HomeMy WebLinkAboutResolution - 2006-R0535 - Contract - F&W Electrical Contractors Inc. - Repalcement Of Airfield Signage - 11/09/2006Resolution No. 2006-RO535
November 9, 2006
Item No. 5.13
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the City Council of the City of Lubbock hereby authorizes and directs the
Mayor of the City of Lubbock to execute a Contract by and between the City of Lubbock
and F&W Electrical Contractors, Inc., of Floresville, Texas, for replacement of airfield
signage, which Contract and any associated documents, are attached hereto and made a
part of this Resolution for all intents and purposes.
Passed by the City Council this 9th day of
ATTEST:
Rebecca Garza, City Secretary
AS TO CONTENT:
Loomis, Assistant City Manager/
,ortation and Public Works
APPROVED AS TO FORM
Vandiveh,-Attornev of Counsel
DDres/F&We1ectrica106ConRes
October 31, 2006
November ,2006.
DAVID , MILLER,MAYOR
No Text
CITY OF LUBBOCK
INVITATION TO BID
FOR
TITLE: REPLACE AIRFIELD SIGNAGE
ADDRESS: LUBBOCK, TEXAS
BID NUMBER: 06-720-DD
ACCOUNT NUMBER: 90402.9251.30000
CONTRACT PREPARED BY: PUBLIC WORKS CONTRACTING OFFICE
INDEX
U
1.
NOTICE TO BIDDERS
2.
GENERAL INSTRUCTIONS TO BIDDERS
3.
BID SUBMITTAL
4.
INSURANCE REQUIREMENT AFFIDAVIT
5.
SAFETY RECORD QUESTIONNAIRE
6.
SUSPENSION AND DEBARMENT CERTIFICATION
7.
PAYMENT BOND
8.
PERFORMANCE BOND
9.
CERTIFICATE OF INSURANCE
10.
CONTRACT
11.
GENERAL CONDITIONS OF THE AGREEMENT
12.
CURRENT WAGE DETERMINATIONS
13.
CITY OF LUBBOCK BACKGROUND QUESTIONNAIRE
14.
SPECIAL PROVISIONS
15.
SPECIFICATIONS
NOTICE TO BIDDERS
_1
- NOTICE TO BIDDERS
- ITB #06-720-DD
Sealed bids addressed to Darlene Doss, Public Works Contracting Office, City of Lubbock, Texas, will be
received in the office of the Public Works Contracting Officer, Municipal Building, 1625 13th Street, Room 102,
Lubbock, Texas, 79401, until 2:00 P.M. on October 19, 2006 or as changed by the issuance of formal addenda to
all planholders, to furnish all labor and materials and perform all work for the construction of the following
described project:
REPLACE AIRFIELD SIGNAGE
After the expiration of the time and date above first written, said sealed bids will be opened in the office
of the Public Works Contracting Officer and publicly read aloud. It is the sole responsibility of the bidder to
ensure that his bid is actually in the office of the Public Works Contracting Officer for the City of Lubbock,
before the expiration of the date above first written.
Bids are due at 2:00 P.M. on October 19, 2006 and the City of Lubbock City Council will consider the
bids on November 9, 2006 at the Municipal Building, 1625 13th Street, Lubbock, Texas, or as soon thereafter as
may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The
successful bidder will be required to furnish a performance bond in accordance with Chapter 2253, Government
Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and
the successful bidder will be required to furnish a payment bond in accordance with Chapter 2253, Government
Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. Said
statutory bonds should be issued by a company carrying a current Best Rating of B or superior.
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or
certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety
company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent
(5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all
necessary bonds within ten (10) business days after notice of award of the contract to him. The bid bonds of all
bidders shall be retained until after the award of contract is made. The bid bond of the successful bidder shall be
retained until the contract is fully executed by all parties, the receipt of all necessary insurance certificates, and
the posting of performance and payment bonds. The failure of the bidder to accept an award and file acceptable
insurance certificates and required bonds within 15 days after notice of award shall be just cause for cancellation
of the award and forfeiture of the bid bond to the City of Lubbock as liquidated damages. Award may then be
made to the next lowest responsive and responsible bidder. FAILURE OF THE BIDDER TO INCLUDE BID
SECURITY WITH THE BID SUBMITTAL SHALL CONSTITUTE A NONRESPONSIVE BID AND
.. RESULT IN DISQUALIFICATION OF THE BID SUBMITTAL.
It shall be each bidder's sole responsibility to inspect the site of the work and to inform himself regarding
all local conditions under which the work is to be done. It shall be understood and agreed that all such factors
have been thoroughly investigated and considered in the preparation of the bid submitted. There will be a non -
mandatory pre -bid conference on September 27, 2006 at 3:00 P.M., in the Blue Room at Lubbock Preston
Smith International Airport, Lubbock, Texas.
Bidders may view the plans and specifications without charge at The Reproduction Company, 2102
Avenue Q, Lubbock, Texas 79405, or on their web site at http://pr.thereproductioncompapy.com/ . ONE SET
OF PLANS AND SPECIFICATIONS MAY BE OBTAINED, AT THE CITY'S EXPENSE, FROM THE
REPRODUCTION COMPANY WITH A $100 REFUNDABLE DEPOSIT, Phone:(806) 763-7770,
Additional sets of plans and specifications may be obtained at the bidder's expense.
- CONTINUED NEXT PAGE -
Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages
included in the contract documents on file in the office of the Public Works Contracting Officer of the City of
Lubbock, which document is specifically referred to in this notice to bidders. Each bidder's attention is further
directed to provision of Article 5159a, Vernon's Ann. Civil St., and the requirements contained therein concerning
the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by
owner in said wage scale.
The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this
advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids in
response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or
national origin in consideration for an award.
The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid
meetings and bid openings are available to all persons regardless of disability. If you require special assistance,
please contact the Public Works Contracting Office at (806) 775-2163 or write to Post Office Box 2000, Lubbock,
Texas 79457 at least 48 hours in advance of the meeting.
CITY OF LUBBOCK
I
Bruce MacNair
Public Works Contracting Officer
GENERAL INSTRUCTIONS TO BIDDERS
GENERAL INSTRUCTIONS TO BIDDERS
BID DELIVERY, TIME & DATE
1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish REPLACE AIRFIELD
SIGNAGE per the attached specifications and contract documents. Sealed bids will be received no later
2:00 P.M. CST October 19 2006 at the office listed below. Any bid received after the date and hour
specified will be rejected and returned unopened to the bidder. Each bid and supporting documentation
must be in a sealed envelope or container plainly labeled in the lower left-hand corner: "ITB #06-720-
DD, REPLACE AIRFIELD SIGNAGE" and the bid opening date and time. Bidders must also include
their company name and address on the outside of the envelope or container. Bids must be addressed to:
Darlene Doss, Buyer
City of Lubbock
Public Works Contracting Office
1625 13th Street, Room 102
Lubbock, Texas 79401
1.2 Bidders are responsible for making certain bids are delivered to the Public Works Contracting Office.
Mailing of a bid does not ensure that the bid will be delivered on time or delivered at all. If bidder does
not hand deliver bid, we suggest that he/she use some sort of delivery service that provides a receipt.
1.3 Bids will be accepted in person, by United States Mail, by United Parcel Service, or by private courier
service. No bids will be accepted by oral communication, telephone, electronic mail, telegraphic
transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX BIDS.
1.4 The City of Lubbock reserves the right to postpone the date and time for opening bids through an
addendum.
2 PRE -BID MEETING
2.1 For the purpose of familiarizing bidders with the requirements, answering questions, and issuing addenda
as needed for the clarification of the Invitation to Bid (ITB) documents, a non-mandatoa pre -bid meeting
will be held at 3:00 P.M. September 27, 2006 in the Blue Room at Lubbock Preston Smith
International Airport, Lubbock, Texas. All persons attending the meeting will be asked to identify
themselves and the prospective bidder they represent.
2.2 It is the bidder's responsibility to attend the pre -bid meeting though the meeting is not mandatory. The
City will not be responsible for providing information discussed at the pre -bid meeting to bidders who do
not attend the pre -bid meeting.
ADDENDA & MODIFICATIONS
3.1 Any changes, additions, or clarifications to the ITB are made by ADDENDA information available over
the Internet at http://www.RFPde op t.com. We strongly suggest that you check for any addenda a
minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT
INTERNET ACCESS may use computers available at most public libraries.
3.2 Any bidder in doubt as to the true meaning of any part of the specifications or other documents may
request an interpretation thereof from the Public Works Contracting Office. At the request of the bidder,
or in the event the Public Works Contracting Office deems the interpretation to be substantive, the
interpretation will be made by written addendum issued by the Public Works Contracting Office. Such
addenda issued by the Public Works Contracting Office will be available over the Internet at
hqp://www.RFPdepot.com and will become part of the proposal package having the same binding effect
as provisions of the original ITB. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE
BINDING. In order to have a request for interpretation considered, the request must be submitted in
writing and must be received by the City of Lubbock Public Works Contracting Office no later than five
(5) days before the bid closing date.
3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock
shall not be legally bound by any amendment or interpretation that is not in writing. Only information
supplied by the City of Lubbock Public Works Contracting Office in writing or in this ITB should be
used in preparing bid responses. All contacts that a bidder may have had before or after receipt of this
ITB with any individuals, employees, or representatives of the City and any information that may have
been read in any news media or seen or heard in any communication facility regarding this bid should be
disregarded in preparing responses.
3.4 The City does not assume responsibility for the receipt of any addendum sent to bidders.
4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS
4.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all
requirements before submitting a bid to ensure that their bid meets the intent of these specifications.
4.2 Before submitting a bid, each bidder shall be responsible for making all investigations and examinations
that are necessary to ascertain conditions and requirements affecting the requirements of this Invitation to
"1 Bid. Failure to make such investigations and examinations shall not relieve the bidder from obligation to
A comply, in every detail, with all provisions and requirements of the Invitation to Bid.
4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall
be given to the Public Works Contracting Officer and a clarification obtained before the bids are
received, and if no such notice is received by the Public Works Contracting Officer prior to the
opening of bids, then it shall be deemed that the bidder fully understands the work to be included
and has provided sufficient sums in its bid to complete the work in accordance with these plans and
specifications. If bidder does not notify Public Works Contracting Officer before bidding of any
discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications
are sufficient and adequate for completion of the project. It is further agreed that any request for
clarification must be submitted no later than ten (10) calendar days prior to the opening of bids.
BID PREPARATION COSTS
5.1 Issuance of this ITB does not commit the City of Lubbock, in any way, to pay any costs incurred in the
preparation and submission of a bid.
5.2 The issuance of this ITB does not obligate the City of Lubbock to enter into contract for any services or
equipment.
5.3 All costs related to the preparation and submission of a bid shall be paid by the bidder.
6 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT
6.1 If you consider any portion of your bid to be privileged or confidential by statute or judicial decision,
including trade secrets and commercial or financial information, clearly identify those portions.
6.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline
to release such information initially, but please note that the final determination of whether a particular
portion of your bid is in fact a trade secret or commercial or financial information that may be withheld
from public inspection will be made by the Texas Attorney General or a court of competent jurisdiction.
In the event a public information request is received for a portion of your bid that you have marked as
being confidential information, you will be notified of such request and you will be required to justify
your legal position in writing to the Texas Attorney General pursuant to Section 552.305 of the
Government Code. In the event that it is determined by opinion or order of the Texas Attorney General
or a court of competent jurisdiction that such information is in fact not privileged and confidential under
Section 552.110 of the Government Code and Section 252.049 of the Local Government Code, then such
information will be made available to the requester.
6.3 Marking your entire bid CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open
Records Act.
7 LICENSES PERMITS TAXES
The price or prices for the work shall include full compensation for all taxes, permits, etc. that the bidder is or
may be required to pay.
UTILIZATION OF LOCAL BUSINESS RESOURCES
8.1 Prospective bidders are strongly encouraged to explore and implement methods for the utilization of local
resources, and to outline in their bid submittal how they would utilize local resources.
CONFLICT OF INTEREST
9.1 The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement
with any employee, official or agent of the City of Lubbock in regard to this bid.
9.2 By signing and executing this bid, the bidder certifies and represents to the City the bidder has not
offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of
special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any
other exercise of discretion concerning this bid.
10 CONTRACT DOCUMENTS
10.1 All work covered by the contract shall be done in accordance with contract documents described in the
General Conditions.
10.2 All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents
for the construction of this project and shall be responsible for the satisfactory completion of all work
contemplated by said contract documents.
11 PLANS FOR USE BY BIDDERS
It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by
the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without
charge. The contract documents may be examined without charge as noted in the Notice to Bidders.
12 BIDDER INQUIRIES AND CLARIFICATION OF REQUIREMENTS
12.1 It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be
the bidder's responsibility to advise the Public Works Contracting Officer if any language, requirements,
etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a
single source. Such notification _must be submitted in writing and must be received by the City of
Lubbock Public Works Contracting Office no later than ten (10) calendar days before the bid closing date.
A review of such notifications will be made.
12.2 NO BIDDER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR
ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS INVITATION TO
BID (ITB) MUST BE SUBMITTED IN WRITING NO LATER THAN TEN (10) CALENDAR
DAYS PRIOR TO THE BID CLOSING DATE AND ADDRESSED TO:
DARLENE DOSS, BUYER
City of Lubbock
Public Works Contracting Office
1625 1.3 Street, Room 102
Lubbock, Texas 79401
Fax: (806)775-3326
Email: ddoss@mylubbock.us
RFPDepot: http://www.RFPdepot.com
13 TIME AND ORDER FOR COMPLETION
13.1 The construction covered by the contract documents shall be substantially completed within 210 (TWO
HUNDRED -TEN) CONSECUTIVE CALENDAR DAYS from the date specified in the Notice to
Proceed issued by the City of Lubbock to the successful bidder.
13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided,
however, the City reserves the right to require the Contractor to submit a progress schedule of the work
contemplated by the contract documents. In the event the City requires a progress schedule to be
submitted, and it is determined by the City that the progress of the work is not in accordance with the
progress schedule so submitted, the City may direct the Contractor to take such action as the City deems
necessary to ensure completion of the project within the time specified.
14 PAYMENT
All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the
contract documents.
15 AFFIDAVITS OF BILLS PAID
r The City of Lubbock, prior to final acceptance of this project, requires the Contractor to execute an affidavit that
all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the
contract documents have been paid in full and that there are no claims pending, of which the Contractor has been
notified.
16 MATERIALS AND WORKMANSHIP
The intent of these contract documents is that only materials and workmanship of the best quality and grade will
be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve
the Contractor of full responsibility for providing materials of high quality and for protecting them adequately
until incorporated into the project. The presence or absence of a representative of the City on the site will not
relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and
methods set forth in the contract documents provide minimum standards of quality, which the Owner believes
necessary to procure a satisfactory project.
17 GUARANTEES
17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against
defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner,
a written general guarantee which shall provide that the Contractor shall remedy any defects in the work,
and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects
appear within ONE year from date of final acceptance of the work as a result of defective materials or
workmanship, at no cost to the Owner (City of Lubbock).
17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and
warrants fault -free performance and fault -free result in the processing date and date -related data
(including, but not limited to calculating, comparing and sequencing) of all hardware, software and
firmware products delivered and services provided under this Contract, individually or in combination, as
the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will
be recognized and accommodated and will not, in any way, result in hardware, software or firmware
failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate
the procedures it intends to follow in order to comply with all the obligations contained herein.
17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub-
contractor or any third party involved in the creation or development of the products and services to be
delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations
contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and
under this Contract including, but not limited to, its right pertaining to termination or default.
17.4 The warranties contained herein are separate and discrete from any other warranties specified in this
Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the
Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or
any document incorporated in this Contract by reference.
18 PLANS FOR THE CONTRACTOR
The contractor will, upon written request, be furnished up to ten sets of plans and specifications and related
contract documents for use during construction. Plans and specifications for use during construction will only be
furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to
suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the
Contractor.
19 PROTECTION OF THE WORK
The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials,
supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any
and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the
date the City issues its certificate of completion to Contractor. The City reserves the right, after the bids have
been opened and before the contract has been awarded, to require of a bidder the following information:
(a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by
the intended contract and all work in progress with bond amounts and percentage completed.
(b) A sworn statement of the current financial condition of the bidder.
(c) Equipment schedule.
(d) A letter, on Contractor and Subcontractor insurer's letterheads, stating the Worker's Compensation
Insurance Experience Rating for Contractor and Subcontractor.
(e) If, after award of contract, the Contractor adds or substitutes subcontractors, then an insurer's letter
stating the Worker's Compensation Insurance Rating shall be provided to the City for each added or
substituted subcontractor.
20 TEXAS STATE SALES TAX
20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions
of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act.
19.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the
materials to be incorporated into the work without paying the tax at the time of purchase.
21 PROTECTION OF SUBSURFACE LINES AND STRUCTURES
It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a
way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or
other underground structures which might or could be damaged by Contractor during the construction of the
project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the
location of all such underground lines and utilities of which it has knowledge. However, such fact shall not
relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or
damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired
immediately by Contractor to the satisfaction of the City of Lubbock, Texas, and the private utility owner, as
applicable, at Contractor's expense.
22 BARRICADES AND SAFETY MEASURES
The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and
--- shall take such other precautionary measures for the protection of persons, property and the work as may be
necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs,
and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and
replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of
barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of
3 acceptance of the project.
23 EXPLOSIVES
23.1 The use of explosives will not be permitted unless written permission to do so is obtained by the
- Contractor from the City. In all cases where written permission is obtained for the use of explosives, the
Contractor shall. assume full responsibility for all damage, which may occur as a direct or indirect result
of the blasting. In addition, in all cases where explosives are authorized to be used, the Contractor shall
use utmost care so as not to endanger life or property and the Contractor shall further use only such
methods as are currently utilized by persons, firms, or corporations engaged in similar type of
construction activity.
23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor.
23.3 In all cases where explosives are to be used during the construction of the project contemplated by this
contract, it shall be the duty of the Contractor to notify each utility company having structures (above or
below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and
such notice shall be given sufficiently in advance to enable the companies to take such steps as they may
deem necessary to protect their property from injury. Such notice, however, shall not relieve the
Contractor of responsibility for any damage resulting from his blasting operations.
24 CONTRACTOR'S REPRESENTATIVE
The successful bidder shall be required to have a responsible local representative available at all times while the
work is in progress under this contract. The successful bidder shall be required to furnish the name, address and
telephone number where such local representative may be reached during the time that the work contemplated by
this contract is in progress.
25 INSURANCE
25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as
required in the General Conditions of the contract documents, from an underwriter authorized to do
business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the
City and written notice of cancellation or any material change will be provided thirty (30) days in
advance of cancellation or change. All policies shall contain an agreement on the part of the insurer
waiving the right to subrogation against the city. The Contractor shall procure and carry at his sole cost
and expense, through the life of this contract, insurance protection as hereinafter specified. Coverage in
excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance
company authorized to transact business in the State of Texas and shall cover all operations in connection
with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be
provided covering the operation of each subcontractor. A certificate of insurance specifying each and all
coverages shall be submitted before contract execution.
PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE
FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES
FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL
INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF
LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE
ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT
NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL
_ BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF
OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION
-- COVERAGE FOR EACH SUBCONTRACTOR.
26 LABOR AND WORKING HOURS
26.1 Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages
included in these contract documents. The wage rate that must be paid on this project shall not be less
than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The
bidders' attention is further directed to the requirements of Article 5159a, Vernon's Annotated Civil
Statutes providing for the payment of the wage schedules above mentioned and the bidder's obligations
thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in these contract
documents does not release the Contractor from compliance with any wage law that may be applicable.
Construction work under this contract requiring an inspector will not be performed on weekends or
holidays unless the following conditions exist:
26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary
service to its citizens.
26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is
approaching the penalty provisions of the contract and Contractor can show he has made a
diligent effort to complete the contract within the allotted time.
26.1.3 A longer workweek is authorized under Section 01140 — Work Restrictions of the specifications.
26.2 Before construction work requiring an inspector is to be performed on weekends or holidays, the
Contractor must notify the Owner's Representative not less than three full working days prior to the
weekend or holiday he desires to do work and obtain written permission from the Owner's Representative
to do such work. The final decision on whether to allow construction work requiring an inspector on
weekends or holidays will be made by the Owner's Representative.
_ 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done
under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately
commence work, regardless of the day of the week or the time of day, to correct or alleviate such
condition so that it is no longer dangerous to property or life.
27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS
w
The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project
under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without
discount, not less often than once each week. The Contractor and each of his subcontractors engaged at the site of
the work shall not later than the seventh day following the payment of wages, file with the Owner's
Representative, or Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each
employee, his classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit
shall state that the copy is a true and correct copy of such payroll, that no rebates or deductions (except as shown)
have been made, or will in the future be made from the wages paid as shown thereon. The Contractor must
classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per
LA I diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the
City of Lubbock on whose behalf this contract is made, ten dollars for each laborer, workman, or mechanic
employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the
wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem
-- wages included in these contract documents
- 28 PROVISIONS CONCERNING ESCALATION CLAUSES
Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or
decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the
bidder without being considered.
_ 29 PREPARATION FOR BID
29.1 The bidder shall submit his bid in duplicate on forms furnished by the City or electronically reproduced
by the bidder. Forms electronically reproduced by the bidder must be identical in every respect to the
forms furnished by the City. All blank spaces in the form shall be correctly filled in and the bidder shall
state the price for which he intends to do the work contemplated or furnish the materials required. Such
prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the
price written in words and the price written in figures, the price written in words shall govern. Bidder's
bid submittal must be in duplicate and must include the following:
■ Bid Submittal Form
■ City of Lubbock Insurance Requirement Affidavit
■ Bid Bond
■ DBE Requirements (See Section 32.3 Below)
29.2 If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent. If a
bid is submitted by a firm, association, or partnership, the name and address of each member must be
given and the bid signed by a member of the firm, association or partnership, or person duly authorized.
If the bid is submitted by a company or corporation, the company or corporate name and business address
must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing
agents or others to sign bids must be properly certified and must be in writing and submitted with the bid.
The bid shall be executed in ink.
29.3 Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and
endorsed on the outside of the envelope in the following manner (The City does not accept bids by fax.
However, there are companies in Lubbock that will receive, seal, and deliver faxed bids. These
companies are listed in the Yellow Pages under Mailing Services. Bids delivered using this service must
be delivered on -time and addressed as specified in the Notice to Bidders and endorsed on the outside of
the envelope in the following manner.):
28.3.1 Bidder's name
28.3.2 Bid for Replace Airfield Signage.
29.4 Bid submittals may be withdrawn and resubmitted at any time before the time set for opening of the bids,
but no bid may be withdrawn or altered thereafter.
29.5 Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been
opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE,
ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL
FORM PRIOR TO BID OPENING.
30 BOUND COPY OF CONTRACT DOCUMENTS
Bidders understand and agree that the contract to be executed by bidder shall be bound and include the following:
(a) Notice to Bidders
(b) General Instructions to Bidders
(c) Bid Submittal Form and "Exhibit A"
(d) Statutory Payment and Performance Bonds
(e) Contract
(f) General Conditions of the Agreement
(g) Special Provisions
(h) Technical Specifications
0) Insurance Certificates for Contractor and all Sub -Contractors
0) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders
If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered
incorporated by reference into the aforementioned contract documents.
8
31 QUALIFICATIONS OF BIDDERS
The.bidder may be required before the award of any contract to show to the complete satisfaction of the City of
Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein
in a satisfactory manner. The bidder may also be required to give a past history and references in order to satisfy
the City of Lubbock about the bidder's qualifications. The City of Lubbock may make reasonable investigations
deemed necessary and proper to determine the ability of the bidder to perform the work, and the bidder shall
furnish to the City of Lubbock all information for this purpose that may be requested. The bidder's bid may be
deemed not to meet specifications or the bid may be rejected if the evidence submitted by, or investigation of, the
bidder fails to satisfy the City of Lubbock that the bidder is properly qualified to carry out the obligations of the
contract and to complete the work described therein. Evaluation of the bidder's qualifications shall include:
(a) The ability, capacity, skill, and financial resources to perform the work or provide the service required.
(b) The ability of the bidder to perform the work or provide the service promptly or within the time specified,
without delay or interference.
j (c) The character, integrity, reputation, judgment, experience, and efficiency of the bidder.
(d) The quality of performance of previous contracts or services.
(e) Worker's Compensation Experience Rating.
Before contract award, the recommended contractor for this project may be required to show that he has
experience with similar projects that require the Contractor to plan his work efforts and equipment needs with
City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of ALL similar
municipal and similar non -municipal current and completed projects for the past three (3) years for review. This
list shall include the names of supervisors and type of equipment used to perform work on these projects. In
addition, the Contractor may be required to provide the name(s) of supervisor(s) that will be used to perform work
on this project in compliance with City of Lubbock specifications herein.
32 BID AWARD
32.1 The City of Lubbock reserves the right to reject any or all bids, reject any particular item on a bid, and to
waive immaterial formalities and to accept the offer most advantageous to the City of Lubbock in its sole
discretion.
32.2 The City reserves the right to accept the Total Base Bid and Alternate Bids in any order or combination
that serves its best interests. The low bid shall be determined on the price combination of the Total Base
Bid and any accepted Alternate Bids or Options.
32.3 All bids are evaluated for compliance with specifications before the bid price is considered. Response to
specifications is primary in determining the best low bid. Failure to comply with the specifications may
result in disqualification of the bid.
32.4 In case of tie bids, preference will be given to local bidders. Consistent and continued tie bidding may be
cause for rejection of bids by the City of Lubbock and/or investigation by the Attorney General to
determine possible Anti -Trust violations.
3 2. 5 Before the City may award a bid to a nonresident bidder, the nonresident bidder's bid must be lower than
lowest bid submitted by a responsible Texas bidder by the same margin or amount that a Texas bidder
would be required to underbid the nonresident bidder in the nonresident bidders' home state.
32.6 Any contract made, or purchase order issued, as a result of this Invitation to Bid, shall be entered into the
State of Texas and under the laws of the State of Texas. In connection with the performance of work, the
Bidder agrees to comply with the Fair Labor Standard Act, Equal Opportunity Employment Act, and all
other applicable Federal, State, and Local laws, regulations, and executive orders to the extent that the
same may be applicable.
32.7 NO INDIVIDUAL OF ANY USING DEPARTMENT HAS THE AUTHORITY TO LEGALLY
AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR
9
PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED
BY THE REQUIREMENTS OF THIS INVITATION TO BID.
32.8 The successful bidder must satisfy the City as to the bidder's ability to perform the work and meet all
contractual obligations set forth in the contract to be executed.
33 DISADVANTAGED BUSINESS ENTERPRISE (DBE) REQUIREMENTS
3 3. 1 The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this
ITB, Disadvantaged Business Enterprises (DBE's) will be afforded equal opportunities to submit bids and
will not be discriminated against on the grounds of race, color, sex, disability, or national origin in
consideration of an award.
33.2 A DBE is defined as a small business concern which is at least 51% owned and controlled by one or
more socially and economically disadvantaged individuals, or in the case of any publicly owned business,
at least 51 % of the stock of which is owned by one ore more socially and economically disadvantaged
individuals. Socially and economically disadvantaged include Women, Black Americans, Hispanic
Americans, Native Americans, Asian -Pacific Americans, and Asian -Indian Americans.
33.3 Good Faith Efforts (Information to be submitted)
City of Lubbock treats bidders' compliance with good faith efforts requirements as a matter of
responsiveness.
Each solicitation for which a contract goal has been established will require the bidders/offerors to submit
the following information with its bid as a condition of responsiveness:
1. The names and addresses of DBE firms that will participate in the contract;
2. A description of the work that each DBE will perform;
3. The dollar amount of the participation of each DBE firm participation;
4. Written and signed documentation of commitment to use a DBE subcontractor whose
participation it submits to meet a contract goal;
5. Written and signed confirmation from the DBE that it is participating in the contract
as provided in the prime contractor's commitment; and
6. If the contract goal is not met, evidence of good faith efforts.
33.4 Demonstration of good faith efforts
The obligation of the bidder is to make good faith efforts. The bidder can demonstrate that it has done so
either by meeting the contract goal or documenting good faith efforts. Examples of good faith efforts are
found in Attachment 7 of the Airport's DBE plan, http://purchasing.ci.itibbock.tx.us/vendor.htm.
The following personnel are responsible for determining whether a bidder who has not met the contract
goal has documented sufficient good faith efforts to be regarded as responsive: Persons assigned to
evaluate bids or proposals as specified on the City's "Request to Solicit Competitive Bids or Proposals —
Procurement Document Submittal Form."
We will ensure that all information is complete and accurate and adequately documents and bidder's good
faith efforts before we commit to the performance of the contract by the bidder.
33.5 Administrative reconsideration
Within 10 days of being informed by City of Lubbock that it is not responsive because it has not
documented sufficient good faith efforts, a bidder may request administrative reconsideration. Bidders
should make this request in writing to the following reconsideration official: Bruce MacNair, Public
Works Contracting Officer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457. The
reconsideration official will not have played any role in the original determination that the bidder did not
make/document sufficient good faith efforts.
10
As part of this reconsideration, the bidder will have the opportunity to provide written documentation or
argument concerning the issue of whether it met the goal or made adequate good faith efforts to do so.
-= The bidder will have the opportunity to meet in person with our reconsideration official to discuss the
issue of whether it met the goal or made adequate good faith efforts to do so. We will send the bidder a
written decision on reconsideration, explaining the basis for finding that the bidder did or did not meet the
,3
goal or make adequate good faith efforts to do so. The result of the reconsideration process is not
administratively appealable to the Department of Transportation.
33.6 Good Faith Efforts when a DBE is replaced on a contract
City of Lubbock will require a contractor to make good faith efforts to replace a DBE that is terminated or
has otherwise failed to complete its work on a contract with another certified DBE, to the extent needed to
meet the contract goal. The City will require the prime contractor to notify the DBE Liaison Officer
(DBELO) immediately of the DBE's inability or unwillingness to perform and provide reasonable
documentation.
In this situation, we will require the prime contractor to obtain our prior approval of the substitute DBE
A and to provide copies of new or amended subcontracts, or documentation of good faith efforts. If the
contractor fails or refuses to comply in the time specified, our contracting office will issue an order
stopping all or part of payment/work until satisfactory action has been taken. If the contractor still fails to
comply, the contracting officer may issue a termination for default proceeding.
33.7 Counting DBE Participation
v. The City will count DBE participation toward overall goals as provided in 49 CFR 26.55.
33.8 Certification
The DBELO will use the certification standards of Subpart D of part 26 and the certification procedures
of Subpart E of part 26 to determine the eligibility of firms to participate as DBEs in DOT -assisted
contracts. In addition, the Department of Aviation has approval from Citibus, the City's transit authority
and the Affirmative Action and Contract Compliance Division of the City of Houston, Texas to assist in
applying certification standards. To be certified as a DBE, a firm must meet all certification eligibility
`` standards. The City will make their certification decisions based on the facts as a whole.
33.9 Process
The City's certification application form and documentation requirements are found in Attachment 5 of
the Airport's DBE Plan.
For information about the certification process or to apply for certification, firms should contact: Kelly
Campbell, Deputy Director Finance and Administration, Lubbock International Airport, Rt. 3 Box 389,
Lubbock, Texas 79403, 806/775-3126, kcampbell@maii.ci.lubbock.tx.us.
In the event the City proposes to remove a DBE's certification, the City will follow procedures consistent
with 26.87. Attachment 6 to the Airport's DBE Plan sets forth these procedures in detail. To ensure
separation of functions in a decertification, the City has determined that the Public Works Contracting
Officer will serve as the decision maker in decertification proceedings. The City has established an
administrative "firewall" to ensure that the Public Works Contracting Officer will not have participated in
any way in the decertification proceeding against the firm (including the decision to initiate such a
proceeding).
If the City denies a firm's application or decertifies it, the firm may not reapply until 12 months have
passed from our action.
11
33.10 Certification Appeals
Any firm or complainant may appeal the City's decision in a certification matter to DOT. Such appeals
may be sent to:
Department of Transportation Office of Civil Rights Certification Appeals Branch, 400 7`h St.,
SW, Room 2104, Washington, DC 20590.
The City will promptly implement any DOT certification appeal decision affecting the eligibility of DBEs
for all DOT -assisted contracting (e.g., certify a firm if DOT has determined that our denial of its
application was erroneous).
33.11 "Recertification's"
The City will review the eligibility of DBEs that the City might have certified under former part 23, to
make sure that they meet the standards of Subpart D of part 26. The City will complete this review within
four years beginning October, 1999. In order to comply with requirements of re -certification each
currently certified DBE the airport works with as well as any new applicant for certification will be
required to submit a Statement of Personal Net Worth as shown in Exhibit 9 of the Airport's DBE plan.
For firms that the City has certified or reviewed and found eligible under part 26, the City will review
their eligibility every five years following the date of their certification. These reviews will include the
following components:
1. The City of Lubbock will require that the firm complete a new DBE Certification Form.
2. The City of Lubbock may use on -site visits where necessary to make proper determinations.
3. The City of Lubbock will use any discretion to certify a firm on reliance of the decisions made by
DOT or another recipient, to make an independent certification decision based on additional
documentation provided by another recipient or to require the applicant to proceed through our
application procedure without regard to the action of the other recipient
4. City of Lubbock reserves the right to determine recertification procedures on a case -by -case
basis.
33.12 "No Change" Affidavits and Notices of Change
The City will require all certified DBEs to inform the DBELO, in a written affidavit, of any change in its
circumstances affecting its ability to meet size, disadvantaged status, ownership or control criteria of 49
CFR part 26 or of any material changes in the information provided with the DBE's application for
certification.
The City will also require all owners of all DBEs the City has certified to submit, on the anniversary date
of their certification, a "no change" affidavit meeting the requirements of 26.83(j). The text of this
affidavit is the following:
I swear (or affirm) that there have been no changes in the circumstances of [name of DBE firm] affecting
its ability to meet the size, disadvantaged status, ownership, or control requirements of 49 CFR part 26.
There have been no material changes in the information provided with [name of DBE]'s application for
certification, except for any changes about which you have provided written notice to the City of Lubbock
under 26.83(I). [Name of firm] meets Small Business Administration (SBA) criteria for being a small
business concern and its average annual gross receipts (as defined by SBA rules) over the firm's previous
three fiscal years do not exceed $16.6 million.
The City will require DBEs to submit with this affidavit documentation of the firm's size and gross
receipts.
The City will notify all currently certified DBE firms of these obligations by newsletter or direct mail
beginning October, 2000. This notification will inform DBEs that to submit the "no change" affidavit,
their owners must swear or affirm that they meet all regulatory requirements of part 26, including
12
personal net worth. Likewise, if a firm's owner knows or should know that he or she, or the firm, fails to
meet a part 26 eligibility requirement, the obligation to submit a notice of change applies.
33.13 Bidders List
The City of Lubbock will create a bidders list, consisting of information about all DBE and non -DBE
firms that bid or quote on DOT -assisted contracts. The purpose of this requirement is to allow use of the
bidders list approach to calculating overall goals. The bidders list will include the name, address,
DBE/non-DBE status, age, and annual gross receipts of firms.
The City will collect this information in the following ways: a notice in all solicitations and direct request
to firms quoting on subcontracts to report information directly to the DBELO. The City of Lubbock will
work closely with all prime bidders in order to collect necessary information of all firms who quote to
them on contracts.
33.14 Monitoring Payments to DBEs
The City will require prime contractors to maintain records and documents of payments to DBEs for three
years following the performance of the contract. These records will be made available for inspection
upon request by any authorized representative of the City of Lubbock or DOT. This reporting
requirement also extends to any certified DBE subcontractor.
The City will keep a running tally of actual payments to DBE firms for work committed to them at the
time of contract award.
The City will perform interim audits of contract payments to DBEs. The audit will review payments to
LJ DBE subcontractors to ensure that the actual amount paid to DBE subcontractors equals or exceeds the
dollar amounts stated in the schedule of DBE participation.
33.15 Reporting to DOT
The City will report DBE participation to DOT annually on Form 4630, as modified for use by FAA
recipients.
35 Veteran's Preference
It shall include in all contracts for work on any project funded under the grant agreement which involve labor,
such provisions as are necessary to insure that, in the employment of labor (except in executive, administrative,
and supervisory positions), preference shall be given to Veterans of the Vietnam era and disabled veterans as
defined in Section 47112 of Title 49, United States Code. However, this preference shall apply only where the
individuals are available and qualified to perform the work to which the employment relates.
36 Confidentiality
The City will safeguard from disclosure to third parties information that may reasonably be regarded as
confidential business information, consistent with Federal, state, and local law. The City of Lubbock will
maintain efforts to be consistent with the law as set forth in: the Freedom of Information Act under USC: Title 5.
The relevant text is found in § 552(b) (2) and (4). The City of Lubbock will interpret these parts as policy to
refuse the release of and access to, any information deemed to be related solely to the internal personnel rules and
practices of an agency; or as trade secrets and commercial or financial information obtained from a person and
` privileged or confidential.
Further, in compliance with USC: Title 18 § 1905 concerning the disclosure of confidential information: The
City of Lubbock will not publish, divulge, disclose or make known in any manner or to any extent not authorized
by law any information coming to us in the course of employment or official duties or by reason of any
examination or investigation made by, or return, report or record made to or filed with the City of Lubbock, which
information concerns or relates to the trade secrets, processes, operations, style of work, or apparatus, or to the
identity, confidential statistical data, amount or source of any income, profits, losses, or expenditures of any
person, firm, partnership, corporation, or association; or permits any income return or copy thereof or any book
containing any abstract or particulars thereof to be seen or examined by any person except as provided by law.
13
Notwithstanding any contrary provisions of state or local law, we will not release personal financial information
submitted in response to the personal net worth requirement to a third party (other than DOT) without the written
consent of the submitter.
37 Non Discrimination Clause
The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in
the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR part
26 in the award and administration of DOT assisted contracts. Failure by the contractor to carry out these
requirements is a material breach of this contract, which may result in the termination of this contract or
such other remedy, as the recipient deems appropriate.
38 Prompt Pam
The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory
performance of its contract no later than 30 days from the receipt of each payment the prime contractor
receives from City of Lubbock. The prime contractor agrees further to return retainage payments to each
subcontractor within 30 days after the subcontractor's work is satisfactorily completed. Any delay or
postponement of payment from the above referenced time frame may occur only for good cause following
written approval of the City of Lubbock. This clause applies to both DBE and non -DBE subcontractors.
The City of Lubbock will require that all contractors comply with the Texas Government Code 2251.022.
Chapter 2251 of the Texas Government Code generally defines past due dates and provides for payments
for goods and services to vendors, general contractors, and subcontractors. Failure to comply with the
provisions of Texas Government Code Chapter 2251 include the right to charge interest on overdue
accounts and right to collect attorney's fees in the event of formal administrative or judicial action to
collect an invoice payment or interest due. A copy of Texas Government Code 2251.022 is attached as
Attachment 8 in the Airport's Disadvantaged Business Enterprise Plan.
39 Monitoring and Enforcement Mechanisms
The City will bring to the attention of the Department of Transportation any false, fraudulent, or dishonest
conduct in connection with the program, so that DOT can take the steps (e.g., referral to the Department of Justice
for criminal prosecution, referral to the DOT Inspector General, action under suspension and debarment or
Program Fraud and Civil Penalties rules) provided in 26.109. The City also will consider similar action under our
own legal authorities, including responsibility determinations in future contracts.
The City of Lubbock WILL REQUIRE CERTIFICATION that work contracted with a DBE is actually performed
by the DBE. We may follow up this certification by conducting on -site evaluations to monitor the performance
obligated in the contract.
In the event of non-compliance with the DBE regulation by any participant in our procurement activities, the City
of Lubbock shall be entitled to pursue any and all remedies allowed by the laws of the State of Texas and the
Federal Government. Such remedies may include, but not necessarily be limited to, the following:
a. Civil action, in a court appropriate jurisdiction, for breach of the contract. Such damages may be set
forth in the contract as predetermined damages, consequential damages arising out of the breach
and/or specific performance.
b. Criminal prosecution may result from the commission of fraud or other criminal activity on the part
of a party to the contract. In the event that a crime is perceived to have occurred, the city may refer
the case to the appropriate law enforcement or prosecutorial authority for further action. In such
event the city anticipates cooperating with such agency in the investigation and prosecution of a
criminal case.
14
w
BID SUBMITTAL
UNIT PRICE BID CONTRACT
DATE: 10/18/2006
PROJECT NUMBER: #06-720-DD — REPLACE AIRFIELD SIGNAGE
Bid of F&W Electrical contractors, Inc.
(hereinafter called Bidder)
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Ladies and Gentlemen:
The Bidder, in compliance with your Invitation to Bid for the construction of REPLACE AIRFIELD SIGNAGE
having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract
documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of
the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and
supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time
set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required
under the contract documents.
hstimated -
Item Quantity
No. & Unit Description of Item Total Amount
1. 1 LS P-140, Mobilization (including bonds, insurance and demobilization)
MATERIALS: six Thousand $ 6, 000.00 /LS (6, 000. 00 )
LABOR: Ten Thousand Four Hundred Ninety $ 10, 490. OO/LS ( 10, 490. 00 1
TOTAL ITEM #1: Sixteen Thousand Four Hundred Ninety $ 16, 490. 00/LS (16, 490. 00
(Unit Price Amounts shall be shown in bode words and numerals. In case of discrepancy, the amount shown in words shall govern.)
2. 1 LS L--109, Architectural modifications to the existing electrical vault
including all related materials and labor.
MATERIALS: Ten Thousand $ 10, 000.00 /LS 10, 000.00 )
LABOR: Five Thousand $ 5, 000. 00 /LS 15, 000.00
TOTAL ITEM #2: Fifteen Thousand $ 15, 000.00 /LS( 15 000. 00
(Unit Price Amounts shall be shown in both words and numerals. in case ofdiscrepancy; the amount howtu in words shall govern.)
Bidder's Initials
Estimated
Item Quantity
No. & Unit Description of Item Total Amount
1 LS L-109, Upgrade of the existing electrical service.
MATERIALS: Eight Thousand $ 8, 000.00 /LSD 8, 000.00 1
LABOR: Ten Thousand $ 10, 000.00/LS (10, 000.00)
TOTAL ITEM #3: Eighteen Thousand $ 18, 000. 00ILS (18, 000. 00
(Unit Price Amounts shall be shown in both words and numerals. In out of discrepancy, the amount shown in words shall govern.)
4. 1 LS L-109, Replacement of the existing generator with a new 320kw
emergency generator.
MATERIALS: Eighty Thousand $ 80, 000.00 /LS (80, 000.001
LABOR:_ Twenty-nine Thousand Six Hundred $291600.00 /LS(29,600 oq
TOTAL ITEM#4: One Hundred Nine Thousand Six Hundred $109, 600. 00/LS (109, 600 0q
(Unit Price Amounts shall be shown to both words and numerals. In case of discrepancy, the amount shown in words shali govern.)
5. 1 LS L-109, Modifications to the existing series circuit.
MATERIALS: Five Hundred $ 500.00 /LS 500.00 1
LABOR:_ one Thousand Five Hundred $ 1 500 00 /LS (1, 500 00 )
TOTAL ITEM #5:_ Two Thousand S2,000.00 /LS (2, 000. oo )
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.)
6. 1 LS L-109, Distribution panel replacement for new equipment.
MATERIALS: 'Twenty Thousand $ 20, 000. oo/LS ( 20, 000. 00)
LABOR: Nineteen Thousand $ 19, 000. 00/LS 19, 000. 00)
TOTAL ITEM #6: Thirty-nine Thousand $ 39, 000. 0o/LS( 39, 000. 00)
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.)
4a— Bidder's Initials
Estimated
Item Quantity
No. & Unit Description of Item Total Amount
7. 1 LS L-109, Modification to the existing HVAC ventilation system required to
accommodate the new generator.
MATERIALS: Five Thousand $ 5, 000. 00 /LS ( 5, 000. 00 )
LABOR: Five Thousand $ 5, 000. 00 /j,S (5, 000 00 )
TOTAL ITEM #7: Ten Thousand $10 , 000. 00/LS (10, 000, 00)
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem. )
8. 3 EA L-109, New 30kw regulator for runways.
MATERIALS:_ Eleven Thousand $ 11, 000.00/EA ( 33, 000 OP
LABOR: Five Thousand Two Hundred $ 5, 200 .00 /EA( 15, 600 09
TOTAL ITEM #8: Sixteen Thousand Two Hundred $16, 200.00/EA ( 48, 600.09
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.)
9. 1 EA L-109, New 30kw regulator for taxiways (spare delivered to Owner with no
installation)
MATERIALS: Ten Thousand $ 10, 000 00/EA( 10, 000 001
LABOR: Two Thousand Five Hundred Forty $2,540.00 /Eq 2�0 )
TOTAL ITEM #9: Twelve Thousand Five Hundred Forty $ 12, 540. oO/FA (12, 540 00)
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.)
10. 1 EA L-109, New ISkw regulator for taxiways including all related work.
MATERIALS: Nine Thousand $ 9, 000.00 /EA ( 9, 000.00 )
LABOR: _Five Thousand Two Hundred $ 5,200.00/EA (5,200.00)
TOTAL ITEM #10:_ _ Fourteen Thousand Two Hundred $ 14, 200. O9EA (14, 200 Ott
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern)
P— Bidder's Initials
Estimated
Quantity
& Unit Description of Item Total Amount
11. 1 LS L-109, Control system modifications including all related work.
MATERIALS: Fifty-eight Thousand $ 58, 000. 00 /LSS 58, 000. 00)
LABOR:_ Six Thousand $ 6, 000.00 /LS 16, 000.00 )
TOTAL ITEM #11:_ sixty-four Thousand $ 64, 000.00/LS (64, 000.00)
(Unit Price Amounts shall be shown in both words and numerals. in case of discrepancy, the amount shown in words shall govern.)
12. 1 LS L-109, Temporary generator service including all related work.
MATERIALS: zero $ 0 /LS { 0
LABOR:_ Sixteen Thousand Five Hundred $ 16, 500.00/LS116, 500.00 )
TOTAL ITEM #12: sixteen Thousand Five Hundred $ 16, 500.0qLS 16, 500.00 )
(Unit Price Amounts shall be shown in both words and numerals. In can of discrepancy, the amount shown in words shall govern.)
13. 1 EA L-109, Install one panel internally lighted runway exit sign, base mounted
complete in place.
MATERIALS: One Thousand seven Hundred $ 1,700. 00 /EA `1, 70! 000
LABOR:_ One Thousand Three Hundred $ 1, 300 .00 /EA ( 1, 300.00 )
TOTAL ITEM #13:_ Three Thousand $ 3,000.00 /EA (3,000.00)
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem,)
14. 222 EA, L-109, Install one single panel in existing sign, complete in place.
MATERIALS: Two Hundred Five $ 205.00 !EA ( 45, 510.00)
LABOR:_ Seventy $ 70.00 /EAS15,540.00)
TOTAL ITEM #14: Two Seventy-five $ 275. 00 /EA (61, 050.00 )
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.)
Bidder's Initials
Estimated
Item Quantity
No. & Unit
Description of Item Total Amount
15. 19 EA
L-125. Install double panel in existing sign, complete in place.
MATERIALS:
Four Hundredd $ 400. 00 /EA (
7, 600.001
LABOR:
One Hundred Twenty-five $ 125. 00 /EA (2,
375.00�
TOTAL ITEM #15:
Five Hundred Twenty-five $ 525.00 /EA (9,
975.00)
(Unit Pnce Amounts
shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.)
16. 4 EA
L-125, Repair damaged sign frame complete.
MATERIALS:
One Thousand $11000. 00 /EA
(4, 000.00)
LABOR:
Six Hundred $ 600.00 /EAI2,400.0�
TOTAL ITEM#16:
One Thousand Six Hundred $1,600.00 /EA
(6,400.0.9
(Urut Price Amounts
shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.)
TOTAL BID, ITEMS #1- #16:
MATERIALS: Three Hundred Three Thousand Three Hundred Ten $ 303,310.00
LABOR: One Hundred Forty-three Thousand Forty-five $ 143, 045.00
TOTAL BID
ITEMS 41 - 416Four Hundred Forty-six Thousand Three Hundred Fifty-five $ 446, 355.00
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.)
ADDITIVE ALTERNATE A
Estimated
Item Quantity
No. & Unit Description of item Total Amount
A-l. 187 EA L-125. Install one panel in existing sign, complete.
MATERIALS: One Hundred Thirty-five $135. 00 /E,A (25, 245 . UP
LABOR: Fifty-five $55.00 /EA (10,285.09
TOTAL ITEM #A-l: One Hundred Ninety $190.00(35, 530. 0_9
(Unit Pricc Amounts shall be shown in both words and numerals. In case of discrepancy, the am ourn shown in words shall govern.
Bidder's Initials
Estimated
Quantity
& Unit Description of Item Total Amount
A-2. 2 EA L-125, Install double panel in existing sign complete.
MATERIALS: Four Hundred $ 400.00 /EA 800.00
LABOR:— One Hundred Twenty $120.00 /EA (240.00 i
TOTAL ITEM #A-2: Five Hundred Twenty $ 520.00 /EA (1, 040.00 )
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.)
A-3. I LS L-109, Additional modifications to the existing ADB control/monitoring
system complete.
MATERIALS: Twenty-seven Thousand $ 27, 000.00 /LS (27, 000. 00)
LABOR:_ _ Three Thousand $3, 000.00 /LS ( 3, 000.00
TOTAL ITEM #A-3: Thirty Thousand $30, 000. 00 /I,S (30, 000. 00�
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.)
TOTAL ADDITIVE ALTERNATE A, ITEMS #A-1 - #A-3
MATERIALS- Fifty-three Thousand Forty-five $53,045.00
LABOR: Thirteen Thousand Five Hundred Twenty-five $ 13, 525.00
TOTAL ITEMS
ITEMS #A-1 -#A-3: Sixty-six Thousand Five Hundred Seventy $ 66, 570.00
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.)
P_ Bidder's Initials
6
ADDITIVE ALTERNATE B
Estimated
Quantity
& Unit Description of Item Total Amount
B. 161 EA Install one single panel in existing signs, complete.
MATERIALS: Thirty-five $35.00 /EA(5,635.00 )
LABOR: Forty 40.00 /EA 6, 440.00
TOTAL ITEM #B-l: seventy-five $ 75. 00 /EA(12, 075.001
(Unit Price Amounts shall be shown to both words and numerals. In case of discrepancy. the amount shown in words shall govern.)
Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written
"Notice to Proceed" of the Owner and to substantially complete the project within 210 (TWO HUNDRED -TEN)
consecutive calendar days thereafter as stipulated in the specifications and other contract documents. Bidder hereby
further agrees to pay to Owner as liquidated damages the sum of $450 (FOUR HUNDRED- FIFTY) for each
consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set
' forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be
completed and submitted in accordance with instruction number 28 of the General Instructions to Bidders.
Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the
bidding.
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days
after the scheduled closing time for receiving bids
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the
plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to
commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on
which he has bid; as provided in the contract documents.
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or
certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company,
payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total
amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and
execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract to him.
Bidder's Initials
�Pl—
Enclosed with this bid is a Cashier's Check or Certified Check for N/A
Dollars (SN/A ) or a Bid Bond in the sum of 5% GAB Dollars
(S 5% GAB ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event
the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance
certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of
written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned
upon demand.
Bidder understands and agrees that the contract to be executed by Bidder shall be bound and includes all contract
documents made available to him for his inspection in accordance with the Notice to Bidders.
Pursuant to Texas Local Government Code 252.043(a), a
competitive sealed bid that has been opened may not be
changed for the purpose of correcting an error in the bid price.
THEREFORE, ANY CORRECTIONS TO THE BID PRICE
MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR
TO BID OPENING.
(Seal if Bidder is a Corporation)
ATTEST: Q�
Secretary
Bidder acknowledges receipt of the following addenda:
Addenda No. _
Date
Addenda No.
Date
Addenda No.
Date
Addenda No.
Date
Date: 10/18/06
jAnized Signature
s L. Freasier, Jr.
(Printed or Typed Name)
F&W Electrical Contractors, Inc.
Company
PO Box 98
Address
Floresville Wilson
city, County
Texas 78114
Telephone: 830 _ 393-00Zip Code
93
T
Fax: 830—' —39 -
MIWBE Firm: Woman I I Black American jNative American
Hispanic American I I Asian Pacific American I Other (Specify)
8
CITY OF LUBBOCK
INSURANCE REQUIREMENT AFFIDAVIT
To Be Completed by Offeror and Agent
And Attached to Bidders Submittal
I, the undersigned Bidder, certify that the insurance requirements contained in this bid document have been
reviewed by me with the below identified Insurance Agent/Broker. If I am awarded this contract by the City of
Lubbock. I will be able to, within ten (10) business days after being notified of such award by the City of
Lubbock, fumish a valid insurance certificate to the City meeting all of the requirements defined in this bid.
• L James L. Freasier, Jr.
Co for (Signature) Contractor (Print)
CONTRACTOR'S FIRM NAME: F&W Electrical Contractors, Inc.
(Print or Type)
CONTRACTOR'S FIRM ADDRESS: Po Box 98
Floresville, Texas 78114
Name ofAgent/Broker: **see Attached**
Agent / Broker (Signature)
Address of Agent/Broker:
City/State/Zip:
Agent/Broker Telephone Number: (_ )
Date:
NOTE TO CONTRACTOR
If the time requirement specified above is not met, the City has the right to reject this proposal and award the
contract to another contractor. If you have any questions concerning these requirements, please contact the Public
Works Contracting Office for the Citv of Lubbock at (8061775-2163.
BID #06-720-DD — REPLACE AIRFIELD SIGNAGE
10
SAFETY RECORD QUESTIONNAIRE
(Must Be Submitted With Bid Submittal)
The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government
_- Code, and consider the safety records of potential contractors prior to awarding bids on City contracts. Pursuant to Section
A 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for
accurately determining the safety record of a bidder prior to awarding bids on City contracts.
The definition and criteria for determining the safety record of a bidder for this consideration shall be:
The City of Lubbock shall consider the safety record of the bidders in determining the responsibility thereof. The City
may consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or
caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may
consider, among other things:
g�
a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC),
against the bidder for violations of OSHA. regulations within the past three (3) years.
b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations
within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to,
the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the
Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the
Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas
Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the
Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental
protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the
United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or
federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions,
administrative orders, draft orders, final orders, and judicial final judgments.
Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death.
d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the
bidder and his or her ability to perform the services or goods required by the bid documents in a safe environment,
both for the workers and other employees of bidder and the citizens of the City of Lubbock.
In order to obtain proper information from bidders so that City of Lubbock may consider the safety records of potential
contractors prior to awarding bids on City contracts, City of Lubbock requires that bidders answer the following three (3)
questions and submit them with their bids:
QUESTION ONE
Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such
firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years?
YES NO X
If the bidder has indicated YES for question number one above, the bidder must provide to City of Lubbock, with its bid
submission, the following information with respect to each such citation:
Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty
assessed
Bidder's Initials
11
QUESTION TWO
Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such
firm, corporation, partnership or institution, received citations for violations of environmental protection laws or
regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement,
suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints.
indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments.
YES NO X
If the bidder has indicated YES for question number two above, the bidder must provide to City of Lubbock, with its bid
submission, the following information with respect to each such conviction:
Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and
penalty assessed.
QUESTION THREE
Has the bidder, or the firm, corporation, partnership, or institution represented by bidder, or anyone acting for such firm,
corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which
resulted in serious bodily injury or death?
YES NO X
If the bidder has indicated YES for question number three above, the bidder must provide to City of Lubbock, with its bid
submission, the following information with respect to each such conviction:
Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty
assessed.
ACKNOWLEDGEMENT
THE STATE OF TEXAS
COUNTY OF LUBBOCK
1 certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my
statements and answers to questions. I am aware that the information given by me in this questionnaire will be
investigated, with my full permission, and that any misrepresentations or omissions may cause my bid to be rejected.
-�p S I
sigIM
James L Freasier, Jr. President
._.......... .
Title
12
SUSPENSION AND DEBARMENT CERTIFICATION
Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or
making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are
suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of
$25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients).
Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and
its principals are not suspended or debarred by a Federal agency.
Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals
are not suspended or debarred by a Federal agency.
I. the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or
debarred by a Federal agency.
COMPANY NAW:_F&W ElectriAal Contractors, Inc.
Signature of Company Official:
Date Signed: 10/18/06
Printed name of company official signing above: James L Freasier, Jr.
PAYMENT BOND
STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $25,000)
KNOW ALL MEN BY THESE PRESENTS, that F&W Electrical Contractors, Inc (hereinafter called the Principal(s),
as
Principal(s), and
Independence Casualty and Surety Company
(hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the
Obligee), in the amount of Five Hundred Twenty Five Thousand & no/Mars ($ 525.000.OAlawful money of the
United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators,
executors, successors and assigns,, jointly and severally, firmly by these presents.
WHEREAS, the Principal Icentered
serf eld si nacertain
e B d #0tten contract with the Obligee, dated the 9th day of
November 20 06 to p 9 9
and said Principal under the law is required before commencing the work provided for in said contract to execute a bond
in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent
as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay
all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said
contract, then, this obligation shall be void; otherwise to remain in full force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the
Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said
Article to the saute extent as if it were copied at length herein.
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and seated this instrument this
14 day of November 2006
Independence Casualty and Surety Company F&W Electrical Contractors, Inc.
Surety (Company Name)
By:ement R. Kenrion-m—/./
(Pre Nameme
(Title) Attorney -in -fact s . Freasier, J
nature)
P esident
itle)
No Text
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby
designates (1) an agent resident in Lubbock 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.
Independence Casualty and Surety Company
Surety
(Title)
Attorney -in -fact
Approved as to Form
C
City oFLub ck
�By. -
r ttomey
* Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing
that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of
attorney for our files.
(1) Kevin J. Dunn
Arthur J. Gallagher
Risk Management Services, Inc.
2727 81 st Street
Lubbock, TX 79423
(1-806-785-1988)
2
No. 0004319
ICW GROUP
Power of Attorney
Insurance Company of the West
Explorer Insurance Company Independence Casualty and Surety Company
KNOW ALL MEN BY THESE PRESENTS: That Insurance Company of the West, a Corporation duly organized under the laws of the State of California, Explorer
Insurance Company, a Corporation duly organized under the laws of the State of California, and Independence Casualty and Surety Company, a Corporation duly organized
under the laws of the State of Texas, (collectively referred to as the "Companies"), do hereby appoint
CLEMENT R. KENNON III, TOMMY R. MOORE, ANNA MARIE SAENZ
their true and lawful Attomey(s)-in-Fact with authority to date, execute, sign, seal, and deliver on behalf of the Companies, fidelity and surety bonds, undertakings, and other
similar contracts of suretyship, and any related documents.
In witness whereof, the Companies have caused these presents to be executed by its duly authorized officers this 1st day of November, 2005.
4�,60►►ru+roFf `�9 I 4N0,- o�J Imo
�oo�rogerFn g �'toa gym`, p 4 d INSURANCE COMPANY OF THE WEST
SEAL 1 ; � y EXPLORER INSURANCE COMPANY
+fi p;�s�r ten• t.9 `z a �Q INDEPENDENCE CASUALTY AND SURETY COMPANY
Jeffrey D. Sweeney, Assistant Secretary John L. Hannum, Executive Vice President
State of California
} ss.
County of San Diego
On June 5, 2006 before me, Mary Cobb, Notary Public, personally appeared John L. Hannum and Jeffrey D. Sweeney, personally known to me to be the persons
whose names are subscribed to the within instrument, and acknowledged to me that they executed the same in their authorized capacities, and that by their signatures on the
instrument, the entity upon behalf of which the persons acted, executed the instrument.
r '
. i'• Is r, ter:•+
s e •
RESOLUTIONS
Witness my hand and official seal.
Mary Cobb, Notary Public
This Power of Attorney is granted and is signed, sealed and notarized with facsimile signatures and seals under authority of the following resolutions adopted by the respective
Boards of Directors of each of the Companies:
"RESOLVED: That the President, an Executive or Senior Vice President of the Company, together with the Secretary or any Assistant Secretary, are
hereby authorized to execute Powers of Attorney appointing the person(s) named as Attomey(s)-in-Fact to date, execute, sign, seal, and deliver on
behalf of the Company, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents.
RESOLVED FURTHER: That the signatures of the officers making the appointment, and the signature of any officer certifying the validity and
current status of the appointment, may be facsimile representations of those signatures; and the signature and seal of any notary, and the seal of the
Company, may be facsimile representations of those signatures and seals, and such facsimile representations shall have the same force and effect as if
manually affixed. The facsimile representations referred to herein may be affixed by stamping, printing, typing, or photocopying."
CERTIFICATE
I, the undersigned, Assistant Secretary of Insurance Company of the West, Explorer Insurance Company, and Independence Casualty and Surety Company, do hereby certify
that the foregoing Power of Attorney is in full force and effect, and has not been revoked, and that the above resolutions were duly adopted by the respective Boards of
Directors of the Companies, and are now in full force.
IN WITNESS WHEREOF, I have set my hand this day of
Jeffrey D. Sweeney, Assistant Secretary
To verify the authenticity of this Power of Attorney you may call 1-800-877-1111 and ask for the Surety Division. Please refer to the Power of Attomey Number, the above
named individual(s) and details of the bond to which the power is attached. For information or filing claims, please contact Surety Claims, 1CW Group, 11455 El Camino
Real, San Diego, CA 92130-2045 or call (858) 350-2400.
No Text
PERFORMANCE BOND
a Bond #217 36 14
STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $100,000)
F&W Electrical Contractors, Inc.
KNOW ALL MEN BY THESE PRESENTS, that \ __ (hereinafter called the Principal(s), as Principal(:), and
Independence Casualty and Surety Company
(hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the
Obligee), in the amount ofFive Hundred Twenty, five Thousand & 00/mlars ($ 525,000.OQ lawful money of the
United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators,
executors, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 9 day of
November 2006 to replace airfield signage Bid #06-720-DD
and said principal under the law is required before commencing the work provided for in said contract to execute a bond
in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent
as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCI1, that if the said Principal shall
faithfully perform the work in accordance with the plats, specifications and contract documents, then this obligation shall
J be void; otherwise to remain in full force and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the
Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said
article to the same extent as if it were copied at length herein.
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 14
day of November , 2006
tndependence Casualty and Surety Company F&W Electrical Contractors, Inc.
S„rety (Company Name)
. icy: By:James L. Freasier, Jr.
(Title) lsidenFt
e)
Attorney -in -fact &� P A -A&.'- )
_
(Title)
No Text
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby
designates (1) an agent resident in Lubbock 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.
Independence Casualty and Surety Company
Surety
(Title)
Attorney -in -fact
Approved as to Form R
Cyy Lub ock
By:
Ci ttorney
Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing
that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of
attorney for our files.
(1) Kevin J. Dunn
Arthur J. Gallagher
Risk Management Services, Inc.
2727 81 st Street
Lubbock, TX 79423
(1-806-785-1988)
2
No Text
No. 0004319
ICW GROUP
Power of Attorney
Insurance Company of the West
Explorer Insurance Company Independence Casualty and Surety Company
KNOW ALL MEN BY THESE PRESENTS: That Insurance Company of the West, a Corporation duly organized under the laws of the State of California, Explorer
Insurance Company, a Corporation duly organized under the laws of the State of California, and Independence Casualty and Surety Company, a Corporation duly organized
under the laws of the State of Texas, (collectively referred to as the "Companies"), do hereby appoint
CLEMENT R. KENNON III, TOMMY R. MOORE, ANNA MARIE SAENZ
their true and lawful Attomey(s)-in-Fact with authority to date, execute, sign, seal, and deliver on behalf of the Companies, fidelity and surety bonds, undertakings, and other
similar contracts of suretyship, and any related documents.
In witness whereof, the Companies have caused these presents to be executed by its duly authorized officers this 1st day of November, 2005.
INSURANCE COMPANY OF THE WEST
O' o SEAL > M EXPLORER INSURANCE COPANY
°X°OpNIP,�r� i e �� INDEPENDENCE CASUALTY AND SURETY COMPANY
yl �
Jeffrey D. Sweeney, Assistant Secretary
State of California
} ss.
County of San Diego
John L. Hannum, Executive Vice President
On June 5, 2006 before me, Mary Cobb, Notary Public, personally appeared John L. Hannum and Jeffrey D. Sweeney, personally known to me to be the persons
whose names are subscribed to the within instrument, and acknowledged to me that they executed the same in their authorized capacities, and that by their signatures on the
instrument, the entity upon behalf of which the persons acted, executed the instrument.
Witness my hand and official seal.
Mary Cobb, Notary Public
RESOLUTIONS
This Power of Attorney is granted and is signed, sealed and notarized with facsimile signatures and seals under authority of the following resolutions adopted by the respective
Boards of Directors of each of the Companies:
"RESOLVED: That the President, an Executive or Senior Vice President of the Company, together with the Secretary or any Assistant Secretary, are
hereby authorized to execute Powers of Attorney appointing the person(s) named as Attomey(s)-in-Fact to date, execute, sign, seal, and deliver on
behalf of the Company, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents.
RESOLVED FURTHER That the signatures of the officers making the appointment, and the signature of any officer certifying the validity and
current status of the appointment, may be facsimile representations of those signatures; and the signature and seal of any notary, and the seal of the
Company, may be facsimile representations of those signatures and seals, and such facsimile representations shall have the same force and effect as if
manually affixed. The facsimile representations referred to herein may be affixed by stamping, printing, typing, or photocopying."
CERTIFICATE
I, the undersigned, Assistant Secretary of Insurance Company of the West, Explorer Insurance Company, and Independence Casualty and Surety Company, do hereby certify
that the foregoing Power of Attorney is in full force and effect, and has not been revoked, and that the above resolutions were duly adopted by the respective Boards of
Directors of the Companies, and are now in full force.
IN WITNESS WHEREOF, I have set my hand this l day of
Jeffrey D. Sweeney, Assistant Secretary
To verify the authenticity of this Power of Attorney you may call 1-800-877-1111 and ask for the Surety Division. Please refer to the Power of Attorney Number, the above
named individual(s) and details of the bond to which the power is attached. For information or filing claims, please contact Surety Claims, ICW Group, 11455 El Camino
Real, San Diego, CA 92130-2045 or call (858) 350-2400.
No Text
CERTIFICATE OF INSURANCE
To City of Lubbock Page 1 of 2 2006-11-09 15:17,37 (GMT) 18868613658 From: Brenda Miller
DATE (MMJDDJYYYY)
ACOf�t�, CERTIFICATE OF LIABILITY INSURANCE
11/09/2006
.PRODUCER 210-829-2300 FAX 210-829-2347
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Tom Moore and Associates
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
73T3 Broadway
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
Suite #401
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
San .Antonio, Tx, 78209
INSURERS AFFORDING COVERAGE NAIC#
INSLiREO F & IN ElectricalOn raC ors, Inc.
, wsuRERA: Admiral Insurance Co.
P.O. Box 98
; wsURERB: All ledInsurance Ca.
Floresville, TX 78114
IINSMERC: Landmark American Insurance
wsLRERD: Texas Mutual Insurance Co.
I wsu4ERE: Allied Property & CaSua tp
THE POLICIES OF ;NSURANCE LISTED BELOW HAVE BEEN ISSUED TO T-E INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NCIY41THSTANDING
ANY REQUIREMENT, TERM OR CONDITION 07 ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
i MAY PERTAIN, THE INSURANCE AFFORDED BY
THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
II. TYPE OF INSURANCE
oL Fp(�p7 p
POLICY NUMBER P �� PrSIlI( rIL7N! LIMITS
� i GENERAL LIABILITY
CA000002402-10 12/31/2005 12/31/2006 t EACHOCCLVMNCE ? s 1,000,000
r X 1 COMMERCIALGENERALLIABILITY
I i UA AGEETOREN?ED j S 50,000
I CLAIMSMAOE ! X j OCCUR
i
3 L DEXP{Atly are pet6o7, 1& 5,000
A X XCU
! PERSONAL&AININJURY il 11000, 000'
!' X ; Contractual Lia
! O NLAGGREGATELIMTAPPUEBPEf
GENcRALAGC EGgiE 3 2,000,0001
t
�� _' Pfi} i
i
; i � PRODUCTS-COMPyOPA60 s 3 21000,000i
POLICY ; X JECT LOC
AUTOMOaILELIA61LITY
BATX72014489301 12 31 2005 12 31 2006 ! CONIBINED SWAE LINT
r�--�i ANYAUTO
I (Ea aoalderY, S '
j 1,000,001
I ` ALL OV0M AUTOS I
IBODLYIN
I SCHED)LEDAUTOS
E ! i(PerpemonLRY j 3 '
x HFMAUTOS j
I lt—tc
E
! BODLYIN.A.RY I
1l 3 NMOWNEDAUTOS
(Peraccued) 3
GARAGE LIABILITY
7 ANYAUTO
PROPERMAMACE i 3
! Meraccuerd)
AUTOONLY-EAACCIDENT �--3
j OTHERTHAN EA ACC i S-
I AUTO ONLY: AGG s
EXCESSIUMBRELLA UABILITY LHN033044 12/31/2005 1 12/31/2006 ' EA occLMENCE5,000,000i
I j s
C i ; X OCCUR CLAauSMADE AGc}�EGATE s 5 000,0001
! r r DECUCTWE
F--- r--
- X RETENION s 10,00 i s
WORKERS COMPENSATION AND i TSFOOOII02589 12 31 2005 12 31 2006 Xi
WCSTATU 107w
i EMPLOYERS'; IABIUTYER
AMOPRJETOMPARTNEFLEXECUTIVE I ` EL.EACMACC DENT 8 1,000,0001
Q
OFFICERNENaEREX0.UDEDr ! EL DISEASE•EAEMPLOYE� 3 1i i 000 OOo!
tlM If ye6, 6rbe under
SPECIALPROM SIONSbeON i E.L.DISEASE-POLICYUMIT' 3 1,000, Q001
E ACP720144893031 112f12�5112/31✓2006
Equ pment/Installation
Leased/Rented $250,000 i
Installation $500,000 1
I Deductible $1000
DEBCRh'TION OF OPERATIONS/ LDCATI 6I VEHICI,ES FX U IONP ADDED BY ENDORSEMe14T J ECIAL PROVISIONS ,
Re: ITB #06-720-DD Rep ace Air ied6signage at Lubbock Preston Smith International Airport
pity of Lubbock primary additional insured as per written contract. Blanket waiver of subrogation on
General & Auto Liability,Workers Compensation and umbrella policies as required by written contract.
CERTIFICATE HOLDER CANCELLATION
i SHOULD ANY OF THE ABOVE DESCRIBED POLC+ES BE CANCELLED BEFORE THE
EXPIRATON DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAI_ I
City of Lubbock 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, I
P. 0. BOX 2000 BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
1625 13 t h Street I OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATVES.
Lubbock, TX 79457 I AUTHORIZED REPRESENTATIVE : s
C Mark A Stoltz/AMS��``-
ACORD 25 (2001108) FAX. (806) 767-2275
QACORD CORPORATION 1988
11-09-06A11:04 RCVO
To. City of Lubbock Page 2 of 2 2006-11-09 15:17.37 (GMT)
f
i
i
i
IMPORTANT
18668613858 From: Brenda Miller
If the certificate holder is an ADDITIONAL INSURED; the palicy(les) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
f If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
II require an endorsement. A statement on this certificate does not confer rights to the certificate
Iholder in lieu of such endorsement(s).
I
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
'A affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
r
I
{
s
s
i
i
I
n.A
I
s
i
11-09-06A11:04 RCVD
(1) provide coverage for its employees providing services on a project, for the duration of the project based
on proper reporting of classification codes and payroll amounts and filling of any coverage agreements;
(2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity
prior to beginning work on the project;
(3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the contractor's current certificate of
coverage ends during the duration of the project;
(4) obtain from each person providing services on a project, and provide to the governmental entity:
(A) 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
(B) 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;
(5) retain all required certificates of coverage on file for the duration of the project and for one year
thereafter;
(6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after
the contractor knew or should have known, of any change that materially affects the provision of
coverage of any person providing services on the project;
(7) post a notice on each project site informing all persons providing services on the project that they are
required to be covered, and stating how a person may verify current coverage and report failure to provide
coverage. This notice does not satisfy other posting requirements imposed by the Act or other
commission rules. This notice must be printed in at least 19-point normal type, and shall be in both
English and Spanish and any other language common to the worker population. The text for the notices
shall be the following text provided by the commission on the sample notice, without any additional
words or changes:
3
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services related to this construction project must (see
reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering
equipment and materials, or providing labor or transportation or other service related to the project, regardless of the
identity of their employer or status as an employee."
"Call the Texas Workers' Compensation Commission at (512)440- 3789 to receive information on the
legal requirement for coverage, to verify whether your employer has provided the required coverage, or to
report an employer's failure to provide coverage." and
(8) contractually require each person with whom it contracts to provide services on a project, to:
(A) provide coverage based on proper reporting of classification codes and payroll amounts and
filing of any coverage agreements for all of its employees providing services on the project, for
the duration of the project;
(B) provide a certificate of coverage to the contractor prior to that person beginning work on the
project;
(C) include in all contracts to provide services on the project the language in subsection (e) (3) of
this rule;
(D) 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;
(E) obtain from each other person with whom it contracts, and provide to the contractor:
(i) a certificate of coverage, prior to the other person beginning work on the project; and
(ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the
coverage period, if the coverage period shown on the current certificate of coverage ends during
the duration of the project;
(F) retain all required certificates of coverage on file for the duration of the project and for one year
thereafter;
(G) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10
days after the person knew or should have known, of any change that materially affects the
provision of coverage of any person providing services on the project; and
(H) contractually require each other person with whom it contracts, to perform as required by
paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they
are providing services.0
4
No Text
CONTRACT #7090
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this 91h day of November, 2006 by and between the City of
Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to
do so, hereinafter referred to as OWNER, and F & W ELECTRICAL CONTRACTORS INC. of the City of
Floresville, County of Wilson and the State of Texas hereinafter termed CONTRACTOR.
WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and
performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the
CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements
described as follows:
BID #06-720-DD — REPLACE AIRFIELD SIGNAGE - $525,000
and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own
proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance
and other accessories and services necessary to complete the said construction in accordance with the contract documents
as defined in the General Conditions of the Agreement. F & W Electrical Contractors, Inc.'s bid dated October 18, 2006
is incorporated into and made a part of this agreement.
The CONTRACTOR hereby agrees to commence work within five (5) days after the date written notice to do so shall
have been given to him and to substantially complete same within the time specified in the contract documents.
The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance
with the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make
payment on account thereof as provided therein.
IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County,
Texas in the year and day first above written.
CONTRACTOR:
F&W Electrical Contractors, Inc.
By:
pRjNX0 James L Freasier, Jr.
TITL resident
COMPLETE ADDRESS:
Company F&W Electrical Contractors, Inc.
Address Po Box 98
City, State, Zip Floresville, Texas 78114
ATTEST:
Corporate Secretary Carla s Hild
CITY OF LUBBOC , T XAS (OWNER):
MAYOR
ATTEST:
City Secretary
GENERAL CONDITIONS OF THE AGREEMENT
GENERAL CONDITIONS OF THE AGREEMENT
OWNER
Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City
of Lubbock, Texas.
2. CONTRACTOR
Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co-
partnership or corporation, to wit F & W Electrical Contractors Inc. who has agreed to perform the work
embraced in this contract, or their legal representative.
OWNER'S REPRESENTATIVE
Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as
referring to, City of Lubbock, or its representative, STEVE NICHOLSON DEPUTY DIRECTOR -
OPERATIONS AND SAFETY so designated who will inspect constructions; or to such other representatives,
supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular under
this agreement. Engineers, supervisors or inspectors will act for the Owner under the direction of Owner's
Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor.
4. CONTRACT DOCUMENTS
The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid Submittal
Form including "Exhibit A", Signed Contract, Statutory Bonds, General Conditions of the Agreement, Special
Provisions, Technical Specifications, Plans, Insurance Certificates, and all other documents made available to
Bidder for inspection in accordance with the Notice to Bidders. The above described materials are sometimes
referred to herein as the "contract" or "contract documents".
INTERPRETATION OF PHRASES
Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed,"
or words of like import are used, it shall be understood that the direction, requirement, permission, order,
designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved,"
"Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the
Owner's Representative.
6. SUBCONTRACTOR
The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for
performance of work on the project contemplated by these contract documents. Owner shall have no
responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated
by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due
Subcontractor.
7. WRITTEN NOTICE
Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of
the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the
last business address known to the party who gives the notice.
CONTRACTOR'S RESPONSIBILITIES
Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery,
equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other
facilities necessary for the execution and completion of the work covered by the contract documents. Unless
otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality and
free from material defects. The Contractor shall, if required, furnish satisfactory evidence as to the kind and
quality of materials. Materials or work described in words which so applied have well known, technical or trade
meaning shall be held to refer such recognized standards.
All work shall be done and all materials furnished in strict conformity with the contract documents.
9. SUBSTANTIALLY COMPLETED
The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents
has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still
may require minor miscellaneous work and adjustment.
10. LAYOUT
Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall
accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will
check the Contractor's layout of all major structures and any other layout work done by the Contractor at
Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all
work in accordance with the Plans and Specifications.
11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE
The Contractor shall be furnished ten (10) copies of all Plans and Specifications without expense to Contractor
and Contractor shall keep one copy of same consistently accessible on the job site.
12. RIGHT OF ENTRY
The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed
work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's
Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or
quantity of the work, nor will Owner's Representative be responsible for the construction means, methods,
techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's
Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's
failure to perform the work in accordance with the Contract Documents.
13. LINES AND GRADES
All lines and grades shall be furnished by the Contractor whenever Owner's Representative deems said lines and
grades are necessary for the commencement of the work contemplated by these contract documents or the
completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall
suspend its work in order to permit Contractor to comply with this requirement, but such suspension will be as
brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the
Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes,
marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by
Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Contractor at
Contractor's expense.
14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY
Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's
Representative has the authority to review all work included herein. The Owner's Representative has the
authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the
contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds
of work which are to be paid for under the contract documents, and shall determine all questions in relation to said
work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the
execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be
conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15)
calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection
by Contractor, as provided herein, any and all objection or objections shall be deemed waived.
15. SUPERINTENDENCE AND INSPECTION
It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from
time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem
proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is
furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all
reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper
inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of
any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are
consistent with the obligations of this Agreement and accompanying plans'and specifications provided, however,
should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor
may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the
absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be
deemed waived.
16. CONTRACTOR'S DUTY AND SUPERINTENDENCE
The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall
keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to
Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given
to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision
by competent and reasonable representatives of the Contractor is essential to the proper performance of the work
and lack of such supervision shall be grounds for suspending operations of the Contractor.
The work, from its commencement to completion, shall be under the exclusive charge and control of the
Contractor and all risk in connection therewith shall be borne by the Contractor.
The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any
subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work.
17. CONTRACTOR'S UNDERSTANDING
It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and
location of the work, the confirmation of the ground, the character, quality and quantity of materials to be
encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the
work, and the general and local conditions, and all other matters which in any way affect the work under the
contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or
Owner's Representative either before or after the execution of this contract, shall affect or modify any of the
terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all
modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's
Representative and Contractor.
Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work
to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the
work, shall be sustained and borne by the Contractor at its own cost and expense.
18. CHARACTER OF WORKERS
The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of
work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall
inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion,
incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or
men shall be discharged from the work and shall not again be employed on the work without the Owner's
Representative's written consent.
19. CONSTRUCTION PLANT
The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution
and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and
it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or
protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and
accepted.
The building of structures for the housing of men or equipment will be permitted only at such places as the
Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such
structure shall at all times be maintained in a manner satisfactory to the Owner's Representative.
20. SANITATION
Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public
observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be
approved by the Owner's Representative and their use shall be strictly enforced.
21. OBSERVATION AND TESTING
The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor
shall make necessary arrangements and provide proper facilities and access for such observation and testing at any
µ ' location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation
that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each
part of the work will be ready for such observation. Owner or Owner's Representative may reject any such work
found to be defective or not in accordance with the contract documents, regardless of the stage of its completion
or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously
accepted the work through oversight or otherwise. If any such work should be covered without approval or
consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at
Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location
where it is not convenient for Owner or Owner's Representative to make observations of such work or require
testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish
Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to
perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests
will be in accordance with the methods prescribed by the American Society for Testing and Materials or such
other applicable organization as may be required by law or the contract documents.
If any such work which is required to be inspected, tested, or approved is covered up without written approval or
consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be
uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and
approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the
requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such
tests or approvals but does not meet the requirements of the contract documents shall be considered defective,
and shall be corrected at the Contractor's expense.
Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by
Owner, Owner's Representative, or other persons authorized under the contract documents to make such
inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance
with the requirements of the contract documents.
22. DEFECTS AND THEIR REMEDIES
It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in
the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in
conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written
notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy
such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial
action contemplated as hereinabove set forth shall be at Contractor's expense.
23. CHANGES AND ALTERATIONS
The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in
the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either
before or after the beginning of the construction, without affecting the validity of this contract and the
accompanying bond.
If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a
claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of
work, and the increased work can fairly be classified under the specifications, such increase shall be paid
according to the quantity actually done and at the unit price established for such work under this contract;
otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make
such changes or alterations as shall make useless any work already done or material already furnished or used in
said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual
expenses incurred in preparation for the work as originally planned.
24. EXTRA WORK
The term "extra work" as used in this contract shall be understood to mean and include all work that may be
required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change,
alteration or addition to the work as shown on the plans and specifications or contract documents and not covered
by Contractor's bid, except as provided under Changes and Alterations herein.
It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative
when presented with a written work order signed by the Owner's Representative; subject, however, to the right of
the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the
compensation to be paid to the Contractor for performing said extra work shall be determined by the following
methods:
Method (A) - By agreed unit prices; or
Method (B) - By agreed lump sum; or
Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is
commenced, then the Contractor shall be paid the lesser of the following: (1) actual field
cost of the extra work, plus fifteen (15%) percent; or (2) the amount that would have been
charged by a reasonable and prudent Contractor as a reasonable and necessary cost for
performance of the extra work.
In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph
shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen,
v
timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for
the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred,
together with all expenses incurred directly on account of such extra work, including Social Security, Old Age
Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other
insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by
them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be
.v kept and records of these accounts shall be made available to the Owner's Representative. The Owner's
Representative may also specify in writing, before the work commences, the method of doing the work and the
type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the
Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined
by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted
by the Associated General Contractors of America. Where practical, the terms and prices for the use of
machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the
actual field cost to be paid to Contractor shall cover and. compensate Contractor for its profit, overhead, general
superintendence and field office expense, and all other elements of cost and expense not embraced within the
actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained
primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the
"actual field cost."
No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case
any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive
compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra
work, make written request to the Owner's Representative for a written order authorizing such extra work. Should
a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and
the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making
written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as
provided under Method (C)(1). If Contractor does not notify Owner's Representative before the commencement
of any extra work, any claim for payment due to alleged extra work shall be deemed waived.
25. DISCREPANCIES AND OMISSIONS
It is further agreed that it is the intent of the contract documents that all work described in the bid, the
specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that
such price shall include all appurtenances necessary to complete the work in accordance with the intent of these
contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in
these plans, specifications, or contract documents, shall be given to the Owner's Representative and a
clarification obtained before the bids are received, and if no such notice is received by the Owner's
4 Representative prior to the opening of bids, then it shall be deemed that the Contractor fully understands
the work to be included and has provided sufficient sums in its bid to complete the work in accordance with
these plans and specifications. If Contractor does not notify Owner's Representative before bidding of any
discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are
sufficient and adequate for completion of the project. It is further agreed that any request for clarification
must be submitted no later than ten (10) calendar days prior to the opening of bids.
26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT
If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of
work with the rate of progress required under this contract, the Owner or Owner's Representative may order the
j Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall
comply with such order.
If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the
Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give
reasonable assurance of compliance with the schedule of progress.
27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY
The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an
insurance company licensed to transact business in the State of Texas, which policy shall comply with the
Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable
precaution for the safety of employees and others on or near the work and shall comply with all applicable
provisions of federal, state and municipal laws and building and construction codes. All machinery and
equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in
Construction" of Associated General Contractors of America, except where incompatible with federal, state or
municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and
hold harmless the Owner and all of its officers, agents and employees against any all losses, costs, damages,
expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or
contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection
with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in
any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the
subject matter of this contract.
_a The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an
Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given
by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses,
are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to
supervise safety precautions by either the Contractor or any of its subcontractors.
28. CONTRACTOR'S INSURANCE
The Contractor shall not commence work under this contract until he has obtained all insurance as required in the
General Conditions of the contract documents, from an underwriter authorized to do business in the State of
Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of
cancellation or any material change will be provided thirty (30) calendar days in advance of cancellation or
change. All policies of insurance, required herein, including policies of insurance required to be provided by
Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of
- self-insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by
virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to
the City in conformity with the provisions hereof shall establish such waiver..
7
The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance
protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such
insurance shall be carried with an insurance company authorized to transact business in the State of Texas and
shall cover all operations in connection with this contract, whether performed by the Contractor or a
� subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of
l insurance specifying each and all coverages shall be submitted prior to contract execution.
e. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A
CERTIFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED
ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF
LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF
SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE
ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO
THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED.
IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL
PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION
COVERAGE FOR EACH SUBCONTRACTOR.
A. General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required)
The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000
Combined Single Limit in the aggregate and $1,000,000 per occurrence to include:
Products & Completed Operations
Contractual Liability
Personal Injury
Advertising Injury
B. Owner's and Contractor's Protective Liability Insurance — NOT REQUIRED.
C. Comprehensive Automobile Liability Insurance (Primary Additional Insured and Waiver of Subrogation
Required)
The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than;
Bodily Injury/Property Damage, $1,000,000 Combined Single Limit, to include all owned and non -owned
cars including (Any Auto): Employers Non -ownership Liability Hired and Non -owned Vehicles. The
City of Lubbock is to be named as primary additional insured on this policy for this specific job and copy
of the endorsement doing so is to be attached to the Certificate of Insurance.
E. Builder's Risk Insurance/Installation Floater Insurance
The Contractor shall obtain a Builder's Risk policy in the amount of 100% of the Total Material Cost
naming the City of Lubbock as insured.
E. Umbrella Liability Insurance (Primary Additional Insured and Waiver of Subrogation required)
The Contractor shall have Umbrella Liability Insurance in the amount of $4,000,000 on all contracts with
coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability
coverages.
F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required)
Worker's Compensation Insurance covering all employees whether employed by the Contractor or any
Subcontractor on the job with Employers Liability of at least statutory $500,000.
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 Section 0406.096, Texas Labor
Code) - 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 entit
y, 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.
2. The Contractor shall 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 employees of the contractor providing services
on the project, for the duration of the project.
3. The Contractor must provide a certificate of coverage to the governmental entity prior to being
awarded the contract.
4. 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.
5. The Contractor shall obtain from each person providing services on the project, and provide to
the governmental entity:
(a) 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
(b) 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.
The Contractor shall retain all required certificates of coverage for the duration of the project and
for one year thereafter.
7. 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.
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.
9. The Contractor shall contractually require each person with whom it contracts to provide services
on the project, to:
(a) 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;
(b) 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;
(c) 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;
(d) obtain from each other person with whom it contracts, and provide to the Contractor:
(1) a certificate of coverage, prior to the other person beginning work on the project;
and
(2) 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;
(e) retain all required certificates of coverage on file for the duration of the project and for
one year thereafter;
(f) notify the governmental entity in writing by certified mail or personal delivery, 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
(g) contractually require each person with whom it contracts to perform as required by
paragraphs (a) - (g), with the certificates of coverage to be provided to the person for
whom they are providing services.
10. By signing this contract or providing or causing to be provided a certificate of coverage, the
Contractor is representing to the governmental entity that all employees of the Contractor who
will provide services on the project will be covered by worker's compensation coverage for the
duration of the project, that the coverage will be based on proper reporting of classification codes
and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance
carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance
Regulation. Providing false or misleading information may subject the Contractor to
administrative penalties, criminal penalties, civil penalties, or other civil actions.
10
11. The Contractor's failure to comply with any of these provisions is a breach of contract by the
Contractor which entitles the governmental entity to declare the contract void if the Contractor
does not remedy the breach within ten days after receipt of notice of breach from the
governmental entity.
G. Proof of Coverage
Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner
d for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence
n of compliance with the above insurance requirements, signed by an authorized representative of the
insurance company setting forth:
(1) The name and address of the insured.
(2) The location of the operations to which the insurance applies.
(3) The name of the policy and type or types of insurance in force thereunder on the date borne by
such certificate.
(4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne
by such certificate.
(5) A provision that the policy may be canceled only by mailing written notice to the named insured
at the address shown in the bid specifications.
(6) A provision that written notice shall be given to the City ten days prior to any change in or
cancellation of the policies shown on the certificate.
(7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job
specifications. No substitute of nor amendment thereto will be acceptable.
(8) If policy limits are paid, new policy must be secured for new coverage to complete project.
(9) A Contractor shall:
(a) provide coverage for its employees providing services on a project, for the duration of the
project based on proper reporting of classification codes and payroll amounts and filling
of any coverage agreements;
(b) provide a certificate of coverage showing workers' compensation coverage to the
governmental entity prior to beginning work on the project;
(c) provide the governmental entity, prior to the end of the coverage period, a new certificate
of coverage showing extension of coverage, if the coverage period shown on the
Contractor's current certificate of coverage ends during the duration of the project;
(d) obtain from each person providing services on a project, and provide to the governmental
entity:
(i) 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
(ii) 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;
(e) retain all required certificates of coverage on file for the duration of the project and for
one year thereafter;
(f) 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;
(g) post a notice on each project site informing all persons providing services on the project
that they are required to be covered, and stating how a person may verify current,
coverage and report failure to provide coverage. This notice does not satisfy other
posting requirements imposed by the Texas Worker's Compensation Act or other
commission rules. This notice must be printed with a title in at least 30 point bold type
and text in at least 19 point normal type, and shall be in both English and Spanish and
any other language common to the worker population. The text for the notices shall be
the following text provided by the commission on the sample notice, without any
additional words or changes:
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services related to
this construction project must be covered by workers' compensation insurance. This
includes persons providing, hauling, or delivering equipment or materials, or providing
labor or transportation or other service related to the project, regardless of the identity
of their employer or status as an employee. "
"Call the Texas Workers' Compensation Commission at 8001372-7713 or 5121804-4000
(http://www.twcc.state.tx.us/twcccontacts.htin to receive information of the legal
requirements for coverage, to verb whether your employer has provided the required
coverage, or to report an employer's failure to provide coverage, " and
(h) contractually require each person with whom it contracts to provide services on a project,
to:
(i) provide coverage based on proper reporting of classification codes and payroll
amounts and filing of any coverage agreements for all of its employees providing
services on the project, for the duration of the project;
(ii) provide a certificate of coverage to the Contractor prior to that person beginning
work on the project;
(iii) include in all contracts to provide services on the project the following language:
"By signing this contract or providing or causing to be provided
a certificate of coverage, the person signing this contract is
representing to the governmental entity that all employees of the
person signing this contract 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 reprinting 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.";
(iv) 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;
IVA
(v) obtain from each other person with whom it contracts, and provide to the
Contractor:
(1) a certificate of coverage, prior to the other person beginning work on the
project; and
(2) prior to the end of the coverage period, a new certificate of coverage
showing extension of the coverage period, if the coverage period shown
on the current certificate of coverage ends during the duration of the
project;
(vi) retain all required certificates of coverage on file for the duration of the project
and for one year thereafter;
(vii) notify the governmental entity in writing by certified mail or personal delivery,
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
(viii) contractually require each other person with whom it contracts, to perform as
required by paragraphs (i)-(viii), with the certificate of coverage to be provided
to the person for whom they are providing services.
29. DISABLED EMPLOYEES
Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of
1990, and agree not to discriminate against a qualified individual with a disability because of the disability of
such individual in regard to job application procedures, the hiring, advancement, or discharge of employees,
employee compensation, job training, and other terms, conditions, and privileges of employment.
30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND
FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES
Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor agrees that it will indemnify and save the Owner and all of its officers, agents and employees,
harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in
any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, materialmen and
furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of
this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor
shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid,
discharged or waived.
31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION
The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device,
material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner
thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27
hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall
indemnify and save the Owner, and all of its officers, agents and employees harmless from any loss on account
thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a
particular design, device, material or process or the product of a particular manufacturer or manufacturers is
specified or required in these contract documents by Owner; provided, however, if choice of alternate design,
device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all
13
of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein
to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement,
the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's
Representative prior to bidding.
32. LAWS AND ORDINANCES
The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and
regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or
form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless
the Owner, and all of its officers, agents, and employees against any claims arising from the violation of any such
laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor
observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in
writing prior to bidding and any necessary changes shall be adjusted as provided in the contract for changes in the
work. In the absence of timely written notification to Owner's Representative of such variance or variances
within said time, any objection and/or assertion that the plans and specifications are at variance with any federal,
state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or
subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice
to the Owner's Representative, Contractor shall bear all costs arising therefrom.
The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar
as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may
enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as
though embodied herein.
33. SUBCONTRACTING
The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of
this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials
required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner,
as provided by the contract documents.
34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES
It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of
beginning and time for completion as specified in the contract documents, of work to be done hereunder are
essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in
this contract shall be commenced as provided in the contract documents.
If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified,
then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner
may withhold permanently from Contractor's total compensation, the sum of $450 (FOUR HUNDRED -FIFTY)
PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each
and every working day that the Contractor shall be in default after the time stipulated for substantially completing
the work.
It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial
completion of the work described herein is reasonable time for the completion of the same, taking into
consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality.
The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages
the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount
agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is
expressly agreed to be not disproportionate to actual damages as measured at time of breach.
14
IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT
TIME IS OF THE ESSENCE OF THIS CONTRACT.
35. TIME AND ORDER OF COMPLETION
It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor
shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner
as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution
shall be such that the work shall be substantially completed as a whole and in part, in accordance with this
contract, the plans and specifications, and within the time of completion designated in the bid; provided, also, that
when the Owner is having other work done, either by contract or by its own force, the Owner's Representative
may direct the time and manner of constructing work done under this contract so that conflicts will be avoided
and the construction of the various works being done for the Owner shall be harmonized.
The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative,
schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which
the Contractor will start the several parts of the work and estimated dates of completion of the several parts.
36. TIME OF PERFORMANCE
The Contractor agrees that it has submitted its bid in full recognition of the time required for the completion of
this project, taking into consideration the average climatic range and industrial conditions prevailing in this
locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly
agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its
work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or
other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God
or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same
setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty
(20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to
affirmatively grant the extension no later than twenty (20) calendar days of written submission by Contractor shall
be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for
extension, as provided herein, any request for extension by Contractor shall be deemed waived.
37. HINDRANCE AND DELAYS
In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein
fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such
work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in
securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for
hindrance or delays from any cause during the progress of any part of the work embraced in this contract except
where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in
which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage
shall be paid by Owner to Contractor.
R���Iili�f Y(111t�Y1�Li7�t��Y�Js��I�II;I1��
No extra or customary measurements of any kind will be allowed, but the actual measured or computed length,
area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the
event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the
specifications, plans and other contract documents are intended to show clearly all work to be done and material
to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to
} be estimates, for the various classes of work to be done and material to be furnished under this contract, they are
approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing
_15
their bids offered for the work. In the event the amount of work to be done and materials to be furnished are
expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and
agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ
somewhat from these estimates, and that where the basis for payment under this contract is the unit price method,
payment shall be for the actual amount of work done and materials furnished on the project.
39. PROTECTION OF ADJOINING PROPERTY
The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way
encountered, which may be injured or seriously affected by any process of construction to be undertaken under
this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be
liable for any and all claims for such damage on account of his failure to fully protect all adjacent property.
Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor agrees to indemnify, save and hold harmless the Owner and any of its officers, agents and employees,
against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising
from or growing out of the performance of this contract.
40. PRICE FOR WORK
In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work
by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the
specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the
bid proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to
receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all
expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner
and according to this agreement, the attached specifications, plans, contract documents and requirements of
Owner's Representative.
41. PAYMENTS
No payments made or certificates given shall be considered as conclusive evidence of the performance of the
contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective
work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's
Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection
with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there
are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by
Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's
agents and employees, which have not theretofore been timely filed as provided in this contract.
42. PARTIAL PAYMENTS
On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application
for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall
determine the amount to be partially paid. Owner's Representative shall review said application for partial
payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall
prepare a certificate for partial payment showing as completely as practical the total value of the work done by the
Contractor up to and including the last day of the preceding month. The determination of the partial payment by
the Owner's Representative shall be in accordance with Paragraph 14 hereof.
The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of
the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be
retained until final payment, and further, less all previous payments and all further sums that may be retained by
Owner under the terms of the contract documents.
16
Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to
enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work
performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said
partial payment is attributable.
43. SUBSTANTIAL COMPLETION
Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31)
working days after the Contractor has given the Owner's Representative written notice that the work has been
substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time,
if the work be found to be substantially completed in accordance with the contract documents, the Owner's
Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding
the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete
the work within the time provided in this contract.
44. FINAL COMPLETION AND PAYMENT
The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of
final completion, the Owner's Representative shall proceed to make final measurement to determine whether final
completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's
Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion,
Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final
completion, the balance due Contractor under the terms of this agreement. Neither the certification of final
completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the
obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty
or warranties implied by law or otherwise.
45. CORRECTION OF WORK
Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative
on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and
Contractor shall at its own expense promptly replace such condemned materials with other materials conforming
to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of
other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any
such condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative,
Owner may remove and replace it at Contractor's expense.
Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the
contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and
Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which
shall appear within a period of one (1) year from the date of certification of final completion by Owner's
Representative.
46. PAYMENT WITHHELD
The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify
the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of.
(a) Defective work not remedied and/or work not performed.
(b) Claims filed or reasonable evidence indicating possible filing of claims.
(c) Damage to another contractor.
17
When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the
T amount withheld, payment shall be made for amounts withheld because of them.
47. CLAIM OR DISPUTE
It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor
shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's
Representative has given any direction, order or instruction to which the Contractor desires to take exception.
Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner
shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right
under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by
Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's
Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed
denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed
that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor,
and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and
Owner's Representative, by Contractor.
48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR
In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after
written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with
the written orders of the Owner's Representative, when such orders are consistent with this contract, then the
Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall
be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the
Contractor, no further notice of such non-compliance to Contractor shall be required.
After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work
._ any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials
and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the
Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or
credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for
under paragraph 24 of this contract); it being understood that the use of such equipment and materials will
w ultimately reduce the cost to complete the work and be reflected in the final settlement.
In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the
notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed
m' with diligence to complete the project as contemplated and in compliance with all terms and provisions of the
contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract,
equity or otherwise, including, but not limited to, providing for completion of the work in either of the following
elective manners:
(a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and
supplies as said Owner may deem necessary to complete the work and charge the expense of such labor,
machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall
be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time
become due to the Contractor under and by virtue of this Agreement. In case such expense is less than
the sum which would have been payable under this contract, if the same had been completed by the
Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum
which would have been payable under this contract, if the same had been completed by said Contractor,
then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or
18
(b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper
having a general circulation in the County of location of the work, may let the contract for the completion
of the work under substantially the same terms and conditions which are provided in this contract. In case
of any increase in cost to the Owner under the new contract as compared to what would have been the
cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and
remain bound therefore. Should the cost to complete any such new contract prove to be less than that
which would have been the cost to complete the work under this contract, the Contractor or his Surety
shall be credited therewith.
In the event the Owner's Representative elects to complete the work, as described above, when the work shall
have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as
provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract
accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to
Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be,
shall pay the balance due as reflected by said statement within 30 days after the date of certification of
completion.
In the event the statement of accounts shows that the cost to complete the work is less than that which would have
been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or
when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner,
then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the
Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and
the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated
hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work,
notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor
and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual
written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such
property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the
Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said
notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived
from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public
or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery,
equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor
or his Surety, if applicable, to their proper owners.
The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent
permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in
this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its
exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies
available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided
-` in paragraph 34, hereinabove set forth.
49. LIMITATION ON CONTRACTOR'S REMEDY
The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually
performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be
liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the
project which is the subject matter of this contract.
50. BONDS
The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in
the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the
19
Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the
amount of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds shall
be submitted on forms acceptable to the Owner, and executed by an approved Surety Company authorized to do
business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so
furnished.
51. SPECIAL PROVISIONS
In the event special provisions are contained herein as part of the contract documents and said special provisions
conflict with any of the general conditions contained in this contract, then in such event the special provisions
shall control. In the event there is a discrepancy between the specifications and the general conditions, the
specifications shall control.
52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES
Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the
work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual
obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the
prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense.
53. INDEPENDENT CONTRACTOR
Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority
to direct, supervise, and control its own employees and to determine the method of the performance of the work
covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's
work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and
vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or
effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's
Representative or to the Contractor's own employees or to any other person, firm, or corporation.
54. CLEANING UP
The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at
the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus
materials and shall leave the work room clean or its equivalent. The work shall be left in good order and
condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor.
55. HAZARDOUS SUBSTANCES AND ASBESTOS
Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response,
Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same
may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in
any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the
Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the
City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a
Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the
construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or
other property of the City, a Hazardous Substance, hydrocarbons or. other petroleum products or byproducts
and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least
twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and
provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If
the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5)
days of the receipt of said request, said request shall be deemed to be denied.
20
In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for
ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper
performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage,
disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or
asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal
protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other
petroleum products or byproducts and/or asbestos.
56 NONAPPROPRIATION
All funds for payment by the City under this contract are subject to the availability of an annual appropriation for
this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock
for the goods or services provided under the contract, the City will terminate the contract, without termination
charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the
then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at
any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the
Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City
shall not be obligated under this contract beyond the date of termination.
21
CURRENT WAGE DETERMINATIONS
RE: RESOLUTION NO.2002-R0483, NOVEMBER 14, 2002
EXHIBIT A
City of Lubbock
Building Construction Trades
Prevailing Rates
Craft
Hourly Rate
Acoustical Ceiling Installer
11.50
Air Conditioner Installer
12.00
Air Conditioner Installer -Helper
7.50
Asbestos Worker
9.00
Asbestos Supervisor
12.50
Bricklayer
12.50
Bricklayer -Helper
7.00
Carpenter
11.00
Carpenter -Helper
7.00
Cement Finisher
9.00
Drywall Hanger
11.00
Electrician
15.00
Electrician -Helper
8.00
Equipment Operator -Heavy
10.00
Equipment Operator -Light
9.00
Fire Sprinkler Fitter -Journey
18.00
Fire Sprinkler Fitter -Apprentice
10.00
Floor Installer
9.50
Glazier
10.50
Insulator-Piping/Boiler
10.50
Insulator -Helper
7.00
Iron Worker
11.00
Laborer -General
6.00
Mortar Mixer
6.00
Painter
9.50
Plumber
12.50
Plumber -Helper
7.00
Roofer
9.00
Roofer -Helper
7.00
Sheet Metal Worker
10.00
Sheet Metal Worker -Helper
7.00
Welder -Certified
11.00
EXHIBIT B
Paving and Highway Construction
Prevailing Wage Rates
Craft Hourly Rate
Asphalt Heaterman
9.00
Asphalt Shoveler
7.50
Concrete Finisher
9.00
Concrete Finisher -Helper
7.50
Electrical Repairer -Equipment
12.50
Flagger
6.50
Form Setter
8.00
Form Setter -Helper
6.50
Laborer -General
6.00
Laborer -Utility
6.75
Mechanic
9.00
Mechanic -Helper
7.00
Power Equipment Operators
Asphalt Paving Machine
9.00
Bulldozer
9.00
Concrete Paving Machine
9.00
Front End Loader
9.00
Heavy Equipment Operator
9.00
Light Equipment Operator
8.00
Motor Grader Operator
10.25
Roller
7.00
Scraper
7.50
Tractor -Trailer
8.50
Truck Driver -Heavy
8.00
Truck Driver -Light
7.00
U
x
EXHIBIT C
Prevailing Wage Rates
Overtime Rate
FA
61 The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor
Standards Act.
EXHIBIT D
F Prevailing. Wage Rates
Legal Holiday Rate
'':__s The rate for legal holidays shall be as required by the Fair Labor Standards Act.
SPECIAL PROVISIONS
i
SPECIFICATIONS
Specifications
City of Lubbock
Lubbock Preston Smith International
Airport
Rehabilitate Airfield Guidance Signage
Panels and Upgrade Electrical Vault
Lubbock, Texas
August 2006
ITB# 06-###-BM
PSC Project #: 01273905
Parkhill, Smith & Cooper, Inc.
Engineers i Architects ■ Planners
No Text
TABLE OF CONTENTS
FAA Mandatory Contract Provisions
DBE Policy Statement
Wage Rates
Paragraph
1.
Scope of Work
SP-1
2.
Basis of Contract Award
SP-1
3.
Not Used
SP-1
4.
Time and Order of Completion
SP-1
5.
Limitation of Operation
SP-2
6.
Airport Operations Security
SP-4
7.
Contractor's Plant Site, Storage and Office Area(s)
SP-8
8.
Protection of Property
SP-9
9.
Electric Power and Natural Gas
SP-8
10.
Lines and Grades - Not Used
SP-9
11.
Water for Construction
SP-9
12.
Material Tests - Not Used
SP-9
13.
Barricades, Signs, and Hazard Markings
SP-9
14.
Prevention of Air and Water Pollution
SP-10
15.
Progress Schedule
SP-10
16.
Public Convenience and Safety
SP-10
17.
Final Cleaning Up
SP-11
18.
Insurance
SP-11
19.
Removal and Disposal of Structures, Utilities and Obstructions
SP-11
20.
Conformity with Plans and Allowable Deviations -Not Used
SP-11
21.
Removal of Defective and Unauthorized Work
SP-12
22.
Disputed Claims for Extra Work
SP-12
23.
Federal Participation
SP-12
24.
Indemnification
SP-12
25.
Opening of Section of Airport to Traffic - Not Used
SP-13
26.
Contractor's Responsibility for Work
SP-13
27.
Correction of Faulty Work After Final Payment
SP-13
28.
Separate Contracts
SP-13
29.
Shop Drawings
SP-14
30.
Engineer
SP-14
31.
Trench Safety
SP-14
32.
Engineer's Field Office -Not Used
SP-14
33.
Progress Meetings
SP-15
34.
Aircraft Rescue and FireFighting (ARFF) Notification
SP-15
01273905
08/06
TABLE OF CONTENTS
Page 1
ITEM L-108
1.
2.
3.
4.
5.
6.
TECHNICAL SPECIFICATIONS
ITEM P-140
MOBILIZATION
Modifications
Description
Measurement and Payment
INSTALLATION OF UNDERGROUND CABLE FOR AIRPORTS
Modifications
Description
Equipment and Materials
Construction Methods
Method of Measurement
Basis of Payment
Material Requirements
ITEM L-109
AIRPORT TRANSFORMER VAULT AND EOUIPMENT
Modifications
1.
Description
2.
Equipment and Materials
3.
Vault and Prefabricated Metal Housing
4.
Construction Methods
5.
Method of Measurement
6.
Basis of Payment
7.
Material Requirements
ITEM L-125
INSTALLATION OF AIRPORT LIGHTING SYSTEMS
Modifications
140-a
140-1
140-1
108-a
108-1
108-1
108-2
108-5
108-6
108-6
109-a
109-1
109-1
109-1
109-3
109-6
109-6
109-7
125-a
1.
Description
125-1
2.
Equipment and Materials
125-2
3.
Construction Methods
125-3
4.
Method of Measurement
125-3
5.
Basis of Payment
125-4
16620
Engine Generator
16630
Enclosed Transfer Switches
APPENDIX
AC 150/5370-2E Operational Safety on Airports During Construction SW5200.513 Airport Safety During
FAA Funded Airport Construction and FAA Facilities Maintenance.
01273905 TABLE OF CONTENTS Page 2
08/06
FAA MANDATORY CONTRACT PROVISIONS
-_, AIRPORT AND AIRWAY IMPROVEMENT ACT OF 1982, SECTION 520 - GENERAL CIVIL RIGHTS
PROVISIONS
The contractor assures that it will comply with pertinent statutes, Executive orders and such rules as
are promulgated to assure that no person shall, on the grounds of race, creed, color, national origin,
sex, age, or handicap be excluded from participating in any activity conducted with or benefiting from
Federal assistance. This provision obligates the tenant/concessionaire/lessee or its transferee for the
period during which Federal assistance is extended to the airport a program, except where Federal
assistance is to provide, or is in the form of personal property or real property or interest therein or
structures or improvements thereon. In these cases the provision obligates the party or any
transferee for the longer of the following periods: (a) the period during which the property is used by
the airport sponsor or any transferee for a purpose for which Federal assistance is extended, or for
another purpose involving the provision of similar services or benefits or (b) the period during which
the airport sponsor or any transferee retains ownership or possession of the property. In the case of
contractors, this provision binds the contractors from the bid solicitation period through the completion
of the contract. This provision is in addition to that required of Title VI of the Civil Rights Act of 1964.
CLEAN AIR AND WATER POLLUTION CONTROL
Contractors and subcontractors agree:
y a. That any facility to be used in the performance of the contract or subcontract or to benefit from the
contract is not listed on the Environmental Protection Agency (EPA) List of Violating Facilities;
E
b. To comply with all the requirements of Section 114 of the Clean Air Act, as amended, 42
U.S.C. 1867 et seq. and Section 308 of the Federal Water Pollution Control Act, as amended, 33
U.S.C. 1261 et seq. relating to inspection, monitoring, entry, reports, and information, as well
as all other requirements specified in Section 114 and Section 308 of the Acts, respectively,
and all other regulations and guidelines issued thereunder;
c. That, as a condition for the award of this contract, the contractor or subcontractor will notify the
awarding official of the receipt of any communication from the EPA indicating that a facility to be used
for the performance of or benefit from the contract is under consideration to be listed on the EPA List
of Violating Facilities;
d. To include or cause to be included in any construction contract or subcontract which
--h exceeds $100,000 the aforementioned criteria and requirements.
CONTRACT WORKHOURS AND SAFETY STANDARDS ACT REQUIREMENTS 29 CFR PART 5
1. Overtime Requirements.
No contractor or subcontractor contracting for any part of the contract work which may require or
involve the employment of laborers or mechanics shall require or permit any such laborer or
mechanic, including watchmen and guards, in any workweek in which he or she is employed on
such work to work in excess of forty hours in such workweek unless such laborer or mechanic
receives compensation at a rate not less than one and one-half times the basic rate of pay for all
hours worked in excess of forty hours in such workweek.
2. Violation; Liability for Unpaid Wages; Liquidated Damages.
In the event of any violation of the clause set forth in paragraph (1) above, the contractor and any
subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and
subcontractor shall be liable to the United States (in the case of work done under contract for the District
of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated
damages shall be computed with respect to each individual laborer or mechanic, including watchmen and
guards, employed in violation of the clause set forth in paragraph 1 above, in the sum of $10 for each
calendar day on which such individual was required or permitted to work in excess of the standard
FAA MP-1
workweek of forty hours without payment of the overtime wages required by the clause set forth in
paragraph 1 above.
3. Withholding for Unpaid Wages and Liquidated Damages.
The Federal Aviation Administration or the Sponsor shall upon its own action or upon written request of
an authorized representative of the Department of Labor withhold or cause to be withheld, from any
monies payable on account of work performed by the contractor or subcontractor under any such contract
or any other Federal contract with the same prime contractor, or any other Federally -assisted contract
subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime
contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor
or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in
paragraph 2 above.
4. Subcontractors.
The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs 1
through 4 and also a clause requiring the subcontractor to include these clauses in any lower tier
subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier
subcontractor with the clauses set forth in paragraphs 1 through 4 of this section.
<' CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY
EXCLUSION
The bidder/offeror certifies, by submission of this proposal or acceptance of this contract, that neither it
nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or
voluntarily excluded from participation in this transaction by any Federal department or agency. It further
agrees by submitting this proposal that it will include this clause without modification in all lower tier
transactions, solicitations, proposals, contracts, and subcontracts. Where the bidder/offeror/contractor or
any lower tier participant is unable to certify to this statement, it shall attach an explanation to this
solicitation/proposal.
TERMINATION OF CONTRACT
a. The Sponsor may, by written notice, terminate this contract in whole or in part at any time, either
for the Sponsor's convenience or because of failure to fulfill the contract obligations. Upon receipt of
such notice services shall be immediately discontinued (unless the notice directs otherwise) and all
materials as may have been accumulated in performing this contract, whether completed or in
progress, delivered to the Sponsor.
b. If the termination is for the convenience of the Sponsor, an equitable adjustment in the contract
price shall be made, but no amount shall be allowed for anticipated profit on unperformed services.
c. If the termination is due to failure to fulfill the contractor's obligations, the Sponsor may take over
the work and prosecute the same to completion by contract or otherwise. In such case, the
contractor shall be liable to the Sponsor for any additional cost occasioned to the Sponsor thereby.
d. If, after notice of termination for failure to fulfill contract obligations, it is determined that the
contractor had not so failed, the termination shall be deemed to have been effected for the
convenience of the Sponsor. In such event, adjustment in the contract price shall be made as
_e provided in paragraph 2 of this clause.
e.The rights and remedies of the sponsor provided in this clause are in addition to any other rights
and remedies provided by law or under this contract.
STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT
SPECIFICATIONS - 41 CFR Part 60.4.3
1. As used in these specifications:
FAA MP-2
7
a. "Covered area" means the geographical area described in the solicitation from which this
contract resulted;
b. "Director" means Director, Office of Federal Contract Compliance Programs (OFCCP),
U.S. Department of Labor, or any person to whom the Director delegates authority;
c. "Employer identification number" means the Federal social security number used on the
Employer's Quarterly Federal Tax Return, U.S. Treasury Department Form 941;
d. "Minority" includes:
(1) Black (all) persons having origins in any of the Black African racial groups not of
Hispanic origin);
(2) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American,
or other Spanish culture or origin regardless of race);
(3) Asian and Pacific Islander (all persons having origins in any of the original peoples of
the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands); and
(4) American Indian or Alaskan native (all persons having origins in any of the original
peoples of North America and maintaining identifiable tribal affiliations through
membership and participation or community identification).
2. Whenever the contractor, or any subcontractor at any tier, subcontracts a portion of the work involving
any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions
of these specifications and the Notice which contains the applicable goals for minority and female
participation and which is set forth in the solicitations from which this contract resulted.
3. If the contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the U.S.
Department of Labor in the covered area either individually or through an association, its affirmative
action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with
that Plan for those trades which have unions participating in the Plan. Contractors shall be able to
demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each
contractor or subcontractor participating in an approved plan is individually required to comply with its
obligations under the EEO clause and to make a good faith effort to achieve each goal under the Plan in
each trade in which it has employees. The overall good faith performance by other contractors or
subcontractors toward a goal in an approved Plan does not excuse any covered contractor's or
subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables.
4. The contractor shall implement the specific affirmative action standards provided in paragraphs 18.7a
through 18.7p of these specifications. The goals set forth in the solicitation from which this contract
resulted are expressed as percentages of the total hours of employment and training of minority and
female utilization the contractor should reasonably be able to achieve in each construction trade in which
it has employees in the covered area. Covered construction contractors performing construction work in a
r _ geographical area where they do not have a Federal or federally assisted construction contract shall
apply the minority and female goals established for the geographical area where the work is being
performed. Goals are published periodically in the Federal Register in notice form, and such notices may
be obtained from any Office of Federal Contract Compliance Programs office or from Federal
procurement contracting officers. The contractor is expected to make substantially uniform progress in
meeting its goals in each craft during the period specified.
5. Neither the provisions of any collective bargaining agreement nor the failure by a union with whom the
contractor has a collective bargaining agreement to refer either minorities or women shall excuse the
contractor's obligations under these specifications, Executive Order 11246 or the regulations promulgated
pursuant thereto.
6. In order for the non -working training hours of apprentices and trainees to be counted in meeting the
goals, such apprentices and trainees shall be employed by the contractor during the training period and
the contractor shall have made a commitment to employ the apprentices and trainees at the completion of
FAA MP-3
r their training, subject to the availability of employment opportunities. Trainees shall be trained pursuant
to training programs approved by the U.S. Department of Labor.
7. The contractor shall take specific affirmative actions to ensure equal employment opportunity. The
evaluation of the contractor's compliance with these specifications shall be based upon its effort to
achieve maximum results from its actions. The contractor shall document these efforts fully and shall
implement affirmative action steps at least as extensive as the following:
a. Ensure and maintain a working environment free of harassment, intimidation, and
coercion at all sites, and in all facilities at which the contractor's employees are assigned to
work. The contractor, where possible, will assign two or more women to each construction
project. The contractor shall specifically ensure that all foremen, superintendents, and other
onsite supervisory personnel are aware of and carry out the contractor's obligation to
maintain such a working environment, with specific attention to minority or female individuals
working at such sites or in such facilities.
b. Establish and maintain a current list of minority and female recruitment sources, provide
written notification to minority and female recruitment sources and to community
organizations when the contractor or its unions have employment opportunities available, and
maintain a record of the organizations' responses.
c. Maintain a current file of the names, addresses, and telephone numbers of each minority
and female off -the -street applicant and minority or female referral from a union, a recruitment
source, or community organization and of what action was taken with respect to each such
individual. If such individual was sent to the union hiring hall for referral and was not referred
back to the contractor by the union or, if referred, not employed by the contractor, this shall
be documented in the file with the reason therefore along with whatever additional actions the
contractor may have taken.
d. Provide immediate written notification to the Director when the union or unions with which
the contractor has a collective bargaining agreement has not referred to the contractor a
minority person or female sent by the contractor, or when the contractor has other information
that the union referral process has impeded the contractor's efforts to meet its obligations.
e. Develop on-the-job training opportunities and/or participate in training programs for the
area which expressly include minorities and women, including upgrading programs and
apprenticeship and trainee programs relevant to the contractor's employment needs,
especially those programs funded or approved by the Department of Labor. The contractor
shall provide notice of these programs to the sources compiled under 7b above.
f. Disseminate the contractor's EEO policy by providing notice of the policy to unions and
training programs and requesting their cooperation in assisting the contractor in meeting its
EEO obligations; by including it in any policy manual and collective bargaining agreement; by
publicizing it in the company newspaper, annual report, etc.; by specific review of the policy
with all management personnel and with all minority and female employees at least once a
year; and by posting the company EEO policy on bulletin boards accessible to all employees
at each location where construction work is performed.
g. Review, at least annually, the company's EEO policy and affirmative action obligations
under these specifications with all employees having any responsibility for hiring, assignment,
layoff, termination, or other employment decisions including specific review of these items
with onsite supervisory personnel such a superintendents, general foremen, etc., prior to the
initiation of construction work at any job site. A written record shall be made and maintained
identifying the time and place of these meetings, persons attending, subject matter
discussed, and disposition of the subject matter.
h. Disseminate the contractor's EEO policy externally by including it in any advertising in the
news media, specifically including minority and female news media, and providing written
notification to and discussing the contractor's EEO policy with other contractors and
subcontractors with whom the contractor does or anticipates doing business.
FAA MP-4
i. Direct its recruitment efforts, both oral and written, to minority, female, and community
organizations, to schools with minority and female students; and to minority and female
recruitment and training organizations serving the contractor's recruitment area and
employment needs. Not later than one month prior to the date for the acceptance of
applications for apprenticeship or other training by any recruitment source, the contractor
shall send written notification to organizations, such as the above, describing the openings,
J screening procedures, and tests to be used in the selection process.
j. Encourage present minority and female employees to recruit other minority persons and
women and, where reasonable provide after school, summer, and vacation employment to
minority and female youth both on the site and in other areas of a contractor's workforce.
k. Validate all tests and other selection requirements where there is an obligation to do so
_. under 41 CFR Part 60-3.
I. Conduct, at least annually, an inventory and evaluation at least of all minority and female
personnel, for promotional opportunities and encourage these employees to seek or to
prepare for, through appropriate training, etc., such opportunities.
m. Ensure that seniority practices, job classifications, work assignments, and other
personnel practices do not have a discriminatory effect by continually monitoring all
personnel and employment related activities to ensure that the EEO policy and the
contractor's obligations under these specifications are being carried out.
n. Ensure that all facilities and company activities are non -segregated except that separate
or single user toilet and necessary changing facilities shall be provided to assure privacy
between the sexes.
o. Document and maintain a record of all solicitations of offers for subcontracts from minority
and female construction contractors and suppliers, including circulation of solicitations to
minority and female contractor associations and other business associations.
p. Conduct a review, at least annually, of all supervisor's adherence to and performance
under the contractor's EEO policies and affirmative action obligations.
8. Contractors are encouraged to participate in voluntary associations, which assist in fulfilling one or
more of their affirmative action obligations (18.7a through 18.7p). The efforts of a contractor association,
joint contractor union, contractor community, or other similar groups of which the contractor is a member
and participant, may be asserted as fulfilling any one or more of its obligations under 18.7a through 18.7p
of these specifications provided that the contractor actively participates in the group, makes every effort to
assure that the group has a positive impact on the employment of minorities and women in the industry,
ensures that the concrete benefits of the program are reflected in the contractor's minority and female
workforce participation, makes a good faith effort to meet its individual goals and timetables, and can
provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the
contractor. The obligation to comply, however, is the contractor's and failure of such a group to fulfill an
obligation shall not be a defense for the contractor's noncompliance.
9. A single goal for minorities and a separate single goal for women have been established. The
contractor, however, is required to provide equal employment opportunity and to take affirmative action
for all minority groups, both male and female, and all women, both minority and non -minority.
Consequently, if the particular group is employed in a substantially disparate manner (for example, even
though the contractor has achieved its goals for women generally,) the contractor may be in violation of
the Executive Order if a specific minority group of women is underutilized.
10. The contractor shall not use the goals and timetables or affirmative action standards to discriminate
against any person because of race, color, religion, sex, or national origin.
11. The contractor shall not enter into any subcontract with any person or firm debarred from
Government contracts pursuant to Executive Order 11246.
FAA MP-5
12. The contractor shall carry out such sanctions and penalties for violation of these specifications and of
the Equal Opportunity Clause, including suspension, termination, and cancellation of existing
subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its
implementing regulations, by the Office of Federal Contract Compliance Programs. Any contractor who
fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive
Order 11246, as amended.
13. The contractor, in fulfilling its obligations under these specifications, shall implement specific
affirmative action steps, at least as extensive as those standards prescribed in paragraph 18.7 of these
specifications, so as to achieve maximum results from its efforts to ensure equal employment opportunity.
If the contractor fails to comply with the requirements of the Executive Order, the implementing
.e, regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8.
14. The contractor shall designate a responsible official to monitor all employment related activity to
ensure that the company EEO policy is being carried out, to submit reports relating to the provisions
hereof as may be required by the Government, and to keep records. Records shall at least include for
each employee, the name, address, telephone number, construction trade, union affiliation if any,
employee identification number when assigned, social security number, race, sex, status (e.g., mechanic,
apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the
indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained
in an easily understandable and retrievable form; however, to the degree that existing records satisfy this
requirement, contractors shall not be required to maintain separate records.
15. Nothing herein provided shall be construed as a limitation upon the application of other laws which
establish different standards of compliance or upon the application of requirements for the hiring of local
or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community
Development Block Grant Program).
NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION - 41 CFR PART 60-2
1. The Offeror's or Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard
Federal Equal Employment Opportunity Construction Contract Specifications" set forth herein.
2. The goals and timetables for minority and female participation, expressed in percentage terms for the
contractor's aggregate workforce in each trade on all construction work in the covered area, are as
follows:
Timetables
Goals for minority participation for each trade (4.42%)
Goals for female participation in each trade (6.9%)
These goals are applicable to all the contractor's construction work (whether or not it is Federal or
federally -assisted) performed in the covered area. If the contractor performs construction work in a
geographical area located outside of the covered area, it shall apply the goals established for such
geographical area where the work is actually performed. With regard to this second area, the contractor
also is subject to the goals for both its Federally involved and non -federally involved construction.
The contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be
based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations
required by the specifications set forth in 41 CFR 60-4.3(a), and its efforts to meet the goals. The hours of
minority and female employment and training shall be substantially uniform throughout the length of the
contract, and in each trade, and the contractor shall make a good faith effort to employ minorities and
women evenly on each of its projects. The transfer of minority or female employees or trainees from
contractor to contractor or from project to project, for the sole purpose of meeting the contractor's goals,
shall be a violation of the contract, the Executive Order, and the regulations in 41 CFR Part 60-4.
Compliance with the goals will be measured against the total work hours performed.
3. The contractor shall provide written notification to the Director, OFCCP, within 10 working days of
award of any construction subcontract in excess of $10,000 at any tier for construction work under the
FAA MP-6
contract resulting from this solicitation. The notification shall list the name, address, and telephone
number of the subcontractor; employer identification number of the subcontractor; estimated dollar
amount of the subcontract; estimated starting and completion dates of subcontract; and the geographical
area in which the subcontract is to be performed.
4. As used in this notice and in the contract resulting from this solicitation, the "covered area" is [insert
description of the geographical areas where the contract is to be performed giving the state, county, and
city, if any].
CERTIFICATION OF NONSEGREGATED FACILITIES - 41 CFR PART 60-1.8
Notice to Prospective Federally Assisted Construction Contractors
1. A Certification of Non -segregated Facilities shall be submitted prior to the award of a federally -
assisted construction contract exceeding $10,000 which is not exempt from the provisions of the
Equal Opportunity Clause.
2. Contractors receiving federally -assisted construction contract awards exceeding $10,000 which are
not exempt from the provisions of the Equal Opportunity Clause will be required to provide for the
forwarding of the following notice to prospective subcontractors for supplies and construction
contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the
Equal Opportunity Clause. NOTE: The penalty for making false statements in offers is prescribed in
18 U.S.C. 1001.
Notice to Prospective Subcontractors of Requirements for Certification of Non -Segregated
Facilities
1. A Certification of Non -segregated Facilities shall be submitted prior to the award of a subcontract
exceeding $10,000, which is not exempt from the provisions of the Equal Opportunity Clause.
2. Contractors receiving subcontract awards exceeding $10,000 which are not exempt from the
provisions of the Equal Opportunity Clause will be required to provide for the forwarding of this notice
to prospective subcontractors for supplies and construction contracts where the subcontracts exceed
$10,000 and are not exempt from the provisions of the Equal Opportunity Clause. NOTE: The
penalty for making false statements in offers is prescribed in 18 U.S.C. 1001.
CERTIFICATION OF NONSEGREGATED FACILITIES
The federally -assisted construction contractor certifies that she or he does not maintain or provide, for his
employees, any segregated facilities at any of his establishments and that she or he does not permit his
employees to perform their services at any location, under his control, where segregated facilities are
maintained. The federally -assisted construction contractor certifies that she or he will not maintain or
provide, for his employees, segregated facilities at any of his establishments and that she or he will not
permit his employees to perform their services at any location under his control where segregated
facilities are maintained. The federally -assisted construction contractor agrees that a breach of this
certification is a violation of the Equal Opportunity Clause in this contract.
As used in this certification, the term "segregated facilities" means any waiting rooms, work areas,
restrooms, and washrooms, restaurants and other eating areas, timeclocks, locker rooms and other
storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas,
transportation, and housing facilities provided for employees which are segregated by explicit directives
or are, in fact, segregated on the basis of race, color, religion, or national origin because of habit, local
custom, or any other reason. The federally -assisted construction contractor agrees that (except where
she or he has obtained identical certifications from proposed subcontractors for specific time periods) she
or he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts
exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause and that
she or he will retain such certifications in his files.
FAA MP-7
EQUAL EMPLOYMENT OPPORTUNITY - 41 CFR PART 60-1.4(b)
During the performance of this contract, the contractor agrees as follows:
1. The contractor will not discriminate against any employee or applicant for employment because of
race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that
applicants are employed, and that employees are treated during employment without regard to their race,
color, religion, sex, or national origin. Such action shall include, but not be limited to the following:
Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or
termination; rates of pay or other forms of compensation; and selection for training, including
apprenticeship. The contractor agrees to post in conspicuous places, available to employees and
applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination
clause.
2. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the
wu, contractor, state that all qualified applicants will receive considerations for employment without regard to
race, color, religion, sex, or national origin.
3. The contractor will send to each labor union or representative of workers with which s/he has a
collective bargaining agreement or other contract or understanding, a notice to be provided advising the
said labor union or workers' representatives of the contractor's commitments under this section, and shall
post copies of the notice in conspicuous places available to employees and applicants for employment.
4. The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, as
4 amended, and of the rules, regulations, and relevant orders of the Secretary of Labor.
5. The contractor will furnish all information and reports required by Executive Order 11246 of September
24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will
permit access to his books, records, and accounts by the administering agency and the Secretary of
Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders.
6. In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or
with any of the said rules, regulations, or orders, this contract may be canceled, terminated or suspended
in whole or in part and the contractor may be declared ineligible for further Government contracts or
federally assisted construction contracts in accordance with procedure authorized in Executive Order
11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as
provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the
Secretary of Labor, or as otherwise provided by law.
7. The contractor will include the portion of the sentence immediately preceding paragraph (1) and the
provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by
rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order
11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor.
The contractor will take such action with respect to any subcontract or purchase order as the
administering agency may direct as a means of enforcing such provision, including sanctions for
noncompliance: Provided, however, that in the event a contractor becomes involved in, or is threatened
with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the
contractor may request the United States to enter into such litigation to protect the interests of the United
States.
DAVIS BACON REQUIREMENTS
1. Minimum Wages
(i) All laborers and mechanics employed or working upon the site of the work will be paid
unconditionally and not less often than once a week, and without subsequent deduction or
rebate on any account (except such payroll deductions as are permitted by the Secretary of
Labor under the Copeland Act (29 CFR Part 3)), the full amount of wages and bona fide
fringe benefits (or cash equivalent thereof) due at time of payment computed at rates not less
than those contained in the wage determination of the Secretary of Labor which is attached
FAA MP-8
hereto and made a part hereof, regardless of any contractual relationship which may be
alleged to exist between the contractor and such laborers and mechanics.
Contributions made or costs reasonably anticipated for bona fide fringe benefits under
section 1(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered
wages paid to such laborers or mechanics, subject to the provisions of paragraph (1)(iv) of
this section; also, regular contributions made or costs incurred for more than a weekly period
(but not less often than quarterly) under plans, funds, or programs which cover the particular
weekly period, are deemed to be constructively made or incurred during such weekly period.
Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on
the wage determination for the classification of work actually performed, without regard to
skill, except as provided in 29 CFR Part 5,5(a)(4). Laborers or mechanics performing work in
more than one classification may be compensated at the rate specified for each classification
for the time actually worked therein: Provided, That the employer's payroll records accurately
set forth the time spent in each classification in which work is performed. The wage
determination (including any additional classification and wage rates conformed under (1)(ii)
of this section) and the Davis -Bacon poster (WH-1321) shall be posted at all times by the
contractor and its subcontractors at the site of the work in a prominent and accessible place
where it can easily be seen by the workers.
(ii)(A) The contracting officer shall require that any class of laborers or mechanics, including
helpers, which is not listed in the wage determination and which is to be employed under the
contract shall be classified in conformance with the wage determination. The contracting
officer shall approve an additional classification and wage rate and fringe benefits therefore
only when the following criteria have been met:
(1) The work to be performed by the classification requested is not performed by
a classification in the wage determination; and
(2) The classification is utilized in the area by the construction industry; and
(3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable
_. relationship to the wage rates contained in the wage determination.
(B) If the contractor and the laborers and mechanics to be employed in the classification (if
known), or their representatives, and the contracting officer agree on the classification and
wage rate (including the amount designated for fringe benefits where appropriate), a report of
the action taken shall be sent by the contracting officer to the Administrator of the Wage and
Hour Division, Employment Standards Administration, U.S. Department of Labor,
Washington, D.C. 20210. The Administrator, or an authorized representative, will approve,
modify, or disapprove every additional classification action within 30 days of receipt and so
advise the contracting officer or will notify the contracting officer within the 30-day period that
additional time is necessary.
(C) In the event the contractor, the laborers or mechanics to be employed in the
classification or their representatives, and the contracting officer do not agree on the
proposed classification and wage rate (including the amount designated for fringe benefits
where appropriate), the contracting officer shall refer the questions, including the views of all
interested parties and the recommendation of the contracting officer, to the Administrator for
determination. The Administrator, or an authorized representative, will issue a determination
within 30 days of receipt and so advise the contracting officer or will notify the contracting
officer within the 30-day period that additional time is necessary.
(D) The wage rate (including fringe benefits where appropriate) determined pursuant to
subparagraphs (1)(ii) (B) or (C) of this paragraph, shall be paid to all workers performing work
in the classification under this contract from the first day on which work is performed in the
classification.
(iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or
mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor
FAA MP-9
shall either pay the benefit as stated in the wage determination or shall pay another bona fide
fringe benefit or an hourly cash equivalent thereof.
(iv) If the contractor does not make payments to a trustee or other third person, the contractor
may consider as part of the wages of any laborer or mechanic the amount of any costs
reasonably anticipated in providing bona fide fringe benefits under a plan or program,
Provided, That the Secretary of Labor has found, upon the written request of the contractor,
that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor
may require the contractor to set aside in a separate account assets for the meeting of
obligations under the plan or program.
2 Withholding.
The Federal Aviation Administration or the Sponsor shall upon its own action or upon written request
of an authorized representative of the Department of Labor withhold or cause to be withheld from the
contractor under this contract or any other Federal contract with the same prime contractor, or any
other Federally -assisted contract subject to David -Bacon prevailing wage requirements, which is held
by the same prime contractor, so much of the accrued payments or advances as may be considered
necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by
the contractor or any subcontractor the full amount of wages required by the contract. In the event of
failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or
working on the site of work, all or part of the wages required by the contract, the Federal Aviation
Administration may, after written notice to the contractor, sponsor, applicant, or owner, take such
action as may be necessary to cause the suspension of any further payment, advance, or guarantee
of funds until such violations have ceased.
3. Payrolls and basic records.
(i) Payrolls and basic records relating thereto shall be maintained by the contractor during the
course of the work and preserved for a period of three years thereafter for all laborers and
mechanics working at the site of the work. Such records shall contain the name, address, and
social security number of each such worker, his or her correct classification, hourly rates of
wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits
or cash equivalents thereof of the types described in 1(b)(2)(B) of the Davis -Bacon Act), daily
and weekly number of hours worked, deductions made and actual wages paid. Whenever the
Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or
mechanic include the amount of any costs reasonably anticipated in providing benefits under
a plan or program described in section 1(b)(2)(B) of the Davis -Bacon Act, the contractor shall
maintain records which show that the commitment to provide such benefits is enforceable,
that the plan or program is financially responsible, and that the plan or program has been
communicated in writing to the laborers or mechanics affected, and records which show the
costs anticipated or the actual costs incurred in providing such benefits. Contractors
employing apprentices or trainees under approved programs shall maintain written evidence
of the registration of apprenticeship programs and certification of trainee programs, the
registration of the apprentices and trainees, and the ratios and wage rates prescribed in the
applicable programs.
(ii)(A) The contractor shall submit weekly, for each week in which any contract work is
performed, a copy of all payrolls to the applicant, sponsor, or owner, as the case may be, for
transmission to the Federal Aviation Administration. The payrolls submitted shall set out
accurately and completely all of the information required to be maintained under paragraph
5.5(a)(3)(i) above. This information may be submitted in any form desired. Optional Form
WH-347 is available for this purpose and may be purchased from the Superintendent of
Documents (Federal Stock Number 029-005-00014-1), U.S. Government Printing Office,
Washington, D.C. 20402. The prime contractor is responsible for the submission of copies of
payrolls by all subcontractors.
(B) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed
by the contractor or subcontractor or his or her agent who pays or supervises the payment of
the persons employed under the contract and shall certify the following:
FAA MP-10
(1) That the payroll for the payroll period contains the information required to be
' maintained under paragraph (3)(i) above and that such information is correct and
t complete;
(2) That each laborer and mechanic (including each helper, apprentice and
trainee) employed on the contract during the payroll period has been paid the full
weekly wages earned, without rebate, either directly or indirectly, and that no
deductions have been made either directly or indirectly from the full wages
earned, other than permissible deductions as set forth in Regulations 29 CFR
Part 3;
(3) That each laborer or mechanic has been paid not less than the applicable
wage rates and fringe benefits or cash equivalents for the classification of work
performed, as specified in the applicable wage determination incorporated into
the contract.
(C) The weekly submission of a properly executed certification set forth on the reverse side
of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of
Compliance" required by paragraph (3)(ii)(B) of this section.
(D) The falsification of any of the above certifications may subject the contractor or
subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231
of Title 31 of the United States Code.
(iii) The contractor or subcontractor shall make the records required under paragraph (3)(i) of
this section available for inspection, copying or transcription by authorized representatives of
the Sponsor, the Federal Aviation Administration or the Department of Labor, and shall permit
such representatives to interview employees during working hours on the job. If the
contractor or subcontractor fails to submit the required records or to make them available, the
Federal agency may, after written notice to the contractor, sponsor, applicant or owner, take
such action as may be necessary to cause the suspension of any further payment, advance,
or guarantee of funds. Furthermore, failure to submit the required records upon request or to
make such records available may be grounds for debarment action pursuant to 29 CFR 5.12.
4. Apprentices and Trainees.
(i) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for
the work they performed when they are employed pursuant to and individually registered in a
bona fide apprenticeship program registered with the U.S. Department of Labor, Employment
and Training Administration, Bureau of Apprenticeship and Training, or with a State
Apprenticeship Agency recognized by the Bureau, or if a person is employed in his or her first
90 days of probationary employment as an apprentice in such an apprenticeship program,
who is not individually registered in the program, but who has been certified by the Bureau of
Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be
eligible for probationary employment as an apprentice. The allowable ratio of apprentices to
journeymen on the job site in any craft classification shall not be greater than the ratio
permitted to the contractor as to the entire work force under the registered program. Any
worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise
employed as stated above, shall be paid not less than the applicable wage rate on the wage
determination for the classification of work actually performed. In addition, any apprentice
performing work on the job site in excess of the ratio permitted under the registered program
shall be paid not less than the applicable wage rate on the wage determination for the work
actually performed. Where a contractor is performing construction on a project in a locality
other than that in which its program is registered, the ratios and wage rates (expressed in
percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's
registered program shall be observed. Every apprentice must be paid at not less than the rate
specified in the registered program for the apprentice's level of progress, expressed as a
percentage of the journeymen hourly rate specified in the applicable wage determination.
Apprentices shall be paid fringe benefits in accordance with the provisions of the
apprenticeship program. If the apprenticeship program does not specify fringe benefits,
apprentices must be paid the full amount of fringe benefits listed on the wage determination
FAA MP- 11
for the applicable classification. If the Administrator determines that a different practice
prevails for the applicable apprentice classification, fringes shall be paid in accordance with
that determination. In the event the Bureau of Apprenticeship and Training, or a State
Apprenticeship Agency recognized by the Bureau, withdraws approval of an apprenticeship
program, the contractor will no longer be permitted to utilize apprentices at less than the
applicable predetermined rate for the work performed until an acceptable program is
approved.
(ii) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less
than the predetermined rate for the work performed unless they are employed pursuant to
and individually registered in a program which has received prior approval, evidenced by
formal certification by the U.S. Department of Labor, Employment and Training
Administration. The ratio of trainees to journeymen on the job site shall not be greater than
permitted under the plan approved by the Employment and Training Administration. Every
trainee must be paid at not less than the rate specified in the approved program for the
trainee's level of progress, expressed as a percentage of the journeyman hourly rate
specified in the applicable wage determination. Trainees shall be paid fringe benefits in
accordance with the provisions of the trainee program. If the trainee program does not
mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the
wage determination unless the Administrator of the Wage and Hour Division determines that
there is an apprenticeship program associated with the corresponding journeyman wage rate
on the wage determination which provides for less than full fringe benefits for apprentices.
Any employee listed on the payroll at a trainee rate who is not registered and participating in
a training plan approved by the Employment and Training Administration shall be paid not
less than the applicable wage rate on the wage determination for the classification of work
actually performed. In addition, any trainee performing work on the job site in excess of the
ratio permitted under the registered program shall be paid not less than the applicable wage
rate on the wage determination for the work actually performed. In the event the Employment
and Training Administration withdraws approval of a training program, the contractor will no
longer be permitted to utilize trainees at less than the applicable predetermined rate for the
work performed until an acceptable program is approved.
(iii) Equal Employment Opportunity. The utilization of apprentices, trainees and journeymen
under this part shall be in conformity with the equal employment opportunity requirements of
Executive Order 11246, as amended, and 29 CFR Part 30.
5. Compliance With Copeland Act Requirements.
The contractor shall comply with the requirements of 29 CFR Part 3, which are incorporated by
reference in this contract.
6. Subcontracts.
The contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR Part
5.5(a)(1) through (10) and such other clauses as the Federal Aviation Administration may by
appropriate instructions require, and also a clause requiring the subcontractors to include these
clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance
by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR Part 5.5.
7. Contract Termination: Debarment.
A breach of the contract clauses in paragraph 1 through 10 of this section may be grounds for
termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29
CFR 5.12.
8. Compliance With Davis -Bacon and Related Act Requirements.
All rulings and interpretations of the Davis -Bacon and Related Acts contained in 29 CFR Parts 1, 3,
and 5 are herein incorporated by reference in this contract.
9. Disputes Concerning Labor Standards.
FAA MP-12
Disputes arising out of the labor standards provisions of this contract shall not be subject to the
= general disputes clause of this contract. Such disputes shall be resolved in accordance with the
procedures of the Department of Labor set forth in 29 CFR Parts 5, 6 and 7. Disputes within the
meaning of this clause include disputes between the contractor (or any of its subcontractors) and the
contracting agency, the U.S. Department of Labor, or the employees or their representatives.
10. Certification of Eligibility.
(i) By entering into this contract, the contractor certifies that neither it (nor he or she) nor any
person or firm who has an interest in the contractor's firm is a person or firm ineligible to be
awarded Government contracts by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR
5.12(a)(1).
(ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of
n a Government contract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1).
(iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001.
VETERAN'S PREFERENCE
In the employment of labor (except in executive, administrative, and supervisory positions), preference
- shall be given to Veterans of the Vietnam era and disabled veterans as defined in Section 515(c)(1) and
- (2) of the Airport and Airway Improvement Act of 1982. However, this preference shall apply only where
the individuals are available and qualified to perform the work to which the employment relates..
TRADE RESTRICTION CLAUSE
The contractor or subcontractor, by submission of an offer and/or execution of a contract, certifies that it:
a. is not owned or controlled by one or more citizens of a foreign country included in the list
of countries that discriminate against U.S. firms published by the Office of the United States
Trade Representative (USTR);
b. has not knowingly entered into any contract or subcontract for this project with a person
that is a citizen or national of a foreign country on said list, or is owned or controlled directly
or indirectly by one or more citizens or nationals of a foreign country on said list;
c. has not procured any product nor subcontracted for the supply of any product for use on
the project that is produced in a foreign country on said list.
Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49
CFR 30.17, no contract shall be awarded to a contractor or subcontractor who is unable to certify to the
above. If the contractor knowingly procures or subcontracts for the supply of any product or service of a
foreign country on said list for use on the project, the Federal Aviation Administration may direct through
the Sponsor cancellation of the contract at no cost to the Government.
Further, the contractor agrees that, if awarded a contract resulting from this solicitation, it will incorporate
this provision for certification without modification in each contract and in all lower tier subcontracts. The
contractor may rely on the certification of a prospective subcontractor unless it has knowledge that the
certification is erroneous.
The contractor shall provide immediate written notice to the sponsor if the contractor learns that its
certification or that of a subcontractor was erroneous when submitted or has become erroneous by
reason of changed circumstances. The subcontractor agrees to provide written notice to the contractor if
at any time it learns that its certification was erroneous by reason of changed circumstances.
FAA MP-13
This certification is a material representation of fact upon which reliance was placed when making
the award. If it is later determined that the contractor or subcontractor knowingly rendered an
erroneous certification, the Federal Aviation Administration may direct through the Sponsor
cancellation of the contract or subcontract for default at no cost to the Government.
Nothing contained in the foregoing shall be construed to require establishment of a system of records in
order to render, in good faith, the certification required by this provision. The knowledge and information
of a contractor is not required to exceed that which is normally possessed by a prudent person in the
ordinary course of business dealings.
This certification concerns a matter within the jurisdiction of an agency of the United States of America
and the making of a false, fictitious, or fraudulent certification may render the maker subject to
prosecution under Title 18, United States Code, Section 1001.
RIGHTS TO INVENTIONS
All rights to inventions and materials generated under this contract are subject to regulations issued by
the FAA and the Sponsor of the Federal grant under which this contract is executed.
BREACH OF CONTRACT TERMS
Any violation or breach of terms of this contract on the part of the contractor or their subcontractors may
result in the suspension or termination of this contract or such other action that may be necessary to
enforce the rights of the parties of this agreement. The duties and obligations imposed by the Contract
Documents and the rights and remedies available thereunder shall be in addition to and not a limitation of
any duties, obligations, rights and remedies otherwise imposed or available by law.
ENERGY CONSERVATION REQUIREMENTS
The contractor agrees to comply with mandatory standards and policies relating to energy efficiency that
are contained in the state energy conservation plan issued in compliance with the Energy Policy and
Conservation Act (Public Law 94-163)
DISADVANTAGED BUSINESS ENTERPRISES
Contract Assurance (§26.13) - The contractor or subcontractor shall not discriminate on the basis of
race, color, national origin, or sex in the performance of this contract. The contractor shall carry out
applicable requirements of 49 CFR Part 26 in the award and administration of DOT assisted contracts.
Failure by the contractor to carry out these requirements is a material breach of this contract, which may
result in the termination of this contract or such other remedy, as the recipient deems appropriate.
Prompt Payment (§26.29) - The prime contractor agrees to pay each subcontractor under this prime
contract for satisfactory performance of its contract no later than 30 days from the receipt of each
payment the prime contractor receives from the City of Lubbock, Lubbock Preston Smith
International Airport. The prime contractor agrees further to return retainage payments to each
subcontractor within [specify the same number as above] days after the subcontractor's work is
satisfactorily completed. Any delay or postponement of payment from the above referenced time frame
may occur only for good cause following written approval of the City of Lubbock, Lubbock Preston
Smith International Airport. This clause applies to both DBE and non -DBE subcontractors.
ACCESS TO RECORDS AND REPORTS
The Contractor shall maintain an acceptable cost accounting system. The Contractor agrees to provide
the Sponsor, the Federal Aviation Administration and the Comptroller General of the United States or any
of their duly authorized representatives access to any books, documents, papers, and records of the
FAA MP-14
b. Cancellation, termination, or suspension of the contract, in whole or in part.
1.6 Incorporation of Provisions. The contractor shall include the provisions of paragraphs 1
through 5 in every subcontract, including procurements of materials and leases of equipment,
unless exempt by the Regulations or directives issued pursuant thereto. The contractor shall take
such action with respect to any subcontract or procurement as the sponsor or the FAA may direct
as a means of enforcing such provisions including sanctions for noncompliance. Provided,
however, that in the event a contractor becomes involved in, or is threatened with, litigation with a
subcontractor or supplier as a result of such direction, the contractor may request the Sponsor to
enter into such litigation to protect the interests of the sponsor and, in addition, the contractor may
request the United States to enter into such litigation to protect the interests of the United States.
BUY AMERICAN PREFERENCES
(a) The Aviation Safety and Capacity Expansion Act of 1990 provides that preference be given to steel
and manufactured products produced in the United States when funds are expended pursuant to a grant
issued under the Airport Improvement Program. The following terms apply:
1. Steel and manufactured products. As used in this clause, steel and manufactured products
include (1) steel produced in the United States or (2) a manufactured product produced in the
United States, if the cost of its components mined, produced or manufactured in the United States
exceeds 60 percent of the cost of all its components and final assembly has taken place in the
_ United States. Components of foreign origin of the same class or kind as the products referred to
in subparagraphs b. (1) or (2) shall be treated as domestic.
2. Components. As used in this clause, components means those articles, materials, and
supplies incorporated directly into steel and manufactured products.
3. Cost of Components. This means the costs for production of the components, exclusive of
final assembly labor costs.
(b) The successful bidder will be required to assure that only domestic steel and manufactured products
will be used by the Contractor, subcontractors, materialmen and suppliers in the performance of this
contract, except those:
1. that the US Department of Transportation has determined, under the Aviation Safety and
Capacity Expansion Act of 1990, are not produced in the United States in sufficient and reasonably
available quantities and of a satisfactory quality;
2. that the US Department of Transportation has determined, under the Aviation Safety and
Capacity Expansion Act of 1990, that domestic preference would be inconsistent with the public
interest; or
3. that inclusion of domestic material will increase the cost of the overall project contract by more
than 25 percent.
BUY AMERICAN CERTIFICATE
By submitting a bid/proposal under this solicitation, except for those items listed by the offeror
below or on a separate and clearly identified attachment to this bid/proposal, the offeror certifies
that steel and each manufactured product, are produced in the United States, as defined in the
clause Buy American - Steel and Manufactured Products for Construction Contracts) and that
components of unknown origin are considered to have been produced or manufactured outside
the United States.
Offerors may obtain from the owner a listing of articles, materials and supplies excepted from this
provision.
I1TT�i1dC!
Product Country of Origin
FAA MP-17
CITY OF LUBBOCK DEPARTMENT OF AIRPORTS - DBE POLICY STATEMENT
Section 26.1, 26.23 Objectives/Policy Statement
The City of Lubbock, owner and operator of Lubbock Preston Smith International Airport,
herein referred to as LBB, has established a Disadvantaged Business Enterprise (DBE)
program in accordance with regulations of the U.S. Department of Transportation (DOT),
49 CFR Part 26. LBB has received Federal financial assistance from the Department of
Transportation, and as a condition of receiving this assistance, LBB has signed an
assurance that it will comply with 49 CFR Part 26.
It is the policy of LBB to ensure that DBE's, as defined in Part 26, have an equal
opportunity to receive and participate in DOT -assisted contracts. It is also our policy:
1. To ensure nondiscrimination in the award and administration of DOT -assisted
contracts;
2. To create a level playing field on which DBEs can compete fairly for DOT -assisted
contracts;
3. To ensure that the DBE Program is narrowly tailored in accordance with applicable
law;
4. To ensure that only firms that fully meet 49 CFR Part 26 eligibility standards are
permitted to participate as DBEs;
5. To help remove barriers to the participation of DBEs in DOT -assisted contracts;
and
6. To assist the development of firms that can compete successfully in the market
place outside the DBE program.
Kelly Campbell has been delegated as the DBE Liaison Officer. In that capacity, the
y appointed supervisor is responsible for implementing. all aspects of the DBE program.
Implementation of the DBE program is accorded the same priority as compliance with all
other legal obligations incurred by LBB in its financial assistance agreements with the
Department of Transportation.
LBB has disseminated this policy statement to the City Council of the City of Lubbock,
Texas and all the components of our organization. We have distributed this statement to
__. DBE and non -DBE business communities that perform work for us on DOT -assisted
contracts. This is accomplished via inclusion in all our Bid Documents.
James Loomis
Director of Aviation
Information to be submitted (26.53(b))
E
LBB treats bidder/offers' compliance with good faith efforts' requirements as a matter of
responsiveness.
The requirements of 49 CFR Part 26, Regulations of the U.S. Department of Transportation,
._, apply to this contract. It is the policy of LBB to practice nondiscrimination based on race,
color, sex, or national origin in the award or performance of this contract. All firms qualifying
- under this solicitation are encouraged to submit bids/proposals. Award of this contract will be
conditioned upon satisfying the requirements of this bid specification. These requirements
apply to all bidders/offerors, including those who qualify as a DBE. A DBE contract goal of
4.42% has been established for this contract. The bidder/offeror shall make good faith efforts,
as defined in Appendix A, 49 CFR Part 26, to meet the contract goal for DBE participation in
N
the performance of this contract.
The bidder/offeror will be required to submit the following information: (1) the names and
addresses of DBE firms that will participate in the contract; (2) a description of the work that
each DBE firm will perform; (3) the dollar amount of the participation of each DBE firm
participating; (4) Written documentation of the bidder/offeror's commitment to use a DBE
subcontractor whose participation it submits to meet the contract goal; (5) Written
confirmation from the DBE that it is participating in the contract as provided in the commitment
made under (4); and (6) if the contract goal is not met, evidence of good faith efforts.
WAIS Document Retrieval Page I of 3
GENERAL DECISION: TX20030028 01/14/2005 TX28
Date: January 14, 2005
General Decision Number: TX20030028 01/14/2005
Superseded General Decision Number: TX020028
State: Texas
Construction Types: Heavy and Highway
Counties: Ector, Lubbock, Midland, Potter, Randall, Taylor
and Tom Green Counties in Texas.
HEAVY (excluding tunnels & dams) and HIGHWAY PROJECTS (does not
include building structures in rest area projects).
Modification Number Publication Date
0 06/13/2003
1 01/14/2005
* SUTX2004-001 11/09/2004
Rates
Fringes
Ell Asphalt Distributor Operator ...
$ 9.25
0.00
Asphalt Heater Operator ........
$ 11.21
0.00
Asphalt paving machine operator$
11.16
0.00
- Asphalt Raker ..................$
9.51
0.00
Broom or Sweeper Operator ......
$ 8.57
0.00
Bulldozer operator .............$
9.76
0.00
Carpenter ......................$
12.61
0.00
Concrete Finisher, Paving ......
$ 13.26
0.00
Concrete Finisher, Structures..$
11.20
0.00
Crane, Clamshell, Backhoe,
Derrick, Dragline, Shovel
Operator .......................$
11.00
0.00
Electrician ....................$
17.00
0.00
Form Builder/Setter, Structures$
9.26
0.00
Form Setter, Paving & Curb .....
$ 9.82
0.00
Front End Loader Operator ......
$ 10.52
0.00
Laborer, common ................$
8.51
0.00
Laborer, Utility ...............$
10.46
.0.00
Mechanic .......................$
16.85
0.00
Motor Grader Operator Rough ....
$ 11.75
0.00
Motor Grader Operator, Fine
Grade ..........................$
13.50
0.00
Planer Operator ................$
13.36
0.00
Roller Operator, Pneumatic,
Self -Propelled .................$
7.67
0.00
Roller Operator, Steel Wheel,
Flat Wheel/Tamping.............$
8.06
0.00
Roller Operator, Steel Wheel,
Plant Mix Pavement .............$
7.50
0.00
Scraper Operator ...............$
8.50
0.00
Servicer .......................$
8.98
0.00
Slip Form Machine Operator .....
$ 13.64
0.00
Tractor operator, Pneumatic ....
$ 12.00
0.00
Traveling Mixer Operator .......
$ 12.00
0.00
http:Hfrwebgate.access.gpo.gov/cgi-binlgetdoc.cgi?dbname=Davis-Bacon&docid=TX2003... 6/27/2006
WAIS Document Retrieval
Page 2 of 3
Truck driver,
lowboy -Float .....
$ 12.67
Truck driver,
Single Axle,
Heavy ..........................$
8.50
Truck driver,
Single Axle,
Light ..........................$
8.08
Truck Driver,
Tandem Axle,
Semi -Trailer ...................$
8.66
Welder .........................$
15.25
Work Zone Barricade Servicer...
----------------------------------------
$ 8.28
0.00
0.00
0.00
0.00
0.00
0.00
--------------
WELDERS - Receive rate prescribed for craft performing
operation to which welding is incidental.
Unlisted classifications needed for work not included within
the scope of the classifications listed may be added after
award only as provided in the labor standards contract clauses
(29CFR 5.5 (a) (1) (ii)).
In the listing above, the "SU" designation means that rates
y listed under the identifier do not reflect collectively
bargained wage and fringe benefit rates. Other designations
_ indicate unions whose rates have been determined to be
prevailing.
------------------------------------------------------------
WAGE DETERMINATION APPEALS PROCESS
1.) Has there been an initial decision in the matter? This can
be:
* an existing published wage determination
* a survey underlying a wage determination
* a Wage and Hour Division letter setting forth a position on
a wage determination matter
* a conformance (additional classification and rate) ruling
On survey related matters, initial contact, including requests
for summaries of surveys, should be with the Wage and Hour
Regional Office for the area in which the survey was conducted
because those Regional Offices have responsibility for the
Davis -Bacon survey program. If the response from this initial
contact is not satisfactory, then the process described in 2.)
and 3.) should be followed.
With regard to any other matter not yet ripe for the formal
process described here, initial contact should be with the
Branch of Construction Wage Determinations. Write to:
Branch of Construction Wage Determinations
Wage and Hour Division
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
2.) If the answer to the question in 1.) is yes, then an
http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=TX2003... 6/27/2006
WAIS Document Retrieval Page 3 of 3
interested party (those affected by the action) can request
review and reconsideration from the Wage and Hour Administrator
(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:
Wage and Hour Administrator
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
The request should be accompanied by a full statement of the
interested party's position and by any information (wage
payment data, project description, area practice material,
etc.) that the requestor considers relevant to the issue.
3.) If the decision of the Administrator is not favorable, an
interested party may appeal directly to the Administrative
iJ Review Board (formerly the Wage Appeals Board). Write to:
7 Administrative Review Board
U..S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
4.) All decisions by the Administrative Review Board are final.
----------------------------------------------------------------
----------------------------------------------------------------
END OF GENERAL DECISION
http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=TX2003... 6/27/2006
SPECIAL PROVISIONS
SP-1 SCOPE OF WORK
The work to be accomplished under these specifications, including the plans, consists of
construction work for the Lubbock Preston Smith International Airport, including but not limited to, the
replacement of sign panels, modifications to the electrical vault building, and the replacement of the
emergency generator.
All labor, materials and equipment necessary to complete the work called for in these
specifications and shown on the plans shall be furnished by the Contractor.
Payment for the various items of work will be made as specified under the various payment
paragraphs of the technical sections.
SP-2 BASIS OF CONTRACT AWARD
Award of this contract will be made on the basis of the low, responsive, responsible bid,
received in accordance with the General Instructions to Bidders, including the total BASE BID and any
combination of ADDITIVE ALTERNATES based on the availability of funds.
SP-3 NOT USED
SP-4 TIME AND ORDER OF COMPLETION
The Contractor will be permitted to prosecute certain portions of the work in the order and
manner of his own choosing to the best interest of the project. However, the work shall be conducted in such
manner and with such materials, equipment and labor as may be required to insure completion in accordance
with the plans and specifications within the time stated in the Proposal and in the Contract. The Contractor
shall furnish the Engineer with his proposed progress schedule and this schedule shall be approved by the
Engineer before work is commenced on the project.
Other contractors may be performing work for the Owner in the same general area as that
covered under this contract. The Contractor shall be expected to coordinate his work with the work of other
contractors as may be required to insure that all work can be carried out with the least possible interference
with the operation of other contractors or the Owner. The Contractor's coordination with other contractors
shall require the approval of the Engineer. The Engineer reserves the right to control and direct the sequence
of operations in the areas where others will be working. Provision shall be made for other contractors to have
suitable space to work and for storage of materials, as well as access to these areas.
The Contractor shall be responsible for scheduling and implementing the various separate
construction operations involved in the construction of the improvements included in this project.
Completion shall be within the time frames specified below.
The Contractor will prepare and submit for review his recommended phasing/scheduling plan in
accordance with the following ultimate goals.
01273905 SP - 1
08/06
Liquidated damages will be assessed for delayed completion in the amount of $450 per calendar
day.
Phasing shall be accomplished as follows:
Phase I (Order Materials)
■ 105 days
■ NTP (to order materials) issued.
■ Prepare and deliver material submittals.
■ Get Engineer approval.
■ Order equipment and materials.
Phase 2 (Construction)
■ 105 days
■ NTP (for construction) issued.
The ultimate goals of the phasing plan:
■ 210 calendar days (entire length of Contract).
■ Have one major runway completely open at all times.
■ Limit the amount of time that either runway is closed or constricted by a displaced threshold.
■ Have blackout dates for Thanksgiving, Christmas, and Spring Break.
■ Give the contractor some flexibility in performing tasks not affecting Runway Safety Areas,
Taxiway Safety Areas or displaced thresholds and not causing the closing of a Runway.
■ The contractor shall keep all equipment, personnel, etc ... clear of the protected surfaces on the
airfield as shown in "imaginary surfaces" detail in the plans and in the appendix of these
specifications.
■ Have emergency power to the vault available at all times.
■ Begin construction after materials have arrived.
The Contractor shall schedule his work well in advance of actual operations and shall keep the
Engineer advised of this schedule so that close coordination can be maintained with the Director of Aviation.
Portions of the apron, runways and taxiways may be closed as required for proper execution of the work, but
at least seven (7) days notice will be required before closing any portion of a runway, taxiway or apron.
SP-5 LIMITATION OF OPERATION
Each item of work shall be completed without delay. The Contractor shall be required to submit
a schedule of operations to the Engineer for approval.
The Contractor shall take all precautions necessary to insure the safety of operating aircraft and
their passengers as well as that of his own equipment and personnel. Special considerations shall be given to
flight schedules and other aircraft operations. The Contractor shall obey all instructions as to routes to be
taken by equipment traveling within the airport area. The Contractor shall provide all such equipment with a
flag on a staff so attached to the equipment that the flag will be readily visible. The flag shall be not less than
three feet square consisting of a checkered pattern of international orange and white squares of not less than
one foot on each side. During nighttime work, the Contractor shall provide such equipment with approved
flashing lights so attached to the equipment that the lights will be readily visible. The Contractor shall make
his own estimate of all difficulties to be encountered. Equipment not actually in operation shall be kept clear
01273905 SP - 2
08/06
of landing areas; personnel shall not enter areas of the airport where aircraft are operating without specific
permission.
All operations shall be coordinated, through the Engineer, with the Director of Aviation, to the
end that no interference with aircraft traffic on active runways, taxiways or aprons will result from the
operations of the Contractor. Construction activities will not be allowed within the safety areas of any active
runway or taxiway. The taxiway safety area is defined as the area within 85.5 feet of the centerline of any
taxiway or taxilane. The runway safety area is defined as the area within 250 feet of the centerline of any
runway when aircraft are operating under Visual Flight Rule (VFR, clear weather) conditions, or within 570
feet of the centerline of any runway when aircraft are operating under Instrument Flight Rule (IFR,
inclement weather) conditions. VFR or IFR conditions shall be determined by the Lubbock Air Traffic
Control Tower personnel.
Trenches, "drop offs" and manhole excavations within the limits of the safety area of any
airfield paving shall be backfilled as outlined in these specifications by the end of the work day or work
period. Excavations outside the safety areas of any active airfield paving shall be barricaded as outlined in
these specifications to the satisfaction of the Engineer by the end of each work day or work period. All
excavations shall be backfilled as soon as practicable. No open excavations shall be allowed within the
safety area of any active airfield pavement. The FAA considers any deviation of more than 3-inches above or
below the existing grade to be a hazard to aircraft operations. The FAA may issue warnings or fine the
Airport for these violations. Such fines as may be handed out by the FAA as a result of the Contractor's
activities shall be considered the Contractor's responsibility, and shall be promatly paid be the Contractor, at
his sole expense.
The Contractor shall schedule his work well in advance of actual operations and shall keep the
Engineer advised of this schedule so that close coordination can be maintained with the Director of Aviation.
Aprons, runways and taxiways will be closed as required for proper execution of the work as provided in
above paragraphs.
The Contractor shall exert every effort to maintain the safety of aircraft traffic and shall acquaint
himself with the rules and regulations concerning aircraft traffic safety. Violations of the safety rules by the
Contractor's workmen shall result in the discharge of such men in accordance with the General Conditions.
Continued violations of safety rules and regulations by the Contractor, after having been notified of such
violations by the Engineer, shall constitute grounds for suspending the Contractor's operations until steps are
taken that will insure a safe operation.
The Contractor shall be required to equip vehicles used by his project superintendent and project
foremen on the project with radio receiver/transmitters for maintaining direct communication with the FAA
control tower at Lubbock Preston Smith International Airport. The Contractor will provide a minimum of
,c two (2) radios, as specified below. At the completion of the project, the Contractor shall transfer ownership
of the two (2) specified radios, chargers and attachments to the Owner. The radios shall be delivered to the
Owner in good working condition. The cost of the two (2) radios, chargers and attachments will be
considered a subsidiary obligation of the Contractor under this project, and no separate, direct payment will
be made. The radios to be provided shall consist of the following:
Two (2) Icom America, Model IC-A5, with AC charger, DC charger, carrying
case, flexible antenna, headset adapter cable, and two (2) 760 mAH heavy
rechargeable battery packs.
01273905 SP - 3
08/06
Communication will be required at a frequency of 121.9 MHz for Lubbock ground control.
Radio contact shall be required when construction operations are in the vicinity of, or when crossing any
active runway, taxiway, or apron, or as directed by the Engineer.
The Contractor shall be required to provide an appropriate number of radios to maintain
communication in all areas of work.
The Contractor shall provide an area for parking all equipment not being used for construction
purposes, and for parking of employee vehicles. This area shall be located away from the operational area of
the airport in an area approved by the Engineer and the Director of Aviation. No employee or other
unauthorized vehicles will be allowed within the operational area of the airport.
Hauling routes shall not be along or across any paved airport street, road, apron, taxiway or
runway without specific written authorization from the Engineer and the Director of Aviation. Any damage
incurred by the Contractor's equipment shall be repaired by and at the expense of the Contractor, and as
required by the Engineer and the Director of Aviation.
The Contractor shall maintain the pavement surfaces of runways, taxiways and aprons, which
are allowed to be used as hauling routes, in a clean condition, suitable for use by aircraft, as determined by
the Director of Aviation.
The successful Bidder shall be subject to a pre -award review by the Office of Compliance and
Security, Equal Opportunity Division, Federal Aviation Administration, to determine previous compliance
status of the Contractor.
The Contractor shall be subject to a pre -construction conference to discuss phasing and project
safety control after award of contract. If the contractor would like to amend the proposed phasing plan it will
be discussed, reviewed and approved or modified at this meeting,
SP-6 AIRPORT OPERATIONS SECURITY
SP-6.1 General
Airport security is a vital part of the Contractor's responsibilities during the course
of this project. Airport security, nation-wide, has come under close scrutiny in the last few years. The
following security guidelines and the rules and regulations of the Lubbock Preston Smith International
Airport Police Department (LBBPD) and the Federal Aviation Administration (FAA) shall be followed by
the Contractor and the Contractor's employees, subcontractors, suppliers and representatives at all times
during the execution of this project. The Contractor shall be directly responsible for any and all fines or
penalties levied against the Airport as a result of any breach of security or safety caused by the Contractor or
the Contractor's employees, subcontractors, suppliers or representatives.
SP-6.2 Airport Operations Area (AOA)
_.. The Airport operations area (AOA) shall be defined as any portion of the Airport
property normally secured against unauthorized entry. The AOA includes all areas specifically reserved for
the operations of aircraft and aircraft support equipment and personnel. Generally, the AOA is defined by the
Airport's outer security fencing and other security measures at the Airport terminal building.
01273905 SP - 4
08/06
SP7-6.3 LBBPD-Issued Security Badges
The Contractor shall be responsible for obtaining a photo -identification security
badge issued by the LBBPD for each supervisor or foreman of each work crew working within the AOA.
The Contractor shall obtain LBBPD security badges for at least one member of each work crew working in
separate areas of the AOA. It is the intent of these specifications that all individuals responsible to the
Contractor, including the Contractor's employees, subcontractors, suppliers or representatives, either obtain
and display an LBBPD security badge, or obtain and display a Contractor -issued identification badge as
specified below, AND be escorted or directly supervised by an individual displaying a current LBBPD
security badge.
The Contractor may obtain LBBPD security badges from the Lubbock Preston
Smith International Airport Police Department at the Lubbock Preston Smith International Airport. The
LBBPD reserves the right to limit the number of security badges issued to the Contractor. The LBBPD will
charge the Contractor a thirty dollar ($30.00) fee for each security badge issued. An additional fee will be
charged, as noted later in this section, for lost or destroyed badges.
The LBBPD security badges shall be worn in an easily visible location on the
person issued the badge at all times while working within the AOA. The badge holder shall be familiar with
and shall obey all security and safety rules and regulations. The LBBPD security badge may be confiscated
J and all security rights revoked by the LBBPD upon the -breach of any security or safety regulations at the
discretion of the LBBPD. The holder of an LBBPD security badge shall surrender the badge at the
completion of this project, upon transfer or termination of employment, or at any other time at the request of
the LBBPD.
The Contractor shall conduct a background check of each applicant for an LBBPD
security badge utilizing standard background check forms provided by the LBBPD. The Contractor shall be
responsible for completing the required forms, and for submitting the forms to the LBBPD for their review
as early in the project as possible to avoid any construction delays. Forms for completing the required
background check shall be available through the Director of Aviation's office after award of the project. The
background check shall show proof of a minimum five (5) year employment record and will be reviewed by
the LBBPD. The LBBPD shall be responsible for reviewing the background checks. Only persons whose
application is approved by the LBBPD shall be issued security badges. The LBBPD reserves the right to bar
from the AOA any individuals found by the background check to be, in the opinion of the LBBPD, a risk to
AOA security or safety.
At the completion of this project, the Contractor shall return all LBBPD-issued
security badges to the LBBPD. The LBBPD will charge an additional one hundred dollar ($100.00) fee for
each lost or destroyed LBBPD-issued security badge. All LBBPD-issued security badges must be accounted
for and surrendered at the completion of this project. Failure to account for and surrender all LBBPD-issued
security badges will constitute grounds for withholding retainage from the final pay estimate amount.
SP-6.4 Contractor -Issued Identification Badges
The Contractor shall be responsible for the identification of each of the Contractor's
employees, subcontractors, suppliers and representatives while these individuals operate within the AOA.
The Contractor shall be responsible for issuing identification badges to each of the Contractor's employees,
subcontractors, suppliers and representatives operating within the AOA. The Contractor shall maintain a
record of all persons issued a Contractor's identification badge. This record shall include the home address
and telephone number of each person issued a badge. The Contractor's record of all employees issued an
01273905 SP - 5
08/06
identification badge shall be made available upon the request of the LBBPD, the Director of Aviation or the
Engineer.
The format and content of the Contractor -issued identification badge shall be
approved by the LBBPD prior to issuing. The identification badge shall display the Contractor's company
name, the employee's name, and the badge's effective and expiration dates, and shall be plastic -laminated
with a clip -on or pin -on method of attaching the badge to the holder's outer clothing. The identification
badge shall be worn in an easily visible location on the person issued the badge at all times while operating
within the AOA.
Contractor -issued identification badge shall not be transferable from individual to
individual, but shall be issued to and carried by the specific employee, subcontractor, supplier or
representative, issued the badge. The Contractor -issued identification badges shall be renewed by the
Contractor every thirty (30) days during the project construction period. The Contractor shall be responsible
for all Contractor -issued identification badges. All expired identification badges or badges invalidated by
termination of the holder's employment, completion of construction activities, or other reasons, shall be
confiscated by the Contractor and retained by the Contractor until the end of the project. It shall be the
Contractor's responsibility to record and account for all Contractor -issued identification badges. All
identification badges issued by the Contractor during the project and the records of said badges shall be
transferred to the possession of the LBBPD at the completion of the project.
The Contractor -issued identification badge does not allow unlimited access to all
areas within the AOA, but will permit only escorted or directly supervised access to only those portions of
the AOA under construction by the Contractor. Every individual operating within the AOA shall display
either an LBBPD-issued security badge or a Contractor -issued identification badge at all times. All
individual employees, subcontractors, suppliers or representatives, or groups of employees, subcontractors,
suppliers or representatives, must be escorted or directly supervised by an individual bearing a valid
LBBPD-issued security badge at all times while within the AOA. Persons within the AOA not possessing a
valid LBBPD-issued security badge, or escorted or directly supervised by an individual possessing a valid
LBBPD-issued security badge, shall be considered in violation of LBBPD security requirements and shall be
subject to immediate removal from the AOA and any other disciplinary actions necessitated by LBBPD
security arrangements.
SP-6.5 Contractor's Entrance Gate
The Contractor shall provide an entrance gate to the AOA for the Contractor's
employees, subcontractors, suppliers and representatives at a location directed by the Engineer. This
entrance gate shall be provided, installed, and, at the end of all construction activities, shall remain at the end
of the project. Adjacent to the Contractor's entrance gate, outside the AOA, the Contractor shall provide a
parking area for the Contractor's employee's personal automobiles. The limits of this parking/storage area
shall be as directed by the Engineer. At the completion of this project, any damage done by the Contractor to
this area shall be repaired to the satisfaction of the Engineer at no additional cost to the Owner. Repairs shall
include, but not be limited to, regrading and reseeding or repaving any damaged areas.
The Contractor shall be responsible for, and shall control all movement through the
Contractor's entrance gate. Only authorized personnel and vehicles shall be allowed to enter the AOA
through this gate. When not in immediate use by the Contractor, the gate shall be securely locked by the
Contractor to prevent entrance by unauthorized persons or vehicles. Upon request, the Contractor shall
provide the Director of Aviation and the LBBPD with duplicate keys (for key locks) or combinations
(for combination locks) to the lock or locks used to secure the Contractor's entrance gate to the AOA.
01273905 SP - 6
08/06
G If construction activities, such as hauling materials, require that the Contractor's
entrance gate to the AOA remain open for long periods of time, the Contractor may, upon approval from the
Engineer, leave the gate open and provide a full-time watchguard at the gate. The watchguard shall be
approved for and shall possess an LBBPD-issued security badge. If this security arrangement is desired and
approved, the gate shall be manned by the watchguard as long as the gate remains open. The watchguard
shall be the Contractor's representative and shall be responsible for all movement through the gate. Again,
only authorized persons and vehicles shall be allowed by the Contractor's watchguard to enter the AOA. At
the Contractor's option, and upon approval of the Engineer, an automatic gate operator may be installed in
lieu of providing a watchguard.
SP-6.6 Vehicle Escorts
All vehicles responsible to the Contractor, such as supplier's vehicles, entering the
AOA shall be escorted by an approved Contractor escort vehicle from the point of AOA entry to the
construction site. The escort vehicle shall be clearly identified with standard FAA markings and/or FAA
flags. In addition, the escort vehicle shall be marked with the Contractor's name.
The escort vehicle will be responsible for leading supply, delivery or other vehicles
across the active airfield. To facilitate safe movement of the escort vehicle and the escorted vehicles, the
driver of the escort vehicle shall be approved for, shall be issued, and shall display an LBBPD security
badge. Further, the escort vehicle driver shall be familiar with airport security and safety procedures. The
escort vehicle shall be equipped with an FAA radio, as specified herein, and the driver of the escort vehicle
shall be familiar with the FAA radio and its operation, and shall obey all instructions from the Air Traffic
Control Tower.
SP-6.7 Challenging Unauthorized Personnel or Vehicles
The Contractor and the Contractor's employees, subcontractors, suppliers, and
representatives who have been issued an LBBPD security badge shall be responsible for challenging any
person or vehicle found on the AOA or other non-public areas who is not displaying a valid LBBPD security
badge, or who cannot produce a valid LBBPD security badge, or who is not under escort or under the direct
supervision of a person possessing a valid LBBPD security badge. The challenge shall consist of notifying
the person that he is within a restricted area, and informing the person of an appropriate exit route. Should
the unauthorized person refuse to exit the restricted area, the LBBPD shall be immediately notified for
further action, and the unauthorized person shall be kept under surveillance until the LBBPD arrive.
Any expired or altered badge, or any badge bearing a photograph not matching the
bearer, shall be brought to the attention of the LBBPD and shall be immediately confiscated by the LBBPD
or the Director of Aviation.
SP-6.8 Cranes or Hoists
Any construction activity utilizing a crane or any other hoisting device shall have
the prior, written approval of the Federal Aviation Administration. The Contractor shall be responsible for
filing the prescribed forms for airspace clearance in accordance with Part 77 of the Federal Aviation
Regulations. Applications for airspace clearance must be submitted at least thirty (30) days prior to the
beginning of construction activities. To avoid construction delays, the Contractor is urged to file the
prescribed forms in a timely manner. Airspace clearance from the FAA must be approved prior to the
erection of the crane or other hoisting device.
01273905 SP - 7
08/06
When requesting approval for the use of a crane or other hoisting device, the
following information is required:
1. Exact location of construction activities utilizing a crane or other hoisting
device.
2. Maximum extendable height of crane or other hoisting device.
3. Duration of construction activities utilizing a crane or other hoisting device.
4. Daily hours of crane or other hoisting device operation.
The top of the crane or other hoisting device shall be marked with a 3-foot by
3-foot safety -orange and white checkered flag. The crane or other hoisting device shall be lowered at night
or at the conclusion of construction activities, or during periods of poor visibility (ILS conditions) as directed
by the Director of Aviation or the Engineer, or at any other time at the direction of the Director of Aviation
or the Engineer.
The Contractor shall notify the Engineer and Director of Aviation at least
folly -eight (48) hours prior to actual erection of the crane or other hoistingdevice.
SP-7 CONTRACTOR'S PLANT SITE, STORAGE AND OFFICE AREA(S)
The Contractor shall make his own provisions for plant site, storage and office areas. If the
Contractor desires to utilize an on -airport location, arrangements must be made with the Director of
Aviation. The following specific requirements apply to on -airport plant site, storage and office areas.
1. The Contractor will be held completely responsible for any damage or deterioration
in areas allowed for Contractor's use. The Contractor will also be responsible for
maintenance of areas and dust control for the duration of the project.
2. Direct negotiation may be conducted with the Director of Aviation for any areas
desired. Areas used by the Contractor may be subject to rental rates and fees as
identified by the Director of Aviation.
3. Any areas occupied by the Contractor and his forces will be required to be
completely restored by the Contractor, at his expense, including but not limited to
regrading disturbed areas; complete removal of debris or any other material brought
onto the site by the Contractor; complete replacement of topsoil, turf, asphalt
pavement, concrete slabs or drives, etc. that is worn, deteriorated or damaged
during the period the Contractor and his forces occupy the area. All restoration
shall be to the satisfaction of the Director of Aviation.
4. No direct payment will be made to the Contractor for preparing or restoring plant
site haul routes, storage or office areas.
01273005 SP - 8
08/06
SP-8 PROTECTION OF PROPERTY
The Contractor shall exercise care to prevent damage to all structures, either above or below
ground, including buildings, fences, pipelines, utilities, roads, etc., whether publicly or privately owned and
including work performed by others. The Contractor shall be responsible for locating all underground
facilities that might be damaged by the proposed construction.
The Contractor shall be responsible for all damage done to either public or private property
during the course of construction except as specifically provided otherwise in these specifications.
Various existing underground utilities and structures are shown on the plans. Their locations are
believed to be reasonably accurate but are not guaranteed. Though an effort has been made to locate and
mark, on the plans, all underground utilities, the Contractor is herein warned that unmarked utilities may
exist within the construction area. Prior to construction, the Contractor shall coordinate his activities with
FAA Facilities at Lubbock Preston Smith International Airport. The Contractor should anticipate conflicts
with existing utilities. Where conflicts are encountered, the Contractor shall reroute electrical conduits,
ducts, water pressure lines and/or force mains around gravity lines which will take precedence over pressure
lines for maintaining vertical alignment as shown on plans. Conflicts between pressure lines shall be
resolved as ordered by the Engineer. No additional payment will be made for rerouting utilities due to
conflicts.
Certain runway and taxiway lights and signs and electrical cables are not scheduled to be
removed or abandoned under this contract. The Contractor shall take all steps necessary to protect these
existing facilities during construction to assure continuous operation of lights for runways and taxiways
which will be open for night operations. The Contractor shall protect existing lighting fixtures from damage
during construction by his operations. An inventory of existing fixtures shall be taken before construction
begins and the Contractor shall be responsible for the cost of replacement of any fixtures damaged by his
operations.
SP-9 ELECTRIC POWER AND NATURAL GAS
The Contractor shall make his own provisions for his electrical, natural gas and other fuel
__.. requirements and shall pay for electricity, gas or fuel consumed during the construction of the project. The
Contractor shall construct his own service lines and such construction shall be in strict accordance with all
applicable codes and laws.
SP-10 NOT USED
SP-11 WATER FOR CONSTRUCTION
The Contractor shall make his own provisions for his water requirements and shall pay for all
water consumed during the construction of the project. The Contractor shall make his own arrangements for
connections to existing water mains and fire hydrants and piping or hauling the water to the point where the
water is required, all at his own expense.
Arrangements for the location of water sources and for payment for water consumed by the
Contractor during construction shall be made directly with the City of Lubbock's water utility department,
Lubbock Power and Light and Water.
01273905 SP - 9
08/06
SP-12 NOT USED
SP-13 BARRICADES, SIGNS, AND HAZARD MARKINGS
The Contractor shall provide, erect, and maintain all necessary barricades, signs, danger signals,
and lights for the protection of the work and the safety of the public for both land and air traffic. Before
closing existing apron, runways or taxiways, warning signs for air traffic shall be placed at such locations
and shall be visible day and night. A runway closed because of construction or other activities or hazards
shall have appropriate FAA standard markings. Any movement of Contractor's vehicles or equipment on or
across landing areas shall carry FAA standard markings or flags. Movement of other vehicles responsible to
the Contractor shall be under escort, as specified in Paragraph SP-6, AIRPORT OPERATIONS SECURITY.
Taxiways closed to traffic shall be protected by effective barricades. Spacing of barricades shall
be as directed by the Engineer. Barricades for aprons closed to traffic shall consist of heavy duty barricades
constructed of railroad ties. Each tie shall have reflective striping and a flashing light on each end.
Barricades shall be spaced with no more than 3' clearance between the ends. Suitable warning signs
illuminated at night by acceptable light units, shall be provided for closed runways, apron, taxiways and
roadways. Obstructions shall be illuminated at night. The proper illumination of obstructions is critical to the
safe operation of aircraft on the Airport. All warning lights shall be equipped with photocell controls to
automatically turn on the lights at night and turn them off at daytime. The lights shall be checked daily by
the Contractor to assure that batteries or power cells are in working order. In addition, the lights shall be
checked by the Contractor at night on a daily basis. Any lights found to be out of order, flashing weakly or in
otherwise less than acceptable operating condition shall be immediately replaced or repaired. The En ig neer
may suspend work on the project if the Contractor's warning lights are not maintained in an acceptable
manner. A twenty-five dollar ($25.00) charge will be assessed the Contractor for each light, per day, found
to be inoperative by Owner's personnel or representatives.
SP-14 PREVENTION OF AIR AND WATER POLLUTION
The Contractor shall use suitable precaution to minimize air and water pollution during the
progress of work. The Contractor shall comply with directives given by the Engineer in implementation of
the letter and intent of FAA Advisory Circular 150/5370-10, Item P-156 entitled "Temporary Air and Water
Pollution Soil Erosion, and Siltation Control". Item P-156, entitled "Temporary Air and Water Pollution Soil
Erosion, and Siltation Control," is included as Section 1 I of the technical specifications for this project.
SP-15 PROGRESS SCHEDULE
Within thirty (30) days after award of the contract, the Contractor shall submit a progress
schedule for the project. The progress schedule shall be prepared in a form suitable to the Engineer and shall
show the proposed starting and completion dates for each phase of construction and each item of work
within each phase. The progress schedule shall include a "Percent Complete Curve", with the monthly
amount, cumulative amount and cumulative percent. The progress schedule, when submitted in suitable form
and provided the schedule indicates certain completion of the project within the time specified, will be
approved in writing by the Engineer.
Revision or changes in the approved progress schedule may be made only with approval of the
Engineer.
SP-16 PUBLIC CONVENIENCE AND SAFETY
01273905
08/06
SP - 10
Materials stored on the airport shall be so placed and the work shall, at all times, be so
conducted as to cause no greater obstruction to the air and ground traffic than is considered necessary by the
Engineer. In protecting operational areas, the minimum clearances maintained for runways shall be in
agreement with Part 77 of the Federal Aviation Regulations. During construction of the project, the
Contractor shall also maintain operational safety on the Airport in accordance with FAA's Advisory Circular
150/5370-2C, "Operational Safety on Airports During Construction," included in the Appendix of these
Specifications. No runway, taxiway, apron, or roadway shall be closed or opened except by express
permission from the Engineer and Director of Aviation.
The Contractor shall be responsible for maintaining the pavement free of all rocks, gravel, dirt
and other debris in areas where hauling is permitted on or across any active apron, runway or taxiway, or in
_ areas temporarily closed which are subject to opening on short notice. All rocks, gravel, dirt or other debris
shall be removed immediately by the Contractor.
SP-17 FINAL CLEANING UP
As each intermediate phase of work is completed and prior to opening any portion of any
airfield apron, runway or taxiway, the Contractor shall be responsible for cleaning the construction site and
adjacent pavement as specified above.
Upon completion of the work and before acceptance and final payment will be made, the
l Contractor shall remove from the site all machinery, equipment, surplus, and discarded materials, rubbish
and temporary structures. Material cleared from the site and deposited on property adjacent, will not be
considered as being disposed of satisfactorily. The cost of the "Cleanup" shall be included as a part of the
cost of the various items of work involved, and no direct compensation will be made for this work.
SP-18 INSURANCE
The Contractor shall not begin work under this contract until he has obtained all insurance as
required in the General Conditions of the Agreement, has furnished proof of same to the Owner, and the
Owner shall have approved same.
The insurance coverage indicated in the General Conditions shall also include the Engineer,
Parkhill, Smith & Cooper, Inc. as an additional insured.
A certificate of Insurance is included in the specifications and Contract Documents for this
project. The Contractor will be required to have five (5) extra copies of this certificate executed by his
insurance company or companies. This certificate will become a part of the Contract Documents and must be
included with the Contract Documents before execution by the City of Lubbock. Coverages specified herein
apply to all operations of the Contractor in connection with this work, including automobiles and other
vehicles.
Coverage shall extend to all subcontractors unless proof of minimum coverage required is
submitted separately by each subcontractor not so covered.
01273905 SP - 11
08/06
SP-19 REMOVAL AND DISPOSAL OF STRUCTURES, UTILITIES AND OBSTRUCTIONS
All structures, utilities or obstructions found on the airport and shown on the plans which are
not to remain in place or which are not to be used in the new construction shall be removed as directed by
the Engineer. Unless specified in the proposal, this work shall not be paid for separately but shall be
considered as subsidiary obligation of the Contractor covered under other contract items. All material found
on the airport or removed therefrom shall remain the property of the Owner, unless otherwise indicated. All
materials and debris specified to be disposed of by the Contractor shall become the property of the
Contractor and shall be properly disposed of off the airport property by the Contractor.
SP-20 NOT USED
SP-21 REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK
All work which has been rejected or condemned shall be repaired or, if it cannot be
satisfactorily repaired, removed and replaced at the Contractor's expense. Materials not conforming to the
requirements of the specifications shall be removed immediately from the site of the work and replaced with
satisfactory material by the Contractor at his expense.
Work done beyond that shown on the plans, or as given, except as herein provided, work done
without proper inspection, or any extra or unclassified work done without written authority and prior
agreement in writing as to prices, will be done at the Contractor's risk and will be considered unauthorized
and, at the option of the Engineer, may not be measured and paid for and may be ordered removed and
replaced at the Contractor's expense.
Upon the failure of the Contractor to repair satisfactorily or to remove and replace, if so
directed, rejected, unauthorized, or condemned work or materials immediately after receiving formal notice
from the Engineer, the Owner may recover for such defective work or materials on the Contractor's bond, or
by action in a court having proper jurisdiction over such matters, or may employ labor and equipment and
satisfactorily repair or remove and replace such work and charge the cost of the same to the Contractor,
which cost will be deducted from any money due him.
SP-22 DISPUTED CLAIMS FOR EXTRA WORK
In case the Contractor deems extra compensation is due him for work on materials not clearly
covered in the contract, or not ordered by the Engineer as an extra, the Contractor shall notify the Engineer
in writing of his intention to make claim for such extra compensation before he begins the work on which he
bases the claim and shall afford the Engineer every facility for keeping actual cost of the work. Failure on
the part of the Contractor to give such notification or to afford the Engineer proper facilities for keeping
' strict account of actual costs shall constitute a waiver of the claim for such extra compensation. The filing of
such notice by the Contractor and the keeping of costs by the Engineer shall not in any way be construed to
prove validity of the claim. When the work has been completed, the Contractor shall within 10 days file his
_ claim for extra compensation with the Engineer, who will present it to the Owner for consideration.
SP-23 FEDERAL PARTICIPATION
The attention of the Contractor is invited to the fact that pursuant to the provisions of the Act of
Congress known as the Airport Improvement Program of 1982, the United States Government may pay a
portion of the cost of these improvements. The above Act of Congress provides that the construction work
01273905 SP - 12
08/06
and labor in each state shall be done in accordance with the laws of that state subject to the inspection and
approval of the FAA and in accordance with the rules and regulations made pursuant to said Act. The
construction work, therefore, will be subject to such inspection by the Administrator of the Federal Aviation
Administration or his agents as may be deemed necessary to meet with the above requirements when Federal
funds are used, but such inspection will in no sense make the Federal Government a party to this contract
-a and will in no way interfere with the rights of either party to the contract.
SP-24 INDEMNIFICATION
The Contractor shall indemnify and hold harmless and defend the Owner, Engineer and all of
the Owner's officers, agents and employees from all suits, actions, claims, damages, personal injuries, losses,
property damage and expenses of any character whatsoever, including attorney's fees, brought for or on
account of any injuries or damages received or sustained by any person or persons or property, on account of
any negligent act of the Contractor, their agents or employees, or any subcontractor, in the execution,
supervision and operations growing out of or in any way connected with the performance of this contract,
and the Contractor will be required to pay any judgment with costs which may be obtained against the
Owner, Engineer or any of its officer, agents or employees, including attorney's fees.
The Contractor shall indemnify and hold harmless and defend the Owner, Engineer and all of
the Owner's officers, agents and employees from all suits, actions, claims, damages, personal injuries,
property damage, losses and expenses of any character whatsoever, including attorney's fees, brought for or
on account of any injuries or damages received or sustained by any person or persons or property, on
account of any claimed negligent act of the Owner, Engineer, the Owner's officers, agents and employees,
whether such negligent act was the sole proximate cause of the injury or damage or a proximate cause jointly
and concurrently with the Contractor or the Contractor's employees, agents or subcontractors negligence, in
the execution, supervision and operations growing out of or in any way connected with the performance of
this contract, and the Contractor will be required to pay any judgment with costs which may be obtained
against the Owner, Engineer or any of its officers, agents or employees, including attorney's fees.
The Contractor agrees that he will indemnify and save the Owner and Engineer harmless from
all claims growing out of any demands of subcontractors, laborers, workmen, mechanics, materialmen, and
furnishers of machinery and parts thereof, equipment, power tools, all supplies, including commissary
incurred in the furtherance of the performance of this contract. When the Owner so desires, the Contractor
shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid,
discharged or waived.
SP-25 NOT USED
SP-26 CONTRACTOR'S RESPONSIBILITY FOR WORK
Until acceptance by the Engineer of any part or all of the construction, as provided for in these
specifications, it shall be under the charge and care of the Contractor, and he shall take every necessary
precaution against injury or damage to any part of the work by the action of the elements or from any other
cause whatsoever, whether arising from the execution or from the non -execution of the work. The Contractor
shall rebuild, repair, restore, and make good, at his own expense, all injuries or damage to any portion of the
work occasioned by any of the above causes before its completion and acceptance.
01273905 SP - 13
08/06
SP-27 CORRECTION OF FAULTY WORK AFTER FINAL PAYMENT
The making of the final payment by the Owner to the Contractor shall not relieve the Contractor
of responsibility for faulty materials or workmanship. The Contractor shall promptly replace any such
defects discovered within one year from the date of written acceptance of the work.
The Performance Bond shall remain in effect until one year after the date of the written
acceptance of the work to insure compliance by the Contractor with the requirements of this paragraph.
SP-28 SEPARATE CONTRACTS
The Owner reserves the right to let other contracts in connection with or in the vicinity of the
project. The Contractor shall afford other contractors reasonable opportunity for the introduction and storage
of their materials and the execution of their work, and shall coordinate his work and theirs. The Contractor's
coordination with other contractors shall require the approval of the Engineer. See Paragraph SP-3 for
additional requirements concerning separate contracts.
SP-29 SHOP DRAWINGS
The Contractor shall submit to the Engineer with such promptness as to cause no delay in his
own work or in that of any other Contractor, six copies unless otherwise specified, of all shop and/or setting
drawings and schedules required for the work of the various trades, and the Engineer shall pass upon them
with reasonable promptness, making required corrections. The Contractor shall make any corrections
required by the Engineer, file with him the corrected copies and furnish such other copies as may be needed.
If the Contractor and/or the Manufacturer desires additional approved sets, the number of final copies
submitted shall be the four copies for the Engineer plus the copies desired by the Contractor and/or
Manufacturer. The Engineer's approval of such drawings or schedules shall not relieve the Contractor from
responsibility for deviations from drawings or specifications, unless he has in writing called the Engineer's
attention to such deviations at the time of submission nor shall it relieve him from responsibility for errors of
any sort in shop drawings or schedules.
SP-30 ENGINEER
Whenever the word Engineer is used in this contract, it shall be understood as referring to
Parkhill, Smith & Cooper, Inc., Consulting Engineers, Lubbock, Amarillo, Midland, Odessa, and El Paso,
Texas, Engineer of the Owner, or such other Engineer, Supervisor or Inspector as may be authorized by said
Owner to act in any particular.
SP-31 TRENCH SAFETY
The Contractor shall strictly comply with all requirements of the Occupational Safety and
Health Administration (OSHA) Manual, Chapter XVII, Subpart P - EXCAVATION, TRENCHING AND
SHORING for all trenching and excavation operations.
If depths of trenches are encountered which are over five (5) feet, the Contractor shall cut the
trench walls to the angle of repose of the soils encountered, or shall submit alternate shoring details to the
Engineer for approval.
01273905 SP - 14
08/06
SP-32 ENGINEER'S FIELD OFFICE (NOT USED)
building be immediately
the is begun in the
sha4l pfevided
and feot�d, weather- tight, insulated
after- wedE on pfejeet and shall remain plaee until
and eenstfueted in a wer4manlike mannen All windews shall be
. RT.T.'!3!!T'!f.T.fR!!iFF!!T.�Tlfiif l.FliS!
W.WWW :S!'!!iMl7lL'i!T.SW"""i
-0-11
WMA
Should the building be destroyed damaged in
thfeugh due te
ef
any mamef, e)Eeept eauses
-- be ..emoyed f.em the p vet site.
The building be less than 150
fiaet in floof have
less
than two
shall not square
deen A table
area and shall
less than 3' 8' leng
net
6
(2) glass windews and ene (1) eenfefenee
not wide and
with
,
separt#e wer-k desk with twe ehair-s, and a filing eabinet
eleetfieal _Wets shall be pr-evided.
The Gefitfaeter- heater-
shall be provided. A minimum
fired by 6P
of four-
The
duplex
Gefftfaetef
shall provide a suitable
either- fiattir-al of
gas.
All
fuel fef the
building
h--e
shall also provide a suitable reffigemted air- eeelen,
pr-evided by the Gen4faetef,
and eleetfieal pewef
shall
SP-33 PROGRESS MEETINGS
A regularly scheduled progress meeting will be held not less than every two weeks and at other
times as required by the progress of the work. The Contractor, Owner, Engineer and all Subcontractors
active on the site shall be represented. The Contractor shall coordinate and preside at the meetings and
provide for keeping and distributing minutes of the meetings. The purpose of the meetings shall be to review
the progress of the work, maintain coordination of efforts, discuss scheduling and resolve any problems
relating to the work.
SP-34 AIRCRAFT RESCUE AND FIREFIGHTING (ARFF) NOTIFICATION
The Owner and the Engineer shall be notified in writing at least seventy-two (72) hours in
advance if any water line or fire hydrant will be out of service. Seventy-two (72) hour advance notification
shall also be provided prior to performing any work that may close or affect an emergency rescue and
firefighting route.
01273905 SP - 15
08/06
Modifications to
ITEM P-140 MOBILIZATION
Item P-140 Mobilization, of the project specifications shall be modified as follows.
1. Paragraph 140-1.1 - Add the following paragraphs:
"This item shall include incidentals such as the projects two-way radios, the construction of a
Contractor's stabilized construction entrance and Contractor's Entrance Gate as shown on Sheet G3 —
Project Airport Layout Plan, and shall be constructed as shown on Sheet C6 — Fencing Details. If
needed to minimize dust or tracking, the surface shall receive a bituminous prime coat, or be
dampened daily. At the completion of the project, if the Owner so elects, the Contractor shall be
responsible for replacing topsoil and seed and regrading the area as required to restore the site to its
preconstruction condition or better.
Notwithstanding any language in the "Contract Documents and Specifications" for this project, no
payment of any amount will be allowed for mobilization until a construction schedule has been
submitted by the Contractor and approved by the Engineer. If before or during construction, the
Contractor falls behind in meeting his projected schedule, and the Engineer requires a revised
construction schedule, no further payments for mobilization will be allowed until a revised
construction schedule has been submitted by the Contractor and approved by the Engineer."
2. Paragraph 140-1.2:
The Contractor will not be responsible for providing an Engineers field office on this project.
01273905 MOBILIZATION 140 - a
08/06
ITEM P-140 MOBILIZATION
DESCRIPTION
140-1.1 The work covered under this item 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. As a part of this item, the contractor shall be responsible for providing the engineer's RPR
with an office containing telephone/fax line, fax machine and copier. This shall include the installation
and monthly fees of the line and equipment to be located in the Contractor's site office.
The Contractor shall demobilize within 30 days after substantial completion of the work.
140-1.2 The Contractor shall furnish an office at the site of the work for the express use by the
Engineer. The building shall be provided immediately after work is begun, and shall remain in place until the
project is accepted as complete, unless its earlier removal is authorized by the Engineer. It shall be floored and
roofed, weather -tight, insulated and constructed in a workmanlike manner. All windows shall be screened and a
screen door shall be provided in addition to the regular door.
The Engineer's field office shall be an independent unit, separate from the Contractor's office, storage building or
warehouse. It shall be listed a minimum clear distance of 50' from any other Contractor's office or building. The
Engineer's field office shall be provided by the Contractor for the sole use of the Engineer and his resident force.
Should the building be destroyed or damaged in any manner, except through causes due to negligence of the
occupying engineering force, the Contractor shall immediately restore it to its original state or replace it with a
building in accordance with these requirements. Upon completion of the project, the building will become the
property of the Contractor and shall be removed from the project site.
The Engineer's field office shall not be less than 150 square feet in floor area and shall have no fewer than two (2)
glass windows and one (1) door. One (1) table, not less than 3' wide and 6' long, one (1) desk, two (2) chairs,
and one (1) filing cabinet shall be provided. A minimum of four (4) duplex electrical outlets shall be provided. The
Contractor shall provide_ a heater and refrigerated air conditioner, suitable for heating/cooling the building. Heating
and air conditioning may be provided by an appropriate combination unit. All fuel and electrical power for the
building, including heating and cooling, shall be provided by the Contractor, at no additional expense to the
Engineer or the Owner.
The Contractor shall provide a private telephone and facsimile machine in the Engineer's field office for the
exclusive use of the Engineer and the Owner. The Engineer will be responsible for subsequent monthly use
charges. In lieu of a separate telephone line, at the Contractor's option a suitable cellular telephone may be
provided. Regardless of the telephone type provided, the Engineer will only be responsible for the average monthly
charges anticipated for a separate telephone line.
MEASUREMENT AND PAYMENT
140-2.1 All work covered by this item will be paid for at the contract lump sum price for "Mobilization. "
Partial payments for the item of "Mobilization" will be made with the first and second partial pay estimates paid
on the contract, and will be made at the rate of 50 percent of the lump sum price for "Mobilization" on each of
these partial pay estimates, less the retainage provided for in Division 90-06 of the General Provisions of these
Specifications, provided the amount bid for "Mobilization" does not exceed 5 percent of the total amount bid for
the contract. Where the amount bid for the item of "Mobilization" exceeds 5 percent of the total amount bid for
the contract, 2.5 percent of the total amount bid will be paid on each of the first two partial pay estimates, and
that portion exceeding 5 percent will be paid on the final pay estimate. All such payments will be made less the
140-1
retainage provided for in Division 90-06 of the General Provisions.
Notwithstanding any language in the "Contract Documents and Specifications" for this project, no payment
of any amount will be allowed for mobilization until a construction schedule has been submitted by the
Contractor and approved by the Engineer. If before or during construction, the Contractor falls behind in
meeting his projected schedule and the Engineer requires a revised construction schedule, no further payments
for mobilization will be allowed until a revised construction schedule has been submitted by the Contractor
and approved by the Engineer.
Payment will be made under:
Item P-140 Mobilization -- per lump sum
140-2
Modifications to
ITEM L-108 INSTALLATION OF UNDERGROUND CABLE FOR AIRPORTS
Item L-108 Installation of Underground Cable for Airports, of the project specifications, shall be modified as
follows:
1. Paragraph 108-2.2 CABLE - Delete the fourth paragraph and insert the following:
"Cable shall be FAA L-824, Type C, suitable for operation at 5kV in wet or dry locations.
Conductors shall be annealed (soft) copper, compressed 7 strand. 5kV cable shall have a 20
mil extruded cross -linked polyethylene conductor shield. 5kV cable shall have an abrasion,
moisture, heat and track resistant cross -linked polyethylene insulation. Cable shall be
printed with conductor size, manufacturer, voltage and FAA-L-824, Type C.
Cable shall meet or exceed FAA Specification L-824, AC 150/5345-71) and ICEA S-66-
524. Conductor size of power cable shall be as shown on the drawings, but shall not be
smaller than No.8 AWG."
2. Paragraph 108-2.4 CABLE CONNECTIONS - Delete paragraphs (b) and (e). Vulcanized or taped
splices shall not be used on this project.
3. Paragraph 108-3.8 SPLICING - Delete paragraphs (b) and (e) and insert the following:
"All splices and connections shall include the installation of a water resistant heat -shrink
sleeve fully covering the splice or connection point. The sleeves shall be Sigmaform APL-
823A or approved equal."
4. Paragraph 4, METHOD OF MEASUREMENT - Delete this entire paragraph and insert the following:
"The quantity of underground cable to be paid for under this item shall be the number of
linear feet of underground cable installed in conduit, measured in place, completed, ready
for operation, and accepted as satisfactory.
Trenching and backfilling shall be measured by the linear foot of trench, including the
excavation, backfill and reconditioning, completed, measured as excavated, and accepted as
satisfactory.
Counterpoise cable and conduit to be paid for under a separate item shall be the number of
linear feet of cable installed in trench, measured in place, completed, ready for operation,
and accepted as satisfactory."
5. Paragraph 5, BASIS OF PAYMENT - Delete this entire paragraph and insert the following:
"Payment shall be made at the contract unit price for underground cable, per lump sum,
installed in conduit, complete and in place. This price shall be full compensation for
furnishing all materials, and for all preparation and installation of the materials, and for all
labor, equipment, tools, and incidentals necessary to complete the items.
01273905 INSTALLATION OF UNDERGROUND 108-a
08/06 CABLE FOR AIRPORTS
Payment will be made under:
Item L-108, no separate payment will be made under this item. Installation of materials
included under this specification shall be considered subsidiary to other items.
01273905 INSTALLATION OF UNDERGROUND 108-b
08/06 CABLE FOR AIRPORTS
108-1.1 This item shall consist of furnishing and installing underground cable in accordance with these
specifications at the locations shown in the plans. This item shall include the excavation and backfill of the
trench and the installation of cable and counterpoise wire in trench, duct or conduit. It shall include splc-
ing, cable marking, and testing of the installation and allincidentals: necessary to place the cable in operating
condition as a completed unit to the satisfaction of the Engineer. This item shall not include the installation
of the duct or conduit
EQUIPMENT AND MATERIALS
108-2.1 GENERAL.
a. Airport lighting equipment and materials covered by Federal Aviation Administration (FAA) speci-
fications shall have the prior approval of the FAA, and are listed in Advisory Circular (AC) 150/5345-1,
Approved Airport Equipment.
b. All other equipment and materials covered by other referenced specifications shall be subject to .
acceptance through manufacturer's certification of compliance with the applicable specification, when re-
quested by the Engineer.
108-2.2 CABLE. Underground cable shall conform to the requirements of AC 150/5345-7, Specification
for L-824 Underground Electrical Cable for Airport Lighting Circuits.
If telephone control cable is specified, copper shielded, polyethylene insulated and jacketed, No. 19 AWG
telephone cable conforming to the United States Department of Agriculture, Rural Electrification Adminis-
tration (REA) Bulletin 345=14, REA Specification for Fully Color -Coded, Polyethylene Insulated, Double
Polyethylene -Jacketed Telephone Cables for Direct Burial, shall be used.
Where counterpoise conductors are to be installed and where soil conditions would adversely affect bare
copper wire, thermoplastic wire conforming to Fed. Spec. J-C-30, Type TW, 600 volt, may be used.
Cable type, size, number of conductors, strand and service voltage shall be specified in the plans and/or
proposal.
108-2.3 BARE COPPER WIRE (COUNTERPOISE). Bare copper wire for counter -poise installations
shall be stranded wire conforming to AST'MSpecifications B 3 and B 8.
108-2.4 CABLE CONNECTIONS. In -line connections of underground primary cables shall be of the
type called for in the plans or in the proposal, and shall be one of the types listed below. When the plans or
the proposal permit a choice of connection, the Contractor shall indicate in the bid the type of connection
he proposes to furnish.
a. The Cast; Splice. A cast splice, employing a plastic mold and using epoxy resin equal to that manu-
factured by Minnesota Mining and Manufacturing Company, "Scotcheast" Kit No. 82—A, or as manufac-
tured by Hysol Corporation, "Hyseal Epoxy Splice" Kit No. El135, for potting the splice is approved. This
means of splicing is the only type approved for telephone control cable.
b. The Vulcanized Splice. A vulcanized splice employing Joy Manufacturing Company's Vulcanizing
Kit No. X-1604-8 or equal is approved for field vulcanized splices. The proper molds for various cable sizes
shall be used.
c. The Field -attached Plug-in Splice. Figure 3 of AC 150/5345-26, Specification for L-823 Plug and
Receptacle, Cable Connectors, employing connector kits, is approved for field attachment to single conduc-
tor cable.
L-108-1
., AC 150/5370-10A'
2/17/SS
d. The Factory -Molded Plug-in Splice. Specification for L-823 Connectors, Factory -Molded to Indi-
vidual Conductors, are approved.
e. The Taped Splice. Taped splices employing field -applied rubber, or synthetic rubber tape covered
- with plastic tape are approved. Therubbertape should meet the requirements of Mil. Spec. MIL-1-3825
and the plastic tape should comply with Mil. Spec. MIL-I-7798 or Fed. Spec. HI-I-595. In all the above
cases, connections of cable conductors shall be made using crimp connectors utilizing a crimping to de-
signed. To make a complete crimp before the tool can be removed. No. 19 AWG telephone control wires
may be connected by means of wrapped and soldered splice, 3M Company Moisture Proof UR Type con-
nector, or equal, or by a method approved by the Engineer.
108-25 CONCRETE. Concrete for cable markers shall conform to Specification Item P-610, "Structural
Portland Cement Concrete."
CONSTRUCTION METHODS
1084.1 GENERAL: The Contractor shall install the specified cable at the'approximate locations indicat-
ed in the airport lighting layout plans. The Engineer shall indicate specific locations.
_ Cable connections between ,lights will be permitted only at the light locations for connecting the under-
ground cable to the primary leads of the individual insulating transformers. The Contractor shall be respon-
sible for providing cable in continuous lengths for home runs or other long cable runs without connections,
unless otherwise authorized in writing by the Engineer or shown in the plans.
108-3.2 INSTALLATION IN DUCT OR CONDUIT. This item includes the installation of the cable in
duct or conduit as described below. Themaximumnumber and voltage ratings of cables installed in each
single duct or conduit, and the current -carrying capacity of each cable shall be in accordance with the latest
National Electric Code, or the code of the local agency having jurisdiction.
_ s The Contractor shall make no connections or joints of any kind in cables installed in conduits or ducts.
The duct or conduit shall be installed as a separate item in accordance with Item L-110, "Installation of
Airport Underground Electrical Duct." The Contractor shall make sure` that the duct is open,> continuous, y
and clear of debris before installing cable. The cable shall, be installed in a manner to prevent harmful
stretching of the conductor, injury to the insulation, or damage to the outer protective covering. The ends
of all cables shall be sealedwith moisture -seal tape 'before pulling into the conduit and it shall be left sealed
until connections are made. Where more than one cable is to be installed in a duct under the same contract,
all cable shall be pulled in the duct at the same time. The pulling of a cable through ducts or conduits may
be accomplished by handwinch or power winch with the use of cable grips or pulling eyes. Pulling tensions
should be governed by recommended standard practices for straight pulls or bends. A lubricant recommend-
ed for the type of cable being installed shall be used where pulling lubricant is required. Duct or conduit
markers temporarily removed for excavations shall be replaced as required.
108-3.3 TRENCHING. Where turf is well established and the sod can be removed, it shall be carefully
stripped and properly stored. Trenches for cables may be excavated manually or with mechanical trenching
v equipment. Walls of trenches shall be essentially vertical so that a minimum of shoulder surface is disturbed.
Road patrols or graders shall not be used to excavate the trench with their blades. The bottom surface of
trenches shall be essentially smooth and free from coarse aggregate. Unless otherwise specified, cable
--t trenches shall be excavated to a minimum depth of 18 inches (45 cm) below finished grade, except as fol-
lows:
a. When off the airport or crossing under a roadway or driveway, the minimum depth shall be 36
inches (90 cm) unless otherwise specified.
b. Minimum cable depth when crossing under a railroad track, shall be 42 inches (105 cm) unless oth-
erwise specified.
The Contractor shall excavate all cable trenches to a width not less than 6 inches (150 min). The trench
shall be widened where more than two cables are to be installed parallel in the same trench. Unless other
L-108-2
—, — �_........ ,.., r..., ..,Y,7� +aca�uacuicuo. -
The second, and subsequent layers shall be thoroughly tamped and compacted to at least the density of the
adjacent undisturbed soil, and to the satisfaction of the Engineer. if necessary to obtain the desired compac-
tion, the backfill material shall be moistened or aerated as required. -
Trenches shall not be excessively wet and shall not contain pools of water ,during backfilling operations..
The trench shall be completely backfiiled and tamped level with the adjacent surface, except that when sod"
is to be placed over the trench, the backfilling shall be stopped at a depth equal to the thickness of the sod "
to be used, with proper allowance for settlement. Any excessexcavated material' shall' be removed and dis-
posed of in accordance with instructions issued by the Engineer.
108-3.6 RESTORATION. Where sod has been removed, it shall be replaced as soon as possible after the
backfilling is completed. All areas disturbed by the trenching, storing of dirt, cable laying, pad construction,
and other work shall be restored to its original condition. The restoration shall include any necessary top -
soiling, fertilizing, liming, seeding, sodding, sprigging or mulching. All such work shall be performed in
accordance with the FAA standard turfing specifications. the Contractor shall be held responsible for main-
taining all disturbed surfaces and replacements until final acceptance.
108-3.7 CABLE MARKERS. The location of runway light circuits shall be marked by a concrete slab
marker, 2 feet (60 cm) square and inches (100 mm) thick, extending approximately 1 inch (25 min) above
the surface. Each cable run from the line of runway lights to the equipment vault shall also be marked at
approximately every 200 feet (60 m) along the cable run, with an additional marker at each change of direc-
tion of cable run. All other cable buried directly in the earth shall be marked in the same manner. The
Contractor shall not install slab markers where cable lies in straight lines between obstruction light poles
which are spaced 300 feet (90 m) apart, or less. Cable markers shall be installed immediately above the
cable. The Contractor shall impress the word "cable" and directional arrows on each cable marking slab.
L-108--3
AC 150/5370-10A 2/17/89
a
The letters shall be approximately 4 inches (100 mm) high and 3 inches (75 mm) wide, with width of stroke
1/2 inch (12 mm) and 1/4 inch (6 mm) deep.
The location of each underground cable connection, except at lighting units or insulating transformers, shall
- be marked by a concrete marker slab placed above the connection. The Contractor shall impress the word
"splice" on each slab. He also shall impress additional circuit identification symbols on each slab if so de-
sired by the Engineer.
108-3.8 SPLICING. Connections of the type shown in the plans shall be made by experienced personnel
reularl engaged in this
regularly en a g g type of work andshallbe made as follows:
-A s. Cast, Splices. These shall ;be made by using crimp connectors for jointing conductors. Molds shall
be assembled, and the compound shall be mixed and poured in accordance with manufacturer's instructions
and to the satisfaction of the Engineer.
b. Vulcanized Splices, These shall be made by using crimp connectors for joining conductors. The
splice shall be made, using compounds furnished by the manufacturer, in accordance with his/her instruc-
tions and to the satisfaction of the Engineer.
c. Field -attached Plug-in Splices. These shall be assembled in accordance with manufacturer's in-
structions. These splices shall be made by plugging directly into mating connectors. In all cases the joint.
where the connectors come together shall be wrapped with at least one layer of rubber or synthetic rubber
tape and one layer of plastic tape, one-half lapped, extending at least 1-1/2 inches (37 mm) on each side of
the joint.
d. Factory -Molded Plug-in Splices. These shall be made by plugging directly into mating connectors.
In all cases, the joint where; the connectors come together shall be wrapped with at least one layer of rubber
or synthetic rubber tape and one layer of plastic tape, one-half lapped, extending at least 1-1/2 inches (37
mm) on each side of the joint.
e. Taped Splices. A taped splice shall be made in the following manner:
Bring the cables to their final position and cut so that the conductors will butt. Remove, insulation and
jacket; allowing for bare conductor of proper length to fit compression `sleeve connector, with 1/4 inch (6-
mm) of bare conductor on each side of the connector. Use a sharp knife to pencil insulation and jacket at
approximately the same angle as a pencil point. Care must be taken to avoid nicking or injuring the conduc-
tor during removal of insulation or penciling. Do not use emery paper on splicing operation since it contains
metallic particles. The copper conductors shall be thoroughly cleaned. Join the conductors by inserting
them equidistant into the compression connection sleeve. Crimp conductors firmly in place with crimping
tool that requires a complete crimp before tool can be removed. Test the crimped connection by pulling on
the cable. Scrape the insulation to assure that the entire surface over which the tape willbe applied (plus 3
inches (75 mm) on each end) is clean. After scraping wipe the entire area with a clean lint -free cloth. Do
not use solvents.
Apply high -voltage rubber tape one-half lapped over bare conductor. This tape should be tensioned as rec-
ommended by the manufacturer. Voids in the connector area may be eliminated by highly elongating the
tape stretching it just short of its breaking point. Throughout the rest of the splice less tension should be
used. Always attempt to exactly half -lap to produce a uniform buildup. Continue buildup to 1-1/2 times
cable diameter over the body of the splice with ends tapered a distance of approximately 1 inch (25 mm)
over the original jacket. Cover rubber tape with two layers of vinyl pressure -sensitive tape one-half lapped.
Do not use glyptol or lacquer over vinyl tape as they react as solvents to the tape. No further cable cover-
ing or splice boxes are required.
If shielded cable is to be spliced, prepare cable as for a regular taped splice, except that the neoprene jacket
shall be removed a distance not less than 5 inches (125 mm) from the beginning of the penciled portion.
Carefully unwrap the shielding tape from that portion where jacket has been removed and cut off so that it
extends about 1 inch (25 mm) from end of the jacket. Proceed with the taped splice as described above and
tape up to 1/4 inch (6 mm) from the shield on both ends. Build up rubber tape to a thickness equal to the
insulation thickness or 5/16 inch (9 mm) over connector.
L-108-4
2/17/89 AC 150/5370- 0A
Next wrap one-half lapped layer of semi -conducting tape (Scotch No. 13 Semi -Conducting Tape, or equal)
over splicing tape and 1/4 inch (6 mm) onto the shielding tape. Wrap a fine, flat shielding braid one-half
lapped over the splice extending 1/2 inch (12 mm) onto the metallic shielding. Solder ends of braid to metal-
lic shielding tape. A bonding wire, (Minimum No. 14 Stranded Copper) equal to the current carrying capac-
ity of the metallic shield, should have the individual strands wrapped around the metallic shield at both ends
of the splice. These strands should be tack soldered to the shield in several places. The cable sheath should
be replaced by wrapping with two one-half lapped layers of vinyl tape extending 2 inches (50 mm) onto the
cable jacket.
The above described splice is for a straight -through splice with continuity of shielding.
108-3.9 BARE COUNTERPOISE WIRE INSTALLATION AND GROUNDING FOR LIGHTNING
PROTECTION. If shown in the plans or specified in job specifications, a stranded bare copper wire, No. 8
z
AWG minimum size, shall be installed for lightning protection of the underground cables. The bare counter-
poise wire shall be installed in the same trench for the entire length of the insulated cables it is designed to
protect, and shall be placed at a distance of approximately 4 inches (100 mm) from the insulated cable. The
counterpoise wire shall be securely attached to each light fixture base,. or- mounting stake. The counterpoise
wire shall also be securely attached to copper, or copper -clad ground rods installed not more than 1000 feet
(300' m) apart around the entire circuit. The ground rods shall be of the length and diameter specified in the
plans, but in no case shallthey be less than 8-feet (240 cm) long nor less than 5/8 inch (15 mm) in diameter.
The counterpoise system shall terminate at the transformer vault or at the power source. It shall be securely
attached to the vault or equipment grounding system. The connections shall be made as shown in the
project plans and specifications.
108-3.10 TESTING. The Contractor shall furnish all necessary equipment and appliances for testing the
underground cable circuits after installation. The Contractor shall test and demonstrate to the satisfaction of
the Engineer the following:
a. That all lighting power and control circuits are continuous and free from short circuits.
b. That all circuits are free from unspecified grounds..
c. That the insulation resistance to ground of all nongrounded series circuits is not less than 50 me
gohms.
d. That the insulation resistance to ground of all nongrounded conductors of multiple circuits is not
less than 50 megohms.
e. That all circuits are properly connected in accordance with applicable wiring diagrams.
f. That all circuits are operable. Tests shall be conducted that include operating each control not less
than 10 times and the continuous operation of each lighting and power circuit for not less than 1/2 hour.
METHOD OF MEASUREMENT
1084.1 Trenching shall be measured by the linear feet (meters) of trench, including the excavation, back -
fill, and reconditioning, completed, measured as excavated, and accepted as satisfactory.
When specified in the proposal, separate measurement shall be made for trenches of various specified
widths.
108-4.2 Cable or counterpoise wire installed in trench shall be measured by the number of linear feet
(meters) of cable or counterpoise wire installed in trenches, ready for operation, and accepted as satisfac-
tory. Separate measurement shall be made for each cable or counterpoise wire installed in trench.
108-4.3 Cable or counterpoise wire installed in duct or conduit shall be measured by the number of linear
feet (meters) measured in place, completed, ready for operation, and accepted as satisfactory.
Separate measurement shall be made for each cable or counterpoise wire installed in duct or conduit.
L-108-5
108-5.1 Payment will be made at the contract unit price for trenching cable and bare counterpoise wire
installed in trench or<duct in place by the Contractor and accepted by the Engineer. This price shall be full-____
compensation for furnishing all materials and for all preparation and installation of these materials, and for
all labor, equipment,` tools, and incidentals necessary to complete this item.
Payment will be made under:
Item L-108-5.1 Cable Trench. -per linear foot (meter)
Item L-108-5.2 Underground Cable, installed in trench —per liner foot (meter)
Item L-108-5.3 Underground Cable, installed in duct or conduit-ner linear
Item L-108-5.4
i
Item L-108-5.5
AC 150/5345-7 Specification for L-824 Underground Electrical Cable for
Airport Lighting Circuits
AC 150/5345-26 Specification for L-823 Plug and Receptacle Cable Connec-
tors
Fed.Spec.J-C-30 Cable and Wire, Electrical.; Power,, Fixed Installation
HH-I-595 Insulation Tape, Electrical, Pressure -Sensitive Adhesive, Plas-
tic, for Low -Temperature Application
ASTM B 3 Soft or Annealed. Copper Wire
ASTM B 8 Concentric -Lay -Stranded Cooper . Conductor, Hard,
Medium -Hard, or Soft
MIL-I-3825 Insulation Tape, Electrical, Self -Fusing, For Use in Electron-
ics, Communications, and Allied Equipment
MIL-I-7798 Insulation Tape, Electrical, Pressure -Sensitive Adhesive, Plas-
tic
L-10&-6
Modifications to
ITEM L-109 AIRPORT TRANSFORMER VAULT AND EQUIPMENT
The existing electrical vault will remain in this project. New equipment will be installed in the existing
building vault at locations designated on the plans and in the field. All ancillary equipment shall conform to
the specifications of Item L-109.
Item L-109 Installation of Airport Transformer Vault and Vault Equipment, of the project specifications,
shall be modified as follows:
1. Paragraph 109-2.20 OTHER ELECTRICAL EQUIPMENT — Add the following:
"All panelboards shall be provided with all copper bussing, bolt on breakers, equipment
ground bar and lockable NEMA 3R enclosure. Similar to Square D Class 1130 (or equal).
All conduit shall conform to Item L-110, Installation of Airport Underground Electrical
Duct, of these specifications."
2. Paragraph 109-4.1, 4.2 and 4.3 Method of Measurement — delete these paragraphs and add the
following:
"109-4.1 This item shall include the installation of a new 15kw regulator and other
electrical modifications or installations associated with this task. This shall be
measured, per each."
109-4.2 This item shall include the provision of a new 30kw regulator (for spare
taxiway), delivered to Owner with no installation. This shall be measured per
each."
109-4.3 This item shall include the installation of a new 30kw (480V) regulator (for
runway) and other electrical modifications or installations associated with this
task. This shall be measured per each."
109-4.5 This item shall include the modification to the existing series circuits 912 and
#14 and other electrical modifications associated with this task. This shall be a
lump sum measurement."
109-4.6 This item shall include the complete replacement of the existing generator
with a new 320kw, diesel fueled generator and other electrical modifications
associated with this task. This shall be a lump sum measurement."
109-4.7 This item shall include the complete replacement of the existing distribution
panel and enclosed circuit breaker and other electrical modifications
associated with this task. This shall be a lump sum measurement."
109-4.8 This item shall include all modifications to the existing HVAC ventilation
system as required to accommodate the new generator. This shall be a lump
sum measurement."
01273905 AIRPORT TRANSFORMER VAULT 109-a
08/06 AND EQUIPMENT
109-4.9 This item shall include all architectural modifications to the existing vault
building/structure as required to accommodate the new generator. This shall
be a lump sum measurement."
"109-5.1 This item shall include modifications to the electrical service and other
electrical modifications or installations not covered under other bid items.
This item shall be a lump sum measurement"
109-5.2 This item shall include all modifications to the existing distribution panel
(replacement). This shall be a lump sum measurement."
109-5.3 This item shall include all modifications to the existing ADB
control/mounting system. This shall be a lump sum measurement."
3. Paragraph 109-5.1 BASIS OF PAYMENT — Delete this paragraph in its entirety and insert the
following:
109-5.1 Payment will be made under the contract lump sum price for all electrical
modifications and installations not covered under other bid items. Payment
will be made under:
Item L-109 Architectural Modifications to the Existing Electrical
Vault, as required to accommodate the new generator, complete, per
lump sum."
Item L-109 Upgrade of the Existing Electrical Service including
service transfer upgrade, cable, conduit, disconnects, and all associated
material and labor as required for this task, per lump sum.
Item L-109 Replacement of the Existing Generator, including
removal and replacement of the exterior fuel tank, fuel distribution
system, fuel piping, automatic transfer switch, generator controller and
all associated materials and labor as required for a complete
replacement of the existing system, per lump sum. Refer to the
attached specification for all requirements.
Item L-109 Modifications to Existing Series Circuits, including the
transfer of load from circuit #12 to circuit #14, per lump sum. This
item shall include all costs associated with the series circuit
modification, including all associated splicing, cable, conduit,
materials, labor, backfill and trenching as required, per lump sum.
Item L-109 Replacement of the Existing Distribution Panel and
Enclosed Circuit Breaker, including all associated conduit and wire,
branch circuit breakers, and all associated labor and materials as
required for a complete replacement, per lump sum.
Item L-109 Modifications to the existing HVAC Ventilation System
and the existing vault building structure as required to accommodate
the new generator, per lump sum.
01273905 AIRPORT TRANSFORMER VAULT 109-b
08/06 AND EQUIPMENT
Item L-109 Provide a new 30kw (spare taxiway) regulator, delivered
to Owner, complete per each. Regulators shall be Ferroressant type, no
"LC" type will be allowed.
Item L-109 Installation of new 15kw constant current regulator,
compete per each. Regulators shall be Ferroressant type, no "LC" type
will be allowed.
Item L-109 Installation of a new 30kw constant current regulator
(480V, runway), complete per each. Regulator shall be Ferroressant
type, no "LC" type will be allowed.
Item L-109 Modifications to the existing ADB control/monitoring
system:
A. Under the Base Bid, Contractor shall provide and install the
following at the vault:
1. (1) Industrial PC with Fastcomm 422 Card
2. (1) 17" LCD Monitor
3. (1) Keyboard
4. (1) Optical Mouse
5. (1) 1000 VA Rack Mount UPS for PC Power
6. (1) 1500 VA Rack Mount UPS for ACE Power
7. (1) 2.4 GHZ Radio Assembly for Communication to
Maintenance Center
All material, labor, software, training and re -configuration as
required for the work listed above shall be included as a part of
this project. In addition, the Contractor shall be responsible for
changing the terminal server to WIN32.
B. Under the Base Bid, Contractor shall provide and install the
following at the maintenance center:
1. (1) Dell 610 laptop
2. (1) Docking station
3. (1) 750 VA Stand Alone UPS
4. (2) 2.4 GHz Radio Assembly
5. (1) 2.4 GHz Mobile Radio Assembly
6. (1) 2.4 GHz Yagi antenna to be mounted on the
maintenance building
7. (1) Carrying Case
Replace the phone line used to dial into the current system with
a new Ethernet radio link.
All material, labor, software, training and re -configuration as
required for the work listed above shall be included as a part of
this project.
01273905 AIRPORT TRANSFORMER VAULT 109-c
08/06 AND EQUIPMENT
C. Under Alternate A, the Contractor shall provide and install the
following at the control tower:
1. (1) 17" All -in -One Touchscreen Computer
2. (1) 750VA Stand Alone UPS
3. (1) Keyboard
4. (1) Optical Mouse
5. (1) Dual Short Haul Modem Assembly
All material, labor, software, training and re -configuration as
required for the replacement of the existing touch screen,
computer and enclosure shall be included as a part of this
project. In addition, the existing tower PC shall be reconfigured
to be a vault back up PC.
D. Under Alternate A, the Contractor shall provide and install the
following at the vault:
1. (2) L847 Circuit Selectors with INTLK SW Reverse
All material, labor, software, training and re -configuration as
required for the replacement of the existing circuit selector,
shall be included as a part of this project.
Item L-109 Temporary Generator Service, complete per lump sum.
01273905 AIRPORT TRANSFORMER VAULT 109-d
08/06 AND EQUIPMENT
2/17/89 AC 150/53 0-IOA
ITEM L-109 INSTALLATIONF AIRPORT TRANSFORMER LT
AND LT EOUIPMENT
DESCRIPTION
109-1.1 This item shall consist of constructing an airport transformer vault or a prefabneated metal hous-
ing these specifications in accordance with the design and dimensions shown in the plans. This work shall
also include the installation of conduits in floor and foundation, painting and lighting of the vault or metal
i housing, and the furnishing of all incidentals necessary to produce a completed unit. Included as a separate
part under this item or as a separate item where an existing vault is to be utilized shall be the furnishing of
all vault equipment, wiring, electrical buses, cable, conduit, potheads, and grounding systems. This work
shall also include the painting of equipment and conduit; the marking and labeling of equipment and the
labeling or tagging of wires; the testing of the installation; and the furnishing of all incidentals necessary to
place it in operating condition as a completed unit to the satisfaction of the Engineer;
EQUIPMENT AND MATERIALS
109-2.1 GENERAL.
a. Airport lighting equipment and materials covered by Federal Aviation Administration (FAA) speci-
fications shall have the prior approval of the FAA, and are listed in Advisory Circular (AC) f 50/5345-1,
Approved Airport Equipment.
l b. All other' equipment and materials covered by other referenced specifications shall be subject to
acceptance through manufacturer's certification of compliance with the applicable specification when re-
quested by the Engineer.
VAULT AND PREFABRICATED METAL HOUSING
109-2.2 CONCRETE. The concrete for the vault shall be proportioned, placed, and cured in accordance
with Item. P-610, Structural Portland Cement Concrete, using 3/4-inch (18 mm) maximum size coarse ag-
gregate.
109-2.3 REINFORCING ORCING STEEL. Reinforcing steel bars shall be intermediate or structural grade de-
formed -type bars and shall meet the requirements of ASTM A 615.
109-2.4 BRICK. Brick shall conform to ASTM C 62, Grade SW.
109-2.5 ASBESTOS CEMENT DUCT. Asbestos cement duct and fittings shall be in accordance with
Fed. Spec. W-C-571:
109-2.6 RIGID STEEL CONDUIT. Rigid steel conduit and fittings shall be in accordance -with Under-
writers Laboratories Standard 6 and 514.
109-2.7 LIGHTING. Vault or metal -housing light fixtures shall be of a vaporproof type.
109-2.8 OUTLETS. Convenience outlets shall be heavy-duty duplex units designed for industrial service.
109-2.9 SWITCHES. Vault or metal -housing light switches shall be single -pole switches.
109-2.10 PAINT.
' a. Red lead priming paint for ungalvanized metal surfaces, and the mixing thereof, shall conform to
the 97% grade specified in ASTM D 83 The red lead shall be furnished in paste form and delivered to the
job in the original unbroken packages bearing the maker's name and brand.
b. White paint for body and finish coats on metal and wood surfaces shall be ready -mixed paint con-
forming to Fed. Spec. TT-P-102.
L-109-i
AC 15015370-10A 2I17189
e. Priming paint for wood surfaces shall be mixed on the job by thinning the above specified white
_. paint by adding 1/2 pint (0.06 liter) of raw linseed oil to each gallon (liter).
d Paint for the floor, ceiling, and inside walls shall be in accordance with Fed. Spec. TT-E-487.
Walls and ceiling shall be light gray and the floor shall be medium gray.
e. The roof coating shall be hot asphalt material in accordance with Fed. Spec. SS-A-694.
109-2.11 HIGH -VOLTAGE BUS. High -voltage bus shall be standard weight 3/8-inch (9 mm) IPS
capper tubing or it may be insulated copper cable of the size and voltage rating specified.
109-2.12 BUS CONNECTORS. Connectors shall be similar to Burndy Type NT (or equal) for copper
tubing. Connectors for insulated bus cable shall be of the proper size and type for the service intended
i 109-2.13 BUS SUPPORTS. Bus supports shall be similar to Westinghouse No. 527892 (or equal), insulat-
ed for; 7,500 volts, single clamp type for 2-bolt flat mounting.
109-2.14 GROUND BUS.Ground bus shall be 1l8- x 3/4-inch (3 a 18 mm) copper bus bar,
109-2.15 SQUARE DUCT. Duct shall be square similar to that manufactured by the Square D Company
(or equal), or the Trumbull Electric Manufacturing Company (or equal), The entire front of the duct on
each section shall consist of hinged or removable cover for ready access to the interior; The cross section of
the duct shall be not less than 4 x 4 inches (100 x 100 mm) except where otherwise shown in the plans.
109-2.16 GROUND RODS. Ground rods shall be copper or capper -clad of the length and diameter spec-
ified in the plans.
109-2.17 POTHEADS. Potheads shall be similar to G&W Type N, Shape C (or equal), unless otherwise
specified, Potheads shall be furnished with plain insulator bushings and conduit couplings. Potheads shall
have a rating not less than the circuit voltage.
109-2.18 PREFABRICATED METAL HOUSING. The prefabricated metal housing shall be a commer-
cially available unit.
109-2.19 FAA -APPROVED EQUIPMENT. Certain items of airport lighting equipment installed in vaults
are covered by individual FAA equipment specifications. The specifications are listed below:
AC 150/5345-3 Specification for L-821, Panels for Remote Control of Airport
Lighting
AC 150/5345-5 Circuit Selector Switch
Y _ AC 150/5345-7 Specification for L-824 Underground Electrical Cable for
Airport Lighting Circuits
AC 150/5345-10 Specification for Constant Current Regulators and Regulator
Monitors
AC 150/5345-13 Specification for L-841 Auxiliary Relay Cabinet Assembly
r.
for Pilot Control of Airport Lighting Circuits.
109-2.20 OTHER ELECTRICAL EQUIPMENT. Constant --current regulators, distribution transformers,
oil switches, cutouts, relays, terminal blocks, transfer relays, circuit breakers, and all other regularly used
commercial items of electrical equipment not covered by FAA equipment specifications shall conform to the
applicable rulings and standards of the Institute of Electrical and Electronic Engineers or the National Elec-
trical Manufacturers Association. When specified, test reports from a testing laboratory indicating that the
equipment meets the specifications shall be supplied. In all cask' equipment shall be new and a first -grade
product. This equipment shall be supplied in the quantities required for the specific project and shall incor-
porate the electrical and mechanical characteristics specified in the proposal and plans.
109-2.21 WIRE. Wire in conduit rated up to 5,000 volts shall conform to AC 150/5345 7, Specification
for L-824 Underground Electrical Cables for Airport Lighting Circuits, for rubber insulated neoprene -cov-
ered wire, or Fed. Spec. J-C-30, Type RHW, for rubber insulated fibrous -covered wire. For ratings up to
600 volts, thermoplastic wire conforming to Fed. Spec, J-C-30, Type TW, THW, and THWN, shall be
L-109-2
2/17/89 AC 150/5370--10A
used. The wires shall be of the type, size, number of conductors, and voltage shown in the plans or in the
proposal.
a. Control Circuits. Wire shall be not less than No. 12 AWG and shall be insulated for 600 volts. If
telephone control cable is specified, No. 19 AWG telephone cable conforming to the United States Depart-
meet of Agriculture, Rural Electrification Administration (REA.) Bulletin 345-14 shall be used
b. Power Circuits.
(1) 6W volts maximum -Wire shall be No. 6 AWG or larger and insulated for at least 600 volts.
(2) 3,000 volts maximum —Wire shall be No. 6 AWG or larger and insulated for at least 3,000 volts.
(3) Over 3,000 volts --mire shall be No. 6 AWG or larger and insulated for at least the circuit_
voltage.
CONSTRUCTION METHODS
CONSTRUCTION OF VAULT AND PREFABRICATED METAL HOUSING
109--3.1 GENERAL. The Contractor shall construct the transformer vault or prefabricated metal housing
at the location indicated in the plans. Vault construction shall be reinforced concrete, concrete masonry, or
brick wall as specified. The metal housing shall be prefabricated equipment enclosure to be supplied in the
size specified. The mounting pad or floor details, installation methods, and equipment placement are shown
in the plans.
The Contractor shall clear, grade, and seed the area around the vault or metal housing for a minimum dis-
tance of 10 feet (3 m) on all sides. The slope shall be not less than 1/2-inch per foot (40 mm per m) away
from the vault or metal housing in all directions.
109-3.2 FOUNDATION AND WALLS.
a. Reinforced Concrete Construction, The Contractor shall construct the foundation and walls in ac-
cordance with the details shown in the plans. Unless otherwise specified, internal ties shall be of the me-
chanical type so that when the forms are removed the ends of the ties shall be at least 1-inch (25 mm)
beneath the concrete surface; the holes shall be plugged and finished to prevent discoloration. Reinforcing
steel shall be placed, as shown in the drawings, and secured in position to prevent displacement during the
concrete placement.
The external surfaces of the concrete shall be thoroughly worked during the placing operation to force all
coarse aggregate from the surface. Thoroughly work the mortar against the forms to produce a smooth
finish free from air pockets and honeycomb.
The surface film of all pointed surfaces shall be removed before setting occurs. As soon as the pointing has
set sufficiently, the entire surface inside and outside of the vault shall be thoroughly wet with water and
rubbed with a No. lb carborundum stone, or equal quality abrasive, bringing the surface to a paste. All form
marks and projections shall be removed. The surface produced shall be smooth and dense without pits or
irregularities. The materials which have been ground into a paste during the rubbing process shall be spread
or brushed uniformly over the entire surface (except the interior surfaces that are to be painted shall have all
paste removed by washing before painting) and permitted to reset. Final exterior finish shall be obtained by
rubbing with No. 30 carborundurn stone; or an equal quality abrasive.. The surface shall be rubbed until the
entire surface is smooth and uniform in color.
b. Brick and Concrete Construction. When this type of construction is specified, the foundation shall
be concrete conforming to the details shown in the plans. The outer edge of the foundation at the floor level
shall be beveled 1-1/2 inches (37 mm) at 45 degrees. Brick was shall be 8 inches (200 cm) thick, laid in
running bond with every sixth course a header course. Brick shall be laid in cement mortar (1 part masonry
cement and 3 parts sand) with full mortar bed and shoved joints. All joints shall be completely filled with
mortar, and facing brick shall be back-parged with mortar as work progresses. All; joints shall be 3/8 inch
(9 mm) thick, exterior joints tooled concave, and interior joints struck flush. Both interior and exterior brick
L-109-3
C 1 0/5 70-10A /17/
89
surfaces shall be cleaned and nail holes, cracks and other defects filled with mortar. When specified, a non-
fadingmineral pigment mortar coloring shall be added to the mortar. Steel reinforcing bars, 3/8-inch (9
mm) in diameter and 12 inches (300 mm.) long, shall be set vertically in the center of the brick wall on not
r more than 2-foot (60 cm) centers to project 2-1/2 (60 mm) inches into the concrete roof slab. Lintels for
supporting the brickwork over doers, windows, and louvers shall consist of two 4- x 3- x 3/8-inch (100 x
75 x 9 mm) steel angles. Lintels shall be painted with one coat of red lead before installation, and all exposed
parts shall be painted similar to doors and window sash after installation.
Window sills may be concrete poured in place or precast concrete as indicated in the plans. All exposed
surfaces shall have a nabbed finish as specified under reinforced concrete construction. After completion, all
interior and exterior faces of walls shall be scrubbed with: a solution of muriatic acid and water in the pro-
portions of not less than 1 part acid to 10 parts of water. All traces of efflorescence, loose mortar, and
mortar stain shah be removed, and the walls washed down with clear water.
c. Concrete Masonry Construction. When this type of construction is specified, the foundation shall
be concrete conforming to the details shown in the plans. The concrete masonry units shall be standard sizes
and shapes and shall conform to ASTM C 90 and shall include the closures, jambs, and other shapes re-
quired by the construction as shown in the plans. Standard construction practice shall be followed for this
type of work including mortar, joints, reinforcing steel for extensions into roof slab, etc. Piaster for interior
walls, if specified, shall be portland cement plaster.
1094.3 ROOF. The roof shall be reinforced concrete as shown in the plans. Reinforcing steel shall be
placed as shown in the drawing and secured in position to prevent displacement during the pouring of the
concrete. The concrete shall be poured monolithically and shall be free of honeycombs and voids. The sur-
face shall have a steel-trowled finish and shall be sloped as shown in the drawing. The underside of the roof
slab shall be finished in the same manner as specified for walls.
One brush or mop coat of hot asphalt roof coating shall be applied to the top surface of the roof slab. The
asphalt material shall be heated to within the range specified by the manufacturer and immediately applied
to the roof. The finished coat shall be continuous over the roof surface and free from holidays and blisters.
Smears and dribbles of asphalt on the roof edges and building walls shall be removed.
109-3.4 FLOOR The floor shall be reinforced concrete as shown in the drawings. When present, all sod,
roots, refuse, and other perishable material shall be removed from the area under the floor to a depth of 8
inches (200 mm), unless a greater depth is specified in the invitation for bids. This area shall be backfilled
with materials consisting of sand, cinders, gravel, or stone. Fill shall be placed in layers not to exceed 4
inches (100 mm) and shall be thoroughly compacted by tamping or rolling. A layer of building paper shall
be placed over the fill prior to placing concrete. The floor surfaces shall have a steel--trowled finish. the
floor shall be level unless a drain is specified, in which case the floor shall be pitched 1/4-inch (6 mm) per
foot downward toward the drain. A 1/4-inch (6 min) asphalt felt expansion joint shall be placed between
floor and foundation walls. The floor shall be poured monolithically and shall be free of honeycombs and
voids.
109-3.5 FLOOR DRAIN, If shown in the plans, a floor drain and dry well shall be installed in the center
of the floor of the equipment room. The dry well shall be excavated 4 x 4 feet (120 x 120 cm) square and to
a depth of 4 feet (120 cm) below the finished floor elevation and shall be backfiffed to the elevation of the
underside of the floor with gravel - which shall all pass a 2-inch (50 mm) mesh sieve and shall all be re-
tained on a 1/4-inch (6 mm) mesh sieve. The gravel backfill shall be placed in 6-inch (150 mm) maximum
. , layers, and the entire surface of each layer shall be tamped either with a mechanical tamper or with a hand
tamper weighing not less than 25 pounds (11 kg) and having a face area of not more than 36 square inches
(234 square cm) nor less than 16 square inches (104 square cm). The drain inlet shall be set flush in the
concrete boor. The drain shall have a clear opening of not less than 8 inches (200 nun) in diameter.
109-3.6 CONDUITS IN FLUOR AND FOUNDATION. Conduits shall be installed in the floor and
through the foundation walls in accordance with the details shown in the plans. All underground conduit
shall be painted with a bituminous compound. Conduit shall be installed with a coupling or metal conduit
adapter flush with the top of the floor. All incoming conduit shall be closed with a pipe plug to prevent the
entrance of foreign material during construction. Space conduit entrances shall be left closed.
L-109-4
2/17/09C 150a5370®14A
109-3.7 DOORS. Doors shall be metal --clad fireproof class a doors conforming to requirements of the.
National Electric Code and local electrical codes.
149-3,8 PAINTING. The floor, ceiling, and inside walls of concrete construction shall first be given a
hardening treatment, after which the Contractor shall apply two coats of paint as specified below, except
that interior face brick walls need not be painted. The hardening treatment shall consist of applying two
coats of either a commercial floor hardener or a solution made by dissolving 2 pounds (0.9 kg) of magnesi-
um fluosilicate or zinc sulphate crystals in 1 gallon (liter) of water. Each coat shall be allowed to dry at
least 48 hours before the next application. After the second treating coat has dried, the surfaces shall be
brushed clean of all crystals and thoroughly washed with clear water. Paint for wails and ceiling shall be a
light gray color approved by the Engineer. The floor paint shall be a medium gray color approved by the
Engineer. Before painting, the surfaces shall be dry and clean. The first coat shall be thinned by adding 2/3-
quart (0.166 liters) of spar varnish and 1/3-quart (0.083 liters) of turpentine to each gallon (liter) of paint.
The second coat shall be applied without thinning. ` All doors, lintels, and windows shall be cleaned to
remove any rust or foreign material and shall be given one body and one finish coat of white paint. Bare
metal surfaces shall be given a prime coat of red lead prior to the body and finish coats.
109-3.9 LIGHTS AND SWITCHES. The Contractor shall furnish and install a minimum of two duplex
convenience outlets in the vault room. Where a control room is specified, at least two duplex outlets shall
be installed.
INSTALLATION OF EQUIPMENT IN VAULT OR PREFABRICATED METAL HORSING
FIT
109-3.10 GENERAL. The Contractor shall furnish,install, and connect all p equipment equipment, ui Dent accesso-
ries, conduit, cables, wires, buses, grounds, and support necessary to insure a complete and operable electri-
cal distribution center for the airport lighting system as specified herein and shown in the plans. When speci-
fied, an emergency power supply and transfer switchshallbe provided and installed.
The equipment installation and mounting shall comply with the requirements of the National Electrical
Code and local code agency having jurisdiction.
109-3.11 POWER SUPPLY EQUIPMENT. Transformers, regulators, booster transformers, and other
power supply equipment items shall be furnished and installed at the location shown in the plans or as di-
rected by the Engineer. The power supply equipment shall be set on steel "H" sections, "I" beams, chan-
nels, or concrete blocks to provide a minimum space of 1-1/2 inches (37 mm) between the equipment and
the floor. The equipment shall be placed so as not to obstruct the oil -sampling plugs of the oil -filled units;
and name -plates shall, so far as possible, not be obscured.
If specified in the plans and specifications, equipment for an alternate power source or an emergency power
generator shall be furnished and installed.. The alternate power supply installation shall include all equip-
ment, accessories, an automatic changeover switch, and all necessary wiring and connections. The emergen-
cy power generator set shall be the size and type specified.
109-3.12 SWITCHGEAR AND PANELS. Oil switches, fused cutouts, relays, transfer switches, panels,
panel boards, and other similar items shall be furnished and installed at the location shown in the plans or as
directed by the Engineer. Wall or ceiling -mounted items shall be attached to the wall or ceiling with galva-
nized bolts of not less than 3/8-inch (9 mm) diameter engaging metal expansion shields or anchors in Mason-
ry or concrete vaults.
109-3.13 DUCT AND CONDUIT. The Contractor shall furnish and install square -type exposed metallic
Li ducts with hinged covers for the control circuits in the vault. These shall be mounted along the walls
behind all floor -mounted equipment and immediately below all wall -mounted equipment. The hinged
covers shall be placed to open from the front side with the hinges at the front bottom.
Wall brackets for square ducts shall be installed at all joints 2 feet (60 cm) or more apart with intermediate
brackets as specified. Conduit shall be used between square ducts and equipment or between different items
of equipment when the equipment is designed for conduit connection. When the equipment is not designed
v, L-109-5
AG 150/5370-10A 2i17t89
for conduit connection, conductors shall enter the square -type control duct through insulating bushings in
the duct or on the conduit risers.
109-3.14 CABLE ENTRANCE AND HIGH -VOLTAGE BUS SYSMM. Incoming underground cable
from field circuits and supply circuits will be installed outside the walls of the transformer vault as a sepa
rate item under Item L-108. The Contractor installing the vault .equipment shall bring the cables from the
trench or duct through the entrance conduits into the vault and make the necessary electrical connections.
For the incoming and outgoing high voltage load circuits, the Contractor shall furnish and install rigid me-
tallic vi conduit risers, surmounted by potheads, from floor level to the level as shown in the plans.
The incoming high -voltage power supply service to the vault shall enter below the fluor of the vault and
shall rise from the floor level in a rigid metallic conduit riser, surmounted by a pothead, as described above.
Using insulated high -voltage cable, the incoming power service shall be connected from the pothead to the
a oil -fused cutouts or to the specified disconnecting switch or equipment. From the oil -fused cutouts or dis-
connecting device, the insulated service conductors shall be connected to the overhead voltage bus system
of the vault. The high -voltage bus system shall utilize the materials specified and shall be mounted and
installed in accordance with the requirements of the National Electrical Mode or the local code agency
having jurisdiction.
109-3.15 WIRING AND CONNECTIONS. The Contractor shall make all necessary electrical connec-
tions in the vault in accordance with the wiring diagrams furnished and as 'directed by the Engineer. In
wiring to the terminal blocks, the Contractor shall leave sufficient extra length on each control lead to make
future changes in connections at the terminal block. This shall be accomplished by running each control
Mi lead the longest way around the box to the proper terminal. Leads shall be neatly laced in place.
109-3.16 MARKING AND LABELING. All equipment, control wires, terminal bl�ks, etc., shall be
tagged, marked, or- labeled as specified below:
a. Wire Identification. The Contractor shall furnish and install self -sticking wire labels or identifying
tags on all control wires at the point where they connect to the control equipment onto the terminal blocks.
wire labels, if used, shall be of the self -sticking preprinted type and of the manufacturer's recommended size
for the wire involved. identification markings designated in the plans shall be followed, Tags, if used, shall
be of fiber not less than 3/4-inch (13 mm) in diameter and not less than 1f32-inch (I mm) thick. Identifica-
tion markings designated in the plans shall be stamped on tags by means of smaiitool dies. Each tag shall be
securely tied to the proper wire by a nonmetallic cord.
b. Labels. The Contractor shall stencil identifying labels on the cases of regulators, breakers, and dis-
tribution and control relay cases with white oil paint as designated by the Engineer. The letters and numer-
als shall be not less than f inch (25 mm) in height and shall be of proportionate width. The Contractor shall
also mark the correct circuit designations in accordance with the wiring diagram on the terminal marking
strips which are a part of each terminal block.
METHOD OF MEASUREMENT
109-4.1 The quantity of vaults to be paid for under this item shall consist of the number of vaults con-
structed in place and accepted as a complete unit.
109-4.2 The quantity of prefabricated metal housings to be paid for under this item shall consist of the
number of housings constructed in place and accepted as a complete unit.
109-4.3 The quantity of vault or prefabricated metal housing equipment to be paid for under this item shall
consist of all equipment installed, connected, and accepted as a complete unit ready for operation.
BASIS OF PAYMENT
109-51 Payment will be made at the contract unit price for each completed and accepted vault or prefab-
ricated metal housing equipment installation. This price shall be full compensation for furnishing all materi-
u 3 � 109-6
2/17/99 AC 150/5370-1 A
als and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools,
and incidentals necessary to complete the item.
Payment will be made under:
Item L-109-5.1
Construction of Airport Transformer Vault in Place --per unit;
Item L-109-5.2
Installation of Airport Transformer : Vault Equipment in
Place --per unit
Item L-109=5.3
Construction of Prefabricated Metal Housing and Foundation
in Place -per unit - - - -
Item L-109-5.4
Installation of Prefabricated Metal Housing Equipment in
Place —per unit
MATERIAL REQUIREMENTS
Fed.Spee.J-C-30
Cable and Wire, Electrical (Power, Fixed Installation)
Fed.Spec.SS-A-694
Roof -Coating: Asphalt, Brushing -Consistency
Fed.Spec.W-C-571
Conduit and Fittings, Nonmetal, Rigid; (Asbestos -Cement or
Fire --Clay Cement), (For Electrical Purposes)
„ AC 150/5340-9
Prefabricated Metal Housing for Electrical Equipment
AC 150/5345-3
Specification for L421 Panels for Remote Control of Airport
Lighting
AC 150/5345-5
Circuit Selector Switch
AC 150/5345-7
Specification for L-824 Underground Electrical Cable for
Airport Lighting Circuits
AC 150/5345-10
Specification for Constant Current Regulators and Regulator
Monitors
AC 150/5345-13A
Specification for L441 Auxiliary Relay Cabinet Assembly
for Pilot Control of Airport Lighting Circuits
ASTM A 615
Specification for Deformed and Plain Billet Steel Bars for
Concrete Reinforcement
ASTM C 62
Specification for Building Brick (Solid Masonry Units Made
from Clay or Shale)
ASTM D 83
Red Lead Figment
REA BULLETIN 3459-14 REA Specification for Fully Color -Coded, Polyethylene -In-
sulated, Double Polyethylene -Jacketed Telephone Cables for
Direct Burial
L-I09-7;`
Modifications to
ITEM L-125 INSTALLATION OF AIRPORT LIGHTING SYSTEMS
Item L-125, Installation of Airport Lighting Systems, of the project specifications, shall be modified as
follows:
1. Delete paragraphs 125-1.1, 125-1.2, 125-1.3, 125-1.5, 125-1.6, 125-1.7, 125-1.8, 125-1.10, 125-1.11,
125-1.12, 125-1.13, 125-1.14, 125-1.15 and 125-1.16.
2. Paragraph 125-2.1, paragraph a, delete this paragraph and insert the following:
"(a) Airport lighting equipment and materials covered by FAA specifications shall have the prior
approval of the Federal Aviation Administration, Airports Service, Washington, D.C. 20591,
and shall be listed in latest revision of FAA Advisory Circular 150/5345/53B, Airport Lighting
Equipment Certification Program."
3. Paragraph 125-2.3 CONCRETE - Delete this entire paragraph and insert the following:
"125-2.3 CONCRETE Concrete and reinforcing for sign slabs and L-867 base encasement
shall meet the requirements of Item P-610, STRUCTURAL PORTLAND CEMENT
CONCRETE, of these specifications. Concrete shall not be placed until all forms and
reinforcement have been inspected and approved by the Engineer. All concrete shall be
properly cured and protected by the Contractor. The Contractor shall be held responsible for
any defective work resulting from freezing or injury in any manner during concrete placing
and curing, and shall replace such defective work at the Contractor's expense."
4. Paragraph 125-2.5 SQUEEZE CONNECTORS and Paragraph 125-2.6 TEES - Delete these entire
paragraphs.
5. Add the following new paragraph:
"125-2.5 CABLE. Underground electrical cable shall be furnished and installed in
accordance with the requirements of Item L-108, INSTALLATION OF UNDERGROUND
CABLE FOR AIRPORTS, of these specifications."
6. Add the following new paragraph:
125-2.6 NEW INTERNALLY LIGHTED SIGNS. All new internally -lighted signs shall be
base mounted. Directional signs shall be FAA Designation L-8585Y, Size 2, Style 2, Class
`r 1, with black text on a yellow background. Mandatory signs shall be FAA Designation
-, L-858R, Size 2, Style 2, Class 1, with white text on a red background. All new signs shall be
provided and installed at the locations indicated on the drawings or as directed by the
- Engineer, and in accordance with this specification and the details on the drawings. Text for
each sign shall be as shown on the drawings. For each new sign, the Contractor shall
provide and install a new concrete -encased FAA Designation L-867, Class 1, Size B base.
Each installation shall also include a new series isolation transformer, new light bulbs,
concrete slab (as detailed in drawings), underground conduit, trenching and backfilling,
cutting and repairing existing pavement, boring under existing pavement, junction boxes,
wiring and connections, grounding, and all other incidental items or work necessary to
01273905 INSTALLATION OF AIRPORT LIGHTING SYSTEMS 125-a
08/06
complete the item. New internally -lighted signs shall be from the same manufacturer as all
the directional, designation, and mandatory signs on airport property."
7. Add the following new paragraph:
"125-2.7 L867 PULLCAN, PULL BOX OR JUNCTIONBOX. FAA L867 Designation
pullcans, pull boxes or junction boxes shall be installed in accordance with the details and
locations shown on the drawings or as directed by the Engineer. Pullcans, pull boxes or
junction boxes shall be L-867 Class 1, Size B."
8. Add the following new paragraph:
"125-2.8 NEW SIGN PANEL. All new internally -lighted signs shall be base mounted.
Directional signs shall be FAA Designation L-8585Y, Size 2, Style 2, Class 1, with black
text on a yellow background. Mandatory signs shall be FAA Designation L-858R, Size 2,
Style 2, Class 1, with white text on a red background. All new sign panels shall be
purchased from the manufacturer of the sign base. All new sign panels shall be provided and
installed at the locations indicated on the drawings or as directed by the Engineer, and in
accordance with this specification and the details on the drawings. Text for each sign shall
be as shown on the drawings. For each new sign panel, the Contractor shall blow out sign
housing with compressed air when new panels are installed."
9. Paragraph 125-4.1 - Delete this entire paragraph and insert the following:
"125-4.1 The new L867 junction boxes shall be considered incidental to the electrical items
for which they are installed.
Underground electrical cable shall be measured and paid for under Item L-108,
INSTALLATION OF UNDERGROUND CABLE FOR AIRPORTS, ofthese specifications.
Each sign installed and accepted under this section of the specifications will be measured for
payment."
10. Paragraph 125-5.1. - Delete this entire paragraph and insert the following:
"125-5.1. Payment shall be made at the contract unit price for the various items described
herein and in the Proposal per each. These prices shall be full compensation for furnishing all
materials, except those relocated, and for all preparation, assembly, and installation of these
materials, and for all labor, equipment, tools, and incidentals necessary to complete the item.
Payment will be made under:
Item L-125, Install One -Panel Internally Lighted Runway Exit Sign, base mounted
complete in place, per each;
Item L-125, Install One Single Panel in existing sign, complete in place per each.
Item L-125, Install Double Panel in existing sign, complete in place per each.
Item L-125, Repair Damaged Sign Frame, complete per each."
01273905 INSTALLATION OF AIRPORT LIGHTING SYSTEMS 125-b
08/06
10/24/74
ITEM 1,-125 INSTALLATION OF AIRPORT
LIGHTING SYSTEMS
Description
AC 150/5370-10
12 1.1 This item cancels and replaces the items listed in paragraphs
125-1.2--125-1.8.
125-1.2 Item L-114, Installation of Medium Intensity Runway and Taxiway
Lights with Stake Mounting.
125-1.3 Item L-116, Installation of Medium Intensity Runway and Taxiway
Lights with Stake Mounting.
12 1.4 Item L-120, Installation of Internally Lighted Taxiway Guidance
Signs.
125-1.5 Item L-121, Installation of high Intensity Runway Lights.
125-1.6 Item L-122, Installation of Airport Low Intensity Lighting System.
125-1.7 Item L-123, Installation of Touchdown Zone Lights, Inset and Base
Mounted.
125-1.8 Item L-124, Installation of Runway Centerline and Taxiway Turnoff
Lights.
125-1.9 This item shall consist of'airport lighting systems furnished and
installed in accordance with this specification, the referenced specification,
and the applicable advisory circulars. The systems are installed at the
location and in accordance with the dimensions, design, and details shown
in the plans. This item shall include the furnishing of all equipment,
materials, services, and incidentals necessary to place the systems in
operation as completed units to the satisfaction of the engineer.
125-1
AC 150/5370-10
ITEM L-125 INSTALLATION OF AIRPORT
LIGHTING SYSTEMS
10/24/74
125`1.10 Additional details pertaining to a specific system covered in
this item are contained in the advisory circulars listed in paragraphs
125-1.11--125-1.16.
12 1.11 AC 150/5340-4, Installation Details for Runway Centerline and
Touchdown Zone Lighting Systemis.
12 1.12 AC 150/5340-13, High Intensity Runway Lighting System.
12 1.1 AC 150/534o-14, Economy Approach Lighting Aids.
12 1.14 AC 150/534o-15, Taxiway Edge Lighting System.
125-1.15 AC 150/5340-16, Medium Intensity Runway Lighting System.
12571.16 AC 150/5340- , Taxiway Guidance Sign System.
Equipment and Materials
125-2.1 GENERAL.
(a) Airport lighting equipment and materials covered by FAA
specifications shall have the prior approval of the Federal Aviation
Administration, Airports Service, Washington, D. C. 20591, and shall be
listed in Advisory Circular 150/5345-1, Approved Airport Lighting Equipment.
(b) All other equipment and materials covered by other referenced
specifications shall be subject to acceptance through the manufacturer's
certification of compliance with the applicable specifications.
(c) Lists of the equipment and materials required for a particular
system are contained in the applicable advisory circulars.
125-2
10/24/74
ITEM L-125 INSTALLATION OF AIRPORT
LIGHTING SYSTEMS
AC 150/5370-10
125-2.2 TAPE. .Rubber and plastic electrical tapes shall be Scotch
Electrical Tape Numbers 23 and 88, respectively, as manufactured by the
Minnesota Mining and Manufacturing Company, or an approved equal.
125-2.3 CONCRETE. Concrete for backfill shall be proportioned not leaner
than a 1� mix by volume and shall have a compressive strength of not
less than 2,000 PSI. Approved clean aggregate shall be used to produce
the concrete.
125-2.4 CONDUIT. Rigid steel conduit and fittings shall conform to the
requirements of Fed. Spec. WW-C-581.
125-2.5 SQUEEZE CONNECTORS. Squeeze connectors, if specified, shall be
equal to Crouse -Hinds Company, type CGB cable connector with neoprene
rubber bushing.
125-2.6 TEES. Large radius bend tees, if specified, shall be equal to
Crouse -Hinds Company No. ET-43.
Construction Methods
125-3.1 GENERAL. The installation and testing details for the systems shall
be as specified in the applicable advisory circulars.
125-3.2 PLACING LIGHTS. The light fixtures shall be installed at the
approximate location indicated in the plans. The exact location shall be
as directed by the engineer.
Method of Measurement
125-4.1 The quantity of lights to be paid for under this item shall be the
number of each type installed as completed units in place, ready for
operation, and accepted by the engineer.
125-3
AC 150/5370-10
ITEM L-125 INSTALLATION OF AIRPORT
LIGHTING SYSTEMS
Basis of Payment
10/24/74
125-5.1 Payment will be made at the contract unit price for each complete
lightinstalled stalled in place by the contractor and accepted by the engineer.
This price shall be full compensation for furnishing all materials and for
all preparation! assembly, and installation of these materials, and for all
labor, equipment, tools, and incidentals necessary to complete this item.
Payment will be made under:
Item L-125-5.1
Medium Intensity Runway Lights,
Base Mounted in Place --per each.
Item L-125-5.1
Taxiway Lights, Base Mounted in Place --
per each.
Item L-125-5.1
Medium Intensity Runway Lights, Stake Mounted
in Place --per each.
Item L-125-5.1.
.Taxiway Lights, Stake Mounted in Place --per each
Item L-125-5.1
High Intensity Runway Lights, in Place --per
each.
Item L-125-5.1
Touchdown Zone Lights in Place --per each.
Item L-125-5.1
Runway Centerline Lights, in Place --per each.
Item L-125-5.1
Medium Intensity Approach Lights, in Place --
per each.
Item I-125-5.1
Runway End Identification Lights, in Place --
per each.
Item L-125-5.1
Abbreviated Visual Approach Slope Indicator, in
Place --per each.
Item L-125-5.1
Airport Taxi Guidance Signs, in Place --per
unit of like size.
125-4
10/24/74
ITEM L-125 INSTALLATION OF AIRPORT
LIGHTING' SYSTEMS
AC 150/5370-10
Federal Specifications Referenced in Item L-125
N=ber
Title
WW-C-581
Conduit, Metal, Rigid; and Coupling, Elbow; and Nipple,
Electrical Conduit: Zinc -Coated.
FAA Specifications Referenced in Item L-125
Number
Title
AC 150/S340-4
Installation Details for Centerline and
Touchdown Zone Lighting Systems.
AC 150/5340-13
High Intensity Runway Lighting System.
AC 150/5340-14
Economy Approach Lighting Aids.
AC 150/5340-15
Taxiway Lighting System.
AC 150/5340-16
Medium Intensity Runway Lighting System.
AC 150/5340-
Taxiway Guidance Sign System.
125-5
SECTION 16620
ENGINE GENERATOR
PART 1-GENERAL
1.1 SECTION INCLUDES
A. Generator testing procedures.
B. Generator.
C. Engine.
D. Controller.
E. Instrument panels.
F. Accessories.
1.2 RELATED SECTIONS
A. Section 16170 - Grounding and bonding.
1.3 REFERENCES
A. NFPA-110.
B. NEMA 250 - Enclosures for Electrical Equipment (1000 volts maximum).
C. ANSI/NFPA 70 - National Electrical Code.
D. NEMA MG 1-22.40 and 16.40.
E. MIL E-4970A
1.4 SUBMITTALS
A. Submit six sets of all submittals to Owner.
B. Provide Data: Submittal shall include specification sheets showing all standard and optional
accessories to be supplied, schematic wiring diagrams, dimension drawings, and
interconnection diagrams identifying by terminal number each required interconnection
between the generator set, the transfer switch, and the remote annunciator panel if it is
included elsewhere in these specifications. Include detailed information for generator set, fuel
tank, day tank, piping, pump, and controls.
C. Manufacturer's Instructions: Indicate application conditions and limitations. Indicate
instructions for storage, handling, protection, examination, preparation, hoisting, installation
and starting of Product.
D. Certification that service mechanic will be on -site within four hours if generator fails to start
and that mechanic will either repair or provide temporary generator within 8 hours.
01273905 ENGINE GENERATOR 16620 - 1
08/06
1.5 TESTING
A. To assure that the equipment has been designed and built to the highest reliability and quality
standards, the manufacturer shall be responsible for design prototype tests as described herein:
Components of the standby system, such as the engine/generator set, transfer switch, and
accessories shall not be subjected to prototype tests since the tests are potentially damaging.
Rather, similar design prototypes, which will not be sold, shall be used for these tests.
Prototype test programs shall include the requirements ofNFPA-I 10 and the following:
1. Maximum power (kW).
2. Maximum starting (kVA) at 35% instantaneous voltage dip.
3. Alternator temperature rise by embedded thermocouple and by resistance method per
NEMA MG 1-22.40 and 16.40.
4. Governor speed regulation under steady state and transient conditions.
5. Voltage regulation and generator transient response.
6. Fuel consumption at no load, 1/4, 1/2, 3/4, and full load.
7. Harmonic analysis, voltage waveform deviation, and telephone influence factor.
8. Three-phase line -to -line short circuit test.
9. Alternator cooling air flow.
10. Torsional analysis testing to verify that the generator set is free of harmful torsional
stresses.
11. Endurance testing.
1.6 FINAL PRODUCTION TESTS
A. Generator set shall be tested under varying loads with guards and exhaust system in place.
Tests shall include:
1. Single-step load pickup.
2. Transient and steady state governing.
3. Safety shutdown device testing.
4. Voltage regulation.
5. Rate Power.
6. Maximum Power.
1.7 REGULATORY REQUIREMENTS
A. Conform to requirements of NF PA- 110.
B. Furnish products listed and classified by Underwriters Laboratories, Inc.
1.8 WARRANTY
A. The warranty period shall be for a period of two years from the date of start-up and shall
include all parts, labor, travel expenses and all expendables used during repair.
01273905 ENGINE GENERATOR 16620 - 2
08/06
PART 2 - PRODUCTS
2.1 MANUFACTURERS
A. Caterpillar.
B. Onan.
C. Or equal product as approved by the Engineer.
2.2 GENERAL
A. It is the intent of this specification to secure a standby generator system that has been
prototype tested, factory built, production tested, site tested, of the latest commercial design,
together with all accessories necessary for a complete installation as shown on the plans and
drawings and as specified herein. The equipment supplied and installed shall meet the
requirements of the National Electric Code and all applicable local codes and regulations. All
equipment shall be new, of current production by a national firm which manufactures the
generator and controls and assembles the standby generator sets as a matched unit so that there
is one source responsibility for warranty, parts, and service through a local representative with
factor -trained servicemen.
B. The standby generator set shall be rated continuous standby (defined as continuous for the
duration of any power outage) 208 volts, 3 phase, 4 wire, rated at 320 kw, 400 kva with a
.8 power factor in a 110' F ambient temperature. This rating shall include fan and other
generator set ancillary loads. Vibration isolators shall be provided between the
engine -generator and welded steel base.
2.3 ENGINE
A. The engine shall be equipped with the following:
1. Engine driven or electric fuel transfer pump, fuel filters and electric solenoid fuel
shut -off -valve.
2. Electronic isochronous governor with externally adjustable droop from 0 — 10% from
no load to rated load. Steady state frequency regulation shall be +/- .25 percent.
3. 24 volt positive engagement solenoid shift -starting motor.
4. 35-ampere minimum automatic battery charging alternator with solid-state voltage
regulation.
5. Positive displacement, full pressure lubrication oil pump, cartridge oil filters, dipstick,
and oil drain.
6. Dry -type replaceable air cleaner elements.
7. The naturally aspirated or turbocharged engine shall be fueled with Diesel, number of
cylinders as required, 4-cycle, and liquid cooled. A unit -mounted radiator, blower fan,
water pump, and thermostat shall properly cool the engine with up to 3.0 inches H2O
external static pressure on the cooling system.
01273905 ENGINE GENERATOR 16620 - 3
08/06
2.4 GENERATOR
A. The alternator shall be salient -pole, reconnectable 12-lead, self -ventilated of drip -proof
construction with amortisseur rotor windings and stator for smooth voltage waveform. The
insulation shall meet the NEMA standard (MGI-22.40 and 16.40) for Class F and be vacuum
impregnated with epoxy varnish to be fungus resistant per MIL E-4970A. The excitation
system shall be of brushless construction controlled by a solid-state voltage regulator with
adjustable Volts -per -Hertz operation capable of maintaining voltage within + or - .25% at any
constant load from 0 to 100% of rating. The regulator must be protected from the environment
by conformal coating.
B. On application of any load up to the rated load, the instantaneous voltage dip shall not exceed
20% and shall recover to + or — 2% of rated voltage within five seconds.
C. The generator shall employ a permanent magnet system capable of sustaining at least 300% of
rated current for at least 10 seconds under a 3 phase symmetrical short by inherent design.
D. A resettable line current circuit breaker with inverse time versus current response shall be
furnished and shall not automatically reset preventing restoration of voltage if maintenance is
being performed. This breaker shall protect the generator from damage due to its own high
current capability and shall not trip within the 10 seconds specified above to allow selective
tripping of down -stream fuses or circuit breakers under a fault condition.
E. The generator, having a single maintenance free bearing, shall be directly connected to the
flywheel housing with a semiflexible coupling between the rotor and the flywheel.
2.5 CONTROLLER
A. Set -mounted controller capable of facing right, left, or rear shall be vibration isolated on the
generator enclosure. The microprocessor control board shall be conformal coated. Relays will
only be acceptable in high current circuits.
B. Circuitry shall be of plug-in design for quick replacement. Controller shall be equipped to
accept a plug-in device capable of allowing maintenance personnel to test controller
performance without operating the engine. The controller shall include:
1. Fused DC circuits.
2. Complete two -wire start/stop control, which shall operate on closure of a remote
contact.
3. Speed sensing and a second independent starter motor disengagement systems shall
protect against the starter engaging with a moving flywheel. Battery charging alternator
voltage will not be acceptable for this purpose.
4. The starting system shall be designed for restarting in the event of a false engine start,
by permitting the engine to completely stop and then reengage the starter.
5. Cranking cycler with 15-second ON and OFF cranking periods.
6. Overcrank protection designed to open the cranking circuit after 75 seconds if the
engine fails to start.
7. Circuitry to shut down the engine when signal for high coolant temperature, low oil
pressure, or overspeed are received.
8. Engine cool down timer factory set at five minutes to permit unloaded running of the
standby set after transfer of the load to normal.
9. Three -position (Automatic - OFF - TEST) selector switch. In the test position, the
engine shall start and run regardless of the position of the remote starting contacts. In
the automatic position, the engine shall start when contacts in the remote control circuit
close and stop five minutes after those contacts open. In the off position, the engine
shall not start even though the remote start contacts close. This position shall also
01273905 'ENGINE GENERATOR 16620 - 4
08/06
No Text
provide for immediate shutdown in case of an emergency. Reset of any fault lamp shall
also be accomplished by putting the switch to the off position.
C. Indicating lights shall be furnished to signal:
l . (Not -in -auto (flashing red))
2. (Overcrank (red))
3. (Emergency stop (red))
4. (High engine temperature (red))
5. (Overspeed (red))
6. (Low coolant level (red))
7. (Low oil pressure (red))
8. (Battery charger malfunction (red))
9. (Low battery voltage (red))
10. (Low fuel (red))
11. (System ready (green))
12. (Pre -alarm high engine temp. (yellow))
13. (Pre -alarm low oil pressure (yellow))
14. (Low coolant temperature. (red)) (liquid cooled models)
D. Required to meet NFPA-110.
1. Test button for indicating lights.
2. Emergency shut-off switch.
E. Alarm horn with silencer switch per NFPA-110.
F. Controller shall have the capability of exercising the engine generator automatically at
intervals established by the operator.
2.6 INSTRUMENT PANEL
A. Instrument panel to be set mounted and located at a maximum of 60" above finished grade. As
an option, provide an OSHA compliant platform and stairway.
B. Dual range voltmeter + or - 2% accuracy.
C. Dual range ammeter + or - 2% accuracy.
D. Voltmeter -ammeter phase selector switch.
E. Lights to indicate high or low meter scale.
F. Direct reading pointer -type frequency meter + or - 5% accuracy, 45 to 65 Hz scale.
G. Panel illuminating lights.
H. Battery charging meter.
I. Coolant temperature gauge.
J. Oil pressure gauge.
K. Running time meter.
L. Voltage adjust rheostat (+ or - 5% range).
2.7 REMOTE ANNUNCIATOR
A. General: Provide a remote annunciator compliant with NFPA 110 to be located as indicated on
the drawings. Unit shall be powered by the generator set starting batteries. Each generator set
fault or status condition shall be displayed at the remote unit. Provide with a lamp test switch.
B. At a minimum, provide the following points:
1. Genset Running.
2. High Temp.
3. Low Oil Pressure.
4. Low Temp.
01273905 ENGINE GENERATOR 16620 - 5
08/06
5.
Low Fuel.
6.
High Temp.
7.
Low Oil Pressure.
8.
Overcrank.
9.
Overspeed.
10.
Not in Auto.
11.
Fuel Tank Leak.
12. Spare.
C. All annunciator cabling shall be extended in conduit. Extend cabling for generator alarm
condition to a continuously monitored panel such as the building management system.
2.8 ACCESSORIES TO BE PROVIDED
A. Overvoltage protection will shut down the unit after one second of 15% or more overvoltage.
B. Battery rack, battery cables, 12-volt battery(ies) capable of delivering the minimum
cold -cranking amps required at zero degrees Fahrenheit per SAE Standard I-537 shall be
supplied dry, along with separate electrolyte, which will be added just prior to start-up.
C. Gasproof, seamless, stainless steel, flexible exhaust connection.
D. Flexible fuel line(s).
E. Engine exhaust silencer rated for critical applications. The muffler shall be supported. Exhaust
sleeves, flashings and penetration requirements shall be carefully coordinated with other
trades. Slope exhaust to drain and provide trap and drain cock.
F. Block heater of proper wattage and voltage, thermostatically controlled to maintain engine
coolant at proper temperature to meet the start-up requirements.
G. 10-ampere automatic float battery charger with constant voltage regulation, current limiting
capability, cranking disconnect relay, temperature compensated for ambients from - 20 degree
Fahrenheit, voltmeter, ammeter, charger malfunction and low voltage alarm contacts, equipped
for conduit installation.
H. Diesel fuel double walled tank sized for a minimum of 24 hours operation under full load.
Furnish tank gage and lockable valve cover. Provide all fuel line connections and fittings.
Tanks shall be mounted on the existing concrete pad located outside, adjacent to the vault.
Provide a leak detection sensor with a remote output.
1. Provide and install a day -tank, mounted on the generator's skid. Provide a leak detection
sensor with a remote output. Provide all fuel line connections and fittings.
J. Provide for all conduit and wiring associated with interlocks and power for exhaust fans and
dampers.
PART 3 - EXECUTION
3.1 INSTALLATION
A. Install products in accordance with manufacturer's instructions.
B. Install cabinets with a minimum of 4 bolts.
C. Install engine generator on minimum 6" thick concrete pad reinforced with #5 at 12" each
way. Utilize 3000-psi concrete with 3/4" rock. All pad requirements shall also meet the
minimum requirements as indicated by the equipment manufacturer.
D. Contractor shall coordinate with engine generator supplier to determine control, heater, alarm
and other circuits required for proper operation.
E. Exact generator siting shall comply with the Uniform Fire Code and manufacturer's clearance
requirements for distance separation.
01273905 ENGINE GENERATOR 16620 - 6
08/06
3.2 SITE TESTS
A. An installation check, start-up, and building load test shall be performed by the manufacturer's
local representative. The Owner's Representative, and the maintenance staff shall be notified
of the time and date of the site test. The test shall include:
B. Fuel, lubricating oil, and antifreeze shall be checked for conformity to the manufacturer's
recommendations under the environmental conditions present and expected.
C. Accessories that normally function while the set is standing by shall be checked prior to
cranking the engine. This shall include: engine heater, battery charger, remote annunciator, etc.
D. Start-up under test mode to check for exhaust leaks, cooling air flow at inlet and outlet, static
pressure, movement during starting and stopping, vibration during running, normal and
emergency line -to -line voltage and phase rotation. Check and record the following
temperatures under normal load conditions: Outside air, room air and exit air.
E. Automatic start-up by means of simulated power outage to test remote -automatic starting,
transfer of the load, and automatic shutdown. Prior to this test, all transfer switch timers shall
be adjusted for proper systems coordination. Engine temperature, oil pressure and battery
charge level along with generator voltage, amperes, and frequency shall be monitored
throughout the test.
F. Provide a 4-hour load bank test at .8 power factor and record the following at 15 minute
intervals:
1. Meter hours.
2. Volts — all phases.
3. Amps — all phases.
4. Frequency.
5. Power factor.
6.
Water temperature.
7.
Oil pressure.
8.
Fuel pressure.
9..
Ambient temperature.
10.
Engine coolant temperature.
3.3 CLOSEOUT
A. Submittal:
1. Provide two operating and maintenance manuals covering all equipment provided,
including all test information.
2. Provide spare parts list with cost.
B. Training:
1. Provide 4 hours of training to Owner on the operation of equipment.
2. Coordinate training with Engineer.
3. Training shall provide maintenance personnel with a knowledge of all routine
maintenance requirements and running hours between each type of service.
4. Two sets of all training material, interval charts and expandable item lists shall be
provided.
END OF SECTION
01273905 ENGINE GENERATOR 16620 - 7
O8/06
SECTION 16630
ENCLOSED TRANSFER SWITCHES
PART 1 - GENERAL
1.1 SUMMARY
A. Section includes a 4 pole, 600 VAC fully rated automatic transfer switch (ATS). The
automatic priority selector transfer shall consist of an inherently double throw power
transfer switch unit and control modules interconnected to provide complete automatic
operation.
1.2 REFERENCES
A. NEMA ICS 10 (National Electrical Manufacturers Association) - AC Transfer Switch
Equipment.
B. NETA ATS (International Electrical Testing Association) - Acceptance Testing
Specifications for Electrical Power Distribution Equipment and Systems
C. UL 1008 - Automatic Transfer Switches.
D. NFPA 70 — National Electrical Code
E. NFPA 110 - Emergency and Standby Systems
F. IEEE Standard 446 — IEEE Recommended Practice for Emergency and Standby Power
Systems for Commercial and Industrial Applications.
1.3 SUBMITTALS
A. Product Data: Submit catalog sheets showing voltage, switch size, ratings and size of
switching and overcurrent protective devices, operating logic, short circuit ratings,
dimensions, and enclosure details.
1.4 CLOSEOUT SUBMITTALS
A. Project Record Documents: Record actual locations of enclosed transfer switches.
B. Operation and Maintenance Data: Submit routine preventative maintenance and lubrication
schedule. List special tools, maintenance materials, and replacement parts.
1.5 QUALIFICATIONS
A. Manufacturer: Company specializing in manufacturing products specified in this section
with minimum three years documented experience.
B. Supplier: Authorized distributor of specified manufacturer with minimum three years
experience and factory authorized service facility within 100 miles of the work site.
1.6 MAINTENANCE SERVICE
A. Provide service and maintenance of transfer switches for one year from Date of Substantial
Completion.
01273905 ENCLOSED TRANSFER SWITCHES 16630 - 1
08/06
PART 2 - PRODUCTS
2.1 MECHANICALLY HELD AUTOMATIC TRANSFER SWITCH
A. Manufacturers:
1. Zenith Controls
2. ASCO
3. Russelectric
4. Substitutions: Section 01600 - Product Requirements.
B. Transfer switch unit shall be electrically operated and mechanically held. The electrical
operator shall be a single -solenoid mechanism, momentarily energized. Main operators
which include overcurrent disconnect devices will not be accepted. The switch shall be
mechanically interlocked to ensure only one of two possible positions, normal or standby.
C. Switch shall be positively locked and unaffected by momentary outages so that contact
pressure is maintained at a constant value and temperature rise at the contacts is minimized
for maximum reliability and operating life.
D. Inspection of all contacts shall be possible from the front of the switch without disassembly
of operating linkages and without disconnection of power conductors. A manual operating
handle shall be provided for maintenance purposes. The handle shall permit the operator to
manually stop the contacts at any point throughout their entire travel to inspect and service
the contacts when required.
E. Designs utilizing components of molded -case circuit breakers, contactors, or parts thereof
which are not intended for continuous duty, repetitive switching or transfer between two
active power sources are not acceptable. Interlocked molded case circuit breakers will not
be acceptable.
F. A fourth pole for switching the neutral shall be indentical.
G. Rating: 600 VAC, 3 Phase, 60 Hz, 4 pole.
H. Withstand Current Rating: as indicated on the drawings.
I. Automatic Sequence of Operation:
1. Initiate Time Delay to Start Alternate Source Engine Generator: Upon initiation by
normal source monitor.
2. Time Delay to Start Alternate Source Engine Generator: 0 to 60 seconds, adjustable.
3. Initiate Transfer Load to Alternate Source: Upon initiation by normal source monitor
and permission by alternate source monitor.
4. Time Delay Before Transfer to Alternate Power Source: 0 to 90 seconds, adjustable.
5. Initiate Retransfer Load to Normal Source: Upon permission by normal source
monitor.
6. Time Delay before Transfer to Normal Power: 0 to 90 seconds, adjustable; bypass
time delay in event of alternate source failure.
7. Time Delay before Engine Shut Down: 0 to 6 minutes, adjustable, of unloaded
operation.
J. Enclosure:
1. Enclosure: NEMA 1.
2. Finish: Brushed.
K. Main contact material shall consist of silver (87% min) and cadmium.
L. Plexiglas covers shall shield electronic controls and main contact connections.
M. The break before make transfer switch action shall require no more than 10 cycles, and the
mechanism shall incorporate life time lubrication within the temperature range of 20• F to
140• F.
01273905 ENCLOSED TRANSFER SWITCHES 16630 - 2
08/06
2.2 MICROPROCESSOR CONTROL PANEL
A. Control panel shall direct the operation of the transfer switch. The panel's sensing and
logic shall be controlled by a built-in microprocessor for maximum reliability, minimum
maintenance, and inherent serial communications capability. The control panel shall be
connected to the transfer switch by an interconnecting wiring harness. The harness shall
include a keyed disconnect plug to enable the control panel to be disconnected from the
transfer switch for routine maintenance.
B. Sensing and control logic shall be provided on printed circuit boards. Interfacing relays
shall be industrial grade plug-in type with dust covers.
C. The control panel shall meet or exceed the requirements for Electromagnetic Compatibility
(EMC) as follows:
1. Ring Wave Test per IEEE 472 (ANSI C37.090A).
2. Electrostatic Discharge (ESD) - IEC 801-2, Level 4
3. Electrical Fast Transients (EFT) - IEC 801-4, Level 4
4. Surge Withstand - IEC 801-5, Level 4
5. Electromagnetic Interference - Mil Std 461, Class 3C
2.3 SOURCE QUALITY CONTROL
a, Provide shop inspection and testing of each transfer switch.
2.4 VOLTAGE AND FREQUENCY SENSING
A. The voltage of each phase of the normal source (Priority-1) shall be monitored, with
pickup adjustable from 85% to 100% of nominal and dropout adjustable from 75% to 98%
of pickup setting.
B. The voltage of each phase of the emergency source (Priority-2) shall be monitored, with
pickup adjustable from 85% to 100% of nominal and dropout adjustable from 75% to 98%
of pickup setting.
C. Repetitive accuracy of all settings shall be within f 2% over an operating temperature
range of -20°C to 70°C.
D. Voltage and frequency settings shall be field adjustable in 1% increments without the use
of tools, meters or power supplies. Actual settings shall be clearly defined in the operator's
manual.
2.5 TIME DELAYS
A. A time delay shall be provided to override momentary generator source outages
(Priority-1) to delay transfer to the generator source (priority-2 ). The delay shall be
adjustable from 0 to 6 seconds.
B. A time delay shall be provided on transfer to generator (priority-2), adjustable from
0 to 5 minutes for controlled timing of transfer of loads to emergency source, factory set at
0 seconds.
C. All time delays shall be fully field adjustable without the use of tools.
PART 3 - EXECUTION
3.1 INSTALLATION
01273905 ENCLOSED TRANSFER SWITCHES 16630 - 3
08/06
A. Provide engraved plastic nameplates identifying transfer as indicated in Section 16195.
3.2 FIELD QUALITY CONTROL
A. Perform inspections and tests listed in NETA ATS, Section 7.22.3.
3.3 MANUFACTURER'S FIELD SERVICES
A. Check out transfer switch connections and operations and place in service.
3.4 ADJUSTING
A. Adjust control and sensing devices to achieve specified sequence of operation.
3.5 DEMONSTRATION AND TRAINING
A. Demonstrate operation of transfer switch in normal and standby modes.
3.6 WITHSTAND AND CLOSING RATINGS
A. The ATS shall be UL listed in accordance with UL 1008 and be labeled in accordance with
that standard's 1'/2 and 3 cycle, long-time ratings. ATSs which are not tested and labeled
with 1'/2 and 3 cycle (any breaker) ratings and have series, or specific breaker ratings only,
are not acceptable.
3.7 TESTS AND CERTIFICATION
A. The complete ATS shall be factory tested to ensure proper operation of the individual
components and correct overall sequence of operation and to ensure that the operating
transfer time, voltage, frequency and time delay settings are in compliance with the
specification requirements.
B. The transfer switch and control panel shall be subjected to a dielectric strength test per
NEMA Standard ICS 1-109.21.
C. Upon request, the manufacturer shall provide a notarized letter certifying compliance with
all of the requirements of this specification including compliance with the above codes and
standards, and withstand and closing ratings. The certification shall identify, by serial
number(s), the equipment involved. No exceptions to the specifications, other than those
stipulated at the time of the submittal, shall be included in the certification.
D. Prior to system start-up, provide a factory authorized technician to certify all transfer
switch operations and settings.
E. Provide a minimum of four hours of on -site training with appropriate operating and
maintenance manuals for the Owner's personnel.
3.8 SERVICE REPRESENTATION
A. The ATS manufacturer shall maintain a national service organization of factory authorized
personnel located throughout the contiguous United States. The service center's personnel
must be factory trained and must be on call 24 hours a day, 365 days a year.
END OF SECTION 16630
01273905 ENCLOSED TRANSFER SWITCHES 16630 - 4
08/06
APPENDIX
a
U.S. Department Advisory
of Transportation i'edera! Aviation Circular
Administration
Subject: OPERATIONAL SAFETY ON AIRPORTS
DURING CONSTRUCTION
1. THE PURPOSE OF THIS ADVISORY
CIRCULAR (AC).
Aviation safety is the primary consideration at airports,
especially during construction. This AC sets forth
guidelines for operational safety on airports during
construction. It contains major changes to the following
areas: "Runway Safety Area," paragraph 3-2; "Taxiway
Safety Areas/Object-Free Areas," paragraph 3-3;
"Overview," paragraph 3-4; "Marking Guidelines for
Temporary Threshold," paragraph 3-5; and "Hazard
Marking and Lighting," paragraph 3-9.
2. WHAT THIS AC CANCELS.
This AC cancels AC 150/5370-2D, Operational Safety
on Airports During Construction, dated May 31, 2002.
3. READING MATERIAL RELATED TO THIS
AC.
Appendix 1 contains a list of reading materials on
airport construction, design, and potential safety
hazards during construction, as well as instructions for
ordering these documents. Many of them, including
this AC, are available on the Federal Aviation
Administration (FAA) Web site.
61/t,-t L-4v
DAVID L. BENNETT
Director, Office of Airport Safety and Standards
Date: 1/17/03 AC No: 150/5370-2E
Initiated by: AAS-300 Change:
4. WHO THIS AC AFFECTS. . y
This AC assists airport operators in complying with 14
Code of Federal Regulations (CFR), part 139,
Certification and Operation: Land Airports Serving
Certain Au Carriers, and with the requirements of
airport construction projects receiving funds under the
Airport Improvement Program or from the Passenger
Facility Charge Program. While the FAA does not
require noncertificated airports without grant
agreements to adhere to these guidelines, we
recommend that they do so as it will help these airports
maintain a desirable level of operational safety during
construction.
S. ADDITIONAL BACKGROUND
INFORMATION.
Appendix 2 contains definitions of terms used in this
AC. Appendix 3 provides airport operators with
boilerplate format and language for developing a safety
plan for an airport construction project. Appendix 4 is
a sample Notice to Airmen form. '
6. HAZARD LIGHTING IMPLEMENTATION.
TIME LINE.
Supplemental hazard lighting must be red in color by
October 1, 2004. See paragraph 3-9 for more
information.
No Text
1 /17/03
CONTENTS
AC 150/5370-2E
Paraarat)h
CHAPTER 1. GENERAL SAFETY REQUIREMENTS AND RESPONSIBILITIES .....................
1-1. ......1
Overview ................................................
1-2. 6Vho Is Responsible for Safe During
p h' g Construction. ...... ..................
CHAPTER 2. SAFETY PLANS ....................
Section 1. Basic Safety Plan Considerations.......................................................................................................3
3
2-1. Overview..................................................................................................................................
v 2-2. Safety Plan Checklist .........................
.... 3
Section 2. Safety and Security Measures............ ..........3
2-3. Overview...................................................................................................................................................... 4
<........................................................................
2-4. Vehicle Operation and Marking and Pedestrian Control. ..............4
>.............................................................................
2-5. Construction Employee Parking Areas ...................... .....
2-6. Construction Vehicle Equipment Parking.
........................... 5
2-7. Radio Communication Training. .5
2-8. Fencing and Gates....................................................................................................................................................5
Section 3. Notification of Construction Activities .................................. ' S
2-9. General. ..................................... .........,...........................................5
........................................
Assuring Prompt Notifications.
.. ....................................................................
2-11. Notices to Airmen NOTAMs """ 6
( ).......
..............................................
2-12. Aircraft Rescue and Fire Fighting """.......................6
g g (ARFF) Notification .......................... .......6
' 2-13. Notification to the FAA ..................... ......................................................
2-24. Work Scheduling and Accomplishment.
6
CHAPTER 3. SAFETY STANDARDS AND GUIDELINES ...................
Section 1. Runway and Taxiway Safety Areas, Obstacle -Free Zones, and Object -Free Areas ...................... 7
3-1. Overview ................................
3-2. Runway Safety Area (RSA)/Obstacle-Free Zone OFZ....................................................................... 7
3-3. Taxiway Safety Areas/Object-Free Areas. ()...........................................................................
Section 2. Temporary Runway Thresholds ..............................................................................................................7
3-4. Overview. ..................................
......................................................................
..............................................................
3-5. Markin Guidelines for Temporary
g mp nary Threshold................................................................ .................8 3-6. Lighting Guidelines for Temporary """" """' � g p rary Threshold.......................................................................................................9
Section 3. Other Construction Marking and Lighting Activities .............................
.............................10
3-7. Overview..................................................
.............. ........................................
3-8, Closed Runway and Taxiway Marking and Lighting ........................................................
..... """""""""' t0
3-9. Hazard Marking and Lighting g g...................................................................................... IO
10
3-10. Construction Near Navigational Aids (NAVAIDs).... ...............................................................
..............
3-11. Construction Site Access and Haut Roads ................ 11
............................................................
3-12. Construction Material Stockpiling
3-13. Other Limitations on Construction. ........ ......................................
................................................
3-14. Foreign Object Debris (FOD) Management ...............
Section 4. Safety Hazards and Impacts.................................i................................................................................... 12
.............................................................
3-15. Overview ................................... .....,.......,.12
............................................................................................................................12
AC 150/5370-2E
1/17/03
Appendices
APPENDIX 1. RELATED READING MATERIAL ........................... ......................... ........ A-1
APPENDIX 2. DEFINITIONS OF TERMS USED IN THE AC ............................. A-2
..............................................
APPENDIX 3. AIRPORT CONSTRUCTION SAFETY PLANNING GUIDE ................................................... A-3
APPENDIX 4. SAMPLE NOTAM...........................................................................
...................... A-7
;
r
1/17/03
AC 150/5370-2E
CHAPTER 1. GENERAL SAFETY REQUIREMENTS AND RESPONSIBILITIES
1-1. OVERVIEW.
Hazardous practices and marginal conditions created by
construction activities can decrease or jeopardize
operational safety on airports. To minimize disruption of
normal aircraft operations and to avoid situations that
compromise the airport's operational safety, the airport
operator must carefully plan, schedule, and coordinate
construction activities. While the guidance in this AC is
primarily used for construction operations, some of the
methods and procedures described may also enhance day-
to-day maintenance operations.
1-2. WHO IS RESPONSIBLE FOR SAFETY
DURING CONSTRUCTION.
An airport operator has overall responsibility for
construction activities on an airport. This includes the
predesign, design, preeonstruction, construction, and
inspection phases. Additional information on these
responsibilities can be found throughout this AC.
a. Airport operator's responsibilities—
(1) Develop internally or approve a
construction safety plan developed by an outside
consultant/contractor that complies with the safety
guidelines in Chapter 2, "Safety Plans," and Appendix 3,
"Airport Construction Safety Planning Guide," of this
AC.
(2) Require contractors to submit plans
indicating how they intend to comply with the safety
requirements of the project.
(3) Convene a meeting with the construction
contractor, consultant, airport employees, and, if
appropriate, tenant sponsor to review and discuss project
safety before beginning construction activity.
(4) Ensure contact information is accurate for
each representative/point of contact identified in the
safety plan.
(5) Hold weekly or, if necessary, daily safety
meetings to coordinate activities.
(6) Notify users, especially aircraft rescue and
fire fighting (AR.FF) personnel, of construction activity
and conditions that may adversely affect the operational
safety of the airport via Notices to Airmen (NOTAMs) or
other methods, as appropriate. Convene a meeting for
review and discussion if necessary.
(7) Ensure that construction personnel know
of any applicable airport procedures and of changes to
those procedures that may affect their work.
(8) Ensure that construction contractors and
subcontractors undergo training required by the safety
plan.
(9) Develop and/or coordinate a construction
vehicle plan with airport tenants, the airport traffic control
tower (ATCT), and construction contractors. Include the
vehicle plan in the safety plan. See Chapter 2, section 2,
of this AC for additional information.
(10) Ensure tenants and contractors comply
with standards and procedures for vehicle lighting,
marking, access, operation, and communication.
(11) At certificated airports, ensure that each
tenant's construction safety plan is consistent with 14
CFR part 139, Certification and Operations: Land
Airports Serving Certain Air Carriers. -
(12) Conduct frequent inspections to ensure
construction contractors and tenants comply with the
safety plan and that altered construction activities do not
create potential safety hazards.
(13) Resolve safety deficiencies immediately.
(14) Ensure construction access complies with
the security requirements of 49 CFR part 1542, Airport
Security.
(M Notify appropriate parties when
conditions exist that invoke provisions of the safety plan
(e.g., implementation of low -visibility operations).
b. Construction contractor's responsibilities—
(1) Submit plans to the airport operator on
how to comply with the safety requirements of the
project.
plan. (2) Have available a copy of the project safety
(3) Comply with the safety plan associated
with the construction project and ensure that construction
personnel are familiar with safety procedures and `
regulations on the airport.
(4) 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.
(5) Provide a safety officer/construction
inspector familiar with airport safety to monitor
construction activities.
(6) Restrict movement of construction
vehicles to construction areas by flagging and barricading,
erecting temporary fencing, or providing escorts, as
appropriate.
KI
AC 150/5370-2E
(7) Ensure that no construction employees,
employees of subcontractors or suppliers, or other persons,
enter any part of the air operations areas (AOAs) from the
construction site unless authorized.
i c. Tenant's responsibilities if planning
construction activities on leased property —
Develop a safety plan, and submit it to the
airport operator for approval prior to issuance of a Notice
to Proceed.
(2) Provide a point of contact who will
coordinate an immediate response to correct any
2
1 /17/03
construction -related activity that may adversely affect the
operational safety of the airport.
(3) Ensure that no tenant or constriction
employees, emplovees of subcontractors or suppliers, or
any other persons enter any part of the AOA from the
construction site unless authorized.
(4) Restrict movement of construction
vehicles to construction areas by flagging and barricading
or erecting temporary fencing.
1/17/03
AC 150/5370-2E
CHAPTER 2. SAFETY PLANS
Section 1. Basic Safety Plan Considerations
2-1. OVERVIEW.
Airport operators should coordinate safety issues with the
air carriers, FAA Airway Facilities, and other airport
tenants before the design phase of the project. The airport
operator should identify project safety concerns,
requirements, and impacts before making arrangements
with contractors and other personnel to perform work on
an airport. These safety concerns will serve as the
foundation for the construction safety plan and help
maintain a high level of aviation safetyduring the project.
The airport operator should determine the level of
complexity of the safety plan that is necessary for each
construction project and its phases. The safety plan may
be detailed in the specifications included in the invitation
for bids, or the invitation for bid may specify that the
contractor develop the safety plan and the airport operator
approve it. In the latter case, the invitation for bid should
contain sufficient information to allow the contractor to
develop and determine the costs associated with the safety
plan. In either case, safety plan costs should be
incorporated into the total cost of the project. The airport
operator has final approval authority and responsibility
for all safety plans.
Coordination will vary from formal predesign conferences
to informal contacts throughout the duration of the
construction project.
Details of a specified safety plan, or requirements for a
contractor -developed safety plan, should be discussed at
the predesign and preconstruction conferences and should
include the following, as appropriate:
a. Actions necessary before starting construction,
including defming and assigning responsibilities.
b. Basic responsibilities and procedures for
disseminating instructions about airport procedures to the
contractor's personnel.
c. Means of separating construction areas from
aeronautical -use areas.
d. Navigational aid (NAVAID) requirements and
weather.
e. Marking and lighting plan illustrations.
f. Methods of coordinating significant changes in
airport operations with all the appropriate parties.
2-2. SAFETY PLAN CHECKLIST
To the extent applicable, the safety plan should address
the following:
a. Scope of work to be performed, including
proposed duration of work.
b. Runway and taxiway marking and lighting.
c. Procedures for protecting all runway and taxiway
safety areas, obstacle -free zones (OFZs), object -free areas
WAS), and threshold citing criteria outlined in AC
150/5300-13, Airport Design, and as described in this AC.
This includes limitations on equipment height and
stockpiled material.
d. Areas and operations affected by the
construction activity, including possible safety problems.
e. NAVAII)s that could be affected, especially
critical area boundaries.
f. Methods of separating vehicle and pedestrian
construction traffic from the airport movement areas.
This may include fencing off construction areas to keep
equipment operators in restricted areas in which they are
authorized to operate. Fencing, or some other form of
restrictive barrier, is an operationah necessity in some
cases.
g. Procedures and equipment, such as barricades
(identify type), to delineate closed construction areas from
the airport operational areas, as necessary.
h. Limitations on construction.
i. Required compliance of contractor personnel
with all airport safety and security measures.
j. Location of stockpiled construction materials,
construction site parking, and access and haul roads.
k. Radio communications.
I. Vehicle identification.
M. Trenches and excavations and cover
requirements.
C
AC 150/5370-2E
n. Procedures for notifying ARFF personnel if
water lines or fire hydrants must be deactivated or if
emergency access routes must be rerouted or blocked.
o. Emergency notification procedures for medical
and police response.
p. Use of temporary visual aids.
q. Wildlife management.
r. Foreign object debris (FOD) control provisions.
s. Hazardous materials (HAZMAT) management.
t. NOTAM issuance.
u. Inspection requirements.
v. Procedures for locating and protecting existing
underground utilities, cables, wires, pipelines, and other
underground facilities in excavation areas.
1 /17/03
w. Procedures for contacting responsible
representatives/points of contact for all involved parties.
This should include off -duty contact information so an
immediate response may be coordinated to correct any
construction -related activity that could adversely affect
the operational safety of the airport. Particular care
should be taken to ensure that appropriate Airways
Facilities personnel are identified in the event that an
unanticipated utility outage or cable cut occurs that
impacts FAA NAVAIDs.
x. Vehicle operator training.
y. Penalty provisions for noncompliance with
airport rules and regulations and the safety plan (e.g., if a
vehicle.is involved in a runway incursion).
z. Any special conditions that affect the operation
of the airport and will require a portion of the safety plan
to be activated (e.g., low -visibility operations, snpw
removal).
Section 2. Safety and Security Measures
=2-3. OVERVIEW.
Airport operators are responsible for closely monitoring
:.#errant and construction contractor activity during the
construction project to ensure continual compliance with
;all safety and security requirements. Airports subject to
'49 CFR part 1542, Airport Security, must meet standards
_for access control, movement of ground vehicles, and
identification of construction contractor and tenant
;personnel. In addition, airport operators should use safety
:program standards, as described in Chapter 3 of this AC,
-to develop specific safety measures to which tenants and
-construction contractors must adhere throughout the
:duration of construction activities.
General safety provisions are contained in AC
:) 5015370-10, Standards for Specifiqrig Construction of
Airports, paragraphs 40-05, "Maintenance of Traffic';
-0-08, "Barricades, Warning Signs, and Hazard
Markings"; and 80-04, "Limitation of Operations." At any
time during construction, aircraft operations, weather,
security, or local airport rules may dictate more stringent
safety measures. The airport operator should ensure that
both general and specific safety requirements are
yOordinated with airport tenants and ATCT personnel,
r-he airport operator should also include these parties in
he coordination of all bid documents, construction plans,
i)ud specifications for on -airport construction projects.
2-4. VEHICLE OPERATION AND MARKING
AND PEDESTRIAN CONTROL.
Vehicle and pedestrian access routes for airport
construction projects must be controlled to prevent
inadvertent or unauthorized entry of persons, vehicles, or
animals onto the AOA. This includes aircraft movement
and nonmovement areas. The airport operator should
develop and coordinate a construction vehicle plan with
airport tenants, contractors, and the ATCT. The safety
plan or invitation for bid should include specific vehicle
and pedestrian requirements.
The vehicle plan should contain the following items:
a. Airport operator's rules and regulations for
vehicle marking, lighting, and operation.
b. Requirements for marking and identifying
vehicles in accordance with AC 150/5210-5, Painting,
Marking, and Lighting of Vehicles Used on an Airport.
C. Description of proper vehicle operations on
movement and nonmovement areas under normal, lost
communications, and emergency conditions.
d. Penalties for noncompliance with driving rules
and regulations.
e. Training requirements for vehicle drivers to
ensure compliance with the airport operator's vehicle
rules and regulations.
€. Provisions for radio communication training for
construction contractor personnel engaged in construction
activities around aircraft movement areas. Some drivers,
V
1/17/03
such as constntction drivers under escort, may not require
this training.
g. Escort procedures for construction vehicles
requiring access to aircraft movement areas. A vehicle in
the movement area must have a working aviation -band,
two-way radio unless it is under escort. Vehicles can be
in closed areas without a radio if the closed area is
properly marked and lighted to prevent incursions and a
NOTAM regarding the closure is issued.
h. Monitoring procedures to ensure that vehicle
drivers are in compliance with the construction vehicle
plan.
i. Procedures for, if appropriate, personnel to
control access through gates and fencing or across aircraft
movement areas.
2-5. CONSTRUCTION EMPLOYEE PARKING
AREAS.
Designate in advance vehicle parking areas for contractor
employees to prevent any unauthorized entry of persons
or vehicles onto the airport movement area. These areas
should provide reasonable contractor employee access to
the job site.
2-6. CONSTRUCTION VEHICLE EQUIPMENT
PARKING.
Construction employees must park and service all
construction vehicles in an area designated by the airport
operator outside the runway safety areas and OFZs and
never on a closed taxiway -or runway. Employees should
also park construction vehicles outside the OFA when not
in use by construction personnel (e.g., overnight, on
weekends, or during other periods when construction is
not active). Parking areas must not obstruct the clear line
of sight by the ATCT to any taxiways or runways under
air traffic control nor obstruct any runway visual aids,
signs, or navigational aids. The FAA must also study
those areas to determine effects on 14 CFR part 77,
Objects Affecting Navigable Airspace, surfaces (see
paragraph 2-13 for further information).
2-7. RADIO COMMUNICATION TRAINING.
The airport operator must ensure that tenant and
construction contractor personnel engaged in activities
involving unescorted operation on aircraft movement
2-9. GENERAL.
AC 150/5370-2E
areas observe the proper procedures for communications,
including using appropriate radio frequencies at airports
with and without ATCTs. Training of contractors on
proper communication procedures is essential for
maintaining airport operational safety. When operating
vehicles on or near open runways or taxiways,
construction personnel must understand the critical
importance of maintaining radio contact with airport
operations, ATCT, or the Common Traffic Advisory
Frequency, which may include UNICOM, MULTICOM,
or one of the FAA Flight Service Stations (FSS), as
directed by airport management.
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. Vehicle drivers must confirm by
personal observation that no aircraft is approaching their
position when given clearance to cross a runway. In
addition, it is the responsibility of the escort vehicle driver
to verify the movement/position of all escorted vehicles at
any given time.
Even though radio communication is maintained, escort
vehicle drivers must also familiarize themselves with
ATCT light gun signals in the event of radio failure (see
the FAA safety placard "Ground Vehicle Guide to Airport
Signs and Markings"). This safety placard may be
ordered through the Runway Safety Program Web site at
http://www.faarsp.org or obtained from the Regional
Airports Division Office.
2-8. FENCING AND GATES.
Airport operators and contractors must take care to
maintain a high level of safety and security during
construction when access points are created in the security
fencing to permit the passage of construction vehicles or
personnel. Temporary gates should be equipped so they
can be securely closed and locked to prevent access by
animals and people (especially minors). Procedures
should be in place to ensure that only authorized persons
and vehicles have access to the AOA and to prohibit
"piggybacking" behind another person or vehicle. The
Department of Transportation (DOT) document
DOT/FAA/AR-00/52, Recommended Security Guidelines
for Airport Planning and Construction, provides more
specific information on fencing. A copy of this document
can be obtained from the Airport Consultants Council,
Airports Council International, or American Association
of Airport Executives.
Section 3. Notification of Construction Activities
In order to maintain the desired levels of operational
safety on airports during construction activities, the safety
plan should contain the notification actions described
below.
AC 15015370-2E
2-10. ENSURING PROMPT NOTIFICATIONS.
The airport operator should establish and follow
procedures for the immediate notification of airport users
and the FAA of any conditions adversely affecting the
operational safety of an airport.
2-11. NOTICES TO AIRMEN (NOTAMS).
The airport operator must provide information on closed
or hazardous conditions on airport movement areas to the
FSS so it can issue a NOTAM. 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. Refer to AC 150/5200-28, Notices to
Airmen (NOTAMs) for Airport Operators, and Appendix
4 in this AC for a sample NOTAM form. Only the FAA
may issue or cancel NOTAMs on shutdown or irregular
operation of FAA -owned facilities. Only the airport
operator or an authorized representative may issue or
cancel NOTAMs on airport conditions. (The airport
owner/operator is the only entity that can close or open a
runway.) The airport operator must file and maintain this
list of authorized representatives with the FSS. Any
person having reason to believe that a NOTAM is
missing, incomplete, or inaccurate must notify the airport
operator.
2-12. AIRCRAFT RESCUE AND FIRE
FIGHTING (ARFF) NOTIFICATION.
The safety plan must provide procedures for notifying
ARFF personnel, mutual aid providers, and other
emergency services if construction requires shutting off or
>` otherwise disrupting any water line or fire hydrant on the
airport or adjoining areas and if contractors work with
hazardous material on the airfield. Notification
procedures must also be developed for notifying ARFF
and all other emergency personnel when the work
performed will close or affect any emergency routes.
Likewise, the procedures must address appropriate
notifications when services are restored.
2-13. NOTIFICATION TO THE FAA.
For certain airport projects, 14 CFR part 77 requires
notification to the FAA. In addition to applications made
for Federally funded construction, 14 CFR part 157,
Notice of Construction, Alteration, Activation, and
1 /17/03
Deactivation of Airports, requires that the airport operator
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 of runway, landing strip, or associated
taxiway; or the deactivation or abandoning of an entire
airport. Notification involves submitting FAA Form
7480-1, Notice of Landing Area Proposal, to the nearest
FAA Regional Airports Division Office or Airports
District Office.
Also, any person proposing any kind of construction or
alteration of objects that affect navigable airspace, as
defined in I4 CFR part 77 must notify the FAA. This
includes construction equipment and proposed parking
areas for this equipment (i.e., cranes, graders, etc.). FAA
Form 7460-1, Notice of Proposed Construction or
Alteration, can be used for this purpose and submitted to
the FAA Regional Airports Division Office or Airports
District Office. (See AC 70n460-2, Proposed
Construction or Alteration of Objects that May Affect the
Navigable Airspace.)
If construction operations require a shutdown of an airport
owned NAVAID from service for more than 24 hours or
in excess of 4 hours daily on consecutive days, we
recommend a 45-day minimum notice prior to facility
shutdown. Coordinate work for a FAA owned NAVAID
shutdown with the local FAA Airways Facilities Office.
In addition, procedures that address unanticipated utility
outages and cable cuts that could impact FAA NAVAIDs
must be addressed.
2-14. WORK SCHEDULING AND
ACCOMPLISHMENT.
Airport operators —or tenants having 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, Predesign, Prebid, and Preconstri(ction
Conferences for Airport Grant Projects). The airport
operator, tenants, and construction contractors should
integrate operational safety requirements into their
planning and work schedules as early as practical.
Operational safety should be a standing agenda item for
discussion during progress meetings throughout the
project. The contractor and airport operator should carry
out onsite inspections throughout the project and
immediately remedy any deficiencies, whether caused by
negligence, oversight, or project scope change,
M
6
1/17/03
AC 150/5370-2E
CHAPTER 3. SAFETY STANDARDS AND GUIDELINES
Section 1. Runway and Taxiway Safety Areas, Obstacle -Free Zones, and Object -Free Areas
3-1. OVERVIEW.
Airport operators must use these safety guidelines when
preparing plans and specifications for construction
activities in areas that may interfere with aircraft
operations. The safety plan should recognize and address
these standards for each airport construction project.
However, the safety plan must reflect the specific needs
of a particular project, and for this reason, these safety
guidelines should not be incorporated verbatim into
project specifications. For additional guidance on
meeting safety and security requirements, refer to the
planning guide template included in Appendix 3 of this
AC.
3-2. RUNWAY SAFETY AREA (RSA)/
OBSTACLE -FREE ZONE (OFZ).
A runway safety area is the defined surface surrounding
the runway prepared or suitable for reducing the risk of
damage to airplanes in the event of an undershoot,
overshoot, or excursion from the runway (see AC
150/5300-13,AirportDesign). Construction activities
within the standard RSA are subject to the following
conditions:
a. Runway edges.
(1) No construction may occur closer than
200 feet (60m) from the runway centerline unless the
runway is closed or restricted to aircraft operations,
requiring an RSA that is equal to the RSA width available
during construction, or 400 feet, whichever is less (see
AC 150/5300-13, Tables 3-1 through 3-3).
(2) Personnel, material, and/or equipment
must not penetrate the OFZ, as defined in AC 150/5300-
13.
(3) The airport operator must coordinate the
construction activity in the RSA as permitted above with
the ATCT and the FAA Regional Airports Division
Office or appropriate Airports District Office and issue a
local NOTAM.
b. Runway ends.
(1) An RSA must be maintained of such
dimensions that it extends beyond the end of the runway a
distance equal to that which existed before construction
activity, unless the runway is closed or restricted to
aircraft operations for which the reduced RSA is adequate
(see AC 150/5300-13). The temporary use of declared
distances and/or partial runway closures may help provide
the necessary RSA.
In addition, 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.' Consult with the
appropriate FAA Regional Airports Division Office or
Airports District Office to determine the appropriate
approach surface required.
(2) Personnel, material, and/or equipment
must not penetrate the OFZ, as defined in AC 150/5300-
13.
(3) The safety plan must provide procedures
for ensuring adequate distance for blast protection, if
required by operational considerations.
(4) The airport operator must coordinate
construction activity in this portion of the RSA with the
ATCT and the FAA Regional Airports Division Office or
appropriate Airports District Office and issue a local
NOTAM.
c. Excavations.
(1) 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.
(2) Open trenches or excavations are not
permitted within 200 feet (60m) of the runway centerline
and at least the existing RSA distance from the runway
threshold while the runway is open. If the runway must
be opened before excavations are backfilled, cover the
excavations appropriately. Coverings for open trenches
or excavations must be of sufficient strength to support
the weight of the heaviest aircraft operating on the
runway.
3-3. TAXIWAY SAFETY AREAS/OBJECT-
FREE AREAS.
a. Unrestricted construction activity is permissible
adjacent to taxiways when the taxiway is restricted to
aircraft such that the available taxiway safety area is equal
'If a full safety area cannot be obtained through declared
distances and partial closures, or other methods such as alternate
runway use, construction activity may operate in the RSA as
tong as conditions cited in paragraph 3-1b(2) thru (4) are met. In
addition, various surfaces outlined in AC 150/5300-13 and
Terminal Instrument Procedures (TERPS) must be protected
through an aeronautical study.
AC 150/5370-2E
to at least'.r, of the widest wingspan of the aircraft
expected to use the taxiway and the available taxiway
object -free area is equal to at least .7 tunes the widest
wingspan plus 10 feet.. (See AC 150/5300-13 for
guidance on taxiway'safety and object -free areas.)
Construction activity may be accomplished closer to a
taxiway, subject to the following restrictions:
(1) The activity is first coordinated with the
airport operator.
(2) Appropriate NOTAMs are issued.
(3) Marking and lighting meeting the
provisions of paragraph 3-9 are implemented.
(4) Adequate clearance is maintained between
equipment and materials and any part of an aircraft. If
m3 such clearance can only be maintained if an aircraft does
not have full use of the entire taxiway width (with its
34. OVERVIEW.
1 /17/03
main landing gear at the edge of the pavement), then it
will be necessary to move personnel and equipment for
each passing aircraft, In these situations, flag persons will
be used to direct construction equipment, and wing
walkers may be necessary to guide aircraft. Wing walkers
should be airlineiaviation personnel rather than
construction workers.
b. Construction contractors must prominently mark
open trenches and excavations at the construction site, as
approved by the airport operator, and light them with red
lights during hours of restricted visibility or darkness
c. Excavations and open trenches may be permitted
up to the edge of a structural taxiway and apron pavement
provided the dropoff is marked and lighted per paragraph
3-9, "Hazard Marking and Lighting."
Section 2. Temporary Runway Thresholds
Constriction activity in a runway approach area may
result in the need to partially close a runway or displace
the existing runway threshold. In either case, locate the
threshold in accordance with Appendix 2 of AC
150/5300-13, Airport Design. Objects that do not
penetrate these surfaces may still be obstructions to air
navigation and may affect standard instrument approach
procedures. Coordinate these objects with the FAA's
Regional Airports Office or appropriate Airports District
Office, as necessary. Refer to the current edition of AC
150/5300-13 for guidance on threshold siting
requirements. The partial runway closure, the
displacement of the runway threshold, as well as closures
of the complete runway and other portions of the
movement area also requires coordination with
appropriate ATCT personnel and airport users.
Caution regarding partial runway closures: When
filing a NOTAM for a partial runway closure, clearly state
-: to FSS 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).
Example NOTAM: "North 1,000 feet of Runway 18/36 is
closed; 7,000 feet remain available on Runway 18 and
Runway 36 for arrivals and departures." There may be
situations where the portion of closed runway is available
for taxiing only. If so, the NOTAM must reflect this
condition.
Caution regarding displaced thresholds:
Implementation of a displaced threshold affects runway
length available for aircraft landing over the
displacement. Depending on the reason for the
displacement (to provide obstruction clearance or RSA),
8
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, etc. within the
RSA of any usable runway end, we do not recommend a
displaced threshold unless arrivals and departures toward
the construction activity are prohibited Instead,
implement a partial closure.
3-5. MARKING "GUIDELINES FOR.
TEMPORARY THRESHOLD.
Ensure that markings for temporary displaced thresholds
are clearly visible to pilots approaching the airport to
land. When construction personnel and equipment are
located close to any threshold, a temporary visual
NAVAID, such as runway end identifier lights (REIL),
may be required (even on unlighted runways) to define
the new beginning of the runway clearly. A visual
vertical guidance device, such as a visual approach slope
indicator (VASI), pulse light approach slope indicator
(PLASI), or precision approach path indicator (PAPI),
may be necessary to assure landing clearance over
personnel, vehicles, equipment, and/or above -grade
stockpiled materials. If such devices are installed, ensure
an appropriate descriptive NOTAM is issued to inform
pilots of these conditions. The current edition of AC
150/5340-1, Standards for Airport Markings, describes
standard marking colors and layouts. In addition, we
recommend that a temporary runway threshold be marked
using the following guidelines:
A. Airport markings must be clearly visible to
Pilots; not misleading, confusing, or deceptive; secured in
place to prevent movement by prop wash, jet blast, wing
vortices, or other wind currents; and constructed of
1/17103
materials that would minimize damage to an aircraft in
the event of inadvertent contact.
(1) Pavement markings for temporary closed
portions of the runway should consist of yellow chevrons
to identify pavement areas that are unsuitable for
takeoff/landing (see AC 150/5340-1). If unable to paint
the markings on the pavement, construct them from any
of the following materials: double -layered painted snow
fence, colored plastic, painted sheets of plywood, or
similar materials. They must be properly configured and
secured to prevent movement by prop wash, jet blast, or
other wind currents.
(2) It may be necessary to remove or cover
runway markings, such as runway designation markings
and aiming point markings, depending on the length of
construction and type of activity at the airport.
(3) When threshold markings are needed to
identify the temporary beginning of the runway that is
available for landing, use a white threshold bar of the
dimensions specified in AC 150/5340-1.
(4) If temporary outboard elevated or flush
threshold bars are used, locate them outside of the runway
pavement surface, one on each side of the runway. They
should be at least 10 feet (3m) in width and extend
outboard from each side of the runway so they are clearly
visible to landing and departing aircraft. These threshold
bars are white. If the white threshold bars are not
discernable on grass or snow, apply a black background
with appropriate material over the ground to ensure the
markings are clearly visible.
(5) A temporary threshold may also be
marked with the use of retrore#lective, elevated markers.
One side of such markers is green to denote the approach
end of the runway; the side that is seen by pilots on
rollout is red. See AC 150/5345-39, FAA Specification L-
853, Runway and Taxiway Retrore,Jlective Markers.
(6) At 14 CFR part 139 certificated airports,
temporary elevated threshold markers must be mounted
with a frangible fitting (see 14 CFR part 139.309).
However, at noncertificated airports, the temporary
elevated threshold markings may either be mounted with
a frangible fitting or be flexible. See AC 150/5345-39.
b. The application rate of the paint to mark a short-
term temporary runway threshold may deviate from the
standard (see Item P-620, "Runway and Taxiway
Painting," in AC 150/5370-10, Standards for Specifying
Constnection ofAhports), but the dimensions must meet
the existing standards, unless coordinated with the
appropriate offices.
e. When a runway is partially closed, the distance
remaining signs for aircraft landing in the opposite
direction should be covered or removed during the
construction.
AC 150/5370-2E
3-6. LIGHTING GUIDELINES FOR
TEMPORARY THRESHOLD.
A temporary runway threshold must be lighted if the
runway is lighted and it is the intended threshold for night
landings or instrument meteorological conditions. We
recommend that temporary threshold lights and related
visual NAVAIDs be installed outboard of the edges of the
full-strength pavement with bases at grade level or as low
as possible, but not to exceed 3 inches (7.6cm) above
ground. When any portion of a base is above grade, place
properly compacted fill around 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). We
recommend that the following be observed when using
temporary runway threshold lighting:
a. Maintain threshold and edge lighting color and
spacing standards as described in AC 150/5340-24,
Runway and Taxiway Edge Lighting System.
Battery -powered, solar, or portable lights that meet the
criteria in AC 150/5345-50, SPecificationfor Portable
Runway Lights, may be used. These systems are intended
primarily for visual flight rules (VFR) aircraft operation
but may be used for instrument flight rules (IFR) aircraft
operations, upon individual approval from the Flight
Standards Division of the applicable FAA Regional
Office.
b. When the runway has been partially closed,
disconnect edge and threshold lights with associated
isolation transformers on that part of the runway at and
behind the threshold (i.e., the portion of the runway that is
closed). Alternately, cover the light fixture in such a way
as to prevent light leakage. Avoid 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.
c. Secure, identify, and place any temporary
exposed wiring in conduit to prevent electrocution and ,
fire ignition sources.
d. 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.
e. Relocate the visual glide slope indicator (VLSI),
such as VASI and PAPI; other airport lights, such as
REIL; and approach lights to identify the temporary
threshold. Another option is to disable the VGSI or any
equipment that would give misleading indications to
pilots as to the new threshold location. Installation of
temporary visual aids may be necessary to provide
adequate guidance to pilots on approach to the affected
runway. If the FAA owns and operates the VGSI,
h
AC 150/5370-2E
=i 1/17/03
coordinate its installation or disabling with the local f. Issue a NOTAIVI to inform pilots of temporary
Airway Facilities Systems Management Office. sighting conditions.
Section 3. Other Construction Marking and Lighting Activities
i
- 3-7. OVERVIEW.
Ensure that construction areas, including closed runways,
are clearly and visibly separated from movement areas
-J and that hazards, facilities, cables, and power lines are
identified prominently for construction contractors.
Throughout the duration of the construction project,
verify that these areas remain clearly marked and visible
at all times and that marking and lighting aids remain in
place and operational. Routine inspections must be made
of temporary construction lighting, especially battery -
powered lighting since weather conditions can limit
battery life.
3-8. CLOSED RUNWAY AND TAXIWAY
Y' MARKING AND LIGHTING.
Closed runway markings consist of a yellow "X" in
compliance with the standards of AC 150/5340-1,
Standards for Airport Markings. Avery effective and
preferable visual aid to depict temporary closure is the
lighted "X" signal placed on or near the runway
designation numbers. This device is much more
4. discernible to approaching aircraft than the other
materials described. If the lighted "X" is not available,
construct the marking of any of the following materials:
:: double -layered painted snow fence, colored plastic,
- painted sheets of plywood, or similar materials. They
must be properly configured and secured to prevent
movement by prop wash, jet blast, or other wind currents.
=. In addition, the. airport operator may install barricades,
traffic cones, activate stop bars, or other acceptable visual
devices at major entrances to the runways to prevent
aircraft from entering a closed portion of runway. The
placement of even a single reflective barricade with a "do
not enter" sign on a taxiway centerline can prevent an
aircraft from continuing onto a closed runway. If the
taxiway must remain open for aircraft crossings,
barricades or markings, as described above or in
paragraph 3-9, should be placed on the runway.
a. Permanently closed runways.
For runways and taxiways that have been permanently
closed, disconnect the lighting circuits. For runways,
:obliterate the threshold marking, runway designation
"marking, and touchdown zone markings, and place "X's" at
:each end and at 1,000-foot (300-m) intervals. For taxiways,
.place an "X" at the entrance of the closed taxiway.
b. Temporarily closed runway and taxiways
For runways that have been temporarily closed, place an
"X" at the each end of the runway. With taxiways, place
an "X" at the entrance of the closed taxiway.
c. Temporarily closed airport.
When the airport is closed temporarily, mark the runways
as closed and turn off the airport beacon.
d. Permanently closed airports
When the airport is closed permanently, mark the
runways as permanently closed, disconnect the airport
beacon, and place an "X" in the segmented circle or at a
central location if no segmented circle exists.
3-9. HAZARD MARKING AND LIGHTING.
Provide prominent, comprehensible warning indicators
for any area affected by construction that is normally
accessible to aircraft, personnel, or vehicles. Using
appropriate hazard marking and lighting may prevent
damage, injury, traffic delays, and/or facility closures.
Hazard marking and lighting trust restrict access and
make specific hazards obvious to pilots, vehicle drivers,
and other personnel. Barricades, traffic cones (weighted
or sturdily attached to the surface), or flashers are
acceptable methods used to identify and define the limits
Of construction and hazardous areas on airports.
Provide temporary hazard marking and lighting to prevent
aircraft from taxiing onto a closed runway for takeoff and
to identify open manholes, small areas under repair,
stockpiled material, and waste areas. Also consider less
obvious construction -related hazards and include
markings to identify FAA, airport, and National 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.
The construction specifications must include a provision
requiring the contractor to have a person on call 24 hours
a day for emergency maintenance of airport hazard
lighting and barricades. The contractor must file the
contact person's information with the airport.
a. Nonmovement areas.
Indicate construction locations on nonmovement areas in
which no part of an aircraft may enter by using barricades
that are marked with diagonal, alternating orange and white
stripes. Barricades may be supplemented with alternating
M
1117/03
orange and white flags at least 20 by 20 inches (50 by 50
cm) square and made and installed so they are always in an
extended position, properly oriented, and securely fastened
to eliminate Jet engine ingestion. Such barricades may be
many different shapes and made from various materials,
including railroad ties, sawhorses, jersey barriers, or
barrels. During reduced visibility or night hours,
supplement the barricades with red lights, either flashing or
steady -burning, which should meet the luminance
requirements of the State Highway Department (yellow
lights are not acceptable after October 1, 2004). The
intensity of the lights and spacing for barricade flags and
lights must adequately and without ambiguity delineate the
hazardous area.
b. Movement areas.
Use orange traffic cones; red lights, either flashing or
steady -burning, which should meet the luminance
requirements of the State Highway Department (yellow
lights are not acceptable after October 1, 2004);
collapsible barricades marked with diagonal, alternating
orange and white stripes; and/or signs to separate all
construction/maintenance areas from the movement area.
All barricades, temporary markers, and other objects
placed and left in safety areas associated with any open
runway, taxiway, or taxilane must be as low as possible to
the ground; 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 inches (7.6cm) above the ground. Do not use
nonfrangible hazard markings, such as concrete barriers
and/or metal -drum -type barricades, in aircraft movement
areas. Do not use railroad ties on runways.
Use highly reflective barriers with flashing or steady -
burning red lights to barricade taxiways leading to closed
runways. Evaluate all operating factors when determining
how to mark temporary closures that can last from 10 to
15 minutes to a much longer period of time. However,
we strongly recommend that, even for closures of
relatively short duration, major taxiway/runway
intersections be identified with barricades spaced no
greater than 20 feet (6m) apart. Mark the barricades with
a flashing or steady -burning red light. At a minimum, use
a single barricade placed on the taxiway centerline.
3-10. CONSTRUCTION NEAR NAVIGATIONAL
AIDS (NAVAIDS).
Construction activities, materials/equipment storage, and
vehicle parking near electronic NAVAiDs require special
consideration since they may interfere with signals
essential to air navigation. Evaluate the effect of
construction activity and the required distance and
direction from the NAVAID for each construction project.
Pay particular attention to stockpiling material, as well as
AC 150/5370-2E
to movement and parking of equipment that may interfere
with line of sight from the ATCT or with electronic
emissions. Interference from construction may require -
NAVAID shutdown or adjustment of instrument approach
minimums for [FR. This condition requires that a
NOTAM be filed. Construction activities and
materials/equipment storage near a NAVAID may also
obstruct access to the equipment and instruments for
maintenance. Before commencing construction activity,
parking vehicles, or storing construction equipment and
materials near a NAVAID, consult with the nearest FAA
Airway Facilities Office.
3-11. CONSTRUCTION SITE ACCESS AND
HAUL ROADS.
Determine the construction contractor's access to the
construction sites and haul roads. Do not permit the
construction contractor to use any access or haul roads
other than those approved. Construction contractors must
submit speck proposed routes associated with
construction activities to the airport operator for
evaluation and approval as part of the safety plan before
beginning construction activities. These proposed routes
must also provide specifications to prevent inadvertent
entry to movement areas. Pay special attention to ensure
that ARFF right of way on access and haul roads is not
impeded at any time and that construction traffic on haul
roads does not interfere with NAVAIDs or approach
surfaces of operational runways.
3-12. CONSTRUCTION MATERIAL
STOCKPILING.
Stockpiled materials and equipment storage are not
permitted within the RSA and OFZ of an operational
runway. The airport operator must ensure that stockpiled
materials and equipment adjacent to these areas are
prominently marked and lighted during hours of restricted
visibility or darkness. This includes determining and
verifying that materials are stored at an approved location
to prevent foreign object damage and attraction of wildlife.
3-13. OTHER LIMITATIONS ON
CONSTRUCTION.
Contractors may not use open -flame welding or torches
unless adequate fire safety precautions are provided and
the airport operator has approved their use. Under no
circumstances should flare pots be used within the AOA
at any time. The use of electrical blasting caps must not
be permitted on or within 1,000 feet (300m) of the airport
property (see AC 150/5370-10, Standards jar Spec fi,ing
Constniction of .4 irports).
m
AG 150/5370-2E
3.14. 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
3-15. OVERVIEW.
1/17/03
not leave or place FOD on or near active aircraft
movement areas. Materials tracked onto these areas must
be continuously removed during the construction project.
We also recommend that airport operators and
construction contractors carefully control and
continuously remove waste or loose materials that might
attract wildlife.
Section 4. Safety Hazards and Impacts
The situations identified below are potentially hazardous
conditions that may occur during airport construction
projects. Safety area encroachments, unauthorized and
improper ground vehicle operations, and unmarked or
uncovered holes and trenches near aircraft operating
surfaces pose the most prevalent threats to airport
operational safety during airport construction projects.
Airport operators and contractors should consider the
following when performing inspections of construction
activity:
a. Excavation adjacent to runways, taxiways, and
aprons.
b. Mounds of earth, construction materials,
temporary structures, and other obstacles near any open
runway, taxiway, or taxilane; in the related object -free
area and aircraft approach or departure areas/zones; or
obstructing any sign or marking,
c. Runway resurfacing projects resulting in lips
exceeding 3 inches (7.6cm) from pavement edges and
ends.
d. Heavy equipment (stationary or mobile)
operating or idle near AOAs, in runway approaches and
departures areas, or in OFZs.
e. Equipment or material near NAVAIDs that may
degrade or impair radiated signals and/or the monitoring
of navigational and visual aids. Unauthorized or
- improper vehicle operations in localizer or glide slope
critical areas, resulting in electronic interference and/or
facility shutdown.
-- f. Tall and especially relatively low -visibility units
(i.e., equipment with slim profiles) --cranes, drills, and
similar objects —located in critical areas, such as OFZs
and approach zones.
g. Improperly positioned or malfunctioning lights
-` or unlighted airport hazards, such as holes or excavations,
on any apron, open taxiway, or open taxilane or in a
related safety, approach, or departure area.
h. Obstacles, loose pavement, trash, and other
debris on or near AOAs. Construction debris (gravel,
sand, mud, paving materials, etc.) on airport pavements
may result in aircraft propeller, turbine engine, or tire
damage. Also, loose materials may blow about,
potentially causing personal injury or equipment damage.
i. Inappropriate or poorly maintained fencing
during construction intended to deter human and animal
intrusions into the AOA. Fencing and other markings that
are inadequate to separate construction areas from open
AOAs create aviation hazards.
j. 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,
barricading, and lighting of temporarily closed portions of
AOAs create aviation hazards.
k. Wildlife attractants —such as trash (food scraps
not collected from construction personnel activity); grass
seeds, or ponded water ---on or near airports.
L Obliterated or faded markings on active
operational areas.
in. Misleading or malfunctioning obstruction lights.
Unlighted or unmarked obstructions in the approach to
any open runway pose aviation hazards.
n. Failure to issue, update, or cancel NOTAMs
about airport or runway closures or other
construction -related airport conditions.
o. Failure to mark and identify utilities or power
cables. Damage to utilities and power cables during
construction activity can result in the loss of
runway/taxiway lighting; loss of navigational, visual, or
approach aids; disruption of weather reporting services;
and/or loss of communications.
p. Restrictions on ARFF access from fire stations to
the runway -taxiway system or airport buildings.
q. Lack of radio communications with construction
vehicles in airport movement areas.
r. Objects, regardless of whether they are marked
or flagged, or activities anywhere on or near an airport
.{
1/17/03
that could be distracting, confusing, or alarming to pilots
during aircraft operations.
s. 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.
t. Spillage from vehicles (gasoline, diesel fuel, oil,
etc.) on active pavement areas, such as runways,
taxiways, ramps, and airport roadways.
u. Failure to maintain drainage system integrity
during construction (e.g., no temporary drainage provided
when working on a drainage system).
AC 150/5370-2E
v. Failure to provide for proper electrical lockout
and tagging procedures. At larger airports with multiple
maintenance shifts/workers, construction contractors -
should make provisions for coordinating work on circuits.
w. Failure to control dust. Consider limiting the
amount of area from which the contractor is allowed to
strip turf
x. Exposed wiring that creates an electrocution or
fire ignition hazard. Identify and secure wiring, and place
it in conduit or bury it.
y. Site burning, which can cause possible
obscuration.
z. Construction work taking place outside of
designated work areas and out of phase.
1 /17/03
APPENDIX 1. RELATED READING MATERIAL
I. Obtain the latest version of the following free
publications from the FAA on its Web site at
http://www.faa.gov/arp/. In addition, these ACs are
available by contacting the U.S. Department of
Transportation, Subsequent Distribution Office, SVC-
121.23, Ardmore East Business Center, 3341 Q 75th
Avenue, Landover, MD 20785.
a. AC 150/5200-28, Notices to Airmen (NOTAM)
for Airport Operators. Provides guidance for the use of
the NOTAM System in airport reporting.
b. AC 150/5200-30, Airport Winter Safety and
Operations. Provides guidance to airport
owners/operators on the development of an acceptable
airport snow and ice control program and on appropriate
field condition reporting procedures.
c. AC 150/5200-33, Hazardous Wildlife Attractants
On or Near Airports. Provides guidance on locating
certain land uses having the potential to attract hazardous
wildlife to public -use airports.
d. AC 150/5210-5, Painting, Marking, and Lighting
of Vehicles Used on an Airport. Provides guidance,
specifications, and standards for painting, marking, and
lighting vehicles operating in the airport air operations
areas.
e. AC 150/5220-4, Water Supply Systems for
Aircraft Fire and Rescue Protection. Provides guidance
for the selection of a water source and standards for the
design of a distribution system to support aircraft rescue
and fire fighting service operations on airports.
f. AC 150/5340- 1, Standardsfor Airport Markings.
Contains FAA standards for markings used on airport
runways, taxiways, and aprons.
g. AC 150/5340-I4B, Economy Approach Lighting
Aids. Describes standards for the design, selection, siting,
and maintenance of economy approach lighting aids.
AC 150/5370-2E
h. AC150/5340-18,StandardsforAirportSign
Systems. Contains FAA standards for the siting and
installation of signs on airport runways and taxiways.
L AC 150/5345-28, Precision Approach Path
Indicator (PAPl) Svstems. Contains the FAA standards
for PAP1 systems, which provide pilots with visual glide
slope guidance during approach for landing.
J. AC 150/5380-5, Debris Haiards at Civil
Airports. Discusses problems at airports, gives
information on foreign objects, and explains how to
eliminate such objects from operational areas.
k. AC 70/7460-2, Proposed Construction or
Alteration of Objects that May Affect the Navigable
Airspace. Provides information to persons proposing to
erect or alter an object that may affect navigable airspace
and explains the need to notify the FAA before
construction begins and the FAA's response to those
notices, as required by 14 CFR part 77.
2. Obtain copies of the following publications from the
Superintendent of Documents, U.S. Government Printing
Office, Washington, DC 20402. Send a check or money
order made payable to the Superintendent of Documents
in the amount stated with your request. The Government
Printing Office does not accept C.O.D. orders. In
addition, the FAA makes these ACs available at no charge
on the Web site at http://www.fas.gov/arp/.
a. AC 15015300-13, Airport Design. Contains
FAA standards and recommendations for airport design,
establishes approach visibility minimums as an airport
design parameter, and contains the object -free area and
the obstacle free -zone criteria. (S26. Supt. Docs.)
SN050-007-01208-0.
b. AC 150/5370-10, Standards for Specking
Construction ofAirpor is. Provides standards for
construction of airports. Items covered include
earthwork, drainage, paving, turfing, lighting, and
incidental construction. ($18. Supt. Docs.) SN050-007-
0821-0.
A .
AC 150/5370-2E
APPENDIX 2. DEFINITIONS OF TERMS USED IN THE AC
I. AIR OPERATIONS AREA (AOA). Any area of
the airport used or intended to be used for the landing,
takeoff, or surface maneuvering of aircraft. An air
operations area includes such paved or unpaved areas that
are used or intended to be used for the unobstructed
movement of aircraft in addition to its associated
runways, taxiways, or aprons.
2. CONSTRUCTION. The presence and movement of
construction -related personnel, equipment, and materials
in any location that could infringe upon the movement of
aircraft.
3. CERTIFICATED AIRPORT. An airport that has
been issued an Airport Operating Certificate by the FAA
under the authority of 14 CFR part 139, Certification and
Operation: Land Airports Serving Certain Air Carriers, or
its subsequent revisions.
4. FAA FORM 7460-1, NOTICE OF PROPOSED
CONSTRUCTION OR ALTERATION. The form
submitted to the FAA Regional Air Traffic or Airports
Division Office as formal written notification of any kind
of construction or alteration of objects that affect
navigable airspace, as defined in 14 CFR part 77, Objects
Affecting Navigable Airspace (see AC 70/7460-2,
Proposed Constriction or Alteration of Objects that May
;< Affect the Navigable Airspace, found at
http://www.fan-gov/arp/).
S. FAA_FORM 7480-1, NOTICE OF LANDING
AREA PROPOSAL. Form submitted to the FAA
t 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 of a new airport; the
construction, realigning, altering, activating, or
abandoning of a runway, landing strip, or associated
taxiway; or the deactivation or abandoning of an entire
airport (found at http://www.faa.gov/arp/).
.6. MOVEMENT AREA. The runways, taxiways, and
other areas of an airport that are used for taxiing or hover
taxiing, air taxiing, takeoff, and landing of aircraft,
exclusive of loading ramps and aircraft parking areas
(reference 14 CFR part 139).
7. OBSTRUCTION. Any object/obstacle exceeding
the obstruction standards specified by 14 CFR part 77,
subpartC.
1 /17/03
8. OBJECT -FREE AREA (OFA). An area on the
ground centered on the runway, taxiway, or taxilane
centerline provided to enhance safety of aircraft
operations by having the area free of objects except for
those objects that need to be located in the OFA for air
navigation or aircraft ground maneuvering purposes (see
AC 150/5300-13, Airport Design, for additional guidance
on OFA standards and wingtip clearance criteria).
9. OBSTACLE -FREE ZONE (OFZ). The airspace
below 150 feet (45m) above the established airport
elevation and along the runway and extended runway
centerline that is required to be clear of all objects, except
for frangible visual NAVAIDs that need to be located in
the OFZ because of their function, in order to provide
clearance protection for aircraft landing or taking off from
the runway and for missed approaches (refer to Ae
150/5300-13 for guidance on OFZs).
10. RUNWAY SAFETY AREA (RSA). A defined
surface surrounding the runway prepared or suitable for
reducing the risk of damage to airplanes in the event of an
undershoot, overshoot, or excursion from the runway, in
accordance with AC 150/5300-13.
11. TAXIWAY SAFETY AREA. A defined surface
alongside the taxiway prepared or suitable for reducing
the risk of damage to an airplane unintentionally
departing the taxiway, in accordance with AC 150/5300-
13.
12. THRESHOLD. The beginning of that portion of the
runway available for landing. In some instances, the
landing threshold may be displaced.
13. DISPLACED THRESHOLD. The portion of
pavement behind a displaced threshold that may be
available for takeoffs in either direction or landing from
the opposite direction.
14. VISUAL GLIDE SLOPE INDICATOR (VLSI).
This device provides a visual glide slope indicator to
landing pilots. These systems include precision approach
path indicators (PAPIs), visual approach slope indicators
(VASIs), and pulse light approach slope indicators
(PLASIs).
M
1 /17103
AC 150/5370-2E
APPENDIX 3. AIRPORT CONSTRUCTION SAFETY PLANNING GUIDE
Aviation Safety Requirements During Construction
PURPOSE. this appendix provides airport operators
vvith boilerplate format and language for developing a
safety plan for an ab post construction project. Adapt this
appendl_r, as applicable, to specific conditions found on
the airport for which the plan is being developed
Consider including a copy of this safety plan in the
construction drawings for easy access by contractor
personnel. Plans should contain the following:
1. GENERAL SAFETY REQUIREMENTS.
Throughout the construction project, the following safety
and operational practices should be observed:
• Operational safety should be a standing agenda
item during progress meetings throughout the
construction project.
• The contractor and airport operator must perform
onsite inspections throughout the project, with
immediate remedy of any deficiencies, whether
caused by negligence, oversight, or project scope
change.
• Airport runways and taxiways should remain in
use by aircraft to the maximum extent possible.
• Aircraft use of areas near the contractor's work
should be controlled to minimize disturbance to
the contractor's operation.
• Contractor, subcontractor, and supplier
employees or any unauthorized persons must be
restricted from entering an airport area that
would be hazardous.
• Construction that is within the safety area of an
active runway, taxiway, or apron that is
performed under normal operational conditions
must be performed when the runway, taxiway, or
apron is closed or use -restricted and initiated
only with prior permission from the airport
operator.
• The contracting officer, airport operator, or other
designated airport representative may order the
contractor to suspend operations; move
personnel, equipment, and materials to a safe
location; and stand by until aircraft use is
completed.
2. CONSTRUCTION MAINTENANCE AND
FACILITIES MAINTENANCE.
Before beginning any construction activity, the contractor
must, through the airport operator, give notice [using the
Notice to Airmen (NOTAM) System) of proposed
location, time, and date of commencement of
construction. Upon completion of work and return of all
such areas to standard conditions, the contractor must,
through the airport operator, verify the cancellation of all
notices issued via the NOTAM System. Throughout the
duration of the construction project, the contractor must—
a. Be aware of and understand the safety problems
and hazards described in AC 150/5370-2, Operational
Safety on Airports Tiering Construction.
h. Conduct activities so as not to violate any safety
standards contained in AC 150/5370-2 or any of the
references therein.
c. Inspect all construction and storage areas as
often as necessary to be aware of conditions.
d. Promptly take all actions necessary to prevent or
remedy any unsafe or potentially unsafe conditions as
soon as they are discovered.
3. APPROACH CLEARANCE TO RUNWAYS.
Runway thresholds must provide an unobstructed
approach surface over equipment and materials. (Refer to
Appendix 2 in AC 150/5300-13, Airport Design, for
guidance in this area.)
4. RUNWAY AND TAXIWAY SAFETY AREA
(RSA AND TSA).
Limit construction to outside of the approved RSA, as
shown on the approved airport layout plan ---unless the
runway is closed or restricted to aircraft operations,
requiring a lesser standard RSA that is equal to the RSA
available during construction (see AC 150/5370-2 for ,
exceptions). Construction activity within the TSA is
permissible when the taxiway is open to aircraft traffic if
adequate wingtip clearance exists between the aircraft and
equipment/material; evacuations, trenches, or other
conditions are conspicuously marked and lighted; and
local NOTAMs are in effect for the activity (see AC
150/5300-13 for wingtip clearance requirements). The
NOTAM should state that, "personnel and equipment are
working adjacent to Taxiway
a. Procedures for protecting runway edges.
• Limit construction to no closer than 200 feet
(60m) from the runway centerline --unless
the runway is closed or restricted to aircraft
operations, requiring a lesser standard RSA
M
AC 150/5370-2E
1/17/03
that is equal to the RSA available during . Coordinate construction activity with the
construction. Airport Traffic Control Tower (ATCT) and
• Prevent personnel, material, and/or FAA Regional Airports Division Office or
equipment, as defined in AC 150,15300-13, Airports District Office, and through the
Paragraph 306, "Obstacle Free Zone airport operator, issue an appropriate
(OFZ)," from penetrating the OFZ. NOTAM.
Complete the following chart to detet7nine tine area that must be protected along the rienw i! edges:
Runway
Aircraft Approach
Category*
A, B, C, or D
Airplane
Design Group*
I, II, III, or IV
RSA Width in Feet Divided by 2*
i UDSL
D
IV
250—FEET
8/26
D
IV
250—FEET
JI M
B
II
75—FEET
.3va"nL fJVlJJVV-1J, lYNfl{lI{-usign, to compiete the chart for a specitic runway.
b. Procedures for protecting runway ends.
• Maintain the RSA from the runway
threshold to a point at least the distance from
the runway threshold as existed before
construction activity —unless the runway is
closed or restricted to aircraft operations,
requiring an RSA that is equal to the RSA
length available during construction in
accordance with AC 150/5300-13. This
may involve the use of declared distances
and partial runway closures (see AC
150/5370-2 for exceptions).
• Ensure all personnel, materials, and/or
equipment are clear of the applicable
threshold siting criteria surface, as defined
in Appendix 2, "Threshold Siting
Requirements," of AC 15015300-13.
• Prevent personnel, material, and/or equipment,
as defined in AC 150/5300-13, from penetrating
the obstacle -free zone.
• Ensure adequate distance for blast protection is
provided, as needed
• Coordinate constriction activity with the ATCT
and FAA Regional Airports Division Office or
Airports District Office, and through the airport
operator, issue an appropriate NOTAM.
• Provide a drawing showing the profile of the
appropriate surfaces of each runway end where
construction will take place. Where operations
by turbojet aircraft are anticipated, review
takeoff procedures and jet blast characteristics of
aircraft and incorporate safety measures for
construction workers in the contract documents.
W
I
A-4
1117/03
AC 150/5370-2E
Complete the. folloiring chart to deter7nine the area that must be protected before the i7antrn° threshold:
Runway End
Airplane
Aircraft
Minimum Safety Area
Minimum Unobstructed
Number -
Design Group*
Approach
Prior to the Threshold*
Approach Slope
Category*
1, II, III, or IV
A,B,C,orD
17R 35L
IV
D
1, 000: FEET
: i to (threshold)
5-1 (17R)/34:1 (35L)
8 / 26
IV
D
1,, 0 FEET
1 to threshold)
+:1 (8r /50:1 (26)
17L/35R
II
B
300 : FEET
20 : 1 to (threshold)
FEET
: i to (threshold)
See AC 150/5300-13, Anport Design, to complete the chart for a specific runway.
S. MARKING AND LIGHTING FOR
TEMPORARY THRESHOLDS.
Marking and lighting for a temporary threshold is X /is
not required. The airport owner or contractor, as
specified in the contract, will furnish and maintain
markings for temporary thresholds. Precision approach
path indicators (PAPIs) or runway end identification
lights (REIL) are * /are not required. The airport
owner or contractor, as specified in the contract, will
famish and install all temporary lighting. Include
appropriate items per AC I50/5370-2, Chapter 3, "Safety
Standards and Guidelines." if marking and lighting for
the temporary threshold is not required, delete this
section of the safety plan. If visual aids and/or markings
are necessary, provide details. (Include applicable 14
CFR part 77 surfaces in the contract docsm:ents)
6. CLOSED RUNWAY MARKINGS AND
LIGHTING.
The following must be specified for closed runways.
Closed runway marking are X /are not required.
Closed runway markings will be as shown on the
plans/as furnished by the airport
owner /other (specify). Barricades, flagging,
and flashers are T /are not required at Taxiway
and Runway and will be supplied by the airport
fother X (specify). THE CONTRACTOR
7. HAZARDOUS AREA MARKING AND
LIGHTING.
Hazardous areas on the movement area will be marked
with barricades, traffic cones, flags, or flashers (specify).
These markings restrict access and make hazards obvious
to aircraft, personnel, and vehicles. During periods of low
visibility and at night, identify hazardous areas with red
flashing or steady -burning lights (specify). The
= hazardous area marking and lighting will be supplied by
the airport operator/contractor, as specified in the
contract, and will be depicted on the plans.
8. TEMPORARY LIGHTING AND MARKING.
Airport markings, lighting, and/or signs will be altered in
the following manner (specify) during the period from
* to The alterations are depicted on the
plans.
*REFER TO THE PLANS
9. VEHICLE OPERATION MARKING AND
CONTROL.
Include the following provisions in the construction
contract, and address them in the safety plans:
a. When any vehicle, other than one that has prior
approval from the airport operator, must travel over any
portion of an aircraft movement area, it will be escorted
and properly identified. To operate in those areas during
daylight hours, the vehicle must have a flag or beacon
attached to it. Any vehicle operating on the movement
areas during hours of darkness or reduced visibility must
be equipped with a flashing dome -type light, the color of
which is in accordance with local or state codes.
b. It may be desirable to clearly identify the
vehicles for control purposes by either assigned initials or
numbers that are prominently displayed on each side of
the vehicle. The identification symbols should be at
minimum 8-inch (20-cm) block -type characters of a
contrasting color and easy to read. They may be applied
either by using tape or a water-soluble paint to facilitate
removal. Magnetic signs are also acceptable. In addition,
vehicles must display identification media, as specified in
the approved security plan. (This section should be
revised to conform to the airport operator's
requirements.)
lu
:. AC 150/5370-2E
c. Employee parking shall be
REFER TO THE SPECIAL PROVISIPWify
location), as designated by the airport manager /
project engineer .,other (specify).
d. Access to the job site shall be viaCONTRACTORS
(specify route), as shown on the plans /designated
by the engineer /designated by the
superintendent /designated by the airport
manager ;other x (specify). SHOWN IN P
e. At 14 CFR part 139 certificated and towered
airports, all vehicle operators having access to the
movement area must be familiar with airport procedures
for the operation of ground vehicles and the consequences
of noncompliance.
f. If the airport is certificated and/or has a security
plan, the airport operator should check for guidance on
the additional identification and control of construction
equipment.
10. NAVIGATIONAL AIDS.
The contractor must not conduct any construction activity
within navigational aid restricted areas without prior
' approval from the local FAA Airway Facilities sector
representative. Navigational aids include instrument
landing system components and very high-frequency
m omnidirectional range, airport surveillance radar. Such
s: restricted areas are depicted on construction plans.
11. LIMITATIONS ON CONSTRUCTION.
Additional limitations on construction include —
a. Prohibiting open -flame welding or torch cutting
operations unless adequate fire safety precautions are
provided and these operations have been authorized by
the airport operator (as tailored to conform to local
requirements and restrictions).
1 /17/03
b. Prominently marking open trenches, excavations,
and stock -piled materials at the construction and lighting
these obstacles during hours of restricted visibility and
darkness.
GALE C. Marking and lighting closed, deceptive, and
hazardous areas on airports, as appropriate.
LAMS d. Constraining stockpiled material to prevent its
movement as a result of the maximum anticipated aircraft
blast and forecast wind conditions.
12. RADIO COMMUNICATIONS.
Vehicular traffic located in or crossing an active
movement area must have a working two-way radio in
contact with the control tower or be escorted by a person
in radio contact with the tower. The driver, through
personal observation, should confirm that no aircraft is
approaching the vehicle position. Construction personnet
may operate in a movement area without two-way radio
communication provided a NOTAM is issued closing the
area and the area is properly marked to prevent
incursions. Two-way radio communications are X /are
not required between contractors and the Airport
Traffic Control Tower X /FAA Flight Service
Station /Airport Aeronautical Advisory Stations
(UNICOM/CTAF) . Radio contact is __._g_/is
not required between the hours of * and * .
Continuous monitoring is required /or is required
only when equipment movement is necessary in certain
areas X _ . ('This section may be tailored to suit the
specific vehicle and safety requirements of the airport
sponsor.)
*24 HOURS PER DAY
13. DEBRIS.
Waste and loose material must not be placed in active
movement areas. Materials tracked onto these areas must
be removed continuously during the work project.
M
A-6
AC 150/5370-2E
NOTIFICATON:
####TOWER
PHONE#
APPENDIX 4. SAMPLE NOTAM
AIRPORT
DATE:
TIME:
INITIALS TIME CALLED IN BY
PHONE # INITIALS TIME
AIRLINES
CANCELLED:
NOTIFICATON:
t ####TOWER
PHONE #
INITIALS TIME
CALLED IN BY
PHONE # INITIALS TIME CALLED IN BY
AIRLINES
tt A ! U.S. DEPARTMENT OF TRANSPORTATION
i i f FEDERAL AVIATION ADMINISTRATION SW 5200.58
SOUTHWEST REGION 2/15/96
SUBJ: AIRPORT SAFETY DURING FAA -FUNDED AIRPORT CONSTRUCTIO
N AND FAA
FACILITIES MAINTENANCE
1. PURPOSE. This Order establishes airport safety standards for FAA -funded construction
(Airport Improvement Program and Facilities and Equipment Program) and FAA facilities
maintenance,
2. DISTRIBUTION. This Order is distributed to the Section level in the Airports and Airway
Facilities Divisions, to the Branch level in the Flight Standards, Air Traffic, and Civil Aviation
Security Divisions, to the Fort Worth Flight Procedures Office; to all Southwest Region field offices
and facilities, and to F & E Field Installation/Construction Rep
resentatives.
j 3. CANCELLATION. Order SW 5200.5A, Airport Safety During FAA -Funded Airport
Construction and FAA Facilities Maintenance, dated 6/6/89, is canceled.
4. EXPLANATION OF CHANGES. This Order revises and updates safety criteria for
consistency with current FAA publications and updates references to regional organizations.
5. DEFINITIONS.
a. Airport Elevation - the highest point on the landing surface of an airport.
b. Certificated Airport - an airport which, by law, is safety -regulated by the FAA under Part
139 of the Federal Aviation Regulations, and which operates under specific safety requirements
which apply to maintenance and construction activities on the airport. Certificated airports are , {
listed in Appendix 2.
c. Displaced Threshold - A threshold that is located at a point on the runway other than the
designated beginning of the runway. A temporary displacement may be used to provide landing
aircraft adequate clearance over construction equipment or other objects in the approach area of
a runway or adjacent to a runway.
Distribution: A-X-3(FS,AT,AP,CS); A-X-4(AF); Initiated ey: ASW-620
A-FOF-0 (maximum); A-FAF-10; A-FAS-1
FAA Form 1320A
SW 5200.5B 2/15/96
d. Obstacle Free Zone (OFZ) - an FAA airport design standard for a volume of airspace
above a runway. The components are the Runway OFZ, Inner -transitional surface OFZ, and Inner -
Approach OFZ.
e. Obstruction - any structure, natural growth, vehicle or construction material which
penetrates any airport imaginary surface defined by FAR Part 77, including primary, transitional,
=: } approach, horizontal, and conical surfaces.
f. Relocated Threshold - a runway end which is not located at the physical end of the
pavement. This may occur if part of a runway is closed, and a relocated threshold is established
at the beginning of the usable pavement. (Note: this term is not used in the Notice to Airmen
system.)
g. Safety Area - the ground surface next to runways, taxiways, and aircraft parking areas
which is expected to be graded, drained and free of any hazardous surface variations and
nonfrangible objects, the purpose of which is to reduce the risk of damage to an aircraft
inadvertently leaving airport pavement.
h. Small Aircraft - an aircraft weighing 12,500 lbs or less maximum certificated takeoff
weight.
i. Large Aircraft - an aircraft weighing more than 12,500 lbs. maximum certificated takeoff
weight.
6. PROCEDURES. Aviation safety is a primary consideration during airport construction and
facilities maintenance. These activities shall be planned and scheduled to minimize disruption of
normal aircraft ground and air traffic. For airports subject to FAR Part 107, Airport Security, the
airport operator's security program standards shall be observed in the areas of access control,
and movement and identification of construction and FAA personnel and vehicles.
a. These standards shall be used to develop specific safety measures which FAA employees,
grantees, and contractors shall adhere to during these activities on all airports in the Southwest
Region. They provide a reasonable level of safety, but aircraft operations, weather, security, or
local airport rules may require use of more stringent safety measures. Use of less stringent
measures and changes that impact security controls are permitted only after coordination
between Airports, Air Traffic, Airway Facilities, Flight Standards, and Civil Aviation Security
Divisions, airport management, and affected aviation users.
b. Bid documents for on -airport construction or maintenance projects shall include general
and specific safety requirements, based on Appendix 1 to this Order, so that contractors are
aware of the costs and constraints which will apply during the project to maintain a high level of
aviation safety.
Page 2 Par 5
M
SW 5200.513
c. If the clearances and restrictions described in this Order cannot be maintained while
construction or maintenance is underway, action will be taken as appropriate to:
(1) dose runways, taxiways, or aprons,
(2) relocate or displace runway thresholds temporarily,
(3) perform work at night or during periods of minimal aircraft activity,
(4) close affected areas to certain types of aircraft,
(5) restrict aircraft use by weight, wingspan, approach speed, or other characteristic,
(6) shut down or restrict use of navigational or approach aids.
d. FAA employees who are responsible for construction or maintenance activities on airports
shall coordinate project safety and security requirements and impacts with the airport sponsor as
soon as the impacts have been identified, but before commitments are made with contractors or
others to perform work on an airport. Coordination will vary from formal predesign conferences to
informal contacts with the airport manager or responsible sponsor official before starting work.
7. SAFETY IMPACTS. Potentially hazardous conditions which may occur during airport
construction and maintenance include the following:
a. Excavations, trenches, and stockpiled material on or near runways, taxiways and aprons.
b. Construction equipment on aircraft operating areas or in runway approaches or
departure areas.
c. Inadequate construction area marking or lighting.
d. Lack of control over vehicle access to aircraft operating areas, unauthorized entry of
personnel, vehicles, or animals.
e. Inadequate vehicle marking or lighting.
f. Deficient marking and lighting of temporary runway thresholds.
g. Failure to issue, update, or cancel Notices to Airmen concerning airport or runway
closures or other construction -related airport condition.
h. Failure to mark and identify utilities or power cables, resulting in loss of airport lighting;
navigational, visual, or approach aids; weather reporting service; or communications.
Par 6 Page 3
SW 5200.5E 2I15/96
i. Unauthorized vehicle operations in localizer or glide slope critical areas, resulting in
electronic interference or facility shutdown.
j.gConstruction debris (gravel, sand, mud, paving material, etc.) on airport pavements,
resulting in aircraft prop, turbine engine, or tire damage.
k. Exposed pavement edges (drop-offs) from runways, taxiways and aprons to adjacent
pavement sections or shoulders.
1. Construction activities which hamper aircraft rescue/firefighting access from fire stations
to the runway -taxiway system or airport buildings.
Ji
M. Lack of radio communication with construction and maintenance vehicles in aircraft
- operating areas. .
8. SAFETY STANDARDS. Paragraphs a through h below define safety standards and
guidelines for FAA -funded construction and FAA maintenance activities on airports.
:- a. Obstacle Free Zone
(1), Objects, vehicle, and stockpiled material normally are not permitted to penetrate
an OFZ. OFZs are shown on Figures 1 - 4.
(a) Runway OFZs are applicable at any time the runway is open for aircraft
use. On precision runways with approach lights, the inner -approach and inner -transitional surface
OFZs must be kept free of penetrations only when the weather conditions are below an 800 ft.
ceiling or less than 2 miles visibility and aircraft are using an instrument Landing System (ILS) for
approaches.
(b) Objects which do not penetrate an OFZ still may require notice to the
- FAA under FAR Parts 77 or 152 and may be obstructions to air navigation. Those objects which
exceed FAR Part 77 obstruction standards are to be appropriately obstruction -marked and, if
used at night, obstruction -lighted. Cranes or other equipment of unusual height may require
special consideration and coordination with FAA operating divisions and airport users.
Page 4 Par 8
m
2/15i96
SW 5200.5B
(2) The Runway OFZ is a volume of airspace extending from the runway surface up to 150
feet above the runway. It extends 200 feet beyond each end of the runway and has the following
width:
Runways Serving:
Visibility Minimums
lower than 3/4 mile
Other
Runways
Small Aircraft
300 feet
250 feet
Large Aircraft 400 feet
200 ft
Rwy OFZ
R
Width OFZ
Plan View End View
Figure 1
OFZ -Visual Runways and Runways with visibility minimums not lower than 3/4 mile
I Rwy OFZ I
Inner -Transitional OFZ
Plan View
Inner -Transitional OFZ
Rwy
OFZ
3
End View
Figure 2
OFZ - Small airplanes exclusively with visibility minimums lower than 3/4 mile
Par 8
Page 5
inner -Transitional OFZ
Rwy
60 ft OFZ
i
Plan View End View
Figure 3. OFZ - Runways servingaircraft - visibility
large g minimums lower than 3/4 mile
(3) The Inner -Approach OFZ, shown in Figure 4, applies only to runways with
approach lighting systems. It begins 200 feet from the runway threshold and ends 200 feet
beyond the last light unit in an approach lighting system, and has a 50:1 slope, beginning at
runway end elevation.
Rwy OFZ I Approach L' hts
Phan View
-, Inner -lip roach OFZ
Profile View
Figure 4. Inner -Approach OFZ - Runways with approach lighting systems
Page 6 Par 8
FTI
In
IL
2/15/96
SW 5200.58
b. Approach Clearance Over Equipment and Material.
(1) Construction activity in a runway approach may result in a need to displace
the landing threshold temporarily. If an object penetrates a surface shown in
Fig. 5, displace the threshold to a point where the surface is not penetrated.
(2) Objects which do not penetrate these surfaces still may be obstructions to
air navigation and/or may affect standard instrument approach procedures. Coordinate
these with the Fort Worth Flight Procedures Office, and the Air Traffic System Management
Branch, ASW-530, as necessary.
Runway
End
Runway
W
t}bstacie
a
Dimension
Feet
Small Aircraft
Large Aircraft
A
0
200
B
250
400
C
700
1000
D
2250
1500
E
2750
8500
.r Figure 5. 20:1 Threshold Location Surface
Par 8
Page 7
SW 5200.513
c. Partial Runway Closure For Equipment On The Runway.
2/15/96
(1) When equipment or construction/maintenance activity must be on a runway and
a decision is made to keep part of the runway open for aircraft, part of the runway must be closed
as shown in Figure 6. The dimensions shown are recommended; however, a larger closed area
than shown may be necessary depending on aircraft use, level of activity, pilot technique, and
equipment height, and a smaller closed area may be possible under some circumstances. These
recommendations are based on equipment heights of about 15 feet; higher objects may require
special considerations.
(2) Use the fallowing distances from the construction/maintenance activity to the
relocated threshold:
Small aircraft (12,500 Ibs or less) - 500 feet
Large aircraft (More than 12,500 lbs.) - 1000 feet
Figure 6. Relocated Threshold for Equipment on the Runway
d. Runway and Taxiway Safety Areas.
(1) Runway safety areas - construction or maintenance activity is prohibited in
runway safety areas (RSA) while the full length of the runway is open. Normal FAA maintenance of
visual, approach, and navigational aids is permissible within safety areas provided vehicles,
material, and excavations do not penetrate a runway OFZ and requirements of paragraph 8b for
approach clearance over vehicles, equipment and material are met.
(2) Runway safety area dimensions are shown in Figure 7. Existing safety areas at
a particular airport may be larger or smaller than the standard dimensions listed. If construction or
maintenance activity must take place within the specified safety area, it is also acceptable to
.: restrict the runway use to a smaller size of aircraft and use a narrower and/or shorter safety area
dimension for the duration of the activity.
Page 8 Par 8
2/15/96
SW 5200.5E
b
0 c
RSA
Aircraft Approach Category ---Runway
Safety
Area Dimensions Feet
Airplane Design
GroupSee
Appendix 3
A and B
1
II
111
IV
Dimen.
visual runways and
LJ
120
150
300
500
not lower than 3/4 mi approach
visibility minimums
®
30
40
100
175
240
300
600
1000
lower than 3/4 mi approach
al
300
300
400
500
visibility minimums
®
100
100
150
175
c
600
600
800
1000
C and D
1
11
Ill
IV V
All
500
®
All
150
c
All 1000
Note 1: Use dimension a or b, whichever results in the greater distance from the runway
centerline.
Note 2: Use dimension c or the existing safety area length, whichever is less, but no less than 200 .
feet.
Note 3: Some certificated airports have or permit use of 400-foot wide runway safety areas
during construction and maintenance. Coordinate proposals with the Airports Division, Safety
and Standards Branch, ASW-620.
Figure 7. Runway Safety Areas
_ Par 8
Page 9
SW 5200.513 2/15/96
(3) Taxiway safety areas/object free areas - see Figure 8.
Construction/maintenance activity is permissible in taxiway object free areas and safety areas if
i the activity is hazard -marked and/or lighted and NOTAMs are in effect. Special consideration
must be given to the height of barricades, flashers and other warning devices to clear aircraft
wingtips, propellers, engines etc. Other actions may be necessary such as:
• Using H wingwalkersH to guide aircraft past hazards,
} Using temporary taxiway marking/lighting to detour aircraft clear of the area,
Moving equipment and personnel well clear to allow aircraft to pass safely.
_._...___..___....__.._....._........... ... .._.___.__._.w._.........__ __._..__.._ .._.._ ...__.__.._..... __.____.___.___ _ _.._....�....._..w ...._.__...._.._.�__..
d..
wo
Taxiway
Object uv Taxiway
Free Area
Wingtip
Clearance
Object
Airplane Design Group See Appendix 3
Item
I
H
III
IV
V
Taxiway Safety Area
Width Feet
49
79
118
171
214
Taxiway Object Free
Area Width Feet
88
130
186
260
320
Figure 8. Taxiway Safety Area and Object Free Area
--j
Page 10 Par 8
2115/96
SW 5200.5E
e. Marking and Lighting
(1) Temporary displaced runway threshold:
(a) Mark with white arrows and a white threshold bar as shown in Advisory
Circular 15015340-1, or
(b) Use alternate marking which is:
1 Clearly visible to the pilot,
2 Not misleading, confusing, or deceptive,
3 Secured in place to prevent movement,
4 Made of material which will minimize damage to aircraft which
come in contact with the marking.
(2) Temporary relocated runway threshold (partial closure of a runway):
(a) Mark with yellow chevrons as shown in A.C. 150/5340-1, or use alternate
marking as described in par. (1)(b) above.
(b) Runway distance remaining signs may need to be covered or removed
during the closure to avoid misleading runway Length indications to pilots.
(3) Temporary runway thresholds must be lighted if all or part of a runway is to be
open at night during construction and maintenance. The airport operator may already have
temporary threshold lighting available, but this should be determined in advance.
(a) Use light lens colors and spacing in A.C. 150/5340-24, Runway and
Taxiway Edge Lighting System.
,f
(b) Disable runway lighting on closed parts of runways and adjust amber
lenses (caution zone) if necessary. On some lighting systems, it may be necessary to cover a light
rather than removing the lamp or fixture.
(c) Disable visual glide slope indicators (VASI, PAPI, PLASI, etc.), REIL,
and approach lights which would otherwise give misleading indications to pilots as to the
threshold location. Installation of temporary visual aids may be necessary to provide adequate
guidance for pilots on approach to the affected runway. These may be funded or provided by the
FAA or the sponsor.
Par 8 Page 11
No Text
SW 5200.513 2/15/96
(4) Closed runway marking:
(a) Use yellow "X" marking as shown in A.C. 150/5340-1.
(b) Closed runway marking is not required on airports with 24-hour Control
Towers if the closed runway cannot be mistaken by pilots for nearby open runways and the airport
operator consents to omitting them. In some cases, closed runway marking could interfere with
the use of the runway for aircraft taxiing if this is to be allowed while the runway is closed for
landing and takeoffs.
(c) Closed runway marking is not required on runways which are closed only
at night provided that:
1 Runway lighting and visual aids are turned off,
2 NOTAMs are in effect regarding the closure.
(5) Hazard Marking (barricades, traffic cones, flashers, etc.) shall be used:
(a) To outline construction/maintenance areas which are accessible to
aircraft, persons, or vehicles,
(b) To identify isolated hazards such as open manholes, small areas under
repair, stockpiled material, waste areas, etc.,
(c) To prevent aircraft from taxiing onto a closed runway for takeoff,
(d) To identify FAA, airport, and National Weather Service facilities, cables,
power lines, ILS critical areas and other sensitive areas, in order to prevent damage, interference,
and facility shutdown.
f. Navigation Aids and Instrument Approach Procedures
(1) The need to shut down navigational, approach, or visual aids shall be '
determined on a case -by -case basis. Flight Standards, Air Traffic, Airports, Airway Facilities, the
- Flight Procedures Office, and the airport sponsor shall be involved in the decision as necessary.
Work within an ILS critical area may affect the radiated signals and interfere with aircraft
navigation. ILS critical areas may be shown on the Airport Layout Plan, or contact the local Airway
Facilities office or Airport Traffic Control Tower for information on critical area location and
dimensions.
(2) Construction on or near runways may severely restrict the use of Standard
instrument Approach Procedures, and all phases of the project shall be coordinated with the Fort
Worth Flight Procedures Office to determine the effects,
Page 12 Par 8
M
2/15/96
g. Notices to Airmen (NOTAM)
SW 5200.513
(1) Responsibility for issuing NOTAMs shall be determined before construction or
maintenance begins. Refer to Order 7930.1, National Notice to Airmen System, or Advisory
Circular 150/5200-28, Notices to Airmen for Airport Operators
(2) NOTAMs on shutdown -or irregular operation of FAA -owned facilities shall be
issued and canceled only by FAA employees. Flight Data Center (FDC) NOTAMs on instrument
approach procedures are issued by the Fort Worth Flight Procedures Office. NOTAMs on airport
conditions and non -Federal navigational aids shall be issued and canceled only by the airport
sponsor. Any person having reason to believe that a NOTAM is missing, incomplete, or
inaccurate shall notify the responsible person.
h. Vehicle Identification. FAA employees who operate vehicles on an airport: shall
comply with the airport owner's rules for vehicle marking, lighting, and operations, unless FAA
requirements are more stringent. Vehicles operated by FAA employees on active runways,
taxiways, or safety areas shall be marked with orange and white flags or flashing yellow beacons
during daylight hours, and with flashing yellow beacons at night. Contractors and suppliers shall
be informed of the applicable requirements of the airport sponsor by the FAA or airport sponsor
employee responsible for the work.
L Controlling Access To Aircraft Operational Areas
(1) Vehicle and pedestrian access routes for airport construction and maintenance
shall be controlled as necessary to prevent inadvertent or unauthorized entry of persons, vehicles,
and animals. The amount of construction traffic or local security/safety rules may require use of
personnel to control access through gates or fencing, or across aircraft movement areas. Radio
communications may be required between these personnel and a Control Tower if equipment and
personnel must enter or cross an active Aircraft Movement Area.
(2) Vehicle parking areas for FAA and contractor employees shall be designated in
advance to minimize vehicle traffic in aircraft operating areas while still providing reasonable
employee access to the job site.
9. STANDARD SAFETY SPECIFICATIONS. General safety provisions which apply during
contract work on airports are contained in the following documents:
a. Facilities and Equipment Program (F & E) projects - Additional General Provisions,
FAA P-1, Clause No. 75, "Special Precautions for Work at Operating Airports."
b. Airport Improvement Program (AIP) projects - Advisory Circular 150/5370-10,
"Standards for Specifying Construction of Airports," General Provisions 40-05, Maintenance of
Traffic; 70-08, Barricades, Warning Signs, and Hazard Marking; 80-04, Limitation of Operations.
Par 8 Page 13
KI
SW 5200.513 2/15/96
10. PROJECT SPECIFICATIONS. Specific safety requirements for a project maybe
developed using the guide in Appendix 1 of this Order, or may be written or provided in other
<` forms which provide similar guidance. The project safety requirements shall be included in the
plans and specifications, as applicable, when an invitation for bids is issued.
Clyde M. DeHart, Jr.
Regional Administrator
U
Page 14 Par 10
.;
1. General Safety, Requirements: During performance of this contract, the airport runways,
taxiways, and aircraft parking aprons shall remain in use by aircraft to the maximum extent
possible. Aircraft use of areas near the contractor's work will be controlled to minimize
disturbance to the contractor's operation. The contractor shall not allow his/her employees,
subcontractor, suppliers, or any person over whom he/she has control to enter or remain in any
part of the airport which would be hazardous to persons or to aircraft operations. Whenever
aircraft operations require, the (Contracting Officer, Engineer, etc.) may order the contractor to
suspend operations, move plant, personnel, equipment, and materials to a safe location and
stand by until aircraft use is completed.
2. Obstacle Free Zone: Construction activity within an Obstacle Free Zone will require closing
part or all of the affected runway. See Figures 1- 4.
3. Approach Clearance to Runways: Runway landing thresholds shall be located to provide an
unobstructed approach surface with an approach ratio over equipment and material as shown on
Figures 5 and 6.
4. Runway and Taxiway Safety Areas: Construction activity within a runway safety area will
require closing part or all of the affected runway. Construction activity within taxiway safety
areas/object free areas is permissible when the taxiway is open to aircraft traffic if:
a. Adequate wingtip/empennage clearance exists between the aircraft and
equipment/matedel,
b. Excavations, trenches, or other conditions are conspicuously marked and lighted,
c. Notices to Airmen are in effect concerning the activity, usually "Personnel and
equipment adjacent to Taxiway _; "
Safety Area dimensions are shown on Figures 7 and 8.
112
5. Threshold Marking and Lighting:
a. Temporary threshold marking is (required, not required). Threshold marking will be
famished by the (airport owner, contractor, etc.).
b. Temporary threshold lighting is (required, not required). Threshold lighting will be
furnished and maintained by the (airport owner, contractor, etc.).
SW 5200.513
Appendix 1
2/ 15/96
C. Temporary visual aids (VASI, PAPi, REIL, etc.) are (required, not required). The visual
aid(s) will be furnished and maintained by the (airport owner, FAA, Contractor, etc.).
6. Closed Runway Marking/Hazard Marking:
a. Closed runway marking is (required, not required). Closed runway marking shall be (as
shown on the plans, furnished by the owner, etc.).
b. Hazard marking and lighting shall be as required by the (airport owner, project
superintendent, engineer, etc..), and shall be as (described in Section of the specifications,
as shown on the plans, etc.).
7. Vehicle Identification and Parking:
a. Contractor vehicles and equipment shall be identified by (describe marking and
lighting).
b. Employee parking shall be (specific location, or as designated by the engineer,
superintendent, airport manager, etc.).
8. Construction Site Access and Haul Roads: Access to the job site shall be via (specific route,
as shown on the plans, designated by the engineer., superintendent, airport manager, etc.).
9. Radio Communications: Radio communications are (required between the contractor's
representative and the Control Tower), (not required). (Specify communications requirements in
as much detail as possible.)
.r
Page 2 Par 5
2/15/96 SW 5200.58
Appendix 2
Appendix 2. FAA -CERTIFICATED AIRPORTS IN SOUTHWEST REGION
(As of March 1996)
ARKANSAS
Fayetteville Drake (FYV)
Fort Smith Regional (FSM)
Hot Springs Memorial (HOT)
Little Rock Adams Field (LIT)
Texarkana Regional (TXK)
LOUISIANA
Alexandria Esler Regional (ESF)
Alexandria Intl (AEX)
Baton Rouge Ryan (BTR)
Lafayette Regional (LFT)
Lake Charles Chennault (CWF)
Lake Charles Regional (LCH)
Monroe Regional (MLU)
New Iberia Acadiana Regional (ARA)
New Orleans Intemational (MSY)
New Orleans Lakefront (NEW)
Shreveport Regional (SHV)
Tallulah Vicksburg -Tallulah Reg. (TVR)
NEW MEXICO
Albuquerque Intemational (ABQ)
Farmington Four Comers Reg. (FMN)
Hobbs - Lea County (Hobbs) (HOB)
Las Cruces Intemational (LRU)
Los Alamos (LAM)
Roswell Industrial (ROW)
Ruidoso Sierra Blanca Reg. (SRR)
OKLAHOMA
Lawton Municipal (LAW)
Oklahoma City Will Rogers (OKC)
Stillwater Municipal (SWO)
Tulsa Intemational (TUL)
TEXAS
Abilene Regional (ABI)
Amarillo Intemational (AMA)
Austin Robert Mueller (AUS)
Beaumont Jefferson Co. (BPT)
Brownsville South Padre Is. (BRO)
College Station Easterwood (CL'L)
Corpus Christi Intemational (CRP)
Dallas/Fort Worth Intemational (DFW)
Dallas Love (DAL)
El Paso International (ELP)
Fort Worth Alliance (AFW)
Fort Worth Meacham Intl (FTW)
Galveston Scholes (GLS)
Harlingen Valley Intl (HRL)
Houston Ellington (EFD)
Houston Hobby (HOU)
Houston intercontinental (IAH)
Killeen Municipal (ILE)
Laredo Intemational (LRD)
Longview Gregg County (GGG)
Lubbock Intemational (LBB)
McAllen Miller International (MFE)
Midland Intemational (MAF)
Paris Cox Field (PRX)
San Angelo Mathis Field (SJT)
San Antonio Intemational (SAT)
Temple Draughon-Miller Cen. Tx (TPL)
Tyler Pounds Field (TYR)
Victoria Regional (VCT)
Waco Regional (ACT)
Wichita Fails Muni/Sheppard AFB (SPS)
I
2/15/96
Appendix 3. AIRPLANE DESIGN GROUPS
SW 5200.58
Appendix 3
Some safety standards in this Order are based on the "Airplane Design Group" from Advisory
Circular 150/5300-13, Airport Design. These Design Groups are based on aircraft wingspan,
with typical aircraft in each Design Group shown below.
Design Group
Wingspan
Up to but not including 49 feet
I
Piper Navajo, Cessna 421, Fairchild Metro, Beech
King Air, Mitsubishi MU-2, Rockwell Sabre 75, Lear
35/36, BAE/Hawker-Siddley HS-125/800
49 feet up to but not including 79 feet
II
Cessna 441, Embraer 120 Brasilia, SAAB 340,
Rockwell Sabre 65, Cessna Citation II/111, Beech 1900
Airliner, Gulfstream 1/l1/lil/IVN
79 feet up to but not including 118 feet
III
ATR 42/72, BAE-146, Boeing 727/737, Convair 580,
DeHavilland Dash 7, DC-9 (All), Fokker 100, MD-80,
Fairchild F-27
118 feet u to but not includln 171 feet
N
Boeing 707, 757, 767, DC-8, Lockheed L-1011, DC-
10/MD-11
171 test up to but not including 214 feet
V
—'
Boeina 747, 777
1
ti
No Text
6/1/96
SW 5200.513
Appendix 4
APPENDIX 4. FAA OFFICE DIRECTORY
Following are the FAA offices with responsibilities for construction and/or maintenance on
airports:
Office
Tele hone
Functions
Airports Division, Safety and
Standards Branch, ASW-620
817-222-5620
Airport safety, FAR 139,
airport design standards,
Airport Improvement Program
Air Traffic Division, System
Y
817-222-5530
ro'ect mana ement _
Obstruction Evaluation, Air
Management Branch,
Traffic Procedures, -
ASW-530
obstruction marking and
lighting, Control Tower line -of-
Aviation System Standards,
Fort Worth Flight Procedures
817-222-4131
.
instrument approach
Office
rocedures, Flight Data
p
Automated Flight Service
enter NOTAMs
Stations (AFSS)
Administration:
Notices to Airmen -Call
Jonesboro, AR
501-932-4608
1-800-
544-1709
DeRldder, LA
Albuquerque, NM
318-462;6111
505-242-4442
423-9347
McAlester, OK
918-421-6000
525-9963NM 342-7635TX
722-4223 (OK only)
Conroe, TX
Fort Worth, TX
409-760-4201
817-654-2205
833-5602
San Angelo, TX
915-9444-8791
722-6209
433-8102
Civil Aviation Security
Division, ASW-700
817-222-5700
Airport Security, FAR 107
Airway Facilities Division
Resource Mgt. Branch
NAS Implementation Br.
817-222-4200
NAVAID Planning
Operations Branch
817-222-4500
817-222-4700
NAVAID Implementation
NAVAID Maintenance
System Maintenance Office
Albuquerque (NM, W. Tx)
Dallas/Fort Worth (Metro)
505-764-6700
FAA Facilities Maintenance
214-453-4900
Houston (S. Tx, LA)
713-986-7100
Oklahoma Ci OK, AR
405-798-2000
1