Loading...
2014-252•' ! � • � � AN ORDINANCE OF THE CITY OF DENTON, TEXAS PROVIDING FOR, AUTHORIZING, AND APPROVING A CONTRACT FOR PAVEMENT MAINTENANCE AT DENTON ENTERPRISE AIRPORT USING THE E-KRETE POLYMER CONCRETE MICRO-OVERLAY SYSTEM, WHICH IS AVAILABLE FROM ONLY ONE SOURCE AND IN ACCORDANCE VJITH CHAPTER 252.022 OF THE TEXAS LOCAL GOVERNMENT CODE SUCH PURCHASES ARE EXEMPT FROM THE REQUIREMENTS OF COMPETITIVE BIDDING; AND PROVIDING AN EFFECTIVE DATE (FILE 5594 AWARDED TO INTERNATIONAL BUSINESS CONSULTANTS INC. DBA IBC CONSTRUCTION CORPORATION IN THE THREE (3) YEAR NOT-TO-EXCEED AMOUNT OF $500,000). WHEREAS, Section 252.022 of the Local Government Code provides that procurement of items that are only available from one source, including; items that are only available from one source because of patents, capyrights, secret processes or natural monopolies; films, manuscripts or books; electricity, gas, water and other utility purchases; captive replacement parts or components for equipment; and library materials for a public library that are available only from the persans holding exclusive distribution rights to the materials; and need not be submitted to competitive bids; and WHEREAS, the City Council wishes to procure one or more of the items mentioned in the above paragraph; NOW, THER.EFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS: SECTION 1. The following purchase of materials, equipment or supplies, as described in the "File" listed hereon, and on file in the office of the Purchasing Agent, are hereby approved: FILE NUMBER VENDOR AMOUNT 5594 International Business Consultants Inc. $500,000 dba IBC Construction Corporation ��C�`�`ION 2. The City Council hereby finds that this bid, and the award thereof, constitutes a procurement of items that are available from only one source, including, items that are only available from one source because of patents, copyrights, secret processes or natural monopolies; films, manuscripts or books; electricity, gas, water and other utility purchases; captive replacement parts or components for equipment; and library materials for a public library that are available only from the persans holding exclusive distribution rights to the materials; and need not be submitted to competitive bids. SECTION 3. The acceptance and approval of the above items shall not constitute a contract between the City and the person submitting the quotation for such items until such person shall comply with all requirements specified by the Purchasing Department. SECTION 4. The City Manager is hereby authorized to execute any contracts relating to the items specified in Section 1 and the expenditure of funds pursuant to said contracts is hereby authorized. SECTION 5. The City Council of the City of Denton, Texas hereby expressly delegates the authority to take any actions that may be required or permitted to be performed by the City of Denton under File 5594 to the City Manager of the City of Denton, Texas, or his designee. SECTION 6. This ordinance shall become effective immediately upon its passage and approval. PASSED AND APPROVED this the ��` �F� da of '���,. � Lf�� �'�£� y 2014. �� � Y �.u�`"� �� .� �i , �... � CHRIS WATTS, MAYOR ATTEST: JENNIFER WALTERS, CITY SECRETARY �- BY: � � � � '�,�.... �� ; . APPROVED AS TO LEGAL FORM: ANITA BURGESS, CITY ATTORNEY � BY; .. �, �� °�`�'`� ���� ���� � CONTRACT BY AND BETWEEN CITY OF DENTON, TEXAS AND IBC CONSTRUCTION (FILE #5594) � r THIS CONTRACT is made and entered into this day of ����� ���°_��,rv�„�,��� ,,��,,,. 2014, by and between International Business Consultants, Inc., d.b.a. 1'L�� Construction, a Corporation, whose address is 6512 Dogwood View Parkway, Suite A, Jackson, Mississippi 39213, hereinafter referred to as "Contractor," and the CITY OF DENTON, TEXAS, a Texas Municipal Corporation and Home-Rule City, hereinafter referred to as "City," to be effective upon approval of the Denton City Council and the subsequent execution of this Contract by the Denton City Manager or his duly authorized designee. For and in consideration of the covenants and agreements contained herein, and for the mutual benefits to be obtained hereby, the parties agree as follows: SCOPE OF SERVICES Contractor shall provide construction services in accordance with the City's engineered specifications and plans (File #5594), a copy of which is on file at the office of Purchasing Agent and incorporated herein for all purposes as "Exhibit B". The Contract consists of this written agreement and the following items which are attached hereto and incorporated herein by reference: (a) Special Terms and Conditions (Exhibit "A"); (b) City of Denton Engineered Specifcations and Plans — File # 5594 (Exhibit "B"); (c) City of Denton Standard Terms and Conditions (Exhibit "C"); (d) Payment and Performance Bonds (Exhibit "D"); (e) Insurance Requirements (Exhibit "E"); (� Form CIQ — Conflict of Interest Questionnaire (Exhibit "F"); (g) Contractor's Proposed Pricing (Exhibit "G"); (h) Surety's Funds Administration Agreement. (Exhibit "H") These documents make up the Contract documents and what is called for by one shall be as binding as if called for by all. In the event of an inconsistency or conflict in any of the provisions of the Contract documents, the inconsistency or conflict shall be resolved by giving precedence first to this written Contract, and then to the contract documents in the sequential order in which they are listed above. These documents shall be referred to collectively as "Contract Documents." IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. �4�� �� Z��, M , � � , , � � � � � � , B � A��� .6�" �, �' �'�° � y� Y� �_. —r���. �? .� °�.� _. ATTEST: JENNIFER WALTERS, CITY SECRETARY .� � � ��� � �u . By. � � :��� �� � � �' ��� �� � � ,� �f ��>������ �°r:�*�_� as ����� LEGAL Fo�: ANITA BURGESS, CITY ATTORNEY .��-..��a� By: ��"� � ���� �� ,„�� ,d . � ,. ---- - ------- ��'� "CONTRACTOR" �. � . p , � "��..,: ._.�,�.�� o'�" �� �.m� � � � .,� �+�,�,...�. .... .. � �.... � ........ .... �„ � � �, �� �.�.�.. .� � "� � � �� �, � B: � �' � �, �,��� Y " � m. �"�11�� � �-iOf�l��"�N?i�` �GNATURE TYPED��M�:: ��Ad,�� �';�� � � � � � ���, ,r.,��� �� a . �� � m�... �' � . ,� �,, � „,. , TITLE � � ���" �� , �.,. �� ��,.�........... , . . � �, � � � ,� .� _ �����,� �� ,� �..i... � ���°� ,. � � . PHONE NUMBER .�.._ � ,,........ .��...� � � �(h m��.. �, ti P tl��w ^'M� � IV � u I'�...., �� .,ti�ll �..µ , p �._.�,"..��...... �j� �* 1 �' '� h � � A � `. .. . E-MAIL ADDRESS CITY OF DENTON, TEXAS A Texas Municipal Corporation B G r/1G�� C�' ly,!/ \, Y• , ,,. � � _..._. CEO ��fi��( M:�� ... _. 1'"C i...,l � ��� ���`��� �"��� ����,�������� �¢��...�. � � � l� � �� Page 2 of 91 EXHIBIT A SPECIAL TERMS AND CONDITIONS The intent of this project is to obtain complete restoration of the identified pavement areas located at the Denton Enterprise Airport in Denton, Texas. CONTItACT TEKIVI The contract term is for a one (1) year period. The City and the Contractor shall have the option to renew this contract for an additional two (2) one-year periods. The Contract shall commence upon the issuance of a Notice of Award by the City of Denton and shall automatically renew each year, from the date of award by City Council, unless either party notifies the other prior to the scheduled renewal date in accordance with the provision of the section titled "price adjustments", or the section(s) titled "termination". At the sole option of the City of Denton, the Contract may be further extended as needed, not to exceed a total of six (6) months. TOTAL CONTRACT VALUE The contact total for services shall not exceed $500,000. Pricing shall be per Exhibit G attached. PRICE ADJUSTM�NTS Prices negotiated for this service must be firm for a period of one year from date of contract award. Any request for price increase must be based on the Consumer Price Index, Inflation Calculator, or competitive wage adjustment. Request must be submitted in writing with supporting evidence for need of such increase to the Purchasing Manager at least 60 days prior to contract expiration of each year. Contractor must also provide supporting documentation as justification for the request. Upon receipt of such request, the City of Denton reserves the right to either: accept the escalation as competitive with the general market price at the time, and become effective upon the renewal date of the contract award or reject the increases within 30 calendar davs after receipt of a properly submitted request. If a properly submitted increase is rejected, the Contractor may request cancellation of such items from the Contract by giving the City of Denton written notice. Cancellation will not go into effect for 15 calendar davs after a determination has been issued. Pre-price increase prices must be honored on orders dated up to the official date of the City of Denton approval and/or cancellation. The request can be sent by e-mail to: purchasin�(a�cityoidenton.com Or mail to: City of Denton Attn: Purchasing Manager File # 5594 901 B Texas Street Denton, Texas 76209 Or call: City of Denton Purchasing (940) 349-7100 Page 3 of 91 The City of Denton reserves the right to accept, reject, or negotiate the proposed price changes. ASSIGNMFNT The successful contractor shall not sell, assign, transfer or convey this contract in whole, or part, without the prior written consent of the Purchasing Manager. Qi1ANT�T�F S The quantities indicated on the drawings and in the Technical Specification (Exhibit B) are believed to be accurate but shall be considered only as estimates. The project requires complete and functional construction in accordance with the Technical Specifications in Exhibit B. Differences between the quantities of material required and the estimated quantities will not be considered as basis for a change in the unit price for the project. In submitted proposal, the Contractor is stating that he or shee has reviewed the project drawings and specifications and understands their intent and has checked the quantities and dimension and is asserting that the proposal is intended to account for all conditions and quantities to complete the project as described in the plans and specification. AUllIT The City shall have the right to audit and make copies of the books, records and computations pertaining to this agreement. The successful Contractor shall retain such books, records, documents and other evidence pertaining to this agreement during the contract period and five years thereafter, except if an audit is in progress or audit fndings are yet unresolved, in which case records shall be kept until all audit tasks are completed and resolved. These books, records, documents and other evidence shall be available, within 10 business days of written request. Further, the Contractor shall also require all Subcontractors, material suppliers, and other payees to retain all books, records, documents and other evidence pertaining to this agreement, and to allow the City similar access to those documents. All books and records will be made available within a 50 mile radius of the City of Denton. The cost of the audit will be borne by the City unless the audit reveals an overpayment of 1% or greater. If an overpayment of 1% or greater occurs, the reasonable cost of the audit, including any travel costs, must be borne by the Contractor which must be payable within five business days of receipt of an invoice. Failure to comply with the provisions of this section shall be a material breach of this contract and shall constitute, in the City's sole discretion, grounds for termination thereof. Each of the terms "books" "records" "documents" and "other evidence" as used above shall be construed , , , , to include drafts and electronic files, even if such drafts or electronic files are subsequently used to generate or prepare a final printed document. PREVAILING WAGE RATES In accordance with Texas Government Code 2258, the awarded contractor shall comply with prevailing wage rates as defined by the United States Department of Labor Davis-Bacon Wage Determination at http://www.dol.�ov/whd/contracts/dbra.htm and at the Wage Determinations website www.wdol. ov for Denton County, Texas (WD-2509). Notwithstanding any other provision of this Contract, the awarded contractor hereby represents and warrants that the contractor shall pay to each of its employees a wage not less than what is currently known as the "Federal Minimum Wage" and any increase or amendments thereto. Page 4 of 91 Furthermore, contractor shall produce proof of compliance with this provision by contractor to the City. The City shall withhold payments due to contractor until contractor has complied with this provision. Prior to any payment being made for work satisfactorily completed and accepted, contractor shall submit wage rate affidavits with its billing documents affirming that all employees have been paid not less than the current "Federal Minimum Wage". Additional Requirements: 1. The Contractor shall be responsible for all milling removals, and any excess soil that will require removal. The millings shall be left on the designated area on airport property. Contractor shall coordinate with the Airport Field Services Supervisor. 2. Pre-Construction Meeting: Prior to commencement of the services, the City and the Contractor will conduct a pre-construction meeting to review the overall scope, schedule, deliverables, planning process, and to insure that all relevant parties to the project are introduced. 3. Contractor Standards of Performance: The contractor shall prosecute the work diligently with skilled craftsmen and with state-of-the-art methods to complete the work within the time stated in the proposal or such time extensions as may be granted. 4. Monthly Reports: The awarded Contractor shall provide to the City of Denton, detailed reports of daily work conditions, daily man power availability, equipment problems, and work accomplished on a monthly basis. 5. Expected Project Timeline: The City of Denton expects the project duration to be 120 days from the notice to proceed date until substantial completion. Substantial completion shall be defined as the project is ready to be turned over the City with the punch list items pending. The final completion shall be 150 days from the notice to proceed date, which includes the completion of all pending punch list items to the satisfaction of the City's project manager. 6. Safety: All contractors to the City of Denton are required to ensure absolute safety standards are applied and enforced. The City of Denton will not be responsible for individual contractor safety, and the awarded contractor shall not hold the City of Denton responsible. Known hazards shall immediately be reported to the Project Manager and all safety precautions shall be taken to prevent potential safety issues from occurring. 7. Environmental Hazards: There are no known safety or environmental hazards existing on the project site at the time of issue of this RFP. The City does not warrant or guarantee against the possibility that safety or environmental hazards or potential hazards may exist at the City's facilities. The Contractor shall be responsible for identifying any hazardous conditions and notifying the City verbally of such conditions as soon as possible after discovery and shall follow up in writing within 10 days of such discovery. The costs for necessary investigations or any potential corrective actions will be negotiated between the City and the Contractor. Page 5 of 91 INVOICES AND PAYMENT PROCESSING: Pavment processing: Partial payments to the Contractor will be made on the basis of detailed bi-monthlv statements rendered to and approved by the City through its City Manager or his designee; however, under no circumstances shall any bi-month�l r statement for services exceed the value of the work performed at the time a statement is rendered. Nothing contained in this section shall require the City to pay for any work which is unsatisfactory, as reasonably determined by the City Manager or his designee, or which is not submitted in compliance with the terms of this Agreement. The City shall not be required to make any payments to the Contractor when the Contractor is in default under this Agreement. Direct deposit for payments: Contractors are encouraged to arrange for receiving payments through direct deposit. Information regarding direct deposit payments is available from the City of Denton Purchasing website: www.dentonpurchasin *.�com. Invoices: Invoices shall be sent directly to the City of Denton Accounts Payable Department, 215 E McKinney St, Denton, TX, 76201-4299 with a copy to the attention of Julie Mullins, Denton Enterprise Airport, 5000 Airport Road, Denton, TX 76207-4504. The copy may also be emailed to Ms. Julie Mullins at Julie.Mullinsncitvofdenton.com. Invoices must be fully documented as to labor, materials, and equipment provided, if applicable, and must reference the City of Denton Purchase Order Number in order to be processed. No payments shall be made on invoices not listing a Purchase Order Number. Invoices for partial payments on construction projects can be presented bi-monthly and submitted on the Pay Application Form. TAX EXEMPTION: The City of Denton qualifies for sales tax exemption pursuant to the provisions of Article 20.04 (F) of the Texas Limited Sales, Excise and Use Tax Act. Any Contractor performing work under this contract for the City of Denton may purchase materials and supplies and rent or lease equipment sales tax free. This is accomplished by issuing exemption certificates to suppliers. Certificates must comply with State Comptroller's ruling #95-0.07 and #95-0.09. PAYMENTS TO CONTRACTORS: A. Upon presentation of valid invoices, which should be within the first three days of each bi- monthly period, the Owner shall make partial payments to the Contractor for construction accomplished during the preceding bi-monthly period on the basis of completed construction certified to by the Contractor and approved by the Owner and Architect/Engineer solely for the purposes of payment: Provided, however, that such approval shall not be deemed approval of the workmanship or materials. Only ninety-fve percent (95%) of each payment request approved during the construction of the project shall be paid by the Owner to the Contractor prior to completion of the project. Upon the approval by the Owner of the Contractor's "Final Invoice for Payment" showing the total cost of the construction performed, the Owner shall make payment to the Contractor of all amounts to which the Contractor shall be entitled there under which shall not have been paid: Provided, however, that such final payment shall be made not later than ninety (90) days after the date of completion of construction of the project, as specified in the Final Invoice for Payment, unless withheld because of the fault of the Contractor. Page 6 of 91 B. The Contractor shall be paid on the basis of the percentage of the work actually completed for each construction item. The total amount paid for periodic billings shall not exceed the maximum contract price for the construction of the project as set forth in the contract, unless such excess shall have been approved in writing by the Purchasing Agent as part of a change order. C. No payment shall be due while the Contractor is in default in respect of any of the provisions of this contract, and the Owner may withhold from the Contractor the amount of any claim by any third party against either the Contractor or the Owner based upon an alleged failure of the Contractor to perform the work hereunder in accordance with the provisions of this contract. This includes alleged failure of the Contractor to make payments to subcontractors. RELEASE OF LIENS AND CERTIFICATE OF CONTRACTOR: Upon award of the contract, the Contractor shall inform the Owner of the subcontractors and material sources that will be used. Upon the completion by the Contractor of the construction of the project, but prior to final payment to the Contractor, the Contractor shall deliver to the Owner releases of all liens, and of rights to claim any lien, from all manufacturers, material-men, and subcontractors furnishing services or materials for the project, to the effect that all materials or services used on or for the project have been paid for and indicating that the Owner is released from all such claims. PAYMENTS TO MATERIAL-MEN AND SUBCONTRACTORS: The Contractor shall pay each material-men, and each subcontractor, if any, not later than five (5) days after receipt of any payment from the Owner, the amount thereof allowed the Contractor for and on account of materials furnished or construction performed by each material-men or each subcontractor. REMEDIES: A. Completion of Contractor's Default If default shall be made by the Contractor or by any subcontractor in the performance of any of the terms of this proposal, the Owner, without in any manner limiting its legal and equitable remedies in the circumstances, may serve upon the Contractor and the Surety or Sureties upon the Contractor's bond or bonds a written notice requiring the Contractor to cause such default to be corrected forthwith. Unless within twenty (20) days after the service of such notice upon the Contractor such default shall be corrected or arrangements for the correction thereof satisfactory to the Owner and/or Engineer shall be made by the Contractor or its Surety or Sureties, the Owner may take over the construction of the project and prosecute the same to completion by contract or otherwise for the account and at the expense of the Contractor, and the Contractor and its Surety or Sureties shall be liable to the Owner for any cost or expense in excess of the contract price occasioned thereby. In such event the Owner may take possession of and utilize, in completing the construction of the project, any materials, tools, supplies, equipment, appliances, and plant belonging to the Contractor or any of its subcontractors, which may be situated at the site of the project. The Owner in such contingency may exercise any rights, claims or demands which the Contractor may have against third persons in connection with this contract and for such purpose the Contractor does hereby assign, transfer and set over unto the Owner all such rights claims and demands. Page 7 of 91 B. Liquidated Damages The time of the completion of construction of the project is of the essence of the contract. Should the Contractor neglect, refuse or fail to complete the construction within the time herein agreed upon, after giving effect to extensions of time, if any, herein provided, then, in that event and in view of the difficulty of estimating with exactness damages caused by such delay, the Owner shall have the right to deduct from and retain out of such money which may be then due or which may become due and payable to the Contractor the sum of ONE THOUSAND FIVE HLJNDRED DOLLARS ($1,500.00) per day for each and every day, including weekends, that such construction is delayed on its completion beyond the speciiied time, as liquidated damages and not as a penalty; if the amount due and to become due from the Owner to the Contractor is insufficient to pay in full any such liquidated damages, the Contractor shall pay to the Owner the amount necessary to effect such payment in full: Provided, however, that the Owner shall promptly notify the Contractor in writing of the manner in which the amount retained, deducted or claimed as liquidated damages was computed. C. Cumulative Remedies Every right or remedy herein conferred upon or reserved to the Owner shall be cumulative, shall be in addition to every right and remedy now or hereafter existing at law or in equity or by statute, and the pursuit of any right or remedy shall not be construed as an election. Provided, however, that the provisions of the REMEDIES SECTION shall be the exclusive measure of damages for failure by the Contractor to complete the construction of the project within the time herein agreed upon. Page 8 of 91 CONTRACT #5594 EXHIBIT B- SEALED SPECIFICATIONS K � � , �� � �_ �f- ° �„ " -�►, � � ; �' � ` > : � "' ' , � +`�Y, :.w , 2,' �, �l '. �/ � , l?' i , 1, f- %" �f � � �. � �, �� �: �,�' .1, � � � � �, �� o �'',,������� ����� � ' ����"�� �r dm.o � � � ,���� , �� � � �.��.� �"�� TECHNICAL SPECIFICATIO KSA Mobilization and Project Schedule .......................................................... Shop Drawings, Project Data, and Samples ............................................ Barricades and Markings for Pavement Closures .................................... Cold Milling Asphalt Pavement ................................................................ Pavement Marking Obliteration ............................................................... Cold Milling Concrete Pavement ............................................................. ,,.........e....e......... S-01 .......................... S-02 ..w ....................... S-03 .......................... S-08 .............................. S-19 .............................. S-32 Polymer Micro-Overlay for Airfields ..................................................................................e...� S-55 FAA Runway and Taxiway Painting .......................................................................... ATTACHMENTS AC No: 150/5370-2F Operational Safety on Airports During Construction ,.....,..... P-620 ITEM S-1 PROJECT SCHEDULE AND MOBILIZATION DESCRIPTION S-1-1.1 The work covered by this section consists of preparatory work and operations, including but not limited to those necessary for the movement of personnel, equipment, supplies, and incidentals to the project site; for the establishment of all offices, buildings, and other facilities necessary for work on the project; and for all other work and operations which must be performed or costs incurred prior to beginning work on the various items on the project site. This item shall also cover the preparation of a Safety Plan Compliance Document (SPCD) if required by FAA. The Contractor shall prepare a SPCD in accordance with FAA AC 150/5370-2F, Operational Safety on Airports during Construction, or latest version, and submit to the Engineer and Airport operator. This item shall also cover the mandatory project schedule to be updated and provided to the Engineer, as described herein. S-1-1.2 PROJECT SCHEDULE. A complete project schedule shall be provided by the Contractor at the Pre-Construction meeting and shall be explained by the Contractor to the meeting attendees. Any necessary runway and /or taxiway shutdown dates may be determined at the Pre-Construction meeting, or at a later time, as approved by the airport manager and coordinated by the Resident Project Representative. Interim project schedules shall be provided prior to processing each month's pay request and shall include the following, as necessary: a. Original baseline schedule; b. Updated schedule to current construction activity; c. Adjusted critical path; and d. Adjusted runway and/or taxiway shutdown dates. Each month's pay request will not be processed until the updated interim project schedule has been submitted to the Engineer. Any delay in the Engineer receiving the updated interim project schedule will cause a delay in processing that month's pay request. Refer to the General Notes as shown on the plans for any additional requirements. S-1-1.3 STAGING AREA. The area designated on the plans as the Contractor's staging area, including ingress and egress to the construction site and access road, shall be prepared for the storage of equipment and supplies. This shall include, but not be limited to, grading, gates (for the Contractor's equipment and supplies), power supply, telephone service, field offices, etc., necessary for the Contractor to perform his responsibilities as required by the Contract. Restoring the site to pre-project conditions by grading and establishing grass shall be included in this item. The installation of a safety fence around the perimeter of the staging areas shall also be included in this bid item, as necessary. S-1-1.4 ADDITIONAL REQUIREMENTS. Refer to the General Notes as shown on the plans for additional requirements. METHOD OF MEASUREMENT S-1-2.1 Mobilization shall be measured by each per work order. BASIS OF PAYMENT S-1-1 S-1-3.1 All work covered by this section will be paid for at the contract lump sum price for "Mobilization." Partial payments for the "Mobilization, Insurance, Etc." bid item will be made with the first and second partial pay estimates paid on the contract, and will be made at the rate of 50% of the lump sum price for "Mobilization, Insurance, Etc." on each of these partial pay estimates, provided the amount bid for "Mobilization, Insurance, Etc." does not exceed 5% of the total amount bid for the contract. Where the amount bid for the item of "Mobilization, Insurance, Etc." exceeds 5% of the total amount bid for the contract, 2-1/2% of the total amount bid will be paid on each of the first two partial pay estimates, and that portion exceeding 5% will be paid on the last partial pay estimate. Payment will be made under: Item S-1-3.1 Mobilization, Insurance, Etc. Each Per Work Order END OF ITEM S-1 S-1-2 ITEM S-2 SHOP DRAWINGS, PROJECT DATA, AND SAMPLES DESCRIPTION S-2-1.1 Contractor shall furnish all labor, materials, tools, equipment, and perform all work and services necessary for or incidental to the furnishing, processing, delivery, reproduction and other necessary functions incidental to scheduling and handling of shop drawings, project data, and samples as indicated on the plans and/or as specified, in accordance with provisions of the Contract Documents, and completely coordinated with work of all trades. a. Although such work is not specifically shown or specified, all supplementary or miscellaneous items, appurtenances, and devices incidental to or necessary for completion of work under this item shall be furnished and performed as part of this item. b. See appropriate sections for specific items for which data and/or samples are required. See General Conditions for additional information. S-2-2.1 SUBMITTAL, ADDRESS. Submit all items to: KSA Engineers, Inc. Attn: ID-009 Project Manager 8875 Synergy Drive McKinney, Texas 75070 S-2-3.1 SUBMITTALS, GENERAL. a. Contractor shall be responsible for and make all submissions. Transmit all items with 2 copies of letter of transmittal. b. Each transmittal will be sequentially numbered starting with No. 1 (1) An item that is resubmitted will retain the original number but with an added suffix starting with A. (2) Only one specification division should be covered by one letter of transmission. (3) Sufficient catalog information together with catalog cuts and technical data must be submitted to allow an evaluation to be made to determine whether or not the item in question is acceptable. c. No submittals will be returned to subcontractors. Submittals transmitted to the Engineer by anyone other than the Prime Contractor will be returned to the Prime Contractor. d. Submit items sufficiently in advance of date required to allow reasonable time for review, and to allow for resubmission if necessary. Items submitted without Contractor's approval stamp will be returned, without action, for resubmission. Items that are not submitted in accord with the provisions of this item will be returned, without action, for resubmission. e. Operation and Maintenance Manual, and/or warranties where required, shall be separate transmittal. S-2�.1 SUBMITTALS, SHOP DRAWINGS PROCEDURE. a. Submit to address indicated above. Identify submittals as to manufacturer, item, use, type, project designation, specification section or drawing detail reference, and other pertinent information. S-2-1 b. Submit a minimum of four (4) copies of each submittal until approval is obtained. Submit in or around mailing tube; do not fold. c. Allow clear space for stamping on right hand side. Contractor shall stamp his approval on drawings prior to submission to Engineer as indication of his checking and verification of dimensions and coordination with interrelated items. Marks on submittals by Contractor shall not be in red. d. Submit standard items like equipment brochures, cuts of fixtures, or standard catalog items (reproducible not required). Indicate exact item or model and all proposed options. Include scale details, sizes, dimensions, performance characteristics, capacities, wiring diagrams, controls, and other pertinent data. The number of submittal copies to be supplied is in general a minimum of four (4) for Engineer plus the number required by the Contractor; however, the number required by Engineer can be varied and is dependent on the location of the job and the number of drawings required by the Owner. S-2-5.1 SUBMITTALS, SAMPLES. a. Submit to address indicated above. Identify submittals as to manufacturer, item, use, type, project designation, specification section of drawing detail reference, and other pertinent information. b. Forward with transmittal letters. Include brochures, shop drawings, and installation instruction. Contractor shall stamp his approval on drawings prior to submission to Engineer as indication of his checking and verification of dimensions and coordination with interrelated items. Resubmit samples of rejected items. c. Approved samples submitted or constructed, constitute criterion for judging completed work. Finished work or items not equal to samples will be rejected. d. Samples will be retained for comparison purposes and/or the Contractor shall remove samples as directed. Contractor shall pay all costs of furnishing and removing samples. S-2-6.1 SUBMITTALS, APPROVAL OR REJECTION, a. Transmittals returned with Approval are considered ready for fabrication and/or installation. If for any reason a transmittal that has an A or B approval is resubmitted, it must be accompanied by a letter pointing out the changes that have been made and the reason for the re-submittal. It shall be the Contractor's responsibility to assure that the previously approved documents are destroyed when they are superseded by a re-submittal as such. b. Transmittals with approval combined with Action "Revise and ResubmiY' or "Rejected" will be individually analyzed giving consideration as follows: (1) If the items or system proposed is acceptable and the majority of the major individual components (Drawings or pocuments) are in compliance; however, there are some minor items not in compliance. The portion of the transmittal given "Revise and ResubmiY' or "Rejected" will not be distributed (unless previously agreed to otherwise). Two (2) copies of the "Revise and Resubmit" or "Rejected" drawings will be marked up and returned to the Contractor. It shall be the Contractor's responsibility to insure that these items are corrected and resubmitted. Items marked "Approved" will be fully distributed. S-2-2 (2) If the items or system proposed are acceptable; however, the major part of the individual drawings or documents are incomplete or require revision, the entire submittal will be given "Revise and ResubmiY' or "Rejected" action. Again, it is reiterated that this is at the sole discretion of the Engineer and some drawings may contain relatively few or no comments for the statement, "ResubmiY' to maintain a complete package. Distribution to the Owner and field will not be made unless previously agreed to otherwise). (3) Approval is general and does not: permit departure from Contract Documents; relieve Contractor from responsibility for errors in detail, dimensions or related items; approve departure from previous instructions or details; components, wiring, etc., required to make item operational or usable. (4) Manufacture or fabrication of items prior to final approval is at Contractor's own risk. S-2-7.1 REQUIRED SHOP DRAWINGS, CERTIFICATE, OR REPORTS. Shop drawings, certificate, or reports shall be submitted on the following items, as appropriate, for approval. The following list is not considered all-inclusive. The Contractor shall supply all submittals required by the plans and specifications. a. Concrete Mix Design for each class of concrete used b. Reinforcing Steel c. Seed, Fertilizer, Hydromulch, Lime, and Nutrients Certificates d. Joint Sealing Materials (Backer Rods, Sealants & Expansion Material) e. Glass Beads for Pavement Markings f. Aggregate Samples and Test Results for Crushed Aggregate Base Material g. HMAC Mix Designs h. Lime Certificates and Data for Material to be Used in Lime Stabilized Subgrade i. Erosion Control Matting j. Silt Fencing k. Precast Headwalls and/or Safety End Treatments I. Pavement Paint Certificates m. Bituminous Prime Coat n. Bituminous Tack Coat o. Reinforced Concrete Pipe p. Pipe Bedding Material q. Storm Water Pollution Prevention Plan (Not for Review) r. Embankment Material s. Topsoil t. Electrical Components u. Structural Geogrid Subgrade Materials v. Underdrain Materials END OF ITEM S-2 S-2-3 This Page Intentionally Left Blank S-2-4 ITEM S-3 BARRICADES AND MARKINGS FOR PAVEMENT CLOSURES DESCRIPTION S-3-1.1 The work covered by this section consists of furnishing all materials, equipment, and labor and perForming all necessary operations to maintain a satisfactory and safe barricade system, runway and taxiway closures and temporary displaced thresholds for the duration of the project. The required project barricades, markings and lighting are detailed in the project plans. The Contractor shall be responsible for maintaining the barricades, lights, markings and displaced thresholds in their proper location, in good working order, and clean for 24 hours per day throughout the contract period. S-3-1.2 The Contractor will be required to remove barricades and runway or taxiway closure markings at the end of the work day and to reinstall the same prior to commencing work the following morning in some cases to allow for the reopening of certain sections of the airport for evening and night-time operations. S-3-1.3 This section also includes the installation and maintenance of temporary displaced threshold markings (out board) with temporary displaced threshold lights in accordance with the details in the plans. METHOD OF MEASUREMENT S-3-2.1 Measurement for this item will be by lump sum as the work progresses. BASIS OF PAYMENT S-3-3.1 All work performed and materials furnished as prescribed in this item shall be measured and paid for at the contract lump sum price for "Barricades and Markings for Pavement Closures". The total lump sum shall be paid pro-rata per month and the monthly amount shall be calculated by dividing the lump sum by the contract time in months. Payment will be made under: Item S-3-3.1 Barricades and Markings for Pavement Per lump sum Closures END OF ITEM S-3 �� This Page Intentionally Left Blank S-3-2 ITEM S-8 COLD MILLING ASPHALT PAVEMENT DESCRIPTION S-8-1.1 This item covers the removal of existing asphalt pavement by cold milling in accordance with these specifications and in conformity to the dimensions and details shown on the plans. This item includes the on-site disposal of the pavement materials designated to be removed. Areas of cold milling asphalt pavement have been estimated in the Bid Proposal. The actual locations of cold milling will be as determined by construction surveys and as directed by the Engineer. CONSTRUCTION METHODS S-8-2.1 GENERAL. No cold milling shall be started until the work has been laid out by the Contractor and approved by the Engineer. All removed pavement millings shall be disposed of on airport property, at a location designated by the Owner. All hauling will be considered a necessary and incidental part of the work. Its cost shall be considered by the Contractor and included in the contract unit price for the payment of items of work involved. No separate payment will be made for hauling on any part of the work. At the direction of the Engineer, the material removed shall be spread and compacted with vibratory and steel wheeled compaction equipment. S-8-2.2 COLD MILLING. The Contractor shall provide self-propelled equipment with sufficient power, traction and stability to maintain an accurate depth of cut and slope. The equipment shall be capable of accurately and automatically establishing profile grades along each edge of the machine by referencing from the existing pavement by means of a ski or matching shoe, or from an independent grade control, and shall have an automatic system for controlling cross-slope at a given rate. The number of passes and the depth of each pass required to obtain the total depth to be removed shall be determined by the Contractor. The milling machine shall have an effective means for preventing dust resulting from the operation from escaping into the air. Provisions shall be made, either integrally with the milling machine or by the use of additional equipment, to remove the material being cut from the surFace of the pavement. Cut materials shall not be allowed to enter storm or sanitary sewer systems, or to be discarded or blown onto the shoulder areas of the runways or taxiways. METHOD OF MEASUREMENT S-8-3.1 Cold milling measurement shall be based on the measured area of pavement cold milled at the locations directed by the Engineer. Cold milling areas will be measured by the length and width of the cold milled area, regardless of depth. Measurement shall not include the quantity of materials removed without authorization beyond normal slope lines, or the quantity of material used for purposes other than those directed. BASIS OF PAYMENT S-8-4.1 Cold milling shall be paid for at the contract unit price bid for "Patch and Repair", which price shall be full compensation for all cold milling, removal, disposal or placement and compaction of asphalt millings, and for all equipment, tools, labor and incidentals necessary to complete the work. Payment shall be made under: Item S-55 Patch and Repair Per square foot END OF ITEM S-8 S-8-1 This Page Intentionally Left Blank S-8-2 ITEM S-19 PAVEMENT MARKING OBLITERATION DESCRIPTION S-19-1.1 This items covers the obliteration (complete removal) of existing pavement markings (paint and rubber) by either water blasting, sand blasting, or shot blasting (at the Contractor's option) in accordance with these specifications and in conformity to the dimensions shown on the plans. This item includes the cleanup and disposal of the markings and other materials used in the removal of the pavement markings. Areas of pavement marking obliteration have been estimated for bidding purposes. The actual locations of pavement marking obliteration will be as shown on the plans or directed by the Engineer. CONSTRUCTION METHODS S-19-2.1 GENERAL. No pavement marking obliteration shall be started until the work has been laid out by the Contractor and approved by the Engineer. S-19-2.2 PAVEMENT TYPE/ CONDITION AND MARKING TYPEI CONDITION. If necessary, the Contractor shall visually inspect the pavement type and condition and the markings type and condition prior to bidding to estimate the effort required to remove the markings. The Contractor shall coordinate with the Engineer for access to the pavement markings during the bidding phase. S-19-2.3 PAVEMENT MARKING OBLITERATION TECHNIQUES. The Contractor may use any of the following techniques to obliterate the existing markings, provided the resulting work fully complies with the performance requirement described in the following section: a. Water blasting; b. Sand blasting; or c. Shot blasting. Any other types of obliteration techniques which meet the performance requirements described below may be submitted for consideration by the Engineer. The Engineer's decision to approve or disapprove other techniques is final. S-19-2.4 PERFORMANCE REQUIREMENT. The obliteration technique shall completely remove all of the pavement markings (paint and rubber) leaving clean bare pavement with no visible marking remnants. The obliteration technique shall not damage the existing pavement in any way. If the pavement is grooved or textured, the obliteration technique shall not damage the grooves or texture and shall not decrease the pavement friction factor. If the pavement is damaged, it shall be repaired at the Contractor's expense by methods and means acceptable to the Engineer. S-19-2.5 CLEANUP. Immediately upon completion of each day's work, or more frequently if required to maintain traffic, the Contractor shall completely clean the work area of all debris such as sand, excess water, and marking remnants resulting from the pavement marking obliteration. The debris disposal method and location shall be approved by the Engineer or the material shall be disposed of off the Owner's property. The Contractor shall not violate any local, state, or federal law or regulation in the disposal of the debris. METHOD OF MEASUREMENT S-19-3.1 The area of pavement marking obliteration shall be based on the measured area of completed and accepted pavement marking obliteration at the locations shown on the plans or as directed by the Engineer. Pavement marking obliteration will be measured by the length and width (square feet) of pavement marking obliteration approved by the Engineer. S-19-1 Measurement shall not include the quantity of pavement marking removed without the Engineer's authorization beyond normal removal limits as shown on the plans or as directed by the Engineer. BASIS OF PAYMENT S-19�.1 Pavement marking obliteration shall be paid for at the contract unit price bid for "Pavement Marking Obliteration", which price shall be full compensation for all pavement marking obliteration, removal and disposal of all removal debris such as sand or marking remnants; and for all equipment, tools, labor and incidentals necessary to complete the work. This price shall also include any costs associated with repairing damaged pavement. Payment shall be made under: Item S-19.4.1 Pavement Marking Obliteration Per square foot END OF ITEM S-19 S-19-2 ITEM S-32 COLD MILLING CONCRETE PAVEMENT DESCRIPTION S-32-1.1 This item covers the removal of existing concrete pavement by cold milling in accordance with these specifications and in conformity to the dimensions and details shown on the plans. This item includes the on-site disposal of the pavement materials designated to be removed. Areas of cold milling concrete pavement have been estimated in the Bid Form. The actual locations of cold milling will be as determined by construction surveys and as directed by the Engineer. CONSTRUCTION METHODS S-32-2.1 GENERAL. No cold milling shall be started until the work has been laid out by the Contractor and approved by the Engineer. All removed pavement millings shall be disposed of on airport property, at a location designated by the Owner. All hauling will be considered a necessary and incidental part of the work. Its cost shall be considered by the Contractor and included in the contract unit price for the payment of items of work involved. No separate payment will be made for hauling on any part of the work. At the direction of the Engineer, the material removed shall be spread and compacted with vibratory and steel wheeled compaction equipment. S-32-2.2 COLD MILLING. The Contractor shall provide self-propelled equipment with sufficient power, traction and stability to maintain an accurate depth of cut and slope. The equipment shall be capable of accurately and automatically establishing profile grades along each edge of the machine by referencing from the existing pavement by means� of a ski or matching shoe, or from an independent grade control, and shall have an automatic system for controlling cross-slope at a given rate. The number of passes and the depth of each pass required to obtain the total depth to be removed shall be determined by the Contractor. The milling machine shall have an effective means for preventing dust resulting from the operation from escaping into the air. Provisions shall be made, either integrally with the milling machine or by the use of additional equipment, to remove the material being cut from the surface of the pavement. Cut materials shall not be allowed to enter storm or sanitary sewer systems, or to be discarded or blown onto the shoulder areas of the runways or taxiways. METHOD OF MEASUREMENT S-32-3.1 Cold milling measurement shall be based on the measured area of pavement cold milled at the locations directed by the Engineer. Cold milling areas will be measured by the length and width of the cold milled area, regardless of depth. Measurement shall not include the quantity of materials removed without authorization beyond normal slope lines, or the quantity of material used for purposes other than those directed. BASIS OF PAYMENT S-32�.1 Payment shall be made at the contract unit price per square foot for Patch and Repair. This price shall be full compensation for all cold milling required to complete the work, hauling milled material to a stockpile area on the airport property, and for all labor, equipment, tools, and incidentals required to complete the work. Payment shall be made under: Item S-55 Patch and Repair Per square foot END OF ITEM S-32 S-32-1 This Page Intentionally Left Blank S-32-2 ITEM S-55 POLYMER MICRO-OVERLAY FOR AIRFIELDS DESCRIPTION S-55-1.1 This item consists of Polymer Composite Micro-Overlay applied on a previously prepared bituminous or concrete surFace, in accordance with these specifications, for the areas shown on the plans or as designated by the Engineer. The purpose of this overlay is to provide a fuel resistant surface and to rejuvenate and seal the pavement surface. MATERIALS S-55-2.1 POLYMER COMPOSITE MICRO-OVERLAY. The product used by the Contractor in the overlay of the Airport properties shall be concrete grey, Solar Reflective (SR) with an SR Index of approximately SRI 38, (ASTM E-1918). The Contractor must submit documentation of test results from a recognized authority or testing laboratory that supports an Index value of SRI 38 for the product quoted. The Solar Reflective characteristic of the product is required by the Airport to reduce the surface temperature of the existing asphalt and concrete pavement thus extending the life of the pavement and significantly lowering the life cycle costs of maintaining the pavement in good condition. All materials shall comply with FAA Engineering Brief No. 62 and shall have been approved in the past by TxDOT for use in airports. a. Polymer Composite Micro-Overlay System. The product to be used by the Contractor shall be a high strength, polymer cement overlay system designed to restore and preserve oxidized asphalt and concrete pavement and leave a highly durable, Solar Reflective, impermeable wearing course. The product designated by the Contractor to use in overlaying pavement surfaces must have a proven in-service history of over 10 years at multiple airport sites. A list of at least 6 installations that have been in-service for over 10 years shall be provided with the proposal. b. The polymer composite micro-overlay shall only be applied by rubber squeegee; applying by spraying is prohibited. The final surface shall be level and flat. c. The material must not exceed the Volatile Organic Compound (VOC), Content limit established for the airport locations. d. The manufacturer must certify that the project does not contain, mercury, lead, halogenated solvents, any added creosote, or any added crude tar. The manufacturer must identify the inclusion of any recovered and or post consumer use materials in the mixture. CONSTRUCTION METHODS S-55-3.1 WEATHER LIMITATIONS. The Polymer Composite Micro-Overlay must be applied only when the existing surFace is dry and the pavement surface temperature is above 50 degrees F. S-55-3.2 EQUIPMENT. The Contractor shall furnish all equipment, tools, and machines necessary for the performance of the work. No vehicle or equipment shall move upon active portions of the air operations area unless the vehicle is identified by a 3'x3' orange and white checkered flag or flashing amber lights and is monitoring the appropriate radio frequency or under the escort of a vehicle monitoring the appropriate frequency. S-55-3.3 CLEANING EXISTING SURFACE. The substrate that is to receive the PCMO system shall be cleaned of sand, dirt, dust, rock, or any other debris that could prevent proper adhesion. Cleaning shall be accomplished by minimum 3,500 PSI pressure washers, power broom, scraping, blowing, S-55-1 washing, or other approved methods necessary to assure bonding between the PCMO surface course and the substrate. a. Oil contamination. All oils, aviation fuels, hydraulic fluids or other contaminants on the surface of the existing pavement must be removed with a degreaser prior to applying the PCMO system. The degreaser must be of a type that does not contain sodium lauryl sulfate. Any oil spots or other areas identified as soft or unstable must first be milled to a depth at which a solid substrate is reached (see separate line item for Milling). The hole created by the milling shall be filled with Patch and Repair (see separate line item for Patch and Repair). S-55-3.4 CRACK FILLING. a. Small. All cracks ranging in width from 1/8" up to 3/4" shall be filled with a non-compressible crack filler. The crack filler shall be a polymer/cement/aggregate type and applied by hand squeegee, hand trowel or a squeegee type drag box. b. Large. All cracks 3/4" or greater in width shall be cleaned out to remove raveled aggregate, dirt, and organic matter. The cracks will be blown out with compressed air in a volume sufficient to remove any loose debris. These cracks shall then be filled with a non-compressible patch & repair product up to the existing elevation of the pavement surFace . The patch and repair product shall be a quick setting polymer/cement/aggregate type compound. S-55-3.5 PATCH AND REPAIR. a. Pot holes, deteriorated HMA patches and side wall erosion. All pot holes, large gouges, deteriorated asphalt patches and taxiway side wall erosion problems shall be cleaned and filled with a high-strength patch & repair compound. This material shall be applied using a hand applied squeegee and/or steel hand trowel. S-55-3.6 PRETREATMENT. Any substrates exhibiting spalling, abnormal wear or oxidation, scrapes and/or gouges, to the extent that they cannot be sufficiently covered with a single layer of the finish overlay, must be pretreated with a layer of PCMO overlay. All such areas shall be pressure washed ( 3500 PSI minimum) to remove all dirt, loose aggregate and organic contamination to sound and stable base pavement. These Pretreatment areas shall be covered with a single course of overlay material by hand applied rubber squeegee and/or steel pull blade to fill and level the pretreatment area prior to the final PCMO overlay system. S-55-3.7 MILLING. All areas that require milling shall be milled down to a depth of two (2) inches with a grinding width path of no less than eighteen (18) inches. STRIPING a. All overlaid areas will be re-striped in the same pattern as existing with suitable water based traffic marking paint. b. For taxiway and apron striping, all work to be done in accordance with FAA Specification P- 620 Runway and Taxiway Painting. METHOD OF MEASUREMENT S-55�.1 The Polymer Composite Micro-Overlay sealer shall be measured by the square foot. Crack filling shall be measured by the linear foot. Patch and Repair shall be measured by the square foot. Pretreatment shall be measured by the square foot. S-55-2 BASIS OF PAYMENT S-55-5.1 Payment shall be made at the contract unit price per unit. Payment will be made under: Item S-55 Polymer Composite Micro-Overlay Item S-55 Crack Filling (Small) Item S-55 Crack Filling (Large) Item S-55 Patch and Repair Item S-55 Pretreatment TESTING REQUIREMENTS Square Foot Linear Foot Linear Foot Square Foot Square Foot Phvsical Proqertv � Test Method���������,����� � ����� ����,��,���� ��������� � Minimum Test Value �����������������������������������������,.���,,,�n�m�m���m�����������. ���,,,,,,,,,,,,, ............................___...__._.___....�,. �n�,����fl,�,�rv�������������������������� Compressive Strenpth ASTM C-109 >3,800psi � �www�.� Solar Reflectivity Index ASTM E1918 ASTMC 38 1549 . Shear Bond Adhesion ASTM C-882 >550 PSI _..... _ _ � ....... Chemical Resistance � ASTM-C2299 Unaffected Skid resistance ( mixed) ASTM E-274 >40 Fuel Resistance �� ASTM D-2939 NO EFFECT WWWW Tensile Strenqth ASTM C-190 >600 PSI _.......... .� Resistance to De-icing ASTM C-672 NO EFFECT chemicals .�.... ___ ... Freeze-Thaw Scaling ASTM C-672-98 0(No Scaling) Resistance END OF ITEM S-55 � This Page Intentionally Left Blank S-55-4 Modifications to Item P-620 Runway and Taxiway Painting The standard specifications of Item P-620, Runway and Taxiway Painting, shall be modified and superseded as follows. The section numbers shown correspond to the section numbers in the specifications. 2.2 3.3 3.4 3.5 4.1 5.1 Delete paragraphs b, c, d, and e. All paint used on this project shall be waterborne. The use of epoxy, methacrylate, solvent- based, and preformed thermoplastic markings shall not be acceptable on this project. Add the following: Removal of paint and rubber from existing pavement surfaces shall be in accordance with Item S- 19, Pavement Marking Obliteration. Delete second sentence and replace with the following: All yellow, white, and red markings on this project shall receive glass beads. Delete second paragraph and replace with the following: The paint shall be mixed in accordance with the manufacturer's instructions and applied to the pavement with a marking machine at the rate(s) shown in Table 1. The addition of thinner will not be permitted. A period of time based on manufacturer's recommendations shall elapse between placement of new pavements, a bituminous surface course, or seal coat and application of the pa i nt. The paint shall be applied in two coats sprayed at 180 degrees from one another, such that the total paint applied after two coats shall equal the total application rate shown in Table 1. Curing prior to the second application shall be in accordance with the manufacturer's recommendations. Glass beads shall be required the final coat only. Add the following: Separate measurement of glass beads will not be made. Delete the entire section and replace with the following: Payment for painting shall be made at the contract unit price per square foot of painting performed in accordance with the requirements herein. Separate payment will not be made for glass beads. This price shall be full compensation for furnishing all materials and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item P-620 Pavement Markings Mobilization Item P-620-5.2 Pavement Markings (Reflective) END OF ITEM P-620-MOD P-620-MOD-1 Each Per Work Order Per square feet This Page Intentionally Left Blank P-620-MOD-2 �Y1:3t�1'�d;;�ll �;�; l54��"5A�7��_,�..�DI"' � ;� � .' � �. DESCRIF'TION 620-1.1 This item shall consist of the painting of numbers, markings, and stripes on the surface of runways, taxiways, and aprons, in accordance with these specifications and at the locations shown on the plans, or as directed by the Engineer. MATERIALS 620-2.1 MATERIALS ACCEPTANCE. The Contractor shall furnish manufacturer's certified test reports for materials shipped to the project. The certified test reports shall include a statement that the materials meet the specification requirements. The reports can be used for material acceptance or the Engineer may perform verification testing. The reports shall not be interpreted as a basis for payment. The Contractor shall notify the Engineer upon arrival of a shipment of materials to the site. 620-2.2 PAINT. Paint shall be [waterborne, epoxy, methacrylate, solvent-base, or preformed thermoplastic] in accordance with the requirements of paragraph 620-2.2 [ a]. Paint shall be furnished in [ ] in accordance with Federal Standard No. 595. a. Waterborne. Paint shall meet the requirements of Federal Specification TT-P-1952E, [Type I, Type II, or Type III]. b. Epoxy. Paint shall be a two cornponent, minimum 99 percent solids type system conforming to the following: (1) Pigments. Component A. Percent by weight. (a) White: Titanium Dioxide, ASTM D 476, type II shall be 18 percent minimum (16.5 percent minimum at 100 percent purity). (b) Yellow and Colors: Titanium Dioxide, ASTM D 476, type II shall be 14 to 17 percent. Organic yellow, other colors, and tinting as required to meet color standard. Epoxy resin shall be 75 to 79 percent. (2) Epoay Cantent. Component A. The weight per epoxy equivalent, when tested in accordance with ASTM D 1652 shall be the manufacturer's target plus or minus 50. (3) Amine Number. Component B. When tested in accordance with ASTM D 2074 shall be the manufacturer's target plus or minus 50. (4) Prohibited Materials. The manufacturer shall certify that the product does not contain mercury, lead, hexavalent chromium, halogenated solvents, nor any carcinogen as defined in 29 CFR 1910.1200 in amounts exceeding permissible limits as specified in relevant Federal Regulations. (5) Daylight Directianal Reflectance. (a) White: The daylight directional reflectance of the white paint shall not be less than 75 percent (relative to magnesium oxide), when tested in accordance with Federal Test Method Standard No. 141 D/GEN, Method 6121. (b) Yellow: Runway and Taxiway Painting Item P-620.1 9/30/2011 AC 150/5370-1OF The daylight directional reflectance of the yellow paint shall not be less than 38 percent (relative to magnesium oxide), when tested in accordance with Federal Test Method Standard No. 141 D/GEN. The x and y values shall be consistent with the Federal Hegman yellow color standard chart for traffic yellow standard 33538, or shall be consistent with the tolerance listed below: x .462 x .470 x .479 x .501 y .438 y .455 y .428 y .452 (6) Accelerated Weathering. (a) Sample Preparation. Apply the paint at a wet film thickness of 0.013 in (033 mm) to four 3 by 6 in (8 by 15 cm) aluminum panels prepared as described in Federal Test Method Standard No. 141D/GEN, Method 2013. Air dry the sample 48 hours under standard conditions. (b) Testing Conditions. Test in accordance with ASTM G 15453 using both Ultra Violet (UV-B) Light and condensate exposure, 72 hours total, alternating 4 hour UV exposure at 60 degree C, and 4 hours condensate exposure at 40 °C. (c) Evaluation. Remove the samples and condition for 24 hours under standard conditions. Determine the directional reflectance and color match using the procedures in paragraph 620-2.2b(5) above. Evaluate for conformance with the color requirements. (7) Volatile Organic Content. Determine the volatile organic content in accordance with 40 CFR Part 60 Appendix A, Method 24. (8) Dry Opacity. Use Procedure B, Method B of Method 4121 of Federal Test Method Standard No. 141D/GEN. The wet film thickness shall be 0.015 in (0.12 mm). The minimum opacity for white and colors shall be 0.92. (9) Abrasion Resistance. Subject the panels prepared in paragraph 620-2.2b(6) to the abrasion test in accordance with ASTM D 968, Method A, except that the inside diameter of the metal guide tube shall be from 0.747 to 0.750 in (18.97 to 19.05 mm). Five liters of unused sand shall be used for each test panel. The test shall be run on two test panels. [Note: five liters of sand weighs 17.5 lb. (7.94 kg).] Both baked and weathered paint films shall require not less than 1501iters of sand for the removal of the paint films. (10) Hardness, Shore. Hardness shall be at least 80 when tested in accordance with ASTM D 2240. c. Methacrylate. Paint shall be a two component, minimurn 99 percent solids-type system conforming to the following: (1) Pigments. Component A. Percent by weight. (a) White: Titanium Dioxide, ASTM D 476, type II shall be 6 percent minimum. Methacrylate resin shall be 18 percent minimurn. (b) Yellow and Colors: Titanium Dioxide, ASTM D 476, type II shall be 6 percent minimum. Organic yellow, other colors, and tinting as required to meet color standard. Runway and Taxiway Painting Item P-620.2 ��13(��""���.�.�.1..�� ���.....� ... .. ...�� l ��1�5:���N-1 C��:�' Methacrylate resin shall be 1$ percent minimum. (2) Prohibited Materials. The manufacturer shall certify that the product does not contain mercury, lead, hexavalent chromium, halogenated solvents, nor any carcinogen as defined in 29 CFR 1910.1200 in amounts exceeding permissible limits as specified in relevant Federal Regulations. (3) Daylight Directional Reflectance: (a) Whiie: The daylight directional reflectance of the white paint shall not be less than 75 percent (relative to magnesium oxide), when tested in accordance with Federal Test Method Standard No. 141 D/GEN, Method 6121. (b) Yellow: The daylight directional reflectance of the yellow paint shall not be less than 45 percent (relative to magnesium oxide), when tested in accordance with Federal Test Method Standard No. 141D/GEN. The x and y values shall be consistent with the Federal Hegman yellow color standard chart for traffic yellow standard 33538, or shall be consistent with the tolerance listed below: x .462 x .470 x .479 x .501 y .438 y .455 y .428 y .452 (4) Accelerated Weaihering. (a) Sample Preparation. Apply the paint at a wet film thickness of 0.013 in (033 mm) to four 3 by 6 in (8 by 15 cm) aluminum panels prepared as described in Method 2013 of Federal Test Method Standard No. 141D/GEN. Air dry the sample 48 hours under standard conditions. (b) Testing Conditions. Test in accordance with ASTM G 53 154 using both Ultra Violet (UV-B) Light and condensate exposure, 72 hours total, alternating 4 hour UV exposure at 60 degree C, and 4 hours condensate exposure at 40 °C. (c) Evaluation. Remove the samples and condition for 24 hours under standard conditions. Determine the directional reflectance and color match using the procedures in paragraph 620-2.2c(3) above. Evaluate for conformance with the color requirements. (5) Volatile Organic Content. Determine the volatile organic content in accordance with 40 CFR Part 60 Appendix A, Method 24. (6) Dry Opacity. Use Procedure B, Method B of Method 4121 of Federal Test Method Standard No. 141D/GEN. The wet film thickness shall be 0.015 in (0.12 mm). The minimum opacity for white and colors shall be 0.92. (7) Abrasion Resistance. Subject the panels prepared in paragraph 620-2.2c(4) to the abrasion test in accordance with ASTM D 968, Method A, except that the inside diameter of the metal guide tube shall be from 0.747 to 0.750 in (18.97 to 19.05 mm). Five liters of unused sand shall be used for each test panel. The test shall be run on two test panels. [Note: 5 liters of sand weighs 17.5 lb. (7.94 kg).] Both baked and weathered paint films shall require not less than 1501iters of sand for the removal of the paint films. Runway and Taxiway Painting Item P-620.3 �/:�C�1���) l l �±�,' p�ll,��...��t�_ it�l � (8) Hardness, Shore. Hardness shall be at least 80 when tested in accordance with ASTM D 2240. d. Solvent-Base. Paint shall meet the requirements of Federal Specification [A-A-2886A Type I ar Type II]. e. Preformed Thermoplastic Airport Pavement Markings. Markings must be composed of ester modified resins in conjunction with aggregates, pigments, and binders that have been factory produced as a finished product. The material must be impervious to degradation by aviation fuels, motor fuels, and lubricants. (1) The markings must be able to be applied in temperatures as low as 35 °F without any special storage, preheating, or treatment of the material before application. (a) The markings must be supplied with an integral, non-reflectorized black border. (2) Graded Glass Beads. (a) The material must contain a graded glass beads by weight. Speci�cation. TT-B-1325D, TT-B-1325D, Type IV]. minimum of thirty percent (30%) intermixed The intermixed beads shall conform to [Federal Type I, gradation A] [Federal Specification. (b) The material must have factory applied coated surface beads in addition to the intermixed beads at a rate of 1 lb. (� 10%) per 10 sq. ft. These factory applied coated surface beads shall have a minimum of 90% true spheres, minimum refractive index of 1.50, and meet the following gradation. Size Gradation ---- ----- Retained, % Passing, % US Mesh µm �..........__ -12 1700 ---- �........���� ...............�...__.... � 98 - 100% ........._ 14 1400 0 -�3..5% .................�...,__.....__.....___ � 96.5 - 100% Wnm.,.n � � ____ _ . —1180 2 - 25%0.�.� ............... �_.,.,.,., ..________ � 75 - 98% .a ..................18..�.�.�.�.........................�.�.�� .�.. 28 - 63% ,3.�.�.�.�.� � � .m...n______ 7-72% � ...................��... aa...�.�.�.�.............8.�.�.� .ne�, ._.m_63 - 72% 2�..� �...3.......�,..n._____.. _ 700 .. � 30 .,�eeeee.., � _- --------- ........................ -------- 600 67 - 77% 23 � 33% � 50........ �._..3..... �...m.,.� ................. ,__� 00 89 - 95% 5- 11% —........g.� ...........................�........200......�.�.�,..97 - 100% 0 _ 3% .. ..,,.. (3) Heating Indicators. The top surface of the material (same side as the factory applied surface beads) shall have regularly spaced indents. These indents shall act as a visual cue during application that the material has reached a molten state so satisfactory adhesion and proper bead embedment has been achieved and a post-application visual cue that the installation procedures have been followed. (4) Pigments. Percent by weight. (a) White: Titanium Dioxide, ASTM D 476, type II shall be 10 percent minimum. (b) Yellow and Colors: Runway and Taxiway Painting Item P-620.4 ��:�°���°��� e � ---------- _,�� d ��o����� N c��:�: Titanium Dioxide, ASTM D 476, type II shall be 1 percent minimum. Organic yellow, other colors, and tinting as required to meet color standard. (5) Prohibited Materials. The manufacturer shall certify that the product does not contain mercury, lead, hexavalent chromium, halogenated solvents, nor any carcinogen as defined in 29 CFR 1910.1200 in amounts exceeding permissible limits as specified in relevant Federal Regulations. (6} Daylight Directional Reflectance. (a) White: The daylight directional reflectance of the white paint shall not be less than 75 percent (relative to magnesium oxide), when tested in accordance with Federal Test Method Standard No. 141 D/GEN, Method 6121. (b) Yellow: The daylight directional reflectance of the yellow paint shall not be less than 45 percent (relative to magnesium oxide), when tested in accordance with Federal Test Method Standard No. /GEN. The x and y values shall be consistent with the Federal Hegman yellow color standard chart for traffic yellow standard 33538, or shall be consistent with the tolerance listed below: x .462 x .470 x .479 x .501 y .438 y .455 y .428 y .452 (7) Skid Resistance. The surface, with properly applied and embedded surface beads, must provide a minimum resistance value of 45 BPN when tested according to ASTM E303. (8) Thickness. The material must be supplied at a nominal thickness of 65 mil (1.7 mm). (9) Environmental Resistance. The material must be resistant to deterioration due to exposure to sunlight, water, salt, or adverse weather conditions and impervious to aviation fuels, gasoline, and oil. (10) Retroreflectivity. The material, when applied in accordance with manufacturer's guidelines, must demonstrate a uniform level of nighttime retroreflection when tested in accordance to ASTM E1710. (11) Packaging. A protective film around the box must be applied in order to protect the material frorn rain or premature aging. (12) Manufacturing Control and ISO Certification. The manufacturer must be ISO 9001:2000 certified and provide proof of current certification. The scope of the certification shall include manufacture of reflective markings. (a) The markings must be a resilient thermoplastic product with uniformly distributed glass beads throughout the entire cross-sectional area. The markings must be resistant to the detrimental effects of aviation fuels, motor fuels and lubricants, hydraulic fluids, de-icers, anti-icers, protective coatings, etc. Lines, legends, and symbols must be capable of being affixed to bituminous and/or Portland cement concrete pavements by the use of a large radiant heater. Colors shall be available as required. Runway and Taxiway Painting Item P-620.5 �l3�l�C) � I-._._. _... ... ..... . ......... --- .. .._...�. AC � ����:`�„3 l�� �„(�1°. (b) b. The markings must be capable of conforming to pavement contours, breaks, and faults through the action of airport traffic at normal pavement temperatures. The markings must be capable of fully conforming to grooved pavements, including pavement grooving per FAA AC 150/5320-12, current version. The markings shall have resealing characteristics, such that it is capable of fusing with itself and previously applied thermoplastics when heated with a heat source per manufacturer's recommendation. (c) c. Multicolored markings must consist of interconnected individual pieces of preformed thermoplastic pavement marking material, which through a variety of colors and patterns, make up the desired design. The individual pieces in each large marking segment (typically more than 20 ft. long) must be factory assembled with a compatible material and interconnected so that in the field it is not necessary to assemble the individual pieces within a marking segment. Obtaining multicolored effect by overlaying materials of different colors is not acceptable due to resulting inconsistent marking thickness and inconsistent application temperature in the marking/substrate interface. (d) The marking material must set up rapidly, permitting the access route to be re- opened to traffc a maximum of 15 minutes a8er application. (e) The marking material shall have an integral color throughout the thickness of the marking material. 620-2.3 REFLECTIVE MEDIA. Glass beads shall meet the requirements for [Federal Specification. TT-B-1325D, Type I, gradation A]. Glass beads shall be treated with all compatible coupling agents �r __ e � and embedment. recommen e� t e manu acturers o t e��ia��t� an re ectiv � me ia o ensure a esion Paint Color Glass Beads, Type I, Glass Beads, Type III Glass Beads, Type IV Gradation A White See Table 1. See Tabl� 1, See Table 1. Yellow See Table 1, See Table 1, See Table 1. Red See Table 1 and Note„ Not used. See Table 1 and Note. Pink See Table 1 and Note. Not used. See Table 1 and Note. Black Not used. Not used. See Table 1 and Note. CONSTRUCTION METHODS 620-3.1 WEATHER LIMITATIONS. The painting shall be performed only when the surface is dry and when the surface temperature is at least 45 °F (7 °C) and rising and the pavement surface temperature is at least 5°F (2.7 °C) above the dew point. [Painting operations shall be discontinued when the surface temperature exceeds [] degrees F([ ] degrees C.] Markings shall not be applied when the pavement temperature is greater than 120 °F (49 °C). ********************************************************************** The Engineer may specify minimum and maximnm surface and dew point temperatures based on paint manufacturer's recommendations. ********************************************************************** Runway and Taxiway Painting Item P-620.6 ��l�t����t�l_�_____ ----- �� �.. — --r�_� A�(�1��.� �±� 'G,�11"� 620-3.2 EQUIPMENT. Equipment shall include the apparatus necessary to properly clean the existing surface, a mechanical marking machine, a bead dispensing machine, and such auxiliary hand-painting equipment as may be necessary to satisfactorily complete the job. The mechanical marker shall be an atomizing spray-type or airless-type marking machine suitable for application of traffic paint. It shall produce an even and uniform film thickness at the required coverage and shall apply markings of uniform cross-sections and clear-cut edges without running or spattering and without over spray. 620-3.3 PREPARATION OF SURFACE. Immediately before application of the paint, the surface shall be dry and free from dirt, grease, oil, laitance, or other foreign material that would reduce the bond between the paint and the pavement. The area to be painted shall be cleaned by sweeping and blowing or by other methods as required to remove all dirt, laitance, and loose materials without damage to the pavement surface. Use of any chemicals or impact abrasives during surface preparation shall be approved in advance by the Engineer. Paint shall not be applied to Portland cement concrete pavement until the areas to be painted are clean of curing material. Sandblasting or high-pressure water shall be used to remove curing materials. 620-3.4 LAYOUT OF MARKINGS. The proposed markings shall be laid out in advance of the paint application. The locations of markings to receive glass beads shall be shown on the plans. 620-3.5 APPLICATION. Paint shall be applied at the locations and to the dimensions and spacing shown on the plans. Paint shall not be applied until the layout and condition of the surface has been approved by the Engineer. The edges of the markings shall not vary from a straight line more than 1/2 in (12 mm) in 50 ft (15 m) and marking dimensions and spacings shall be within the following tolerances: .._.�._ _. Dimension and Spacing Tolerance 36 in (910 mm) or less � fl/2 m(12 mm) ...... �.. �.�.W�_......�. greater than 36 in to 6 ft(910 mm to 1.85 m) f 1 in (25 mm) greater than 6 ft to 60 ft (1.85 m to 18 3 m) f 2 m(51 mm) �._.�. ...... ......_g ( _ ) ............_ ( ) reater than 60 ft 18.3 m f 3 in 76 mm The paint shall be mixed in accordance with the manufacturer's instructions and applied to the pavement with a marking machine at the rate shown in Table 1. The addition of thinner will not be permitted. A period of [ ] shall elapse between placement of a bituminous surface course or seal coat and application of the paint. Table 1 Application Rates For Paint And Glass Beads (See Note regarding Red and Pink Paint) -- ...................................a�. .� ...�,,.m...�______ ..�� �. �. _ .. � � . ....... Glass Beads, Type I, Glass Beads, Glass Beads, Paint Gradation A Type III Type IV Sq ft per gallon, Z Pounds per gallon of Pounds per gallon of Pounds per gallon of Paint Type ft /gal. paint-lb./gal. paint-lb./gal. paint-lb./gal. (Sq ms per liter, (Km per liter of paint- (Km per liter of paint- (Km per liter of paint- mZ/l) kg/I) kg/1) kg/I) ---. ... ........... ..... W.................,,..,.,. .�.� .. ... ......................... __ ....... n�...... .. ..�___. . ,...... Waterborne 115 ftZ/gal. max 7 lb./gal. min 10 lb./gal. min -- Runway and Taxiway Painting Item P-620.7 �l.�.i����� lm�____ --- ----- ...... ....... ... ...........r..._ _—.— �"1 � i �C�lSe"� a {� li (�:I�". (2.8 m`/1) � (0.$5 kg/1) I (1.2 kg/1) Note: The glass bead application rate for Red and Pink paint shall be reduced by 2 lb./gal. (0.24 kg/1) for Type I and Type IV beads. Type III beads shall not be applied to Red or Pink paint. Glass beads shall be distributed upon the marked areas at the locations shown on the plans to receive glass beads immediately after application of the paint. A dispenser shall be furnished that is properly designed for attachment to the marking machine and suitable for dispensing glass beads. Glass beads shall be applied at the rate shown in Table 1. Glass beads shall not be applied to black paint. Glass beads shall adhere to the cured paint or all marking operations shall cease until corrections are made. All emptied containers shall be returned to the paint storage area for checking by the Engineer. The containers shall not be removed from the airport or destroyed until authorized by the Engineer. 620-3.6 APPLICATION--PREFO ED AIRPORT PAVEMENT MARHINGS. a. Asphalt and Portland cement To ensure minimum single-pass application time and optimum bond in the marking/substrate interface, the materials must be applied using a variable speed self-propelled mobile heater with an effective heating width of no less than 16 ft (4.88 m) and a free span between supporting wheels of no less than 18 ft (5.49 m). The heater must emit thermal radiation to the marking material in such a manner that the difference in temperature of 2 in (5.08 cm) wide linear segments in the direction of heater travel must be within 5 percent of the overall average temperature of the heated thermoplastic material as it exits the heater. The material must be able to be applied at ambient and pavement temperatures down to 35 °F (2 °C) without any preheating of the pavement to a specifc temperature. The material must be able to be applied without the use of a thermometer. The pavement shall be clean, dry, and free of debris. A non-VOC sealer with a maximum applied viscosity of 250 centiPoise (ASTM D 2393) must be applied to the pavement shortly before the markings are applied. The supplier must enclose application instructions with each box/package. 620-3.7 PROTECTION AND CLEANUP. After application of the markings, all markings shall be protected from damage until dry. All surfaces shall be protected from excess moisture and/or rain and from disfiguration by spatter, splashes, spillage, or drippings. The Contractor shall remove from the work area all debris, waste, loose or unadhered reflective media, and by-products generated by the surface preparation and application operations to the satisfaction of the Engineer. The Contractor shall dispose of these wastes in strict compliance with all applicable state, local, and Federal environmental statutes and regulations. METHOD OF MEASUREMENT 620-4.1 The quantity of runway and taxiway markings to be paid for shall be [the number of square feet (square meters) of painting and the number of pounds (km) of reflective media] [the number of square feet (square meters) of preformed markings] [one complete item in place] performed in accordance with the specifications and accepted by the Engineer. BASIS OF PAYMENT 620-5.1 Payment shall be made at the respective contract [price per square foot (square meter)] [lump sum price] for runway and taxiway painting [, and [price per pound (km)] [lump sum price] [price per square foot (square meter)] [lump sum price] for preformed markings] for reflective media. This Runway and Taxiway Painting Item P-620.8 ��.�.C�J,���'9 'I .____ ____ _ _ ------- ... .._._ ��. __....--- ... ....� �_. _�t� l ��1� �7f� 1 �.�:�'u. price shall be full compensation for furnishing all materials and for all labor, equipment, tools, and incidentals necessary to camplete the item. Payment will be made under: Item P-620-5.1-1 Item P-620-5.1-2 ASTM C 136 ASTM C 146 ASTM C 371 ASTM D 92 ASTM D 711 ASTM D 968 Runway and Taxiway Painting —[per sqnare foot (sqnare meter)] [lump sum] Reflective Media [per pound (km}] [lump sum] . # . Sieve Analysis of Fine and Coarse Aggregates Chemical Analysis of Glass Sand Wire-Cloth Sieve Analysis of Nonplastic Ceramic Powders Test Method far Flash and Fire Points by Cleveland Open Cup No-Pick-Up Time of Traffic Paint Standard Test Methods for Abrasian Resistance of Organic Coatings by Falling Abrasive ASTM D 1213-54 Test Method for Crushing Resistance of Cilass Spheres (1975) ASTM D 1652 ASTM D 2074 ASTM D 2240 ASTM G 15453 Federal Test Method Standard No. 141 D/GEN ASTM D 476 Code of Federal Test Method for Epoxy Content of Epoxy Resins Test Method far Total Primary, Secondary, and Tertiary Amine Values of Fatty Amines by Alternative Indicator Method Test Method for Rubber Praducts-Durometer Hardness Operating Light and Water-Expasure Apparatus (Fluorescent Light Apparatus UV-Condensation Type) for Exposure of Nonmetallic Materials. Paint, Varnish, Lacquer and Related Materials; Methods of Inspection, .:. .... � ... �� � � � .. . ... J � , . , . * . Specifications for Dry Pigmentary Titanium Diaxide Pigments Products �'1 '' ', rl ' �r- � � �- • • � . . .� �. , � Runway and Taxiway Painting Item P-620.9 9/30/2011 AC 150/5370 lOF ..; , � �+- � -•- '-* , w I � ' :, � , . � . . .. � 1 11 . . � � . + Beads (Glass Spheres) Retroreflective .. � . , ,_,• .r • I � ' ` . • �. � � � ::�. I � � ' Paint, Traffic and Airfield Marking, Waterbarne Paint, Traffic, Solvent Based Colors used in Government Procurement ►1> 1 _' + I • . . • , . .. , - '' . 1 1 � � � � U.S. Department of Transportatian ! / Federal Aviation Administration Subject: Operational Safety on Date: 9/29/11 AC No: 150/5370-2F Airports During Construction Initiated by: AAS-100 1. Purpose. This AC sets forth guidelines for operational safety on airports during construction. 2. What this AC Cancels. This AC cancels AC 150/5370-2E, Operational Safety on Airports During Construction, dated January 17, 2003. 3. Whom This AC Affects. This AC assists airport operators in complying with Title 14 Code of Federal Regulations (CFR) Part 139, Certification of Airports (Part 139). For those certificated airports, this AC provides one way, but not the only way, of ineeting those requirements. The use of this AC is mandatory for those airport construction projects receiving funds under the Airport Improvement Program (AIP) or the Passenger Facility Charge (PFC) Program. See Grant Assurance No. 34, "Policies, Standards, and Specifications," and PFC Assurance No. 9, "Standard and Specifications." While we do not require non-certificated airports without grant agreements to adhere to these guidelines, we recommend that they do so to help these airports maintain operational safety during construction. 4. Principal Changes. a. Construction activities are prohibited in safety areas while the associated runway or taxiway is open to aircraft. b. Guidance is provided in incorporating Safety Ftisk Management. c. Recommended checklists are provided for writing Construction Safety and Phasing Plans and for daily inspections. 5. Reading Material Related to this AC. Numerous ACs are referenced in the text of this AC. These references do not include a revision letter, as they are to be read as referring to the latest version. Appendix 1 contains a list of reading material on airport construction, design, and potential safety hazards during construction, as well as instructions for obtaining these documents. Michael J. +C �:.�r�a����11 Director of Airport Safety and Standards AC 150/5370-2F Intentionally Left Blank ber 29, 2011 Chapter 1. 101. 102. 103. 104. Chapter 2. 201. 202. 203. 204. 205. 206. 207. 208. 209. 210. 211. 212. 213. 214. 215. 216. 217. 218. 219. 220. 221. 222. Chapter 3. 301. 302. 303. 304. 305. 306. 307. 308. 309. 310. 311. 312. 313. 314. 315. 316. 317. 318. 319. 320. 321. 322. 323. Appendix 1 29, 2011 Table of Contents Planning an Air�eld Constructian Project Overview. Plan for Safety. Develop a Construction Safety and Phasing Plan (CSPP). Who Is Responsible for Safety During Construction? Construction Safety and Phasing Plans Overview. Assume Responsibility. Submit the CSPP. Meet CSPP Requirements. Coordination. Phasing. Areas and Operations Affected by Construction Activity. Navigation Aid (NAVAID) Protection. Contractor Access. Wildlife Management. Poreign Object Debris (FOD) Management. Hazardous Materials (HAZMAT) Management. Notification of Construction Activities. Inspection Requirements. Underground Utilities. Penalties. Special Conditions. Runway and Taxiway Visual Aids. Marking and Signs for Access Routes. Hazard Marking, Lighting and Signing. Protection of Runway and Taxiway Safety Areas. Other Limitations on Construction. Guidelines for Writing a CSPP General Requirements. Applicability of Subjects. Graphical Representations. Reference Documents. Restrictions. Coordination. Phasing. Areas and Operations Affected By Construction. Navigation Aid (NAVAID) Protection. Contractor Access. Wildlife Management. Foreign Object Debris (FOI7) Management. Hazardous Materials (HAZMAT) Management. Notification of Construction Activities. Inspection Requirements. Underground Utilities. Penalties. Special Conditions. Runway and Taxiway Visual Aids. Marking and Signs for Access Routes. Hazard Marking and Lighting. Protection of Runway and Taxiway Safety Areas. Other Limitations on Construction. Related Reading Material � AC 150/5370-2F 1 1 1 2 3 7 7 7 7 7 11 11 12 13 13 15 16 16 16 17 17 17 17 18 24 24 26 28 31 31 31 31 31 31 31 32 32 33 33 34 34 34 35 35 35 35 35 35 36 36 36 36 37 AC 150/5370-2F Appendix 2. Definition of Terms � Appendix 3. Safety and Phasing Plan Checklist Appendix 4. Construction Project Daily Safety Inspection Checklist List of Tables Table 3-1 Sample Operations Effects ...................................................... List of Figures Figure 2-1 Markings for a Temporarily Closed Runway ......... .......... Figure 2-2 Taxiway Closure ...... ............... ... .„..... .... ,.a .... ... ........ Figure 2-3 Lighted X in Daytime ..... ..... ..................... ......... ....� ...,. Figure 2-4 Lighted X at Night .... ......... ..................... �..,,,.... .,, ....... Figure 2-5 Interlocking Barricades .......... . ...... ......... ......... ......... Figure 2-6 Low Profile Barricades ......... ......... ....w..,..,...... .. ,....,.., iv September 29, 2011 39 43 51 32 ...... ........ ......... ..................19 .... .... ............�.. .,. .,.... ,..,..,.,...20 ........... ....�, ........, ..................22 ........... ...... ......... ..............0.,22 .....v.., � . ....... ......... ..................25 ........ ......... ...........................25 September 29, 2011 Chapter 1. Planning an Airfield Construction Praject AC 150/5370-2F 101. Overview. Airports are complex environments, and procedures and conditions assaciated with construction activities often affect aircraft operations and can jeapardize operational safety. Safety considerations are paramount and may make operational impacts unavoidable. However, careful planning, scheduling, and coordination af construction activities can minimize disruption of narmal aircraft operatians and avoid situations that campromise the airport's operational safety. The airport operator must understand how construction activities and aircraft operations affect one another to be able ta develop an effective plan to complete the project. While the guidance in this AC is primarily used for construction operations, some af the concepts, methods and procedures described may also enhance the day-to-day airport maintenance operations, such as lighting maintenance and snow removal operations. 102. Plan far Safety. Safety, maintaining aircraft operations, and construction casts are all interrelated. Since safety must not be compromised, the airport operator must strike a balance between maintaining aircraft aperations and construction costs. This balance will vary widely depending on the operational needs and resources of the airport and will require early caordinatian with airpart users and the FAA. As the project design progresses, the necessary construction lacations, activities, and associated costs will be identified. As they are identified, their impact to airport operations must be assessed. Adjustments are made to the proposed canstruction activities, aften by phasing the project, and/or to airport operations in order to maintain operatianal safety. This planning effort will ultimately result in a project Construction Safety and Phasing Plan (CSPP). The development of the CSPP takes place through the following five steps: a. Identify Affected Areas. The airpart operator must determine the geographic areas on the airport affected by the construction project. Some, such as a runway extension, will be defined by the project. Others may be variable, such as the location of haul routes and material stockpiles. b. Descrfbe Current Operat►ons. Identify the normal airport operations in each affected area for each phase of the project. This becomes the baseline fram which the impact on aperations by construction activities can be measured. This should include a narrative of the typical users and aircraft operating within the affected areas. It should also include informatian related to airport operatians: the Aircraft Reference Code (ACRC) for each runway; Airplane Design Group (ADG) and Taxiway Design Group (TDG)' for each affected taxiway; designated approach visibility minimums; available approach and departure procedures; most demanding aircraft; declared distances; available air traffic contral services; airport Surface Movement Guidance and Control System plan; and others. The applicable seasons, days and times for certain operatians should also be identified as applicable. c. Allow far Temporary Changes to Operatians. To the extent practical, current airport aperations should be maintained during the construction. In consultation with airport users, Aircraft Rescue and Fire Fighting (ARFF) personnel, and FAA Air Traffic Organization (ATO) personnel, the airport operatar should identify and prioritize the airpart's most important operations. The construction activities should be planned, thraugh project phasing if necessary, to safely accommodate these operations. When the construction activities cannot be adjusted to safely maintain current operations, regardless of their importance, then the operations must be revised accardingly. Allowable changes include temporary revisions to approach procedures, restricting certain aircraft ta specific runways and taxiways, suspension of certain operations, decreased weights for same aircraft due ta shortened runways, ' Taxiway Design Group will be introduced in AC 150/5300-13A. Chapter 1 Planning an Airfield Canstruction Project AC 150/5370-2F September 29, 2011 and other changes. An example of a table showing temporary operations versus current operations is shown in Table 3-1 Sample Operations Effects. d. Take Required Measures to Revised Operations. Once the level and type of aircraft operations to be maintained are identified, the airport operator must determine the measures required to safely conduct the planned operations during the construction. These measures will result in associated costs, which can be broadly interpreted to include not only direct construction costs, but also loss of revenue from impacted operations. Analysis of costs may indicate a need to reevaluate allowable changes to operations. As aircraft operations and allowable changes will vary so widely among airports, this AC presents general guidance on those subjects. e. Manage Safety Risk. Certain airport projects may require the airport operator to provide a Project Proposal Summary to help the FAA to determine the appropriate level of Safety Risk Management (SRM) documentation. The airport operator must coordinate with the appropriate FAA Airports Regional or District Office early in the development of the CSPP to determine the need for SRM documentation. See FAA Order 5200.11, FAA Airports (ARP) Safety Management System (SMS), for more information. If the FAA requires SRM documentation, the airport operator must at a minimum: (1) Notify the appropriate FAA Airports Regional or District Of�ce during the project "scope development" phase of any project requiring a CSPP. (2) Provide documents identified by the FAA as necessary to conduct SRM. (3) Participate in the SRM process for airport projects. (4) Provide a representative to participate on the SRM panel. (5} Ensure that all applicable SRM identified risks elements are recorded and mitigated within the CSPP. 103. Develop a Construction Safety and Phasing Plan (CSPP). Development of an effective CSPP will require familiarity with many other documents referenced throughout this AC. See Appendix 1, Related Reading Material for a list of related reading material. a. List Reqnirements. A CSPP must be developed for each on-airfield construction project funded by the Airport Improvement Program (AIP) or the Passenger Facility Charge (PFC) program or located on an airport certificated under Part 139. As per Order 5200.11, such projects do not include construction, rehabilitation, or change of any facility that is entirely outside the air operations area, does not involve any expansion of the facility envelope and does not involve construction equipment, haul routes or placement of material in locations that require access to the air operations area, increase the facility envelope, or impact line-of-sight. Such facilities may include passenger terminals and parking or other structures. However, extraordinary circumstances may trigger the need for a Safety Assessment and a CSPP. The CSPP is subject to subsequent review and approval under the FAA's Safety Risk Management procedures (see paragraph 102.e above). Additional information may be found in Order 5200.11. b. Prepare a Safety Plan Compliance Document. The Safety Plan Compliance Document (SPCD) details how the contractor will comply with the CSPP. Also, it will not be possible to determine all safety plan details (for example specific hazard equipment and lighting, contractor's points of contact, construction equipment heights) during the development of the CSPP. The successful contractor must define such details by preparing an SPCD that the airport operator reviews for approval prior to issuance of a notice-to-proceed. The SPCD is a subset of the CSPP, similar to how a shop drawing review is a subset to the technical specifications. Chapter 1 Planning an Airfield Construction Project 2 29, 2011 AC 150/5370-2F c. Assume Respansibility for the CSPP. The airport operator is responsible for establishing and enforcing the CSPP. The airport operator may use the services of an engineering consultant to help develop the CSPP. However, writing the CSPP cannot be delegated to the construction contractor. Only those details the airport operator determines cannot be addressed before contract award are developed by the contractor and submitted for approval as the SPCD. The SPCD does not restate nor propose differences to provisions already addressed in the CSPP. 104. Who Is Responsible for Safety During Consiruction? a. Establish a Safety Culture. Everyone has a role in operational safety on airports during construction: the airport operator, the airport's consultants, the construction contractor and subcontractors, airport users, airport tenants, ARFF personnel, Air Traffic personnel, including Technical Operations personnel, FAA Airports Division personnel, and others. Close communication and coordination between all affected parties is the key to maintaining safe operations. Such communication and coordination should start at the project scoping meeting and continue through the completion of the project. The airport operator and contractor should conduct onsite safety inspections throughout the project and immediately remedy any deficiencies, whether caused by negligence, oversight, or project scope change. h. Assess Airport Operator's Responsibilities. An airport operator has overall responsibility for all activities on an airport, including construction. This includes the predesign, design, preconstruction, construction, and inspection phases. Additional information on the responsibilities listed below can be found throughout this AC. The airport operator must: (1) Develop a CSPP that complies with the safety guidelines of Chapter 2, Construction Safety and Phasing Plans, and Chapter 3, Guidelines for Writing a CSPP. The airport operator may develop the CSPP internally or have a consultant develop the CSPP for approval by the airport operator. For tenant sponsored projects, approve a CSPP developed by the tenant or its consultant. (2) Require, review and approve the SPCD by the contractor that indicates how it will comply with the CSPP and provides details that cannot be determined before contract award. (3) Convene a preconstruction meeting with the construction contractor, consultant, airport employees and, if appropriate, tenant sponsor and other tenants to review and discuss project safety before beginning construction activity. The appropriate FAA representatives should be invited to attend the meeting. See AC 150/5300-9, Predesign, Prebid, and Preconstruction Conferences for Airport Grant Projects. (Note "FAA" refers to the Airports Regional or District Office, the Air Traffic Organization, Flight 5tandards Service, and other offices that support airport operations, flight regulations, and construction/environmental policies.) (4) Ensure contact informatian is accurate for each representative/point of contact identified in the CSPP and SPCD. (5} Hold weekly or, if necessary, daily safety meeiings with all affected parties to coordinate activities. (6) Natify users, ARFF persannel, and FAA ATO personnel of construction and conditions that may adversely affect the operational safety of the airport via Notices to Airmen (NOTAM) and other methods, as appropriate. Convene a meeting for review and discussion if necessary. (7) Ensure construction personnel know of any applicable airport procedures and of changes to those procedures that may affect their work. (8) Ensure construction contractors and subcontractors undergo training required by the CSPP and SPCD. Chapter 1 Planning an Airfield Construction Project AC 150/5370-2F September 29, 2011 (9) Ensure vehicle and pedestrian aperations addressed in the CSPP and SPCD are coordinated with airport tenants, the airport traffic control tower (ATCT), and construction contractors. (10} At certi�caied airports, ensure each CSPP and SPCD is consistent with Part 139. (11) Conduct inspections sufficiently frequently to ensure construction contractors and tenants comply with the CSPP and SPCD and that there are no altered construction activities that could create potential safety hazards. (12) Resolve safety deficiencies immediately. At airports subject to 49 CFR Part 1542, Airport Security, ensure construction access complies with the security requirements of that regulation. (13) Notify appropriate parties when conditions exist that invoke provisions of the CSPP and 5PCD (for example, implementation of low-visibility operations). (14) Ensure prompt snbmittal of a Notice of Propased Construction or Alteration (Form 7460-1) for conducting an aeronautical study of potential obstructions such as tall equipment (cranes, concrete pumps, other.), stock piles, and haul routes. A separate form may be filed for each potential obstruction, or one form may be filed describing the entire construction area and maximum equipment height. In the latter case, a separate form must be filed for any object beyond or higher than the originally evaluated area/height. The FAA encourages online submittal of forms for expediency. The appropriate FAA Airports Regional or District Office can provide assistance in determining which objects require an aeronautical study. (15) Promptly natify the FAA Airports Regional or District Of�ce of any proposed changes to the CSPP prior to implementation of the change. Changes to the CSPP require review and approval by the airport operator and the FAA. Coordinate with appropriate local and other federal government agencies, such as EPA, OSHA, TSA, and the state environmental agency. c. Define Constructian Contractor's Responsihilities. The contractor is responsible for complying with the CSPP and SPCD. The contractor must: (1) Submit a Safety Plan Compliance Document (SPCD) to the airport operator describing how it will comply with the requirements of the CSPP and supplying any details that could not be determined before contract award. The SPCD must include a certification statement by the contractor that indicates it understands the operational safety requirements of the CSPP and it asserts it will not deviate from the approved CSPP and SPCD unless written approval is granted by the airport operator. Any construction practice proposed by the contractor that does not conform to the CSPP and SPCD may impact the airport's operational safety and will require a revision to the CSPP and SPCD and re- coordination with the airport operator and the FAA in advance. (2) Have available at all times copies of the CSPP and SPCD for reference by the airport operator and its representatives, and by subcontractors and contractor employees. (3) Ensure that construction personnel are familiar with safety procedures and regulations on the airport. Provide a point of contact who will coordinate an immediate response to correct any construction-related activity that may adversely affect the operational safety of the airport. Many projects will require 24-hour coverage. (4) Identify in the SPCD the contractor's on-site emplayees responsible for monitoring compliance with the CSPP and SPCD during construction. At least one of these employees must be on- site whenever active construction is taking place. (5) Conduct inspections sufficiently frequently to ensure construction personnel comply with the CSPP and SPCD and that there are no altered construction activities that could create potential safety hazards. Chapter 1 Planning an Airfield Construction Project 4 29, 2011 AC 150/5370-2F (6) Resirict movement of construction vehicles and personnel to permitted construction areas by flagging, barricading, erecting temporary fencing, or providing escorts, as appropriate and as specified in the CSPP and SPCD. (7) Ensure that no contractor employees, employees of subcontractors or suppliers, or other persons enter any part of the air operations area (AOA) from the construction site unless authorized. (8) Ensure prompt submittal through the airport operator of Form 7460-1 for the purpose of conducting an aeronautical study of contractor equipment such as tall equipment (cranes, concrete pumps, other equiprnent), stock piles, and haul routes when different from cases previously filed by the airport operator. The FAA encourages online submittal of forms for expediency. d. Define Tenant's Responsibilities if planning construction activities on leased property. Airport tenants, such as airline operators, fixed base operators, and FAA ATO/Technical Operations sponsoring construction must: (1) Develop, or have a consuliant develop, a project specific CSPP and submit it to the airport operator for certification and subsequent approval by the FAA. The approved CSPP must be made part of any contract awarded by the tenant for construction work. (2) In coordination with its contractor, develop an SPCD and submit it to the airport operator for approval to be issued prior to issuance of a Notice to Proceed. (3) Ensure that construction personnel are familiar with safety procedures and regulations on the airport. (4) Provide a point of contact of who will coordinate an immediate response to correct any construction-related activity that may adversely affect the operational safety of the airport. (5) Identify in the SPCD the contractor's on-site employees responsible for monitoring compliance with the C5PP and SPCD during construction. At least one of these employees must be on- site whenever active construction is taking place. (6) Ensure that no tenant or contractor employees, employees of subcontractors or suppliers, or any other persons enter any part of the AOA from the construction site unless authorized. (7) Restrict movement of construction vehicles to construction areas by flagging and barricading, erecting temporary fencing, or providing escorts, as appropriate, and as specified in the CSPP and SPCD. (8) Ensure prompt submittal through the airport operator of Form 7460-1 for the purpose of conducting an aeronautical study of contractor equipment such as tall equipment (cranes, concrete pumps, other.), stock piles, and haul routes. The FAA encourages online submittal of forms for expediency. Chapter 1 Planning an Airfield Construction Project AC 150/5370-2F Intentionally Left Blank Chapter 1 Planning an Airfield Construction Project September 29, 2011 September 29, 2011 Chapter 2. Construction Safety and Phasing Plans Section 1. Basic Considerations AC 150/5370-2F 201. Overview. Aviation safety is the primary consideration at airports, especially during construction. The airport operator's Construction Safety and Phasing Plan (CSPP) and the contractor's Safety Plan Compliance Document (SPCD) are the primary tools to ensure safety compliance when coordinating construction activities with airport operations. These documents identify all aspects of the construction project that pose a potential safety hazard to airport operations and outline respective mitigation procedures for each hazard. They must provide all information necessary for the Airport Operations department to conduct airfield inspections and expeditiously identify and correct unsafe conditions during construction. All aviation safety provisions included within the project drawings, contract specifications, and other related documents must also be reflected in the CSPP and SPCD. 202. Assume Respansibility. Operational safety on the airport remains the airport operator's responsibility at all times. The airport operator must develop, certify, and submit for FAA approval each CSPP. It is the airport operator's responsibility to apply the requirements ofthe FAA approved CSPP. The airport operator must revise the CSPP when conditions warrant changes and must submit the revised CSPP to the FAA for approval. The airport operator must also require and approve a SPCD from the project contractor. 203. Submit the CSPP. Construction Safety and Phasing Plans should be developed concurrently with the project design. Milestone versions of the CSPP should be submitted for review and approval as follows. While these milestones are not mandatory, early submission will help to avoid delays. Submittals are preferred in 8.5 x 11 in or 11 x 17 in format for compatibility with the FAA's Obstruction Evaluation / Airport Airspace Analysis (OE / AAA) process. a. Submit an Outline/Draft. By the time approximately 25% to 30% of the project design is completed, the principal elements of the CSPP should be established. Airport operators are encouraged to submit an outline or draft, detailing all CSPP provisions developed to date, to the FAA for review at this stage ofthe project design. b. Submit a Canstruction Safety and Phasing Plan (CSPP). The CSPP should be formally submitted for FAA approval when the project design is 80% to 90% complete. Since provisions in the CSPP will influence contract costs, it is important to obtain FAA approval in time to include all such provisions in the procurement contract. c. Submit a Safety Plan Compliance Document (SPCD). The contractor should submit the SPCI7 to the airport operator for approval to be issued prior to the Notice to Proceed. d. Submit CSPP Revisions. All revisions to the CSPP or SPCD should be submitted to the FAA for approval as soon as required changes are identified. 204. Meet CSPP Requirements. a. To the extent possible, the CSPP should address the following as outlined in Section 2, Plan Requirements and Chapter 3, Guidelines for Writing a CSPP, as appropriate. Details that cannot be determined at this stage are to be included in the SPCI7. (1) Coordinatian. Chapter 2 Construction Safety and Phasing Plans AC 150/5370-2F Septernber 29, 2d 11 (a) Contractor progress meetings. (b) Scope or schedule changes. (c) FAA ATO coordination. (2) Phasing. (a) Phase elements. (b) Construction safety drawings (3) Areas and operations affected by the construction activity. (a) Identification of affected areas. (b) Mitigation of effects. (4) Protection of navigation aids (NAVAIDs). (5) Contractor access. (a) Location of stockpiled construction materials. (b) Vehicle and pedestrian operations. (6) Wildlife management. ��) �g) (9) (10) (11) (12) (13) (14) (a) Trash. (b) Standing water. (c) Tall grass and seeds. (d) Poorly maintained fencing and gates. (e) Disruption of existing wildlife habitat. Foreign Object Debris (FOD) management. Hazardous materials (HAZMAT) management Noti�cation of construction activities. (a) Maintenance of a list of responsible representatives/ points of contact. (b) Notices to Airmen (NOTAM). (c) Emergency notification procedures. (d) Coordination with ARFF Personnel. (e) Notification to the FAA. Inspection requirements. (a) Daily (or more frequent) inspections. (b) Final inspections. Underground utilities. Penalties. Special conditions. Runway and taxiway visual aids. Marking, lighting, signs, and visual NAVAIDs. Chapter 2 Construction Safety and Phasing Plans 8 September 29, 2011 (a) General. (b) Markings. (c) Lighting and visual NAVAIDs. (d) Signs. (15) Marking and signs for access routes. (16) Hazard marking and lighting. AC 150/5370-2F (a) Purpose. (b) Equipment. (17) Proteciion. Of runway and taxiway safety areas, object free areas, obstacle free zones, and approach/departure surfaces (a) (b) (c) (d) (e) �� Runway Safety Area (RSA). Runway Object Free Area (ROFA). Taxiway Safety Area (TSA). Ta�ciway Object Free Area (TOFA). Obstacle Free Zone (OFZ). Runway approacl�/departure surfaces. (18) Other limitations on construction. (a) Prohibitions. (b) Restrictions. b. The Safety Plan Compliance Document (SPCD) should include a general statement by the construction contractor that he/she has read and will abide by the CSPP. In addition, the SPCD must include all supplemental information that could not be included in the CSPP prior to the contract award. The contractor statement should include the name of the contractor, the title of the project CSPP, the approval date of the C5PP, and a reference to any supplemental information (that is, "I , Name of Contractor , have read the Title of Project CSPP, approved on Date , and will abide by it as written and with the following additions as noted:"). The supplemental information in the SPCD should be written to match the format of the CSPP indicating each subject by corresponding CSPP subject number and title. If no supplemental information is necessary for any specific subject, the statement, "No supplemental information," should be written after the corresponding subject title. The SPCD should not duplicate information in the CSPP: (1) Coordination. Discuss details of proposed safety meetings with the airport operator and with contractor employees and subcontractors. (2) Phasing. Discuss proposed construction schedule elements, including: (a) Duration of each phase. (b) Daily start and finish of construction, including "night only" construction. (c) Duration of construction activities during: (i) Normal runway operations. (i't) Closed runway operations. 9 Chapter 2 Construction Safety and Phasing Plans AC 150/5370-2F September 29, 2011 (iii) Modiiied runway "Aircraft Reference Code" usage. (3) Areas and operations affected by the construction activity. These areas and operations should be identified in the CSPP and should not require an entry in the SPCD. (4) NAVAIDs. (5) Protection of NAVAIDs. Discuss specific methods proposed to protect operating Contractor access. Provide the following: (a) Details on how the contractor will maintain the integrity of the airport security fence (gate guards, daily log of construction personnel, and other). (b) requested). (c) radio. (d) Listing of individuals requiring driver training (for certificated airports and as Radio communications. (i) Types of radios and backup capabilities. (ii) Who will be monitoring radios. (iii) Whom to contact if the ATCT cannot reach the contractor's designated person by Details on how the contractor will escort material delivery vehicles. (6) Wildlife management. Discuss the following: (a) Methods and procedures to prevent wildlife attraction. (b) Wildlife reporting procedures. (7) Foreign Object Debris (FOD) management. Discuss equipment and methods for control of FOD, including construction debris and dust. (8) Hazardous material (HAZMAT) management. Discuss equipment and methods for responding to hazardous spills. (9) Notiiacation of construction activities. Provide the following: (a) (b) Contractor points of contact. Contractor emergency contact. (c) Listing of tall or other requested equipment proposed for use on the airport and the timeframe for submitting 7460-1 forms not previously submitted by the airport operator. (d) Batch plant details, including 7460-1 submittal. (10) Inspection requirements. Discuss daily (or more frequent) inspections and special inspection procedures. (11) Undergroand utilities. Discuss proposed methods of identifying and protecting underground utilities. (12) Penalties. Penalties should be identified in the CSPP and should not require an entry in the SPCD. (13) Special conditions. Discuss proposed actions for each special condition identified in the CSPP. (14) Rnnway and taxiway visual aids. Including marking, lighting, signs, and visual NAVAIDs. Discuss proposed visual aids including the following: Chapter 2 Construction Safety and Phasing Plans 10 September 29, 2011 AC 150/5370-2F (a) Equipment and methods for covering signage and airfield lights. (b) Equipment and methods for temporary closure markings (paint, fabric, other). (c) Types of temporary Visual Guidance Slope Indicators (VGSI). (15) Marking and signs for access routes. Discuss proposed methods of demarcating access routes for vehicle drivers. (16) Hazard marking and lighting. Discuss proposed equipment and methods for identifying excavation areas. (17) Protection of runway and taxiway safety areas. including object free areas, obstacle free zones, and approach/departure surfaces. Discuss proposed methods of identifying, demarcating, and protecting airport surfaces including: (a) Equipment and methods for maintaining Taxiway Safety Area standards. (b) Equipment and methods for separation of construction operations from aircraft operations, including details of barricades. (18) Other limitations on construction should be identified in the CSPP and should not require an entry in the SPCD. Section 2. Plan Requirements 205. Coordination. Airport operators, or tenants conducting construction on their leased properties, should use predesign, prebid, and preconstruction conferences to introduce the subject of airport operational safety during construction (see AC 150/5300-9). In addition, the following should be coordinated as required: a. Contractor Progress Meetings. Operational safety should be a standing agenda item for discussion during progress meetings throughout the project. b. Scope or Schedule Changes. Changes in the scope or duration of the project may necessitate revisions to the CSPP and review and approval by the airport operator and the FAA. c. FAA ATO Coordination. Early coordination with FAA ATO is required to schedule airway facility shutdowns and restarts. Relocation or adjustments to NAVAIDs, or changes to iinal grades in critical areas, may require an FAA flight inspection prior to restarting the facility. Flight inspections must be coordinated and scheduled well in advance of the intended facility restart. Flight inspections may require a reimbursable agreement between the airport operator and FAA ATO. Reimbursable agreements should be coordinated a minimum of 12 months prior to the start of construction. (See 213.e(3)(b) for required FAA notification regarding FAA owned NAVAIDs.) 206. Phasing. Once it has been determined what types and levels of airport operations will be maintained, the most efficient sequence of construction may not be feasible. Tn such a case, the sequence of construction may be phased to gain maximum efficiency while allowing for the required operations. The development of the resulting construction phases should be coordinated with local Air Traffic personnel and airport users. The sequenced construction phases established in the CSPP must be incorporated into the project design and must be reflected in the contract drawings and specifications. �r. Phase Elements. For each phase the CSPP should detail: • Areas closed to aircraft operations 11 Chapter 2 Construction Safety and Phasing Plans AC 150/5370-2F • Duration of closures • Taxi routes • ARFF access routes • Construction staging areas • Construction access and haul routes • Impacts to NAVAIDs • Lighting and marking changes • Available runway length • Declared distances (if applicable) • Required hazard marking and lighting • Lead times for required notiiications September 29, 2011 b. Construct'ron Safety Drawings. Drawings specifically indicating operational safety procedures and methods in affected areas (that is, construction safety drawings) should be developed for each construction phase. Such drawings should be included in the CSPP as referenced attachments and should likewise be included in the contract drawing package. 207. Areas and Operations Affected by Construction Activity. Runways and taxiways should remain in use by aircraft to the maximum extent possible without compromising safety. Pre-meetings with the FAA Air Traffic Organization (ATO) will support operational simulations. See Chapter 3 for an example of a table showing temporary operations versus current operations. a. Identification of Affected Areas. Identifying areas and operations affected by the construction will help to determine possible safety problems. The affected areas should be indentified in the construction safety drawings for each construction phase. (See 206.b above.) Of particular concern are: (1) Closing, or partial closing, of runways, taxiways and aprons. When a runway is partially closed, a portion of the pavement is unavailable for any aircraft operation, meaning taxiing, landing, or taking off in either direction on that pavement is prohibited. A displaced threshold, by contrast, is established to ensure obstacle clearance and adequate safety area for landing aircraft. The pavement prior to the displaced threshold is available for take-off in the direction of the displacement and for landing and taking off in the opposite direction. Misunderstanding this difference, and issuance of a subsequently inaccurate NOTAM, can lead to a hazardous condition. �2) (3) (4) (5) (6) helipads. Closing of Aircraft Rescue and Fire Fighting access roates. Closing of access routes used by airpori and a'rrline support vehicles. Interruption of utilities, including water supplies for fire fighting. Approach/departure snrfaces affected by heights of objects. Construction areas, storage areas, and access routes near runways, taxiways, aprons, or b. Mitegation of Effects. Establishment of specific procedures is necessary to maintain the safety and efficiency of airport operations. The CSPP must address: (1) �2) Temporary changes to runway and/or taxi operations. Detours for ARFF and other airport vehicles. Chapter 2 Construction Safety and Phasing Plans 12 �• _� _1 AC 150/5370-2F (3) Maintenance of essential utilities. (4} Temparary changes to air traffic control procedures. Such changes must be coordinated with the ATO. 208. Navigation Aid (NAVAID) Protectfon. Before commencing construction activity, parking vehicles, or storing construction equipment and materials near a NAVAID, coordinate with the appropriate FAA ATO/Technical Operations office to evaluate the effect of canstruction activity and the required distance and direction iram the NAVAID. (See paragraph 213.e(3) belaw.} Construction activities, materials/equipment storage, and vehicle parking near electronic NAVAIDs require special consideration since they may interfere with signals essential to air navigation. If any NAVAID may be affected, the CSPP and SPCD must show an understanding of the ccCTIIICUl U1P�99 associated with each NAVAID and describe haw it will be protected. Where applicable, the operational critical areas of NAVAIDs should be graphically delineated on the project drawings. Pay particular attention to stockpiling material, as well as to movement and parking of equipment that may interfere with line of sight fram the ATCT or with electranic emissions. Interference from construction equipment and activities may require NAVAID shutdown or adjustment of instrument approach minimums far low visibility aperations. This condition requires that a NOTAM be filed (see paragraph 213.b below). Canstruction activities and materials/equipment starage near a NAVAID must not abstruct access to the equipment and instruments for maintenance. Submittal of a 7460-1 form is required for construction vehicles operating near FAA NAVAIDs. (See paragraph 213.e(1) below.) 209. Cantractor Access. The CSPP must detail the areas to which the contractor must have access, and explain how contractar persannel will access those areas. Specifically address: a. Locatfon of Stackpfled Construction Materials. Stockpiled materials and equipment starage are not permitted within the RSA and OFZ, and if passible shauld not be permitted within the Obj ect Free Area (OFA) of an operational runway. Stackpiling material in the OFA requires submittal of a 7460-1 form and justification provided to the appropriate FAA Airports Regional ar District Offce for appraval. The airport operator must ensure that stockpiled materials and equipment adjacent to these areas are praminently marked and lighted during haurs of restricted visibility or darkness. (See paragraph 218.b below.) This includes determining and verifying that materials are stabilized and stored at an approved location so as not to be a hazard to aircraft operations and ta prevent attraction of wildlife and foreign object damage. See paragraphs 210 and 211 below. b. Vehicle and Pedestrfan Operations. The CSPP should include specific vehicle and pedestrian requirements. Vehicle and pedestrian access rautes for airport construction projects must be controlled ta prevent inadvertent or unauthorized entry of persons, vehicles, or animals onto the AOA. The airport operator should coordinate requirements for vehicle operations with airpart tenants, contractors, and the FAA air traffic manager. In regard to vehicle and pedestrian operations, the CSPP should include the follawing, and detail associated training requirements: (1) Construction site parking. Designate in advance vehicle parking areas for contractar employees to prevent any unauthorized entry of persans or vehicles onto the AOA. These areas should provide reasanable contractor employee access to the job site. (2) Construction equipment parking. Contractor emplayees must park and service all construction vehicles in an area designated by the airport operatar outside the OFZ and never in the safety area of an active runway or taxiway. Unless a complex setup pracedure makes mavement af specialized equipment infeasible, inactive equipment must not be parked on a closed taxiway or runway. If it is necessary ta leave specialized equipment on a clased t�iway or runway at night, the equipment must be well lighted. Employees should also park construction vehicles outside the OFA when nat in use by 13 Chapter 2 Canstructian Safety and Phasing Plans AC 150/5370-2F September 29, 2011 construction persannel (for example, overnight, on weekends, or during other periads when constructian is not active). Parking areas must not abstruct the clear line af sight by the ATCT to any taxiways ar runways under air traffic control nor obstruct any runway visual aids, signs, or navigation aids. The FAA must alsa study those areas to determine effects on airpart design criteria, surfaces established by 14 CFR Part 77y SU1Piy Efficient Use, and Preservation of the Navigable Airspace (Part 77), and an NAVAIDs and Instrument Approach Procedures (IAP). See paragraph 213.e(1) belaw for further informatian. (3) Access and haul roads. Determine the construction contractar's access to the construction sites and haul roads. Do nat permit the construction contractor to use any access or haul roads other than thase approved. Access routes used by contractor vehicles must be clearly marked to prevent inadvertent entry to areas open ta airport operations. Pay special attention to ensure that if constructian traffic is to share or cross any ARFF routes that ARFF right of way is not impeded at any time, and that construction traffic on haul roads does not interfere with NAVAIDs ar approach surfaces af operatianal runways. (4) Marking and lfghting of veh°rcles in accordance with AC 150/5210-5, Painting, Marking, and Lighting of Vehicles Used on an Airport. (5) Description of proper vehicle operations an various areas under narmal, lost communications, and emergency conditions. (6} Required escorts. (7) Training requirements far vehicle drivers to ensure compliance with the airpart operator's vehicle rules and regulations. Specific training shauld be provided to those vehicle operators providing escorts. See AC 150/5210-20, Ground Vehicle Operatians on Airports, for information an training and records maintenance requirements. (8} Situational awareness. Vehicle drivers must canfirm by personal observation that no aircraft is appraaching their position (either in the air or an the ground) when given clearance to cross a runway, taxiway, or any other area open to airport operations. In addition, it is the responsibility af the escort vehicle driver to verify the movement/position of all escorted vehicles at any given time. (9} Two-way radio communication procednres. (a) General. The airpart operator must ensure that tenant and construction contractor personnel engaged in activities invalving unescorted operation on aircraft mavement areas observe the proper procedures for communications, including using appropriate radio frequencies at airports with and without ATCT. When operating vehicles on or near open runways or taxiways, construction persannel must understand the critical importance of maintaining radio contact, as directed by the airport operator, with: (i} Airport operatians (ii) ATCT (iii) Comman Traffic Advisory Frequency (CTAF), which may include LJNICOM, MULTICOM. (iv) Automatic Terminal Infarmatian Service (ATIS). This frequency is useful far monitoring canditions on the airport. Local air traffic will braadcast infarmation regarding construction related runway closures and "shortened" runways on the ATIS frequency. (b) Areas requiring twa-way radia communication with the ATCT. Vehicular traffic crossing active movement areas must be controlled either by two-way radio with the ATCT, escort, flagman, signal light, or other means appropriate for the particular airport. Chapter 2 Construction Safety and Phasing Plans 14 September 29, 2011 AC 150/5370-2F (c} Frequencies to be used. The airpart operator will specify the frequencies to be used by the cantractar, which may include the CTAF for monitoring af aircraft operations. Frequencies may alsa be assigned by the airport operator for other communications, including any radia frequency in compliance with Federal Cammunications Commission requirements. At airparts with an ATCT, the airpart operator will specify the frequency assigned by the ATCT to be used between cantractor vehicles and the ATCT. (d} Proper radio usage, including read back requirements. (e} Praper phraseology, including the International Phonetic Alphabet. (� Light gun signals. Even though radio communicatian is maintained, escart vehicle drivers must also familiarize themselves with ATCT light gun signals in the event af radio failure. See the FAA safety placard 66Ground Vehicle Guide to Airport Signs and Markings." This safety placard may be downloaded thraugh the Runway 5afety Program Web site at h�://www.faa.�ov/airports/ runway_safetv/publications/ (See "Signs & Markings Vehicle Dashboard Sticker".) or obtained from the FAA Airports Regional Office. (10) Maintenance of the secured area of the airport, including: (a} Fencing and gates. Airport operatars and contractors must take care to maintain security during constructian when access paints are created in the security %ncing to permit the passage of construction vehicles or personnel. Temparary gates should be equipped so they can be securely closed and locked to prevent access by animals and unauthorized people. Procedures shauld be in place ta ensure that only authorized persans and vehicles have access to the AOA and to prohibit bbpiggybacking" behind another person or vehicle. The Department of Transportatian (DOT) document DOT/FAA/AR-00/52, Recommended Security Guidelines far Airport Planning and Construction, provides more specific informatian on fencing. A copy ofthis document can be abtained from the Airport Consultants Council, Airports Council International, or American Associatian of Airport Executives. (b) Badging requirements. (c} Airports subject to 49 CFR Part 1542, Airport Securiry, must meet standards for access cantrol, mavement of ground vehicles, and identification of construction contractor and tenant personnel. 210. Wrldlrfe anagement. The CSPP and SPCD must be in accordance with the airpart operator's wildlife hazard management plan, if applicable. See alsa AC 150/5200-33, Hazardaus Wildlife Attractants On or Near Airports, and Certalert 98-05, Grasses Attractive to Hazardous Wildlife. Construction cantractars must carefully control and cantinuously remove waste or loase materials that might attract wildlife. Contractor persannel must be aware of and avoid construction activities that can create wildlife hazards on airports, such as: a. Trash. Food scraps must be collected from constructian persannel activity. b. Standing Water. c. Tall Grass and Seeds. Requirements for turf establishment can be at odds with requirements for wildlife control. Grass seed is attractive to birds. Lower quality seed mixtures can contain seeds of plants (such as clover) that attract larger wildlife. Seeding should comply with the guidance in AC 150/5370-10, Standards for Specifying Construction of Airparts, Item T-901, Seeding. Contact the local affice of the United Sates Department af Agriculture Soil Conservation Service or the State University Agricultural Extension Service (County Agent ar equivalent) for assistance and recommendations. These agencies can also provide liming and fertilizer recommendations. 15 Chapter 2 Construction Safety and Phasing Plans AC 150/5370-2F September 29, 2011 d. Poorly Maintained Fencing and Gates. See 209.b(10)(a) above. e. Disruption of Existing Wildlife Habitat. While this will frequently be unavoidable due to the nature of the project, the CSPP should specify under what circumstances (location, wildlife type) contractor personnel should immediately notify the airport operator of wildlife sightings. 211. Foreign Object Debris (FOD) Management. Waste and loose materials, commonly referred to as FOD, are capable of causing damage to aircraft landing gears, propellers, and jet engines. Construction contractors must not leave or place FOD on or near active aircraft movement areas. Materials capable of creating FOD rnust be continuously removed during the construction project. Fencing (other than security fencing) may be necessary to contain material that can be carried by wind into areas where aircraft operate. See AC 150/5210-24, Foreign Object Debris (FOD) Management. 212. Hazardous Materials (HAZMAT) Management. Contractors operating construction vehicles and equipment on the airport must be prepared to expeditiously contain and clean-up spills resulting frorn fuel or hydraulic fluid leaks. Transport and handling of other hazardous materials on an airport also requires special procedures. See AC 150/5320-15, Management ofAirport Industrial Waste. 213. Notifcation of Construction Activities. The CSPP and SPCD must detail procedures for the immediate notification of airport users and the FAA of any conditions adversely affecting the operational safety of the airport. It must address the notification actions described below, as applicable. a. List of Responsible Representatives/ points of contact for all involved parties, and procedures for contacting each of them, including after hours. b. NOTAMs. Only the airport operator may initiate or cancel NOTAMs on airport conditions, and is the only entity that can close or open a runway. The airport operator must coordinate the issuance, maintenance, and cancellation of NOTAMs about airport conditions resulting from construction activities with tenants and the local air traffic facility (control tower, approach control, or air traffic control center), and must provide information on closed or hazardous conditions on airport movement areas to the FAA Flight Service Station (FSS) so it can issue a NOTAM. The airport operator must file and maintain a list of authorized representatives with the FSS. Refer to AC 150/5200-28, Notices to Airmen (NOTAMs) for Airport Operators, for a sample NOTAM form. Only the FAA may issue or cancel NOTAMs on shutdown or irregular operation of FAA owned facilities. Any person having reason to believe that a NOTAM is missing, incomplete, or inaccurate must notify the airport operator. See paragraph 207.a(1) above regarding issuing NOTAMs for partially closed runways versus runways with displaced thresholds. c. Emergency notification procedures for medical, fire fighting, and police response. d. Coordination with ARFF. The CSPP must detail procedures for coordinating through the airport sponsor with ARFF personnel, mutual aid providers, and other emergency services if construction requires: • The deactivation and subsequent reactivation of water lines or fire hydrants, or • The rerouting, blocking and restoration of emergency access routes, or • The use of hazardous materials on the airfield. e. Notif�cation to the FAA. (1) Part 77. Any person proposing construction or alteration of objects that affect navigable airspace, as defined in Part 77, must notify the FAA. This includes construction equipment and proposed Chapter 2 Construction Safety and Phasing Plans 16 September 29, 2011 AC 150/5370-2F parking areas for this equipment (i.e. cranes, graders, ather equipment) on airports. FAA Form 7460-1, Notice af Proposed Construction or Alteration, can be used for this purpose and submitted ta the appropriate FAA Airports Regional ar District Office. See Appendix 1, Related Reading Material, to download the form. Further guidance is available on the FAA web site at oeaaa.faa.gov. (2} Part 157. With some exceptions, Title 14 CFR Part 157, Notice of Construction, Alteration, Activation, and Deactivation of Airports, requires that the airport aperator notify the FAA in writing whenever a non-Federally funded project involves the construction of a new airport; the construction, realigning, altering, activating, or abandoning af a runway, landing strip, or associated taxiway; or the deactivatian or abandoning of an entire airport. Notification involves submitting FAA Form 7480-1, Natice of Landing Area Proposal, to the nearest FAA Airports Regional or District Office. See Appendix 1, Related Reading Material to download the form. (3} NAVAIDS. For emergency (short-natice) notificatian about impacts to both airport owned and FAA owned NAVAIDs, cantact: 866-432-2622. (a) Airpart owned/FAA maintained. If canstruction aperations require a shutdown of mare than 24 haurs, or mare than 4 hours daily an consecutive days, of a NAVAID owned by the airport but maintained by the FAA, provide a 45-day minimum notice to FAA ATO/Technical Operations prior to facility shutdawn. (b) FAA owned. (i) General. The airport operatar must notify the appropriate FAA ATO Service Area Planning and Requirements (P&R) Group a minimum of 45 days prior to implementing an event that causes impacts ta NAVAIDs. (Impacts to FAA equipment covered by a Reimbursable Agreement (RA) do not have to be reported by the airport operator.) (ii) Coardinate work for an FAA owned NAVAID shutdown with the local FAA ATO/Technical Operatians office, including any necessary reimbursable agreements and flight checks. Detail procedures that address unanticipated utility autages and cable cuts that could impact FAA NAVAIDs. In addition, provide seven days notice to schedule the actual shutdown. 214. Inspection Reqnirements. a. Daily Inspectians. Inspectians shauld be conducted at least daily, but more frequently if necessary to ensure conformance with the CSPP. A sample checklist is provided in Appendix 3, Safety and Phasing Plan Checklist. See also AC 150/5200-18, Airpart Safety Self-Inspection. b. Final Inspections. New runways and extended runway closures may require safety inspectians at certificated airparts prior to allawing air carrier service. Coordinate with the FAA Airport Certification Safety Inspector (ACSI) to determine if a final inspection will be necessary. 215. Underground Utilities. The CSPP and/or SPCD must include pracedures for lacating and protecting existing underground utilities, cables, wires, pipelines, and other underground facilities in excavation areas. This may involve coordinating with public utilities and FAA ATO/Technical Operations. Note that "One Call" or "Miss Utility" services do not include FAA ATO/Technical Operatians 216. Penalties. The CSPP should detail penalty provisions for nancompliance with airport rules and regulations and the safety plans (for example, if a vehicle is involved in a runway incursian). Such penalties typically include rescission of driving privileges or access to the AOA. 217. Special Conditions. The CSPP must detail any special conditions that affect the operation of the 17 Chapter 2 Canstructian Safety and Phasing Plans AC 150/5370-2F September 29, 2011 airport and will require the activation of any special procedures (for example, low-visibility operations, snow removal, aircraft in distress, aircraft accident, security breach, Vehicle / Pedestrian Deviation (VPD) and other activities requiring construction suspension/resumption). 218. Rnnway and Taxiway Visual Aids. Includes marking, lighting, signs, and visual NAVAIDS. The CSPP must ensure that areas where aircraft will be operating are clearly and visibly separated from construction areas, including closed runways. Throughout the duration of the construction project, verify that these areas remain clearly marked and visible at all times and that marking, lighting, signs, and visual NAVAIDs remain in place and operational. The CSPP must address the following, as appropriate: a. General. Airport markings, lighting, signs, and visual NAVAIDs must be clearly visible to pilots, not misleading, confusing, or deceptive. All must be secured in place to prevent movement by prop wash, jet blast, wing vortices, or other wind currents and constructed of materials that would minimize damage to an aircraft in the event of inadvertent contact. b. Markings. Markings must be in compliance with the standards of AC 150/5340-1, Standards for Airport Markings. Runways and runway exit taxiways closed to aircraft operations are marked with a yellow X. The preferred visual aid to depict temporary runway closure is the lighted X signal placed on or near the runway designation numbers. (See paragraph 218.b(1)(b) below.) (1) Closed Runways and Taxiways. (a) Permanently Closed Runways. For runways, obliterate the threshold marking, runway designation marking, and touchdown zone markings, and place Xs at each end and at 1,000-foot (300 m) intervals. Chapter 2 Construction Safety and Phasing Plans 18 September 29, 2011 AC 150/5370-2F (b) Temporarily Closed Runways. For runways that have been temporarily closed, place an X at the each end of the runway directly on or as near as practicable to the runway designation numbers. Pigure 2-1 illustrates. Figure 2-1 Markings for a Temporarily Closed Runway (c) Partially Closed Runways and Displaced Thresholds. When threshold markings are needed to identify the temporary beginning of the runway that is available for landing, the markings must comply with AC 150/5340-1. An X is not used on a partially closed runway or a runway with a displaced threshold. See paragraph 207.a(1) above for the difference between partially closed runways and runways with displaced thresholds. (i) Partially Closed Runways. Pavement markings for temporary closed portions of the runway consist of a runway threshold bar and yellow chevrons to identify pavement areas that are unsuitable for takeoff or landing (see AC 150/5340-1). (ii) Displaced Thresholds. Pavement markings for a displaced threshold consist of a runway threshold bar and white arrowheads with and without arrow shafts. These markings are required to identify the portion of the runway before the displaced threshold to provide centerline guidance for pilots during approaches, takeoffs, and landing rollouts from the opposite direction. See AC 150/5340-1. 19 Chapter 2 Construction Safety and Phasing Plans AC 150/5370-2F September 29, 2011 (d) Taxiways. (i) Permanently Closed Taxiways. AC 150/5300-13 nates that it is preferable to remove the pavement, but for pavement that is to remain, place an X at the entrance to both ends af the closed section. Obliterate taxiway centerline markings, including runway leadoff lines, leading to the closed taxiway. Figure 2-2 illustrates. Ffgure 2-2 Taxfway Closure (ii} Temporarily Closed Taxiways. Place barricades outside the safety area of intersecting taxiways. Far runway/t�iway intersectians, place an X at the entrance to the closed taxiway fram the runway. If the taxiway will be closed for an extended periad, obliterate taxiway centerline markings, including runway leadoff lines, leading to the clased section. If the centerline markings will be reused upon reopening the taxiway, it is preferable ta paint over the maxking. This will result in less damage to the pavement when the upper layer of paint is ultimately removed. (e) Temporarily Closed Airpart. When the airport is closed temporarily, mark all the runways as closed. _____..._ m ...... .. .. ................_, �m.m.... �. : ..........................................................�....................................................... ,. ,. ,. ,�. ,_.....,......................_..._�.. _................................................................................20 Chapter 2 Construction Safety and Phasing Plans ber 29, 2011 AC 150/5370-2F (i) If unable to paint temporary markings on the pavement, construct them from any of the following materials: fabric, colored plastic, painted sheets af plywoad, or similar materials. They must be properly configured and appropriately secured to prevent movement by prop wash, jet blast, or other wind currents. (ii} It may be necessary to remave or caver runway markings, including but not limited to, runway designation markings, threshold markings, centerline markings, edge stripes, touchdawn zone markings and aiming paint markings, depending an the length af construction and type of activity at the airport. When removing runway markings, apply the same treatment to areas between stripes ar numbers, as the cleaned area will appear to pilots as a marking in the shape of the treated area. (iii} If it is not possible ta install threshald bars, chevrans, and arrows on the pavement, temporary outboard markings may be used. Locate them outside of the runway pavement surface on both sides of the runway. The dimension along the runway direction must be the same as if installed on the pavement. The lateral dimension must be at least one-half that of on-pavement markings. If the markings are not discernable on grass or snow, apply a black background with appropriate material aver the ground to ensure they are clearly visible. (iv} The application rate of paint to mark a short-term temporary runway and ta�ciway markings may deviate from the standard (see Item P-620y 66Runway and Taxiway Painting," in AC 150/5370-10), but the dimensions must meet the existing standards. (fl Lighting and Visual NAVAIDs. This paragraph refers to standard runway and taxiway lighting systems. See below for hazard lighting. Lighting must be in conformance with AC 150/5340-30, Design and Installation Details for Airport Visual Aids, and AC 150/5345-50, Specificatian for Portable Runway and Taxiway Lights. When discannecting runway and taxiway lighting fxtures, discannect the associated isolatian transformers. Alternately, cover the light fixture in such a way as to prevent light leakage. Avaid removing the lamp from energized fixtures because an excessive number of isolation transformers with open secondaries may damage the regulators and/or increase the current above its normal value. Secure, identify, and place any above ground temporary wiring in conduit to prevent electrocutian and fire ignition saurces. (2) Permanently Closed unways and Taxiways. Far runways and taxiways that have been permanently closed, disconnect the lighting circuits. 21 Chapter 2 Construction Safety and Phasing Plans AC 150/5370-2F September 29, 2011 (3) Temporarily Closed Runways. If available, use a lighted X, both at night and during the day, placed at each end of the runway facing the approach. The use of a lighted X is required if night work requires runway lighting to be on. See AC 150/5345-55, Specification for L-893, Lighted Visual Aid to Indicate Temporary Runway Closure. For runways that have been temporarily closed, but for an extended period, and for those with pilot controlled lighting, disconnect the lighting circuits or secure switches to prevent inadvertent activation. For runways that will be opened periodically, coordinate procedures with the FAA air traffic manager or, at airports without an ATCT, the airport operator. Activate stop bars if available. Figure 2-3 shows a lighted X by day. Figure 2-4 shows a lighted X at night. Figure 2-3 Lighted X in Daytime Figure 2-4 Lighted X at Night (4) Partially Closed Runways and Displaced Thresholds. When a runway is partially closed, a portion of the pavement is unavailable for any aircraft operation, meaning taxiing and landing or Chapter 2 Construction Safety and Phasing Plans 22 September 29, 2011 AC 150/5370-2F taking off in either direction. A displaced threshold, by contrast, is put in place to ensure obstacle clearance by landing aircraft. The pavement prior to the displaced threshold is available for takeoff in the direction of the displacement, and for landing and takeoff in the opposite direction. Misunderstanding this difference and issuance of a subsequently inaccurate NOTAM can result in a hazardaus situation. For both partially closed runways and displaced thresholds, approach lighting systems at the affected end must be placed out of service (a) Partially Clased Runways. Disconnect edge and threshold lights on that part of the runway at and behind the threshold (that is, the portion of the runway that is closed). Alternately, cover the light fixture in such a way as to prevent light leakage. (b} Displaced Thresholds. Edge lighting in the area af the displacement emits red light in the direction of approach and yellow light in the opposite directian. Centerline lights are blanked aut in the direction of approach if the displacement is 700 ft or less. If the displacement is over 700 ft, place the centerline lights aut of service. See AC 150/5340-30 for details an lighting displaced threshalds. (c) Temporary runway thresholds and runway ends must be lighted if the runway is lighted and it is the intended threshold for night landings or instrument meteorological conditions. (d) A temparary threshold on an unlighted runway may be marked by retroreflective, elevated markers in addition to markings noted in paragraph 218.b(1)(c) above. Markers seen by aircraft an approach are green. Markers at the rollout end of the runway are red. At certificated airports, temporary elevated threshald markers must be mounted with a frangible fitting (see 14 CFR Part 139.309). At non-certificated airports, the temporary elevated threshold markings may either be mounted with a frangible fitting or be flexible. See AC 150/5345-39, Specification for L-853, Runway and Taxiway Retroreflective Markers. (e) Temporary threshold lights and end lights and related visual NAVAIDs are installed outboard of the edges of the full-strength pavement only when they cannot be installed on the pavement. They are installed with bases at grade level or as low as possible, but nat more than 3 in (7.6 cm) above ground. When any portion of a base is above grade, place properly compacted fill araund the base to minimize the rate of gradient change so aircraft can, in an emergency, cross at normal landing or takeoff speeds without incurring significant damage. See AC 150/5370-10. ( fl Maintain threshold and edge lighting color and spacing standards as described in AC 150/5340-30. Battery powered, salar, or portable lights that meet the criteria in AC 150/5345-50 may be used. These systems are intended primarily far visual flight rules (VFR) aircraft operations but may be used for instrument flight rules (IFR) aircraft operations, upan individual approval fram the Flight Standards Divisian of the applicable FAA Regional Office. (g) Reconfigure yellow lenses (caution zone), as necessary. If the runway has centerline lights, reconfigure the red lenses, as necessary, or place the centerline lights out of service. (h} Relocate the visual glide slope indicator (VGSI}, such as VASI and PAPI; other airpart lights, such as Runway End Identifier Lights (REIL}; and approach lights to identify the temparary threshold. Another option is ta disable the VGSI ar any equipment that would give misleading indications to pilats as to the new threshold location. Installation of temparary visual aids may be necessary ta provide adequate guidance ta pilots on approach ta the affected runway. If the FAA owns and operates the VGSI, coordinate its installation ar disabling with the local ATO/Technical Operations Office. Relocation of such visual aids will depend on the duratian of the project and the benefits gained from the relocation, as this can result in great expense. (i) Issue a NOTAM io infarm pilots af temporary lighting conditions. (5) Temporarily Closed Taxiways. If possible, deactivate the taxiway lighting circuits. When deactivation is not possible (for example other taxiways an the same circuit are to remain open}, 23 Chapter 2 Construction Safety and Phasing Plans AC 150/5370-2F September 29, 2011 cover the light fixture in such a way as ta prevent light leakage. c. Signs. To the extent possible, signs must be in conformance with AC 150/5345-44, Specification for Runway and T�iway Signs and AC 150/5340-18, Standard far Airport Sign Systems. Any time a sign does nat serve its normal function; it must be covered or removed to prevent misdirecting pilots. Note that information signs identifying a crossing taxiway continue to perform their normal function even if the crossing taxiway is closed. For long term construction proj ects, consider relocating signs, especially runway distance remaining signs. 219. arking and Signs for Access Routes. The CSPP should indicate that pavement markings and signs for construction personnel will conform to AC 150/5340-18 and, to the extent practicable, with the Federal Highway Administratian Manual on Uniform Traffic Contral I7evices (MUTCD) and/or State highway specifications. Signs adjacent to areas used by aircraft must comply with the frangibility requirements of AC 150/5220-23, Frangible Connections, which may require modification to size and height guidance in the MUTCD. 220. Hazard Marking, Lighting and Signing. a. Hazard arking and Lightfng Prevents Pilots from entering areas closed to aircraft, and prevents construction personnel from entering areas open to aircraft. The CSPP must specify prominent, comprehensible warning indicatars for any area affected by canstruction that is normally accessible to aircraft, personnel, or vehicles. Hazard marking and lighting must also be specified to identify open manholes, small areas under repair, stockpiled material, waste areas, and areas subject to jet blast. Alsa consider less obvious construction-related hazards and include markings to identify FAA, airport, and Natianal Weather Service facilities cables and power lines; instrument landing system (ILS} critical areas; airport surfaces, such as RSA, OFA, and OFZ; and other sensitive areas to make it easier for contractor personnel to avoid these areas. I! �u-i (1) Barricades, including traffc cones, (weighted or sturdily attached to the surface) are acceptable methods used to identify and define the limits of construction and hazardaus areas an airports. Careful consideration must be given to selecting equipment that pases the least danger to aircraft but is sturdy enough to remain in place when subjected to typical winds, prop wash and jet blast. The spacing of barricades must be such that a breach is physically prevented barring a deliberate act. For example, if barricades are intended to exclude vehicles, gaps between barricades must be smaller than the width of the excluded vehicles, generally 4 ft. Pravision must be made for ARFF access if necessary. If barricades are intended ta exclude pedestrians, they must be continuously linked. Continuous linking may be accomplished through the use of rapes, securely attached to prevent FOD. (2) Lights must be red, either steady burning or flashing, and must meet the luminance requirements ofthe State Highway Department. Batteries powering lights will last longer if lights flash. Lights must be mounted on barricades and spaced at na more than 10 ft. Lights must be aperated between sunset and sunrise and during periods of low visibility whenever the airport is apen far operations. They may be operated by photocell, but this may require that the contractor turn them an manually during periods of low visibility during daytime hours. (3) Supplement barricades with signs (for example "Na Entry," "No Vehicles") as necessary. (4) Air Operations Area — General. Barricades are not permitted in any active safety area. Within a runway or taxiway object free area, and on aprons, use orange traffic cones, flashing ar steady burning red lights as noted above, collapsible barricades marked with diagonal, alternating orange and Chapter 2 Construction Safety and Phasing Plans 24 September 29, 2011 AC 150/5370-2F white stripes; and/or signs to separate all construction/maintenance areas from the movement area. Barricades may be supplemented with alternating orange and white flags at least 20 by 20 in (50 by 50 cm) square and securely fastened to eliminate FOD. All barricades adjacent to any open runway or taxiway / taxilane safety area, or apron must be as low as possible to the ground, and no more than 18 in high, exclusive of supplementary lights and flags. Barricades must be of low mass; easily collapsible upon contact with an aircraft or any of its components; and weighted or sturdily attached to the surface to prevent displacement from prop wash, jet blast, wing vortex, or other surface wind currents. If affixed to the surface, they must be frangible at grade level or as low as possible, but not to exceed 3 in (7.6 cm) above the ground. Figure 2-5 and Figure 2-6 show sample barricades with proper coloring and flags. Figure 2-5 Interlocking Barricades Figure 2-6 Low Profile Barricades (5) Air Operatians Area — Runway/Taxfway Intersections. Use highly reflective barricades with lights to close ta�ciways leading to closed runways. Evaluate all operating factors when determining how to mark temporary clasures that can last fram 10 to 15 minutes to a much longer period of time. However, even for closures of relatively short duration, close all ta.�ciway/runway intersections with barricades. The use of traffc cones is appropriate for short duration closures. (6) Air Operations Area — Other. Beyond runway and taxiway object free areas and 25 Chapter 2 Construction Safety and Phasing Plans AC 150/5370-2F September 29, 2011 aprons, barricades intended for construction vehicles and personnel may be many different shapes and made from various materials, including railroad ties, sawhorses, jersey barriers, or barrels. (7} Maintenance. The construction speciiications must include a provision requiring the cantractar to have a person on ca1124 hours a day for emergency maintenance of airport hazard lighting and barricades. The cantractor must file the cantact persan's information with the airport operator. Lighting should be checked far proper operation at least once per day, preferably at dusk. 221. Protection of Runway and Taxiway Safety Areas. Runway and taxiway safety areas, Obstacle Free zones (OFZ), abject free areas (OFA), and approach surfaces are described in AC 150/5300-13. Protection of these areas includes limitations on the location and height of equipment and stockpiled material. An FAA airspace study may be required. Caordinate with the appropriate FAA Airports Regional ar District Office if there is any doubt as to requirements or dimensions (See paragraph 213.e above.) as soon as the location and height of materials or equipment are known. The CSPP should include drawings showing all safety areas, object free areas, obstacle free zones and approach departure surfaces affected by construction. a. Runway Safety Area (RSA}. A runway safety area is the defined surface surrounding the runway prepared or suitable far reducing the risk of damage to airplanes in the event af an undershoat, overshoot, or excursion from the runway (see AC 150/5300-13). Canstructian activities within the existing RSA are subject to the fallowing conditions: (1} No construction may occur wfthfn the existing RSA while the runway is apen for aircraft operations. The RSA dimensions may be temporarily adjusted ifthe runway is restricted to aircraft operations requiring an RSA that is equal to the RSA width and length beyond the runway ends available during construction. (see AC 150/5300-13). The temporary use of declared distances and/or partial runway closures may provide the necessary RSA under certain circumstances. Coordinate with the appropriate FAA Airports Regianal or District Office to have declared distances information published. See AC 150/5300-13 for guidance on the use of declared distances. (2) The airport operator must coordinate the adj ustment of RSA dimensions as permitted above with the appropriate FAA Airports Regional or District Ofiice and the local FAA air traffic manager and issue a NOTAM. (3} The CSPP and SPCD must provide procedures for ensuring adequate distance for protection from blasting operations, if required by operational considerations. (4} Excavations. (a} Open trenches ar excavations are nat permitted within the RSA while the runway is open. If possible, backfill trenches befare the runway is opened. If the runway must be opened before excavations are backfilled, caver the excavations appropriately. Covering far open trenches must be designed to allow the safe operation of the heaviest aircraft operating an the runway across the trench without damage to the aircraft. (b) Construction contractors must praminently mark open trenches and excavatians at the construction site with red ar orange flags, as approved by the airport aperator, and light them with red lights during hours af restricted visibility or darkness. (5) Erosion Cantrol. Soil erosion must be controlled to maintain RSA standards, that is, the RSA must be cleared and graded and have no potentially hazardous ruts, humps, depressions, ar other surface variations, and capable, under dry conditions, of supporting snow removal equipment, aircraft rescue and fire fighting equipment, and the occasional passage of aircraft without causing structural damage to the aircraft. Chapter 2 Construction Safety and Phasing Plans 26 ber 29, 2011 AC 150/5370-2F b. Runway Object Free Area (ROFA). Construction, including excavations, may be permitted in the ROFA. However, equipment must be removed from the ROFA when not in use, and material should not be stockpiled in the ROFA if not necessary. Stockpiling material in the OFA requires submittal of a 7460-1 form and justification provided to the appropriate FAA Airports Regional or District Office for approval. c. Taxiway Safety Area (TSA). A taxiway safety area is a defined surface alongside the taxiway prepared or suitable for reducing the risk of damage to an airplane unintentionally departing the taxiway. (See AC 150/5300-13.) Construction activities within the TSA are subject to the following conditions: (1) No construction may occur within the TSA while the taxiway is open for aircraft operations. The TSA dimensions may be temporarily adjusted if the taxiway is restricted to aircraft operations requiring a TSA that is equal to the TSA width available during construction (see AC 150/5300-13, Table 4-1). (2) The airport operator must coordinate the adjustment of the TSA width as permitted above with the appropriate FAA Airports Regional or District Office and the FAA air traffic manager and issue a NOTAM. (3) The CSPP and SPCD must provide procedares for ensuring adequate distance for protection from blasting operations. (4) Excavations. (a) Open trenches or excavations are not permitted within the TSA while the taxiway is open. If possible, backfill trenches before the taxiway is opened. If the taxiway must be opened before excavations are backfilled, cover the excavations appropriately. Covering for open trenches must be designed to allow the safe operation of the heaviest aircraft operating on the taxiway across the trench without damage to the aircraft. (b) Construction contractors must prominently mark open trenches and excavations at the construction site with red or orange flags, as approved by the airport operator, and light them with red lights during hours of restricted visibility or darkness. (5) Erosion Control. Soil erosion must be controlled to maintain TSA standards, that is, the TSA must be cleared and graded and have no potentially hazardous ruts, humps, depressions, or other surface variations, and capable, under dry conditions, of supporting snow removal equipment, aircraft rescue and fire fighting equipment, and the occasional passage of aircraft without causing structural damage to the aircraft. d. Taxiway Object Free Area (TOFA}. Unlike the Runway Object Free Area, aircraft wings regularly penetrate the taxiway object free area during normal operations. Thus the restrictions are more stringent. Except as provided below, no construction may occur within the taxiway object free area while the taxiway is open for aircraft operations. (1) The taxiway object free area dimensions may be temporarily adjusted ifthe taxiway is restricted to aircraft operations requiring a taxiway object free area that is equal to the taxiway object free area width available. (2) Offset taxiway pavement markings may be used as a temporary measure to provide the required taxiway object free area. Where offset taxiway pavement markings are provided, centerline lighting or reflectors are required. (3) Construction activity may be accomplished without adjusting the width of the taxiway object free area, subject to the following restrictions: 27 Chapter 2 Construction Safety and Phasing Plans AC 150/5370-2F September 29, 2011 (a) Appropriate NOTAMs are issued. (b) Marking and lighting meeting the provisions of paragraphs 218 and 220 above are implemented. (c) Five-foot clearance is maintained between equipment and materials and any part of an aircraft (includes wingtip overhang). In these situations, flaggers must be used to direct construction equipment, and wing walkers will be necessary to guide aircraft. Wing walkers should be airline/aviation personnel rather than construction workers. If such clearance can only be maintained if an aircraft does not have full use of the entire taxiway width (with its main landing gear at the edge of the pavement), then it will be necessary to move personnel and equipment for the passage of that aircraft. e. Obstacle Free Zone (OFZ). In general, personnel, material, and/or equipment may not penetrate the OFZ while the runway is open for aircraft operations. If a penetration to the OFZ is necessary, it may be possible to continue aircraft operations through operational restrictions. Coordinate with the FAA through the appropriate FAA Airports Regional or District Office. f. Runway Approach/Departure Areas and Clearways. All personnel, materials, and/or equipment must remain clear of the applicable threshold siting surfaces, as defined in Appendix 2, "Threshold Siting Requirements," of AC 150/5300-13. Objects that do not penetrate these surfaces may still be obstructions to air navigation and may affect standard instrument approach procedures. Coordinate with the FAA through the appropriate FAA Airports Regional or District Office. (1} Constructian activity in a rnnway approach/departure area may result in the need to partially close a runway or displace the existing runway threshold. Partial runway closure, displacement of the runway threshold, as well as closure of the complete runway and other portions of the movement area also require coordination through the airport operator with the appropriate FAA air traffic manager (FSS if non-towered) and ATO/Technical Operations (for affected NAVAIDS) and airport users. (2) Caution regarding partial runway closures. When filing a NOTAM for a partial runway closure, clearly state to OCC personnel that the portion of pavement located prior to the threshold is not available for landing and departing traffic. In this case, the threshold has been moved for both landing and takeoff purposes (this is different than a displaced threshold). There may be situations where the portion of closed runway is available for taxiing only. If so, the NOTAM must reflect this condition). (3) Caution regarding displaced thresholds. : Implementation of a displaced threshold affects runway length available for aircraft landing over the displacement. I7epending on the reason for the displacement (to provide obstruction clearance or RSA), such a displacement may also require an adjustment in the landing distance available and accelerate-stop distance available in the opposite direction. If project scope includes personnel, equipment, excavation, other work. within the existing RSA of any usable runway end, do not implement a displaced threshold unless arrivals and departures toward the construction activity are prohibited. Instead, implement a partial closure. 222. Other Limitations on Construction. The CSPP must specify any other limitations on construction, including but not limited to: a. Prohibitions. (1) No use of tall eqnipment (cranes, concrete pumps, and so on) unless a 7460-1 determination letter is issued for such equipment. (2) No use of open flame welding or tarches unless fire safety precautions are provided and the airport operator has approved their use. (3) Na use of electrical blasting caps on or within 1,000 ft (300 m) of the airport property. .,....� ter.2 . ..... ............. ............ ..� nnn..��,m.__ ___..__...__ �. . ... ....�..._... . .�_..,.__n_n�..�. Chap Construction Safety and Phasing Plans 28 September 29, 2011 See AC 150/5370-10. (4) No use of flare pots within the AOA. b. Restrictions. (1) �2) (3) (4) AC 150/5370-2F Construction suspension required during specific airport operations. Areas that cannot be worked on simultaneously. Day or night construction restrictions. Seasonal construction restrictions. 29 Chapter 2 Construction Safety and Phasing Plans AC 150/5370-2F Intentionally Left Blank September 29, 2011 Chapter 2 Constructian Safety and Phasing Plans 30 September 29, 2011 Chapter 3. Guidelines for Writing a CSPP AC 150/5370-2F 301. General Requirements. The CSPP is a standalone document written to correspond with the subjects outlined in Chapter 2, Section 1, paragraph 204. The CSPP is organized by numbered sections corresponding to each subject listed in Chapter 2, Section 1, paragraph 204, and described in detail in Chapter 2, Section 2. Each sectian number and title in the CSPP matches the corresponding subject outlined in Chapter 2, paragraph 204 (for example, 1. Coardination, 2. Phasing, 3. Areas and Operatians Affected by the Construction Activity, and so on.). With the exception of the praject scape of work outlined in Section 2. Phasing, only subjects specific to operational safety during construction should be addressed. 302. Applicability of Subjects. Each section should, to the extent practical, facus on the specific subject. Where an overlapping requirement spans several sections, the requirement should be explained in detail in the most applicable sectian. A reference to that section should be included in all ather sections where the requirement may apply. For example, the requirement to protect existing underground FAA Instrument Landing System (ILS) cables during trenching operations could be considered FAA ATO coordination (Sectian 1. Caordination, paragraph 205.c), an area and operation affected by the construction activity (Section 3. Areas and Operations Affected by the Construction Activity, paragraph 207.a(4)), a protection of a NAVAID (Section 4. Protection of Navigational Aids (NAVAIDs),paragraph 208), or a notification to the FAA of construction activities (Section 9. Notification of Construction Activities, paragraph 210.e(3)(b}}. However, it is more specifically an underground utility requirement (Section 11. Underground Utilities, paragraph 215). The procedure far protecting underground ILS cables during trenching operations shauld therefore be described in Section 11: "The contractor must coordinate with the local FAA System Support Center (SSC) to mark existing ILS cable routes along Runway 17-35. The ILS cables will be Zocated by hand diggrng whenever the trenching oper°ation moves wrthin 10 feet of the cable markings." All other applicable sections should include a reference to Section 11: "ILS cables shall be identifred and protected as described in Section 11" or "See Section 11 for ILS cable identification and protection requirements." Thus, the CSPP shauld be considered as a whole, with no need to duplicate responses to related issues. 303. Graphical Representations. Canstruction safety drawings should be included in the CSPP as attachments. When other graphical representations will aid in supporting written statements, the drawings, diagrams, and/ar photographs should also be attached to the CSPP. References should be made in the CSPP to each graphical attachment and may be made in multiple sections. 304. Reference Docnments. The CSPP must nat incorporate a document by reference unless reproduction of the material in that document is prohibited. In that case, either copies of or a source for the referenced dacument must be provided to the contractor. 305. Restrfctions. The CSPP should not be considered as a project design review document. The CSPP should also avoid mention of permanent ("as-built99) features such as pavements, markings, signs, and lighting, except when such features are intended to aid in maintaining operational safety during the canstruction. 306. Caordination. Include in this sectian a detailed descriptian af canferences and meetings both before and during the praject. Include apprapriate information fram AC 150/5300-9. Discuss coardination procedures and schedules for each required FAA ATO airway facility shutdown and restart and all required flight inspections. 31 Chapter 3 Guidelines for Writing a CSPP AC 150/5370-2F September 29, 2011 307. Phasing. Include in this section a detailed scope of work description for the project as a whole and each phase of work covered by the CSPP. This includes all locations and durations of the work proposed. Attach drawings to graphically support the written scope of work. Detail in this section the sequenced phases of the proposed construction. Include a reference to paragraph 308 below, as appropriate. 308. Areas and Operations Affected By Construction. Focus in this section on identifying the areas and operations affected by the construction. Describe corresponding mitigation that is not covered in detail elsewhere in the CSPP. Include references to paragraphs below as appropriate. Attach drawings as necessary to graphically describe affected areas and mechanisms proposed. Tables and charts such as the following may be helpful in highlighting issues to be addressed. Table 3-1 Sample Operations Effects Chapter 3 Guidelines for Writing a CSPP 32 29, 2011 AC 150/5370-2F Complete the following chart for each phase to determine the area that must be protected along the runway edges: Complete the following chart for each phase to determine the area that must be protected before the runway threshold: 309. Navigation Aid (NAVAID) Protection. List in this section all NAVAID facilities that will be affected by the construction. Identify NAVAID facilities that will be placed out of service at any time prior to or during construction activities. Identify individuals responsible for coordinating each shutdown and when each facility will be out of service. Include a reference to paragraph 306 above for FAA ATO NAVAID shutdown, restart, and flight inspection coordination. Outline in detail procedures to protect each NAVAID facility remaining in service from interference by construction activities. Include a reference to paragraph 314 for the issuance of NOTAMs as required. Include a reference to paragraph 316 for the protection of undergound cables and piping serving NAVAIDs. If temporary visual aids are proposed to replace or supplement existing facilities, include a reference to paragraph 319. Attach drawings to graphically indicate the affected NAVAIDS and the corresponding critical areas. 310. Contractor Access. This will necessarily be the most extensive section of the CSPP. Provide 33 Chapter 3 Guidelines for Writing a CSPP AC 150/5370-2F ber 29, 2011 sufficient detail so that a contractor not experienced in working on airports will understand the unique restrictions such work will require. Due to this extent, it should be broken down into subsections as described below: a. Location of Stockpiled Construction Materials. Describe in this section specific locations for stockpiling material. Note any height restrictions on stockpiles. Include a reference to paragraph 321 for hazard marking and lighting devices used to identify stockpiles. Include a reference to paragraph 311 for provisions to prevent stockpile material from becoming wildlife attractants. Include a reference to paragraph 312 for provisions to prevent stockpile material from becoming FOD. Attach drawings to graphically indicate the stockpile locations. b. Vehicle and Pedestrian Operations. While there are many items to be addressed in this major subsection of the CSPP, all are concerned with one main issue: keeping people and vehicles from areas of the airport where they don't belong. This includes preventing unauthorized entry to the AOA and preventing the improper movement of pedestrians or vehicles on the airport. In this section, focus on mechanisms to prevent construction vehicles and workers traveling to and from the worksite from unauthorized entry into movement areas. Specify locations of parking for both employee vehicles and construction equipment, and routes for access and haul roads. In most cases, this will best be accomplished by attaching a drawing. Quote from AC 150/5210-5 specific requirements for contractor vehicles rather than referring to the AC as a whole, and include special requirements for identifying Hazardous Material (HAZMAT) vehicles. Quote from, rather than incorporate by reference, AC 150/5210-20 as appropriate to address the airport's rules for ground vehicle operations, including its training program. Discuss the airporYs recordkeeping system listing authorized vehicle operators. c. Two-Way Radio Communicaiions. Include a special section to identify all individuals who are required to maintain communications with Air Traffic (AT) at airports with active towers, or monitor Common Traffic Advisory Frequencies (CTAF) at airports without or with closed ATCT. Include training requirements for all individuals required to communicate with AT. Individuals required to rnonitor AT frequencies should also be identified. If construction employees are also required to communicate by radio with Airport Operations, this procedure should be described in detail. Usage of vehicle mounted radios and/or portable radios should be addressed. Communication procedures for the event of disabled radio communication (that is, light signals, telephone numbers, others) must be included. All radio frequencies should by identified (Tower, Ground Control, CTAF, UNICOM, ATIS, and so on). d. Airport Security. Address security as it applies to vehicle and pedestrian operations. Discuss TSA requirements, security badging requirements, perimeter fence integrity, gate security, and other needs. Attach drawings to graphically indicate secured and/or Security Identification Display Areas (SIDA), perimeter fencing, and available access points. 311. Wildlife Management. Discuss in this section wildlife management procedures. Describe the maintenance of e�sting wildlife mitigation devices, such as perimeter fences, and procedures to limit wildlife attractants. Include procedures to notify Airport Operations of wildlife encounters. Include a reference to paragraph 310 for security (wildlife) fence integrity maintenance as required. 312. Foreign Object Debris (FOD) Management. In this section, discuss methods to control and monitor FOD: worksite housekeeping, ground vehicle tire inspections, runway sweeps, and so on. Include a reference to paragraph 315 for inspection requirements as required. 313. Hazardous Materials (HAZMAT) Management. Describe in this section HAZMAT management procedures: fuel deliveries, spill recovery procedures, Material Safety Data Sheet (MSDS) availability, and other considerations. Any specific airport HAZMAT restrictions should also be Chapter 3 Guidelines for Writing a CSPP 34 ber 29, 2011 AC 150/5370-2F identified. Include a reference to parag,raph 310 for HAZMAT vehicle identification requirements. Quote from, rather than incorporate by reference, AC 150/5320-15. 314. Notificatian of Constraction Activities. List in this section the names and telephone numbers of points of contact for all parties affected by the construction project. We recommend a single list that includes all telephone numbers required under this section. Include emergency notification procedures for all representatives of all parties potentially impacted by the construction. Identify individual representatives — and at least one alternate — for each party. List both on-duty and off-duty contact information for each individual, including individuals responsible for emergency maintenance of airport construction hazard lighting and barricades. Describe procedures to coordinate immediate response to events that might adversely affect the operational safety of the airport (such as interrupted NAVAID service). Explain requirements for and the procedures for the issuance of Notices to Airmen (NOTAMs), notification to FAA required by 14 CFR Part 77 and Part 157 and in the event of affected NAVAIDs. For NOTAMs, identify an individual, and at least one alternate, responsible for issuing and cancelling each specific type of Notice to Airmen (NOTAM) required. Detail notification methods for police, fire fighting, and medical emergencies. This may include 911, but should also include direct phone numbers of local police departments and nearby hospitals. The local Poison Control number should be listed. Procedures regarding notification of Airport Operations and/or the ARFF Department of such emergencies should be identified, as applicable. If airport radio communications are identified as a means of emergency notification, include a reference to paragraph 310. Differentiate between emergency and nonemergency notification of ARFF personnel, the latter including activities that affect ARFF water supplies and access roads. Identify the primary ARFF contact person and at least one alternate. If notification is to be made through Airport Operations, then detail this procedure. Include a method of confirmation from the ARFF department. 315. Inspection Requirements. Describe in this section inspection requirements to ensure airfield safety compliance. Include a requirement for routine inspections by the resident engineer (RE) and the construction contractors. If the engineering consultants and/or contractors have a Safety Officer who will conduct such inspections, identify this individual. Describe procedures for special inspections, such as those required to reopen areas for aircraft operations. Part 139 requires daily airfield inspections at certificated airports, but these may need to be more frequent when construction is in progress. Discuss the role of such inspections on areas under construction. Include a requirement to immediately remedy any deficiencies, whether caused by negligence, oversight, or project scope change. 316. Underground Utilities. Explain how existing underground utilities will be located and protected. Identify each utility owner and include contact information for each company/agency in the master list. Address emergency response procedures for damaged or disrupted utilities. Include a reference to paragraph 314 above for notification of utility owners of accidental utility disruption as required. 317. Penalties. Describe in this section specific penalties imposed for noncompliance with airport rules and regulations, including the CSPP: SIDA violations, Vehicle/Pedestrian Deviations (VPD), and others. 318. Special Conditions. Identify any special conditions that may trigger specific safety mitigation actions outlined in this CSPP: low visibility operations, snow removal, aircraft in distress, aircraft accident, security breach, VPI7, and other activities requiring construction suspension/resumption. Include a reference to paragraph 310 above for compliance with airport safety and security measures and for radio communications as required. Include a reference to paragraph 319 below for emergency notification of all involved parties, including police/security, ARFF, and medical services. 319. Runway and Taxiway Visual Aids. Include marking, lighting, signs, and visual NAVAIDS. 35 Chapter 3 Guidelines for Writing a CSPP AC 150/5370-2F September 29, 2011 Detail temporary runway and taxiway marking, lighting, signs, and visual NAVAIDs required for the construction. Discuss existing marking, lighting, signs, and visual NAVAIDs that are temporarily, altered, obliterated, or shut down. Consider non-federal facilities and address requirements for reimbursable agreements necessary for alteration af FAA facilities and for necessary flight checks. Identify temporary TORA signs or runway distance remaining signs if appropriate. Identify required temporary visual NAVAIDs such as REIL or PAPI. Quote from, rather than incorporate by reference, AC 150/5340-1, Standards far Airport Markings, AC 150/5340-18, Standards far Airport Sign Systems, and AC 150/5340-30, as required. Attach drawings to graphically indicate proposed marking, lighting, signs, and visual NAVAIDs. 320. Marking and Signs for Access Routes. Detail plans for marking and signs far vehicle access routes. Ta the extent possible, signs should be in conformance with the Federal Highway Administration Manual on Uniform Traffic Control Devices (MUTCD} and/ar State highway specifications, not hand lettered. Detail any modifications ta the guidance in the MUTCD necessary to meet frangibility/height requirements. 321. Hazard Marking and Lighting. Specify all marking and lighting equipment, including when and where each type of device is ta be used. Specify maximum gaps between barricades and the maximum spacing of hazard lighting. Identify one individual and at least one alternate responsible for maintenance of hazard marking and lighting equipment in the master telephone list. Include a reference to paragraph 314 above. Attach drawings ta graphically indicate the placement of hazard marking and lighting equipment. 322. Pratection of Runway and Taxiway Safety Areas. This section should facus exclusively on pracedures for protecting all safety areas, including those altered by the constructian: methads of demarcatian, limit of access, movement within safety areas, stockpiling and trenching restrictians, and so on. Reference AC 150/5300-13: Airport Design as required. Include a reference to paragraph 310 abave for procedures regarding vehicle and personnel movement within safety areas. Include a reference to paragraph 310 above for material stackpile restrictions as required. Detail requirements far trenching, excavations, and backfill. Include a reference to paragraph 321 for hazard marking and lighting devices used to identify open excavations as required. If runway and taxiway clasures are praposed to protect safety areas, or if temporary displaced threshalds and/or revised declared distances are used to provide adequate Runway Safety Area, include a reference to paragraphs 314 and 319 above. Detail procedures for protecting the runway OFZ, runway OFA, taxiway OFA and runway approach surfaces including thase altered by the canstruction: methads of demarcation, limit af cranes, storage of equipment, and so on. Quote from, rather than incorparate by reference, AC 150/5300-13: Airport Design as required. Include a reference to paragraph 323 for height (i.e. crane) restrictions as required. One way to address the height af equipment that will move during the project is to establish a three-dimensional cbbox" within which equipment will be canfined that can be studied as a single object. Attach drawings to graphically indicate the safety area, OFZ, and OFA baundaries. 323. Other Limitations on Construction. This section should describe what limitations must be applied to each area of wark and when each limitation will be applied: limitations due to airport operations, height (i.e. crane) restrictions, areas which cannot be worked at simultaneously, day/night work restrictions, winter construction, and other limitations. Include a reference to paragraph 307 abave far project phasing requirements based on constructian limitations as required. Chapter 3 Guidelines for Writing a CSPP 36 September 29, 2011 � � • � , . . t ' • , � i � AC 150/5370-2F Obtain the latest version of the following free publications from the FAA on its Web site at h�://www.faa. �ov/ai rports/. ._..v__W_.____�. _...�� .��..�..�. ._ „�,�.�.�,___W ��� � ' � � � �'�"it�� �ur�u�� �,i�����������. �� Notices to�Airmen (NOTAMs} for Airport Operators AC150/5200-28 �---..._�...._� _.....__...� _� ._.... � ..............��� . .� . m_.. .�........ Guidance for using the NOTAM System in airport reporting. ............... Airport Winter Safety and dperations .. �..... e� m..,.e� .�._........__ --- .......... ........�m.�... , AC 150/5200-30 Guidance for airport awners/operators on the development af an acceptable airport snow and ice control program and on appropriate field condition reporting procedures. Hazardous Wildlife Attractants On or Near Airports Guidance an locating^certain land uses that might attract hazar ^^^^n^^^� �^ AC 150/5200-33 dous wildlife to public- use airports. Painting, Marking, and Lighting of Vehicles Used on an Airport. Guidance, s�ecifications, and standards for �aintin�, mar� i AC 150/5210-5 p p g k'ng, and lighting vehicles operating in the airport air operations areas. Ground Vehicle Operations an Airparts T Guidance to ai ort o erators on develop g g'��rymW ���� ��' ... ..�...,_. AC 150/5210-20 'rp p m round vehicle operation trammg programs. ..........................W........................... i._Airport Design FAA standards and recommendations for ai ort desi n, establishes � T7.^m� ��m AC 150/5300-13 rp g approach visibility minimums as an airport design parameter, and cantains the Object Free area and the ohstacle free-zone criteria. --- ................ ......... .�,n_.�������,� Airport Foreign Object Debris Management AC 150/5310-24 - ........... .. ______________ _— Guidance for develaping and managing an airport foreign object debris (FOD) pragram ...._..— .. ,.m.......,.... �....—_......... Water Supply Systems far Aircraft Fire and Rescue Pratection. �Guidance on selectin a water source and meetin standards for AC 150/5220-4 g g a distribution system to support aircraft rescue and fire fighting service operations on airports. ..... ...... � ....Management of Airport Ind.�..� �.�..,�..,..�. ustrial Waste ...B.......0 ..............rmat.a.n..o.....th.e..c......................................tics .,management, and regulations .................................m...___ asi info i n haracteris of industrial AC 150/5320-15 wastes generated at airports. Guidance far develop�ng a Starm Water Pollutian Prevention Plan (SWPPP) that applies best management practices to eliminate, prevent, ar reduce pollutants in storm water runoff with particular airport industrial activities. ... ----- -----__.... . � .,mm.,n.... _ _ _ Standards for Airport Markings AC 150/5340-1 - ---- .. ......� ..................�.. ..,�..... FAA standards for markings used an airport runways, taxiways, and aprons. Standards for Airport Sign Systems AC 150/5340-18 ..______.� ____ __ ..�. ......., ..,._.. FAA standards for the siting and installation of signs on airport runways and taxiways. ................................................................................� ..... ... � �.........................� �..� �,�,,, �,,,,,,,_.�.. Precision Approach Path Indicator (PAPI) Systems .FAA standards�for PAP� � ...._--- -.... ,,,,,,,,,,,,,,,,,,,,,,,, ,,, ,_.�� . �����_.,. AC 150/5345-28 I systems, which provide pilots with visual glide slape guidance ' during approach for landing. 37 Appendix 1 Related Reading Material AC 150/5370-2F September 29, 2011 �.��.�.� �. ,.�. �� ;, �'�����;��r�`�������������° . . . ���.�.� .._� ... ,. � ����.. ........._ _� ...� �..... esign and Installation Details far Airport Visual Aids AC 150/5340-30 — ... . ..... � � . .. ....._..,.� _ ... �. .m.m.��. Guidance and recammendations on the installation of airport visual aids. �������� AC 150/5345-39 Specification for L-853, Runway '���.�.������������ _ ���, �� and Taxiway Retroreflective Markers � 3 ecification for Runway and Taxiway Si ns AC 150/5345-44 g p �.�� ........................�m. ..... ._��,m.m___ FAA specifications for unlighted and lighted signs for taxiways and runways. ... � . Airport Lighting Certification Program AC 150/5345-53 ...._ __ � .........�_.. . _...... __�����, ...�� Details on the Airpart Lighting Equipment Certification Program (ALECP). Specification for Portable Runway and Taxiway Lights FAA standards for ortable runwa and taxiwa li hts and runwa en AC 150/5345-50 P y y g y d identifier lights for temporary use ta permit continued aircraft aperations while all or part of a runway lighting system is inoperative. AC 150/5345-55 �� Specification for L-893, Lighted Visual Aid to Indicate Temp ����� �������.....,����� A A µ"W orary Runway Closure � ---....-- ------ ---...--- ....__ � Standards for Specifying Construction of Airports Standards for construction of airports, including earth AC 150/5370-10 work, drainage, paving, turfing, lighting, and incidental canstruction. —_ . � .���� _ ��� �a„iiu-�r�u���....��V�V", �5��"ea i�li�����rn�ca�� "�v�a�a� (�I�li.�..�. � Basics for im lementin SMS�wrthin ARP. Includes roles and res onsibilities� FAA Order 5200.11 P g p of ' management and staff as well as ather FAA lines of business that contribute ta the SMS. ......... .. .. �,m.,,,.mm ' Grasses Attractive to Hazardous Wildlife I FAA Certalert 98-05 ��� _���� ��. ........m. �.. ............... ...... . ._.,����� ....... _ Guidance on grass management and seed selection. -- ...., ., Ob1l �V°..�m �, FAA Form 7460-1 ?+daxaac� �k I�u°� aa��� �'a�u�aa��c�'u �a�i�i�°�a����x ---- ----.�. ......... �..�.. � ............... FAA Form 7480-1 �a�$uc� cr�" IL�u���iu���r �a°e� fl�m�a s�n Obtain the latest version of the following free publications from the Electronic Code of Federal Regulations at h�://ecfr.�poaccess.gov/. Title 14 CFR Part 139 Certification o� � f Airports Title 49 CFR Part 1542 Airport Securit Y Obtain the latest version of the Manual on Uniform Traffic Control Devices from the Federal Highway Administration at h�://rnutcd.fhwa.dot.�ov/. Appendix 1 Related Reading Material 38 September 29, 2011 � � x• �. 1• � � AC 150/5370-2F �_q��VGM�� �,� ,;I�M�RM�!����(%�� � ����� ������������ Notice OfProposed Construction Or Alteration. For on-airport�projects, the form submitted to the FAA regional or airports division office as formal written notificatian of any kind of construction ar alteration af objects that affect navigable 7460-1 airspace, as defined in 14 CFR Part 77, safe, effcient use, and preservation of the navigable airspace. (See guidance available on the FAA web site at oeaaa.faa.gav.) The form may be dawnloaded at http://www.faa.eov/airnorts/resources/forms/, ar filed electranically at: https://oeaaa.faa.�ov. Notice Of Landin Area Pro osal. Form submitted .. ... -- --------- g p to the FAA Airports Regional Division Office or Airports District Office as formal written notification whenever a project without an airport layout plan on file with the FAA involves the construction 7480-1 af a new airport; the construction, realigning, altering, activating, or abandoning of a runway, landing strip, or associated taxiway; ar the deactivation or abandaning of an entire airport The form may be dawnloaded at h�://www.faa.�;ov/ai rports/resources/f'orms/. AC � A� � �.....� ��..,m .. visory Circular ACRC Aircraft Reference C ����������� ode _ . .x� m � m ,,, _......_..�--- --- ------------- ...... . ACSI Airport Certification Safety Inspector ADG _ � .................... ..������.._..�...............ee. ane Design Graup AIP Airport Improvement Program ALEC� �� Airport Lighting Equipment � �., Certification Program �.........................................���m_._ .... ............ ,.n. � G Air Natianal Guard _ ................. .., �......�W�W..........._ ._Air Operations Area. Any area of th.....� .............,._. ......., �...�.���� e airport used or intended to be used for the AOA landing, takeoff, or surface maneuvering of aircraft. An air operatians area includes such paved or unpaved areas that are used ar intended to be used for the unobstructed movement of aircraft in addition to its associated runways, taxiways, ar aprons. s_ -- � . �..�_ ______ ________ ---� ..... � � .... W.._ �� ..... . �............ � � �... i ARFP Aircraft Rescue and Fire Fighting - --. ............... �..n..,, ARP FAA Office af Airports ASDA Accelerate-Stop Distance Available ATCT Airport Traffic Con � trol Tower � ATIS Automatic Terminal In%rm ation Service � �..,..,..,��..,..,��..,..,..,..,������ ........ _ ATO Air Traffic Organization ...Certificate.... ., ._________ ._ uthorit of 14 CFR P rt 139, C rt fi_____________ ...... ........ d Airpart � irport Operating Certificate by the FAA under the y cation of Airports. .. .. ,,.,.� . ........ ..._... g CFR Cade of Federal Re ulatians _ ------- -- -----.... . . The .. resence........__ ____ and movement af construction re� Construction p - lated persannel, eyuipment, and materials in any location that could infringe upon the movement of aircraft. ..... �_.........____.....______ Construction Safety And..Ph...^^�" .......... ...__. �..m.......... .� .................... � . asing Plan. The overall plan for safety and phasing af a �5�� canstruction praject develaped hy the airport operator, ar developed by the airport operator's consultant and approved by the airport operatar. It is included in the invitatian far bids and hecames part of the praject specificatians. 39 Appendix 2 Definition of Terms AC 150/5370-2F September 29, 2011 _..�_._____.. ..�.w �,�__� �... �___ �.� .__.�.w_..�.. ��C"��� , �� � � '���r��i�`���r� " � � � , CTAF Common Traffic Advisory Frequency � ...... .. .......� ... ... ..� �._. �A.threshold t. n� � ....., _.�.. ... ....�..,�...� m............. hat is located at a point on the runway other than the designated Displaced Threshold i heginning af the runway. The portion of pavement behind a displaced threshold is available for takeaffs in either direction or landing from the opposite direction. DdT Department of Transportation . ............. . .... .... � ..�... e . .....�.....��� �,_, g Y EPA Environmental Protection A enc --- --- g �..... ....... FOD Forei n Ob'ect Debris a... ...� . ,m_...ee ................n.n.� ......... ,. ,...,._�______... HAZMAT Hazardous Materials IFR ��............ Instrument Fli ht Ru.. ....� ����� � g les ---...._._.� ................. .......... �.._.......... � , e� �.,,,_ ILS Instrument Landing System _______________�,.....n_......n.._nm,,,,,,,,,,,.. ..,,.............................................................__.....__......__.....___....._ _____ LDA Landing Distance Available ...�. � � ................... . .... . . ... .... ...._.....,���������_ . OC Lacalizer antenna array ---... — ----- -----._ ......................m..________ __ The runways, taxiways, and other areas of an airport that are used far taxiing ar hover Movement Area taxiing, air taxiing, takeoff, and landing of aircraft, exclusive af loading aprons and aircraft parking areas (reference 14 CFR Part 139). MSDS Material . � ............................... ... w ..nn„_ ' Safety Data Sheet ' MUTCD Manual on Uniform Traffic Control Devices NAVAID Navigation Aid __________________________....._ .m___ _____ _ _ _______ . NAVAID Critical Area An area of defined shape and size assoc�ated with a NAVAID that must remain clear and graded to avoid interference with the electromc signal. ............. ... ....... _. .... ........ ......... ...�...�... The area inside the airport security fence exclusive af the Movement Area. It is Non-Movement Area important to note that the non-movement area includes pavement traversed by aircraft. NOTAM Notices ta Airmen �' An ob'ect/obstacle exceedin the obstruction standards s ecified � � _ ...............____..,,,.....�m. y � g p by 14 CFR Part 77, Obstructian subpart C. � ............................................................................� W W W W...�..._.W �.µ �..W....�.....�...........�..................,�,..............................................�......�..�. � OE / AAA Obstruction Evaluation / Airport Airspace Analysis �.,,,.nm.,.nm.,.nm.,.n.m�� ..................�.....................................................ObJ.ect..F............,.nm.,.n,�,�...............m. �...�. ree Area. An area on the ground centered on the runway, taxiway, or taxi lane centerline pravided to enhance safety af aircraft operations by having the area OFA free of objects except for those objects that need to be located in the dFA for air navigation ar aircraft ground maneuvering purposes. (See AC 150/5300-13, far additianal guidance an OFA standards and wingtip clearance criteria.) Obstacle Free Zone. �The airspace below 150 ft(45�m) above the established airport elevation and along the runway and extended runway centerline that is required to be clear of all abjects, except for frangible visual NAVAIDs that need ta be located in OFZ the dFZ because of their function, in arder to provide clearance protection far aircraft landing or taking off from the runway and for missed approaches. The OFZ is subdivided as follaws: Runway OFZ, Inner Approach OFZ, Inner Transitional OFZ, and Precision OFZ. Refer to AC 150/5300-13 for guidance an OFZ. ...o.....� ........................................................................................U.................................... .............................................._____� � S Occ pational Safety and Health Administration P&R ������������ � Planningand���Re uire��������� � �� ���������� q ments Group Appendix 2 Definitian of Terms 40 September 29, 2011 AC 150/5370-2F __.�,..� �_.�.�,.. rv.�,�. �...�.� �� ,- � , � � ,, ,, ��'��ru�; � ����i����� ' � PAPI Precision Approach Path Indicators . . ....... ..... .... ... ,_..m �� � __� ......... .......�. PFC Passenger Facility Charge ..�.� ...�„_mmmm�mmmmmmm,.,.,., ...... �...�� PLASI Pulse Light Approach Slape Indicators Safet Risk.......... .m � �.. .....� ........�. Praject Praposal Summary concise descriptian of the propased praject ar change that is the abject of y Management. �....� ........................................................................� ,mm Resident Engineer REII, �._ ..._._.......... .. Run�..�� ..__ n_���� way End Identifier Lights RNAV Area Navigatian .... . . ... � � .. ROFA Runwa Ob`ect Free Area Runway Safety...Area��...�.�.,,,m., . m....... ______ .. �,.,.,____ _ defined surface surraunding the runway prepared ar suitable RSA for reducing the risk af damage to airplanes in the event of an undershoat, avershoot, or excursion from the runway, in accordance with AC 150/5300-13. � SIDA .. Secur ......... ...,� __. ity Identification Display Area ,__SMS_______________________________ Safety Management System. . ....� � ������������������������� Safety Plan Compliance Document. Details developed and submitted by a contractor SPCD to the airport operator for approval providing details on how the performance of a constructian praject will camply with the CSPP. SRM Safet. .Ris mm� _.__ y k Management ------- --- --.—.... . A defined su.. ... . ...._� __ ... .. ,,,,. . rface alangside the taxiway prepared or surtable for reducing the risk af Ta�ciway Safety Area damage to an airplane unintentionally departing the taxiway, in accardance with AC 150/5300-13. .....TDG..�............�.� .............................................................W.. ._.........._.........................�,,,,,,,,..... Taxiway Design Group Temora...... ... ...........��ri�.m,,,,,,,, _______ ... .ro,., p ry y candition that is nat intended to be permanent. The...... eeeeeeeeeeeeeeeeeea ...� ......_��..........____---- ------ ...., .....� _ _ ---- —.—..... beginning of that portion of the runway available far landing and taking off in Temparary Runway End ane directian, and far landing in the other directian. Nate the difference fram a displaced threshold. he landinntthr shold ma�be displac unwa available for landin . .__________________________________________ _. . .. . ..... . Threshald of the r y g In some instances, g y ed. -- - ----- ---- __. TODA TakeoffDistance Available .���________m __n__ .m_�____________________ , �.___. TOFA Taxiway Object Free Area �... �� ���������.. ._ Takeoff Run Available. The len h of the run ��� gt way less any length of runway TORA unavailable and/ar unsuitable for takeoff run camputatians. See AC 150/5300-13 for guidance on declared distances. � . . ��� ��������� ......... TSA T�iway Safety Area Transportatian Security Administration '��� LJrTICOM A radio communications system of a type used at small airports. ��".. ,,� ���VASI ����������,�� � Visual Approach Slope Indicators ������������������������������������ 41 Appendix 2 Definition of Terms AC 150/5370-2F September 29, 2011 .,�,�m,�.�,�m� ro�,�m�,.� ,,�.�___�._.,��,w „ ��'���r���u � � ��� ���������� �WWWWWWnmmWWWWWWW WWmM� m mmm mmmm������mmmMm�mmmmmmmMm „��Visual Glide Slope Indicator. A device that provides a visual glide slope indicator ta � VGSI landing pilots. These systems include precision approach path indicators (PAPI), visual approach slope indicators (VASI), and pulse light approach slope indicators (PLASI). ....VFR ........................................ �...V�............i..........� �.. sua Flight Rules --VOR VHF Omnidirectiona �� � � � � � mm ,�.�,..�.... .... ......... .....___ _....... __, _..�. 1 Radio Range VPD Vehicle / Pedestrian Deviation Appendix 2 Definition of Terms 42 September 29, 2011 AC 150/5370-2F Append[z 3. Safety and Phasing Plan Checklist This appendix is keyed to Section 2. Plan Requirements. In the electronic version of this AC, clicking on the paragraph designation in the Reference column will access the applicable paragraph. There may be instances where the CSPP requires provisions that are not covered by the list in this appendix. Tlus checklist is intended as an aid, not as a required submittal. ,� ��i�����i������ar� � � � ���'������� � � ��������� �� �������� � . � , „�., � � ,,,, , � ,. « ,,: ,�,.�.��.�„� ,�,�,� , �, � � ��r����� ���������i���m�;- , �.w.µ............�. ................� .�...�..�. Requirements for predesign, prebid, and preconstruction canferences to introduce the 205 '❑ ❑ ❑ subject of airport operational safety during construction are specified. Yes � 1Vo NA Operatianal safety is a standing agenda item far 205 ❑ ❑ ❑ I construction progress meetings. Yes No NA Scheduling of the canstructian phases is praperly 2a6 ❑ ❑ ❑ addressed. Yes Na NA ,.� ��*u�� �u�w,�( ���±��^����c�r�� �f����� ��w��r�����������u� `�����+��„� .�w...� ........�,,�,�.....� Drawings showing affected areas are included. 207.a ❑ ❑ ❑ Yes Na NA Closed or partially closed runways, taxiways, 207.a(1) ❑ ❑ ❑ and aprons are depicted on drawings. Yes Na NA ' Access rautes used by ARFF vehicles affected 207.a(2) ❑ ❑ ❑ by the project are addressed. Yes No NA Access rautes used by airport and airline suppart 207.a(3) ❑ ❑ ❑ vehicles affected by the project are addressed. Yes No NA Undergraund utilities, including water supplies 207.a(4) ❑ ❑ far fire fighting and drainage. Y�s No NA I Approach/departure surfaces affected by heights 207.a(5) ❑ ❑ ❑ of temporaty objects are addressed. Yes No NA Construction areas, storage areas, and access routes near runways, taxiways, aprans, ar 207.a ❑ ❑ helipads are praperly depicted on drawings. Yes I�To NA Temporary changes to taxi operations are 207.b(1) ❑ addressed. �Ies No NA 43 Appendix 3 Safety and Phasing Plan Checklist AC 150/5370-2F September 29, 2011 �'���'+'��r������ _._� �.._.�"��"`��'�,N���.� ��..A� `��e�4����' .... ....._.. �»�r���'"�' Detours for F and other airpart vehicles are 207 b(2) ❑'❑ ❑ ' identified. Yes No NA Maintenance of essential utilities and 207.b(3) ❑ ❑ ❑ underground infrastructure is addressed. ' Yes ' No NA Temparary changes to air traffic control 207.b(4) '❑ ❑ ❑ procedures are addressed. Yes No NA ...�._.� �. , ,,� ���,� �:�� Critical areas for NAVAIDs are depicted on 208 � � � drawings. Yes No NA Effects of construction activity on the performance af NAVAIDS, including 208 ❑ ❑'❑ unanticipated power outages, are addressed. Yes No NA Protection of NAVAID facilities is addressed. 208 ❑ ❑ Yes No NA The required distance and direction from each NAVAID to any construction activity is depicted 208 on drawings. Yes No NA Procedures for coordination with FAA 208, 213.a, ❑ ❑ ATO/Technical Operatians, including 213.e(3)(a), identification of points of contact, are included. 218.a yes ' No NA �_ ��;;��l�ik�^��a��#� ���"!���, � The CSPP addresses areas to which contractor will have access and haw the areas will be 209 ❑ accessed. Yes No NA The application of 49 CFR Part 1542 Airport zOg ❑ ❑ Security, where appropriate, is addressed. Yes No NA The locatian of stockpiled canstructian materials 2dg a ❑ is depicted on drawings. Yes No NA The requirement for stockpiles in the ROFA to 2dg.a be approved by FAA is included. Yes No NA ' Requirements for proper stockpiling of materials � � �', are included. 209.a Yes No NA Appendix 3 Safety and Phasing Plan Checklist 44 September 29, 2011 AC 150/5370-2F Cu9rdinaZian !, Re erence�����.� A�lclresse,d �' Remafks � ' _w�__..�.� ���� � ,����� ��� � Construction site parking is addressed. 209.b(1) ❑ ❑ ❑' Yes No NA Construction equipment parking is addressed, 209.b(2) �� ❑ ❑ Yes No NA Access and haul roads are addressed. 209.b(3) ❑ ❑ Yes No NA A requirement for�marking and lighting of ���� .�� .������ � �' ° ��°°..........m______ ........ ..ro,,,m.m______________ __ vehicles to comply with AC 150/5210-5, 209.b(4) ❑ ❑ ❑ Painting, Marking and Lighting of Vehicles Used on an Airport, is included. Yes No NA Proper vehicle operations, including 209.b(5), � � ❑ requirements for escorts, are described, 209.b(6) Yes No NA Training requirements for vehicle drivers are 209.b(7) � ❑ ❑ addressed. i'es Na NA Two-way radio communications procedures are 209.b(9) �......� � ❑ described. Yes 1�1a NA Maintenance of the secured area of the airport is 209.b(10) ❑ ❑ ❑ addressed. Yes No NA ..�W_��. . _ .�.__...�.���.w.� ! Wildlife Management � � � The airport operator's wildlife management 210 ❑'� � procedures are addressed. Yes '' No NA �� � � � � Fqreigo Object Debris Management �� The airport operator's FOD rnanagement 211 ❑ ❑ ❑ procedures are addressed. Yes No NA ��� _ �„�.�___......�.��,�.�,.�.� „ � Ha,�ardo�� Mete�ials Mauag�ment � � � , , �� �� � � The airport operator's hazardous materials 212 � � � management procedures are addressed. Yes No NA �,��Yw ����,,. ...�.._._� _,..,a m;� � �m„�,,, ��,�,�.��.� .Notitication of Construct%n Ackivities � � Procedures�for the immediate notification of � WWWWWWW� mmmmm� airport user and local FAA of any conditions 213 ❑ ❑ ❑ adversely affecting the operational safety of the airport are detailed. Yes i No NA 45 Appendix 3 Safety and Phasing Plan Checklist AC 150/537d-2F September 29, 2d11 �,�„� ._�� _�.� , �","����o����a�,�� ���������� ���i������ �����G�� Maintenance of a list by the airport operator of mmm�� mmmmmmmmmm �mmMMMMM�� mmmmmITITmmmITIT��mmm� the responsible representatives/points of contact ❑ ❑ for all involved parties and pracedures for 213.a contacting them 24 hours a day, seven days a Yes No NA week is specified. A list of local ATO/Technical Operations 213.a ❑ personnel is included. Yes No NA A list of ATCT managers on duty is included. 213.a ❑ ❑ ❑ Yes No NA A list of autharized representatives to the OCC is 213.b ❑ ❑ included. Yes No NA . ...................... ...�..,����.. � . Procedures for coordinating, issuing, maintaining and cancelling by the airport operator of 2d8, 213.b, � � � NOTAMS abaut airpart conditions resulting 218.b(4)(i) from construction are included. Yes No NA Provision of informatian on closed or hazardous conditions on airport movement areas by the 213.b ❑ ❑ ❑ airport operator to the OCC is specified. Yes No NA ' Emergency notification procedures for medical, 213.c ❑ ❑ ❑ fire fighting, and police response are addressed. Yes No NA Coordinatian with F personnel for nan- 213.d ❑ ❑ ❑ emergency issues is addressed. Yes Na NA Notification to the FAA under 14 CFR parts 77 213.e ❑ ❑ and 157 is addressed. �'es No NA � Reimbursable agreements for flight checks ' and/or design and construction for FAA owned 213.e(3)(b} ❑ ❑ ❑ NAVAIDs are addressed. Yes No NA ....._�_.. _ _..� .� .___._. ��_.�._..._ .._._...�.�r�s�a�����r� �����u���r,r������ _.... _��������,�, Daily inspections by both the airport operator 214.a ❑ ❑ ❑ and contractor are specified. Yes No NA Final inspections at certificated airports are 214.b ❑ ❑ specified when required. Yes No NA �.�, ._..,� __ ; ��w�...:�.wwww�:.w�w...,�w�w ; ������m������ ��������� ' ' Procedures for protecting existing underground 215 ❑ ❑ ❑ facilities in excavation areas are described. Yes No NA Appendix 3 Safety and Phasing Plan Checklist 46 29, 2011 AC 150/5370-2F „ <" '�;�������'?�i���W�; � �,�+���u�!�� ��1���"����� �� �����"� � � � �� �� � ���� ', > �; � � ,,, „ ,,,, ,, , „ ,, �� .................... , „ ,. „ ��� ��:,, � ___ „ „ � , �`�� � , „ �' „ � � � W_ W W _.,.._._:.., .���..,�... , ., . w„ Penalty provisions for noncompliance with airport rules and regulations and the safety plans 216 ❑ ❑ � are detailed. Yes No NA ;; � ���������w��.������'� „ ; � , �� ,, � � � „ "; „���, � � �,, � _ __ W__..,;�.������„�,�� . . W�_ ..,.�,- � Any special conditions that affect the operation of the airport or require the activation of any 217 � ❑ � special procedures are addressed. Yes No NA �..__ m , � „ � �����'�w� ��t� "�"���^���'"Nw""����� ���� ��,��������� ,������������ �'�����, �?�� ���w���U �,��"����: �� The proper securing of temporary airport �� ❑ ❑ markings, lighting, signs, and visual NAVAIDs 218.a is addressed. Yes No NA Frangibility of airport markings, lighting, signs, 218.a, 218.c, ❑ ❑ ❑ and visual NAVAIDs is specified. 219, 220.b(4) Yes No NA The requirement for markings to be in compliance with AC 150/5340-1, Standards for 218.b � ❑ ❑ Airport Markings is specified. Yes No NA The re uirement for .............. ......... �.�,mmnm.m,_... _......._ w..... .�.,,________ .___ � q lighting to conform to AC 150/5340-30, Design and Installation Details for Airport Visual Aids, AC 150/5345-50, 218.b(1)(� � ❑ ❑ Specification for Portable Runway and Taxiway Lights , and AC 150/5345-53 Airport Lighting Yes Na NA Certification Program, is specified. The use ofa lighted X is specified where 218.b(1)(b), ❑ ❑ ❑ appropriate. 218.b(3) Yes No NA ... ___... ........_.. ......n_.,�������....�. — ...............�.......�.., __ The requirement %r signs to conform to AC ' 150/5345-44, Specification for Runway and Taxiway Signs, AC 50/5340-18, Standards for � � � Ai ort Si n S stems and AC 150/5345-53 218.c rP g Y , , Airport Lighting Certification Program, is Yes No NA specified. �_ �.__� ,��.�., _., ,�_..�_�,.,.w�.,�� ` ������� ���� ����� ��� ����� ������ ' �. ..... ._ ..AAAA�____. ��.ad�....._� a.w_____._�� The CSPP specifies that pavement markings and signs intended for constrixction personnel should confarm ta AC 150/5340-18 and, to the extent 219 ❑ ❑ ❑ practicable, with the MUTCD and/or State Yes No NA highway specifcations. ...., �.� . „ > � � � ; ��,���a������� ��� ���;�,��,��w�� .._....�.. Prominent, comprehensible warning indicators � for any area affected by construction that is � ❑ ❑ normally accessible to aircraft, personnel, or 220.a I vehicles are specified. Yes No NA 47 Appendix 3 Safety and Phasing Plan Checklist AC 150/537d-2F September 29, 2011 .�._ ,, �,M��,�...�, . � � ��� ������I������ � °� �� �������� ����Y������� � � � u���-����� � � Hazard marking and lighting are specified to ❑ ❑', ❑ ' identify open manholes, small areas under repair, 220.a stockpiled material, and waste areas. Yes No ' NA The CSPP considers less obvious construction- � � � related hazards. 220.a Yes No NA _............ �..� ... ... . .... . . . . . . .... .. . . . . .� . �. . _ . . . ... �,,,,,,, � . .. ,�__— .� �.�.�.... ...,,,,,,.m,, .. ��. Equipment that poses the least danger to aircraft but is sturdy enough to remain in place when 220.b(1} ❑ ❑ ❑' subjected to typical winds, prop wash and jet blast is specified. Yes No NA The spacing of barricades is specified such that a breach is physically prevented barring a 220.b(1) ❑ ❑ ❑ deliberate act. Yes No NA Red lights meeting the luminance requirements 22d b 2 � � � � of the State Highway Department are specified. �� I Yes Na NA Barricades, em ora markers, and other o.. . .... _______. ,.______. __ ..... � ................ t p ry b,ects placed and left in areas adjacent to any open runway, taxiway, taxi lane, or apron are specified 220.b(4) ❑ ❑ ❑ to be as low as possible to the ground, and no Yes No NA more than 18 in high. .. ._�.... � .... ........ _ .. ... . ....... ...������� ._. � _._ ...... �.�..........m.....,,,,....,,a . Barricades marked with diagonal, alternating I orange and white stripes are specified to indicate 220.b(4) ❑ ❑ ❑ construction locations in which no part of an aircraft ma enter. Y�s No NA Y �sH ec fied oebarri ade taxiwa slleadin r to closed 220.b 5 ❑ ❑ P Y g �) ❑ runways. Yes No NA Markings for temporary closures are specified. 22d.b(5) ❑ �' ❑ Yes No NA ........... ..... ._�.. ., _________. .. The pravision of a contractor's representative on ca1124 hours a day for emergency maintenance 22p.b(7} ❑ ❑ ❑ of airport hazard lighting and barricades is specified. Yes No NA �����m.,�„��������.�_� ��.. � �__�� �..__.� �..,,_,w �BB�"��������� ����ra��w^�� ���'�y�'��^������"���,��°�� � �� � , ,.,��.. ,.,.�., , , , , , , ,�, , , a.,� �,�„�.�, �,,��� a.�,� �. � ..� , �___ . The CSPP clearly states that no construction may occur within a safety area while the associated 221.a(1}, � ❑ runway or taxiway is open for aircraft 221.c(1} aperations. Yes No IVA — ------ ----. ...._ ....... � ...............� �...mm. ___ _..w. ......��..... ...., I The CSPP specifies that the airport operator ' coordinates the adjustment of RSA or TSA dimensions with the ATCT and the appropriate 221'a�2�' ❑ ❑ ❑ FAA Air ort Re i nal r Di trict Office and 221.c(2) s o o s P g �'�s No NA issues a local NOTAM. Appendix 3 Safety and Phasing Plan Checklist 48 September 29, 2011 AC 150/5370-2F ° �;, � ��"������i��>���� ' ° ; ������� .;; ����`�����' �����w��:� ;, Pracedures for ensuring adequate distance for pratectian fram blasting aperatians, if required 221.c(3) ❑ � ❑ by aperatianal considerations, are detailed. Yes Na NA �....... �..�rrr...........�.� ................ __.....,,,,,,, m____ ____ . The CSPP specifies that apen trenches ar I excavations are not permitted within a safety 221.a(4) ❑ ❑ ❑ area while the associated runway or taxiway is apen. Yes Na NA ar pSA that cannot be backfilled befare the 221 a 4 ❑ `� p ropriate covermg of excavatians rn the RSA I T .O ❑ ❑ j associated runway or taxiway is open is detailed. Yes No NA The CSPP includes provisians far prominent marking of open trenches and excavations at the 221.a(4) � ❑ ❑ constructian site. Yes No NA ....... --- -- —.... -- .. .. ----..... .. ....r----... —... Grading and sail erosion control to maintain 221.c(5) I� ❑ ❑ ❑ RSA/TSA standards are addressed. I Yes No NA The CSPP specifies that equipment is to be 221.b ❑ ❑ ❑ removed fram the ROFA when not in use. Yes No NA The CSPP clearly states that no canstructian may ❑ ❑ occur within a taxiway safety area while the 221.c taxiway is apen for aircraft operatians. Yes No NA Apprapriate details are specified for any construction wark to be accomplished in a 221.d ❑ ❑ taxiway object fiee area. Yes No NA -- ----- ....�. .. � ......................... _......m Measures ta ensure that personnel, material, and/or equipment do not penetrate the OFZ or 221.e ❑ ❑ threshold siting surfaces while the runway is apen for aircraft operations are included. Yes IVo NA Provisions far pratectian af runway approach/departure areas and clearways are 221.f ❑ ❑ ❑ I included. Yes No NA � , �.�„ � __._,_�.�,.�� � ,�M�d���m ;�����������r�����;��re` �� ����°������ I The CSPP prohibits the use af open flame �ITITm��mm �M� welding or torches unless adequate fire safety 222aa(2} ❑ ❑ precautions are provided and the airpart aperator has appraved their use. Yes Na NA The CSPP prohibits the nse of flare pots within 222,a(4) ❑ ❑ ❑ the AOA at any time. Yes ' No NA The CSPP prohibits the use of electrical blasting caps on or within 1,000 ft(300 m) of the airport 222.a(3} ❑ ❑ ❑ ProPertY• Yes Na NA 49 Appendix 3 Safety and Phasing Plan Checklist September 29, 2011 AC 150/5370-2F Appendix 4. Construction Praject Daily Safety Inspection Checklist The situations identifed below are potentially hazardous conditions that may occur during airport construction projects. Safety area encroachments, unauthorized and improper ground vehicle operations, and unmarked ar uncovered holes and trenches near aircraft operating surfaces pose the most prevalent threats to airport operational safety during airport construction projects. The list below is one tool that the airport operator or contractor may use to aid in identifying and correcting potentially hazardous conditions. It should be customized as appropriate for each project. Potentially Hazardous Conditions „ �,,,� �.. „.�„�., ���u�l� � , ,,� .�����i �����^�� � � ;,,� � ��^ � ���r�� � Excavation adjacent to runways, taxiways, and aprons improperly backfilled. �� .....................�..,..,..,...�.�...........................,.nm.,.nm.,._..�.._ _ Mounds of earth, construction materials, temporary structures, and other obstacles near any open runway, �'� taxiway, or taxi lane; in the related Object Free area and aircraft approach or departure areas/zones; or obstructing any sign or marking. Runway resurfacing prajects resulting in lips exceeding 3 in (7.6 cm) from pavement edges and ends. �� — ...... .�..�_____________ Heavy equipment (stationary or mobile) operating or idle near AOA, in runway approaches and departures '❑ areas, or in OFZ. �E.,,ui_..,ment or material..near..NAVAII7.s..that..ma ................................................................w.,..,..,..,..,.____.....________ .........�................._____..._____................ a P Y degrade or impair radiated signals and/or the � monitoring of navigation and visual aids. Unauthorized or improper vehicle operations in localizer or glide slope critical areas, resulting in electronic interference and/or facility shutdown. _... _....._____�_.. _ ....... �... ...... ._____ _ - Tall and especially relatively low visibility units (that is, equipment with slim profiles) — cranes, drills, and �❑ ' similar objects — located in critical areas, such as OFZ and approach zones. ----- - ---- - --.......---- ..................................................................m____------------------------..................__..........--- Improperly positioned or malfunctioning lights or unlighted airport hazards, such as holes or excavations, � on any apron, open t�iway, or open taxi lane or in a related safety, approach, or departure area. � nOeartAOA. Construct on debras (g a el tsand, I p t debris on or I mud, � pavmg materials) on airport pavements may result in aircraft propeller, turbine engine, or tire damage. Also, � loose materials may blow about, potentially causing ' personal injury or eyuipment damage. 51 Appendix 4 Construction Project Daily Safety Inspection Checklist AC 150/5370-2F September 29, 2011 _,�.._ �.. .�. ..--�-� � ���� ° �r����� ����w��� ;��� ...���;�:� Inappropriate or poorly maintained fencing during mIT�mmmmm WW construction intended to deter human and animal intrusions into the AOA. Fencing and other markings �� that are inadequate to separate construction areas from open AOA create aviation hazards. w.m......�..e..,.�..,..,..,���m___ . ..�.....� ........ ...�.�. Improper or inadequate marking or lighting of runways (especially thresholds that have been displaced or runways that have been closed) and taxiways that could cause pilot confusion and provide a potential for a � runway incursion. Inadequate or improper methods of marking, harricading, and lighting of temporarily closed portions of AOA create aviation hazards. Wildlife att�. .........................................._� --- p -------- --. .----. .�....,,,,,,,,,,........_ .....__. � ......... ractants — such as trash food scra s not collected from construction personnel activity), grass � seeds, tall grass, or standing water — on or near airports. ' Obliterated or faded temporary markings on active ❑ ' operational areas. ........�____...____.....______________________.....______________.....__ -- - . �........._ ................._.. Misleading or malfunctioning obstruction lights. � Unlighted or unmarked obstructions in the approach to � any open runway pose aviation hazards. Fatlure to issue, update, or cancel NOTAM ������"��� ���.. .. s about .. ._�����..... _._. airport or runway closures or other construction related � airport conditions. �.�.. .. �..�.... —._.r.� .........�.......�..,n ....._.__ . ... .. ....�.. Failure to mark and identify utilities or power cahles. Damage to utilities and power cahles during construction activity can result in the loss of runway / taxiway lighting; loss of navigation, visual, or approach � aids; disruption of weather reporting services; and/or loss of communicatians. Restrictions on ARFF access from fire stations to the � runway / taxiway system or airport buildings. Lack of radio communicatians with construction �.� vehicles in airport movement areas. Ob'ects,re ardlessofwhet.�.�...... y. °° °°_ __________________ ...... _______ ....�....W�.... ��__.�. � g her the are marked or flagged, or activities anywhere on or near an airport � that could be distracting, confusing, or alarming to pilots during aircraft operations. ..__ ----..... ���� ....................... � ......,..... .... ..... ...._��� _._ _. Water, snow, dirt, debris, or other contaminants that temporarily obscure or derogate the visibility of runway/taxiway marking, lighting, and pavement � ' edges. Any condition or factor that obscures or diminishes the visibility of areas under construction. � � .� . .r..... ..........�� „_.._. .... ......... ..n_m....____ ..�.. .. ..�______ ____ __________� Spillage from vehicles (gasoline, diesel fuel, oil} on active pavement areas, such as runways, taxiways, ❑ aprons, and airpart roadways. Appendix 4 Canstruction Praject Daily Safety Inspection Checklist 52 September 29, 2011 AC 150/5370-2F .��T.� .,.� .,.._,.�.. __.., �.��..,�.___ _�,_.�._, �..�__ .� ` , ' ; �o��� ` ������ N�������N �� �G�i�� Failure to maintain drainage system integrity during ��WW mmmmm mITITIT�mmm�������� � construction (for example, no temporary drainage � provided when warking on a drainage system). � ... . .... � .m.m.��..,��... � ...... ---._. .._._.— Failure to provide for proper electrical lbckout and tagging procedures. At larger airports with multiple maintenance shifts/workers, construction contractors �� should make provisions for coordinating work on circuits. Failure to contral dust. Consider limiting the amount of area from which the contractar is allowed to strip turf. �� ��. __. � .............. ---___ rr.... .�......... _.....�._�,. .. ...... ..... Exposed wiring that creates an electrocution or fire ignition hazard. Identify and secure wiring, and place it ❑ in conduit or bury it. Site burning, which can cause possible obscuration. � Construction work taking place outside of designated work areas and out of phase. �� 53 Appendix 4 Construction Project Daily Safety Inspectian Checklist AC 150/5370-2F Intentionally Left Blank ber 29, 2011 Appendix 4 Construction Project Daily Safety Inspection Checklist 54 k'd �.LN+ ao-awm ed� re moitA. rp�hu � ��/ w LJ._ � O � �^/ � 1..� � � � � W W � � O � � � O � � W z I- w � z W w � z � � d- � � Z N wa oW � � � O N (� � � c� � � m � W � Z W � � � C) w � U� Zw � 2 0 w�W Z a� C� w Z � W � ¢W Y� � ������ �� � ��� �y �.. r���� r F ,� Q ;...,- 0 ';�� ui � ��w .,.� ~ z �:w� a. Z w .��U �w � �o x� .;�'."�,, U d u �� � � � Z',, � a a= LL ..............Z Q.' ...... W O� H� V W � G � � W m � w � J U Z � O V � V W g a W � N m =�U'-UUF �gg���� =�a���� �¢��oo� mw�°�=o Y Y� w � w Z � W Q p W� Y �aZ�c7mx w O�`1?Z(7 }wu>>OZW � O i Y Q g O a' o� � O > Q � a Q `� J �� Z n � � H � U� o� � � 0 no �� v� _�� �� pN � v� �" a ¢ � � Z U > 1�3�O�d 1N3W3nO�dWl X34N1133HS 1N3W3nt/d ti60Z 2iV31. _� aNb' S310N l`d2i3N3J 12iOd2JIV 3SRid2i31N3 NOlN30 r �� � � C� �a � ,, � � X � ��� �!Y ��� ��� � � � � �'�� ��� �! s � � ���� ��� �+ ni �,,�;:` i r � �, ��r y�� e � � g. � � h �a���� �� � � ����K �� � � � ����� ��4 � �� �, ����_. ' ��% � �'���r� �;� , � �!� �� ��� �"� � �r � 7M��� aa � �; �� �� e�� ; �� x �� �� � �`Pd�i� � � � �� ,� ����� ��� �� �� �� � � � ; � � � ��!j � � �,; ���, A9 I 3� x �� i" m^ � wi i � �� ;�w� � c �, � � , � �a �' �w �0." � J � �i � � �� �" �,� ���� ��� � � , � ��� �"� �,��� ��� " f�� {� �,% � e+N S � � g �l" � � '�� <lfa ���� k i �; r i � r �� yd � `���� ��� �� �!�� ` �;������'�,��� � ,y��I�rl ��i �3�� �iry'1 r�F Hid'li�� "��t� i���� M�4�' �a.�� � „ a � w `� � t ���� ���4 � �, '�� �� � i ������ ai ��i��� u�.i r",� fn �,ti w �. A� � ¢C�r ��� �� 3 �r� � r�a ;ki� �y� ".� ��� � e,� � � � � ���;� ! �����r1 �F � �G���'�� e� �� �9 f ���� k, �'f f �� � �%� :s �� , s�. �� � �" � ��� �, d g �;x� r �' �� ��P �� �� �rerea''�� . 4w�! �' p,'�: � e; t� µ .. ���� � �I � � � r' k ��, �� �` ���� �, � � � �,� ; 1 J � ^�� k � ��17`a �� ��� � �� ���t«: �� �� � �� �����, �y �� � �� � �� " r �i ?�� � �� ���� � � � � � � + �� �� � �e �, �� G � � ����� �a� '.�p �i a � ��,`, � � � „ � � ���� �� �. �Ca4��� � � � .� _ ... ...... �...., b �Y �° � � � � r ,���"i � �"���,��r�ymmo"9? ��� e� ��i�a������j� � _ 1 ..u....,� �.1.,�, �,i �yF ���a� ��� ���� �� w ��� ��� ��� �F�4�� �� ��a ,� F �y ���� � � ��� �r��� � � �; f� ' i� ���, n���� �a �i g�S�� �r _ �k� a � ^ ���, � � s� ����� �C:� �'��+�� ��� ��V�II '.��M6 '� Yq �� �� ������y ������ = r ��Mi � ���;��� � �'����� u��� �� � "�r��r��q�a ��"?8��;�� m &� ���,� � �' ����r�� ��� �"� '����J'�� t t,�,��" £���� � "w'�x � I � � �� , C, � � � � �� '+ � � � �� �`��� � � �? � i � �n ,�� , +��� � q�� �� � ��P�����4 �� �{�� � „�'�i��� � �� ����� � ���ra'� � ���°k t���t,���Yx�y", '�� 1� ���{����� �� ��� �� ��f � � F' i ���� �w i���� �� �� � � � ���'�� �� �� ��� ���'� +�� �����'p �iw���� � � ���,�'���'� �P kt§�,� � �.kl i� ��"� �h d ad� ;r���s �� �'"r'�`�� ni B,�°�r+ i � � ���C�u ���� h � � �µ��( � ����� �w, � �. r�ir���u��g��'� i t���A i?�" ����'h � ��P w� � �k+ ��r�5 N" �' �U�o ��fa ��� �V' � +,�^ ��i wt'�"4�' � l%P" ( ��'Mi z� ��`" �" � �T 1��� �,��� �I���� �y� t� f k l��L ��I� Cby t' � �W��,�'� ��i �,�� 4�u�u��� '�4�,�,��" �V�,�nr'� � ��s���' 9��t��� �4�y� ���' ���W�,�� �i''� ���,� � r��� �� �� ���r�t�� �" � �� ��.Lt � �-;��"�� � ���G r�� �,����� ��°�,i� � $x� ��, ir �����'� ����� �n ��;t� ��°�r���w�� r����� � , k� rs � r",1 � � � � � � 3 r '� ,_� � Aa � � x "' �' � � � ��, ���„� �k � ��, N ��a� � �r �� � � s�r;��� � `'Ha �w� ��r � ���� � ��, �,,� ,���, ��1 ��ti.�i �4� rbw�� �f� �� �� � d�`�� � ��l�ili ti ���C ���,-��d���� ,���',+�� r��r�,r����� ��`i���u �� ��N��'�� ar� �� ���r c � s� +' � y;t��;�« °E� � p;;� � tr� � ��! d � � '`��a r¢���� �w' ��� ���`�" ����'� �q���t �i�^ � ir ���y4� � p �Na��l`.. � ���}�+tm ,r�9 ��;�' � ��'� ���'�G'�� �, �, rrG ro���"��"� ��" ��'`��t �; �" �` ��� �i��,� � �f, x �,���� �� ��•�� � ;;(�µ����� f��� i �'���� � irl����� �,�i ����� ��� '�� �� � ',� r� �'� �"� i�j ��;� ����i'� �'� y�r 1���� &������!��l��� ����"�,�' �?��'��`�� ��� t��`������� '����i�w° d�� �����' ��u���p��"�'` � � ��G a��� �h i� �,.. i;��,� � �„� ��,Y�;N��'�"'i� ���� ���« �ni ab M�`�v� �'S w � � � �lw.?�"�:��. �'�'i x�i��li .�t N� l.�M `� ib 4 . � xrs. �i ln t� t�'��i� �" s.,� R„ u� h� r �aR u�l � i� �� � � A � L�� i� � i�� 4ar�0r S�4 � �C§�i�i � � �� � �Fx �� ��i� � i��N �^ � � � �� ����,ti��,�� � �A� ���r, �� �'�� � y,,���`��t���� , ���� �� � � � � �� r ���� � '� � i r� �� ��� �'' � � � � �^� " `�,��'dc�7 e � ��r �"�� � �� ;' �g �?#i,�.�� �' � � rd"., �f � �� �.��� W ��������� f� �� ��"� �:t ���� t �� �'" ��r� r� 4�.,v, � �� � � r � z� � � ���Y�; f°��+� ��� �� ��� �� ���� P�� ������d��' �'� k? �'� ,E�' f��yr �Ck �ir �,�;�m ik�p�, �f �y', � 'i ��� UI'� �'�,�� � ���ir��µi^'� � I��v� �� "S �k�y ��� q� �r.. �i���(P�y�� �� w��1 �u��� '��' Y�,r�� ��` ���s,"���a' �� , �'� ��'�_ r��@ ,�i��� �� I� �, ti � � � r���kP4�J ��� �, �� ��������"� ,��������9s� ��,Gw�-� �t�s�� c ���������� �"��i �`����� � ����� ������ ���m��°�€�`�di� ��������� � �, ��� „��'� ��$ ��.'g���� � ��+�����a���� 9;4 � �,9�.��x�'.i�"�':'� � � Y '� � F �� ��; � �%��� �� �� � � � � ° �i ���� �iw Mi ��i �� � � �� f � ' �+, � � #� �� � un � 1 � ,u' � �,� a� � t��lt,� �g� '�f �� � (���' ie� � °f �� r�� w� �t (,� �6� �� � �i � �� � �� ��7� � k��� � � d� � ��� � � ���� t � � � �`� �p� � r' w��� � �� � � ��� ��H�J �� � � � � �;µ �(,� �rr 4 Y ��"1 f' '��' �' p'� �� Wr � E ��G p � (� ����`� � � ��� �� �,� � Nl��i �!`"i� � r��s8 °Y�; ��� �'�'�r��:� ���'C� � ��+"� ohs X�� � r�� r � „ �., i� �y �' �. �. !a. >� Y� e � � L�a �� y"r�"�tY� ��� � ti�� z,� � �o � . � � �� � ���� �°" ����i��i � ���;* FaF� �� ���� ��+ ��;U �� � ����I� t� ��r � +����'W �� �r� SG� y`� � �y�l����i ��� �������� � �� � �i �r r ��"� ��a z'�'�� �� ���� ��� �1"�� �a ��¢� � � r �ry �'���� ;p��°r,� �ur,��Y �q"���'� ��r ��V� ����� ��� ��t��� �v � ���I�� �¢��i f, i�; �i� � 9�$ � rC ., t� � �A�I Ct�^" R� rd���� 1 � G"� i����� " � �+��� � � ���a��l� �� ���R��� �� ���r�rr�� �g� �� ��;����� �a� �� � �� �� wr�w�;i: i� ����. d� p k'� �+�� �a �� � , �, �F ������ I�' � ���t �`- � ���� ��p��� w�?xi !`�'.'����a � k .� ' ��� ��f ", � ����f� ���� � -��� � : � �, �' "�� �� �,� � � � i�, �'� �R � � �� �i� ,�r� ° �� �� }�r �� y� �� ��� ��� ��°' �� �u�� � � � �, ��r M�a w � I��� � � �. ��� ��� tsU ��i� e � � ��I�� � �� sa�{k�� p '���'��� +' �'��'r �ui , � � �r ��ar• � ��������� �;���� � �� ,�"�,�` ���Y, "� ��� ,� $� �� ����������y ����4���. � V �t t,�i��� �� �� s� � �b ������� ��;�6,� �� � ��N�� ������ ��a �i����r� �* �rG���� W� ��;'y�y��9} ���"���u dM1 � k' � Y F 6' �� �p Y4 � 6 EY . ��, �� �t�� � �� ��� ��� (" t �pE w , {ry k �� ����{��t�� ������� �a ���,��,� �" �x�� ��� : �� �1�r��;�'����� �a ��� �� � .N.� I lflO.l`d� Nb'ld _.....-- ------ Il�a "� � ; Z w, � �� W ° �9{ J � � � "MS � 1�3f'02id 1N3W3n02idWl ��� w�mwM����°�`5� 1N3W3/�`dd b�OZ �I`d31� �4 ���3NI�N3 12iOd2ilb' '`' 3S12id2i31N3 NOlN34 ...�n ............... � �,:�'� � '"�' �� ��f ������ � �a � M , � ,, �, ,�� II lflO.lt/l Nd�d � � '''` Q 'x; �; r < ,. �.. � !� w �., 'y, w w �'s� � J � � v J�, 1�3f'02�d 1N3W3nO2�dWl 1N3W3nt/d 460Z 2iV3J. 12�Od2�lb 3SRid2i31N3 NOlN3a n�m Ur�,r,iR.°,iFkuv � 5�9� "ab � . �� 52133NI�N3 �,„,��it��`��� � , — � ` ��Ga�- ��� �� � ,,,�..a ,tu � `�' ,�� 1�3road 1N�w3noa� dWl 52133NI�N3 � � �� � � �� 1N3W3n`dd ti60Z 2JV3J. " � ��3 ?�� " � O� III lflO.l`dl N`dld 12iOd2il`d ,,�„�. ���� 7� �� �� � . ... , aa 3SRid2i31N3 NO1N34 «��ry _ ��� ��'� � "` �a �? � � � � � � � n �' i.� � W ii i � � ....a IC� .. �� ..�,� �. ��, � ��A��U� � � ��N� ��4f� ��tl �, � 1N3W31iiOd2il`d ?Jt13 w� � � �` � .. 1�3f02id 1N3W3nOb � � I N`d�d JNI�i2ib'W , � � � ��� � � ____� _ � ��° 3SR�d2i31N3 NO1N34 .�,w �� ��� ..� � � �w �� � � � �° o �� � z � ��� � �� i� �, � W �� �� � � %� II N`dld JNI�i2i`dW � c� `�` �;' ' a "�' W � �' � ,� a, w � ce i � �� �,,� 1�3f02id 1N3W3n02�dW1 1N3W3A`dd ti60Z LIH31. 1LIOdLII`d 3SRid2i31N3 NOlN34 ��� �,�.� �� � �� �al � „� � �° � H � IY+,V II �. . � � ��" '� ! � � , ,, w '"f i �, �� " ��� �� �,, � ti ��, 1�3f02id 1N3W3n02idWl - III Nb'�d JNI�i2ib'W 1N3W3n`dd 460Z 2id3J. 12iOd2il`d °° - 3SRid2i31N3 NOlN34 � �' � ➢ � n, �� ` � � � � �i➢ � k p R: � �; � 4 � � ,'�, � �� _ � � � Sb33NI�N �p� � � �. „ Fy �,� 3 ���� M � � � ��� �r�i fd � � � ��� ' �y4� w6�? � Sll`dl3a 1�3f'02id n��,.��„�,,w�r�ro,.�,�� en i.di.t f,9 ✓''�� f.1.'. ?: ,� �C � '1 r �. r.v.. dtu�� ��� �� �� ��'� � � � F �.,� � � � £ a ci i �. �, � ��� ��A �; ��" �: �� ��� rs �- r �� �C � � N W v, �. U � z �. � �� � 1�3f'02id 1N3W3n02idWl 1N3W3nb'd b60Z 2i`d31. 12iOd2il`d 3S12�d2i31N3 NOlN34 �'f ��" ��! i�� �I' ���� �s�i ���` , � ��� �,j� � � �M Y ii �'�� ��I �� ��I '�I� y�af �� ��� v� ' mC � � '�; ' w � O . „ z Sb33NI�N3 �� �� �y� ��p � � � � ��f. � � .......... bn � � � �� ` u,: ��,;�� ' �d�; v' `" �I � � �����h vr fJ �,} H� � fi ia � "„��`k � �;�: ° ;� �) ',�� ���i ��. �������i� ���, �c� �4, '�� ������ ����� �� �I�; ��` o�Y� "�� ��, ��fr� ��u� �,�IC ����� �,� ���; Y I„� �i����G f�,�,d � �,��M1' ��, �Y �� �f�. M1 � �u� �F � � 4 �. ��qh;. "�y f � R �'� I� „� � �'� f� � I9 �� p ° �� m, � � Fi° ,� � I t� rv' � fl '� �. �' �' � � ��, �� � ��� �,g� �� � ;�",,,��i���t" d�4�"w ���'; ��� �i� y;�;� ' � ,�ui . "�; � �� �p fy� ` Ilrv� � EXHIBIT C CITY OF DENTON GENERAL TERMS AND CONDITIONS FOR CIVIL ENGINEERED CONSTRUCTION PROJECTS A. GENERAL PROVISIONS 1. AVAILABILITY OF TECHNICAL DRAWINGS AND SPECIFICATIONS Technical Specifcations related to this project are located in Exhibit B and Drawings/Plans are Exhibit B of this agreement. 2. EXAMINATION OF PLANS, SPECIFICATIONS AND SITE OF THE WORK Contractor is advised that the plans, specifications, and other documents on file shall constitute all the information which the City shall furnish. The Contractor is required to review the plans, read the specifications, exhibits, contract, and bond forms carefully; to visit the site of the work; to examine carefully the local conditions; to inform themselves with their independent research, tests, and investigations of the difficulties to be encountered and judge for themselves the accessibility of the work and all attending circumstances affecting the cost of doing the work or the time required for its completion and to obtain all information required to make an intelligent proposal. No information given by the City or any official thereof, other than that shown on the plans and contained in the specifcations, exhibits, and other contract documents, shall be binding upon the City. The Contractor shall rely exclusively upon their own estimates, investigations, test and other data which is necessary to full and complete information upon which the pricing may be based. SILENCE OF SPECIFICATIONS The apparent silence of these specifications as to any detail or the apparent omission from it of a detailed description concerning any point, shall be regarded as a meaning that the only best commercial practices are to prevail. All interpretations of these speciiications shall be made on the basis of this statement. ASSIGNMENT The successful contractor shall not sell, assign, transfer or convey this contract in whole, or part, without the prior written consent of the Purchasing Manager. INTELLECTUAL PROPERTY INDEMNIFICATION The Contractor will indemnify, defend and hold harmless the City of Denton, and its authorized users, against any action or claim brought against the City of Denton, or its authorized users that is based on a claim that software infringes any patent rights, Page 9 of 91 copyright rights or incorporated misappropriated trade secrets. Contractor will pay any damages attributable to such claim that are awarded against the City of Denton or its authorized users, in a judgment or settlement. If the City of Denton or its authorized users' utilization of the software becomes subject to a claim, or is likely to become subject to a claim, in the sole opinion of the City of Denton, or its authorized users, the Contractor shall, at its sole expense (1) procure for City of Denton or its authorized users, the right to continue using such software under the terms of this Contract; or (2) replace or modify the software so that it is non-infringing. RIGHTS TO DATA, DOCUMENTS, AND COMPUTER SOFTWARE (GOVERNMENTAL ENTITY OWNERSHIP) Any software, research, reports studies, data, photographs, negatives or other documents, drawings or materials prepared by contractor in the performance of its obligations under this contract shall be the exclusive property of the City of Denton and all such materials shall be delivered to the City by the contractor upon completion, termination, or cancellation of this contract. Contractor may, at its own expense, keep copies of all its writings for its personal files. Contractor shall not use, willingly allow, or cause to have such materials used for any purpose other than the performance of contractor's obligations under this contract without the prior written consent of the City; provided, however, that contractor shall be allowed to use non-confidential materials for writing samples in pursuit of the work. The ownership rights described herein shall include, but not be limited to, the right to copy, publish, display, transfer, prepare derivative works, or otherwise use the works. PATENT RIGHTS The contractor agrees to indemnify and hold harmless the City from any claim involving patent right infringement or copyrights on goods supplied. PREFERENCES A. VENDORS THAT MEET OR EXCEED AIR QUALITY STANDARDS 1. This section applies only to a contract to be performed, wholly or partly, in a non- attainment area or in an affected county, as those terms are defined by Section 386.001, Health and Safety Code. 2. A governmental agency procuring goods or services may: a. give preference to goods or services of a vendor that demonstrates that the vendor meets or exceeds any state or federal environmental standards, including voluntary standards, relating to air quality; or b. require that a vendor demonstrate that the vendor meets or exceeds any state or federal environmental standards, including voluntary standards, relating to air quality. Page 10 of 91 c. The preference may be given only if the cost to the governmental agency for the goods or services would not exceed 105 percent of the cost of the goods or services provided by a vendor who does not meet the standards." POST CONTRACT AWARD ADDITIONAL REQUIREMENTS A. Pre-Construction Meeting: Prior to commencement of the services, the City and the Contractor will conduct a pre-construction meeting to review the overall scope, schedule, deliverables, planning process, and to insure that all relevant parties to the project are introduced. B. Contractor Standards of Performance: The contractor shall prosecute the work diligently with skilled craftsmen and with state-of-the-art methods to complete the work within the time stated in the proposal or such time extensions as may be granted. C. Monthly Reports: The awarded Contractor shall provide to the City of Denton, detailed reports of daily work conditions, daily man power availability, equipment problems, and work accomplished on a monthly basis. D. Safety: All contractors to the City of Denton are required to ensure absolute safety standards are applied and enforced. The City of Denton will not be responsible for individual contractor safety, and the awarded contractor shall not hold the City of Denton responsible. Known hazards shall immediately be reported to the Project Manager and all safety precautions shall be taken to prevent potential safety issues from occurring. E. Environmental Hazards: There are no known safety or environmental hazards existing on the project site at the time of issue of this RFP. The City does not warrant or guarantee against the possibility that safety or environmental hazards or potential hazards may exist at the City's facilities. The Contractor shall be responsible for identifying any hazardous conditions and notifying the City verbally of such conditions as soon as possible after discovery and shall follow up in writing within 10 days of such discovery. The costs for necessary investigations or any potential corrective actions will be negotiated between the City and the Contractor. BONDS Successful awarded contractor will be required to furnish original performance and payment bonds for 100 percent for each task/work order issued by by the City pursuant to this agreement before work is to commence. The contractor shall assume all costs in increasing the bond limits if change orders are formally approved. Notwithstanding the contract, the penal sum of the bonds shall not increase without the prior written consent of the surety. Bonds shall be in accordance with the V.T.C.A Government Code Section 2253.021, as amended, from a surety licensed to do business in the State of Texas. The Page 11 of 91 City, at its option, may waive the payment and performance bond requirements for projects less than $50,000. RETAINAGE Retainage is part of public works contract payment withheld by the City to secure performance and payment to subcontractors. The City withholds 5% on public works contracts and requires retainage for public works contracts in excess of $50,000. INSURANCE The City requires standard insurance for services performed on site. The Contractor will be required to provide a certificate of insurance as outlined in Appendix A— Insurance requirements. Respondents shall review the document and note exceptions on Attachment B. WARRANTIES The contractor shall provide a warranty that is standard in the industry. Repair or Maintenance of fleet not performed to industry standards shall be accomplished at the contractor's expense, at the option of the City. QUANTITIES The quantities indicated on the drawings and in the Technical Specification are believed to be accurate but shall be considered only as estimates. The project requires complete and functional construction in accordance with the Technical Specifications in Exhibit B. Differences between the quantities of material required and the estimated quantities will not be considered as basis for a change in the unit price for the project. In submitting a proposal, the proposer is stating that he has reviewed the project drawings and specifications and understands their intent and has checked the quantities and dimension and is asserting that the proposal is intended to account for all conditions and quantities to complete the project as described in the plans and specification. SUBSTITUTIONS Substitutions are not permitted without the written approval of The City of Denton Purchasing Department. If specific manufacturers, brands or part numbers are listed in the exhibits, the City will not accept substitutes. If the manufacturer part numbers provided has been updated, but do not change the material functionality, please note the change. PRODUCT CHANGES DURING CONTRACT TERM The awarded contractor shall not change specifications during the contract term without prior approval. Any deviation in the specifications or change in the products must be approved in advance by the City of Denton. Notice of a change shall be submitted in writing to purchasing�cityofdenton.com, with the contract number in the subject line, Page 12 of 91 for review. Products/Services found to have changed specifications without notiiication, and acceptance, will be returned at the supplier's expense. Products that have been installed will be replaced at the contractor's expense. ADDING NEW PRODUCTS OR SERVICES TO THE CONTRACT AFTER AWARD Following the Contract award, ADDITIONAL services or products of the same general category that could have been encompassed in the award of this contract, and that are not already on the contract, may be added. A formal written request may be sent to successful Contractor (s) to provide a proposal on the additional services and shall submit proposals to the City of Denton as instructed. All prices are subject to negotiation with a Best and Final Offer ("BAFO"). The City of Denton may accept or reject any or all pricing proposals, and may issue a separate solicitation for the services/products after rejecting some or all of the proposals. The commodities and services covered under this provision shall conform to the statement of work, specifications, and requirements as outlined in the request. Contract changes shall be made in accordance with Local Government Code 252.048 ASBESTOS FREE MATERIALS The contractor shall provide asbestos-free materials as represented by the Manufacturer's "Materials Safety Data Sheets" PREVAILING WAGE RATES In accordance with Texas Government Code 2258, the awarded contractor shall comply with prevailing wage rates as defined by the United States Department of Labor Davis- Bacon Wage Determination at http://www.dol.gov/whd/contracts/dbra.htm and at the Wage Determinations website www.wdol.gov for Denton County, Texas (WD-2509). Notwithstanding any other provision of this Contract, the awarded contractor hereby represents and warrants that the contractor shall pay to each of its employees a wage not less than what is currently known as the "Federal Minimum Wage" and any increase or amendments thereto. Furthermore, contractor shall produce proof of compliance with this provision by contractor to the City. The City shall withhold payments due to contractor until contractor has complied with this provision. Prior to any payment being made for work satisfactorily completed and accepted, contractor shall submit wage rate affidavits with its billing documents affirming that all employees have been paid not less than the current "Federal Minimum Wage". SAFETY AND ENVIRONMENTAL HAZARDS The City does not warrant or guarantee against the possibility that safety or environmental hazards or potential hazards (including premises and special defects) may exist at the City's facilities. The Contractor shall be responsible for identifying any hazardous conditions and notifying the City of these conditions in writing no later than 30 days after contract award and prior to initiation of service delivery on the property. This Page 13 of 91 will be accomplished by the Contractor conducting an environmental assessment and an occupational health, and safety inspection of the service bay or field service areas by competent, qualified and appropriately licensed practitioners. The costs of these inspections and any subsequent corrective action will be negotiated between the City and the Contractor. All contractors to the City of Denton are required to ensure absolute safety standards are applied and enforced. The City of Denton will not be responsible for individual contractor safety, and the awarded contractor shall not hold the City of Denton responsible. Known hazards shall immediately be reported and all safety precautions shall be taken to prevent potential safety issues from occurring. CONTRACTOR STANDARDS OF PERFORMANCE Monthly Time Standards - Contractors shall fully understand that the City relies on the product or service of the solicitation to provide vital municipal services, and the availability and reliability of the equipment is of the essence. With this in mind, the Contractor shall meet the following performance standards at all times. Labor disputes, strikes, and other events, except those beyond the Contractor's control such as acts of God, shall not relieve the Contractor from meeting these standards. For service category, the Contractor must ensure the given level of service is achieved, within the designated number of working hours. Contractor shall deliver goods or services within specified delivery times for 95% of all orders. ANTICIPATED PROBLEMS AND PROPOSED SOLUTIONS Contractor shall offer written observations, based upon previous experiences in public projects of this magnitude, addressing any anticipated problems and offer proposed solutions to those problems. ADDITIONAL GENERAL REQUIREMENTS a. Prior to commencement of the services, the City and selected individual or business will conduct an initial meeting to review the overall scope, schedule, deliverables and planning process to implement a successful program. b. The awarded Contractor shall provide to the City of Denton, detailed reports of time and services provided to the City on a monthly basis. c. Staff available to assist the selected provider is limited; the proposals submitted should not anticipate extensive staff assistance during equipment repairs or maintenance. REMEDIES COMPLETION OF CONTRACTOR'S DEFAULT If default shall be made by the Contractor or by any subcontractor in the Page 14 of 91 performance of any of the terms of this proposal, the City, without in any manner limiting its legal and equitable remedies in the circumstances, may serve upon the Contractor and the Surety or Sureties upon the Contractor's bond or bonds a written notice requiring the Contractor to cause such default to be corrected forthwith. Unless within twenty (20) days after the service of such notice upon the Contractor such default shall be corrected or arrangements for the correction thereof satisfactory to the City and/or Engineer shall be made by the Contractor or its Surety or Sureties, the City may take over the construction of the project and prosecute the same to completion by contract or otherwise for the account and at the expense of the Contractor, and the Contractor and its Surety or Sureties shall be liable to the City for any cost or expense in excess of the contract price occasioned thereby. In such event the City may take possession of and utilize, in completing the construction of the project, any materials, tools, supplies, equipment, appliances, and plant belonging to the Contractor or any of its subcontractors, which may be situated at the site of the project. The City in such contingency may exercise any rights, claims or demands which the Contractor may have against third persons in connection with this contract and for such purpose the Contractor does hereby assign, transfer and set over unto the City all such rights claims and demands. LIQUIDATED DAMAGES The time of the completion of construction of the project is of the essence of the contract. Should the Contractor neglect, refuse or fail to complete the construction within the time herein agreed upon, after giving effect to extensions of time, if any, herein provided, then, in that event and in view of the difficulty of estimating with exactness damages caused by such delay, the City shall have the right to deduct from and retain out of such money which may be then due or which may become due and payable to the Contractor the sum of ONE THOUSAND FIVE HLINDRED DOLLARS 1 500.00 per day for each and every day, including weekends, that such construction is delayed on its completion beyond the specifed time, as liquidated damages and not as a penalty; if the amount due and to become due from the City to the Contractor is insufficient to pay in full any such liquidated damages, the Contractor shall pay to the City the amount necessary to effect such payment in full: Provided, however, that the City shall promptly notify the Contractor in writing of the manner in which the amount retained, deducted or claimed as liquidated damages was computed. CUMULATIVE REMEDIES Every right or remedy herein conferred upon or reserved to the City shall be cumulative, shall be in addition to every right and remedy now or hereafter existing at law or in equity or by statute, and the pursuit of any right or remedy shall not be construed as an election. Provided, however, that the provisions of the REMEDIES SECTION shall be the exclusive measure of damages for failure by the Contractor to complete the construction of the project within the time herein agreed upon. Page 15 of 91 PAYMENT AND PERFORMANCE REQUIREMENTS PAYMENT AND INVOICES: Pavment processin�: The City review, inspection, and processing procedures for invoices ordinarily require thirty (30) days after receipt of invoices, materials, or services. Proposals which call for payment before thirty (30) days from receipt of invoice, or cash discounts given on such payment, will be considered only if, in the opinion of the Purchasing Manager, the review, inspection, and processing procedures can be completed as specified. It is the intention of the City of Denton to make payment within thirty days after receipt of valid invoices for which items or services have been received unless unusual circumstances arise. The 30 day processing period for invoices will begin on the date the invoice is received or the date the items or services are received, whichever is later. Direct deposit for pavments: Contractors are encouraged to arrange for receiving payments through direct deposit. Information regarding direct deposit payments is available from the City of Denton Purchasing website: www.dentonpurchasin .g com. Invoices shall be sent directly to the City of Denton Accounts Payable Department, 215 E McKinney St, Denton, TX, 76201-4299. A pro-forma invoice shall be sent to the contract administrator as identified in the Notice to Proceed. It is the intention of the City of Denton to make payment on completed orders within thirty days after receipt of invoice or items; whichever is later, unless unusual circumstances arise. Invoices must be fully documented as to labor, materials, and equipment provided, if applicable, and must reference the City of Denton Purchase Order Number in order to be processed. No payments shall be made on invoices not listing a Purchase Order Number. PAYMENT TO PERFORMANCE MILESTONES Awarded contractor shall prepare and submit invoices after completion of specific project milestones. The invoice shall detail the major milestones accomplished and detailed cost information for project. These milestones shall be submitted to the City of Denton and the City's Project Staff shall review such for completion and accuracy, prior to payment authorization. TAX EXEMPTION The City of Denton qualifies for sales tax exemption pursuant to the provisions of Article 20.04 (F) of the Texas Limited Sales, Excise and Use Tax Act. Any Contractor performing work under this contract for the City of Denton may purchase materials and supplies and rent or lease equipment sales tax free. This is accomplished by issuing exemption certificates to suppliers. Certificates must comply with State Comptroller's ruling #95-0.07 and #95-0.09. RELEASE OF LIENS AND CERTIFICATE OF CONTRACTOR Page 16 of 91 Upon award of the contract, the Contractor shall inform the City of the subcontractors and material sources that will be used. Upon the completion by the Contractor of the construction of the project, but prior to final payment to the Contractor, the Contractor shall deliver to the City releases of all liens, and of rights to claim any lien, from all manufacturers, material-men, and subcontractors furnishing services or materials for the project, to the effect that all materials or services used on or for the project have been paid for and indicating that the City is released from all such claims. PAYMENTS TO MATERIAL-MEN AND SUBCONTRACTORS The Contractor shall pay each material-men, and each subcontractor, if any, not later than five (5) days after receipt of any payment from the City, the amount thereof allowed the Contractor for and on account of materials furnished or construction performed by each material-men or each subcontractor. Page 17 of 91 SPECIAL NOTICES AND REQUIREMENTS CONTRACT ADMINISTRATION SUBMITTALS AND REQUIREMENTS A. General: the General Conditions, Supplementary Conditions and Special Conditions provide definite times for Contractor to submit certain lists, qualifications, price breakdowns and schedules for administrative procedures including but not necessarily limited to the following: B. List of Subcontractors: before the execution of the Contract, the respondent awarded the contract will submit to the City for approval a list of all Subcontractors, and/or his major Subcontractors, proposed to use. This list will include each Subcontractor's correct name, mailing address and phone number. C. Contractor's Superintendent: The Contractor shall submit the name and qualifications of the person designated as Project Superintendent within ten (10) days of the receipt of the Notice of Award Letter. D. Contract Price Breakdown: upon executionoftheContract and the issuance of each work/task order, the Contractor shall submit to the City for approval a breakdown of the estimated quantities for each work/task order, utilizing the Contract unit prices, itemizing material and labor for various classifications of work. 1.The City will provide forms entitled "DETAILED ESTIMATE" for the Contractor to use to prepare the breakdown. The City will also provide an example for the Contractor to generally follow to prepare the breakdown. 2.Unit Price items will be multiplied by the estimated quantities to give the item totals. The total item will then be divided into "material" and "labor" and listed on the breakdown. The breakdown of unit price items into material and labor is required so the City may make progress payments on materials delivered before the labor is performed. E. WorkPro�ressSchedule: Within three (3) weeks after receipt of a work order, the Contractor shall submit in duplicate to the City for approval an estimated progress schedule for the work in relation to the entire project, The City will provide forms entitled "PROPOSED SCHEDULE" for the Contractor to use to prepare his progress schedule. The form is a bar chart with time across the top and work item down the side. The Contractor will fill out this form listing the work items and show the beginning and ending dates for each item. The City will provide an example for the Contractor to generally follow to prepare the progress schedule. F. Estimated P avment S„chedule: Prior to starting work, the Contractor shall submit to the City an estimate of his monthly payment requests. This shall be reviewed each Page 18 of 91 month during the construction period and revised estimates furnished if significant changes are indicated. G. Testin� and Quality Control: Observation of the Contractor's work to determine compliance with the plans and specifications may include testing of material installed on the project. A Testing Laboratory located by the Contractor shall do testing of materials furnished and work performed. The Contractor shall use only materials in the work, which meet the requirements of the specifcations. The Contractor shall furnish at his own expense all necessary tests and specimens for testing of the material and when requested shall furnish a complete written statement of the origin, composition, and/or manufacturer of any or all materials that are to be used in the work. All materials not conforming to the requirements of the specifications will be rejected. THIS QUALITY CONTROL SERVICE DOES NOT RELIEVE THE CONTRACTOR OF HIS RESPONSIBILITY WITH REGARD TO CONSTRUCTING THE WORK [�i A(�CQRnANCE WITH THE CONTRACT. Contractor shall submit appropriate tests including, but not limited to: 1) Any test required in the technical specifications 2) Any structural element called for on the plans, including, but not limited to dam construction, concrete asphalt roads or paths, shelters, bridges or other structure tests, pressure test of irrigation. 3) Test to prove adequacy of design and construction of any feature that may have been accepted by Owner under contractor's "Alternate Proposal". 4) Any test that may be occasioned by any local, state, or federal law. H. As-Built Drawin�s: The contractor shall maintain a complete set of contract drawings in his possession, upon which he is required to note in red, or other clear manner, all deviations, final dimensions and explanatory notes arising out of actual work installed or performed in the feld, and showing exact locations of such work, including trades. Notes on these drawings shall indicate installed locations and dimensioned clearances. Contractor to furnish an as- built drawn from an aerial photo identifying course, irrigation (including all components, buried or otherwise), major and minor drainage lines and related structures, all underground utilities, location of buried trees and debris, limits of topsoil, extra borrow areas, and other significant construction which could reasonably be foreseen to affect future operation. All as-built(s) shall be supplied in CAD format. I. ProjectManuals: Contractor shall supply City a project manual for operations of all mechanical systems to be included under this contract in a manner satisfactory to the design professional, his sub-consultants and City's representatives. Page 19 of 91 J. Schedule of Tests, Submittals: A schedule of anticipated tests and submittals begins on the next page. Additional submittals may be required. MEETINGS A. Pre-Construction Conference: Prior to start of work, a conference between the City and Contractormwill be held to discuss provisions of the contract documents, explain administrative procedures and coordinate the work effort. Time of pre- construction conference will be stated in the Work Order letter for the Contractor. Attendance by Contractor and Contractor's Superintendents is mandatory. 1. City will schedule meeting and provide meeting place. 2. Attendance: The following are expected to attend: a) City's Representative. b) Consultant's Construction Administrator. c) Representatives from Sub-Consultants d) Contractor's General Superintendent, Project e) Superintendent and Project Coordinator fl Representatives of major subcontractors 3. Agenda Items: a) List of major Subcontractors and Suppliers b) Tentative construction schedule c) Critical work sequencing d) Major equipment deliveries e) Designation of responsible personnel fl Procedures and processing of field decisions, proposal requests, submittals color coordination, change orders, and applications for payment. g) Adequacy of distribution of Contract Documents. h) Procedures for maintaining Record Documents i) Use of Premises: office, work, storage, staging areas; Owner's requirements j) Construction facilities, controls and construction aids k) Temporary utilities 1) Safety and first aid procedures m) Security procedures n) Housekeeping procedures o) Other business 4. The City's Representative will preside over the meeting. B. Pro�ressMeetings: Construction progress meetings may be called by the Project Manager, Project Inspector or the General Contractor to review job progress or problems. 1. Schedule meeting and notify in writing those concerned at least one week in advance of ineeting. 2. Provide a convenient, comfortable meeting place. Page 20 of 91 3. Contractor's Project Superintendent or Project Manager shall preside over meeting. 4. Attendance: The following are expected to attend: a) City's Representative b) Consultant's Construction Administrator c) Sub-consultant's unless notified otherwise d) Contractor's General Superintendent, Project e) Superintendent and Project Coordinator. � Subcontractors having work in progress g) Subcontractors whose work will start within the next month h) Others as requested by City, A/E, or Contractor 5. Agenda a) Review, approval of minutes or previous meeting b) Review of work progress since previous meeting c) Field observation, problems, conflicts d) Problems which impede construction schedule e) Review of off-site fabrication, and delivery schedules � Corrective measures and procedures to regain g) projected schedule. h) Revisions to construction schedules i) Progress schedules for succeeding period j) Schedule coordination k) Review proposed changes for effect on construction schedule, on completion date, and effect on other contracts of project 1) Maintenance of quality standards m) Pending changes and substitutions n) Other business C. Minutes of Meetin�s: Contractor shall take notes at pre- construction and progress meetings and distribute them to those concerned in the form of minutes within four (4) calendar days after meeting. SURVEYS, MEASUREMENTS AND LAYOUTS A. General: The City will provide property surveys. The Contractor shall be responsible for all control point staking as required. The Contractor's responsibility for verifying conditions is defined in the Standard General Conditions. B. Survevs, Measurements and Lavout Out of Work: The Contractor will establish from survey information on drawings all lines, grades, and levels and will be responsible for maintenance and accuracy thereof. Page 21 of 91 MISCELLANEOUS REQUIREMENTS A. Additional safety precautions shall be instituted by the awarded contractor, as the work environment will be in an area where citizens and employees may be present, and work safety must be coordinated with the owner. B. The Contractor shall be responsible for all spoil removals, and any excess soil that will require removal. C. It is understood that the basis for payment on the work to be done according to the final plans and specifications shall be a lump sum fee as set forth in Contractor's submission. Any quantity estimates supplied by Designer or City are intended only as a guide to the respondent. Respondent is responsible for making his own quantity estimates and pricing from his own examination of the work to be done. Page 22 of 91 STANDARD PURCHASE TERMS AND CONDITIONS FOR CIVIL ENGINEERED CONSTRUCTION SERVICES SPECIFICATIONS This project shall be constructed by utilizing the October 2004 edition of the North Central Texas Council of Government's Standard Specifications for Public Works Construction (NCTCOG, hereafter . Any permissible deviation from those specifications shall be noted either in the General Provisions, Special Contract Requirements and line Item Definitions, City of Denton Amendments to NCTCOG Specifications, or the Construction Plans. LOCATION OF PROJECT This improvement project is totally located within the city limits or extra territorial jurisdiction of the City of Denton, Texas. A map showing the general location of the improvements is included in the plans. SCOPE OF WORK The work to be performed under this contract consists of furnishing all materials, labor, supervision, tools and equipment necessary for the construction of street, drainage, and landscaping improvements as described in these specifications and the plans. CONTRACTOR'SINSURANCE Contractors shall refer to Attachment A for all City of Denton insurance requirements. PROPERTY 1NSURANCE Contractors shall refer to Attachment A for all City of Denton insurance requirements. `UMBRELLA' LIABILITY INSURANCE Contractors shall refer to Attachment A for all City of Denton insurance requirements. POLICY ENDORSEMENTS AND SPECIAL CONDITIONS Contractors shall refer to Attachment A for all City of Denton insurance requirements. PERFORMANCE AND PAYMENT BONDS (a) Subject to the provisions of these general conditions and the NCTCOG specifications, the Contractor shall, with the execution and delivery of the Construction Services Agreement, furnish and file with the Owner in the amounts required in this Paragraph, the surety bonds described in Clauses (a)(1) and (a)(2) below, which surety bonds shall be in accordance with the Charter of the City of Denton and the provisions of Chapter 2253, Texas Government Code, as amended; each bond shall be signed by the Contractor, as Principal, and by an established bonding company, as surety, meeting the requirements of Page 23 of 91 these general provisions and the NCTCOG specifications, and approved by the Owner. The surety bonds shall be accompanied by an appropriate Power-of-Attorney clearly establishing the extent and limitations of the authority of each signer to so sign: (1) Performance Bond. The Contractor shall have on file with the City of Denton, Texas, before execution of the contract a good and sufficient performance bond with an approved surety in an amount equal to one-hundred (100) percent of the total cost of this project, guaranteeing that the workmanship and materials furnished under these specifications and used in all parts of said improvements are in all respects first class and of such kind and quality that for a period of two (2) vears from the completion and final ��°c����rr�c� �F��;¢~���' l�y the said ���l;y, of I���°������ the improvements shall require no repairs, the necessity for which shall be occasioned by defects in said workmanship or material. If, however, during the said period, in the opinion of the Mayor and City Council, the said improvements or associated structures and equipment shall require repairs and the necessity for such repairs, shall, in their opinion, be occasioned by defective workmanship or materials furnished in the construction of any part thereof or any of the accessories thereto, built by this Contractor, then such repairs, on due notice being given at any time during said period, by the City, to the Contractor, shall promptly be made by the Contractor in the following manner: Upon notice from the City, served at any time during the period of said guarantee, the Contractor shall at his own expense take out and remove all worn out, inferior or defective materials found in the improvements as shown on the plans or any other part of the improvements or accessories thereto, and good acceptable materials shall be substituted therefore, including any materials that have become injured, or have become damaged by reason of their being in close proximity to such imperfect material or workmanship, the Contractor shall take up, repair and/or replace all improvements as shown on plans, that have become defective if found to be so during the term of said guarantee. Final determination will be made by the Owner's Representative. Should the Contractor fail to make such repairs as are deemed necessary, written notice to make the repairs shall be given by the City to the Contractor and the Surety. If said Contractor or Surety shall fail or neglect for a period of ten (10) days to make such necessary repairs as herein provided, then the City shall have the right with or without further notice, to proceed to make such repairs or cause the same to be done either by contract or otherwise at its option and to pay for the cost of such repairs. Emergency repairs to improvements may be required due to extreme weather, faulty materials, or any other cause. When the public safety is jeopardized, the City of Denton may deem the situation an emergency. At this time, the Contractor shall have 4 hours notification bv telephone to complete the repairs or the City may complete the work itself. If such cost of repairs so made shall not be paid by the said Contractor or Surety upon receipt of Notice of the amount thereof, the said City shall have the right of action on the Performance Bond; or in case the said repairs shall not actually be made by the City after such failure on the part of the Contractor or Surety, the City shall have the right to ascertain and determine the costs of such repairs and to maintain an action against the said Contractor or Surety, or both under said bond, to recover the amount Page 24 of 91 so determined in any court of competent jurisdiction, and the amount so determined shall be conclusive upon the Contractor and Surety in any action upon said bond. (2) Payment Bond. A good and sufficient bond in an amount equal to 100% of the total Contract Sum, guaranteeing the full and prompt payment of all claimants supplying labor or materials in the prosecution of the Work provided for in the Contract Documents and any Amendments thereto, and for the use and protection of each claimant. (b) If the Contract Sum, including Owner-accepted alternates and allowances, if any, is greater than $100,000, Performance in 100% of the Contract Sum are mandatory and shall be provided by the Contractor. If the Contract Sum is greater than $50,000 but less than or equal to $100,000, only a Payment Bond in 100% of the Contract amount is mandatory; provided, however, that the Contractor may elect to furnish a Performance Bond in the same amount if the Contractor so chooses. If the Contract Sum is less than or equal to $25,000, the Contractor may elect not to provide Performance and Payment Bonds; provided that in such event, no money will be paid to the Contractor until final completion and acceptance of all work by Owner. If the Contractor elects to provide Performance and Payment Bonds 100% of the total Contract Sum, progress payments in accordance with these General Conditions shall be disbursed. (c) No surety will be accepted by the Owner who is now in default or delinquent on any bonds or who is a party to any litigation against the Owner. All bonds shall be made and executed on the Owner's standard forms, shall be approved by the Owner, and shall be executed by not less than one corporate surety that is authorized and admitted to do business in the State of Texas, is licensed by the State of Texas to issue surety bonds, is listed in the most current United States Department of the Treasury List of Acceptable Sureties, and is otherwise acceptable to the Owner. Each bond shall be executed by the Contractor and the surety, and shall specify that legal venue for enforcement of each bond shall lie exclusively in Denton County, Texas. Each surety shall designate an agent resident in Denton County, Texas to whom any requisite statutory notices may be delivered and on whom service of process may be had in matters arising out of the suretyship. (c) The person or persons, partnership, company, firm, Limited Liability Company, association, corporation, or other business entity to whom the Contract is awarded shall, within ten (10) days after such award, sign the required Contract with the Owner and provide the necessary surety bonds and evidence of insurance as required under the Contract Documents. No Contract shall be binding on the Owner until it has been approved as to form by the City Attorney, executed for the Owner by the City Manager, the performance and payment bonds and evidence of insurance have been furnished as required by the Contract Documents, and the fully executed contract has been delivered to the Contractor. (d) The failure of the Contractor to execute the Contract or deliver the required statutory bonds and evidence of insurance within ten (10) days after the Contract is awarded or as soon thereafter as the Owner can assemble and deliver the Contract shall constitute a material breach of the Contractor's bid proposal and the Owner may rescind the Contract Page 25 of 91 award and collect or retain the proceeds of the bid security. By reason of the uncertainty of the market prices or materials and labor, and it being impracticable and difficult to determine accurately the amount of damages occurring to the Owner by reason of the Contractor's failure to execute and furnish the statutory bonds and to sign the Contract within ten (10) days, the filing of a bid proposal with the accompanying bid security will be considered as an acceptance of this sub-paragraph. In the event the Owner should re- advertise for bids, the defaulting Contractor shall not be eligible to bid, and the lowest responsible bid obtained in the re-advertisement shall be the bid referred to in this Paragraph. TIME ALLOTTED FOR COMPLETION The number of days for this project to complete the project shall be noted in the exhibits or provided by the respondent. The Contractor is permitted to work every weekday which is not a Federal, State or Local holiday from 7:00 am to 6:00 pm. Work requiring City inspection oversight must be restricted to the hours between 8:00 am to 5:00 pm unless arrangements are made with the City beforehand. The Contractor will not be allowed to work on Saturdays unless prior arrangements are made with the City. The Contractor will not be allowed to prosecute the work on Sundays without written permission by the City due to the noise ordinance. Exceptions to the noise ordinance require approval by City Council and will require careful coordination and planning between the Contractor and City. A Work Order shall be submitted by the City to the Contractor prior to the beginning of construction. The Work Order shall consist of a written request by the Owner's Representative for the Contractor to proceed with the construction of the project. The Work Order shall specify the starting and ending date of the project construction. The City may set the starting date of the project construction at any date subsequent to the Work Order notification. The Work Order will be issued upon receipt of the executed contract and surety bonds from the Contractor. The Contractor will be required to execute the contract and furnish the surety bonds within 10 business days of receipt of the approved City Contract per NCTCOG Item 103.5. Failure to complete the work within the allotted time shall make the Contractor liable for liquidated damages at the daily rate specified per NCTCOG Item 108.8. The amount of liquidated damages shall be for each calendar day over the original or extended project end date. The City reserves the right to deduct monies due to the Contractor in the amount of the liquidated damages incurred on the project as per terms of NCTCOG Item 108.8 at a minimum. Actual, documented damages provided by the City which are greater than the minimum amounts shown shall govern. Assessment of liquidated damages by the City shall not constitute a waiver of the City's right to sue and collect additional damages which the City may sustain by the failure of the Contractor to perform in accordance with the terms of its Contract. The City will be the sole judge as to whether extensions of the Contract Time will be issued. The Contractor must submit extensions for time in writing within fourteen (14) days of the alleged delay per NCTCOG Item 108.8. Failure to do so will automatically render any claim for extension null and void. Normal weather related delays (e.g. rain) will be considered sufficient grounds for extension of time for projects defined by work days but not for projects defined by calendar days. Page 26 of 91 MANUFACTURER'S 1NFORMATION The Contractor shall submit five (5) copies of information to the City from all manufacturers for materials and equipment to be used on the project. This information shall include: (A) Product specifications sufficient to allow the City to determine whether the materials and equipment conform to the design concepts and project specifications. (B) Information on all warranties provided by the manufacturer.. All submittals shall be stamped by the manufacturer indicating that the manufacturer has checked the submittal for compliance with the specifications. Unstamped or certified submittals shall be returned to the manufacturer unprocessed. Submittals shall be provided to the City prior to or at the preconstruction meeting. Construction will not be allowed to proceed until all submittals have been approved or a written waiver is given by the City. SAFETY OF PERSONS AND PROPERTY (a) The Contractor shall take reasonable precautions for safety of, and shall provide reasonable protection to prevent damage, injury or loss to: (1) employees on the Work and other persons who may be affected thereby; (2) the Work and materials and equipment to be incorporated therein, whether in storage on or off the site, under care, custody or control of the Contractor or the Contractor's Subcontractors or Sub-subcontractors; and (3) other property at the site or adjacent thereto, such as trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not designated for removal, relocation or replacement in the course of construction. (b) The Contractor shall give notices and comply with applicable laws, ordinances, rules, regulations and lawful orders of public authorities bearing on safety of persons or property or their protection from damage, injury or loss. (c) The Contractor shall erect and maintain, as required by existing conditions and performance of the Contract, reasonable safeguards for safety and protection, including posting danger signs and other warnings against hazards, promulgating safety regulations and notifying owners and users of adjacent sites and utilities. (d) When use or storage of explosives or other hazardous materials or equipment or unusual methods are necessary for execution of the Work, the Contractor shall exercise utmost care and carry on such activities under supervision of properly qualiiied personnel. Page 27 of 91 (e) USE OF EXPLOSIVES - CLAIMS AND TOTAL INDEMNIFICATION. The Owner shall have the right to pre-approve the use of any explosives on the Project; the Contractor shall not assume in its bid that permission to use explosives will be granted. The Owner shall NOT be liable for any claim for additional time or compensation as a result of the Owner's denial of permission to use explosives. Where use of explosives is permitted by the Owner, the Contractor EXPRESSLY AGREES TO BE SOLELY RESPONSIBLE for the determination as to whether explosives shall actually be used, and for any result from the use, handling or storage of explosives, and shall INDEMNIFY, DEFEND AND HOLD COMPLETELY HARMLESS the Owner, its offcers, agents and employees, and the Engineer against any and all claims, lawsuits, judgments, costs or expenses for personal injury (including death), property damage or other harm for which recovery of damages is sought, suffered by any person or persons, as the result of the use, handling or storage of the explosives by the Contractor or any Subcontractor, REGARDLESS OF WHETHER SAID USE, HANDLING OR STORAGE WAS NEGLIGENT OR NOT, AND REGARDLESS OF WHETHER THE DAMAGE OR INJURY WAS CONTRIBUTED TO 1N ANY WAY BY THE NEGLIGENCE OR FAULT OF THE OWNER, ITS OFFICERS, AGENTS, EMPLOYEES, OR REPRESENTATIVES, OR THE ENGINEER AND ITS OFFICERS, AGENTS, EMPLOYEES, OR REPRESENTATIVES. In the event of conflict with any other indemnity paragraph in this Contract, this paragraph controls. This indemnity paragraph is intended solely for the benefit of the parties to this Contract and is not intended to create or grant any rights, contractual or otherwise, to or for any other person or entity. The Contractor shall furnish the Owner and the Engineer with evidence of insurance sufficient to cover possible damage or injury, which insurance shall either include the Owner and the Engineer as additional insureds or be sufficiently broad in coverage as to fully protect the Owner and the Engineer. All explosives shall be stored in a safe and secure manner, under the care of a competent watchman at all times, and all storage places shall be marked clearly "DANGEROUS-EXPLOSIVES." The method of storing and handling explosives and highly flammable materials shall conform to Federal and State laws, City of Denton ordinances, and the City of Denton Fire Department regulations. The Contractor shall notify any telecommunications and public utility company and any private property owners having structures in the proximity of the Project Site of the Contractor's intention to use explosives, and such notice shall be given suffciently in advance to enable the telecommunications and public utility companies and private property owners to take such steps as they may deem necessary to protect their property from injury. The notice shall not relieve the Contractor of any responsibility for damage resulting from any blasting operations. (� The Contractor shall promptly remedy damage and loss (other than damage or loss insured under property insurance required by the Contract Documents) to property referred to in this section caused in whole or in part by the Contractor, a Subcontractor, or anyone directly or indirectly employed by any of them, or by anyone for whose acts they may be liable and for which the Contractor is responsible under clauses under this section, except damage or loss attributable to acts or omissions of the Owner or Engineer or anyone directly or indirectly employed by either of them, or by anyone for whose acts either of them may be liable, and not attributable to the fault or negligence of the Contractor or any of its Subcontractors. The foregoing obligations of the Contractor are in addition to the Contractor's obligations within this general provisions and the Page 28 of 91 NCTCOG specifications. To the extent that any such damage or loss may be covered by property insurance or other insurance required by the Contract Documents, the Owner and the Contractor shall exercise their best efforts to make a claim and obtain recovery from the insurers to provide for the cost, in whole or in part, of the repair work or to provide for reimbursement for such damage or loss. (g) The Contractor shall designate a responsible member of the Contractor's organization at the site whose duty shall be the prevention of accidents. This person shall be the Contractor's superintendent unless otherwise designated by the Contractor in writing to the Owner and Engineer. (h) The Contractor shall not load or permit any part of the Work or the Project site to be loaded so as to endanger its safety. EMERGENCIES In an emergency affecting safety, health, or security of persons or property, the Contractor shall act, at the Contractor's discretion, to prevent threatened damage, injury, or loss. Additional compensation or extension of time claimed by the Contractor on account of an emergency shall be determined as provided in these general provisions and the NCTCOG specifications. PUBLIC CONVENIENCE AND SAFETY (a) The Contractor shall place materials stored about the Work and shall conduct the Work at all times in a manner that causes no greater obstruction to the public than is considered necessary by the Owner. Sidewalks or streets shall not be obstructed, except by special permission of the Owner. The materials excavated and the construction materials or plant used in the performance of the Work shall be placed in a manner that does not endanger the Work or prevent free access to all fire hydrants, water mains and appurtenances, water valves, gas valves, manholes for the telephone, telegraph signal or electric conduits, wastewater mains and appurtenances, and fire alarm or police call boxes in the vicinity. (b) The Owner reserves the right to remedy any neglect on the part of the Contractor in regard to public convenience and safety which may come to the Owner's attention, after twenty-four (24) hours notice in writing to the Contractor. In case of an emergency, the Owner shall have the right to immediately remedy any neglect without notice. In either case, the cost of any work done by the Owner to remedy the Contractor's neglect shall be deducted from the Contract Sum. The Contractor shall notify the City Traffc Control Department when any street is to be closed or obstructed. The notice shall, in the case of major thoroughfares or street upon which transit lines operate, be forty-eight (48) hours in advance. The Owner reserves the right to postpone or prohibit any closure or obstruction of any streets or thoroughfares to the extent necessary for the safety and benefit of the traveling public. The Contractor shall, when directed by the Engineer or the Owner, keep any street or streets in condition for unobstructed use by City departments. When the Contractor is required to construct temporary bridges or make other arrangements for crossing over ditches or around structures, the Contractor's Page 29 of 91 responsibility for accidents shall include the roadway approaches as well as the crossing structures. BARRICADES, LIGHTS, DETOUR ROUTES, AND SIGNS The Contractor shall, at his own cost and expense, furnish and erect such barricades, fences, flashers, signals, and signs, and shall provide such other precautionary measures for the protection of persons and property as are necessary. Safety to the working forces and the general public shall be of uppermost consideration in scheduling all construction activities. In all instances, refer to the Contract Plans, Drawings, and Technical Specification, located within the exhibits. All signs and barricades shall be constructed and erected to conform to standards as established in the latest edition of the Manual on Uniform Traffic Control Devices. From sunset to sunrise, the Contractor shall furnish and maintain at least one battery type flasher at each barricade and a sufficient number of barricades shall be erected to keep vehicles or pedestrians from entering hazardous work areas during construction. The Contractor will be held responsible for all damages to the work due to failure of the barricades, signs, lights, and watchmen required to protect the work area. The Contractor's responsibility for the protection of the work shall not cease until the project has been accepted by the City. If, in the opinion of the Owner's Representative or his duly authorized representative, the barricades and signs installed by the Contractor do not properly protect the work area, the Contractor shall immediatelvi cease all other work activities and correct the deficiency in proper barricading. The Contractor shall provide an ultimate effort toward safe and smooth flow of traffc during work hours. Flagmen shall have standard reflective vests and flags as minimum equipment. Flagmen shall also be knowledgeable as to the correct procedures for flagging and shall be aware of traffic patterns and traffic needs. All broken, damaged, or ineffective barricades or signs shall be removed from the project and replaced within two (2) hours after notification by the Owner or his designated representative. No work will be allowed to begin prior to proper placement of all barricades and signs. The Contractor shall designate a person who will be in charge of all barricades and signs. This person shall be knowledgeable of all current regulations of law regarding proper procedures for barricading in construction areas. All detours, closures, partial closures, or other construction activities that require a major displacement of traffic shall require a one week advanced notice so that the City can communicate this information to the public. A barricading meeting will be held by the City with Page 30 of 91 the Contractor's superintendent, the person in charge of the barricades, and the foreman in charge of the particular construction to be done. ENVIRONMENTAL COMPLIANCE (a) The Contractor and its Subcontractors are deemed to have made themselves familiar with and at all times shall comply with all applicable federal, state or local laws, rules, regulations, ordinances, and rules of common law now in effect (including any amendments now in effect), relating to the environment, Hazardous Substances or exposure to Hazardous Substances, including but not limited to the Comprehensive Environmental Response, Compensation and Liability Act of 1980, 42 U.S.C.A. §§ 9601, et seq.; the Hazardous Materials Transportation Act, 49 U.S.C.A. §§ 1801, et seq.; the Resource Conservation and Recovery Act of 1976, 42 U.S.C.A. §§ 6901, et seq.; the Federal Water Pollution Control Act, 33 U.S.C.A §§ 1201, et seq.; the Toxic Substances Control Act, 15 U.S.C.A. §§ 2601, et seq.; the Clean Air Act, 42 U.S.C.A. §§ 7401, et seq.; the Safe Drinking Water Act, 42 U.S.C.A. §§ 3808, et seq., and any current judicial or administrative interpretation of these laws, rules, regulations, ordinances, or rules of common law, including but not limited to any judicial or administrative order, consent decree, or judgment affecting the Project. (b) In the event the Contractor encounters on the site materials reasonably believed to be a Hazardous Substance that have not been rendered harmless, and removal of such materials is not a part of the scope of Work required under the Contract Documents, the Contractor shall immediately stop Work in the affected area and report in writing the facts of such encounter to the Engineer and the Owner. Work in the affected area shall not thereafter be resumed except by written order of the Owner unless and until the material is determined not to be a Hazardous Substance or the Hazardous Substance is remediated. The Owner may choose to remediate the Hazardous Substance with a separate contractor or through a Change Order with the Contractor. If the Owner determines that the Hazardous Substance exists in the affected area due to the fault or negligence of the Contractor or any of its Subcontractors, the Contractor shall be responsible for remediating the condition at the sole expense of the Contractor in accordance with the Contractor's APPROVED Spill Remediation Plan. An extension of the Contract Time for any delay in the progress schedule caused as a result of the discovery and remediation of a Hazardous Substance may be granted by the Owner only if all remaining Work on the Project must be suspended and the delay cannot be made up elsewhere in the progress schedule. Any request for an extension of the Contract Time related to the discovery and remediation of a Hazardous Substance is subject to the provisions of Paragraph 4.3 and Article 8. (c) The Contractor shall be responsible for identification, abatement, cleanup, control, removal, remediation, and disposal of any Hazardous Substance brought into or upon the site by the Contractor or any Subcontractor or Supplier. The Contractor shall obtain any and all permits necessary for the legal and proper handling, transportation, and disposal of the Hazardous Substance and shall, prior to undertaking any abatement, cleanup, control, removal, remediation, and disposal, notify the Owner and the Owner's Representative so that they may observe the activities; provided, Page 31 of 91 however, that it shall be the Contractor's sole responsibility to comply with all applicable laws, rules, regulations, or ordinances governing the activities. (d) Spill Prevention Plan. At least seventy-two (72) hours prior to commencing performance of any of the Work at the Project site, the Contractor shall submit to the Owner for review and approval a Spill Prevention and Response Plan (SPRP) meeting the requirements of federal and state law, rules, and regulations. The SPRP shall be specially designed for the Contractor's planned work methods and procedures. The SPRP shall be designed to complement all applicable safety standards, fre prevention regulations, and pollution prevention policies and procedures. The SPRP shall include estimates of the quantity and rate of flow should equipment fail, and detail containment or diversionary structures to prevent spills from leaving the site or migrating into adjacent properties or navigable waters. The SPRP shall include methods of recovery of spilled materials and all applicable twenty-four (24) hour emergency phone numbers, including without limitation that of the Owner's Project Manager or other designated representative. The Contractor shall not commence any field work prior to approval of such plan by the Owner. The following additional rules shall apply with respect to spills caused by the Contractor or a Subcontractor: (1) The Contractor shall immediately report any spill or release at the Project site, whether or not it is associated with this Contract, to the Owner's Project Manager or other designated representative. Thereafter, within two (2) working days after the occurrence of such event, the Contractor shall submit a written report describing such event in a degree of detail reasonably acceptable to the Owner. (2) The Contractor shall immediately respond in accordance with the SPRP in the event of a spill. (3) The Contractor shall dispose of spilled materials in accordance with EPA and Texas Commission on Environmental Quality (TCEQ) regulations and any other applicable federal, state, or local laws, rules, or regulations. In connection with such disposals, the Contractor shall use only those transporters and disposal facilities that are approved in advance in writing by the Owner. A copy of all transport manifests for the spilled materials shall be obtained and retained in the Contractor's records for reference purposes, to be provided upon request of the Engineer, the Owner, or any governmental regulatory agency with jurisdiction over the matter. ALL COSTS OF COLLECTION, CONTAINMENT, AND DISPOSAL OF SPILLED MATERIALS SHALL BE THE SOLE RESPONSIBILITY OF THE CONTRACTOR. (4) For purposes of this Subparagraph (e), the term "spill" includes any kind of environmental discharge or release. (e) Clean Air Management Plan. The Contractor shall comply with the Clean Air Management Plan submitted to and approved by the Owner during the contractor selection process. The Owner reserves the right, at the Contractor's sole expense, to require the removal or retrofitting of any equipment used in the course of construction that does not comply with the Plan submitted to and approved by the Owner. Page 32 of 91 (� The Contractor shall deposit surplus or waste excavation or other materials removed as part of the Work at a legal disposal site in accordance with all applicable state, federal, and local laws, rules, regulations, and ordinances. The Contractor shall submit to the Owner for review and approval all planned disposal sites or proposed uses for the surplus or waste excavation or other materials prior to removal of any excavation or other material from the Project site. A copy of all transport manifests for surplus or waste excavation or other materials shall be obtained and retained in the Contractor's records for reference purposes, to be provided upon request to the Engineer, the Owner, or any governmental regulatory agency with jurisdiction over the matter. (g) The Contractor is responsible for obtaining all TXPDES Storm Water Permits from TCEQ for construction of the Project under regulations contained in 40 CFR Part 122, as amended, pursuant to the Clean Water Act, 33 U.S.C.A. §§1251 et seq. These regulations require the iiling of a notice of intent to obtain and abide by the general storm water permit for construction activities promulgated by EPA, including but not limited to cleaning, grading, and excavation that disturb the applicable amount of total land area. In addition, the Contractor shall comply with all regulations of the Owner relating to storm water and storm water runoff management at the Project site pursuant to Chapter 19, Article IX, Denton City Code, as amended. (h) The Contractor shall not install any materials in the performance of the Work that contain asbestos or asbestos-related material such as hydrated mineral silicate, including chrysolite, amosite, crocidolite, tremolite, anthophylite or actinolite, whether friable or non-friable. (i) The Owner reserves the right in its sole option to exercise the following remedies (without waiving the right to pursue the imposition of any civil or criminal fines or penalties that may be imposed under state, federal, or local laws or ordinances), at no additional cost to the Owner and without an extension of the Contract Time, in the event the Contractor fails or refuses after seven (7) days advance written notice from the Owner to comply with the provisions of this Paragraph, the terms of the SPRP, the terms of the Clean Air Management Plan, any storm water permit or other environmental permit issued in connection with the Work, or any applicable environmental law, rule, regulation, or ordinance: (1) suspend all or any portion of the Work until the noncompliance is corrected, or until a detailed plan to achieve compliance within a reasonably prompt period of time is prepared by the Contractor and approved by the Owner; (2) if the Contractor fails to properly address the noncompliance within the time stipulated by the Owner, perform the necessary remediation or correction work and backcharge the Contractor for the cost of the remediation or correction; or (3) terminate the Contract for cause as provided in the general provisions and NCTCOG specifications. Page 33 of 91 SUPPORT SYSTEMS 1NSPECTOR All contractors involved in excavations as defined in the most current OSHA Occupational Safety and Health Standards for excavations must submit a notarized affidavit prior to award of the bid showing the name of the Support System Inspector. The affidavit must include a statement that the named individual is a competent person as defined in the OSHA regulations related to excavations. In order to be a"competent person," one must have had specific training in, and be knowledgeable about soil analysis, the use of protective systems, and the OSHA regulations on excavations. WATER FOR CONSTRUCTION Water used for any uses including sprinkling, testing, and flushing of pipelines, or any other purpose incidental to this project, will be the responsibility of the Contractor. The Contractor may obtain the water from any source, including the City of Denton. In the event that the Contractor obtains the water from the City, the Contractor shall make the necessary arrangements for securing and transporting such water and shall take such water in such a manner and at such times that will not produce a harmful drain or decrease of pressure in the City's water system. The Contractor shall make arrangements with the City to provide the water required and the Contractor shall pay for the water at the prevailing rate. . . � •.� The Contractor shall furnish control staking for all alignments, grades and elevations which the Contractor may need to complete this project. The Contractor shall protect and maintain the control staking. Any survey stakes or markers that are disturbed by the Contractor shall be replaced by the Contractor immediately at the Contractor's expense. The Contractor shall furnish suitable material, labor and expertise to erect and maintain adequate working stakes, batter boards, or laser equipment for construction as the job progresses. U. S. POSTAL MAILBOXES The Contractor shall be fully responsible for maintaining and protecting all existing U.S. Postal mailboxes during the construction period. Postal mail delivery must be maintained on a daily basis to all postal delivery points within the project area. For projects that require a section of road to be completely closed to traffic, the mailboxes shall be relocated to a nearby street corner where they shall be placed for temporary delivery service. The Contractor shall relocate the boxes working in cooperation with the Postal Director and the City. Following the completion of the work, the Contractor shall restore all postal boxes to their previous locations or as close as is possible. Because of the legal significance of the postal delivery service, the Contractor shall consider this responsibility as a first priority. Mailboxes shall be placed 42" above the ground and located directly behind the back of the curb. Both measurements shall be the front lower face of the mailbox. Page 34 of 91 FOREMAN DESIGNATION REQUIREMENTS The Contractor shall designate in writing a foreman for the project at the preconstruction meeting. This foreman shall make every effort to cooperate with the City Inspector and shall not be an equipment operator at any time unless authorized in writing by the City. Communications and work methods shall be established early and maintained throughout the project at satisfactory levels for both parties. TERIAL SAMPLING AND TESTING Unless otherwise stipulated in the contract documents, initial testing of all materials, construction items or products incorporated in the work shall be performed at the direction of the Owner's Representative and expense of the City, including initial compaction and density tests deemed necessary. In the event materials, construction items or products incorporated in the work fail to satisfy the minimum requirements of the initial test, appropriate proveout test shall be made as directed by the Owner's Representative to determine the extent of the failure and to verify that the corrective measures have brought the item up to specification requirements. The cost of all testing necessary to determine the extent of the failure and the adequacy of the corrective measures shall be the responsibility of the Contractor. The failure of the Owner's Representative to direct or City to make any tests of materials shall in no way relieve the Contractor of his responsibility of furnishing materials conforming to the contract documents. Tests, unless otherwise specified, shall be made in accordance with the latest methods of the American Society for Testing and Materials. The Contractor shall provide such facilities as the Owner's Representative or City may require for collecting and forwarding samples and shall not use the materials represented by the samples until tests have been made. The Contractor shall furnish adequate samples without charge. The inspections and tests made by the City shall ordinarily be made without cost to the Contractor unless otherwise expressly specified in the contract documents. The Contractor shall furnish without additional cost to the Owner's Representative or City such materials for testing as may be reasonably necessary. Retesting after failure to pass tests shall be at the expense of the Contractor. Should the percentage of rejected material or equipment be unreasonably large, the additional cost of such inspection and tests resulting therefrom shall be borne by the Contractor. The Owner's Representative shall judge what is considered extra inspection and shall determine the additional cost incurred thereby and payable by the Contractor. ��"��IPE OF WORK �"�-�.�1��:";1:�� Changes in the scope of work for the project shall be handled in accordance with the provisions of Item 104 of the NCTCOG specifications. WORKING AREA Page 35 of 91 The Contractor shall confine its equipment, storage of materials and construction operations to the public right-of-way and easements shown on the plans or described in the specifications. Storage of equipment and materials shall not restrict the public use of right-of-way or easements unless specifically approved by the City. The Contractor shall not have exclusive right to the working area, as it must accommodate other contractors or City forces which may utilize the same area for other construction activities. RESTORATIONmmOF PROPERTY The Contractor is responsible for restoring public or private property damaged by its construction activities to a condition as good as or better than the condition prior to construction. This provision applies specifically, but not exclusively, to existing concrete or asphalt pavement, concrete sidewalk, concrete curb and gutter, concrete drainage structures, utilities, fencing, structures, and landscaping that are within the work zone but that are not required to be removed in order to install the improvements called for on the plans. Cost for this restoration shall be borne solely by the Contractor. Failure to restore the damaged property by the Contractor may be cause for the City to restore the property on its own and then deduct the restoration cost from the monies owed the Contractor per NCTCOG Item 107.26. LETTERS OF RELEASE A Letter of Release from each property owner affected by the project is required prior to acceptance of any public improvement, particularly when the Contractor has performed work outside of City right-of-way or public easements. The letter should state that the owner finds the restoration of the property acceptable. The Contractor will be held responsible for restoring disturbed property to a condition at least equal to the condition that existed prior to construction. The Contractor will not be held responsible for repairing prior damage or for excessive or unreasonable requests of the property owner. Whether a property owner's request is reasonable or not will be determined by the Owner's Representative. PARTIAL PAYMENTS/PmROGRESS PAYMENTS Partial payments will be made within thirty (30) days of receipt of an undisputed invoice and acceptance of work performed. Only complete and in place items will be paid for and no payment will be made for materials on hand (disregard that line item on the invoice submittal form). A five percent (5%) retainage will be held by the City, calculated using the total work complete to date of the partial payment. Workday or calendar day counts for each month should be agreed on before being submitted on the partial estimate. Counts will be considered final when processed for payment. (a) After the Owner's Representative has issued a Certificate for Payment, the Owner shall make payment in the manner and within the time provided in the Contract Documents, and shall so notify the Engineer, if applicable. The Owner shall not be liable for interest on any late or delayed progress payment or final payment caused by any claim or dispute, any discrepancy in quantities, any failure to provide supporting documentation or other information required with the Application for Payment or as a precondition to payment under the Contract Documents, or due to any payment the Owner or the Owner's Representative has a right to withhold or not certify under the Contract Documents. Notwithstanding the foregoing, the Owner may refuse to make payment on any Page 36 of 91 Certificate for Payment (including, without limitation, the final Certifcate for Payment) for any default under the Contract Documents, including but not limited to those defaults set forth in these general provision and the NCTCOG specifications. The Owner shall not be deemed in default by reason of withholding payment while any Contractor default remains uncured. (b) The Contractor shall promptly pay each Subcontractor, upon receipt of payment from the Owner, out of the amount paid to the Contractor on account of each Subcontractor's portion of the Work, the amount to which said Subcontractor is entitled, reflecting percentages actually retained from payments to the Contractor on account of such Subcontractors portion of the Work. The Contractor shall, by appropriate agreement with each Subcontractor, require each Subcontractor to make payments to Sub-subcontractors in similar manner. (c) The Owner's Representative will, on request, furnish to a Subcontractor, if practicable, information regarding percentages of completion or amounts applied for by the Contractor and action taken thereon by the Engineer and the Owner on account of portions of the Work done by such Subcontractor. (d) Neitl�er the Owner nor the Owner's Representative shall have an obligation to pay or to see to the payment of money to a Subcontractor except as may otherwise be required by law. That obligation belongs to the Contractor or, in the event of the Contractor's failure to pay a Subcontractor, to the Surety on the Payment Bond as required. (e) Payment to material suppliers shall be treated in a manner similar to that provided in Subparagraphs (b), (c), and (d), above. (� A Certificate for Payment, a progress payment, or partial or entire use or occupancy of the Project by the Owner shall not constitute acceptance of Work not performed in accordance with the Contract Documents. t�'VC��.'L'�I"�F�" C"� f.�E�C��� f"(.)[�. ('t�6��'a'1��.J�:`L'�fJ��l [�6�1�1�.��, N"����."� If any person or Contractor doing street, utility or sidewalk construction, excavation, alteration or repair requests and receives necessary inspection by City personnel for such work outside of normal business hours (8:00 o'clock A.M. to 5:00 o'clock P.M. weekdays and non-holidays) such person or contractor shall be charged and pay one hundred and five dollars ($105.00) per hour (minimum of four (4) hours) for such inspection. The Inspector must be notifed at least 24 hours in advance for overtime to be performed on week days and 48 hours in advance for overtime to be performed on weekends or holidays. The City may withhold payment to the Contractor for non-payment of overtime charges. FINAL COMPLETION AND FINAL PAYMENT (a) Upon receipt of written notice that the Work is ready for final inspection and acceptance and upon receipt of a final Application for Payment, the Owner's Representative, or the City of Denton Public Works Inspection Department, will promptly make iinal inspection and, when the listed above representatives fnds the Work acceptable under the Contract Page 37 of 91 Documents and the Contract Documents fully performed, the Owner's Representative will promptly issue a final Certiiicate for Payment stating that to the best of the Owner's Representative's knowledge, information and belief, and on the basis of the Owner's Representative's observations and inspections, the Work has been completed in accordance with terms and conditions of the Contract Documents and that the entire balance found to be due the Contractor and noted in said final Certifcate is due and payable. The Owner's Representative final Certificate for Payment will constitute a further representation that conditions listed in this section as a condition precedent to the Contractor's being entitled to final payment have been fulfilled. Owner will normally make final payment within thirty (30) days after Owner's receipt and approval of the final Certificate for Payment. Warranties required by the Contract Documents shall commence on the date of Substantial Completion of the Work, unless otherwise provided by separate agreement between the Owner and the Contractor. (b) Neither final payment nor any remaining retained percentage shall become due until the Contractor submits to the Owner's Representative: (1) an affidavit that payrolls, bills for materials and equipment, and other indebtedness connected with the Work for which the Owner or the Owner's property might be responsible or encumbered (less amounts withheld by Owner) have been paid or otherwise satisfied; (2) a certificate evidencing that insurance required by the Contract Documents to remain in force after final payment is currently in effect and will not be cancelled or allowed to expire until at least thirty (30) days prior written notice has been given to the Owner; (3) a written statement that the Contractor knows of no substantial reason that the insurance will not be renewable to cover the period required by the Contract Documents; (4) a consent of surety to final payment; and (5) if required by the Owner, other data establishing payment or satisfaction of obligations, such as receipts, releases and waivers of liens, claims, security interests or encumbrances arising out of the Contract, to the extent and in such form as may be designated by the Owner. (c) As a precondition to final payment by the Owner under this Contract, the Contractor's affidavit under Clause (b)(1) shall state that the Contractor has paid each of his subcontractors, laborers or materialmen in full for all labor and materials provided to him for the Work under this Contract. In the event the Contractor has not paid each of his subcontractors, laborers or materialmen in full, the Contractor shall state in the afiidavit the amount owed and the name of each subcontractor, laborer or materialmen to whom such payment is owed. IN ANY EVENT, THE CONTRACTOR SHALL BE REQUIRED TO EXECUTE THE OWNER'S STANDARD AFFIDAVIT OF F1NAL PAYMENT AND RELEASE AS A PRECONDITION TO RECEIPT OF F1NAL PAYMENT. (d) If, after Substantial Completion of the Work, final completion of the Work is materially delayed through no fault of the Contractor or by issuance of Change Orders affecting final completion and the Owner's Representative confirms the delay, the Owner shall, Page 38 of 91 upon application by the Contractor and certification by the Owner's Representative, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance for Work not fully completed or corrected is less than retainage stipulated in the Contract Documents, and if bonds have been furnished, the written consent of surety to payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by the Contractor to the Owner's Representative prior to certification of payment. Payment shall be made under terms and conditions governing final payment, except that it shall not constitute a waiver of claims. (e) The acceptance by the Contractor of the fnal payment shall operate as and shall be a complete release of the Owner from all claims or liabilities under the Contract, for anything done or furnished or relating to the Work or the Project, or for any act or neglect of the Owner relating to or connected with the Work or the Project. DELAYS AND EXTENSIONS OF TIME (a) If the Contractor is delayed at any time in the progress of the Work by an act or neglect of the Owner or Engineer, or of an employee of either, or of a separate contractor employed by the Owner, or by changes ordered in the Work, or by labor disputes, fire, unusual delay in deliveries, unavoidable casualties or other causes beyond the Contractor's control, or by delay authorized by the Owner pending a claim, or by other causes which the Engineer determines may justify delay, then the Contract Time shall be extended by Change Order for such reasonable time as the Engineer and Owner may determine. (b) Claims relating to Contract Time and time extensions shall be made in accordance with the applicable provisions these general provisions and NCTCOG specifications. (c) No Damages for Delay. NOTWITHSTANDING ANY OTHER PROVISIONS OF THE CONTRACT DOCUMENTS, INCLUDING THE GENERAL CONDITIONS, NO ADJUSTMENT SHALL BE MADE TO THE CONTRACT SUM AND THE CONTRACTOR SHALL NOT BE ENTITLED TO CLAIM OR RECEIVE ANY ADDITIONAL COMPENSATION AS A RESULT OF OR ARISING OUT OF ANY DELAY, HINDRANCE, DISRUPTION, FORCE MAJEURE, IMPACT, OR INTERFERENCE, INTENTIONAL OR UNINTENTIONAL, FORESEEN OR UNFORESEEN, WHICH INCREASES THE TIME TO COMPLETE THE WORK, INCLUDING BUT NOT LIMITED TO ANY DELAYS CAUSED IN WHOLE OR IN PART BY THE ACTS, OMISSIONS, FAILURES, NEGLIGENCE, OR FAULT OF THE OWNER, THE ENGINEER, OR THE OWNER'S REPRESENTATIVE, AN EXTENSION OF THE CONTRACT TIME UNDER THE CONTRACT PROVISIONS BEING THE CONTRACTOR' S SOLE REMEDY. (d) The Owner shall have the right to occupy, without prejudice to the right of either party, any completed or largely completed portions of the structure or Work, notwithstanding the fact that the Contract Time for completing all or a portion of the Work may not have expired. Partial occupancy and use shall not be deemed as an acceptance of the Work taken or used. Page 39 of 91 (e) The Contractor shall promptly suspend the Work when either the Contractor or the Owner is ordered to do so by a court order from a court having lawful jurisdiction, and the Contractor will not be entitled to additional compensation by virtue of any delays resulting from the court order. The Contractor will also not be liable to the Owner for a delay caused in fact by the Work being suspended by a court order. (� The Owner's Representative, with the consent of the Owner, shall have the authority to suspend the Work, in whole or in part, for such period or periods as the Owner's Representative deems necessary due to unusual or severe weather conditions as are considered unfavorable for the suitable prosecution of the Work, or due to failure on the part of the Contractor to correct conditions considered unsafe for workmen or the general public. If it should become necessary to stop the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily or become damaged in any way, and shall take every precaution to prevent damage or deterioration of the Work performed. In cases of suspension of the Work under this Subparagraph, the Contractor shall also provide suitable drainage about the Work and erect temporary structures where necessary. The Contractor shall not suspend the Work in whole or in part without written authority from the Owner's Representative or the Owner, and shall resume the Work promptly when notified by the Owner's Representative or the Owner to resume operations. (g) In the event of a delay that is the responsibility of the Contractor or any of the Subcontractors, for which the Contractor is not entitled to a time extension under the provisions of this Contract, the Owner may direct that the Work be accelerated by means of overtime, additional crews or additional shifts, or resequencing. This acceleration shall be at no cost to the Owner and will continue until the Contract Time is restored. In the event of a delay for which the Contractor is entitled to a time extension, as determined by the Owner's Representative, Owner may similarly direct acceleration and the Contractor agrees to perform same on the basis that the Contractor will be reimbursed only to the extent described in these general provisions and the NCTCOG specifications. THE CONTRACTOR EXPRESSLY WAIVES ANY OTHER COMPENSATION RESULTING FROM ACCELERATION, SUCH AS LOSS OF LABOR PRODUCTIVITY OR EFFICIENCY. TERMINATION BY THE OWNER.,FORwCAUSE (a) Notwithstanding any other provision of these General Conditions, the Work or any portion of the Work may be terminated immediately by the Owner for any good cause after giving seven (7) days advance written notice and opportunity to cure to the Contractor, including but not limited to the following causes: (1) Failure or refusal of the Contractor to start the Work within ten (10) days after the date of written notice by the Owner to commence the Work. (2) A reasonable belief that the progress of the Work being made by the Contractor is insufficient to complete the Work within the specified time. Page 40 of 91 (3) Failure or refusal of the Contractor to provide sufficient and proper equipment or construction forces to properly execute the Work in a timely manner. (4) A reasonable belief that the Contractor has abandoned the Work. (5) A reasonable belief that the Contractor has become insolvent, bankrupt, or otherwise fnancially unable to carry on the Work. (6) Failure or refusal on the part of the Contractor to observe any requirements of the Contract Documents or to comply with any written orders given by the Engineer or the Owner as provided for in the Contract Documents� (7) Failure or refusal of the Contractor to promptly make good any defects in materials or workmanship, or any defects of any nature, the correction of which has been directed in writing by the Owner's Representative. (8) A reasonable belief by the Owner that collusion exists or has occurred for the purpose of illegally procuring the Contract or a Subcontractor, or that a fraud is being perpetrated on the Owner in connection with the construction of Work under the Contract. (9) Repeated and flagrant violation of safe working procedures. (10) The filing by the Contractor of litigation against the Owner prior to completion of the Work. (b) When the Work or any portion of the Work is terminated for any of the causes itemized above or for any other cause except termination for convenience pursuant to these provisions, the Contractor shall, as of the date specified by the Owner, discontinue the Work or portion of the Work as the Owner shall designate, whereupon the surety shall, within fifteen (15) days after the written notice of termination for cause has been served upon the Contractor and the surety or its authorized agents, assume the obligations of the Contractor for the Work or that portion of the Work which the Owner has ordered the Contractor to discontinue and may: (1) perform the Work with forces employed by the surety; (2) with the written consent of the Owner, tender a replacement contractor to take over and perform the Work, in which event the surety shall be responsible for and pay the amount of any costs required to be incurred for the completion of the Work that are in excess of the amount of funds remaining under the Contract as of the time of the termination; or (3) with the written consent of the Owner, tender and pay to the Owner in settlement the amount of money necessary to finish the balance of uncompleted Work under the Contract, correct existing defective or nonconforming Work, and compensate the Owner for any other loss sustained as a result of Contractor's default. Page 41 of 91 In the event of termination for cause involving Clause (b)(1) or (b)(2), the Surety shall assume the Contractor's place in all respects, and the amount of funds remaining unpaid under the Contract shall be paid by the Owner for all Work performed by the surety or the replacement contractor in accordance with the terms of the Contract Documents, subject to any rights of the Owner to deduct any costs, damages, or liquidated or actual damages that the Owner may have incurred, including but not limited to additional fees and expenses of the Engineer and attorneys fees, as a result of such termination. (c) The balance of the Contract Sum remaining at the time of the Contractor's default and of the termination shall become due and payable to the surety as the Work progresses, subject to all of the terms, covenants, and conditions of the Contract Documents. If the surety does not, within the time specified in this provisions, exercise its obligation to assume the obligations of the Contract, or that portion of the Contract which the Owner has ordered the Contractor to discontinue, then the Owner shall have the power to complete the Work by contract or otherwise, as it may deem necessary. The Contractor agrees that the Owner shall have the right to take possession of or use any or all of the materials, plant, tools, equipment, supplies, and property of every kind provided by the Contractor for the purpose of the Work, and to procure other tools, equipment, labor, and materials for the completion of the Work, and to charge to the account of the Contractor the expenses of completion and labor, materials, tools, equipment, and incidental expenses. The expenses incurred by the Owner to complete the Work shall be deducted by the Owner out of the balance of the Contract Sum remaining unpaid to or unearned by the Contractor. The Contractor and the surety shall be liable to the Owner for any costs incurred in excess of the balance of the Contract Sum for the completion and correction of the Work, and for any other costs, damages, expenses (including but not limited to additional fees of the Engineer and attorney's fees), and liquidated or actual damages incurred as a result of the termination. (d) The Owner shall not be required to obtain the lowest bid for the Work of completing the Contract as described in these provisions, but the expenses to be deducted from the Contract Sum shall be the actual cost of such Work. In case the Owner's expense is less than the sum which would have been payable under the Contract, if the same had been completed by the Contractor, then the Owner may pay to the Contractor (or the Surety, in the event of a complete termination for cause) the difference in the cost, provided that the Contractor (or the Surety) shall not be entitled to any claim for damages or for loss of anticipated profits. In case such expenses for completion shall exceed the amount which would have been payable under the Contract if the same had been completed by the Contractor, then the Contractor and his Sureties shall pay the amount of the excess to the Owner on notice from the Owner for excess due. When only a particular part of the Work is being carried on by the Owner by contract or otherwise under the provisions of this Subparagraph, the Contractor shall continue the remainder of the Work in conformity with the terms of the Contract, and in such manner as not to hinder or interfere with the performance of workmen employed and provided by the Owner. Page 42 of 91 (e) The right to terminate this Contract for the convenience of the Owner (including but not limited to nonappropriation of funding) is expressly retained by the Owner. In the event of termination for convenience, the Owner shall deliver at least ten (10) days advance written notice of termination for convenience to the Contractor. Upon the Contractor's receipt of such written notice, the Contractor shall cease the performance of the Work and shall take reasonable and appropriate action to secure and protect the Work in place. The Contractor shall then be reimbursed by the Owner in accordance with the terms and provisions of the Contract Documents, not to exceed actual labor costs incurred, materials stored at the Project site or away from the Project site as approved by the Owner but not yet paid for, plus actual, reasonable, and documented termination charges, if any, paid by the Contractor in connection with the Work in place which is completed and in conformance with the Contract Documents to the date of termination for convenience. No amount shall ever be due to the Contractor for lost or anticipated profits. TEMPORARY SUSPENSION OF THE WORK (a) The Work or any portion of the Work may be temporarily suspended by the Owner immediately upon written notice to the Contractor for any reason, including but not limited to: (1) the causes described in Termination for Cause Clauses (a)(1) through (a)(10) above; (2) where other provisions in the Contract Documents require or permit temporary suspension of the Work; (3) situations where the Work is threatened by, contributes to, or causes an immediate threat to public health, safety, or security; or (4) other unforeseen conditions or circumstances. (b) The Contractor shall immediately resume the temporarily suspended Work when ordered in writing by the Owner to do so. The Owner shall not under any circumstances be liable for any claim of the Contractor arising from a temporary suspension due to a cause described in Clause (a)(1) above; provided, however, that in the case of a temporary suspension for any of the reasons described under Clauses (a)(2) through (a)(4), where the Contractor is not a contributing cause of the suspension under one of those Clauses or where the provision of the Contract Documents in question specifically provides that the suspension is at no cost to the Owner, the Owner will make an equitable adjustment for the following items, provided that a claim is properly made by the Contractor under these General Conditions: (1) an equitable extension of the Contract Time, not to exceed the actual delay caused by the temporary suspension as determined by the Engineer and the Owner; Page 43 of 91 (2) an equitable adjustment to the Contract Sum for the actual, necessary, and reasonable costs of properly protecting any Work that is finished or partially finished during the period of the temporary suspension (no profit and overhead shall be allowed on top of these costs); and (3) if it becomes necessary to move equipment from the Project site and then return it to the Project site when the Work is ordered to be resumed, an equitable adjustment to the Contract Sum for the actual, necessary, and reasonable cost of these moves; provided, however, that no adjustment shall be due if the equipment is moved to another Project site of the Owner. WARRANTY FULFILLMENT Prior to the expiration of the specified warranty period provided for in the Contract Documents, the Owner's Representative will make a detailed inspection of the Work and will advise the Contractor and the Contractor's Surety of the items that require correction. The Owner's Representative will make a subsequent inspection and if the corrections have been properly performed, the Owner's Representative will issue a letter of release on the maintenance stipulations to the Contractor and the Surety. If for any reason the Contractor has not made the required corrections before the expiration of the warranty period, the warranty provisions as provided for in the Contract Documents shall remain in effect until the corrections have been properly performed and a letter of release issued. CITY OF DENTON CONSTRUCTION MANAGEMENT PROCEDURES I. Preconstruction Meeting A preconstruction meeting is required before any project shall begin in the City of Denton or its jurisdiction limits. Represented at the meeting, as applicable, shall be: A. City of Denton representatives B. Contractor's representatives C. Consulting Engineers representatives D. Affected utilities in the construction area represented. This meeting shall consist of reviewing the plans with all the representatives present to discuss proposed construction methods and utility adjustment, to discuss project management and administrative procedures and to clear up any doubts about the plans and speciiications. The Contractor will be required to present a proposed project schedule at the meeting. Location of the meeting shall be at a location designated by the City. Call Greg Blackstone, City of Denton Inspections Department @ 940-349-8904 for specifics at least 48 hours in advance of the meeting. For privately funded projects, a minimum of three current, City approved sets of plans shall be provided to the City of Denton at the beginning of the preconstruction meeting by the Consulting Engineer. II. Plans and Specifcations: Page 44 of 91 A current set of City approved plans and specifications shall be in the possession of the contractor on the first day of the project. These shall be shown to the City of Denton Inspector before any work is allowed to proceed on that project. A legible set of plans shall be retained by the contractor throughout the project until its completion. III. Final Acceptance Procedures and Conditions: The following are to be applied at the discretion of the Owner's Representative to the public improvements being inspected by the Public Works Inspection Department. This is an effort to speed completion of projects to final acceptance which should increase the efficiency of the inspection process being provided. A. Final Acceptance of Street or Sidewalk Improvements 1. As-built drawings from the Consulting Engineer 2. Cleanup of the work site including sweeping the streets or sidewalks in a dust free manner. 3. Asphalt Cores - Depth 4. Concrete breaks all meet specification. 5. Valve boxes & Manholes in street raised to proper elevations and working. 6. All services (water & sewer) stamped on curbs. 7. Revegetation of the work site established to specifcations. B. Final Acceptance of Water, Sewer, and Storm Sewer Improvements 1, As-built drawings from the Consulting Engineer 2. All required tests pass (air, water, bacteriological samples, etc.). Fire hydrants must be raised to final elevation prior to testing. 3. Cleanup of the work site including sweeping the streets or sidewalks in a dust free manner. 4. Valves, cleanouts, manholes, and junction boxes accessible and working smoothly. 5. Re-vegetation of the work site established to specifications. � .; �� . ..�, ����. All punch lists shall be considered preliminary unless they are specifically documented as the final punch list. 2. Final punch lists shall be provided to the Contractor in person and through the mail by a certified letter. 3, Contractor shall acknowledge receipt of the final list and discuss at that time any requirements he feels are not consistent with City of Denton Standard Specifications. Any corrections to the list shall be made at that time or the list shall be considered final. Page 45 of 91 4, When the final punch list is complete for the entire project, a letter of acceptance will be issued. No deviations shall be allowed unless approved in writing by the Owner's Representative for the City of Denton. C`➢"�°� �:��' ll��?1�'�'��1� ��1��\i�:�r�7�� ����J���;I�u�i�'�'� The following are the standard surveying requirements for public improvements with the City of Denton. Street Impravements 1. Street grades and alignment at 50' stations - both sides - or at 25' stations in all vertical curves or horizontal curves. 2. Grades and alignment at all curb returns for intersections, alleys, and other curb breaks as instructed by City Inspector. 3. Grades and alignment stakes for streets shall be separated enough from utility stakes that the Inspector can easily follow all staking. 4. Maximum offsets shall be 10 feet. Methods of transferring grades from long offsets (4' - 10') shall be approved by Inspector. 5. Valley gutter grades shall follow the flow line of the curb on each side and shall be constructed with the aid of a string line unless problems develop requiring stakes. 6. All changes to the plans deemed major by the Inspector shall be restaked by the project surveyor. Sewer Lines 1. Grade and alignment stakes shall be provided at 50' intervals. 2. Manholes, cleanouts, bends, and any other appurtenance shall be staked before construction begins in that area. 3. Services shall be staked or centerline of the lot staked for the service to be placed 5' downstream from the centerline. Existing property pins shall not be used as construction stakes. 4. Staking requirements for changes to the plans and offset limits shall be the same as for streets and water lines. 5. Sewer grades shall be distinctly separated from street grades on any stakes so each improvement can be easily built with no confusion. :�. �. 1. Alignment stakes shall be provided at 50' intervals. Grade stakes shall be provided at each grade change shown on the plans and at 50' intervals where grades are critical. 2. All service lines shall be staked or the centerline of the lot staked if services are to be located 5' upstream of the centerline. These stakes shall be put up specifically for the services. Property pin stakes left over from preliminary staking are not to be used as construction stakes. 3. Valves, bends, fire hydrants, tees, and all other appurtenances to the line shall be staked before construction in that area proceeds. Offsets for alignment are critical, especially for the fire hydrants to keep them 2' behind the back of the curb. The Surveyor shall consult with Page 46 of 91 the Inspector before work begins to establish the appurtenances that do need exact stakes. 4. Any changes to the plans deemed major by the Inspector shall be restaked by the Surveyor. Offset requirements shall be the same as for streets. Conflicts Over Surveying Rec�uirements The Contractor is responsible for construction staking unless otherwise noted in the Special Contract Requirements. Communications regarding surveying after the preconstruction meeting should be between the City Inspector and the Contractor's Surveyor. Direct communication reduces the chances of misunderstandings in the process of the work. Any questions over City requirements regarding surveying standards shall be discussed at the preconstruction meeting or with the Owner's Representative prior to that meeting. Unless a signed letter is placed in the construction file, the requirements as listed in this section shall be considered applicable. Cut Sheet Requirements Cut sheets shall be provided to the Contractor and to the City Inspector. These sheets shall contain all needed grades based on top of curb elevations or existing surface elevations for streets, drainage, water and sewer improvements. Each special item such as service lines, manholes, fire hydrants, valves, cleanouts, junction boxes, and any other items as required by the Inspector shall have a cut from top of curb grades of the street in that area or existing surface elevations. Should a conflict arise between the PO, RFP document, supplier terms, or contract; the terms and conditions set forth in the RFP document and �nal contract shall prevail. ���ll_;�"�t�➢, �'��Y�"�°���( °� l��?,��1����:Y�IE�W"�'� /��ll� �,ICI�I'� ��1��°lll��"�'�C�l�� As stated in the General Provisions, the October 2004 edition of the North Central Texas Council of Governments Standard Specifications for Public Works Constructio„n will be utilized as a basis for both general and technical procedures to include types of materials and construction procedures used in construction projects in the City of Denton. The following specifications and definitions are intended to (1) highlight requirements in the NCTCOG found on most projects in the City of Denton, (2) make specific requirements for materials or procedures where the NCTCOG gives options, (3) specify provisions for deviation from the NCTCOG, and (4) define the bid items listed in the Exhibit I— Pricing Spreadsheet. The following specifications are also numbered in accordance with the NCTCOG to aid in locating more specific requirements. Conflicts sometimes arise when City of Denton provisions conflict with either the plans for the project or the North Central Texas Council of Governments Specifications. The following order of precedence shall generally be followed in case of conflicts; however, the Owner's Representative shall make the final determination: Page 47 of 91 City of Denton Plans City of Denton Specifications NCTCOG Standard Specifications Payment sections of the specifications include all material, labor, and equipment necessary to complete the project. Item 103.3 Suretv Bonds General: This item shall be used to separate the bonds as specified in the contract documents into a separate bid item. Include all bonds with their related costs in this item. NCTCOG Reference: Item 103.3 Payment: Payment shall be lump sum for all bonds provided for in the bid proposal. Item 107.19.3 Excavation Protection General: Excavation protection, where required, shall be in strict compliance with NCTCOG Item 107.19.3 and the most current OSHA regulations. The Contractor shall submit three (3) copies of his site specific trench safety plan prepared by a licensed Professional Engineer in the State of Texas to the City prior to construction. The City will not review the submittal; it is simply a confirmation that the Contractor has prepared a trench safety plan as required by state and federal law. The City assumes no responsibility for trench safety and shall be held harmless under the indemnification clause of NCTCOG Item 107.19.3.2. Any changes in the trench excavation plan after initiation of construction will not be cause for an extension of time and will require a new submittal to the City. The Contractor accepts sole responsibility for compliance with all applicable safety requirements. NCTCOG Reference: Item 107.19.3 Payment: Payment for this item shall be at the contract unit price per linear foot of excavation protection measures utilized. Item 107.20 Project Si� Two signs advertising the CIP Construction Project shall be placed in strategic points with lettering as needed to adequately describe the work. These two signs shall be placed prior to beginning work and maintained until the end of the project. No payment shall be made to the Contractor for maintenance of these signs. Each sign shall be constructed with'/4" weather treated plywood and shall be painted white with blue letters and symbols. Letter size shall conform to dimensions shown on sign drawing. Exceptions or variations from the sign shown below shall not be allowed. NCTCOG Reference: Item 107.20 Payment: Payment will be at the contract unit price for each Project Sign installed. Page 48 of 91 �,.......� ..�... ......� �I � � ............. �.....� � �J ° ',�� � � ��� � , If �, V � a � I l `� �; II I Y � .� c�f�� i � I`�6"' �I\/Q i�lf I��� � T a f:1�71 V .. � , �� � �,-�..,�- ,� ar�� �h�. �� � � ��� ��� 0 i� u.ir��w,.�r� ����:�.�� �; U �V�`'�V`��I� �; i�r�r �u�:. m� U��u c���a �c�mJ u�w�,� ii ��. c:�u � a ru�,i�ic � i.� �]u�� .��r �r�i�::i•^ �a�i ui o�rr�,� C��V`�� r.r�r�roo� r;. ���rro�r, i�a��: aiu� c,ruaa� ��m��i��,� o-��J�ll"I `�N N :��u�� �r��ra ����, r7�� � ��"I VI al"df.� '��i��� � /�iii� ////,/�� „ % � � �i�i�" �/,%', ,�U ;�' �//,%; ,,�� 1 , The flag shall resemble the Texas Flag. The Background of the stars and the "City of Denton" lettering shall be blue. The lower bar of the flag shall be red, and the upper bar shall be white. The dimensions, from the farthest ends, shall be 12 inches, vertical, and 23.5 inches horizontal. The flag shall appear in the dimensions shown. The contractor may request a�i��;���� �����a� in either j��;_or .tif format. Page 49 of 91 Item 2,01 201.11 202.5 202.6 203.3 203.7 301.2 301.5 302.9 303 305.1 305.2 501.1 501.7 501.7.4 501.14 501.15 501.17 501.24 502.1-A 502.1-B 502.3 502.6.2 502.6.3 502.8 502.10.3-A 502.10.4 502.12.4 503.2 503.3 507.4.5 507.5.2 801 SSO1 SS02 SS03 INDEX AND CITY OF DENTON AMENDMENTS TO NCTCOG SPECIFICATIONS Description Temporary Erosion Control Stabilized Construction Entrance Sodding Seeding Turf Grass General Site Preparation Embankment Lime Treatment Flexible Sub-base or Base Asphalt Pavement (Materials Only) Portland Cement Concrete Pavement Concrete Curb & Gutter Concrete Sidewalks Underground Conduit Materials Ductile Iron Pressure Pipe Ductile Iron Fittings Polyvinyl Chloride (PVC) Water Pipe Polyvinyl Chloride (PVC) Pressure Rate Pipe & Fittings for Wastewater Polyvinyl Chloride (PVC) Wastewater Pipe & Fittings Fiberglass Wastewater Pipe & Fittings Concrete Manhole Fiberglass Manhole Fire Hydrant Assembly Resilient Seated Gate Valve Air Valves Polyethylene Wrap for Metal Pipe and Fittings Water Service Connections (Small Diameter) Sanitary Sewer Services Core into Existing Manhole Tunnel/Casing Pipe Spacers Boring and Tunneling Sewer Pipe Coupling Television Inspection Barricades, Detours, and Warning Signs Cut and Plug Existing Sewer Lines Abandon Existing Manhole Remove Existing Manhole Pa�e 67 67 67-68 68 68 69 69 69-70 70 70-71 71-72 72 72-73 73-74 74 74-75 75-76 76-77 77-78 78-80 80-82 82-83 83 84 84 84-85 85-86 86-87 87 87-88 88-89 89-90 91 91 92 92 Page 50 of 91 CITY OF DENTON AMENDMENTS TO NCTCOG SPECIFICATIONS Item 107.25 Disposal of Materials Vegetative material removed as a result of work operations shall be transported off-site and deposited at a legal site in accordance with all applicable federal, state, and local laws and regulations. Removed vegetation will not be allowed to remain in piles or mounds on the easement or surrounding property. NCTCOG Reference: Item 107.25 Payment: No separate payment shall be made for disposal of vegetative materials. The disposal of vegetative materials shall be considered a subsidiary cost of General Site Preparation (Item 203.3). Item 201 Temporarv Erosion Control General: This item shall govern the control measures required to prevent and control soil erosion from the work site. Construction Requirements: The contractor shall be responsible for providing temporary erosion control during the construction process according to the specifications and procedures outlined under NCTCOG Item 201. An erosion control plan must be submitted by the contractor and approved by the Owner's Representative prior to beginning construction. The erosion control plan must specify the type and location of all erosion control devices and methods. The contractor is free to use any of the erosion control options specified under NCTCOG Item 201 to control erosion. Erosion control devices and methods must follow the specifications outlined under NCTCOG Item 201 and the corresponding detail drawings in Division 1000. All erosion control devices must be maintained and inspected through the construction process. All erosion control devices shall be inspected every 7 calendar days during construction. In the event that silt or construction debris does escape the immediate construction areas, the contractor shall be responsible for cleaning it up within 24 hours of the incident. This includes soil tracked out of the construction areas by the contractor's vehicles. If the project inspector sees that a certain erosion control method or location is not working, he may direct the contractor to correct the erosion control devices accordingly. Duration: All erosion control devices must remain in place until the disturbed soil in the work site is stabilized. Stabilization may be obtained through one of the following options: Seeding of the work zone until 70% of the disturbed area has vegetative coverage, sodding the disturbed area, placement of an erosion blanket over the disturbed area, or the application of organic mulching material to cover the disturbed area. Payment: Payment will be at the contract unit price per linear foot of pipe installation protected by temporary erosion control measures. NCTCOG Reference: Item 201 Item 201.11 Stabilized Construction Entrance General: This item shall govern the construction of a stabilized construction entrance to the Page 51 of 91 work site to minimize the tracking of soil from the work site to City streets and roads. Materials: Stone and filter fabric shall meet the requirements of NCTCOG Item 201.11.2. Construction: The construction entrance shall be constructed according to NCTCOG Drawings 1070A and 1070B and in accordance with the provisions of NCTCOG Item 201.11.3. NCTCOG Reference: Item 201 Payment: Separate payment for stabilized construction entrances shall not be made. This shall be considered a subsidiary cost of Item 203.3 General Site Preparation. Item 202.5 Soddin� General: This item provides for the preparation and placement of turf grass blocks or plugs upon all areas where vegetation is removed or damaged due to the construction of public service lines, facilities, roads or sidewalks. Installation: Sod grass shall be placed according to the specifications listed under NCTCOG Item 202.5 and to the extents listed on the plans if so indicated. City approval on the location, amount and type of sod is required prior to placement. Failure to obtain City approval prior to placement may be cause for the City to reject payment. This item includes labor, material, equipment, water, and fertilizer necessary to establish the sod grass prior to acceptance. NCTCOG Reference: Item 202.5 Payment: Payment for this item shall be at the contract unit price for each square yard of sod grass placed. Price shall be full compensation for furnishing of all materials and labor, including water and fertilizer required to establish the sod grass. Item 202.6 Seedin� Turf Grass General: This item provides for the preparation and seeding of turf grass of all areas where vegetation is removed or damaged due to the construction of public service lines, facilities, roads or sidewalks. Installation: Turf grass shall be seeded on areas that have been stripped of vegetative cover due to construction activities. City approval on the location, amount and type of seed grass is required prior to placement. Failure to obtain City approval prior to placement may be cause for the City to reject payment. Turf grass may be seeded according to any of the methods listed under NCTCOG Item 202.6. This item includes labor, material, equipment, water, and fertilizer necessary to establish the broadcast seed prior to acceptance. Seed plantings must be sprouted prior to project acceptance and the Contractor must maintain the seeded area until 70% cover is achieved. NCTCOG Reference: Item 202.6 Measurement: Measurement and payment for seeding shall be based on the square yardage of seeded area. Payment: Payment for this item shall be at the contract unit price for seeding per square yard. Price should be full compensation for furnishing of all materials including water for seeding fertilizer slurry and maintaining growth. Item 203.3 General Site Pr�aration General: This item shall consist of preparing the right-of-way or public easements for construction operations by the removal of all obstructions and disposal of the materials by the Page 52 of 91 contractor. Disposal of removed materials is the responsibility of the contractor. Obstructions to be removed under this item are listed in NCTCOG Item 203.3.1. Exceptions to the obstructions list shall be noted on the plans or in the Special Contract Requirements. The contractor shall keep tree removal within the permanent utility easement or right-of-way to a minimum, only removing trees necessary to install the improvements unless otherwise noted on the construction plans. All properties shall be restored to the same or better condition than prior to the construction. Existing fencing, railing, gates and barriers that require removal during construction will be replaced with equal or better fencing, railing, gates and barriers at the end of the project. Payment for replacement fencing, railing, gates and barriers is considered subsidiary to this line item. NCTCOG Reference: Item 203.3 Payment: Payment for this item shall be at the contract lump sum for General Site Preparation. Itemmm203.7mm Embankm,ent General: This item shall consist of the placement and compaction of approved soils to the standards and surface grades as indicated by the construction plans or Special Contract Requirements. Construction: Embankment shall be constructed in accordance to NCTCOG Item 203.7.2. The base soil surface on which the embankment will be constructed shall be scarified or plowed to a minimum depth of 6 inches prior to the placement of any embankment layers. Embankment shall be compacted in layers not to exceed 12 inches in depth. Embankment shall be compacted to the requirements specified in the Special Contract Requirements. NCTCOG Reference: Item 203.7 Payment: Payment for this item shall be at the contract unit price for each cubic yard of embankment material placed and compacted. Payment shall include all labor, equipment and materials required to place the embankment material and to establish the surface grades indicated on the construction plans. Item 301.2 Lime Treatment General: This item establishes the requirements for the treatment of pavement subgrades with hydrated lime. General requirements are found in NCTCOG section 301.2 with modifications listed below. Materials: Dry hydrated lime or slurry lime (commercial Grade 2 or Grade 3). Quicklime is not allowed. Construction: All subgrade surfaces shall be shaped within 0.2 feet of finished grade before liming operations start. Soft areas of the subgrade shall be removed and replaced with suitable soil prior to lime treatment. Lime shall be mixed at the minimum rate and to the minimum subgrade depth indicated on the plans or in the specifications. The final lime treated mixture shall pass the gradation requirements of NCTCOG Table 301.2.3.5.1. (a). The mixed material shall be compacted to the density specified in NCTCOG Item 301.2.3.6. A minimum of three days of curing time after the initial mixing of the subgrade will be required before the placement of base courses or other construction activities are permitted. The treated subgrade shall be kept moist during the curing process to prevent cracking of the treated surface. If the pavement or other base courses are not to be placed within 14 days of final mixing, a seal coat conforming to NCTCOG Item 302.3.5.1 and Page 53 of 91 NCTCOG Tables 302.3.5.1.(a) and 3023.5.1.(b) shall be applied to the treated subgrade surface. Payment: Payment shall be at the contract unit price per square yard of subgrade treated. Item 301.5 Flexible Subbase or Base (Crushed Stone/Concrete) General: This item shall govern the composition and placement of flexible base for use as a foundation course for other pavement courses or as a surface course. Material: The material shall be crushed stone, naturally occurring gravel or crushed concrete. The material shall adhere to the Grade 1 material requirements of Table 301.5.2.(a) of the NCTCOG specifications. Any material source shall be approved by the City before any work occurs. Construction: Preparation of the subgrade, course applications, density, and finish shall be in accordance with NCTCOG Item 301.5.2. If the existing subgrade is unsuitable, the subgrade materiel shall be removed and replaced with suitable subgrade material from the work site or with select backiill specified by the Owner's Representative. Payment: Payment shall be at the contract unit price per square yard of flexible base or subbase constructed in place to the full depth specified on the plans. Item 302.9 Asphalt Pavement (Materials Only) General: This item shall govern the use of allowable asphalt pavement materials required for the construction of asphalt pavement. Aggregate Composition: Coarse aggregate, fine aggregate, sand and mineral filler shall adhere to the standards of NCTCOG Item 302.2. Aggregate gradation requirements shall conform to the asphalt mix design indicated on the plans or in the Special Contract Requirements. Bituminous Materials: Unless the plans or Special Contract Requirements specify otherwise, the asphaltic binder for asphalt pavement shall be Grade AC-20 asphalt cement. Fibrous Reinforcement: Unless the plans or Special Contract Requirements specify otherwise, fbrous reinforcement of asphalt pavement will not be allowed. Paving Mixture: The paving mix design shall conform to the standard plan details or Special Contract Requirements. In general, only Type A, B, C, and D mix designs shall be allowed. Prime Coat: A priming coat is not required between pavement courses unless specifically called for on the plans or in the Special Contract Requirements. Tack Coat: Tack coat shall be a rapid setting emulsified asphalt conforming to Type RS-2 in NCTCOG Table 302.3.4.(a) unless otherwise specified in the plans or Special Contract Requirements. Item 303 Portland Cement Concrete Pavement General: This item shall govern the composition and construction of Portland cement concrete pavement to the standards and dimensions required by the plans and specifications. Materials: Aggregate Composition: Coarse and fine aggregates for concrete shall conform to the provisions of NCTCOG Item 303.2.1. Portland Cement: Portland cement shall conform to the provisions of NCTCOG Item 303.2.2. Chemical Admixtures: Chemical admixtures shall conform to the provisions of NCTCOG Item Page 54 of 91 303.2.3. Air entrainment admixtures shall be utilized to ensure total air content of the concrete between 4% and 6%. Water reducing and set retarding admixtures shall be approved on a project by project basis. Mineral Admixtures: Mineral admixtures shall conform to the provisions of NCTCOG Item 303.2.4. Maximum fly ash amount shall not exceed 25% by weight per cubic yard of concrete. Mineral Filler: Mineral filler will be allowed under the provisions of NCTCOG Item 303.2.5 and Table 303.2.5.(a). Fibrous Reinforcement: Fiber reinforcement is required for concrete sidewalk. Fiber shall be Fibermesh� 300 Synthetic Fiber as produced by Propex Concrete Systems or an approved equivalent. Application shall be 1.5 lbs of fiber per cubic yard of concrete. Application shall follow the manufacturer's guidelines. Steel Reinforcement: Steel reinforcement shall be of the size and quantity as called for on the plans or in the Special Contract Requirements. Steel reinforcement shall conform to the standards of NCTCOG Item 303.2.9. Curing Materials: Curing material shall be a ASTM 309 Type 2, white pigmented curing compound unless otherwise noted on the plans or in the Special Contract Requirements. The use of mats, paper or film shall not be permitted for curing purposes. The compound and its application shall conform to NCTCOG Item 303.2.13. The compound shall be applied per the manufacturer's guidelines. Mix Design: Mix design shall be as called for on the plans or in the Special Contract Requirements. Construction: Concrete shall be mixed, delivered and placed per the requirements of NCTCOG Items 303.3, 303.4 and 303.5. Concrete shall not be placed if the temperature is less than 40 degrees F and falling but may be placed if the temperature is above 35 degrees F and rising. Contractor is responsible for any adverse impacts on the quality and strength of concrete placed due to weather related conditions. Under no circumstances shall concrete be placed upon frozen subgrade. Concrete must be placed within the time limits prescribed by NCTCOG Table 303.5.5.(a). Hand finishing of concrete pavement is only allowed in areas inaccessible to a finishing machine. Curing compound shall be applied immediately upon conclusion of finishing per NCTCOG Item 303.5.7. Curing compound shall be applied to the side pavement edge after the forms are removed and before the placement of soil. Excessive voids or honeycombing of the pavement edge may be cause for the rejection of the pavement section. When required, contraction or dummy joints shall be sawed into the concrete per the plans within 24 hours of placement. Unless otherwise noted in the plans or Special Contract Requirements, all vehicle traffic shall be excluded from the new concrete pavement for a minimum of 14 days. Payment: Payment shall be at the contract unit price per square yard of concrete placed at the design pavement thickness. Price shall include all concrete, steel reinforcement, form work, finishing work, jointing, sawing, sealing, and cleaning. Integral or monolithic concrete curb placed with the pavement shall not be included; it shall be paid for separately. Page 55 of 91 Item 305m.1 ConcretemCurbm& Gutter General: This item shall consist of Portland Cement Concrete Curb and Gutter installed separately from new concrete pavement. Materials: Concrete shall conform to the class called for on the plans or in the current City standard detail drawings. Steel reinforcement dowels, where required, shall be as called for on the plans or in the current City standard detail drawings. Construction: No concrete shall be placed if the temperature is less than 35 degrees F. Concrete curb and gutter shall be installed per the plans and according to the provisions of NCTCOG Item 305.1.3. Expansion joints shall be required every 200 feet of curb length per NCTCOG Item 305.1.3.4. One longitudinal dowel bar of #4 reinforcing steel two feet in length shall be required at every expansion joint. Backfilling: The curb and gutter shall be backfilled within seventy-two (72) hours of pouring. The backfill shall be of suitable material and compacted in a manner acceptable to the City. All backfill material shall be free of clods and rocks and compacted to a level even with the top of curb. Payment: Payment shall be at the contract unit price for concrete curb and gutter complete and in place. The unit price shall include backflling of soil behind the curb. The unit price does not include the excavation or disposal of material required to install the curb and gutter. Item 305.2 Concrete Sidewalks General: This item governs the composition and construction of new concrete sidewalks. References: The contractor shall refer to Item 305.2 of the NCTCOG Specifications, and the Texas Accessibility Standards Section 4, Accessible Elements and Spaces: Scope and Technical Requirements for details not specifically called out in this specifcation, the plans, or the Special Contract Requirements. Construction: Sidewalk shall be installed per the plans and the most current City standard sidewalk details. Unless otherwise noted on the plans or Special Contract Requirements, the Contractor shall be responsible for identifying the extent of the public right-of-way or easements in which the sidewalk will be installed. Where a permanent obstruction is encountered and existing right-of-way or easement is insufficient for the full width of the proposed sidewalk, the sidewalk width may be reduced to thirty-six inches for the length of the obstruction. The path of the sidewalk around an obstruction shall utilize a gradual curve so as not to create a sharp bend around the obstruction. Where new concrete sidewalk adjoins an existing concrete sidewalk, curb and gutter, or driveway approach, an expansion joint shall be placed at the interface and the new sidewalk shall be connected to the existing concrete item with 6 inch long, #3 steel reinforcement dowel bars placed every 24 inches. The completed sidewalk must have an unobstructed vertical clearance of eighty inches for the entire length and width of the sidewalk. Trees, shrubs and brush that must be trimmed to complete this task must be cut and removed in a professional manner. Materials: Concrete mix design and steel reinforcement shall be as called for on the plans, in the current City standard detail drawings, or in the Special Contract Requirements. Fiber Reinforcement and curing compound shall conform to the provisions of Item 303 Portland Cement Concrete Pavement. Page 56 of 91 Payment: Payment shall be made at the contract unit price per square yard of concrete sidewalk complete in place. Price shall include concrete, fiber reinforcement, reinforcing steel, and joint material. Contract unit price does not include the removal and disposal of any material required to install the new concrete sidewalk, including existing sidewalk. Item 501.1 Under�round Conduit Materials General: This item establishes the permissible conduit material types and size restrictions for water, sanitary sewer and drainage applications. No other conduit types shall be permitted unless specifcally called for in the plans or Special Contract Requirements. Water: Conduit shall be either AWWA C900 PVC pipe, AWWA C151 Ductile Iron pipe, AWWA C303 Bar-wrapped Concrete Steel Cylinder pipe, or AWWA C200 Steel Water pipe. Size and thickness restrictions for each pipe material type are given in the table below: Pipe Material Diameter Ran�in) Min. Thickness Class AWWA C900 6— 12 DR-18 AWWA C151 AWWA C303 AWWA C200 16-24 16 and larger 30 and larger Class 52 Design Specific Design Specific Sanitary Sewer: Conduit shall be either AWWA C900/C905 PVC pipe (pressure rated applications only), ASTM D3034 PVC pipe, ASTM F679 PVC pipe, ASTM D3262 Fiberglass pipe, or ASTM F714 Solid Wall Polyethylene Plastic pipe (pipe-bursting applications only). Size and thickness restrictions for each pipe material type are given in the table below: Pipe Material Diameter Ran�in) Min,. Thickness Class AWWA C900 6- 12 DR-18 AWWA C905 ASTM D3034 ASTM F679 ASTM D3262 ASTM F714 14 and larger 6-15 18 and larger 18 and larger 6 and larger DR-18 SDR-35 PS 46 PS 46 Application Specific Drainage: Conduit shall be either ASTM C76 Reinforced Concrete pipe, ASTM A760 Corrugated Aluminized Type 2 Steel pipe, or ASTM C789 and ASTM C850 Precast Reinforced Concrete Box Sections. Size and thickness restrictions for each pipe material type are given in the table below: Pipe Material Diameter Ran�e (in� Min. Thickness Class ASTM C76 18 and larger Class II ASTM A760 18 - 42 Design Specific ASTM C789 or C850 As manufactured Application Specific Item 501.7 Ductile Iron Pressure Pipe General: This item shall govern the materials of construction and installation of Ductile Iron Pressure Pipe for use in potable water distribution. Material: Unless otherwise noted on the plans or in the Special Contract Requirements, ductile iron pressure pipe shall conform to AWWA C-151 standards and have push-on joints conforming to AWWA C111 standards. Where a pipe joint requires a mechanical joint Page 57 of 91 connection or a flanged joint connection, an appropriately jointed pipe segment shall be furnished conforming to AWWA C111 or AWWA Cll0 standards. Pipe shall have a bituminous exterior coating and be exterior corrosion protected using a polyethylene encasement per AWWA C-105. Pipe shall be interior corrosion protected using a cement mortar lining per AWWA G104. Installation: Pipe and fittings shall be installed at the locations and in the quantities indicated on the plans or in the Special Contract Requirements. Pipe without a design profile shall be installed at the minimum depths required by the current City of Denton Water Criteria Manual. Pipe shall be installed according to the provisions of NCTCOG Items 505 "General Conduit Installation" and 506 "Water Conduit Installation". Trench width and depth shall be governed by the appropriate trench detail drawing in the plans or the current City trench detail drawing. Installation under existing pavement shall require a pavement saw cut conforming to NCTCOG Item 402.3 "Sawing". Ductile iron pressure pipe shall be wrapped in two layers of polyethylene encasement prior to burial. Embedment and backfill shall be as required by the appropriate trench detail drawing in the plans or the current City trench detail drawing. Unless the plans or Special Contract Requirements indicate otherwise, concrete thrust blocking shall be installed at all pipe bends, tees, or pipe ends according to the thrust blocking details in the plans or the current City standard thrust blocking details. The maximum length of open trench at any time shall be 200 feet. Open trench at the end of the working day must be plated or barricaded from public access. Testing and Disinfection: Pipe shall be hydrostatically tested according to the provisions of NCTCOG Item 506.5 "Hydrostatic Test" and NCTCOG Table 506.5.(a). Pipe shall be purged and disinfected according to the provisions of NCTCOG Item 506.7 "Purging and Disinfection of Water Conduits". Disinfection may be accomplished by either the continuous feed or slug feed methods. The City reserves the right to review the Contractor's plan of disinfection and make modifications to the plan. Payment: Payment for this item shall be at the contract unit price per linear foot of water pipe installed. Unit price shall include pavement cut and repair, trench excavation, embedment, pipe and iitting installation, backfill, thrust blocking, testing and disinfection, and temporary and permanent pavement repair if required, including but not limited to curb and gutter, driveway approach, sidewalks, and asphalt or concrete pavement repair. A separate unit price may be utilized to differentiate pipe installed under pavement from pipe installed in unpaved areas. Asphalt or concrete saw cut and removal shall be included in the unit price for water pipe installed under pavement. Item 501.7.4 Ductile Iron Fittin�s General: This item shall govern the material requirements of ductile iron iittings for use in water service supply. Installation of ductile iron fittings is described under the ductile iron and PVC pipe installation specifications. Materials: Unless otherwise noted on the plans or in the Special Contract Requirements fittings shall be made of ductile iron and conform to either AWWA C110 for standard fitting sizes or AWWA C153 for compact fitting sizes. Fitting sizes and dimensions shall be as called for on the plans. Fittings shall have a bituminous seal coating and a cement interior lining in accordance with AWWA C104. Fittings shall be wrapped in AWWA C105 polyethylene encasement after Page 58 of 91 installation. Fitting connection types shall be as called for on the plans or where unspecified, mechanical joint by mechanical joint. Bolting hardware shall conform to NCTCOG Item 501.7.4. Mechanical joints shall utilize T style bolts only. Flange connections shall utilize hex bolts only. Payment: There is no separate pay item for ductile iron fittings as they are considered a subsidiary cost of water line pipe installation. Item 501.14 Polyvinyl Chloride (PVC) Water Pipe General: This item shall govern the materials of construction and installation of PVC pipe for use in potable water distribution. Material: Unless otherwise noted on the plans or in the Special Contract Requirements, pipe shall meet AWWA specification C-900 for diameter sizes 4" through 12" with a minimum wall thickness of DR 18. PVC pipe shall be blue in color. Any discoloration in the pipe shall be sufficient cause for rejection. Installation: Pipe and fittings shall be installed at the locations and in the quantities indicated on the plans or in the Special Contract Requirements. Pipe without a design profle shall be installed at the minimum depths required by the current City of Denton Water Criteria Manual. Pipe shall be installed according to the provisions of NCTCOG Items 505 "General Conduit Installation" and 506 "Water Conduit Installation". Trench width and depth shall be governed by the appropriate trench detail drawing in the plans or the current City trench detail drawing. Installation under existing pavement shall require a pavement saw cut conforming to NCTCOG Item 402.3 "Sawing". Embedment and backfill shall be as required by the appropriate trench detail drawing in the plans or the current City trench detail drawing. Unless the plans or Special Contract Requirements indicate otherwise, concrete thrust blocking shall be installed at all pipe bends, tees, or pipe ends according to the thrust blocking details in the plans or the current City standard thrust blocking details. The maximum length of open trench at any time shall be 200 feet. Open trench at the end of the working day must be plated or barricaded from public access. Testing and Disinfection: Water pipe shall be hydrostatically tested according to the provisions of NCTCOG Item 506.5 "Hydrostatic Test" and NCTCOG Table 506.5.(a). Pipe shall be purged and disinfected according to the provisions of NCTCOG Item 506.7 "Purging and Disinfection of Water Conduits". Disinfection may be accomplished by either the continuous feed or slug feed methods. The City reserves the right to review the Contractor's plan of disinfection and make modifications to the plan. Payment: Payment for this item shall be at the contract unit price per linear foot of water pipe installed. Unit price shall include pavement cut and repair, trench excavation, embedment, pipe and fitting installation, backfill, thrust blocking, testing and disinfection, and temporary and permanent pavement repair if required, including but not limited to curb and gutter, driveway approach, sidewalks, and asphalt or concrete pavement repair. A separate unit price may be utilized to differentiate pipe installed under pavement from pipe installed in unpaved areas. Asphalt or concrete saw cut and removal shall be included in the unit price for water pipe installed under pavement. ��� �w(�_l._.I ���.�1'�:��,.�v��a� C"��a��m°i��� �1"�'C',� C'i��;w,�u��� I��t�.�d l�wiw����� ���g.�timmaa�;� ml��a� l�wJ���k�'tiv����.���. ���..� General: This item shall govern the materials of construction and installation of PVC pipe and Page 59 of 91 fittings for use in pressurized wastewater applications. Material: Unless otherwise noted on the plans or in the Special Contract Requirements, pipe shall meet AWWA specification C-900 for diameter sizes 4" through 12" and AWWA specification C-905 for diameter sizes 14" and greater. Minimum wall thickness shall be DR 18. PVC pipe shall be green in color if the application is for raw wastewater and purple if the application is for reuse. Any discoloration in the pipe shall be sufficient cause for rejection. Fittings shall be AWWA C907 PVC. Installation: Pipe and fittings shall be installed at the locations and in the quantities indicated on the plans or in the Special Contract Requirements. Pipe without a design profile shall be installed at the minimum depths required by the current City of Denton Wastewater Criteria Manual. Pipe shall be installed according to the provisions of NCTCOG Items 505 "General Conduit Installation" and 506 "Water Conduit Installation". Trench width and depth shall be governed by the appropriate trench detail drawing in the plans or the current City trench detail drawing. Installation under existing pavement shall require a pavement saw cut conforming to NCTCOG Item 402.3 "Sawing". Embedment and backiill shall be as required by the appropriate trench detail drawing in the plans or the current City trench detail drawing. Unless the plans or Special Contract Requirements indicate otherwise, concrete thrust blocking shall be installed at all pipe bends, tees, or pipe ends according to the thrust blocking details in the plans or the current City standard thrust blocking details. The maximum length of open trench at any time shall be 200 feet. Open trench at the end of the working day must be plated or barricaded from public access. Testing and Disinfection: Pipe shall be hydrostatically tested according to the provisions of NCTCOG Item 506.5 "Hydrostatic Test" and NCTCOG Table 506.5.(a). Payment: Payment for this item shall be at the contract unit price per linear foot of pressure rated wastewater pipe installed. Unit price shall include pavement cut and repair, trench excavation, embedment, pipe and fitting installation, backfill, thrust blocking, testing, and temporary and permanent pavement repair if required, including but not limited to curb and gutter, driveway approach, sidewalks, and asphalt or concrete pavement repair. A separate unit price may be utilized to differentiate pipe installed under pavement from pipe installed in unpaved areas. Asphalt or concrete saw cut and removal shall be included in the unit price for water pipe installed under pavement. Page 60 of 91 Item 501.17 Pol�yl Chloride (PVC) Wastewater Pipe & Fittin�s General: This item describes the materials of construction and installation of solid wall unplasticized polyvinyl chloride (PVC) wastewater pipe and fittings for gravity flow applications. Submittals: Submittals shall demonstrate that the solid wall PVC wastewater pipe and fittings meet all of the required standards of this item. Materials: A. Pipe and fittings shall meet the requirements of ASTM D3034 for pipe and fittings up through 15 inches in diameter. For diameters greater than 15 inches pipe and fittings shall meet the requirements of ASTM F679 with a pipe stiffness of 46 psi at 5% deflection. B. Wall thickness shall be SDR-35 unless otherwise noted on the plans or in the Special Contract Requirements. C. Fitting wall thickness shall match the main line pipe wall thickness. D. Pipe and fittings shall be green in color. Any discoloration in the pipe shall be suffcient cause for rejection. Installation: Pipe and fittings shall be installed at the locations and in the quantities indicated on the plans or in the Special Contract Requirements. Pipe shall be installed to the grade and alignment indicated on the plans. Pipe shall be installed according to the provisions of NCTCOG Items 505 "General Conduit Installation" and 507 "Wastewater Conduit Installation". Trench width and depth shall be governed by the appropriate trench detail drawing in the plans or the current City trench detail drawing. Installation under existing pavement shall require a pavement saw cut conforming to NCTCOG Item 402.3 "Sawing". Embedment and backiill shall be as required by the appropriate trench detail drawing in the plans or the current City trench detail drawing. The maximum length of open trench at any time shall be 200 feet. Open trench at the end of the working day must be plated or barricaded from public access. Testing and Inspection: Pipe shall be air tested according to the provisions of NCTCOG Item 507.5.1.3 "Low Pressure air Testing". Pipe shall be deflection tested according to the provisions of NCTCOG Item 507.5.1.4 "Flexible Pipe (Deflection) Testing". Pipe shall be inspected by television in accordance with City of Denton Amendment Item 507.5.2. Payment: Payment for this item shall be at the contract unit price for each linear foot of solid wall PVC wastewater pipe installed. Unit price shall include pavement cut and repair, trench excavation, embedment, pipe and fitting installation, backfill, testing, and temporary and permanent pavement repair if required, including but not limited to curb and gutter, driveway approach, sidewalks, and asphalt or concrete pavement repair. A separate unit price may be utilized to differentiate pipe installed under pavement from pipe installed in unpaved areas. Asphalt or concrete saw cut and removal shall be included in the unit price for sanitary sewer pipe installed under pavement. Page 61 of 91 Item 501.24 Fiberglass Wastewater Pipe & Fittin�s General: This item describes the materials of construction and installation of fiberglass (glass- fiber reinforced thermosetting-resin) pipe and fittings for use in wastewater applications. Submittals: Submittals shall demonstrate that the fiberglass wastewater pipe and fittings meet all of the required standards of this item. Materials: A. Pipe intended for gravity flow applications shall meet the requirements of ASTM D3262 for pipe stiffness of 46 psi at 5% deflection. Fittings shall conform to ASTM D3840 standards and match the pipe stiffness. B. Pipe intended for pressure flow applications shall meet the requirements of ASTM D3754 for pipe stiffness of 46 psi at 5% deflection. Fittings shall conform to ASTM D5685 standards and match the pipe stiffness. C. Minimum wall thickness shall conform to Class PN25/SN46 for gravity flow pipe and Class PN150/SN46 for pressure flow pipe unless otherwise noted on the plans or in the Special Contract Requirements. D. Joints shall utilize a gasketed coupling capable of spanning both ends of the pipe to be joined and conforming to ASTM D4161. The coupling pressure class shall match or exceed the pipe pressure class. Installation: Pipe and fittings shall be installed at the locations and in the quantities indicated on the plans or in the Special Contract Requirements. Pipe shall be installed to the grade and alignment indicated on the plans. Pipe shall be installed according to the provisions of NCTCOG Items 505 "General Conduit Installation" and 507 "Wastewater Conduit Installation". Trench width and depth shall be governed by the appropriate trench detail drawing in the plans or the current City trench detail drawing. Installation under existing pavement shall require a pavement saw cut conforming to NCTCOG Item 402.3 "Sawing". Embedment and backfill shall be as required by the appropriate trench detail drawing in the plans or the current City trench detail drawing. The maximum length of open trench at any time shall be 200 feet. Open trench at the end of the working day must be plated or barricaded from public access. Testing and Inspection: Pipe shall be air tested according to the provisions of NCTCOG Item 507.5.1.3 "Low Pressure air Testing". Pipe shall be deflection tested according to the provisions of NCTCOG Item 507.5.1.4 "Flexible Pipe (Deflection) Testing". Pipe shall be inspected by television in accordance with City of Denton Amendment Item 507.5.2. Payment: Payment for this item shall be at the contract unit price for each linear foot of fiberglass wastewater pipe installed. Unit price shall include pavement cut and repair, trench excavation, embedment, pipe and fitting installation, backfill, testing, and temporary and permanent pavement repair if required, including but not limited to curb and gutter, driveway approach, sidewalks, and asphalt or concrete pavement repair. A separate unit price may be utilized to differentiate pipe installed under pavement from pipe installed in unpaved areas. Asphalt or concrete saw cut and removal shall be included in the unit price for sanitary sewer pipe installed under pavement. 502.1-A Concrete Manhole General: This item governs the construction of monolithic poured concrete manholes used in the Page 62 of 91 wastewater collection system. References: NCTCOG Item 502.1 "Manholes" NCTCOG Item 702 "Concrete Structures" Submittals: Submittals are required for the pipe-to-manhole connector, concrete mix design, bitumastic gaskets, grout, frame and cover, grade adjustment riser (if required), drop iittings and pipe (if required), and interior liner (if required). Material: Installation: A. C„oncrete - Concrete shall conform to the strength requirements called for on the plans or in the current City standard manhole detail. B. Pipe-to-Manhole Connector - Connector shall be elastomeric PVC or rubber that meets ASTM C923 standards. C. Bitumastic Gasket - Bitumastic gasket shall be O-ring or preformed plastic or butyl rubber conforming to NCTCOG Item 502.7 "Preformed Flexible Conduit Joint Sealant". D. Grout - Grout shall be non-shrink, high strength grout that meets ASTM C 1107 standards. E. Frame and Cover - Frame and cover shall be grey or ductile iron castings conforming to the requirements of NCTCOG Table 806.4.1.2.(a) "Iron Castings Standards". Workmanship shall adhere to NCTCOG Item 806.4.2. The frame and cover shall have a minimum clear opening of 30 inches and conform to the current City standard frame and cover detail for dimensions and style. F, Grade Adjustment Riser — Grade adjustment riser shall be precast concrete manufactured in accordance to ASTM C478. No other material is allowed unless specifically called for on the plans or in the Special Contract Requirements. Riser shall have a minimum clear opening of 30 inches and be free of defects. G. Drop Manhole Pipe and Fittings — Pipe and fittings for drop manholes shall conform to the same standards as those for the mainline pipe material. Fitting and pipe dimensions shall match the size of the incoming pipe and shall conform to the current City standard drop manhole detail. H, Interior Linin� — Unless otherwise specified on the plans or in the Special Contract Requirements, the interior liner for concrete manholes shall be Raven� 405 epoxy coating manufactured by Raven Lining Systems, Inc. No substitutes are allowed for this product. A. Unless otherwise indicated on the plans or in the Special Contract Requirements, all new manholes indicated on the plans must be cast-in-place concrete. B. Concrete manholes shall be constructed or installed at the locations and to the dimensions indicated on the construction plans. Manholes shall be constructed or installed according to the plan details or the current City standard manhole detail for the relevant manhole type. C. Rock foundation for concrete manholes shall be Aggregate Grade 4 crushed rock as described in NCTCOG Item 504.2.2.1. Thickness shall be as called for on the plans or in the current City standard detail. Page 63 of 91 D. Concrete manhole construction shall follow the guidelines of NCTCOG Item 502.1.4 and NCTCOG Item 702.4 except where indicated below. E. Construction joints are not allowed for cast-in-place concrete manholes. If a construction joint is required due to delays in concrete delivery, weather or any other cause the City Inspector or Engineer shall direct the type of construction joint to be installed before proceeding with the remaining concrete placement. Cost for the creation of the construction joint and any associated delay in the construction of the manhole shall be solely the responsibility of the Contractor. F. Concrete placement is only permitted if the temperature is equal to or greater than 40 degrees F and rising. G. Cast-in-Place manholes shall not be backfilled for at least 12 hours after the forms have been removed. H. The fnal elevation of the frame and cover shall conform to the elevation called for on the plans with the following allowable modifications. Manholes installed in existing pavement shall have the top of the frame cover match as closely as possible the pavement elevation. Manhole covers in parkway, lawns, or other improved lands shall be at an elevation of not more than 1 inch nor less than one half 1/2 inch above the surrounding ground unless otherwise specified by the plans. Backfill shall provide a uniform slope from the top of the manhole casting for not less than 3 feet each direction to finished grade of the ground. Manholes in open fields, unimproved land, or drainage courses shall be at an elevation of not more than 12 inches or less than 6 inches above the surrounding ground unless otherwise specified by the plans. Manholes in proposed paved areas shall have grade stakes with the finish elevation of the street. The final elevation of the frame cover shall conform to the final elevation of the street. I. Frame and cover shall be placed with one strip of bitumastic gasket between the manhole cone and the frame. No gaps will be allowed in the bitumastic gasket. Where grade adjustment risers are required, bitumastic gaskets shall be placed between each riser layer, the frame bottom and the cone top. Gasket shall provide a watertight seal between the adjoining elements. J. Interior and exterior grouting is required for all construction joints, between grade adjustment riser layers, and between the frame and manhole cone. Grouting shall have a smooth finish and provide a watertight seal capable of permitting the manhole to pass the low pressure air test. K. Drop manholes and vented manholes shall be constructed as shown on the plans or in accordance with the current City standard detail. L. Backfilling requirements around the manhole shall conform to the standard trench detail relevant to the location of the manhole. M. Interior lining of a manhole shall be conducted only after the manhole has passed the low pressure air test described in NCTCOG Item 502.1.5.2. Lining shall be performed by a contractor certified by the manufacturer to field apply their product. Field Quality Control: A. No water shall be allowed to stand in the channel or on the shelf of a new manhole. Page 64 of 91 B. The manhole shall be visually inspected inside and on the exterior portions above ground. Any form lines or honey combing shall be smoothed and grouted. C. The manhole shall be vacuum tested according to NCTCOG Item 502.1.5.2. Payment: Payment for this item shall be made at the contract unit price for each concrete manhole constructed or installed. The unit price shall include all labor, equipment, and materials necessary to construct, install and backfill around the manhole as indicated on the plans. The unit price shall also include any pavement, curb, sidewalk or driveway cut and repair required to install the manhole. Drop, Vented or Lined manholes shall be separate pay items also covered under this specification. The Drop, Vented or Lined Manhole shall be at the contract unit price for that item and include all labor, equipment, and materials necessary to construct the Drop, Vented or Lined Manhole, including all pipe and fittings necessary to make the drop or vent outlet. Item 502ww1w B � ��;a�sry�.;lass Manhole General: This item governs the materials of construction and installation of fiberglass manholes used in the wastewater collection system. References: NCTCOG Item 502.1 "Manholes" Submittals: Submittals are required for the pipe-to-manhole connector, concrete mix design, fiberglass manhole shell, bitumastic gaskets, grout, frame and cover, grade adjustment riser, and drop fittings and pipe (if required). Material: A. Concrete - Concrete shall conform to the strength requirements called for on the plans or in the current City standard fberglass manhole detail. B. Pipe-to-Manhole Connector - Connector shall be elastomeric PVC or rubber that meets ASTM C923 standards. C. Bitumastic Gasket - Bitumastic gasket shall be O-ring or preformed plastic or butyl rubber conforming to NCTCOG Item 502.7 "Preformed Flexible Conduit Joint Sealant". D. Fiber�lass Manhole Shell — Manhole shell shall conform to ASTM D3753 standards and NCTCOG Item 502.1.1.2 requirements. Unless otherwise noted on the plans or the Special Contract Requirements, manhole shells will not have factory installed pipe stub-outs. E. Grout - Grout shall be non-shrink, high strength grout that meets ASTM C 1107 standards. F. Frame and Cover - Frame and cover shall be grey or ductile iron castings conforming to the requirements of NCTCOG Table 806.4.1.2.(a) "Iron Castings Standards". Workmanship shall adhere to NCTCOG Item 806.4.2. The frame and cover shall have a minimum clear opening of 30 inches and conform to the current City standard frame and cover detail for dimensions and style. G. Grade Adjustment Riser — Grade adjustment riser shall be precast concrete manufactured in accordance to ASTM C478. No other material is allowed unless specifically called for on the plans or in the Special Contract Requirements. Riser shall have a minimum clear opening of 30 inches and be free of defects. H. Drop Manhole Pipe and Fittin� — Pipe and fittings for drop manholes shall Page 65 of 91 Installation: conform to the same standards as those for the mainline pipe material. Fitting and pipe dimensions shall match the size of the incoming pipe and shall conform to the current City standard drop manhole detail. A. Fiberglass manholes are only permitted where specifically called for on the plans or in the Special Contract Requirements. B. Fiberglass manholes shall be constructed or installed at the locations and to the dimensions indicated on the construction plans. Manholes shall be constructed or installed according to the plan details or the current City standard manhole detail for the relevant manhole type. C. Rock foundation for concrete manholes shall be Aggregate Grade 4 crushed rock as described in NCTCOG Item 504.2.2.1. Thickness shall be as called for on the plans or in the current City standard detail. D. Fiberglass manhole construction shall follow the guidelines of NCTCOG Item 502.1.4. E. Field joining of fiberglass manhole sections is not permitted. Fiberglass manholes shall be monolithic structures. F. Concrete placement is only permitted if the temperature is equal to or greater than 40 degrees F and rising. I. Frame and cover shall not be directly placed on the fiberglass cone section. A grade adjustment riser is required between the frame casting and the cone. J. The fnal elevation of the frame and cover shall conform to the elevation called for on the plans with the following allowable modifications: Manholes installed in existing pavement shall have the top of the frame cover match as closely as possible the pavement elevation. Manhole covers in parkway, lawns, or other improved lands shall be at an elevation of not more than 1 inch nor less than one half 1/2 inch above the surrounding ground unless otherwise specified by the plans. Backfill shall provide a uniform slope from the top of the manhole casting for not less than 3 feet each direction to fnished grade of the ground. Manholes in open fields, unimproved land, or drainage courses shall be at an elevation of not more than 12 inches and or less than 6 inches above the surrounding ground unless otherwise specified by the plans. Manholes in proposed paved areas shall have grade stakes with the finish elevation of the street. The final elevation of the frame cover shall conform to the final elevation of the street. No portion of the fiberglass manhole shell shall be left exposed above ground. K. Frame and cover shall be placed with one strip of bitumastic gasket between a grade adjustment riser and the frame. No gaps will be allowed in the bitumastic gasket. Where multiple grade adjustment risers are required, bitumastic gaskets shall be placed between each riser layer, the frame bottom and the cone top. Gasket shall provide a watertight seal between the adjoining elements. L. Interior and exterior grouting is required between each grade adjustment riser layer, between the frame and riser, and between the riser and manhole cone. Grouting shall have a smooth finish and provide a watertight seal capable of permitting the manhole to pass the low pressure air test. M.Drop manholes and vented manholes shall be constructed as shown on the Page 66 of 91 plans or in accordance with the current City standard detail. N. Backfilling requirements around the manhole shall conform to the standard trench detail relevant to the location of the manhole. Field Quality Control: A. No water shall be allowed to stand in the channel or on the shelf of a new manhole. B. The manhole shall be vacuum tested according to NCTCOG Item 502.1.5.2. If the fiberglass manhole is indicated as being a watertight manhole on the plans it must be able to pass the vacuum test with no measurable loss in air pressure to be accepted. Payment: Payment for this item shall be made at the contract unit price for each fiberglass manhole installed. The unit price shall include all labor, equipment, and materials necessary to construct, install and backfill around the manhole as indicated on the plans. The unit price shall also include any pavement, curb, sidewalk or driveway cut and repair required to install the manhole. Drop or Vented manholes shall be separate pay items also covered under this specification. The Drop or Vented Manhole shall be at the contract unit price for that item and include all labor, equipment, and materials necessary to construct the Drop or Vented Manhole, including all pipe and fittings necessary to make the drop or vent outlet. Item 502.3 Fire Hvdrant Assembly General: This item shall govern the manufacture and installation of fire hydrants and the associated fittings, appurtenances and valves for water supply service. Materials: Fire hydrants shall be Dry-Barrel type manufactured in compliance with AWWA standard C-502 and NCTCOG Item 502.3.1. Shut-off shall be with the flow. Operating nut shall be industry standard 1%z" pentagon (five-sided) that opens left (counter-clockwise). The main pumper nozzle shall be 4'/z" in size and the two side nozzles shall be 2%2" in size. Fire hydrant color is to be blue or blue and silver. Lead pipe to the main shall be 6-inch AWWA C900 PVC water pipe conforming to Item 501.14 unless otherwise called for on the plans. Gate valve shall be a 6-inch resilient wedge gate valve conforming to Item 502.6.2 unless otherwise called for on the plans. Installation: Fire hydrants and their associated lead line assemblies shall be installed at the locations and to the dimensions indicated on the plans or in the Special Contract Requirements. Fire hydrant assemblies shall be installed per the plan details or the current City standard detail. Installation shall follow the guidelines of NCTCOG Item 502.3.2 except where those guidelines conflict with the plans, details or Special Contract Requirements. Payment: Payment shall be at the contract unit price for each fire hydrant assembly installed, complete in place. Unit price shall include excavation, backfill, the fre hydrant, the lead line, the gate valve, all appurtenances and fittings, and the valve box installation. Item 502.6.2 Resilient Seated Gate Valves General: This item shall govern the materials of construction and installation of resilient seated gate valves and their associated housings and appurtenances for water supply service. Material: Gate valves shall conform to AWWA C509 standards for valve sizes 3 inches Page 67 of 91 through 12 inches. Gate valves shall conform to AWWA C515 standards for valve sizes 14 inches through 24 inches. Unless otherwise noted on the plans or in the Special Contract Requirements, resilient seated gate valves larger than 24 inches in size shall not be allowed. Fittings, concrete mix design, valve box housing, vault frame and cover, and appurtenances shall be as indicated on the plans or in the Special Contract Requirements. Gate valve components shall conform to the provisions of NCTCOG Item 502.6.2, where applicable. Each valve shall have the manufacturer's name plate cast into the body or bonnet showing the pressure rating, serial, model number, and the year manufactured. The year manufactured shall be equal to or one year less than the year of installation. The wedge encapsulation rubber shall be EPDM. Valve body and bonnet shall be epoxy coated, inside and out, with fusion bonded epoxy conforming to AWWA C550. Valves ends shall be as called for on the plans. Valve gear operators shall be as indicated on the plans, in the Special Contract Requirements or in the current City standard detail drawing. Valve boxes shall be three piece screw type, cast or ductile iron conforming to ASTM A48 Class 35B strength requirements. Installation: Gate valves shall be installed at the locations and to the depths indicated on the plans or Special Contract Requirements. Gate valves shall be installed per the detail drawing on the plans or the current City standard detail drawing. Gate valves shall be installed in the vertical position unless otherwise noted on the plans or in the Special Contract Requirements, Gate valves shall be installed in accordance to NCTCOG Item 502.6.6 "Line Valve Installation". Gate valves shall be wrapped in two layers of polyethylene encasement prior to burial. Payment: Payment shall be at the contract unit price for each gate valve installed, complete in place. Unit price shall include excavation and backfill for vaults, fittings and appurtenances, valve box installation and vault construction (if required per the plans). Item 502.6.3 Air Valves General: This item shall govern the manufacture and installation of air release, air/vacuum, and combination air valves and their associated housings and appurtenances for use in water distribution or wastewater collection systems. Material: Air valves shall meet the material requirements of AWWA C512 and NCTCOG Item 502.6.3.3 except that rubber shall be EPDM instead of Buna-N. Unless otherwise noted on the plans or in the Special Contract Requirements the air valve inlets and outlets shall conform to the provisions of NCTCOG Item 502.6.3.4. Air valves shall be rated for a minimum operating pressure of 200 psi. Air outlet piping, fittings, concrete mix design, valve box housing, vault frame and cover, and appurtenances shall be as indicated on the plans or in the Special Contract Requirements. Wastewater Air Valves: Air valves for use in wastewater collection systems must be designed specifically for that purpose. Air valves for wastewater must be attested by the manufacturer for that use and submitted to the City as part of the submittal. Installation: Air valves shall be installed at the locations and to the dimensions shown on the Page 68 of 91 plans or in the Special Contract Requirements. The plans shall indicate the type of air valve to be installed. Air valves shall be installed per the detail drawing on the plans or the current City standard detail drawing. Air valves shall be installed in accordance to NCTCOG Item 502.6.6 "Line Valve Installation". Payment: Payment shall be at the contract unit price for each air valve installed, complete in place. Unit price shall include excavation, all appurtenances and fittings, valve box installation, and vault construction (if required per the plans). Item 502.8 Pol,yethylene Wrap for Metal Pipe and Fittin�s General: This item governs the installation of protective film wrap required for metal pipe, fttings and appurtenances. Material: Polyethylene wrap sheets shall conform to AWWA C105 standards and be a minimum of 8 mils in thickness. Installation: Installation shall be per NCTCOG Item 502.8 except that every metal pipe or fitting shall be double-wrapped. Payment: There is no separate payment for polyethylene wrap, it is considered a subsidiary cost to the bid item for which it is required. Item 502.10.3-A Water Service Connections (Small Diameter) General: This item shall govern the materials of manufacture and installation of water service connections up to 2 inches in size on new water distribution lines. Water Service connections for service lines in excess of 2 inches are handled under Item 502.10.3-B "Water Service Connections (Large Diameter)". Connections to existing or "live" water distribution lines shall not be covered by this item and are typically performed by City forces. Materials: Material items for water service connections shall conform to the plans or current City standard details in dimension and type. Specific item requirements are listed below: Tapping Saddle: Saddle shall be a double strap brass/bronze saddle with a tapered (CC) tap thread conforming to AWWA C800. Corporation Valve: Corporation valve shall be a ball type valve made of brass conforming to AWWA C800 with a tapered (CC) inlet thread and a pack joint outlet connection. Service Line Tubing: Service line tubing shall Type K copper for 1" service lines and SDR-9 HDPE conforming to AWWA C901 standards for 1'/2" and 2" service lines. Meter Valve: Meter valve shall be a 90 degree angled ball valve made of brass conforming to AWWA C800 with a pack joint inlet connection and a locking wing on the valve operator. Water Meter Cans: Can size shall be based on water meter size, not service line size. Water meter cans shall have a galvanized steel or cast iron body with a notched meter outlet opening. Lids shall be cast iron with a key lock. Minimum can depth shall be 18 inches. 3/4" meter cans shall have minimum inside diameter of 17 inches. 1" meter cans shall have a minimum inside diameter of 24 inches. 1'/2" and 2" meter cans shall have a minimum inside diameter of 27.5 inches. Installation: Tapping saddle, corporation valve, service line tubing, meter valve and water meter can shall be installed per the plans or current City standard detail. Construction of the service Page 69 of 91 connection shall conform to NCTCOG Item 502.10.3 for the appropriate main line pipe material type except that direct tapping of PVC pipe is not allowed, it must be done with a service saddle. Service line installation under existing pavement shall be performed by directional drilling unless otherwise noted on the plans or Special Contract Requirements. The meter can shall be located in public right-of-way between the curb or pavement edge and the sidewalk. In cases where there is no sidewalk the can shall be installed with the outlet side at the right-of-way line. Meter cans shall be installed in unpaved surfaces only. Water meter installation is performed by the City. Payment: Payment for this item shall be at the contract unit price for each service connection installed. Payment shall include excavation, backfill and the installation of all items listed above. Item 502.10.4 Sanitarv Sewer Services General: This item describes the materials, construction and installation of sanitary sewer service lines and fttings. References: NCTCOG Item 502.10.4 Submittals: Submittals shall contain enough information to show that the service line pipe and fittings meet the corresponding main line pipe specification standards and that the cleanout housing meets the dimensional standards of the standard detail. Materials: A, Service line pipe and fittings shall meet the requirements of the corresponding main line pipe to which it is connected. B. Cleanout box shall be as indicated on the plans or in the current City standard details. C. All pipe and fittings shall be green in color. Any pipe that is discolored may be rejected. D. Each joint of pipe shall have the manufacture's name, applicable ASTM standard, the nominal diameter, standard dimension ratio, and the extrusion date printed on the pipe. Submittal shall contain explanation of how to read manufacturer's date codes. Installation: 1. Wastewater service lines shall be installed at the locations and to the sizes indicated on the plans. In the event that the plans do not indicate this information, the service lines shall be installed following the current service line standards indicated in the Denton Wastewater Criteria Manual and the current City service line location detail. 2. Service line and fttings shall be installed according to the details on the plans or the current City standard service line detail. 3. Service lines shall be installed per NCTCOG Item 502.10.4 where applicable, and in accordance with the specifcations governing mainline pipe installation. 4. Trench width shall be a minimum of the outside diameter of the pipe plus 8 inches. The maximum trench width for any service line size shall be 18 inches. 5. Embedment and backfill shall be as required on the standard service line detail drawing. 6. Service lines installed under existing pavement shall require temporary pavement repair in accordance to the trench detail for existing pavement unless otherwise noted on the plans or in the Special Contract Requirements. Page 70 of 91 7. The service line shall be pressure tested in accordance with NCTCOG Item 507.5.1.3 up to and including the new cleanout riser. Payment: Payment for this item shall be at the contract unit price for each service line installed including embedment and backfill. All labor, equipment, and materials needed to properly install the sewer service shall be included in the contract price. Item 502.12.4 Core into Existin� Manhole General: This item describes the procedure for coring into an existing manhole in order to install a new pipe connection. Submittals: Submittals shall demonstrate that the pipe-to-manhole connector and grout meet the required standards of this item. Material: A. Pipe-to-Manhole Connector — Connector shall be elastomeric PVC or rubber that meets ASTM C923 standards. B. Grout — Grout shall be non-shrink, high strength grout that meets ASTM C1107 standards. Execution: A. The new pipe connection shall be made using a coring method that utilizes a mechanical saw or drill. The use of pipe hammers or jackhammers is not allowed. B� The manhole wall shall be cored or cut to the elevation indicated on the plans. The cut or cored area shall be of sufficient size to allow the insertion of the new pipe and the pipe-to-manhole connector. If required, the bench area shall also be cut or cored to the width of the new conduit to ensure a continuous grade from the new conduit invert into the manhole invert. Care should be taken to minimize the hole size so that the amount of grouting is kept to a minimum. C. The Contractor shall keep debris from entering the wastewater flow stream in the existing manhole. This shall be done by either using a flow-through plug on the existing manhole pipe connections or by bypass pumping around the manhole. D. A pipe-to-manhole connector shall be attached to the sanitary sewer pipe where the sanitary sewer pipe and the manhole meet. E. The new sanitary sewer shall not protrude more than one inch into the manhole. F. The core hole and bench cut (if required) shall be thoroughly cleaned before the application of grout around the new pipe connection. G. Grout shall be applied to the full thickness of the manhole wall all around the new pipe connection to produce a watertight seal. The pipe-to-manhole connector shall be completely encapsulated within the grouted area. If a bench cut was required, the cut area shall be smoothed with grout. H. The excavated area shall be backf lled in accordance with the standard trench detail appropriate to the surface condition. Payment: Payment for this item shall be at the contract unit price for each cored pipe connection created in an existing manhole, including excavation, backfill, patching grout, connection materials furnished and cleanup of grout around and in the manhole. Item 503.2 Tunnel/Casin� Pipe Spacers Page 71 of 91 General: This item shall govern the manufacture and installation of pipe spacers for pipe installation in or casings. Material: Casing spacers shall be either high density polyethylene (HDPE) spacers conforming to ISO 9001:2000 strength and quality standards, or two-piece carbon or stainless steel shell spacers. Spacers shall be completely circumferential in shape and coverage of the carrier pipe. Steel shell for steel spacers shall be a minimum 14-gauge thickness. Steel casing spacer runners shall be made of a dielectrically inert material. Carbon steel spacers shall have a corrosion resistant coating. Installation: Spacer placement shall be in accordance with the plans or the current City standard detail for casing pipe installation. Spacers shall be fastened onto the carrier pipe following the manufacturer's recommendation and/or guidelines. Payment: There is no separate payment for tunnel or casing pipe spacers or their installation. This is considered a subsidiary cost of the carrier pipe installation. Item 503.3 Borin� and Tunnelin� General: This item shall govern the materials of construction and installation of underground conduit by boring or tunneling. Installation of underground conduit by jacking is not allowed unless specifically called for in the plans or Special Contract Requirements. Casing Pipe Material: The casing pipe material, its dimensions and coating/lining shall conform to the specifications indicated on the plans or in the Special Contract Requirements. Casing Pipe or Tunnel End Seal: The casing pipe or tunnel end seal shall be as called for on the plans or in the current City standard detail. Installation by Boring: Boring shall conform to all relevant portions of NCTCOG Item 503.3.3 "Construction Methods for Jacking, Boring or Tunneling". Vertical and horizontal alignment tolerance levels shall be as follows unless otherwise indicated on the plans or in the Special Contract Requirements: Horizontal: 1% of bore length for both water and sewer. Vertical: +/- 0.5% of indicated grade for water; +/- 0.2% of indicated grade for sewer with minimum allowable grade being 0.1 % in the direction of flow. A 2-inch pilot hole bore shall be required prior to the casing pipe bore to establish alignment and grade. If the pilot bore exceeds the horizontal or vertical tolerance levels then the pilot hole shall be filled with grout and a new pilot hole bored. The casing pipe shall be advanced behind the auger bore utilizing the pilot hole as a guide. Disposal of excavated material is the responsibility of the contractor per Item 107.25. Installation by Tunneling: Tunneling shall conform to all relevant portions of NCTCOG Item 503.3.3 "Construction Methods for Jacking, Boring or Tunneling". Vertical and horizontal alignment tolerance levels shall be as follows unless otherwise indicated on the plans or in the Special Contract Requirements: Page 72 of 91 Horizontal: 1% of bore length for both water and sewer. Vertical: +/- 0.5% of indicated grade for water; +/- 0.2% of indicated grade for sewer with minimum allowable grade being 0.1 % in the direction of flow. A pilot hole is not required in advance of tunneling. Tunneling shall utilize a guided tunnel boring machine (TBM) or shielded hand tunneling with a grade and alignment steering control mechanism. The casing pipe shall be advanced behind the tunneling operations as close as possible to minimize the area of unprotected excavation. Disposal of excavated material is the responsibility of the contractor per Item 107.25. Welding: Casing pipe joints shall be welded in accordance to AWWA C-206 standards and shall utilize full circumferential butt welds. After welding, the pipe liner and coating shall be repaired by using a field applied coating of an approved lining material. Payment: Payment shall be made at the contract unit price per linear foot of casing pipe installed by boring or tunneling. The installation of the carrier pipe shall not be included in this bid item. Casing spacer placement and end seals shall not be included in this bid item; those items shall be subsidiary to the carrier pipe installation cost. Payment shall include all excavation, backf 11, and welding required to install the encasement pipe or tunnel. Item 507.4.5 �c�w�:,r° Pipe Couplin� General: This item describes the materials and installation of pipe couplings to join plain end sewer pipes of the same or different pipe material together. The use of couplings is not allowed for a connection greater than 48 inches in diameter. Submittals: A. Only those manufacturers whose sewer pipe couplings have been approved by the City of Denton will be allowed for use in the City's wastewater collection system. B. Submittals shall contain enough information to show that the sewer pipe coupling is the same as what has been approved by the City of Denton and meets or exceeds all standards listed within this specification. Products: Acceptable Manufacturers and Products A. Onset Pipe Products, Inc., Shear Guard� Coupling, sizes 4" through 12", for both similar and dissimilar pipe materials and O.D.s. B. Straub Pipe Couplings, Inc., Flex model with EPDM gaskets, sizes 15" through 48", for similar pipe materials only. C. Multi Fittings Corporation, Plastic Trends Inc., or the Pipe Manufacturer, Manufactured Gasketed Coupling with rigid housing, sizes 15" through 48", for dissimilar pipe materials or pipe O.D.s. Page 73 of 91 Installation: A. Pipe ends to be joined shall be thoroughly cleaned to remove all dirt or foreign material. B. The pipe coupling shall be installed per the manufacturer's guidelines. The coupling shall not be tightened to the extent that it causes deformation of either pipe end. C. Pipe couplings shall be encased in Class B concrete, according to the standard detail drawing. D. The Inspector shall inspect the installed coupling for tightness of fit prior to covering with concrete. Payment: Payment for this item shall be included in the unit price for pipe installation. Item 507.5.2 Television Inspection General: This item describes televised inspection of all new sanitary sewer lines and sanitary sewer services prior to final acceptance and at the end of the warranty period. Execution: A. The Contractor or a third party hired by the Contractor shall perform the televised inspection of the new sanitary sewer line. B. The person performing the inspection must be PACP (Pipeline Assessment & Certification Program) certified. C. The City of Denton Inspector shall be present during the television inspection, unless otherwise authorized in writing. D. The televised inspection shall commence only after the line has passed both air and mandrel test and the line has been thoroughly cleaned and vacuumed. E. Televised Inspection shall follow the procedures outlined in NCTCOG Item 507.5.2. F. The camera shall be centered in the middle of the pipe throughout the inspection. Inspection that is excessively off-centered may be cause for rejection. G. The camera shall proceed at a rate no faster than 30 feet per minute. Inspections that proceed at a greater rate may be rejected. H. The camera shall be stopped at each lateral connection and the camera head shall be rotated to inspect each lateral connection fully. Submittal: A. Video and log sheet information must comply with NCTCOG Item 507.5.2.1. B. Log sheet report must utilize PACP reporting standards. C. Video submittal shall be a digital mpeg file unless otherwise directed by the City's representative. Criteria for Repair: The Contractor shall make repairs or clean the line if the City notes problems, including but not limited to the following: A. Pulled or slipped joints. B. Rolled gaskets. Page 74 of 91 C. Water infiltration. D. Cracked or damaged pipe. E. In pipes with gradients less than 0.7 percent, a maximum one-half inch of standing water will be allowed in 6" through 24" diameter pipes. In pipes with gradients 0.7 percent or greater, no standing water is allowed. The depths of standing water allowable for mains that are greater than 24" in diameter will be evaluated by the City. F. Structural damage to the pipe. G. Services coming into the main at an angle other than according to the details. H. Services not installed on lots indicated by plans. I. Pipe has debris, soil or residue. Another televised inspection run at no additional cost is required after any repairs. Warranty Inspection: A second television inspection by the Contractor shall be started no sooner than 630 calendar days and finished no later than 690 calendar days after the date of acceptance for this project by the City of Denton. Should the Contractor fail to turn in a second original television inspection video with proper documentation to the City by the 690th calendar day, written notice to perform a second television inspection shall be given by the City to the Contractor and the Surety. If the Contractor or Surety fail to perform a second televised inspection within 10 calendar days of notification, then the City shall have the right with or without further notice, to perform a second television inspection or cause the same to be done, either by contract or otherwise at its option, and to pay for the cost of the second television inspection. If such cost of repairs, so made, shall not be paid by the Contractor or Surety upon receipt of notice of the amount thereof, the said City shall have the right of action on the Performance Bond; or in case the second television inspection shall not actually be made by the City after such failure on the part of the Contractor or Surety, the City shall have the right to ascertain and determine the cost of such repairs and to maintain an action against the said Contractor or Surety, or both under said bond, to recover the amount so determined in any court of competent jurisdiction, and the amount so determined shall be conclusive upon the Contractor and Surety in any action upon said bond. Payment: Payment for both the final acceptance and final warranty televised inspection of sanitary sewer and services shall be included in the price of new sanitary sewer pipe and services installed. Item 801mmBarricade l�c�l��wr��W� and Warnin� Si�ns General: This item provides for the cost of necessary barricading, warning signs and detours for the Contractor to perform public improvement work. A traffic control plan prepared by a civil engineer licensed in the State of Texas, conforming to the M.U.T.C.D., is to be submitted to the City prior to the start of construction. Barricading will conform to the M.U.T.C.D. At no time shall any property's access be completely blocked. The contractor will be required to notify by written notice all affected property owners or tenants at least 48 hours in advance of construction adjacent to each property. While driveways are closed due to utility construction, signage must be placed indicating the alternate driveway location. Signs marking temporary or alternate driveway locations should state the name of the business in block letters at least 4 inches high and include an arrow indicating the entrance. Driveway indicator signs may be mounted on T- posts. Traffic must be allowed to continue with as little interruption as possible. Street closings must be scheduled at least one week in advance so they may be advertised in the Denton Record- Page 75 of 91 Chronicle. The Inspector must be supplied with a phone number that may be used if barricading becomes unsafe during non-working hours. Refer to the requirements listed under the General Provisions. NCTCOG Reference: Items 107.19 and 801 Payment: Payment for this item shall be at the contract lump sum for all work, equipment and signage necessary to completely barricade the project. Item SSO1 Cut and Plu E� xistin� Sewer Lines General: This item describes the cutting and plugging of abandoned sections of sanitary sewer. Materials: A. Concrete shall be Class "B" as defined by NCTCOG Item 702.2.4.2. B. Grout shall conform to ASTM C 1107 standards. C. Manufactured cap or plug shall be PVC or HDPE conforming to the material standards of the pipe to be abandoned. Execution: A. Wherever indicated on the plans, the existing line to be abandoned shall be exposed and a two foot section of pipe shall be removed. If the cut and plug location is adjacent to a manhole that is to remain in service the pipe cut shall be no closer than two feet from the manhole wall. B. The removed section of abandoned pipe shall be filled with concrete until both ends of the abandoned pipe are effectively sealed. C. Concrete shall be prevented from entering the manhole invert through the use of a pipe plug or some other suitable blocking agent. D. If the pipe to be abandoned is greater than 24 inches in diameter a manufactured cap or plug may be utilized to seal the abandoned pipe ends in lieu of concrete. The manufactured cap or plug must be grouted onto the abandoned pipe end to ensure a watertight seal. E. The excavation hole shall be backfilled per the standard trench detail appropriate for the surface condition. Payment: Payment for this item shall be at the contract unit price for each location where an abandoned sanitary sewer is cut and plugged. The unit price shall include excavation, backfill, cutting and plugging of pipe and all material required. Item SS02 Abandon Existing Manhole General: This item describes the procedures for the abandonment of existing manholes. Materials: A. Concrete - Concrete shall conform to all sections of NCTCOG Item 702.2.4.2 for Class B concrete. B. Sand - Sand shall conform to Item 504.2.2.6 of the NCTCOG standards. Execution: � A. Removal items or sections shall be indicated on the standard manhole abandonment detail. Removed items and sections shall be the property of the Contractor and must be Page 76 of 91 disposed of in accordance to NCTCOG Item 107.25. B. Manhole outlets shall be plugged and the manhole filled according to the standard manhole abandonment detail. C. The area above the abandoned manhole shall be compacted with backfill according to the standard manhole abandonment detail. Payment: Payment shall be at the contract unit price for each existing manhole abandonment completed. The unit price shall include all the necessary labor, equipment, and materials needed to properly abandon the manhole. Excavation and backfill are included in the unit price. Item SS03 Remove Existin� Manhole General: This item describes the procedures for the removal of existing manholes. Execution: A. Excavation shall be made around the manhole to be removed to a depth equivalent to the concrete base of the manhole. B. Connecting sewer lines shall be cut or broken where they enter the existing manhole. C. All parts of the manhole shall be removed and disposed of by the Contractor in accordance to NCTCOG Item 107.25. D. Each connecting sewer line shall be plugged with Class B concrete or capped with a manufactured watertight cap where the line is greater than 24 inches in diameter. Plugging shall follow the requirements of Item SSO1. E. The excavation hole shall be backfilled according to the standard trench detail for the appropriate surface cover condition. Payment: Payment shall be at the contract unit price for each existing manhole removal completed. The unit price shall include all the necessary labor, equipment, and materials needed to properly remove the manhole and plug all connecting sewer lines. Excavation and backfill are included in the unit price. Should a conflict arise between the PO, RFP document, supAlier terms, drawings, specifications, construction document, or contract; the terms and conditions set forth in the �'��� �a�Y:�������.w�� ���a������1 C"��N��li�i�°����� �r�����1 �:��� �a�����i���a�i;�rl c�a��t�r°���: ������1 �.��•evail. Page 77 of 91 EXHIBIT D PERFORMANCE BOND . � . , COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That whose .....�_ ----- address is hereinafter called Principal, and .............................................�..�....._......................................�......�..................� a corporation organized and existing under the laws of the State of , and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, in the penal sum of mmmmmmm „ w_ DOLLARS �'�mmmmmmmmmmm� ��„�fi in lawful money of the United States, to be paid in Denton County, Texas, for the payment of which sum well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. The amount of this Bond shall automatically be increased by any Change Order or Supplemental Agreement, however, increases to this bond and the Contract price shall not exceed twenty-five (25) percent in the aggregate of the original authorization contract amount, in accordance with Texas Local Government Code 252.048, but in no event shall a Change Order or Supplemental Agreement, which reduces the Contract price, decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a certain Contract, identified by Ordinance Number 2014-252, with the City of Denton, the Owner, dated the day of __ A.D. _, for Construction Services relatin� to pavement maintenance at the City of Denton Enterprise ...........�... ._� ,„ w.�.� ... ........................._.�.._......... Airport, as stipulated within Citv of Denton Contract #5594. NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all of the undertakings, covenants, terms, conditions and agreements of said Contract in accordance with the Plans, Specifications and Contract Documents during the original term thereof and any extension thereof which may be granted by the Owner, with or without notice to the Surety, and during the life of any guaranty or warranty required under this Contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any and all duly authorized modifcations of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby waived; and, if the Principal shall repair and/or replace all defects due to faulty materials and workmanship that appear within a period of two (2) years from the date of final completion and final acceptance of the Work by the Owner; and, if the Principal shall fully indemnify and save harmless the Owner from all costs and damages which Owner may suffer by reason of failure to so perform herein and shall fully reimburse and repay Owner all outlay and expense which the Owner may incur in making good any default or deficiency, then this obligation shall be void; otherwise, it shall remain in full force and effect. Contract # 5594 PROVIDED FURTHER, that if any legal action be filed upon this Bond, exclusive venue shall lie in Denton County, State of Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc., accompanying the same, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc. This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, as amended, and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in four copies, each one of which shall be deemed an original, this the day of _ _„ . ATTEST: BY� �..a.�.�.__._. SECRETARY ATTEST: BY, PRINCIPAL . �_ �—_.. � ��� � � BY�: ��� b'� ���� ��'�. � � �_......_. �1�"'��SIDENT ��-- SURETY I: ATTORNEY-IN-FACT The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is: NAME: STREET ADDRESS: (NOTE: Date of Performance Bond must be date of Contract. IfResident Agent is not a corporation, give a person's name.) Contract # 5594 EXHIBIT D PAYMENT BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That .... ...........,,,,,,,..... whose address is W�w wwwwwwww� hereinafter called Principal, and __ , a corporation organized and existing under the laws of the State of � �wwwwwwwwwwwwwwwwww wwwww�, and fully authorized to transact business in the State of Texas, as Surety, are held and iirmly bound unto the City of Denton, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, and unto all persons, firms, and corporations who may furnish materials for, or perform labor upon, the building or improvements hereinafter referred to, in the penal sum of _ww _,mm DOLLARS ($__ � in lawful money of the United States, to be paid in Denton, County, Texas, for the payment of which sum well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. The amount of this Bond shall automatically be increased by any Change Order or Supplemental Agreement, however, increases to this bond and the Contract price shall not exceed twenty-five (25) percent in the aggregate of the original authorization contract amount, in accordance with Texas Local Government Code 252.048, but in no event shall a Change Order or Supplemental Agreement, which reduces the Contract price, decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a certain Contract, identified by Ordinance Number 2014-252, with the City of Denton, the Owner, dated the day of A.D. , for www ,Construction �erviceS relatin� t� navement m�r�°���„�t�&I'�rP at thP ('ity �f T�Pntnn FntPrr,ricP Airnnrt, ac stinulated within Citv of Denton Contract #55�)�, NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and/or material in the prosecution of the Work provided for in said Contract and any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby expressly waived, then this obligation shall be void; otherwise it shall remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive venue shall lie in Denton County, Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifcations, Drawings, etc., accompanying the same, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, Contract # 5594 etc. This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, as amended, and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such surety, as provided by Article 7.19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in four copies, each one of which shall be deemed an original, this the day of __ ATTEST: BY: SECRETARY ATTEST: BY: PRINCIPAL BY�.�._....�_ � �.... ... ;�, ::......,_ ..� � ��� �� ��.� ��� � �� M �'1�1,�ir�ENT �� ���.�._.. �� SURETY : ATTORNEY-IN-FACT The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is: NAME: STREET ADDRESS. (NOTE: Date of Payment Bond must be date of Contract. If Resident Agent is not a corporation, give a person's name.) Contract # 5594 EXHIBIT E INSUR.ANCE REQUIREMENTS AND WORKERS' COMPENSENTATION REQUIREMENTS Upon contract execution, all insurance requirements shall become contractual obligations, which the successful contractor shall have a duty to maintain throughout the course of this contract. STANDARD PROVISIONS: Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the contracted work has been completed and accepted by the City of Denton, Owner, the minimum insurance coverage as indicated hereinafler. Contractor shall file with the Purchasing Department satisfactory certificates of insurance including any applicable addendum or endorsements, containing the contract nurreber and title of the project. Contractor may, upon written request to the Purchasing Department, ask for clarification of any insurance requirements at any time; however, Contractor shall not corremence any work or deliver any material until he or she receives notification that the contract has been accepted, approved, and signed by the City of Denton. All insurance policies proposed or obtained in satisfaction of these requirements shall comply with the following general specifications, and shall be maintained in compliance with these general specifications throughout the duration of the Contract, or longer, if so noted: • Each policy shall be issued by a company authorized to do business in the State of Texas with an A.M. Best Company rating of at least A- VII or better. • Any deductibles or self-insured retentions shall be declared in the proposal. If requested by the City, the insurer shall reduce or eliminate such deductibles or self-insured retentions with respect to the City, its officials, agents, employees and volunteers; or, the contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. • Liability policies shall be endorsed to provide the following: Name as Additional Insured the City of Denton, its Officials, Agents, Employees and volunteers. � That such insurance is primary to any other insurance available to the Additional Insured with respect to claims covered under the policy and that this insurance applies separately to each insured against whom claim is made or suit is brought. The inclusion of more than one insured shall not operate to increase the insurer's limit of liability. • Cancellation: City requires 30 day written notice should any of the policies described on the certificate be cancelled or materially changed before the expiration date. • Should any of the required insurance be provided under a claims made form, Contractor shall maintain such coverage continuously throughout the term of this contract and, without lapse, for a period of three years beyond the contract expiration, such that occurrences arising during the contract term which give rise to claims made after expiration of the contract shall be covered. Contract # 5594 Should any of the required insurance be provided under a form of coverage that includes a general annual aggregate limit providing for claims investigation or legal defense costs to be included in the general annual aggregate limit, the Contractor shall either double the occurrence limits or obtain Owners and Contractors Protective Liability Insurance. • Should any required insurance lapse during the contract term, requests for payrnents originating after such lapse shall not be processed until the City receives satisfactory evidence of reinstated coverage as required by this contract, effective as of the lapse date. If insurance is not reinstated, City rnay, at its sole option, terrninate this agreement effective on the date of the lapse. `� . 11 / . ., - ,' � r All insurance poCicies proposed or obtained in satisfaction of this Contract shall additionally comply wath the following marked specifacations, and shall be maintained in compliance wzth these addatianad specifications throughout the duration of the Contract, or longer, if so noted: [X] A. General Liability Insurance: General Liability insurance with combined single limits of not less than $1,000,000.00 shall be provided and maintained by the Contractor. The policy shall be written on an occurrence basis either in a single policy or in a combination of underlying and umbrella or excess policies. If the Commercial General Liability form (ISO Form CG 0001 current edition) is used: • Coverage A shall include premises, operations, products, and completed operations, independent contractors, contractual liability covering this contract and broad form property damage coverage. • Coverage B shall include personal injury. • Coverage C, medical payments, is not required. If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) is used, it shall include at least: � Bodily injury and Property Damage Liability for premises, operations, products and completed operations, independent contractors and property damage resulting from explosion, collapse or underground (XCU) exposures. • Broad form contractual liability (preferably by endorsement) covering this contract, personal injury liability and broad form property damage liability. [X] Automobile Liability Insurance: Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than $500,000 either in a single policy or in a combination of basic and umbrella or excess policies. The policy will include bodily injury and property damage liability arising out of the operation, maintenance and use of all automobiles and mobile equipment used in conjunction with this contract. Contract # 5594 Satisfaction of the above requirement shall be in the form of a policy endorsement for: • any auta, or • all owned hired and non-awned autos. , _ � � ,• � Contractor shall purchase and maintain Workers' Compensation insurance which, in addition ta meeting the minimum statutary requirements for issuance of such insurance, has Employer's Liability limits of at least $100,000 for each accident, $100,000 per each emplayee, and a $500,000 policy limit for occupational disease. The City need not be named as an "Additional Insured" but the insurer shall agree to waive all rights of subrogation against the City, its afficials, agents, employees and volunteers for any work performed for the City by the Named Insured. For building or construction projects, the Contractar shall comply with the provisians of Attachment 1 in accardance with §406.096 of the Texas Labor Code and rule 28TAC 110.110 af the Texas Workers' Compensation Commission (TWCC). [] Owner's and Contractor`s Protective Lfability Insurance The Contractar shall obtain, pay for and maintain at all times during the prosecution af the work under this cantract, an Owner's and Contractor's Pratective Liability insurance policy naming the City as insured for property damage and bodily injury which may arise in the prosecution of the wark or Contractar's operations under this cantract. Caverage shall be on an "accurrence" basis and the policy shall be issued by the same insurance company that carries the Contractor's liability insurance. Policy limits will be at least $500,000.00 combined bodily injury and property damage per occurrence with a$1,00O,OOd.00 aggregate. [] Fire Damage Legal Liability Insarance Coverage is required if Broad form General Liability is nat provided or is unavailable to the contractor or if a contractor leases or rents a portion of a City building. Limits of not less than _ each occurrence are required. [ ] Professional Liability Insurance Professional liability insurance with limits nat less than $1,000,000.00 per claim with respect to negligent acts, errors or omissions in connection with professianal services is required under this Agreement. [ ] Builders' Risk Insurance Builders' Risk Insurance, on an All-Risk form for 100% of the completed value shall be provided. Such policy shall include as "Named Insured" the City of Denton and all subcontractors as their interests may appear. [ ] Commercial Crime Pravides coverage for the theft or disappearance of cash or checks, robbery inside/outside the premises, burglary of the premises, and employee fidelity. The employee fidelity portion af this coverage should be written on a"blanket99 basis to cover all emplayees, including new hires. This Contract # 5594 type insurance should be required if the contractor has access to City funds. Limits of not less than $ each occurrence are required. [ ] Additional Insurance Other insurance may be required on an individual basis for extra hazardous contracts and specific service agreements. If such additional insurance is required for a specific contract, that requirement will be described in the "Specific Conditions" of the contract speciiications. Contract # 5594 ATTACHMENT 1 [X] Workers' Compensation Coverage for Building or Construction Projects for Governmental Entities A. Definitions: Certificate of coverage ("certificate")-A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in §406.096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any overage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the Contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: 1. a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and Contract # 5594 2. no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: 1. provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; 2. provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; 3. provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 4. obtain from each other person with whom it contracts, and provide to the contractor: a. a certificate of coverage, prior to the other person beginning work on the project; and b. a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 5. retain all required certiiicates of coverage on file for the duration of the project and for one year thereafter; 6. notify the governmental entity in writing by certified mail or personal delivery, Contract # 5594 within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and 7. Contractually require each person with whom it contracts, to perform as required by paragraphs (1) -(7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The contractor's failure to comply with any of these provisions contract by the contractor which entitles the governmental entity contract void if the contractor does not remedy the breach within receipt of notice of breach from the governmental entity. Contract # 5594 is a breach of to declare the ten days after Exhibit F CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ ...�..... , ... _... ............�� 'ty �. .�_ For vendor or other pe�son doin� business with local governmenta ent � This questionnaire reflects changes made to the law by H.B. 1491, 80th Leg., Regular Session. pFFICE USE ONLY This questionnaire is being filed in accordance with chapter 176 of the Local Government Code by a �oa�e aece�ved person who has a business relationship as defined by Section 176.001(1-a) wilh a local governmental entity and the person meets requirements under Section 176.006(a), By law this queslionnaire must be filed with lhe records administrator of the lacal government enlity not laler than the 7th business day after the date lhe person becomes aware of facls that require the statement to be filed. See Section 176.006, Local Governmenl Code. A person commits an offense if the person knowingly violates Section 176.006, Local Govemment Code. An oHense under this section is a Class C misdemeanor. ..___�.�_ �_�_���.� �,.�. .�� _....� �� _���� ���.��...e.. m.ee....._ .... ....� ,� Name of person who has �a �a���N��e�� z��k��N�rra�hlp wfth local governmental entity. ° Check this box I4 you aee flling an update to a prevlously flled quesUonnaire. �._�„ �� (The law requires thal you file an updated completed questionnaire with the appropriale filing authority not later lhan the 7°i business day afler the date the originally filed questionnaire becomes incomplete or inaccurate.) 3 y� � s relationship„ Name of local government officer with whom fller has�a�r �r� �r��o�� or buslnes � P�t<;�rru��r of Officer This section, (item 3 including subparts A, B, C& D), must be compleled for each officer with whom the filer has an employmenl or other business relalionship as defined by Seciion 176,001(1-a), Local Govemmenl Code. Attach additional pages to this Form CIQ as necessary A Is the local government o�cer named in this section receiving or likely to receive taxable income, other than inveslment income, (rom the filer of the questionneire? i�� .� Yes I .0 No 8 Is the filer of the quesiionnaire receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer named in this section AND the taxable income is not received Irom the local gavernmental entity7 � �..1 Yes V � No C Is the filer of this queslionnaire employed by a corporalion or other business entity with respect to which the local governmenl officer serves as an officer or director, or holds an ownership o(10 percent or more? �� Yes � No D. Describe each affiUialion or business relationship. 4 � ��"`" �,���� � .._ � � � . W. ���.���'�' �� : � � �� � �°�" .� ��. �._. . .... ... ... n�,,,,,, , . _._._�.. Signat r�e. .�. a .,_ — --- � ..__ of person doing d�,i����� with the governmental Date I entity I Contract tf 5594 EXHIBIT G CONTRACTOR'S PRICE PROPOSAL (Attached) Contract # 5594 FILE #5594 EXHIBIT G - PRICING File #5594 - Pricing Sheet for Denton Enterprise Airport Pavement Improvements construction materiais ana �aaor rricin�: Item # UOM Product Description Unit Price �'��"�����"� �I�I��i�"����i��" ��, �"�`"�;' �"����% ;; ,, , 1 LF Crack Filling (Small) $ 0.98 I 2 LF Crack Filling (Large) $ 2.93 3 SF Patch and Repair $ 3.36 4 SF Pre-Treatment $ 1.38 5 SF Polymer Composite Micro-Overlay (PCMO) $ 0.99 6 SF Pavement Markings Obliteration $ 0.56 7 SF Pavement Marking $ 1.48 Mobilization: 8 Project Mobilization (Per Work Order percentage) * . 9 Pavement Marking Mobilization (Per Work Order percentage) 1. 10 Barricades & Marking Closures (Per Work Order percentage� .� Bondi�+�; 11 Payment and Performance Bonds (est.) $ 14,545.51 Contract Administrator: 12 Contract Administrator (for each Maintenance Year) $ 5,250.00 * Regardless of the total extended amount of each Work Order, the following minimum amount shall apply to item # 8, Project Mobilization, for the Work Order issued in each Maintenance Year: $ 27,250.00 EXHIBIT H SURETY' S FUNDS ADMINISTRATION AGREEMENT (Attached) Contract # 5594 FUNDS ADMINISTRATION AGREEMENT This agreement made by and among International Business Consultants, Inc. d.b.a. IBC Construction hereinafter referred to as .... the "Principal", Citv of Denton, Texas , hereinafter referred to as the "Obligee", and ACSTAR Insurance Company, hereinafter referred to as "ACSTAR". WITNESSETH Whereas, the Principal has entered into a contract, hereinafter referred to as Contract, with Obligee whereby the Principal will perform �c,�o��tlr�a� io�ro� ���°v����...u_��I�a�i�w:,���¢���a���,r�ra�ama;p�__r����isot��tu�rWti��a�� qda� �`ia�y raf ���rl�r7� r�?,ur���l E r,�,�a��r��rw�c�:�,�ar�ti��� .....���r��A�+�� #5594 and Whereas, the said Contract requires that the Principal obtain a PerFormance and Payment Bond; and Whereas, the Principal has made application for said bond to ACSTAR; and Whereas, as a condition of issuing its Bond, ACSTAR requires that all payments due from the Obligee to the Principal for work performed under the Contract be deposited with ACSTAR directly. The amount deposited with ACSTAR shall be in the amount of the Contract as amended. Disbursements shall be made by ACSTAR to the various suppliers and subcontractors for � materials and/or services furnished to the above described project at the request of the Principal; and �' ��� � �.•�,The amount deposited with ACSTAR shall be limited to the amount invoiced based upon work performed and accepted by the Owner; and Whereas, Principal and Obligee agree that ACSTAR shall receive, deposit and disburse all payments due from Obligee to Principal as described herein. NOW, THEREFORE, in consideration of $10.00 and other good and valuable consideration the parties hereto agree as follows: 1. ACSTAR agrees to issue said surety bond, which shall carry Bond No. 2. The principal shall direct the Obligee to make all checks or drafts in payment of any monies due to Principal under the Contract payable to ACSTAR. 3. Checks or drafts in payment of any monies due to Principal from Obligee in connection with the Contract shall promptly be delivered to ACSTAR at 30 South Road, Farmington, CT 06032. 4. ACSTAR agrees that upon receipt of any contract funds, it will deposit the same and shall release said funds upon the Principal's statement in which it lists the names of the suppliers and subcontractors who are entitled to receive payment and the amounts due and owing to each. Further, it is agreed that, if required by ACSTAR, each statement shall be accompanied by partial Waivers of Lien, delivery receipts and tickets, invoices and/or similar supporting documentation, as may be reasonably required by ACSTAR. Notwithstanding, ACSTAR reserves the right to retain a portion of such contract funds in an amount determined by ACSTAR, which such determination shall not be unreasonable, as a retainage of collateral in consideration of issuing the bond. 5. ACSTAR will make each disbursement check payable directly to the supplier or subcontractor to whom each payment is due. 6. Principal shall be responsible for any reasonable expense of ACSTAR for services, legal or othen�vise; necessarily incurred in carrying out its duties. Additionally, said Principal hereby agrees to indemnify and hold harmless ACSTAR from any and all attorney fees, costs, and expenses incurred to protect its interests and/or to enforce its rights and remedies under this Agreement. Aqreed and accepted: di�1�rr7?z0ie,w'��t��ia�,� ����e�"�.,��"�r��un���'���:.,...��1� ¢ Il4W;„ � rHUiQ4r;�Gkqwxr�r... �, :��r ���,�'l� � �y: r^ xp g I�s�,m, ,,,✓� W �i� tl..1t �,. '�.,+�" If �f�u a,.�w�'ii��m�„ ��� �I i rit r r�ar and title) � .e. . aa C?�ut�z:.,____� ��� k� � � ����t��t� �� �,.mu � �� ..� �'��u,.� .� �° �- �� ��" d,,� �.. , �' �:� ��� �� ACSTAR lnsuiance �'�rrr� �ra � Henrv W. Nozko, Jr., President (Print name and title) ���'�: CONSENT Citv of Denton. Texas as Obligee, agrees to direct all payments due under its contract with International Business Consultants, Inc. d.b.a. IBC C,on„s„tru,ot„i„o„n to ACSTAR Insurance Company with ACSTAR Insurance Company as sole payee unless othervvise directed by ACSTAR Insurance Company. BY� �_ .�..��ia�� a��ti y m � � D �V a G� ����::,, __��... , � rr� name � Date: w,��"`.....�? . ��. i�l�aan�r ____-------- EmaiL C� �) u�a�� � Rev. 12/12 � ��,� DATE (MMIDDIYYYY) ����r CERTIFICATE OF LIABILITY INSURANCE 8/19/2014 _.�.. ___ _ _.... w� �... THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. INN�P��1"AN°�: 4C �M� �a���ilN�at�? h�rlt��r i� an ,��4�1�IQOVAL ��I aU��f�, C��m n��alf�y(d��� must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such ����Icrr^s�n�em�ti(�J, PRODUCER �"����"'� AliCid Mi11eT �iAMI�.. 1964 Market Street g y ����� �bmill8�r@lem ����� �_ � ������ Lemon Mohler Insurance A enc reir u (22 ) 762 7511 �A ��, o(zze� �ez-ssgs „ ,��, e onmohler . com INSl1RE ,yR!$1 AFFORDING COVERAGE NAIC # ...... ....... ......... .............. ,,.,...... �.�.�.................�. .�.�.. .. ......._..._.__. Pascagoula MS 39567 INSURERAMOI1tQOIRAT'y Insurance I.. � . . ,. ... ....... _.. ------- ........ .. ......... ---- INSURER B :Ci'13IR �,. ...... .... ...............,..,.,..�..__.. NSURED & FOT9t@T IBC Inc.dba IBC Construetion ..�iN _. ......... ....��___� ........ .___ suReRC:Libertv Mutual ..... . ... ... ... r--- � --- ... ..� �� �.__ .m ..... .................... 1888 Main St INSURERD: St@ C14B �INSURERE.....,............----- -- ......... ... ,.,,.......... ................._ ..,:.__ .......... . .... .................................. . ---- ......... ........— ---- Madison MS 39110 INSURERF: COVERAGES CERTIFICATE NUMBER�asterl4-15 ��V��I!�h� I���'IBEF�: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTIMTHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT VUITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ...,� ._ INSR � ����������� �rR TYPE OF INSURANCE .._ ���� "�"if�if� ----- -PtS�tC.Y E�F PUI.CGY �XI� wca. wvn POLICY NUMBER �u!nniDn!�n'vn �,{dyqpp��,p'y��y�r � LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1, OOO , OOO� .: __� .__c.�. 06/19/2014 6/19/2015 ���`w����������`��'�� X COMMERCIAL GENERAL LIABILITY � PK104500 ����,��h��,,� �` � q�d�,����di��.y ,,, $ 5O OOO� --- ...,. ........... ...,.,. B I CLAIMS-MADE � OCCUR MED EXP (Any one person) $ _ 5� 000 , � � �.���... ____....e PERSONAL & ADV IIVJURI° $ 1� 000 � 000 ,_.._-----------------._._. ..---------- _ GEr�E�LAGG�t��ATE $ 2, 000, 000 GEM'LA��GREGA7ELIM1flITAPPLIE�PE.� � .�_�.__ --------- -- --�..----- __.___.._ .._.._ G ' R: PRODUCTS - COMP/QP AGG $ 2� OOO � 000' � � � f?f�'f]- ��... mm ........____ �- - ............. .. .. ...� � � ..., g, ����� �+ �����, NTRAC7QftS PC7LLUTIQN $ S, OOO , OOO AUTOMOBILE LIABILITY ;C)h�PofjlfUL T7 SOhIC f f� P�.I,htiNT �{�-:az.�rc��cl�rw�k..�.� � ..........14 �00, 000 ANY AUTO X URY (Per persan) $ A AUTOS��D AUTOSUL�� 51455785123 10/4/2014 10/4/2015 pOUILYINJ 60DILY INJU —_. RY (Per accid�nt) $ X X rvor�-owrN�o � sa���,aG a� u�° r��r��r E $..... _._ I HIRED FlUTOS AUTOS �.fTAwrc a�ca�@rJ�NwE'LI— ..... _ � ......----- Uninsured motonstcombined $ 250 , OOQ' � UMBRELLA LIAB Q���R E4CH OCCURRENCE $ _...... — _-- ----------- ..._..... _ EXCESS LIAB '�.. GLAIMS-M1�ADE AGGREGATE $ ...................... —��...—......_...._.___. . -------- ---- ---- ...__.... DED �RETENTION$ ._. $ ...�. � � �...���...�...� . � ��.�. . . . . WORKERSCOMPENSATION ��� � WG51A"�U-� GThi- Y�N .... T(�qVII��ITC ..��[J . .... ANY PROPRIETOR/PARTNER/EXECU7IVE �������" C535S536117013 08/29/2014 08/29/2015 X��� �6���.�.���µ������. —........ .M ���.��. � ��� , AND EMPLOYERS' LIABILITY . EAGN ACGDEN $ 1 000 000 ���. OFFICER/MEMBER EXCLUDED9 N�A """ � . C (Mandatory In NH) �-------- E L. DISEASE EA EMPLOYEE, $ 1 000 000 If yes, describe under "' � ^ � .. ...,...,., EA9� POLICY LIM1AIT ff 1 OQO� 000 .. _DESCRIPTION OF OPERATIONS below. . ......... ....,,,. ..e _______ _ E L DIS . m . „ .,. ,. _ , . � ., . D 'ContraCtors Equipment HW521979 D4/16/201404/16/2015 ,cheduledEquipment $405,207 B ERRORS & OMISSIONS s'PK104500 D6/19/201406/19/2015 1,00O,OOQ� DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (Attach ACORD 101, Addltlonal Remarks Schedule, If more space Is requlred) City of Denton, its officials, agents, employees and volunteers are listed as additional insured and a waiver of subrogation applies. 30 day notice of cancellation applies T 1 City of Denton, TX 901 B Texas St Denton, TX 76209 ACORD 25 (2010/05) I NS025 r�n� nn�i m CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTAi1VE icia Miller/ABM O 1988-2010 ACORD CORPORATION. All rights reserved. TF�n Af'f1Rl'1 namc anrl Innn �rc �nnic4crnrl mar4c nf Af'.f1Rl'1