at no additional cost. Before sealing the joints, the Contractor shall demonstrate that the equipment and procedures for preparing, mixing, and placing the sealant will produce a satisfactory joint seal. This shall include the preparation of two small batches and the application of the resulting material. No joint sealer shall be installed until the cleaned joints have been inspected and approved by the Construction Manager. Sufficient joint sealer shall be placed into the joints so that upon completion of the work, the surface of the sealer in the joint shall be within 1/4 inch but below the level of the adjacent pavement surface, or at the elevation as directed by the Construction Manager. The Contractor shall "spot up" or refill all unsatisfactory joints before final acceptance. Any excess filler on the surface of the pavement shall be removed and the surface shall be left in a clean condition. All joint sealant shall be installed using machines and equipment specially designed for joint sealing work and operated by skilled personnel experienced in joint sealing operations. 605-3.4 EQUIPMENT. All equipment necessary for the proper construction of this work shall be on the project and in first-class working condition. The equipment shall be as recommended by the manufacturer of the filler and approved by the Construction Manager before construction is permitted to start. The equipment for cleaning joint openings shall consist of such plows, powered and hand brooms or wire brushes, air compressors, sand blasters, and, if necessary, joint cleaning and grooving machines as are necessary to produce a satisfactory clean and dry joint. Similar equipment shall be provided for cleaning joints previously sealed. Any sand blasting, shot blasting or similar equipment shall be equipped with a system for recovering blasting material and laitance removed by the blasting operation, which is acceptable to the Engineer. 605-3.5 WARRANTY. The Contractor must provide a manufacturer's written guarantee on all joint sealing materials. As such, the Contractor agrees to provide, free of charge to the owner, any replacement material required in case of failure. Further, the contractor shall provide a warranty on all sealed joints. As such, the Contractor agrees to provide, free of charge to the FAA Grant No.3-48-0296-28-2005 P-605-2 Ft.Worth Alliance Airport Contract Specifications Airfield Signage and Wind Cone Improvements Owner, all materials, equipment, and labor required to replace any joints which fail for any reason. Both warranties shall be for one (1) year after final acceptance of completed work. -rhe Contractor shall ensure a manufacturer's representative is present at the site of the work at the beginning of sealing operations to demonstrate the proper technique to the Contractor and the Engineer. METHOD OF MEASUREMENT 605-4.1 No direct measurement or payment will be made for the work to be done under this item, but all costs in connection therewith shall be considered subsidiary to the respective bid items. BASIS OF PAYMENT 605-5.1 No separate payment will be made for joint sealing filler. The cost of sealing will be included in the respective bid items. TESTING REQUIREMENTS ASTM D 412 Tests for Rubber Properties in Tension ASTM D 1644 Tests for Nonvolatile Content of Varnishes MATERIAL REQUIREMENTS ASTM D 1854 Jet-Fuel-Resistant Concrete Joint Sealer, Hot-Poured Elastic Type ASTM D 2628 Preformed Polychloroprene Elastomeric Joint Seals for Concrete Pavements ASTM D 3405 Joint Sealants, Hot-Poured, for Concrete and Asphalt Pavements ASTM D 3406 Joint Sealants, Hot-Poured, Elastomeric-Type, for Portland Cement Concrete Pavements ASTM D 3569 Joint Sealant, Hot-Poured, Elastomeric, Jet-Fuel-Resistant Type, for Portland Cement Concrete Pavements ASTM D 3581 Joint Sealant, Hot-Poured, Jet-Fuel-Resistant Type, for Portland Cement Concrete and Tar-Concrete Pavements Fed. Spec. SS-S-200 Sealing Compounds, Two Component, Elastomeric, Polymer Type, Jet-Fuel Resistant, Cold Applied END OF ITEM FAA Grant No.3-48-0296-28-2005 P-605-3 Ft.Worth Alliance Airport Contract Specifications Airfield Signage and Wind Cone Improvements SPECIAL PROVISION TO ITEM P-610 STRUCTURAL PORTLAND CEMENT CONCRETE 1. Delete all references to "Engineer' and replace with "Owner" or "Owner's Authorized Representative." 2. Delete section 610-1.1 and substitute the following: 610-1.1 This item shall consist of reinforced structural Portland cement concrete associated with concrete structures prepared and constructed in accordance with these specifications, at the locations and of the form and dimensions shown on the plans. 3. Add the following paragraph to Section 610-2.1: Contractor shall submit concrete mix designs showing the proportions and compressive strength obtained in 7 days and 28 days. The mix design shall include copies of test reports, including test dates, and a complete list of materials including type, brand, source, and amount of; cement, fly ash, coarse aggregate, fine aggregate, water and admixtures. The mix design shall be submitted to the Owner's Representative at least 30 days prior to the start of operations. Production will not start until the mix design is approved in writing by the Owner's Representative. 4. Delete reference to ASTM 1752 and substitute with ASTM D 1752. 5. Add the following Section 610-2.11: 610-2.11 CEMENTITIOUS MATERIAL Fly Ash. Fly ash shall meet the chemical property requirements of Class F. Fly ash shall be used as a partial replacement for cement; the minimum cement content may be met by considering Portland Cement plus fly ash as the total cementitious material. 6. Delete Section 610-3.2 and add the following. 610-3.2 CONCRETE COMPOSITION. Unless otherwise noted on the Plans, the concrete shall develop a compressive strength of 3,000 psi in 28 days as determined by test cylinders made in accordance with ASTM C31 and tested in accordance with ASTM C39. The concrete shall contain not less than 470 pounds of cement per cubic yard. The concrete shall contain 5 percent of entrained air, plus or minus 1 percent, as determined by ASTM C231 and shall have a slump of not more than 4 inches as determined by ASTM C143. Fly Ash. Fly ash is to be used in the mix design. When fly ash is used as a partial replacement for cement, the minimum cement content may be met by considering Portland cement plus fly ash as the total cementitious material. The replacement rate shall be determined from laboratory trial mixes, but shall not exceed 25 percent by weight of the total cementitious material. FAA Grant No. 3-48-0296-28-2005 S-P-610-1 Ft.Worth Alliance Airport Contract Specifications Airfield Signage and Wind Cone Improvements Partial replacement of cement shall be at the rate of 1.25 pounds of fly ash for each 1.0 pound of cement replaced. 7. Delete Section 610-3.19 and substitute the following: 610-3.19 SEALING JOINTS. All joints which require sealing shall be thoroughly cleaned, and any excess mortar or concrete shall be cut out with proper tools. Joint sealing shall not be started until after curing and shall be done only when the concrete is completely dry. The cleaning and sealing shall be carefully done with proper equipment and in a manner to obtain a neat looking joint free from excess sealing. 8. Add Section 610-3.20 as follows: 610-3.20 GROUT 1. Nonshrinking Grout. Premixed grout that is non-metallic, non-corrosive, and non-staining, containing specially selected silicon sands, cement, shrinkage compensating agents, plasticizing and water reducing agents. a. Conform to requirements of CRD-C621. b. Minimum 28-day compressive strength of 5,000 psi. c. Maintain grout temperature during placement between 70° F and 75°F per the requirements of CRD-C621. d. Prepare and place grout according to grout manufacturer's specifications. 2. Nonshrink Epoxy Grout. Five Star epoxy grout as manufactured by Five Star Products or equal. 9. Delete Section 610-4.1 and substitute the following: 610-4.1. No separate measurement shall be made for this work. 10. Delete Section 610-4.2 11. Delete Section 610-5.1 and substitute the following: 610-5.1. There will be no separate payment for work performed under this item. The cost for this item shall be included in the unit price for which it is a component. END OF SPECIAL PROVISION FAA Grant No. 3-48-0296-28-2005 S-P-610-2 Ft. Worth Alliance Airport Contract Specifications Airfield Signage and Wind Cone Improvements ITEM P-610 STRUCTURAL PORTLAND CEMENT CONCRETE DESCRIPTION 610-1.1 This item shall consist of reinforced structural Portland cement concrete, prepared and constructed in accordance with these specifications, at the locations and of the form and dimensions shown on the plans. MATERIALS 610-2.1 GENERAL. Only approved materials, conforming to the requirements of these specifications, shall be used in the work. They may be subjected to inspection and tests at any time during the progress of their preparation or use. The source of supply of each of the materials shall be approved by the Engineer before delivery or use is started. Representative preliminary samples of the materials shall be submitted by the Contractor, when required, for examination and test. Materials shall be scored and handled to insure the preservation of their quality and fitness for use and shall be located to facilitate prompt inspection. All equipment for handling and transporting materials and concrete must be clean before any material or concrete is placed therein. In no case shall the use of pit-run or naturally mixed aggregates be permitted. Naturally mixed aggregate shall be screened and washed, and all fine and coarse aggregates shall be stored separately and kept clean. The mixing of different kinds of aggregates from different sources in one storage pile or alternating batches of different aggregates will not be permitted. 610-2.2 COARSE AGGREGATE. The coarse aggregate for concrete shall meet the l requirements of ASTM C33. Coarse aggregate shall be well graded from coarse to fine and shall meet one of the gradations shown in Table 1, using ASTM C 36. 610-2.3 FINE AGGREGATE. The fine aggregate for concrete shall meet the requirements of ASTM C33. The fine aggregate shall be well graded from fine to coarse and shall meet the requirements of Table 2, when tested in accordance with ASTM C136: TABLE 1. GRADATION FOR COARSE AGGREGATE Percentage by Weight Passing Sieves Sieve Designation (square openings) 2" 1-1/2" 1" 3/4" 1/2" 3/8" No.4 No.4 to 3/4 in. 100 90-100 20-55 0-10 (4.75-19.0 mm) No. 4 to 1 in. 100 90-100 25-60 0-10 (4.75-25.0 mm) No. 4 to 1-1/2 in. 100 95-100 35-70 10-30 0-5 4.75-38.1 mm dw ^� FAA Grant No. 3-48-0296-28-2005 P-610-1 Ft.Worth Alliance Airport Contract Specifications Airfield Signage and Wind Cone Improvements TABLE 2. GRADATION FOR FINE AGGREGATE Sieve Designation (square openings) Percentage by Weight Passing Sieves 3/8 inch (9.5 mm) 100 No. 4 (4.75 mm) 95-100 No. 16 (1.18 mm) 45-80 No. 30 (0.60 mm) 25-55 No. 50 (0.30 mm) 10-30 No. 100 0.15 mm 2-10 Blending will be permitted, if necessary, in order to meet the gradation requirements for fine aggregate. Fine aggregate deficient in the percentage of material passing the No. 50 mesh sieve may be accepted, provided that such deficiency does not exceed 5% and is remedied by the addition of pozzolanic or cementitious materials other than Portland cement, as specified in 610-2.6 on admixtures, in sufficient quantity to produce the required workability as approved by the Engineer. 610-2.4 CEMENT. Cement shall conform to the requirements of ASTM C150 Type I. The Contractor shall furnish vendors' certified test reports for each carload, or equivalent, of cement shipped to the project. The report shall be delivered to the Engineer before permission to use the cement is granted. All such test reports shall be subject to verification by testing sample materials received for use on the project. 610-2.5 WATER. The water used in concrete shall be free from sewage, oil, acid, strong alkalies, vegetable matter, and clay and loam. If the water is of questionable quality, it shall be tested in accordance with AASHO T 26. 610-2.6 ADMIXTURES. The use of any material added to the concrete mix shall be approved by the Engineer. Before approval of any material, the Contractor shall be required to submit the results of complete physical and chemical analyses made by an acceptable testing laboratory. Subsequent tests shall be made of samples taken by the Engineer from the supply of the material being furnished or proposed for use on the work to determine whether the admixture is uniform in quality with that approved. Pozzolanic admixtures shall be fly ash or raw or calcined natural pozzolons meeting the requirements of ASTM C618. Air-entraining admixtures shall meet the requirements of ASTM C260. Air-entraining admixtures shall be added at the mixer in the amount necessary to produce the specified air content. Water-reducing, set-controlling admixtures shall meet the requirements of ASTM C494, Type A, water-reducing or Type D, water-reducing and retarding. Water-reducing admixtures shall be added at the mixer separately from air-entraining admixtures in accordance with the manufacturer's printed instructions. 610-2.7 PREMOLDED JOINT MATERIAL. Premolded joint material for expansion joints shall meet the requirements of ASTM 1752. FAA Grant No. 3-48-0296-28-2005 P-610-2 Ft.Worth Alliance Airport Contract Specifications Airfield Signage and Wind Cone Improvements 610-2.8 JOINT FILLER. The filler for joints shall meet the requirements of Item P-605, unless otherwise specified in the proposal. 610-2.9 STEEL REINFORCEMENT. Reinforcing shall consist of the following: Welded Steel Wire Fabric ASTM A185 Welded Deformed Steel Fabric ASTM A497 Deformed Steel Bar ASTM A615 Grade 60 610-2.10 COVER MATERIALS FOR CURING. Curing materials shall conform to one of the following specifications: Waterproof paper for curing concrete ASTM C171 Polyethylene Sheeting for Curing Concrete ASTM C171 Liquid Mernbrane-Forming Compounds ASTM C309, Type 2 for Curing Concrete CONSTRUCTION METHODS 610-3.1 GENERAL. The Contractor shall furnish all labor, materials, and services necessary for, and incidental to, the completion of all work as shown on the drawings and specified herein. All machinery and equipment owned or controlled by the Contractor, which he proposes to use on the work, shall be of sufficient size to meet the requirements of the work, and shall be such as to produce satisfactory work; all work shall be subject to the inspection and approval of the Engineer. 610-3.2 CONCRETE COMPOSITION. The concrete shall develop a compressive strength of 4,000 psi in 28 days as determined by test cylinders made in accordance with ASTM C 31 and tested in accordance with ASTM C39. The concrete shall contain not less than 470 pounds of cement per cubic yard (280 kg per cubic meter). The concrete shall contain 5 percent of entrained air, plus or minus 1 percent, as determined by ASTM C231 and shall have a slump of not more than 4 inches (10 cm) as determined by ASTM C143. 610-3.3 ACCEPTANCE SAMPLING AND TESTING. Concrete for each structure will be accepted on the basis of the compressive strength specified in paragraph 3.2. The concrete shall be sampled in accordance with ASTM C172. Compressive strength specimens shall be made in accordance with ASTM C31 and tested in accordance with ASTM C39. Concrete cylindrical test specimens shall be made in accordance with ASTM C31 and tested in accordance with ASTM C39. The Contractor shall cure and store the test specimens under such conditions as directed. The Engineer will make the actual tests on the specimens at no expense to the Contractor. 610-3.4 PROPORTIONING AND MEASURING DEVICES. When package cement is used, the quantity for each batch shall be equal to one or more whole sacks of cement. The aggregates shall be measured separately by weight. If aggregates are delivered to the mixer in batch trucks, the exact amount for each mixer charge shall be contained in each FAA Grant No. 3-48-0296-28-2005 P-610-3 Ft.Worth Alliance Airport Contract Specifications Airfield Signage and Wind Cone Improvements batch compartment. Weighingboxes or hoppers shall be approved by the Engineer and shall provide means of regulating the flow of aggregates into the batch box so that the required and exact weight of aggregates can be readily obtained. 610-3.5 CONSISTENCY. The consistency of the concrete shall be checked by the slump test specified in ASTM C143. 610-3.6 MIXING. Concrete may be mixed at the construction site, at a central point, or wholly or in part in truck mixers. The concrete shall be mixed and delivered in accordance with the requirements of ASTM C94. 610-3.7 MIXING CONDITIONS. The concrete shall be mixed only in quantities required for immediate use. Concrete shall not be mixed while the air temperature is below 40 OF (4 °C) without permission of the Engineer. If permission is granted for mixing under such conditions, aggregates or water, or both, shall be heated and the concrete shall be placed at a temperature not less than 50°F (10 °C) nor more than 100 IF (38 °C). The Contractor shall be held responsible for any defective work, resulting from freezing or injury in any manner during placing and curing, and shall replace such work at his/her expense. Retempering of concrete by adding water or any other material shall not be permitted. The delivery of concrete to the job shall be in such a manner that batches of concrete will be deposited at uninterrupted intervals. 610-3.8 FORMS. Concrete shall not be placed until all the forms and reinforcements have been inspected and approved by the Engineer. Forms shall be of suitable material and shall be of the type, size, shape, quality, and strength to build the structure as designed on the plans. The forms shall be true to line and grade and shall be mortar-tight and sufficiently rigid to prevent displacement and sagging between supports. The Contractor shall bear responsibility for their adequacy. The surfaces of forms shall be smooth and free from irregularities, dents, sags, and holes. The internal ties shall be arranged so that, when the forms are removed, no metal will show in the concrete surface or discolor the surface when exposed to weathering. All forms shall be wetted with water or with a nonstaining mineral oil which shall be applied shortly before the concrete is placed. Forms shall be constructed so that they can be removed without injuring the concrete or concrete surface. The forms shall not be removed before the expiration of at least 30 hours from vertical faces, walls, slender columns, and similar structures; forms supported by falsework under slabs, beams, girders, arches, and similar construction shall not be removed until tests indicate that at least 60% of the design strength of the concrete has developed. 610-3.9 PLACING REINFORCEMENT. All reinforcement shall be accurately placed, as shown on the plans, and shall be firmly held in position during concreting. Bars shall be fastened together at intersections. The reinforcement shall be supported by approved metal chairs. Shop drawings, lists, and bending details shall be supplied by the Contractor when required. 610-3.10 EMBEDDED ITEMS. Before placing concrete, any items that are to be embedded shall be firmly and securely fastened in place as indicated. All such items shall be clean and free from coating, rust, scale, oil, or any foreign matter. The embedding of FAA Grant No. 3-48-0296-28-2005 P-610-4 Ft.Worth Alliance Airport Contract Specifications Airfield Signage and Wind Cone Improvements wood shall be avoided. The concrete shall be spaded and consolidated around and against embedded items. 610-3.11 PLACING CONCRETE. All concrete shall be placed during daylight, unless otherwise approved. The concrete shall not be placed until the depth and character of foundation, the adequacy of forms and falsework, and the placing of the steel reinforcing have been approved. Concrete shall be placed as soon as practical after mixing and in no case later than 1 hour after water has been added to the mix. The method and manner of placing shall be such to avoid segregation and displacement of the reinforcement. Troughs, pipes, and chutes shall be used as an aid in placing concrete when necessary. Dropping the concrete a distance of more than 5 feet (1.5 m), or depositing a large quantity at one point, will not be permitted. Concrete shall be placed upon clean, darnp surfaces, free from running water, or upon properly consolidated soil. The concrete shall be compacted with suitable mechanical vibrators operating within the concrete. When necessary, vibrating shall be supplemented by hand spading with suitable tools to assure proper and adequate compaction. Vibrators shall be manipulated so as to work the concrete thoroughly around the reinforcement and embedded fixtures and into corners and angles of the forms. The vibration at any joint shall be of sufficient duration to accomplish compaction but shall not be prolonged to the point where segregation occurs. Concrete deposited under water shall be carefully placed in a compact mass in its final position by means of a tremie, a closed bottom dump bucket, or other approved method and shall not be disturbed after being deposited. 610-3.12 CONSTRUCTION JOINTS. When the placing of concrete is suspended, necessary provisions shall be made for joining future work before the placed concrete takes its initial set. For the proper bonding of old and new concrete, such provisions shall be made for grooves, steps, keys, dovetails, reinforcing bars or other devices as may be prescribed. The work shall be arranged so that a section begun on any day shall be finished during daylight of the same day. Before depositing new concrete on or against concrete which has hardened, the surface of the hardened concrete shall be cleaned by a heavy steel broom, roughened slightly, wetted, and covered with a neat coating of cement paste or grout. 610-3.13 EXPANSION JOINTS. Expansion joints shall be constructed at such points and of such dimensions as may be indicated on the drawings. The premolded filler shall be cut to the same shape as that of the surfaces being joined. The filler shall be 'fixed firmly against the surface of the concrete already in place in such manner that it will not be displaced when concrete is deposited against it. 610-3.14 DEFECTIVE WORK. Any defective work disclosed after the forms have been removed shall be immediately removed and replaced. If any dimensions are deficient, or if the surface of the concrete is bulged, uneven, or shows honeycomb, which in the opinion of the Engineer cannot be repaired satisfactorily, the entire section shall be removed and replaced at the expense of the Contractor. 610-3.15 SURFACE FINISH. All exposed concrete surfaces shall be true, smooth, free from open or rough spaces, depressions, or projections. The concrete in horizontal plane surfaces shall be brought flush with the finished top surface at the proper elevation and shall be struck-off with a straightedge and floated. Mortar finishing shall not be permitted, nor FAA Grant No. 3-48-0296-28-2005 P-610-5 Ft.Worth Alliance Airport Contract Specifications Airfield Signage and Wind Cone Improvements shall dry cement or sand-cement mortar be spread over the concrete during the finishing of horizontal plane surfaces. When directed, the surface finish of exposed concrete shall be a rubbed finish. If forms can be removed while the concrete is still green, the surface shall be pointed and wetted and then rubbed with a wooden float until all irregularities are removed. If the concrete has hardened before being rubbed, a carborundum stone shall be used to finish the surface. When approved, the finishing can be done with a rubbing machine. 610-3.16 CURING AND PROTECTION. All concrete shall be properly cured and protected by the Contractor. The work shall be protected from the elements, flowing water, and from defacement of any nature during the building operations. The concrete shall be cured as soon as it has sufficiently hardened by covering with an approved material. Water-absorptive coverings shall be thoroughly saturated when placed and kept saturated for a period of at least 3 days. All curing mats or blankets shall be sufficiently weighted or tied down to keep the concrete surface covered and to prevent the surface from being exposed to currents of air. Where wooden forms are used, they shall be kept wet at all times until removed to prevent the opening of joints and drying out of the concrete. Traffic shall not be allowed on concrete surfaces for 7 days after the concrete has been placed. 610-3.17 DRAINS OR DUCTS. Drainage pipes, conduits, and ducts that are to be encased in concrete shall be installed by the Contractor before the concrete is placed. The pipe shall be held rigidly so that it will not be displaced or moved during the placing of the concrete. 610-3.18 COLD WEATHER PROTECTION. When concrete is placed at temperatures below 40° F (4° C), the Contractor shall provide satisfactory methods and means to protect the mix from injury by freezing. The aggregates, or water, or both, shall be heated in order to place the concrete at temperatures between 50° and 100° F (10° and 38° C). Calcium chloride may be incorporated in the mixing water when directed by the Engineer. Not more than 2 pounds (908 grams) of Type 1 nor more than 1.6 pounds (726 grams) of Type 2 shall be added per bag of cement. After the concrete has been placed, the Contractor shall provide sufficient protection such as cover, canvas, framework, heating apparatus, etc., to enclose and protect the structure and maintain the temperature of the mix at not less than 50° F (10° C) until at least 60% of the designed strength has been attained. 610-3.19 FILLING JOINTS. All joints which require filling shall be thoroughly cleaned, and any excess mortar or concrete shall be cut out with proper tools. Joint filling shall not be started until after final curing and shall be done only when the concrete is completely dry. The cleaning and filling shall be carefully done with proper equipment and in a manner to obtain a neat looking joint free from excess filler. METHOD OF MEASUREMENT 610-4.1 Portland cement concrete shall be measured by the number of cubic yards (cubic meters) of concrete complete in place and accepted. In computing the yardage of concrete for payment, the dimensions used shall be those shown on the plans or ordered by the Engineer. No measurements or other allowances shall be made for forms, falsework, cofferdams, pumping, bracing, expansion joints, or finishing of the concrete. No deductions in yardage shall be made for the volumes of reinforcing steel or embedded items. FAA Grant No. 3-48-0296-28-2005 P-610-6 Ft.Worth Alliance Airport Contract Specifications Airfield Signage and Wind Cone Improvements 610-4.2 Reinforcing steel shall be measured by the calculated theoretical number of pounds (kg) placed, as shown on the plans, complete in place and accepted. The unit weight used for deformed bars shall be the weight of plain square or round bars of equal nominal size. If so indicated on the plans, the poundage to be paid for shall include the weight of metal pipes and drains, metal conduits and ducts, or similar materials indicated and included. BASIS OF PAYMENT 610-5.1 Payment shall be made at the contract unit price per cubic yard (cubic meter) for structural portland cement concrete and per pound (kg) for reinforcing steel. These prices shall be full compensation for furnishing all materials and for all preparation, delivering and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item P-610-5.1 Structural Portland Cement Concrete--per cubic yard (cubic meter) Item P-610-5.2 Steel Reinforcement--per pound (kg) TESTING REQUIREMENTS ASTM C31 Making and Curing Test Specimens in the Field ASTM C39 Compressive Strength of Cylindrical Concrete Specimens ASTM C136 Sieve or Screen Analysis of Fine and Coarse Aggregate ASTM C138 Unit Weight, Yield, and Air Content of Concrete ASTM C143 Slump of Portland Cement Concrete ASTM C231 Air Content of Freshly Mixed Concrete by the Pressure Method MATERIAL REQUIREMENTS ASTM A84 Specification for Fabricated Deformed Steel Bar Mats for Concrete Reinforcement ASTIVI A185 Welded Steel Wire Fabric for Concrete Reinforcement ASTM A497 Specification for Welded Deformed Steel Wire Fabric for Concrete Pavement ASTM A615 Deformed and Plain Billet-Steel Bars for Concrete Reinforcement ASTM C33 Concrete Aggregates FAA Grant No. 3-48-0296-28-2005 P-610-7 Ft.Worth Alliance Airport Contract Specifications Airfield Signage and Wind Cone Improvements ASTM C94 Ready-Mixed Concrete ASTM C150 Portland Cement ASTM C171 Sheet Materials for Curing Concrete ASTM C172 Sampling Freshly Mixed Concrete ASTM C260 Air-Entraining Admixtures for Concrete ASTM C309 Liquid Membrane-Forming Compounds for Curing Concrete ASTM C595 Blended Hydraulic Cements ASTM C618 Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Portland Cement Concrete ASTM D1751 Specification for Preformed Expansion Joint Fillers for Concrete Paving and Structural Construction ASTM D1752 Specification for Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction END OF ITEM FAA Grant No_ 3-48-0296-28-2005 P-610-8 Ft.Worth Alliance Airport Contract Specifications Airfield Signage and Wind Cone Improvements 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 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 Ib./ac Buffalograss Buchloe dactylodes 13.5 Ib./ac Sideoates grama Bouteloua curtipendula 6.0 Ib./ac *Oats Avena sativa 8.0 Ib./ac *Winter Wheat Tricticum aestivum 12.0 /b./ac Warm Season Mix (March 16-September 14) Little Blestem Schizachysium scoraium 4.5 /b./ac Buffalograss Buchloe dactylodes 13.5 Ib./ac Sideoats grama Bouteloua curtipendula 6.0 Ib./ac *Foxtail millet Setaria italica 15.0 Ib./ac 2. Delete Section 901-2.2 3. Delete Section 901-2.3 and substitute the following: 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 (CONN). 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 FAA Grant No. 3-48-0296-28-2005 S-P-T-901-1 Ft.Worth Alliance Airport Contract Specifications Airfield Signage and Wind Cone Improvements nutrients furnished and applied per acre shall equal or exceed that specified for each nutrient. Unless otherwise indicated, fertilizer shall be applied uniformly at the following rate: TYPE BROADCAST HYDRAULIC SEEDING SEEDING RATE 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 901-3.5 as follows: 901-3.5 MULCH. Mulching shall immediately 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 lbs. 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 Seeding, Mulching and Fertilizer— per acre. END OF SPECIAL PROVISION FAA Grant No. 3-48-0296-28-2005 S-P-T-901-2 Ft.Worth Alliance Airport Contract Specifications Airfield Signage and Wind Cone Improvements 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-crop 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 vendor 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. 901-2.2 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. O-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; FAA Grant No. 3-48-0296-28-2005 T-901-1 Ft.Worth Alliance Airport Contract Specifications Airfield Signage and Wind Cone Improvements 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 free 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 otherwise loosened to a depth not less than 5 inches (125 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. Following 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. FAA Grant No. 3-48-0296-28-2005 T-901-2 Ft.Worth Alliance Airport Contract Specifications Airfield Signage and Wind Cone Improvements 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 WET 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 5/8 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. FAA Grant No. 3-48-0296-28-2005 T-901-3 Ft.Worth Alliance Airport Contract Specifications Airfield Signage and Wind Cone Improvements 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 shall 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 rolling operations will be required after the soil has dried. 901-3.4 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 FAA Grant No. 3-48-0296-28-2005 T-901-4 Ft.Worth Alliance Airport Contract Specifications Airfield Signage and Wind Cone Improvements 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 meta METHOD OF MEASUREMENT 901-4.1 -rhe 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: Item 901-5.1 Seeding -- per acre MATERIAL REQUIREMENTS ASTM D977 Emulsified Asphalt Fed. Spec. JJJ-S-181 B Agricultural Seeds Fed. Spec. 0-F-241 D Commercial Mixed Fertilizer END OF ITEM MW FAA Grant No. 3-48-0296-28-2005 T-901-5 Ft.Worth Alliance Airport Contract Specifications Airfield Signage and Wind Cone Improvements SPECIAL PROVISION TO ITEM T-905 TOPSOILING 1. Delete all references to Engineer and substitute with "Owner" or "Owner's Authorized Representative". 2. Delete Section 905-1.1 and substitute the following: Section 905-1.1. This item shall consist of preparing the ground surface for topsoil application and placing and spreading the topsoil on prepared areas in accordance with this specification or as directed by the Owner's Representative. 3. Delete the first sentence in Section 905-2.1 and substitute the following: Topsoil shall be the surface layer with no admixture or refuse or any material toxic to plant growth, and shall be reasonably free from subsoil and stumps, roots, brush, stone (2-inches or more in diameter), clay lumps, or similar objects as determined by the Owner's Representative. 4. Delete Section 905-3.1 and substitute the following: 905-3.1 GENERAL. All areas that are disturbed due to grading but are not paved shall be topsoiled. Additionally, subsequent to its removal, the area for the stabilized construction exit shall be topsoiled. 5. Delete the last paragraph of Section 905-3.3 and substitute the following: Topsoil will be available on-site at the location(s) on Airport property designated by the Owner's Representative. 6. Delete the first paragraph of Section 905-3.4 and substitute the following: The topsoil shall be evenly spread on the prepared areas to a uniform depth of 4 inches after compaction, unless otherwise shown on the plans or stated in the special provisions. 7. Delete Section 905-4.1 and substitute the following: 905-4.1. Topsoil shall be measured by the number of cubic yard of topsoil at the four (4) inch depth in locations required by this specification or as directed by the Owner's Representative. 8. Delete Sections 905-5.1 and 905-5.2 and substitute the following: w 905-5.1. Payment will be made at the contract unit price per cubic yard for topsoiling at the required depth complete in place. This price shall be full compensation for furnishing all material, equipment, and labor for stripping, stockpiling, transporting FAA Grant No. 3-48-0296-28-2005 S-P-T-905-1 Ft.Worth Alliance Airport Contract Specifications Airfield Signage and Wind Cone Improvements from stockpile, preparation of surface, placing, spreading, and incidentals necessary to complete the item. Payment will be made under: Item T-905-5.1 Topsoiling (Obtained by Contractor On-Site or Removed from Stockpile or Borrow), complete — per cubic yard. END OF SPECIAL PROVISION FAA Grant No. 3-48-0296-28-2005 S-P-T-905-2 Ft.Worth Alliance Airport Contract Specifications Airfield Signage and Wind Cone Improvements ITEM T-905 TOPSOILING DESCRIPTION 905-1.1 This item shall consist of preparing the ground surface for topsoil application, removing topsoil from designated stockpiles or areas to be stripped on the site or from approved sources off the site, and placing and spreading the topsoil on prepared areas in accordance with this specification at the locations shown on the plans or as directed by the Engineer. MATERIALS 905-2.1 TOPSOIL. Topsoil shall be the surface layer of soil with no admixture of refuse or any material toxic to plant growth, and it shall be reasonably free from subsoil and stumps, roots, brush, stones (2 inches or more in diameter), clay lumps or similar objects. Brush and other vegetation which will not be incorporated with the soil during handling operations shall be cut and removed. Ordinary sods and herbaceous growth such as grass and weeds are not to be removed but shall be thoroughly broken up and intermixed with the soil during handling operations. The topsoil or soil mixture, unless otherwise specified or approved, shall have a pH range of approximately 5.5 pH to 7.6 pH, when tested in accordance with the methods of testing of the association of official agricultural chemists in effect on the date of invitation of bids. The organic content shall be not less than 3% nor more than 20% as determined by the wet-combustion method (chromic acid reduction). there shall be not less than 20% nor more than 80% of the material passing the 200 mesh (0.075 mm) sieve as determined by the wash test in accordance with ASTM C117. Natural topsoil may be amended by the Contractor with approved materials and methods to meet the above specifications. 905-2.2 INSPECTION AND TESTS. Within 10 days following acceptance of the bid, the Engineer shall be notified of the source of topsoil to be furnished by the Contractor. The topsoil shall be inspected to determine if the selected soil meets the requirements specified i and to determine the depth to which stripping will be permitted. At this time, the Contractor may be required to take representative soil samples from several locations within the area under consideration and to the proposed stripping depths, for testing purposes as specified in 905-2.1. CONSTRUCTION METHODS 905-3.1 GENERAL. Areas to be topsoiled shall be shown on the plans. If topsoil is available on the site, the location of the stockpiles or areas to be stripped of topsoil and the stripping depths shall be shown on the plans. Suitable equipment necessary for proper preparation and treatment of the ground surface, stripping of topsoil, and for the handling and placing of all required materials shall be on hand, in good condition, and approved by the Engineer before the various operations are started. 905-3.2 PREPARING THE GROUND SURFACE. Immediately prior to dumping and spreading the topsoil on any area, the surface shall be loosened by discs or spike-tooth harrows, or by other means approved by the Engineer, to a minimum depth of 2 inches (50 FAA Grant No. 3-48-0296-28-2005 T-905-1 Ft.Worth Alliance Airport Contract Specifications Airfield Signage and Wind Cone Improvements mm) to facilitate bonding of the topsoil to the covered subgrade soil. The surface of the area to be topsoiled shall be cleared of all stones larger than 2 inches (50 mm) in any diameter and all litter or other material which may be detrimental to proper bonding, the rise of capillary moisture, or the proper growth of the desired planting. Limited areas, as shown on the plans, which are too corripact to respond to these operations shall receive special scarification. Grades on the area to be topsoiled, which have been established by others as shown on the plans, shall be maintained in a true and even condition. Where grades have not been established, the areas shall be smooth-graded and the surface left at the prescribed grades in an even and properly compacted condition to prevent, insofar as practical, the formation of low places or pockets where water will stand. 905-3.3 OBTAINING TOPSOIL. Prior to the stripping of topsoil from designated areas, any vegetation, briars, stumps and large roots, rubbish or stones found on such areas, which may interfere with subsequent operations, shall be removed using methods approved by the Engineer. Heavy sod or other cover, which cannot be incorporated into the topsoil by discing or other means shall be removed. When suitable topsoil is available on the site, the Contractor shall remove this material from the designated areas and to the depth as directed by the Engineer. The topsoil shall be spread on areas already tilled and smooth-graded, or stockpiled in areas approved by the Engineer. Any topsoil stockpiled by the Contractor shall be rehandled and placed without additional compensation. Any topsoil that has been stockpiled on the site by others, and is required for topsoiling purposes, shall be removed and placed by the Contractor. The sites of all stockpiles and areas adjacent thereto which have been disturbed by the Contractor shall be graded if required and put into a condition acceptable for seeding. When suitable topsoil is secured off the airport site, the Contractor shall locate and obtain the supply, subject to the approval of the Engineer. The Contractor shall notify the Engineer sufficiently in advance of operations in order that necessary measurements and tests can be made. The Contractor shall remove the topsoil from approved areas and to the depth as directed. The topsoil shall be hauled to the site of the work and placed for spreading, or spread as required. Any topsoil hauled to the site of the work and stockpiled shall be rehandled and placed without additional compensation. 905-3.4 PLACING TOPSOIL. The topsoil shall be evenly spread on the prepared areas to a uniform depth of 2 inches (50 mm) after compaction, unless otherwise shown on the plans or stated in the special provisions. Spreading shall not be done when the ground or topsoil is frozen, excessively wet, or otherwise in a condition detrimental to the work. Spreading shall be carried on so that turfing operations can proceed with a minimum of soil preparation or tilling. After spreading, any large, stiff clods and hard lumps shall be broken with a pulverizer or by other effective means, and all stones or rocks (2 inches (50 mm) or more in diameter), roots, litter, or any foreign matter shall be raked up and disposed of by the Contractor. After spreading is completed, the topsoil shall be satisfactorily compacted by rolling with a cultipacker or by other means approved by the Engineer. The compacted topsoil surface shall conform to the required lines, grades, and cross sections. Any topsoil or other dirt falling upon pavements as a result of hauling or handling of topsoil shall be promptly removed. FAA Grant No. 3-48-0296-28-2005 T-905-2 Ft.Worth Alliance Airport Contract Specifications Airfield Signage and Wind Cone Improvements METHOD OF MEASUREMENT 905-4.1 Topsoil obtained on the site shall be measured by the number of cubic yards (cubic meters) of topsoil measured in its original position and stripped or excavated. Topsoil stockpiled by others and removed for topsoiling by the Contractor shall be measured by the number of cubic yards (cubic meters) of topsoil measured in the stockpile. Topsoil shall be measured by volume in cubic yards (cubic meters) computed by the method of end areas. 905-4.2 Topsoil obtained off the site shall be measured by the number of cubic yards (cubic meters) of topsoil measured in its original position and stripped or excavated. Topsoil shall be measured by volume in cubic yards (meters) computed by the method of end areas. BASIS OF PAYMENT 905-5.1 Payment will be made at the contract unit price per cubic yard (cubic meter) for topsoiling (obtained on the site). This price shall be full compensation for furnishing all materials and for all preparation, placing, and spreading of the materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. 905-5.2 Payment will be made at the contract unit price per cubic yard (cubic meter) for topsoiling (obtained off the site). This price shall be full compensation for furnishing all materials and for all preparation, placing, and spreading of the materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item T-905-5.1 Topsoiling (Obtained on Site or Removed from Stockpile--per cubic yard (cubic meter) Item T-905-5.2 Topsoiling (Furnished from Off the Site)--per cubic yard (cubic meter) END OF ITEM a sa FAA Grant No. 3-48-0296-28-2005 T-905-3 Fort Worth Alliance Airport Contract Specifications Airfield Signage and Wind Cone Improvements ITEM L-100 GENERAL PROVISIONS - ELECTRICAL DESCRIPTION 100-1.1 GENERAL. This item is intended to supplement the specifications for the airfield electrical, lighting, and lighting control 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 item is not specifically named or shown. It is the intent that junction cans, junction can plazas, light bases (transformer housings), handholes, pullboxes, and manholes shall be constructed to drain. It additionally is the intent that conduit and duct banks shall be constructed to drain where practicable. The Contractor is responsible for verifying the intended drainage capability of these systems. Installations and construction under these provisions shall be coordinated with the Engineer. The Contractor shall transmit to the Engineer all information required by the Contract Documents or requested by the Engineer to be submitted for review and approval. QUALITY ASSURANCE 100-2.1 APPLICABLE CODES AND STANDARDS. The following codes and standards shall be observed as noted below: a. Codes. All electrical work shall conform to the requirements and recommendations of the latest edition of the National Electrical Code and other codes referenced elsewhere in the specifications. 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 (AS-rM) 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) Building Industry Consulting Service International (BICSI) International Fire Code (IFC) 100-2.2 REQUIREMENTS OF REGULATORY AGENCIES. Airport lighting equipment and materials covered by FAA specifications shall have the prior approval of the Federal Aviation Administration, Airports Service, Washington, D.C. 20591, and shall be certified under the Airport Lighting Equipment Certification Program described in Advisory Circular(AC) 150/5345-53 and listed in Addendum No. 3 of the current edition. All Advisory Circulars referenced in these specifications shall be the current edition. All other equipment and materials, covered by other referenced specifications shall be subject to FAA Grant No. 3-48-0296-28-2005 L-100-1 Fort Worth Alliance Airport Contract Specifications Airfield Signage and Wind Cone Improvements acceptance through manufacturer's certification of compliance 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 their requirements and recommendations wherever applicable. 100-2.3 WORKMANSHIP AND PERSONNEL REQUIREMENTS. The following requirements shall be met: a. All electrical work shall be performed by workmen skilled in the electrical trade and licensed for the electrical work by the City of Fort Worth, 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 jurisdiction 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 supervision of a licensed Journeyman Electrician. d. To insure compliance with paragraph c. above, only a documented electrical work force with a ratio of a maximum of three apprentices 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 Engineer for approval. f. Each of the proposed electrical personnel shall attend a review/training session conducted by the Airport Maintenance Supervisor if requested. g. Every airfield lighting cable splicer shall be qualified in making cable splices and terminations on cables rated above 1,000 volts AC. The Contractor shall submit for approval of 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. h. At least thirty (30) days prior to performing any cable splicing/terminating, Contractor shall submit to the Engineer a written list of proposed cable splicing/terminating personnel, including written evidence that the proposed personnel have had a minimum of two (2) hours of technical training by 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 Engineer and by the Airport Maintenance Supervisor. i. 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. Sample connections shall be accomplished in accordance with the manufacturer's instructions and in the presence of the Engineer and/or the Airport Maintenance Supervisor. j. All equipment operators and other specialty personnel working on the job site in conjunction with the electrical installations shall each be experienced personnel in his/her line of work. 100-2.4 EQUIPMENT, MATERIAL, AND INSTALLATION REQUIREMENTS, The Contractor shall furnish and install all materials, equipment, accessories, connections and incidental items in accordance FAA Grant No. 3-48-0296-28-2005 L-100-2 Fort Worth Alliance Airport Contract Specifications Airfield Signage and Wind Cone Improvements with the approved recommendations of the manufacturer and the best practices of the trade to provide a complete installation ready for use and operational 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 had 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 shall be supported by a service organization reasonably convenient to the site, as determined by the Engineer. 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 resolution from the Engineer before proceeding with the work. Should the Contractor perform any work that does not comply with the written resolution from the Engineer, Contractor shall bear all costs arising in correcting deficiencies caused by this non-compliance. After review of equipment submittals, and instructions by the Engineer to proceed, equipment installations may require arrangements or connections 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 drawings and specifications. The Contractor shall be responsible for coordinating proper location of roughing in and connections by other trades. Changes associated with coordination requirements shall be made at no increase in the Contract amount 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. Uniform illumination levels for similar lighting systems throughout the airfield shall be installed. Contractor shall insure illumination levels for installed airfield edge or centerline lighting systems do not vary from illumination levels of similar airfield lighting systems because of a faulty installation of the system installed in this project. 100-2.5 SUBMITTALS. Checking of submittals by Engineer is done only 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. Submittal packages which do not contain the below indicated information will be rejected. a. Submit manufacturer's data or shop drawings of the following items giving full information concerning the dimensions, materials, and other information required to define compliance with the specifications. Other items to be submitted are listed in the specification sections. All sizes of RV L-824C Cable Isolation Transformers Counterpoise Wire Joint Sealers L-823 Connectors ' FAA Grant No. 3-48-0296-28-2005 L-100-3 Fort Worth Alliance Airport Contract Specifications Airfield Signage and Wind Cone Improvements Splice Kits Identification Tags Junction Boxes and Accessories Electrical Enclosures Handholes/Pullboxes and Accessories Ground Rods PVC Conduit Guidance Sign Foundation Galvanized Rigid Steel Conduit Airfield Lighting Fixtures Airfield Fixture Lamps Conduit and Cable Straps Fixture Installation and Location Airfield Guidance Sign Shop Drawings Conduit Stand-Off Clamp High Performance Grout Wire Pulling Lubricant Tape Lightning protection equipment 3/8-16 Stainless Steel Bolts b. When requested by the Engineer, Contractor shall submit samples of proposed substitutions of specified items for approval. Contractor shall also submit for approval equipment/installation diagrams 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. The submittal package shall be all-inclusive unless otherwise allowed by the Engineer to be separated into more than one package. Submittal package list shall 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) (P/N)- (Item Component#3) (W) etc . . . YY Where: (XX) = Bid Item Number (YY) = Reference Page Number in Submittal Package P/N = Manufacturer Part Number 100-2.6 INSPECTION AND TESTING. All work performed by the Contractor shall be subject to periodic inspections by the Engineer and the Owner to verify that the installation is in compliance with the applicable requirements of these specifications. System and component testing of airfield lighting shall be performed as specified in Item L-111. Test results shall be evaluated by the Engineer and the Airport Maintenance Supervisor based upon the criteria indicated. Any installation found which does not conform to the required technical provisions of these specifications or any specimen which does not meet the test criteria defined in Item L-111 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 criteria defined in Item L-111. FAA Grant No. 3-48-0296-28-2005 L-100-4 Fort Worth Alliance Airport Contract Specifications Airfield Signage and Wind Cone Improvements CONSTRUCI-ION PROVISIONS 100-3.1 GENERAL. To enhance personnel safety and avoid contractual problems, the Contractor shall comply with the following electrical work provisions when operating within the Airport Operations Area (AOA): a. Existing Underground Utilities. At least forty-eight (48) hours prior to beginning any excavation within the AOA, locations of all utility lines and FAA cables in the construction area will be identified and marked with surveyor flags by appropriate utility and FAA personnel, respectively. 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 Engineer any additional prior notification time required during weekend and/or holiday work periods. Also at least forty-eight (48) hours prior to beginning any excavation within the AOA, the Engineer will request the Airport Maintenance Supervisor to generally identify Airport circuits in proposed excavation areas. The Contractor shall coordinate with the Engineer 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 accurately locating underground lines to avoid unplanned disruptions or disturbing of installation or operation of underground lines in construction areas. Contractor shall use cable tracing equipment or other methods at its disposal that are approved by the Engineer in order to pinpoint line locations. Excavation shall not proceed until all underground lines have been identified to the satisfaction of the Engineer. Contractor shall hand excavate in areas 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. If Contractor is unable to obtain qualified personnel to perform repairs in a timely manner, the necessary repair work on the damaged underground lines may be performed by Airport electricians on a reimbursable basis only. Cost of any repairs or work performed by Airport electricians to correct damage caused by the Contractor shall be reimbursed to the Airport by the Contractor prior to the project substantial completion date. The Contractor shall coordinate reimbursement procedures with the Engineer. b. Lockout Procedure. Contractor shall adhere to requirements of the Airport's Lockout Procedure. 100-3.2 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 other Construction Documents, including, but not restricted to: Phasing Plans, Demolition Plans, and Wiring Schematics, Block Diagrams, and/or electrical Wire Notes and Sheet Notes. Contractor shall determine locations, sizes and quantities of temporary/bypass wiring and conduits required for project construction. At least 14 days prior to commencement of installation of temporary/bypass wiring, the Contractor shall submit a layout of proposed temporary/bypass conduits and circuits to the Engineer for review and approval, including proposed installation protection provisions. b. Equipment and Materials. Temporary/bypass wiring shall meet the requirements of Item L- 108, Installation of Underground Cable for Airports, and shall also conform to the Construction Plans. FAA Grant No. 3-48-0296-28-2005 L-100-5 Fort Worth Alliance Airport Contract Specifications Airfield Signage and Wind Cone Improvements Temporary/bypass wiring shall be identified at junction points with clear heat shrink or brass tags approved by the Engineer. Installation of temporary/bypass wiring shall include installation of counterpoise wiring, ground rods, and incidentals indicated in Item L-108, Installation of Underground 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 100-3.1 shall be applicable to temporary/bypass wiring installations. 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 in conduit and buried a minimum of two feet, to minimize accidental personnel or equipment contact with circuits. If burial is not practical, as determined by the Engineer, temporary/bypass cables shall be installed in galvanized rigid conduit unless otherwise specifically authorized by the Airport's Electrical Maintenance Supervisor. Conduit shall be protected from damage by vehicles with suitable fencing, barriers and/or adequately sized boards or timbers. The conduit shall be securely fastened to the pavement surface and not to the conduit protective barriers. The galvanized conduit shall also be electrically grounded. This may be accomplished by securely bonding to the nearest available ground rod or other structure. Temporary/bypass circuits that must cross active aircraft pavement may be installed in a pavement sawkerf if a detail for the sawkerf is shown on the plans for this purpose. Temporary/bypass circuits shall be removed immediately upon completion of construction or purpose for which the wiring was installed. Upon removal of boards or timbers fastened to the pavement surface to protect temporary/bypass circuits, the Contractor shall repair the pavement with materials and methods approved by the Engineer. 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 Engineer to abandon in place. All abandoned conduits thus authorized shall be indicated on the As-built/Record Drawings. Any temporary/bypass cable removed from initial installation shall not be re-used for any airport temporary or permanent high voltage installation. Cable re-use is not allowed to minimize the possibility of a damaged cable being re-installed on an active airport circuit. d. Temporary Lighting for Barricades. Temporary lighting for barricades shall be battery powered, unless otherwise shown on the plans. 100-3.3 EXISTING ELECTRICAL EQUIPMENT AND MATERIALS. The Contractor shall remove all existing wiring and electrical equipment made unnecessary by the new installation. All materials removed remain property of the Airport unless otherwise noted on the plans. The Contractor shall coil conductors and sort materials according to type, class and/or size, and store or dispose of materials as directed by the Engineer. Underground circuiting shall not be abandoned in place without approval of the Engineer. All abandoned cable thus authorized shall be noted on the As-Built/Record Drawings. 100-3.4 POWER SERVICE CONTINUITY. Contractor shall provide the labor, materials and supervision necessary to maintain full capacity power service continuity when connection or modifications are made to existing systems and facilities. Contractor shall not interrupt service without prior consent of the Engineer, and a definite understanding of time and duration of outage must be agreed upon. All outages will take place at a time for minimum disruption of facility activity. 100-3.5 AS-BUILT DRAWINGS. The Contractor shall maintain a set of as-built drawings on the job site. Contractor shall mark on the as-built drawings all work details, alterations installed to meet site conditions and changes made by Change Notices, including all abandoned conduit and cable left in place. As-built drawings shall be kept available for inspection by the Engineer at all times. Airfield wiring verification diagrams shall be maintained throughout the project and later submitted to the FAA Grant No. 3-48-0296-28-2005 L-100-6 Fort Worth Alliance Airport Contract Specifications Airfield Signage and Wind Cone Improvements Airport Electrical Maintenance Supervisor 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, pullbox, junction can, junction can plaza, sign, and lighting fixture for each new circuit or circuit revision. Ism METHOD OF MEASUREMENT AND BASIS OF PAYMENT 100-4.1 MEASUREMENT AND PAYMENT. All items covered in this section, including temporary wiring and temporary conduit, will not be measured or paid directly, but will be considered subsidiary to the bid items. Connector kits are considered incidental to the cable systems; no separate payment will be made unless specifically included in the proposal for the purpose of furnishing and installing connector kits for future isolation transformer/fixture installations. END OF ITEM L-100 FAA Grant No. 3-48-0296-28-2005 L-100-7 Fort Worth Alliance Airport Contract Specifications Airfield Signage and Wind Cone Improvements SPECIAL PROVISION TO ITEM L-107 INSTALLATION OF AIRPORT 8-FOOT AND 12-FOOT WIND CONES DESCRIPTION 107-1.1 This item shall consist of furnishing and installing airport wind cones, including demolition of existing wind cones and foundations,following these specifications and following the dimensions, design, and details shown in the plans. The work shall include the removal of existing primary and supplemental wind cones, the furnishing and installation of a support for mounting new wind cones, the specified wire, concrete foundations and mowing aprons. The item shall also include all cable connections, conduit and conduit fittings, the furnishing and installation of all lamps, ground rod and ground connection, the testing of the installation, and all incidentals necessary to place the wind cones in operation as completed units to the satisfaction of the Engineer. EQUIPMENT AND MATERIALS 107-2.1 GENERAL. A. Airport lighting equipment and materials covered by Federal Aviation Administration (FAA) specifications shall be certified under the Airport Lighting Equipment Certification Program described in Advisory Circular(AC) 150/5345-53 and listed in Addendum No. 3 of the current edition. 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. 107-2.2 WIND CONES. The 8-foot (240 cm) and 12-foot (3.5 m) wind cones and assemblies shall conform to the requirements of AC 150/5345-27, Specification for Wind Cone Assemblies,current edition. Each wind cone furnished and installed under this project shall be of the type and size shown on the drawings, and shall be supplied with an orange nylon windsock. 107-2.3 WIRE. Wire in conduit rated up to 5,000 volts shall conform to AC 150/5345-7, Specification for L-824 Underground Cable for Airport Lighting Circuits, of Commercial Item A-A-59544, Type L-824C. For ratings up to 600 volts, thermoplastic wire conforming to Commercial Item A-A-59544, Types TW, THW, and THW N, shall be used. The wires shall be of the type, size, number of conductors, and voltage shown in the plans. .� 107-2.4 CONDUIT. Rigid steel conduit and fittings shall conform to the requirements of Underwriters Laboratories Standards 6 and 514, and ANSI C80.1. Plastic conduit and fittings shall conform to the requirements of Underwriters Laboratories Standards UL-651 and UL-651A and shall be Type II —Schedule 40 PVC suitable for either above ground or underground use. 107-2.5 CONCRETE. The concrete for foundations and mowing aprons shall be proportioned, placed, and cured following Item P-610, Structural Portland Cement Concrete. 107-2.6 PAINT. Wind cones shall be painted by the manufacturer following the drawings and AC 150/5345-27D. The finish coat shall be aviation gloss orange. Any touchup of the paint shall match the ' manufacturer's paint type and color. FAA Grant No. 3-48-0296-28-2005 L-107-1 Fort Worth Alliance Airport Contract Specifications Airfield Signage and Wind Cone Improvements CONSTRUCTION METHODS 107-3.1 INSTALLATION. The L-807 wind cone shall be installed on a concrete foundation as shown on the plans, keeping the existing segmented circle intact, and the L-806 wind cones with frangible couplings shall be installed on concrete foundations with concrete mowing aprons as shown in the plans. 107-3.2 ELECTRICAL CONNECTION. The Contractor shall furnish all labor and materials and shall make complete electrical connections following the wiring notes furnished with the project plans or following the manufacturer's instructions. Underground cable and underground conduit or duct shall be installed following and paid for by linear foot measurement as described in Item L-108, Installation of Underground Cable for Airports, and Item L-110, Installation of Airport Underground Electrical Duct. 107-3.3 GROUND CONNECTION AND GROUND ROD. The Contractor shall furnish and install a ground rod and grounding cable for each wind cone as shown on the plans. The ground rod shall be of the type, diameter, and length specified in the plans. The ground rod shall be driven into the ground adjacent to the concrete foundation so that the top is at least 12 inches (300 mm) below grade. The grounding cable shall consist of No. 6 AWG bare solid copper wire and shall be firmly attached to the ground rod by means of exothermic weld. The resistance to ground shall not exceed 10 ohms. 107-3.4 CHAIN AND PADLOCK. Deleted. METHOD OF MEASUREMENT 107-4.1 The quantity to be paid for demolition of L-807 wind cone shall be the number demolished, including foundation, as accepted by the Airport. 1074.2 The quantity to be paid for demolition of supplemental wind cones shall be the number of wind cones demolished, including foundation to a depth of two feet below ground, complete with restoration of disturbed ground and turf to original condition, as accepted by the Airport. 1074.3 The quantity to be paid for installing a L-807 wind cone shall be the number of L-807 wind cones furnished and installed, including concrete foundation, as completed units in place, accepted, and ready for operation. 107-4.4 The quantity to be paid for installing supplemental wind cones shall be the number of supplemental wind cones furnished and installed, including concrete foundation and mow apron, as completed units in place, accepted, and ready for operation. BASIS OF PAYMENT 107-5.1 Payment will be made at the contract unit price bid for each wind cone removed and demolished and for each wind cone furnished and installed, complete, and accepted. These prices shall be full compensation for removal; demolition; construction of concrete foundations; site restoration; 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 to the provisions and intent of the plans and specifications. Payment will be made under: 107-01 Demolish Primary Wind Cone, Including Foundation, Complete—per each FAA Grant No. 3-48-0296-28-2005 L-107-2 Fort Worth Alliance Airport Contract Specifications Airfield Signage and Wind Cone Improvements qM 107-02 Demolish Supplemental Wind Cone, Including Foundation, Complete—per each 107-03 Furnish and Install L-807 Wind Cone, Including Foundation, Complete — per each 107-04 Furnish and Install Supplemental Wind Cone, Including Foundation and Mow Apron, Complete—per each MATERIAL REQUIREMENTS AC 150/5345-7 Specification for L-824 Underground Cable for Airport Lighting Circuits AC 150/5345-27 Specification for Wind Cone Assemblies CID A-A-3067 Paint, Oil: Titanium-Lead-Zinc and Oil, Exterior, Ready-mixed, White and Light Tints Fed. Std. 595 Colors a CID A-A-59544 Cable and Wire, Electrical(Power, Fixed Installation) MIL-PRF-24635 Enamel, Silicone Alkyd Copolymer MIL-P24441/19B Primer, Paint;Zinc Dust-Zinc Oxide Underwriters Rigid Metal Conduit Laboratories Standard 6 Underwriters Fittings for Conduit and Outlet Boxes Laboratories Standard 514 ANSI C80.1 Rigid Steel Conduit—Zinc Coated Underwriters Schedule 40 and 80 Rigid PVC Conduit Laboratories Standard 651 END OF SECTION FAA Grant No. 3-48-0296-28-2005 L-107-3 Fort Worth Alliance Airport Contract Specifications Airfield Signage and Wind Cone Improvements ITEM L-108 INSTALLATION OF UNDERGROUND CABLE FOR AIRPORTS DESCRIPTION 108-1.1 This item shall consist of furnishing and installing underground cable in accordance with these specifications at the locations shown in the plans. This item shall include the installation of cable and counterpoise wire in duct or conduit. It shall include splicing, cable marking, and testing of the installation and all incidentals necessary to place the cable in operating condition as a completed unit to the satisfaction of the Engineer. This item shall not include the installation of the duct or conduit, EQUIPMENT AND MATERIALS 108-2.1 GENERAL. a. Airport lighting equipment and materials covered by Federal Aviation Administration (FAA) specifications shall be certified under the Airport Lighting Equipment Certification Program of Advisory Circular(AC) 150/5345-53, and listed in the Appendix 3 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. 108-2.2 CABLE. Underground cable shall conform to the requirements of AC 150/5345-7, Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits, Type C. If telephone control cable is specified, air core, polyolefin insulated, copper conductor, No. 19 AWG ' telecommunications cable conforming to ANSI/ICEA S-85-625-2002, shall be used. Where counterpoise conductors are to be installed and where soil conditions would adversely affect bare ' copper wire, thermoplastic wire conforming to Commercial Item A-A-59544, Type TW, 600 volt, may be used. Cable type, size, number of conductors, strand and service voltage shall be specified in the plans and/or proposal. 108-2.3 BARE COPPER WIRE (COUNTERPOISE). Bare copper wire for counterpoise installations shall be solid wire conforming to ASTM Specifications B 3. 108-2.4 CABLE CONNECTIONS. In-line connections of underground primary cables shall be of the type called for in the plans or in the proposal, and shall be one of the types listed below. When the plans or the proposal permit a choice of connection, the Contractor shall indicate in the bid the type of connection he proposes to furnish. �. a. The Cast Splice. A cast splice, employing a plastic mold and using epoxy resin equivalent to that manufactured by Minnesota Mining and Manufacturing Company, "Scotchcast" Kit No. 82-A for potting the splice is approved. This means of splicing is the only type approved for telephone control cable. b. The Vulcanized Splice. Deleted. c. The Field-attached Plug-in Splice. Figure 3 of AC 150/5345-26, Specification for L-823 Plug and Receptacle, Cable Connectors, employing connector kits, is approved for field attachment to single conductor cable. FAA Grant No. 3-48-0296-28-2005 L-108-1 Fort Worth Alliance Airport Contract Specifications Airfield Signage and Wind Cone Improvements d. The Factory-Molded Plug-in Splice. Specification for L-823 Connectors, Factory-Molded to Individual Conductors, are approved. e. The Taped Splice. Taped splices employing field-applied rubber, or synthetic rubber tape covered with plastic tape are approved. The rubber tape shall meet the requirements of ASTM D 4388 and the plastic tape shall comply with Commercial Item A-A-55809. In all the above cases, connections of cable conductors shall be made using crimp connectors utilizing a crimping tool designed to make a complete crimp before the tool can be removed. No. 19 AWG telephone control wires may be connected by means of wrapped and soldered splice, 3M Company Moisture Proof UR Type Connector, or equal, or by a method approved by the Engineer. 108-2.5 CONCRETE. Concrete for cable markers shall conform to Specification Item P-610, Structural Portland Cement Concrete. CONSTRUCTION METHODS 108-3.1 GENERAL. The Contractor shall install the specified cable at the approximate locations indicated in the airport lighting layout plans. The Engineer shall indicate specific locations. Cable connections between lights will be permitted only at the light locations for connecting the underground cable to the primary leads of the individual 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 in the plans. 108-3.2 INSTALLATION IN DUCT OR CONDUIT. This item includes the installation of the cable in duct or conduit as described below. The maximum number and voltage ratings of cables installed in each single duct or conduit, and the current-carrying capacity of each cable shall be in accordance with the latest National Electrical Code, or the code of the local agency having jurisdiction, whichever is more stringent. The Contractor shall make no connections or joints of any kind in cables installed in conduits or ducts. The duct or conduit shall be installed as a separate item in accordance with Item L-110, Installation of Airport Underground Electrical Duct. The Contractor shall make sure that the duct is open, continuous, and clear of debris before installing cable. The cable shall be installed in a manner to prevent harmful stretching of the conductor, injury to the insulation, or damage to the outer protective covering. The ends of all cables shall be sealed with moisture-seal tape (3M Scotch#33 or other 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 duct under the same contract, all cable shall be pulled in the duct at the same time. The pulling of a cable through ducts or conduits may be accomplished by handwinch or power winch with the use of cable grips or pulling eyes. Pulling tensions should be governed by recommended standard ' practices for straight pulls or bends. A lubricant recommended for the type of cable being installed shall be used where pulling lubricant is required. Duct or conduit markers temporarily removed for excavations shall be replaced as required. 108-3.3 TRENCHING. Trenching for conduit or duct bank is specified under Item L-110, Installation of Airport Underground Duct. Where turf is well established and the sod can be removed, it shall be carefully stripped and properly stored. Trenches for cables may be excavated manually or with mechanical trenching equipment. Walls of trenches shall be essentially vertical so that a minimum of shoulder surface is disturbed. Road patrols or graders shall not be used to excavate the trench with their blades. The bottom surface of trenches shall be essentially smooth and free from coarse aggregate. Unless otherwise specified, cable trenches shall be excavated to a minimum depth of 18 inches (45 cm) below finished grade, except as follows: FAA Grant No. 3-48-0296-28-2005 L-108-2 Fort Worth Alliance Airport Contract Specifications Airfield Signage and Wind Cone Improvements a. When off the airport or crossing under a roadway or driveway, the minimum depth shall be 36 inches (90 cm)unless otherwise specified. b. Minimum cable depth when crossing under a railroad track, shall be 42 inches (105 cm) unless otherwise specified. The Contractor shall excavate all cable trenches to a width not less than 6 inches (150 mm). The trench shall be widened where more than two cables are to be installed parallel in the same trench. Unless otherwise specified in the plans, all cables in the same location and running in the same general direction shall be installed in the same trench. When rock excavation is encountered, the rock shall be removed to a depth of at least 3 inches (75 mm) below the required cable depth and it shall be replaced with bedding material of earth or sand containing no mineral aggregate particles that would be retained on a 1/4-inch (6 mm) sieve. The Contractor shall ascertain the type of soil or rock to be excavated before bidding. All excavation shall be unclassified. 108-3.4 INSTALLATION IN TRENCHES. This paragraph applies only to direct buried cables. The Contractor shall not use a cable plow for installing the cable. Mechanical cable-laying equipment may be used in conjunction with a trenching machine if specified on project plans and specifications; and it should provide for physical inspection of cable prior to backfilling. Sharp bends or kinks in the cable shall not be permitted. Cables shall be unreeled in place alongside or in the trench and shall be carefully placed along the bottom of the trench. The cable shall not be unreeled and pulled into the trench from one end. Where two or more cables are laid parallel in the same trench, they shall be placed laterally a minimum distance of 3 inches (75 mm)apart, and the trench shall be widened sufficiently to accomplish this. Cables crossing over each other shall have a minimum of 3-inch (75 mm) vertical displacement with the topmost cable depth at or below the minimum required depth below finished grade. Not less than 1 foot (30 cm) of cable slack shall be left on each side of all connections, isolation transformers, light units, and at all other points where cable is connected to field equipment. The slack cable shall be placed in the trench in a series of S curves. Additional slack cable shall be left in runway light bases, handholes, manholes, etc., where it is required to bring the cable above ground level to make connections. The amount of slack cable shall be stipulated by the Engineer, or as shown in the plans and specifications. 108-3.5 BACKFILLING. Backfilling for conduit or duct bank trenches is specified in Item L-110, Installation of Airport Underground Electrical Duct. After the cable has been installed, the trench shall be 3 inches (75 mm) deep, loose measurement, and shall be either earth or sand containing no mineral aggregate particles that would be retained on a 1/4-inch (6 mm) sieve. This layer shall not be compacted. the second layer shall be 5 inches (125 mm) deep, loose measurement, and shall contain no particles that would be retained on a 1-inch (25.0 mm) sieve. The remainder of the backfill shall be excavated or imported mineral and shall not contain stone or aggregate larger than 4 inches (100 mm) maximum diameter. The third and subsequent layers of the backfill shall not exceed 8 inches(200 mm) in maximum depth, loose measurement. The second, and subsequent layers shall be thoroughly tamped and compacted to at least the density of the adjacent undisturbed soil, and to the satisfaction of the Engineer. If necessary to obtain the desired compaction, the backfill material shall be moistened or aerated as required. Trenches shall not be excessively wet and shall not contain pools of water during backfilling operations. The trench shall be completely backfilled and tamped level with the adjacent surface, except that when sod is to be placed over the trench, the backfilling shall be stopped at a depth equal to the thickness of FAA Grant No. 3-48-0296-28-2005 L-108-3 Fort Worth Alliance Airport Contract Specifications Airfield Signage and Wind Cone Improvements the sod to be used, with proper allowance for settlement. Any excess excavated material shall be removed and disposed of in accordance with instructions issued by the Engineer. 108-3.6 RESTORATION. Where sod has been removed, it shall be replaced as soon as possible after the backfilling is completed. All areas disturbed by the trenching, storing of dirt, cable laying, pad construction, and other work shall be restored to its original condition. The restoration shall include any necessary topsoiling, fertilizing, liming, seeding, sodding, sprigging or mulching. All such work shall be performed in accordance with Item T-904, Sodding.. The Contractor shall be held responsible for maintaining all disturbed surfaces and replacements until final acceptance. 108-3.7 CABLE MARKERS. The location of runway light circuits shall be marked by a concrete slab marker, 2 feet (60 cm) square and 4 inches (100 mm) thick, extending approximately 1 inch (25 mm) above the surface. Each cable run from the line of runway lights to the equipment vault shall also be marked at approximately every 200 feet (60 m) along the cable run, with an additional marker at each change of direction of cable run. All other cable buried directly in the earth shall be marked in the same manner. The Contractor shall not install slab markers where cable lies in straight lines between obstruction light poles which are spaced 300 feet (90 m) apart, or less. Cable markers shall be installed immediately above the cable. The Contractor shall impress the word "cable" and directional arrows on each cable marking slab. The letters shall be approximately 4 inches (100 mm) high and 3 inches (75 mm)wide,with width of stroke 1/2 inch (12 mm) and 1/4 inch (6 mm) deep. The location of each underground cable connection, except at lighting units or isolation transformers, shall be marked by a concrete marker slab placed above the connection. The Contractor shall impress the word "splice" on each slab. Contactor also shall impress additional circuit identification symbols on each slab if so desired by the Engineer. This subparagraph and the foregoing subparagraph do not apply to cable in conduit or duct bank. Primary airfield lighting cables installed shall have cable circuit identification markers attached on both sides of each L-823 connector on each airport lighting cable entering or leaving cable junction points, such as manholes, handholes, pullboxes,junction boxes, etc. Cable identification markers shall be 3M Scotch Heat-bonding #SCS-HB21Brady Self-Laminating Wire and Cable Markers, Part No. DAT-5-292-1-2.5 or approved equivalentequal. They shall be marked with compatible permanent3M Scotch#SPM marking pens or approved equal. Markers shall be of sufficient length for imprinting the cable circuit identification legend on one line, using letters not less than 1/4 inch in size. The cable circuit identification shall match the circuits noted on the construction plans. 108-3.8 SPLICING. Cable connections shall be installed as indicated on the plans and as specified. Types of cable connections indicated below shall be accomplished by experienced personnel confirmed as meeting the requirements of Item L-100. a. Cast Splices. These shall be made by using crimp connectors for jointing conductors. Molds shall be assembled, and the compound shall be mixed and poured in accordance with manufacturer's instructions and to the satisfaction of the Engineer. b. Vulcanized Splices. Deleted. c. 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 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. 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 FAA Grant No. 3-48-0296-28-2005 L-108-4 Im Fort Worth Alliance Airport Contract Specifications Airfield Signage and Wind Cone Improvements 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. e. Taped Splices. A taped splice shall be made in the following manner: Bring the cables to their final position and cut so that the conductors will butt. Remove insulation and jacket allowing for bare conductor of proper length to fit compression sleeve connector with 1/4 inch (6 mm) of bare conductor on each side of the connector. Use a sharp knife to pencil insulation and jacket at approximately the same angle as a pencil point. Care must be taken to avoid nicking or injuring the conductor during removal of insulation or penciling. Do not use emery paper on splicing operation since it contains metallic particles. The copper conductors shall be thoroughly cleaned. Join the conductors by inserting them equidistant into the compression connection sleeve. Crimp conductors firmly in place with crimping tool that requires a complete crimp before tool can be removed. Test the crimped connection by pulling on the cable. Scrape the insulation to assure that the entire surface over which the tape will be applied (plus 3 inches (75 mm) on each end) is clean. After scraping wipe the entire area with a clean lint-free cloth. Do not use solvents. Apply high-voltage rubber tape one-half lapped over bare conductor. This tape should be tensioned as recommended by the manufacturer. Voids in the connector area may be eliminated by highly elongating the tape stretching it just short of its breaking point. Throughout the rest of the splice less tension should be used. Always attempt to exactly half-lap to produce a uniform buildup. Continue buildup to 1-1/2 times cable diameter over the body of the splice with ends tapered a distance of approximately 1 inch (25 mm) over the original jacket. Cover rubber tape with two layers of vinyl pressure-sensitive tape one-half lapped. Do not use glyptol or lacquer over vinyl tape as they react as solvents to the tape. No further cable covering or splice boxes are required. If shielded cable is to be spliced, prepare cable as for a regular taped splice, except that the neoprene jacket shall be removed a distance not less than 5 inches (125 mm) from the beginning of the penciled portion. Carefully unwrap the shielding tape from that portion where jacket has been removed and cut off so that it extends about 1 inch (25 mm) from end of the jacket. Proceed with the taped splice as described above and tape up to 1/4 inch (6 mm) from the shield on both ends. Build up rubber tape to a thickness equal to the insulation thickness or 5/16 inch (9 mm)over connector. Next wrap one-half lapped layer of semi-conducting tape (Scotch No. 13 Semi-Conducting Tape, or equal) over splicing tape and 1/4 inch (6 mm) onto the shielding tape. Wrap a fine, flat shielding braid one-half lapped over the splice extending 1/2 inch (12 mm) onto the metallic shielding. Solder ends of braid to metallic shielding tape. A bonding wire, (Minimum No. 14 Stranded Copper) equal to the current carrying capacity of the metallic shield, should have the individual strands wrapped around the metallic shield at both ends of the splice. -these strands should be tack soldered to the shield in several places. The cable sheath should be replaced by wrapping with two one-half lapped layers of vinyl tape extending 2 inches (50 mm) onto the cable jacket. The above described splice is for a straight-through splice with continuity of shielding. 108-3.9 BARE COUNTERPOISE WIRE -INSTALLATION AND GROUNDING FOR LIGHTNING PROTECTION. No. 6 AWG solid bare copper counterpoise shall be installed for lightning protection of the underground cables. It shall be installed in the same trench for the entire length of the insulated cables it is designed to protect, and shall be placed at the distance above the insulated cables shown on the plans. The counterpoise shall be securely attached to the can of each sign and light fixture. The counterpoise wire shall also be attached by exothermic weld to copperclad steel 3/4-inch by 10 feet ground rods at intervals not to exceed 500 feet. The counterpoise system shall terminate to a separate ground rod at the electrical vault. 108-3.10 TESTING. The Contractor shall furnish all necessary equipment and appliances for testing the underground cable circuits after installation. The Contractor shall megger any existing lighting circuit to which new cable is to be inserted in its existing condition in the presence of the Engineer or authorized r- representative and supply a written record of the test results. The Contractor shall, after installation of FAA Grant No. 3-48-0296-28-2005 L-108-5 Fort Worth Alliance Airport Contract Specifications Airfield Signage and Wind Cone Improvements new cables, demonstrate that the new portions of the pre-existing underground cable circuits meet the following requirements and that all new circuits meet the following requirements as well as the applicable requirements of L-111: a. That all lighting power and control circuits are continuous and free from short circuits. b. That all circuits are free from unspecified grounds. c. That the insulation resistance to ground of all nongrounded series circuits is not less than 500 megohms. d. That the insulation resistance to ground of all nongrounded conductors of multiple circuits is not less than 500 megohms. e. That all circuits are properly connected in accordance with applicable wiring diagrams. f. That all circuits are operable. Tests shall be conducted that include operating each control not less than 10 times and the continuous operation of each lighting and power circuit for not less than 1/2 hour, METHOD OF MEASUREMENT 108-4.1 Deleted. 108-4.2 Cable or counterpoise wire installed in trench, conduit, or duct shall be measured by the number of linear feet (meters) of cable or counterpoise wire installed in trenches, conduits, or ducts, ready for operation, complete with splices as applicable, and accepted as satisfactory. Separate measurement shall be made for each cable or counterpoise wire installed in trench, conduit, or duct. Counterpoise wire includes ground rods and grounding connectors. BASIS OF PAYMENT 108-5.1 Payment will be made at the contract unit price bid for cable and bare counterpoise wire installed in trench or duct 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 necessary to complete this item. Payment will be made under: Item L-108-5.1 No. 8, 5kV, L-824C cable, installed in duct or conduit—per linear foot Item L-108-5.2 No. 6 Solid BSDC counterpoise, installed in trench or duct, with ground rods and connectors -- per linear foot FAA Grant No. 3-48-0296-28-2005 L-108-6 Fort Worth Alliance Airport Contract Specifications Airfield Signage and Wind Cone Improvements MATERIAL REQUIREMENTS AC 150/5345-7 Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits AC 150/5345-26 Specification for L-823 Plug and Receptacle Cable Connectors ICEA-S-85-625-2002 Air Core, Polyolefin Insulated, Copper Conductor, Telecommunications Cable CID A-A-59544 Cable and Wire, Electrical (Power, Fixed Installation) CID A-A-55809 Insulation Tape, Electrical, Pressure-Sensitive Adhesive, Plastic, ASTM B 3 Soft or Annealed Copper Wire ASTM D 4388 Standard Specification for Nonmetallic Semi-Conducting and Electrically Insulating Rubber Tapes low END OF ITEM L-108 FAA Grant No. 3-48-0296-28-2005 L-108-7 Fort Worth Alliance Airport Contract Specifications Airfield Signage and Wind Cone Improvements ITEM L-110 INSTALLATION OF AIRPORT UNDERGROUND ELECTRICAL DUCT DESCRIPTION 110-1.1 This item shall consist of underground electrical ducts installed in accordance with this specification at the locations and in accordance with the dimensions, designs, and details shown in the .• plans. This item shall include the installation of all underground electrical ducts or underground conduits. It shall also include all trenching and backfilling for duct and conduit; removal and restoration of any paved areas; concrete encasement, mandreling, installation of pull lines and duct markers, capping; and the testing of the installation as a completed duct system ready for installation of cables, to the satisfaction of the Engineer. EQUIPMENT AND MATERIALS 110-2.1 GENERAL 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. 110-2.2 BITUMINOUS FIBER DUCT Deleted. 110.2.3 ASBESTOS CEMENT DUCT Deleted. 110-2.5 STEEL CONDUIT Rigid steel conduit and fittings shall conform to the requirements of Underwriters Laboratories Standard 6 and 514, and ANSI C80.1. 110-2.6 CONCRETE Concrete shall conform to Item P-610, Structural Portland Cement Concrete, using 1-inch (25 mm) maximum size coarse aggregate. 110-2.7 PLASTIC CONDUIT Plastic conduit and fittings shall conform to the requirements of Underwriters Laboratories Standards UL-651 and UL-651 A and shall be Type II —Schedule 40 PVC suitable for either above ground or underground use. CONSTRUCTION METHODS 110-3.1 GENERAL The Contractor shall install underground ducts at the approximate locations indicated in the airport layout plans. The Engineer shall indicate specific locations as the work progresses. Ducts shall be of the size, material, and type indicated in the plans or specifications. Where no size is indicated in the plans or specifications, the ducts shall be not less than 2 inches (50 mm) inside diameter, or meet the National Electrical Code based on cable to be installed, whichever is more stringent. Duct/conduit lines shall be laid to drain toward duct ends, handholes, junction cans, and manholes wherever possible except as otherwise indicated on the plans. Grades shall be at least 3 inches (75 mm) per 100 feet (30 m)or as shown on the plans.The primary criteria are the requirement for the top of duct/conduit encasement and for top of other conduit concrete encasement or direct earth buried conduit to be at least 18 inches below top of subgrade under pavement and at least 24 inches below finish grade where not under pavement. The Contractor shall mandrel each duct. An iron-shod mandrel, not more than 1/4-inch (6 mm) smaller than the bore of the duct shall be pushed through each duct by means of jointed conduit rods. The mandrel shall have a leather or rubber gasket slightly larger than the duct hole. FAA Grant No. 3-48-0296-28-2005 L-110-1 Fort Worth Alliance Airport Contract Specifications Airfield Signage and Wind Cone Improvements All ducts installed with plastic conduit shall be provided with Greenlee Poly Line, 240 pounds tensile strength, or approved equivalent, for pulling the permanent wiring. Ducts installed with galvanized rigid steel conduit shall be provided with No. 10 galvanized steel drag line for pulling permanent wiring. Sufficient length shall be left in manholes or handholes to bend the drag wire back to prevent it from slipping back into the duct. Where spare ducts are installed, as indicated on the plans, the open ends shall be plugged with removable tapered plugs, designed by the duct manufacturers, or with hardwood plugs conforming accurately to the shape of the duct and having the larger end of the plug at least 1/4-inch (6 mm) greater in diameter than the duct. All ducts shall be securely fastened in place during construction and progress of the work and shall be plugged to prevent seepage of grout, water, or dirt. Any duct section having a defective joint shall not be installed. All ducts, except steel conduit, installed under runways, taxiways, aprons, and other paved areas shall be encased in a concrete envelope. Where turf is well established and the sod can be removed, it shall be carefully stripped and properly stored. Trenches for ducts may be excavated manually or with mechanical trenching equipment. Walls of trenches shall be essentially vertical so that a minimum of shoulder surface is disturbed. Blades of road patrols or graders shall not be used to excavate the trench. The Contractor shall ascertain the type of soil or rock to be excavated before bidding. All excavation shall be unclassified. 110-3.2 DUCTS ENCASED IN CONCRETE Unless otherwise shown in the plans, concrete-encased ducts shall be installed so that the top of the concrete envelope is not less than 18 inches (45 cm) below the finished subgrade 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. Ducts 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 which may be installed alongside the paved area. Trenches for concrete-encased ducts shall be opened the complete length before concrete is laid so that if any obstructions are encountered, proper provisions can be made to avoid them. All ducts for concrete encasements 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 ducts are encased in concrete, the Contractor shall space them not less than 1-1/2 inches (37 mm) apart (measured from outside wall to outside wall) using spacers applicable to the type of duct. As the duct laying progresses, concrete not less than 3 inches (75 mm) thick shall be placed around the sides and top of the duct bank. End bells or couplings shall be installed flush with the concrete encasement where required. 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 otherwise shown on the plans. Under such conditions, the complete duct structure shall be supported on reinforced concrete footings, piers, or piles located at approximateiy 5 foot (150 cm) intervals. 110-3.3 DUCTS WITHOUT CONCRETE ENCASEMENT Trenches for single-duct 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 ducts installed at the same level shall be proportionately wider. Trench bottoms for ducts without concrete encasement shall be made to conform accurately to grade so as to provide uniform support for the duct along its entire length. A layer of fine earth material, at least 4 inches (100 mm)thick (loose measurement) shall be placed in the bottom of the trench as bedding for the duct. The bedding material shall consist of soft dirt, sand or other FAA Grant No. 3-48-0296-28-2005 L-110-2 Fort Worth Alliance Airport Contract Specifications Airfield Signage and Wind Cone Improvements fine fill, and it shall contain no particles that would be retained on a 1/4-inch (6 mm) sieve. The bedding material shall be tamped until firm. Unless otherwise shown in plans, ducts for direct burial shall be installed so that the tops of all ducts are at least 18 inches(45 cm) below the finished grade. When two or more ducts are installed in the same trench without concrete encasement, they shall be spaced not less than 2 inches (50 mm) apart (measured from outside wall to outside wall) in a horizontal direction and not less than 6 inches (150 mm)apart in a vertical direction. Trenches shall be opened the complete length before duct is installed so that if any obstructions are encountered, proper provisions can be made to avoid them. 110-3.4 DUCT MARKERS The location of the ends of all ducts shall be marked by a concrete slab marker 2 feet (60 cm)square and 4 inches (100 mm)thick extending approximately 1 inch (25 mm) above the surface. The markers shall be located above the ends of all ducts or duct banks, except where ducts terminate in a handhole, manhole, or building. The Contractor shall impress the word "duct" on each marker slab. Contractor shall also impress on the slab the number and size of ducts beneath the marker. The letters shall be 4 inches (100 mm) high and 3 inches (75 mm) wide with width of stroke 1/2-inch (12 mm) and 1/4-inch (6 mm) deep or as large as the available space permits. 110-3.5 BACKFILLING After concrete-encased ducts have been properly installed and the concrete has had time to set, the trench shall be backfilled in at least two layers with select excavated material not larger than 4 inches (100 mm) in diameter and thoroughly tamped. In areas where the trenches are under pavement or within the safety areas of runways or taxiways, the backfill shall be thoroughly tamped and r compacted to a minimum 95% density as determined by ASTM D 698. In all other areas, the backfill shall be thoroughly tamped and compacted to a minimum density of 93%, per ASTM D 698. Moisture content shall be from -1% below to +4% above optimum. If necessary to obtain the desired compaction, the backfill material shall be moistened or aerated as required. Trenches shall not be excessively wet and shall not contain pools of water during backfilling operations. The trench shall be completely backfilled and tamped level with the adjacent surface: except that, when sod is to be placed over the trench, the backfilling shall be stopped at a depth equal to the thickness of the sod to be used, with proper allowance for settlement. Any excess excavated material shall be removed and disposed of in accordance with instructions issued by the Engineer. For ducts without concrete envelope, 8 inches (200 cm) of sand, soft earth, or other fine fill (loose measurement) shall be placed around the ducts and carefully tamped around and over them with hand tampers. The remaining trench may be filled with select excavated material and thoroughly tamped as specified above. 1P 110-3.6 RESTORATION Where sod has been removed, it shall be replaced as soon as possible after the backfilling is completed. All areas disturbed by the trenching, storing of dirt, cable laying, pad construction and other work shall be restored to its original condition. The restoration shall include any necessary topsoiling, fertilizing, liming, seeding, sprigging, or mulching. All such work shall be performed in accordance with Item T-904. The Contractor shall be held responsible for maintaining all disturbed surfaces and replacements until final acceptance. FAA Grant No. 3-48-0296-28-2005 L-110-3 Fort Worth Alliance Airport Contract Specifications Airfield Signage and Wind Cone Improvements METHOD OF MEASUREMENT 110-4.1 Underground duct or conduit shall be measured by the linear feet (meter) of duct or conduit installed, measured in place, completed, and accepted. Separate measurement shall be made for the various types and sizes. BASIS OF PAYMENT 110-5.1 Payment will be made at the contract unit price for each type and size of single-way or multi-way duct or conduit, completed and accepted. 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 this item to the provisions and intent of the plans and specifications. Payment will be made under: Item L-110-5.1 1-Way, 2-inch Schedule 40 PVC Conduit, direct earth buried, including trench and backfill—per linear foot MATERIAL REQUIREMENTS .s Underwriters Rigid Metal Conduit Laboratories Standard 6 Underwriters Fittings for Conduit and Outlet Boxes Laboratories Standard 514 — Underwriters Schedule 40 and 80 Rigid PVC Conduit Laboratories Standard 651 ANSI C80.1 Rigid Steel Conduit—Zinc Coated END OF ITEM L-110 FAA Grant No. 3-48-0296-28-2005 L-110-4 ,_ Fort Worth Alliance Airport Contract Specifications Airfield Signage and Wind Cone Improvements ITEM L-111 AIRFIELD ELECTRICAL INSTALLATION TESTING DESCRIPTION 111-1.1 This item shall consist of furnishing all equipment,materials,and appliances necessary for testing of airfield lighting circuit installations and associated systems. a. The Contractor shall provide testing to confirm installations are acceptable for ground rod testings, and the Contractor shall engage an independent agency to perform the Hi-Pot Tests. b. Requirements under this item shall be coordinated with the Engineer.The Contractor shall transmit to the Engineer all 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 measurement tests shall adhere to recommendations of IEEE Standard 142, latest edition. 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 by 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 Airport Electrical Maintenance Supervisor 48 hours prior to cable testing. All testing shall be conducted in the presence of the Engineer and Airport Maintenance Supervisor All test results shall be simultaneously recorded by the Contractor and Airport Electrical Maintenance Supervisor. Contractor shall provide test report information to the Engineer and the Airport Electrical Maintenance Supervisor 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. FAA Grant No. 3-48-0296-28-2005 L-111-1 Fort Worth Alliance Airport Contract Specifications Airfield Signage and Wind Cone Improvements a. Testing Requirements. (1) Testing Required for Existing Circuits and Existing Portions of 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. (ii) Portions of circuits meeting the requirements of paragraph a.(2)(a)(i) above shall then be subjected to a Hi-Pot Test in accordance with paragraph b.(2) below. Circuits tested shall meet the requirements of = paragraph c.(2)(b)below.Any faults indicated by the test 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 shall again 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 with 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 FAA Grant No. 3-48-0296-28-2005 L-111-2 Fort Worth Alliance Airport Contract Specifications Airfield Signage and Wind Cone Improvements (a) Tests 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) insulation-resistance (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 Meg-Check, the James Biddle Megger, General Radio Megohmmeter, or approved 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 established by the Airport Maintenance Supervisor shall be followed.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) Hi-Pot Test. High Potential/High Voltage Current Leakage Test �. (a) Test Required. As noted in paragraph a.above, all circuits installed in conduit shall have all sections of new cable Hi-Pot Tested.A section may be comprised of multiple segments joined by L-823 connectors without isolation transformers installed. (b) Test Agency. All hi-pot tests shall be performed by an independent agency certified by the National Electrical Testing Association (NETA) with certified technicians using properly calibrated equipment and standard procedures. The independent agency must be approved by the Airport. (c) Test Equipment. The test instrument shall be a suitable high voltage tester which has a steady, filtered, direct current output voltage. The high voltage tester shall include an accurate voltmeter and micrometer for reading the voltage applied to the circuit and resultant insulation leakage current. Voltages in excess of the test values specified below shall not be applied. (d) Test Procedures. "Lock-Out Procedure" requirements established by the Airport Electrical Maintenance Supervisor shall be followed. Prepare cable and conduct test in accordance with IEEE 400 and NEMA WC-7 requirements and as required by testing agency.The Contractor shall comply with the following procedure: 1. Ground all conductors, except the one to be tested. 2. Ensure adequate clearance of the tested specimen from ground to prevent flashover. 3. Carefully clean test conductor surface to remove any dust or other miscellaneous debris. 4. "Corona-proof'the cable test specimen to minimize corona discharge. 5. Secure test site and fence off perimeter for the safety of personnel working in the area. "' FAA Grant No. 3-48-0296-28-2005 L-111-3 Fort Worth Alliance Airport Contract Specifications Airfield Signage and Wind Cone Improvements 6. Perform low voltage megger testing of cable specimen. Any cable that exhibits low megger readings initially is questionable and should be investigated before performing the DC hi-pot test. 7. Connect the output of test set to cable specimen and attach the ground terminal of the set aid an approved grounding electrode at the site. 8. Bring the DC voltage up to the prescribed maximum test voltage of 15kV in five equal steps. Raise the voltage at an even rate to obtain each required step in not less than 10 seconds. Hold the voltage at each step for 60 seconds. Read and record the leakage current at the end of each hold period. 9. Hold the maximum test voltage of 15kV for approximately 10 minutes. Read and record the leakage current at 15 second intervals during the first 2 minutes and then every minute thereafter for the remainder of the test. 10. Bring the test voltage control quickly and smoothly to zero. Read and record the voltage remaining on the cable after 30 seconds and again after one minute. 11. Discharge the cable to the ground using a properly terminated resistor stick. When the test set voltmeter indicates zero volts on the cable, attach a solid ground to the cable specimen and then disconnect the test set and resistor stick. 12. Test each subsequent lighting cable in the same manner as described above. 13. During the tests, plot the leakage current versus the applied test voltage on appropriate log graph paper to field certify the integrity of the cable insulation. Submit copies of the test data to the Engineer and to the Airport Maintenance Supervisor for approval. (e) Test Results. Cable specimens that do not meet the test criteria given in paragraph c. below shall be considered completely unacceptable. Refer to paragraph d. below for cables not meeting testing requirements. (3) 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 directed 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 applicable 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. FAA Grant No. 3-48-0296-28-2005 L-111-4 Fort Worth Alliance Airport Contract Specifications Airfield Signage and Wind Cone Improvements (e) The circuit insulation-resistance to ground of all existing non-grounded conductors or multiple circuits meets both of the following requirements: (i) 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. (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 with current transformers disconnected. 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) The 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 1000 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. (b) Hi-Pot Tests shall demonstrate to the satisfaction of the Engineer the following most significant insulation leakage current characteristics necessary to evaluate the condition of the cable: (i) The linearity of the leakage current at the number of incremental test voltages between zero and the prescribed maximum test voltage of 15kV. (ii) The behavior of the leakage current when the prescribed test voltage is reached and maintained for the duration of the test. (c) Hi-Pot Test maximum leakage current shall be one mircroamp per 1,000 feet. d. Deficient Testing Results (Circuits Not Meeting Requirements). (1) Existing Circuits and Existing Portions of Circuits to be Extended. FAA Grant No. 3-48-0296-28-2005 L-111-5 Fort Worth Alliance Airport Contract Specifications Airfield Signage and Wind Cone Improvements (a) Cables that do not meet the test criteria of paragraph c.(1) above shall be considered unacceptable and shall not be energized until corrected. (b) If all "Lock-Out Procedure" requirements established by the Airport Electrical Maintenance Supervisor have been satisfied by the Contractor and the Engineer determines non-complying circuits or portions of circuits are the responsibility of the Airport, then the Contractor shall provide to the Airport Electrical Maintenance Supervisor, through the Engineer, all test reports identifying location of non- complying 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 considered unacceptable and shall not be energized until corrected. e. Submittal of Testing Data. (1) Low Voltage Tests. Contractor shall submit 5 copies of tests reports for approval of the Engineer and Airport Maintenance Supervisor. 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 shall 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: DATE CABLE NUMBER START TIME OPERATING VOLTAGE END TIME MAX. TEST VOLTAGE CABLE B/M NO. FROM EQUIPMENT DESCRIPTION TO EQUIPMENT TEMP. MEASURE EQUIP. NO. HUMID. MEASURE EQUIP. NO. CALIBRATION DUE DATE CALIBRATION DUE DATE AMBIENT TEMPERATURE RELATIVE HUMIDITY (2) Hi-Pot Tests. Contractor shall submit 5 copies of Hi-Pot Test reports for approval of the Engineer and Airport Maintenance Supervisor and 2 additional copies for distribution to the Airport Engineering Department. Report shall include all measured data including leakage current, applied voltage, time length of voltage application and calculated megohms from each portion (section)of cable within a circuit. Data shall show the calculations for acceptable leakage current from each cable section tested. The Hi-Pot Test form shall also include, as a minimum: DATE CABLE NUMBER START TIME OPERATING VOLTAGE END TIME MAX. TEST VOLTAGE CABLE B/M NO, FROM EQUIPMENT DESCRIPTION TO EQUIPMENT TEMP. MEASURE EQUIP. NO. HUMID. MEASURE EQUIP. NO. CALIBRATION DUE DATE CALIBRATION DUE DATE AMBIENT TEMPERATURE RELATIVE HUMIDITY 111-3.4 SYSTEM TESTS. After the airfield lighting systems installation is complete and at such times as the Engineer may direct, the FAA Grant No. 3-48-0296-28-2005 L-111-6 Fort Worth Alliance Airport Contract Specifications Airfield Signage and Wind Cone Improvements 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 authorized representative.The contractor shall furnish all equipment and personnel required for the test. b. Each applicable control device in the control tower lighting panels shall be operated so that each control device position is engaged at least ten times. During this process,all lights 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. The above tests shall be repeated for each individual circuit from the local control switches on the regulators. 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 of this 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 are unsatisfactory,lighting systems installed shall be corrected and systems tests shall again be implemented. METHOD OF MEASUREMENT 111-4.1 Ground rod earth resistance testing shall not be measured separately but considered subsidiary to the associated item for which the ground rod is installed. 111-4.2 Low Voltage Testing and Hi-Pot Testing of all airfield lighting circuits shall not be measured separately but considered subsidiary to Item L-108, Installation of Underground 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 111-5.1 No separate payment for ground rod earth resistance testing will be made nor for corrective actions required. The testing and any corrective actions shall be considered subsidiary to the associated item. 111-5.2 No separate payment shall be made for the low voltage testing,hi-pot testing,or system tests,nor for corrective work required. END OF ITEM FAA Grant No. 3-48-0296-28-2005 L-111-7 Fort Worth Alliance Airport Contract Specifications Airfield Signage and Wind Cone Improvements ITEM L-125 INSTALLATION OF AIRPORT LIGHTING SYSTEMS DESCRIPTION 125-1.1 GENERAL. This section shall consist of all lighting systems furnished and/or installed in accordance with the project plans and specifications and the applicable advisory circulars. a. The systems shall be installed at the locations and in accordance with the dimensions, design and details shown on plans. It is the intent and meaning of the plans and specifications that the Contractor shall provide an electrical installation that is complete, including all items and appurtenances necessary, reasonably incidental or customarily included, even though each and every item is not specifically called out or shown. b. Installations and construction under these provisions shall be coordinated with the Airport - Construction Manager. Specification requirements for approvals, reviews or other involvement of the Engineer shall be transmitted by the Contractor through the Construction Manager to the Engineer. c. This item shall include the furnishing of all equipment, materials, labor and incidentals necessary to place the systems in operation as completed units to the satisfaction of the Owner. Refer to provisions of Item L-100, General Provisions-Electrical. Systems installed under this project include: (1) Not Used (2) Not Used (3) Not Used (4) Not Used (5) Not Used (6) Not Used (7) Airfield Guidance Signs 125-1.2 Airport lighting equipment and materials covered by Federal Aviation Administration (FAA) specifications shall be certified under the Airport Lighting Equipment Certification Program described in Advisory Circular(AC) 150/5345-53, current edition, and be listed in Appendix 3 of the current Addendum of the AC. a. All Advisory Circulars referenced in this specification shall be the latest edition. b. Additional details pertaining to specific systems covered in this specification are contained in the latest editions of the FAA Advisory Circulars listed below. (1) AC 150/5340-18 --Standards for Airport Sign Systems (2) AC 150/5340-30 Design and Installation Details for Airport Visual Aids (3) Not Used (4) AC 150/5345-47 -- Isolation Transformers for Airport Lighting Systems FAA Grant No. 3-48-0296-28-2005 L-125-1 Fort Worth Alliance Airport Contract Specifications Airfield Signage and Wind Cone Improvements 125-1.3 Equipment and material covered by FAA specifications shall be as specified by reference number. Where Item L-108 and Item L-110 are referred to in this specification, reference is made to Item L-108, Installation of Airport Underground Cable, and Item L-110, Installation of Airport Underground Electrical Duct, of project specifications. EQUIPMENT AND MATERIALS 125-2.1 GENERAL. All commercial items of electrical equipment not covered by Federal Aviation Administration specifications shall conform to the applicable rulings and standards of the National Electrical Code. Primary and secondary leads of isolation transformers shall conform to the requirements of AC 150/5345- 7E and shall bear the FAA approval marking along with the manufacturer's name or trademark, catalog number, conductor size and voltage rating. Primary leads shall be No. 8 AWG, 19 Strand, single conductor cable rated 5000 volts. Secondary leads shall be a No. 12, or a No. 14, two conductor cable rated 600 volts. Some equipment and materials may be Owner Furnished for installation by the Contractor, as indicated in these specifications and/or on the construction plans and details. 125-2.2 APPROVAL PROCESS REQUIREMENTS. a. When requested by the Engineer and as part of the approval procedure, a sample of all proposed models and/or types of the following equipment, with the exception of Owner Furnished items, shall be submitted and become property of the Airport. Refer to Item L-100 of these specifications. (1) Not Used (2) Not Used (3) Not Used (4) Not Used (5) Not Used (6) Not Used (7) Airfield Guidance Signs b. Submittal information shall include, but shall not be limited to, the following, where applicable. (1) Bolt pattern information for fixture bases. (2) Light fixture base can dimensions. (3) Isolation transformer ratings. 125-2.3 LIGHT FIXTURES. NOT USED. 125-2.4 EQUIPMENT AND MATERIALS COMMON TO ALL SYSTEMS. a. Primary Cable. Primary cable shall be as specified in Item L-108. FAA Grant No. 3-48-0296-28-2005 L-125-2 Fort Worth Alliance Airport Contract Specifications Airfield Signage and Wind Cone Improvements b. Counterpoise Wire. Counterpoise wire shall be as specified in Item L-108. c. Isolation Transformers. Isolation transformers shall be of rating compatible with associated light fixture and conforming to requirements of AC 15015345-47. d. Fixture Bases. Provide L-867 Class I bases that conform to the requirements of AC 15015345-42. Certain applications may require additional entrance hubs, as shown or indicated on the plans. e. Connectors. L-823 connectors used to splice the L-824 primary cables shall be as specified in Item L-108. Fixtures shall be provided with a single connecting lead plug for connection to L-830 transformers. f. Ducts and Conduits. Ducts and conduits shall be as specified in Item L-110. g. Tape and Heat Shrinkable Splices. Tapes and splices to be used on primary L-824 cable shall be as specified in Item L-108. h. Concrete. Concrete shall adhere to requirements of Item P-610, Structural Portland Cement Concrete. L Sealer Materials. Materials used shall conform to applicable requirements of Item P-605. Submit materials with satisfactory adhesive and waterproofing qualities for approval of the Engineer. j. Joints. Use joint sealing material conforming to Item P-605 across concrete pavement joints. Where conduit is being installed in sawcut trench in existing pavement, OZ Gedney Type DX Expansion Fitting shall be installed at intersection of conduit installation and existing concrete pavement expansion joints. k. Hold Down Bolts. Cover plate hold down bolts and installations shall adhere to the following requirements. (1) Bolts shall be all-thread, 18-8, Type 304 stainless steel. (2) Bolts information shall be submitted for approval of the Engineer. Submittal shall specifically identify, as a minimum, the bolt material, dimensions and threading. (3) Bolt material shall be readily identifiable in the field by appropriate ASTM markings on the bolts or by having material identified on bolt packaging, as approved by the Engineer. (4) The Contractor shall install bolts as indicated on the plans. Bolts of appropriate length shall be ordered accordingly. (5) Bolts shall receive anti-seize compound prior to the final turn. I. Spacer Rings. Not Used. ' 125-2.5 EQUIPMENT AND MATERIALS FOR RUNWAY CENTERLINE LIGHTING. (Not Used.) 125-2.6 EQUIPMENT AND MATERIALS FOR RUNWAY EDGE LIGHTING. (Not Used.) 125-2.7 EQUIPMENT AND MATERIALS FOR RUNWAY THRESHOLD LIGHTING. (Not Used.) 125-2.8 EQUIPMENT AND MATERIALS FOR RUNWAY TOUCHDOWN ZONE LIGHTING. (Not Used.) 125-2.9 EQUIPMENT AND MATERIALS FOR TAXIWAY CENTERLINE LIGHTING. (Not Used.) FAA Grant No. 3-48-0296-28-2005 L-125-3 Fort Worth Alliance Airport Contract Specifications Airfield Signage and Wind Cone Improvements 125-2.10 EQUIPMENT AND MATERIALS FOR TAXIWAY EDGE LIGHTING SYSTEM. (Not Used.) 125-2.11 EQUIPMENT AND MATERIALS FOR AIRFIELD GUIDANCE SIGNS SYSTEM. a. General. Signs shall be internally lighted and shall comply with requirements of AC 150/5345- 44. Signs shall be provided with the required transformers. The signs shall be installed on a 6.6 ampere power supply circuit and shall be considered a part of the edge lighting systems for electrical power supply as shown on the plans. Signs are manufactured in modules. Each module is a double faced, single panel width lighted unit. Modules can be grouped, with up to four modules per group supplied from one transformer. More than four modules at one location will require additional sign bases. All guidance signs shall be size 3. b. Isolation Transformers. Isolation transformers for signs shall be of wattage recommended by sign manufacturer for particular sign installation and shall comply with requirements of AC 150/5345-47. c. Bases. Install one L-867, 16" base in sign support pads complying with requirements of AC 150/5345-42. Base cover shall be as indicated on plans. d. Concrete Pads. Install reinforced concrete pad for signs and as indicated on the plans and following sign manufacturer's recommendations. Pad construction shall conform to requirements of Item P-610, Structural Portland Cement Concrete. CONSTRUCTION METHODS 125-3.1 GENERAL. Install conduit, cables, counterpoise and supports necessary to insure a complete and operable electrical installation for lighting systems as specified and shown on the plans. The term "light fixture base" is understood to be the same as "transformer housing" and "light base"; the term "junction boxes" where used to describe a use of light fixture bases is understood to be the same as "junction cans". a. Install and mount the equipment to comply with the requirements of the National Electric Code, Item L-100, Item L-108, Item L-110 and Item L-111 of these specifications. b. General Light Fixture Base Installation Requirements. Not Used. c. General Cable Installation Requirements. The primary cable shall enter the light base and transformer housing as shown on the plans. Primary cable slack shall be provided inside the light fixture base as specified in Item L-108. In general, enough slack shall be left in the cable to permit installation aboveground of the connections between the primary cable and the isolation transformer primary leads. A similar length of primary cable slack shall be provided for any unconnected cable installed in a fixture base can. When more than one (1) circuit is installed within the lighting base, each cable shall bear its appropriate circuit identification marker. The transformer secondary leads shall be connected to the lamp leads with a disconnecting plug and receptacle. The secondary connection shall not be taped; the cable connections to the isolation transformer's leads shall be made as specified in Item L-108. FAA Grant No. 3-48-0296-28-2005 L-125-4 ' Fort Worth Alliance Airport Contract Specifications Airfield Signage and Wind Cone Improvements The connector joints in the primary circuit shall be wrapped with at least one layer of rubber or synthetic rubber tape and two layers of plastic tape, one-half lapped, extending at least 1-1/2 inches on each side of the joint. Ends of cables shall be sealed with heat shrinkable tubing until the splice is made to prevent the entrance of moisture. d. General Duct and Conduit Installation Requirements. Trenching, installation of ducts and conduits, concrete backfilling, trench backfilling, installation of duct markers and the type of material used shall conform to Item L-110. e. Installing Light Fixtures at Existing Bases. Not Used. f. Demolition and Salvage. Materials noted on the plans to be demolished shall be removed and appropriately disposed of off site. 125-3.2 LIGHT FIXTURE INSTALLATIONS IN NEW RIGID PAVEMENT AREAS. (Not Used.) 125-3.3 LIGHT FIXTURE INSTALLATION IN FLEXIBLE PAVEMENT SHOULDER AREAS. (Not Used.) 125-3.4 INSPECTION AND TESTING. a. General. Because certain components may be inaccessible after final installation, lighting shall be tested concurrently with installation. The airfield electrical installations shall be tested in accordance with the requirements of Item L-111. Systems Tests shall also be conducted as specified in Item L-111. Any system installation errors or unacceptable discrepancies of installation shall be corrected, as directed by Engineer and to the satisfaction of the Owner. b. Elevation And Alignment. Sign installation procedures shall be checked during construction and after the system has been completed to determine that the recommended location, elevation, and alignment is in accordance with design and manufacturer's installation requirements. c. Securing Bolts. All fixture securing bolts shall be tightened in accordance with the manufacturer's recommendations. d. Light Channels And Lenses. (Not Used.) e. Cables, Wiring, Splices and Ducts. All cables, wiring, and splices shall be tested in accordance with Item L-108. All ducts and duct markers shall be checked to determine that the installation is in accordance with the plans and specifications. Underground ducts shall be inspected before installation is completed. 125-3.5 RUNWAY CENTERLINE LIGHTING SYSTEM. (Not Used.) 125-3.6 RUNWAY EDGE LIGHTING SYSTEM. (Not Used.) 125-3.7 RUNWAY THRESHOLD LIGHTING SYSTEMS. (Not Used.) 125-3.8 RUNWAY TOUCHDOWN ZONE LIGHTING SYSTEMS. (Not Used.) 125-3.9 TAXIWAY CENTERLINE LIGHTING SYSTESM (Not Used.) 125-3.10 TAXIWAY EDGE LIGHTING SYSTEM. (Not Used.) FAA Grant No. 3-48-0296-28-2005 L-125-5 Fort Worth Alliance Airport Contract Specifications Airfield Signage and Wind Cone Improvements 125-3.11 AIRFIELD GUIDANCE SIGNS SYSTEM. a. Description. In general, the signs shall be located as indicated on the plans so that the side of the sign closest to the taxiway or apron edge is approximately 60 feet from the edge of portland cement concrete pavement. Other locations shall be as shown on plans or as directed by the Engineer. All signs shall be oriented so that the face of the sign is approximately 90 degrees to the direction of the taxiing paths from which it is viewed, unless otherwise shown on the plans or directed by the Engineer. b. Installation. Installation shall be in accordance with AC 150/15340-18 and the plans. Airfield guidance signs shall be furnished and installed as noted in these specifications. Signs shall also be installed in conformity with the details and locations shown on the plans. Sign installations shall include furnishing and installing of signs, bases, transformers, mounting assemblies and concrete foundations (pads). Installation shall also include all cable connections, all lamps, all internal or external conduits and wiring and all incidentals necessary to place the signs in operation as completed units, (1) Concrete Pad. A concrete pad for sign installation shall be constructed at the approximate location shown on the plans. The exact location and orientation shall be as directed by the Engineer. The concrete pad shall be sized as shown on plans and shall be poured in place in undisturbed soil, Pad shall be reinforced as shown on the plans. The surface of the concrete shall slope at 1/2 inch per foot. The exposed surface of the concrete shall be finished to a smooth finish with a steel trowel or by rubbing. Where required, place anchor bolts for additional flange supports in the concrete pad in accordance with the manufacturer's instructions. Anchors shall be drop-in anchors such as manufactured by Hilti. (2) Leveling. The transformer base housing shall be firmly held in place during the construction of the concrete pad so that the machined upper surface of the base flange will be level within +2 degrees and not more than 1/4 inch above the surface of the pad. All other bearing areas for the additional flange supports shall be in the same horizontal plane as the transformer base flange, which shall be at the same elevation as the nearest edge of the taxiway shoulder. Provide grading of adjacent area, as directed by the Engineer. (3) Cable Connections. Primary cable slack shall be left inside the base as required in Item L-108 to permit all cable connections to the taxiway sign to be made above the ground. A similar length primary cable slack shall be provided for any unconnected cable in sign base. (4) Type of Supply Circuit Connection. Sign transformer primary leads shall be connected to the primary cable using L-823 connectors specified in Item L-108. (5) Identification Numbers. An identification number shall be assigned to each sign in accordance with the plans and as directed by the Engineer. (6) Assembling Airfield Guidance Sign. The taxiway sign shall be assembled in accordance with the manufacturer's instructions. The sign shall be installed so that the distance from finished grade to the top of the sign is as indicated on the plans and in AC 150/5345-44. The secondary leads of the transformer shall connect to the sign leads with a disconnecting plug and a receptacle, conforming to AC 150/5345-26. (7) Location of Airfield Guidance Signs. Signs shall be installed in the locations as shown on the plans. Deviations/changes shall only be made with prior written approval by the Engineer. FAA Grant No. 3-48-0296-28-2005 L-125-6 Fort Worth Alliance Airport Contract Specifications Airfield Signage and Wind Cone Improvements c. Sign Modifications. (Not Used). d. Inspections and Tests. Each sign shall be inspected to insure that it is installed erect, level at the proper height, and at the location shown on the plans. Each sign identification number shall correspond to the number on the plans. All cables, splices, and wiring shall be inspected to insure that the installation is in accordance with the plans and specifications. All wiring shall be continuous and free of shorts. All circuits shall be wired in accordance with the manufacturer's instructions. Insulation resistance to ground of all underground conductors shall meet the requirements of Item L-111. All signs shall be tested by operating the complete system continuously for a minimum of one hour and operating each control ten times. Test signs in accordance with AC 150/5345-44. The airfield electrical installations shall be tested in accordance with the requirements of Item L-111. Systems Tests shall also be conducted as specified in Item L-111. Any system installation errors or unacceptable discrepancies of installation shall be corrected, as directed by Engineer and to the satisfaction of the Owner. i METHOD OF MEASUREMENT 125-4.1 The number of new signs to be furnished shall be measured per each for every type and size (i.e. 1 module, 2 module, 3 module or 4 module), including transformer, furnished and accepted by the Owner. 125-4.2 The number of signs to be demolished, including foundation, shall be measured per each for every sign demolished and accepted by the Owner. 125-4.3 The number of signs installed, including foundations, for each size (i.e. 1 module, 2 module, or 4 module)sign shall be measured per each. METHOD OF PAYMENT 125-5.1 The signs furnished will be paid for at the contract unit price bid per each for every type and size, including transformer, furnished and accepted. This price shall be full compensation for furnishing all materials, labor, equipment, tools and incidentals following the provisions and intent of the plans and specifications. 125-5.2 The signs demolished, including foundations, will be paid for at the contract unit price bid per each. This price shall be full compensation for removing all demolished material, restoring sites, and furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the demolition, complete, following the provisions and intent of the plans and specifications. 125-5.3 The installation of signs, including foundations, will be paid for at the contract unit price bid per each type and size of sign installed. This price shall be full compensation for furnishing all materials, labor, equipment, tools and incidentals necessary to install the sign with transformer, complete in place, following the provisions and intent of the plans and specifications. Payment will be made under: Item L-125-5.1 Furnish L-858 Sign, 1 Face, 1 Module, with Transformer—per each w. Item L-125-5.2 Furnish L-858 Sign, 1 Face,2 Module, with Transformer—per each Item L-125-5.3 Furnish L-858 Sign, 1 Face, 4 Module, with Transformer—per each Item L-125-5.4 Install L-858 Sign, 1 Face, 1 Module, including Foundation—per each FAA Grant No. 3-48-0296-28-2005 L-125-7 Fort Worth Alliance Airport Contract Specifications Airfield Signage and Wind Cone Improvements Item L-125-5.5 Install L-858 Sign, 1 Face, 2 Module, including Foundation—per each Item L-125-5.6 Install L-858 Sign, 1 Face, 4 Module, including Foundation—per each Item L-125-5.7 Demolish Airfield Sign, including Foundation -per each END OF ITEM FAA Grant No. 3-48-0296-28-2005 L-125-8 Fort Worth Alliance Airport Contract Specifications Airfield Signage and Wind Cone Improvements ITEM L-849 REIL SYSTEM DESCRIPTION 849-1.1 GENERAL. This item shall consist of furnishing and installing a Runway End Identification Lights (REIL) System, Type L-849, Style E, as shown on the plans and in accordance with these specifications. It includes all removal, layout,adaption to existing foundations,frangible couplings, cable connections,current transformers,power converters,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,power cables,counterpoise,cable markers,and trench and backfill are incidental to this item; no separate payment will be made. EQUIPMENT AND MATERIALS 849-2.1 GENERAL.All required equipment and material shall be in accordance with FAA AC 150/5345-51 and Item L-108. 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, with a system consisting of two REEL units for one runway end. Removal of existing REIL units shall not be measured separately, but shall be considered subsidiary to the installation. BASIS OF PAYMENT 849-5.1 The REIL systems will be paid at the contract price bid per each system furnished and installed. 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 each END OF ITEM L-849 �. FAA Grant No. 3-48-0296-28-2005 L-849-1