HomeMy WebLinkAboutContract 28424I�i
I f
I ,
��������
�. � I �' S��RE�A�`i � -
L�.f . �r„ F9: i
C��h�T�'��.v t�;:; : �;� , .
�:.�_�����1"�Tl���'� ' ��
{vi ii._f�[� �..'��-i'�'�51=�1�'�I'; '. i i
u
SPE�i�I�ATIONS
'� AND
�O�1T�tA�T b��UI�IENT�
FOR
0
�fT�f �E�:���ARV i�� ��
�:�_}i�~�f�A�.=� �`��� __ �... �Y ---�
����w7 ���7 �RJ�1fV�� L����� ���4��w7�
�7��711��7� ��� ��1-4���IVL71
i
�
�
, �
Jt�4�
�������� ������Y
F�R TF��
�i`�lf �F F�1�71N�R7Wx T���S
FAA Cr�rtt f�um�er: 3Y48����6-1�0'i
P�oje�t N��'If���': �Fl7��Q�52187���1�
�ile Number: Nl���
D.�.E. �Vumber; ��88
��NNET�i BARRT h11�Y�R
�
CAR�' 1N. J���C���l, �ITI' N1AN�4�ER
BRID���'T'� C. ��#R�iETT, A�T11V� DIAE�T�R, D�PA�iTkV���iT �F A1�IAT1�#�
�1. D�IJ�L��� RI�DEi�+11��EFCx F'.E., ��1�jf�EERI�S� DIRE�T��t
�
� .
0
e
i "� � C p�/
� ��4�F5��� 1� 1 .
sa � IF �sr yy�
I� ��Ofi�iir#i�ti�r�Orti��
'�,+ � ��so� `� x; �r���`��'k���J�' ���
# �4 �'■--��` � �
( ��
�� ������`�`� � � C',AF�7`El� 8� BIJ�C{`'a��S� ��i�.
' � ` � ����lGa�}��R� •, �LAi�N�R� * �UR�IE*���C�
� � �7� N1AIN ��R��T
� ��I�T W�R�#�, TE�{�� 7��0�
h I �8�6 k��. 01 j 1�8_�10
��������
:'� �' �'� � ,�,,�������'
��: Rl��f ?��',�� '�':uw� na,Jf
I+;'¶' lll�' , ' �i'�1' `r"`�
�''"'� "*.~*+�'i
�*. *�
i
t�r.,.wt��si��+....., i.�
JOSE SOTO
... � .............. �......
�B2a� :;�.
.
� ���� �
- _,.s
�
. . � .
*�` — —
�
�
�ity of �'o�t Wa�th, 7'exas
���� ��d ��c����� ���rr�u�r�;���;�r�
DATE REFERENC� NUMS�R LOG NAME PAGE
1194103 ����� 94� � 30A1RPORT ` 1 of 2
suB,��cT CONTRACT WITH B-C COMPANY, INC. FOR RUNWAY GUARD LIGHTS, SIGNS AND
STRIPING IMPROVEMENTS AT ALLIANCE AERP4RT
RECOMMENDATION:
it is recommended that the City Council autharize the City Mar�ager to execute a contract with B-C
Company, Inc. in the amount of $373,530.80 for runway guard lights, signs and striping improvements
at Afliance Airport.
o�scussion�:
On August 2D, 2002 (M&C C-19200), th� City Council authorized the City ManageT io execute a grant
agreem�nt amendment to ir�crease the amount of Federal Aviatian Administration (FAA) Grant No.
3-48-0296-15-01 from $517,731.00 to $1,07D,1S6.Q0 far the purchase af an aircraft r�scue and
firefighting vehicEe a�d to upgrade various airfie{d lighting and markings,
T�� actual amount of the aircraft rescue and firefighting vehicle was $602,766.00. The FAA grant
participation in this purchase was $�42,489.00, and the amnunt of $60,277.Q0 from the City's New
Equipment Purchas�s Fund was utilized far the City`s match of 1Q%.
This Mayor and Cauncil Cammunication recommends thaf a contract be awarded to B-C Company, Inc.
in the amount of $373,530.80 for runway guard lights, sign, and striping improvements. This is the
second project under Grant No. 3-�48-029fi-15-01. The existing land credits that remain from the
originaf land dor�ation for Alliar�ce Airport will be utilized for the City's 10% in-kind local match
requirements for t�is project.
;� Remaining funds of $1�4,166.20 in the grant wifl he utilize� far any required change orders to this
� projeci, and for the purchase of supplementa[ equipment for t�e aircraft resc�e and fir�fighting vehicEe.
The Alliance Air Services will be respor�sible far managin� this project for the City.
The project was adueriised far bid on October 3 ar�d Oc#ober 1 a, 2002. On No�ember 7, 2002, the
; - following bids were received:
- �� -
. ,
AMOUNT
B-C Companv. Inc. $373,530.80
Acme E[ectric Company, Inc. $48p,019.00
�
'' F& W Electric Canstructors, Inc. $650,OOO.QO
The total construction time is 30 warking days.
I I
I ;l
C`ity of �"o�t Wo�th, T;exas
�y�� ��� �,a����� �,�����������r�
QATE REFERENCE NUMBER L.OG 1�3ANfE PAG�
11141d3 **�d1 g�.� 6 3QAIRP�RT 2 of 2
sus��cY CQNTRACT WITH B-C COMPANY, INC. FOR RUNWAY GUARD LIGHTS, SIGNS AND
STRIPING IMPROVEMENTS AT ALLIANCE AIRPORT
B-C Company, fnc. is in �ompliance with the City's Disadvantag�d Busin�ss Enterprise (DBE} program
by cammitting to 1S% DBE participation. The City's goal on this praject is 6%.
This project is located in COUNCIL DfSTRICT 2.
FISCAL INFORMATIONICERTI�{CATIQN:
The Finance Director certifies that funds are available in the c�rrent capifal budget, as appropriate�, of
the Airparts Grant Fund.
MO:k
Submitted far City Manager's
Dffice by.
Marc Ott
�, Originating Ilepartment Head:
Douglas Itademaker
Additional I�formation Contaet:
� T+UND � ACCOUI�iT
� {�o� -
�
5476
�
6157 I (fi�nm)
GR14 539120
�
615'7 I
CEIVTER I AMOUNT I CITY SECRETARY
�
�
�
�
I AYYROVED 1/14/a3
055218732010 $373,530.80 I
�
�
�
DougIas Rademaker
�
NOV. 6. 2Q02 12: 2�PNi 817�73���146 �0, 4710��� �!4
�IiY �� �6Ri Vllt]E�Ti,i '
����►�i11AEh!'� Q� ENGIN�ERIN�
AB��i�DUM MO. �
ra �r�� ��.��s ��� s��c�����,�ir�n�s �,�� ca����c-r �►ocun��r��s .
�4R
�'l�AN� F9R RUNW��P GU�►�� l�IG�T�, �I�fd� AN� �TRIPFMG
AT AL�IAIdG� AIRPOa�
FRlB C9t`ant idumb�r: 3-4�i-02���1�Of
�r����4 Nu�t��er: GR7�-Q�����7�2A'�0
�ile Plumb�r: iW2�0
�b.[�.�. �dur�b�p: 3G88
�I9 �ATE 7 9/D7J42:
���7���13� fssll� b�T� � 91�sf�a:
Thls Add�ndum Mla. � forms � part of tne Contract Docu�►ents ref�renc�d abave and rnadif�es the
Q►igina! Co�tract Docu�'►e�ts �and Plans. Acknowledg� receipi oi this Adder��urn in the space
�ra�ide� below, in the �'roposal, ��ge P-5 and acknowlsdge 1'eceipt a� the Q�ter envelape af yaur
bid. Fa.ilure to acknowl�dg� I'eo��pi af �hi� Addendum could subject the bidderto disq��litication.
1.D Ppt�pos�l, ihe F'rop4sa! �Qrm has �aer� motiiiied as s�ow�, beiaw. �ontr�ctor shali replaGa
the propasa! farm pag� P 2 wrth pa�ge �-2A and �� v+�tF� page ��-4A whici� �re attacfled with
this addendum.
A. �ay Ite�n No. 6�-Uesaription ahang�d. �
�. �'2�y Item N�. 7 -�escription ct�an�ed
G. ��y 1#em N0. 7�Q�ranti#y eharrged �ram t7,�Op �.�, to i6,910 L.F'.
p. New pay it�m i7 a�dd on p�ga P-4A.
2.� �onstructlor� �I���: Sheet G0.03
�.
�,
Pay liem No. 6�- �f�ange des�riplior� of item io sa�d�as fo�lows;
"j 112 " GRS Conduil in 5aw Ker�°
�ay Item Ncs. 7- Ghan� description oi item to r�ad as foAows:
N2" pVC Conduit ca�plete with '�ranching and backfll and paving repair as required."
All oiE►er provislon5 0� th9 pl�ris, genesa� ccsmract docum��k� and specifieatians fw this project,
which �ra nat expr.�ssly amen�f� h�rein, shaR remain in farce.
A slgtted cc�py af this Rdde�dum Ma.1 sh��sld b� includ� in the �e�ted bid envslap� at the time of
bid subml�tal. �ailure tv ao#c�ow�edge the receipt af this Addendum Na.1 could cause th� subJect
bidder to be cvn�id�CQd "N�N-RE5PON5�VE", RESU�iING IN ��SqUAl�11�lCATIDN.
AD4EN9UM ND. i, R CKN4WL�t]G�D: A. �a�gl�s �adema�er, P.�.,
� �irecta Qept. of �ngineerin
� �
� . � _ APpro -�.
� pany:_�� _ ' c,�.�+�W �"�*�,'"t�, � Ric� i'rice, .�.
Ad�re55:Q,�• �w ��1•'�z� LL Msna�er, Gorlsultirig Servicas
GitylStatelZip: '����la'� 7 b� 3 t0
�elephone No. ��- �t� "��� Add�n��m No, i- wa�e� �
tssued; �1lOs1o2
�P��lF 1��4'�IB��
���
�BI�T�A�'P �O��IM�Ni�
�'O�
P�I�N� �'�� ��nll�V�►Y ��,�a�D ����TS�
- �IG�l�q A�� ST�IP�NG
��
�LLI�IVCE �4[�P��T
,
;
�
,,
;�
��R i��
�i'�Y ��' i��RT' lNORif�, T�3�#�
�RA f�rant Number. 3�48-0�9G�1�Q1
Project Number; �R76e0552� 8732�10
�'i1e Nurnber: M��D
�.0.�. Numb�r: �6�8
K�NNE�W �AR�, MAYOR GARY W. ,�ACK50N, �ITY MANAG�R
�R{DGETi� G. CARR�T�, ACTINC 91�€CTOR, D�PA�iM�Ni ��' AVIAiIaN
A, DOUGf�4S RAD�MAKER, �.�., �NGINE�RING �1RECiQ�
P���A�1�� BY:
Car°'t'°�r���u�es�
"�`�' CARTER & BURCESS, INC,
� ' � �� �NGIN�ERS �, Pl..ANN�R$ � SURVEYORS
i77 MAIN S'rFi�ET
FO�iT 1NORiki, TEXAS 76i 02
C&B NO. 011 'I 28.0� 0
�,�'`� �
■ssry.au���s�ryH�q?
�!{��.�V 1'
I I�A11����1����N
��24�
r-
� /��/ �
Alliance Airpar�
Runway GUard Lighis, Signs, a�d Striping
Ai�' �raject No. �-48-0296�15Ui
I�[��JJC O� G�i�i`�,�1CT ��CUf��i�T� �Of�D S���[�'iGAiI�N�
� No�rc� To Bi�o�ps
s��c�A� iNST�uc�ioNs ro Bin��Rs
DISADV�NTAG� BUSIN�55 �NTERPRfSE SP€CI�ICAYIONS
; WAC� RATE D���RMINATI�N
PROP05AL
,
VENDOR CUMPL�RNC€ TO STAi� LRW
. C�I��'1�iCAi� OF 1N5URANC�
' CQNTRACTOR COMPLIANCE WIiH WO�tK�R'S COMP�NSA�ION �AW
�QUIPM�N� SCH�I�U�.�
�XPE�I�NC� �t�CO�D
� � P�R�'ORMANCE �OND
PAYMEN� BOND
CONT'RACT
PA�iT � - S��CfAL �I�OVISIQNS
�, PARi �I -- WAGE, I�A�QR, �EO AND SAF�TIt R�QUIR�M�N�S
PART II! � G�N��AL PROVISIONS
� �ART �V � T�C�INICAL SPECIFICATIONS
I-1
NOiIG� i0 �1D��1��
5ea�ed proposafs fnr the follawing:
�C��: PLAA1� F�R �tIJA�WAY GUARD LIG�iYS, �I�NS
�� ST�I�ING Ai AL,LIANGE AI���RT
�RO.1��T iVO. ��i6efl5�2�8732d��
��L�: PlO. IVI22�
D�� #: 368�
Add�essed to Mr. Gary W. JacKson, City Manager of the City of Far# 1lllarth, Texas wfll be recei�ed at the
Purchasing Office until 1:30 F'M, ihursday� Navember �� �OD� �nd t�en publicEy openad and read alaud
a# 2:D0 PM in the Council Charnbers. Plans, Specificat9ans and Cnntrac# C]ocuments for this proJec# may
be ob#ained at the Office of fhe �epa�kment of �ngineering, Municipal Office �uilding, 1000 Throckmortan
5treet, F�rt Worth, T'exas. One sef of dacuments will be provPded to prospecti�e bidders for a deposit of
fifty dollars ($54.OQ); such deposit wil[ be refunded if the document is returned in goad conditian wEthi�
(10} days after bids are opened, Add�tianal sets may be purahased on a nanrefundable ba�is far fifty
dollars ($�a.QO) per set. These documertts contain adtlitianal information for prospective bidders.
Sid securi�y is req�ired in accordanae with the Special lnstruction to Bidders.
The Cify reserves the right to rejecT any andlor all bids and wai�e any andlar a!f irregufarities. No bid may
!�e withdrawn t�nti! the expirafion of forky-nine (49) days from the date the DBE UTILI�ATIDN �ORM,
PRIME CON7RACTOR WA1V�R FORM andlor khe GOO� F'AlTH EF�OR7 �ORM ("l]oc�menfa�9on") a5
appsopriate is received �y the Cit�r. The award of contract, if made, wlll �e w2t[�in forty-�ine {49) days af�er
this documeniation Is reaeived, but in no case will the award be made �nti� ti�e responsfbiAty af the hidder
ta whom it is prapased to award the contraci has baen verified.
Bidd�rs are responsible for obtaining all Addenda to the contract documents and acknvwledging recaipt
of the Addenda by lnitialin� the apprpprlaie spaces Qn the PROP05AL farm. Bids that do not
acknowledge receipt of all Adde�da may be rejected as �eing nonresponsive. Information reg�rding the
status af Addenda may �e �btained by con#acting the Department of Engineering at 817-879-7940,
; ln aecord witF� City of Fort Wc�rth Ordinance Na. 1347�, as amended by Ordinance 13781, the Cify of �ort
Worth has �aa�s far the part�cipation o� rriinority business enterprises �nd wamen business enterprises in
;- Ciiy canErac�, A copy of the Ordinance can be obt�ined�from the ��fiice of the City Sec�etary. In additiQn,
, ft�e bi�der shafi subrrtit the b�E UTI�IZATIDIV FORM, PR1M� CON7RAC'T�R WAlV�R FORM andlor
' tt�e C�DOD F'AI7H �F'FQR'T FORM ("Doc�mentation") as appropriate. The documentation must 1�e
received no later than 5:04 PM, fi�e (�) City business days after ihe bid apenir�g date. The bidder shall
'' obtaln a receipt fram the appropriate emplayee of ihe manaaing department to whom delivery was mad�.
� 5uch rece9pt shall be evidence t�at the doaument�tion wes received by the Gity. Failure ka comply shall
render fihe bid nonresponsive. �or acldifional informati4n, contact Gopa! Sahu at {817) 874-7949 or .fase
Sata, P.E. at (817) 735-6248.
GARY W. JACKSON GLORlA F'�ARSON
CiTY MANAG�R C17Y S�CREiARY
, � A. Douglas Rademaker, P.E.
. Dir , eering
By: �
Rick.7rice, P.�. `'
- Manager, �ngineerir�g Servi�ces
Aavertising �at�s: OcQaher 3, 2002
�c��her �I�1, �002
! Alliance I�TB IVB-'l
COMRR�H�.NSfVE NOTICE TO �IDDERS
Sealed prapa�a�s f�r the fali�wing:
�UI�WAY {aUE�RD LEGbiS, �lGNS, AfdD �i�t�liV� Ai
A6L,IAN�� A[��O�i �'OR: PROJ�C� NUIV���� ���6�05�29�i�2�'90
�.6.E. f��• 36�� �'I6� �I�Y f9di��O
Addre�sed ta Mr. Gary W, Jacksan, City Manager of the Ciiy of Fort Worfh, Texas, will be
received at the City of I�ort Wort� until 1�30 P.M., November 7, 200�, and then publicfy apen
and read ai�ud at 2:D0 � P.M. Cantract Documen#s, including Plans and 5pecifications for this
projec�, may be o6tain�d at the office o� the irans�orfation and �ubiic works Department of the
City afi �ort Worth, 1000 Throckmorton 5treet, �ort Worth, iexas 76102. R deposit of fifty
dollars ($50.00) is required for the first set of documents and add�t9onal sets may be pu�chased
at the nan-re�undable basis for fifty dallars ($�0.00) per set.
A�! bi�ders will be required to com�ly with provlsion 5'l�9a af "Vernon's Givit 5tatutes" of the
State 4� T�xas with respect to payment of prevailing wage rates and City Ordinance No. 7400
(�c�rt Worth Ci�y Code Sections "�3-�-2'1 throu�h �3�Ae�9}, prohibiting discrimination in
employment practic.es.
Bid security fs requi�ed in Accordance with Paragrapi� 1 of ihe Special Instrucfions to B�dders,
; in general, t�re wark consists of the fo�lowing:
Remaval af exisfing haldbar striping on taxiways. and insta�Vation of new hoidbar
' markings at designated Iocations. Remova4 af exist9ng in-pavement Gght fixtures
,, and i�stalEati�� of iaad-beari�g lids o� rema�nir�g ligh� bases. Installatian of rtew
L�852�, .sem9�flus3� i�-pavement runway guard lights cvmpl�te wit� b�se,
transforrr�er and fixture. Installafion af neuv Gircuit run ta electrical vault and new
' 15KW cans#anf c�rrent reg�lator. Relocatian of existing guidance signs
�� �mplete wifii� sign base �-867 iight base, concre#e and assflciat�d hardware.
, Demolitian of existing sign bases afte� sigr� is relocated.
The City reserves the right to reject any andlor all Bids and waive any andlor all formalities.
AWARD OF C�Ni�ACT: No b�d may be withdrawn until the expiration ot fortydnir�e (49) days
fram the date bids ar� apenad, The award ofi contract, �f made, will be witnin forkyenine (49)
days afi�er the opening of �ids, but in no case wil[ the award �e made until the res�ohsibility of
the bi�der tv whom it is proposed ta award ihe con#rac� has been verified.
� gidders are respansi�le for olotainir�g all addenda to the contract �acuments and acknowledgir�g
receipt of #he addenda �y initiali�g #he appropriate spaces on tha PR4POSAL form. �ids that
do r�o acknowledge receipt of all addenda may be . re)ected as being non-respansive.
, Infarmaiion regarding tf�at siatus of addenda may be obtained by cantacting the Department of
Engin�er�ing (817} 871-799 0.
,
A pre-bid canference will be �eld for this project on Qcto��r 3�, 20�2 at 2:00 F�. M. at the
Alliar�ce Airport Offices, 2229 Aliiance Boulevard, Suit� 100, Fort Wnrth, Texas.
Akliance N�"B i�B-2
Bidders are encauraged to submit fhe required D�E documentatian with their bid. Fiowever, it is
not a mandatory requlrement.
ihe �idder (Proposer) must sz�ppfy all the information required by th� instructions to �idders
and the bid must �� submitt�d on a farm which substantially compiies with the form provided by
the City of Fort Worth.
The succ�ssful bidder will be required fo fur�ish a Performanee �o�d and Payment �ond, each
in the ful� .amauni of the cantrac# price, executed by a surety company ar surety compan�es
autharized �o execuie surety bonds under. and in accardance with the laws of #he State of
�exas.
All bidd��s and propos�rs s�all make good faith efforts, as de�ned in �Appendix A of 49 G�R
Part 23, regulatfons of tF�e Office af ti�e Secretary of Transportatiot�, to su�contract �7 perG�nt of
the dol�ar value of the prime contrac� �o small business concer�s owned and cantrolled by
sociapy and economicalfy disadvantag�d individuals (DB�s). in the event that the bidder far this
soficitatic�n quali�i�s as a D��, the contract goal shall be deemed to have been mei. Indjviduals
who are r�buttabl� presumed� to be sacial[y and ecor�omicaily disadvantage� i�clude women,
�lac�s, Nispanics, Nati�e Amer+cans, Asian�Pacific Amaricans and Asianolndian Rmericans.
ih� apparent suc�essfu{ bidder {proposer) will be �e�uired ta submit informa#ion concerning the
D�E's that w�ll participate in this �oniract. The informatiar� wi[I includ� the name and address
for each D�E, a description of the work to be pertormed by each nam�d firm, and the do�lar
�alue of the contract (subconf�act). If the bidder faifs ta act�ieve the contract goal as stated
herein, it will be required to pravide documerttation demons#rating t�at it made gaod faif� efforts
in attemp�ing #o do so. A bid fhat farls to meet t�ese requirements will be considered
nonrespansive.
�or add�tional in�ormatian, contact Gapal Sahu, P.E. at {81i} 871-7949 or Jose Soto, �'.E, at
(81 / ) �'35-6208.
GARY W. JACKSON GLORIA P�AR50N
� � GI7Y MANAG�R CIiY SECR�iARY�
Department af �ngir��ering
A. dou fas Rad�maker, Directar
By: � ..�.�:i'' `I �
Rfck Tric�, �. �.
Manager, Engfneering 5ervic�s
Adver�isement Dates:
Ociober 3. 2�02
�cfiober 1 Q. 20Q2
Fo�t Worth, �e�cas
AllianCe NT8
NB-3
fiE��'rce �o BPdders
�uy Amer�i�an - a�ceel and NYar�u��ctur�ed
�r�duc�s �or CA�s�ructian ��n�rac� (��nu�ry'i��1)
I, The Rvia#ion Safety and Capacity �x�ansian Act of 9990 provEdes that preference be
given to steei and manufactured products prnduced i� the United States when funds are
expended pursuant to a grant issued under the Airport Improvement Program. i'he
fallowing terms apply:
A. Steel and Manufactured Products. Rs us�d in this clause, steel. and
manufactured products include (1) steel praduced in the United States or (�} a
mar�utactured pro�uct praduced ln the United States, if the cast of it�
campo�ents mined, produced nr manufactured in ihe Ur�ited States ex��eds 60
percent of the cost of all its camportents and fiinal assembly has ta�Cen plaee in
the Ur�ited States. Cflmpaner�ts o� foreign origin of the same �lass or� kind as the
products referred to in 'subparagraphs (I I)(Aj �r (�) shall be treated as domestic.
�. Com�ponents.
materials, and
product�.
As used in this cla�se, camponents means those articles,
supplles incorparated directly into steel and manufactured
C, Cost af Components. This means the cosfs for production of the componenis,
exclusive of final ass�mbly labor costs.
��
�
�
II. The successfui bidder wil! be required to assur� that only domestic steel and
manufactured praducts will be used by the Cantractor, Subcontractors, Materialmen, and
Su�pliers in #Yr� perFflrmance of fhis cantracf, except those R
A, that the U.S. Department of �'ransportation has determined, under the Rvia#ion
5afety and Capacity Expansion Ac# of 1990, ar� not prpduced in the United
States in sufficient artd reasonable available quantit�es and of a satisfactary
quality;
B. that the U.S. Depar�ment of Transportatiart has det�rmined, under the R�iation
Sa�ety and Capacity Expar�sior� Act ofi 1990, that .domestic preference wauid be
inconsi�tent with the public inierest; or
C
Alliance NTB
that inclusio� of domsstic materfaf will increase tF�� cost of the o�erail praject
contract by more #�an �5 percen#.
N8-4
�411i�n�� di�p�r�
R�r�w�y �uar�d Ligh�s, �ic�n�, and Sfiripi�g
AI� Pr�je�f Nv. �-4�04��6-��@�9
�
����IAL 1�l�iRUCTI0iV5 Y� �I���R�
SP�CIA� INSiR�CT'�ON `i0 Bf�DERS
'�. �[� ��CUFtIiY_ Cashier's checiC or an accepiable �i�der's bond payable ta tf�e Ci�y of
Farf Wnrth, in a� amaunt of r�af less than fi�e (5%) per oenf o# the �vtal ofi the 6id
subm�tt�d must accompariy the bid, and is s�b�ect �q forfeit in the event the sucaessfu4
laidder fails to execute th�e cqntraat dac�ments within ten (10) days after the contract has
been awarded.
To be �� acceptable surety an the bond, (1) the r�ame o# the surety shafl be incfuded on
th� current U,S. ireasury, or (2} the surety m�st harre c�pital and surplus eq�aI to ten
times the I�mit of ihe �ond. The surety must be fiaensed to do business in the state of
�exas. The amoun� of the bond shall not exceec! the amount shown on #he treasury list
or �ne�tenth (111 �) the tota! capita! and surAfus.
2. PAYM�Ni �pND AN� P���'O�MAf��� ��ND: The successfuf bidder eniering inio a
cantract for the work wi41 be required to give the Gity surety in a sum equal to the amount o�
the con#ract awarded. 4ri fhis cor�nect9on, the sr�coessful �idder si�all be required tp furnist� a
pe�ormance bond and a paymen# bon�, bafih in a sum equaf to ti�e amount of the cantract
awarded. �'he form of the bonc� shall be as herein provided and tl�e surety sha�l be
acce�table fo #}�e Gi#y, All bands furnlshed hsreunder shall meet the rea�u�rements o�
Chapter �25�, Texas (�avernment Code.
fn order for a surety to be accepta�le to the City, the surety must (1) hold a certificate o#
authori�ty from the Untiad 5taies s�cr�tary af the treasury to qualify as a surety on
obligations p�rmitted or required under federal law; or {2� have obtained rei�surance for
�ny lia�ifity in excess of $� OQ,000 firom a reinsurer that is aui�arized and �dmitied as a
refnsurer in #�e s#ate of Texas and is the holder af a cert'rficate of authority from the
Unt�ed 5tates secretary af the treasury to qualifiy as a surety on a�ligat�ons �ermitted vr
re�uired ur�der �ederal law, Satisfactnry praof of ar�y such reinsurance shal� be pro�ided
to tY�� City upon reguest. T�te City, in its svle discr�iion, wilf determine the adeguacy af
the proof required Y�erain.
The C�ty w�l[ accept ria su�eties w}�o are in de#suCt or t�elinquent an any bnnds ar who
; ha�e an infierest in ar�y litig�tiors against the City. 5hou�d any surety on the cor�trac# be
; determir�ed unsat�sfaciory at any time by the City, notice will be given to the contractor to
that ef�ect and the contractor shalf immsdia�ely provide a new surety satisfactQry to the
� � City.
If the cantract amaunt is �n excess of $25,a00, a Payment �ond shal! be executed, in the
amount of ihe contract, solely for the proteciivn of all claimants suppfying labor and
r�aterials in the prflsecution of the wark.
If the contract amount is �n excess of $100,000, a Performance �ond shall be exeaut�d,
in ihe amoun# of the car�tract eonditioned on the �aith#uf �erfQrmance of the work in
accordance with the p4ar��, specifications, and cantract documents. 5a�d bond sha{I
solely be for #�Se protectRon of the Gity of Fart V�lor�h.
3. LI�UIDAT�D DAI9fl���S; ihe C�ntractar's attention is cal[ed �a Part 1, ltem 8,
paragra�h S.Fi, of the "Generai Pravisions" of the Standard Spec�fications far
Construction af the Gity fl� Fo�t Worth, �ex�s, concernrng liquidated c�amages fior late
comple�ion of projects.
a� 1 �2so�.oaa.do� i6-1
�
4. �M�1(�UIiY: Irt case of ambiguity or lack af �Iearness in stating prices in the proposa�,
the City res�rves ihe righ� to adopt the most advantageous construc4�or� thereof to #ne
Gity or ta reject the prapasal.
�. ��Pl��YfVY��i: All bidders wi11 be required �o camply with Cify Ordinanae No. 7278 as
amended by 9ty Or�inance No. 74U0 (Fart Worth City Co�e Section 13-A�21 through
13-a�29} proYtibiting discrimination in emplayment practices.
6. W,�4GE RAi��: The �idder also agrees to pay nat less than the "�ravailing Wage
Rates far Highway Cons��uction° as established by the City of For� Worth and not less
than the wage rates stat�d in Gerreral Wage Decisiar� Na. TX02�045.
7. I�INAfV�IAL �TAT�fiI��IV'�: A current ceriified finartcia! statemen# may be required by
the �epartment of Engineering if required for use by the �ITY O� �D�T WORTH in
determining the successful bidder. Yhis statemen�, if required, is ta be prepared by an
independenf Puhlic Accountant halding a vaiid permit issuecf by an appropriafie State _
�icensing Agency.
�. tf��U��t1VC�: llMlithin ten {10) days vf receipt of notice of award flf eantract, the
�ontractor must pravide, along with executed contrac� documents and apprapriate
bonds, praof of in�vra�ce for Worker's Compensatian and Com�rehensive General
� Liahi�fiy {Bodily Ir�jury-$250,OD0 each person, $50a,0a0 eac#� o�currence; Property
Damage -$300,Q00 each accurrence). ihe C9ty reserves the rig�t to request any otner
� insurance co�era�es as may #�e required by each �ndi�i�ual project.
9. A��fYl0��6 IWSUF��NC� R�C�UI��i��n�i�:
� a. ihe City, its afficers, emp�oye�s and servants shall be endorsed as an additional
, insured on Cor�tractor's insurance policies exceptirtg employer's liability insurance
coverage un�er Co�tracior's workers' compensation insurance policy.
, b, Cer�ificat�s af iRsurance shalf be delivered to the Ciiy oi Fort Worih, contract
adminis#rator in the respective deAartment as speci#ied in the bid documents, ��00
Throckmorton Strset, F'ort Wor�h, iX 76102, prior ta commenceme�tt of work an tha
contracied project.
c. Rny faiiure on part of tY�e City to request re�uired insurance dacumentation shall not
constitute a waiver af the insurance requirsments specified F�erein.
d. �ach i�suranae policy shall be endorsed to provide the City a m�nimum thirty days
' i notice of cancellation, non-renewai, and/or material changa in poliay terms or
� coverage. A ten days notice shall �e acceptable in fh� s�ent of non-payment of
premium.
e. lnsurers must 6e authorized to do busine�s in the St�te o# Texas and have a current
A.M. �esfi ratit�g o� A: VI1 or equi�afent meas�re o# finaneial strength artd �afvency.
f, Deductible limits, or sel#-funded retention limits, on each policy must n�t exceed
$10,OODA4 per occurrence unless otherwise appro�ed by the City,
011 �280f.00a.doc Is-2
g. Ot�er fhar� wvrker's compensation insu�ance, in lieu of tradiiional insurance, City
may cansi�er alternative caverage vr ris� trea#ment measures through insurance
pools or risk retention groups. ihe City mus� a�prove in writing any alternati�e
coverage. '
h. Wor�Cera' comper�satian insurance policy(s� covering employees employed on the
projec� shall be endorsed with a waiver af subragation �ro�iding rights ofi recovery in
favor of the City.
i. City shali not be respansible for the direct payment of insurance prem�um costs far
cantractor's insurance.
j. Contractor's insurance paficies shali each be endorsed #o provfde that such
insurance is primary protectian and any seff-funded or commercial coverage
maintained by Ci�r shall not be called upan to contribute to Ioss recovery.
k. In t�e course of the pro�ect, Contractor sh�ll report, in a iimely mar�ner, tv CEty's
officially designated contract administrator any knowr� lass occurre�tce which could
g'rve rise to a liabi�ity cfa�m or lawsuifi or which could res[�It in a property loss.
I. Contractar's liability shall not be limited fo the speoified amount� of insurance
required herein.
m. Upan �he request of City, Contr�ctar sha[I provide com�lete copies of al! insurance
palicies reqt�ired by these contract documents.
7 D. i�ON���1��i�Y �I�D�F3S: P�arsuant to Article &01 g, Texas Re�ised Civif Statutes, #he
City v ort n�h wilf not award this cantract to a non resident bidder unless the
nonresident's bid is lawer tha�n t�e lowest bid submitted �y a responsible 7exas resident
bidder by fhe same amaunt fihat a Texas resident bidder wauld be requirad to under�id a
nonresident bidder to obfiain a comparable contract iR the sta#e ir� whic� th�
r�onresi�ent's princi�al place of business is loaaied.
"Nonresident b}dde�' means � bidder whose principal place of business is noi in this
state, but excludes a corttractor wi�ose ultimate parent campany or majority owner has
it� princfpal place of business in this sta#e.
� "�exas resid�nt bidder" means a bidder whose principa! place of �usiness is in this state,
and includes � cantractar whose ultimate parent com�any or majority owner has its
principal plaae of b�sfness �n fhis sta�e,
This provision does nat apply if this car�tract involves federal fu�ds.
� ihe appropriafe blanks of the Prnpasal must be filled out by a11 non resider�t b�dders in
order �or its bid to meet specifiications. The failure of a nor�residerot corrtractor to do so
` will automatically disqualify that btdder.
� 9. ��SA�VAf��'��C�D �USlf��S��N��R�RI��S: In accord with City of �ort Worth
' Op�inance No. i 3471, as amen ed y Ordinance f 3781, the City ot �o�t Worth has
�oals for the participation af disadvantaged business enierprises in City confracts. A
copy of the Ordinanee can be obtained from �e ofFioe of t�e City Secretary. In addiiion,
0y 112801.DOa.doc fB-3
the b�d�er sha11 submit the D�� UiILIZATION F'ORM, PRIME CONTRAC�OR INAIV�R
FO�M and/or tf�� Ga�D �AITH E�'�ORT FORM ("�ocumentation") as appropriate.
Th� oocumentaiion must be reaeived �o later fhan S:Oa p.m., five (5� City business days
after the bid apening date. The bidder shali abtain a receipt �rom #he appropriate
amployee of the marragfng departm�nt to whom delivery was made, Such receipt shall
�e evidence that the �ocumentation was received by� the City. �'ail�re to comply shall
render the brd non-resporrsive.
Upon requ�st, Co�tractor agrees ta �rovide to owner complefie and �ccurate �nformat�an
regarding ac#ual work performed by Disadvantaged Business Enterprise {D�E) an tF�e
con#ract and �ayment therefare. Contrac#or iurtl�er agrees to permit an audit andlor
examination o� any books, records or fifes in its possession that wiil substantiata the
actua� wark performed �y a D��, The misrepres�ntaiion af #acts (o#�er than a�eglige�t
misrepresentation) anc�lor the comrnjssiar� of fraud by tf�e Cor�trac�tor w�!! �e grau�ds for
termination af the contract andlor initiation actior� under appropriate federal, state or
locaf laws vr ordinar�ces rela�ing td faEse sta#ement; iurther, any such misrepresentation
(other t�an a negligen� misrepresentation) andlor commissioh o# fraud will resul� fn the
Cohtractar being determined tQ be irresponsible ar�d �arred from �artici�ation in City
woric for a period 4# time af �ot iess than three (�) years.
92. �lNA�D OF �OfVTR��i; Contrac# will be awarded ta tt�e lowest respansive bidder.
ihe City reserves the right to reject any andlar afi bids and waive any ancllor aq
irregularities. No bid may be withdrawn until the expiration of forty-nine (49} days #rom
the date �h� DBE Ui1tl�►iION FQF�M, PR1ME CaNT�ACiOR WAfV�R �pRM andlor
ihe GOO� I�AIiH �FFQRT �OF�M ("Documenta�ior�") as appro�riate is received �y the
Gity. The award ofi contrac�, i# made, wil! be within forty�ntne (49) days after this
dacumentation is received, �ut ir� no case will ��e award be made �rntil the respansibilfty
of the bidder #o wham it is proposed to award th� contract has �een veri�isd.
13. P�4Yf�I�NT: The Gontractor wil[ receive f�tll payment (minus 5% retainage) from �he Ciiy
for all work for eacf� pay perivd. Paymen� of the remaining amount shall be mads wlth
the final payment, and upon acceptance of the �roject.
74�. A���lVD�: Bi�ders are responsible for obtaining a11 addenda to tF�� con#ract
dacumenis prior tv the bicf receipt tima and acknowfedging them at t�e time o� bid
recefpf. Information regarding the stat�as of addenda may be obtained by cantacting the
�epartment of �ngineering Constructian �ivision at (81�) 87��7910. Bir�s that so noi
acknowiedge al} appyicable addenc�a may be r�jected as non-responsive.
1�. �@i�i�d�YO� C�tiIYC�61,��lG� Wli1� W�RF���°S ���Ui��IV�Ai{ON ��►E.�f:
R. Wor{ters �ompe�satior� �r�surance Coverage
a. �efinitions:
� Certain ai coverage �"certificate"}. A copy of a certificate ofi fnsurance, a cer�ificate of
at�thoriiy to self�insure iss�aed by the commission, or a ca�erage agreement �1"WCG
�� 81, `fWCC-82, TWCG-83, or �MfCC�84}, showir�� statu#ory wnrker's compensation
' insuranee cov�rage for t�e person's or antity's employees providing serviaes an a
pro�ect, for t�e duration of the project.
ai � �2a01.D0a.doc lB-4
�?uration of t�e praject includes ths time from #F�e beginni�g o# the work on the
project unti� the cantractor's/�erson's work on the praject has been comple4ed and
accepfed by �he gov�rnm�ntaE entity.
P�rsons providing serv�ces on the projeci (�subcontractor"' in �4�6.096}-includes ail
persons or eniities performing all or part of the serrrices fhe contractor has
undertaken ta petiorm on the project, regardless of whether ti�at �erson contracted
directly with the contractor and regard�ess af whether ihat person has employees.
T'his i�cludes, withaut limiiation, independent cantractors, st�bcontractors, leasing
compani�s, mator ca�riers, owr�er�operators, emplayees of any such sntity, or
employees of any en�ity whicf� furnishes �ersans to provide services on ti�e prajac�.
"Services" �nciude, withoui limit�tion, pro�iding, ha�ling, or �efivering equipment or
materials, or providing labor, transportation, or tor�er services refated to a projec�.
"Services" does no# �nclude activi�res urirela�ed to tl�e pro}ect, such as #oacUbeverage
vendors, office supply deliveries, artd delNery of �ortabEe tailets.
b. �'F�e contractor shal! provided coverage, based on proper repor�ing of classification
codes �nd payrali amounts and filPng of any caverage agreements, which mee�s the
ststu�ory requiremen�s o� �'exas l.abor Coda, Section �Oi .01 i(44) or all employees
of �he con�ractor providing services on ihe praject, for the duration of the project.
c. The Contracior must pro�i�e a cert�ficate of coWerage to the g�vernmantal enfity prior
t� being awarded the contract.
' d. If the caverage period shown on ihe contractor's current certificafe of cove�age ends
,. during the duration of the project, ihe con#rac�ar must, prior t� the e�d of the
co�erage �eriod, fi4e a new certfficate of caverage wi�th #he gove�nmental entity
snowi�g that coverage �as be�en extended.
e. The contra�tor ahall abtain frc�m eaah person providing serv�c�s or� a project, and
provide to the gvvernmentai er�tity:
(1) a certificate of coverage, prior ta that persan beginni�g work on the projeci, so
the gavernmenta! entity wi�l have on fi�e certificates of coverage shawing
coverage for all persons providir�g services on the project; and
(�} no later t�an sever� days after reeeipt by the coniractorf a r�ew certificate of
co�erage showing extensivn o� caverage, if the car►erage �eriod shown on the
current certi�icate of correrage ends durir�g ti�e duration of the project.
f. The car�tractor sha�! retain al4 reauired certificaies of coverage far the duratio� of the
project a�d f�r one year t[�erea�ter
�. The confractor sha11 r�otify the governmental entity in writing by aertified mail or
persanal delivery, within ten (i D} days after the eontractor knew or �I�ould have
known, of any change tha# ma�eriafiy affects the prov�sia� of ca�erage nf any,��rson
prov�dfng services o� the project.
h. The contractor shall past on each praject site a Rotiae, in the text, form arsd manner
prescriber� by ihe iexas Worker's Campensativn Commission, informing all persons
01112801 AOa.dac IS-5
providing services on the prajec� that they are required to be co�ered, ar�d statir�g
f�ow a persnn may �erify co�erage and report lack o� coverage.
i. The contractor shal! contractua�ly require each persan vuith wham it contraats to
provide services on a projec#, to:
�1) provide co�erage, b�sed on �raper reporting on c�assificafion codes and payroll
amounfs and fi�ing of any coverage agreemen�s, which meefs tl�e siatt�tnry
req�irements of iexas labor Code, Section 401.011 (44) for al1 af its empioyees
providing services on the project, for the duration o# the projec#;
(�} provide to the coniractor, priar ta that persan I�ginni�g wark ar� the project, a
certificate of coverage showfng that coverage rs being provided far al! empbyees
of the person prou�idir�g services on the project, for the duration of the project;
(�} provide the contractor, p�ior ta the end of fhe co�erage period, a new cer�ificate
of coverage showing extensian ofi co�erage, if the coverage peri�d sY�own on ihe
current cerkificate of coverage ends during the duration of #�e project;
(4� abtain from each other �erson with whom it contracts, �nd provide to the
contraciar:
(a) a cert�ficate o� coverage, prior ta fhe o��er �erson beginning work on t�e
projec�, and
(b) a new certificate of co�erage showing extensEon of cor�erage, prior ta the
end of t�te co�erage period, if #he cov�rage periad shown on the current
certificate of caverage ends during the duratian pf the project;
(a) retain alf required certificates o# coverage an fite for tF�e duration of the projeot
and ior one year thereafter.
(6) notify the go�ernmental enti�ky in wirEng by certified mail or persan�! dellvery,
within ten (14) days after the persan kr�ew or should have �Cnown, of any ahange
that mat�rially affects t�e pro�ision of coverage of any person pro�riding services
on the praject; and
(i) contractt�ally require each pe�san wiih whom it contrac#s, to par�orm as required
by paragraphs �1) e(7), with the cert�ficates of c�verage to be providsr3 #o the
�erson for whom ihey sre providir�g services,
j. �y signing this contract or provi�ing or caus�ng fo be provided a certificate of
' coverage, the contractor is representing to the governmental enti�jr that a�l
, emplayees ofi the coniractar who will provide services on il�� projec# w�El he covered
�y worker's compensa#�on caverage for the duration of the proje�t, that the co�erage
� w��� be base�! on proper reporting of classification codes ar�d payml! amounts, and
tha� all co�erage agreements will be f�led with the appropriate insurance carrier or, in
the case o# a self ins�red, with the aommission's Di�is9on of Self-Insurance
� Regulatior�. Providing false or misleadir�g informatian may subject the contractor to
administrative, arimirtal, civil per�alties ar other civ�l actions.
�,
� 011 i2801.U0a.doc I�-8
k. ihe contractor's failure to comply with any of ti�ese provfsions is a breach of aontract
by #he aonfiractor does nat remedy the breach within ten days after receipt of notiae
of breach from the ga�ernmenfai entity.
B. ihe contractor shall post a notice on eanh project site infarmir�g a!i persons providing
services an �i�e project tha� they are required to be covered, and stating how a
person may verify current ca�erage ar�d report failure ta provide c�overage. ihis
notice does no� satisfy other posting requirements imposed by the �'exas Worker's
Com�ensation Act or ather iexas Wor�er's Comper�satfan Cammission rules. This
natice must be printed wi#h a titEe in at least 3Q point bold type and text in at least 19
poinfi normal type, and shall be in both English and Spanish and any other language
common #o the worker pop�lation. The text for the noiices shall be the fo�lowing �e�tt,
without any additional words or char�ges:
"R�QUIi��D W4RK�R'S COM��NSAiION COVLRRG�"
ihe law req�ires that each person working on this site vr providing services related
to this construction project must be co�ered �y worice�" compensation i�tsurance.
T'his includes persans pravidPng, hauling or deli�ering equipment or materialsi or
praviding labar �r tr�nsportatipn or other service relaied to the project, regardiess a#
the ideniity of their employer or status as an employee".
Gall the iexas Worker's Gompensation Commission at 5'i2-44D�37�9 to receive
informatior� o� the lega! requiremeni �or coverage, to verify whether your employer
has pravided the requirad co�erage, �r ta report an employer's failure to provide
coverage".
�6. NOR! Dt�C�l�lf�,�ilOF�: The cantr�ctor shall nat disariminate against any person or
persons because of sex, race, religion, calor, or nationai r�rigin an� shali compiy wlth the
pra�isions of City Qrdinance 72�8, as amended by City Q�dinance 7440 (Fort Wo�h City
Code Sec#ions i3A-2� fhrough �SA-29), prohibiting �iscrimination in emproyment
praciic�s.
97. A�� �15��tltVIINAil�i�. In accorcfance with th� policy ("Poficy") of the �cecutive
�ranch of the federa�l governmeni, coniractor covenants that neither it nor any of its
ofiicers, members, agents, ar employees, will engage in perFarming this contract, shall,
in connection with #�a emplayment, advancement or discY�arge of employees or in
connection with the term�s, conditions or ptivileges of their employment, discriminate
againsfi persar� because of �heir age except or� the basis of a bona fide occupatianal
qual�ficatian, retirement plan or statutory requirement.
��. Contracior furiher ca�er�ants that neither it nor its nfflcers, m�m�ers, agenfs, or
employees, or person acting on their behalfi, shall specify, in sol�citations ar
advertisements for employees to wor#c on this Coniract, a maximum age limit fpr such
emp�ayment unless the specified maximum age limit is based upon a bona fide
accupatPonal qualificatian, ra�irement plan or stat�tary requirement.
y�. Cor�tractor warrar�ts it will fully comply with #�e Policy and will defer�d, ir�demnify and
holc� City harmEess against any and a!I claims ar allegations asserted by third parties
oi � izsoi.00a.doc i6-7
agair�st City ari5ir�g out of Contracto�'s alleged failure to comply w�th the above
referenced �olicy cor�cerning age discrim�natio� in #he per�ormat�ce ofi this Cantraot.
�
i�
�0. �I�CF�I�j[�Ai1�ri! I�U� YO �I���I�ii"lr: In accopdance with the pro�isions of tt�e
Americer�s with Disabii�ties Act of 199p ("ADA"}, Contt�actor warrants that it will not
unlawf�lly �iscrimi�ate or� ine basis of disabf}ity in the provision of services fo �he
general pu�lic, nor in i�e �vailab�li#y, terms andlor conditions of employment for
applicants for emp�ayment with, ar �urren� emp�oy�es af Cantractor. Contractor warrants
it wili fuUy com�ly wPth ADA's provisRor�s and any other applicable federal s#aie and Eoca1
iaws concerning disability and wiil defend indemnify and hald City harmless against �ny
clalms or ai�egations asserted by third parties against City arising o�t of Confractor's
alleged failure to comply witi� the above�referenced laws concerning disability
discriminatfon fn the performar�ce af fhis Cantract.
09112801 AQa.d�c
[B-8
•r
REQUiRE� C�Ni�AGi P�OVISIONS
T�e fallowing clauses are placed in �very D4i ass9sted contract and subcontract:
A. Plon Dis�r➢minatiAn A�sur�n��
During the performance of this co�trac�, th� contractor or subcontractor agrees that i# wili
not discriminate on the basis of race, coior, natianai origin or sex in i�e performance ofi
�his contract. The contractor s�all carry out �he applicabfe requirements of 49 PCFR
Part 2� in the award arod a�m�nistrafion vf ��T assisted cor�tracts. �ailure by if�e
contra�ctor to car�y ot�t these raquirements is a material d�each ofi this contract, which
may resuft in the termination of ihis coniract or such other remedy as the City of �ort
Worth deems appropr�ate. TP�e Con#ractor understands that it is required to inse� the
substance Ir� ��is ciause in all su�coniracts and purchase orders.
�9. �r�m�i P�vmen�
The prirne corttractor agrees ta pay each subcontractor under ihis prime contract for
satisf��tory �erformanc� of its contract no fater ihar� ten �10) �oalencfarl days from
raceipt of each �ayme�t �he prime �ontractor reaeives frvm the Gity af Fart Worth. The
prime contractor agrees furt�er #o rel�ase retainage payments (�fi applicabfe) tv each
subcontractor w�thin ten (� Qj [calendar] days after the subcontractor's work is
satisfactory oompleted and fi�al payment has been made to the s�bcontractar. Any
delay or postponement of payment from t�te abave referenced �ime frame may occur
only far good cause follow�ng wri�er� ap�ra�ai of the City of Fart VVor�i�
o� � � zsa� .00a.�oc
I�-9
�lli�n�� Airport
Runw�y �u�rd Lig���, �ig�s, a�d �iripl�c�
�I� �rAje�t �o. 3���p02�6-'i�01
,,
�
�9
Dl�A�VRidTAGE �USIN��� �i�'�G�P�15� S��C��I�AailBf�S
,i
�
� * _ � � � • T
ATTA�HNa��I'�' '�!�
Ra�e � a� �
�',It�f O� �OI"� ���f1 .
Disad�rantag� ���ir�es� �n#er�ri�� ����i����#��n�1.'.'
��� ��i'I�I�AT'���1_ , , � i , _ �.: :�. `� i ��3 � �J � �
r}-t,� t��_�_{,�}}�vr , _ � - � , r�����r�
�INI CpMPANY NAl�1E -- - �10 DAT� -
�ii1,'L��i'r.'�` r.,'3}r:�l'� ,��r`���,�, i��1�r?/����`i�' f�,1,}t'�����' G:�.^i�-(i:r.r:��'�,�`�r���i
�JE�7 hIAME �` PIiOJEG7 h1�1�,1��R - —
.�T � 3 i}IIE �k�QJECC ��M1�.: �;� . � F1i}L� PERCLNTAG� �1CHi1CY]�D: � } � ��� —
�
�
-_-_�..
�..irti�-� �to 'com{ilete t�i�is� for�iri�� i�n� �i#s �nt�ro#p� +r�i#li ��u�plaar#it�r�� tl�c;jrit��t�t�tinr�,,��n�:�r�celv,ed' ��y�;th�:141�n�gln j,'l�e�xar�rr�eRi�'.
tci �aforc_�,;{�0,.[}_[71. �V� �S�'.CI�]f. �iUSEII�Ss CI:�,jrs.�ft�r i�irJ�np�ning;�.ex�l�.i'i�f�;;af I�i�di.�p�eri,i��{� date�_inrf�4,�re��lt��,i��ti,t��-�id;-
� . ' , � . . . � :.I'. _ � ��`. �• �, i. � . _ . .4 � I .7 r � ��ilh
I�ir� ca�7.� G r �� _�p:� �v� . . ..-.�. . . . -'. .. .,,,- ,.., ..' ���" . , . �',+;";'�,'`-�". . ;;i.��_ y��4;,.,r.n•��,,
�dc e��i �n-r� aiis e��a�'#�id sp�;cific�#io:�r`s:' ���� •,. �;�i��r, ;t.�,s?�� !':,-� ��.'�,
�����1 ndors�g.rie�� fa;'id�der.��ree's.�-1t� .eritor ;�ri{o'a'.�f�.+�ma�� �a�g.rcr�ma�i�;,v�+��tE����t�it�°��?B���:�+R�r�s��,f�t�-worl�� R��t�cl" iri #M�i's �s�:�t'edufeTl
��� NO�'kL�d� �L��]f}f�`';exec�ti�?i�.'���:'�aM1-.�rorit�r�c��,�wit.k�`.�Ite���C�i}�'_`:��#.�:-`�ort��'��1l�cxrtF�`, � 7}��'„�,inf��nkiai��t�;;;ar�d��r:'��tiiou+lr�g
�sre��reser�t�t'ion��fif;acts.f`s.�r��i��1�is:f�s�.cons�id�r��tio��.o�f�disq�alif�c��iipR�.�nd�,w�lE.°�e�u�t��r�;th�;bid�laein� c���sle�er��
, . , . . .. . . . ,� .,.� .,, .. ,
. ,_... ,..,. .,. . . .
. .:., .,.., . �
..
o.�}�r as,�a��si+ie #��.s�i�ci�tc.a�ior�s;�.:_.,, : ..:....... . ....... - � _ � .. . �-� . - � � . ,. :��i,'...,�._.,,.Y.: .. _..`�:.;.�;_'. . .�:��¢�„�� , .. . - . . . ...,. ,�','�
, � . . � - � � , �,,, �
_���mpany,�J nba;Cr�nt�i:t�TV�rn��_�'�.��!��f1��1' ��.:� e�i� All�ortitr��#an � ;��$cS#"y;'A_�I�.I#srrisrf�;l�e-.� �'�s �L?c�l�sn�Ain�u�r�#:,�.�a��
� "�'• �a �';' .A. . '1' ��.�"-. ;e'. , , *�. __ �j' - ';s,��;;,�„
�"'1� ryss �, ��T�lo �horis i�v:`� =„i� �=s. - - ��Sco �e�ofi'h+aric � � - :;.�`-�;�'�c':S'i,p�il���d{ - `.�1,:=:"-:,',;;:", _ .a�w
����F,. C� +, a. 1 Gr. . A ;r1". i - :I .� �.:� :rr.,N,,, �`:.�:'":Y.,.4'� �.,�,.@:' ,�.�..r� k;:���,'
�'} . - ,;r;�,� ":�` ;��_�� - - . . . :�. :�;:;r,, .�;;�,T _ ..�;;:,`'{?:��>� '',
: a - '�� `' �u . . . ?� ;; `� � =' ;, , _
.. . �;'-:_:'' v�,r.�,���: ..�.:s:� . . ... `4w,, - :, � . - -
` ��� r - *�J i: Ir `r' Fi= -- i5. °�i�'F
_i� '}�. �I'�' �ir. �.. �-.i�.l
�i• - 1 - .1-- - •t*'°'�'�:�.': •���',:i.+�
- - - '.1'.""�. ' �� - � �'
' �ril• r�i'�` '�'I' '�i�• :�,
��i•� ��4� .[ C. , { ,'*�'* +sF'
_ ;� ' ��^
-i -�'v
;;�;� �ry.,',l.� S� ,�.
j�' :i�� [� "_i� _i`�'"�'�.`.' - '?_.
'.S���Y .y il •r ��{� .�-� :2'� kf.� �w_
,� �
: . - _�. _
���� . . � ,. .��� . �
��, �
-.� �......�.�:I. _ .. ,�.'. .,.
.f.'
=.h�. S� Y:;'ct� U ".�'� :��`"-" J: "�5�.�'�: _ �i. .�.1 ','A:�iPG'
+�.;" "4"" �I:� �'S'��:L y�_ .4. ,f.��` .i:�.��..r ,.l*'� 4r �'I' ���,�..,.wi1:.Y.� . :��`n.t
'',}, :.�� '4�4� .�� ,'4i "h''F,: , `t•'� .�'��'!^'�. �'e't aL�.: tv�w�.,,�1'.�'�i":�. '�� I .i....�.+:�vi:'�,�]..,.� '}
� "�7'^ ;�•� .. , ...�°i. f°�` "S._ . x-'.I • _ . .�r_�..'=F;.-,,"y:` . �J.: .J�7'.__:t._J�f.i°5�... y?f_'�F:.=;:'�>*_�.r..� . . � �'�r u ~,4'3r_ ------ - -- f - -- �
fl i�; t�Li{i1� Li 1i2:�mA�I�L�.}' �.�.I+�'� t�'��+f � ...
� $.3,��5 ?�Rf);?�,'.�'I�i)�s' �7Ti'. ', �
�1U-'h5'T, �'X _,..."` � A r����'�Li�� T �[�FIT����,
— �` ,�,��xf����r��� I � s� I� �s�, ���. ��
t� ��,:,.� -, _. f�: .
� �.t- � �
•� � �
�- _ - = N , . -- -- . �- -- -�
_ ' __ � _ __
� - _-_ _ � � �.. 1 � - �.�.,,.�J
,,� ..- . . . .... _
:,iik F�:mu�t'he.xo��t�ti.l�rthe;9�{nirfe���di�nRY���.�kalpla��qr_c�r�'rea�tly;{It��iSp��Usir�e�g�IR.�hp:�ei.�rkeipl�.c���t�,ine��I1Fi�Sqf!�'1d:!�+t�4�±�'�J'���°��,��
,., - -- - - - � - - ,- � = s . -
- , ��{t•��,
�:'?,�p�aiFY�41k��,"��s;En�which 4r3�;��ra.t�b� �til�ixod��n��or,.It��iR4t��u su�;�E�uc}i _�L 4 - - .�5 � ' . - A -�5�''.�,�-- ��
_ _ y. ... _ �.. �_. s.. :4'+_`:4� _ �yi� I �__L�..�,}'
t . ... �... .. < . . .
.�. � -:. „ . .. . � . � � . . . ,.
, .�:Q�_�; ��P.�I��Is��e���r���fi�:ohle�€�t�,r�eelY�'�rg,�lk:�}t��ril.ths�l}9���oAl.::�,�._,.,:�;;�,.�=:' ,.�::,;.r,�.���:.��� - �:5�v.1;
_ , ...�,
.,,,
,}��1� ea� �t IS�E�rig;�f.fE��n #. b_ 6 ,..•;�:- .. � .,-.�.
�; .. C�#?i _ P, °J -.- .-.-.�. . . -�----� �� � .-�.
�`.jplsi s�iiy �aci�,'�ior I�vel.��:^' :'��;.,��{�� �.=,;�.��:Tor;',7eans,llati.�$++el°aE hUlaraiikrae:lfnq b81o�r� lfia prlm� �4niCa�Carf��jqSUflent. 3;9.. �.��IdC�Gt.Pk?Ym�C1.f: �
i:,�,�i.;��,'::���s;��-�-'�';i..�4., :�;;;- �`����,.;.,,-�."� '-;�...'frur� Eha pri�r,ro cor��ra�c�ffr.to a�ubcontr�c�or��,�cnr�s�ciored�,i'"�.�Ear��a:��yrn�x�+i foy�.a�sui��onkraatdrlo ��.�.�fi
6� ��I�� +�r : '�r��.�''!�❑ 'I"- s",.ti � ��C�I.k�z�.�"'_i.,iy.� i� �[Myv. • nU .� ' ' . . . �� . ..._ , . ':I "� .�
-, _ i � � . _ .. . .. '� .. _ • _� � .
. . -- . ,� � �--':;Its �u�plieris cy�is2c�ared � ,�#fer,,-.�: �• :-
.., .�..._,�, ti ;,,.
:..,, :�. , , - ,�.:
. , .r�. a .�,�,:, „ _._, ,.u_. t�r �. . .. . . . . .
, . ...
-:,,
� ,. .., ,.. . . . � .� . . �,
Tk41S F�RM M1151' �� R���kV�i1 �Y �HE fNANA�IN� DERARTIu��N�` �'� 5:0� p.m.r �r�E" �5} f1`�� ��$IlVE�'S` �}�ll$ �1�-"T�E! 61D
� OP�NIl�JC3, ��{�LlISCVE p� T�I� S�D O��NING DA�E
Ray. BL�i�9
�a�as ��M�d 2 0� AtkacYrrnent 11# mus# �e receSved b� t�a Mar�ag�rr� Deparkm�r�#
A7�'A►�h�{�I�NT 1�l
, i �ag� � �# �
�i#� of �ort V1lorth - � �' - : '• � ��� .
�isadvan�a�e Bu�lness En�er}�r��e ��O.��i.f,i��#��r� �; i �.
._ , � ,�, , � .I 1� .� ,�
DB� UT�LIZ����i�
���C` z;i�any �faRla_,��c#nt,�.ct f�amv',,.. ;Ceriiiie�l �Sp�cify.ACa Corrtrzctirig:ii; ;�S�aecii}+�A�I.F#4rns.to he. ; . . I�Q}I�rtl��n�unt_7i,
� �d �ss'att'tl T�1e� 1�o�ie��Io � - �--i � .— .Scr� �af'v�ark� � �� :�Su �lied * � . :,-;'�� `�+ �� � �:;,�����
r �� � ��-, . . � _{`}�. ;��. ..�� � � � �: � .,�,,_.,�.;{;�.,. ,:r�
�c �tir � ��.r �� ��� � r;i. 't� ,�.;; �..K....r� },.'r`s,
, �f;� ._ .:a_ �;i;- - � ts — . . , , ' ' � :�,�., .;,.,� �� 21�r..,
f:�}: :; . �a' C''� . :'' �. _`ar iG� 4i.,� ;�i' .1„ �� �� - } :,�.;...:I,- -
' . 7�` ;171 � � Q . � `i . �.�.;-r%- :4 . - s � . � Q� � . i; ��� • �
'�_�.'�5Y .L'"' _ ' ��'�:' ++� . ;'a] .t•':' - .=_'1,':. .� F- `_!Y>� ' .�,
� ��"�'�i4 - `iS�� :� .k. �In.' -i...�
i-' - - '���'-; .e .''p';': �
.3=;'R:,. l� - ;f.�:.[��_ - °'3_� ..i ��i'� ,
s`-' '-I; f. :���� :i:�^ ='' ;'r,"-r' "�..`;1� _'.� �r1:��
��R� �k 'x , z: ; �--, � -;'",. � . T�;i� �,;,'� _.�.�,.
'"��" ..�� ...k:71'! �.�" � � --"� �C�,.'' , . ,. .I�'�'.
"�f�,m -- ��,t. :' . r.':�.,� � �1,�;�� '�' -, 'k;'r �'r., � .i�=;' -.i__�n:
I:;�i • ' �4•. t��;�• ;r {...i;�t . , .... .._. , ., ?+:`:-'� .. . ,,,.G -� �..... ',.i.',.,,. :±.''i._ �Gy ..I: _'',. ,. ,�i.. . � �- , .._ . . -7-c":I. _� _
.,.,— � = I � ,
; - - ---_ - -'-- --r - - - , i �-
I � I I
i.
i� �,�..,.r -- � � �
i� - _
�o idder f�T�#�er agre�s �� �arovide, clir�c#fy ta th� �x�y �pn� r�quest. camp�eta and ��c��ate infarr�atEan regardErrg
:t+�� work �erFormed #�y a1l st��co�trackors, incitl�i€�g DBE€s� arr�r��a�n�nts submittotS virFth th�� I��d. 7�e biddor �ls�
�r��s tn allaw ar� aud€i andlur exa��natlari nf any baoks, recards and �iies hel�# by tlx+�lr company t�at will substar�tia�e
�a -.t��l work perfa�m�d �sy the DBE(s� �n #his cantract, b� an aut�orixe� offlc�r ar ernplaye� af �h� City, A�y
nteu lor�al ancf��� kr�nwing rnisr�pr�sentat�or� of #ac�� w�ll Ge �rounds �ar termlrta#�n+� tt�e contFact ar debarrne�t fro�n
Gity �rrork for a psriod of r�ot �o�s tha�r thre� ��� �rears a�cf for intklatin� act�or� und�f Federal, Staia or l.acal laws
��anc�rr�ing ais� s#aterrsents. An� f � tn com�ly wi�h ti�i$ ordinance and crea#es a r,��#erial br�ach of avntr�ct may
t5�� ;n a d te�xn;nati�r� of an Irre � ib1� offeror a�sl barred �rom g�rkE�lpa#�r�fl i� Cit�r wark for � p�r��d uf kirne r�ot
�sa•..idA O { ye��.
b �` �E TIFIED BY Ti�� �ITY BE��I�� �Q#JTRACT A1N�►F2�
� '� �- �r�, „�;f l�flfi''I'��i:�L`C}f�1E�s'' �_
�utharlxe Sigr��ture Printe� ��gnatur� - I� Tr �7
i��ll�i]:717F � �'ti��iil'.�� � .: -r :e�.} ., f lF��i U� 1J�tl2�l�+.J f � �rFf�J. rS�IY�
��ia, } �,1
� i�-;:' t'r,+.,PAN� ' J �ontact �fame a�sd Titl� {I� d��FeronE) _
WLL''_•�,}{;_;'r}f1U
�arr ar�y �lame 7'elapF�vne �1��r���r {s� - — — — -
� . � � � ;;� t ��0
�.'f}+ i}{{+,ti ia� f��:�:� .i�, � n— i
ddress � �ax �l��mb�r .
±'(7, i ?' :J{�R�"f1, TX T C� � �
iill.`�.�.�'ic.' — �
i��]f�,{"`��A������ �`.QC�$ --- ��tA — —
THI� �OF�N1 h7U5T �� R�C��VED �Y iF#� MANAt'alNC �EPA�iiN1�{V�' �Y 5:0� p.m., �IVf �'�j �ITY �1U�1�1�5� DAYS lIIFT�Ft �I�
O��C�lIdC, �}(CLUSIV� �F fi M€ ��� OP�CVIC�� DA��
Fte�r. 6�2JS9
�a�es '1 ar�d � ot Attacl�m�nt 'SA must be roc�ived b� #he Mana��n� Departr�ent
PROPosa�
Tp; Mr. Gary W. •lackson
Gity Manager
Fo�t WortY�, Texas
�aR, RUNWAY GUARD I.yGH�'S, SIGNS, AI�C7 ST�IPINI� AT AL�fANC� AIRPOF�i
�ROJECT Na. GR76-0552187320�E1
FIL� No, M22d
D0� #: 3688
PurSuant ta the foregaing "Notice to Bidders'", t�� ��moun�t of wo k to be �On�e, and he�ebY �
pians, specifications and the s��e= und�rstands the ul ��nt, and materials necessary ta
propases to da aU the work and furnish all la�ar, eq �p
comp�ete af! the work as �ro�ided ir� the plans and s�orfo� �he City a�Fort l�lorththe fispection
ar�d approval of the Department �f �ngineerrng Dire
U on accep�ance of this proposa1 by the City Councfl�,� ���e C'ity of Fort Wor�1� for per�o ming
P
and furn�sh Per#ormance and Paymenf Bnnd approv Y
and campleting said work with�n the time stated an� for the foilowing �ums, ta-w�t: I
PAY A����Xlf4�AT� DESCR�PiI�N OF lT�N9S WIiH �1D UN1T AMOUNY
P�fCE �{a
fTEM QUANl"1iY PRfCCS WR1T�°EN IFd WDRDS -,
-� , � 15,160 S.F. Remo�e Existir�g Holdbar StrEping, for the
sum of
� ,�� � G��q���
��
2.
3.
Doliars &
-�j;.�,� Cents par Sc{uare Font
2 EA. Remove �xisiing Surface Painted
Guidance 5ign, for fhe sum of
� �rrL �v�.�,rz�� �t��`+aL� � �5 °'
� 4
�� J � _ Dollars &
� �s� �
�� Cents per Each
2 �q, S�trface Painted Guidance Sign, comp�ete
in place far the sum af �
�� ti1G � +1 w,.�+�+�1.� v T�V �' - , � f �� °i $ � Z � � o
CA
Dallars &
��
011128Di AOa.cEoc
�
�ents �er Each
� � �� — �; _ :, —
ti�v, n �uut �L: L lriwi � i� r�7 n y�
4.
5.
6.
7
f:�
15,360 S.F. Holcihar Marlcing, complete rn place tor t��
sum of
i4v. 4 � S �� r �i 4
_ � $
�� A _ _ Dollars & � p�
� � .[�g ��,�
S "��-���1,Cents per Square Foot
i,7$Q 1�.�. R�mvve �� aW'G;'S}4V, L-824 Air�ield
Lig�ting Cable for 1he sum 4f
�� - �aliars & � , 7� $� �j� �
���"'� Tti���° Cents per Lirrear �oot
7Q� �.F. 1 1/2" GR�Canduit i� 8aw K�rf, installed
complete in place for tF�e sum of
�``I� S �
1 h� L+2�L� �0��81�5 � � Q� ?i� �
(} ' a 0 �
---. . l�i� - -- —Cents p�r Ltnear �oot I'i
� 6,9� ��.F. 2" F�VC Conduit Compiete with T r�nching� ,
a�� �aektifl as required, compiete in piace �
�or th� s�m o�
��L� ,— . $ �
— - - - — . � �� �-�I � $ � �.
� ' ❑ollars & ' '
,/ �
�"� �'��.1 �Gents �er Linear Foat
46,�00 L.F. #B AWG 5KV Gable, �-��, Ai►field
Lightirtg Cable, Installecl in Conduit,
corr�plete in pface ic�r the sum oi
_ $ �
�p/ �'�� �2�30.�
. /� �' � C�oNars &
�� ✓��-r 1 1�1 ��nts per Lin��r �ocrt
T ,...,.� . r- . . - - - - �
��
�
�
07 7 t zsoi ,00a.doc
P-2A
Addendum i�o. t
Issued: 1116102
���v APf�ROXE�VIA�E ��s��i��r�o� o� t-��n�s wi�rH Br� � u�rr
Ii�fVY QUANTIiY ��lC�S l+ill�l��i� IN W0��5 P�tiC�
9. � 2�,000 LF. #8 AWG Bare, Stranded, Cvppe� � -....� —.
Ca�n#erpoise Wire, Insialled in Trench in
place for fihe sum of
ii+�
11.
12.
69 �A.
77 EA.
�.�rou�T
���
$
5 �a�"
�� �
� ��
� �, 7(�0
0 �,� � � �'� �,ru-`"a � �
o�
�v6-� � t`, J�,� Dallars & ���
$
sv
� ca Dollars &
./
{�� �F�Ci � �_ Cants per Linear Foot
Furnis h an d Ins ia l l L.- 8 5 2 C, S�mi- F lus h
fn-Pavement R�nway Guard �.ight,
Installed Complete with L-868 Base,
Transformer and Fixture for the sum of
a �.�� l�l. a.�S� �.�.� �n'[l.� � �
Do�lars & t � � o
f�a Cents per EacY�
.. �
Furnish ar�d Instali l.oad Bearing �id for
Existing L-868 Can, Instalied on Existing
Base for the sum of
� �
�.1,� Gents per Each
� EA. Furnish and Install Sign Base, L-887 Li�ht
Base and Cor�cr�t� for Relocatior� ofi
Existing Guidar�ce 5ign a�td Demolition of
Existing Base, compleis in place for the
sum of
�. 1� $
� 4�t cx.-'���"� I� L7 Y��YJ�-�h ��o�
�
��
Dol�ars &
Cents per Each
������
$ �
�� A
o� � 1 �aoy .oaa.do� F-3
�.
i�
t
�
�
IVUV. b, IUUI il: rlriv � I I-1��-C l�+tl
'i 3.
14,
15.
� 1fi
17
IIU, 41 I U I', 4/ �
59 EA. Non-���d l3earing �anhole Irlslafl�d
complete in place for the sum ot
�iwaV��uS��b �14jtL�-� �avy►��
� ` �' '� � �
�� .
' ! � l� � �'� i � _. Dollars & I �� f� °� '�S� %i0�
--- — � '� Cents p�r Each
1 L.S. Vault Work, Regufa#or Pnwer anci --
Cantrols, oomplei� in place for tf�e �um of
�I�JS�w►� ���,G I
� �l ,1+.►� Y�-L� i� - _ 1 Dolfars � � ���A� � ��-lpD a' ;I
� j''
i
� ___ Cents per ��mp �um II
1 L.S. �urni5h and Instatl � 5 KW Const�nt
Ct�rrer�t Regulatar, compf�te in pface for
the sum o�
� lo� �� � 1� Z! 1�1� 1ti. {� l/ }'L) �.,� `� w $�1 �b o'
��Uri'11,OiZ.I.� ��/ .. � � SO
- - � Dollar5 &
_ 1�O Cents p�r Lurnp �urn
4 EA. Furnish gnd lrts#a1! RGL $trobe System, `
cQmplete �n plsce for the surn ai
Gi bl�+ 1 � ��%S!� w6� i�-� f!�U t�� --� $ $
�lv�.��o� ��✓��.Yy Doliars& ��7a� ���$v�=
��� , ►
Cents p�r Each
690 �.F. 2" PUC Conduit, lnstalled in P�vemet�t
Including Backfill, Trenching �nd Raving
�le�air, �omplete �n place for the sum of
���� � �
o�
� _ _ �allars & � �
�� Cents p�r �in��r �oo#
��i�L '---
,.�, . �_._. _
011128D1.00a,dx
P-4A
�a��� �
�,��3,�3��
_ ,-..�_
Add�ndum Na. 1
�ssu�a: � y�sro�
� jl
�!I
I�
TF�is cvntract is issued by an organizaiion whici� qualifies for exemption p�rsua�t to fhe
provision af Articfe 20.q� (F) o# the Texas Llmitecf Sakes, Excise and iJse Tax Act,
Taxes. AEI equipm�nt and materials not cansum�d by or incorporated inta the projec�
constructian, are subject to State sales taxes �nder House �ill 11, enact�� August 15, � 991.
The Gontractar shall comply with City Ordinance �2i8, as amended by Cify Ordinance T400
(�'ort Wor�h Gity Code Sections �3-A-2� ifirough 1��A-29), proi�ibiting discrimir�ation in
�mploym�nt practices.
The undersigned agrees to compEete all work covared by these oantract documents within
ihiriy (30) Wor�ing Days from and after the date for commencing work as se# farth ln the
written Wark Clyder to ba issu�d by the pwner an� t� pay not less than the `"Prevaiiing Wage
Rates'" as established by the City of �art Worth, Texas.
Within ten �10) days of receipt af notice of acceptance of this bid, the �andersigned will execute
the tormal contract and will deiiver an approved 5urety Bo d for the faithfu� performance of this
car�tract. The attac}�ed deposit check in the sum of � iv
DoElars (� I,� (,�7 7�� } is to be forfeited in
t�e event the c�ntract and bor�d are not executed within the time set fo�th, as liquidated
damages for delay and additlonaf wark caused thereby.
(l/we), acknowl�dge receipt of th� following addenda to the plans and specificatians, alf af the
provisions and requ�rements af wh�ch ha�e been taken inta consideration in preparatior� of the
faregoing bicl:
Addend�m No. 1 (Initials) ��
Addendum No. 2 (initials)
��
�:,
��
(SEA�}
_ Date !� - 7 �' d Zi
'f
I�
I �'
I� 41112801.00a.doc
. � �� � � _
Addendum N�. 3 (Initials)
Addendum No. 4 (Ir�itials}
Resp�ctful! submitted:
By � .f�. �
Address '�,,a_ ..�a� '1� b'1 Z� ���n� � lk-
� - 7 t� ��i�
r�i�pnor,e
P-5
�l�7� Z�(� (o0D�7
i
-r
�uv ����1��� ���r���c�►�� (,��� �9��)
�y submitting a bid/prvpasal under this so�icitation, except for those items iisted by ti�e Offer or
_ �elow or on a separate and clearly identified attachment to this bid/�roposal, the offer or ce�tifies
that steel and each manu#actured prod�ct, is produced in #he United States (as defined 'm the
olause B�y American � Sfeel a�d Manu#actured Praducts or �uy American � Steel and
Manufacturad produots For Construction Con�racts) and that components af u�known origin are
cansidered to ha�e been produced or manufactured aufisid� th� United S�ates.
Attached is a list o# ar#icie5, materials, and su�plEes excepted from fhis pravision.
- - — - •--' PF�C}DU�T .o .— '_ _ �AUiVii�l( O� B�I�NN �
NOf�E
BAC-'I
Lisi of SupplieslMaterials that the U.S. Covernment Was Detarmine� Are N�t Produced In the
United 5taies 1n Sufficient and Reasonably Availab�e Q�antitiss And of Sufficient Q�ality (Jan 1991 }
Acetylene, b1ac�C
Agar, b�lf�
Anise
Antimany, as metai or axfde
Asbes�os, amosi�e, chrysolite and
crodidolite
eanar�as
�auxite
�eef, corned an� canned
Beef ex�ract
�ephenium bydroxynapthaate
�ismuth
�ooks, trade, text,
feahnical, scientific;
newspapers; pamphlets;
magazines; periodicals;
printed briefs and film�;
nof printed in the United States
and far w�ich dpmestic editions
. are not availa�le
�razif nuts, unroasted
Cadmfum, ares and fl�e dust
Calcfum cyanamide
Capers
Cas�ew nuts
Castor beans and casior oil
Chail�, I�ngfish
Ches�nuts
Chicle
Chrome ore or chromite
Cinchone bark
Cobait, in cathades,
rondelles, or other primary
are and metal forms
Cocea beans
Coconut and cacon�t meat,
unsweetened, in shredded,
desiccated or simifarly
prepared farm
Coffee, raw or green bear�
Colchicine alkalald, raw
Capra
Coric, wood or bark and waste
Cov�r glass, micrasca�e slide
Cryolite, nat�ral
Qammar gum
9iamonds, industrial, stones and abrasivas
�m�tine, bulk
Ergot, crude
�rthrityl te#ranitrate
Fair Iinen, altar
�ibers of the fallawing types:
abaaa, abac�, aga�e, cflir, filax,
jute, jute burlaps, palmyra and sisal
Gaat and kidskins �
Graphite, natural, crysta�line
cruc�b�e grade
Handsewing �eedles
f�emp yarn
bog brisiles f�r brushes
Hyascine, �UEk
Ipecac, root
ladine, crude
Ka�rigum
[.ac
Leather, sheepskir�, hair type
Lar�ender oil
N�anganese
Menthol, natural I�ulk
Mica
Microprocessor chips {brought onto a
construction site as separate units for
incorparation into 6u€Iding systems during
canstru�iort or repatr and alterafion of rea)
proper�Y)
Nickel, prim�ry, in ingots, pigs, shots,
cathodes or similar �orms; nickel o�ide
ar�d nickel salts
Nitraguanidine (also known as picrite}
Nux vomica, cr�de
Oiticica ail
Diive o�l �
Oli�es �green), pitted or unpitted, or stuffed,
in bulk
O�ium, crude
Qranges, ma�darin, canned
Petraleum, crude ail, unfinished oils, and
finished �rod�ac#s �see cleflnitfons belaw)
Pirte needle oil
�'fatinum and related group meta[s,
refined, as sponge, powder, ingots,
o�r cast bars
8AC-2
List nf Supplies/Mater�als that tt�e U.S. Government Has Defermined Are Not Produced In ihe
United States [n Sufficienf and Reasonably A�ailabie Quantities And of S�fficient Quaiity (Jan 1991)
CQNiINU�D
Pyrethrum flowers
Quartz crystals
Que�racho
Quinidine
Quinine
�tabbit �ur felt
�adium salts, saurce and
speciaf nuc[ear materials
Rosettes
Ruhber, crude and iatex
Rutile
Santonin, crude
Secretin
Shellac �
5i1�, raw and unmanufactured
Spare and replacement parts for
equlpmer�t afi fiareign manufacture,
an� for whick� domestic parts are
, not avai�able
Spices and herbs, bulk
Sugars, �aw
�etrQleum terms are used as follau�s:
Swords and scabbards
ialc, bfac�c, steatite
iantalum
iapioca fbur and cassawa
'Tartar, crude; #arkaric ac9d
and cream of tartar ir� buik
Tea in bulk
Thread, metal[ic (goid)
Thyme oil
Tin in hars, blocks and pigs
�'ripro�idine hydroahlaride �
Tungsten
Var�ilia baans
Venom, cobra
Wax, canauba
Woads; logs, veneer, and lumber
of the fiollowing species: Alaskan
yellaw cedar, angei�que, baEsa,
ekki, greenhart, lignum vitae�
mahogany and teak
Yarn, �0 Denier rayon
� "Crude Oil" means crude petroleum, as it is produced at the wel�head, a�d liquids (ur�der
atmospner�c conditions} �hat have been reco�ered from mixtures of hydrocarbons �hat
exis#eci fn a �aparous phase in a reservoir and that are not natural gas products.
"Finished products" means any ar�e or more o# the follawin� p�troleum oils, or a mi�cture of
combinat9on of these oils, to be used without further pracessfng except b�endi�g by
. , mechanica! means:
{A} "Aspha[t" - a solid or semi�solid cementitious mater[a[ tt�at (1) gradually liq�efies
when heaied, {2) has bitumens as its predominaiing cansti�uents, and (3) is
obtained in refining crude oi�.
(�) "�uel oil" - a liquid or liquefiable petroleum praduct burned at lighting ar far the
I generat'ron of heat or pawer and derived direotfy ar indirectEy f�om erude oils, such
,, as �terosene, range oil, distiliat� fuel ofls, gas oif, diesel fiuel, topped crude oil or
residues.
�
(C) "Gasoline" - a refined petroleum disti�late that, I�y its consumptian, is s�itable for
use as a carburant in internal combustion engirtes.
(9) "Jet fueP' � a reffned petroleum distillate used to fuet jet propulsion engines.
BAC-3
(E) "Liquified gases" � hydrocarbon gases recavered #rom natural gas or produced
form petrofeum refining and k�pt under pressure to mair�tain a 19quid state at
ambient temperatures.
�F) "Lubricating ail°' - a refined pe#roleum distillaie or speoia[ly treated petrafaum
residue used to lessen frictEan between surFaces,
�C} "Naphtha° � a refined patroleum distilfate falling within a dis#ilfation range
o�erlappPrtg ti�e �igF�er gasoline and the lower kerosenes.
(H) "Natural gas products" � liquids (under atmosphericconciitians) including natura(
gasoline, tf�at (1) are recovered �y a prQcess of absorption, ahsor�tion,
campressivn, refrigeration, cycling, or a combinatlon of these processes, form
mixfures oh f�ydrocarbons that existed in a �aporous phase in a reservoir, and (2)
when reco�erad and withou# processing in a re�inery, dsfinitians of producfs
cantained in sub�iWisions (�), (G), and (G) abvve.
(I) "ResiduaE fuel oiP` � a toppe� crude al or viscous residuum that, as abtain�d �n
refining or after blending with other fuel oil, meets or is the equivalent o� M[LSPEC
Mil-��859 for Navy S�ecial Fuef Q91 and any mare visc��s fuel oil, such as No. � or
Bunker C.
"Unfir�ished oils" means one or more of the petroleum oiis listed under °�inishec! products" abo�e,
ar a mixiure ar carnbinafian of these �ils, �hat are to be furthe� pracessed other than by bie�ding by
mechanical means.
,�
.{
�
,�
BAC-4
'��dQ� ��Si�IC'iI�T�V ��1.i��
49 ��`R PA�� �0
ihe Cantractor by su�mission of an offer and or execution of a contract, certifies that it:
a. is not awned or controlled by vne or more citizens vf a�oreign country ir�cluded in the list
af countries #hat discriminate against U.S. firms pub�ished by the Offiice of t�e Unite� States
Trade Representative (USTR);
b. has not knowingly entered into any cvntract or subcontract #or this projeot wit� a person
tha� is a citizen or nationa[ of a foreign country on said list, or is owned or controlled directly
or indirecfly by one or more cifizens or nafionals of a foreign country on said list;
c, has not procured any produat or s�tbcontracted for tf�e supply of any product far use an
the praject t�at is produced in a foreign co�ntry on said iist,
Unless the restrietions �f this claus� are waived by the Secretary of Transpartatio� ir� accordanae
with 49 CFR 30.1 �, no contact shail be awarded to a Contractor of Subcontractor who is unable to
certi#y the above. If the Cantractor know�ngly p�ocures or subcontracts for the supply of any product
ar service of a farefgn country on said list for use an the projeat, the �'ederal ,4viation Adminis#ration
may direc� fhrough the Owner cancellation of �he contract a� no cosi to the Government.
Furt�er, the Cantractor agrees t�at, if awarded a contract resulting from this solicitatic�n, it will
incorporate fihis pro�isian for certification wi��out modificatton in each contract and in all lower tier
subcontracts. The Con�rac#or may re�y o the certificatian o� a praspecti�e Subcontraa#or unCess it
has knowledge that the aertificatian is erron�aus.
The ContractQr shall provide immediate wriiten notice ta �he Owr�er ifi ihe Contractor learns that its
certifiaatian or#hat of a Su�contractorwas erroneous when submitted or has become e�raneous by
reasan of char�ged cir�umstances. The 5ubcanfractor agrees to provide written notice to t�e
Contracfor if at any time it learns th�t its ce�tificatipn has become erroneous by reason of changed
circumstances.
This ce�tifica#ion i� a ma#erial representation of f�ct upan which reliance as placed when making the
award. If i� is later determined thai �i�e Contractor or Subeantraetor knowingly rendered an
erroneous certification, #Y�e �ede�al Aviation Administration may direct thro�agh the Owner
canceliatian of ihe confract or subcontract fior default ai rto cast to the Go��rnment.
Nathing canta�ned ir� #he forgoing sha�l be canstrued to require esta�f shment of a system of records
in order �o render, in good �aith, t�e cer�ification required by this pravision. `�he knowledge and
information of a Contractar is not requEred to exceed that which is normally passessed by a prudent
persan in the ordi�ary course ot business dealings.
. J
�I
TRC-1
w
i`his certificafifan concerns a matter vuithin the jurisdiction of ar� agency of the United States of
America and ihe making of a false, fict�tiaus, or fraudulent certificatior� may render the maker
subject #a prosecution under Title 1 S, United S#ates Code, Seetion 1001.
�y: �,
�
�fltl6: ���`�'--P���'IDENT
Addre�s: �• o. BOX 138729
FORT WOi�TFI, .TX 7 6.l 3 5
�ate: �����02
,�
;,
.1
�
m
7RG2
����i�I�A�'IOf� Rl���°i�DING D��r4Ftf��NT, SUS��N�I�N
IN�LIGI�II�ITY �N� VOLUi��'ARY ��C�U�IOI�
�9 CF� P�Ri a9
�,
Ti�e Bidder certifies, by su�mission of this praposal or acceptance of this contract, that neither it nor
its p�incipals is presently debarred, suspended, �ra�osed for debarmant, d�clared ineligible, ar
voi�ntari[y exclude� fram participation in this �ransaction by any Federal department or agency. �t
further agrees by submitting ihis prapasal that i4 will include this clause withnut modificatifln in ali
lower tier transactions, sal�citations, pro�osais, contracts, and subcor�trac#s. Vllhere the Bidder or
any lawer �ier participar�t is unable to certify io this statemertt, ifi shall attach an explanatian to this
so I i c itat i o n/p rapos a1.
�y: ,�.l�c... _
ANN �BAl�THOL�MEW
Tltl�: VICE'-PR�SIDENT
Address: P.O. B0� 736%29
,I
.�
��
:�
,f
i
I
FDRT WOR�'H, TX 76136
Date: �1�7�Q2
CERiI�ICpeT��N �F F���'��{�R�CI�T�� �f�Cl�1T'[�5
49 CI�Ft ��-1.�
'T'Fte Federally Assisted construction Contra�tor certi�ies that he does not maintain or provl�e, for his
emp�o}�ees, any segregated facilities at any flf his establishments and that he dfles not permit his
emp[4yees �a perform their services at any location, under his contro[s where segregated facifities
are maintained, �'he federally-assisted construction Cor�iractor ag�ees that a�reach of this
certification is a violation of the �qual Opportunity Clause ir� this Contract.
As used in this cer�ification, th� term "s�gregaied facilit�es" means any waiting rooms, wor[c areas,
restrooms, and washr�om�, restaurants and other eating areas, timeclocks, locker rvams and ot�ter
sfior�c e or dressing areas, parking lots, drin�Cing fountai�s, recfeation or entertainment areas,
transportation; and t�ausing facilities provided for employees which are segregated on the basis of
race, calor, religipn, or national origin because of habit, Eacal custvm, ar any other reasan. �'he
federally assisted aonstruction car�tractor agrees tha# (except where he has obtained identieal
certifica#ions from proposed subcontractors for specific time periods} he will obtain identical
certifications from propased subcontractors prior to the award 4f subcontracts exceeding $14,000
which are not exempt from the pro�isions of the Equa1 Oppartur�i�ty Glause and #hat he wili retain
such certification in his files.
/,;.-_�� �
�
, : :,- : ,--.
TItIB: VIC,F.'-PR__F„S'TTJE74�T
Address: P. o. Box z�s7zs
FORT f�1a�TH, TX 7 613 S
Dafe: � 1 /7/02
�
i `
V�NDOR ��(i��L��4.N�� TO �YAi� �141�
�
�f�e 1985 Se�sion of the �'exas Leglslature passed House �ill 620 �elative to the award of
contracts to nonresident b�dclers. ihis law pr�ovid�s that, in order to be awarded a contract as
law bidder, nonresident bidders (out�of-State contractors whase corpara�e affices or princ[pal
plaae of �usiness are outside of the Stafe of Tex�s) bid proJects for co�struction, impro�ements,
supplies ar services in �'exas at an amount lowe� than the lowesf Texas resident bidder by ihe
same amoun� thai a iexas resident bidder wauEd be requ�red too underbid a nonresident bidder
in order to ob�ain a comparable contract in the State �n which the �ar�residen�'s prin�ipaf pEace
of busir�ess is lacated. The appropriate blanks in Sect"ron A must be filled out by all out�af�S�ate
or nonresiden� bidders in ordsr far yaur bid to meet specificaiians. The failure of out-ofe5tate or
nonresideni contractars to do so wili autamatically disqual�fy that bidder. Resident bidders must
checfc tf�e �ox in �ection B.
A. Nonresident vendors in (giva State), our principal place of bus�r�ess, a�e
required to be percertt low�r than resident bidders by State law. A copy of
fhe Stat[ate is attach�d.
Nonresident �endors in (give Stafie}, our principal pface o�
b�siness, apa not required io underbid resident bidders.
B. Our principal place af �usiness ar corporate offiices are in the State of Texas.
�IDDER;
- - B-C COMPANY .--.
P.O. BOX 136729
FD�'�' WQR�'H, TX 76136
City Sfate Zip
�s"�i
�y, ANN BAl�7'HOLOMEW -- - .— — .
(�tease print)
Signatur,�;;, .�� ._ (
V
�ICE-PRE,SIDENT
iitle:
{Please print)
Tlil� �O�N[ I�USi �� �EiiJRNED WITH Y�U� C�li�i�`�I��
�
b�Atl 1�F�l+ 1��i 1r�IVl�L��J�41�1�i� 1�4�� I I"1
1f���i��R�' C�Il�I�EN��4i1��! L�IN
f Pursuant to V.i.C.A. Labor Gode §406.96 (2000), as amenc�ed, Gontractor certifies that it provides
i workers' compensation insurance coverage for all of its employees emplayed on City of �ort Wor�h
� Depar�ment of �ngineering No. �688 and City of Fort Wor�h Project No. GR�fi�4���18�3201 �.
0
�
. Si'AT� �� TEXAS §
� §
a COUNT�' OF� TARRANi §
CUNTRAC7'4R
Bi�C` COMPANY
- - � -. ,
� � .,
BJf_ ..i . , . i/ �- � `�f�
Name: �N B��Aa�oMEw � .
Title; VICE-�RE5ID�'Nm
DStG: �� /7/D2
,�efo�'� ,me, the undersPgned authority, an t�tis day p�rsonally appeared
,� ,�� �'��� i 1. 1' ►�..►+ s.�.�, known to me #o be the person whose name is subscribed ta the foregving
instrument, anc� acknawledged t� me that he exec�fed the same as the act and cieed of
' _ far the purpas�s and consideration therein expressed and
;_,, in t�� capacity therein stated.
Given Under My Hand and 5eal of Office this �� day oi �f�-'" � �, 20 !��:` �
� .�• � �
i
i Nat ��u�lic in a�i��for tiie 5tate of��'sxas
. ' � �` � MOlVECA MIDQL.�ipN �
� � � NOiARY PUB�IC �
, srs-r� o� r�xas -�
� �' t4�y Comm. Exp. 9-24-2005 �
_..II I' ��il e■ .�, s '�.
�
0
�
�
�
���«���� ��������
Lis� o� �quipm�n� �wn�d by �r.dd�r �ha� is in serviceable condition
and �v�il�bl� �or us�: `
See Attached .
� �or�ivns o� work ��dder prop�se� fio sublei in cas� o�f Aw�rd of
- �onfr��t� inc[uding �moun� �nd typ�:
�
�
�XP���I�G� R�C�R�
List of projects yaur orqanization has successft�lllt completed:
�,m�ur�i �f ��n#r�ct T]►pe ofi Worlt��af� A���pt�d � Nam� and �ddr�ss ef �w��r
Awra,rd
See Attaehed
� List of projects yaur organi�ation is now engaged in campleting:
Ame�r�t O� Contr��t 'T�pe �f ,�n�i�ipat�d I�arne and �4ddress �f �wn�r
' �w�rd W�rE� ��t� �f
�ompl�ti�r� �
5ee Attached
�ist Surety Ronds in force on abo�e incomplete worlc:
���� �f G�n�r�ct Aw�rd iyp� �f VIlork Amaunt ��
�ond ��nd
i�ame and �►ddr�ss ��
�ur�ty
,T
All��r��� Airpor� .
�ranway G��rd �fgh��, �i�ns, ar�d �tri�in�
��� ��oj�� ��. ��8�a�ss-��a�
,
�v��� �n�� ���Yi��c�,��s
�
�
�
�'�
�-�
Bond 4�1886D43
THE STATE OF TEXAS
PERF012MANCE BOND
�
KNOW ALL BY 'T'HESE PRESENTS:
COUNTY OF TAI�RANT
§
Tndepende�ce CasualCy and
That we (1) B-C COMFANY. INC. as Principal herein, and (2) 5urety Company „ a coz�pozation
organized under the laws of the State of (3) TX , and who is authorized to issue surety bo�ds in the State
of Texas, Surety herein, are held and iirmly bound untn the City nf Fort Warth, a municipal corporation located in
Tarrant and Denton Counties, Texas, Obligee herein, in the surrE of: "
THREE HilNJ�RED SEVENTY-THREE THOUSAND FIVE HUNDRED THIRTY AND 80/100 ......................
{$373,530.80) Dollars foz the payment of which sum we bind oursel�es, our heirs, exeeutors, administratars,
successors and assigns,,�ointly and severaIly, firmly hy these presents.
WI�REAS, Principa� has entezed into a �ertain contract wiih the ObIigee dated the 14th of Januarv. 20Q3
a copy of which is attached hereto and made a part hereof, for the construction of:
Ri1NWAY GIIARD LIGHTS, SIGNS AND STRTPING 1MPROVEMENTS A�' ALLIA,NCE AIRPORT.
NOW THER�FORE, the eondition of rhis ob�igation is such, if the said Principle shall faithfully perform
the worlc in accordance with the plans, specifications, anc� contract dqcuments and shall fuily inden:�nify and haId
harmless the Obligee from all costs and damages which Oblig�e may suf%r by reason of Principal's defaalt, and
reimburse and repay 461igee for all outlay and expensa that Oblige� z�r�ay incur i�z znalcing good such default, then
this abl�gatiQn shall be void; ntherwise, to remain in fvll force and ef%c�.
�
PRpVIDED, HDWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Gover��nent
Code, as a�nended, and all liabilities on tk�is bond shali be determ'rned in accorda�ce with ihe pror+isions of such
statute, to the same extent as ii it were copied at length herein.
IN WITNESS WHEREOF, the duly auth�rized representatives of the Priflci�al and the Surety have
executed this instrument.
SIGNED and SE.�1,T �D this I4th of .YaQuarv, 2003.
ATTEST:
{Principal) Secretary
B-C CO �NY, INC.
P � C AL�}
4/
BY: J�... �
Tit��: F «-���'A � +J! �
{S�AI.)
C.�
P.O. axe135729,�nFort Worth, TX 76I36
� - ��5� 1�� �
�
(5urety) Secre
(SEAL)
PO �OX 136'�29
FORT WORTH, TX 76136
Independence�Caasua�ty and Sure�.�, Company
; �
urety � ,�
� �
` ��� ." �
BY: ' � _ : `
�= - - - '
(Attorney-in-fact) (5) -
.�'ack M. Crowley
P.Q. Box 429, ArZington, TX 76004-0429
(Address}
NOTE: Date of Band must not 6e
prior to date af Contract
(1) Correct Name of Contractor
(2) Carrect name of Surety
(3) State of incorparatian of Surety
Telephone nu�nber of surety mast be stated.
In addition, an original copy af Power of
Attorney shail be attached to Bond by
Attorney-in-Faet.
_ �
✓�'r "
Wit ess as t Surety
202 . B der �f�01, Arla.ngton, TX 760�0
(Address)
Tha date �f bond shall not be prior to date of
Con�ract.
� No. 0004782
ICW GROUP
Power of Atfarney
Insw�ance Co�peny of #tte We�t
I The Explorer Insixrance Company Indepentdenee Casualty and Surety Compa�y
ICriOW ALL MEN BY THESE PRE5LNT5; That Insurance Cornpany oi the West, a Carporation duly nrganized vnder the Eaws of the �tate of Califomia, The
Explarez Insurance Campany, a Corparatian duiy organized undar tha laws of the State nf Arizona, and Independence Casualty and 8urety Company, a Corporation
; duly organized undar the laws of the Sfate af Texas, (coliectively referred ro as the "Companias"}, do hereby agpoint
F li JACK 1V� Q20WLTY, PATRTC7A A,. SMTTH AND RQBERT W. PURDIN
their true and lawful Attaruey(s)-in Fact with authority ta date, executs, sign, seal, and dalivar o� 6eltalf'o4the Companies, �i3elity and surety hands, underPakings,
and other similar contracts o£ suratyship, and a� related dacumentv.
IN WITNESB WHEREOF, the Companies have caused these presen#s to ba exeauted by its duly authorized officers thia 16th siay of January, 2001.
e 44i�►NIY� I�jS8119 ��'�
��,oya� o Q��avay�r�4� �
�1�`�' � � ��Q�, � n �,
� ����p" ��� a�� e �3�
� ��' $y! A��4 � �T
r
�
7obn H. Craig, Assistani Secretary
IPISURANC� CaMPANX O� TH� W�ST
THE E7CPLORER Il�'SUR.AI�TCE COMPANY
INBEI'�ENC� CASUALTY AND SURETY COMPANY
John L. Hannum, Executive Vice President
� I Sfats of califomia
County of San Diego � s�.
On January 16, 2001, before me, Norma Porter, Notary Public, persona�ly appeaxed John L, Hannum end Joiui H. Craig, personelly known to me bo be
� the p�rsons whose names are subscribed to the vt+itliin instrument, and aalmawledged to iae that they executed the sama in the�r auttsorizad capacities, and that by
their signatures on t�a instrument, tha entity upan behal£ af which the parsons acted, exec�ted tha instrument.
�� �.. � .: - ._..,�D .MA:PC3��'�R'.� �.
CO�lul. #12575!�0 A
� �•, � N6�"ARYPU6l]G`-DlStl�OF�NIA f�
� �ANAiE�'O,COUNT'-Y �
.' . ' L M�+.Corwrtiirsscon_Expire.'�
�. n��r��t�: � e. �ooa
Witness my l�and and of�icial seal.
J �� i�
Y��
Narma Porter, Notary Fublic
RE50LUTIONS
� This Power o€ Attamey is granted and is signed, sealed and notarized with facsimile aignatures and seals under aufhority of the follawing resolufioxis adopted hy
t3�e respectivs Boards af Directors of each of the Companies:
"RESOLVED: Tk�at the President, an$xecutiva Qr Senior Vice President of t�►e Company, togethec with the Secretery or anq AssisYant
Seciretary, are hereby antliorized to execuie Powers of Attomey appointing the persan(s) namod aa Attamey(s)-in-Fact to date, exenuts, sign,
seal, and deliver na behal£ o£ the Company, fidelity and surety bonda, undertalcings, S�d OtilC1' 31h31I�I' COfN78CiS pE SLlYCtyB�L�, and any related
�OCllIL1Cflt3.
RESQLVEp FCR2TH�R: That the signatures of the officecs making the appnintment, and the signahue oF any officer eertifying the validity
and c�urent status oF the appoinhnenE, may be facsimile represenia4ions of ihose signatures; and the signature and seal of any notary, and the
sesl of the Cornpany, may be facsimile representatians of thase signat�res and seals, and suci� facaimile tapresaatations shalt have the same
fazce aod effect as i£ manually affixed. The Faosimila xepresentatirnns raferrcd to herein may be affixed hy s#amping, printing, typing, or
photocopying. ��
GERTIFICATE
I, the undersigned, Assistant Secretary of Tnsursnca Compeny of the West, The Explamr Insurance Comparry, and Indapencienco Casusliy and Surery Company, do
hereby cerEify that the foregoing Power of Attomey is in fu�l foroe and effect, and has not bean revoked, and khat tha above resoludons reere duly adopbed by the
respective Boards ak' ]�irectozs of t}ae Companies, and a�re now in £ull £orce.
IN WITNE55 WHERLQF, I have set my hand this i 4�h �y Q� ,7anuary
2003
rohn H, Craig, Assistant Seoretary
To verify the authenticiry of thia Pawer of Attomey you msy cafl 1-800-877-1111 and sek for the Surety Division. Flease refer t4 tha Power of A.ttoirxaey Nw�nher,
tke above nained individual(s) and deiails of the 6ond to wluch #he power ie attached. Far in£ormafian oz £iling clainns, pleasa contaet Surety Ciaims, ICW Crroup,
I14S5 Ei Camino Rea3, San Diego, CA 92130-2045 or caEl (858) 354-2400.
�
�
9 I
I
� :� / �
<<►� � / i �
.I ,�. ,.I
_-
. �. ,�., _
(SEAL.)
� _ � . �� �
Wit s as to Principa!
T. �
. � L LrC�
Secretary
(S E
� _
��� �
Surety
��C CO f�ANY, INC.
PRlN P
.
By: , .
Name: �r��C�.1 1�� ��►��.+7
Title: ��-�1, D�\
Addr�ss: PO �OX 136729
�o�� wo��w. �x 7sy �s
Zndependenee Casual�� and Su�,r�tiy Company
SURETY _ � ,�
,
/ _.�
By: � ,� �/` �a � Y7
. -. .
Nar4re: Jack M. Crowley
Attorney in Fact
AddreSs: � • � . Bo� 429
Arl�.ngtora, '�X 76004-0�+29
Telephane Num�er: $17�794-160p
N�TE: (1 } Correet name of Principal (Contractor).
(2} Carrect name of Surety.
(3} State of incorporation of Surety
Telephone number of surety must be siated. In addition, an original copy af
Power of Attorney shall be attached to Bond by the.Attarney-in-Faet.
The date of bond shall not be priar to data of Contract.
MAINTENANCE BOND
THE STATE O� TEXAS �
COi1NTY OF TARRANT �
Independence Casualty and
Tf�at �-�C CO�lI�,�NY, IP1C. ("Contractor"), as prirtcipal, a�td (2} 5����y Company a eorporation
organized under the laws of the State of T� ,("Surety"), do hereby acknowledge
themselves to b� held and bound to pay un�o the City of Fort WVorth, a Municipal Carporatian chart�red
by virtue of Canstitution and laws of the State of Texas, (°'City") in Tarrant County, Texas, the sum of
ibR�� bUM�R�� S�V�NiY-ibR�� iWOIJSAND �IV� HUM�R�� iWi��lf �ND
80/1 Q� ............................� DoElars
($3i3.530.80), lawful money of �he United States, far payment of wi�ich s�m well and tru[y be made
unto said City and �ts successors; said Coniractor and Surety cio hereby bind themseEves, their heirs,
exec�atars, administratars, assig�s and successors, jointly and se�erally.
This obligation is conditioned, however, that:
WHEREAS, said Contractor has this day entered inio a written Contract with the Cify of Fort
Worth, dateci the 14th of Januar�, 2003, a copy of whic� is hereto attached and made a part hereof, far
the performar�ce of the following described public im�ravements:
�UNWAY GUAR� �iCH�'S, SICNS dN� Si�I�IMC IfV���OV�iVI�MiS A� A��I/�NC� �I�PO�`i
the same being refierred to herein and in said contract as the Work and be�n� designated as project
number(s) GR�'G�O�S218732090 and said contract, including aiI of the specifications, conc�itions,
addenda, change orders anc� written instruments referred to thereir� as Cantract Documents being
incorporated herei� and being made a part hereof; and,
WHEREAS, in said Contract, Contractor binds itself to use such materiafs and ta so construct
the work that i# will rsmain in gaod repair and condition for and during a periocE of after the date of the
final acceptance of the work by the City; and
WHER�AS, said Contractor binds itself to maintain said work in good repair and
condition far said term of two {2) vears; and
WHEREAS, said Contractor binds itself to repair or recanstruct the Work in whole or in
part at any time within saic! period, if in the apinion of the Director of the City of Fort Worth
Department of Engineering, it be necessary; and,
WHEREAS, said Con#ractor iainds itself, upon receiving n�tice of the need therefore to
repair or reconstruct said Work as herein provided.
NOW THEREFORE, if said Cor�tractor shall keep and perform its said agreement to
mair�tain, repair or reconstruct said Work in aecordance with afl the terms and conditions of said
Contract, these presents sf�afl 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 shail ha�e and recover from
Cantractor and Sur�#y damagEs in the premises as prescrif�ed by said Contract.
This ob�igation shall be a continuing one and successive reco�eries may be had hereon
for successive �reaches until the full arnount hereof is exhausted.
IN WITNESS WHEREOF, this instrument is ex�cut�d in 8 count�rparts, �ach of which
shall be deemed an original, this 1�bth day af Januar�, A.D. 2Ufl3.
ATTEST:
(S E A )
�.�
ecretary
ATTEST:
(S E A t)
n
��� �� �-��
- J
Secretary
�-C CO � ANY, IWC.
Cantrac r
B:�� i
y
Name: h�\\1, {'��A��jo�,aV''��='�
Titl�: �12.�S��v ���
Independence Casual�y and 5urety Company
Surety
�� .
By. ` '� ,����i
f/ � ,�
Name" ` Jack M. Crawl.ey
Tltle: Attorz�ey-in--Fact
P.O. Box 429
Arlington, TX 76Q04-0429
Address
��N'i�Ll7:ZiI11 �
No. OOd4782
Power of Attorney
Inseu�ance Campany uf the West
The Egplarer Insurance Compa�y Independence Casualt�+ and Surety Company
KNOW AI.L MEN $'Y THE5E FRESEIVTS: That In�wance Company of tha Wast, a Corpars4on duly organized under the Iaws of the 3tate af California, The
L�lorer Insurance Company, a Corporation duly organized under fihe laws nf ihe 8tate of Arizona, and Indepandemco Casualty and $urety Company, a Corporation
duly organized undar the laws of the State af Ta�ras, {collactively referred to as the "Companies'�, do hereby appoint
dACK 1Wi. CROWLEY, PATRICiA A. SMTI'H AIVA R4B�RT W. PURDIN
their hue and �Sw£u! Attnmey(s)-in-Faet with suthority ta date, execute, sign, seal, and delivar on behalf of tha Companies, fidelity and suraty bonds, �mdertaEangs,
and other similar contracts of suretyship, and any related documents.
IN WIT'NESS WHi�dt�0�, the Comganies hava caused these presants to ba exec�ted by its duly authorizad officara this 16th day of 7anuary, 2001.
���ytlr�Nr�, 1p8f19 �"�'�'0
�o���a D���F4DJja'��¢� �' ��
�i;�°' � d, 9S�AL� o � r
� �ua ` a � °
ou,� ''Hl �,� "� � �a�
1 _
John H. Craig, Assistant Secretary
5tate of Califamia
CouaEy of San Diego � gs•
�TSURANCE CONlPANY UF'I`HE WEST
TI� F�CP3.ORER INSURANCE COMPANY
nvn�rFavnEnc� casuAr.,� arm suxEz� con�aivsr
d�.� " p
Jahn L. Hannum, E�cutive Vice President
Qn January 16, 2001, bafora me, Norma PorEar, I�otary Fublic, personally appeared John L. Hannum and Jahn Fi, Craig, personelly lrnown to me to ba
, the garsons whose names are subscribed to the wiii�in instrument, ancl acknowledged to me that thep exacuted the sam� in their sutiiorized capacities, and that hy
,; their signaturas on the insmiment, the entity upun behalf of which the persons acted, executed tt�e instrument.
Witness my hand and official seal,
i •• ^PFORINA:POR7�R
� , �-..,. .-,, . �, �.
. C�AAM.. �� 2575�0 `���
� � � Nb7ARY�'UBLIC��AL1F'ORNIA �F�f
$RiJ Dt�Y`s�,COE�fJTY �
� +� NI�+.Commis9iun.txpi'res �`
� �� �,.� , ��„ MAR�1-�,4$��a04 ��
.��
Norma Porter, Notary Public
, RESQLUTIOIVS
This Power a€ Attorney is granted and is signed, seffled and natarized with facsimile si�atures and seals under authority of the following rasolutions adopted by
tha reapective Boards of Birectore af each of the Companies:
� "RESOLVED: That the President, an Lxecutive ar 5anior �Tice President of the Company, fogefihar with the SecFetary vr eny Assistant
Secretary, are here6y authorized to execute Powera of Attorney appointing the person(�) named as Attorney(s)-in �act to date, exec�te, sign,
sesl, and deliver on behalf of the Company, fidel�ty and surety 6onds, underEakings, and other similar conhacts of se�reiyahip, and any related
doeuments.
RESQLVED F[IiZTH�R; That the signatures of the off'icers making the appointment, and tha signatuxe of any of�icer certifying tha va�idity
and current status of the appointment, may be facsimile representationa of those signatures; and ths sigiature and seal o£ any notary, and the
seal of the Company, m�y be faasimi�e repreaezAtatzons of those signailu�es and seals, and such facaitnile representations shell have tixe same
force and e££ect as if manuslly affixed. The facsimile rcpresantatioz�s zefeicred to herein may be affixed by sYamping, prinfing, typing, or
photaCopXiqg."
CERTIFICATE
I I, the undersigned, Assisfant Secretary of Insurance Company of the West, The Explorer Insuranca Compeny, and Independence Casualty and Suraty Compazxy, do
hereby ceitify tha4 tha foregoirtg Power of ABornay is in full force and effect, and has not Ueen revoked, and that the abo�ve resoludons wera duly ecEoptad by the
respective Baards of Directors of the Companies, and are nnw in full force.
INWITNESSWHEREOF,Ihava�Btmyhandthis �4�� daqo€ January , 2003
.
John H. Craig, Assistant 5eeratary
� ' To vcrify the authenticity of this Power pf Attarnay you msy call 1-500-877-1111 and ask far the 3eu�eiy Di^vision, Please rafer to fhB Power af Attorney Number,
the above named individual{s) and deFails of the bond to which the pawer is attffched. For infom�ation or filing clairns, plesse contact �rety Claims, ICW C`rroup,
] I455 �1 Cemino Real, San Diago, CA 92130-2045 or call (858) 350-24D0.
CITY O� FORT WORTH. TEXAS
C�NTRACT
fEi� �i/�f� �� C�X�1�
KNOW ALL SY THESE PRESENTS
COUNTY OF TARRANT
This agreement made and entered into this the ]4th day of January A.D., 2003, by and between
th� CITY OF FORT W�RTH, a rrtunicipal cqrporation af Tarrant County, Texas, organized and existing
nnder and by �irtue of a special charter adapted by the qua.lified voters withirt said City on the 11't' day of
December, A.D. 1924, under the authority (vested in said voters by #he "Home Ru1e" provision) of the
Constituiion Qf Texas, a.nd in accordance wi�h a resolution duly passed at a regular meering oi the City
Council of said city , and the City of Fort Worth being hereinafter termed �waerr, B-C COMPANY,
INC., HEREINAFTER CALLED Contractar.
WITNESSETH: That said parties hav� agreed as follows:
1.
That for amd in consideration of the pay�nents aod agreements hereinafter men�ioned to be made
and perfarmed by the Owner, and under the conditions expressed in the bond bearing even date herewith,
the said Conuactor hereby agrees with t�e said �wner to conn�mence and complete the construction of
certain improvements described as follows:
RiTNWAY GUARD LIGHTS, SIGNS AND STRIPING IMPROVEMENT3 AT ALLIANCE AIRPORT
2.
That the work herein comemplated shall consist of furnishung as ari independent contractor all
labor, tools, applrances and materials necessary for the constructian 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 PabI�c Works Departrz�ent of the City of Fort Warth adopted by
tlie City Cot�ncil oi the City of Fort Worth, which Plans and Specifications and Contract Documents are
hereta attached and made a part of this contract the same as if written herein.
3.
The Contractor herehy agrees and binds himself to commence the constructron of said work
within ten (1Q) days after�being notified in writing to do so by the Departrr�ent of Engineering of the City
of Fort Warth.
C�
The Contractor hereby agrees eo prosecute said work with reasonable diligence after the
commencemer�t �ereof and to fiilly camplete and finish the same ready for the inspection and approval of
the Department of Engineeri�g of the City of Fart Worth and the City Council of the City of Fort Worth
within a period af 3Q workirtg days.
If the Contractor should fail to complete the work as set farth in the Plans and Specifications and Cantract
Documents within the time so stipuIated, pl�s any adc�itional time allowed as provided ia the General
Canditions, there sha11 be dec�ucted frozx� any monies due or whic�a may thereafter become due him, the
sum of 214 Per working day, not as a penalty but as liquidated darnages, the Contractor and his Sur�ty
shall be liable to the Owner %r such deficiency.
5.
Should the Contractor iail to,begin the work herein provided for within the tzme herein fixed or to
carry on and camplete the same according to the true meaning of the intent and terms of said Plans,
Specificakians and Contract Documepts, then the Owner shall have the right to either demand the surety
to take aver the work and complete same in accordance with the Contract Documents or ta take charge of
and complete che wark in such a manner as it rnay deem proper, and ii in the completion thereaf, the cost
ta the said City shall exceed the contract price or prices set forth in the said plans and speci�cations nraade
a part hereof, the Contractnr ar�d/or its Surety shall pay said Ciry on demand in writing, setting farth and
specifying an itemized statement of the total cost th�reof, said excess cost.
C�
Cantractor covenants and agrees to indernnify City's engineer and arehitect, and their personnel at ihe
proj�ct site for Co�tractorr's sole negligence. In addition, Contractor covenants and agrees to ind�mnify,
haId harmless and defend, at its own expense� the Owner, its off'icers, servanrs and employees, froz� and
against any and a1l claims or suits for prrope�ty loss, property damage, persanal injury, including death,
arising out of, or alleged to arise out af, the work and ser�ices to be performed hereunder by Cantractor,
its ofiicers, agents, employees, subcontractars, licensees or invitees, whether or not anv such i�aiurv,
dama�e or death is caused, i� whole or in part, bv the ne�ltgence or alle�ed ne�li�ence o�'
Owner, its of�cers. servants, or emplayees. Contractor likewise covenants and agrees to inciennnify
anci hold harmless the Owner from and a�ainst any and all injuries to Owner's of�icers, servants and
employees and any darnage, loss or destructian to property af the Owner arising from the per�ormance of
any of the terrris and conditiQns nf this Cantract, whether ar riat any_.such ir�rur�y or da�na�e is
caused in whale or in vart bv the ne�li�ence vr alleged negrigence of Owner, iis o�'f�cers,
servant5 or emAd4Yees..
Tn ti�e event O�;vner receives a written cIaim far damages against the Contractor or iEs subcontractors prior
, to iinal payment, �na1 payment sI�all not be made until Contractor either {a) suhmits to Owner
satisfactory evidence that the claim has been settled andlor a release f�-oxn the claimant involved, or (6}
� provides Owner with a Ietter fronn Contractor's liability insurance carrier that the ciaim has been referred
to the insurance carrier.
, The Director may, if he deems it apprroprzate, refuse to accept bids an other City of Fort Worth public
work froxaa a Contractor against whom a claim for damages is autstanding as a result af work perfor�ned
' under a City Contract.
7.
The Contractor agrees, on the executian of this Contract, and before beginning work, to make,
execute and deliver to said City of For� Worth good and sufficient surety bonds for the faithfiil
; perfarmance of the terms and stipulations of the Contract and far the payment to all claimants for labor
andlor materials furnished in the prosecution of the work, such bonds being as pro�ided and required in
Article 5160 of the Re�ised Civil 5tatutes of Texas, as amended, in the form included in the Contract
Documents, and such bonds shalI be for 100 percent of the total contract price, and said sUrety shall be a
surety company duly and legally authorized to do business in the State of Texas, and acceptable to the
City Covncil oFthe Gity of Fort Wnrth.
8.
Said City agra�s and binds itseli to pay, and the said Contractor agrees to receive, for all of the
aforesaid wark, and for all additions thereto or deductions therefram, the pric� shown on tl�e Proposal
subrnitted by the successiul bidder hereto attached and made a part hereof. Paymen# wiIl be matle in
monthly instaliments upon actual work comgleted by coz�tractor and accepted by the 4wner a�d receipt of
invoice frnm the Contractor. The agreed upon totaI contract amaunt {incl�ding/excluding) alternates nla,
shall be T�IREE HUNDRED SEVENTY-THREE TH0�7SAND �IVE HUNDRED THII2TY AND
8U/10Q .............................Dollars, {$3i3,53Q.80i.
9.
It is further agreed that the perfor��anca of this Contract, either in whole or in part, shall not be
sub�et ar assigned to anyone else by said Contraetor witliout the written consent of the Directar of the
Department of Engineering.
10.
The Contractor agrees tv pay at least the minimum wage per hour fo:r all labor as the sanne is
classiiied, promulgated and set out by the City of Fort Worth, Texas, a copy of w�ich is attached hereto
and made a part hereof the same as if it were copied verbatim herein.
ll.
It is rnutually agread and understood that this agreement is made and entered into by the parties
hereta with raferences to t.�e existing Charter at�d Ordinanc�s nf the City of Fort Worth and the Iaws of
the State of Te�s with teferences to and governing all matters afFecting this Cot�tract, and the Contractor
agtees tn fully comply with all the provisions of the same.
IN WITNESS THEREOF, the City of Fort Worth has ca�sad this instrument to be signed in �
counterpa.c�ts in it5 name and on its belialf by the City Manager and attested by its Secretary, with the
corporate seal of the City af Fort Worth attached, Tl�e Contractor has �xecuted this instrument through its
du�y autharized offcers in S counterpar�s with its corporate seal attached. •
�� Done in Fort Warth, Texas, this the 14th day of January , A.D., 2003.
�
RECOMMENDED:
BY: � `��I A�l � o�� / /
DIRECTOR, DEP.ARTMENT QF
ENGINEERiNG
CITY OF FQRT WORTH
PRO ED:
'� �
� �
AVIATIO
' INTERIM DTRECTOR, BItIDGETT� GARRETT
Marc
ATTEST:
B-C COMPANY. INC.
' � PU BOX 136729
• FORT WORTH, TX 96136
- CONTRACTOR
.
BY: I
�
��L-�.�"�S � � w�L �
w�
TiTLE
r
.L
.�
� `!
-r � .
� 1 � lIA
��@ _ 1,�'h-
; - ,-- , —_- _
CITY SEC1tETA1ZY
{S E A L}
� �����f� ._ _ �
�o�.�x$�� thas�.�a�ion
[ r v� �: �
�= ���_. _ �.---,..-,_.
����
APPR�VED AS TO k'ORM AND
LEGALITY:
��, g�X- t3 �� 7-�I. �, ��a..`�, � k
AnDxEss 7l� 13 b
�
�
d. � �..__._ _. _
�,� T CI �'ATTORNEY ��
November 1960
Re�ised May 19$6
Revised September 1992
UG� s�rr�
l
: ,.�� �
��
CITY MANAGER
T
�
' F
I,
' f'
i
. �
Alli���� Airpor�
Runway G��rd Ligt�t�, �ign�, �nd ��ri�ing
�1� Proje�f NA. �e4��0�9�-'4�0�
��� � � Vr ��J�� ����I�IO,\�d
1 d
P��' 1
���Cf�L ��OVISI�NS
f. Gensral Scooe. It is fihe intent ihat the work [ncluded in #he contract shall include crack
repair and surtace treatment oi runway and taxiway shoulders and grading and drainage
pipe, complete and in place, as shown on the construction plans,
2. Amaunt of Liauidated Damaaes. The amount of liquidated damages determined in
accordance with Sec#ion 8a�0� °I�a�lure to Compist� Or� iime° shall be $�00.00 �Oer
calendar day.
3. Warrar�iv of Ct�nstruction. In additinn �o any o�her warrenttes set out eisewhere in this
cantract, the Contraator warra�ts t�at work p�r�armed ur�der this car�tra�t confiorms tv if�e
con��act requirements and is free of any def�ct of �qufpment, material or design fumished,
or workmanship perfarmed by the Con#ractor or any of his 5ubcontractors or Suppliers a#
any tier. Such warranty shall contir►ue for a perioc� o� one year from the date of firtal
acceptance nf tf�e worlc, but with respect fo any part of the wark which warranty shall
continue far a period of one year from the date City of Fort Worth talces possession. llnder
fhis warranty, the Gontraotor shall remedy at own expense any such failure to conform or
� any such defeat. In addition, the Contractor shal( remedy at his own expense any damage
to City o# F'ork Wor�� owned or cQn�rolled real or p�rsonal propErty, when that damage is the
� result of the Gorrtractor's failure to conform to contrac# requirements or any such defect of
� equipment, material, w�rkma�ship �r design. The Contractor shall also restore any wark
damaged in �ulfilling the tarms a# this clause. ihe Confractor's warranty wifY� respect to
- work �epaired or replaced hereu�der will run for one year from the date of such repair or
repEacement.
� The C'rty of FortVllarth sl�all notify the Coniractor in writing within a reasonable time after the
� discovery of any failure, defe�ct ar damage.
Should the Contracfor fail �o remedy any fallurs, defect or damage described itt (a) above
within reasanab�e time after receipi of notice thereof, the City af �'ort Vllorth s��ll have the
righ� to replace, repair or otherwise remedy such failure, defect, or damage at th�
Contractor's expense.
!n addifion to the other rlghts and remedies provided by this clause, all subcontractors',
manufacturers` and suppliers' warranties expressed or impfied, respecting any vuarEc and
materials sha11, at the direction o� ��e Ciiy af �or� Wo�, be enforced by the Contractor for
� the benefit of the City of �art Worth. In such case, if the Contractor's warrariiy under (a)
abo�e has expired, any suit directed py the City of �ort Worth to subcontractor"s,
manufacturer's or supplier's war�anty shall be at the expense of th� Gity af �art Worth. The
Contractor shall obfain any warrantres whic� the subcontractors, manufacturers, or suppliers
would gi�e in normal commercial practice.
I If directed by the �ngineer, the Can�ractor shalN require any suc� warranties to be executed
in writing to the City pf Fort Worth. Notwithstandin� any other pro�ision of #his clause,
I un�ess sua� a defect is caused by the negligence of the Cantractor or his subcontractors or
suppl�ers at any tier, the Cor�tractar shalf nat be �ia�le for the repair of any defec#s of
01112801.O�a.doc f- i
material or design fumished by the Cit� o� �ort Worih �ar the repair of any damage which
results from ar�y such defect in the City of �'ort Workh furnished ma�erial or design.
Neither the fina! certificate af payment nar any provisian in the Contract �acuments, nor
partial or eniire occupancy of the premises by the City ofi Furt Warth, shaCl constitute an
acceptance of work r�ot done in acaardance wi#h fhe Contract �acuments or relieve the
Contractor of fiabili'#y in respeet to any �xpress warranties or responsibility for faufty
materiais or workmanship, �he Corttracfor shalf remedy any defects ir� the wark an� pay for
any d�mage to ather work res�lting therefrom, which shall appear within a periad of one
year from the date of final acceptance af the wark. �he Ci#y of �ort Worth will give not�ce of
observed defects with reasonable promptness.
4. Parkina o� Constructian ��uipment, Ai night and dur�ng all other periods af time when
°, e�uipment is no� being actively used on #i�e construction wnr[c, the Contractor shall park the
equipment at locations which are approved by the �ngineer and/or as directed by�he Airport
� Manager. ihe Contractor shall provide adec;uat� barricades, m�rkers and lights ta protect
� fhe Ci�y of ForC Worth, '�exas, Alliance Rirport, the pub�icand the otherwork. All barricades,
� lights and marke�s must me�t #he requirem��ts of these specifications and must be
� approved by �he Engineer.
b. Access Rautes,, Sta�ina Areas ar�d Stora�e Areas. ihe staging area will be as shawn on
the const�uctio� plans. All haul roads and access roufies and the location of any additianal
stagir�g areas and storage area5 will be s�bject to the approval of the �ngineer. ihe
Contractor shall be respans�hle for maintaining and. repairing all roads and other facilities
used during aonstruction. Upon completion of �i�e projeet, al! existing roads shall be lef� in a
condition equal to that at t�e time the Contractor cammenaes warfc on #his project.
6. Waterfor Construction. Waterfor construction wilf be obtained from the City flf �ort Worth.
�he Contractor shall pro�ida a meter to measure wafer consumption arid shail pay the City
of Fort Warth fior water consumed.
7. Coordination of Wo��C. It shall be the responsibility of the Contrac#ar to caardi�ate his work
with any pul�lic or pri�at� uti[iiy engaged in the installation of new or adjustmenf of exis�ing
facElities on or acl�acent to the project site.
8. Work Hours and Closur�. Work hours wilf be as folfows:
Fiunway 16R/�4L - 6:Od am o�.0� pm, during day[ight hours
' Taxiway A tl 6:�0 am d 7.00 pm, during daylight hours
Taxiway H� 6.40 am - 7:D0 pm, during daylight hvurs
Runway � 6�I34R - 6:0� am d 2AU pm
9. Airfiel� 4Aerations. The Cantractor shal� acquaint himself with the aperation rules of the
� airfield, ar�d shall tal�e all necessary precautions to assure the 5afe aperation of the fieid at
' ail #imes. �'f�e Gontractor shafl be req�ired to adhere ta the guidelines in AC 15�d537p-��
an Operatianal Safety on Airpo�ts During Consfruct[on, and �'AA Order �240.�A an Saf�ty
� During FAA �unded Airport Canstruction and �AA Facilities Maintenance.
�ersonne�, equipmen#, tool and materials shall nat hinder the safe operation of the field.
ihe Contrac#ar's access and haul routes shalf be appra�ec� by the �ngineer priar to use,
01112801.00a.doc l-2
I {
It shal! be a requirement for the Contractar to cause as little disruption as possible tfl aircraft
and other graund vehicl�s in the vicinity of the work and ta the operational runways and
taxiways. Coordina�lon with the A�rpar� Manag�r �nd the Engir►eer of all runway an�
taxiway, as we�l as apron/ramp access closures, shall be made by the Corttractor at least
three �3) days prior to any such closure. Runway elosure markings will be required to �e
place� �very day the Contractar works. Se� AC 150/5370-2C fvr t�is requirement, /�!I
markir�g guidelines, signing and sa#ety requirements fior the Airpart Closure will be in
aacordance wfth AC 154/5370-�C and wiil be strictly enfiorced.
f4 is extremely impartant #he Contractor maintain all work areas in such a manner �hat it is
assured that ti�are wil! not be any flying obJects or �ebris (�O�). �O� confrol is an ongoing
par� of this Project tha� must take high priori�Ey at all times. Any aircraft movement area that
has dirt trac�ed from a canstruction area ar conta�ns any of tn� construction ahjects or
debris must be completely cieaned imm�diately. At �arEous times durir�g constrUction, ifi sa
directecf by AirRort Operaifanal staff, Contracter shall take necessary actions to alleviate any
patential f�OD saurce.
It shall be tMe responsibil9ty of the Contraator to determ�ne aperational requirements in the
work areas and to schedula and prosecute his work so as to compEy with �f�e abvve listed
access requirements. Wher� necessary, the Contractor shafl construct femporary crossings
and detours as required to provide for the satisfactdry and safe passage of aircraft to and
frorn faci[ities in #he wark area.
Prior to commencing any work on ihe cantract, the Contractor shall submit far appraval by
the �ngineer and the Airpor� Manager a schec�ule of construction ape�atians as they relate
to any restriction of aviation facilities dur�ng construction. C�uring consiruction aperatians,
the Contrac�or shall advise the �ngineer �ach day af his propos�d construction aperations
�or the rte� day� and shall make any modi�inations to the schedule tha� the �ngineer deems
necessary for compliance with the specifie� aircraft access requirements. ihe C�niractor
shalf not de�iate from the constructior� schedule wifihout pripr approva! of the Engir�eer.
10. Protect�an of �xistin� Ufiilitfes ar�d Impro�emer�ts, The Confractor shall take adequate
measures to protect all existing structures, improvements and utiIiiies wt�ich may be
encour�tered.
T�e utility lir�es and canduits shown on the p[ans are for information only and are npt
guaranteed by the �wner to be accurate as to focation and depth; they are shown on t�e
plans as th� bes# information available from fhe owners af the utifities involved and from
evidences #ound an the ground. �
�� ihe Contractor shall determine the exact locatian of a!I existir�g utilities ar�d conduct his
woric sa as to prevent interruption of service or damage to them. The Contraator shall be
responsible far the rep(acement of any utiliiy damaged by him and shall likewise foe
: � responsEble for losse� to the utility owner due to any disruptio� to the servlce of the utif�ty
caused �y the Contractor.
� 1. Sani4ary �acilities. �he Confiractor shall pro�ide suitab[e sanitary facifities far use of his
em�layees and inspection person�el. 5uch faeilities, �emporary or permanent, shall meet
local sanFtary codes, and may not contribuie untreated sewage to any dry or flowing
wafercourse. �here w��l be no separate payment for t�tis item.
o� 1 i2sai.00s.doc I-s
�1
��
12. Insurance �e uire�. Yhe Cantractor s.hafl no� oommence work unde� this contraci until he
�as obtaine�all insurance required urtde� this paragraph and such insurance has beert
approved by tha �wner, nor shal I the Corttractor al low any subcontrac�or to commence work
on his subcontrac� until ali simifar insurance of the subcontractor has been so abtained and
appro�ed. All insurance policies must show the Owner as additiortaj insured (General
Liability, auto, etc.}.
a. Worl�er's Compensa�ior� Insurance. The Contractor shall take vut and mainiain
du�ing the I�fe of this cantract Wvrkmen`s Compensafion lnsur2�nce for all of his
employees a# the si�e af #he proJect; ar�d in case any wark �s sublet, the Cont�acto�
shall requ�re the subco�iractar similarly to pra�ide Workmen's Campensation
Insurance �or alf the Ia�er's employees unless such employees are covered by the
protection afforded by th� Cantractar. in case any class of empEayee engaged in
h�zardous work under this contract at the site og tha project is not protected under
Workmen's Campensation Statute, the Contractar shall provide and shall cause
each subcontractor ta provide adequaie and suitable insurance far the protection of
his employees no# atherwise prot�cted.
�'he minimum amounts of such insurance shall be as follaws:
{'I ) Stafe - Statutnry
(2} Applicabl� �ederai - 5#atuto�y
(3) Employer's Liability - $500,000
b. Comprehen5ive Ge�eral Lia6ili'ty and Proper�y Damage Insurance. The Contractor
shall �ake vut and maintain during the iife of this contract such Comprehensive
Ceneral Liaf�ifity and Property Damage �r�surance as shall protect him and any
s�bcaniractor performing work covared by t�is contract from ciaims for cfamages or
, personaf injury, inclu�ing accidenta[ death, as well as from cla�ms far property
damages which rnay arise from operations under this cor�tract, and including
' explosion, collapse and underground co�erage, whether suah oper�#ions ba lay
hirrt�elf or by any subcor�trac�or or by anyane dxrectly or i�directly emplayed by
L
either of them, and the amounts of suCh insuranc� shall be as follows:
, Bodily lttjury.
E
,s
{i) ��ah Occurrance � �1,000,000
��) Annual Aggreg�fe � $1,00(}�000
Property �amage I nsurance.
(� ) Each Occurrence - $1,OOO,D00
(�) Rnnual Aggregate � $1,Q00,000
Praperty damage liability insurance providing Explosion, Col�apse and
Underground co�erages.
01112BOi.00a.doc I-4
.'
c. Comprehensiv� Autamobile Lia�ility.
�odily Injury
(1 j �ach �erson - $5aQ,000
(�) Each �4ccid�nt � $1,00a,000
Property Damage
{i ) �ach �ccurrence � $� ,OOfl,000
d. C�r�tract�af Liability,
�adily Injury
(1 } �aah Occurrence e $1,D00,000
Property 9ama�e
(i ) Rnnual Aggregate e $� ,000,000
e. Such insuranae wil� be subject to t�e following deductible amount: $�a0.�0. The
City of For� Worih, Texas and Alliance Airport shall be named as additional insured
parties for the project.
I The Cantractor�s general IiabElity carrier shall iss�e a separa#e Protective Liability
�� Pa�icy cavering Owner and �ngineer prorriding co�erage for not less thart th�
: � amo�nts listed above.
- f. F�roof of Carriage ofi Insurar�ce. The Contractor shall furnish #he Own�r with
sat�sfactary proaf of carriage of the ir�surance required. All t�te certificates of
ir�surance required to bs purchased ar�d mai�tained by the con�ra�ar will coniain a
pro�isior� or eRdors�ment that the coverage will not be ca�tcelled or ma#er�ially
� changed or re�ewaE refused until at least 30 days prior written r�otice �as been given
� to the Owner by certified mail.
13. Award flf �ids. The �wner may rej�ct any or �{I bids.
�4. Cor�struction Time. Th� Owner reserves the right �o abandon, without obligafian #o fhe
Contractor, any �art of the pro)ect, or the entire project, at any time hefore the Contrac#or
begins any cons#ruction work authari�ed by the Owner.
15. Retaina�s on �artial Pa�ments. �'or this cantract, the Owner will dedu�t and retain Five (5)
percent of the tatal amount of the partial payment until the final payment is mad�.
16. Fir�al Acceptance and Pavment. Final payment, including retainage, wi[I be made upon
acceptance of the compteted projecf �y the �wner.
17. The Ceneral Provisions are hereby replaced or amended as follows by General Provision
parac�raph designated:
01112801.04a.cloc 1-5
�
.�
10�27 Shall be modified as follaws;
MRJOR AN� MiNO� CONTI�AC� Ii�MS. A major coniract item sE�afl be any item
ihat is listed in the proposal, the totaf cost of wi�ich is equal to ar greater than 5
,, percent of the total amount of the award contract. All other items shali be
considered minor contracf items.
2D-03 Cantants of �roposal Forms, ihe following paragraph sha[I b� added to this section;
A�DENDA, ��dders are responsi�le for obtaining alf addenda to the contract
documents prior ta t�e bid receipt time and acknowledging them ai the �ime of bici
receipt on the propo�al �orm. Informatinn rega�ding the �atus of ar�denda may be
obtained by cor�tacting Carier &�urgess, lnc. At �8� 7) i35�f�08. E�ids that do not
acknowledge all applicable addenda may be re�ected as non-respansive.
2Q-U7 Preparation of Propasal. �he foilowing p�ragraph shail be added to t�is sectia�:
�idders shali not separate, detach, or remo�e any portian, segment ar sheets fram
the contract documents at any time. Failure to bic� fully execute cantrac4 without
retaining contract documents intact may be grounds fior desfgn�ting bi�s as dnon-
responsive0 �nd rejacting bids or voiding cantract as appropriate and as determined
by City Engineer.
, 2Ue08 Irregular Propasals. �he following paragraph sFtall be added to this section:
� AMBI{aUfTY: In �aase of am�iguifiy or lacic of clearness in stating prices in the
proposal, the Gity reserves the righf to adapt the mast advan�ageaus constructinn
�' thereof to the City or to rejeci the proposaf.
20-p9 �id Guaran�ee. 'The following paragraphs shall be added to it�is section:
�l D SECIJ R�iY: Gashier's chec�C or an acceptabEe bidder's bond payable to the City
of Fart Warth, in an amount of not less than fiE�e (5) percen� of the �otal �ase �id,
and is subj�ci to forfeit in the e�ent the successful bidder fails ta execute the
contrac4 documents within ten (10) days after the cantpact has been awarded.
�-! io be an acceptable sureiy on the bQnd, the name of the sureiy shall be included on
the current U.S. "ireasury list and the amaunt of the band sha11 no# exceed the
' amount shown an the U.S. ireas�ry list for that company.
; �,
30�p� Award of Contact, ihe following paragraphs shaU be added to this section:
' ihe award of a contr�ct, if it is to be awarded, shall be made within 45 calendar
days of the daie specified for pubficly opened proposals, unless otherwise sp�cified
. herein.
The contract will be awarded to the Iowest bi�der an the �ase �id. T'he City
reserves the right to r�ject any or all bids.
�111280'1.aaa.ao� i-s
�lNANCIAL S�"Ai'EMENi: A currenY certified financial siatement r�ay be required by
Director of the �ep�rtment of �ngineering if required for use bythe CIiY O�' FQRT
WOFtTH in determinfng the successf�al bidder, This stafsment, if required, is �o be
prepareci by an inc�ependent f�u�lic Accountant holding a vaEid permit issued by an
appropriate �tate Licensing Agency.
30-0� Requi�ements of Contract �onds. The following par�graphs s�a[I be added fa this
section:
PAYM�Ni �OND AND PER�ORMANC� �OND: 7he successful bidder entering
into a coniract for fi}�e work will be required fo give the Ci�y surety in a sum equal to
th� amount of t�e aontraci awarded. In this canneciion, the successful b�dder shaq
be required t� furn�sh a perFormance band as well as a payment bot�d, both in a sum
equal fo t�e �mount of the coniract �warded. ihe form ai the bond shalf be as
herein provic�ed and i�e surety shall be acceptable �o the Ciiy. All bonds furnished
hereunder shall meet the requirements o# Ar�icle a1 fi0 of fi�e Revi�ed Civil Siat��es
of Texa�, as amended.
In order far a surety io be acceptable to the City, the name of the surety shall be
included on the current U.S. ireasury fist {Circ�alar 570} af �caeptable sureties, and
the amount of bond wrPtten by any one acceptable company shal� not exceed the
amount show� on the Yreasury list �ar that company. Each bond shall be prop�rly
executed by botit fine cantrac#or and the surety company.
No sure�ies wi{I be aacepted by the City which are at the time in default or deli�tq��n4
an any bonds or which a�e in�erested in any litigation against the City. Sho�ld any
surety on the contrac# be d�termined unsatisfactory at any #ime by the City, natice
w�[I �e gi�en io the can�rac�or to that effect and the cantractor shall immediatefy
pro�ide a new surety satisfactory to #he Ci#y.
If ihe contract to be awarded is less than $� Q0,000, the perFormance and payme�i
bonds are not required if the suacessful bidder states in its �id that payment is not
due �ntil the workc is comnlEted and is ��cented by the Gity. Provided, howe�er, that
this paragraph does not affect the furnishing of a maintenance bond, if same is
re�uired by the specifications. It is presumed that #�te svccessful bidder agrees to
pro�ide perfarmanc� and payment bands unless the bidder, ort t�e bid propasal,
states otherwise.
40�U1 Intent af Cantract. ihe foElowing paragra�hs shall be added to this section:
The contractar shall pro�ide all utility s�rvices required to canstruc# the project,
including, bUt r�ot limited to, electric�l service, water serviae and felephone service.
The contractor shall be responsibfe for defects in thls project due fa faufty ma#erials
arid workmanship, or �o4h, fvr a period of ane (i ) year firom the date of final
acceptanc� of ihis proj�cfi by �he Gity Co�ncil of the City of �ort Worth and will be
required to replace at his expense any part or all of the project which becames
defecti�e due to these causes.
0� 1128D1.00a.dac I-7
4Q�Q2 Alteration of Work and Quantifies. `The following paragraphs shall be added to #his
section:
All Suppfemental Agreemen� sha11 require consent of �he Cvntractor's Surety and
Se�arate �erformance and Payment �ands.
�he City reserves the right to abandon, without abligation to t�te Contractor, an part
af th� project, ar the entire proje�t, at any time before �he Contractor begins any
oot�s#ructiat� work authorizad by the City.
40�04 Extra Work. The foflowing paragraphs shall be added to this section:
ihe quantities shown in the propasaf are approximate. if is tne Contractor's sol�
responsibility to verify all #he pay item quantities pr�or ta sc�bmitiing a bid.
W�en the quantity of the work to be done ar rrtateriais to be furnished under any
major pay item of the contra�t is mara that 125% af the quanti#y stated in the
cantract, whsther s�ated by �wner or by Contractor, then ei�her party #o �he contract,
upon demand, shall be entitled to rtegotia#e for re�ised co�sideration on the portion
of the work above 125% of the quantity stated in #he contract.
When the quantity of the work to be dane or materials ta be furnished under any
majo� pay item af t�e contraat is less than �5%of t�e quar�tity stated En the cantract,
whether s�ated by Owner or by Contractor, �hen ei�her party to the contract, upon
dema�d, sha{I be entitlecf fo negotiate for revised consideratian an th� portion of
work below 7�% of tne quantity siated in ihis con#ract. This paragraph shali not
apply in the event Qwner deletes a pay ftem in its entirety from thEs contract.
A major pay item is defined as any individuai bid item included in th� pr�pasal that
has a total cost equal to greater than 5 percent of the original contract.
A minar pay i�em is defined as any indiv�d�al bid item included ir� the proposal that
i�as a�ota[ co�t iess than 5 percent of the or�ginal contract.
�� In the e�ent Owner ar�d Contractor are u�a�le ta agree on a negotiated price,
, Owner and Contractor agree tha4fhe considera�ipn will be the actual fiefd cost of the
work plus i5 percent as c�escribed herein below, agreed upon in writi�g by the
- Contractor and Director of the Department of Engineer�ng and a�praved by the City
Council after said work is completed, sub�ect to all ath�r conditions of #he contraet.
' f As used herein, field casi ofi the work will include the cost a� aIl wor[�men, foremen,
�
i tirne keepers, mechanics and laborers; all materials, supplies, trucEzs, equipment
renta[ for such time as actualiy �ged on suci� wo�k only, pius aIl power, fuel,
� lubricants, water and similar operating expenses; and a ratable portion of premiums
, � o� perfarmance and paymer�t bonds, pubtic IEabilifiy, Workers Campensation and all
other insurance required by faw or by ordinanca. ihe �irector af t�e Department a�
� Er�gineerir�g will direct the form in wh�ch the aacaunts o� actual field cost wfll be kept
� and wil� recommen� in wri�ing the met�od of doing i�e work and the type and kind of
' equipment to be used, but such work wi!! be performed by the Corttractor as an
� independent Contractor and nQt as an agent or emp[oyae of the City. The 15
percer�� af �he actual field aosi to be paid to the Contractor shall � caver and
011128Q1.ODa.doc I-8
compensate him for prnfifi, overhead, general su�ervision at�d #ieCd office exp�nse,
and all other elements of cos4 and expense not embr�ced within the actual i9eld cost
as herein specified. Upon re�uest, the Contracfor shall pra�ide the D9rector of the
Department of Engineering access ta all acca�nts, bills and vouchers relating
there#o.
�a-05 Add: The cost of maintaining aircraf� and vehicular traffic shall no� be measured
directly, but shall be considered subsidiary to �he prnject.
5a-16 Claims fi�r Adjus�finent and �isputes. f he following paragraphs si�al! be added to
this sectian:
(a).Contractor agress that the City shall, until the expiraiion o# three (3� years after
final paymen� under this contraot, ha�e access to and #he right ta exami�e a�y
directly pertinerit boolcs, da�uments, papers, and records of the Contractor invol�ing
transactions relatEng ta this contract. Contractor agrees that the Ciiy shall ha�e
access during normal working hours io all nec�ssary Con#ractor facilities and
conduct audifs in c�omp2iance with the provisions of this 5ection. ihe C�ty shall give
contractor respansib(e ad�anae notice of intencled audits.
(B) Con�ractorfue�her agrees #o include in afl 'tts subcontracts hereunder a pro�ision
io #he effeci that the subconiractor agrees that the City shali, until th� expiration af
three (3) years after final payment under �he subcontraet, ha�e access to and the
right to examPne any directiy pertineni books, documents, papers, and records of
such subcon�ra�or in�ol�ing transactions to iF�is su�contract, and further, that Ciiy
sha[I have acc�ss during normal working hours to al[ appropriate waric s�ace, in
order to candtact audits in cornpliance vuith the pravislons of this �rtic[a. City shaA
giv� subcontracto� responsible advance noiice of lntended audits.
6��09 SUBSTIiUiIONS:
The speci�ica#ions fior materials set out the minimum standard of quality which the
City balieves necessary to procure a satisfactory project. No subsiitutiorts will be
permitted until th� Contracfior has recei�red wri�ten permfssian of the Enginee� to
make � substi�ution for the material which has been specifie�.
Where the term ❑or eaualC] or �or appro�ed equalC7 is �sed, it is ur�d�rsiood that if
a materiai, produc#, or piec� of equipmen# bearing the name so used is furnisheci i#
wil! be approvable, as the particular trade name was used for the purpase o#
establishing a standard of quality acceptable to the City. I� a product of any o#her
name is proposed fior us�, the �r�gi�eer's appraval thereof must be abtained befare
the propased substitut� is procUred by the �ontractor.
,. Where the term `"or equa�" or "or approved equal" �s not used in specifica�ions, this
does not nec�ssarily exc�ude altarn�ti�e i#ems ar material or equipment which may
�� accomplish the int�nded purpvse. tiowever, t�e Contractor s�tall ha�e the fiull
responsibility ofi pro��ng that the proposed su�stitufion is, in fact, equal, and t�te
Engir�eer, as representatir�e of the City, shall be the sole judge o# the acceptability af
substitutians.
011 i 2801.40a.dac I-9
T'he pro�isions af #�is sub�section as related 40 �SubstitutionsC] sha11 be applicable
ta all sections of these s�eci�icatEons.
�4-fli �aws to be Qbs�rved: ihe foilowing paragraphs shall be added fio this sectivn:
f�uring the construction af this pro}ect, the Can#rac�or si�all comply with preseni
zoning requirsments of the City of Fort War�h ir� the use of vacant property fc�r
s�orage purposes,
EIUI�LOYM�NT: All bidders will be required to complywith CiiyOrdina��e No. 7278
as amended by City Ordinance No. 740Q (�art Worth City �ode Section 13-An21
through 1�-A��9) prohibiti�tg discrimination in employment �ractices.
.. WAC� RRi�S: Afl bidd�rs will be required to comply with pra�isian �� 59� of
"Vernons Annoiated Civil Statutes" o� the State of Texas with respect �o the payment
' of prevailing wage rates as established by the City of �ar� Worih, iexas and set
, fiorth in Contract �acuments far this project.
DlSADVANiACED �USINESS ENi�RPRISES: The City o� �ort Warth has goals
fort�e participation of Disac4�antaged Business �rrterprises (D��) in City contracis.
In order for a bid to be considered responsive, �he compliance statement,
Atiachments "IA", "f�", and/or "IC", �ontairied in the propo�al musf be completed�and
submitted to the bfd contracting officer no �ater than 5:00 �.m., fhree (3) business
days after the G9d opening date. FAILUR� YO DO SO SHALL R�SUL'i' IN iH�
PROPOSAL ��INC NON-R�S�ONSIV�.
7a-�9 �nvironmental �rotection, ih� following paragraph sha�l be added to this section:
Prior to the disposing af any spoil/fill materia�s, fhe cor�tractor shall advise the
Director of Transportation and �ublic Works, acting as �he City of Fort Wort�'s �lood
Plain �dminiSfrator ("Adminis#ra#o�"), af the iocativn af all sites where the contractvr
infends to dispose of such material. Contractor shall not dispose af such materials
until the proposed sites have �een determined by #he Administrator to meet t�e
requirements of t�e Flood Plain Otdinance vf ihe City of �or� Worth (�rdinance No.
� 1005G). All disposal sifes must be approved by t�e Administra4or ta ens�rre tha#
filling is not occurring within a flood plain without a permit. A floo� plain permit can
be issued upon approval of necessary engineering �tudies. No fiil permit is required
� if disposai sites are not in a flood plain. Apprarral of the canf�actar's dispasal sites
sha[I be ev�de�ced by a ietter signed by the Adminis�rator stating that the site is not
in a known flaad plain or by a Flaod Plain Fill Permit authori�ing fili within tf�e flood
plain. Any expenses associated with abtaining the fill permif, including any
necessary engineerin� st�adies, s�tall be af contractor's expense, In the ewent t�at
fhe coRtracior disposes of spa`rVfill ma�erial in a site without a fi�l permit or a letter
�rom t�e Administ�ator appraving the ciispasal site, upo� noiifica4ian by t�a Director
of the Department of �ngineering, Contractor shall remo�e the spofUfill material at
� it's expe�se and dispose of s�ch materials in accordance vuith the Ordinances vf the
GPty and this sectlon.
i�
01 t 72801,40a.doc f-10
�
80�Q4 Add: The Con�ractor shall not allow his employaes, subcontraators, material
su�p�iers or any other �ersans ovar whom he has control to enter or remain upon
any part of tf�e airport whic� woufd be a hazardous loeation.
ihe follnwing restrictions shall normally pertain for activity at genera[ a�iation
airpor�s;
a. When construction work is being accomp�ished adjacentio an active runway
during visual fifight rule (VFR} weather condit�ar�s, equipmen� shall not b�
parmitted within 100 feet of t�e runway canterlfne.
b. All work w�ich is too close ia �he runway €or accomplishment during V�'R
candi�ions {ltem a. above) shail be performed during periods when the
runway is not in use.
c. Men, aquipment ar other construci�on�related mat�rial will be permitted in
the approach or departure xones of active runways, provided #hat the
cvnstructian acti�iiy is conduc#ed below a 24.1 approach pfane originating at
the rur�way threshold.
Any construciian activi�r whic�t is contemplatecf in the ap�roach zones which
�� wauld vialate these pl€�nes will require special cons9deraiion (ternporary
#hreshald d�spfacemenfi, lighting, etc.}. The threshold wi�l be located where
the �0:1 slope intersects the r[�nway.
, d. Men, equipment or other aonstruction�reia�ed material will b� peri�itte�
adJacent to an apran or active taxiway, pro�ided that such activity is first
coflrdinated with the users and appropriate NOiAMS issued. Additionally,
barricades with flags and flashers for night apera#ions wiil be required ia
� mark the area to prevertt aircraft f�om inadvertently enterin� the constructior�
. area.
e. Qpen �renches, excavation and sfockpiled material wili normally rtat be
permitted within 75 feet c�f t�e centerline af active runways, Co�erir�gs for
open trenches musi �s af such strength as to support the weight af a 30,�00
•� pound aircraft operating on the runway.
f. Constru�tion eQuipment must nat exceed a heigh� of 15Q feef above the
airpart surface. �ny equipment exceeding a height of i5 feet shall be
ohstet�ction�marked and lighted at night, and wher� not in use lowered #o its
stowed height.
ihe Owner w€11 �rran�e for issuance of the neae�sary NO�'AM5 to reflect
hazardous conditions, ihe Owner must be notified by the Contractar at
least 48 hours prior to any change in construction activity or operations so
that the proper NO�'AMS revisians car� be �ffected. It is important that
NOTAMS be kept current and reflect the actual cond�tions with respect fo
construction situ�tions. Active N��AMS shalf be reviewed per�odically by
the Contractar and �he Owner and revised to reflect the current canditions.
01112801.00a.doc I-1 i
�
80-05 Add: The Owner and/ar fhe �ngineer may require the replacement of any
em�loyee, including stapetvisors, of the Cv�tractor or Subcontractors iound to be
unsuitable or unqualifi�d.
80-Q6 Add. `�he Engineer shall �ave #�e a�aiharity to suspend the work wholly, or in par�,
for such periad ar periods as he may deem necessary, due tq safe�y-related
reasons.
90-Oi Add: Payment for materials on har�d shali be Ifmited to materials requ�red far
incorporation into the work within a maximum of 30 days.
�a
,�
�,
i�i
.,
01112801 AOa.doc
�-12
�lli�n�e �irp�r�
Runway C�u�rd �igh#s, Signs, a�r�d Striping
AIP �rgJ�ct No. ��4��0296���0�
,l
�A�i Il � IMACa��, �,4�OF�, ��� /�IdD �A��TY RG�UI�E��NYS
�I,
�ARi �I
W�4GE. L����. ��� �i�D ��,I��iY f�E�U1RI�NYENYS
.S�CiION A �'ederal Aviation Administraiion (F�AA) Requiremenfs
Ab1 Airnart and Airwa� lmaravement Proaram Proiect. The wark in tt�is contract is incl�d�d in
Airpart lmprovemertt Project No. 3-48-029Bn1100 which is being uncEe�taken and
accomplished by A[Iiance Airport, ir� ti�e City Far� Wor�h, Texas (Owner), in accordance wiih
the terms and cor�ditions of a gran� agreement between Alliance Airport, Texas (Owner),
and the United States under the Airpart and Airway Impro�ement Act ofi 198� (P.L. 97-248)
as amended by the Airport and Airway Safety and Capacity �xpar�s'ran Act o� 198i (P.L.
100�223) and Par� 152 of the Federal Aviation Regulafifo�s (14 C�'R Part 152), pursuant to
which fhe United States has agreed to pay a cer�ain percentage of the cnsts under thaf Act,
The United States is not a party to this can�ract and no reference in this con#ract to the FAA
flr any representati�e thereaf or to any righfs granted fio fhe FAA or any representati�e
thereof or the Uni�ed States by the can#ract makes the United S#ates a party ta ihis contract.
A-2 Air�art and Airwav �mprovement Act of � 982, Sectian �20. The Contractor assures that it
wif� compEy with pertinertt staiutes, Executive orders and such rules as are promulgated to
assure that no person shafl, on the grounds of race, creed, color, national origin, sex, age,
ar handicap be excluded from participating in �ny activiiy conducted with or benefiting from
Federal assistance, "ihfs provision obiigates the Con�ractor or its transferee fiar the period
during which Federal assistance is extended to �h� airporfi program, excep# where F�deral
. assistance is to pra�ide, or is in the farm vf personal property or real proparty of int�rest
therein or structures or improvements thereon. fn these cases the prc��isivn obligates the
pa�ty af any fransferee for the longer of fihe followirig periods: (a) the period during which
t�te property is used by t�e air�ori sponsar or ar�y trans#eree for a purpose for whfch �'ederal
assistance is extended or for anoi�er purpose irtvolving the provision of simi�ar servi�es ar
benefits or (b) the periad during which the airport sponsor ar any 4ransferee retains
� ownersf�ip or possession of the propetty. In the case of Contractors, this prc�vision binds the
. Contractor form the bid solicitation perfod through ihe compfe�ion af the Contract.
A-3 Consen� fo Assianment. ihe Contractar shall obtain the prior writtert consent of the Ciiy of
Fort Warth and Alliance Airport, f exas (Owner), to any proposed assignment of any interest
in or part of t�is contract.
A�4 R9ahts to Inventians (49 CFR Part 1 S). Ail rights #o inventions and materials generated
under #his confract are subject the regulations issued �y the �AA and the C}wr�er of the
�ederal Grant under whie� this contract is executed. Information regard€ng these rig�ts is
available from tY�e �AA.
A-5 Gon�ict Labar. No con��ct labor may be employed under this contract.
A-6 Vaterans Preference lAirqort & Airwav Im�ro�ement Act of 1982. Section �15). In the
� emplayment of labor (except in executive, admi�istrati�e and supervi�ory positions),
� preference shall be given to veterans of the Vietnam era and disa�led �eterans as defined
in Section 5� 6(c)(� j and (2) of the Act. Howe�er, this preference shall apply only where the
` individuals are avaitable and qualified to per�orm the wor�C to whiof� the employment relates.
01 � 12801.�Oa.doc I I-1
A-7 Withholdin�: Owner from Corttractor. Whether or noi paymen�s ar ad�a�ces #a the City of
�ort Worth, Texas (Owner}, are withhe�d or suspended by the FAA, the Gfiy of �art Worth,
iexas {�wner), may withho�d or ca�se to ba withheld from the Contractor so much af the
accrued payments or ad�vances as may be cansidered necessary to pay laborers and
mecf�anics emplayed by the Contractor or any subcontractor on the work the iull amount af
wages required by thls cantracf.
A-8 Nonpavment of Waaes. If the Contracfor ar s�bccantractor fails to pay any lahorer or
mechanic emp�oyed o� working on the site of the work any of tha wages required by this
cantract, the City of �ort Worth, Yexas (Qwner), may after written notice fo the Contractor
talce such actians as may b� neaessary ta cause the suspension of any furthe� payment or
advance a� funds until the vlolations cease.
A-9 Inspect�on of Records !49 G�R Part 18). ihe Con�ractor s�ali maintain an acceptable cosf
accaunting system, ihe Ov�mer, the �AA and the Comptroller �aneral af the Uni�ed States
s�rall have aocess to any baalts, documents, paper, and records of the Contractor which are
directly per#inent to #he speci#ic co�tract for the purpases of making an audit, examina�ian,
excerpts, and transcriptions. Yhe Coniractor shall mair�tain a11 required records for three
}lears after the Owner makes final payment and all other pending matters are c�ased.
A-i 0 S[�baontracts. ihe Contractor shalf insert in each of his subcantracts #he pro�is�ans
cantained in paragraphs AW�, Ae3, A��k, A-.�, A-�i and A-7 requiring the subcantractors to
include fhese provisions in any iower tier subcar�iracts, which they may enter into, together
with a clause requiring tt�is insertian in a�y further subcontracts tha� may in tc�rn be ma�e.
�� A-11 � Breach of CoPtract ierms 5anctinns (49 C�R I'art 18?. Any viola#ion or breach of tFte terms
of this contract on ihe part ot the contractor or subcontractor may resuit in the suspensian or
termination nf thl� contract or stach other action which may be necessary to enforce ihe
`' rights of the parties af this agreement.
�
�1.
o���z8n�.aaa.doc u-2
S�CTI�N B{Davis�Bacon A,ct Requiremenfs ��9 C�R �ar� v)
B-� Minimum wages.
'1. All mechanics and laborers employed or working upon the site of the wark will be
paid unconditionally and not less often than once a w�ek, and wEthout subsequen�
deduc#ion ar rebate on any account (exc�pf such payroll deductions as ar�
permitted by regulations issued by the Secretary of �abor under the Copeland Act
(�9 CF� Part 3j), the ful! amo�rnt of wages and borta fiid� fringe benefits (or cash
equivalents �hereof) due at time of payment camputed at wage rates not less than
those contained in the wage determinativr�(s) of the Secretary of �abor w�ich is
(are} attached hereto and made a par� h�reof, regardless of any contractua!
, relationship which may be alleged to exis� �etween the contractor and such la�orers
and mechanics. For t�e �urpose of this paragraph, contr�butions made or casts
reasonab�y anticIpa#ed for bona f�de fringe benefits under 5ectian 1(b)(�) nf tt�e
Davisa�acan Act on b�ha2f of.labarers or mechanics are considered wages paid to
such la�orers or mechanics, subject to the provisians of subparagrapi� (d) below;
also, regular co�tri�utians made or costs ir�curred fiar more than a weekly period (buf
not less often tha� quarterly) under plans, funds, or programs, but covering the
part«ular weekly perioci, are deemed to be constructively made or incureed during
such weskly period (Z9 C�R �,5(a)(1 }�i)). Such laborers and rnechanics sY�a[I be
paPd #he appropriate wage rate and fring� benefits on the wage skill, except as
� provided in paragraph �-4 of this clause. l�aborers ar mechanics performing work in
. more than one classification may be compensated at the rate specifie� for each
cl�ssification fior ��te time actua�ly worked therein: �rovided, however, that ihe
; employer's payroll records accurateiy set forth the time spent in each classification
in which work is performed. �he wage determirtat�on(s) (including any additional
classifications and wage rates conformed under subparagraph (b) o� this sectian)
and the Davis�E3acon poster shall �e posted at alf times by fhe contractor and its
, subco�tractors at the site. ofi the work in a prominent and readily accessible place
where it can easify be seen by the workers.
2.
(a) Rny class of labvrers or mechanics, including apprentfces and traine�s,
which is not listed in the wage determination(s) and which is to be employed
under this contract, shalf be classified or reclassified conform�bly to the
wage defermination(s), A,pprav�l wtll be given foran additianal classification
a�d wage rafie, and fringe b�nefits therefore, onlywhen the folfawing criieria
have been met:
i. i�e worlt to �e perFarme� �y the classificatian requested is not
performed by a classification in the wage determination; �nd
if, The classification is utilized in the area by the construction industry;
and
iii. ihe �ropased wage rate, including arry bona f�de fringe benefifis,
bears a reasonable relationship to the wage rates contained in the
wage determinatian.
011 � 28D1.ODa.dac I I-3
(b) !# tf�e contractor and the laborers and mechanics to be r�presentatives, and
the City of Fort Worth Texas agree on the classification ar�d wage rate
(inc�uding the amo�nt designatee� far fringe benefits where appropriate), a
repart of the action of the action taken sFta[I be sent by #he City of �'ort
Worti�, Texas fo the �AA for tentative approval and firansmittal ta the
Department af Labar, Employment Standards Administratinn, Administrator
of the Vllage �nd Hour Uiv�sion, Washingtan, D.C. 202fi 0. The Departmenfi
of l.abor will apprave, modify or disapprove every additional classificaiion
actian withir� 30 days af receipt and so advise the FAA or will notify the �AA
within the 3�-day period that additior�af time is necessary. (Approved by the
Office of Manag�ment and Budget under cantrol number 1215�0�40.) (29
G�R 5.�(a)(1 }(i)).
(c) In the event the contractor, the iaborers ar mechanics, �ncluding apprentices
and trainees, to be emp�oyed in �i�e classifEcation or thelr representatives
�nd i1�e City of �'art Worth, iexas do no# agree on the proposed
classification and wage rate (Encluding the designated for fringe benefits
where appropriate), the City of k�ort Worth, T'exas shafl ser�d the questions,
including the views of all interested pa�ies and the recammendation of the
spa�sor, ta the FAR to be referred, with tne recommendation o� the �AA, ta
the �epartmenfi of i�abor for fir�al defermfnation. The Department of Labar
, wilf issue a detetminatinn within 30 days af receipt or pro��de notifi�ation
within the 3Q-day period that additior�al #ime is necessary. (Approved by the
� Office af Managemen# and �udget under OM� con�rol nt�mber 1215�014(3.)
� {�) The wage rate (including fringe benefits where appropriate) determined
� p�trsuant to subparagraphs {b)(2) and (3) of t#�is paragra�h, shall be paid to
a!I workers pertorming work in the classification underthis aontract #rom the
' flrst day on which wark is pe�#ormed in the classificatian.
3. When�ver �he minimum wage rate prescribed in the contract #or a class af la�orers
or meehanies includes a fringe benefit which is not expressed as an hour[y rate, the
Con#ractor shal� either pay the bene#it as stated in the wage determination or snall
pay another bana fide fringe benefiit or an hourEy oash equi�alent thereof. In the
even# the interested parties canr�ot agree upon a aash equNa�ent ofi the fringe
benef�t, the qu�stian accompanied by the recommendation of the FAA shall be
referred to the Secretary of Labor for de#ermination (29 CFR 5.��a}(1 }(iii)},
4. If the Contractor does not make payments to a trustee or other t}�ird persan, he may
consider as part of the wages of any laborer ar mechanic the amoun� o� any costs
reasonably anticipated in pro�iding bona �ide frir�ge benefits under a plan or
program. Provided, howe�er, that the Secrefary af L.abar has faund, upon the
writ�en request of ��e contractor, that the applicable standards of the Davls-�acon
Act ha�e been met. The Secretary af �abar may require the cor�tractor to set aside
in a separa#e account assets for the rneeting of ob[igations under the plan ar
pragram. {�9 CFR 5.5{a)(1)(iv}. (Appro�ed by ti�e Office of Management and
�udget under OM� cvntrol number 1215-0� 44.}
a1112801.Q0a.doc I I-4
B-2 Withholdinp: FAA from Owner. Pursuant to the terms of the grant agreements between the
United Sfates and the Cify of Fort INorth, Texa� relating ta Airport lmprovemen� Projec# No.
3�8-0296-1100 and Pari 152 nf the I�ederal Aviation Regulations (14 CFR Part 1�2�, the
FAA shafl upon its own actiorr or upon wriften request af a� authorized representa#ive of iY�e
Department of l..abor may withhold or cause io be withh�ld fram the City of �ort Warth,
Texas so much of the acc�ued payments or advartces as may be con�idered nec�ssary to
pay laborers and mechanics, inc{uding apprentices and trair�ess, employed �y the
Coniractor ar any subcontractor on the work tha full amou�i af wages required by this
contract. In the event of faiiure to pay any laborer a� machanic, ir�cluding any apprenfit"ce,
trair�es or help�r, employsd or working on the site of #he work all or part of t�e wages
requir�d by fhis contract, the FAA may after wr�tten notice to t�e Gity of �'or� Worth, T�xas
take #urther action as may be necessary to cause ihe staspension of any fur�her payment or
advance of funds until such violations ha�a ceased (�9 CF� 5,5(a)(2)}.
B�S Payrolls and basic records.
1, Payralls and basic records r�lating thereto wil[ be maintained during the caurse o#
�he work and preserved for a period o# three years thereafter for a!I laborers and
mecha�ics wo��ting at tha site of the wark. Such records shal! contain the name,
address �nd sacial security t�umber of each such employee, his correct
clas�ificafion, ra#es o� pay {including rates of aontributioris ar costs antictpated for
bona fide frirtge benefits or cash equivalents th�reof of the types described in
Section 1(b}{2} of the Dar►is��acan Act), daily and weekly number af hours worked,
deductions made and actual wages paid. Whenever the Seare#ary of La�or has
found, under 29 C�'R 5,5(a)(1 }(iv) (see subparagraph (c�} of paragraph �-1 above),
that th� wages of any labarer or mechanic include the amount of any aosts
reasonabiy anticipated in providir�g benefits under a plan or program described in
Section 1(b)(2}(�) of the Davis-�acon Act, the Contractar sh�ll maintain records
, whfch s�flw that the commitment ta provide such benefit5 is enforceable, that the
plan or program is financially responsi�le, and that the plan or program has been
cvmmunicated in writing to the laborers or mechanics affected, and r�cords which
shaw fh� oosts ar�ticipaied or th� actual costs incurrec� in providing 5uch benefits,
Cantractors employing apprentices or frainees und�r approved programs shall
maintain written evidence ofithe registra#ion of apprenticeship and trainees, and the
ratios and wage rates prescribed in the appflcable programs (29 G�'� 5.5(a)(3)(i�),
(Appro�ed b}� the �ffice ofi Management and Budget under �M8 controf numbers
f21�-Q14D ar�d 1���6QOi7,)
�
(a) ihe Can#ractor wilf submit weekly a aopy of ail payrolis to the Gity of Fort
Warth, Texas for availa�ility to the �AA as required by paragraph ��2.59(a}.
ihe payrolls submitt�d shall set o�t accurately and compieiely all Qfi the
information required to �e maintained by paragrapf� �-3 (a) above. This
information may be submiited in any form desirec�. The cor�tractor is
responsible for the submission of capies of payroIls by al! subcontraciors.
(Approved by the Office af Martagemen# anc� �udget under OM� control
numb�r 1215�D149.�
0� 112801.OQa.doc p-5
�i
(�} Each paypoll shal� be accampanied �y a°Statemer�t oi Comp�iance," signed
by the emp�ayer ar his agen� who pays or supervises the payment of
pers�ns employed under the contract and shall certi#y ihe following:
i. �hat the payrvll fap the payro[I period cantains the i�nformation
required tn be maintai�ed under paragraph �-3 (a) above and that
such information is correct and complete;
ia. Thai each la�orer and mechanic, inaluding eac�t helper, apprentice
and trainee, employed on the contract during the payroll perfod has
been pai� ihe full weekly wages earned, wifhout rebate, either
directly ar indirectly #rom the full wag�s earned, other than
parmissibie deductians as set fo�th �n Regulations �9 CFR Parf �;
iii. 'ihat each laborer or mechanic has be�n paid not less than the
appficable wage rates and fringe benefits or cash equivafents forthe
classffication of work perfarmed, as specified in the appii�able wag�
de4erm�nafion fncorporated into the contract.
(a) Ti�e weekiy submissian of a properly executeci cer�ification se� forth on the
re��rse side of Opt�or►al Form WFi�347 shaq satisfy ihe requirement for
subm�ssion af the "Statem�nt of Cflmpliance" required by paragraph ��B {�)
of �his section. �
(d) The falsfficatian of any of the above certifications may subjec# the contractor
or subcanfractor to civil or crPminal prosecution under Sectian 14q1 af Ti#�e
� 8 and Sectton 231 of ii�le 31 af the United States code.
3. The contractar wilf make the records requ�red under the labo� sfiandards clause of
the eontract available for Enspec#lon, copying or transcription by authorized
represen#ati�es af the sponsor, the �AA and the Department o# �abor, and shail
permit s�ch represer�tatives to interview employees during working hoUrs fln the jab.
� �4. li the contraatar or subcontractar fails to submit t�e required records ar �a make
them a�ailabl�, the FAA may, after written nofice to tha spor�sor or cpntractor, take
such �ction as may be necessary ta cause the suspensifln nf any f�rther payment,
'' ad�ance, or guarantee of funds. �'urt�termore, failure to su�mit the required records
.. upon request ar to make s�ch records a�ailable may be grounds for debarment
; actlor� pursuant ta 29 CFR 5.'12. (�9 C�� 5.5(a)(3)(ii)).
B�4 Annrentices and trainees.
i. Apprentices. Appr�ntices will be permitted to work at less than the predetermined
rate for the wor� they pertarm�d when they are employed and indivfdually registered
in a bana fit�e apprenticeship program reg�stered with the U.S. Qepartm�nt of L.abor,
�,mployment and iraining Administrafton, �ureau of Apprenticeship and �'raining or
with a State Apprenticeship Agency recognized by the Bureau ar if a person is
empfoyed in his firsf 94 cfays a# prahationary employment as an apprent€ce fn suc�
an apprenticeship program, wha is not individuafly registered in the program, but
who has been certified by the �ureau of A�prenticeship and Training or a State
Appr�nticeship Agency (where appropriate) to be eligible �or probatianary
employmenf as an apprentice. ihe a�lowable ratio of apprer�tices to jour�eymen in
4111280i .00a.dac II-6
any craft classiflcation shall not be greater than the ratio permitfed to the Contractor
as to his entire work force under the ragistared �rogram. Any employee lisfed on a
payroll at an a�prentice wage rate, who Ns �ot registered ar otherwise employ�ci as
stated above, shall be paid not less than the applica�fe wage rate an the wage rate
de�erminat'ion for the work actually performed. In additior�, arty a�preniice
performing work �n tt�e jab site in excess o# the raiio permitted under the registered
program sY�al! be paid not less than the applicable wage rate on the wage
aeterminatfon for �ne work actually perfarmed. Where a contractor is perfarming
construction on a project in a locality ather than tha# in which its program is
registered, the ratios an� wage raies (ex�ressed in percentages of the jaurneyman's
hour�y rate) sp�cified in the contractor's or subcantractor's registe�ed pragram shaU
be �bserved. �very apprentice must be �aid at not less than the rate s�ecified in
the registered pragram far the ap�rentice's le�el of progress, expressed as a
percer�tage of 4he journeyman ho�rly rate specIfied in tne applicable wage
determi�a�ior�. Apprentices shall be paid fringe benefits it� aacordance wi�h the
� provisions of the appren�iceship program. If the apprenttcesf�ip program daes not
specify fringe benefits, appren�ices must be paid the ful� amount of the fringe
benefits lisfed on the wage determination far the applicable classification, If the
Adminisirator c�etermines that a diffietent practice prevails for the applioable
apprentice classifiaation, fringe benefits' shall be paid in accardance with that
' determ(nation. In the avent the �ureau of Appranticeship and �raining, or a State
_ Apprenticeshi� l�qenay recognized by the �ureau, withdraws ap�roval of �Y�e
apprentfceship program, the eontrac#or wil! no Iflnger be permitted to utitize
� appren#ices at less t�an the applicable prede4ermined rate for the work performed
until ara acc�pi���e �rogram is appro�ed. (�9 C�� 5.5(a}(4}(i)).
, 2, Trainees. �xcept as provided in �9 C�'R 5.16, trainees v�ifl not be permitted to work
at less tt�an the p�ed�termined rate for #he work pertormed unless they are
� employe� pursuanf to and in�i�id�ally registered in a p�ogram which has recei�ed
prior a�proval, avldenced by formal certif�cation by the U.S. �epartment of Labor,
� �mplayment and Trainir�g Administration, �ureau af Apprenticeship and Training.
� ihe ratia o# trainees to journeymen on the jo� site shall not be greater than
permitted underthe pfan appro�ed by t17� Employmer�t and `�raining Administration.
� �r�ery trainee must be paid at not less than fhe �ate specified in th� appro�ed
• program for th� trainee`s Ie�el of pragress, expressed as a percentage of the
journeyman ho�rly rate sp�cified in the applica�l� wage determination. irainees
; I shalf be paid fringe benefits in accordance wi#� the provi�fons ofi the trainee
,, program. �f #he trainee program daes not mention fringe bene�f�s, trainees shall be
paid the fufl amaunt of fringe b�nefits liste� on the wage determinatian uniess the
�4dminisirator of the Wage and Hour Division determines tY�at the�e is an
� I. appreniiceship program assaciated with the carresponding joumeyman wage rate
on the wage defermination whraft pro�ides for less than fulf fringe b�nefits for
appr�ntices. Any employae listed on #he �ayroll at the #rainee rate whv is �ot
registered and �articipating in a training pian appraved by the �mpinyment and
' iraining Administration sY��ll be paid not less tha� the applic�ble wage rate an the
wage det�rmination for the ciassification of work actualiy perfarmed. In addition,
I any trainee performing work on th� job si�e in �xcess of the ratio permitted under tha
� Pegistered program shall be paid nnt less than tt�e applioable wage �ate on th� wage
determinatiort for the work actualfy perform�d. Irt the event the Emp�oyment and
� Training Administration withdraws approval of a�rafnir�g program, ihe contraetorwill
011 i 28D1.00a.doc fil-7
no longer �e permitted fo utili�e trainees at less than the applicable pradete�mined
rate for the worf� per�armed until an accepta�Ee program is approrred. {�9 CFR
�.�(a}(4)(iii)}.
'' 3. �qual employment oppo�tunity. �he ufiiiizatian of apprentices, trainees and
journeymen under ihis paragraph shall be in co�formi�y with the equal emptoymeni
opportunity requirem�nts of Ex�cuti�� Order �i 1�46, as amended, and �9 CFR Part
, � 30 (29 CF� �.5(a)(4)(iii)).
4. Application of �9 C�R Par� 5.5(a}(4j, O� eantracfs in exc�ss of $�,OOQ, the
emplayment of all appren�ices and trainees as defir�ed in 29 CFR a.2(c) shall be
subject to the provisior�s of 29 C�R Part �.5(a}(4) (see paragraphs B-4(a), (b) and
(c) abo�e).
5. �n#orcem�nt.
(a) ihe FAA shall promulgate tk�e necessary regulation� or procedures far
federally assisted construction �ragrams for which it does not contract
d9rectly necessary �o insur� that contracts contain the p�ovis9ons herein or
such modifications thereof which i�aue �een a�apror�ed by the Department vf
�abor. Na payment, advance, grant, loan or guarantse af funds shal� be
approved by �he FAA a�ier the beginning of canstruction unless there is on
file with the FAA a certification by the Contrac�or thafi he and his
subcor�tractors ha�� complied or that there is substantia! dispute with
respect io the required prorrisions (29 CFR 5.6(a)(1 }).
(b) �rtfarcement activ�fiies, inclucfing the in�estigatian of complaints of violations,
to irtsure compliance with the requirements of �hese provisions shall be the
primary duty af the FAA. The �epartment o� Labor will coord9nate its effarts
with th� �AA as may be necessary #o ensure consistent enforcement of the
requirements of these �ro�isions. �nforcement af these provisions�shall be
in accardance wlt�t 29 C�R 5.6.
B�5 Compliance w�th Co�eland Reaulafions. ihe Contracfor shall comply with the Copeland
Ftegu[ations (29 CFR Part 3) of �he Secretary ofi Labor whioh are herein incorporated by
reference in this cor��ract (�9 CF� 5.5(a)(5)}.
,' �-6 5�bconfracts. ihe Cpn#ractor of Subcontractor s�all insert fn a!ny subcontracfis the clauses
�on#ained ln 29 CFR P�rt 5.5(aj(� ) thraugh (10) artd such ather clauses as the �ederal
A�iation Administraiion may by appropriate instructions raquire, and also a clause requiring
the subcontrac�ors to include these clauses in any lower tier subcontracts. ihe prime
� Cantractar shall be responsible fior the camplfance by any subcantractor or Iower tier
subcantrac�or with all the confract clauses in 29 CFR �art 5.5.
�
° �-7 Contract iermination: Debarment. A breach of the Contract clauses in this section (�) and
in Section C may be grounds for termination af the cnntract, and for the deba�menf as a
� Contractor and a Subcoh�ractor as pravided in 92 CFR Part 5.5.
D 1112801.04a.doc I k-8
B-� Compliance wiih Davis-Bacan �nd Related Acts Reau'rrements. All rulings and
interpretations ofi the Da�is��acon and Related Au�ts contained in 29 CFR Parts 1, 3, and �
are herein incorporated �y reference in this cantraci.
z�
�
B-9 Disputes_Cancernina Labar Standards. Disputes arising out of tt�e la�or star�dards
provisians of this contract shall not be subject to the gen�ral disputes clause of this c�niract.
Such disputes shalf be resolved in accardance with the procedures of the nepartment of
Labor set forth in 29 C�'R �arts �, 6, and 7. [?isputes withi� the meaning of t�is clause
incluo�e disputes between �he contractor (or any vf its subcontractars) and the FAA, the
sponsor, the U.S. Department of Labor, or the employees or t�eir represe�tati�es.
8-10 Certification of �liqibifitv.
i � 1. �y eniering in�o this contract, the contractor oertifies that neither it nor any person or
firm who has an ir�terest in the car�tractor's firm is a persar� or firm ineligible ta be
� awarc�ed Cao�ernment aontracts by �irtue of Section 3�a) of ihe Davis��aaon Ac# or
, 29 CFR �.12(a)(1}.
2. No part of #his co�tract shall �e subcontracted to any person or firm ir�eligible �or
award of a Co�ernmsnt contract by virtue of Section 3(a) o� the C}a�is-Bacon Act or
29 C�R �.'12(a)(1).
3. The penalty for making false statements is prescrihed iri the U.S. Criminat Code,18
U,S.C. 1001.
B-'i 1 Wa�e Rates In Effect for ihis Profeci� U.S. �eparkment af Labor (DO�) Wage
�� Determinafion Number' iX020045, reproduced in this specifEcation, pravides the reauired
, r�inim�m waaes and frin�e benefits to be paid to aA laborers and mechanics empfoyec� #o
work on this contract throughout its duration, either unde� fhis contract or u�der a refated
subcon#ract. The Contractor and all su�cantractors are required to reporf the actual wages
paid to laborers an� meahani�s doing wor{� under this contract by �iling certified w�ekly
payroAs, ihe reported wages will be �erified by re�iew of i�he weekly payroil reports and by
periodic on-site inteniiews conducted by the Owner or his designated representative.
In the event �hat the work specified in this contract requlres work to �e done �y laborers or
mechanics whnse job classification is not iisted in th� attacl�ed Wage DeterminatEon, the
Contractor is responsible for preparing ihs attached Requesf forAuihvr'iza�ion vfAddrfional
Classification and �ate form. The Contractor must aomplet� I�ems 3 through 1� and submit
the request to th� 4�+ner's representa.#ive pri�r t� is�ua��� 04 the ���tr��or'� i���f�e ta
�r����d ar as soon as the need for t�e addifiona( ciassificat9on or rate is idenfiified (if the
work has �een au#horized to begin).
,.
.l
01112801 AOa.doc
i�-e
f- - - - - -- - - -- --- —
c�cx�,t�xorRu�rsBox
� CRRVTt'R!'f1NTRA('T
�QUES'f kYIR AUT�01tiZAT10N OF ,A�BPfIq1�AL CLASSIFICA'1'ION AiVD BetTT ❑ mNCTairr�rmx rn� ar�r
�lOTB: '173E CONTRACTOR SIIALL COMPT ST6 T1TiMS 9 THRi�UG� l5 AND SUElvII'F TfiB RRQUBST, IN �[7AI)RUP[ �Tf' A TR; 'lY) THF CANTRACTII�iG OFFIC�CiIt.
l. TO: AAHIINSS'1'[iA'A'OR, FimpinymentStandaxda A3miniatration '�- - 2. FROM (R$PORTCrIG OPFICB) - --
. WACrS AND HOC]R DIVISIODI
u.s. nEPARTMShI1� OP I-0ABOR
WASHAVGTON, b.C. 26210
3 CONTRACTOR 1 4. DA1'� OF Ri3�UHST
i I
. CONTRACT NUIVIsBR � 6. DA'f� BiD 0�1�+F&t3 (56ALTiD BII7DIl�If3) I 7. AA'1'S QF A'WA,RD 8, DA'PS C4NTAACT WORTL STARTSD DATE OPTION S7�ACbSED (IF
1
�. SUBCObfTRACTOR pR ANl�
�IrL PR03LT("i` AIdD DHSCRIPPION Oi� WORK {ATTACH AT)DITfONAL Sf�'j' TT� N��BI?) --
1'
�. LACATION {GiTY, COUNTY AND S'FA1�
APPLICABLB} (SCP.ONL'1�
,"I�, IN ORDHR TO CONfPLST� Tf� WORK PRO`/IDID] POR UNDSR 'fHE ABOVE CONTAC'�, il' iS NHCSSSARY TD BSTAIILIST{ THB i�1LLOWING RATF(S� FOR THF INDIGA'I'SD
CI.ASS4�ICATION(S) NTQT INCLUDHD II�f TH8 DBFARTNISiNT �P LABflR DBTLBMQ�TATION
. i. NL7MRER; � DATBD:
a. LIST TN ORI]ER PRO'POSED CLA55IFICATfON 1TTLE(S), 70B DESC�TPFiON(S), XaT]'1'IHS AND To. WAGBTiATB(S) — - c. FRIIVG� SBNBFT'1'S PAYIvII?NT5
' RATIONALE FOR PROPOSSD CLA5SIFICATFON iSCA ONLY) — — — - - - — -- — — .
� (Use reverse of ettach additional �chednlas, if necessary)
. I�
�
�' — — -
14. SIGNA'FCiRB AND TIT1 E OF S[SBCOIVTRACTOR REYRBSBNTATI VId (IP ANS� �15. SIGNATUItB ?.1KD TiTLS OF PitlA�IB CQN'fRACTaR RBFR$5EN'fATN6
� 16. SIGNATURS OR ffivIPLOY�E OR RBPRBSBN'TATIVE TITLE ^ C}I6CK APPROPRTATS HOX -
. I � AGREB � DYS,AGRE�i
TO $E CQN�'YLN,'�k.D BY CONTRACTIlwTG OFF[CElZ (CFIHCK AS APPROPRIATB - SSS PAR 22� 1014 ($CA) OR FA1t 2Z.AD6-3 {ABA}
� TFIEINTA2ESTEDPARTIL5AGR$SAND7'E�CONTRACTINGOFFiCFiRRECOMI4iSNNDSAPPROVALBYTFI8WAG1dANDHOURIIIVISION. AVAII.ABLEINFORMATIOIVAND
AND RECOMMSNDA'ITnNS AR'� Ai"C'ACT�D,
� THB Il�FI'13�28STSD PARTIBS CA3VNOT AGRHS ON'CY�[S PROPOSED CLA$SI�TCATION AI4D WAGS RATS. A DBT812NIINATION OF TF� QUFSTION BY TH& W AGA AND YIOLIR
DIVISION SS THEItBFORS RFQUESTBY3. AVAII.AHLI31b1FORMATIDNi AIVD RSCONE�+�VDATCQAT9 AR� ATTACI38D,
/Crnd rfl771rA- 1_ _ anrl 7 fn Iln�rfmP,tit nf T,ahnrl . . . . _ _ _ _ ,
IGNA]'[1RS OF COI�iTRACTIl4G OFPICSR OR R�P'RHSSP!'TA'�VA T[TLg AND CaMiv�CIAL TBLSPHQIYR �f0. I DATfi SUBMTTTLL3
iEPAR'TNLiEE[VT 4R LABOR -- — -- —LOCAL RBPRODUCTIQN - STANDARX] PY]RM 1444 (1D-87)
.�
S�CiION C(Con#ract Workhaurs and Safety Standards Act Requirements � 29 C�'R Part 5)
C-1 Overtime Reauirements. No Contra�tor or Subcontractvr contracting for any part a# the
contract work which may requi�e or in�alve the empfoyment of laborers or mechanics shall
require or permit any such laborer or mechanic, including watchmen and guards, in any
worEcweel� in which he or she is employad on such work ta worl� in excess of far�y hour� i�
such workweak unless such la�arer or mechanic receir�ed compensation at a rate noi less
than one and oneµi�alf times the bas€c �ate o# pay for afl hours worked in excess of forty
hours in such workweek.
C-2 �olation;_�iabiliiv for Unpaid Waaes: Liauidated Dam�qes. in the evertt of any vifl[ation �f
#he clause se� forih in paragraph C-1 abave, the Contracfor or any Subcontractor
responsible th�refore shall be liabie for fhe un�aid wag�s� In additian, 5uch contractor and
Subcor�tractor shall be liable to the United Stafes (�n the case of wark done under contract
for the District of Golumk�9a or a territory, to such District or to such territory}, far liquidated
damages. Such Iiquidated damages shall �e computed with respect to each individual
laborer or mec�anic, including watchmen and guards, employed in vio[atian of the clause
se# for�h in paragraph C-1 aba�e, in th� sum of $1 D for each caiendar day on which such
indiv�dual was required or permitted ta wor� i� excess of the standard warkweek �f forty
hours wit�out payment of the overtime wages required by the clause set forth in paragraph
C�1 abo�e.
C-8 INithholdina for Unoaid Wac�es and Liquidated Damaaes. The �ederal Aviat[on
Adminf5iration or the Owner shall upon its own action or upan wri�ten request of an
autho�ized representatiWe of tY�e �epartmenf of Labor withhold or cause to be withheld, from
any monies pay�bl� on accoun� of work performed by the Cantractar of Subcontractar under
any such contract or any oth�r F'ederal contracf w'sth the same rime Contractor, or any other
�'ederalfy�ass�sted caniract s�bject to the Contract Vltork H��rs and Safety Stan�ards Act,
which is held by the same prime Contractor, such sums as may �e c��termined to be
necessary t� sa�isfy any liabilities of such aor�tractar of Subconfractorfor unpaid wages and
liqu9da�ed damages as pro�ided in �f�e clauses set fiorth in paragraph C-2 abo�e.
G� Subcontrac#ors. ihe Contractar or Subcontractor shall insert .in any subcontracts the
clauses sei forfh in paragraphs C�1 through C�4 and aiso a clause requiring the
su�contracto� to include these clauses in any lower tier subcontracts. ihe prime contractor
shall b� responsible for compliance by any subcon�ractor ar lower tier subcontrac�ar with the
clause� set forth ir� paragra�hs Cei thro�tgh C-4.
C-5 Workina Conditians. No Contractor or Subcontractor may require any laborer vr mechanie
emp�ayed in the periarmance af any contract �a wark in surroundings or under working
�onditians that are unsanitary, hazar�ous o� dangeraus to nis heaith or safiety as
determined under construction safety and health s#andards (29 C�R Part 1926) issued by
the Department of l.abor.
01112801.00a.doc
II-15
SECTION D{�qual �mplvymenf Oppartunity o A�9 CF� Part 60-1.4(b))
�uring the performance of this contrac�, t�e Coniractar agrees as follows:
D-1 �'he Contractor will not diseriminate against any employee or appiicant fqr employment �
because of race, calor, reiigion, sex or national ori�in. The Cantract�r will t�ke affirmative
ac�ion to ensure that applicants are ernployed, and that employees are treafed during
employment without regard to ti�e�r race, co�or, sex ar national origin. Such action shall
include, buf nvt be limited #o the follaw�ng: employment, upgrading, dematian ar transfer;
recruitment o� recruifinent advertising, layoff or te�mination, rates of pay or other forms of
compensation; and seleci�on far t�aining including apprenticeship. ihe Co�tractor agrees �o
post in �onspicuous places, available to employees and ap�licants #or employment, natices
to be prov�ded setting forth �he provisians of this r�ondiscrimir�ation cfause.
9-� ihe Contractor wi�l, €n all soficitations o� advertisemenis for employeas placed by or on
behalf of the Contrac�ar, s�a#e that all qual9fied applicants will receive consideration for
employment without regard ta race, color, refigior�, sex or national origin.
� D-3 The Contractor wi�i send to each labar union ar representative of workers with which he has
, a coliective barga9ning agreemenfi or other cantracfi or understanding, a nafi9ce fa be
' pro�ided, ad�ising the said tabor union or workers' represenia�ives of fhe Co�tractor's
commitmer�ts under ihis sect��n, and sha[I post c�pi�s of the notice in conspicuaus places
available ta emplayees and appiicants �or emp�oyment.
, �-4 �he Coniracior will comply with all provisions of Executive Order � 124C af S�p#ember 24,
1965, as amended, and of the rules, regulativns and relevant orde�s of the Secretary af
� �,abor.
D�� The Coniractorwill furnish �II information and reports �equired hy Executive Order 11246 vf
September 24,196�, as amended, and by ruies, regulations and orders of the Secretary of
�abor or pursuant thereto and witl permii access to his baoks, records and acc�Unts by the
adm�nistering agency and ihe Secretary of l.abor for purpases ofi investigatian fio ascertain
comp�fance wit� such rules, regulations and ot�ers.
�-5 In the event of th� Cantractar's noncompliance wiih the nondiscrimination clauses of this
contract or wiih any of the said r�les, regulations ar orders, this contract may be canceled,
terminated or suspen�ed ir� whole or in part, and the Gantracior may be declared ine9igible
far furtf�er go�ernment cantracts or federally assisfed canstruction oantracts in accordance
with procedures authorized in Exec�tive Order 1� 246 of Septem�er 2�4,196�, as amended,
and such other sanctions may be imposed and remedies invoked as �rovided in �xecutive
�rder i 1�46 of September �4, 1965, as amended, or by rule, regulatlon or vrder of the
Secretary of L�bar or as otherwise provided by law.
D�7 ihe Contractor will include the portion af the sentence imm�diat�ly Preceding paragraph C�
�� 1 artd the provisions afi paragraph C�1 �hrough C-7 in e�ery subcon�ract ar purcF�ase order
unless exempted by rules, reg�alatia�s or arders of the Secretary of Labor issued purs�ar�t to
;� Sectian �Q4 of �xecuti�e Order 11246 of September �4, 1965, as amended, so tnat such
pravisions will be binding upon each subcantractor or vendor. The Contractar wi11 take such
, actian with respect to at�y subcontract or purchase order as the administrating agenay may
,' direct as a means of enforcing such provisior�s, �ncluding sanctions for noncompliance;
011 i 2801.00a.doc Il-1 s
��
� provided, however, that in the even� a Contractor becomes in�olved in or is threatened with
litigatian with a subcontrantor or vendor as a resuii of such direction by the administering
agency, the Contractor may rsquest �he United Sta�es to enter into s�ch Iltigation to pro4ect
the interest� of the United States.
D-B Notice to be �osted oer Parar�r�nh� (11 and 31 af th� EEC} Cl�,ia�P f�41 C�� Part ��-1.4(b]�,.
Equal �mployment O�pnrtunity is the Law -�iscriminaiian is Prohibited by the Civil Ftights
Act of 1984 and by ExecutiWe Order Na, � 1�45.
�itle VI[ of the Civi[ Rights Act of 1964 - Administered by:
The �qual �mployment �pp�rtunity Commission
�
;� Prohibits discrim9nafian because of Race, Colar, Religion, 5ex, or Nationa[ Origin by �mployers
wi�h �5 0� more empioyses, by �abor Organizations with a hiring hall of 2� or mo�e members,
, by Employmenf Agencies, and by Joint Labor-Management Commit"rees for Apprenticesh�p or
Training.
Any Person who belie�es he ar she has been discrimfnated against should contact:
ihe Offiice of �ederal Confract Compliance Pragrams
U.S. Departrnent o� Labor
', Washington, D.G, 202i0
,
iI
� 01112801.00a.doc 11-17
S�CTION �(Air and Water Quality Standards)
E-1 Any other provision herein to the conirary no�withstanding, the Contrac�or �n cartying aut
work under this coniract, shali at all times comply with a!I applicable state and federal �ir
and water quafity sta�dards; with alI pollution contrnl laws; and with such rules, regulations
and directives as may be lawfully issued by a local, state orfederal agency having within its
jurisdic#io� the protection of the enviror�ment in the area surro�anding where woric underthis
contract will be perfarmed. i� addition, the Cantractor shall comply with all directives given
by the �Rgineer in 3m�fementation of tempo��ary air and water pollu#ion, soil erosion and
siEtation contral measures. Such measures shal! noY be paid fo� directly, but shal{ be
co�sidered s�bsRd�ary to the contract. .
�-� Contraciors and subconiractors agre�:
1. That ar�y facility to be used in tt�e performance of the cantract or ia benefit from the
cantract is not listed on #he �nviranmental Protection Agency (�PA} �ist of Violating
Facilities.
2. io aompiy with all the requirem�nts af Sectian # 14 of the Gl�an Air Act and Seation
308 0� 4he �ederal Water Poilution Control Ac� and all regulations issued there�nder.
3. That as a condi#i�n far award of a contract, he will notify the awarding officiaf a� the
receipt nf any communication from the €PA i�dicating that a facility to he utilized far
performance of or aenefit from the coniract is under consid�ration ta iae lisied on the
�PA �i�t of Violating �aciliti��.
4. i� include or cause ta be inciuded in any cor�traci or subcont�act which exceeds
$100,040 the a#oremen�ior�ed criteria and requirements.
�
�i
01 i 12601.p0a.doc
I I-1 B
S�CTION F{Standard �ederal Equal �mpioyment Op�or��nifiy Construction Cantract
S�ecifications - 4� CFR 60e�.3)
F-1 As used in these specifications:
'f . "Covered area" means t�e geographical area described in the solicitation from which
this contract resulted;
2. "�irector" means Director, Office of Federal Gontraci Compliance Programs
(QFCCP), U.S. �epartment of Labor, or any person to whom th� Directar delegates
authoriiy;
3. °Emplayer ider�tification number" means the �'�dera! social securi�ty number used on
the �mployer`s Quarter�y 1�ederal Tax Return, U.S. Yreasury C]e�artment �orm 941;
�#. °Minority" includes:
(a) �lac�C (all persons �a�ing origins in any of the �lacfc African racial groups not
of bispar��c or�gin);
(b) Hispanic (all persons of Mexican, Puer#o Rican, Cuban, �entral ar South
America or other Spanish culture ar origin regardless of ra�e};
� (c) Asian and �acific fslander {a�l �aersans having origins in ar�y af the original
, �eoples of the Far �as#, Southeast, Asi�, tha Indian 5ubcontfnent or the
Pacif�c Islands); and �
�d) American Indian or Alaskan Natir�s ��fl persons having origins in any of the
origir�al peopEes of North America and main�aining identifiabls iri�al
affiiliations t�rough membership a�d partic�pation or c:ommunity
identiflcation).
F-2 Whene�er the Conirac�or or any subcontracfor at any tier su�contracts a portion of the work
invalving any consiruciion trade, i� shall pf�ysicaliy incl�de in each subcontract is excess of
: $10,D�0, the provision of these speci#i�ations and the notice whicf� contains the applicable
goals for minority and female participation and whfch is sei forth in ihe soGcitatEons from
' which this contract resulted.
�-3 If the Confiractor is participa�ing (pursuant to 41 C�R 6U-4.5) in a�[ametown �lan approved
- by the U.�. �epartment of f�abor in i�e cavered area, either individually or through an
� association, i�s a�firmative action ohliga#Eons an a[! work in t�e plan area (inofuding goals
and time tab[es) shafl be in accordance with that plan for those trades which i�ave unions
par�icfpa�ing in the plan. Cantractors must be able ia demonstrate their pa�fiicipaiion in and
compliance with �he pro�isions of any s�ch Hornetown Plan. �aoh Cantrac#or or
' subco�ttrac#or participating fn an appro�ed piarr is individually required to campiy with its
obligations �nder the EE� clause,. a�d ta mai�e a good faifih effort ta achieve each goal
under the p[an in eacF� trade in which 9t has employees. The o�era{I gaod faith per�armance
'- by other Contractors or subcontrac�ors fioward a goal in an ap�roved plan does not excuse
any efiforks to aahieve the plan goais and time tables.
o� i izaoi.00a,aoc f1-19
. �-4 ihe Cantractor shall implement the sp�cif�c affirmative action standards provided in
paragrapNs �(aj through (p) of these specifications. �'he goa[s set fortht in the solicitation
� from which this cnntract resulted are expressed as percentages of �he total hours of
employme�t and tra[ning of minorityandfemale u#ilizat�on; the Contractor sho�ld r�asonably
be able to achieve in each canstructlan trad� in whic� ii has employees fn tY�e covereci area.
The Gontractar is �xpected to ma�Ce substantiafly unfform progress towards its goals in each
craft during th� period specified.
�'�5 Neither the proWisions of any collect��e bargaining agreemen� nor the failure by a�nion with
whom the Contractar has a collective bargain�ng agreement tv refar either minorities or
women shalf excu5e the Contractor's obl�gations under these specificaiions, �xecutive
Order 1124fi, as amended, or the regulatians promulgated purs�an� thereta.
�-6 In order for the nonworking training hours of apprentices and trainees to be cvunted in
meeting the goals, such apprentices and train�es must be employed by the Con#ractar
during the training �eriod, and the Contracior must ha�e made a commitment'to employ the
apprent�ces and t�ainees at the campletion of their �raining subject to the availa�ility of
employment appo�tunities. Trainees mus# be trained pursuanf �o �raining programs
approved by the U.S. Depar�ment of Labor.
F�7 �I�e Cantracfar shall take speo�fic affirmative actions fio ensure EEO. "fhe eva[uation of the
Contractor's compliance with these s�eeifiications shall be base�l upon its effort to achieve
maximum results from its aciiorts, �he Contractor shall documsnt these effarts fully, and
' shalf implement affirma�ive action s�eps at least as e�ctensive as the fivllowing:
1. Ensure and maintair� a workfng enviranm�nt free of ha�assment, intimidation and
� coercion at all sites and in a[I facilities at which the Cantractor`s employees are
assigned to work. �he Canfiractor, where possible, wiil assign two or mare women
to each construction project. The Contrac#or shall specifiaal�y snsure thai alf
, faremen, superintendent� and other on�site supervisory personnel are �ware of and
carry out th� Contractor's obl�gation to mainfafn such a working environment witF�
specific attention to minority or female ind��iduals working at such sites or in such
facilififes.
2. Es�a�lis�i and maintaEn a current lisf o� minority and female recruitmant sources,
pravide written naiification t� minortiy and female recr�aitment sources and to
� commtanity organizatic�ns when the Contractor ar its unior�s have �mployment
apport�nities available, and mafntain a record of fhe organ�zations' responses,
3. Maintain a current file of the names, addresses and ielephone n�mbers of each
minority and female off �he-street a�p�icant and minority or femafe refierral from a
union, a recruifiment source ar communifyorganization and of what ac�ion w�s taken �
wifh respect to each such indiv�dual. i� such individual was sent to the uninn niring
hall for �eferral and was not referred back to the Cantractor by the unian, or if
referred, not �m�loysd by fne Contraator, this shaCl be c��cumented in the fiEe with
the reason t�erefore along w�ti� whatever additior�al act�ons t�e Contractor may haue
taken.
4. Prov�de immediate written n�iification to the �irector when fhe union or unions with
whic� the Contrac�tor has a collecti�re bargaining agreement has not referred to ihe
Oi 112801.00a.dac i[-20
Contracfior a minority person or woman sent by the Cvnt�actor or wh�n tY�e
Contractar has other informaiion that the union referral process has impeded the
Cantractor's e�fo�ts to meef iis abligatians.
�. C}eve[op on-the job training oppa�tunities andlor participaie in training programs for
the area which 8xpressly include minorlties and wamen, including upgrading
programs and apprenticeship and trainee pragrams reievant to #he Cantrac�ar's
em�loyment nee�s, especialfy those programs funded or approved . by tY�e
D�partmertt af �abor. ihe Confractor s�a[1 pravide notice ofi these programs to the
sources aompiled under 7(b} abave�
��,
' 6. �isseminate the Contracior's ��O policy hy pro�iding notice of the policy to unions
� and training programs and rec{uesfing their c�operation in assisting the Contractar in
meeting i�s ��� ob�igatians; by including it in any policy manuai and coIl�cti�re
� bargaining agreement; by pubficizing ft in the com�any newspaper, annual report,
' efic.; by specific review of #he poiicy with all management persvnnel and with aq
minarity and �amale employees at least once a year; and by posting the company
��O policy on bulletin boards accessible #o all emplayees at each location where
canstruc4ion work is performed.
'7. Review, at least annually, the company's �1�0 policy and af€irmati�e action
, obl�gations under these specifications wit� alf emp[oyees having any responsibiiiiy
for hirir�g, assignmen�, lay�off, termination or ather employmer�t decisions inc�uding
specifio review of these items with on-site supervisory persannel, such as
superintendents, �eneral forem�n, etc., priar to the ir�itiatia� of con�truc�ion worlc at
any�ob site. A written record shall be made an� mainfaine� identifiying thetime and
�� plac� of . these meetfngs, persons attending, s�abject matter disaussed and
disposition af tne subjeci matter.
8. ❑isseminate the Contractnr`s EEQ policy ex�ernally by including it in any adveriising
in the news media, s�ecificafly inciuding minority and female news me�ia, and
pro�iding written nvt'rfication to and disc�ss�ng the Contractar's EEQ policy with
ather Contrac�ors and subcontractors with wham tne Gontractor does or antioipa#es
doing busir�ess.
9, Direct its recruitment e#forts, both oral and written, to mir�ority, f.emale and
� community organiZat�ons; to schaols with minority and female students; and to
�� minority and female recruitment and training organizatians serving the Gon�ractor's
reeruitment ar�a a�d employment needs. Not later than ons manth priortoti�e date
�} for ihe acceptar�ce of appiications for appren4iceshiP or ather training by any
,, recruitmenf saurce, the Confractor shali send written notifiiaation to organization�,
suc� as #he above, describing the openings, screening procedures and #ests to be
� i used in the selectio� process.
10. �ncourage present minority and female �mployees io recruit ather minority persons
and women, and where reasonable, prorride after school, summer artd vaaation
emp�oyment to minority and female youth both on the si�e and in other areas of a
Cantraator's work force.
01112801.oaa.aoc i�-21
� 1. Validafie all tes#s and other seleccEon requirements where �here is an obligation to do
so �nder 4�1 CF'R Part 60�3.
1�. C4nduct, at feast annually, an inventary and evaluat�on at Eeast of all minority and
female personnel for promofional opportunitias and enaourage these em�loyees ta
saek or 4o prepa�e for through appropriate training, etc., such oppartunities.
f 3. �nsure ti�at seniari�y practices, job olassifications, work �ssignmenfs and other
persannel practEces do not ha�e a discriminatory effect �y continually monitoring al!
_ personnel a�d employmen� t�elated acti�ities to ensure that the ��� policy �nd the
Goniractor's obligations under these speeifications are being carried nut.
14. �n�ure that alf facilities and company activities are nonsegr�gated, except that
separate ar single user tailet and necessary changing facilities, shall be pravided to
assure pri�acy between th� sexes.
15. �ooument and maintain a record af all sofEcitations of offers far subconiracts from
m�nority and female cons#r�.�ction Contractars and suppliers inclt�ding circulation of
solicitations to minority ancf female Contrac#or assac�at[ons and other business �
associations.
16. Conduct a re�isw, at leas# annually, o� alf supervisor's adherence to a�d
perfarmancg underthe Cvnfractor's ��O policies and affirmatirre action obligations.
F-8 Contracto�s are enc�uraged to participate in voluntary associations which assist in fulfifling
� or�e or more o# their affirmat�ve action obligations [7(a) thro€agh (p)�, �he efforts of a
Contrac�ar association, jaint Contractar unia�t, Corrtractpr-communi�y ar o�E�er similar graups
of whioh the Cantractor is a member and participated, may be asserted as fulfi[�ing any one
� or mor� of its obligatians under �{a) fhrough (p} of these specifiaatir�rts provided that the
Contractor acff�ely �arkicipa#es �n the grot�p, makes e�ery effort to assure tF�at the graup has
a positNe impact or� the ernploymer�t ofi minori4ies and women in the industry, ensures that
the concr�t� benefits of the program are refl�cied Pn the Contractor's minoriiy and female
_ war� fa�ce participation, makes a good fai�i� effort to meet i#s individual goals and t�me
� tabies, ar�d can ppovide �ccess to documentation which demonstrafes the efifectivsness of
� actions taken on behalf of the Contractar. ihe obligation to comply, hawever, is the
Contractar's and failure af such a group ta fuEfifl an Qbligation sha[I not be a defet�se for �he
' Contractor's no�compli�nce.
F-9 A single goal for mino�ities and a separate single goal for wome� i�a�e been estabfished.
�he Can��actor, hawever, is requir� to prouit#e EE4 and to take affirmative action for ail
' minority graups, both male and ferr�ale, ar�d a1i women, bath mir�ority and non-minority.
Cansequently, th� Cantractor may be in vialation af the �xecutive Order if a particular group
is employed in a substantially disparate manrrer (for exampla, e�en though the Contrac#or
� �tas achieved its gaals for wvmen; generally, the Cflntractor may be in violation o� the
�xecutive Qrder if a specific minority group of women is underu�ilized}.
�y10 �'he Contractor shall not use the goals and time tables or affirmative action standards to
discriminate against any person because of race, color, reiigion, sex or national origin.
0111280� .40a.doc I I-22
F-1 � The Contracior shall nof enter intv any subeontract wi4h any persan or firm debarred from
go�ernmeni cpntrac�s pursuan} to �cecutive Order 11248, as amen�ed.
F-"�� the Contractor shall carry out su�h sanctions and penaltie� for violatiar� of these
5�ecificatians and af the Equa( Opportur�ity Glause, fnclud9ng suspension, termination and
cancellation of exis#ing subcontracts as may be impased or ordered pur��ant ta Executive
Order 1124fi, as arnended, and its implementing regufaiions by the O�CGP. Any
Cnntractor who faifs tp carry o�t such sanctions and penalties shall be in vio�ation of these
speeificatians and E,xecuti�e Order � 1246, as amended.
�-13 i�e Cantrac#or, in �ulfilling ifis obligations under these speci#ications, shall implemenf
specifiic a#firmative action steps, at least as sxtensive as �hase sfandards prescribed in
paragraph 7 of these s�eci�Fications, sa as #a achieve maximum resuits �rom i#s eifo�s to
ensure e�ual emplaym�ni oppor�uniiy. If the Contractor �aiis to compfy with the
requirements of the �xecutive Order, the �mplemeni�ng regulaiions or these spe�cificatians,
the �irector shap proceed in aacordance with 41 C�'R 5D�4.8.
�a14 T'he Contractor shail designa�e a responsible official to monitor ali employment related
� activity t� ensure tha� the company ��O policy is baing carried out, to su�mit reparts
relating to the pravisinns hereof as may be reqtaired by the Co�ernment and to keep
recoecfs. Records shall at least includ� for each emp�vyee the name, address, telephone
number, cons�ruction trade, union affiliation if any, employee ident�fication number w�er�
assigned, social security number, race, sex, status (e.g., mechanic, apprenti�ce, trainee,
helper or labarer), dates of changes in status, hours worked per wee€� in the indicated trade,
rat� of pay and iocations a# which the wor[c was per�ormed. �ecords shall be maintained '[n
. an easily understandable and retrievable form; how�ver, fo the d�gree thaf ex�sting records
�, satisfy thfs requi�ement, Cantract�rs shall not be reqUired to maintsin separate records.
� F�1� Nathing herein pro�ided shall be construed as a limita�ion upon the applicati�n af other lav�rs
whioh estab[ish different standards af compliance or upon the applicatipn af requirements
for the h�rEng of Iocal or other area res�dents (e.g., thase under the ���alic Works
- �mploymenf Act of 1977 and the C4mmunity �evefopment �lock G�ant Prvgram).
,�
01112801.00a.doc II-23
1
S�CTION C tContrac�ual Requirements Pursuant to Cirril Rights Act af 1954, Titie VI - 49 C��
-- �art 29 )
During the performance af ihis canfrac�, the Contraa#ar, fnr i#self, its assigrtees and successors in
in#erest (hereinafter referred to as ihe "Contractor" agr�es as foliows:
G-1 Compliance with Re�tulatinns. The Contracior shal! comply with the f�egul�tions r�lative to
nondiscrimination in f�deralfy assisted programs o# the Departmenfi o� �'rartspartatiort
(hereinafter "DOT) "Citle 49, Code af Federal Reg ulatinns, Part 21, as they may be amended
from time ta time (hereinafter referred to as the Regtalations), whic� are herein incarporated
3�y refererrce and made a part of �his Cantract.
G-� Nondiscrirrynation. The Con�ractor, with rega�'d to the work pefformed b� it during the
cantract, shall no# ti)scrimir�at� on the grounds of race, color, or natianaf arigin in the
selectian and ret�ntion.of sub�aniractars, including prvcureme�t of ma�erials and leases of
equipment. The Gontractor st�a�l nat participate either directly or indirectly in the
disor�minatian �rohibified by section 21.5 of the Regulationsi including ernplaymen� prac�ices
when the cantract aorrers a program se# forth in Appertdix I� af the �egufations.
G-� Solici�atior�s for S�bconfract�, Includina F'rocurement of Materials and �qui�pment. In all
soiicitations either by competfiive bic�ding or nego#iation made by #he contractar for work to
be performed under a su�contract, including procur�ment of mater9als or le�ses ofi
equipment, each potential subcontractor or supplier shall be natified bythe Contractor vf ik�e
Can#racto�s obligatians under #h[s contraot and the Regulatior�s re[ative to nondiscrimina#ion
on the grounds of race, cofor, ar natic�nal origin.
G-4 fnformat�on ar�d Reatsrts. ihe Contractar shal! pravide al! �n�ormatian and reports required
by the aegulations or direatives Pssued pursuant there#o and si�alk permit access to ifis
boaks, reeords, accounfs, other s�urces of information, and its facilities as rr�ay be
determined by the Owner or the Federal A�iation Administra#ivn (�AA) ta be pertiner�t to
ascertain compliance with such Regulations, arders and instructions. Vllhere any information
r�quir�d of a Contractor is in the exclusive pvssessiQn of anoiher who fails or refuses ta
furnish this information, the Cantractor shall so certify io the Owner or ihe FAA, as
appropriate, and shall set for�h what efforts it }�as made ta obtain the informatlon.
C�a Sanctions for Noncompliance. In t�te e�ent o� the contraetor's noncampfiance with the
nor�disarimination pro�iisions of this contrac#, the sponsor shail impose such cantract
sanctions as it or the �AA may determin� to be appropriate, including, bu3 not limited �to:
1. Withhal�fing afi payments fo th$ Contractor under the contract until the Contractar
complies, and/or
2. Can�ellafion, termination, or suspensian of the contract, in whole ar part.
C-6 [ncorqoration of Provis�ans: The Contractor shall include the pravisions of paragraphs 1
through 5 in every subconiract, inc�uding pracurement af materials and leases of equipment,
unless exempi by the Reg�lations or dirsctives issued pursuant #hereta, The Contractor
shall take such actlon with respeet fio and subcontract ar procurement as the Owner or ih�
FA�A may direc�t as a means o� enforcing suah provisions inc�uding sanctions for
noncvmpliar�ce. Prvvided, howe�er, tf�at in the event a Cnntractor foeaomes involved in, or
Q11128i�1.0aa.dac
1i-24
,�
Es threafened with litigation with a Suboontractor or supplier as a result of suc�t direotion, ihe
Contractor may requestt�e Owner ta enier into such litigafion to protecttt�e interesis of the
Owner and, in addition, the Contracior may reques� the United Stafes #o enter into such
litigation to pro#ec� the inierests of the United Stat�s.
SECiION �i (iermination of Contract � 49 C�R Part 18)
H-i The Owner may, by written notice, terminate tf�is contract in r�ho(e ar in part at any time,
either for the Owner's convenience or bec�use of failure to fulfiil the'cont�act o�ligations.
Upa�t receipt of such notice, services shail �e immediately discontin�ed (unlsss the notice
directs otherwise) and ail materials as ma hav� been accumulafed in pertorming this
contract, whether completed or in �rogress, deliuered to the Owner.
�I-2 If t�e terminatio� is for the con�enience af the Qwner, an equitable adjustment in the
contraci price shall be made, buf no am�unt shall be allowed #or aniicipated profit on
unperf�rmed services.
H-S If ihe iermination is due to faiEure to fulfill the Gonfiractor`s obligations, the Owner may take
over the work and prasecute t�e same fv completion by contract or otherwfse. In such
case, the Contra�for shall be liable to th� Owr�er for any additional cost occasioned to the
. Owner thereby.
H-4 ff, after notice of termination fior failure #o fuifill coniract oblfgations, it is determined that �he
Cvntractor had not so failed, the termina#ion shall be deemed to ha�r� beet� �ffected for the
canvenience o� the Owner. In such e�en#, adjusiment in the contract price shall be made as
prauided in paragraph f�-2 af this clause.
H-5 The rights and remedies of tha Owner pro�ided in t#�is clause are in addition to any ather
rights and remedies provided by �aw or under this contract.
(.�
011 i2841.00a.dflC II-25
r
S�CTION_ I(Buy American - Steel and Manufac#ured Produc�s far Ca�struction Contracts)
1�1 The Contractor agrees tha� only domestic steal and manufact�red products will be used by
the Con#ractor, Subcontractars, ma�erialmen, and suppliers in the perFormance of t�is
contraet, as defined in la2 below.
I-2 The follpwing terms appiy to this clause:
1. Steel and Manufacfured F'roducts. Rs us�d fn this cla�se, steel and manufactured
product� include (1) steel produaed in the United Sfiates or {2} a manufaetured
� product prod�toed ir� the United States, if the cost of its camponents mined,
; produced or manufactu�ed En the Un�ted St�tes exceeds 60 �eraent of th� aost of all
its components and final assembly has taken place En the United States.
2. Comnonants. As used in this clause, componants means those articles, materials,
and suppli�s incorpara�ed d�rectiy into s#eel and manufactured products.
3. Cost of Comnonents. ihis means the costs #or production af #he Gomponents,
exc�usive of fina! assembly labor cos�s.
�
�
��
i
D1112801.DOa.doc �I-z6
SECTION J(DBE Req�ired Statements - 49 C�� Part �6)
J-1 Contract Ass�rance. Draft AC 15015��0-� OA Change 15 provides that each cantract #Y�e
owner signs with a contractor (and each subcantract the prime contractor signs with a
subcantractor) musf includ� the fallowing clause:
�he contractor or subcc�ntracfor sha11 not disariminate or� #�e basis af race, color,
national origin, or sex in the petformance af thEs contract, ihe cvntractar s�al! carry
o�t applicable requirements af 49 CF� part 2� in the award and administration of DOT
assisted contracts. �ailt�re by the contractor to carry aut these requirernents is a
matarial breach of t�is coniract, which may result in the termir�ation of this contract or
such other remedy as the rec'spient deems appropria�e.
J-2 Pramnt_Pavment. A prompt paym�nt clause is requfred in each DOi-assisted prime
cantract. A sample fiailows belaw;
The prime contractor agrees 4a pay each subcantractor under this prime contract fvr
satisfactory performance flf its cantraat no la�er than 30 days from ihe rece€pt of each
paymer�t ths prirrte contractor receives fram the City of �art Worth. The pr�me
oontractar agr�es furth�r to return retainage payments to each subcontracior witi�in 30
days ai#er the suhcontractar's work is sa�Esfaciarily comple�ed. Rny delay or
postpon�ment of payment from the above referenced time frame may occur only far
good cause following written approval of the City o# Fort INorth. This clause applies to
�ath D�� and nonnD�� s�bcontractors.
��
;{
I
��
D 1112841.00a.doc
11-27
Afliar��� Airp�rt
�uriw�y Cu�rd Li�his, �ign�, �nd �4eipir�g
AI� Pe�j�c� �lo. �T48�0296��5�f
�I�i l�l � G�N�RAL ���Vl�l���
, I�
'90-1� C�i�i���7'. ihe written agreemeni covering the work to be performed, ihe awarded
contract shall include, but is not limiied ta: ihe Adver�isement; The Contract �'orm; The Proposal;
ii�e Performance �ond; iF�e Payme�t Bond; any required insurance certificafies; T�e
Spec€fications; `f'he Plans, and any addenda issued tv bidders,
�10014 �BNT�A�i li�f� (��Y Ii�M). A specific unit of work for which a price is provided in the
contract,
�0�95 COIV`���,�i `illV��. Y�e number of calendar days ar working days, stated in the praposal,
allowed for compEefiion ofi the confract, including authorized iime extensions. �f a calendar date af
completion is sta�ed in t�e pro�osal, in lieu of a number of calendar ar working days, �he contract
shafl be campleted by that date.
90n�6 C�R�iRACiDR. '�he �ndi�idual, partr�ership, firm, or corporation primariEy liable for the
acceptabEe performance af the ►rvork contracted and far the paymeni of all legal debts pertaining to
the work vuho acts direc#ly or through lawful agen#s or employees to complete the contraGt work.
90��7 DRAI{�A�� �Y��{�. The system vf pipes, di#ches, and structures by which sur�ace ar
su6surface waters are col[ecte� and conducfied trom the airpori area.
10p1 ��N�IN�I�R, ihe individuai, partnership, firm, ar corporafian duly authorized by the awner
(sponsor) to �� respnnsible tor engirteering supe�i�ion o� th� contract wark and acting directly or
through a� authorized re�resentative.
90�'i9 �@UI���NY. A[I m�chinery, fogether with the r�ecessary supplies for upkeep and
maintenance, and also all tools and apparatus necessary for the proper construction and
acceptable com�letion of the work.
90�2D EXTR� V410�F�. Rn itam of worl� not provided far in the awarded contract a� pre�iously
modified by change order or suppfemental agreement, �ut which is found by the �ngineer to be
necessary to complete the wvrk wi�hin the in�ended scape of tne contract as previously modified.
. � 0��� ��. Yhe �ederal Aviaiion Administration of the il.S. �epartment of'Transportation. When
� used to designate a person, �AA shall mean the Administratar ar hislh�r duly autharized
- representative.
, '�A-�� ��9�RAL �PECIFIC�il011lS. The �ederal Speaifications and Standards, and
supplements, amendments, and ir�dices thereto are prepared anc� issued by the Ceneral Services
�►dministratio� af the �ederal Cor�ernmenf.
� � i1��� IIV�P�CiOR. An au#horized representative of #he Engineer assigned io make all necessary
inspectfor�s an�lor fests o� the work �erFormecf or being per�ormed, or of the materials furnished or
� baing �urnished by the Cantractor.
9gd24 Ii����lYlO� 8� i�RIUY�. Whenever, in these specifications ar Qn the plans, the words
"directed," "required," "permitted," °ordered," "designated," "prescribed," orwords af the �ike impor�
are used, it shall be understoad tha# t�e direction, requirement, permission, order, designation, ar
prescripiion of th� �ngineer is intended; and similarly, the wards "ap�roved,"' "acceptable,"
"satisfactary," or words of like import, shail mean approved by, or acceptable to, or satisfactory to
the Engineer, subject in each case to the final determinatian of ihe owner.
0� 1128Qf .40a.doa I I I-2
Rny reterence to a speeific req�irement of a numbered paragraph of the cantra� specifications or a
cited s#andard shall be interprefed to inc�ude afl gener�l requirements of the entire sectian,
specif�ca�ion Ctem, or cited standard that may be pertiner�# to such specific reference.
10��� LA�D�AY�l�Y. The afficial testing labarataries pf fhe owner or such other Iabaratories as
may be designated by the Engineer.
�0-�� l�IG�iiINC, A sys�em of fixt�res pro�iding or controlling the ligf�t saurces used or� or near
the airport or within �he airpor� I�uildings. Th� field lighiing includes al{ luminous signals, markars,
floodlights, and illuminaiing devices used on or n�ar the a�rport ar to aid in the operatian of aircraft
landfng at, taking off from, or taxiing an the airpor� surface,
10 �� M�JO� A�l� �IYIi��� C�iVTR��� IiEM�. A ma�ar contract iiem shalt be any item that is
listed in the pro�osa�, fhe total oost o# which is equa2 ta or greate� ��tan �0 peraer�t nf the total
amaunt of #he award cantrae�. All ather items shall be considered minor contract items.
i0-�� M��'��I��S. Any substance specified for use in the construction of the oon#raet work.
� 0��9 P�Oil�l� 1`� �R����9. A written notiae to the Contractor to begin t�e ac#ual con#ract work
on a previousfy agreed to daie. If appliaable, the Notic� to �roceed shall state the da#e an which
the cor�tract time begins.
'i0�3Q OWM�� (S�Oi��O�). I he term owner shall maar� the pariy of the first part or the
contracting agency si�natory fa the con�r�c�. ��r AI P con4racts, the t�rm spansor shall have the
same meaning as ihe tarm owner.
, �0��9 P�V��I�Ni, ihe cambined surface course, base course, and subbase course, if any,
cans9dered as a singEe unif.
���� P�4YIVlEh�i B�ND. The a�proved form of security furnished by �he Contractar and hislher
surety as a g�aranty tF1at he will pay ir� fufi alf bills and accounts for materiafs anc{ labor used in the
cor�struction of the work. �
� a��� ��RFDRM�IV��, ��Pl�. T�e approved fiorm af security furnished by the Contractor and
his/her sure#y as a�uaranty that the Gontractor will cQmple#e the work in accordance with the terms
of tha contract.
90��4 PLAl��. iha official drawings or exaet reproductions whicYt show the location, character,
dimensians and detaiis of ti�e airport and the work to be done and which are to be considered as a
, part of the contract, suppiementary ia the specifications.
9 0�5 Pi�OJ��T. ihe agreed scope of work for accompl9shing specifi�c airport developme�t with
R. res�ect io s par�icu[ar air�art.
� �0�6 I�R��{��AL. ihe written offer vf the bidder (when submitted on the appro�ed proposal
form} ta perfarm th� contem�la�ed work and furnish the necessary materials 9n accordancewith the
pro�isions of the plans and speci�Eaatinns.
�11 t 2801.00a.doe I I I-3
�J
�
1�-�! �R������ GU���,�tliY. The security furnished with a�rapasal to guarantee that th�
bidder will enter into a con#ract if hislher proposal is accepted by the owner.
1�-�3� f��INWAY. Tl�e area on ths airpart prepared for the landing and takeoff of aircraft.
'1��39 SP��1�I��ilOi��, A part af the contract conia9ning the wriiten directiar�s and requiremen�s
for campleting the cantract work. Standards for specifying materials or testing which are cited in iMe
contract spec9fications by re�erence shall ha�e the same force and effeat as if included in the
contract pi�ysically.
f4� Si�U�YU���. Rirpart facilities such as �ridges; culverts; catch basins, infets, retaining
walls, cribbing; s�orm and s�nitary sewer �ines; wafer lines, underdrains; electrical ducts, manholes,
handholes, ligh�`[ng fixtures and bases; trarts�armers; flex��le artd rigid pavements; navigatior�al a�ds;
buildings; vauits; and, o�her manmade ��atures of the airpart that may be encountered in the work
and not otherwise c�assi#ied herein.
'�0-�i �l��(�RA�G. �he soil which forms the pavement �oundation.
9fl�2 ��I�I�RINi�IVL7I�NT. The Contractor's execut[�e representati�e who is presen� on the work
during progress, authorfzed fio rec�i�e and fulfil! instructions from �he �ngineer, and who shall
suparvise and direat the construction.
i0Q�3 ��I���,�Ni�Ni�� �GR�1�13��Ni. A written agreement between fhe Contracto� and the
' owner covering: (9 ) work ihat would increase or decrease the tatal amaunt of the awarded contract,
.. or any major contract item, by rtnore than 2� percent, such increased ar decreased work hein�
within th� s�ope of the or�ginally awarded contract; or {�} work that is r�ot within the sc4pe af the
: - originally awarded contraat.
� 0��4 ��Rl�'TY. Th� carpvration, partnership, or individual, other than the Contrac�or, exe�cuting
payment or performance bonds w�ich are f�rnished �o the awner by the Contractor.
1 D�� 'iI�IV�AY. Fort�e �urpose of this document, the term #axiway means ihe por�ion of the air
aperations ar�a o# an airpart that has been designa#ed by competent airport authority for movement
of aircraft to and from the airport's runways or aircraft parkir�g areas.
,. 9 Od4fi 1�II�G�K. ihe furnish�ng of all [abor, materials, tools, equipment, and incidenta�s necessary or
canv�nient to the Contractor's performance of all duties and obligations imposed by the contract,
� � plans, and specifications.
' I 70047 �V��i�liV� �AV. A working day shall be any day other tha� a legal hoEiday, Saturday, or
,�. Sunday on which the normal working forces of the Cantractor may proceed wiiF� regular worl� for at
least 6 hours �ovuard completion of the contract. Unless wor� is suspended far causes b�yor�d the
� Contractor's control, Saturdays, Sundays and holidays on which the Con�ractor's forces engage in
regular wor�, requiring the pr�sence of an inspectar, will �e considered as working days.
�hl� 8� �1�C1°IBf� i{�
01112801.afla.doc III-4
����io� ��
������� ����t������s �v� c��v�i�i���
�D�ai �l���il���i� 'f� (N��i�e to �idd�rs}. See Notice to Bidde�s at the beginr�ing of these
Canfiract Dacuments.
20�fl� ���flUALI1�I�AYI�f� �F� �I[�E�FFt�. Each biddsr shall furn9s� the owner satisfactory
evider�c� of his/her competency to perForm the proposed work. Such evidence of competency,
unless otherwise specified, shall consist Qf statements covering the bidder's past experienc� on
s�miia� wo�k, a( ist ofi squipment tha# would l�e available for the woric, and a list afi Etey personnel that
wauld be available. In adcfition, each bidde� shafl furnist� the awner satisfactory evidsnce of his/�er
financial responsibility. Such evidence of financial respor�sibility, unless otherwise specified, sha[E
consist of a confidential statement or report nf the �idder`s financial resot�rces and liabilities as of
the last calendar year or the Contracfor's last fEscaf year. Such siatements or reports shall be
certified by a public accoun#ant. At the time of submitting suoh fina�ciaf statements or reports, the
bidder shall further certify whether hislher financial responsibility is approximately the same as
sfiated or reported by the public accauniant. If the bidder's financial responsibility has c�anged, the
bidder shall qualify the pub�ic accounta�t`s statement or report ta reflect hislher (bidde�'s) �rue
fiinancial co�dition at the time s�c#� qualifiied statement or repor� is submitted to the owner.
� Unless otherwise specified, a bidder may su�mit evidence that he ls pre�qualified with the State
. Highway �ivi�ion and 9s on the current "bidder's list" o# the state in which the proposed work is
located. Such evidence vf 5tate Highway �ivislon prequalification may be submitted as evidence of
financial respansibility in lieu of the cer�ified s�a�eme�ts �r reports hereinbe��r� specifi�d.
' Each �ldder shall submit °evidence of campetency" anci'"evici�nce of financial responsihi[iij+" to the
owner r�o later tha� 30 days priar #o the specified date far opening bicfs.
20-03 ���'7�NiS 8�' P�O��SA� FBRMS. ihe owner shall furni�h bidders with proposal
. forms. All papers baur�d wi�h or attached ta tFte proposal forms are necessary par�s and must not
be detached,
� ihe plans, speci#ication�, and ather dacumer�ts deslgnated in the proposal fiorm shall be cansidere�
- a part o� fhe proposal whether attached or not.
�0�04 ��SU�E�E �1� PFt�P��d� ���N�S. The owner reserves the right to refuse to issue a
proposal iorm to a prospscti�e bidder should such bidder be in defautt for any of th� following
reasons:
a. Failure to com�ry with any prequalification regulations o� the owner, if such regulations
are cited, or otharwise included, in tha proposa! as a requirement for �idding,
b. Failure to pay, or satisfac#orily seit[e, all bills due for labor ar�d materials on former
con#racts in fiorce (wi#t� the owner} at ihe time the owner issues the propasal to a prospectir�e bidder.
c. Corttractor default undar prevlvus contracts with the owner.
d. Unsatisfactory work on previous contracts with the owner.
01112801.00a.doc I f I-5
��0� If��FR�F��fi�1i��N ��' ���'lllfl�,YG� �ROP�SAL �UANiIYI��. An estimate of quant€ties
af work fo be done and materials fo be furnished under these specifications is gi�en in #he
propasal. It is the result of careful oalculatinns and is believed to be correct. It is given ortly as a
basis for camparison of proposals and tk�e aw�rd af #he contract. �'he owner does not expressly or
by implication agree that the actual quantities ir�volved will correspor�d exactly t�erewith; nor shall
the bidder plead misunderstanding or deception because of suci� estimates of quantities, or of the
c�aracter, locaifor�, or other conditions pertaining to tF�e war{�. Paymenfi io the Contractor wi{I be
made only for the actual quantitEes nf work per�armed or materiafs furnished in accordartce wifh the
plans and specificatio�ts. It is understood t�af the quantities may be increased or decreased as
hereinafter provided in the subsection titled AI�i�RAiION OF WORK RND QUANTITI�S of Section
40 witt�out ir� a�y way invalidating the unit bid prices.
��-0� ��t�lf`l�T�ON OI� PL/�IV�, SP�CIFIGI�TIQ��, �� �1��. The �i�der is expected ta
car�fully examine the si#e of the prapvsed work, the praposal, plans, specifications, artd cantraci
fo�ms. �le shall satisfy himself as tv the character, quality, and qua�tities of work to �ae �erfvrmed,
materia[s to befurnished, and as to the requ�remer�ts of tne proposed contract. The subm�ssion o�
� propasal shall be prima facie evidence thai the bidder has made such examination and 9s satisfied
as to ihe condiiior�s to be ancountered in perfarming fhe wnrk and as t� tl�e requirements of the
�roposed contract, plans, and specifications.
Baring �ags ar�d ather records of subsurfaca investigatians and tes#s are a�a�labls fior in�pectior� of
bidders. �t is understood ar�d agreed that such subsurFace infarmation, whether included irt the
plans, spec�fica#�ons, or otherwise made availa6le to the bidcler, was obfained and is intended for
the owr�er's design a�d estimating purposes only. Such information has besn made arrailabie #or
the convenience vf all biddars. [t is further undersfiood ar�d agr�ed thtai each bidder is sofely
r�sponsible for all assumptions, deductions, or canclusions which he may make c�r obtain from
his/her examirtation of the boring fogs an� other recards of subsurface investigations and tests that
are furnishetl by the owner.
�Oodi �Fi��AR��'I�N �F P�O��$A�. The bidder shali submi� hislher propos�l on the forms
furnished by the owner. A(I blan{� spaces in the proposal forms must be correctiy f�lled in where
indicated for each �nd euery item �or which a quantity is g�ven. Tf�e bidder shall state ihe price
(written in ink or typed} botn in words and numer�ls for which he proposes to do eaah pay item
furnished En the praposal. In case of canflict between words and numerals, the words, ur�less
obviously incorreot, shall goverri;
The �idder shall sign his/her prapvsal correctly and in ink. lf the proposal is made by an Endi�idual,
hislher name and past affice address must be shown. lf made by a partnership, the name and post
office addr�:ss of each member of the partnership must be shown. If made by a corporation, the
person signing the proposal shall g��e the name of the s�ate under the laws of which the corporation
was chartared and �he name, tiiles, and business address of the president, searetary, and the
treasurer. Anyone signir�g a proposal as an agent shall fife evidence of his/her authvrity to do so
and that tha signature is binding upon the firm or aorporation.
��-0� I����Ul.� ����@5���. Propasals shalf be considerec� irregular for the following
reasons:
a. [f the praposal is on a form other fhan that ft�rnished �y the owner, or if the owner's form
is altered, or if any part of the proposal form is detached.
011 i2801.U0a.doc �II-B
b. If there are unauthorized additions, conditiona! or alternate pay ifems, or irregularities o�
any kind which make the praposal incomplete, indefinite, or atherwise ambiguaus.
c. If fhe proposa� does not contain a uni4 price fo� each pay item lisfed in the proposal,
excep4 in the case of authorized alternate pay items, fior which the bidder is not required to furr�ish a
unit price,
d. If the propasaf contains unit pric�s thaf are obv�ously unbalanced.
�. If the proposal is not accompanied by the pra�osal guaranty specified by the owr�er.
�'he awner �eserv�s fhe right to re;ect any irregtalar pro�osal and the right to waiv� technicalities if
such waiver is in the best interest of �he vwner and conforms to local iaws and ardinances
pertaining to #he letting of consfiructian contr�cts.
�A40� �[D �l��R�I�Y��. �ach separate proposal shall be accompan�ed by a cer�ified check, or
other specified ar�ceptable ca[lateral, in the amount specified in the prflpasal form. Such check, or
callateral, shall be made payable to the awrser. �
��-9A DELIV�RV �� P�OPO���. �aah proposal submitted shall be placed in a sealed enveiope
plainly marked with �he projeci number, location of airpor�, and name ar�d business address of the
bidder on the outside. Vllhen sent by malf, preferably registered, the sealed propo�al, marked as
indicated a�ov�, should be enclased in an additional envelope. No proposal will ba oonsidered
ur�less received atthe place specified in the advertisem�nt �afore the time specified far opening all
bids. Propasals received after th� bid openfng iime shal[ be returned fo th� bidt��� ur��p�r�ed.
2Qo�9 WIiH�RAWAl� OR ��VI�l�N ��' ��4���A��. � bidder may withdraw ar re�ise (by
withdrawa[ af orte propasal and submissian of another) a proposal provided that the bidder's
reques� for wi#hdrawal is received by the owner in writing or by telegram before the time sp�cified
for opening bids. �evised proposals must he reeelved afi fiha place specified in the advertisement
before the time specified far oper�i�tg al� bids.
20d'! � I�U�LZ� O��NINC� �� PFtOP��AI_�. Propasals s�talf be apened, and read, pubGcEy at the
time and place specified in t�ie advertisement. �idders, their authorixed agents, and other
interested persar�s are invifed fo attend. Proposals that have been withdravun (by writter� or
telegraphic request) or received a�ier ihe time speaified for opening bids shall ba returned to the
bidder unopened.
���9 ��I�Q�I�I�I��iI�N O� �I�����. A bidder shall be considered disquaiified for any of the
fol�awfng reasons:
a. Suhmitting more than one proposal from the same partnership, firm, or carparation under
the same or different name.
b. Evidence of ca[lusion �mang bidders. Bidders participaiing in such collusinn shall be
disqua�iiied as bidders fior any future wark af tY�e owr�er untfl any s�ach participating bidder has been
reinstated by the owner as a quafified bidder.
c. If the bidder is considered to be in °default" for at�y reason specified in ihe subsection
titled ISSUANC� OF PI�QPOSAL FORMS of this sectivn.
Oi 112801.00a.doc II!-7
i�
��
, �.1
I ,b
I .4
��
i
��
a�� �
��
�. �
.�
Etd� �F aEC`ilQt� 20
�,�.$
01112801.00a.doc
,��il�i� 30
�W��I� AN� �X��Uil�i� ��' ��IViRACi
3�•0'9 CON�1��R��'IO�! 0�' ��OP9�1��. After the proposats are pu�licly opened anc4 r�ad,
they w'sll �e compared on the basis of the summation of the praducts obtained by multiplying the
estimated quantities shnwn ir� the propos�l �y the unit bid prices. If a �aidder's propasal contains a
discrepancy batween unit bid prices written in words and unit bld prices written in numbers, the unit
price written in words shall go�ern.
Until the award of a contract is made, the owner �eserves tha right to reject a bid�er's praposal for
any of t�e fiollowing reasons:
a. If tF�e proposaf is irregular as specifiied in the s�bsection titted I�R�(�ULAR
P��F'OSA�5 of Section �U.
h. Ifi #he bidder is disqualified for any of th� reasons specified in the su�section titled
D1SQl1ALI�lGATfON OF �I���RS nf Section �0.
In addit�an, until the award of a cantract is made, the awn�r r�serves tf�e ri�ht io reject any or all
proposals, waive technicalities, if such waiver is in the best interest of the owner and i� in
conformance with applicable state and local Iaws or re�uIations pertaining ta the letting af
construct�on contracts; advertise for n�w proposals; ar Proceed with the worfc o�herwiss. All such
actions shall promote the ow�er's best interests.
3�-02 �4V41�IFtD �� ��I�i��CY. The award of a con�racf, if it '[s to be awarded, shall be made
within 60 calendar days of the date specified for pubficly apening proposals, unless otherwise
specifii�d �erein. �
Award o# the contr�ct si�afl be made by the owner to the lowest, qualified bidder wY�ase proposa!
conforms to the cited requirements af the owner.
�Oa03 G�l��LLAiI�fV �F /�WA�D. T#�e owner reserves the right to cancel the award without
liability to tf�e bidder, except retur� ofi proposal guaranty, at any time be�ore a contract has been
fully executed by all pariies and is appro�ed by the owner in accordance witf� the subsect�on titled
APPf�OVAL OF CONTRACi a� this section.
30oQ4 R�iU�N �� ������� �U���iY. A31 proposai g�aranties, except those of ihe twa
lowesi bidders, will be returrted immediately afiier the owner has made a camparisvn af bids as
hereinbefore specified !n the subsection titled CQNSL���A�'lON O� P�4�OSA�S of this sectinn,
�roposal guaranfies of t�e two lowest bidders wfli be retaEned by iha awner until such time as an
award is made, at which time, the unsuccessful bidder's proposal guaranty will be returned. The
success�vl bidder's proposa[ guaranty will be re�urned as soon as the awner r�ceives the contracis
bonds as specified in the subsection titled REQUIREMENTS OF CONTRACi ��NqS of this
sect�on.
30�D5 ��QUIF��IViENTS O� CONiR�►Ci ��iV�S. Atth�time of the execu#ion of the contract, the
successfu� biclder shall furnish the owner a sure#y bor�d or bonds which have been fully executed by
the bidder and the surety guaranteeing the perfarmanne of the work and the paymenfi of al[ I�gai
01112801.00a.doc f I I-9
debts that may be incurred by reasan nf the Contrac�ar's performance of the work. The surety and
the form of the �and or bonc�s shall be acceptabEe to the owner. Unless ot�erwise specEfied in this
st�bsection, the surety bond ar bonds shall be in a sum equa[ to the full amaunt of the contract.
�0�0� �X��UiI�R� O� C�IViR��T. The successfiul bidder shalf sign (execute) the n�cassary
agreem�nts for enteri�g info t�e contract and return such signed contract to the owner, along with
the fully executed surefiy bo�d or bands specffied in the subsection t�tled R�QUiR�M�NTS OF
CONiRACi �ONDS of this section, within 15 calendar days from the date mailed or a�herwise
delivered to the successful bid�er. [f the con4ract is mailed, special handling is recommended.
3000� ����!!dL �� C�NiRA�i. Upvn receipt of the contract and contract bond or bonds that
have been executed by the successfu! bidder, the owner shall complete the execu#ion of the
contract in accortfance wi�h locai laws or ordinances, ar�d retu�n the fully exeauied contraci to the
Contraetar. Defivery of the fully exeeuted cantraet ta t�e Cantractor shalf eonstitute the owner's
approval ffl be bound by the s�ccessful bidder's proposal and the terms of the contrac#.
3�-0� F�4[�U�� i0 �X��Ui� ��R���ACi. �'ailure of the successful bidder fio execute the
contract and �urnish an acceptable surety bond or bonds wit�tin t�e 15 ca�endar day period specified
in the subsectian fitled 1��QUIR�M�NTS OF CONTRACT BON�S of thEs sectlon shall be just
cause for cancellation nf the award and forfeiture of the proposal guaran'�y, nat as a penalty, but as
[iq�idation of damages to ihe owner.
�N�I� O� S�Ci�@N �0
�
i
01112601.00a.dac I f 1-10
�r
����i�� ��
����� �� ����t
��•0� IM�iVi" �� ��Ni���i. The intent ofi t�e ca�tract is to pro�ide for construction and
completion, in e�ery deiail, of the work described. It is further intended that the Contractor shall
furnish ali labor, materials, equipment, too[�, transpar#ation, and supplies required to complete the
wor�c in accordance with the plans, specificatipns, and terms of the contract.
40�a2 �YL�R/�T�ON �� W�RF� �N� �kUA�l�I'�I�S. The owner reserves and shall have the rfght
to make such alterations in the wark as may be necessary or desirable to cvmplete the wor{�
originally �nter�ded in an acceptable manrier. Ur�less ofi�et�+vise specified herein, the �ngi�eer s�t�ll
be and Es h�reby au#hori�ed to make such alteraiions in ihe work as may increase or decrease the
ariginally awarded cat�tracfi quar�tities, provided that the aggregate of such alterations does not
change the total contracf cost ar the total cost a# a�y major contract item by m�re than 2� percent
{tofal cast being based an the u��t prices and estimated quantiiies in the awarded coniract).
�dlterat€ons which do not exceed the 2a percent limi�ativn sY�all �oi invalidaie ihe contract nar
release the surety, and the Contractor a�rees to accep� payment for such alterations as if the
aliered work had been � part of the ariginal contract. These afteratians which are for work within
the general scop� of the cantract sha11 be covered �y "Change Orders" issued �y the Engineer.
Change orders for altere�l work shall include ex�ensions of contract �ime where, in the Eng�neer's
opinion, such extensions are commensurate with the amount and diffiauiiy o� added work,
� Shauld the aggregate amaunt �f ai��red w�rk exceed fhe �5 percer�t limitaiion hereir�hefore
specified, stach excess ai�ered work shall be cove�ed by su�pleme�tal agreement. If the owner and
� the Cantractor are unable to agree an a uni# adju�tment for any contrac� item that r�equir�s a
�. . supplemental agreament, the owner reserves the right to terminate the contract with respec� to the
item and make ather arrangements for i�s completion.
. 4�00� OIV�11iED IT�M�. 7'h� �ngineer may, in th� awner's ��st Rnterest, camit from the work any
contract ifem, except major contract items. Major contract items m�y be amitted by a su�apfemental
agreement.� Such omission of contraat items shall not invalidafie a�y vther contrac# pro�ision ar
' requirement.
Should a contract item �� pmitted or o#herwis� ardered �a be nonperformed, the Confractor sha[[ �e
paid for ail work performed toward completion of such item prior to t�e date of the order to omif
s�ach item. �ayment �or work performed shalf �e in aceordance wiih the subsaction tit�ed
�AYMENT �OR QMI�ED IT�MS o# Section 90.
�0�0� �i�� W��[�. Should acceptable completior� o# the contract require the Contractor to
perfarm an item af work fiar which no b�sis of payment has been pro�ided in the origi�al contract or
previausly issued change orders or supplemental agreements, the same shail be called �actra
Work. E�ctra work that is wiihin t�e general scope of the contract shall be co�ered by written change
arder. Change orders for suoh extra work shaEl contain agreed unit prices fiar performing the
' change order work in accordance with the requirements s�Oecified in the order, and shall contain any
, adjustmenf to the contract time thaf, in the Engineer`s a�ininn, is nece�sary for completion of such
extra work.
� 01112801.DOa.d�c III-11
When determiner� bythe �ngineer to �e in the owner's bes� interest, he mayarder the Caniractar#o
pro�eed with extra wark by farce accour�t as pravided in the sUbsection iifled �AYMENT FQ�
EX�RA AND �ORC� ACCOUNT WO�K of Seotion 90.
Extra wark thai is necessary far acceptable cample#ion of fhe prajact, �ut is no� within the general
scope of the work covered by the arigina# aontract shall be cavered by a Supplemental Agreemer�t
as herei�tbefore defined in the su�seciion titled SUPPLEM�NiAL ACR��M�Ni of Section 10.
Any claim far payment af extra work that is not covered by written agre�ment (change order or
sup�lemental agreemen#) shai! be rejected by the owner.
4�005 14tlAlIVi�N��� O� i�A��iC. It is the explicit intention oi the contract that the safety ofi
aircraft, as we1l as the Contrac�or`s equipment and personnel, is the mas� impor�ant consideration.
It is undersiood ano� agreed that �he Contractor shafl pro�ide for the free ancf unobsfruc�ed
movement of aircraf� in the air operations areas of the airport with res�ectto hislher own operations
and the o�eratiat�s of al! his/her subcontractors as specified in the subsection titled LIMI�P�TIQN OF
OPERATIONS oi Section 8D. If is further understood and agreed that the Con#�actor shall provide
�or the un�n#err�apted nperation of visual and electronic sigr�ais (including power supplies thereta)
use� in the g�idance of aErcraft w�ile �perating ta, fram, and upan the airpor� as speeified in fihe
subsectian titlad C�N'��ACTOR'S R�SPONSIBIL�TY �OR UTILITY SERVEC� AND �ACILITI�S
OF QTH�R5 in Section 7D.
With respec'r to hislher awn op�ratia�ns and the operatians of afl his/her subcontractors, the
Cant�actor shall provide marking, lighting, and oth�r acceptalole means of identifying: personnel;
�quipment; vehicles; starage areas; and �ny work �raa or condition iha� may be hazard�us to the
operation af aircraft, fi�e�rescu� equipmen�, or mainter�ance vehicles at the airport.
When the oontract requires the mainienance of �eh�cular traffia on an existing road, stree�, or
hig�way during the Contrac#or's pertormance of work that is otherwise provided fior iri tY�e contract,
plans, and specif3cations, the Contractor s�al� keep such road, street, or highway open to all traffic
artd shall provide such rnainter�ar�ce �s may be required to accommodate traffic. The Contractor
shall furnish, erec#, and maintain barricades, warning sig�s, fEagmen, and ather traffic can#rol
devices in reasonable con�ormlty wi�h the Manual of Uni#orm Yraffic Controi Devices for Streets and
Highwsys (published by the United States Government Printirtg Office), u�less ath�rwise specified
herein. �he Cor�fractor shall also cansiru�t and mainiain in a safe condition any temporary
conr�ectians necessary for ingre�s #o and egress €rom abutting property or intersecting roads,
streets o� h9ghways. Unless otherwise specifi�d herein, the Contractor wi[I not be required to
�urnish snflw removal fior such existing road, street, or highway.
ihe Contractor shall make his/her own estimat� of all labor, materia[s, squipm�nt, and incidentals
necessary fvr pror►iding the ma�nienance of aircraft artd vehict�far traffic as s�ecified in this
svbsection.
The cast of maintaining the aircraft and vehicular traffia sp�cified in this subsection shall not be
measured or paid for directly, but shall be included in �he various contract items.
4Q�06 FiE�OVAL �i� �XI�TING �TRUCi�1Rl��. All existing structures encouniered within #�e
established lines, grades, or grading sections shalf be remo�ed by the Contractor, unless such
ex�sting structures are oiherwise specifiad to bs relocated, adjusted up or down, salvaged,
abandoned in place, reused in the wark or to remain in place. ihe cost vf remo�ing such existing
01112801.00a.doc EII-12
structures shail not be measured or paid for directiy, but shall be included in the various contract
items.
Should the Contractar encounter an exis�ing �tru�ure {above or below grour�d) ln the work for whicn
t�e disposiiion is not indicated on the pfans, the �ngineer shall be notified prior to disturbing such
structure. The disposiiion of existing sttvctures so �ncountered shall be immediately defermined by
the �ngineer in accardance wifh the provisions ot the contract.
Except as provided in the subsection titled I�ICHTS IN AND USE O�' MAi�R1RLS �'OUND IN iH�
WORK of this section, it is intended that all existing materials or structures thai may be encoun#ered
�wit�tin the Iine�, grades, or grading sections establ�shed for completion of the work) shali be utrEized
in the work as oth�rwise provid�d fior in ti�e eor�#rac� and shall remal� the property of the owner
when sv utilized in the wark.
40-Oi Rl�bi� IiV A�� US� O� �,���RI�L� 4�OUP1D Ihf iHE WOR�t. Sl�v�ld #he Contractor
encounter any material such as �but not restricted to) sand, stone, grav�l, slag, ar concrete slabs
within the es�ablished 4ines, grades, or g�ading sections, the use of which is intended by the �erms
of ihe contract to be eifiher embankment or waste, he may at hislher apfiion either:
a. Use such material in another cor�tract item, prov�ding such use is approved by the
E�gineer and is in conformance with ��e contract specifications applicable to such use; or,
b. Remove such maierfa! from the site, upan written appro�al of the Engin��r; or
c. Use such material for hisl�e� own temporary construction on slte; or,
d. Use s.uch material as intended b� the terms af the contract.
Should ihe Contr�cfor wish to exercise option a., b., or c., he shall reQuest the �ngineer's appro�al
in advance of such use.
5houid fi�e Engineer approve the Contractor's request to exercise opfiion a., b., or c., the Contrac�or
shall be paid for t�e exca�atian or remv�al of such material at the applicable contraci prfce. ihe
Contractor shall replace, at his/f�er own expense, such remo�ed or axcavated mat�rial wit}� ah .
agreed equai volurr�e of material that is accepta�le for use tn constructing emhan�Cment, baokfills, or
otherwise to the extent tha� such replacemen� material is needed to com�Ol�te t�e cantrau� work.
The Cantractar shal! not be ci�arged for his/her vse of such material so used in the wvr�t ar removed
�rom the site,
Should the Eng�nee� approve the Contraetar's exercis� of aption a., the Cantractor shall be paid, at
the applicable cantract price, for fumishing and installing such material in accordance with
requirements af the cantract item in which the material is used.
It is understaod and agreed that the Contractor shall make no claim for delays by reason of his/her
exercise of option a., b., or c.
., ihe Cantractor shall not excavate, remove, orotherwise disturb a�y material, structure, ar part ofi a
structure which is located outside the lines, grades, or grading sections established for the work,
excepi wher� such excavation or remo�al is pror�ided for in the contract, pfans, ar specifieations.
0'i 112801.00a.doc I I I-13
4��@� �IN� CL�ANIN� 1��. Upon completion o# the work and befare accep�ance and fina!
paymen# will be made, the Contractor shall remove from the sita all machinery, equipment, s�rplus
and discarded mat�rials, rubbish, temporary structures, and stumps or portions of trees.
be sha[I cut afl brush and woads wit�tin the limits indica�ed �nd shall leave the site in a neat and
prese�table condition. Material cleared from the site and depasited on adjacent proper�y will not be
considered as having been disposed of satisfactarily, unl�ss the Contractor has abtained the written
permission af such prap�rty owner. .
�P�D �� ���Yl�� 4�
,�
�,
�
I
�
��
.t
01 i 12s01.00a.dac
IIl-14
•r
S�CiI�N �0
C�I�TR�� 8�'Idfl'O�F�
�0�0� A�IiFi�RITY 0� iW� �NGIN���, ihe �ngineer sh�ll decide any and all qusstions which
may arise as to the quality and aoceptabili�y of materia�s furnished, work performed, and as to the
manner of performar�ce and rate of progress of the work. Ffe shafl decide all ques�ions wf�ioh may
�rise as to the in#erpretation of tne specificatlorts or �lans reEating to the work, the fiulfiiilment of the
contrac� on ii�e part of the Contractor, and th� rights of different Contractors on the project. ihe
�ngineer shall determine the amount and quality of the se�eral kinds of wark performed �nd
mater�als furnished which are fio be paid for fhe under contract
�0�02 C0�' ���fyf�l�lf WIiFf PI�4hIa AiVD �PEC[I�I��iIB1V�. A!I work and all materia�s furnished
sha!! �e in reason�bly close canformity with the lines, grades, grading sections, cross sections,
dimensions, mater�al requirements, and �esting requirements thai are specified (including specified
fiolerances) in the contract, plans or speci�icaiians.
ff the �ngineer finds the materia[s furnished, work perforrned, or �h� finished product not within
reasonaf�ly close conformity with the plans and specifEcations �u� �hat the portion of fi�e wvrk
affecte� will, in hislher apinion, result in a finished product having a level vf safety, �aonomy,
durability, and wor�Cm�nship acceptable ta the owner, he will adv�se the awner ofi his/her
determination that the aifected work be accepted an� remain in place. ln this e�ent, the Engineer
wili document hislher determinatian and recammend to #�e owner a basis of acceptance which will
provide for an adjusirne�t in the con�ract price far the �ffec�ed portian of the work. Tha �ngineer's
determination and recommended contrac# price adjustments will be based on good engineering
judgment and such tests or reiesis of the aff�cted wnrk as are, in his/her opmion, needed. Changes
in the coniract price shall be covered by contract modifications (change order or supplemen�al
agreement) as appiicable.
if the �ngineer finds �he materiaCs furnished, work performed, ar the �lnished praduct are not in
reasonably close conformity with the plans and specifications and have resulted in an unacceptab�e
'finished product, the affec�ed wor{� �r maierials shall be removed and replaced or otherw�se
cor�ected by and at the expense of the Contractar in accordance with the �r�gineer's written orders,
For the p�rpose of this subsection, tha term "reasonabfy clase co�formity" shall nor be constr�ed as
wai�ing the Cantractor's responsibiiity to complete the work in accordance with ihe contract, plans,
' and speciflcations. 'fhe term shall no# be construed as waiving tY�e Engineer's right to insist on strict
complianv� with tha requiremants of iY�e confiraat, ptans, and specifications during the �ontractor's
prosec�rtion of thework, when, in �he Engin�er's a�inion, such com�liance is esssntial to pra��de an
� accep#able finished por�lon af the work.
'�'or the purpose o# this subsectian, the term "reasonably close conformity" is alsa intended ta
� pro�ide the �ngineer with the autharity to use goad engineering judgment in hislher determinations
as to accepiance af work �hat is nat in strict conformity but will provide a finished prvduct equal to or
better than that intended by the requirements of the contract, p�ans and specificat�ons.
50dQ� COORDIf+ldTI�PE ��' C�']N� rl�i f�,��r ��AI��� AiV� Sfr �f.I�ICA`�'��il�S, ihe C4ntI�Ct, p1�115,
specificatians, and af! referenced standards cited are essent9al parts of the contract requirements.
A requirement occ�rring �n one is as binding as though occurring in all. They are intended tv be
0111280i .�Oa.doc I I I-i 5
complementary artd to describe and provid� for a comple#e work. In case of discrepancy,
calculated dimensions will go��rn over scaled dimens9ons; contrac# technical specificafiions shall
govern over contract general pravisions, plans, cited standards for ma4erials or testing, and ci�ed
.. �AA advisory circu�ares; contract ganeral provisions sh�ll govern o�er plans, cited standards for
materiafs o� tasting, an� eited �'AA advi5ory circulares, plan� shall govern o�er cited standards for
maieria[s ar �es�ing and cited FAA advisary circulares.
�'he Contractor shall no# take ac��antage of any apparent arror or omission ort the plans or
specifications. In the event �he Coniractor discovers any apparent error or discrepancy, he shall
immediately call upon the Engineer for h'rs/her lnterpretafiion and decision, and suoh decision shali
be final. �
50yD4 ���P�RAiiBN �� ��N���CiO�. Yhe Con#ractorwill be supplied with two capies each
ofi the plans and specifications. He shall have a�ailable on #he work at al1 �imes on� copy each of
the plans and specificatians. Rdditiona! capies of plans and speci#icatians may be obtained bythe
Cor�tractor fo� ihe cost o� repraduc�ion.
ihe Confiractor shall give cons#ant attentian to the work to facilitate the progr�ss tf�ereof, and he
sha[I cooperate with tl�e �ngineer and his/her inspgctors and with c�ther contractors ir� every way
possible. The �ngineer shall ailocate the work a�d designate the sequence oi cvns#ruction in case
of controversy between cantractors. The Cantraatar sha[I have a cvmpeten� superinfendent on the
work ai all times who is fully authorized as hislher agent on the work. ihe su�erintendent shal� be
capahie af reading and ti�oraughiy undersianding the plans and specifications and sha[I receive and
fulfi�l instructions from the Enginee� or his/her authorized represen#ati�e.
�0-0� C����RA�I�N ��TWI��i� �AF�iRA�T�R�. The owner reserves the righ# to cont�a�i for
and �er�orm other or additianal work on or near the work cavered �y this contract.
When separate contracts are let wfthin the limi#s of any one project, each Contrac#or shalE corrduot
his/her work so as not #o �nterfere with or hinder the pragress of campletian of the work being
performe� by other Contractors. Contractors wor�cing on the same prc�jecfi shal� cocapera�e with
each other as direciad.
�ach Contractor invQived shall assume all l'rabiiity, fiinancial or otherwfse, in connection with his/her
car��ract and shall protect and sa�a harmless the owner from any and ali damages or ciaims #hat
may arise beoaus� of inconvenience, delays, vr Ioss experienced by him because of the presenc�
and operations of ather Cantractors wor�ing within the limits of the same project,
The Contractvr sh�all arrange hislher work and shall place ar�d dispas� �fi the materials being used
so as r�at tn in#erfere with the operations af the other Contraciors within the fimfts of the same
project. He shall join hislher wark with that of tY�e others in an acceptable manr�er and shall per�orm
it in proper s�quence to that of the athers. "
50p0� CON���ICiI�� LAY��T A{V� S�'�F���. �he �ngineer shafl esiablish horizantal and
uertical control only. The Contractor must establish all layout required �or the construction of the
war�. Such stakes anc� markings as the �nginser may set for ei#her his/her own or th� Contractor's
guidance shall be preserved by the Cantrac#or. In case of negligence on the part of the Contractor,
or his/her employees, resulting in �Y�e des�ructiort of such stakes or markings, an amoun4 equal #o
the cast o# repfacing the same may be deducted fram subsequent estimates due the Contractor a�
the di5cr�tion of the �ngineer.
01112801.ODa.doc II1�18
50A@i A�IT�I'i�Ail����Y COiV�R�LL�� EQ�!lPl9li�i�i. Whenever bafching or mixing plant
equipment is required to be op�rated autamatically under the contract and a breakdown ar
malfun��on of tt�e automatic con�rals occurs, if�e equipment may be operated manually ar by other
m�thads for a periad 48 nours follovuing the bre�kdown or maifunction, provided this me�hod of
operations wElf product results which conform to all oiher requirements of the contra�t.
�0�0� �UT'HOR�TY �D ��iI�S �� li����C f O�S. lnspectors employed by the owner shall �e
authorized to inspect alE work done an� a11 mate�ial furnisY�e�. Such inspection may extend to all or
any par� of th� work and #o th� preparation, fabrication, or manufacture o� fhe materials to be used.
Inspectors ar� not autnorized to revoke, af�er, ar waive �ny provEsian of the contract. Inspectors are
not authori�ed fio issue in�truc#9ons cantrary to the plans an�l spec�fications or to act as foreman for
fhe Contractor.
fnspectors empfoyed by the owner are authorixed to notif7r �t�e Contractar or hislher representa#ives
of any fa7ure of #�e worEt or mat�rials to conform to t�e �equi�ements o� the can�rac�, p1a�s, or
speaificafions and to reject such nonconfarming materials in ques#ion vntil such issues can be
referred to the Eng'rnger for hislher deaision.
�OdA� IfdS�I�C�'I�R� �� ib� F�4��R14. AEI materials and eaoh part vr deiail of tha work shall be
subje� to inspection by tf�e ��gineer. The Engineer shall b� a�lowed access to all parts of the work
and shall be f�rnished with such ir�formation and assistance by the Contracior as is required to
make a �omplete �nd detailed inspection.
If the �ngineer requesfs it, the Contractor, at a�y time before acceptanae af the work, shall remo�e
o� unca�er suc� portions of the finished work as may be directed. After examination, ihe Contractor
shal! resfnre said partions of the work ta the standard required by t�e specifications. S�auld �he
wark thus exposed or �xamin�cl prove accepta�le, �he uncovering, nr removing, and the r�placing
of the covering ar making good of the parts remnved wiNl be paid far as e�ra work; buf shouid the
work so expos�d or examined prove unacceptable, the unco�ering, �r removing, and the replacing
of the covering or making good of the parts removed wifl be af the Contractor's expense.
Any work done or materials used wi�hout superuisi�n ar inspect�or� by an autharized r�presentatErre
of the owr�er may b� orde�ed remnved ar�d replac�d at the Co�tractor's expertse unless the owner's
representative faiied to inspect after ha�ing been given reasonable natice in writing that the work
was to be perForrned.
Shauld the contract work Include relocatlon, adjustment, or any ot�e� modification to existing
f�cil�ties, �ot the property of the {contract) owner, authorized re�resentatives of tne owners of such
f�cilities shall have the right to inspec� such work. Such lnspectian shal] in na sense make any
facility owner a party tn �he aantract, and shall ir� no way int�rfere with the rights af the �Oarties �o �his
CDC1tiACt.
�Do10 R��9�VA� €�� I�NA�C��i�4�l.� �ON� ��lA�JTb�l�l��l�lN�F31�. Ail work which does not
confarm to fihe requirements of the cantract, p�ans, and specifications will i�e considered
unaccepta�le, unless otherwise determi�ed accsptable by 4he �nginear as pro�lded in the
subsection tit[ed GONFORMI TY W1TW PLANS AND SP�CIF1CAifONS of this sec#ion.
Unacceptable work, whether the resuft of paor workmanship, use of defective materials, damage
through carelessness, or any other cause found �o exist prior to the finai acceptance of the work,
Of 1 �2801.OQa.tloe lA-17
shali be removed fmmediate[y and re�laced in an acceptable manner in accordance with the
provisions of the subsection t[tied GONTRACTOR'S RESPQNSIBI� I fY�FOF� WORK of Seciion `�Q.
Wark done contrary to #he instructions of the �ngineer, work done �eyond the lines sk�own on the
- plans or as given, except as herein specified, or any extra work done wifhout authority, wil! �e
considered as unautharized and wfll not be paid far under th� pro�isians af the contract. Work so
done may be orc�ered removad or r�placed at t�e Contract�r's expense.
Upon failure an ihe park of the Contractor ta comply forthwith with any order of the Engineer made
under fhe pro�isions of this subsecfion, the �ngineer will ha�e aufhority to cause unacaepia�ie wark
io be remedisd or remaved and replaaed and unauthorized work ta be removsd arrd to deduct the
costs {incurred by the owner) from any monies due or to became d�e the Contractar.
SO��� l.�IIC� Rf�Sil�l��l�f��, Th� Contractor sYtail comply with all lega) load restrictions in the
hauling of materials on public roads beyond the iimits of fhe work. A specia! psrmit wilf not reli�ve
the Car�tractor of iiabtlity for damage which may result from the moving of material or equipmenfi,
The operatian o� eqt�ipment of such weight or so loa�ed as to cause damage to structures orto any
ather type of construction wil! not be permitted. Hauling ofi materials over tha �ase course ar
surface course under construction shali be limited as directed. No Inads will be permitted on a
concrete pavement, b�se, or structure before ihe expiratian af �he curing period. ihe Gontractor
shall be responsi�le far alf damage done by his/her hau[ing eguipmeni and sh�ll correci such
damage at his/her own expense.
�0��2 i�1dINi�M�AiV�� �U�IN� ��I��`�f��iCTl�I�. i�e Contractvr shaft maintain ihe work d�ring
constrvction and until the work is accepted. Thls maintenance shafl co�stitute continuous and
effective wor�t �rosecuted day by day, with adequate eq�ipment and forces so tha# the wor�c is
maintained in satisfactory conditian at ali �imes.
In the cas� af a contract for the placing oi a course upon a course or subgrade previo�sly
constructed, the Contractor shall maintain the pre�ious course ar suiagrade during ttll constructian
operatians.
All oasts of maintenance war[� de�ring construofian and �efore tne projeci is acce�ted shall be
includ�d in fhe unii prices bid on tha various contract items, and the Contractor wil! not be paid an
add�tional �mount for suah work.
�0-i3 �AiLU�E'f019J�AIN'iAIR� TH� WORI4. Should t�e Contractor at any tfine fail to maintain the
work as pro�ided in t�e su�section titled MAfNi�NANC� DURfNG CDNSTRIJCTfON of this
sectiian, tha Et�g�neer shall immediately �otify the Contractor of such noncompliance. Such
notiiication shal! specify a reasonabl� time within which the Contractor shall be r`equired to remedy
suGh unsatisfactory maintenance condition. The time specifi�d wiil give rlue consideration to the
exigency that exists.
Should the Contractar fail to res�ond to the �ngir�eer's r�otification, the �r�gineer may sus�er�d any
work neaessary for th� owner ta correoi such unsatisiactory mai�ttenance condiiRan, depending on
fhe exigency t#�at exists. Any maintenance cosf incurrsd by t�e owner, shafl qe d�ducted from
monies due or io become due the Contractor.
011128p9.00a.dac Ifl-1 S
�0-�� �A��'�AL �,�C�P�`�IIV��. If at anytime during the prflseoukion of the proje�the Contractor
subs�antially completes a�sabl� unit or portion of #he war�, the ocoupancy ofi which wip benafit the
owr�er, he may request the �ngineerto make final inspection of that c�nit. I� the E�gineer�irtds �pon
inspect9on that tha unit has been satisfacfarily campleted in campliance with the oontract, he may
accept it as bei�g completed, .and the Cor�fractor may be relie�ed of further resppnsibility for �hat
unit. Such partia! aocepiance and beneficial occupancy by #�e owner shall not �aid or alter any
pra�ision of il�e contrac�,
�Oa�9� �'�NAl� AC��P�'A���. Upon due notice fram the Cantractor of presumptive completior� of
t�e entire project, tF�e �nginee� and owner will make an inspection. ff all construct9on provided far
and con#emplaied by the contract is faund to b� completed in accordance with the cont�act, plans,
and spscifications, svch inspection shall cons#itute the firral fnspeotion. ihe �ngineer shall nati�y
the Coniractor in writing af final acceptance as of the date of the fi�af inspe��ion.
If, however, fhe inspectian discCases any work, in whole or in pari, as being unsatisfactory, i#�e
Engineer wi�l give the Contractor #�e nacessary instructions for correction of same and the
Contractor shali irnmediat�ly c�mply with and execute such �nstructions. Upon correctior� o� ihe
work, another inspection will be made which shall canstiiute the final inspection, provid�d the work
has been satisfactori�y comple#ed. !n such event, i�e �ngineer will make t�e finai aacep�ance and
nQtify the Contractar in wr�ting of this acceptance as af the �ate afi final inspection.
�an� 6��AINY� ��R AC�JU�`f149�iVi A�ID �l��iJi��. If for any reason �he Contraaior deems that
additional compensation is due him for wark or materials rtot clearly pro�ided for in the contraaf,
plans, or speoificatians or pre�iously �ut�tari�ed as extra work, he shall notify the Engine�r in wr'r#ing
of his/her intentiarr to claim s�ch additivr�al campensation befor� he begins �he wo��C on which he
b�ses the claim. If such notifiaation �s not g�ven vrtf�e �ngineer is no� afforded proper opportun�ty
by the Contractor for k�eping strict account oi actual cost as required, then tF�e Contractor hereby
a�rees to waive anyclaim for such additional compensatipn. Such no�ice bythe Cantrac#orand the
fact that the �ngin�er has kspt accaunt ofi the cost of the work shall nof in any way be construed as
proving nr substantiating the validity of th� claim. When the wvrk an which the clafm for addit�onal
compensation is based has been completed, the Contractor shaH, within 10 aalendar days, submit
his/her wrii�e� claim to the Engineer who wili present it ta the owner for consideration in accflrdance
with lacal laws or ordinances. -
Nothirig in t�tis subsect�ar� sha11 be cansirued as a waiver o� the Contractar's r�ght to disp�te final
payment based on differences in measurements or camputations.
�0-ii C�S�' ���U��'I�N I�C��"iiVE. ihe pravisions of this subsectior� will apply onfy to
contracts awarded to the lowesf bicider p�rsuant to competiti�� bidding.
On projects wi#h o�iginal co�tract amaunts in excess of $100,000, the Contractor may subrnit to i��
�ngineer, in writing, prapos�is for modifying the plans, specifications or oth�r requirements of the
contract for �he sole plirpose of reducing the casi of cor�str�ctian, i�e cvst reduction pra�osal shall
not impair, in any manner, the essential #unctions ar characteristics of the prvjec#, incfuding bu� not
limit�d to serVice I�fe, economy of operatiort, ease af mait�tenanae, desired appearance, design and
safety standards. This prp��sian shall not apply unless the propasal submitted is specifically
i�entified by the Con#ractor as being presented for oorrside�ation as a value engineering proposal,
�
01112801 AOa.doc I! I-19
Not ea�gible for cost reduction proposals are ahanges in ihe basic desig�t of a pav�ment type,
runway and �axiway lighting, visual aids, hydraulic capacity Qf drainage facilities, or changes in
grade or alignment that reduce the geometric standards of the project.
As a m�nimum, the following information shall be submi�ed by the Cantractor with e�aah prapos�l,
a. A description ofi both exfstirrg contract requiremertts for performing the w�rk and the
propased changes, with a discussion of the c�mparative advantages and d9sadva�tages oi each;
b. An itemization of the contrac� req�irements that must be changed i� the proposa! is
adopted;
c. A d�tailed �stimate of the aost of performing the work under t�e existing contract and
ur�der the prop�sed changes;
d. A stafement of the iime by which a chang� order adapting the pro�osal must be
issuad;
e. A stafement o� the effect adoption of the proposal will ha�e on the #�me for completion
of the contract; and
f. ihe cor�traot items of wor�c affected hy the proposed changes, including any quantity
variation attributable io them.
Yhe Cantractor may withdraw, ir� w�ole or in parr, any co�t reduction proposai npt accepted by the
��gineer, within th� per�od specified in tf�e proposal, The provisions ofi �his subs�ction shall nofi be
construed to require the �r�gineer to coRsider any cost reduction proposal whPch may be submitted.
ihe Cantractar shall continue to perform fhe work in accorda�oe with the requirements of the
contract until a change order incorporating the cost reductian proposal has been issuec�. If a
change order has not been +ssued by the date upon which the Contrac�or's cost reduction proposaf
specifies tha� a decisfon shauld �e made, ar such other date as the Contractor may subsequently
ha�e requesi�d in writ�ng� such cost reduct+an praposal sh�ll be d�emed re�ected.
Yhe �ngineer shaB be #�e sole judge of the acceptability of a cos# reductivn proposal and oi the
estimated net savings from the adoption of all or any part of such proposaf. In determining the
es�imatad n�t savings, #he �ngineer may dPs�ega�d the contract bid prices if, fn the �ngineer's
judgment such prices do not repr�sent a fair measure of the value of the work to be performe� or
deleted.
ihe owner may requ�re the Contrac#or fo share in the owner's costs of in�estigating a cos� �eduction
proposa! submitted by the Contracfor as a cor�dition of considering such proposaL Where such a
condition is imposec�, the Con�ractar shali ackt�flwfedge acceptance of it in w�iting. Such
acceptance shafl constitute full aut�oriiy for the owner to deduct the cost a� investigating a cost
raduction proposal from amounts payaiale to #he �ontractor un�er the cQntract.
If the Cantractor's cost reduction proposal is accepied irt whale or in part, such acceptance will �e
by a c�ntract change order w�ich s�a�l specPfically state that i� is executed purs�ant #o this
subsection. �uch change order shail incarporate the c�anges in the plans and speci�ications which
are n�cessary to permit tf�e cost reduction proposal or such part of it as has bean accepted and
Oi � 1280i .00a.doc Ilf-2fl
�
shall include any co�ditions upon which th� �ngirteer's approval is base�, ihe change order shall
also set �orth the estimated net savings attribu�able to the cosi reduction proposal. The net savings
sha�l be determIned as the differenee in cosis between the original coniract costs for the involued
work i#ems �nd the costs accurring as a result of the proposed change. The change arder sha�{
also esia�lish the n�t savings agreed upon and sha�l provi�e for adjustment in the contract price
tha� will di�ide the net savings equally beiween the Contractar and the Owner,
ihe Contractor's 50 peroer�t share of the net sa��ngs sha[I constitute fu�l compensatian �o the
Cor�t�actor for the cc�st reduction proposal and the per#ormance of the worfc.
Acceptance of �f�e cosi-reduction praposal and pertarmance nf the cost�reduction worlc shall nof
axtend the time of completion of the�contracfi unless specifically pro�ided for in the contract change
arder.
�f�D �F ���TI�M �0
.�
i�
.�
'i
01112801.o0a.daC
lfl-21
�
S�CilO�! 60
C�fVT'ROd �F N1�1T��i1�L�
�0��� �0���� 0�' �I����Y �h�� QU��I�'Y ��G�UI���'��i�. ih� maferials used on t�ework
s#�al� conform to the requirements of the contrac�, plans, and specifications. Unless otherw9se
specified, such ma#eriats that are man�facfiured or processed s�all be n�w (as compared to used or
reprocessed).
ln order to expedf#e the inspec#ion and testing af materials, the Carrtractar s�ail furr�ish complete
statements to the Engineer as to the origin, compvsit�on, and manufac#ure af all maferiafs to be
used in the work. Such statements shall be furnished pramptiy after execufion of the contract but,
in ail easas, prior to deiivery of suc� materials.
Rt the Enginee�`s option, materials may be approved at the source of supply before d�livery is
stated, if it is found after trial t�at sa�rces af supply far pr��iausEy apprdved ma#erials c!o not
produce specified products, the Gonfrau�or shall furnish materials from other saurces.
�he Cont�actor s�all furnish airpor� lighting eq�ipment that con�o�ms to ii�e req�irements of cite�
materials specifications. ln addition, w�ere an �RA specificatian for airport IigF�t�ng equipment is
cited in the pla�as or specificai'r�ns, the Contractor shall furnish such equipment �hat is:
a. Listed in FAR Advisory Circular (AC) � 50/5345-1, Appro�►ed Airport Equipmer�t, fhat is in
effect vn the date of �dvertisement; artd,
b. Produced by the manufact�rer qualirfied (by �AA) ta produce such specified and listed
equipm�r�t.
The following airpnrt lighting equipment �s required for this contract and is io be furnished by the
Contrac#or in accordance witl� �he requirements of this subs�ction:
Emergency Cenerator
•� S�o�� ������, i��Y�, �ND �IT�D ��I��IFlC��[�N�. All materials used in the work shall be
inspected, tested, and approved by the �ngineer befiQre incorpnration in the work. Any work in
� whfch untesfed materiais are used withot�f approval or written permission a� the �ngineer shall �e
performed at #he Contractor's risk. Materials found to be ur��cceptable and unautharixed will not be
paid for and, if directed by the €ngineer, shall be r�moved at the Con#ractor's expense. Unless
�� a#��rvuise designatecl, tesfs in accordance wi#� the cifed standard methods af AASbT4 or ASYM
, wYtich are current on the date of advertisement far bids will be made by an� at the expense of the
owner. Sampres will be �akert by a qualified representatf�e �f the a►nrner, Ail materfals b�ing used
' are subjec� to inspecCiorr, test, or rejection at any time prlor ta or during incorporati�n into the work.
, Copies of all tests will be �urnisl�ed to t�e Contractor's represen#ative at his/her request.
�0��3� ��RiI���AT1�[� O� C�i�IYPLlANCE. The �ngineer may permit the use, �rior ta sampiing
and testing, of certain materials or assembiias w�en accompanied by manufiacturer`s cer�tificates of
compliance siaiing that such materials or assemblies fully compfy wlth ti�e requirements of the
contract. The cer�if�cate shall be signed by the man�facturer, Eac�r lot of such materials or
01 � 1284i.00a.dac III-22
assemblies delivered to the work mus� be accompanied by a certificate ofi camplianae in whiah the
�oi is cleariy ide�ti�ied.
Materials flr assem�lies used on the �asis of certi�icates of compli�nce may be sampled and teste�t]
at any time and if �ound not ta be in co�farmity wiih contract requirements wil! be subjecfi to rejection
whether in place or not.
ihe form and distribution of ceriificates of compliance sha�i be as approved by the Engineer.
Wher� a material vr assem�ly is specified by °brand name or equal" and the Canfrac#or elects fo
furnish the specified "brand name,° the Cvntrac�vr shall b� required to furnish the manufacturer's
certi�icat� of compliance for each lot of such mater�al or assembly delivered #o the work. Such
certificate of compliance s�al! clearly ider�tify each lot d�iivered a�� shall oert�fy as to:
and,
a. Cor�formance #o the specifi�d performance, testing, qua�ity or dimensional requirem�nts;
b, Suitability of t�e material or assembly for the use intended it� the contract work.
Should the Contractor propose to furnish an �or equaP` maferial or assembly, ne shafl furnish th�
manufacturer's ceriificates of compliance as hereinbefare descri�ed for t�e specified brand name
material or assembly. Hawer�er, t�e �ngineer sha�l be the sale judge as to whether the proposed
"ar equal" is suitable far use in the wark.
The �ngineer reserves the right tn refuse �ermission for u�e of maferials or assemblies an th� basis
of certificates of complianee,
60�0� �LAN'i I����CiIOP�. The �ngineer vr hislf�er authorP�ed representati�e may inspect, at its
source, any speaified materia! or assemb�y ta be used in the work, Manufacturing plants may be
insp�cted fram fime ta time forthe p�arpose of determining com�liance with specified manufactur�ng
methods or mat�rials to be tased 1n the wark and to abtaln samples required for his/her acceptance
o� fhe mafierial flr assembly.
Should the Engineer conduct plant inspections, the following conditions shall exisi:
a. The �ngineer sha�l have the cooperation and assistance af t�te Gontractor and the
praducer with whpm he �as corttracted for materials.
b. Tf�e �ngineer shal! have full entry at all reasonable times ta such pa�ts of the �lant that
�ancern the manz�facture ar production of the materials being furnished.
c. If required by the �r�gineer, the Contractor shall arrange far adequata office or working
space that may be reasonably needed for conducting pfant inspections. �ffice or workir�g space
, should' be con��niently located w'€th r�spect ta the plant.
It is understood and agreed that fihe ovimer shall have the right to retest any material whfich has
been tested ar�d �pproved at the sourc� o€ supply after it has been deliver�d to it�e site. The
� �ngineer shall have the right to reject only material which, when reteste�, does not meet the
requirements of ihe contracfi, plans, or specificatfons.
01112801 AOa.doc !I1-23
60�05 Ei��1N���'� �IEl�� �F I�I�1� AIVd ���Of��iORY. When specified and pravided for as a
' i cor�tract it�m, the Con#ractor s�all furnish a building for the exclusive use of the Engineer as a field
of�ice and fie�d #esting laboratory. ihe bu�lding shall be furnished and maintained bythe Contractor
as specifi�d herein ar�d shall become praperty of the Contractor when the contract work is
� � completed. -
�fl�Q� �i�RA�� �� MATEFiIA�. Materials shafl be so stored as to assure the preservation of
their q�aality and fitness for the worit. Stored maferials, evan though appraved before siorage, may
again be inspeated prlor fo t�e�r use in the wark. Stared materials shali be lacated so as to faciiitate
th�ir prompt ins�eetion. The Cantractor shall coordinate the starage of afl mater�als with the
Engineer. Materials to be storec! on airpnrt property sh�ll not create an abstruction ia air navigation
nor shall they inierfere with the free artd t�nobs#ructed mo�ement of aircraft. Unless otherwise
shown on the plarts, the s�orage o� maierials and the location of the Cantractor's plan# and par4ted
a�ui�ment or vehiales shall be as directed �y the Engineer. Private property shall not be used far
storage purpases vu�thaut vuritten permission of the awner or fessee of such praperty. The
Contractor shal! make al! arrangements ancf bear ail expenses far the storage of mater�als a�
private property. [lpan request, the Contractor shall furnisf� the �ngineer a copy of the p�operty
owne�'s permission,
Ai! storage sites o� private or airport praperty sha11 be restored to their origina( condition by t�e
Contractor at his/her �ntire expense, except as otherwise agreed to (in writfng} by the owner or
lessee of the properly.
60-07 Ui��C�l�#�iAE3L� NN��i��IA�S. Rny material or assembly that does not cor�fomn ta the
requirements of the cantraci, plans, or specifiicatiort� shall b� considered unacceptabte and shafi be
reJecfed. The Con#ractor shall remov� any rej�cted material or assemb[y from the site of ihe work,
�nfess otherwise instructed by the �ngineer.
No re�ecte� material ar ass�mhly, the defects of whic� ha�e been corrected by the Contractor, s�all
be returned ta the site of the work uniil such time as the �ngir�eer has appro�ed its use in the wori�.
'` �Q�08 OWiVEF� ��I�RI�W�� I�,�i°�RIA��. �he Cvntractor shall furnish a(I materials required ta
complete the work, excepi #hase specified herein (if ar�y) to be #umEshed by the awr�er. Owr�er-
�� furnished materials shall be made available to �%e Gontractor at the locafion specified herain.
All costs of handli:tg, tr�nsportativn from th� specifiad Ioc�tion to the site of woric, starags, �nd
installing awner�furnished materia�s shall be included in the unit price bid for the contract item in
�- which such ownerdfurnished material is used.
' j After any owne��furnished materia� has been delivered to #he locativn specitied, the Contracfor shal�
1 �e responsib�e �or any demurrage, damag�r loss, ar other deficiencies which may occur during t�e
Contractar's handling, storage, or use af such owner-furnished material. The awner will deduct
� �` from any moniss due or to become due the Contractor ar�y cost incurred by �he owner in making
, goad suc� loss due to the Contracfior's handling, storage, or u�se af owner�furnfs�ed materials,
ENf� 0� �1�Cii�N �0
0� 1 �2801.00a.dac EII-24
s�c�iow 7�
L��AR R���6ATI�NS �1h�� ���I�OP��1�161Y1f �°D P�f�LIC
7Up0i L�WS T� �� �����V��. The Contraotor sha[I kee� fully informed of all F$dera! and
state laws, al! Cocal laws, ordinances, and regulations and all vrders and decrees of bodies or
t�ibunals ha�ing any jurisdictlan or authority, which in any manner affect those engaged or
employed an the work, or w�ich in any way affect the conduat of the work. Ha shall at all �imes
observe ar�d comply with all such laws, ordinances, regulat[ons, orders, and c�ecrees; and shall
protect and indemnify the own�r and a!I his/her officers, agents, or servants against any claim or
liabili#�+ arising from or 6ased an the violatiort of any such law, ordinance, regufation, order, or
decre�, whether by himself or hislF�er employees.
i��0� ���f�I�S, lIC�N���, d�C� iAX�S. �'he Contractor shalf procure all p�rmits and licenses,
p�y all charges, fees, artd taxes, and give all noiices necessary and inc�dental io the due an� lawful
prosecution of the work.
�'Q�03 P�T�MT�D DEV�CE�, IqJY/�iI�R1�4L�, AND PRA��a���. If the Contractor is required or
desires to use any design, device, maierial, or process covered by letters qf pat�nt or copyright, he
sha11 pmvide for sucf� use by suitabla legal agreement with the pater�tee or own�r. ihe Contractor
ar�d tt�e surety sP�ail indemni�y and save harm�ess tFte owner, any #hird party, or polifical subdivision
from any and al! claims for infringement by reasan of the use of any such patented design, {�P.11IGEr
materia� ar process, or any trademark or copyright, and shall indemnify the owner fior any costs,
expensas, and damages which it may be abliged to p�.y by reason of an infringement, at any time
during the prosacution or after the completion of the wo��,
7�-@4 Rf��i�RATI�N �� �UR�A�C� 9���'�JR���] �Y �ib�Ra. The awner reserves the right
to authorize the cvr�struction, reconstruction, or mainfenance af any public or private utility serv'sc�,
FAA or Natfonal Oaeanic and Atmospheric Admir�istratian (NOAA) facifiiy, or a utility service of
another government agency at any time during the progress o� the work.
�xcept as lisied abor�e, the Contractflr shall not permii any ir�dividual, firm, ar corporatian ta
excavate or otherwise disturb such utili#y services or faailities Iacat�d within the limits of the work
withaut the writter� permission of the �ngineer.
Shaufd the owner of pubffc or private uti�ity service, FAA, ar N4AA �aciliiy, o� a utiiity servioe of
another gov�rnment age�cy l�e authori�ed #a co�sfruct, recons#ruct, or maintain such utility service
or facifity during �he pr�gress Q� the wvr�, the Contractor shafl cooperate with such owners by
arranging and performing the work in this contraqt so as ta facilitate such construction,
recanstru�io�n or maintenance by others whether or no# s�ch wark by a�hers is iisted above. When
ordered as extra work by the Engineer, the Gontractor shal! make all necessary repairs to the work
which are due ta such authori�ed work by others, unless otherwise provided for in the contract,
plans, ar speoific�tions. It is understood and agreed tha� the Contraotor shall not be entitled �o
make any claim for damages due #o such authvrized work by athers or for any delay to t�e �work
resulting fram sueh authori�Bd wark.
70-05 �'ED�RA� �►Iti PARTI�1PAilOA�. �vr AIP contracts, the United States Covernment has
agreed to reimburse the owner for some partion of the contraci costs. Such reimbursement is ma�a
fram time to time t�pon the owner's (sponsor's) requ�st to the �AA. ln consideration of th� United
bf 1128pi.ODa.doc III-25
Satas Gov�rnment's (�'AA's) agreement with the owner, the owner �as included provisians in this
contract pursuanfi to tha requirements of th� Airpor� lmpro�ement Act af i 9�2, as amer�ded by the
Airport and Airway Safety and Capaci�l €acpar�sinn Aci of 1987, and the Rules and Regulations of
the FAA #hat per#ain to the work. '
As req�ired by the Act, the cantract work is subject to the irtspect�on and approval of duly
autharPzed representatives of the Administrator, �'AA, and is f�r�her s�bject to those provisions af
the ru�es and regulations that are cite� irt the contract, pfa�s, or specifications.
No requiremen� of fhe Act, the rules �nd regulatiot�s implementi�g the Act, or fihis contrac# sha�l be
construed as making the �ederal Ga�ernmeni a party io the aontract nar will any such requirement
inter�ere, in a�y way, with the rights oi either party ta th� contrac#.
700�� �►4R!!i'A�Y, Fi�Al�iH, �� ��4FEiY PFt011lSIOf�a. �'he Cantrac#or shall pr�vide and
maintain in a neat, sa�itary condi'�on such accommodatians #or the use of his/her em�Olvyees as
may be necessary to comply wiih the requirements of tF�e state ar�d local �3oard of Health, or of
oth�r bodies or tribunals having jurisdiction.
Attention is directed to �'ederal, s#ate, and local laws, rules and regulations �ooncerning constr�ction
safety and health s�andards. �'he Contractor shali not require anyworker to work.in surroundings or
under canditions are unsani#ary, hazardflus, or dangeraus to his/her hea�th or safety.
7a�D7 RU�LIC C�RlV�iVIFNC� �D �.��'F'�'Y. �he Cantractor shall cor�trol �is/he� operation�
and tf�ose ofi I�islher subcontractors and all s�app�iers, to assure the least inconvenien�e to the
traveling Qublic. Under a41 circumstances, safety shall be the most impor�ant consideration.
7he Contractor shall maintain the free and unobstruc#ed movement of airaraft an� vahicular traffic
with respect ta his/her own operations and those c�f hismer subcantractors and all supAliers in
accordance with the subsec#ion titled MAINT�NANC� OF iRA�FiC of Sectio�t 4A hereinbefore
spec'rfied a�d shall limit such aperatia�s for t�e conrrenience and sa�ety of the trav8ling pubfic
as specified in tf�e subsection #itled LtMIiA f ION OF D��RAilONS of Section 80 hereinafter.
�040$ �ARRICA���, 1d41A�N1�� SI�N�, �ND H��t� NY���1PI��. The Cantracter shall
furnish, ereci, and maintain all harricades, waming signs, and markings for hazards necessary to
prot�ct the public and 4he work. When used during per+ads o� darkness, such ba�ricades, warning
signs, and hagard markings s�all he suitably illuminated.
For vehicular and pedestrian traffic, the Contractor shall furnish, erect, and maintain barricades,
warning signs, lights and otf�er traffic cantro� devices En reasonat�le conformity with the Manual ofi
Uniform iratfia Control �evices for Streets and Highways {published by the United States
Government Printing O�fic�).
When the wark requires closing an ait� aperatinns area of the airport or portion of such area, 4he
Cantractor shall #urnish, erect, and maintain temporary mar�ings ar�d associated lighiing confarming
�o #he requirements of AC 150/�340e1, Mar�ing af Pa�ed Areas on Airports.
The Contractar shall f�arnish, erecf, and rnaintain mark�ngs and associafed lighting nf apen trenches,
excavations, temparary stoc[� piles, and his/her patked canstruction equipment t�rat may be
f�a�ardous tv the operatian of emergency fire�rescue or maintenance vehic�es on t}�e airport i�
01 t 128pf.00a.doc I!I-26
reasanab�e conformance to AC 1�01537Q�2, 4pera#ional Safety on Airports �uring Construction
Activity.
�'h�e Can�ractar shafl identify each motorized vehicl� or piece of construciion equipment in
reasonable confarmance to AG 150/5370-�.
The Cantractor shall furnish and erect all barricades, warnin� signs, and markings for hazards prior
to commencing work w�ich requires such ereation and shaEl maintain tt-ce barricades, warning signs,
and markings for hazards until their dismantling is directed by the Engineer.
Open-#lame typ� lights shaEl �ot be permitted within th� air opera#ions areas of ihe airport.
�0-09 U�� �F �X�L��1dE�. When the use of explosives �s necessary f�r the prosecution af #he
wark, the Contractc�r shal� exercise ihe utmos� care not fo encfanger life or praperly, including new
work. ihe Gontwactor shal[ be r�sponsible for a!I damage resuiting fmm the use of ex�losi�es.
�I explvsives st�a[! be s�ored in a 5ecure manr�er in compliance with a!I laws and ordinances, and
all such storage places shall be clear�y marked. Where no lacal laws or ardinances;apply, siora�e
sl�alf be providecd satisfactory to the �nginesr a�d, in generaf, not closer than 1,OU0 feet (300 m)
#ram #he work nr frnm any buflding, road, o� oi�er place af h�man occ�pancy.
T'he Contractor shall notify each property owner and public �iility cc�mpany Y�avi�ng struefures ar
�acilities in proximity to the si�e of t�e work o# his�er intention to use ex�losives. Such notice shall.
be given sufficiently in advance ta enable them to take such sieps as they may de�m necessary to
prote�t t�eir pra�erty from injury,
The use of �lectrica! blasting caps shall not be permitted on or within i,000 feet {300 m} of the
airport property. .
i0-i0 �R�'TFCiI�N AF�D R��iOFta4T10� �� PR��P�RTY �►f�� L�4�l��C�P�. The Confractor
shalf be responsible for the preserva�ion of all public and private properly, and shail pratec� carefuify
fram disturbance-or damage all land mo�uments and property markers until the Engineer has
., wi�nessed or afherwise referenced their Ioc�tion and s�all not ma�e them ur�til directecl.
� 7'he Canfrac#or shail b� respvnsib�e ior a!I tiamage or injury to pro�er�y of any character, dur�ng the
prosec�tion of the work, resulting from any act, omission, neglect, Qr misconduat in his/her manner
or method o# executing the work, o� at any time due to detecti�e work or materials, ar�d sand
responsibility will not be released unti! the project shall harre been compie�ed and accepted.
Vllhen or where an� direct or indirect damage or in�ury is dnne to public or priva#e praperiy by or on
. accoun� of any act, amissinn, neglect, or misconduct in tf�e execution of the work, or in
conseauence of ihe nonexecution thereofi by #he Contractvr, he sha�l restore, at hislher awn
expense, such prQperty�o a condition similar or equal ta that e�cisting befiore such damage or injury
, was done, by repairing, or otherwfse restaring as may be directed, or he s�ail make good such
damage or injury in an acceptable manner.
70�99 ��S�BN�1�1�1�1' F�Fi DA(Vf�4�� ��4rf�Y�. if�e Gontractor shall indemnify and save
' harmless the Er�gineer ar�d the awn�r and ti�eir afficers, and em�loyees from all suits actians, or
c�aims af any character brought because of any injuries ar damage recei�ed or sustained by ar�y
p�rson, pe�sons, ar property on accaunt of the operations of the Cantractor; or on accaunt of or in
� 01 f'f 2601.flUa.doc 111-27
cortsequanca of any negiect ir� safeguarding the work; car through use of unaccep#able materials in
construcfing the work; or 6eca�se of �ny act or omission, neglect, ar misconduct of sa�d Cantractor;
or Gecause of any claims or amounts recor�ered from any infringements of patent, tra�emark, or
copyright; ar from any claims or amounts arising or recpvered under the "Workmen's Gompensatiart
Act," or any ofher law, ordinance, order, or decree. Mortey due ihe Contractor under and by virtue
of his/her can#ract as may be considered necessary by fhe awner for such purpose may be retafned
for the use of t�e owr�er ar, in case no money is due, his/her surety may be held until sucf� suit or
suits, action or �ctians, claim or claims for i�juries or ciamages as afaresaid shal! ha�s been settled
and suitable evidence to t�at effect furnished to the owner, except that money due the Contractvr
will nof be withheld when the Conirac�or produces satisfactory e�idenoe that he is adequately
protected by public liability and �rop�rty damage insurance.
i0�9� iblR� ���"fY ��N�F'ICt�AY CLA�I�I�. It is specifica�ly agreed between the parties
executing the contract that if is not in#en�ed by any of iY�e pro�isions af ar�y part of ihe coniraet to
create the pubffc or any member thereof a third party beneficiary or to authorize anyane not a party
to the cvntract �o mainiain a suit for per�onal injuries or property damage �ursuan4 to fhe terms or
pro�isions of the oontraat.
l0��1� ��I��II�� S��YIC��l� �� �H� ViIO�K iD i�Al�f�l�. Should it be necessary for the
Contractor to complete portiohs of the contract work �or the beneficiaf accupancy of the awner prior
ta comple#ion of the entfre contraci, such "phasing" �f the work shall be specifi�d herein an�
indicated on the plans. When so speci#iecl, ihe Confractor sha�l complete such portions of the work
an or �efare fhe date specified ar as oth�rwise specified. The Contracfor shall make h�s/her own
�stimaie of fhe dif�icu�ties involvad in a�ranging hislf�er wark t� permit suah �eneficial occupartcy by
the owner as described belovu, as autlined irt Part I Special Pro�i�ions and �art IV 4wner's
Sup�lemental Special �'rovisions and as shown on fhe plans:
-- - Wo�k Item �ays to Complete
Wor�C
�unway 16R/34L, Phase 1 — — - -
�'ax�way A, P��se 2
iaxiway A, �hase 3
T'axiway b, Phase 4
Rur�way 16LJ34R, �hase 5
UpQn completior� ofi any �ortion of the wor�C lis#ed abo�e, such portion shal! be accepted by the
owner in accordance with the subsection tii�ed PARTIAI� AGC�PTANCE a� Sec�ion 5�.
� No partion af t�e work may be opened hy the Gontractor for public use until ordered by the
, �ngineer �n writing. Should it become necessary to open a partion of �he wark to �ublia traffic on a
temporary or irttermittent basis, such openings sha�l be mad� when, in the opinion of the Engineer,
; such portion of the worl� is in an acceptable conditian to support the intended traffic. Temporary or
�ntermittent a�enings are co�sidered to be inherent in the work and shall nat canstitute ei#�er
acceptance a� t�e pnrtian of the work sa open�d o� a waiver of any provi�ion vf the contract. Any
damage to the portian of tf�e wo�ic so opened that is noi attribUtable to traffic wnich is permi�#ed by
the owner shall be repaired by the Cant�actor at his/her expense,
I
.k
01112801,OOa.doc I II-28
The Gontractor shal� make hislher own estimate of the inherent difficulties involved in completing
th� work under the conditions herein described and shall not claim a�ty added compensatiort by
reason of de[ay o� increased aast dus to opening a portion of the cantract work.
70�14 CbI�iF�A�T'AR'� R����f��I�I�IiY ��Fi 1MB�i�. Until the �ngineer's final written
acceptance of the ent�re camp�eted worl�, excepting only thase portions of the work.accepted in
accord�r�ce with the subsection ti�ed PAR�'fA� ACCEPTANCE af Section 50, the Con#ractor shal[
ha�e the charge and care there�f ar�d shali take er�ery precauiion agains# injury or damage to any
part due to the actian of the elements or from any other cause, whether arising firom the execution
or fram fhe nonexecution of the work, The Contractor sha11 rebuild, repair, restare, and make good
all injuries or damages �o any portion of fhe work occasioned by ar�y of the abo�e causes before
final acceptanc� and shall bear 4he expense therea# except damage �o the work due to
unforesee�bf� causes beyond fihe control of and without the fault or neg�igance af tha Contractor,
inc;uding but no� restricted to act� of Gad such as earthquake, tidal wave, tornada, hurricane or
other ca�aciysmic phenomenor� of na�ur�r, ar acis of the pubiic er�emy ar of government authorities.
lf 4he work is suspended for any ca�se w�ate�er, the Contractor shafl be responsible for the work
and shall �ake such precautians necessary #a preveni damage to �h� work, �he Canirac�or shalf
pravide for normal drainage and shall erect necessary temparary str��ures, signs, or other facilities
at hislher expense. During such period of suspension o# work, the Contractor shal! properly and
eontin[�ously mainiain in an acceptable growing candition all living materIal in newly estabiished
planting, seedings, and soddings furnished �ander hislher contract, and shall take adequate
precautions fo pratecf new tree growth and other imporiant vegetati�e growtn against fnjury.
70d95 CONTRACT�R`� Ft����N�i��LIiY �OR L�i��,liY ��RVI�F A[�I� �i4C1LfTlI�� 01�
O�'H1�I�S. As provided in t�te subsectian titled Pt�STO�ATION OF SURFAC�S DISTURB�� �Y
OTFi�RS of this sec#ion, the Corrtractor shall caoperate with the owner o� any p�ablic ot private utifity
service, FAA or NOAA, or a utility servEce of anaf�er go�ernment agency that may be au�harized by
the owner to construct, reconstrucf or mairttaRn such ufElity services or facilities during the p�ogress
of the work. In addition, the Contractor shall contro! his/her opera#ions to preven� the unschedu�ed
inferrupfion of such uiiii�y services and facilities.
.. To t}�e extent that such pu�lic or pri�ate utility services, FAA, or NOAA facilities, or utility services nf
another governmenial agency are known to exist within the limits of ihe contract wark, the
approximate locaiions have been indicated on the plans.
It is understoad and agr��� t�tat the owner does not guarantee the accuracy or �he compE�teness of
� the �ocation information relating to existing utifity services, facilities, or s#ructures that may be shown
on the plans or encountered irt the work. Any inaccuracy or omissian in such information shall not
relieve the Contrac�or of hisll�er responsib�lity #o proteci such exist�ng feaiures from darnage ar
� unschedt�led interruption of serv�ce.
It is furtE�er understood and agr�ed that t�e Can�ractor shall, upvn executior� of the contract, notify
the owr�ers of all utPlity services or ather facilities of his/her plan of operatians. S�ch notification
shall be in writing addressed to THE P�RSON TO CONiAGT as provicied hereinbefore in ihis
su�section and the subsectio� titl�d R€STQRATION OF SURFAC�S DISTURBED BY OiF�ERS of
this section. A copy of eac� notificatian shall be given to the �ngineer.
01112801 AOa.doc I f I-29
In additian to the genara) written notification hereinbefore pro�ided, it sha�l be the responsibility of
the Cantractor to (ceep such individual awners ad�ised of changes in hislhe� plan af oper�tions that
would affect sucl� owners.
�rior ta commencing the work in the general vicinity of an existing utllity service or faaiiifiy, the
Conirac�or sha11 agairt notify eac� such owner of his/her pian of operafion. lf, in the Cvntractar's
opinion, the owner's assistar�c� is needecf �o locate the u#iii�y service ar facility or the presence of a
represent�tive af ihe owner is desirable to observe the wor�C, such advice shauld be included in the
notifiicat�on. 5uc� noiification shall be gir�en by the most expeditious means to reach the utility
awner's P��SON i0 CONiACT na later than two normal business days prior to the Con#racto�s
commencemerrt o� o�eratic�ns in such general �icinity. The Contractar sha�l furnish a written
summary of tha nati�icatian to the �ngi�e�r.
The Contractor's fail�re to girre the two day's �otice hereRn ahar�e pro�ided shalf he cause for t��
�ngineer to suspend ti�e Contractor's operations in the generai �icinity of a uti�ity service or �aci[ity,
Where the aUtside limits of an �nderground utility service have been located and staked on the
ground, the Contra�tar si�all be required ta use �xca�a#ion methods acceptable io the �ngineer
within 3 feet (90 cm) of such outside limits at suc� points as may be required to ensure pratection
from damage clue to the Contraeto�'s operatians.
Sha�ld the Confractor damage or interrupt the o�erat9on of a utility service or facil�ty by accident or
otherwise, he shall immediately r�otify fhe proper authority and the l�ngineer and shall take all
reasa�able meas�r�s to pre�ent further damage or interruptian of service. The Cont�actor, in such
evenis, shall cooperate wit� the utility service or facility owner and the �ngineer cnntinuously until
such damage has been repaired and service re�tared to the saiisfaction of the utility or facility
nwner.
The Can#ractor shafi bear afl cos#s of damage and restoration af service �o any utility service or
facility due to his/her operaiions whether or noi due �o negligence or accider�t. The contract owner
reserves the right fo deduot such costs from any monies due ar which may become due the
Contracior, or his/her surety.
i�n� 6�'UR�VI�bIN� ���HiS-�Fo�IfAY. The ownerwili be responsib�e for furnishing �ll rightsaof-
way upon which f�e work is to be cans�ructed in advance of the Cantractor's operatians.
i@-9i P�Ft��hlAL LIA�ILI�Y �F P�I�LIC ��'FICIAl��. ft� carrying out any afi the cantract
� provisions or in exercising �ny power or authority granted to him by this cor�tract, there shalf be no
liability upon the Engineer, hislher aui�orized representatives, ar any offioials of the owner either
personally or as an official af the owner. It is understood that in such matters they act solely as
, agents and represeniatives of the owner.
i'Q�1� �!O WAIVG� 8� ����� �I�bi�. Upan completion nf the work, the owner will
expeditiously make final insp�ction and notify the Contraator of final accep�ance. Such final
acceptance, hawever, s�all not preclud� ar estop the owner from correcting any m�asuremeni,
� estima�e, ar cerfificate made befare or after completion of the work, nor shalf the ovmer be
precluded or �stopped from reco�ering from the Contractor or �is/her surety, or both, such
'' a�erpayment as may be sustained, or by failure on �he �aart of the Cantractor to �uifill his/her
o�ligatians under the cantract. A waiver on tf�e part o� the avuner of any breach af any part of the
contract shall not be �eid to be a waiver of any vther or subsequer�� breacl�.
C D9'112801.QOa.doc III-30
l
f he Cvn#ractor, wiihout prejudice ta the terms of the contracf, shall pe liable to the awner fnr latent
defec#s, fraud, or such grass mis4akes as may amount to fraud, or as regards the owner's rights
under any war�anty or guaranty.
70�99 �f�Vl��hdM�IViAL PFtO'iF�Tl�N. T'he Cantractor shall complywith all Federal, sta�e, anc�
�ocal laws and regulations controlling pollutfon of the environm�nt, b� shalf,iake nece�sary
precautions to prevent poflution of streams, lakes, ponds, and reser�oirs wiih fuels, oils, bitumens,
chemic�ls, or other harmfu! material� and to pre�ent pollution of the atmosphere fram particulate
and gaseous matter.
i0a20 �R�FI�eF�L��IC�►L AND bE�i�Ri�AL �1fVl?INC�, Unless othe�wise specified in this
subsectian, the Contracior is advis�d that the sit� of the work is nat within any property, distric�, or
site, and does no# contain any building, struc4ure, ar object listed in the current National �egister of
bis�oric Places published 8y the United States �epattmen� ofi Inieriar.
Should the Coniracior er�caunter, durir�g his/her operations, any building, part of a building,
structure, or object which is incongruous with i#s surraundings, he shall 9mmediately cease
operations in tF�at focation and rtotify the �ngineer. The Engin�er wiil immediately in�estlgate the
Contract�r's finding and wii[ direct the Contractor to eifiher resume hislher opera�ians a� ta suspenci
operatiorts as direcied.
Should the �ngineer order suspensian of the Contractar's operations in arder to protect an
archaeological or i�istorical finding, or order the Caniractor fo perForm extra work, such shal[ be
aovered by an appropriate contract modif9cation (change order or supplemental ag�eement) as
pro�vided in �he subseciion titled �XTRR WORK a# S�ction 40 and �t�e subsection iitled PAYM�NT
FOR �X�RA V�IORK AND FDRCE ACCOUNT WORK of Section 90. li appropriaie, �he contract
modification shall include an extension of cantraci #ime in accord�nce with t�e sul�section tiiled
D�i�RMINATION AND �XTENSION O� CONTRACT'�IM� of Sectivn S0.
l�N� �I� ���T'I�1� i�
�
�
�
01112801 AQa.doc IN-31
����1�T� �0
I�R��@GUTI�f� AND �R��F����
�0�09 S�I�LF1iliV� OF C�N'TR�►��. T'he owner will not recognize any subcontractor pn the
work. The Contractor shafl at a�l #f ines w�ter� wor�t is in progresS be represented either in persan, by
a qualified superintendent, or hy other �esignated, quaElfied represen�at�ve who is duly authorized to
receive and execute arders of the Eng�neer.
Should the Contrac#or elecfi io assign hislher cor�tract, said assignmertt shall �e concurred in by the
surety, shall be pr�sented for the aonsic{eraiion and appraval of the own�r, and shaN be
consumma�ed only on the written approval of the awner. In case of appraval, the Contractor shall
file copies of all subcant�acts r�ith the �nginee�.
80�0� N��IG� i� P������. ihe notice fo proce�d shall staie #f�e date on which it is expected
the Contractor will begin the constructian and from which date contract time will be charg�d. The
Cor�tractor shall i�egin the work to be performed under the contract wi#hi� 1 Q days of the date set by
the �ngineer in the wr�#ten notice to praceed, hut in any e�ent, #he Cantractor sha�i notify the
Engineer at least �4 hours in advanca of the time actuaf construction operations wi�l begin.
�OaO� PR����LliI�N AND �R��R���. Unless otherwise specified, the Contractor shal� submit
f�ismer progress sc�edule for the ��gineer's appro�a! within 10 days after the effective date of the
natice to procsed. The Canfractar's progress schedule, when approved by the �ngineer, may be
u��d #o establish major constructian operatinns ar�d ta check on th� progress of fhe work. ihe
Coniractor shall pro�ide sufficient materials, equipment, and iabor �o guarante� fhe completron vf
the project in accordar�ce wi�h the pia�s and specifications wfthin the time set forth in t�e proposaf.
If the Co�fractar falls significantly behind the submitted schedule, the Gontractor shall, upon the
�ngineer's request, st�bmit a re�ised schedule for compie�ion of the work within the cantract time
and madtfy his/her operations to provide such addItianal materials, equipm�nt, and labar necess�ry
to mest the revised schedule. Should t�te prosecution of the work be discon#inued for any reason,
fhe CoRt�actar shall notify the �r�gineer at least 24 F�ar�rs in advance of resum'rng operations.
For AlP contracts, ��te Contrac�ar snall �ot cammence any actuat construction prior to the date o�
wY�ich the notice to proceed is issued by the owner.
• ��04 �1�����'I�� 8� OP�I��iIBNS. ihe Cantractor shall control his/#�er operations ar�d fhe
operafions af his/her subcontractors and all supp�iers so as to provide for the free and unnbstructed
movement of aircraft in ti�e AIR O�ERATIDNS AR�AS of the airpor�.
When the work requires the Coniract�r to conduct hislher vperations within a� Al�t OP�RA�IQNS
AREA of the airport, the work shall be coordinate� with airpart management (through the Engineer}
at feast 48 hours prior tfl commencemen# of such work. The Contractor shall not clase an �,IR
QPE�AiIONS A��A until sv authorized by the �ngin�er and until the necessary temp�rary
marking and assnciat�d lighting is in place as provided in the subsection titled �ARRICAD��,
WARNlNC SI(�NS, AND HAZ�RD MARKINCS ofi Section 70.
When the contract work requires t�e Contrackor to work withir� an AIR OPERAiIQNS AaEA of the
airpart on an intermittent bas'rs (intermittent opening and cfosing af the AIR OPFRAilON� AR�A),
01112801.00a.doc Ilf-32
the Contrac�or sha[I maPntain consian� eommunications as h�reinafter specified; immediately o�ey
all instructions to vaca�e the AIR O��RA��ONS AR�A; immediatelyobey alf instruc�ions to resume
wott� in such AlR QP�RA7lON5 A�EA. �ailure ta main#�in the specified communications or to
obey i�s#ructiQns shall be c�use �o� suspension of the Contractor's operations in the AIR
O��R�4TI�NS Ai�EA untf[ the satisfactary conditinns are provided. The following Al�
O���AT[QNS A�� (ADA} ca�not �e closed to aperating aircra#t fio �ermit the Ca�tra�t�r`s
opQrations on a continuous basis and will therefore be closed to aircraft operations �ntermittentiyas
fol�ows:
a. Taxiway R, Phase �, will be clos�cl fram �:OQ am to �:00 pm for the contractor tp wor�C
on shoulder pavement rehabilitatian.
�, iaxiway A, Phase 3, will be c�osed from 6:00 am ta 7:Q0 pm #or the contractor to work
on shoulder pavemeni rehabiEitation.
c. �axiway H, �hase 4, will be closed from 8.00 am to 7:00 pm for the cor�trac#or to wark
on sl�oulder pavement rehabil�taiion.
d. Runway 16�I34R, Phase 5, will be clased fram �:�0 am to 2:00 pm #or the contractar to
wark an shoulder pavemer�t rehabilitatian.
�0�05 �IiAR��T�R OF !�lORI�R�, l�FTbDD�, AN� �QIJ[PMI��Vi. The Contractor shal[, at all
times, employ sufficient la�or and equipment for prosecuting the work to ful[ compfetion in the
manner and iime re�uired �y the contrac#, plans, and specificatior�s,
All workers shalf have suffioier�t ski11 and expertence to per�orm properly th� work assignad to �hem.
Workers engaged in specia! work or skillsd work shall have sufficient experience in such work and
in ihe aperation ofi the equipment required to p�rform fhe work satisfactorily.
Al[ equi�mer�t which is propased t� be used dn the wark shatl be of sufficient siz� and in such
, mechanica[ condition as �o meet requirements of the wark and to produce a satisf�ctory quality of
work. �quipment used on any partion of the work shall be such that no injury to previously
t rompleted wark, a�jace�t property, or existing airport facifities wi�l result.from its use.
Wher� the met�ods and equipment io be used by the Contractor in accamplisning the worl� are not
prescribed in the contract, the Contractor is free to use any methods ar equipment that will
accamplish the work in conformity wi#� the requirements of the contract, plans, and specifica,tions.
When the contract specifies the us� of cer#�in methods and equipment, such methads and
equipment shall be used unless others are authorized by the �nginee�. I# the Co�#ractor desires ta
� use a method or type of equipment other than specified in it�e cantract, he may request authority
from the �ngineer to do so, The request shal� be in writing and shall include a full descr�ption of the
methods and equipm�nt proposed and of tt�e reasons for desiring to maka the change. If approval
is given, i4 wifl be on tha condition that the Cantractor wil[ be fully responsihle for producing wark in
canformitywith con�ract requirements. If, after tria{ us� o�€ the sul�stiiuted met�ods or equipmenfi,
the �ngineer defiermines that the work produced does nof ineet contract requirements, the
, Contractor shall discontinue the use vf the substitu4e met�od or eq�ipmenf artd sha[I aompl�te the
remaining worfc with th� specifiied methods and e�uipment. ihe Cont�actor shall remave any
deficient work and repiace it with work of specified quatity, or �aEce such oi�er correctiva ac#ian as
fhe Engineer may direct. No change will be made i� basis of payment for the cantract items
�11't2801.00a.doc CII-33
�
involved nor in contract time as a resul# of authorizir�g a change in methods or equipment under this
subsectivn.
�Q-06 i�N➢���,��Y SUSf+Ef��I�1V �F �`�1� WdFi�t. The �ngineer shall have the authoriiy to
5uspend the war�C wholly, or in part, for such period or periods as he may cleem necessa�r, due #o
unsuitablg weather, ar such other conditions as are considered unfavorabls for the prnsec�tion of
the wvrk, or for such fime as is necessary due ta the failure on the part of the Confractor io carry oui
orders giver� or per�orrn any or all pror�is�ons of the cqnfract.
!n the even� that �he Gontractor is ar�ered by the Engineer, in writing, to suspend wor� for some
unforeseen cause not otherwise p�ovided for in the contract ancf o�er which the Con�ractor has na
control, the Contractor rnay be reimbursed fiar actuai money expended on th� work during the
period of shuidawn. No ailowanc� will be made for anticipated profits. The period af shutdr�wn
shall be camputed from the effective date of the �ngineer's order to suspend work io the �ffective
date of the �ngineer's ord�r 4o resume the work. Glaims �or such compensatiort sha[I be filed with
the Engineee within the time period stated in the �nginser's order to resume work, The Contractor
shall submit wi#h hislher ctaim information substantiaiir�g the amount shown on the claim. fhe
�ngina�r will forward the Contraciar's olaim to the owner for consideration in accordance wi�h loeal
laws or ardinances. No provision of this article shall be construed as entitling the Con�ractor to
compensation for delays due to 9nclement wea��er, for sus�ensions made at the request of the
Contractor, �r fop any ather de�ay providad far in the contract, plans, ar speci#ications.
If it shoul� become necessary to suspend wark fior an indefinite period, the Contractor shall store a[I
maferiais in sucf� manner tY�a# they will not become an obstruction �or become damaged in any
�� way. He shall i�ke ev�ry pr�caution to prevent damage or cteteriaration af the wark perfarmed and
pravide for normal d�ainage of the �vo�Ec. �he �ontractor shali erect tempoeary structures where
� rtecessary to provide fior traffic on, �o, or from tY�e airport,
�OQ07 �� I���➢Ii�AilOF� Ai�� C�XT'��SION �� C�f�i���i ilf�l�. The number of ca�endar ar
w�rking days aliowed fo� oompletian of the work shaq be sfiated in �he proposal and coni�act and
shall be {cnown as fhe C�NTRACT TIME.
Should the coniract time r�qt�ire ex�ension for reasons �eyond the Cor�iractor's contro[, it shall be
�d;'usted as follows:
CQN�R�.Ci TlME based on WOI�KINC D�YS shall be caiculated weekly by the �ngineer. ihe
' �ngineer will furnish the Cantractar a copy of his/her weekly statem�nt of the t�umber of working
days c�€arged agains# #�e contract time during the week and the number of working days currently
_ specified for compl�tion of the c�n�ract (the ariginal contract time pl�s the num�er af working days,
� if any, thai have been included in approved CHANC� OR��RS ar SUP�'L,�M�NiAL
A�R��M�NiS covering �XTRA WO�K).
The �ngineer 5h�[I �asg his/her weekly statement of contract time ch$rged an the following
aonsiderations:
a. No tim� sY�all be ch�rged for days on which the Contracior is unable io proceed wiih
� the principal �tem of work Under canstruction at the time for at least 6 haurs with t�e norma[ work
fiorce employed on such principa! itam. 5hould the normal work force be on a double-shift,l2 hours
shail be used. 5hauld the narmal work force be on a firiple�shift, 18 hours shall appfy. Conditions
beyond the Contrac#or's control such as strikes, lockouts, unusual delays in #ransportation,
011 # 2801.00a.doc f I I-34
�
temporary susp�nsior� of the principal item a# wor�c under constr�ction or temporary susper�sfon of
it�e �nfire work which have been vrd�red by #he Engineer for reasor�s not the fault of the Contractor,
shall no� be charged against the contract time.
b. The �nginaer will nat make charges agai�siihe contracitime priar tv the effective date
af the notice to proceed.
c. ihe Engineer will begin charges aga9nst the contract time on the �irstworking day after
th� effecti�e da�e of �he notiae ta proceed.
d. The �ngineer wi�l not make charges againsi the contract tfmQ after the date of final
acceptance as defined ir� #he subsection titIed F'INA� ACC�i�TANCE of Section 5�.
e. The Contractor will b� allawed 1 wee� in whioh to file a written protest setting forth
his/her objectians to fhe �ngineer's weekly statement. ff no objectian is filed within such speeified
time, the week�y statem�nt shall be considered as acceptabl� fo th� Contractar.
The cantract time (stated in the praposal) is based on the originally estimated quaniities as
described in the subsectio� titled INiERP�EiAiION O� �STIMATED PROPQSAL QUANiIiI�S
o# Section 20. Should the satisfactary completian of the contra�# require performance afi work in
greater quantities than those estimated in the proposal, the contract time shalf be increas�d in the
same proportiort as fhe casf of the actually com�leted quantities bears to the cost of the originally
�s#�mated quar�tities in the pra�osal. Such increase in contract time shall not cansid�r either the
cqst af work or fhe extensian of contract time that has been co�ered by change order ar
�upplemental agreement and sf��ll �� made at the �ime of final paymenf,
� CONTRACY YI M� based on CA��NDRR �AYS shaU consist of the number of calenda� days stated
ir� the contract caunt"rngfr�m �he effective date of the natice tv proceed and including all 5aturdays,
Sundays, hoCidays, and nvnworlc days. All caiendar cfays elapsing be�tween the effective d�tes of
the Engineer's orders to suspend and resume all work, due to causes no� �#�e fault of t�e Contractor,
shall be excluded.
� At the time of final paymen�, fhe contrac# time shall be increased in the same propo�ion �s ihe cost
of ihe actualfy com�leted quanti�ies bears to th� cas# of #he originally estimatec� quantities in the
propasal. Such increase in the contrac� time s€�all not consider either cast of work or the e�ension
� of contract time that has beer� co�ered by a change order or sup��emen�al agreement. Charges
against the contract time will cease as o# the date of ffnal acceptance.
Whert t�e cor�trac# time is a specifiec� campletian date, i� si�all be the dafe on which all contraci work
shall be substantially completed.
lf th� Cpntractor finds i� impossEble for reasons beyond his/her control to compiete iY�e work��within
the con�ract #ime as spec�fied, or as extend�d in accordar�ce with the �rovisions of t�is subsection,
he may, at any fime prior to #he expiration p� the cqntraci time as extended, make a writfen reques�
to the �ngineer for an ex�ension of time setti�g for�h the reasons which he beiierres will j�siify ihe
granting of hislher requast. ihe Coniractor's �lea that insufficient time was specified is not a �alid
reason for extension of time. I� the �ngineer finds th�t the work was de�ayed because of conditio�s
beyond the carrtrol and without i�� fault of the Contractor, he may extend the time for completio� in
s�ach amoun# as the canditions justify. The extended time far cqmpletlon shall then be in fulf force
and effect, the same as though it w�re the original time for comptetion.
4111280'1.ODa.doc III-35
�
�0�@� �'�I�,U�� �'O ��f�PL�i� �N �'[M�. For each calendar day or wor�Cing day, as specified in
the caniract, ihat any work remains uncompleted after the contract time (including all extensions
and acijustments as pro�ided in the subsectian titled DETERM1NAilON AND �XT�N5IDN �O�
CON�'RACT T�M� of this Section) the sum specified in the contract and propvsal as Ifquidated
damages wii� be deduoted from any money due or to beaome due the Ca��ractor Qr his/her surety,
Sucf� deducted�sums shalf not be deducted as a penaliy bu� shall be considered as liq�i�ation of a
reasonabie partion ofi damages that wili be incurrec� by the owner shou[d the Coniractor fail #o
compfete the work in the time pro�ided ir� his/her cantract.
Permit�ing the Contractor to contin�e and finish the wor�C or any part of it afiter the time f'uced for its
comple�Pon, ar after f�e date to which the time for com�letivn may have been extended, wiil in no
way operate as a wa�ver an the part of the owner of any of its rights under the contract,
�OdO� ���AIJLi l�i�D TI�R�liNATIB� 8F ��IV�'�AGY. Yhe Contractor shall be considered in
default of his/her cnntract and suct� default will be considsred as cause for the owner fio terminate
the contract for any of the following reasans if the Contractor:
a. �ails to begir� the work und�r the contract within the time specified in the "Notice ta
Praceed," or
b. �ails to perForm the work or fails to provide sufficient workers, equipment or materials
to ass�re completion of work in accordance with the terms af the aantract, vr
. c. Pertorms the wark unsuitabiy or nBglects or refuses to rerr���� rr�aierials or fio perform
ar�ew s�ch work as may be rejected as unacceptable and unsuiiable, or
�
e.
to do so, or
�iscontinues #he prasecution of the wotic, or
�a�ls to resume wor�C which has been discontinued within a reasonable time after natice
f, �ecomes insa�v�nt or is declared bankrupt, or commits any act of bartkruptcy or
� lnsaivency, or
.�
i�
Alfows any final judgment to stand against him unsatisfied for a period of 10 days, or
Makes an assignment for the benefit o# creditors, or
�or any other cause whaisoe�er, fails to carry an t}�e work in an acceptahle rnanner.
Should iE�e �ngineer conside� the Cantractar in default of th� con�ract for any reason herein#�efore,
he shall immediately give written natice tv ths Contractor and the Contractor's surety as to the
., reasons for consirfering the Contractor in default and the owner's intentions fo terminate the
contract.
If the Contractar or surety, within a periad of 1� clays after such notice, dves not praceec# in
accordar�ce therewith, then the owner will, u�on written notifiieation from the Engineer of the facts of
such delay, neglect, or default ar�d the Contractor's faifure to comp[y with such notice, ha�e #ull
pnwer and authority w'rthout �iolating th� contract, to take the proseoutian of the wor� out af the
01112801.OQa.doc f I �-36
ha�ds of the Contracfior. �'f�e owner may appropriate or use any or a11 materials and equfpment that
have �e�n mabilized for �se in the work and are acceptable and may en�er irt�o an agreement for
the completion of said contract according to the ierms and pravisions thereof, or use such other
methods as ir� the opinion oi the Eng�neer will be r.equired fc�r fhe campletion of sald contract in an
�cceptable manner.
All costs and charges incurred I�y the owner, together with the cost a� completing the work under
con�r�ct, will be ded�cted frorrt any monies due or which may became due the Contractor. If such
exper�se exceeds the sum whiat� would have b�en payable und�r the contract, then the Cont�actor
and the surety shall �e liable and shall �ay to the owner the amount of such excess.
SQ-'10 T��MIF�AiI�fl� ��� iV�ilOi��►� �14�Y����N�IL�. The awner shall terminate the cantract
or portian thereaf by writtert notice when #he Contraator is �re�ented from proceedin� with the
cons�ruction contract as a direct result o� an �cecuti�e �rder of the President wi#h respect io the
prosecution of war or in the inierest of nationa{ defense.
.. When the contract, or any portion thereof, is terminated before completion o� all items of work in the
aantrac�, payment will be macfe for the actual number of units ar items of work completed at th�
�� contract price or as mutually agre�d far items of ►nrark partially completeci or nat s#arted. No cfaims
, or loss of anticipated profits shall be considered.
�eimbursemen# for organizatian of tt�e work, and other o�erhead expenses, (when not otherwiss
included in the contract) and mo�ing equipment and mater�als to �nd �rom the job wilf be
considered, the intent being that an equitable settlement will be mad� wi�h the Contract�r.
Acceptable materiafs, ob#ained or ordered by the Contractor for the work ar�d that are not
�" incorporated in 4he work sF�all, at the option of the Contractor, be purchased from the Contractar at
. actual cos� as shown by receipte� bills and actual cost records at such points of delivery as may be
designated by th� Engineer.
, iermirtaiion of the cor�tract or a po�ion fhepeaf shall neither reiie�e the Cantractor of hislher
respansibilities ior the completed wor�C nor shall it relio�e his/her surety of its obligatian far and
- aoncerr�ing any just claim aris�ng oui of the wark performed.
�IV� O� ���Ti�fV �0
�f
I
. L
I I
� �
• �
01 i 12801.00a.doc II[-37
S�CTI�i� 90
fV1�1��1�R�ilfll�fllT �ND P�1Y�fY�NT
90001 N��A��R���P�� O� �UAN�'I�I��. All wark completed under the con#ract will �ae
measured by the Engineer, or h�sl{�er autharized represen�a�ives, using United States Customary
Units of Measuremertt.
ihe methad oi measu�ement and computations to be used in determinatiar� of quant�fies of rnaterial
furrtished and of work perForm�d under �he eontrac# will be those methods gsnerally recognfzed as
con�prming to good engineering practiae.
� Unless otherwise specified, longitud�nal measurements far area comAutations wifl be made
harizan�ally; and no deductions wifl be made for fndividuaf fi�ttures (or leave�outs) ha�ing an area of
9 square feet or lass. lJ nCess otk�erwise speci�ied, transverse measurem�n�s for area comp�at�tions
will6e the neat dimensions shown or� the plans or ordered in writing by #he �ngineer.
Struct[�res wi11 be meas�ared according to nea# lines shown on the plans nr as aitered to fit field
. conditians.
UIliBSS D'�i18CWl5B Sp�CI'�I�LI, a!I contrac� ifems which are measured by the linear foat such as
EIBC'�CfCaI CILICt5, conduifs, pipe culverts, underdrains, and similar items shall be meas�red parallel to
the base or foundatior� upon which such ifems are placed.
In computing �alumes afi exca�atiort the a�erage end area mefY�od or ot�er acceptabfe methods will
be used,
ihe thickness of plates and gal�anized sheet used in the manufactuee of corruga#ed meial pipe,
mefial plate pipe culverts and a�ches, and metaf cribbing w�ll be specified and measured in decimal
fraction of inches.
The term "tan" will mean the short ton consisfing of �,�00 pnunds avoirdupais. All maferials which
are m�asured or groport�oned by weights shall be weigh�d on accurate, approved scales by
� competent, gua�ified persann�l at looations rlesigned bythe �ngineer. If material is shipped by rail,
- ihe car weigh4 may be accepted provided that only the actual weight of material be paid for.
Howe�er, car weighfis will na� be aceeptable fo� materia[ to be passed �rFlro�gh mixing plants,
Trucks used ta haul materiai beit�g paid f�r by weigh� shall be weighed empty dai�yai such times as
the �ngfneer d�rects, and each truck shafi bear a p[a�nly legible ider�tificatian mark.
- Mater€als to be measured �y volume in the hauling vehicle shall be hauled ir� approved vehicles and
measured therein at the point of delivery. Vehicles for this purpose may be of any size ar ty�e
acceptable to the �ngineer, �ravided thaf the body is of such si�ape that �he actual contenfs m�.y be
� readily and acaurat�ly de#ermined. Alf vehicles shali be loaded to at least tt�eir water fevel oapaci�y,
and all loads shall be leveled when the vehic�es arrive at 4he point of delivery.
i When req�u�sted by f�e Contractor a�d appror�ed �y the Engineer in wrf#ing, rriaterial speeified to be
measured by the cub�c yard may be weighed, an� sucn weights will f�e converted to cubic ya�ds for
� paymer�t purposes, Factprs for conversion from weight measurement to �alume measurementwill
011 i 2641.Oba.doc 111�38
be determined by the �ngineer and s�tall be agreed to by the Contractor f�efore such me#hod of
measurement of pay quar�i�ties is used.
Bituminaus ma�erials will be measured by the gallan or ton, Wher� m�asured by volume, such
�olumes wilf be measured at G� F(15 C) or wili be corrected to the �olume at 60 �('I � C) using
�►STM D 1�50 for asphalt ar A5TM D 633 for tars.
Net certified scale weights or weights based o�r certified volumes in the case of rail shipments wiIl
be u�ed �s a 6asis o� measurement, subject to correciion wh�n bituminous mater�a� has been last
fram the car or the distr�hutor, wasted, or atherwise not incorporated in the work.
� Whe� biturninvus ma�eriais are shipped by trucE� or transpart, net cextified weights by vofume,
su�ject to correction for loss or f�aming, may be used far computing quantities,
� Gement wi[I be measured by the tvn ar hundredweight.
� Timber will be measured by the ti�o�sand feet baard measure (M.F.B.M.} acivally incorparatet� in
�he struc�ure, illleasuremen� will be base� on nominal widths and thicknesses and #he extreme
length �f eaeh piece.
The fierm "lump sum" when used as an it�m of payment wiil m�an anmplete payme�t for the v+rork
described in the contraci.
� Wher� a complete struc4ure or structural unit �in effect9 "'lump sum" work} is specified as the unit of
� measurement, the u�it wilf he consfirued to incl�d� �II necessary fittings and accessories.
Rental af equipment wilf be measured by time in hours of acival working time artd necessary
trar�efing time o� the equipment within the lirnits of the work. Speoial equipment ordered by the
Engineer in connection w�th force acc�un� wvrk will be measured as agread in #he change order or
sUppl�mental agreement authorizing such fvrce acaount work as provided in the subsection titled
F'AYM�N�' FOR �Xif�A AND FORC� ACGOUNY WORK of this section.
- When s�andard manufactured items are specified such as fence, wire, plates, ra�led sha�es, pipe
conduit, eta., and these items are identified by gage, unii weight, section dimensions, etc., such
� identification will be considered ta be naminaf werghts or dimensions. Unless more s�ri�tgently
controlled by tolerances in cited specificatfons, manufacturing talerances esta�lished by the
, industries involrrer� will be accepted.
, Scales for weighing materials which are required tp be praportion�d �r rne�sured and paid far by
� weight s�all be furnished, erected, and maintained by the Contractor, or be certified permanently
instalfed cammercial scales..
Scales shall be accurate withi� one»half peroent of the cflrrect weight �hrougt�ou� the range of use.
�he Co�tractor shall have the scales checked under t�e observation o� the i�spec#or before
beginning work and at such other times as requested. The �n4ervals shall be un9form in sp�cing
throughaut the graduated or marked length of the beam or dial and shalf no# exceed one�tenth o# 1
percent of the nam�nal rated capacity of 4he scale, bUi no# less ihan 1 pou�d. ihe use o# spring
6alances wilf not be permitted.
01112801.ODe.doc 1[I-38
�eams, dials, pia�Forms, and other sca�e eqt�ipment shall be so arranged tha# the operator �nd 4he
inspector can safely and conveniently view them.
Scale instaliations shall ha�e available fen standarci 50-pound weights for testing the weighing
equipment or suitable weights and de�ices for oiher appra�ed equipment.
5cales must be tested for accuracy ant! s�rviced hefare use at a r�ew site. Platfarm scafes shall be
installed and maintained wit� the platform level and rigid bulkheads at each and.
Scales "averweighing° (indEcaiing more than correct weight) will nat be permitt�d to operate, and af�
materfaEs rece�ved subseque�t to �he last previaus co�reci weighing�accuracy test wilf be reducecf
�y the percentage ofi error in excess af one-half of 1 percen�,
In the avent inspection re�eals #he scales ha�e been "underweighing" (indicating less th�n correct
weightj, they shall be adj�asted, and no additiona[ paymen� ta the Contractor wil! b� a�lawed for
materials praviously weighed and reaorded,
A[I costs in connect�on with furnishing, installing, certifying, tes#ing, and mai�taining soale�; far
furnishing chec4� weights and scale house; and for a�i aiher i�ams specified in thi� subsection, for the
,, weighing of materials for proportianir�g �r payment, shall �e inclUded in the unit con�ract prices �or
� the various i�ems af the prajec#.
W�en the estimated quantities €or a specific portian af the wvrk are designated as the pay quantities
in the contraci, they shall be the final quanfities for wF�ich payment for such specific portion ofi the
work wifi be made, unfess �he dimensions of said po�'ions of the work shown on i�e plans �re
revisad by fhe Engineer. lf reuRsed dimensions result in an increase or decrease in �he q�antiiies �f
suc� work, the final qe�antities for payment will be revised in the amounfi represented by the
authori�ed changes i�r the dimensions.
90�02 ���P� �� �'�YM��i. ihe Con#ractor shali receive and accept compensation provided for
in the cantrac�t as fuil payment for furnishing all rnateriafs, for performing all work under the contract
in a complete and �cceptable manner, ans� for all risk, �oss, damage, or ex�ense of whatever
characier arising out of the nature o� �he work ar tF�s prosecutian thereaf, �ubject to �he pro�isions of
the subsection #itled NO WAIV�R ��' LEGAL RI(�HTS of 5ection �0.
When the "basis of payment" su�section of a technical spectfication requires tha�the contract price
(price bid) include compensation for certain work or material essential to tne item, this same warF� or
material will not alsa be m�asured for payment ur�der any ot�er contract item which may appear
elsewhere in the contract, plans, o� specifications.
90�0� COIIfYP�f��Ail�f� ��� �6�'f�R�� �lJ�ilil��. When #he accepted quantities of work
r►ary from the qua�tities in the proposal, the Contractor sha�l accept as payment in fu�l, so far as
contract Etems are cancerned, payment at the original coniract pri�e for the accept�d q�antities af
work actually cflmp[eted and accepfed. No allawance, except as pro�ided for fn the subsection
titled ALi�i�AiION OF WO�K AND QUANTITIES of Section 40 will be made for any ir�creased
expense, loss of expecied reimbursement, or loss of anticipated prafits suffered or claimed by the
Gontractor whioh results directly from such alieratians ar indirectly from his/har unbalanced
allocation of overh�ad ar�d prafit among the cantract items, or from any other cause.
o� � ��aoi.aoa.do� n�-ao
���Q4 WAYNY��li F�Fi �N�IIi�� i'��fVl�. As specified ir� the subsection titlad OMIT�!'�� Ii�M5 af
Section 40, ihe �ngineer shall have the rig�� to omit from ihe work {arder nanperfarmance) any
contraat item, except major co�trac# items, in th� best interest o� fhe owner.
5houfd the Engineer amit or order nonpertormance of a con#ract item or partion �f such i��m from
the wo�k, the Contractor sFtai! accept payment in fuil at the contract prices for any work actualEy
complated �nd acceptable prior #o the �ngine�r's arder to omit or nvnperform suc� contract item.
Accepiabla materials ardered by the Contracior or d�livered on t�e wnrk prior to the date ofi the
Ertginee�'s arder will be paid far afi the actual cost to ihe Contractor and shall thereupon become the
pro�er�y o� the owr�er.
In addit�on ta the reimbursemant herein�efore prouided, the Contrac#or shall be reimbursed #ar all
actuaj costs incurr�d for the purpase of per�ormPng th� vmitted cvn�ract item prior to the date of the
�ngineer's order. Such addi�ional casts inc�rred by the Contractar must be direci�y related to the
deieted con�ract item and shall be supported by certified statements by iY�e Confrac�ar as to the
nature and ihe amount of �uch casts.
90��� ��aYi�lEt�� �B� �Xi��, AfV� ��3�G� �C��UA�i W�Rf�. �xtra� wark, performed in
accordance with the suhsection titled EX"fF�A V410RK of Seci9on �40, w�ll bs paid for a� the cantract
prices ar agreed prices specified in the change order or su�plemental agreement autharizing the
exfira work. When the change order or s�pplementaf agrsement authorizing the extra work req�ires
that it be done by force accaunt, such farce acco�nt shafl be measured and paid for based on
expended [abor, equipment, and materials plus a negotlatec! and agreed upon allowance for
o�erhead and profit. _
a. Miscellaneous. No additianal allowance will be made for general superinfsndenae, the
use of small tools, or other costs tor whioh na specific allowance is herein provided.
� b. Comparison of Record. ihe Contractar and the �ngineer shall campare records of the
,. cost of force account work at the er�d vf each day, Rgreement sha[I be indicated by signature of the
Cor�tractar and #he Engineer vr thsir d�ly �uthari�ed representatives.
�
,�
<�
c. Statemertt. No paym�ni will bs made fvr work perfarmed on a force account basis until
the Con#ractnr has �urnished the �ngineer with duplicate itemized staf�ments of the cost of suoh
force aecount work detailed as foflows:
{i) Name, classificatian, date, daily haurs, total ho�rs, rate and extenslon far each
laborer and fiareman.
{�) 9esignation, dates, daily hours, total haurs, renfal ra#e, and e�ension for each unit
of machlnery ar�d equipmeni.
(3) Quantities of materials, priaes, ar�d extensions,
(4} Tr�nsportation of ma4erials,
{5) Cost of prop�rty damage, fiability and workm�n's compensation insurance
premiums, unemployment insurance con�ribu�ions, and sacial security tax.
01112801.00�.doc !II-41
�
S�a#ements sha[I be accompanied and �upported by a receipted inr�oice for al� materials used and
�ransportation charges. Wowever, if materials used on the force account worEc are nof specitically
purchased for such work but are taken from the Contractor`s siock, ther� in lieu af the inr�oices the
Contractor sY�all furnish an aff'tdavit certifying t�at such ma#eriafs were taken firom hisl�er stack, that
the quantit� claimed was actually used, and that ths price and transpartation claimed repres�nt the
actua� cost to the Contr�ctar.
�0�0� PA�T�A� P�YM�I�i�. Partial payments will be made a.t least ortce each mor�th as the
wark progresses. Said paymen#s will be based upon estimates prepared by t�e Engineer oi the
value of the vuark performed and ma�erials comple#e in plaoe in accordance with fhe can#ract,
plans, and specifiea�ions. Such partial paym�nts may also include the delivered actual cosi of
those ma#erials sfockpiled and stored in accordance with the subsectian titled PAYMENT FaR
MAiER1ALS ON HAND of ii�Es section.
�!o partial payment will be made when the amouni due the Contracfor since the last estimate
amounts to less than firre hundred dollars.
From the total of ihe amoun� determi��� ta be payable on a partial payment, � percent o# such ta�al
amaunt will be deducted and retained �by �'te owner uniil the final payment is made, except as may
be provided (at the Contractor's optian) in the subsection t9tled PAYM�NT O� W I�HH�,LD �UN�S
of this section, ihe balance (9� percent) of the amount payable, less al� previ��s payments, shall
be certified far payment. Should #�e Cantractor exercise his/her option, as provided in the
subseation iitled �AYM�NT O� W1�FIHELD �'llN�S of �1�is sectian, no such 5 percent retainage
shall be deducted. �
When not less than 9� percent o# t�e work h�s been completad the �ngineer may, at his/her
discretion and with the consent of the surefiy, pre��r� an estimate from which will be retained an
amauni not less than tvuiae the contract �alue or estima�ed cost, whichever is greater, af the uvprK
remaining #o be done. T'he remainder, less all pre�ious payments and deductions, will then be
certified for payment fo the Contractar.
It is unders�ood and agreed t�at the Contpactar shafl not be entit�ed to demand or racaiva partral
payment based an quantiti�s of wark in excess of those provided in the proposal o� covered by
approved ct�ange orders ar su�plemental agreements, e�cept when sucY� excess �uantit�es har�e
been de#ermined by the �ngineer to be a par� of tne �inal quantity for the item of work in question.
' No partial payment shall bind the owner fio the acceptance af any materials or w�rk in place as to
'� qua[ity or quaniity. Alf par�ial payments are subject to correction afi the time oi final payment as
provided in the subsection tit[ed ACC�F�TANCE AND �'INAL PAYMENT af this section.
� 90-4i �AYfill�N7 ��R MAi�Ri►4LS �N H�Af�. Partia� payments may be made to ths extent of
#�e del�vered cost of materials to be incorporaied in ��e work, provided that such materials meet the
� requiremertts of the cor�tract, plans, and specifications and are delivered to acceptable sites on #�e
, l afrport �ro�erly or at o�her sites in the vic�nity that a�e acceptabEe to the ow�er. Such deli�ered
casts of storer� or stockpiied materials may be included in t�� �e�ct partial payment after the
t following conditions are m�t:
a. The material has been storad or stocl�pifed in a manner accep�ab�e to the �ngit�eer af
or on an appro�ed si�e.
011 f 2Bp1,00a.doc I I I-42
b. ihe Contractar has f�rnished the Engineer with acaep�able evid�nce of the quantiiy
and quality of such stored or s#ockpiled materials.
c. The Contractor has fur�ished #he �ng�neer with safiisfactory evidenas that the material
and transpartation costs �ave beert paid,
d. �'he Coniractor I�as furrtished the owner legal title (free of li�ns nr encumbrances of any ,
[tind) �o the material so stored ar stockpiled.
e. ihe Contractor has furnished the owner evidence that �he materiai sa stored or
stockpiled is insured agalnst Ir�ss by damage ta ar disappear�nce of such materials at anykime prior
to use in the work.
It is understoao[ an� agreed that the transfer o� �tle and #�e ownar's paymen� for suo� stored or
siockpi�ed mat�rials shall in no way refie�e the Contractor o� hislher responsibility forfurnishing and
placing such materials in accordance with #h� requiremertts p# �he coniraot, plans, and
specifications.
f� no cas� will the amount af partial payments for ma��rials on hanci exceed t�e cnrttract prlce for
such materials or the contract price �or the contract i#em in which the material is intended to be
used.
No partial payment will be made far stored or stacl�p�led living or perisY�able p[ant m�terials.
The Contrac#ar shal� bear ali costs associated wifh th� par�ial payment of sfored or stock�iled
materials in accordanc� witn tne provisions af this subsection.
�0-n8 �AYIVP�I�'i �� �dlliTbb�LD FI�ND�. At the Contrac#or's option, �e/she may request ti�af the
owner accept (in liec� of ihe a percent retainage on partial payments described En th� s�bsection
titled PARTIAL F'AYMENTS of tnis section) the Contractar's de�osits in ascrow under the follawing
conditions.
a. 'ihe Contractor shall pear all expenses of esta�lishing and maintaining an escrow
account and esorow agreement acceptable to the ow�ter.
b. The �antractor shall deposit fo and mair�tain in su�h escrow or�ly thase securities ar
'� ban� certificates of deposit as are accepta�le to #he owner and ha�ing a value rtot iess i�an the 10
. perc�nt retainage that would otherwise be withheld from partial payment.
c. �he Contractor sh�ll enter into an escrouv agreem�n# satisfactory to the owner.
d. ihe Contractor shall obtain i�r� written consent of tf�e surety to such agreement.
9�-�� AG���iAN�� A�lf� FIR��L PAYI�E�T. When ��e contract work has besn accepted in
accordance wit� #�e requir�ments of #�e subsection ti#ied �INA� ACC�PiANCE of Section 50, the
�ngineer wil� prepare 4he f�nal estimate of ihe items o� work ac�uafly performed. The Contractor
shall a�prove th� �ngineer`s final estimate or advise the Eng�neer of his/ner objections io the final
estimate whiah are based on dis�autes in measurements or camp�tations of the firtal quantities ta be
paid under the contr�ct as amended by chartge order ar supplemental agreement, ihe Contractor
01112801.00a,doc I I Iw4S
and the �nginaer shall resol�e all disputes {�f any) in the measurement and camputation of final
quantities ta be paid wi�hin �Q calendar days of the Contractor's r�cei�f of �he �ngi�teer's final
estimaie, If, after such 30-day period, a dPspute still exists, the Contractor m�y �ppro�e the
Engineer"s es�imate und�r protest of the quan#ities in drspute, and such disputed quar�titi�s shall be
considered by the owner as a claEm in accordance with the subseation iitled CLAIMS �'O�
��JUSTM�NT AN� �ISPUi�S af Sec�ion �0.
After tFte Contr�ctor has approved, vr approued under prot�st, the Engineer`s fina! estimate, final
payment will be processed �ased on th� entire s�m, or �he undis�uted sum in case of ap�rovaf
�ander proiest, de#�rmined to be dt�e #I�� Contractor fess all previaus paymenis and all amounts to
be deducted under the provisians of the contract. Ali prior partial estimates and payments shaEl be
subject to correction in the finai estimate and payment.
ff the Contraotor has file� a claim for additional campensation under the provisions of the
subsect9on tifled C�AIMS FOR �4�JUSTM�NiS AND DIS�U�'�5 af Section 50 ar under the
provisions of t�is subsection, �uch claims will be considered by t�e owner in accor�ance w�th laoal
�aws o� ordinances, Upon #inal adjudication of such claims, any additionai �ayment deferm�ned to
be due the Con#ractflr will be p�id pursuaht io a supplemental fiinal estimaie.
END �� SE��I�N 80
,�
Oi 1128�i .Opa.doc ill-44
��C�IOi� '�00
��P�'il�►4CiBR �IUA�IiY �CaNiROL PR�GR�►NY
9��0'9 GFi�I��AL. Tha Contracior shall establish, provide, and maintain an effective Quality
Control Program tha� details the methods ar�d procedures that will be taicen to assure thai all
materiaEs and aomple�ed canstruction requirec4 by this contract conform to cantract pCans, techniaal
specificatio�s and other reqt�irements, whether manufactured by the Contractor, ar procured from
subcontractars ar vendars. Alfhough guide[ines are established and certain minimum requirements
are specified he�ein and elsewhere in the contract teci�nical spacificatians, �he Contractor shall
assume full responsibility for accomplishing #he stafed �urpose.
The intent of this section is to enable the Con#ractor to esteblisY� a necessary Ieve1 of control that
wEll:
a. Adequately provide for the produc�ian of acceptable quality mater�als.
b. Pro�ide su�ficien� rnformation to assure hoth ihe Contractar and the �ngineer tha� the
specifiica�ion requirements can be met.
c. A1�ow the Contrac�or as muah fatiiude as possible to develop his or her own standard
of control.
T'he Contracfar shall be prepared to discuss and present, at the �reconstruction conference, his/her
understandir�g of the c�uaIity control �equirements. The Contractar 5hall not begfn any construc#ion
ar prnduc#ion flf materials #a be incorpora#ed into the campleted work unti[ the Quality Control
Program has been re�iewed by the Engineer. No par�ial payment will be made fior materials subject
to speci�ic quality control requirements until the Quafity Control Program has been re�iewed.
ihe quaflty controi requirements cont�ined in �his section and elsewhere in th� contract technical
specifications ars i� addition to and separate from the acceptance t�esting requirements.
Acceptance testing requirements are the responsibility vf fihe Engineer.
iQDo� ����RIPT[�N O� ��OG�i4fi�l.
a, Ceneral ❑escription. ihe Gontractor shall establish a Quaiity Control Program to
perform inspection and testing o� all i�ems of work reqt�ired by tha technical specif ications, fncl�d9ng
thase performed by subcorrtrac��rs. This Quality Control Program shafl er�sure conformance io
applicable speci�ications a�td �lans with respect to materials, workmanship, constructior�, finfsh, and
functional performance. `ihe Qual�ty Controi Program shall be effective for control of all
construction work performed under t�is Contract and sha11 sp�ctfically include surveillance and tests
required b� the fechnical specifications, in additior� to oiher requirements of �his section and any
other activities deemed necessary by the Contractor to establish an effective level of quality control.
�. Qualitv Control �raaram. �"he Coniractor shall describe the Quali#y Control Pragram in
a written documen� which shall be reviewed by the �ngineer priar ta the start o# any productio�,
construcfiion, ar off-si�e fabrication. The written Quality Control Program shall be submitted to the
Engineer for re�iew at least t�n {10) calendar days before the start ofi construction.
01 � 12801.00a.doc i[I-45
7he Quality Control Program shail b� organ�zed to arfdress, as a minimum, ihe foflowing items:
(1) Quafity control arganizatian;
(2) Project progress schedule;
(�) Submittals schedula;
(4) Insp�ctian reqvirements;
(�) Quality confrol �esting plan;
(6) �ocumenfation of quality ronfral activities; and
(7) l�equirements for corrective action when qual€ty control and/or aoceptance
criteria are not met.
�he Contractor is encouraged #o add any addi�ior�al elements to the Quality Control Program that
he{�he deems necessary to ade�uately cor�trol all prodc�ction and/or construction processes
r�quir�d by this contract.
90fl�� @U�L1T'Y ��NT�OL O�G�Ni�ATlOi�. ihe Contractor's Qua�ity Control Program shafil be
imp(emented by the establishmer�t of a separate quality control organizatian. An organizaiiona)
. chart shalf be de�elope� to show all quafity cvntrol personn�l and how these personne[ integrate
witf� other managementlpraductidn a�d aanstrc�ctian functions and personnel.
ihe organizatianai c�ar# shall identify all qcaality cor�trol staff by name and function, and shail
indicate the total staff req�ired to implement all efernents of the Quality Control Program, inoludir�g
inspection and tesiing far each itam af wor�. !f necessary, dff�eren# fechnicians can be utili�ed far
spec'rfic inspection and testing functi�ns for different items of rrvork. If an o�#side organization Qr
independani testin� iaboratory is used for implemerrtaiian of all or part af the Quality Controf
Pragram, the parsonnel assigned shall be �ubjec� to fihe qualif�caiion requirements of paragrapY�
'100p03a and � 00903b. �'F�e organizational char# shail indicafe which personnei are Contractor
employees and which are pravided by an autside organiza#ion.
ihe quality controf arganization shall consist of the faflowing minimum p�rsonnel:
a. Proaram Admir�istrator. The Program Administratar shall �be a fulf-time employee of
the Contractar, or a consuiianfi engaged by the Contractor. '�he Program Administrator shall have a
minimum af a years of experience in airport andlor highway canstruction an� shail have had prior
q�ality confiral experience an a project of comparable siz� and scope as the contract.
Additional quali�ic�tior�s for the Program Adm�nistrator shall include at le�st � af the followfng
requiremenis:
(1) Professional engineer with 1 year of airport p�ving experier�ce acce�tabl� to the
Engirteer.
�2) �ngineer-in�training with 2 years nf airport paving expe�ience acceptable to the
Engineer.
(3} An individual with 3 years of highway andlor airpart pa�ing experience
acce�table to the �ngineer, wEif� a�achelor of Science Degree in Ciufl Engineering, Ci�il
Engineering iechnoEogy or Construction.
(4} Gons4ruction materials technician certified at Le�el Ilf bytha National Institutefor
Certificatio� in �ngineering Technoiogies �NfCE'1).
Q1112801.00a.doc lil-46
(�} Highway materials technician certified at �e�el ill by N(C�T,
{�) bighway construc�iorr technician cer�i�led at Levef III by NIC�T.
(7) A NIG�� certified engineering �echnician in Civil �ngineering'�echnalogywith 5
years of highway and/or air�art �aving experienae accepta�le io the �ngineer.
The Program Administrator shall have full auth�rity�o instifute any and all actians necessaryforthe
successful implemen�a�ion of t�e Quality Control Program �o ensure compliance with the contract
�lans and technic�l sp�cificafians. The program Administrator s�a11 report drrectly to a responsible
o�icer of the construction firm. I�or projects less than $� million, The Program Administrator may
suPerv�se the Quali�ty Control Program on more than one praject provided that person can be at the
job site within 2 hours aft�r being notified ofi a prob[em. �or projects $� mi�lian and o�er, the
F'rogram Administrator sha[I be lacat�d on site forthe prajeot duration un[ess otherwisa directed by
the �ngineer.
b. Qualifv Control Technicians. A sufficient number of quality canirol tec�n�cians
� necessary to adequately implement the Quali�ty Control �rogram shall be provided. �'hese
_ personnel shatl be ei#her engineers, engineering techniciar�s, or experienced craftsman with
� qualifications in the appropriate field equfvafent tn NICET L,e�el ll or higher avnstru�tian materials
t�c3�nician or highway construction technician and shall have a minimum af 2 years of experiance in
their area of expertise.
�'he quality cantrol #e���ici�ns shail report directly to the �rogram Admf�istrator and shall
per�orm the foliowing functions:
� (1) Inspection of all ma�erials, construction, plant, and equipment for cnnformance
ta the iechnical specificativns, and as required by Sectinr� 140�Ofi.
, (2) Pertormance of all q�ality �contrvl �ests as required by ihe technica[
specifications and Section 100-07.
Certification at an equivalent level, Y�y a siate or nationally recognized organization will be
` acceptable in lieu ofi NICET certification.
� c. Staffinq Levels. Yhe Contra�or sha[I provide sufficient qualified quality cQntrol
� personnel to monitor each work acttvity a� all times. W here mater�al is befng produced in a plani for
incorporation into �he wark, separate plant and €feld technicians shall be �rovided at each plant and
field placement location. ihe scheduling and coordinating o� ail �nspectior� and testi�tg must maich
the type an� pace of worl� acti�ity, The Qua�ity Control Program shall stafe where di�erent
fechnicians will be required fQr different work elements.
����4 PR�J�CY ����I���� S�b�Bl�L�. � T�e Cvntractor sha[I su6mit a coordinated
cons#ruction schedule �or all work activities. Yhe schedule shall �e prepared as a�etwork diagram
in Critical Path Method (CPM), P�RT� or other format, or as otherwise specif9ed in the contract, As
a m9nimum, it shall pro�ide infarmatian on the sequence of work activiiies, milestone dates, and
activi�y duratian.
011128p1 aODa.dae I �I-47
The Contrac�ar shall maintain the work schedule and provide an u�date and analysis of the
progress schedu�e on a twice monthiy basis, or as otherwise specified in the contract. Submiss�ot�
of ti�e work schedule shall r�at relierre �he Con�racior of o�erall responsibility for scheduling,
seq�encing, and coordinating all wark �o cnmply with the requirements of the contract.
�Oq�� ��1�N�ITTdL,� ��i��DU��, if�e Contraetor shall submit a detailed listir�g of all submittals
(e.g., mix designs, ma�erial certificatians) and s�top drawings requirecf by the technical
'' specifications. The listing ca� be develaped in a spreadsheet format ar�ci shall include:
a. Speci�icafion it�m number;
h. Item description;
c. �escrEption of submittal;
d. Specification paragraph requirfng submittal; and
e, Scheduled daie of submittal.
100�� !AlS���iN�N R�QUI���fl�NiS. Quality control inspectian �unctions shall be organized to
prov`rde inspeations for all defi�nable features of wor�C, as detail�d below. All inspections shall b�
documented by the Contractor as specified by 5eation 100�07.
Inspections shali be perfarmed daiiyto ensure continuing compliance with contract requirements
until completion of the particular fieature of wark, ihes� shall includa the foliowing minimum
requirements:
a. �uring plant operaiion for material praductifln, quali#y control test resufts and per�odic
inspections shall be utilized �o ensure �he qu�lity of aggregates and other mix cflmponents, and to
adjust and aontroi mix praportioning to meei the appro�ed mix design and other requirements af the
technical spec�fications. All e�uipment utilized in proporiioning and mixing shall be inspecied to
� ensure its praper operating conc4ition. ihe Quali�y Co�traf �ragram shal[ detai[ how these and other
quality control functions will be accamplished and �tilized.
b. 1Juring field vpe�atians, quality cantrol test resu�ts anc! �eriodic inspections shal� be
� utilized to ensure the qualfty. of ell materials and workmanship. A�I ec�uipment utiliaed in placing,
, finishing, and compacfing sf�afl be inspec�ed to ensure �ts proper operating candition and �o ensure
that all such operatiar�s are in conformance to tF�e technical specifications and ara within the plan
�' dimensions, lines, grades, and toleranc�s specified. The Program sha11 document how these and
oth�r quali�r cantrol fur�c#i�ns will �e accamplished and utili�ed,
100�7 QU.��I�'' COi�i�B� ��T'lfVC P�N. As a part of the o�erall Quality Co�trol Program,
��e Cantractor shal� implement a quality cc�ntrol testing plan, as required by the �echn9cal
specifications. The testing plan shall ir�clude the min�mum tests and test freque�cies required by
eaoh tecY�nical specification Item, as wefl as any adtiitional quality control tests that the Contractor
deems neeessary to ade�uate�y control production andlor construction processes.
ihe testing plan can be de�eloped �n a spreadsheet fiashion and shaf I, as a minimum, inolude fhe
following;
a. Specifiaation iiem number (�,g., ��401);
b. Item descriptia� (e.g., Plant Mix �ituminous Pa�ements�;
c. isst type (e.g., gradation, grade, asphalt canfent�;
d. iest standard (e.g., ASiM or AASH f0 test number, as applicable);
01112801.00a.doc if I-48
e. Test frequency te.g., as required by �echnical sp�cificat�ons ar minimum frequenay
wh�n requirements are not stafed);
f. Respansibility (e.g., plant tecf�nician); and
g. Carttrol requirements (e.g., target, permissible deviations).
�he t�s4ing �ian si�all co�tain a statistically hased proc�dure of random sampling f�r acquiring �est
samples in accorclance with AS�'M ��66a. il�e �ngir�e�r shall be pravided �he apportunity to
witness qua[ity contrai sampling and test�ng. _
All �uali�y coritrol test resuits sha�l be documenfed by the Cantracfor as required by Section 100-08,
10��� D��U[���i,�i101�. I he Cantractor shall maintain current quafi'iy cor�'trol racords of all
inspections and tests performed. 1°hese records shall i�clude factual evidence �F�at the required
inspectlons pr iasts have been �erformed, including type and number of ins�ections or tests
invo�ved; results of inspections ar tests; nature of defects, deviatia�s, cat�ses for rejection, e�c.;
proposed remedial action; and corrective ac#ions �aken.
These recar�s must ca�er bath confarming and defective or deficisnt features, and m�st ir�clude a
statemenf that all supplies and materials incorporated in the wor{� are in full compliance wlth fhe
,. terms of the contract. �egible cvpies a� these recards shall b� furnisi�ed to t�e �ngineer daily, ih�
recards shafl cover al� work pfaced subsequer�t to the pre�iously furnished records and shall be
� verified and signed by the Contractor`s Program Administrator.
Specific Contractor quality control records required for the contract shall inciude, but are not
necessarily limited #o, the folft�wing records:
a. C�ailv lnspect�on �e�arts, �ach Contractor quality control technician shall maintain �
daily log of ali inspectivns performed for �oth Ganiractor and subcanfiractor operations on a form
acceptable to the �ngineer, These technician's daiiy reports shall pravide facCual evidence that
continuous quality control inspections have been perform�d and shali, as a minimum, include the
following:
(1)
��)
(3)
" (4)
(5}
i�)
(�?
iechnical specificaiion item number and dascription;
Compliance with appro�ed submitt�ls;
Praper s4orage of materials and equi�Oment;
�ra�er operation af all equipment;
Adherence ta plans and technical specifications;
Review of q�atity cat�irol tests; and
Safety inspect�on.
� The daily inspectian repvrts shall ideniiiy inspections r.onducted, resuits af inspections, �ocatian and
nature o� defectsfound, causes for rejection, and remedial or corrective actions taken or proposed.
The daily inspectian reports shall be signed by the responsibla quality control technician and #he
Prograrn Admin�strator. ihe Engineer shall be pravic�ed ai least on� aopy of each daiZy inspeetion
repor� an the work day fiollowing the day of record.
b. �ailv Test Reporis. Yhe Contractor shall be responsible for esta�lishing a systam
which will record all q�ality cvntrol test results, paily tes# reparts shal� document the fo[lowing
infvrmatfon:
0111280i.00a.doc II I-49
(1) Technical specificafion item n�mber and description;
(�) �ocatio�;
(3) �a�e o# tes#;
(4) Control requirem�nts;
(�) Tes# results;
(6} Causes for rejec�ion;
(i) Ptecommended remedial actions; and
(8j �etests.
Tesi resuits from eaci� c�ay's work period shall �e su�mitted to the Engineer prior ta the start of the
next day's work period. When reqtaired by#�e technical specifica�ions, the Contractor shall maintain
s#atisfical quality confrol charts. �'he daily test reports sha11 be signed by the responsible quality
contrvl t�chnician and the �rogram Administrafor.
� OOd� �ORR�GiIl�� �CiI�N f��QU���{4i1��lY�. The Q�aiity Ca�trol program sha[I in�icate the
appro�riate action to be taken when a process is deemed, or believed, ta be out vfi contro� (at�t of
talerance) and de#ail what action wil! �e taken to bring the process inio control. The requirements
far corrective action shall include �o�h general requirements for aperatiort ofi �he Quality Control
Program as 2� whole, and tor individual items of work contained in the t�chr�ical specifiaations.
ihe Quality Control Program shail detail how the results of quality contral 'rnspections and tests wiil
be �s�d �ar �efiermfning the need for correative action and shail canfiain clear sets af rules to gauge
when a process is out of canirol and the type of correct�on to be taken to regain pracess contral.
When applicable or requir�d by ��e technica! specifications, the Contracior shali establish and
utilize statisticaf quality cot�trof charts for ind�viduaf quatity control tests. ihe requirements fior
correcti�e ao4ion shall be linked to the cantrol charts.
� �OO��O��IF�V]�ILL�AN�F �YTIiI� ��l�I�EEi��. A�I itemsof material and equipmentshali besubject
� to surveillance by t�e �ngineer at the poini of �roduction, manufacture or shipmen� to defermine i#
the Contractor, producer, manufacturer or shipper maintairts an adequate quality aontrol syst�m in
aonformance wit� th� reqt�irements detallsd herein and the appiicable technical specifications and
plans. [n addi#ion, all items of ma�terials, equipment and wark in place shall be subject fo
� surv�iClance by the �ngineer at the site �or the same p�rpose.
,, 5urveillance by the �ngineer d�es not relieve the Contraetor of performing qualify control
� � inspections of eiti�er on-site or off�si#e Contractor's or s�bcontractar's work.
�.
'�0@-11 NOh[CO�IYf�LIA���.
• a. �he �nglneer will notify the Contractar o# any noncamplfance w�th any of the foregoit�g
reqt�iremen�s. The Contractor shall, after receipt ofi such no#fce, immediately take carrective action.
�� Any notice, when deli�er�d by the �ngineer or hisl�ter authorized representative #o the Contractor nr
, his]her authorized representative at tne siie of the work, shall be considered sufficient notice.
b. In cases whera quality control activities do nat camply with either the Contracior's
Quality Control �rogram ar the contract provisions, or rruhere ihe Contractor f�ils to properly operate
and mair�tain an effectir�e Quaiity Control �rogram, as de�ermirred by the �ngineer, #hs Engir�eer
may:
01912801.00a.doc I II-5Q
�
(1) Order fhe Contractar to replace ineffecti�e or unqualified quafiiy cQntrol
�ersonnel or subcontractars.
(2) Order ihe Cantrac#or to stop operations until a�propriate correci�ive actions �s
� taken. �
,
�IVD �� ��CY��fV 10(�
'I
:�
.�
.l
011128Q1.oaa.doo ui-51
�����e� � 10
�IETIi�D Ol� �STlk�l�►i[N� ��RCE[ViA�� �� f9�Ai�F�1�►L
INIiHIf� �P��IF���AiIOIV LIl9llfi� (�lN�)
'I i Qn9 ��iV�Fi�4l,. When the speci�ications provide #or material to be sampled and tested on a
statistical basis, the mater�al will be evaluated for acceptartce in accordance with this section. �fl
#est resultsfor a lof will �Oe anaiyzed statistically, us�ng procedures to cletermine the �otal esiimated
percent oi the iot 4hat is wi�hin specification limlts. ihis concept, termed percent within limits (PW L),
is a statistica�ly based evafuatian meti�od, whereby the PWL, is computed an a lo� basis, �sing the
average (X) and standard d�viation (Sn) af the specified number (n) of sublet tests for the lot and
t�e speci#ication tolerance limits (L for lower and U fo� upper} far the particular acce�tance
pararneter. �rom these vaiues, t�e respective (�uality ir�dex(�) �Q� for �ower Quafity Incfex andlar
Qu far Upper Quality Index) is com�uted and the PWl�forthe specif�ed n�s determined from �able
1.
'i�0 2 M�i�,1CiD �'�fi C�13�P�IiING P�4l�. The camputational sequence for camputing the PW� is
as foflo►+vs:
a. Divide the lot ir�to n sublots in accordar�ce with tFte acceptance requirem�nts of the
specifEca#ion.
b. �ooafie #he sampling position within ihe st��lot in accordance wifh the random sampiing
requirements of fhe specification.
c. Make a measurement at each location, or take a#�st portivn and make the
measuremeni on the test portion in accordance with the testir�g requirements af �he specificatiorr.
d. Average all sublat �alues within the lot io fiind X by us�ng ihe fo!lowing formula:
� --.---- — x � (�ci � x� Y x3_� . . .xn)1 r� - -- — -- ��
Where;
X� Average afi a�l sublot �alues within a lot
xi , x2 = Indivldual sublot values
n � Number of sublots
e. �ind the standard deviatian 5n by use af fihe following formula:
II — �r� d �(diz � d2z ¢ d32 a� . . .dr�z� � noy,ir� - — -- _.- ��
} Where,
Sn � standard de�iation of the num�er af sublot values i� the set
I d�, d2 � deviations vf tF�e indi�dual subiot val�aes Xi , X2 .,, fram
�he av�rage value X
` O�f � i2801.00a.daa �II-52
��atis di �(xi �X),d2��xn�X),.dn�{xn-X)
n � number of sublots
f. � For single sided spacifiicat�or� limits (i.e., L only), compute tt�e Lower Qua�ity Index Q�
by usa of the fiollawing farmula;
�� _ - _ . . _ _.-- -- � -, _ �� o {X � �)1 �n -- - --- - - ��
Where:
� - � � specificatian lowar tolerance Iimit
�stimate ��e percentage of material within limits (PVIf�} #�y entering iable 1 with Q�, using the
column appropriate to the total number (n) of ineasuremer�ts. If the �alue af Q� fa11s betvueen
�a�ues shown on t�e ta�le, use the next �igher ualue of PWL.
g. For double s9ded specificativ� limits (i.e. L and U), compute the Quality Indexes Q� and
Qu by use of it�e �ollawing formulas:
�
��_ - - - -- _- --- - ��—�X � L) I Sn and �u a (U � X� I Sr� _ _ - ��
, -
Wher�:
:, L and U= specification lower and upper iolerance Ifmits
� �stimate the percentage of material between the lower {�} and �pper (U} �olerar�oe limits (PWL} by
entering Table 1�eparatelywith Q� and QU, using the column appropriate to ihe totai number (n) of
�� measurements, and de�ermining the percent af materia� a�arre PL and percent of ma#erial �elow pu
far each tolerance limit. If the values af Q� fall betwegn vafues shown on the table, use the neact
` higher value of P� ar P�. Determine the PWL by use of the follqwing formula:
M� �l111� � (P� + Pz) � 1 �0 - . -- - - _ ��
. � - - ...-_. _ — - - . - - - ---- - - - - -
„ .
Where: �
.1
,�
� �
P� - percent within lawer specif�cation limit
P� � percent within upper specificat�on limit
01112601.00a.doc
11I-58
�X�IV1�L� O� ��V� �E�LCULAii�iV �
. Pr�je�t: �xample Project
��st If�m; Item Pn401, Lat A.
� �. — . , . � — �
A. PW6 determinetl�n for� Mat �ensity.
. 'I. Density of four random cores taken from Lot A.
A�1 96.60
A-2 97.55
� A 3 99.30
A 4 98.�5 '
. n_q
2. Calculate average density for the lot.
� X=(xi+x2+x3+..xn)!n
X � �96.60 �r 97.55 -h 99.�0 -� 98.35) ! �F
I X= 97.95 percent denslty
� 3. Calculate the siandarcf devfaiion far the lot.
Sn = [((96.60 - 57.95}� + {97.55 - 57.95j2 -� {99.30 -97.95)2 + (98.55 -97.95)z)) I (4 - 'E )]j�
S� =[(1.82 + 0.18 + 1.82 � 0.1 B)/3]ire
5n=1,15
�� �4. Cslculate the Lower Quality Index Q� for the lot. {L = 9B.3)
i p� = {X -L)1 Sn
Q�. _(97.95 - 95.30) / 1. � 5
I � 4� =1.4384
6. Determine AWL by enterfng 7able 1 with Q� = 1.44 and n= 4.
� I PWI. � 88
;
.. _ . _ . . �
� , �
g ��
� ..
01112801.00a,dac Il l-a4
.�. PW� �ei�rmfH�t[on for,4lr V�ids. _ _ —_ .,.. _ � -.— --
1. Alr Volds of four random samples faken from �ot A.
,�-1 5.00
A-2 �.74
A-3 2.30
A-4 3.25
�. Calculate the a�erage air voids for fhe Iot.
X=(x1 +x+x3.. n�/n
X=(5.A0+3,74+2.30+3.25)/4
� X = 3.�7 percent
S. Galculate the standard de�iation Sn far the lot.
Sn = I((3.57 - 5.00)Z f (3.57 - 3.74)2 + (3.57 - 2.30)2 + (3.57 -5.25)2) ! (4 -1)]��
Sn=[(2.04+0.03+1.62�0.10)!3]i"
Sn =1.12
�. Galaulate the Lower Quali#y Index Q�, for the fot. (L = 2Aj
Q�=(X-L)Sn
QL = (3.57 - 2.00) / i .i 2
Q� � 1.3992
�. Determine i'� by entering Teble � with Q� � 1•�ED and n= a.
P� = 97
B. Calculais tfi�e Upper Quality Index Qu for the lof. (U= 5.Q)
�u=(U�X)/Sn
4u = (5,00 - 3.57} / 1.12
Qu =1.2702
7. Determine P� by entering Table i wiih Q� =1.27 and n� 4.
p� W 9�
�. Calculete Afr Voids PWL
PW L = (P� * i'�) - 100
PW L=(97 + 93) - 104 = SO
J
0� 11280i.04a.doc [II-65
7ABLE 1. TA�L� FOR ESTIMA�ING �ERG�Ni �F L4T WITNIN LIM�TS (PWL}
Percent Within Positive Values of Q(Q�. and Q�)
Limlts{P� and Pu) - - - - _ _
� �
i ; .
1
99
98
97
96
9a
94
93
92
91
90
89
I s8
�
87
8fi
85
84
83
82
81
� BO
79
78
77
76
75
74
73
72
n�S n=�4 I n= 5 I nW6 n=7 � n=8
1.1 �41 1.4700 1.671 � r 1.80�8 �.8888 1.9520
1.1524 1.44p0 1.801 B 1.6982 i.7612 1.8053
1.1496 1.410U 1.54�7 1.6181 1.6661 1.6993
� 1. � 45� 1.360D 1.4897 1.5497 1.5871 1.6127
1.1405 i.350U 1.4407 1.488i 1.5181 1.538� ,
1.1342 � 1.3204 1.3946 9.A�3�9 i.4561 1.4716
1.1289 1.2900 1.3508 1.3810 1.399i 1.41 "i2
1.1184 � 1.2600 �.3088 1.3323 1.3461 1.3554 :
-- -- 1.1(]89 ' 1.2300 1.2683 1.286� 1.2964 1.3032
.. - 1 A982 1.2040 _ 1.2290 ---1.2419 1.2492 _1.254i I
. i.0864 1.i7a0 1.f9Q9 1.1995 1.2043 1.2a75 �
1.0736 1.1400 1.1537 1.1587 1.iB13 �.1630 �
�.0597 1.i 100 1.�i 173 1.1191 1.1199 1.12Q4 I
1.4448 1.080Q 1.0817 1 A808 1.084D i.0794 I
1.0288 1.0500 1 A467 i.a435 �.04� 3 1.0399 �
1.t3119 1.0200 i A� 24 'i .007� �.00�7 1.fl415 �
^._ 0.9939 4.9600 0.9�85 Q.9715 �0.9672 D.9643 I
0.9749 0.9604 0.9452 0.9367 0.932� 0.928� .
- - - - 0.9550 Q.9304 0.9123 0.9025 - - 0.8866 - -0.8928 I
0.9342 0.9000 U,8799 0.8690 0.8625 0.8683 I
0.9124 0.8700 i1,847'S 0.6360 0.82J1 0,8245 �
- -- p.88S1 0.$�ao o.s1�o 0.8036 Q.79fi2 4.79�5 �
D.8662 0.8100 O.i$Q�6 0.77� 6 0.7640 0.759Q �
--- - 0.8417 0.7800 0.7535 0.7401 0.7322 0.�2�1
- 0.816� QJ5Q0 0.7226 O.i089 0.7009 Q.6858 �
o.�soa� a.72oa 0.692'i O.s7s� o.s7o1 a.ss�s
-- - - - - - -- �
0.7�536 U.6904 0.6817 0.6477 0.6396 O.f344
d.736A 0.6BOQ Q.fi3'16 0.6i76 O.B095 0.6044 �
01112801.00a.doc
Ill-56
� -r
Perc�nt Within
Limfts{P� and Pu)
71
70
69
68
87
66
65
84
63
62
61
60
59
58
57
a6
55
54
53
a2
51
50
011 i 26fl1.00a.doc
� Posi�ive Values of Q{Q� and 4�)
��� �- - n_� I n-�- -� n�g � ��7 � n�8
O.1077 0.6300 0.6Q16 0.58'78 0.579� 0.5747
0.678� 4.6Q00 0.5719 Q.5583 0.5504 0.545�4
� 0.6490 0.5700 0.5423 Q.5290 0.5213 0.5164
0.61 B7 D.5400 0.5129 0.4999 4.4924 0.�4877
0.5878 ' 0.510Q 0.4836 0.4i10 0.�463� 0.4�92
0.5563 0.4�00 Q.4545 0.4424 0,4354 Q.4310
0.�24� 0.�500 0.4255 U.41 �9 0.40iS 0.4031
0,4916 0,42G0 0.�957' 0.3�56 O.S793 0.3753
0.4586 0.�900 �.36�9 Q.3575 0,3515 0.3477
0.4251 0.�600 0.3392 0.329� 0.3239 0.32D3
0.391� 0.330U Q.3107 D.3ai6 0,�984 0.2931
0.3568 0.3000 �.2822 0.�738 Q.2691 Q.�660
0.322� 0.2700 0.2�37 0.2461 0.2418 0.2391
Q.2872 0.2400 0.�2�4 0.2186 Q.2147 0.2i 22
0.2�19 0.2fi 00 q.1971 0.1911 Q.1 S77 D. � 855
U.2164 0.1800 0.168B 0.1 fi36 0.1607 0.159�
0.�806 Q.1�Q0 Q,1408 0.1363 0.1338 0.�322
O.i447 U.1200 0.�1�5 Q.1090 �.107q 0.�0�7
D.1 Q87 4.Q900 0.0843 0.0817 0.0802 0.0792
OA725 a.0600 0.0562 OA544 0.053� 0.0528
OA363 O.Q300 p.0�81 0.0272 O.a267 OA264
O.0 0.0 0.0 0.0 �.0 - 0.0
III-b7
Peraent Within s Negative Walues of Q(�� and Qu)
Limits(P� and PU) n=3 � n=4 I n=� n=6 I n=i � n=8
- - - - - _ - .- _ - - _ . ._ _ _ . ,-,� - , - -
4�9 -OA3&3 -0.03D0 -UA281 -O.d272 -0.02fi7 -0.0264
4� -OA72� -0.0600 -0.0562 -0.0544 -0.0534 -0.0528
47 - - -. -4.1087 -0.0�00 -d.0843 -Q.0817 -0.080� -0.0792
46 -�.1447 -0. i 200 -0.11 �5 �4.1090 -0.1070 -fl.1057
, 45 -0.�$OB -0.1500 -Q.14p8 •0.136� -0.1338 -4.1322
44 - - - - - -0.2� 64 �0.18a0 -0.1688 -0.1636 -f1.1607 -0.1582
�3 -0.2519 -0210U -0.19i1 -0.1911 -0.�87i -0.�855
42 - - - - - -0.28�2 -0.2400 -0.2254 -0.2186 -U.2i �7 -0.2122
41 -- - - -Q.3222 -Q,27Q0 -q.2537 �0.2A�61 -U.2418 -0.2391
�G{� -0.3568 -0.3a00 •0.2822 -0,2738 -0.2691 -0.2660
39 -0.391'[ -0.350� -0.3101 -0.3016 -Q.2964 -0.293�
. 38 - .- - - -0.4251 -0.36p0 -O.S392 -0.3295 -0.3239 -0.3203
, 37 -d.4586 -0.3900 -0.3679 -0.3575 -0.3515 0.3477
. -36 - - - - - _0.4916 -0.�20Q -0.398� 0.3856 -0.3i93 -fl.S753
35 -0.5242 �U.4500 -Q.4255 -0.4139 -4.4Q73 -0.44�1
� S4 -0.5583 -0.4800 -0.4545 -4.4424 -0.4354 -0.4310
33 - - -0.5��6 -Q.S� 00 -0.�836 -0.4ii 0 -0.4638 -0.4592
� 32 -..--- - --0.6i8i -0.5A�00 -Q.5129 -0.4999 -0.4924 �0.4�77
31 -0.649Q -O.a70U -0.5423 -0.5290 -0.5213 -0.5164
' 30 -0.6787 -O.fi000 -0.5i19 -0.5583 -0.5504 -0.5454
' 29 _ _ -0.7D77 -D.6300 ��.fi016 -0.58i� -0.5798 _ _0,57A�7 I
' ` 28 -0.7380 -0.660D -D.6316 -0.8� 76 -0.6095 -0.6D44
� 2i - - - -0.7'636 -0.6900 -O.fi6i7 -0.6477 -U.6386 -0.63q�
' ' 26- - - - -0.79Q4 -0.7200 -Q.6921 -O.6i81 -0.6701- -- -0.6649 �
� 26 � y0.8165 -D.750fl -U.7226 -0.7�B9 -O.ia09 -O.B9�8
� � 24 -0.84i7 -D.7�00 -0.75Sa -0.740i -q.7322 -0.7271
i 23 _ _ _ _ -0.8662 -p.81 a0 -0.7�46 �0.7716 -0.764U 0,7590 �
� I 22 -0.8�9i -0.8404 -Q.8�60 -0.�4�6 -0.7962 -0.7515 �
21 � -�.9124 -0.8700 -0.8478 -Q.83BQ -U.829� -0.8245 �
I-- - -- - - �. - �-- -- - -- - . .--- - --
01112801.oaa.doo in-sa
� Percent W ithin T I�egatNe Values ofi Q(Q� and Q�)
Limits�p� and Pu) �T� I �=4 .. I n-5 r�=6 n=7 � n-�---
- - -- - - --- _ � _ _ .� _ ___--�J______ _ ___ ^ ___
�Q -0.9342 -�.9DD0 -0.8799 -0.8B9Q -A.8625 -0.8583
19 -p.95�0 -0.9300 -0.9123 -Q.9025 -0.�966 -0.8928
. . 18 ^ -0.9749 -0:9800 -Q.9452 -0.9367 �0,9325 -0.9281
1 i - - - -0.9939 -0.9900 •0.9785 -U.97� 5 -0.9672 -0.9643
, � 6 �1.0119 -1 A200 -1.0124 -1.007� -Z .Q037 -1.00't 5
� � 5 - - - -- - --1.0288 -1.0�00 -1.04fii -1.0435 -1.0413 -1 A399
iA� � -1 A448 -"1.0�00 -1.0817 -1.0�08 d1.0800 -1 A794
13 -1.068i -1.1104 -1.'! 173 -i .1191 -7 .1199 e1.1 �0�4
. f 2 91.0736 -1,1440 -1.� 537 - ---� .158� -i .i 6� 3 -1.� 630
. 11- - - - -1.0864 -1.1700 -� .1905 -1.1995 -� .2Q43 -1.2075
. 1Q -�.098� -1,20Q0 -1,2290 -1.2419 -1.249� -1254�
, 9 -- - - - -1.1089 -1,2300 -1.2683 -1.2860 -1.29B4 -1.303�
8 -1,1784 -1.2600 -1.3088 -1.3323 -�.34�fi1 -1,3�54
7- - - - - - -1. i 269 -'I .2900 -1.35Q8 -� .3810 -1.3991 -1.41 � 2
6 - - - -'],134� -1.32�0 -1.$946 -1.4529 �1.45fi1 -'f.4718
;.
5 -1.14Q5 -1.35D4 -� .4407 -1.4887 -i .5181 -1.538'1
4 ^ -1.1456 -1.380Q -1.A�89i -1.5497 -1.5871 -1.6127
,,
3 --- - - -1.1496 -1.�100 -1.54�7 -1.618i -1.6661 -1.B99S
2 -i .1 ��4 -1.4400 -1.6016 -1.8982 -1.7612 -1.80�3
; - - - - -- --. _ _ _ -.... - -- -
; 1 -1.154� -1.4i0�] -1.67� 4 -� .8Q08 -1.888� -1.95�0
�Fl� 0� S��iIOR� � 9 Q
� , l
01 i 128Qi.00a.doc II I-59
aut���� ����►�
Ru�way Guard Ligf���, �ign�, �nd Si�iping
�!P Pw�j��� N@. 3�4��0296�150�
�
�ART 11� d '���FiNI�AL S���I�I�AiI�M�
,i
�
F� •
i�4�LE Ol� Cf�NY�N'��
i��hnt��[ Sp�Ciii�a�ior��
Runway Guard Llghts, Signs, and S#riping
,
:�
��
�,
_,„
� a
�
���� I�o.
S�'-P-fi10
5P-P�620
S�'�L-i 08
S��L�� 09
SPyL�1 � D
55�L�� 25
���e fd�m�
��. of
�a���
Structural Portiand Cement Concrete ................................................................... 8
Runway and Taxiway Painting ............................................................................. 7
Installation of Underground Cable for Airports ...................................................... 8
Installatior� of Airpork irans�ormer Vault Equipment ............................................. 9
Installatian of Airpori Underground Electrical Duct ............................................... �
Airfie[d Lighiing .................................................................................................... 5
Alliance Alrport 70C
Runway Guard Llghts, $igns, and Stripfng -1-
I�'�� SP��-��0 SF��IAL ��O'U'1510R�� i�
�i��l������, �O�YLANI} C�M�h�T' C�N�����
��S�RI��I�N
6� A�9 �9 This item shall cansist of reinforced s#ruct�ral port�and cement concrete, pr$pared and
cor�structed in accordanc� with these specifications, at the iacafiions and of the farm and
dimensions shown on the pl�ns.
fV�AiE�I�LS
6�0�2.� G�NERAl�. Only approved materials, conforming to t�e requirements of these
specifications, shall be used in the work, They may be subjected to inspeckion and tests at any
time during the progress af their preparatEon or use. ihe source af supply af each of the
materials shall be approved by the Enginee� before delivery or �se is started. �epresentative
praiiminary samples of the materia[s shall be submitted by the Gontractor, when required, for
examination an� #est. Materials shall be scored �nd handled to insure the pressrvation of #heir
q�ality and fitness fiar �se and s4�a11 be located to facilitate prompt inspecti�n. AI1 equipmen# far
handEir�g and transportir�g materiais and concrete must be clean befare any materiai or concrete
[s �laced ther�in.
In np case shali the use vi pit�run or naturally mixed aggregafies be permitted, Naturally mixed
aggregate shall be screer�ed a�d washed, and a41 fine and ao�rse aggregates shall be stored
separately ar�d kept clean. �he mixing of different kinds of aggregates from different sources in
one storage pile or alternating batches of different aggregates wi[I not be p�rmitted.
�� �-�.� C�AR�� A����GA'��. The coarse aggrega#e fior concrete shal[ meef the
requirements oT �►SiM C 33.
Coarse aggregate shall be weif �raded firam caars� to fine and shall meet one af the gradations
shawn in [able 1, using ASiM C� 36.
�i0a�.3 l�iN� W���f���i�. The fine aggregate for concrete shall meet the requirements of
ASTM C 33.
The fins aggregate shall be well graded from fine to cparse and shall meet the r��ufrements of
�'able 2, when tested in accordance with ASiM C 136:
TA��� 1. GRA+DA�'IQN FOR COARS� AGG�iFcCCATE
Sieve Dasignation Percentage �y Weight Passing Sieves
(squa�e openings) 2" 1-1/�" 1" 3/4" 112" 3/8"'
No. 4 to 3!4 in
(4.7�-19.0 mm)
Na, 4 to Z in.
�4.75�2�.0 mm)
No. 4 io i��/� in.
�4.7�-38.1 mm)
10� 90�100
10Q 9Q�1 �0
10Q 95-1 QO
35�70
20�5�
Na.4
0�10
�5� 0-� U
sa
� n-so a-s
Alflanca Airpott SP-P-610
Runway Guard Lights, Signs, ar�cf Strf�ing -1-
iA�L� 2. GRAI�Ai[ON �OR FfN� AGG�EGAiE
Sieve Designation �'eraentage by Weight
(square apenings} Passing 5ie�es
3/8 inch (9.5 mm} f 04
No. 4 (4.�a mm} 95�100
No. 16 (i .� 8 mm) 45�80
No. 30 (4.6� mmj 2�-�;5
No. 50 (0.30 mmj 1 ��30
Na. 100 (0.� 5 mm) ��i D
�lending will ae permifted, if n�aessary, in ord�r to meet the grada�ion requirements for fine
aggregate, Fine aggregaie cfeficiertt in the percen�age of material passing the No. 5� mesh
sie�e may be accepted, provided that such deficiency does rtat exceed 5% and is remedied by
ihe addition o� pozzolania or cementitious materials ot�er than partland cement, as specified ir�
6i O��.fi on admixtures, in sufficient quantity to prod�ce th� required worl�ability as approved by
the Engineer.
6�Oe2.4 ��i�11��VY. Cement shall conform to the requi�ements of ASTM C 154 - iype II1.
, �'he Con#ractar shall furnish vendors' certified test reports far each carload, ar equi�alent� of
cemet�t shipped ta the projecf. Yhe repvrt shall be delivered to the �ngineer before permission
� ta �se the cement is granted. All such test reports shall be subject to verificativn by testing
r sample materials received for use on the project.
� 6�0�2.5 lN�,���. The water used in concrete shall be free from sewage, oil, acid, strong
a[kalies, vegefiable matter, and cfay and ioam. If �e water is of ques#ionable �uality, it shall be
� iested in aacordance with AASFi� � 26.
��0-2.6 E;,�lV�iXYU�I��. The use of any materiaf added to the concrete mix shal� be approved
� by the �r�gineer. �efore approval af any material, the Contractor shall �e required to submit the
results of camplete p�ysica! and chemica[ analyses made by an acceptable iesting laboratory.
� Su�sequent t�sts shall be made ofi samples iaken by the �ngineer from the sUp�ly of the
mat�rial being furnished or proposed fvr use on the wor� to determine whether the admixture �s
� uniform in qual9ty with that approved.
Poz�olanic admixtures shall be fly as� or raw or ca�cined r�atural pozzolons meeting the
requirements of AS�'M C 618.
, Air-entraining admixtures shall meet the requirements of ASTM C 260. Air-eniraining
�, admixtures shall be added at the mixer in the amount necessaey ta produce the specified air
� cont�nt,
Water-red�cing, set•�controliir�g admixtures shall meet the re�uirements of ASiM C 494, iyp� P►,
water�reducing or Type 9, water�reducing and retarding. Wai�r�red�cing admiactures shall be
added at t�� mixer separatefy from air6entrainir�g admixtures in accordance with the
manufacture�'s printed instructions.
F.'! /1_7 `y__ L ��Rllf�l 1'�: ��._ J
m,nnk �5.ci rrcrwrrir��Q�t�i �'�1-�a r�':t'[ -�r
Alliance Airport SP-F'-6'10
Runway Guard Lights, Signs, and Strlp�ng 2-
•r
6�0�2.8 J�IiVi �1l�L�R. �he fil�er for joints s�tall meet the req�irements of ltem F�-6�a, unless
�therwise sAecified in the �Orapasal.
�� 0-�.9 �i��L RFINFOR��fUi�[Vi. Reinforcing shall consis# of deformed bars conforming ia
#i�e requirements of ASTM AG1�, Crade Bfl.
6�Op2.'90 ��V�� M��E�f�L,� �0� CU�tN�. Curing maferials s�a[I conform to one of the
follow�ng specifieations:
Waterpraof paper for curing concr�te ASiM C 171
Polyethylene Sheeting for Curing Cancrete ASiM C i7�
Liqufd Membrane-�orming C�mpaunds for
Cur�ng Concrete ASTM C 309, Yype 2
. ��N�i���T'IOiV IU[�T'bb��
6�Do�.9 ��f�E,R��. ihe Contractor shall furnish all labar, materials, and services necessary
for, an� incidental to, the compietion of al� work as shawn on the drawings �nd specified herein.
All machinery and equipmen� owned or caritr�lEed �y the Contractor, which h� proposes to use
on th� work, shall be of sufficier�t size to meet the requirements of the work, and shall be such
as to produce safis#actory work; all wark shall be subject to the inspection and approvaf of the
Engineer.
61 �w�.� ���V�RI�'i� �O�IYP�aITION. �'he cancrete shal� develop a compressive strength of
� 40QQ psi in 2� days as determined by iest cyfinders made in accordance with AS�M C 3� and
�� tested in accordance with ASiM C 39. i�e concr�te shall contafn nvt less than 4i0 paunds of
cemer�t per cubic yard (�80 kg pe� cubic meter). The concrete shall con#ain 5 percent o#
` entrained air, plus or minus 1 percent, as determined by ASTM C 2�� and shall have a sfump af
�. not more than 4 inches (10 cm) as determined by AS�M C 143.
�i0p�.� AG�����iVC� ���11�61idG �Al� T°��ilidG. Concrete for eacM structure will be
acoepted on the basis of t�e compressive stre�gih specified in paragraph 3.2. The concrete
shall be samp[ed in accortlance with ASTM C� 7�. Campressive strength specimens s�all be
made in accordance with ASiM C 31 and tested in accor�ance with ASTM C 39.
Concrete cylir�drical tesfi specimens shall be made ln accordance with A5T'N1 C 3iand tested in
accordance with AS�M C 39. The Contractar shall cure and store the tesi specimens under
such conditions as directed. ihe �ngineer wi[I mal�e the actual iests on the specimens at no
expense ta the Contractor.
�ia-3.4 ��0�0��'I8Nl�lG AN� NY��4��I�IN� DEVIC��. When package cement is used, the
quantity for each batch shall be equal tv one or more whole sacks ofi cement. Yhe aggregafas
shall be meas�red separately by weig�t. If aggregates are deli�ered ta the mixer in batch
trucks, the exact amount fior each mixer charge shafl be contained in each batch compartme�t.
L Weighing �oxes or ho�per5 si�all be approved by the �ngineer 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 readiiy obtained.
6�0�3.5 ��NSI�iI�IV�Y. �he consistertcy of the concrete shall be ci��cked by the slump test
specifisd in ASTM C � �43.
Alliance Airport SP-P-610
Runway Cuard Lights, Signs, and 5friping -3-
6���3.6 fl�IXIiVG. Concrete may be mixed at the aanstructio� site, at a central �oini, or whol{y
or in part in #ruok mixers. Yhe concrete shall be mixed and deli�ered in accordance wi4h the
requirements of A��M C 94.
�iDp�.� 14AIXINC ��N�IiI�N�. The connrete shali 6e mixed only in quantities required for
immedia#e use. Concrete shal! not be mixed while the air temperature is below 40° F(4° C)
without permission of the �ngineer. If permission is granted far mixing under such conditior�sr
aggregates or water, or both, s�al� be heated �nd the concrete sha[I �e plac�ed at a temperature
not I�ss than 50° �(10° C) nor mc�re than i OU° F(38° C}. �'he Gontractor shali be Y�eld
responsible �or any defeciive wark, resulting from treezing or injury in any manner durirsg placing
and curing, and sha[I replace such work at hislher expense.
Retempering o� concrete by adding water or any other mate�ial sha�l not be permitted.
- i�e delivery a� concrete to tl�e job sha[� be in such a manner that batches of concrete will be
depasf�ed at uninterrupted �ntervals.
6404�.� ���N�S. Concrete shall not be plac�d until al! the farms and reinforcements ���e
been insp�cted and appro�ed by the Engineer. �'arms shall �e of suitable material and shall be
of the ty�e, size, shape, quality, and strength to buiid the structure as designed on the plar�s.
The forms shall �e true to line and grade and shall b� mortar-tight and suffipien#1y rigid ��
preven# di�placement and sagging between supports, ihe Car�tracior shall bear responsibility
for iheir adequacy. �he surfaces of forms shall be smooth and free from irregularities, dents,
sags, and holes,
ihe internal ttes shall be arranged sa that, when the forms are remov�l, na metal wiil s%ow in
fhe canarete surface or discolor the surface when expos� �a weafhering. RIl �orms shall be
'� wetted with water or wiih a nonstaining minera! oif which shall be applied shortly befare the
;. concrete is placed. �orms shall be canstructed so that they can be removed without injuring the
concrete or co�crete surfac�. 1"he forms s�al1 not be removed before the expiration of at leasf
�' 3a ho�rs from vertical fiaoes, walls, slender columns, and simifar struciures; forms supported by
;, falsewor�s �n�er slabs, beams, girdersr arches, and similar constr�action shall nofi be removed
until tests indicate that at ieast 60% af tl�e design strength of the concrete has davelaped,
6'iQ�3.9 ���I1VG R�IF��'Of��1�19A�fVi. AI! reinfvrcemenfi snafl be accurately placed, as shown
on the plans, and shall be firmly held in position during concreting, �ars shall be fastened
#ogether at in#ersections. The reinforcement shall be supparted by approved metal chairs.
Shop drawings, I�sts, ar�d bending details shall be supplied by the Co�tractor when reqt�ired.
�9��3.�0 �1������� Ii�IRI[�. �efore plaaing concrete, any items that are to be embedded
shall be firmly arid securely fastene� in place as indica�ed, All such items shall be clean and
free from coating, rust, scale, ail, a� any foreign matter. The embedding of woad shall be
avoided. ihe cancrete shall be spaded and cor�solidated aeound and against embedded items.
a � �90�3.ig �LAC[�G �OiV�F����, Afl concrete shall be placed during daylight, unless
otherwise appro�ed. �he concrete shalf not be placed until the depth and character of
' f�undation, the ad�q�acy of forms and falsewark, and the placing ofi the steel reinforcing ha�e
, b�ert approved. Concrete shalf be placed as soon as praciical after mixing and in no case �ater
than 1 haur after water has been added to the mix. The method and manner of placing shall be
i such to avoid segregatian and displacement of the reinforcemer�t. Troughs, pipes, and chutes
. shall 6e used as an aid in placing concre�e wY�en necessary. Dropping the eoncrete a distance
AI[iance Airpart SP-P-B10
Runway A�ard Lfghis, Signs, and Striping �4
af more �ha� 6 feet �1.5 m), or depasiting a large quan#ity at one point, wi[I no# be permitfed.
_. Cortcrete shail be piaced upon clean, damp surfaces, free from running water, or upan praperfy
consolidated sni�.
�he concrete shal{ be compacted with suitable mechanical vibratars o�erating within �he
cancrete. When necessary, vibratinc� sha[I be suppfemented by hand spading with suitable tao�s
to assure proper and adequate compaction. Vib�ators shall be manipulated sa as to work the
concre�e thorough{y around the reinfarcemen� and embedded fixtures and inta corners and
ang�es of the forms. T�e vibration at any joint sha11 be of sufficient duration to accomp{ish
compacC�on b�t shall not be �rolanged to ihe point where segregaiian occurs. Goncrete
dep�sited under water shall �e carefir�lly placed in a compaci mass in its final positian by means
of a�remie, a closed bottom dump bucice#, or other approved method anc! shall not be distu�bed
after beirtg deposit�d. .
�'1��3.9� C�I��Yf�1�Gi10�! ��Ii��S. When tY�e placi�g oi concrete is suspende�, nec�ssary
provisions shall be made for joining future work before fhe placed concrete takes its initial s�t.
For the proper bonding of a!d and new concre#e, such provisions shail be made ior grooves,
steps, keys, do��tails, reinforcing bars ar otY�er de�ices as may he prescribed. The wark s�ayl
be arranged so that a section begun on any day shall be finished during daylight of the same
day. Be#ore deposit�ng new concr�te on or agains# cancre#E wh�ch has hardened, the surFace of
t�e hardened concrete shall be cleaned by a heavy steel broom, raugheneci slightly, wetted, and
ca�ere� with a neat caating af aement past� or grout. �
�10p�.1� �XPAN�191V ��rNi�. �xpansion joints shall be cortstructed at sucf� points and ofi
such dimensions as may he indicafed on the drawings. The premolded fiflsr shall be cuf #o the
same shape as thaf of t�e surfaces being joined. T'he filfer shall be fixed firmly agafnst the
surface of the concre�e already in p�ace in such manner that it will not be displaced when
concrete is deposited against it.
�1 p��.'94 Dl�l���`TI1�� 1NO�F�, Any clefective work disclosed after the forms have �ee�
removed shall be immediately remaved and replaced. If any dimensEons are deficient, ar if t}�e
surface of fhe car�crete is bulged, un�Wen, or shows haneycomb, which in the opinion of the
�ngineer cannot be repaired satisfactorily, the eniire se�tion shall be removed and replaced at
ti�e expense nf the �ontractor.
'' Bi�p�.'95 �lJ���►�� �'INI�i�, All exposed concrete surfaces sha�l be true, smoo#h, free from
- open or rough spaces, depressions, or projectians. `�he concrete in horizontal pfane surfaces
shall be brought fl�s�t with the finished top surface at tha proper ele�ation and shall be struckdoff
'' with a siraig�tedge and floated. Mortar fin�shing shall not be permitted, nor s�all dry cemen# or
_ sand-cement mortar be spread over the eoncrete during the finishing of �orizontal plane
surfaces.
i �
When directed, the surface finish of exposed concrete shall be a ru�bed finish. If farms can be
� removed whi�e the eancrete is still green, #he surface shal[ be �ointed and wetted and then
i. rubbed with a wooden floaf until a!I irregularities �re removed. lf the concrete has hardened
before being rubbed, a carborur�dum stone shail be used to finish th� s�rface. Wh�n approved,
f the finishing can be done with a rubbi�g macY�ine.
I
�'90��.'16 �URIfV� Afd�9 �R��G�I�IV. All concrete shal! be �raperly cured and protecfed by
� the Contractor. '�he work shall be protected from the elements, fiowing v�ater, and from
defacement of any nature during the building operatinns. The concrete shalE be cured as soon
Alliance Airpor� SP-P-616
Runway Guard Lights, 5igns, and 5triping -5-
as it has sufficien#ly harder�ed by covering wi�h an appra�ed ma�erial. Water-absorptive
coverings shall be fhoroughly saturated when placed and kept saturated for a periad of at [east
3 days. Rlf curing mats or blankefs shall be sufficiently weigh�ed or tied down io keep the
concrete st�rface covered and to �re�ent the surface from �eing exposed to current� of a9r.
Where wooden forms are used, they shali pe kept wet at aff times unti� remo�ed ta prevent the
opening of joints and drying out of the concrete. 7r�ffic shall not be allowed an concrete
surfaces for i days af�er the concrete has been placed.
'� ��0��.97 DRA►!�� �R �UCiS. Drainage pipes, canduits, and ducts that are to be er�cased in
. cancrete shali be in�talled by the Cor�tractor before the concre�e is placed. Tl�e pipe shall be
hefd rigidly so that it will not be displaced or maved during the placing of the concr�te.
6�OW3.i� �0�� 1NEd�H�� ��OT���ON. W�en conarete is placed at iem�era�ures below
40° �(4° C), the Con�ractar shall provide satisfactory methods and means #a prote�t the mix
from injury by fr�e�ing. The aggregates, or wa#er, or both, shall be heated i� order fv piace the
concr�ie at temperatures between a0 and 100° F(10 and �S° C}.
Calcium chloride may be incorporate� in the mixir�g water when directed by the Engineer. Not
mo�e than � paunds (908 gramsj of iype 1 nor more than 1.6 pounds (i2fi grams) af Type 2
shall be added per bag of ceme�t. After the concre#e has been ptaced, the Cantractar shall
provide sufficient pr�tection such as cover, canr�as, fram�work, heating apparatus, etc., �o
enclose an� protect the struc#ure and maintain the temperature o� the mix at noi less than 50° �'
(�0° C) un#il at leasf 50% of tY�e designed stren�th has been attair�ed.
� 69Do3.19 �iL�li�G JC�IMiS. A11 jaints which req�ire fiiling shall be thoroughly cleaned, at�d any
excess mortar or concreie shall be cut out with proper tools. Joirtt filling shall not be star�ed until
afte� final curing and shall be done anly when the concrete is com�letely dry. The cleaning and
fifling shall be care#ulfy done with praper equipment and i� a manner to obtain a neat lo�kir�g
. joint free from excess �iller.
� {R�ET��Ci OF fN��SUR���hl�
690�4.� Portland cement concrete shall be measured by #he numba� of cubic yards ��s
�s#�} of coracrete complete in place and accepted. In compu�ing th� yardage of concrete for
� ��yment, the d�mensions used shall be tf�ose shown on the plans or ardered by �he �ngineer.
No measurements or other allowan�es shall be made �or forms, falsework, cofferdams,
pumping, bracing, expansion joints, o� finishing of the concrete. No deduct�ons in yardage shall
be made tar tha �aiumes of reinforcing steel or embedde� items.
. 61Do4.2 �i+�#e�'���ecl ehc�ll "G *h�rc`ic�1 m�m�e+�
I , ' Thc ����ased#e�
� ��c "�ar� �i��ai ^f �I�in =���r
, thu �Cc�n 1i incE►,�•� }hn s��aini+�� �f K,a}�;ri�� �n�c
� �r��^�, �,���! ^^�^�„t�c �'•,'� '�� "`:Or ar �im' Refnforcinp steel
� shalf nat be measured �enara�elv. ih� auantitv of refnfvrcinp, steal_snall_be includ�d in item F'�
�610-5. � _ _ — — � - — —
�a4�1� �P �AVflII�N1T
�9 ���.� Payment shafl be made at the co�tract unit price per cubic yard {s�s-r+�� for
structural portland cement cancr�te . These prices shali
A1llance Airport SP-P-Bi 0
Runway Guard Lights, Signs, and 5triping -6-
be full compensation for #urnishing all materials and for all preparatiora, delivering and
insiallation of these materialsr and for all labor, equipment, �ools, and 'rncidenta�s necessary to
aomplete the item. No se�arate navment shall be made for relnforcinq steel.
P�ymen# wili be made un�er:
I;
� �
Item P-610-5.1 Structural Partland Cement Concrete--per cubic yard �i�
�}
��� �.1 Ckanl �Din#r�rnnrr��n#�.nnr__nni�nrl /linl
TE�Y�f�� �t��UN����N�'�
AS�M C 31 Makir�g �ncf Curing Tast Specimens in the �ield
ASTM G 39 Campressive Strength of Cylindrical Concreie Specimens
ASYM C 136 Sieve or Screen Analysis of �ine and Coarse Rggregate
ASTM C 138 Unif Weight, Yield, and Air Cantent of Concrete
ASTM C 143 51ump of Porfiiar�d Cement Concrete
RSiM C�31 Air Content o# V�reshly Mixed Cancr�te by the �ressure Method
iVI���R�A� R�Q�I��lIlY�iViS
RS`fM A 184 Specification for Fabricated De�ormed Steel �ar Mats for Concrete
Reinforcement
ASTM A 185 V�lelded Steel Wire Fabric for Concre�e Reinforcement
AS f M A 497 Specifiication for Welded De#ormed�Steel Wire �abr�c for �ancrete
Pa�ement
� �,
I �
�I
ASTM A �15
ASYM C 33
ASTM C 34
RSTM C 150
ASTM C � i1
ASTM C 260
AS�M G 309
ASiM C 595
Deformed an� Plain Biflet-Steel Bars foY Cancrete Reinforcernent
Cancrete Aggregates
{�eady-Mixed Concrete
Po�tland Cement
Sheet Materials for Curi�g Concr�te
Aird�ntraining Admixtures for Concr�te
Liq�id Mem�irane-�orming Compounds #or Curi�g Concr�te
B�ended Hydraulic Cements
Alliance Airport SP-P-B10
Runway Guard Lfghts, Slgns, and Striping -7-
ASTM C 61 S
ASiM � 1 �'S1
ASiM D f 75.�
F�y Ash and Raw or Calcined Natural Poz�alan for Use as a
Mineraf Admixture in Part[and Cement Cflncrete
Specification for �reformed Ex�ansion Joint �illers fior Concr�te
Pa�ing ar�d Struc#ural Cflnstruct�on
Speci#ication far �refarmed 5ponge �ubber and Cark �xpansion
Joint �illers for Cancrete Pa�ing and Struct�ra! Construction
�F�D Al� Ii�I�Y ���Po610
Allianoe Airport SP-C'-6f 0
Runway Guard Lfghts, Signs, a�c� Siriping -8-
�
���� ����d�zo s�����L ������r��s -r�
���v��►v ��� ��n�v�� ���n��rn��
����RlPT'i0i�
62��9.9 This item sha[I consist of the painting of �=r�, mar�rinn� stripes art the s�r�ace
of �s; �axiways at the runwav hold posiiion loca#ionn,—�n.a r�r�rnnc r�n accord�nce witn
these specifiaations and at the locatians shnwn on tha plans, or as directed by the Engineer.
kVlAi��i��
��0�2.�1 14A�t`i��lA�,� �C���7�C�. il�e Contractor shall furnish manu#acturer's certified
test repor�s #or materials shipped t� the project. ihe certif�ed �est reports sha11 �ncluda �
s#atement t�at the mafieriafs meet the specification requirements. ihe reparts can be used for
material acceptance or the Engineee may �erform verificatEon tasting. The reports sha�l rtot be
inter�re�ed as a basis far payment. The Contractor s1�a11 notify the Engineer upan arri�al of a
shipment af materials #o #he site.
620�2.2 P�IF��. Palnt s�all be Waterborne m accordance wifh the requirements of paragraph
62p-2,2a. Paint shall be furnished in Yel�ow - 33538 or 33655, and Black - 37438 in accordance
with �ederal Standard Na 595.
a. WAT€RBORN�. Paint shail meet the r�quirements of �ed�ral S�ecification T�'-P-
i 952�, iype II.
;. �� `�—�'�in+ Wh�ll �� �� t+►ie-ser�snt, mini
se�#crmin5 *^ +�,e fen,,..ri�,n•
(�, B�r'I�E��I'LE7— rnn�nnn� ���nrnen�}��r 1Arnin%�.
� (c) 1'�F��a:
� �
� . ' im:,�m � 1 �e-p��.,,,.,+ �, ��,+,.�
(ia) Yrll��a�el-�e�e�
� �it , , ' �ccr�c��±.
, , ' � }n tnc�t ac�le�
��irn�r�:
�fin� •
I !�]1 �r,nv.. f''nn�Fent f nrr+nnr�dni /,. 'r"�e `��!�t �+�+r n
f
���I�1--�668�%i1119�1 'r"�ibh A C'iAd F1 i S:�s7 .-��� �.0 *hC IY�1 �
9�-�94
f41 AminQ Ale�mh/Ar� ��e'�[+nnnr�4 R� 1Alhon �ra �tir: i_ nnnnrrl.�nno �nriFl^� AC'�"illl T_1
1`
��6 �rh,�ll "� *hc m�n�if�^+„rer�� *�rrie� ���.� fiY 171111�,` G�
Yh�,
� > > s
�e�('rl� M�'iefFr�nr! in r1d f'CC] i Oi f1� i��lll�
Af�iance Airpart SP-P-620
Fiunway Guard l.ights, 5igns, and Stdping -1-
��
(�) �
���I�1��T-q „�;�t ,,�;.,�t�e^�,�,�-�$�I�s#�ras� =f t�� �v�i�e--� .
ho lonn i���n i� nnrnen� /Fnln�i�es �n rr�onnoai��� ��,�.�1� +���
,{/
+Snn�Mrior�no ��ri�Fiti �aednrr�l �rsn� IiAoii�nrr :.r.�Fr�nrf�rr� IU�+. I .�11 y �r'1 a�
�� tt1p���ii�. �`-��t-t3F1-1������n� r��F +hn Lf�lln�xr r�ain� e�h �11
'Y3Ht��� f� '�r *
�sse�oc ►�'ifh ������„ �'�'��he� Ctt�n�-P�. 111. T'hc s: �1�
sl�art fcr tr�fii' �, �r �I-y,�l
� .'I �—���T: ;c . �1'-�' x .��-
,� ._1.79'^�` .��R �—r"IY ,r ,'1��
/
\
%�j C���r� �r�nnrnfi�n Ar�nhi �4�ra n.�int �•,i �i � �
\ J " 1•.
innh !!1 ��_mrr�1_fe_fn� ir�I��r �` �n�h {�,�� �'fn} ��r �min� �rw� risnel�
�.. �.�
, ��'ii��-W'�!� I - I � � �lf�f-�
. �ir_ �ncirr cta. .
, . �'�� in �aocrd�n�� �,,;+� n�r: �� �,`�vn� h�#
I Il�r.� \linle+ /� I�l'.�� t..{[!�'1� GiZ� ��LZ�A''i' �
J
� ��ar� at �9-�'��� � hc�,�re �
��-6B{�E.�1±1�"L� � � '�ICC1C,,� I`C\��
� �
� ' � �V� f'r G1''1 �� �edcr�l'Tcc�
�i���' Cti�n�r�-Alt� � 11. Tha .,,.e+ ��i,,, +h�.,�„�,+� ,=h�,ll h� n ni ��n�rn a o
.�). Thc m�nir:��m rrr Yhc�N hs� 9�
� � ` " . ' !c ���cr '
��]S�/Rl �n #ha �:+r_nninn 4ee+� in s�nnnrrlr�ne±�►ui+M A�ry"IIA I'1 O�S2� hAd�hnrl Ar anvo��
��.�t �?�n iw�+Srio rlir�ma�or_n�Fhe._ma��l n� �ir1r. �„�c eh�li !�-#Fer�t-A:��,�e-9:�Q-��ek�
' I �� s� m+,, � a_n�m� �`.
� ��I. Thc tc�t I�. [�ct .
i +�,�r�^�r� �€ c�_ .
��^�;—��„coc� �h � in �tir��n�
...�+h AC�TAA i1 �]�]A!1
Al�iance Afrport SP-P-620
Runway Guard Lfghts, Slgns, and 5triping -2-
�i
,�
��o--���ar�a�T�. P�1Cit �I'Ity I"1'llCll
. , .� �,
�� 1nr�,�
' ,'1�TIl�I ^'ii�;�C II c�'�l�Erp��
Yni e\ i rvt I YYT
T71�7'�7"IRT'il7'
A��thc�i~���{n rd�+in nhQl! F�o i R r+nrnon# rv�in'sriei�m
(�) Y .
1'i�Fhrti�rm-I"linvidn ee�nn n n�c.�.1n..��,��t�,_a r+arnnn�
� �
�_ .
��
1\����il!'7�h�� �C� ��'���nf m%v�trr
_ i e � ' - ^ w � �
• ! ■ f M
�?� `� .
�}-�A'hifn_: Th c cf thr ��-p�i��a�-+19�
#a�-4e�� th,�n �' F�r_�r� (rc!�ti�ta +„ �.an„��,�,w., �.,�,�e� +�rhdn +n���n
,
C'II ��t �Aa+hnr! C�+onrl.s�rrl Aln_ i�I�1 lldo�hnrl 4.'^14i �
� �int ^Y.�,�
�¢t Ic� 1�1 *h�n �� narnen� lwnlr�}iaia +� ,�,�r.ncei►�m a���'A`, �"�hnn +���o,� ;,,.
� 1. Thc ��
�
ri�i�'c�� �� ��'r}�iCti�ni �•vvrn�vi{hzrs cr a
:: .��`i� 1C .�li .�f /�:� li .�ti't'
,� .� fG� 1J /�/ � ���
�
�
��� e�„n�,a_ar�.�r,+,,,,, n„r�,. �h� �nin* at s� rv�+�m *h`Im� ^��
�3� mm) tc f
���rcd �w
a� ,�;-r,�• �. ��� ��.mri� �
!h\ T�n�a f'`.�.nrliFinnn `ion� Fr� �...,.,r�l�.,..a.■,i+h eCT[►A1�__�����n F.n+F�
to7--ro�o�crF��vcrrarcivizvv—scuczrr Qava�rvcn io�a �rrcrr r�vrrrn v� a�a crom9 oocrr
I 114r.� \/��io+ /! !V_ �� I �5h+ �,
.�[Fnrr�.�iinry A I�r�r�r I I�/ cvw�n:�`rc ��--�9-�e� C�'ri
,.
Allfance Airport SP-P-620
punway Guard Lights, 5igns, and Striping -3-
!n1 �rrali i.�finr� �►nrr�narn tE-�o n.�rr�nlnc. .�nr+� nnnrli�ir�n �nr �]il hn�.�r�_r.�n�lnr
�,�r:�Gr� �s�--�e�crminc t
�rn���h ►-s���-�ese��c� in � .
�nw nr+v+�Fnvrv�dnnn.�enil� �Fhe e+n�nr ronr�irorv��n�Fc+
- � - �- — -
,a . � . _� � z �,-
►;rc �, �9e�iae� f7 cfi A�#ed-4-1 �1 rf F��er�'es�
� 1�I i. Th��c� film tf�is��ac �h�SJ.C'1 �i in�
mm}. 7'h�,�^:°,.,� ��, �nnnii*r f„� ,a,�, :c Gr,� cticrc ��Glf h�
s �� ;�r��
, ,
�.����' ��"ii�o rli.�me+�r r�d �I�� rr�ai.�l n� �r�C tL"�C C
�-�:9�-ts-�-9:8� rr�j, �i�e-i�e�'c ^f u�-�.�r� �cn�'sh�ll "� ����easia�s�
��'. 7��t s"�Il k� r►:n . .
�l-�nn�'7 i�,Gp�i'IS�rw �1 ��
- � - � S 1 . a ' � - -
� i f�
, � ���v�li�i�.,r"�eo�r�C�i���ttdi� mC� t�<' r'�+n��ira��Cf r'C��
�20��.3 R��6�CiIV� f�l��l�. C�lass beads shall meet the requirements of Fed, Spec.
iT-8�13�5, Type f�-gradation A. Class beads shall be treated witn adhesion promating and/or
flotation caatings as spacified by the manufacturer of the paint.
CO�S��U�iION ��YH���
���-3.9 1IIl�e�°►TH�� LIM�AY�Bf��. The painting shall be performed only when the surface is
• � dry and wf�en the surface temperature is at least 4� degrees �(i degrees C) and rising and the
pavement surface #emperature is at least 5 degrees F' (2.� degrees C) above the dew paint.
�ainting operations sha�l be discontinued whet� t�te sur�ace #emperature exceeds �00 degrees
! �.
62Ud3.� f�i�I�r�M�N�'. �c�uipment shal! inc[ude the �ppara#us necessary to prnperiy clean the
, I existing surface, a mechanical marking rnac�ine, a bead and/or silica sand dispansing machine,
and sucn auxiliary hand�pair�ting eauipment as may be necessary �a satisiactor�ly compfete the
job,
The mechanica[ marker shal� be an aiomiaing sp�ay-type marking machine suitable far
applfcation of traffic paint. It shall produce an even and ur�i#orm film thickness at the req�aired
coverage artd shall apply markings of uniform crass sections and clear�cut edges wifhout
running or spattering and without over spray.
Ali�ance Airpart SP-P-620
Runway Guard Llghts, Signs, arid Striging -4-
I�
���a3•3 PR�P�4��ilOf� a� S4�RI�AG�. Immediately before a�pAcatlon of the pair�t, the
surface shall �e dry �nd free from ciirt, �rease, ail, laitance, or other foreign materia4 that wauld
reduee the bond beiwean the painfi and th� pavement. The area to be painteci shall be cteaned
by sweeping and blowing or by other methods as required ta remove all dirt, laitance, and �oose
matarials. ��int shal! nat be applied to Partland cement concrete pavemen� until tktie areas to
be painted are clean of curing material. Sand�lastin� or high-pressure water shall be useti tv
remave curing materiais.
620�3.4 L�,YOUi Q� �illl�i�tMGS, T�e praposed maritings shaN be laid out in advance of the
paint applicatian. The �ocations of markings to receive giass beada shall be shown on the
ptans.
�20�3.� AP�'LI�AYI�I�. �'aint shali be applied ai the locations and �� the dimenslons and
spacing shawr� an the plans. Paint shaA not be applied un#41 the layout and condition of the
sur�ace has been approved by the Engine�er.
The edges of the mar�in�s shaq not varyfrom a straighfi Ifne more than il2 inch (i2 mm) in 5Q
fieet (15 m) and marking dimens�ons and spacings shalk be w'rthin �he iollawtng iol�rances:
Dimension and Spacing � Tolerance � �
36 inches (910 mm) or le�ss -- +le 1/2 inch (12 mm) --�
�reater than 36 inches to 6#eet (910 mm to 1.�b m) �!9 1 inch (�5 mm)
greater ti�an 6 feet to fi0 feet (1,�� m to 18.3 m} � �,1- � inches (51 mm)
�rea�er than 60 fee� (18.3 m) _ �+/- 3 inches {i� mm}
i`�e paint shall be mixed ir� accor�ance with the manufacturer's instructians and applied to the
pavement with a markfng machine at the rate(s) shown in Table 1. ihe addition of #�inner will
not be permitteci. ��-cf � ] c
�'� (� 3�� ���,'�R� '�t��:fin_�{�inn nf i�F�e r�•ain+
TABL� i. APPLICAI�It)N RA7ES FOR PAfNT, GLASS ��ADS, A[�f� SlLtGA SANp
�lass �eads
Paint Type
Pa�nt �y�� �, f �4����s;
Square feet per Gra�ation A ��#
�7al�on ft�/ af Po+snds er aflon ���r ��'i���
`J � g � � bf .,��r �4,,n, r�
(Square me�ers per o� paint--IbJgai.
liter, mP/f) (Kilograms p�r ����
�il'rsr c+���in+__lcw/l
liter of pa9nt--�qll - -
- - � -..�..:. -
Waterborne 1� 5 f�2/ga1. '� I�./gal. minimum
max�mum
��
��il�n c�� �C�;�-
/��� 'V 4.��
�iFar r�f r�.ain~,,,+ ~��((
ns,��
Ciass b�ads shall be distributed upon t�te mark�d areas at �he loc�t[orts shown on the plans to
r�cei�e glass beads immediately after appiicatic�n af the paint. A dispenser sha{I be furnished
which is praperly designed for attachment ta the marl�ing machine and suitable far dispensing
glass beads. +Class b�ads shall be appfied �t the rate(s} shawn in �'able 1. Glass beads shall
not be applied #o black paint, Glass �eads shall ac4here to the cured paint to the satisfaction of
the �ns�ineer or a11 marking operafions shaH cease until correctians are made.
�
AI�[ance Alrp�rt Sf�-P-620
Runway Quard Lights, Signs, and Striping -5-
.�
A11 emp#ied cantalners shall be returned to th� pain� storage area for checking by th� �nginee�.
The containers shail nat be remaved from the airpart ar destroyed until authorized by the
�n�ine�r.
6�Op�.B I��Oi�Ci�OC�. After applicafion of the paini, all rrtarkings shall be protec�ed from
damage untif t�e paint is dry. All surfaces shaJl b� protected from excsss moisture ar�dlor rain
and from disfiguration by spatter, splashes, spillage, or drippir�gs oi paini. �Q�tter s�lashes.
sniilaae. and dri��ina.s o# raaint shatl be rsmoved from the t�a�ement surface at the contractar's
exnense. - - -- -- - — - �-- — - — - -- -- -- — —
n��ib�� �� ����U�����i
��Oy4.1 ihe quantity o� rur�way and faxiway marEcin�s to be paid for si�all be the numt►er of
square feet af pai�ting perfiormed in accordance with the specifioations and accept�d by the
Er�gineer. ihis auantitv shalk incfude refilecii�e media. Re#lective media wi{I not be me�sureci
separate{v.
�A�1� �F P'AYi+��,iVi
6�0��.� Payment shall be made at the respecfi�e contrac4 price per sguare foa# for runway and
taxiway painting far incfudina refiective medf"a, This price shall bg ful! compensation for
furnishing alf materiais and for afi labar, equipment, taals, ar�d incic#entals necessary #o
complete the item.
Payment will be made under:
Item P-620-�.1-i Runway and '�axiway Painting -� per square foot
��,�'�!� ��1 �i �e�ile.n}ia.r. AAn.�li+� __ � e� nnurrl /frilnnr.�rr�\Lilc�rvfn �uml
i��3e �1 �
ASTM G-� 4fi
AS�M C 37�1
AS�M D 92
ASTM Q 711
ASTM D 968
ASTM D i 652
Gil,��^ c ' rCrn}] [l��}
�°����r�� ���u�����t��s
Ci�emicat Analysls of Class Sand
Wire-Cloth Sie�e Analysis of Nonpla�tic Cer�mic �awders
Yest Method for ���sh and Fire Points by Cleveland Open Cup
No-P9ck-Up Time af Yraffic Paint
Standard iest Me�t}�ods for Abrasion Resistance o� Org�nic
Cqatings by FaREng Abrasi�e
Tesfi Method for �poxy Cantent of Epoxy Resins
A1lfanae Airport SP-f'-62q
�lunway Guart# �lghts, �Igns, and Strlptng -6-
ASTM D 2074 , i�st Methad far Tvtal Primary, Seconcfary, and %rtiary Amine
Values of �'atty Amines by Altemative lndicator Method
ASTM � 2240 Test Nlethod for Rubber f�rvducts-Qurameter Hardness
ASiM G 53 Operatir�g �ight and Water-�xposure �pparatus �Fivrescent UV-
Candensation Type) fvr Expasure af Nonmetallic Materiais.
� Federai ies# Meihad Paint, Varnish, Lacquer and I�elated Materiais; Methods af �
lnspectian, Standard Na. 141 Sampling anci 7esting
t�A�'�R�AL� �t��1.�l��iUY�iVi°�
ASTM [] 476 Sp�cifications far iitanf�m aiox9cfe Pigments
Code of �ederal Regulations 40 C�I� Part 60, Appendix A
29 CFR Par� 191 [}.12D0
Fed. Spec. iT-B�1325 �eads (Glass Spher�as) Retroreflective
� � Fed. Spee. 'f�-P-1952L7 Pain#, Traffic an� Airfie4d Marking, Waterbarne
I `
�' Commercia! Item De�criptior� (Ctp) A-A-2886A Paint, Traffic, 5olvent �ased
� Federal Standard 585 Golars used in Gavernmant Pracurement
��9 �� !'T�NN�� S�-P�6�0
� ,
} ,
�
�
{�
�ti
,i
�
�4.
Aliiance Alrport SP-P�620
Fiunway Guard Lights, Signs, and Striping -x-
r��� ��-�o�o� ����i�� ��ov��t��� �°�
f�l�i�l�L�il�i� ��' �IN��������'� ���L,� ��R �11ti��ORiS
DES�RI�iI�A!
90��1,1 This item shaA consist of furnishing ar�d installing underground cable in aacordance
with these specifiications at #he locations shown in the pians. Yhis item shalE incfuda the
exca�vation and bacl�fiil of the trench and th� installation of cable anci counterpofse wire in
trench, duct or conduit. It shail inciude splicing, cable marfcing, and testing of the instalfativn
and all incidentals necessary to place tne cable irt operatin� condition as a compleYed unit to ihs
satisfactian of the �ng9neer. ThEs item shatl noi �nclude the insiaflatian vf the duct or canduit.
���III���iVi A�ID ��i��fA�S
�0�-2.1 ��I����L.
a. Airport lighting eq�i�rneni and materials cover�d by �ede�al Aviation P�dministration
(FAAj specffications shaA have the {�rior approval of the FA/�, an� are liste� in Advisory Circular
(AG} iaQ15345tl1, Approved Airpor� �quip�ent.
b. A�J ather e�uipment and m�terials ca�ered by other referenced speaifications shall be
subje� fio acceptance through manufacturer's certifica�ior� of comp{iance with the app�icable
spea�fication, when requested by tne �ngi�eer.
�0��2.2 C�BL�. Underground caale sha21 cor�form to the requfremenfs of AC 1 a0/�345�i,
Speci#ication for L-8�4 Undergraund Electrical Cable for Airpark Lighting Circuiis.
If #elephone control cabfe �s spec�fi�d, capper sttieided, palyefhylene insulated and jacketed, No.
19 AWG telephone cable conforming ta the United States i]epartment of Agriculture, Rura1
Electrificaiion Administratian �i�EA) �ulletin 34�5�i4, R�A 5pecification fiar �ully Colar-Caded,
Polyathylene Inst�lated, �nuble �Qiye#hylene-Jackeied '�ele}�hone Cables for �ireot �ur�al, s�all
be used. �
Whera counterpoise conductors are to b� installec� and where soil cQnditions wauld adverseiy
affect bare copper wire, tt�ermoplasti� wire conforming to �ed. 5pec. ,�-C�3D, iype '1'1N, 600 yolt,
may be used.
Cable typ�, size, number af conduc�ors, strand gnd service �oltage shall be specified in fhe
plans and/or praposal.
� O�p�.3 �AR� ����kR l�iR� (��UNi�RP�I���. �are copper wir� for counter-pvise
insta�lations shafl i�e stran�ied wire confarming to ASTM Specificat�ans � 3 and B�.
90���.4 ��1�L� ��i�NEC���f��. in-line connections of underground primary cables s�alE be
of the type called ftsr in tt�e 'plans ar in th� prvpvsaf, and shal� be ane of t�e typ�s Ilsied below,
When the plans or the proposa! permit a�hatce of connecti�n, the Contrac�or shall indicate in
the bid the type of connection he proposes to f�rnish.
a. ihe Cast Splice. A cast splice, employing a plastic mold and us�ng epoxy resin equal
to that manufactured by Minnesota Mining and Manufiacturir�g Company, "5cotcncast" Kit No.
Alliance A[rpori SP-L-�UB
Runway Guard Llghts, 5igns, and Striping -7-
82�-A, or as mant�fac�ured by Hysol Corporafiion, "Hyseal Epoxy Spfice" Kit No. �i 135, far
potting #�te s�liee is approved. Y'his means of splicing is the only type ap�roved �€or telephane
control cable.
b. The Vuicanized Splice. A vulc�nizec! splice smpioying Joy Nlanufacturing Company's
Vuicanizing Kit No. X�1604a8 or equal is approved for fielc� vulcanixed splices. The proper
molds for various cable sizes shail be usec{.
c. Yhe �iel�-aitached P[ug-in Sp�ice. I�igure S of AC 15U/53A�5-26, Specification for I�-
823 P{ug and Piece�acl�, Gable Conneciors, employing cor�nector kits, is appra�ed far field
attachmer�t to single conductor cable.
d. ihe Factory�MoEded Plug-in Splice. Specification for Ua823 Connec#ors, ��ctary-
Molded to Individual Conductars, are a�proved.
e. ihe iaped Splfce. iaped splices employing field-applied rubber, or synthetic rub��r
tape cavered with pfastia tape are approved, ihe rub�er tape should mee�t the requ�remen�s of
Mii. 5pec. MIL�1�3825 artd the piasti� tape shauld comply with Mil. 5pec. MI�-I-'7i98 or F�d.
5pec. HH�I-59�. 1� a�l th� abc��e cases, aonne�tians of cable conductors shal� be made using
crimp cannec�ors utilizing a crimping tool designed. To make a complete crimp be#ore the tool
can be removed. No. 19 AWC telepl�one control w�res may be connected by means of wxapped
and sold�red sp[ice, 3M CQmpar�y Moisture Praaf UR Type Connector, ar equal, or hy a method
approved by the �ngineer.
'����.� ��NC��T�. Concrete for ca�le markers shall canform to Specification liem P-610,
"Structura! Partla�d Cemer�� Concrete"
CbN�Y�U�TION N��i����
����3.'1 ��N��AL. The Contr�ctar shali instail the specified cab{e at the approximate
� locatians indicated in the airport lighting (ayo�at �lans, The �ngineer shall indicate.speci�F[c
locations.
Cable conneciions betwe�n I�ghts wiil be permitted only at the light locations for connecting the
undergrouncf aable to the primary leads of the indi�idual insulating trans�ormers. The Contractor
shaq be responsible for pror�iding cabl e'rn con#inuous lengfhs for home runs or other long cable
run� without conneciions, unless otherwise authorized in writing by th� �nglneer or shnwn in the
plarrs.
�0�-�,� 11��iA,���'I�IV �N D��'i° OR C�N�Uf�'. Tl�is item includes tne installa#ion of the
cable �n duct or conduit as desnr9bed below. ihe maximum number and voit�ge ratings af
cables ir�stalled in each single duct or con�uit, and the current-carrying ca�acity vf �ach cab{e
shal! �e in accnrdance with the �ates# National �lectric Code, or the code of the loc�l agency
having �urisdiction.
Tl�e Contractor shall make no cc�nnectians ar joints of any �Cind in cables instailed �n co�duits or
ducts.
The duct ar conduit shalf be installed as a separate item in accordance with It�m ��110,
"fnstallation of Airport U�tdergrQund �lectricaf Duc#." Th� Con#racfor shall make sure t}�at the
d�ct is flpen, continuous, and clear of debris befiore installing cable, ihe cable s�all be insfalled
Alliancs Alrport SP-L-1o8
fiunway Quard Llghts, 51gns, and 5t�ping �2-
�
z
in a manner ta prev�nt harmful s#retching af the conductor, injury to the insulatian, or damage to
the quter pro�ectirr� cov�r�ng. ihe �nds of all cables shall be seal�d with moisture-seal fape
�efore pulling into fhe corsdu�t and it shal! be left sea�ed until connections are made. Where
mare than ane cable is to be installed in a duct under the same contract, all �able shala be
pu�led in the duct at the same time. ihe pulling o� a cable through ducts or conduits may be
accomplished by handwinch or power winch witt� #he use af cable grips or pulling eyes. �ulling
tensions shpulc� be governed by recommended standard practices for straight pulls or b�nds. A
lubricant recornmended for �h� type of cable being instafled s�a[1 be used where pulling
lubricant is required. Duct ar conduit markers t�mporariiy remo�ed for excavations shall be
re�laced as required.
14�-3.3 iR�hl�bli��. Where tu�f is well estab[ished and th� sod �an be removed, it shall be
aarefully s#�ipped and properly stored. irenches for cabfes may he excavated manu�liy or with
mechanical trenching equipment. Walls of trenches shail be essentialiy veriical so that a
minimum of shoulder surface is c�isturbad. Road patrols or graders shall not �e used to
excavate the trer�ch with fheir blades. �he bottom surface of t�enches shafl be essentially
smooth and fres from coarse aggregata. Unless otherwise specifi��, cable trenches shall be
excava�e� �o a minimum depth af 18 inches (45 cm) below finished grade, except as fallows:
a, When off the airport or crossing under a roadway or driveway, the minimum depth
shall be 36 incnes (90 cmj unless otherwise specified.
b, Minimum cable dep#h when crossing under a railraad track, shall be 42 inc�es (10�
cm) un3ess otherwise specified.
The Contractor sha[I excava#e all eabf� tr�nch�s io a w�d#i� not less than 6 inches (150 mm),
The trench sY�al1 be widened where more f�ian two cables are to be instailed parallel in th� same
trench. Un�ess otherwise specified in the plans, afl cables in the same loca#ion and rur�ning in
the same ger�eral directlon shall be installed irt the same trench.
WY�en rack excavatian is encountered, the rock shafl �e removed to a dep#h of at least 3 Inches
(7� mm} below the required oable depth and it shall be replaced with �edding material af earih
ar sand containing rta mineral aggregate particles thafi wauld be retained on a i/4-inch (6 mm)
sie�e, ihe Contractor shall ascertain the �ype of sail or rock to be excavated before bidding. All
�xcavation shal� be unclassifie�.
90�y�.4 i�l�Y����[i�� rN iR��VCHES. �he Contractor shall nat use a cabfe plauv �or
ins#alfing ine cab�e. Mechanical cabie-laying equipmen� may be used in ca�junctEon wit� a
#renching machine if specified on projeot plans and specifications; and it shouid provide for
physical inspection af ca�le p�ior tv backfilling. Sharp bends or kinks in the cable shall not �e
permitted.
�a��es shaq be unreeled in place alongside ar in the trench and shall b� car�fully plac�d along
the bottom of the trench. �he cable shall not be unreeled and pulled into the trencf� �rom one
end.
Wh�re two or more c�bles are laid parallel in the same trench, �hey sf�all be �laced la#erally a
minimum dist�nce of 3 inches (i� mmj apart, and th� trench shall be wicfened sufficiently to
accam�fish this.
Alliance Airport SP-L-108
Runway Guard Lights, Signs, and Strlping -3-
Cables crossing o�er eaah other shall have a minimum of ��inch (7� mm) ver4ical disp�acement
with #he topmost cabie depth at ar �elaw the minimum required depth belaw finished gra�e,
Not less than 1 foat (30 em) of cable slack shal! ba left on each sida of a!I conneGtions,
insutating transformers, lighf uni�s, and at a!i o�her points where cable is connected ta field
equipment. i�he slack cable shatl f�e placed in the trench in a series o# 5 curves. Additional
slack cable shall be left in runway light bases, har�dhbles, manholes, etc., where it is required to
bring the ca�ble above ground level to make conr�ections. ihe amount of sfack aable shall �e
stlpulafied by the �ngineer, or as shown in the plans and s�eci�€cafions.
�0��3.� �►4CF��rl��IiV�. After �he cable has been instaUed, #he trench shall be 3 inches (I5
�mm) dee�, loose measurement, and shall b� either e�r�h or sand containing no mineral
aggregate particles that waulc4 be retained on a 1/4-inch (6 mj sie�e. This layer shafl not �e
compacted. ihe secand layer shall be 5 inc�es (i�� mmj deep, loose measurement, and shail
contain no partic�es tY�at would be retained on a 1 �inch (25.� mm) sie�e. ihe remainder of the
baci�cfill shaii be excavated ar impor�ed mineral and shali not contain stone ar aggregate larger
than 4 Enches (10� mm) maximum diameter. The thfrd �nd subsequent laye�s of the backfil4
shal� not exceed 8 inches (200 mm) in maximum depth, loose measurement.
The second, and subsequsr�t layers shall be tharoughly tamped and oampaciec! to at leas� the
c�ensity of fihe adjac�nt un�isturbed soil, and to the sa#i�factian of the �rtgin�er. If nacessary to
obtain the desired compa�tion, the backfip material sha1E be moistened ar aerated as requir�d.
irenches shall not ba excessiveiy wet and shall �ot contain poals afi water dur�ng bac�Filling
operations. ihe trench shail be campletefy bac�sfilled and tamped le�e� with the adJacent
surface, excepf that when sod is to be placed over the t�ench, fhe �ackfilling shali be stappec[ at
a deptl� equa! to the fhickness af the sod to be used, with praper allowance for settlgmen�. Any
excess excavated material shall be remo�ed and disposed of in accordanoe with instrt�ctions
issued by fhe Engin�er.
'�0��3.6 ���Y���T1�1�. Where sad has been remo�ed, it shali be replaced as soon as
possible �fter the backfilling is compteted. �AH areas disturbed by �he trenchi�tg, storing af dirt,
cable laying, pad construction, and other worfc shall be restared ta its orig�nal condition. The
r�stvration shall incfude any necessary topsoiling, fertilizing, liming, seedir�g, soc4ding� spriggin�
or mulching. All suah vuork s�ali be performed in accordance with the �AA stan�ard turfing
spec�fications. the Contractor shalf be helci responsible for maintaining �ll disturbed surfaces
and replacements until final accept�nce.
1 d��3,T �A�L� ��K���. The racation af runway light circuits shall be marked by a
concrete slab marker, 2 fieet (60 cm) square and �4 inches (10Q mm) thick, extenciing
appraximately 1 inc� (25 mmj abo�e the surface. �ach c�bl� run from the line of runway lights
to the equipment �ault shall also be marked at approximately every 200 feef (60 m) along the
cable run, wif� an additionai marker at �ach change ofi direotion ofi cable run. Ail other cable
b�ried directly in the earth shall be marked iri the same manr�er. ihe Contractor shall nat install
slab markers where cable lies in strai�ht lines �e#weer� abstructia� ligh# poies whlch are spaced
340 fiee� (90 m} apart, or less, Cabls rnarkers shal! be installed immediately above the cable.
The �ar�t�actar shall impress �he ward "cable" and c�irectiana! arrows or� each cable marking
sfab. The letters shafl be approximaiely 4 inches (1 Q0 mm) high and 3 inches (75 mm) wide,
with wid#Yt of stroke f/2 inch (1� mm) and 1/4 inch (6 mm) deep.
Alliance Airport SP-L-14B �
Runway Guard l.ights, Signs, and Striping -�4-
Ths location of each underground cable connection, exce�# at fighting units or insufating
iransformers, shall �e mar�ed by a concrete mar�ter slab placed aboWe ih� connecfion. Yhe
Contractor shall impress the word "splice" on each slab. I�e also shall imprsss aciditional circuit
identificatior� symbols on each siab if so desired by fh� Engineer.
�108��.� ���iClf��. Connections af the type shown in the pfans shall be made hy experienaed
personnel regularly engagetl in this type of work and shakl be made as fallaws:
a. Cast Splices. Thes� shall be made by using crimp conr�ectors far jointing
conductors. Molds shalf be assembled, and the compound shall be mix�d anoE poured in
accordance with manufacturer's ir�structions and #o tY�e satisfaction of fhe �ngineer,
�. Vulcanized Splices. These shall be made by usirrg crEmp connectors for jvining
cor�ductars. The splice shal[ be made, �sing com�aunds fiurnished by t�e manufacturer, in
accordance with his/her instructians and to the satisfaciion of th� �ngineer.
c. Fielddattached �lug�in Splices. i�ese shall he assembled in accordance wifh
manufacturer`s instructions. �hese splices shall be made by pluggir�g directly info mating
i conneciors. In alf cases the joint where tf�e cannec#ors come toge�ner shall be wrapped wEth a�
least one layer of ruk�ber or syrtthetic rubber tape and one lay�r af plastio tape, one-half lapped,
,- ex�ending at I�ast 1��12 inches (37 mm) on each side of the �oint.
� d. Factory-Malded piug�in Splices. ihese shall be made �y p�ugging directly into
mating �onnectors. In all cases, t�e joint where the eonnea#ors come fogether shaSl be wrapped
I with at least one layer ofi rt��ber or syn�hetic ru�ber tape and one layer ofi plastic tape, or�e-haif
� lapped, extending at l�ast 1�1/� inche� (3i mm) on each side o# the joint.
e. Taped Splices. A tap�d spliee sha�l be made in i�e failowing manner:
�ring tl�e.cables to their final position and cut so #hat the cortduciors wi�l bu�t. Remove
insulation an� jacfCet al{owing for bare canduofior of proper length to fit compression sleeve
connectar with �/� incY� �6 mm} of bare cond�ctor a� each side of the cor�nector. Use a sharp
k�ife fo pencil insula�ion and jacket at approximately #�e same angle as a penci! point. Care
must be taken to avoid nicking ar injuring the conductor during rem��a1 of insulatian or
penciling. Do not use emery paper an splicfng operation since it caniains metallic particles.
The copper conciuctors shall be thoroughly cleaned. Join ihe conductars by inserting them
eqUidisiant into the compress�on connection sleeue. Grimp conductors firmly in place with
crimpin� taol that requires a comp�ete crimp before tool can be removed. ies� the crimped
connectian �y pulting on the ca�le. Scra�e the insulati�� �o assure that fihe entire surface aver
wnich the tape will be �pplied (pl�s 3 inches (7'� mm) an each end) is clean. After scraping
wipe the entire area with a cZean Itntmfre� clath. Da not use sal�ents.
Apply hig�-voltage rubber tape one�ha�f lapped over bare conductor. This tape should be
�ensianed as recommended by fhe manufac�urer. Voids in the conneciar area may be
eliminated by highly elongati�g the tape stretching 9t just short of its breaking point, �`hrou�hout
the rest of the spiice less tension should be used, Always atfiempt to exactly half�lap to produce
a uniform builc�up. Continue buildup to 1-1/2 iimes cable diameter or�er the body of the splice
wIth ends tapered a dis�ance of appro�mately � inch (�5 mrn) over the original jacket. Cover
rubber tape with two layers of vi�yl pressure-sensitive tap� one-half [apped. Do not use glyptol
ar laequer aver �inyf tape as they react as soivents io t�e tape. No further cable co�ering or
splice boxes are required.
Alliance Airpart SP-L-108
aunway Guard Lig�ts, Signs, and Striping -b-
If shi��ded ca6fe is to b� spliced, prepare cahle as for a regular taped splice, exc�pt #hat the
neoprene jacicet shall be removed a distance not less than 5 inc�es {i �� mmj from the
6eginning of the penciled partion. Carefully unwrap the sl�ie[ding tape frnm that portian where
jacket has been removed and cut off so t�at it extends abnut 1 inch (25 mm) from end of the
jacket. �roceed with the taped splic� as described �bove and tape up to 114 i�ch (6 mm) from
the shieid an both ends. �uild up rubber tape to a thickness e�ual to the insttlation thickness or
�1� 6 inch (9 mm) o�er cannector. -
Next wrap one-h�alf lapped layer af s�mi-conducting tape (Sc�tch No, 13 Semi-Ganducting
iape, ar equai) over splicing tape and 114 inch (6 mm) o�to the sh'relding ta�e. Wrap a fine, flat
shielding braid or�e-half iap�ed over �he spEice exiending �f� inch (12 mm) onto the metalliv
shielding. 5older ends ofi braid ta rr�etallic shlelding tape. A bonding wire, (Minimum No. 14
Strar�ded Copper) equa! to the current carrying capac9ty of the metallic shield� should have the
individual strands wrapped around the metailic shield a� both ends of the splice. These strands
should be tack soldered to the shieid in several places. The cable sh�ath s�ot�ld be replaced by
wrapping with two one-halfi lapped layers af �inyl tape �xtenciing � inches {�a mm) onto the
cabfe jacket.
The above described splice is for a straight�through splice with continuity of shielding.
�08�3.9 ��eFiL� C�UIVi�R�OIS�'4lV��� Ifl��'�A��►iION AN� GR��NI]IiV� �'�R
�I�aTi�IiV� �����Cil�f�. if shown in the plans or speci�ied in job specjfications, a sfrande�l
bare copper wire, No. 8 AWG minimum size, shafl be instal�ed for lightning �roiection of #he
underground cables. The bare counterpnise wire shall 6e installed in the same trer�ch far the
entire length of t�e insulate� cabfes it is c�esigned �o proteat, and shall be plac�d at a distance of
approximately 4 ir�ches �14Q mm} from the insulated cable. The counterpoise wir� shall be
securely attached to �ach light fixt�re base, or mounting s#ake. The caunte�passe wire shall
also be securely attached ta copper or copper-olad ground rocls instalfed not mare than 1,000
feet (300 m) apart araund ths entire circuit. The ground rods shall be of the ��ngth and diameter
specified in the plans, but in na case shal� t�ey be less than 8-feet {240 cm) long nor less than
518 inch (�5 mm) in diameter.
The counterpoise system sha�! terminate at the transformer vauli ar at the power saurce. It shall
be securefy attached to the vaulf or equipment grounding system. Tne connecfions shall be
macfe as shown in the project p�ans and specifications.
a. ��unt�rp�i�� I��f�lla#ion �t �xistina f�u�tb�nks. When airfield [iahtin� cables ara,
indicated an t�e olans #o be routed throua� existina duct�anks. the nsw �rotecf�ve counterpoise
wirina bein� installed Yo �rntect the cables shal� be terminated at qround �rods, installed bv the
Contractor, at each end of #he exisf�na ductbank wher�e the ca�les beina �rotected enter and,
exit the d�ctba�k. Where approved bv ti�e �naineer, the a,ro�nd rod installation wili nat be
repuirs� if the new counterpaise wiriria is cnnnected ta the existina ductbank co�nternnise,
wirinp system,
i08.�.�0 �XQib�R�fIC BONDIi��. Bondinc of caunterqoise �nrire to metaf s�ructure shall be
bv #�e exothermic weldinq process. 4n�v_��rsonnel ex�erienasd in and rec�ularlv enaaaed in,
this tvpe af work shall make these connec#ians.,
Aliiance Alrport • SP-L-108
Runway Guard Ligh#s, Slgns, and St�ping -�-
�Q��.�'f1 i��TING. ihe Contractor shall furnish ai! necessary equipment a�d appfiances
fnr tes#ing the undergrour�d cabla circuiis a#ter instal�ation. ihe Contractor shall iest and
demonstraie #o tha satisfaciion of the �ngineer t�e foflowing:
a. ihat all lighting power and control circuits are continuous and free from shart circuits.
b. ihai a11 circuits are fres from unspecified grour+ds.
c. Yhat the insulation resis#ance to ground of al! nongrounded series circuits is not less
t�an 50 megohms.
d. ihat tl�e insulation resistance to ground of all nongrounded conductars of multiple
circuits is not fess than 50 megoi�ms.
e. That all circuits are properTy conr�ected it� accordance with applicable wiring
dia�rams.
f. That all circuits are operable. Tests shall �e conducted that include operating eac�t
� i control not less than �0 times and the c�ntinuous aperation of each lighting and power circuii far
nat less than 1/2 haur.
NY�'THO� O�' ��A�U�EflA�F�T
�0��4.9 �renching shaEl be measured by the linear feat (metersj of trencP�, including the
excavati�n, backfill, and reconditioning, completed, measured as exc��ated, and accepted as
satisfactory,
When specified in the prc�pasaf, separa#e measurement sha�l be made for trenches af �arious
specified widths.
10�-�.� Cable ar �ounterpoise wire instafled in trench shalj be measured !ay the number o�
linear feet �meters) of cable or counterpo�se v�rire �nstalled in trenches, re�dy for operation, and
accepted as satisfactory. Separate measurement shaq be mad� for eaoF� cabls or ca[�nterpoise
wire ins#a�led in trench.
' 908�4.3 Cable ar counierpoise wire installed i� duct ar cor�duit s�ta11 be measured by the
num�er of linear feet {meters) measured in place, completed, ready for operat9an, and accepted
1 � as satisfactory.
Separate measuremen# shall be mada for eacf� c�ble or caunt�rpoise wire installed in duct or
canduit.
���IS �� P�4YIIN�1l�i
f O�o5,9 Payment wi�l be made at the contraet uni� price for trenching cable and bare
counterpoise wire fnstalled in trench or duct i� place by the Cantractor a�d accepted by the
�ngineer. This price shali be fu11 compensation for furnishing all materials a�d for all
preparation and instalEation of these ma#erials, and far al1 labor, equipment, tools, and
ir�cidentals necessary to compleie this item.
Alliance Airport SP-L-i08
Runway Quard Llghts, Signs, and Striping -7-
'�U�.2,9 �U� �U�i P�t1G�. �us ducf nlu�r sP�all be of the fused disaonnect tvpe and s�aal be
of the same manufacture as tne existinq pluqs. �
9����.� ��4���P�OV�� �{�Ul���N�'. Certain items of airpart Iighting equipment
insta[led in vaults are c�vered by individual �AA equipment s�eci�icatior�s. The specifications
� � are list�� belaw:
AC 15dl5345-3
AC 1 �0l5345-�
AC 1 �0/�3��-7
C � 50/5345-14
AC 1501�345-i 3
Specifica#ian for L-821 Panels for �emote Control of Airpori
�,ighting
Circuit Selector Swit�h
Speci#ication for L-824 Undergro�nd �leotrica! Cable for Airport
�ighting CircUits
Specificatian ior Constant Current Regulators and Regulator
Manito�s
Specification for L-841 Auxifiary Re�ay Cabin�t Assembly for Pilot
Cor�trol of Afrport �igf�ting Circuits.
109�2.� �T'�I�R �L��iRICAL �Q�IIP�E�d'�. Cor�sfant-current reguia#ors, �
��r� �il c�u�s� cutouts, relays, ferminal blvcks, transfer relays, b�s pluas. si�i�
�s� and ali other regu�ariy used commeraial items vf eiectric�l equipment not covered by
F'AA equipment specifications shall contorm to the applicabie rulings and starrdards of the
lnstitute of �lectrical ar�d �leetronic Engineers or the National €lect�ical Manufacturers
Association. When specified, tesi reports from a testing fabor�tory incficafing that the equipmen�
meets the specifications shall be supplie�. In all cas�s, equipment shali �e new artd a�irst�
grade �roduct. This equipmen� shalf be supp(ied in the quantities requirsd for #he specific
project and sha�l incorporate the electrical and mechanioal characte�tstics specified in the
propasal and plans.
'�a���.�1 w!'IRI�. W�re in cond�it rat�d up fio �,000 �olts shall confarm to AC 1�0/�34�-7,
Specification fior L-824 Underground Electrical Cab[es #or Airport Lighting Circuits, for rubber
ir�sulated neaprene-cn�ered wrr�, or �er1. Spec. J-C-BQ, fype �HW, for rubber insulated
fibrous-covered wire. For ratings up tfl 600 volts, thermop�astic wire con�orming fo �ed. Spec.
J-C�30, iypes iW, T�W, and T�IWN, shall be used. �he wires shall �e of t�e #ype, si�e,
num6er of conductors, arrd val#age shown in the plans or ir� the praposal.
a. Gantrol Circu�ts. Wire shafl be not less �han No. 12 AWG and shaEl be insulated for
600 volts. lf telep�one control cable is spec�fie�, No. � 9 AWG teiephane c�ble aonform�ng to
the United States Department of Agricufture, Rurai �lectrific�tion Administration (��A} Bulfetin
34�-1 �4 shall �e usad.
b. Powe� Circuits.
(1} 6QA vo�ts maximum� Wire shail be No. 6 AWC ar larger and insulated for at least
soa �oit5.
(2j 3,a0D volts maximum--Wire shall be Na. S AWG ar larger and insuiated for at
least 3,000 �olts.
Alfiance Airport L-109
Fiunway Quard Lights, Sigtts, and Strlping -3-
(3) Over 3,000 �oits--Wire ��afl be Na 6 AWC or [arger and insulated far at leas#
the circuit voltage.
C@I�Si�[1�ilOIV NY�i'Ii��S
� l - - � � ; � - � . t a � - ; a � � i ', . i i ' � _, � ._ _, .,
��Lxl�i",���a"�Ilx r���l �irl��r�a�YYa'���"�a�� �t�1 "�1����x/�'��1-�11�—���11�1r-1��1�L1�!i J
�,�:� � /�CAI��NI Thn Tnniron�r �half ��tr�� fi�� +r�~nfnMmeM �m��I� �r;�rc#G�rri�
�C,�n�. \'G►,�t ^
, •
����fi��.J i4+o mni �n�ir+iv n�ri nr_flnnr rJn+niini
� e
r»inirr�� �rrs rdintnnni+ �� ty 4 I �r1n i nn a1�.�1� h �t �+
rr�rrnrrrerrrrtx�vicxnv� vr��r�r Z�-6�F1 +�r�c6�r�1� s�e�.�n„��e„e� l�� ii;Gr� 1]?�h--�
i• � A ■ w i- ■ i i -
� l�nicC �
�!can`�J. iy�e �fl th�t � �1
r�i f�innh l�� rrsml hc�ne�.�+h tha nsr�nri+�r. .+���� �hc hnlnn nLt.sll !�o Y1111fYfYpA _nnrJ �inichciel�a
1r J
. , s�S �rtC ��
^ni ��rin�k�sarnrc�� wl�ac��
��nal ��, c�c �Y�1f �
�� Th��r�� �nhi�r �ti�nrL +hn rv�nr'F.�� �noinc�� �h� frtirrn�+.�F�
�4�c� c► cm�N-#�e-#xcm �ir r .
Thc �i�f� ' �p� �ttin�-e�►;rc, �s-ss�n ac �h�
, •���It �hra!I ��c th�r��
t rs} u i+h ��rn4nr .�nrl YE II'�Lldl`f R11h}F'1 2 Afr. �L2 norhnn �ndi tm_cl:R� �+r �
. �
, �-�--�YIr1���T �'i1 .
�c s� r����kF� r►�k�.ti��
, '�r �►r�c���r �thct crc tc b� ��in*r_
' ' �efcr� r�in�l.n�} c�.n�^�m�**^�' +^ r^set. �in�f �irh �hc�U hr �e�
���-P�e�B-�r�r�n �wJ�i1�� r;l�rc�ivs� Thc c�;rf�c�b�
�i� wntii thc � ��h Gnc � �H�f^r�;n-^��
. ,
#e�icn �h,�,il �� �e�#crr:�in� t .
'' mm) � ��� ���
. �-�ir�; c h�e�
j sc��r.��, Qrick ch.�ll Cc [�:�r E� .,,,.,,e.,+ .,�,,,,��� r� r�.rt mc���a�nt �n�l � p�.�e1�'.'s+„�;�:;
� . ��.3I' h .��i1�r ��^'i Franirtn.i'�rinl�
� .. �iii� � t
s�a�-�c'�„�cl� �a�r�i�ith m^rt�r �c � . (: mm) w4�sl�;
� ��r;�r j ' � �R� int ' ^th in�ri
"Y�� ���rf••• ••••J ..ah.... .,f..i,...+.. Xillorl �er��i� mnr�nr� 1Alhnr�
Alliance Airport L•109
Runway Civard !.[gh#sI Signs, and Striping -�-
`, ' cr�l ri�m�ni rrr�►�ea,r aclar�� ahN1. � ��r. �*�
� , ch�rll ��
am) �ntcrc t^ ^�^�^^} o_, r�
,�n �.�,► innh�C intc th�-se�s�e�e-��f alah l,intcl� fc� ��,�.
, �� �c e mm) .
��f �f rc , � p�r�e �laa�
�a-�a+�ed �imil�.r tc .
'C w�fll. �
�e�ccW ch�ll I�r���eeC�anich � �. '
!c ch�ll I�
a� }h�n 1 �C�ri acid �� 1� �rtc c�
s�,�:��er. "'�-�„-��� n cffl�r�sseps�-les�s mcrG�, �,n� m�-tar c��in �h�ll r��s, �r,� the
�i�n. 1 ,
in �h� ��cn�. ihc ��asr�e
�aase�° .tnitc �h ^nficrrni �c A�T�+��^,��i�
�is��-sles�r�, ,�mk�s; a�l-e�h�r ^h��
. � �hcll �c . ,
� (�`�:ri� ��:�` r�r�f elr�h� o4n� dl,n�4r�r fnr in�Fe�ir�r_�aaal� ff ��ioY
�,��&1��1�911t 7�L1Ct�
^hsJl. F�� .
�'�� M�r�� ^f ���•.^^^w�ta. Th�-se�s�c �hNl b� Ycvl�o� m�n^��+"���„c =hcA � fr��e#�
'� ih� �Lrf�� c�hr�i Yuv�r � �tr�l tra�nr�� fini�h s�n�sie�e�-��
Tl�tc �.
� •
9r�e-��3?� �r ma�-�e�-�-�ct ��Chcrit r�e€-s�ating ah�fl-be-��ed�� thc fic
sl�b� Thc ��h�lt rraater;�l ��id,f ��
rf. Ti►� iiri ��f curFa�
� a�n� hl' . f Go�h�1t �n �fae-Xe�f-��es-a�
���_��� �,��,�e-#�Ocr �h�Jl Y�^ r ' .
, , , � fr��n th�e-�r�
+�� fhr fl rrsm), �tinl��s rr �rs�*s�r
• - , ,
�I, cr c��a. . � chell "�
'nC �r rc ' ' �c;�cr �h�;!-lae-�e���
�ol ►��nlct� � , . .�h ��e tha�leer�l�cl1 I� Fit^���' � ��'_°^^'^ (� mm) r�
. �G r�m) �h�c��ic�n j�n* ��l�-�e-ql��i
^ flaa� � • �n� �F��II �c f�e-e#
9�IA_� ��f f1fi� F9E�filt►1 14 c±hnurr+ in �Fh* �1��� �#'nnN rlrnin �n.J rlr.� w..11 �h��l �+s+ ���
P�
�}hct nnhfar n� fhe flnnr r�f fhn �rvi �imm�nf rrinrn __'T'ho rlrs�suell Ah�l� � fi i+vnn�n+r„J A v A#'.r.+ /17�v
Alliance Airport f.•i09
Runway Cuard Lights, Signs, and 5triping -5-
i�� ti1C L;nG�A"11
�l•�I ��I br.� rn$ninc.r�. nn a 1 IA_innh fG.` rr�m\ rr+acyh �+iainR `�'h�. �'��f�
���I��fill =h�.11 � rnm; ma�si , ^�c�� I�)�
��ith � m ^ lc��c *hGr�
�-�er�s-i1 i Icg) an�-k�i�in� C�se�;.c ei nc* �r��'��n-�� �Cu�rc in^
om). �'h�
se�sr�#�c fl� r. Th� �rcEn �hc. � th�n °��^"�� ,��,n �,�,► ,n
�
�e�w�sl��i;i� �h�l b��{i�h a I�itr.� ' 't c�"�II "�-i�s�14s�
,
�r'� ��Tith 4�e �cF �ac flcr�. .
. G G�rI] y� 1:':C�JGI �E36�4I�,�� �{
� , 'I f�r� l�
�n}, a �f ��int w�
s� , ��C� th�V'r. �er-icr fc�ac `�ri^
�c`� �� �i+h
������ � pa��� �� o �,�� „� m.�nnn�i�,m f!►�c ' t�tc�� 1
�`�aiiv�r,(���iCri �i .��e}or� I�.�nh ni+�# r4�ell hr� elE��ererl Fn r1n� .�F Iedn# A Q hn� Era he�f�ra ihe r�nv+
l �
. s�n�i tr�7�ir��.�,t h,�,� �r�.^� th�-s�t� �hc�l �r��k�i.l �
Sr"y���r�r�d �nrn��lti� r�chnrl raii*h In.�w rM.r�+dr �7r�i.r} inr �rr�ll �r� �il�nry Q���I k.n sa lir�hf_rreoit
� � vry 4A�a�a�mrr6rwn�rrrcor. -r�rrrrrcn--v�un$arr a
��cr c��:•^„^�' "�,. �"^ C^^;^^�cr. ihc fileer p�int �,h,�[ r�,
�n.-�inhor r�a�.,re „"�+;.,�� thc ct��rfc�cv�. _hc,�e-c�+�-sicGr�. Th thinrta�
�e�{�I�t�?-ci ;�..�;r+t� 7�e-�se�-cca� �h�1 f� cti.� *hinn;r,� s�� ,�,,.;�� �;.,+d��
� �
l� r:.�� �r
��int� ��r�
�e,�ricr tc thc .
'4h c�n� 'rn�J �. mi��a-e#�rve
�te in ths �� .
1[��YA�L/�ilBh� �� �Q1-11���IVi IN VI��I�,T r�� ���'�fl��MIf�IP T'61`l RA��'A1 _
�t'�
'��9�3.�� ��i�l�Rd�. The Contractar shalf furnish, instafl, and connect aq equipment,
equipment aecessories, cpnduit, cables, wires, buses, grounds, and support necessary io
ensure a complete and operable electrical ' circuit for the airport lighfing
system as specified herein and shown in the plans. ',
�,,.,,,�„ .�nri �Frono�or ��+ritch ^h�ll k� �rc ' .
The equipment instafIat�an and maunting shall comply with the requirements of the Nationa!
Electr�cal Code and local code agency having Jurisdiction.
Alllance Airpori L-109
Runway Guard Lights, �Igns, and Striping -6-
909W�.�-2 PDV��� ��I�PLY 1�QI�I�M�NT. �g�s, regulators,
shall be furnished and instal[ed at the locatian shown
in th� plans or as directed by the Engineer. nt �hc�ll
ii n �c u
� �
��,� rr��r.) f� . �.�rm^n�
�}.�._nh�+ri �n� �!•+a nil_o�.v,nlinn r�1� �r.n .+F �l-�o .�i1_fill�.�! ���tC� .�� •. ��+,II� � ��r ,�C n��,
�"
A�i't i"l ?�`7^0{$�:
��eifia� in t
�nct�JJr�ti , ' �, �n � ,
'�nc Th
�y��-s�eei#ie�-
�AB_� �99 ��8/1TfiLi��RLrY iiA1FY �]AAILI � C1il a�erifnhoc+ �K���n�1 r+���`�
To�a�v��-����Trtrvr �rerr rcrry r�ncrrscp�� �1r9^fYTCO7TG�i7�TL7R1 r � � �
�r�l��, �� , f�irni�
c.hrt�ein in �Fha �Ieana n� o�+ rli�nr+}nrl L+1r 45+o CnninQor lAlail rtr nnilinev..rnni �w�fn�-1 ��n�� n��
' �-al•i�niW �: mm) �i�mstcr
�� mcvcl ��,n�ia�-sl�4�c�r anehcrc in m�`
'.11i_ ih
�olfin rl� �n�+ 1��ii�h henr�nr�l nnararn �nr �h��$�.��r,�t��+ �����a��,t� �w�"�,II lti m�int�4
imm� `
i h�a hirMer+l�+n�i n ! i� +
eq�i�mcn.. T. sr.. �*h��l �h �he h�
#�r��t bct���n.
�u�� �1`�w}n nLrrsll hn Pr�c+#ollo.-J ci�F r�11 inin4cr'] Fnn�F /Glfl nrrtl nr rr�r�re_�nsarl�erith
. I� »YlR1�� .
nrJ�n+�w�.nn_�+Eiffr�r��t �tQmA
�.i/ison 464.� .,��_,�.�;cn* ic n��+�n� far �rc �1�i�'c�l �1-f��
�{ae-scntrcf �uc� thxw;rh inc�.�l�+�^^��c in �h� c�,rt cr �
�0��.� CA�LE EfV�f��C� ,�N� Hlf�lie'��L,i�,G� BU� �YST��fl. lncomir�g underground
cable from iield circuits ` wil� he insta�led auiside #he walls of t�te transformer
�ault as a separa�e item under ltem I��� 08. iY�� Cantractor installing the r�ault equipmenf shall
bring the cahles fram th� �sq-e� duct through the entrance cQnduits ir�to the vault and make
the necessary efectrical conn�ctions.
' �' �h,�fl fi'.:rnic�h c.n ' , �cthr�cv��
frr�rrti fl�nr Ir�arnl �F� thn I�aini nn nl�n���r� in +hn r��nnn
� �e-�ras�r�inr hi�h �� ���li �ht,�l-e�r�r �cict�eer--e�1a�
■ie�_J4 �nrl oh�ll r��.a Frnm 4ha flnnr_lovnl in � rigi
i �
. , c �"�Il h�
.� �p�ifi'
��^w,��--�s.rn th�c ai�s�� c�tc�
�
��re sht�l �nc��� vcl�c ��;o c� � The ho-�-�
3rs cm ahall ►.�i ' �h�11 �
►�iv� of � �c cr thc Iso�se�e-���
� .
Alliance Airport 1.-109
Runway Guard Lfghts, Signs, and 5iriping -7-
90���.� WIRIN� �R�� �BNN�CiIBN�. 1"he Contractor sha�l make all necessary electrical
connections in the vault in accordance with the wiring diagrams furnished and as directed by the
�ngineer. In wiring to t�e terminal blocks, the Contractor shal! leave sufficient extra length on
each cantrol lead to make iuture changes in connec#ions at ine terminal block. �his shall be
accampEished by running each cor�tral leaci ihe Iongest way a�ound tne bax #o the proper
termirtal. Leads shall be neatly laced in p�ace.
f�9o3,� IV�ARK�N� AhJD ����IN�. Aff equipment, coni�ol wir�s, terminal blocEts, etc.,
shall be tagged, marked, ar la�efed as specified below.
a. Wire Iderttifica#ion. The Gantractor shall furnish and inst��l selfdsticking wire labe�s or
identifying tags on afl car�tral wires at the point where fhey connect ta the contro� equi�m�nt or
to �i�e termir�al blacEcs, Wire Iabels, if used, shall be of the self-sticking preprinted type and of
the manufacturer's recammended size far the wire invol�ed. Identificatian mar�ings designated
in the �larts s�all be follawe�. Tags, tf used, shall be of fiber nat less than 3/4-inch �13 mm} in
diameter and not less than 1/3�-inch (� mm) thick. Id�ntification markings desig�ated in the
plans shall be stamped pn tags by means af smalitoal dies. �ach tag shail be securely tied to
the �roper wire by a nonmetallic cord.
b. Labels. ihe Gontractor shali gtencil identifying labels on the cases of regufators;
�kr�r� cn� � and contral r�iay cases w��h w�ite oii pai�nt as designated by the
Engineer. ��e letters and numerals shall be not less #�an 1 inch (25 mm) in heigh# and shall �e
of proportionate width. ihe Co�tractor shall alsp mark i�e correct circuit designaiions i�
accordance with t#�e wiring diagram on the terminal mar�irtg strips wh�ch are a part of eacf�
terminal block.
I�n�i�9� �F l�r��.�U��i����'
��R.� Tho cr *hic inem �h�lt �
c �r�! csse�c� 1 � se��-
�� �9� ihc �� ' me:�l
c ��c�r��^ .
90�-4.�1 ihe quan#ity of vault equipmen# to be paid for under
this item shalf consist of all equipment installed, eannectecl, and accepted as a comple#e unit
ready for o�eration.
���iS O� ��YM�f��
�09�5.i Payment wil� be made at the contract unit prica for each compfeted and accepted vault
or prefabrfcateci metal hausing equfpment instalia#ivn. TF�is price shall �e full comp�nsation �or
fumishing all mat�rials and for al� preparation, assembly, and installation of these ma#erials, an�
for al� labor, equipment, tools, and ir�cidentals necessary to complete #ne item.
Payment will be made under;
Il�om I i fl�_ r+f�rrr+nr V� �1+ in �I
�-�-w-�n1 �e�-af�4i��� Tmn ;��s rnr�
Item L-109��.2 Installation of Airport T'ransformer Vault �quipment in Place -- per
u�it
Alliance Airport L.-1 p9
Runway Guard Llghts, Sigr�s, and Str�ping -8-
I�kovr�����'v� f�nnn�rr�nfiinn e�f tlrn�F�I�rin�+r�r�I AAninl �n��nir�n nniJ �'.�irr�rl..7�{.�r. :.y
} Dl.�ne .__ r�nr � �nit
� !
Fed.Spec.J-C�3U
� i � L
�Ai��IQ�, ��Q�t��i��R��'S
Cable and Wire, �lecfrical (�ower, �'ix�d Installation)
. . ��ng: �hv.lf, �ru�hin��er�sis�a�r�
Fed.Spec.W-C�571
�a�o e
AC 1 �d15345�3
e
ac � �a�5�a�-�
AC 15015345P10
Conduit and Fittings, Nonm�tai, �igid; �A5�lA5tDS-Cement or Fire-
Clay Cement), (�or �'lectrical ��arposes)
5pecification for ��8�� Panels far Remote Co�ttrol o� Airpo�
Lighting
Specification for L-824 Undergraund Electrical Cabl� for Airport
l�Egf�ting Circui�s
Specificatian for Cansfant C�rrent �egulators and Regulatar
Monitars
6�#�el-e�'�ir�ri !.�i��i�s�
�-� �i 1 F
��-��
_ �.�+-
�L'I��.�iiDl
�1� 1�
�{��.C�f'sn.�iinn ir�r flaiFnrmorl nnrl Qloin @�Ilnf C�#nr�l �.srn 4nr l�r�r��v...�Fr.
�
��e�
�,�vci{-i�a�ier�s��ildinr Qri^
���
— _ � Y a � •
��si#is�� fcr �►11�• , c Ir��►�J�i��d;
d
� ct ��Y;�,�
�ni� 0� i��r� ��o�o�o�
Alliance Afrport L-� as
Runway Guard Llghts, Signs, and Striping -9-
I�'��ll ���L-� 1 � ����1�4L �R�'�ISI�N� TO INSi���A,YI�i� ��
�41�POF�i U[���t�GR��N� ����`��I��L ���i
DE�CRIPiI�f�
910d�.i This item shaf� consist of underground elec#rical ducts installed irt accordance with this
specifiicati�n at the lacations and in accardance with the dimensians, designs, and detai2s
shawn in ihe plans. This itam shall include the installa#ion of all underground electrical ducts or
underground conduits. It shall alsa include all trenching, bacicfllling, removal, and restoration of
any paved areas; manholes, concrete encasement, mandreling installation of steeC drag wires
and duct mar�Cers, cappit�g, and t�e testing oi the installation as a compleied duct system ready
for installation of cables, to the satisfactior� vfi the Engineer.
I��UIf��II�fV'f ,A,N� ��1 f ��IALa
i�0-�.i ��lV�R�►L. A!I equipment and materials covered by referenced speciflcations shall be
stabject to acceptance through manufacturer's certifica�ion of compliance with the applicable
specification when so requested by the Engineer,
��'. �i��:min
��r�te �f l�n ne�rci �'f':
H r„�,. F��ircc� �:.�ri�!.
. ,
��� sr�� fittingc r"�11 ser�#e��e
. , �E e�a�i€i��--ifl-t#e
��
. , .
�.=--- - = - -
�9iFl_9 ��TC61 f4f9A119111i Qi�virl �+1�rs�l nnnrl���t �.��7 f�t}�n��r r��ll �+
�i, �14, t�n�l �?4�
�,�� � pr�n�r+��'re r+�B�6-�;i�s� G9F}r9�'-I�F }ro���l'1'1 �-v�,v���l"NG�cr�� �'1"CI81?d �'�'T.'1�
�e� .��in� 1 inch (Z mm) mGrcim��a-s�s-sv�rrtr. ����e:
71 Qo2.�� �L�afiIC ��N�UIi. I�laStic conduit and fittings shall canform to the requireme�ts ofi
F'ed, Spec. W-C�1094 and shall be one o� the following, as specified in the praposal:
a. Type I � sui�abEe for underground use either dir�c��y in the earih or encased in
concret�,
b. iype 11 - suitable for either abo�e ground or underground use,
�,�
Alliance Afrpor� SP-L-110
Runway Guard LigF�ts, 51gns, and Striping -1-
'� 10d3.4 �IJCY f���iK��S. ihe lacatiort of the ends of all ducts s�all be marked by a cancr�ie
sla� mar�er � fee� (60 cm) s�uare and 4 inches (1 QO mm} thick extending approximatefy i inch
{25 mm) above th� surface. T'he markers shall be located abave the er�ds af aEl ducts or duct
ban[cs, except where ducts terminate in a handhole, rrtanhole, or building.
�he Contractor shall Pmpress #he word "duci" on eac� marker sfab. He shalf afso impress on the
slab the number and size of �ucis berteath the marker. The letters shall be 4 I�ches (100 mm)
Fsigh and 3 inch�s (75 mm) wide with wi�th of stroke 1/2-inch (12 mm} and 1/4�inch (6 mm) deep
or as large as ihe a�ailab�e space permits.
990e�.,�'i ��CK4�1l�L1NG.
, th� trcn^ � in si f.,
�r�ic�l r�rt ��x�
+., �+ r�.,�+ +�A rlennii�r ,� the �a'rt�.:�i�� t,�����:.�r
c rac,vPr�
Trenches shai[ n+o# be excessiveiy wet and sf�alf not co�tain poals of water durirtg backfiiling
operations.
ihe trencf� sl�al! be compl�tely back�illed and tamped level with t�e adjacent surface: excepfi
#hat, wi�en sod is to be placed over the trench, the bac�Cfilling shall be stapped at a depth equal
�o �he thlckness of the sad to be used, with proper allowance for settl�ment.
�►r�y excess excavated material shal! be removad and disposed of in accardance with
instructians issued by t�e �ngineer.
For dUc�s withaut concre#� envelape, 8 inches (2�0 cm) of sand, soft earth, or �t�er fine fill
{laos� measurement) shalf be placed around the ducts and careful�y tamped around and aver
them with hand tampers. 1 he remai�ing trench may be filled with regular run of �xcavated
materia! and fhoroughly tamped and comoacted �a at ieast the clensitv of t�e surroundina
undisturbed soil ���vs. � �
1°� 0-3.G ���TBF�i"i�fV. Where sod �as been removed, it sf��ll be replaceti as saon as
possib�e after #he backfilling is completed. Ail areas disturbed by the trenching, storir�g of dirt,
cable laying, pad construc#�an and other worlt sl�all be resfarec! to its prigina! oondition, �he
res#oration s�all ir�clude �ny necessary topsoiling, fier�ilizing, �iming, seeding, sprigging, or
muiching. All such wark shall be perFormed in accordance with the FAA Standard �urfirtg
Sp@Ci'fIC�'�IORS. �he Gontractor shail be held responsibla for maintaining all disturbed surface�
and repiacements �ntil final aeceptance.
���r�a� �� n��������r�i
'�'� 0�4,'� Undergraund duc# shal! be measured by #he linear feet (meterj of duct installed,
measured in p�ace, camp�eted, and accepted. Separate measureme�� shall be made for the
various iypes and sizes. '
�ASES O� �,�4YN��R�i
9100�.'� Payment will be made at #�e contract unit price ior each type and size of single-way or
mUlti�way duct completed and accepted. ihis pric� shail be fulf compensation fcar furnishing all
Alllance Airport ' 3P-L-110
Runway Guard Lfghts, Slgns, and Striping �4�
r �
� :f
� ,
�t
materials and far al1 preparation, assembly, and installa#ion of these materials, and for all Iabor,
equipment, iools, and incidentals necessary to complete this item.
�ayment will be made under:
item �.-11 �-5.1 5ingle-Way or Multi Way �lectrical �uct -� per linear foot (m�ter)
IV��TE�I�� R��t�I��MLI�Y�
� ! �+ %irte'iwno�' Binir�� f�e+lwon�'nne►~a►v��nt r+� ��ra_
. �rt� . it�in , ,
Fed.Spec.W-C-i.A94 Cor�duit and Fittings; Nonmeialli�c, Rigid, (Plas#ic)
Underwriters Rigid Meta� Conduit
La�orataries
Standard 6
Un�erwriters
�aboratories
Standard �14
��es
���
�n►�#cr�
�er-�s
�^'�.-'�
Fittings for Conduit ar�d Outlet Boxes
1mFr
fntc�m '
�N� �F` IYL��11 ���L,�7�fl
Alliance Airport . SP-L-110
Runway Guarci Lfghts, Signs, and Striping -5-
lT�I� SS-l��12� �4[��I�L� LI�HiItV�
��S�RI�T'ION
'1���1.f G����A�. T�is i#em shall consist of airport lighting systems furnished or relocated �
and instalied or modif�ed in accordance with this speaificat+on, the referenced specification, and
the appiicable Advisory Circulars. ihe systems are ta be installed at the focatians i�dicated and
in accordance with the d�mer�sions, design, and detaifs sf�own in the plans. 'ihis itern shall
include the furnishing of ali equipment, materials, services, and inc�dentals necessary ta place
the sy�tems in operation as completed units to #he satisfactiort of the OAR.
�2�09,� R��'F�l�fd��D tV�AT�I�IAI.�. Additional details pertaRn�ng tv a specific sysfiem
covered in this item are con#ained in ane or mare af the Advisory Circulars listed belaw:
L�823
�-830
L-852
L�8�8
L-86i
[�-$68
Canneators, Cabfe (,�C 1�01�34a�26�) CF�ange 1 and 2
Transfarmers, Isofatipn, GQHz (AC 15Q/5345-4�iA)
Lights, `faxiway, Inpa�ement (AG 150153�5�46A
Signs, iaxiway Guidartce (RC 15015345�44D}
Light �ase, Non-load Bearing (AC � 50/5345-42�}
�ight �ase, Lc�ad 8earing (AC 150/534�-46A)
925��.3 SU�f�IYITT��. 5hnp �rawings and catal�g c�ts of each Cighting and eabie camponent,
indicating �AA approval, shall be submit�ed ior approval and approved prior ta ordering any
materials for this sectiort. ihe data submitted shaii be sufficient,ln �he apinion ofi t�e DAR, ta
determine campliance with the Contract Dacuments.
�2��1.4 Q�lALIFI�AiI�h��. The OAR reserves the right to reJect any equipment which, in his
�pfnion, does not meet t�e system design and the standards artd cades specified herein.
�AiE�1�4L�
72�i��.1 ��i��Rd�.
(a) A9rport fighting equipment and materials cor�ered by FAA specifications shail have
the prior appraval of tl�e �ederai Aviation Administration, Airporis Service, Washingtan, D.C.
20�91, and shal� be listed in tFte latest additPon of Advisory Circular 15�/5345�1, Approved
Airport Lighting �quipmeni.
(bj RII ather equipment and materials cavered by other referencec� specificat�ons sha[I be
sub�ect to acceptanae through the manufacturer's certifiication of campliance with t�e applicable
speoificaiior�s.
(c} Lists of the equipme�t and materials required far a partieuiar system are contained in
the appiicable advisory circulars.
(dj Priar to ins#allatia�, t�e Contractor shall submit a list o€ ali proposed materiai for
appraval,
Alliance Airpart 55-L-125
Runway Guard Lfghts, Signs, and Strlping -1-
925�2.a LA�lIP, Lamps shall be of size and type to provide distr'rbutions and minimum ouiput
requirements of isocandela curves showt� for each size in RC 1�0/�346-46A.
�2���.3 �OI�O�Lf� �'f�i�R�. Gofored filt�rs, or colored lenses, to ba used for RIW or �/W
lights sha[I conform to the requirements of Milifiary Specification MI�-C-�a��50 Type f.
��a 2.4 IS�LATI�R� TRANSF�Rf����. Isalation transformers shall be for 20 Amp or 6.B
Amp. series lamp�s) (as reqvired) conforming to requiremer�t of Advisary Circular 15015345947
CHG.1.
12a.2.5 i�E. Rubber and plastio elec#ricaf tapes shal! be Scotch �lectrical iape Numioers 23
and 88, respectively, as m�nufacturer by the Minnesota Mining and Manufaaturing Company, or
an a�proved eq�al.
��5�2.6 �ONC�E�'�, Cancrete for backfill shall meet the requ�rements of P-Ci 0 and shail haue
a maximvm size coarse aggregate of 3/4 inah and s�all have a 2�-�ay comprehensive strengt�
of not less than 3,000 PSI.
f�5-2.i �Qi���lli.
(aj Plas#ic conduit and fittings shall m�E# the requirements of F'ederai 5pecification W-C-
'1094, iyP� II,
i2�e�.� �AC�L� COiVId�C�'1�NS. In�line connections of underground primary cables shall be
of the type callec� fior on the drawings and shall be listed belaw.
(a) ih� �i�ld Att�ched Pl�ug�ln S�ali�e. Field cannectinns shall be in conformance with
�igure � vf Speci#icatian �or Ld82� (AC 150/�345-�6�j Plug and Receptacle, Cable Cannectors,
employing connector I�iis. ihis sp[ice is a�pra�ad #ar fiield aftaahmeni to single conducfar nable.
T�te kits sP�ali be as manufactured by Amerace Corp., �last�mold Division or appro�ed equal. It
shail be the Contractor's responsibility to determine t�e outside diameter of #he cable to be
spliced and ta furnish apprapriately sized connector kits and/or adapters. �his is especi�lly
critical in-sp�icing �new cabl�s ta existing, where the outside diameter af fihe two ca�les may
diffe�.
��) T°he ��c�oryemold�d �lugolr� �plic�. Specification for L-823 c�nnectors, factory-
malded to individ�a! cand�ctors are appro�ed.
�
, I ����2,� �'F�S, Large radius bertd tees, if specified, shal! be as manufac#ured by Crouse-Hinds
Company No. �i-43, or approved equal.
12�o�.i0 H��1i ��RIf��A��� S��I�� i�l'T. Heat shr�nkabte splice kits shall be type AP�, as
manUfactured �iy �ayc�em Cor�oration, ar apprvved equal.
`�����.i't T�XIWAY ��III�I��LUSti �N PAV�fi���li �I�Hi. L-852�C an� L-�52A[? Runway
�.ighting Fixtures are ta be manufactured in a�cordance with Advisory Circuiar 1�0/5345-46
iatest edition.
{a) ihe f�xture shall be a cast assembly with integral lighti�g unit and optic assembly. It
shall pe capable of being placed on both new ar existing L-868 lighting bases.
Alliance Airport SS-i.-'! 25
Runway Guard Lights, 5igns, and Sfriping -2-
C`i�y of �o�t Wor�h9 T'exas
I��y�r a��l G�u�c�l Co�rnu����-tio�
DAT� REFER�NCE NUMBER LOG NAME
1114103 **�_� ��,� �
3flAIRPORT
PAGE
`[•S�+a
su��Ec� CONTRACT WIiH B-C COMPANY, INC. FOR RUNWAY GUARD LIGHTS, SIGNS AND
STRIPING IMPROVEMENTS AT ALLIANCE AIRPORT
RECOMMENDATION:
It is recommended that fhe City Council auihorize the City Manager to execute a contract with B-C
Company, Inc. in the amount of $373,530.80 for runway guard lights, s9gns and striping improvements
at Alliance Airport.
D15CU5SEON:
On August 20, 2002 (M&C C-19200), the City Council autharized the City Mar�ager to execute a grant
agreement amendment to increase the amount of Federal Aviation Administration (FAA} Gran# Na.
3-48-0296�15-01 fram $�17,731.00 to $1,07�,186.00 for the purchase of an airc�aft rescue and
firefighting vehic�e and to upgrade �arious airfield lighting and markings.
The actual amount of t1�e aircrafi rescue and firefighting vehicEe was $602,766.00. The FAA grant
par�icipation in �his purchase was $542,489.00, and the amount of $6a,277.�D from the City's N�w
Equipment Purchases Fund was utilized for the City's match of 10%.
This Mayor and Council Communication recommer�ds that a contract be awarded to B-C Company, Ir�c.
in the amaunt of $373,530,8a for runway guard lights, sign, and striping impravements. Thi� is the
secand project under Grant No. 3-48-0296-15-Q� . The existing land credits fhat remain firom the
origina[ land donation fior Alliance Airp�rt will be utilized for the City's 10% in-kind local match
requirements for this project.
Remaining funds of $154,166.2� in the grant will be utilized for any required change orders to this
project, and for the purchase of supplemental equipment far fihe aircraft rescue and firefighting vehicf�.
The Alliance Air 5ervices will he respor�si6le far managing this praject for the Gity.
The project was a�vertised far bid on �ctober 3 and October 1 Q, 2002. On November 7, 2002, the
folEpwing bids were received:
BIDDERS
B-C Companv, Inc.
Acme E[ectric Company, Inc.
F& W Eleciric Constructars, Inc
AMOUNT
$373.530.80
$48a,�19.aQ
���a,00a.ao
The total consiruction time is 30 wQrking days.
�'ity o�.�'o�t �o��h9 7"exas
I�i��or a�d Coun��f �a��nu�ic�-�ion
DATE RE��R�NC� NUMB�R LOG NAME PAG�
� 114103 **�e� g�� 6 30/�IRPORT 2 of 2
su��ECT CONTRACT WITH B-C COMPANY, INC. FOR RUNWAY GUARD LIGHTS, SIGNS AND
STREPING IMPROVEMENTS AT ALLIANCE AIRPORT
B-C Company, fnc, is in compfiance wifh the City's Disadvantaged Business Enfierprise (DBE) program
by committing to 15% DBE participation. Th� City's goal on t�is project is 6%.
This praject is focated in COUNCIL DISTRICT 2.
FISCAL INFORMATEONICERTIFICATION:
The Finance Director certifies that funds are available in the current eapital budget, as appropriated, of
the Airports Gran� Fund.
M�:k
Submitted far City Manager's
Ofiice by:
Marc Ott
Originating bep�rtinent Head:
Douglas Rademaker
Addi#ional Informafion Contact:
Dauglas Rademaker
FUNII I ACCOl1NT I CENTER I AMDUNT
(ta)
847G
�
6157 I (fi•om)
GR14
�
6157 I
53912� Q552'[8732070 $373,530.84
C1TY S�CR�TARY
APFROV�D 1/14/03