Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2017 - Project Manual Bid Docs
PROJECT MANUAL 111011e TAXIWAYS "D" AND "E" AT SEBAS-TV% MUNICIPAL AIRPORT FAA AIP Project No. 3-12-0145-013-2017 FDOT FM No. 434633-1-94-01 FOR CITY OF SEBASTIAN, FLORIDA BID DOCUMENTS May, 2017 Prepared by: ■ INFRASTRUCTURE CONSULTING & ENGINEERING 5550 W. Idlewild Avenue, Suite 102 Tampa, Florida 33634 FL Certificate of Authorization No. 30862 ., W BID DOCUMENTS FOR SEBASTIAN MUNICIPAL AIRPORT TAXIWAYS "D" AND "E" TABLE OF CONTENTS Taxiways "D and "E" Sebastian Municipal Airport OR Table of Contents INVITATION TO BID CHECK LIST BID AND CONTRACT FORMS PAGE NO. 1. Bid Requirements 1-1 2. Bid Forms 2-1 A. Attachment l — Contractor Information Form 2-3 B. Attachment 2 — Drug Free Workplace Form 2-6 ^O C. Attachment 3 — Public Entity Crimes Form 2-7 D. Attachment 4 — Bid Bond 2-11 E. Attachment 5 — Form of Noncollusion Affidavit 2-12 F. Attachment 6 — Designation of Subcontractors 2-13 G. Attachment 7 — Florida Trench Safety Act 2-14 H. Attachment 8 — Certificate of Buy American Compliance for 2-16 Manufactured Products I. Attachment 9 — E -Verify Certification 2-18 J. Attachment 10 — Disadvantaged Business Enterprise Program 2-19 K. Attachment 11— Bid Schedule 2-28.1 thru 2-28.4 3. Construction Services Agreement 3-1 Article I — The Contractual Relationship 3-1 Article II — Performance 3-7 Article III — Supervision and Administration 3-23 an 1. GENERAL PROVISIONS PAGE NO. 3. Section 10 -Definition of Terms GP -1 4. Section 20 — (Deleted) GP -7 5. Section 30 — (Deleted) GP -9 6. Section 40 - Scope of Work GP -11 7. Section 50 - Control of Work GP -15 8. Section 60 - Control of Materials GP -23 9. Section 70 - Legal Regulations and Responsibility to Public GP -27 10. Section 80 - Prosecution and Progress GP -35 11. Section 90 - Measurement and Payment GP -43 12. Section 100 -Quality Control Program GP -51 13. Section 105 - Mobilization GP -57 • 14. Section 110 - Method of Estimating Percentage of Material Within Specification GP -59 Limits 15. Section 120 - Required Contract Provisions for Airport Improvement Program GP -69 and for Obligated Sponsors Taxiways "D and "E" Sebastian Municipal Airport OR Table of Contents M 1! M as AM so on OR OR APPENDICES A-1 KSM Geotechnical Report A-2 KSM Soil Permeability Testing Report A-3 Construction Safety and Phasing Plan (CSPP) Taxiways "D and "E" Sebastian Municipal Airport ii t Table of Contents GENERAL REQUIREMENTS SECTION NO. 1. Summary of Work 01010 3. Airport Project Procedures 01030 4. Project Coordination 01040 5. Control of Erosion, Siltation and Pollution 01060 6. Abbreviations and Symbols 01070 7. Regulations and Definitions 01090 8. NPDES Compliance 01095 9. Measurement and Payment 01150 10. Submittals 01300 11. Quality Control Services 01400 12. Temporary Facilities 01510 13. Airfield Temporary Markings and Barricades 01530 14. Materials and Equipment 01600 15. Contract Closeout 01700 16. Cleaning and Disposal 01710 17. Project Record Documents 01720 18. Warranties and Bonds 01740 TECHNICAL SPECIFICATIONS SECTION NO. 1. Site Demolition S-140 2. Excavation and Embankment P-152 3. Subgrade Stabilization P-160 4. Shell Base Course P-212 5. Recycled Concrete Aggregate Base Course P-219 6. Hot Mix Asphalt (HMA) Pavements P401 7. Bituminous Prime Coat P-602 8. Bituminous Tack Coat P-603 9. Structural Portland Cement Concrete P-610 10. Runway and Taxiway Marking P-620 11. Pipes For Storm Drains D-701 12. Drainage Structures D-751 13. Grassing T-901 14. Sodding T-904 15. Topsoiling T-905 16. Underground Power Cable for Airports L-108 17. Airport Underground Electrical Duct Banks and Conduits L-110 18. Installation of Airport Lighting & Signage Systems L-125 APPENDICES A-1 KSM Geotechnical Report A-2 KSM Soil Permeability Testing Report A-3 Construction Safety and Phasing Plan (CSPP) Taxiways "D and "E" Sebastian Municipal Airport ii t Table of Contents go NOTICE OF INVITATION TO BID SEALED BIDS FOR TAXIWAYS "D" AND "E" WILL BE ACCEPTED BY THE CITY OF ' SEBASTIAN, 1225 MAIN STREET, SEBASTIAN, FLORIDA 32958, UNTIL 2:00 PM ON FRIDAY JUNE 9, 2017. BID ENVELOPES ARE TO BE MARKED AS FOLLOWS: ' BID NAME: TAXIWAY "D" AND "E" BID SUBMITTAL: 17-12 r. BID OPENING: 2:00 PM ON FRIDAY JUNE 9, 2017 The City of Sebastian is seeking bids from licensed contractors to provide construction services for the construction of approximately 3,200 feet of asphalt paved taxiways. Estimated quantities include 4,200 ~" of P-401 asphalt, 22,000 s.Y• of shell or recycled concrete aggregate base course RCP drainage pipe, drainage structures, earthwork, unlighted taxiway guidance signs, turfing, and pavement markings. ' The Contractor shall be able to be properly licensed in the City of Sebastian and shall provide proof of insurance to conduct its business, with all licenses, permits, & certificates as may be required by all local, State of Florida, and Federal Agencies. The Contractor shall submit a current license from the State of Florida and must be capable of obtaining the appropriate licenses and certificates to perform the project in the City of Sebastian. A bid bond and performance bond is required in an amount not less than 5% of the base bid amount as well as performance and payment bonds on any resulting contract. Bid documents in a pdf format are available free of charge by contacting: Hamed Jafarian- hamed.jafarian@ice-eng.com Infrastructure Consulting and Engineering, PLLC (813)330-0807 All items bid shall conform to the Bid Documents unless specifically approved in advance in writing by the City. Any person or affiliate who has been placed on the convicted vendor list following conviction for a public entity crime may not submit a bid as proscribed by Section 287.133, F.S. Any bids received without the sinned Bid Proposal, signed Drug Free Workplace Form, signed Public Entity Crime Form, signed Bid Bond, if applicable, signed Construction Service Agreement, signed Addendum(s) if applicable, Proof of Contractor's License, and signed Check List will be considered incomplete and bid ^ will be disqualified. There is a mandatory pre-bid conference scheduled at Time: 10:00 AM, on Wednesday May 17, ^ 2017, at the address stated above in City Hall in the City's Council Chambers. Questions concerning this bid should be directed to Infrastructure Consulting and Engineering for this project in writing by email: Hamed.Jafarian@ice-eng.com by 4:30 p.m. on Tuesday May 30, 2017. Bids duly submitted will be publicly opened and read aloud at the date and time specified above in City Hall. The City reserves the right to reject any and all bids, or to accept any bid or portion thereof deemed to be in the best interest of the City, and to waive any non -substantial irregularities. The winning bidder will be the lowest responsible and responsive bidder. BY: Joe Griffin, City Manager an M OTYOF SE T N HOME OF PELICAN ISLAND go IMPORTANT NOTICE Check List For All Required Documents To Be Included In Bid No. 17-12 (TAXIWAYS "D" and "E") Bidder's Name: City Staff Confirmation -• The submittal package should be in order of this checklist. Any bids received NOT described as above in items 1-7 will be considered incomplete and the bid will be disqualified. Signed: Date: Executed Form Submitted 1) Signed Contractor Information Form .. 2) Signed Drug Free Workplace Form 3) Signed Public Entity Crime Form 4) Bid Bond, if required 5) Form of Noncollusion Affidavit 6) Designation of Subcontractors List • 7) Florida Trench Safety Act Statement 8) Buy American Certificate 9) E -Verify Certification 10) DBE Program Forms so 11) Bid Price Schedule 12) Signed Construction Services Agreement 13) Addendum(s) signed, if applicable. 14) Proof of Contractor's License City Staff Confirmation -• The submittal package should be in order of this checklist. Any bids received NOT described as above in items 1-7 will be considered incomplete and the bid will be disqualified. Signed: Date: I BID REQUIREMENTS 1. PRE-BID CONFERENCE (ONLY IF CALLED FOR IN THE NOTICE OF INVITATION TO BID) A pre-bid conference shall be held at the Sebastian Municipal Airport at that time and date specified in the Invitation to Bid. All prospective bidders are encouraged to attend �* this conference. Questions concerning the project or bid requirements may be addressed at that time. .. 2. REQUIRED COPIES Two (2) sets of bids shall be submitted on the Bid Proposal Form provided, including any other forms, proofs, and documents as required. 3. SEALED BIDS Bids shall be enclosed in a sealed envelope which shall show (lower left corner) the name r of the Bid, and the date and time of opening. The envelope shall also show the name and address of the Bidder. The Bid shall be submitted as stipulated in the Notice of Invitation. 4. BIDS NOT CONSIDERED Late Bids, telegraphed or faxed Bids and bids which do not conform to the instructions ,., contained in the Notice of Invitation to Bid. Bids may be withdrawn by fax or telegraph provided that such notices are received prior to the date and time specified in the Invitation. 5. BID OPENING Bidders are welcome to attend the bid opening; however, attendance is not mandatory. Opening of the Bids will commence at the date and time specified in the Notice of Invitation to Bid, and publicly read aloud, providing one or more Bidders are in attendance. The Purchasing Agent or his designee shall be present at all Bid openings. 6. BID EXAMINATION Bid files may be examined during normal working hours, ten (10) days after bid opening, .� by appointment only, by contacting the Airport. 7. REQUIRED INFORMATION Bidders shall follow all instruction and provide all information requested on the bid proposal form. Bidders wishing to qualify all or any portion of the bid shall provide a hand printed or typed explanation on the bid or separate attachment to be submitted with the bid. 8. ACCEPTABLE BIDS oil Bid proposals shall be typewritten or filled in with ink. Any erasures or corrections must be initialed by the bidder in ink. Taxiways "D" and "E" Bid Requirements Sebastian Municipal Airport 1-1 M 9. NEW EQUIPMENT AND MATERIALS Prices shown on the bids must be prices for new equipment and materials, and the successful bidder shall warrant same for a period of not less than one (1) year from the installation date, or as stipulated in the agreement form submitted with the bidding documents. 10. SALES TAX -� Although the City of Sebastian is exempt from Federal and State Sales and Use taxes, Contractors or Vendors doing business with the City are not exempted from paying said taxes to their supplier for goods or services purchased to fulfill the contractual obligations with the City, nor shall any Contractor or Vendor be authorized to use the City's Tax Exemption Number in securing such materials. 11. CONFLICT OF INTEREST Contract Award is subject to provisions of State Statutes and City Ordinances. All Bidders must disclose with their bid the name of any officer, director, or agent who is also an employee of the City of Sebastian; further, all Bidders must disclose the name of any City employee who owns, directly or indirectly, an interest of ten percent (100/0) or more in the Bidder's firm or any of its branches. 12. LICENSING, CERTIFICATION, AND/OR REGISTRATION Contractors must show their current Contractors license. Prior to start of work, if the Bidder is a State Certified General Contractor, the Bidder must be registered with the City of Sebastian; if the Bidder is a State Registered General Contractor, then the Bidder must hold a Competency Card with the City. In any event, the Contractor shall contact the Administrative Assistant at the Building Department 772-589-5537 and insure compliance with all City ordinances, rules and �* regulations, including Building Permits if required. Lack of knowledge by the Bidder shall in no way be a cause for relief from responsibility. Failure to comply with the above may result in the rejection of the Bid. .. Two (2) copies of any license or certification as required shall be submitted with the bidding documents. A letter must be obtained from the City's Building Department showing that you have complied with their requirements, and is required on this project prior to execution of a .. contract, and should be submitted to the General Services Administrator with any payment/performance bonds which may be required. Any Sub-Contractor(s) must also be certified. 13. CORRECTIONS. CANCELLATIONS, & WITHDRAWAL A. Bidders may be asked to provide further information after bid opening to determine the responsibility of the vendor. Taxiways "D" and "E" Sebastian Municipal Airport 1-2 Bid Requirements r B. Waiver of Technicality; Information shall not be considered after the bid opening r if it has been specifically requested to be provided with the bid and becomes a matter of responsiveness. The bid shall be considered responsive if it substantially conforms to the requirements of the Invitation to Bid. The City may r waive any informality, technicality, or irregularity on any bid. A minor or non - substantive lack of conformity may be considered a technicality or irregularity which may be waived by the City. r C. Mathematical errors; Errors in extension of unit prices or in mathematical calculations may be corrected. In cases of errors in mathematical computations, the unit prices shall not be changed. .. D. Cancellation or postponement; The City may cancel or postpone that bid opening or cancel the Invitation to Bid in its entirety. E. Withdrawal; Prior to any published bid opening date and time, a bidder may .. withdraw his or her bid in writing. A fax is permitted for this purpose, provided a confirming telecon is made. F. Amendments; Prior to any published bid opening date and time, a bidder may amend the bid provided that it is in writing, in a sealed envelope, and identified. 14. AVAILABILITY OF FUNDS r The obligations of the City of Sebastian under this award are subject to the availability of funds lawfully appropriated for its purpose by the City Council of the City of Sebastian. r 15. PUBLIC ENTITY CRIMES Any person or firm submitting a bid in response to this invitation must execute the attached SWORN STATEMENT UNDER SECTION 287.133, FLORIDA STATUES, .. PUBLIC ENTITY CRIMES, including proper check(s) in the space(s) provided, and enclose it with said bid. r 16. DRUG-FREE WORKPLACE The Drug -Free Workplace form, as attached hereto, shall be submitted with the bidding documents. 17. BID GUARANTEE The Bidder warrants that the unit prices, terms, and conditions quoted in the bid will be firm for acceptance for a period of not less than one hundred and fifty (150) days from the bid opening date. Such prices will remain firm for the period of performance of r resulting purchase orders or contracts which are to be performed. 18. BID BOND (ONLY IF CALLED FOR IN THE NOTICE OF INVITATION TO BID) r A Bid Bond equal to five percent (51/o) of the bid amount shall be required on this project, and must be submitted along with the two (2) copies of the Bid; failure to do so will automatically disqualify the Bid. Unsuccessful bidders shall be entitled to return of r surety after final award of bid. A successful bidder shall forfeit the amount of its security upon failure on his part to execute a agreement within ten (10) days after receipt of a Taxiways "D" and "F' Bid Requirements Sebastian Municipal Airport 1-3 r ., proposed agreement from the City unless the time for executing the agreement is extended by the City. 19. PAYMENT AND PERFORMANCE BONDS (ONLY IF CALLED FOR IN THE NOTICE OF INVITATION TO BID) *' A payment and Performance Bond equal to one hundred percent (100%) of the Agreement price shall be required on this project, and shall be provided by the successful bidder at the stipulated time of the execution of the agreement, failure to do so shall cause -� said bidder to be in default and forfeit his Bid Bond in its entirety. (Sample Forms are provided for information purposes.) NOTE: BID BOND AND PAYMENT AND PERFORMANCE BOND REQUIREMENTS: The bond (s) shall be provided by a surety company authorized to do business in the State of Florida, and approved by the City Manager and City Attorney. In lieu of a bond(s) the contractor may furnish as security in favor of the City a certified check, a cashiers check or an irrevocable letter of credit. The check or letter of credit shall be drawn on or issued by a bank authorized to do business in the State of Florida. The form of the check or letter or credit must be approved by the City Manager and City Attorney. Attorneys -in -fact who sign Bonds must file with each bond a certified and effective dated copy of their Power -of -Attorney. Surety companies executing Bonds must appear on the Treasury Department's most current list (Circular 570 as amended), and be authorized to transact business in the State of Florida. 20. LIQUIDATED DAMAGES The City shall be entitled to liquidated damages in the amount as shown in the project manual, per day for every day that the Contractor is late in completing the work as stipulated in the agreement, and bidding documents. Said damages shall be deducted by the City from monies due Contractor. 21. Cost for all insurance shall be born by the bidder. All insurance shall be acceptable to the City in its sole discretion. A signed Certificate(s) of Insurance evidencing required insurance coverages maintained by the Bidder in the types and amounts required _ hereunder shall be transmitted to Owner prior to Contract execution. Each Certificate(s) shall include a minimum thirty (30) day endeavor to provide written notification to Owner for cancellation or non -renewal of coverage herein. All Bidders shall submit evidence of insurance as indicated in the Construction Contract, Section 11.8. 22. BID AWARD The contractlagreement will be awarded to the lowest responsive and responsible Bidder whose bid, conforming to the specifications and Instructions For Bidders, will be most Taxiways "D" and "E" Bid Requirements Sebastian Municipal Airport I-4 M advantageous to the City in consideration of price, time of performance, and other factors .. as determined by the City and by Florida statues. 23. REJECTION OF BIDS .. The City reserves the right to reject any and all Bids, to waive any and all informalities not involving price, time, or changes in the work, and to negotiate contract terms with the successful Bidder, and the right to disregard all non -conforming, non-responsive, ,.r imbalanced, or conditional Bids. More than one Bid from an individual, form or association under same or different names, will not be considered. Any or all Bids will be rejected if there is reason to believe that collusion exists among the Bidders, and no r participants in such collusion will be considered in future proposals for the same work. 24. REFERENCES no References are required and must be submitted with the Bid proposal form. Failure to submit references as required may disqualify your Bid. Name and phone number to contact shall be included. 25. LIST OF SUB -CONTRACTORS A list of Sub -Contractors is required and must be submitted with the Bid proposal. Failure to submit a list of Sub -Contractors may disqualify your Bid. 26. CO-OPERATIVE PURCHASING It is the intent of the Notice of Invitation to Bid to secure goods or services to be used by the City of Sebastian. However, by virtue of bidding, the Bidder accepts the right of other Government Entities to "piggyback" purchase from this proposal by mutual _ consent. Any such purchase shall be separate and apart from the City of Sebastian, and said City assumes no liability for such action. _ 27. DISCRIMINATION The Bidder/Contractor shall not practice or condone personnel or supplier discrimination of any nature whatsoever, in any manner proscribed by Federal or State of Florida laws and regulations. 28. DISADVANTAGED BUSINESS ENTERPRISE (DBE) PROGRAM The City has an overall 14.87% race -neutral DBE goal. This means that the City's goal '" is to spend at least 14.87% of the dollars with Certified DBE's as prime Contractors or as subcontractors. Race -neutral means that the City believes that the 14.87% overall goal can be achieved through the normal competitive procurement process. The City has reviewed this project and assigned a DBE availability goal of 14.87% for this project. Although not a contract requirement, the City believes that this DBE percentage can realistically be achieved on this project based on the number of DBE's associated with the different types of work that will be required. ..r Taxiways "D" and "E" Bid Requirements Sebastian Municipal Airport 1-5 L 1i3 11110)N0F`f (Failure to furnish all requested data will be cause for considering Bidder non-responsive and may render ,.. this Bid invalid on that basis.) BID FOR: TAXIWAYS "D" AND "E" +. SEBASTIAN MUNICIPAL AIRPORT FAA AIP FUNDED PROJECT SUBMITTED TO: Sebastian Municipal Airport so 202 Airport Drive East Sebastian, Florida 32958 M 0* M SUBMITTED BY: Bidder's Name Address City, State and Zip Code Bidders shall submit, on the forms provided (Attachments 1-11), the information required. Bidders that fail to complete and show evidence of compliance with the following subsections shall be considered unqualified, and shall not be given further consideration in the bid process. .� 2.1 Licensing Bidder shall be licensed in accordance with the following: Chapter 489, Part I, Florida Statutes and Chapter 61 G4, Florida Administrative Code. Bidder shall provide copy of license as part of bid documents. Contractor shall be able to be properly licensed in the City of Sebastian before beginning construction. If the Bidder is a joint venture, the individual empowered by a properly executed Declaration of Joint Venture and Power of Attorney Form shall execute the proposal. The proposal shall clearly identify who will be responsible for the engineering, quality control, and geotechnical and construction portions of the Work, and license numbers and copies of these licenses/professional registrations shall be provided with Attachment 1. 2.2 Drug Free Workplace Statement The Drug -Free Workplace form, as attached hereto, shall be submitted with the qualification package. 2.3 Public Entity Crimes Any person or firm submitting a Proposal in response to this invitation must execute the attached SWORN STATEMENT UNDER SECTION 287.133, FLORIDA STATUES, PUBLIC ENTITY CRIMES, including proper check(s) in the space(s) provided, and enclose it with said qualifications package. oft 1.4 Bid Price Bid prices shall be submitted on the Bid Price Form (Attachment 5) attached hereto and shall include prices for the items listed. The prices shall include all costs for all construction of the Project, and all other work Taxiway "D" and "E" 2-1 Bid Forms Sebastian Municipal Airport M necessary to fully and timely complete that portion of the Project in accordance with the Contract Documents, as well as all job site and home office overhead, and profit, it being understood that payment of that amount for of the Project will be full, complete, and final compensation for the work required to complete the Project. The Bid price shall be delivered in a sealed package, to the location and time specified in the invitation to Bid. The package shall indicate clearly that it is the Bid and shall identify clearly the Bidder's name, and project description. The Bid shall be secured and unopened until the date specified for opening of the Bids. Taxiway "D" and "E" Sebastian Municipal Airport 2-2 Bid Forms M am ATTACHMENT I (CONTRACTOR INFORMATION FORM) 00 TO: Sebastian Municipal Airport 202 Airport Drive East Sebastian, FL 32958 go (772)228-7001 Ladies/Gentlemen: Having carefully examined the Proposal Documents and Drawings entitled Taxiways "D" and `°E", _ Sebastian Municipal Airport, City of Sebastian, Florida, as well as the premises and conditions affecting the work, and confirming that the sites were visited, as required, by (Name of Person or Persons) on (date or dates) the undersigned hereby seeks qualification to furnish all labor and material and to perform all work as required by and in strict accordance with the above- named documents. Principal Office Address: a (1) How many years has your organization been in business as a contractor under your present name? (2) How many years experience in construction work has your organization had as a general contractor? As a Subcontractor? (3) List below the requested information concerning projects your organization has completed in the last five (5) years for the type of work required in this project. (Use additional sheets if necessary.) Include the type of work similar to the work included in this contract if possible. Project Contract Required Actual Name/Address/Tel Title Amount Completion Date Completion Date of Owner Taxiway "D" and "E" 2-3 Bid Forms Sebastian Municipal Airport (4) Have you ever failed to complete any work awarded to you? If so, where and why? (5) Has any officer or partner of your organization ever been an officer or partner of some other organization that failed to complete a construction contract? If so, state name of individual, name of other organization, and reason therefore. .� r (6) Has any officer or partner of your organization ever failed to complete a construction contract handled in his own name? If so, state name of individual, name of owner and reason therefore. (7) Give below any information which would indicate the size and capacity of your organization, including number of employees, equipment owned by your organization, etc., which are available for utilization on this Contract. (8) What is your bonding capacity? .. (9) What amount of your bonding capacity has been used as of the date of this bid? (10) How many applications for performance and payment bonds have you made in the last three (3) �+ years? Taxiway "D" and `B" 2-4 Bid Forms Sebastian Municipal Airport so (11) How many of these applications were not approved? OR OR (12) Have any claims been filed against your surety bond company in the last five (5) years? If so, describe the nature of the claims and give the names of the surety companies, dates of each claim, go identifying numbers of each claim, amounts of each claim, and the status of each claim. (Use additional sheets if necessary.) .4 1, the undersigned, do hereby declare that the foregoing statements are true and correct, all as of the date .. hereinafter set forth, and that those examining this document have my permission to contact any or all of those parties listed in this questionnaire. Incorrect or misleading statements in this questionnaire shall be grounds for a determination of nonresponsibility with respect to such contractor. Respectfully Submitted, OR (Name of Bidder) me (Authorized Signature) M 00 Ll as (Title) (Date) (Address and Telephone No.) FLORIDA STATE CONTRACTOR DATA (Required): *Contractor's License Number: Classification: Monetary Limit: *ATTACH A COPY OF APPROPRIATE LICENSES Taxiway "D" and "E" 2-5 Bid Fortes Sebastian Municipal Airport ATTACHMENT 2 (DRUG-FREE WORKPLACE FORM) The undersigned Contractor, in accordance with Florida Statute 287.087 hereby certifies that does: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business' policy of maintaining a drug free workplace, any available drug counseling, rehabilitation, .. employee assistance programs and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in Paragraph 1. r 4. In the statement specified in Paragraph 1, notify the employees that, as a condition of working on the commodities or contractual services that the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to any violation of Chapter 1893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. r 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug free workplace through implementation of Paragraph 1 through 5. As the person authorized to sign this statement, I certify that this firm complies fully with the above requirements. Date: Signature r Taxiway "D" and "E" 2-6 Bid Forms Sebastian Municipal Airport - F_1 M ATTACHMENT 3 (PUBLIC ENTITY CRIMES FORM) Any person submitting a quote, bid, or proposal in response to this invitation or Agreement, must execute the enclosed form sworn statement under section 287.133(3)(a), FLORIDA STATUTES ON PUBLIC ENTITY CRIMES, including proper check(s), in the space(s) provided, and enclose it with his quote, bid, or proposal. If you are submitting a quote, bid or proposal on behalf of .. dealers or suppliers who will ship commodities and receive payment from the resulting Agreement, it is your responsibility to see that copy(ies) of the form are executed by them and are included with your quote, bid, or proposal. Corrections to the form will not be allowed after the quote, bid, .. or proposal opening time and date. Failure to complete this form in every detail and submit it with your quote, bid, or proposal may result in immediate disqualification of your bid or proposal. The 1989 Florida Legislature passed Senate Bill 458 creating Sections 287.132 - 133, Florida Statutes, effective July 1, 1989. Section 287.132(3)(d), Florida Statutes, requires the Florida Department of General Services to maintain and make available to other political entities a "convicted vendor" list consisting of persons and affiliates who are disqualified from public and purchasing process because they have been found guilty of a public entity crime. A public entity crime is described by Section 287.133, Florida Statutes, as a violation of any State or Federal law by a person with respect to and directly related to the transaction of business with any public entity in Florida or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any bid or Agreement for goods or services to be provided to any public entity or with an agency or political subdivision and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. .� By law no public entity shall accept any bid from, award any Agreement to, or transact any business in excess of the threshold amount provided in Section 287.017, Florida Statutes, for category two (currently $10,000) with any person or affiliate on the convicted vendor list for a _ period of 36 months from the date that person or affiliate was placed on the convicted vendor list unless that person or affiliate has been removed from the list pursuant to Section 287.133(3)(f), Florida Statutes. Therefore, effective October 1, 1990, prior to entering into an Agreement (formal Agreement or purchase order) in excess of the threshold amount of $10,000 to provide goods or services to THE CITY OF SEBASTIAN, a person shall file a swom statement with the Contract/Agreement officer or Purchasing Director, as applicable. The attached statement or affidavit will be the form to be utilized and must be properly signed in the presence of a notary public or other officer authorized to administer oaths and properly executed. THE INCLUSION OF THE SWORN STATEMENT OR AFFIDAVIT SHALL BE SUBMITTED CONCURRENTLY WITH YOUR QUOTE OR BID DOCUMENTS. NON- INCLUSION OF THIS DOCUMENT MAY NECESSITATE REJECTION OF YOUR QUOTE OR BID. SWORN STATEMENT UNDER SECTION 287.133(3)(a), Taxiway "D" and "E" 2-7 Bid Fortes Sebastian Municipal Airport 00 FLORIDA STATUTES. ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. This sworn statement is submitted with Bid, Proposal or Agreement No. for THE CITY OF SEBASTIAN. 2. This sworn statement is submitted by (name of entity submitting sworn statement) whose business address is and (if applicable) its Federal Employer Identification (FEIN) is (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: 3. My name is (please print name of individual signing) and my relationship to the entity named above is 4. I understand that a "public entity crime" as defined in Paragraph 287.133(1)(g), Florida Statutes means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any bid or Agreement for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 5. I understand that 'convicted" or 'conviction" as defined in Paragraph 287.133(1)(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, nonjury trial, or entry of a plea of guilty or nolo contendere. 6. I understand that an "affiliate" as defined in Paragraph 287.133(1)(a), Florida Statutes. means: (1) A predecessor or successor of a person convicted of a public entity crime; or (2) An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or Taxiway "D" and "E" 2-8 Bid Forms Sebastian Municipal Airport LI a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an .. affiliate. 7. I understand that a "person" as defined in Paragraph 287, l33(1)(e), Florida Statutes, means .. any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding Agreement and which bids or applies to bid on Agreements for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. 8. Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement. (Please indicate which statement applies.) Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, nor any affiliate of the entity have been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members or agents who are active in management of the entity, or an affiliate of the entity has been charged with and convicted .. of a public entity crime subsequent to July 1, 1989, AND (Please indicate which additional statement applies.) M There has been a proceeding concerning the conviction before a hearing officer of the State of Florida, Division of Administrative Hearings. The final order entered by the hearing officer did not place the person or affiliate on the convicted vendor list. (Please attach a copy of the final order.) The person or affiliate was placed on the convicted vendor list. There has been a subsequent proceeding before a hearing officer of the State of Florida, Division of Administrative Hearings. The final order entered by the hearing officer determined that it was in the public interest to remove the person or affiliate from the convicted vendor list. (Please attach a copy of the final order.) The person or affiliate has not been placed on the convicted vendor list. (Please describe any action taken by or pending with the Department of General Services.) Taxiway "D" and "F' 2-9 Bid Forms Sebastian Municipal Airport (Signature) Date: STATE OF FLORIDA COUNTY OF _ The foregoing instrument was acknowledged before me this day of 2012 by (title) on behalf of (name of partnership), a partnership. He/she is personally known to me or has produced as identification and did () did not () take an oath. Name: My Commission Expires: Commission Number: Taxiway "D" and "F' 2-10 Bid Forms Sebastian Municipal Airport ATTACHMENT 4 (BID BOND) (This form provided by the City of Sebastian as an example of the form of bond; the actual bond must conform to the standards required by Florida Statutes) KNOWNALL MEN BY THESE PRESENTS, that, we the undersigned, ON As Bidder, and As Surety, are hereby held and firmly bound unto the City of Sebastian, Florida, in the penal sum of five ~ percent (5%) of the Total Bid Amount which is $ for payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors and assigns. .. Signed this day of 12012. The Condition of the above obligation is such that whereas the Bidder has submitted to the City of Sebastian ., a certain BID, attached hereto and hereby made a part of hereof to enter into a contract in writing, for 2012 RUNWAY MARKING. ., NOW THEREFORE, (a) If said BID shall be rejected, or (b) If said BID shall be accepted and the Bidder shall execute and deliver a contract in the form of Agreement attached hereto (property completed in accordance with said BID) and shall furnish a Performance Bond for faithful performance of said contract, and Payment Bond for the payment of all persons performing labor, furnishing materials in connection herewith, and shall in all other r. respects perform the agreement created by the acceptance of said BID, then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety of any and all claims hereunder shall, in no event, exceed the penal .. amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its Bid Bond shall be in no way impaired or affected by an extension of the time within which the City of Sebastian may accept such Bid; and said Surety does hereby waive notice of any such extension. • IN WITNESS WHEREOF, the Bidder and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their property officers, the day and year first set forth above. Bidder Name Surety Printed or Typed Printed or Typed By: By: Bidder—Authorized Signature Bidder—Authorized Signature an Bidder — Printed or Typed Name and Title Surety — Printed or Typed Name and Title Taxiway "D" and `B" 2-11 Bid Forms Sebastian Municipal Airport ATTACHMENT 5 (FORM OF NONCOLLUSION AFFIDAVIT) (This Affidavit is Part of Bid) STATE OF ) SS. COUNTY OF being first duly swom, deposes and says that he is (Sole owner, a partner, president, secretary, etc.) of the party making the foregoing Proposal or BID that such BID is genuine and not collusive or sham; that said BIDDER has not colluded, conspired, connived, or agreed, directly or indirectly, with any BIDDER or person, to put in a sham BID, or that such other person shall refrain from bidding, and has not in any manner, directly or indirectly sought by agreement or collusion, or communication or conference, with any person, to fix the Bid Price of affiant or any other BIDDER, or to fix any overhead, profit or cost element of said Bid Price, or of that of any other BIDDER, or to secure any advantage against OWNER any person interested in the proposed Contract; and that all statements in said Proposal or Bid are true; and further, that such BIDDER has not, directly or indirectly submitted this BID, or the contents thereof, or divulged information or date relative thereto to any association or to any member or agent thereof. (Bidder) Swom to an subscribed before me this day of 20_. Notary Public in and for County My Commission expires 20_ (SEAL) Taxiway "D" and "E" Sebastian Municipal Airport 2-12 Bid Forms M an M M M M • ATTACHMENT 6 (DESIGNATION OF SUBCONTRACTORS) TIES FORM MUST ACCOMPANY PROPOSAL PRICE FORM AND MUST BE COMPLETED AS APPLICABLE. Use additional sheets as necessary. Name, Address and Telephone Number of Subcontractor Type and Description of Work to be Performed Contract Amount I. $ 2 $ 3 $ 4. $ 5. $ 6. $ 7. $ TOTAL DOLLAR VALUE OF SUBCONTRACTOR PARTICIPATION: $ PERCENT SUBCONTRACTOR PARTICIPATION: % Name of BIDDER: Taxiway "D" and "E" 2-13 Bid Forms Sebastian Municipal Airport ATTACHMENT 7 (FLORIDA TRENCH SAFETY ACT) CERTIFICATION AND DISCLOSURE STATEMENT The undersigned acknowledges the requirements of the Florida Trench Safety Act., F.S., (Section 553.60 et. seq. Florida statutes), and hereby commits the Bidder to the following in the performance of the work in the event that the subject contract is awarded to and executed by said Bidder. The Bidder further acknowledges that the Florida Trench Safety Act, (the Act) establishes the Federal excavation safety standards set forth at 29 CFR Part 1926, Subpart P as the Interim State Standard until such time as the State of Florida, through its Department of Labor and Employment Security, or any successor agency, adopts, updates or revises said interim standard. This State of Florida standard may by supplemented by special shoring requirements established by the State of Florida or any of its political subdivisions. 2. The Bidder, as Contractor, shall comply with all applicable excavation/trench safety standards. The Contractor shall consider the geotechnical data available from the City, if anv, the Contractor's own sources, and all other relevant information in providing the trench safety system to be employed on the subject Project. The Contractor acknowledges sole responsibility for the selection of the data on which he relies in providing the safety system, as well as for the system itself. 4. The amounts that the Bidder has set forth for pipe installation includes the following excavation / trench safety measures and the linear feet of trench excavated under each safety measure. These units, costs, and unit prices shall be disclosed solely for the purpose of compliance with procedural requirements of the Act. No adjustment to the Contract time or price shall be made for any difference in the actual number of linear feet of trench excavation, except as may be otherwise provided in these Contract Documents. Trench Safety Units of Measure Unit Unit Cost Extended Cost Measure (Description) (LF, SF) (Quantity) a. b. C. d. e. For Information Only, Not for Payment Purposes $ Bidder may use additional sheets as necessary to extend this form. Failure to complete the above may result in the bid being declared non-responsive. Taxiway "D" and "E" Sebastian Municipal Airport 2-14 Bid Forms M 5. The amount disclosed is the cost of compliance with the applicable trench safety .. requirements does not constitute the extent of the Contractor's obligation to comply with said standards. Contractor shall expend additional sums at no additional cost to the County, if necessary, to comply with the Act (except as may otherwise be provided). 6. Acceptance of the bid to which this certification and disclosure applies in no way represents that the County or its representative has evaluated and thereby determined that the above costs are adequate to comply with the applicable trench safety requirements nor does it in any way relieve the Contractor of its sole responsibility to comply with the applicable trench safety requirements. .,, Company Name and Title Address: Telephone: 1 END OF FLORIDA TRENCH SAFETY ACT STATEMENT M ., M w Taxiway "D" and "E" 2-15 Bid Forms Sebastian Municipal Airport M ATTACHMENT 8 (CERTIFICATE OF BUY AMERICAN COMPLIANCE FOR MANUFACTURED PRODUCTS) As a matter of bid responsiveness, the bidder or offeror must complete, sign, date, and submit this certification statement with their proposal. The bidder or offeror must indicate how they intend to comply with 49 USC § 50101 by selecting one on the following certification statements. These statements are mutually exclusive. Bidder must select one or the other (not both) by inserting a checkmark (✓) or the letter" V. �+ ❑ Bidder or offeror hereby certifies that it will comply with 49 USC § 50101 by: a) Only installing steel and manufactured products produced in the United States, or; b) Installing manufactured products for which the FAA has issued a waiver as indicated by inclusion on the current FAA Nationwide Buy American Waivers Issued listing, or; c) Installing products listed as an Excepted Article, Material or Supply in Federal Acquisition Regulation Subpart 25.108. By selecting this certification statement, the bidder or offeror agrees: 1. To provide to the Owner evidence that documents the source and origin of the steel and manufactured product. 2. To faithfully comply with providing US domestic product ,.. 3. To furnish US domestic product for any waiver request that the FAA rejects 4. To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified. .. ❑ The bidder or offeror hereby certifies it cannot comply with the 100% Buy American Preferences of 49 USC § 50101(a) but may qualify for either a Type 3 or Type 4 waiver under 49 USC § 50101(b). By selecting this certification statement, the apparent bidder or offeror with the apparent low bid agrees: I . To the submit to the Owner within 15 calendar days of the bid opening, a formal waiver request and required documentation that support the type of waiver being '^ requested. 2. That failure to submit the required documentation within the specified timeframe is cause for a non-responsive determination may result in rejection of the proposal. 3. To faithfully comply with providing US domestic products at or above the approved US domestic content percentage as approved by the FAA. 4. To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified. Required Documentation Type 3 Waiver - The cost of the item components and subcomponents produced in the United States is more that 60% of the cost of all components and subcomponents of the "item". The required _ documentation for a type 3 waiver is: a) Listing of all product components and subcomponents that are not comprised of 100% US domestic content (Excludes products listed on the FAA Nationwide Buy American Waivers Issued listing and products excluded by Federal Acquisition Regulation Subpart Taxiway "D" and "E" 2-16 Bid Forms Sebastian Municipal Airport 25.108; products of unknown origin must be considered as non-domestic products in their entirety). b) Cost of non-domestic components and subcomponents, excluding labor costs associated with final assembly at place of manufacture. c) Percentage of non-domestic component and subcomponent cost as compared to total "item" component and subcomponent costs, excluding labor costs associated with final assembly at place of manufacture. Type 4 Waiver — Total cost of project using US domestic source product exceeds the total project cost using non-domestic product by 25%. The required documentation for a type 4 of waiver is: a) Detailed cost information for total project using US domestic product b) Detailed cost information for total project using non-domestic product False Statements: Per 49 USC § 47126, this certification concerns a matter within the jurisdiction of the Federal Aviation Administration and the making of a false, fictitious or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code. Date Signature Company Name Title M OR Taxiway "D" and "E" 2-17 Sebastian Municipal Airport dw Bid Forms ATTACHEMENT 9 (E -VERIFY CERTIFICATION) Bidder acknowledges and agrees to the following: Bidder shall utilize the U.S. Department of Homeland Security's E -Verity system, in accordance with the terms governing use of the system, to confirm the employment eligibility of; 1. all persons employed by the Bidder during the term of the Contract to perform �. employment duties within Florida; and 2. all persons, including subcontractors, assigned by the Bidder to perform work pursuant to the contract with the Sarasota Manatee Airport Authority. Company/Firm: ,. Authorized Signature: Title: Date: M M Taxiway "D" and "E" 2-18 Bid Forms Sebastian Municipal Airport M as ATTACHMENT 10 (DISADVANTAGED BUSINESS ENTERPRISE PROGRAM) The following bid conditions apply to this Department of Transportation (DOT) assisted contract. Submission of a BID/proposal by a prospective Contractor shall constitute full acceptance of these bid conditions. (1) DEFINITION - Disadvantaged Business Enterprise (DBE) as used in this Contract shall have the same meaning as defined in to 49 CFR Part 26 Subpart D. (2) POLICY - It is the policy of DOT that DBE's as defined in 49 CFR Part 26 shall have the maximum opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with federal funds. Consequently, the DBE requirements of 49 CFR Part 26 apply to this contract. (3) DBE OBLIGATION - The Bidder agrees to ensure that disadvantaged business enterprises as defined in 49 CFR Part 26 have the maximum opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with federal funds. In this regard all Bidders shall take all necessary and reasonable steps in accordance with 49 CFR Part 26 to ensure that DBE's have the maximum opportunity to compete for and perforin contracts. Bidders shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of DOT assisted contracts. (4) COMPLIANCE - All BIDDERS, potential Contractors, or subcontractors for this DOT assisted contract are hereby notified that failure to carry out the DOT policy and the DBE obligation, as set forth above, shall constitute a breach of contract which may result in termination of the contract or such other remedy as deemed appropriate by the Owner. ++ (5) SUBCONTRACT CLAUSE - All BIDDERS and potential Contractors hereby assure that they will include the following clause in all subcontracts. 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 cavy 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. (6) CONTRACT AWARD - BIDDERS are hereby advised that meeting DBE subcontract goals or making an acceptable good faith effort to meet such goals are conditions of being awarded this DOT assisted contract. If any bidder fails to meet the DBE eoals for this solicitation, the BIDDER is reauired to and must submit, alone with his/her bid, proof of good faith efforts, using the guidelines listed on page 2-25 thru 2-27, alone with a written statement of efforts and reasons for not meetine said goals, AND file DBE Form 4 (enclosed herein) which must be submitted with his/her bid. The Owner proposes to award the contract to the lowest responsive and responsible BIDDER submitting a reasonable bid provided he has met the goals for DBE participation Taxiway "D" and "E" 2-19 Bid Forms Sebastian Municipal Airport r� or, if failing to meet the goals, he has made an acceptable good faith effort to meet the established goals for the DBE participation. BIDDER is advised that the Owner reserves the right to reject any or all bids submitted. (7) The requirements of 49 CFR Part 26, Regulations of the U.S. Department of Transportation, apply to this contract. It is the policy of the Sarasota Manatee Airport Authority to practice nondiscrimination based on race, color, sex, or national origin in the award or performance of this contract. All fines 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 _ percent 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 by utilizing DBEs in the performance of this contract. The bidder/offer 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 (5) if the contract goal is not met, evidence of good faith efforts. The attainments of goals established for this contract are to be measured as a percentage of the total dollar value of the contract. (8) AVAILABLE DBUS - The Owner utilizes the recent issue of the Florida Department of Transportation "DBE Certified List". BIDDERS are encouraged to inspect this document to assist in locating DBE's for the work. Credit toward the DBE goals will not be counted unless the DBE to be used can be certified by the Owner. Any DBE used in this contract MUST be certified as a DBE by Owner AT THE TIME OF BID SUBMITTAL. (9) BIDDER'S REQUIRED SUBMISSION - The Owner requires the submission of the following bid forms with the bid. No bid can receive a contract award without the submission of these forms. • DBE Form 1, Schedule of DBE Participation. • DBE Form 2, DBE Subcontractor Identification Affidavit. • DBE Form 3, Letter of Intent to Perform as a Subcontractor. If a bidder cannot achieve the DBE contract eoals stated in the bid document, he is required to submit the followine form: • DBE Form 4, DBE Unavailability Certification M Taxiway "D" and "E" 2-20 Bid Forms Sebastian Municipal Airport Name of Bidder: Project DBE FORM 1 - SCHEDULE OF DBE PARTICEPATION Project No.: Total Bid Amount: $ NAME OF DBE SUBCONTRACTOR ADDRESS TYPE OF WORK SUBCONTRACTED DBE SUBCONTRACT VALUE DBE PARTICIPATION TOTAL VALUE $ The attainment of DBE participation goals for this contract will be measured as a percentage of the total collar value of the contract. The undersigned will enter a formal agreement with the DBE Subcontractors identified herein for work listed in this schedule conditioned upon execution of a contract with Sworn to and subscribed before me, this day of 20. Signature of Notary Printed Name of Notary My commission expires: Taxiway "D" and "E" 2-21 Bid Forms Sebastian Municipal Airport DBE FORM 2 — DBE SUBCONTRACTOR IDENTIFICATION AFFIDAVIT STATE OF _ COUNTY OF I HEREBY DECLARE AND AFFIRM THAT I AM THE (Title- Owner, President, Co -Venturer, etc.) and duly authorized representative of (Name of Firm) whose address is 1 hereby declare and affirm that I am a Disadvantaged Business Enterprise (DBE) as defined by the contract documents cited below, and that I will provide on request information to document this fact. This firm is interested in quoting/bidding on the following categories of work being procured for the This firm has current DBE/MBE/WBE certification from the following agencies: w M I DO SOLEMNLY DECLARE AND AFFIRM UNDER THE PENAL TIES OF PERJURY THAT THE .. CONTENTS OF THE FOREGOING ARE TRUE AND CORRECT, AND THAT I AM AUTHORIZED ON BEHALF OF THE FIRM TO MAKE THIS AFFIDAVIT. (Date) (Affiant) STATE OF COUNTY OF On this day of 20_, before me, the above signed officer, personally _ appeared , known to me to be the person described in the foregoing affidavit and acknowledged that he/she executed the same in the capacity therein stated and for the purposes therein contained. In witness thereof, 1 hereunto set my hand and official seal. Signature of Notary .. Name of Notary Printed My commission expires: Taxiway "D" and "E" 2-22 Bid Forms Sebastian Municipal Airport DBE FORM 3 - LETTER OF INTENT TO PERFORM AS A SUBCONTRACTOR • TO: _ (Name of General Contractor Proposing) PROJECT NO.: The undersigned intends to perform work in connection with the above project as: a DBE individual corporation an MBE partnership joint venture (Check one) (Check one) The status of the undersigned is confirmed on the attached DBE Contractor Identification Affidavit (DBE FORM 2). The undersigned is prepared to perform the following described work in connection with the above • project: • at the following price: $ percent (%) of the dollar value of this subcontract will be further sublet and/or awarded �+ to other than DBE firms. The undersigned agrees to enter into a contract with you to perform the above work, if you are awarded the prime contract. Date: Telephone No. Name of DBE Subcontractor: Firm Address: • By: Signature • Name Typed • • Taxiway "D" and "E" 2-23 Bid Forms Sebastian Municipal Airport DBE FORM 4 - DBE UNAVAILABILITY CERTIFICATION I, of certify that on the dates below, I invited the following DBE Sucontractor (s) to bid work items to be performed on DBE/ 1.1 DATE OF MBE/ REQUEST WBE NAME OF SUBCONTRACTOR WORK ITEMS SOUGHT The following Subcontractors submitted bids which were not the low responsible bid: Taxiway "D" and "E" 2-24 Bid Fortes Sebastian Municipal Airport M DISADVANTAGED BUSINESS ENTERPRISE (DBE) TOTALS SUMMARY Total price bid $ Total DBE value $ Total DBE percent % If the Bidder fails to meet the DBE subcontract goals established in paragraph 7 above, the following information must be submitted prior to contract award to assist the Owner in determining whether or not the Bidder made acceptable good faith efforts to meet the contract goal. Suggested guidance for use in determining if good faith efforts were made by a Bidder is included in 49 .. CFR Part 26, Appendix A. A list of the efforts that a Bidder may make and the Owner may use in making a determination as to the acceptability of a Bidder's efforts to meet the goal as included in Appendix A are as follows: A. Soliciting through all reasonable and available means e.g. attendance at pre-bid meetings, advertising and/or written notices) the interest of all certified DBEs who have the capability to perform the work of the contract. The bidder must solicit this interest within sufficient time to allow the DBEs to respond to the solicitation. The bidder must determine with certainty if the DBEs are interested by taking appropriate steps to follow �. up initial solicitations. B. Selecting portions of the work to be performed by DBEs in order to increase the likelihood that the DBE goals will be achieved. This includes, where appropriate, breaking out contract work items into economically feasible units to facilitate DBE participation, even when the prime contractor might otherwise prefer to perform these work items with its own forces. C. Providing interested DBEs with adequate information about the plans, specifications, and requirements of the contract in a timely manner to assist them in responding to a ., solicitation. D. (l) Negotiating in good faith with interested DBEs. It is the bidders responsibility to make a portion of the work available to DBE subcontractors and suppliers and to select those portions of the work or material needs consistent with the available DBE subcontractors and suppliers, so as to facilitate DBE participation. Evidence of such negotiation includes the names, addresses, and telephone numbers of DBEs that were considered; a description of the information provided regarding the plans and specifications for the work selected for subcontracting; and evidence as to why additional agreements could not be reached for DBEs to perform the work. (2) A bidder using good business judgment would consider a number of factors in negotiating with subcontractors, including DBE subcontractors, and would take a firm's price and capabilities as well as contract goals into consideration. However, the fact that there may be some additional costs involved in finding and using DBEs is not in itself sufficient reason for a bidder's failure to meet the contract DBE goal, as long as such costs are reasonable. Also, the ability or desire of a prime contractor to perform the work of a contract with its own organization does not relieve the bidder of the responsibility to make good faith efforts. Prime contractors are not, however, required to accept higher quotes from DBEs if the price difference is excessive or unreasonable. Taxiway "D" and "E" 2-25 Bid Fortes Sebastian Municipal Airport E. Not rejecting DBEs as being unqualified without sound reasons based on a thorough investigation of their capabilities. The contractor's standing within its industry, membership in specific groups, organizations, or associations and political or social affiliations (for example union vs. non-union employee status) are not legitimate causes for the rejection or non -solicitation of bids in the contractor's efforts to meet the project goal. .. F. Making efforts to assist interested DBEs in obtaining bonding, lines of credit, or insurance as required by the recipient or contractor. G. Making efforts to assist interested DBEs in obtaining necessary equipment, supplies, materials, or related assistance or services. M H. Effectively using the services of available minority/women community organizations; minority/women contractors' groups; local, state, and Federal minority/women business assistance offices; and other organizations as allowed on a case-by-case basis to provide assistance in the recruitment and placement of DBEs. NOTE: The items set forth above are merely suggested criteria and the Owner may specify that you submit additional information on certain other actions a Bidder took to secure DBE participation in an effort to meet the goals. A Bidder may also submit to the Owner other information on efforts to meet the goals. This information (when applicable), as well as the DBE information submitted as specified in paragraph 9 above should be included with the bidder's proposal. (10) Bidder ASSURANCE. The BIDDER hereby assures that he will meet one of the following as appropriate (please check the appropriate space): W The bidder/offeror is committed to a minimum of _ % DBE utilization on this contract. The bidder/offeror (if unable to meet the DBE goal of _%) is committed to a minimum of _% DBE utilization on this contract and submits documentation demonstrating good faith efforts. Name of bidder/offeror's firm: State Registration No. By (Signature) Title Taxiway "D" and "E" 2-26 Bid Forms Sebastian Municipal Airport W Agreements between BIDDER/proposer and a DBE in which the DBE promises not to provide so subcontracting quotations to other BIDDERS/proposers are prohibited. The BIDDER shall make a good faith effort to replace a DBE subcontract that is unable to perform successfully with another DBE subcontractor. Substitution must be coordinated and approved by the Owner. OR The BIDDER shall establish and maintain records and submit regular reports, as required, which will identify and assess progress in achieving DBE subcontract goals and other DBE affirmative action efforts. sm OR in no M M W on OR W OR END OF DISADVANTAGED BUSINESS ENTERPRISE PROGRAM Taxiway "D" and "E" 2-27 Bid Forms Sebastian Municipal Airport g� Attachment No. 11 - Bid Price Schedule MUNICIPAL AIRPORT TAXIWAYS "D" AND "E" Item No. Spec. No. Item Description Quantity Unit Unit Pace Amount 1 01000 Mobilization 1 LS $0.00 2 S-141-1 Full Depth Pavement Removal 7,708 SY $0.00 3 S-141-2 Asphalt Surface Removal 2,898 SY $0.00 4 S-141-3 Remove 8" DBL PVC, 12" HDPE and 12" CMP Storm Drain Pipes and End Structures 610 LF $0.00 5 S-141-4 Remove DBL 18" RCP 190 LF $0.00 6 S-141-5 Remove Storm Drain Inlet 1 EACH $0.00 7 S-141-6 Remove DBL M.E.S. for DBL 18" RCP 2 EACH $0.00 8 S-141-7 Remove Concrete Spillway 1 EACH $0.00 9 S-141-8 Remove Junction or Pull Box 2 EACH $0.00 10 S-141-9 Remove 1 Way -2" PVC Conduit 325 LF $0.00 11 S-141-10 Remove 2Way-2" PVC Conduit 451 LF $0.00 12 S-141-11 Remove Runway Edge Light 1 EACH $0.00 13 P-152-1 Embankment in Place 7,120 CY $0.00 14 P-152-2 Unsuitable Excavation 200 CY $0.00 15 P-160 Subgrade Stabilization 23,215 SY $0.00 16 21912/ P Shell or Recycled Concrete Aggregate Base Course 2,535 CY $0.00 17 PA01 Bituminous Surface Course 4,242 TON $0.00 18 P-602 Bituminous Prime Coat 6,150 Gal. $0.00 2-28.1 N I 24 O 0 0 o 0 0 0 0 0 0 00 0 o 0 a 0 0 o 0 0 c 0 0 d 0 0 d 0 0 d 0 0 d o 0 d O 0 o o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 QUf lA W W fA fA Vi f9 f9 fA f9 f9 di N N N N N C a c j fLL � J J J J J Q Q Q Q Q Q Q Q N U J OONi N V N N •- N m M N N m tq CanY m W z 0 } Q X Q ~ J c u `o c a U O C rn S y U a U w 'O m 9 c c m m m d d W m m > a a K _ m m U E EX m a a a x wLij x a m U d U K m 20 iv a o m 6 m m a m U > U > > > wf > Y U N aNU j N N U U K U U m O m W m v tN v N v U) v U) 'w m c a C o m Q m E m w c z m m N V O o m p T F- T F W i W W W i o Ow O r- O z z r 9 N 9 O n N O n M O n q O n O n m n N m n M m n v m n m n 14 m n n m n O rn x m O m m O N a a o o d 0 d d o d d o o d�L r F DO� . 2 O N N N N til N O N 0 N m N n N m N m N O m m N m to M m m m N d El O O O O O G O O O O O O O O O O O p QQQC FA � � V! (9 W lA 4! fA fA IA fA 4i (A Vf Ui y� m LL O a � O J Q r O r LLl 111 IL LLl 111 IL LLI LLI LLI T O O N O d V OSI M N N O W z m Q � a U c L U U L L U L U L U U a x` 42 I I I I I yI m m = LL LL LL LL LL m � m m w v ❑ ❑ v v m N ❑ fo N tN to m C U Um �_ N ❑ O O i i m O U U LL a U U C N N N N N N _d V a m co N ?o fn N co j ... .• a il) fn fn N io N m U c U v v v v v v U U U N E a a a a a a L_ K pp N co m m m N N m J 7 > 7 > ma a `° i, 0 m U C7 U' (7 U' (7 3 m a w a °� W W ; ; d a a a a a a o a ca a 'r= 'E 'E 'Em m TJ U C C M Q Q Q Q Q Q O f/I U U m U` m d C C y mo O V < O Q V U U .y O ❑ U U L LU Lt N N N N N d Q m m O N N 0 y N N O O ❑ t0 A A N N m m N N 3 3 3 c c YOl ,OU �pU (n0 d 0 Z 3 N N W W m J m J m J m J m J m J m J m J a ti Z N r N M q N O N M q N tfr n W M O O NN N N N N N N ❑LL fn J J J J J J J J J J J J J J J y 0 = Z. h M OT M M O V V N < M N t0 h ml A O N SEBASYt" Attachment No. 11 - Bid Price Schedule MUNICIPAL AIRPORT TAXIWAYS "D" AND "E" Item Spec. No. Item Description Quantity Unit Unit Price Amount No. BIDDERS must submit bid prices for the Base Bid shown above. undersigned, having become thoroughly familiar with all of the Agreement & Bidding Documents incorporated herein, the project location and the site conditions, and the time schedule :ting the work hereby proposes to perform everything required to be performed in strict conformity with the requirements of these documents, and to provide and fumish all the supervision, r, equipment, materials and tools necessary to provide the construction services meeting or exceeding the specifications as set forth herein for the prices quoted above. The price(s) quoted is (are) tsive of any Addenda which be issued. City reserves the right to award the Work based on the lowest price bid, providing that the Bidder is both responsible and responsive. the signature below, the Contractor agrees that this Bid Proposal is made without any other understanding, agreement, or connection with any otter person, corporation, or firm submitting a bid the same purpose and that the bid is in all respects fair and without collusion or fraud. If awarded this bid, the Contractor agrees to enter into a contract with the City of Sebastian within len (10) smutve calendar days of Notice of Award by the City, and agrees to all the terms and ditions of all documents stated herein for the above stipulated prices which shall remain firm for One Hundred and Fifty (150) days following bid opening date. Failure to execute the atract as stipulated above may result in the forfeiture of the Bid Bond in its entirety. : Quantities indicated on this Bid are estimated and shall only be used for the Purpose of Bid Evaluation and Award. The estimated Bid Quantities do not constitute a guarantee of work. The ttractor agrees that the prices quoted on this bid have taken into consideration that the Actual Quantities of work may exceed or may be lower than the Quantities indicated on this Bid. WARRANTS TOTAL CONTRACT COMPLETION TIME SHALL NOT EXCEED DAYS INDICATED IN THE PROJECT SPECIFICATIONS. tdersigned acknowledges that it has included with its Bid the required Bid Security for not less than five percent (50%) total amount of its Proposal. ed that We undersigned has received all addenda complete as issued by We Owner and that related costs are included in the proposal submitted. The undersigned acknowledges recept of said as follows: dated dated dated 2-28.4 a, 3 CONSTRUCTION SERVICES AGREEMENT THIS AGREEMENT made this day of 2017, by and between the CITY OF SEBASTIAN, a municipal corporation of the State of Florida, 1225 Main Street, Sebastian, Florida, 32958, ("City") and ("Contractor"), as authorized to do business in the State of Florida. This document contains 38 pages. WHEREAS, the City desires to engage a Florida licensed contractor who has special and unique competence and experience in providing construction services necessary to complete the ON Project hereunder; and, WHEREAS, the Contractor represents that it has such competence and experience in providing these services; and, a, WHEREAS, the City in reliance on such representation has selected the Contractor in accordance with its procedure for selection of Contractor; and, WHEREAS, the City and the Contractor desire to reduce to writing their understanding .. and agreements on such professional services. IT IS, THEREFORE, AGREED as follows: ARTICLE I - The Contractual Relationship 1.0 EMPLOYMENT OF CONTRACTOR ,., The City hereby agrees that it may engage the Contractor and the Contractor hereby agrees to perform professional services for the City in accordance with this Agreement. Contractor, as an independent contractor, and not as an employee shall furnish and complete all of the necessary labor, material, and equipment to perform the work as specified or indicated in the agreement documents. The work is generally described in the Bid Documents Proiect Manual, with Addenda if any, for the Taxiways "D" and "E" project at the Sebastian Municipal Airport prepared by .. Infrastructure Consulting & Engineering, Inc. in May 2017. This Agreement is not an exclusive agreement and the City may employ other contractors, OM professional or technical personnel to furnish services for the City as the City in its sole discretion finds is in the public interest. The Agreement shall not be construed to create a contractual relationship of any kind between the a, City and the Subcontractor(s), or, between any person or firm other than the City and Contractor. on The Contractor shall not sell, transfer, assign or otherwise dispose of the Contract or any portion thereof, or of his right, title of interest therein or his obligations thereunder, or moneys due or to become due under this Contract. M rJ Taxiways "D" and "E" Construction Services Agreement A Sebastian Municipal Airport 3-1 2.0 AGREEMENT DOCUMENTS The Agreement Documents (also called CONTRACT DOCUMENTS) consist of this Agreement. ,. any other documents listed in the Agreement Documents, and written modifications issued after execution of this Agreement, if any. 2.1 INTENT The Specifications are an integrated part of the Contract Documents and as such will not stand alone if used independently. The Specifications establish minimum standards of quality for this Project. They do not purport to cover all details entering into the design and construction of ^ materials or equipment. The intent of the Agreement Documents is to set forth requirements of performance, type of equipment and structures, and standards of materials and construction. It is also intended to include all labor and materials, equipment, and transportation necessary for the ^ proper execution of the Work, to require new material and equipment unless otherwise indicated, and to require complete performance of the Work in spite of omission of specific reference to any minor component part and to include all items necessary for the proper execution and completion _ of the Work by the Contractor. Performance by the Contractor shall be required only to the extent consistent with the Agreement Documents and reasonably inferable from them as being necessary to produce the intended results. ^ 2.2 ENTIRE AND SOLE AGREEMENT Except as specifically stated herein, the Agreement Documents constitute the entire agreement between the parties and supersede all other agreements, representations, warranties, statements, promises, and understandings not specifically set forth in the Agreement Documents. Neither party has in any way relied, nor shall in any way rely, upon any oral or written agreements, representations, warranties, statements, promises or understandings not specifically set forth in the Agreement Documents. 2.3 AMENDMENTS The parties may modify this Agreement at any time by written agreement. Neither the Agreement Documents nor any term thereof may be changed, waived, discharged or terminated orally, except by an instrument in writing signed by the party against which enforcement of the change, waiver, ^ discharge or termination is sought. 2.4 CONSTRUING TERMS This Agreement shall not be construed against the party who drafted the same, as both parties have obtained experts of their choosing to review the legal and business adequacy of the same. 2.5 GOVERNING LAW AND WAIVER OF TRIAL BY JURY This Agreement shall be governed by the laws of the State of Florida, and any venue for any action pursuant to the Agreement Documents shall be in Indian River County, Florida. The parties hereto expressly waive trial by jury in any action to enforce or otherwise resolve any dispute arising hereunder. ^ 2.6 CONTRACT TIME: Taxiways "D" and "E" Construction Services Agreement Sebastian Municipal Airport �. 3-2 ^ ., F, (1) The Work will be completed and ready for final payment in accordance with paragraph .. 50-15 of the General Provisions as follows: Completion of Project: The entire project shall be completed within the time frame an specified and in accordance with the construction phasing prescribed in paragraph 1.5 of Section 01010 - "Summary of Work". (2) Liquidated Damages. Liquidated damages shall he as prescribed in paragraph 1.6 of ^' Section 01010 — "Summary of Work". 2.7 CONTRACT PRICE OWNER shall pay CONTRACTOR for completion of the work in accordance with the Contract Documents in current funds in the amount of $ , based on the Unit Price Work bid in the Bid Form. This amount includes Additives if any. 2.8 UNIT PRICE WORK (A) Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. (B) The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by Engineer. Subject to the following provisions: Engineer will determine the actual quantities and classifications of Unit Price Work performed by Contractor. Engineer will review with Contractor the Engineer's preliminary determinations on such matters before rendering a written decision thereon (by recommendation of an Application for Payment or otherwise). Engineer's written decision thereon will be final and binding (except as modified by Engineer to reflect changed factual .� conditions or more accurate data) upon Owner and Contractor (C) Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified �. item. (D) .. 3.0 DEFINITION OF TERMS 3.1 GENERAL .. Whenever the following terms appear in these Agreement Documents, their intent and meaning shall, unless specifically stated otherwise, be interpreted as shown. 3.2 ACT OF GOD Sebastian Municipal Airport 3-3 Construction Services Agreement The words "Act of God" mean an earthquake, flood, hurricane (or other named tropical event), tornado or other cataclysmic phenomenon of nature. Rain, Wind or other natural phenomenon (including tropical waves and depressions) of normal intensity for the locality shall not be construed as an Act of God . 3.3 ADDENDUM (re: bid documents) A modification of the plans or other contract documents issued by the Owner and distributed to prospective bidders prior to the opening of bids. All Addenda shall be considered as part of the Contract Documents. 3.4 AGREEMENT A written agreement between the Contractor and Owner defining in detail the work to be performed. The words Agreement and Contract, are one and the same. 3.5 A.S.T.M. DESIGNATION Wherever the letters "A.S.T.M." are used in the Specifications, it shall be understood as referring to the American Society for Testing Materials. When reference is made to a certain Designated _ Number of a specification or test as set out or given by the American Society for Testing Materials, it shall be understood to mean the current, up-to-date standard specification or tentative specification for that particular process, material or test as currently published by that group. 3.6 BID The bid or proposal is the written offer of a Bidder to perform work described by the contract documents when made out and submitted on the prescribed proposal form properly sealed and .. guaranteed. The bid or proposal shall be considered as part of the Contract Documents. 3.7 BID BOND or PROPOSAL GUARANTEE: Bidder shall submit a Bid Bond or Proposal Guarantee in the amount of 5% of the total amount of the Bid, in the form of a Cashier's Check, Unconditional Irrevocable Letter of Credit drawn in favor of the City of Sebastian on a National Bank, or a bond from a surety company duly licensed in the State of Florida. 3.8 BIDDER An individual, partnership, or corporation submitting a proposal for the work contemplated: acting directly or through a duly authorized representative. 3.9 CHANGE ORDER A written order issued to the Contractor by the City and covering changes in the plans, specifications, or scope of work when the amount of work changed is not deemed sufficient to require a supplemental agreement, or adjustments in the Contract Price or Contract Time. 3.10 CONTRACT ADDENDUM A special written provision modifying or clarifying the terms and conditions of the Contract. The Contract Addendum shall be considered as part of the contract documents. Taxiways "D" and "E" Construction Services Agreement Sebastian Municipal Airport 3-4 M 3.11 CONTRACTOR The word "Contractor" shall mean an individual, partnership, or corporation, and his, their or its heirs, executors, administrators, successors and assigns, or the lawful agent of any such individual, firm, partnership, covenant or corporation, or his, their or its surety under any contract bond, constituting one of the principals to the Contract and undertaking to perform the work herein. 3.12 DIRECTED, ORDERED, APPROVED & ETC. Wherever in the Agreement Document the words "directed", 'ordered", "approved", "permitted", "acceptable", or words of similar import are used, it shall be understood that the direction, order, .. approval or acceptance of the Owner is intended unless otherwise stated. 3.13 ENGINEER .. A Professional Engineer duly licensed and registered in the State of Florida and designated by the City as Engineer. The City may designate a staff member as Engineer who is not licensed. ., 3.14 GENERAL CONDITIONS The directions, provisions and requirements contained within the Agreement Documents, all describing the general manner of performing the Work including detailed technical requirements relative to labor, material equipment, and methods by which the Work is to be performed and prescribing the relationship between the City and the Contractor. so 3.15 INSPECTOR A duly authorized representative of the City assigned to make official inspections of the materials furnished and of the work performed by the Contractor. The Engineer and its designated employee(s) shall serve in the capacity as the inspector. 3.16 LABORATORY Any licensed and qualified laboratory designated by or acceptable to the Owner to perform .. necessary testing of materials. 3.17 OWNER No City of Sebastian 00 3.18 PERFORMANCE AND PAYMENT BONDS Contractor shall submit bonds in the form prescribed by State Law, and generally as shown on sample forms herein, for Performance and Payment, each in the amount of 100% of the Contract 00 Amount. so 3.19 PLANS The official, approved plans, including reproduction thereof, showing the location, character, dimensions and details of the work to be done. All shop drawings submitted by the Contractor am shall be considered as part of the contract documents. Taxiways "D" and "E" Construction Services Agreement Sebastian Municipal Airport 3-5 3.20 PROPOSAL The proposal or bid is the written offer of a Bidder to perform the work described by the Contract Documents when made out and submitted on the prescribed proposal form (the "Bid proposal form"), properly signed and guaranteed. The proposal or bid shall be considered as part of the contract documents. 3.21 SPECIAL CONDITIONS Special clauses or provisions, supplemental to the Plans, Standard Specifications and other contract documents, setting forth conditions varying from or additional to the Standard Specifications for a specific project. `, 3.22 SPECIFICATIONS The directions, provisions, and requirements together with all written agreements made or to be made, setting forth or relating to the method and manner of performing the Work, or to the _ quantities and qualities of materials, labor and equipment to be furnished under the Agreement. 3.23 SUBCONTRACTOR _ An individual, partnership or corporation supplying labor, equipment or materials under a direct contract with the contractor for work on the project site. Included is the one who supplies materials fabricated or formulated to a special design according to the plans and specifications for the particular project. 3.24 SUPPLEMENTAL AGREEMENT A written understanding, or proposal and acceptance, executed between the City and the Contractor subsequent to execution of the Agreement herein with the written consent of the Contractor's Surety, relating to the work covered by the Agreement and clarifying or furthering the terms thereof. A modification to the Agreement shall be made by Contract Addendum. 3.25 SURETY Surety is a corporation qualified to act as surety under the laws of Florida, who executes the Contractor's Performance and Payment Bonds and is bound with the Contractor for the acceptable performance of the contracted work and for the payment of all debts pertaining thereto. 3.26 WORK, (The) or PROJECT, (The) The public improvement contemplated in the Plans and Specifications, and all actions necessary to construct the same. t_ .•t. •tlt t Work orders are work instructions including specification and plans that show the location, character, dimensions and details to the work to be done. Work orders are specific instructions, of .� limited scope, that will be a part of this contract. Work orders shall be considered as part of the contract documents. Taxiways "D" and "E" Sebastian Municipal Airport ARTICLE II - Performance 3-6 Construction Services Agreement n. r s 4.0 PLANS, SPECIFICATIONS AND RELATED DATA 4.1 INTENT OF PLANS AND SPECIFICATIONS The intent of the Plans, Specifications, Work Orders and other Contract Documents is that the Contractor furnishes all labor and materials, equipment, supervision and transportation necessary for the proper execution of the Work unless specifically noted otherwise. The Contractor shall do ., all the work shown on the Plans and described in the Specifications and other Contract Documents and all incidental work considered necessary to substantially complete the Work ready for use, occupancy, or operation in a manner acceptable to the City. 4.2 CONFLICT In the event of any inconsistency, discrepancy or conflict between the Agreement, the Plans, .. Specifications, and other Contract Documents, the Agreement shall prevail and govem over all except a subsequently executed Contract Addendum; in the event of an inconsistency, discrepancy or conflict between the Plans and Specifications, the Specifications shall prevail and govern. 4.3 DISCREPANCIES IN PLANS Any discrepancies found between the Plans and Specifications and site conditions, or any errors .. or omissions in the Plans or Specifications, shall be immediately reported to the Engineer and City. The Engineer shall promptly determine the validity and seriousness of the claimed condition and correct any such error or omission in writing, or otherwise direct Contractor. Any work done by the Contractor after his discovery of such discrepancies, errors or omissions shall be done at the Contractor's risk. Any correction or errors or omissions in Plans and Specifications may be made by the Engineer when such correction is necessary for the proper fulfillment of their intention as construed by him. Where said correction of errors or omissions, except as provided in the next two (2) paragraphs below, adds to the amount of work to be done by the Contractor, compensation for said additional work shall be made under the Paragraph 10.7 CHANGES IN THE WORK below, except where the additional work may be classed under some item of work for which a unit price is included in the proposal. The fact that specific mention of any part of work is omitted in the Specifications, whether intentionally or otherwise, when the same is clearly shown or indicated on the Plans, or is usually and customarily required to complete fully such work as is specified herein, will not entitle the Contractor to consideration in the matter of any claim for extra compensation, but the said work must be installed or done the same as if called for by both the Plans and Specifications. All work indicated on the Plans and not mentioned in the Specifications or vice versa, and all work and material usual and necessary to make the Work complete in all its parts, whether or not they are indicated on the Plans or mentioned in the Specifications, shall be furnished and executed the same as if they were called for by both the Plans and Specifications. M Taxiways "D" and "E" Construction Services Agreement Sebastian Municipal Airport 3-7 M The Contractor will not be allowed to take advantage of any errors or omissions in the Plans and Specifications. The Engineer will provide full information when errors or omissions are discovered. 4.4 DRAWINGS AND SPECIFICATIONS AT JOB SITE One (1) complete set of all Plans, Specifications, Work Orders, Addenda, Change Orders, Shop Drawings and samples shall be maintained at the job site, in good order and annotated to show all changes made during the construction process, and shall be available to the Engineer and City at all times. A final copy thereof, along with "as -built" record drawings, operations and maintenance manuals, and data sheets, shall be delivered to the Engineer upon the completion of the Work. 4.5 DIMENSIONS Dimensions shown on the Plans will be used. Where the work of the Contractor is affected by finished dimensions, these shall be verified by the Contractor at site, and he shall assume the _ responsibility for their use. 4.6 SAMPLING AND TESTING Except as otherwise provided, sampling and testing of all materials, and the laboratory methods and testing equipment, required under the Specifications shall be in accordance with the latest standards or tenets of the American Society for Testing Materials. The testing of samples and materials shall be made at the expense of the Contractor, except where indicated otherwise. The Contractor shall furnish any required samples without charge. The Contractor shall be given sufficient notification of the placing of orders for materials to permit testing. It is expected that all inspections and testing of materials and equipment will be done locally. If the Contractor desires that inspections for tests be made outside of the local area, all additional expenses, including per diem for the Engineer or Inspectors, shall be borne by the Contractor. 4.7 SHOP DRAWINGS The Contractor shall provide shop drawings, setting schedules and other drawings as may be necessary for the prosecution of the Work in the shop and in the field as required by the Plans and Specifications or Engineer's instructions. Deviations from the Plans and Specifications shall be called to the attention of the Engineer at the time of the first submission of shop drawings and other drawings. The Engineer's approval of any shop drawings shall not release the Contractor from responsibility for errors, corrections of details, or conformance with the Contract. Shop drawings shall be submitted according to the following schedule: (a) Seven (7) copies shall be submitted to the Engineer at least thirty (30) days before the materials indicated thereon are to be needed or earlier if required to prevent delay of work or to comply with subparagraph (b). (b) The Engineer shall, within fourteen (14) days of the submittal of any shop drawings, return three (3) copies to the Contractor marked with any corrections and changes required and noting if the drawings are acceptable as noted, or if resubmittal is required. (c) The Contractor shall then correct the shop drawings to conform to the corrections and changes requested by the Engineer and resubmit six (6) copies to the Engineer. Taxiways "D" and "0' Sebastian Municipal Airport 3-8 Construction Services Agreement • • (d) Three (3) copies of Approved Shop Drawings shall be returned to the Contractor • by the Engineer. 4.8 QUALITY OF EQUIPMENT AND MATERIALS • In order to establish standards of quality, the Specifications may refer to certain products by name and catalog number. This procedure is not to be construed as eliminating from competition other products of equal or better quality by other manufacturers where fully suitable in design. • The Contractor shall furnish to the Engineer a complete list of his proposed desired substitutions prior to the signing of the Contract, together with such engineering and catalog data as the Engineer .. may require. Further substitutions may be submitted during the course of work in accordance with Paragraph 4.10 SUBSTITUTION OF EQUIPMENTAND/OR MATERL4L below. ., The Contractor shall abide by the Engineer's judgment when proposed substitution of materials or items or equipment are judged to be unacceptable and shall furnish the specified material or item of equipment in such case. All proposals for substitutions shall be submitted to the Engineer in writing by the Contractor and not by individual trades or material suppliers. The Engineer will advise of approval or disapproval of proposed substitutions in writing within a reasonable time. No substitute materials shall be used unless approved by Engineer in writing. • 4.9 EQUIPMENT APPROVAL DATA The Contractor shall furnish one (1) copy of complete catalog data for every manufactured item • of equipment and all components to be used in the Work, including specific performance data, material description, rating, capacity, material gauge or thickness, brand name, catalog number and general type. This submission shall be compiled by the Contractor and submitted to the Engineer for review and written approval by the Engineer and City before any of the equipment is ordered. • Each data sheet or catalog in the submission shall be indexed according to specification section and paragraph for easy reference. • After written approval is received by the Contractor, submission shall become a part of the Contract and may not be deviated from except upon written approval of the Engineer and City. Catalog data for equipment approved by the Engineer and City does not in any case supersede the • Contract Documents. The acceptance by the Engineer and City shall not relieve the Contractor from responsibility for deviations from Plans or Specifications, unless he has called the Engineer's attention, in writing, to such deviations at the time of submission, nor shall it relieve him from responsibility for errors of any sort in the items submitted. The Contractor shall check the work described by the catalog data with the Contract Documents for deviations and errors. It shall be the responsibility of the Contractor to insure that items to be furnished fit the space available. He shall make necessary field measurements to ascertain space requirements, including those for connections, and shall order such sizes and shapes of equipment that the field installation shall suit the true intent and meaning of the Plans and Specifications. Taxiways "D" and "E" Construction Services Agreement Sebastian Municipal Airport 3-9 r� ^ Where equipment requiring different arrangement of connections from those shown is approved, it shall be the responsibility of the Contractor to install the equipment to operate properly, and in harmony with the intent of the Plans and Specifications, and to make all changes in the Work required by the different arrangement of connections at his own expense. 4.10 SUBSTITUTION OF EQUIPMENT AND/OR MATERIAL After the execution of the Contract Agreement, the substitution of equipment and/or material for that specified will be considered if: (a) The equipment and/or materials proposed for substitution is determined by the Engineer to be equal or superior to that specified in the Contract; (b) Unless determined to be of superior quality, the equipment and/or material proposed for substitution is less expensive than that specified and that such savings to the City, as proposed by the Contractor, are submitted with the request for substitution. If the substitution is approved, the Contract price shall be reduced accordingly; and _ (c) The equipment and/or material proposed for substitution is readily available and its delivery and use, if approved as a substitution, will not delay the scheduled start and completion of the specified work for which it is intended or the scheduled completion of the entire work to be completed under the contract. No request will be considered unless submitted in writing to the Engineer and approval by the Engineer and City must also be in writing. To receive consideration, requests for substitutions must be accompanied by documentary proof of the actual difference in cost to the Contractor in the form of quotations to the contractor covering the original equipment and/or material, and also equipment and/or material proposed for substitution or other proof satisfactory to the Engineer. It is the intention that the City shall receive the full benefit of the saving in cost involved in any substitution unless the item is substituted for one designated in the Specifications by specific manufacturer's name and type, in which case one-third of the savings shall accrue to the benefit of the Contractor. In all cases, the burden of proving adequate proof that the equipment and/or material offered for substitution is equal or superior in construction and/or efficiency to that named in the Contract shall rest on the Contractor and the proof will be submitted to the Engineer. Request for substitution of equipment and/or material which the Contractor cannot prove to the satisfaction of ^ the Engineer, at its sole discretion and judgment, to be equal or superior in construction and/or efficiency to that named in the Contract will not be approved. r 5.0 MATERIALS AND WORKMANSHIP 5.1 MATERIALS FURNISHED BY THE CONTRACTOR .. All materials and equipment used in the Work shall meet the requirements of the respective Specifications, and shall not be used until it has been approved in writing by the Engineer. Wherever the specifications call for an item of material or equipment by a manufacturer's name and type, and additional features of the item are specifically required by the specifications, the additional features specified shall be provided whether or not they are normally included in the .. standard manufacturer's item listed. Taxiways "D" and "E" Construction Services Agreement Sebastian Municipal Airport 3-10 M .. Wherever the specifications call for an item of material or equipment by a manufacturer's name and type, and the specified item becomes obsolete and is no longer available, the Contractor shall provide a substitute item of equal quality and performance which is acceptable to the Engineer and .. City and is currently available, at no increase in Contract price. 5.2 STORAGE OF MATERIALS so Materials and equipment shall be stored so as to incur the preservation of their quality and fitness for the Work. When considered necessary, they shall be placed on wooden platforms or other hard clean surfaces, and not on the ground, and/or they shall be placed under cover. Stored materials .. and equipment shall be located so as to facilitate prompt inspection. Private property zoned for, or adjacent to land zoned for, residential uses shall not be utilized for storage purposes. 5.3 REJECTED WORK AND MATERIAL Any materials, equipment or work which do not satisfactorily meet the Specifications may be OR condemned by the Engineer or City by giving a written notice to the Contractor. All condemned materials, equipment or work shall be promptly taken out and replaced. All materials and equipment which do not conform to the requirements of the Contract Documents, are not equal to samples approved by the Engineer and City, or are in any way unsatisfactory or unsuited to the purpose for which they are intended, shall be rejected. Any defective work whether the result of poor workmanship, use of defective materials, damaged through carelessness or from other cause shall be removed within ten (10) days after written notice is given by the City, and the work shall be re -executed by the Contractor. The fact that the Engineer or the City may have previously overlooked such defective work shall not constitute an acceptance of any part of it. _ Should the Contractor fail to remove rejected work or materials within ten (10) days after written notice to do so, the City may remove them and may store the materials and equipment. Satisfaction of warranty work after final payment shall be in accordance with Paragraph 10.15. 5.4 MANUFACTURER'S DIRECTION Manufactured articles, materials and equipment shall be applied, installed, connected, erected, used, cleaned, and conditioned as directed by the manufacturer unless herein specified to the "e contrary. 5.5 SKILL AND CHARACTER OF WORKMEN All workmen must have sufficient knowledge, skill and experience to perform properly the work assigned to them. Any foreman or workman employed by the Contractor or subcontractors who, in the opinion of the Engineer or the City does not perform his work in a skillful manner, or appears to be incompetent or to act in a disorderly or intemperate manner shall, at the written request of the City, be discharged immediately and shall not be employed again in any portion of the Work without the approval of the City. The Contractor shall at all times be responsible for the conduct and discipline of his employees and/or any subcontractor or persons employed by subcontractors. 5.6 CUTTING AND PATCHING Taxiways "D" and "E" Construction Services Agreement .� Sebastian Municipal Airport 3 -Il M The Contractor shall do all necessary cutting and patching of the Work that may be required to properly receive the work of the various trades or as required by the Plans and Specifications to complete the Work. He shall restore all such cut or patched work as directed by the Engineer or the City. Cutting of existing structures that could endanger the Work, adjacent property, workmen or the public shall not be done unless approved by the Engineer and under his surveillance. 5.7 CLEANING UP The Contractor shall at all times keep the premises free from accumulation of waste materials or rubbish caused by his employees or work. At the completion of the Work, he shall remove all his rubbish, tools, scaffolding and surplus materials and shall leave his work "broom clean" or its equivalent, unless more exactly specified, and shall insure that all debris and other unsightly objects are removed and disposed of in a satisfactory manner. At no additional expense to the City, the Contractor will restore to their original conditions or better, as nearly as practicable, those portions of the site not designated for alteration and all such property, structure, utilities, landscaping, etc., disturbed or damaged during the prosecution of the Work. Final payment will be withheld until such clean up and repairs are completed The Work will be considered complete only after all debris and unused material due to or connected with the Work have been removed and the surrounding area left in a condition satisfactory to the City. In the event the City finds that the Contractor has not complied in keeping the job site clean, the City may, after twenty-four (24) hours written notice to the Contractor to correct the situation, elect to have the job site cleaned by an independent labor force. The cost of cleaning by said independent labor force shall be deducted from moneys due the Contractor. 5.8 CITY'S OWNERSHIP OF MATERIALS Any and all materials, whether structural or natural, found within the limits of the project remain the property of the City unless City ownership is specifically conveyed to the Contractor. All material, equipment and work become the sole property of the City as installed. These provisions shall not be construed as relieving the Contractor from the sole responsibility for all materials and work for which payments have been made, for the restoration of damaged work, or .. as a waiver of right of the City to require the fulfillment of all the terms of the Contract. 5.9 GUARANTEE The Contractor shall warrant all equipment furnished and work performed by him for a period of one (1) year from the date of final written acceptance of the Work by City. Satisfaction of warranty work after final payment shall be as per Paragraph 10.15. All equipment and material warranties or guarantees shall be drawn in favor of the City and the originals thereof furnished to the Engineer for review and acceptance prior to final payment. Such guarantee shall in no way limit or relieve the Contractor of liability from subsequent claims of breach of contract due to substandard materials or workmanship, nor shall such warranty period Taxiways "D" and "E" Construction Services Agreement Sebastian Municipal Airport 3-12 OR .n shorten the statute of limitations for bringing a breach of contract or other action based upon any .. such deficiencies. 6.0 CONSTRUCTION STAKING TO BE PERFORMED BY CONTRACTOR OR 6.1 PERSONNEL, EQUIPMENT AND RECORD REQUIREMENTS Adequate field notes and records shall be available for review by the City and Engineer as the w Work progresses and copies shall be available if necessary. Any inspection or checking of the Contractor's field notes or layout work by the Engineer and City and the acceptance of all or any part thereof, shall not relieve the Contractor of his responsibility to achieve the lines, grades and .0 dimensions shown in the Plans and Specifications. Prior to final acceptance of the project, the Contractor shall mark in a permanent manner on the .r surface of the completed Work all control points shown on the Plans. 6.2 CONTROL POINTS FURNISHED BY THE CITY The City will provide boundary or other control points and bench marks as shown on the Plans as "Contractor's Survey Control Point", if any is provided. The Contractor shall be responsible for all survey control of his work during construction. The Contractor shall preserve all reference points and benchmarks furnished by the City. 6.3 FURNISHING OF STAKE MATERIALS The Contractor shall furnish all stakes, templates and other materials necessary for establishing and maintaining the lines and grades necessary for control and construction of the Work. 6.4 LAYOUT OF WORK Utilizing the control points furnished by the City in accordance with Paragraph 6.2, the Contractor shall establish all horizontal and vertical controls necessary to construct the Work in conformance with the Plans and Specifications. The Work shall include performing all calculations required and setting all stakes needed such as grade stakes, offset stakes, reference point stakes, slope stakes, and other reference marks or points necessary to provide lines and grades for all construction. Survey notes indicating the information and measurements used in establishing locations and grades shall be kept in notebooks and fumished to the Engineer with the record drawings for the Project. 6.5 RECORD DRAWINGS: At contract close-out, record drawings shall be delivered to Engineer for review and approval. Drawings shall be prepared by a licensed surveyor and provided in an electronic format (AUTOCAD), and on mylar, and three (3) sets of signed and sealed hard copies. The drawings shall depict depths of various elements of construction in relation to N.G.V.D. (1929); Horizontal and vertical locations of all underground drainage, utilities, irrigation, etc., referenced to permanent surface improvements; horizontal and vertical locations of all surface and above ground improvements including but not limited to pavement, curbs, sidewalks, inlets, manholes, buildings, mechanical/electric facilities, retention ponds, swales, ditches, fences, trees/shrubs; and record drawings must also comply with other local agency requirements, including I.R.C.D.U.S. as -built Taxiways "D" and "E" Construction Services Agreement Sebastian Municipal Airport 3-13 ..r data required for water and sewer construction (state plane coordinates on all water and sewer utility infrastructure). 6.6 PAYMENT The cost of performing layout work as described above shall be included in the contract unit prices for the various items of work to which it is incidental, unless a separate bid item is included in the Bid Proposal Form. 6.7 COORDINATION WITH CITY The City's recorded subdivision plats shall be considered correct. The distance, bearing and curve information provided shall be used by the Contractor's surveyor to establish alignment throughout construction. All surveying activities will be coordinated with the City's surveyor as needed for proper completion of all work on the site. Primary control monuments, originally set by the City, that are disturbed or destroyed during construction shall be accurately replaced by the Contractor's surveyor to the satisfaction of the City's surveyor. 6.8 LOCATION OF EXISTING UTILITIES AND PIPING All existing underground utilities, such as telephone, cable television, water mains, sewer mains, and electrical cables must be located by the Contractor prior to starting work. The Contractor shall contact the Utilities at least 48 hours prior to commencing any work within the project area. There may be other utilities within the project area. The cost of substantiating the location of utilities shall be borne by the Contractor and included in the contract unit prices for the various items of work to which it is incidental. The Contractor shall be responsible for the repair and/or replacement of utilities, which he damages during the course of construction. Utilities deemed to require relocation shall be identified by the Contractor prior to commencing work. The Contractor shall notice the Engineer of the conflict and seek direction from the Engineer prior to proceeding with work. Directions from the Engineer may be to proceed despite conflict, place work order on hold and commence work at a different location, or relocate utilities under separate contract with the utility or a change order to be directed by the Engineer and approved by the City. 7.0 PROGRESS AND COMPLETION OF WORK 7.1 CONTRACTOR'S OBLIGATION Contractor shall supervise and direct the Work, using Contractor's best skill and attention. Contractor shall be solely responsible for and have control over construction means, methods, techniques, sequences and procedures and for coordinating all portions of the Work under this .. Contract, unless the Contract Documents give other specific instructions concerning these matters. Unless otherwise provided in the Contract Documents, Contractor shall provide and pay for labor, materials, equipment, tools, construction equipment and machinery, water, heat, utilities, Taxiways "D" and "E" Construction Services Agreement Sebastian Municipal Airport 3-14 M transportation, and other facilities and services necessary for the proper execution and completion .. of the Work, whether temporary or permanent and whether or not incorporated or to be incorporated in the Work. .. Unless otherwise provided in the Contract Documents, Contractor shall pay all sales, use and other similar taxes. .. Contractor shall enforce strict discipline and good order among Contractor's employees and other persons carrying out the Work. Contractor shall not permit employment of unfit persons or persons not skilled in tasks assigned to them. Contractor currently holds and shall maintain at all times during the term of this Contract all required federal, state and local licenses necessary to perform the Work required under the .� Contract Documents. Contractor shall be responsible to the City for the acts and omissions of Contractor's employees, ,. Subcontractors and their agents and employees, and other persons performing portions of the Work under a contract with Contractor. Contractor shall indemnify, defend and hold the Engineer and City harmless from all claims arising out of or related to its performance of the Work except for acts arising solely from the active negligence of the City. 7.2 START OF CONSTRUCTION The Contractor shall commence work on the date specified in the Notice to Proceed subsequently issued by the City, or as specifically noted in any Contract Addendum. However, in no case shall the Contractor commence work until the City has been furnished and acknowledges receipt of the Contractor's Certificates of Insurance and a properly executed performance and payment bond as required. 7.3 CONTRACT TIME The contractor shall complete, in an acceptable manner, all of the Work in the time stated in the so Contract Agreement and any Addenda or Change Orders thereto. 7.4 SCHEDULE OF COMPLETION The Contractor's schedules are subject to the approval of the Engineer and City, which shall not be unreasonably withheld, and shall reflect a logical sequence of the various components of work and the anticipated rates of production necessary to complete the Work on or before the completion date. Said schedules shall be submitted within ten (10) days of the execution of the agreement by the City except when requested otherwise and shall be updated and resubmitted to the Engineer and City on the twenty-fifth (25th) day of every month with the Contractor's pay request. 7.5 COORDINATION OF CONSTRUCTION/PRECONSTRUCTION CONFERENCE The Contractor shall coordinate his work with other contractors, the City and utilities to assure orderly and expeditious progress of work. Taxiways "D" and "0' Construction Services Agreement Sebastian Municipal Airport 3-15 The City shall hold a pre -construction conference at Sebastian City Hall at a time and date mutually agreed upon with the Contractor after the Contract has been awarded and fully executed. 7.6 PROPERTY OF OTHERS A. Public Ownership The Contractor shall be responsible for the preservation of all public property, trees, monuments, etc., along and adjacent to the street and/or right-of-way, and shall use every precaution necessary to prevent damage or injury thereto. He shall use suitable precautions to prevent damage to pipes, conduits and other underground structures, and shall protect carefully from disturbance or damage all monuments and property marks until a land surveyor has witnessed or otherwise referenced their location and shall not remove them until so directed by the Engineer in writing.. .. B. Private Ownership Mail and newspaper boxes, sprinkler systems, ornamental shrubs, lawn ornaments, house numbers, fences, etc. may be removed and relocated by the property owners. The City will not remove, relocate, or re -install mail boxes, sprinkler systems, ornamental shrubs, etc. belonging to a private property owner. However, should such items not be removed or relocated by the start of construction, the Contractor shall remove the objects, in a manner which does not damage or injure the objects at no extra cost to the City, which interfere with the construction of the Project and ., place them on the property owner's front lawn just outside the project limits. Otherwise, the Contractor shall not enter upon private property for any purpose without obtaining permission from the property Owner thereof. Where extensive intrusions upon private property are required for construction, the City and Contractor shall cooperate to obtain Temporary Construction Easements from the landowner. 7.7 PROTECTION OF EXISTING UTILITIES AND FACILITIES All utilities and all structures of any nature, whether below or above ground, that may be affected by the Work but are not required to be disturbed or relocated by the very nature of the project, shall be protected and maintained by the Contractor and shall not be disturbed or damaged by him during the progress of the Work; provided that, should the Contractor disturb, disconnect or damage any utility or any structure, all expenses of whatever nature arising from such disturbance or the replacement or repair and testing thereof shall be borne by the Contractor. 7.8 CROSSING PUBLIC FACILITIES When new construction crosses highways, railroads, streets or similar public facilities under the jurisdiction of state, county, city, or other public agency or private entity, the City through the Engineer shall secure written permission prior to the commencement of construction of such crossing. The Contractor will be required to furnish evidence of compliance with conditions of the permit from the proper authority before final acceptance of the Work by City. Road closures are governed by Paragraph 8.3 below. .� 7.9 CHANGES IN THE WORK The City may order changes in the Work through additions, deletions or modifications without invalidating the Contract; however, any change in the scope of work or substitution of materials shall require the recommendation of the Engineer and the written approval of the City. Compensation and time of completion affected by the change shall be adjusted at the time of .. ordering such change. New and unforeseen items of work found to be necessary and which cannot Taxiways "D" and "E" Construction Services Agreement Sebastian Municipal Airport 3-16 .. be covered by any item or combination of items for which there is a contract price shall be classed .. as changes in the Work. The Contractor shall do such changes in the Work and furnish such materials, labor and equipment as may be required for the proper completion of construction of the work contemplated. In the absence of such written order, no claim for changes in the Work .. shall be considered. Changes in the Work shall be performed in accordance with the Specifications where applicable and work not covered by the specifications or special provisions shall be done in accordance with specifications issued for this purpose. Changes in the Work required in an ., emergency to protect life and property shall be performed by the Contractor as required. 7.10 EXTENSION OF CONTRACT TIME r No extension of time shall be valid unless given in writing by the City. No monetary compensation shall be given for such delay. ,. A delay beyond the Contractor's control occasioned by an "Act of God" may entitle the Contractor to an extension of time in which to complete the Work as determined by the City provided, however, the Contractor shall immediately give written notice to the City of the cause of such delay. "Rain day" extensions shall be granted upon written request of the Contractor to the City's Project Manager or Engineer when said Project Manager or Engineer determines that weather conditions make it counterproductive to work on said days. "Rain day" requests must be submitted at the end of each work week or be waived, and the cumulative "rain day" extensions granted shall be processed as a Change Order with each pay submittal. In the event that the City suspends the Work as provided in Paragraph 9.3, the Contractor shall be granted an extension of time to complete the Work for as many calendar days as the Work was suspended; except, however, that the Contractor will not be granted an extension of time to complete the Work if the suspension was caused by a fault of the Contractor. ., 7.11 CORRECTION OF WORK Contractor shall, at no cost to the City, promptly correct Work failing to conform to requirements of the Contract Documents, whether observed before or after completion of the Work and whether or not fabricated, installed or completed, and shall correct any Work found to be not in accordance with the requirements of the Contract Documents within a period of one (1) year from the date of completion of the Work or by the terms of an applicable special warranty required by the Contract Documents. The provisions of this Paragraph apply to the Work done by Subcontractors as well as to the Work done by direct employees of Contractor. '" Nothing contained in this Paragraph shall be construed to establish a period of limitation with respect to other obligations which Contractor might have under the Contract Documents. Establishment of the time period of one (1) year as described in Subparagraph 7.11(a) above relates only to the specific obligation of Contractor to correct the Work, and has no effect on the time within which the obligations of the Contract Documents may be enforced, nor to the time within which proceedings may be commenced to establish Contractor's liability with respect to Contractor's remaining contractural obligations. Taxiways "D" and "E" Construction Services Agreement Sebastian Municipal Airport 3-17 7.12 LIQUIDATED DAMAGES In the event Contractor violates or fails to perform any provision of the Contract Documents, then .. the City may elect to receive, and Contractor agrees to pay, liquidated damages as provided in paragraph 2.6. Inspection of the Work by the City and the subsequent issuance of a notice by the City and Engineer indicating substantial completion will be the date used to signify work completion. If completion is beyond the schedule agreed upon, liquidated damages may be imposed by the City on the Contractor and will be withheld from payment. + It is expressly acknowledged by Contractor that said payment shall not be interpreted nor construed as a penalty but is in fact a good faith attempt to fix damages which the City will suffer in the event Contractor fails to perform as required hereunder or violates any provision of the Contract .. Documents. 8.0 PUBLIC HEALTH AND SAFETY 8.1 PROTECTION OF PERSONS AND PROPERTY The Contractor shall submit, for the City's approval, a project safety and security plan which _ describes the Contractor's plans and procedures to protect the safety and property of property owners, residents, and passers-by. The plan shall describe measures and precautions to be taken during working hours and non -working hours. A. Safety Precautions and Programs The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work in accordance with the U.S. Department of Labor Occupational Safety and Health Act and the laws of the State of Florida. This Contract requires that the Contractor and any and all subcontractors hired by the Contractor comply with all relevant standards of the Occupational Safety and Health Act. Failure to comply with the Act constitutes a failure to perform. The Contractor agrees to reimburse the City for any fines and/or court costs arising from penalties charged to the City for violations of OSHA committed by the Contractor or any and all subcontractors. B. Safety of Persons and Property The Contractor shall take all reasonable precautions for the safety of, and shall provide all reasonable protection to prevent damage, injury or loss to, all employees on the Work and all other persons who may be affected thereby; all the work materials and equipment to be incorporated + therein, whether in storage on or off the project site, under the care, custody or control of the Contractor or any of his subcontractors; and other property on the project site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not designated + for removal, relocation or replacement in the course of construction. The Contractor shall be held fully responsible for such safety and protection until final written + acceptance of the Work. Fire hydrants on or adjacent to the Work shall be kept accessible to fire fighting equipment at all .+ times. Temporary provisions shall be made by the Contractor to insure the proper functioning of Taxiways "D" and "E" Construction Services Agreement Sebastian Municipal Airport .. 3-18 Oil all swales, gutters, sewer inlets, drainage ditches and irrigation ditches, which shall not be .. obstructed except as approved by the City. The Contractor acknowledges that, in executing the Project, it will operate machinery and .. equipment that may be dangerous to the adjacent property owners and the general public. The Contractor will be required to conduct excavations for the Project which may be hazardous to person and property. The Contractor shall develop and implement a job safety and security plan which will adequately protect all property and the general public. r. 8.2 TRAFFIC CONTROL All safety precautions, traffic control, and warning devices necessary to protect the public and ,. workmen from hazards within the right-of-way shall be in strict accordance with SECTION 102, MAINTENANCE OF TRAFFIC, in the Florida Dept. of Transportation (FDOT) Std. The State of Florida Manual of Traffic Control and Safe Practices for Street and Highway Construction, Maintenance and Utility Operations Specifications for Road and Bridge Construction, latest edition. shall be used as minimum standards, as applicable. .. Further, the Contractor shall carry on the Work in a manner that will cause the least possible obstruction and interruption in traffic, and the least inconvenience to the general public and the residents in the vicinity of the work. 8.3 ROAD CLOSURE AND DETOURS Local traffic shall be maintained within the limits of the Project for the duration of the construction period. Closing to through travel of more than two (2) consecutive blocks, including the cross .. street intersected will not be permitted without specific authorization of the City. No road or street shall be closed to the public except with the permission of the City and proper governmental authorities (I.R.C., F.D.O.T., as applicable). When closing of roads are permitted, it shall require .. forty-eight (48) hours notification to the City, I.R.C. , or F.D.O.T. (applicable agency with jurisdiction). Traffic detours shall be pre -approved prior to closing. "Street Closed to through Traffic' signs and "Detour" routes shall be indicated and maintained by the Contractor when the job is located in a public or private street. 8.4 PROVISION OF ACCESS Where traffic must cross open trenches, the contractor shall provide adequate ingress and egress to dwellings, business facilities, utilities and service. Temporary provisions shall be made by the Contractor to insure the use of sidewalks. The Contractor shall provide suitable crossings at street intersections and driveways, and supply such aid as may be required for pedestrians and motorists, including delivery vehicles, to safely negotiate the construction areas. On completion of Work within any area, the Contractor shall remove all debris, excess materials, barricades and temporary Work leaving walkways and roads in said area clear of obstructions. M 8.5 WARNING SIGNS AND BARRICADES Taxiways "D" and "E" Construction Services Agreement 00 Sebastian Municipal Airport 3-19 L r The Contractor shall provide adequate signs, barricades, warning lights and flagmen, as required, and all such other necessary precautions for the protection of the Work and the safety of the public. r All barricades and obstructions shall be protected at night by regulatory signal lights which shall be kept in operation from sunset to sunrise. Barricades shall be of substantial construction and shall be reflective to increase their visibility at night. Suitable warning signs shall be so placed and illuminated at night as to show in advance where construction, barricades or detours exist. Unless so designated in the Bid Documents, no direct payment for this work will be made, but the cost of providing, erecting and maintaining such protection devices, including guards, watchmen and/or .. flagmen as required shall be considered as included and paid for in the various contract prices of the Work. Warning signs and barricades shall be in conformance with the State of Florida, Manual of Traffic Control and Safe Practices for Street and Highway Construction, Maintenance and Utility Operations, latest edition. .. The Contractor shall provide and maintain adequate barricades, construction signs, torches, flashers, guards and flagmen as required in pedestrian and vehicular traffic areas. Regulations of local authorities shall be complied with. Advance warning signs are required on all streets where .. work is being conducted. Lane closures shall be signed and barricaded or coned as indicated in aforementioned FDOT Index. Flagmen may be required where traffic and length of lane closure warrant them. Where such a plan is needed, Contractor shall submit and obtain approval of their r traffic control plan by the City, or other applicable government agencies. 8.6 OPEN TRENCHES The Contractor shall fully comply with Florida Statutes and OSHA regulations with regard to open trenches during construction. The Contractor shall be place construction hazard fencing along any open trenches during the construction work -day, and shall leave no open trenches or r excavations over -night unless properly fenced and with the specific approval of the Engineer or the City. 8.7 PLACEMENT OF HEAVY EQUIPMENT The Contractor shall not leave construction equipment parked in front of or on a residential lot overnight or on weekends. At the close of work each day, the equipment shall be driven to and stored in a designated area so that the equipment will not become an "attractive nuisance" to neighborhood children. All equipment left unattended during the course of working day, such as during lunch hours or work breaks, shall not be left in a condition or location which would create r a safety hazard to the general public. All keys shall be removed from the machines during those times. r 8.8 TEMPORARY FACILITIES AND CONTROLS The Contractor shall provide controls for sanitary facilities, environmental protection and safety controls on site acceptable to the Florida Department of Health and Rehabilitative Services, r Department of Environmental Protection, and St. Johns River Water Management District. 8.9 SANITARY PROVISION Taxiways "D" and "E" Construction Services Agreement Sebastian Municipal Airport 3-20 M W The Contractor shall provide and maintain such sanitary accommodations adequate for the use of .0 his employees and those of his subcontractors, and as may be necessary to comply with the requirements and regulations of the local and state departments of health. .. Such facilities shall be made available when the first employees arrive on site of the Work, shall be properly secluded from public observation, and shall be constructed and maintained during the progress of the Work in suitable numbers and at such points and in such manner as may be required .+ or approved. The Contractor shall maintain the sanitary facilities in a satisfactory and sanitary condition at all times and shall enforce their use. Contractor shall rigorously prohibit the committing of nuisances on the site of the Work, on the lands of the City or an adjacent property. The City shall have the right to inspect such facilities at all times to determine whether or not they are being properly and ,. adequately maintained. Following the period of necessity for such accommodations, they and all evidence affixed thereto shall be removed. 8.10 WATER AND ELECTRIC SUPPLY The Contractor shall make all necessary applications and arrangements, and pay all fees and charges for water and electrical service necessary for the proper completion of the Project up to the time of final acceptance. The Contractor shall provide and pay for any temporary piping and .. connections. 8.11 NOISE CONTROL .. The Contractor shall provide adequate protection against objectionable noise levels caused by the operation of construction equipment, and shall submit a plan to the Engineer for his review prior to initiation and implementation of the plan. 8.12 DUST CONTROL The Contractor shall provide for adequate protection against raising objectionable dust clouds caused by moving construction equipment, high winds or any other cause, and shall submit a plan .. to the Engineer for his review prior to initiation and implementation of the plan. 8.13 WATER CONTROL The Contractor shall provide for satisfactory disposal of surplus water and shall submit a plan to the Engineer for his review prior to initiation and implementation of the plan. Prior approval shall be obtained from the proper authorities for the use of public or private lands or facilities for such disposal. 8.14 POLLUTION, SILTATION AND EROSION CONTROL The Contractor shall provide for and take sufficient precautions to prevent pollution of private and public lands, reservoirs, ponds, rivers, streams, creeks, etc., by the disposal of surplus materials in the forms of solids, liquids or gases including, but not limited to, fuels, oils bitumen, calcium chloride or other harmful materials. Taxiways "D" and "E" Construction Services Agreement Sebastian Municipal Airport 3-21 Contractor shall conduct and schedule Work operations so as to avoid or otherwise minimize pollution or situation of streams, lakes and reservoirs and to avoid interference with movement of migratory fish where there is a high potential for erosion and subsequent water pollution. Erosion control features shall be constructed concurrently with other work and at the earliest practicable time. The Contractor shall prepare a detailed description of Contractor's plan for Erosion and Turbidity Control (S.W.P.P.P.), including location of erosion control and turbidity control devices, marked on a plan set as needed for clarity. The erosion and turbidity control shall meet the requirements of the Florida Department of Environmental Protection and the St. John's River Water .. Management District for control of discharge of Total Suspended Matter, and shall prevent water and wind erosion of the work. The contractor agrees to reimburse the City for any fines and/or court costs arising from penalties charged to the City for violations of E.P.A., FDEP, or SJRWMD permits, permit conditions or regulations committed by the contractor or any subcontractors on this site. Article III - SUPERVISION AND ADMINISTRATION 9.0 ENGINEER, CITY, CONTRACTOR RELATIONS .. 9.1 ENGINEER'S RESPONSIBILITY AND AUTHORITY All work done shall be subject to the construction review of the Engineer and City. Any and all technical questions which may arise as to the quality and acceptability of materials furnished, work performed, or work to be performed, interpretation of Plans and Specifications and all technical questions as to the acceptable fulfillment of the Contract on the part of the Contractor shall be referred to the Engineer who will resolve such questions. 9.2 ENGINEER'S DECISION All claims of a technical nature of the City or Contractor shall be presented to the Engineer for resolution. 9.3 SUSPENSION OF WORK The City shall have the authority to suspend the Work wholly or in part, for such periods as may be deemed necessary and for whatever cause, to include but not be limited to, unsuitable weather or such other conditions as are considered unfavorable for prosecution of the Work, failure on the part of the Contractor to cavy out the provisions of the Contract or to supply materials meeting the requirements of the Specifications, or the action of a governmental agency, by serving written ^� notice of suspension to the Contractor. In the event that the Engineer shall become aware of any condition which may be cause for suspension of the Work, the Engineer shall immediately advise the City of such condition. The Contractor shall not suspend operations under the provisions of �- this Paragraph without the City's permission. 9.4 CONSTRUCTION REVIEW OF WORK Taxiways "D" and "E" Construction Services Agreement Sebastian Municipal Airport .. 3-22 .. All materials and each part or detail of the Work shall be subject at all times to construction review �. by the Engineer and the City and other government agencies with jurisdiction, including but not limited to F.D.O.T., F.D.E.P., I.R.C., and S.J.R.W.M.D.. The Engineer and the City may appoint inspectors. The Contractor will be held strictly to the true intent of the Specifications in regard to ., quality of materials, workmanship, and the diligent execution of the Contract. Such construction review may include mill, plant, or shop inspection, and any material furnished under the Specifications is subject to such inspection. The Engineer and the City shall be allowed access to .. all parts of the Work and shall be furnished with such information and assistance by the Contractor as is required to make a complete and detailed review. The City shall not be responsible for the acts or omissions of the Contractor. 9.5 FIELD TESTS AND PRELIMINARY OPERATION The Contractor shall perform the work of placing in operation all equipment installed under this .� Contract, except as specifically noted hereinafter. The Contractor shall make adjustments necessary for proper operation. The Contractor shall provide construction labor required for preliminary operation of the equipment installed under this Contract. The Contractor shall notify the Engineer and City when work is considered to be complete, in operating condition, and ready for inspection. Further inspection requirements may be designated .. in the Technical Specifications. The contractor shall conduct tests necessary to determine if the Work functions properly. Arrangements for testing laboratory services will be made by the contractor. Payment for testing to show compliance with specified requirements will be paid for by the contractor. At the city's discretion, the city may re -test or arrange additional testing beyond that normally and typically required to be provided by the contractor. The cost of retesting or additional testing shall be paid .. by the city, except when materials and workmanship fail to meet specified requirements. Then the cost will be deducted from moneys due the Contractor. 9.6 EXAMINATION OF COMPLETED WORK The Engineer or City may request an examination of completed work of the Contractor at any time before acceptance by the City of the Work and shall remove or uncover such portions of the finished work as may be directed. After examination, the Contractor shall restore said portions of the Work to the standard required by the Specifications. Should the work thus exposed or examined prove acceptable, the uncovering or removing and the replacing of the covering or making good "' of the parts removed shall be paid for as extra work, but should the work so exposed or examined prove unacceptable, the uncovering, removing and replacing shall be at the Contractor's expense. 9.7 CONTRACTOR'S SUPERINTENDENT A qualified superintendent, who is acceptable to the City, shall be maintained on the project and give sufficient supervision to the Work until its completion. The superintendent shall have full authority to act on behalf of the Contractor, and all communications given to the superintendent shall be considered given to the Contractor. In Taxiways "D" and "E" Construction Services Agreement Sebastian Municipal Airport 3-23 M general, such communications shall be confirmed in writing and always upon written request from the Contractor. 9.8 CITY'S RIGHT TO CORRECT DEFICIENCIES Upon failure of the contractor to perform the work in accordance with the Contract Documents, including any requirements with respect to the Schedule of Completion, and after five (5) days written notice to the Contractor, the City may, without prejudice to any other remedy he may have, correct such deficiencies. The Contractor shall be charged all costs incurred to correct deficiencies. 9.9 CITY'S RIGHT TO TERMINATE CONTRACT AND COMPLETE WORK In the event of any default by the Contractor, the City shall have the right to immediately terminate the Contract upon issuance of written notice of termination to the Contractor stating the cause for such action. This Agreement may be terminated by the City without cause provided at least thirty (30) days written notice of such termination shall be given to the Contractor. In the event of termination, the City may take possession of the Work and of all materials, tools and equipment thereon and may finish the Work by whatever method and means it may select. It shall be considered a default by the Contractor whenever he shall: (a) Declare bankruptcy, become insolvent or assign his assets for the benefit of his creditors. (b) Disregard or violate the provisions of the Contract Documents or City's written instructions, or fail to prosecute the Work according to the agreed schedule of completion including extensions thereof. (c) Fail to provide a qualified superintendent, competent workmen or subcontractors, or proper materials, or fail to make prompt payment therefore. 9.10 RIGHTS OF VARIOUS INTEREST Wherever work being done by the City's forces or by other contractors is contiguous to work covered by the Contract, the respective rights of the various interests involved shall be established by the City, to secure the completion of the various portions of the Work in general harmony. 9.11 SEPARATE CONTRACTS The City may let other contracts in connection with the Work of the Contractor. The Contractor shall cooperate with other Contractors with regard to storage of materials and execution of their work. It shall be the Contractor's responsibility to inspect all work by other contractors affecting his work and to report to the City any irregularities which will not permit him to complete his work in a satisfactory manner. His failure to notify the City of such irregularities shall indicate the work of other contractors has been satisfactorily completed to receive his work. It shall be the responsibility of the Contractor to inspect the completed work in place and report to the Engineer immediately any difference between completed work by others and the Plans. 9.12 SUBCONTRACTS AND PURCHASE ORDERS Prior to signing the Contract or at the time specified by the City, the Contractor shall submit in writing to the City the names of the subcontractor proposed for the Work. Subcontractor may not Sebastian Municipal Airport 3-24 Services Agreement M r� i M M be changed except at the request or with the approval of the City. The Contractor is responsible to ., the City for the acts and omissions of his subcontractors and their direct or indirect employees, to the same extent as he is responsible for the acts and omissions of his employees. The Contract Documents shall not be construed as creating a contractual relation between any subcontractors and the City. The Contractor shall bind every subcontractor by the terms of the Contract Documents. For convenience of reference and facilitate the letting of contracts and subcontracts, the Specifications are separated into title sections. Such separations shall not, however, operate to make the Engineer or City an arbiter to establish limits to the contracts between the Contractor and subcontractors. 9.13 WORK DURING AN EMERGENCY The Contractor shall perform any work and shall furnish and install materials and equipment necessary during an emergency endangering life or property. In all cases, he shall notify the Engineer and City of the emergency as soon as practicable, but he shall not wait for instructions before proceeding to properly protect both life and property. 9.14 ORAL AGREEMENTS No oral order, objection, claim or notice by any party to the others shall affect or modify any of the terms or obligations contained in any of the Contract Documents, and none of the provisions of the Contract Documents shall be held to be waived or modified by reason of any act whatsoever, other than by a definitely agreed waiver or modification thereof in writing, and no evidence shall be introduced in any proceeding of any other waiver or modification. 9.15 NIGHT, SATURDAY AND/OR SUNDAY WORK Saturday and Sunday work will be permitted with prior approval from City. This clause shall not pertain to crews organized to perform restoration work which needs no verifying inspection, maintenance work on equipment, or to operate and maintain special equipment such as dewatering pumps which may be required to work 24 hours per day. 9.16 UNAUTHORIZED WORK .. Work done without lines and grades having been established, work done without proper inspection, or any changes made or extra work done without written authority will be done at the Contractor's risk and will be considered unauthorized, and, at the option of the City, may not be measured and paid for. 9.17 USE OF COMPLETED PORTIONS OF THE WORK The City shall have the right to use, occupy, or place into operation any portion of the Work that has been completed sufficiently to permit safe use, occupancy, or operation, as determined by the Engineer. If such use, occupancy, or operation increases the cost of or delays the Work, the Contractor shall be entitled to extra compensation, or an extension of time, or both, as determined by the Engineer. However, if Contractor has failed to complete the Work in accordance with the time requirements of the Agreement, no compensation (including set -offs to liquidated damages) shall be allowed for such use or occupancy. Taxiways "D" and "E" Construction Services Agreement .� Sebastian Municipal Airport 3-25 M 9.18 CONTRACTOR'S RESPONSIBILITY FOR WORK Until acceptance of the Work by the City, it shall be under the charge and care of the Contractor, and he shall take every necessary precaution against injury or damage to 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, without additional compensation, all injury or damage to any portion of the Work occasioned by any cause, other than the sole and active negligence of the City, before its completion and acceptance. 10.0 MEASUREMENT AND PAYMENT 10.1 DETAILED BREAKDOWN OF CONTRACT _ Except in cases where unit prices form the basis for payment under the Contract, the Contractor shall submit a complete breakdown of the contract amount showing the value assigned to each part of the Work, including an allowance for profit and overhead within ten (10) days of the execution of the Contract by the parties. Upon approval of the breakdown of the contract amount by the Engineer and the City, it shall be used as the basis for all requests for payment. 10.2 REQUEST FOR PAYMENT The Contractor may submit to the City not more than once each month a request for payment for work completed. Where applicable, the Contractor may choose to submit a request for payment at the substantial completion of each work order. The City may elect to provide its own form for the Contractor to submit progress payment requests. The standard form provided by the City, or a form presented by the Contractor having received prior approval from the City, can be used for the submittal of a progress payment. The Contractor shall furnish the Engineer and the City all reasonable facilities required for obtaining the necessary information relative to the progress and execution of the Work. In addition to each month's invoice, an updated project schedule shall be submitted. Each request for payment shall be computed from the work completed to date on all items listed in the detailed breakdown of the contract amount less previous payments and back charges. Progress payments on account of Unit Price Work will be based on the number of units completed at the time the payment request was dated by the Contractor. If payment is requested on the basis ^ of materials and equipment not incorporated in the project but delivered and suitably stored at the site or at another location agreed to in writing, the payment request shall also be accompanied by a bill of sale, invoice or other documentation warranty that the City has received the materials and equipment free and clear of all liens, charges, security interests and encumbrances, all of which shall be satisfactory to the City. No payments shall be made for materials stored on site without approval of the City. .. An amount of 10% of each monthly pay request shall be retained until final completion and written acceptance of the Work by the City. Payment of the retainage shall be included in the Contractor's final pay request in accordance with Paragraph 10.14. Any deviation in the release or partial release Taxiways "D" and "E" Construction Services Agreement Sebastian Municipal Airport ^ 3-26 M M of the 10% retainage shall be at the sole discretion of the City, but in no case earlier than .. completion of the Engineer's "punch list inspection". Any request for payment shall be accompanied by claim releases for work done or materials furnished in accordance with Paragraph 10.13. Prior to submission of any request for payment by the Contractor, the Engineer shall review the .. request for payment to determine the following: (a) That the work covered by the request for payment has been completed in accordance with the intent of the Plans and Specifications. ., (b) That the quantities of work have been completed as stated in the request for payment, whether for a unit price contract or for payment on a lump -sum contract. ,. 10.3 CITY'S ACTION ON A REQUEST FOR PAYMENT Within thirty (30) days from the date of receipt of a request for payment the City shall do one of the following: (a) Approve and pay the request for payment as submitted. (b) Approve and pay such other amount of the request for payment in accordance with Paragraph 10.4 as the City shall decide is due the Contractor, informing the Contractor in writing of the reasons for paying the amended amount. (c) Disapprove the request for payment in accordance with Paragraph 10.4 informing the Contractor in writing of the reasons for withholding payment. • 10.4 CITY'S RIGHT TO WITHHOLD PAYMENT OF A REQUEST FOR PAYMENT The City may withhold payment in whole or in part on a request for payment to the extent .. necessary for any of the following reasons: (a) Work not performed but included in the request for payment, or the contract Price has been reduced by written change order. (b) Work covered by the request for payment which is not in accordance with the Plans, Specifications and generally accepted construction practices, including if, in the opinion of the City, there is sufficient evidence that the Work has not been satisfactorily completed, or based upon tests and/or inspections the work is .. defective or has been damaged requiring correction or replacement . (c) In the event of a filing of a claim or lien, or information received by City of a potential filing of a claim or lien against the Contractor or City. (d) Failure of the Contractor to make payments to subcontractors, material suppliers or labor. (e) Damage to another contractor. ON (f) The City has had to correct a defect in the Work, or there are other items entitling the City to a set-off against the amount recommended. (g) Default of any of the provisions of the Contract Documents. 10.5 PAYMENT FOR UNCORRECTED WORK Should the City direct, in writing, the Contractor not to correct work that has been damaged or that was not performed in accordance with the Contract Documents, an equitable deduction from the contract amount shall be made to compensate the City for the uncorrected work. Taxiways "D" and "E" Construction Services Agreement Sebastian Municipal Airport 3-27 rr 10.6 PAYMENT FOR REJECTED WORK AND MATERIALS The removal of work and materials rejected under Paragraph 5.3 and the re-execution of work by the Contractor shall be at the expense of the Contractor and the Contractor shall pay the cost of replacing the destroyed or damaged work of other contractors by the removal of the rejected work _ or materials and the subsequent re-execution of that work. In the event that City incurs expenses related thereto, Contractor shall pay for the same within thirty (30) days after written notice to pay is given by the City. If the Contractor does not pay the expenses of such removal, after ten (10) ., days written notice being given by the City of its intent to sell the materials, the City may sell the materials and shall pay to the Contractor the net proceeds therefrom after deducting all the costs and expenses that are incurred by the City. If the proceeds do not cover the expenses incurred by the City, such additional amounts may be set-off against any payments due Contractor. 10.7 CHANGES IN THE WORK A. Change Orders _ If conditions require a change in the scope of work or additional work varying from the original Plans or Specifications, such change shall be effected by the Contractor when the City issues a written Change Order. The Change Order shall set forth in complete detail the nature of the change, the change in the compensation to be paid the Contractor and whether it is an addition or a reduction of the original total contract cost. Should additional or supplemental drawings be required, they will be furnished by the Engineer. Compensation to be paid to the Contractor for accomplishing the work of a Change Order shall be established in one of the following ways: (a) By lump sum proposed by the Contractor and accepted by the City. (b) By unit prices established and agreed to. (c) By unit prices established for additional kinds of work. (d) By other methods as may be mutually agreed upon. (e) By force account wherein the Contractor provides the labor and materials at Contractor's direct cost plus 15% for overhead and profit. When the force account method is used, the Contractor shall provide full and complete records of all costs for review by the City. B. Claims Claims arising from changes or revisions made by the Contractor at the City's request shall be presented to the City before work starts on the changes or revisions. If the Contractor deems that extra compensation is due for work not covered herein, or in Supplemental Agreement, the Contractor shall notify the City in writing of its intention to make claim for extra compensation before work begins on which the claim is based. If such notification is not given and the City is -► not afforded by the Contractor a method acceptable to the City for keeping strict account of actual cost, then the Contractor hereby waives its request for such extra compensation. The City is not obligated to pay the Contractor if the City is not notified as described above. The Contractor may .� refuse to perform additional work requested by the City until an appropriate agreement is executed by the parties. Such notice by the Contractor and the fact that the City has kept account of the costs as aforesaid shall not in any way be construed as proving the validity of the claim. ., Taxiways "D" and "E" Construction Services Agreement Sebastian Municipal Airport 3-28 10.8 CANCELED ITEMS OF WORK .� The City shall have the right to cancel those portions of the contract relating to the construction of any item provided therein. Such cancellation, when ordered by the City in writing, shall entitle the Contractor to the payment of a fair and equitable amount covering all costs incurred by him pertaining to the canceled items before the date of cancellation or suspension of the Work. The Contractor shall be allowed a profit percentage on the materials used and on construction work actually done, at the same rates as provided for "Changes in the Work", but no allowance will be ., made for anticipated profits. Acceptable materials ordered by the Contractor or delivered on the site before the date of such cancellation or suspension shall be purchased from the Contractor by the City at actual cost and shall thereupon become the property of the City. 10.9 PAYMENT FOR WORK SUSPENDED BY THE CITY If the Work or any part thereof shall be suspended by the City as provided in Paragraph 9.3, the Contractor will then be entitled to payment for all work done except as provided in Paragraph 9.3. 10.10 PAYMENT FOR WORK BY THE CITY ., The cost of the work performed by the City removing construction materials, equipment, tools and supplies in accordance with Paragraph 5.7 and in correcting deficiencies in accordance with Paragraph 9.8 shall be paid by the Contractor. 10.11 PAYMENT FOR WORK BY CITY FOLLOWING TERMINATION OF CONTRACT A. Termination by City for Cause _ Upon termination of the contract by the City for cause, including abandonment or termination by Contractor, the City may enter into an agreement with others for the completion of the Work under this Agreement and the Contractor shall be held harmless for the work of others. No further _ payments shall be due the Contractor until the Work is completed and accepted by the City. If the unpaid balance of the contract amount shall exceed the cost of completing the Work including all overhead costs, Contractor shall be paid up to the amount of the excess balance on a quantum meruit basis for the work done prior to termination. If the cost of completing the Work shall exceed the unpaid balance, the Contractor or its Surety shall pay the difference to the City. The cost incurred by the City as herein provided shall include the cost of the replacement contractor and other expenses incurred by the City through the Contractor's default. In either event, all work done, tracings, plans, specifications, maps, computer programs and data prepared by the Contractor under this Agreement shall be considered property of the City. B. Termination by City Without Cause In the event the City without cause abandons, terminates or suspends this Agreement, the Contractor shall be compensated for services rendered up to the time of such termination on a quantum meruit basis and any work done or documents generated by the Contractor shall remain the property of the City. 10.12 TERMINATION OF CONTRACTOR'S RESPONSIBILITY The Contract will be considered complete when all work has been finished, the final construction review is made by the Engineer, and the project accepted in writing by the City. in 10.13 RELEASE OF CLAIMS (INTERIM/FINAL) Taxiways "D" and "E" Construction Services Agreement ..� Sebastian Municipal Airport 3-29 r� M The Contractor shall deliver, with each request for payment, a completed Affidavit and Release of Claim on a form supplied by the City. Also, from each supplier or subcontractor who has notified the City of his right to file a Claim (Notice to City) or who is listed in the Contractor's Affidavit and Release of Claim as an unpaid, potential Claimant, a Claimant's Sworn Statement of Account, executed by the supplier or subcontractor, must be attached to each request for payment. If the completed forms are not supplied with the request for payment, the City will notify Contractor of the outstanding claims of record and, if said completed form(s) are not supplied _ within thirty (30) days, the City shall make joint payments to the Contractor and outstanding claimants. M 10.14 ACCEPTANCE AND FINAL PAYMENT When it is determined, as a result of a joint inspection of the Work by the Contractor, City, and Engineer that the Work has been completed in accordance with the terms of the Contract Documents, the Engineer shall certify completion of the Work to the City. At that time, the Contractor may submit the Contractor's final request for payment. The Contractor's final request .. for payment shall be the contract amount plus all approved written additions less all approved written deductions and less previous payments made. As a condition for Final payment, a Contractor's Final Affidavit must be received by the City along with his Final Payment Request and any as -built drawings which may be required. The Contractor shall furnish full and final releases of Claim for labor, materials and equipment incurred in connection with the Work, following which the City will release the Contractor except as to the conditions of the performance bond, any legal rights of the City, required guarantees and satisfaction of all warranty work, and shall authorize payment of the Contractor's final request for payment. 10.15 SATISFACTION OF WARRANTY WORK AFTER FINAL PAYMENT The making of the final payment by the City to the Contractor shall not relieve the Contractor of responsibility for faulty materials or workmanship. The City shall promptly give notice of faulty materials and workmanship and the Contractor shall promptly replace any such defects discovered within one (1) year from the date of final written acceptance of the Work by the City. r_, 11.0 PUBLIC CONTRACT REQUIREMENTS 11.1 COVENANT AGAINST CONTINGENT FEES The Contractor warrants that he has not employed or retained any company or person, other than a bona fide employee working solely for the Contractor, to solicit or secure this Agreement and that he has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for the Contractor, any fee, commission, percentage, gift or any other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of this paragraph, the City shall have the right to terminate .. the Agreement without liability and, at its discretion, deduct from the Agreement price, or otherwise recover, the full amount of such fee, commission, percentage, gift or consideration. 11.2 INTEREST OF MEMBERS OF CITY AND OTHERS Taxiways "D" and "E" Construction Services Agreement Sebastian Municipal Airport 3-30 M No officers, members or employees of the City and no member of its governing body, and no other �. public official of the governing body of the locality or localities in which services for the facilities are situated or carried out, who exercises any functions or responsibilities in the review or approval of the undertaking or carrying out of this project, shall participate in any decision relating to this .. Agreement which affects his personal interest, or have any personal or pecuniary interest, direct or indirect, in this Agreement or the proceeds thereof. .. 11.3 CERTIFICATION OF RESTRICTIONS ON LOBBYING The Contractor agrees that no Federal appropriated funds have been paid or will be paid by or on behalf of the Contractor to any person for influencing or attempting to influence any officer or ,., employee of any Federal agency, a member of Congress, an officer or employee of Congress or an employee of a member of Congress in connection with the awarding of any Federal contract, the making of any Federal Grant, the making of any Federal loan, the entering into of any ,., cooperative agreement and the extension, continuation, renewal, amendment or modification of any Federal contract, Grant, loan or cooperative agreement. If any funds other than Federal appropriated funds have been paid by the Contractor to any person for influencing or attempting to influence an officer or employee of any Federal agency, a member of Congress, an officer or employee of Congress or an employee of a member of Congress in connection with any FDOT Joint Participation Agreement, the undersigned shall complete and submit Standard Form- "Disclosure Form to Report Lobbying" in accordance with its instructions. 11.4 INTEREST OF CONTRACTOR The Contractor covenants that he presently has no interest and shall not acquire any interest, direct or indirect, which shall conflict in any manner or degree with the performance of services required .. to be performed under this Agreement. The Contractor further covenants that in the performance of this Agreement, no person having any such interest shall be employed. The Contractor shall not undertake any professional work which conflicts with his duties as the City's Contractor without the prior written consent of the City during the term of this Agreement. Any work where the Contractor can reasonably anticipate that it may be called to testify as a witness against the City in any litigation or administrative proceeding will constitute a conflict of interest under this Agreement. 11.5 PUBLIC ENTITY CRIMES The Contractor shall file the attached sworn statement which is entitled PUBLIC ENTITY CRIMES, stating whether a person or affiliate as defined in Section 287.133 (1) Florida Statutes, has been convicted of a public entity crime subsequent to July 1, 1989, in accordance with the _ provisions of said statute. 11.6 DRUG-FREE WORKPLACE The Agreement documents also consist of the "Drug -Free Workplace Form" which is in '"" accordance with Florida Statute 287.089 and must be signed and instituted. 11.7 COMPLIANCE WITH LAWS Contractor shall comply with all applicable federal laws that in any way regulate or impact the Work, including, but not limited to, The Clean Air Act (42 USC §7506(c)), The Endangered Taxiways "D" and "E" Construction Services Agreement Sebastian Municipal Airport 3-31 M Species Act (16 USC §1531, et seq.), Executive Order No. 11593, Executive Order No. 11988, Executive Order No. 11990, The Fish and Wildlife Coordination Act (PL 85-624), The Safe Water Drinking Act Section 1424(e) (PL 93-523, as amended), The Wild and Scenic Rivers Act (PL 90- 542, as amended), The Demonstration Cities and Metropolitan Development Act of 1966 (PL 89- 754), Section 306 of The Clean Air Act, Section 508 of The Clean Water Act, Executive Order No. 11738, The Civil Rights Act of 1964 (PL 88-352), The Age Discrimination Act (PL 94-135), Section 13 of The Federal Water Pollution Control Act (PL 92-500), Executive Order No. 11246, Executive Order No. 11625, Executive Order No. 12138, Executive Order No. 12549, The Davis .. Bacon Act (40 USC §276), the Occupational Safety and Health Act and applicable regulations, and the Americans with Disabilities Act (PL 101-336). 11.8 INSURANCE The Contractor agrees to carry insurance, of the types and subject to the limits as set forth below and maintain said insurance during the life of this agreement: _ (a) Workers' Compensation - Contractor shall purchase workers' compensation insurance as required by law. (b) Commercial General Liability - Contractor shall purchase Commercial General Liability insurance with a combined single limit of at least $1,000,000. (c) Commercial Auto Liability - Contractor shall purchase Commercial Auto Liability insurance with a combined single limit of at least $1,000,000. Further, Contractor shall maintain such insurance as is reasonably required to satisfy its obligations under Paragraph 9.18 for the Work paid for by the City but not yet accepted. The insurance company selected shall be A+ or better per the Best's Key Rating Guide. The Contractor and the insurance company(s) shall agree to furnish the City thirty (30) days written notice of their intent to cancel or terminate said insurance. It is the full responsibility of the contractor to insure that all sub -contractors have full insurance coverage as stated above. The Contractor shall not commence the Work under this contract until he has obtained all the insurance required under this paragraph and certificates of such insurance have been submitted to the City, nor shall the Contractor allow any subcontractor to commence work on his subcontract until all insurance required has been so obtained and approved by the City. The Contractor shall cavy and maintain until acceptance of the Work, insurance as specified herein and in such form as shall protect him and any subcontractor performing work under this Contract, or the City, from all claims and liability for damages for bodily injury, including accidental death, under this Contract, whether by himself or by any subcontractor or by any one directly or indirectly employed by either of them. The Contractor shall furnish to the City certificates of insurance in duplicate showing proof of insurance, naming the City and the Engineer as an additional insured party, prior to the start of construction as provided in the Contract. .. 11.9 BOND Taxiways "D" and "E" Sebastian Municipal Airport 3-32 Construction Services Agreement .n The Contractor shall provide Bonds in the form prescribed by State Law, and generally as shown ., in these Documents, for Performance and Payment, each in the amount of 100% of the total contract amount. 11.10 PERMITS All City and St. John's River Water Management District permits and other permits necessary for the prosecution of the Work shall be secured by the City, except for the following .. permits/approvals that the contractor shall secure: Contractor's licenses and registrations, SJRWMD Consumptive Use Permit for construction de -watering activities, F.D.E.P. N.O.I to use Generic Permit for the Discharge of Produced Groundwater from any Non -Contaminated Site r. Activity, and any building permit's required by the City's Building Official. 11.11 LAWS TO BE OBSERVED .. The Contractor shall give all notices and comply with all federal, state and local laws, ordinances, permit requirements and regulations in any manner affecting the conduct of the Work, and all such orders and decrees as enacted by bodies or tribunals having any jurisdiction or authority over the ., Work, and shall indemnify and save harmless the City and Engineer against any expense, claim or liability arising from, or based on, the violation of any such law, ordinance, regulation, permit requirements, order or decree, whether by himself or his employees. The failure of the Contractor ,. to adhere to any known law or regulation pertaining to furnishing services under this Agreement shall constitute a material breach of this Agreement. The Contractor shall keep himself fully informed of all existing and pending state and national laws and municipal ordinances and regulations in any manner affecting those engaged or employed in the Work, or in any way affecting the conduct of tribunals having any jurisdiction or authority .. over the same. If any discrepancy or inconsistency is discovered in the Plans, Specifications, or Contract for this work in relation to any such law, ordinance, regulations, order or decree, he shall forthwith report the same to the Engineer and City in writing. He shall at all times himself observe and comply with and cause all his agents, subcontractors and employees to observe and comply with decrees; and shall protect and indemnify the City and Engineer, their officers, employees and agents against any expense, claim or liability arising from or based upon violation of any such law, PQ ordinance, regulations, orders or decree, whether by himself or his employees. All building construction work alterations, repairs or mechanical installations and appliances connected therewith shall comply with the applicable building rules and regulations, restrictions and reservations of record, local ordinances and such other statutory provisions pertaining to this class of work. OR 12.0 MISCELLANEOUS 12.1 ADDRESSES FOR NOTICES All notices given under or in connection with any of the Contract Documents shall be delivered in person or by telegraph or registered or certified mail to the parties at the address as either party may by notice designate. 12.2 WRITTEN NOTICE Taxiways "D" and "E" Construction Services Agreement Sebastian Municipal Airport 3-33 r Written notice shall be considered as served when delivered to the designated representative of the Contractor and receipt acknowledged or sent by registered mail to the individual, firm, or ,. corporation to the business address stated in Bid Proposal. Change of Address: It shall be the duty of each party to advise the other parties to the Contract as to any changes in his business address until completion of the Contract. 12.3 TAXES Contractor shall pay all sales or other taxes of any type which may be incurred in connection with the Work hereunder, and shall reimburse the City for any such taxes paid by the City. 12.4 TIME IS OF VITAL IMPORTANCE It is agreed and understood that time is of vital importance with respect to the completion date for the Work and all other provisions of the Contract Documents. 12.5 NO WAIVER OF LEGAL RIGHTS Neither the payment for, nor acceptance of the whole or any part of the Work by the City or representatives of the City, nor any extension of time, nor the withholding of payments, nor any possession taken by the City, nor the termination of employment of the Contractor shall operate as a waiver of any portion of the Contract or any power therein reserved or any right therein reserved or any right therein provided, nor shall the waiver by the City of any of the Contractor's obligations or duties under this Agreement constitute a waiver of any other obligation or duty of the Contractor under this Agreement. 12.6 RIGHT TO WORK PRODUCT No reports, data, programs or other material produced in whole or in part under this Agreement shall be subject to copyright by the Contractor, in the United States or in any other country. The City or its assigns shall have the unrestricted authority to publish, disclose, distribute and otherwise use, in whole or in part, any reports, data, programs or other material prepared under this Agreement. All tracings, plans, specifications, maps, computer programs and data prepared or obtained under this Agreement shall remain the property of the City. Any use of any plans and specifications by the City except the use reasonably contemplated by the City at the time the City entered this Agreement will be at the City's risk and Contractor, its officers, directors and employees, will be held harmless from such use. 12.7 HOLD HARMLESS Contractor agrees to hold harmless the City of Sebastian, the Sebastian Municipal Airport, and its employees/officers/officials from all claims related to this agreement. M Taxiways "D" and "F' Construction Services Agreement Sebastian Municipal Airport .. 3-34 IN WITNESS WHEREOF, the parties hereto have caused these presents to be executed, the day and year first above written. ATTEST: THE CITY OF SEBASTIAN Jeanette Williams, City Clerk Joe Griffin, City Manager MMC (SEAL) Approved as to Form and Content for: Reliance by the City of Sebastian Only Kooert A. Uinsourg, t,ay Attorney Signed, sealed and delivered in the presence of: NAME: NAME: CONTRACTOR By: _ Name: Title: Taxiways "D" and "F' Construction Services Agreement Sebastian Municipal Airport 3-35 ON Part 1— General Provisions Section 10 Definition of Terms W Whenever the following terms are used in these specifications, in the contract, or in any documents or other instruments pertaining to construction where these specifications govern, the intent and meaning shall be on interpreted as follows: 10-01 AASHTO. The American Association of State Highway and Transportation Officials, the successor association to AASHO. 10-02 Access road. The right-of-way, the roadway and all improvements constructed thereon connecting .R the airport to a public highway. 10-03 Advertisement. A public announcement, as required by local law, inviting bids for work to be performed and materials to be furnished 'N 10-04 Airport Improvement Program (AIP). A grant-in-aid program, administered by the Federal Aviation Administration (FAA). 10-05 Air operations area (AOA). For the purpose of these specifications, the term air operations area (AOA) shall mean any area of the airport used or intended to be used for the landing, takeoff, or surface maneuvering of aircraft. An air operation area shall include such paved or unpaved areas that are used or intended to be used for the unobstructed movement of aircraft in addition to its associated runway, taxiway, or apron. 10-06 Airport. Airport means an area of land or water which is used or intended to be used for the landing and takeoff of aircraft; an appurtenant area used or intended to be used for airport buildings or other airport facilities or rights of way; and airport buildings and facilities located in any of these areas, and includes a heliport. 10-07 ASTM International (ASTM). Formerly known as the American Society for Testing and Materials (ASTM). 10-08 Award. The Owner's notice to the successful bidder of the acceptance of the submitted bid. 10-09 Bidder. Any individual, partnership, firm, or corporation, acting directly or through a duly authorized representative, who submits a proposal for the work contemplated. 10-10 Building area. An area on the airport to be used, considered, or intended to be used for airport buildings or other airport facilities or rights-of-way together with all airport buildings and facilities located thereon. 10-11 Calendar day. Every day shown on the calendar. 10-12 Change order. A written order to the Contractor covering changes in the plans, specifications, or proposal quantities and establishing the basis of payment and contract time adjustment, if any, for the work affected by such changes. The work, covered by a change order, must be within the scope of the contract. • 10-13 Contract. The written agreement covering the work to be performed. The awarded contract shall include, but is not limited to: Advertisement, Contract Form, Proposal, Performance Bond, Payment Bond, any required insurance certificates, Specifications, Plans, and any addenda issued to bidders. 10-14 Contract item (pay item). A specific unit of work for which a price is provided in the contract M Taxiway "D" and `B" GP- 1 General Provisions Sebastian Municipal Airport Section 10- Definition of Terms M 10-15 Contract time. The number of calendar days or working days, stated in the proposal, allowed for completion of the contract, including authorized time extensions. If a calendar date of completion is stated in the proposal, in lieu of a number of calendar or working days, the contract shall be completed by that date. 10-16 Contractor. The individual, partnership, firm, or corporation primarily liable for the acceptable performance of the work contracted and for the payment of all legal debts pertaining to the work who acts directly or through lawful agents or employees to complete the contract work. 10-17 Contractor's laboratory. The Contractor's quality control organization in accordance with the Contractor Quality Control Program. 10-18 Construction Safety and Phasing Plan (CSPP). The overall plan for safety and phasing of a construction project developed by the airport operator, or developed by the airport operator's consultant and approved by the airport operator. It is included in the invitation for bids and becomes part of the project specifications. 10-19 Drainage system. The system of pipes, ditches, and structures by which surface or subsurface waters are collected and conducted from the airport area. 10-20 Engineer. The individual, partnership, firm, or corporation duly authorized by the Owner to be responsible for engineering inspection of the contract work and acting directly or through an authorized representative. 10-21 Equipment. All machinery, together with the necessary supplies for upkeep and maintenance, and also all tools and apparatus necessary for the proper construction and acceptable completion of the work. 10-22 Extra work. An item of work not provided for in the awarded contract as previously modified by change order or supplemental agreement, but which is found by the Engineer to be necessary to complete the work within the intended scope of the contract as previously modified. 10-23 FAA. The Federal Aviation Administration of the U.S. Department of Transportation. When used to designate a person, FAA shall mean the Administrator or his or her duly authorized representative. 10-24 Federal specifications. The Federal Specifications and Standards, Commercial Item Descriptions, and supplements, amendments, and indices thereto are prepared and issued by the General Services Administration of the Federal Government. 10-25 Force account. Force account work is planning, engineering, or construction work done by the Sponsor's employees. 10-26 Inspector. An authorized representative of the Engineer assigned to make all necessary inspections and/or tests of the work performed or being performed, or of the materials furnished or being furnished by the Contractor. 10-27 Intention of terms. Whenever, in these specifications or on the plans, the words "directed," ..re- quired," "permitted," "ordered," "designated," "prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation, or prescription of the Engineer is intended; and similarly, the words "approved," "acceptable," "satisfactory," or words of like import, shall mean approved by, or acceptable to, or satisfactory to the Engineer, subject in each case to the final deter- mination of the Owner. Any reference to a specific requirement of a numbered paragraph of the contract specifications or a cited standard shall be interpreted to include all general requirements of the entire section, specification item, or cited standard that may be pertinent to such specific reference. 10-28 Laboratory. The official testing laboratories of the Owner or such other laboratories as may be designated by the Engineer. Also referred to as "Engineer's Laboratory" or "quality assurance laboratory." Taxiway "D" and `B" Sebastian Municipal Airport GP- 2 General Provisions Section 10- Definition of Terms M M M an on 10-29 Lighting. A system of fixtures providing or controlling the light sources used on or near the airport W or within the airport buildings. The field lighting includes all luminous signals, markers, floodlights, and illuminating devices used on or near the airport or to aid in the operation of aircraft landing at, taking off from, or taxiing on the airport surface. .. 10-30 Major and minor contract items. A major contract item shall be any item that is listed in the proposal, the total cost of which is equal to or greater than 20% of the total amount of the award contract. All other items shall be considered minor contract items. .. 10-31 Materials. Any substance specified for use in the construction of the contract work. 10-32 Notice to Proceed (NTP). A written notice to the Contractor to begin the actual contract work on a previously agreed to date. If applicable, the Notice to Proceed shall state the date on which the contract me time begins. 10-33 Owner. The term "Owner" shall mean the party of the first part or the contracting agency signatory to the contract. Where the tern "Owner" is capitalized in this document, it shall mean airport Sponsor only. 10-34 Passenger Facility Charge (PFC). Per 14 CFR Part 158 and 49 USC § 40117, a PFC is a charge imposed by a public agency on passengers enplaned at a commercial service airport it controls." 10-35 Pavement. The combined surface course, base course, and subbase course, if any, considered as a single unit. 10-36 Payment bond. The approved form of security furnished by the Contractor and his or her surety as .. a guaranty that the Contractor will pay in full all bills and accounts for materials and labor used in the construction of the work. 10-37 Performance bond. The approved form of security furnished by the Contractor and his or her surety as a guaranty that the Contractor will complete the work in accordance with the terms of the contract. 10-38 Plans. The official drawings or exact reproductions which show the location, character, dimensions and details of the airport and the work to be done and which are to be considered as a part of the contract, supplementary to the specifications. 10-39 Project. The agreed scope of work for accomplishing specific airport development with respect to a particular airport. 10-40 Proposal. The written offer of the bidder (when submitted on the approved proposal form) to perform the contemplated work and furnish the necessary materials in accordance with the provisions of the plans and specifications. 1041 Proposal guaranty. The security furnished with a proposal to guarantee that the bidder will enter into a contract if his or her proposal is accepted by the Owner. 10-42 Runway. The area on the airport prepared for the landing and takeoff of aircraft. 10-43 Specifications. A part of the contract containing the written directions and requirements for completing the contract work. Standards for specifying materials or testing which are cited in the contract • specifications by reference shall have the same force and effect as if included in the contract physically. 10-44 Sponsor. A Sponsor is defined in 49 USC § 47102(24) as a public agency that submits to the FAA for an AIP grant; or a private Owner of a public -use airport that submits to the FAA an application for an _ AIP grant for the airport. 10-45 Structures. Airport facilities such as bridges; culverts; catch basins, inlets, retaining walls, cribbing; storm and sanitary sewer lines; water lines; underdrains; electrical ducts, manholes, handholes, lighting fixtures and bases; transformers; flexible and rigid pavements; navigational aids; buildings; vaults; and, .. other manmade features of the airport that may be encountered in the work and not otherwise classified herein. Taxiway "D" and "E" GP- 3 General Provisions Sebastian Municipal Airport Section 10- Definition of Terms we 10-46 Subgrade. The soil that forms the pavement foundation. 10-47 Superintendent. The Contractor's executive representative who is present on the work during progress, authorized to receive and fulfill instructions from the Engineer, and who shall supervise and direct the construction. 10-48 Supplemental agreement. A written agreement between the Contractor and the Owner covering (1) work that would increase or decrease the total amount of the awarded contract, or any major contract item, by more than 25%, such increased or decreased work being within the scope of the originally awarded contract; or (2) work that is not within the scope of the originally awarded contract. 10-49 Surety. pert<irtnanee Bends tlt ttfi+tnishee# io-theHwnee try floe C onH'aetor'1'hc corporate bodv which is bound with the CONTRACTOR and which engages to be responsible for the CONTRACTOR and his acceptable perl'olmance of the +�grkand his -pa ment of all debts .erminin to the w3rl _ 10-50 Taxiway. For the purpose of this document, the term taxiway means the portion of the air operations area of an airport that has been designated by competent airport authority for movement of aircraft to and from the airport's runways, aircraft parking areas, and terminal areas. 10-51 Work. The furnishing of all labor, materials, tools, equipment, and incidentals necessary or convenient to the Contractor's performance of all duties and obligations imposed by the contract, plans, and specifications. 10-52 Working day. A working day shall be any day other than a legal holiday, Saturday, or Sunday on which the normal working forces of the Contractor may proceed with regular work for at least six (6) hours toward completion of the contract. When work is suspended for causes beyond the Contractor's control, it will not be counted as a working day. Saturdays, Sundays and holidays on which the Contractor's forces engage in regular work will be considered as working days. I0--�3 ADVISORY CIRCULAR. A document issued by the FAA containing informational material and ,uidance. When refer ed to in the plans and specifications, advisgn circulars shall have the same force as supplernental specifications 10-54 AGREEMENT. Ilse document designated in the Instructions to Bidders as the Contract Form once it has been executed by both Contractor and Owner. M-55 GENERAL. PROV[S[ONS. Standard FAA conditions of the Contract adopted into this Contract as Sections Ill, 40. 50. 60. 70. 80, 90. 100. 110. and 120. Sections 20 and 30 rue not used in this Contract. 10-56 PRODUCTS. The materials, systems and equipment to be incorporated into the work. 10-57 PROJECT MANUAL. The bound documents comorisins Bidding Requirements. Bid Forms, Con- tract Forms, General Condition,. Supplementary Conditions, Snecitications, Addenda and modifications. 10-55 SPONSOR. A public aseney ora political subdivision of a State in who rests the title to the airniti at which the construction under this contract is to be per Rimed. Political subdivision refers to a Coun[V. City,_ iilla'ze;Tow ship. of any combination or authors thereof as provided by law for the construction and tgtcration of airports. 'fhe sponsor may Aso be referred to as the Owner in several parts of the contract Taxiway "D" and "E" GP- 4 General Provisions Sebastian Municipal Airport Section 10- Definition of Terms M MR 0 OR 00 4. W W so A W on 10-;() SUBCONTRACI-OR. The prequalified (ayhere required) individual, partner hip or corporation, or a cntnbination thereof. undcrtakine the execution of a pail of the work under the terms of the contract. by vim_of an,jet «„muit t+tth the Contractor a gloved ith-th< Owngt 10-60 S JBsrANTIAL COMI'II. LTION. Hie poi tit of taluch the Work (or a specified Pitt Ihereo't) has progressed to the point achu< in the opinion of I ngutecr as Cyridenced by Cmmne <t s definiIke cwific,ate of Substantial Completion. it is sufficiently complete, in accordance acute the Contract Documents, so that the Work (or a Specified part) can he utilized pracsically and ctl96c11tly liar the purposes for "hich it is intended: or if there be no such certificate issued. when final payment is due in accordance with Section 90. the terms "substantial) complete” and "suhstantially completed" as applied to any Work refer to "Sub- stantial ComRkgion thercol:" END OF SECTION 10 Taxiway "D" and "E" Sebastian Municipal Airport GP- 5 General Provisions Section 10- Definition of Terms Taxiway "D" and "E" Sebastian Municipal Airport This page intentionally left blank GP- 6 General Provisions Section 10- Definition of Terms 0 M M OR r W 10 M .. M Section 20 Proposal Requirements and Conditions 20-01 Advertisement (Notice to Bidders). THIS SECTION NOT USED. REFER TO INSTRUCTIONS TO BIDDERS FOR BID REQUIREMENTS AND CONDITIONS. END OF SECTION 20 Taxiway "D" and "E" Sebastian Municipal Airport GP -7 General Provisions Section 20- Proposal Requirements and Conditions This page intentionally left blank Taxiway "D" and "E" GP -8 General Provisions Sebastian Municipal Airport Section 20- Proposal Requirements and Conditions m .. Section 30 Award and Execution of Contract m L� rn m m m THIS SECTION NOT USED. REFER TO INSTRUCTIONS TO BIDDERS FOR AWARD AND EXECUTION OF CONTRACT END OF SECTION 30 Taxiway "D" and "E" Sebastian Municipal Airport GP- 9 General Provisions Section 30 Award and Execution of Contract L' Intentionally Left Blank Taxiway "D" and "E" GP- 10 General Provisions Sebastian Municipal Airport Section 30 Award and Execution of Contract ,. Section 40 Scope of Work 40-01 Intent of contract. The intent of the contract is to provide for construction and completion, in every detail, of the work described. It is further intended that the Contractor shall furnish all labor, materials, equipment, tools, transportation, and supplies required to complete the work in accordance with the plans, specifications, and terms of the contract. 40-02 Alteration of work and quantities. The Owner reserves and shall have the right to make such alterations in the work as may be necessary or desirable to complete the work originally intended in an acceptable manner. Unless otherwise specified herein, the Engineer shall be and is hereby authorized to make such alterations in the work as may increase or decrease the originally awarded contract quantities, provided that the aggregate of such alterations does not change the total contract cost or the total cost of any major contract item by more than 25% (total cost being based on the unit prices and estimated quantities in the awarded contract). Alterations that do not exceed the 25% limitation shall not invalidate the contract nor release the surety, and the Contractor agrees to accept payment for such alterations as if the altered work had been a part of the original contract. These alterations that are for work within the general scope of the contract shall be covered by "Change Orders" issued by the Engineer. Change orders for altered work iO shall include extensions of contract time where, in the Engineer's opinion, such extensions are commensurate with the amount and difficulty of added work. Should the aggregate amount of altered work exceed the 25% limitation hereinbefore specified, such excess altered work shall be covered by supplemental agreement. If the Owner and the Contractor are unable to agree on a unit adjustment for any contract item that requires a supplemental agreement, the Owner reserves the right to terminate the contract with respect to the item and make other arrangements for its completion. Supplemental agreements shall be approved by the FAA and shall include all applicable Federal contract provisions for procurement and contracting required under AIR Supplemental agreements shall also re- quire consent of the Contractor's surety and separate performance and payment bonds. 40-03 Omitted items. The Engineer may, in the Owner's best interest, omit from the work any contract item, except major contract items. Major contract items may be omitted by a supplemental agreement. Such omission of contract items shall not invalidate any other contract provision or requirement. Should a contract item be omitted or otherwise ordered to be non -performed, the Contractor shall be paid for all work performed toward completion of such item prior to the date of the order to omit such item. Payment for work performed shall be in accordance with the subsection 90-04 titled PAYMENT FOR OMITTED ITEMS of Section 90. 40-04 Extra work. Should acceptable completion of the contract require the Contractor to perform an item of work for which no basis of payment has been provided in the original contract or previously issued change orders or supplemental agreements, the same shall be called "Extra Work." Extra Work that is within the general scope of the contract shall be covered by written change order. Change orders for such Extra Work shall contain agreed unit prices for performing the change order work in accordance with the requirements specified in the order, and shall contain any adjustment to the contract time that, in the Engineer's opinion, is necessary for completion of such Extra Work. When determined by the Engineer to be in the Owner's best interest, the Engineer may order the Contractor to proceed with Extra Work as provided in the subsection 90-05 titled PAYMENT FOR EXTRA WORK of Section 90. Extra Work that is necessary for acceptable completion of the project, but is not within the general scope of the work covered by the original contract shall be covered by a Supplemental Agreement as defined in the subsection 10-48 titled SUPPLEMENTAL AGREEMENT of Section 10. Taxiway "D" and "E" GP- 11 General Provisions Sebastian Municipal Airport Section 40- Scope of Work Any claim for payment of Extra Work that is not covered by written agreement (change order or supplemental agreement) shall be rejected by the Owner. 40-05 Maintenance of traffic. It is the explicit intention of the contract that the safety of aircraft, as well as the Contractor's equipment and personnel, is the most important consideration. a. It is understood and agreed that the Contractor shall provide for the free and unobstructed movement of aircraft in the air operations areas (AOAs) of the airport with respect to his or her own operations and the operations of all subcontractors as specified in the subsection 80-04 titled LIMITATION OF OPERATIONS of Section 80. It is further understood and agreed that the Contractor shall provide for the uninterrupted operation of visual and electronic signals (including power supplies thereto) used in the guidance of aircraft while operating to, from, and upon the airport as specified in the subsection 70-15 titled CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS in Section 70. b. With respect to his or her own operations and the operations of all subcontractors, the Contractor shall provide marking, lighting, and other acceptable means of identifying personnel, equipment, vehicles, storage areas, and any work area or condition that may be hazardous to the operation of aircraft, fire -rescue equipment, or maintenance vehicles at the airport. c. When the contract requires the maintenance of vehicular traffic on an existing road, street, or highway during the Contractor's performance of work that is otherwise provided for in the contract, plans, and specifications, the Contractor shall keep such road, street, or highway open to all traffic and shall provide such maintenance as may be required to accommodate traffic. The Contractor shall be responsible for the repair of any damage caused by the Contractor's equipment and personnel. The Contractor shall famish, erect, and maintain barricades, warning signs, flag person, and other traffic control devices in reasonable conformity with the Manual on Uniform Traffic Control Devices (MUTCD) (htto://mutcd.thwa.dot.gov/lI unless otherwise specified. The Contractor shall also construct and maintain in a safe condition any temporary connections necessary for ingress to and egress from abutting property or intersecting roads, streets or highways. 40-06 Removal of existing structures. All existing structures encountered within the established lines, grades, or grading sections shall be removed by the Contractor, unless such existing structures are otherwise specified to be relocated, adjusted up or down, salvaged, abandoned in place, reused in the work or to remain in place. The cost of removing such existing structures shall not be measured or paid for directly, but shall be included in the various contract items. Should the Contractor encounter an existing structure (above or below ground) in the work for which the disposition is not indicated on the plans, the Engineer shall be notified prior to disturbing such structure. The disposition of existing structures so encountered shall be immediately determined by the Engineer in accordance with the provisions of the contract. Except as provided in the subsection 40-07 titled RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK of this section, it is intended that all existing materials or structures that may be encountered (within the lines, grades, or grading sections established for completion of the work) shall be used in the work as otherwise provided for in the contract and shall remain the property of the Owner when so used in the work. 40-07 Rights in and use of materials found in the work. Should the Contractor encounter any material such as (but not restricted to) sand, stone, gravel, slag, or concrete slabs within the established lines, grades, or grading sections, the use of which is intended by the terms of the contract to be either embankment or waste, the Contractor may at his or her option either: a. Use such material in another contract item, providing such use is approved by the Engineer and is in conformance with the contract specifications applicable to such use; or, Taxiway "D" and "E" GP- 12 General Provisions Sebastian Municipal Airport Section 40- Scope of Work c M b. Remove such material from the site, upon written approval of the Engineer; or • c. Use such material for the Contractor's own temporary construction on site; or, d. Use such material as intended by the terms of the contract. Should the Contractor wish to exercise option a., b., or c., the Contractor shall request the Engineer's approval in advance of such use. .r Should the Engineer approve the Contractor's request to exercise option a., b., or c., the Contractor shall be paid for the excavation or removal of such material at the applicable contract price. The Contractor shall replace, at his or her own expense, such removed or excavated material with an agreed equal volume of material that is acceptable for use in constructing embankment, backfills, or otherwise to the extent that such replacement material is needed to complete the contract work. The Contractor shall not be charged for use of such material used in the work or removed from the site. Should the Engineer approve the Contractor's exercise of option a., the Contractor shall be paid, at the applicable contract price, for furnishing and installing such material in accordance with requirements of the contract item in which the material is used. It is understood and agreed that the Contractor shall make no claim for delays by reason of his or her exercise of option a., b., or c. The Contractor shall not excavate, remove, or otherwise disturb any material, structure, or part of a structure �. which is located outside the lines, grades, or grading sections established for the work, except where such excavation or removal is provided for in the contract, plans, or specifications. IM 00 A 40-08 Final cleanup. Upon completion of the work and before acceptance and final payment will be made, the Contractor shall remove from the site all machinery, equipment, surplus and discarded materials, rubbish, temporary structures, and stumps or portions of trees. The Contractor shall cut all brush and woods within the limits indicated and shall leave the site in a neat and presentable condition. Material cleared from the site and deposited on adjacent property will not be considered as having been disposed of satisfactorily, unless the Contractor has obtained the written permission of such property Owner. 40-09_ CCESS TCl THE WORK_Access to the work \\ill be via the access 10Ltes shOW11 on the phinss or as directed by the Engineer. The Contractor shah identity access routes with suitable signs. barricades and 6imilar c ui mlent. 'fhe entire access route and construction site shall he kept free and clean of -1111 dehris at all times and maintained_in_good repair b,, the Contractor. All JamaLe to the access route caused bV the actona_cif the Contractor or his agents shall be immediately repaired to the satisfaction of the O\vner. No additional pavment will be made to the Contractor for coin King with the requirements of this subsec- tion. No other access to the work site; will he permitted tylthOln \\I iIICII IIpProyaI by the Engineer. Contractor's vehicles and equipment, including vehicles and equipment of subcontractors and others coaling Under the Contractor's control. will not be permitted to tra\crse other airfield areas or pavements without written approval ol'the Engineer. Cojnnctor's � ehic lles, equiulnen and materials may be stored in tile_lrca lest mated on the Plan>. or b\ the Engineer l 113011 completion of the work the stortgc area sh•dl he cleaned un and returned to is onginal Taxiway "D" and "E" Sebastian Municipal Airport GP- 13 General Provisions Section 40- Scope of Work condition to the satisfaction of the Engineer. No special payment will be made for clean up and restoration of the storaue area. Space will be allotted h} the Imimeer for the use o v Qs of the Contractor and hi Subconlractoifs) . ............... . .. .......... . 11 -------- the_use ----b t �elll For the daily oarkirle of their automobiles dUriilg the construction period. Personal vehicles of erriplovees and vehicles operated by vendors of goods or services will not be permitted beyond the Contractor's parking area. Drivers oCvehiclesLik are ashall Nesubject 0 �S,in issioll to enter the . .. ..... ........... COMtrUCtiOrl site. END OF SECTION 40 Taxiway "D" and "E" Sebastian Municipal Airport GP- 14 General Provisions Section 40- Scope of Work ON .+ Section 50 Control of Work 50-01 Authority of the Engineer. The Engineer shall decide any and all questions which may arise as to the quality and acceptability of materials furnished, work performed, and as to the manner of performance and rate of progress of the work. The Engineer shall decide all questions that may arise as to the interpretation of the specifications or plans relating to the work. The Engineer shall determine the amount and quality of the several kinds of work performed and materials furnished which are to be paid for the under contract. The Engineer does not have the authority to accept pavements that do not conform to FAA specification requirements. 50-02 Conformity with plans and specifications. All work and all materials furnished shall be in reasonably close conformity with the lines, grades, grading sections, cross-sections, dimensions, material .. requirements, and testing requirements that are specified (including specified tolerances) in the contract, plans or specifications. If the Engineer finds the materials furnished, work performed, or the finished product not within reasonably me close conformity with the plans and specifications but that the portion of the work affected will, in his or her opinion, result in a finished product having a level of safety, economy, durability, and workmanship acceptable to the Owner, the Engineer will advise the Owner of his or her determination that the affected on work be accepted and remain in place. In this event, the Engineer will document the determination and recommend to the Owner a basis of acceptance that will provide for an adjustment in the contract price for the affected portion of the work. The Engineer's determination and recommended contract price adjustments will be based on sound engineering judgment and such tests or retests of the affected work as are, in the Engineer's opinion, needed. Changes in the contract price shall be covered by contract change order or supplemental agreement as applicable. If the Engineer finds the materials furnished, work performed, or the finished product are not in reasonably close conformity with the plans and specifications and have resulted in an unacceptable finished product, the affected work or materials shall be removed and replaced or otherwise corrected by and at the expense of the Contractor in accordance with the Engineer's written orders. For the purpose of this subsection, the term "reasonably close conformity" shall not be construed as waiving the Contractor's responsibility to complete the work in accordance with the contract, plans, and specifications. The term shall not be construed as waiving the Engineer's responsibility to insist on strict �. compliance with the requirements of the contract, plans, and specifications during the Contractor's execution of the work, when, in the Engineer's opinion, such compliance is essential to provide an acceptable finished portion of the work. 00 For the purpose of this subsection, the term "reasonably close conformity" is also intended to provide the Engineer with the authority, after consultation with the FAA, to use sound engineering judgment in his or her determinations as to acceptance of work that is not in strict conformity, but will provide a finished product equal to or better than that intended by the requirements of the contract, plans and specifications. PR OR The Engineer will not be responsible for the Contractor's means, methods, techniques, sequences, or procedures of construction or the safety precautions incident thereto. 50-03 Coordination of contract, plans, and specifications.�L�� sefererwed StalliaFtIS 640d aFe rtFatrn :.— .a:,e r Taxiway "D" and "E" GP- 15 General Provisions Sebastian Municipal Airport Section 50- Control of Work He. and Bited Acsi plans. Est=tit+eg-at,«I-uta-�Acs. -.,-EH.,-t.iM<,9., From time to time, discrepancies within cited testing standards occur due to the timing of the change, edits, and/or replacement of the standards. If the Contractor discovers any apparent discrepancy within standard test methods, the Contractor shall immediately ask the Engineer for an interpretation and decision, and such decision shall be final. The contract. ohms. specifications, and all referenced standards cited are essential parte of the contract requirements. A requirement occurrine in one is as binding as though occurring in all. Thev are intended to be complemcninn' and to describe and provide for a complete work. In resolving conflicts, tliscreoattcies. or errors in the various contract documents. the documents shall he given the order of precedence as fol- low: Agree lent. Supplemental Agreement, Chanae Order. Addenda. plan,. Srecitications. and Gencaal ~ Provisions. In case of iliscreoanev. figured dimensions. unless obviotish incorrect. shall Govem over scaled dimensions. Cited standards for materials or testing, and cited FAA Advisory Circulars shall be considered as slandard specifications. �+ Anv table. Gradation, size, dimension, rate, mix, method. nomenclature. pay item number, basis of payment or method of measurement shown on the plans. which is at variance with the standard specifications. shall be considered an amendment or supplement to the applicable specification. .. The Conti -actor shall not take advantage of env apparent error or omission on the plans or specifications. In the event the Contractor discovers any apparent error or discreoanev. he shall immediately call upon the Engineer for his/her interpretation and decision, and such decision shall he final r'! 50-04 Cooperation of Contractor. The Contractor will be supplied with 1 fi:e 1 eapies eaeli a conv of the plans and specifications. The Contractor shall be responsible for printing of anv hard (raW000ajes he needs and shall have available at on the work site at all times one copy each of the plans and specifications. AdditiOflal rOpiei of repraduetieR. The Contractor shall give constant attention to the work to facilitate the progress thereof, and shall cooperate with the Engineer and his or her inspectors and with other contractors in every way possible. The Contractor shall have a competent superintendent on the work at all times who is fully authorized as his or her agent on the work. The superintendent shall be capable of reading and thoroughly understanding the plans and specifications and shall receive and fulfill instructions from the Engineer or his or her authorized representative. 50-05 Cooperation between contractors. The Owner reserves the right to contract for and perform other or additional work on or near the work covered by this contract. When separate contracts are let within the limits of any one project, each Contractor shall conduct the work so as not to interfere with or hinder the progress of completion of the work being performed by other Contractors. Contractors working on the same project shall cooperate with each other as directed. Each Contractor involved shall assume all liability, financial or otherwise, in connection with his or her contract and shall protect and save harmless the Owner from any and all damages or claims that may arise because of inconvenience, delays, or loss experienced because of the presence and operations of other Contractors working within the limits of the same project. The Contractor shall arrange his or her work and shall place and dispose of the materials being used so as not to interfere with the operations of the other Contractors within the limits of the same project. The Contractor shall join his or her work with that of the others in an acceptable manner and shall perform it in " proper sequence to that of the others. Taxiway "D" and "E" GP- 16 General Provisions Sebastian Municipal Airport Section 50- Control of Work .0 No ER • m m a ml I pm m on m m 50-06 Construction layout and stakes. o ll bO .. CO . rf . e ieF the pip" -o l' !he .. , FOSHIlille ill !Ile de,tfkietioiif �tieh a etit-dna-e eam f ' laeitr_ illesanf,, reel-hetledtfeird File contmeteF wu�f give Copies DiL)te!; jO 1118 44 ('A All '11"'A A pleeement of ma erial t pe ri k3 all+r+ti-the t iagjnee�k�+n:+k�- I+ecfic—eheek fi r c efrte fanEe u-it# stakingas 1"`}}-0Ht!'3f-tfiF-=g-'ittr-�^iiilf 4e'_4(Fii};d-fiki(Qy+,;lfa}}-iC'-prE) V14if!d-fH-tl}e-}E}] }tHM{{}t-}E)r+niifE+} 1_1. 0, .b. ORW .,i eFI-OF ,,.f the riff. 4' the !'.,.,e Faetor 414F SHF.... -OF. .,,..a.,, OF FegL.... .. ... ..:... ,. -, - .. Electronic tiles of tite survey shall be available in AUIoCadd : D format by Autodesk Inc. with a sinned and sealed hard copy Utilizing the data shown on the plans and/or furnished by the En<gincer. the Contractor shall establish all horizontal and Vertical controls ncc•essary to construct the work in confomtance with the clans and specifi- cations. The work shall include performing all calculations required and seuine all ,tares needed. such as offset stakes. reference point .takes, slope stakes, and other reference marks or points neccs ary to provide lines and grades for construction. The Contractor shall employ only competent personnel and utilize only suitable equipment in nerformina lavout work. He shall not engage the services of anv person or persons in the employ of the Engineer for perfbmiance of lavout work. .Adequate field notes and record; ~hall be kept as lavout wink is accomplished. These field notes and records shall be available for review by the Enuineer ns the work progresses and copies shall be Furnished to the F.maineer at the time of completion of the project. Anv inspection or checking of the Contractor's field notes or lavout work by ilio E.naincer and the acceptance of all or any part thereof shall not relieve the Contractor of his responsibility to achieve the lines, grades, and dimensions .homn in the plans and speci- fications. The cost of all stakes and the cost of performina lavout work as described above shall be included in the contract unit prices for the various items of work to which it is incidental. Taxiway "D" and "E" GP- 17 General Provisions Sebastian Municipal Airport Section 50- Control of Work Pas b: Ta*iv av —+Hint++t+rw-three 1 -34 -per -4t ttie,r+ e. g,. ,o �� , ,,,.,,.,..,, RlUfa ,-h..,, . �, .. h, 'r., HIUM„,iVe ..,,.,;,.0 e. Melding apwn areas ininimum three (3) pef station b--l3�twee t -E ifis atm liavt{ siatien:-tbr the k 4}eev+r serFioa-k eat rrrT l14 paying lame Wikltk (a3-�=ati w:++�s--eae}rpavittte-wSelt# e440 R�Ot f 14 FR) OPIeIrS. runs Etr+nteet+erts l+tt++res siw c }+t1 4ktfal-A "e latlieateF; WAPink lndiealeFs WARIsi, RunNNay End identifier Lighting -��43: Rrecisiet} 1-pprtaac}t , Wind Cones, Distance N4aF!ie%:s p ase-lint�.t :taaL�and -a4igtine+E an 25 ilbe 0.5 ..1 stations, nle; and .kele. . Painting and ith 14 h PK d 44 (All flails a . sltall-l32-rernovetl a4ie,-painttrrg} lvkh ientpajiie, egntizel paint of -fade hub .., a fAi.'... ,... 1” ....,.......Irv, i It ( nn ,.,) of pa" (;hat :s ....ying, lane). Fhz -e.>ia bli shine++t -eF3af ray-�orxrel-a+„'„�;�,:-t�,.�'able#rnenf-user-vey--eantrt�{-shall--be- lry-a---State I ee i. d Cart: S;uM eV OF. Taxiway "D” and "E" Sebastian Municipal Airport GP- 18 General Provisions Section 50- Control of Work m m i ON OR M GOWFOIS a eent .L...1 .hall 4... Cheeked 50-07 Automatically controlled equipment. Whenever batching or mixing plant equipment is required to be operated automatically under the contract and a breakdown or malfunction of the automatic controls .. occurs, the equipment may be operated manually or by other methods for a period 48 hours following the breakdown or malfunction, provided this method of operations will produce results which conform to all other requirements of the contract. .. 50-08 Authority and duties of inspectors. Inspectors shall be authorized to inspect all work done and all material furnished. Such inspection may extend to all or any part of the work and to the preparation, fabrication, or manufacture of the materials to be used. Inspectors are not authorized to revoke, alter, or .w waive any provision of the contract. Inspectors are not authorized to issue instructions contrary to the plans and specifications or to act as foreman for the Contractor. Inspectors are authorized to notify the Contractor or his or her representatives of any failure of the work or MR materials to conform to the requirements of the contract, plans, or specifications and to reject such nonconforming materials in question until such issues can be referred to the Engineer for a decision. 50-09 Inspection of the work. All materials and each part or detail of the work shall be subject to ., inspection. The Engineer shall be allowed access to all parts of the work and shall be furnished with such information and assistance by the Contractor as is required to make a complete and detailed inspection. If the Engineer requests it, the Contractor, at any time before acceptance of the work, shall remove or .., uncover such portions of the finished work as may be directed. After examination, the Contractor shall restore said portions of the work to the standard required by the specifications. Should the work thus exposed or examined prove acceptable, the uncovering, or removing, and the replacing of the covering or OR making good of the parts removed will be paid for as extra work; but should the work so exposed or examined prove unacceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be at the Contractor's expense. so Any work done or materials used without supervision or inspection by an authorized representative of the Owner may be ordered removed and replaced at the Contractor's expense unless the Owner's representative failed to inspect after having been given reasonable notice in writing that the work was to be performed. .. Should the contract work include relocation, adjustment, or any other modification to existing facilities, not the property of the (contract) Owner, authorized representatives of the Owners of such facilities shall have the right to inspect such work. Such inspection shall in no sense make any facility owner a party to the contract, and shall in no way interfere with the rights of the parties to this contract. 50-10 Removal of unacceptable and unauthorized work. All work that does not conform to the requirements of the contract, plans, and specifications will be considered unacceptable, unless otherwise determined acceptable by the Engineer as provided in the subsection 50-02 titled CONFORMITY WITH PLANS AND SPECIFICATIONS of this section. Unacceptable work, whether the result of poor workmanship, use of defective materials, damage through carelessness, or any other cause found to exist prior to the final acceptance of the work, shall be removed immediately and replaced in an acceptable manner in accordance with the provisions of the subsection 70- 14 titled CONTRACTOR'S RESPONSIBILITY FOR WORK of Section 70. No removal work made under provision of this subsection shall be done without lines and grades having been established by the Engineer. Work done contrary to the instructions of the Engineer, work done beyond the lines shown on the plans or as established by the Engineer, except as herein specified, or any extra work done without authority, will be considered as unauthorized and will not be paid for under the provisions of the contract. Work so done may be ordered removed or replaced at the Contractor's expense. Taxiway "D" and "E" GP- 19 General Provisions Sebastian Municipal Airport Section 50- Control of Work Upon failure on the part of the Contractor to comply with any order of the Engineer made under the provisions of this subsection, the Engineer will have authority to cause unacceptable work to be remedied or removed and replaced and unauthorized work to be removed and to deduct the costs incurred by the Owner from any monies due or to become due the Contractor. 50-11 Load restrictions. The Contractor shall comply with all legal load restrictions in the hauling of materials on public roads beyond the limits of the work. A special permit will not relieve the Contractor of liability for damage that may result from the moving of material or equipment. The operation of equipment of such weight or so loaded as to cause damage to structures or to any other type of construction will not be permitted. Hauling of materials over the base course or surface course under construction shall be limited as directed. No loads will be permitted on a concrete pavement, base, or structure before the expiration of the curing period. The Contractor shall be responsible for all damage done by his or her hauling equipment and shall correct such damage at his or her own expense. 50-12 Maintenance during construction. The Contractor shall maintain the work during construction and. until the work is accepted. Maintenance shall constitute continuous and effective work prosecuted day by day, with adequate equipment and forces so that the work is maintained in satisfactory condition at all times. In the case of a contract for the placing of a course upon a course or subgrade previously constructed, the Contractor shall maintain the previous course or subgrade during all construction operations. All costs of maintenance work during construction and before the project is accepted shall be included in the unit prices bid on the various contract items, and the Contractor will not be paid an additional amount for such work. 50-13 Failure to maintain the work. Should the Contractor at any time fail to maintain the work as provided in the subsection 50-12 titled MAINTENANCE DURING CONSTRUCTION of this section, the Engineer shall immediately notify the Contractor of such noncompliance. Such notification shall specify a reasonable time within which the Contractor shall be required to remedy such unsatisfactory maintenance condition. The time specified will give due consideration to the exigency that exists. Should the Contractor fail to respond to the Engineer's notification, the Owner may suspend any work necessary for the Owner to correct such unsatisfactory maintenance condition, depending on the exigency that exists. Any maintenance cost incurred by the Owner, shall be deducted from monies due or to become due the Contractor. 50-14 Partial acceptance. If at any time during the execution of the project the Contractor substantially completes a usable unit or portion of the work, the occupancy of which will benefit the Owner, the Contractor may request the Engineer to make final inspection of that unit. If the Engineer finds upon inspection that the unit has been satisfactorily completed in compliance with the contract, the Engineer may accept it as being complete, and the Contractor may be relieved of further responsibility for that unit. Such partial acceptance and beneficial occupancy by the Owner shall not void or alter any provision of the contract. 50-15 Final acceptance. Upon due notice from the Contractor of presumptive completion of the entire project, the Engineer and Owner will make an inspection. If all construction provided for and contemplated by the contract is found to be complete in accordance with the contract, plans, and specifications, such inspection shall constitute the final inspection. The Engineer shall notify the Contractor in writing of final acceptance as of the date of the final inspection. If, however, the inspection discloses any work, in whole or in part, as being unsatisfactory, the Engineer will give the Contractor the necessary instructions for correction of same and the Contractor shall immediately comply with and execute such instructions. Upon correction of the work, another inspection will be made which shall constitute the final inspection, provided the work has been satisfactorily completed. In such event, the Engineer will make the final acceptance and notify the Contractor in writing of this acceptance as of the date of final inspection. Taxiway "D" and "E" GP- 20 General Provisions Sebastian Municipal Airport Section 50- Control of Work 4 l 4 i 5 W go OR W om so M r= 50-16 Claims for adjustment and disputes. If for any reason the Contractor deems that additional compensation is due for work or materials not clearly provided for in the contract, plans, or specifications or previously authorized as extra work, the Contractor shall notify the Engineer in writing of his or her intention to claim such additional compensation before the Contractor begins the work on which the Contractor bases the claim. If such notification is not given or the Engineer is not afforded proper opportunity by the Contractor for keeping strict account of actual cost as required, then the Contractor hereby agrees to waive any claim for such additional compensation. Such notice by the Contractor and the fact that the Engineer has kept account of the cost of the work shall not in any way be construed as proving or substantiating the validity of the claim. When the work on which the claim for additional compensation is based has been completed, the Contractor shall, within 10 calendar days, submit a written claim to the Engineer who will present it to the Owner for consideration in accordance with local laws or ordinances. Nothing in this subsection shall be construed as a waiver of the Contractor's right to dispute final payment based on differences in measurements or computations. fhe folio\ -vin¢ dUCumentatlon and information must he nresented in order for the Fngineer to rroperh evaluate such claim: a. Definition of the basis of the claim. includin_ a detailed identification of which materials and what wink is considered to represent a chance to the orieinal contract. an explanation ofwhv the work or material is dil ierent than what vvas called for by the ori«inal contract, and an identification of the conuact provisions and anything else which the Contract relied upon; b. An explanation of how and why the work which is considered a chance resulted in anv additional cost or pertormanee time for the Contractor c. An identification of the categories of -additional costs which were incurred. an cvtinuae of the dollar macnitude of ench, and a statement of the impact this work will have on the construction schedule. including he contract completion dates: d. aAn indication of, hoty the additional costs which is believed that were incurred can be, and are to he c uami ied; e. Documentation ofanv actual additional costs and anV actual impact to the Conan action schedule due to this work: f. Documentation of the cost of nertormine all similar "unchantied" taork. to Provide the Eneineer a basis for comparison c. All backup and other documentation which are helieycd to sunoort or relate to the claim: Documentation yuanlif ino the amount of work which is believed to constitute this "chanced" work. and the time Period and the areas where such k+ork was pertorrned. I lie _wine of a timely notice ora ootgnti..Il claim prior to undertaking the work which is the subjgct pf the claim. and the suhmittal of the above listed intormatiun liar claim evudoation within ten days after the work is completed, are conditions precedent to the making of the claim. fo reCovery thereon. and to the hrincinc of a Iceal action for the resolution thereof. iii -IR REFUST OF WORK. A%/hen as urovided lire in the cornmct documents. the O ner neliblins sanipling and tests of the work and the tests show a ailure to nut the requirements irethe contract docuntonts, the expense of retesting. after reworkinL, or substitution by the Cimuactor will he at the expense. of the Contractor and such costs will he deducted born the payments otherwise due tothe Con t roctor. �0-19 COItRI::C"HON OF \I.ORK AI:TI R I'INAI. IIAYN11'.N I'. Nei thcrthe final certificate nor Payment. norana Provision in the contras[ documents shall relieve the Contractor ol'responsibility for Nadir materials or workmanship and, unless otherwise specified. he shall rcntedv any detect due thereto and Ly, 'liar anv damnrue to other work resulting therefrom. which shat I U)Ijcar w ithin a period of true year ti om date off incl acceptance. Wherever the word "acceptance" occurs, it shall be understood to mean linal acceptance. Taxiway "D" and "E" GP- 21 General Provisions Sebastian Municipal Airport Section 50- Control of Work The Owner shall give notice of observed defects with reasonable oromotness. If the Contractor fails to remedy anv failure, defect. or d;unage within a reasonable time after the receipt of notice, the Owner shall have the right to replace, repair, or otherwise remedv the failure. defect, or damage at the Contractor's expense. With respect to all wai ranties. expressed or implied, from subcontractors. manufacturer. or sun- [)Iiers for work performed and materials furnished under this Contract. the Contractor shall: a. Obtain all warranties that would be given in normal commercial practice: b. Require all warranties to he executed, in writing. for the benefit of the Owner. 50-20 VENUE. This contract has been executed bv. delivered to and accepted by the Owner in the state where the Airport is located. and the provisions hereof shall be governed by the laws of that state. Any disputes arising out of or related to this contract shall be resolved in accordance with said laws. The parties agree that any action or lesal proceeding arising out of or related to this contract shall be brought in the state courts of the count), in which the Airport lies, or in the t'ederal count in the district where the Airport is located: and the parties hereby consent to and waive any objection hiurisdicf ion or venue in said Courts. END OF SECTION 50 Taxiway "D" and "E" Sebastian Municipal Airport GP- 22 General Provisions Section 50- Control of Work piq F" PR w M MR Section 60 Control of Materials �. 60-01 Source of supply and quality requirements. The materials used in the work shall conform to the requirements of the contract, plans, and specifications. Unless otherwise specified, such materials that are manufactured or processed shall be new (as compared to used or reprocessed). In order to expedite the inspection and testing of materials, the Contractor shall furnish complete statements to the Engineer as to the origin, composition, and manufacture of all materials to be used in the work. Such statements shall be furnished promptly after execution of the contract but, in all cases, prior to delivery of such materials. At the Engineer's option, materials may be approved at the source of supply before delivery is stated. If it is found after trial that sources of supply for previously approved materials do not produce specified products, the Contractor shall furnish materials from other sources. The Contractor shall furnish airport lighting equipment that conforms to the requirements of cited materials specifications. In addition, where an FAA specification for airport lighting equipment is cited in the plans or specifications, the Contractor shall furnish such equipment that is: a. Listed in advisory circular (AC) 150/5345-53, Airport Lighting Equipment Certification Program, and Addendum that is in effect on the date of advertisement; and, b. Produced by the manufacturer as listed in the Addendum cited above for the certified equipment part number. The following airport lighting equipment is required for this contract and is to be furnished by the Contractor in accordance with the requirements of this subsection: ih /Ai. 60-02 Samples, tests, and cited specifications. Unless otherwise designated, all materials used in the work .. shall be inspected, tested, and approved by the Engineer before incorporation in the work. Any work in which untested materials are used without approval or written permission of the Engineer shall be performed at the Contractor's risk. Materials found to be unacceptable and unauthorized will not be paid for and, if directed by the Engineer, shall be removed at the Contractor's expense. Unless otherwise designated, quality assurance tests in accordance with the cited standard methods of ASTM, American Association of State Highway and Transportation Officials (AASHTO), Federal Specifications, Commercial Item Descriptions, and all other cited methods, which are current on the date of advertisement for bids, will be made by and at the expense of the Engineer. The testing organizations performing on-site quality assurance field tests shall have copies of all referenced ., standards on the construction site for use by all technicians and other personnel, including the Contractor's representative at his or her request. Unless otherwise designated, samples for quality assurance will be taken by a qualified representative of the Engineer. All materials being used are subject to inspection, test, or rejection at any time prior to or during incorporation into the work. Copies of all tests will be furnished to "O the Contractor's representative at their request after review and approval of the Engineer. The Contractor shall employ a testing organization to perform all Contractor required Quality Control tests. The Contractor shall submit to the Engineer resumes on all testing organizations and individual persons who will be performing the tests. The Engineer will determine if such persons are qualified. All the test data shall be reported to the Engineer after the results are known. A legible, handwritten copy of all test data shall be given to the Engineer daily, along with printed,reports, in an approved format, on a weekly basis. After completion of the project, and prior to final payment, the Contractor shall submit a final report to the Engineer showing all test data reports, plus an analysis of all results showing ranges, averages, and corrective action taken on all failing tests. r Taxiway "D" and `B" Page 23 General Provisions Sebastian Municipal Airport Section 60- Control of Materials In the event that anv tests show a failure to meet the requirements of the contract documents, the expense of retesting, ailer substitution or nwditication by Elie Contractor, will be at the expense of the Contractor and such cost.; will he deducted from the pavments otherwise due to the Contractor. Fhe Contractor shall ,Jve sufficient notification ofthe placing pfordoi" lbi materials t) .crinit testing. 60-03 Certification of compliance. The Engineer may permit the use, prior to sampling and testing, of certain materials or assemblies when accompanied by manufacturer's certificates of compliance stating that such materials or assemblies fully comply with the requirements of the contract. The certificate shall be signed by the manufacturer. Each lot of such materials or assemblies delivered to the work must be accompanied by a certificate of compliance in which the lot is clearly identified. Materials or assemblies used on the basis of certificates of compliance may be sampled and tested at any time and if found not to be in conformity with contract requirements will be subject to rejection whether in place or not. The form and distribution of certificates of compliance shall be as approved by the Engineer. When a material or assembly is specified by "brand name or equal" and the Contractor elects to furnish the specified "brand name," the Contractor shall be required to furnish the manufacturer's certificate of compliance for each lot of such material or assembly delivered to the work. Such certificate of compliance shall clearly identify each lot delivered and shall certify as to: a. Conformance to the specified performance, testing, quality or dimensional requirements; and, b. Suitability of the material or assembly for the use intended in the contract work. Should the Contractor propose to furnish an "or equal" material or assembly, the Contractor shall furnish the manufacturer's certificates of compliance as hereinbefore described for the specified brand name material or assembly. However, the Engineer shall be the sole judge as to whether the proposed "or equal" is suitable for use in the work. The Engineer reserves the right to refuse permission for use of materials or assemblies on the basis of certificates of compliance. 60-04 Plant inspection. The Engineer or his or her authorized representative may inspect, at its source, any specified material or assembly to be used in the work. Manufacturing plants may be inspected from time to time for the purpose of determining compliance with specified manufacturing methods or materials to be used in the work and to obtain samples required for acceptance of the material or assembly. Should the Engineer conduct plant inspections, the following conditions shall exist: a. The Engineer shall have the cooperation and assistance of the Contractor and the producer with whom the Engineer has contracted for materials. b. The Engineer shall have full entry at all reasonable times to such parts of the plant that concern the manufacture or production of the materials being furnished. c. If required by the Engineer, the Contractor shall arrange for adequate office or working space that may be reasonably needed for conducting plant inspections. Office or working space should be conveniently located with respect to the plant. It is understood and agreed that the Owner shall have the right to retest any material that has been tested and approved at the source of supply after it has been delivered to the site. The Engineer shall have the right to reject only material which, when retested, does not meet the requirements of the contract, plans, or specifications. 60-05 Engineer's field office. Not Required Taxiway "D" and "E" Page 24 Sebastian Municipal Airport General Provisions Section 60- Control of Materials M am 60-06 Storage of materials. Materials shall be so stored as to assure the preservation of their quality and .� fitness for the work. Stored materials, even though approved before storage, may again be inspected prior to their use in the work. Stored materials shall be located to facilitate their prompt inspection. The Contractor shall coordinate the storage of all materials with the Engineer. Materials to be stored on airport property shall not create an obstruction to air navigation nor shall they interfere with the free and unobstructed movement of aircraft. Unless otherwise shown on the plans, the storage of materials and the location of the Contractor's plant and parked equipment or vehicles shall be as directed by the Engineer. Private property shall not be used for storage purposes without written permission of the Owner or lessee of such property. The Contractor shall make all arrangements and bear all expenses for the storage of materials on private property. Upon request, the Contractor shall furnish the Engineer a copy of the property Owner's permission. " All storage sites on private or airport property shall be restored to their original condition by the Contractor at his or her entire expense, except as otherwise agreed to (in writing) by the Owner or lessee of the property. 60-07 Unacceptable materials. Any material or assembly that does not conform to the requirements of the contract, plans, or specifications shall be considered unacceptable and shall be rejected. The Contractor shall remove any rejected material or assembly from the site of the work, unless otherwise instructed by the Engineer. Rejected material or assembly, the defects of which have been corrected by the Contractor, shall not be returned to the site of the work until such time as the Engineer has approved its use in the work. 60-08 Owner furnished materials. The Contractor shall furnish all materials required to complete the ., work, except those specified, if any, to be furnished by the Owner. Owner -famished materials shall be made available to the Contractor at the location specified. All costs of handling, transportation from the specified location to the site of work, storage, and installing Owner -furnished materials shall be included in the unit price bid for the contract item in which such Owner - furnished material is used. After any Owner -furnished material has been delivered to the location specified, the Contractor shall be responsible for any demurrage, damage, loss, or other deficiencies that may occur during the Contractor's handling, storage, or use of such Owner -furnished material. The Owner will deduct from any monies due or to become due the Contractor any cost incurred by the Owner in making good such loss due to the Contractor's handling, storage, or use of Owner -furnished materials. IN am M END OF SECTION 60 Taxiway "O" and "E" Page 25 Sebastian Municipal Airport General Provisions Section 60- Control of Materials Taxiway "D" and "E" Sebastian Municipal Airport Intentionally Left Blank Page 26 General Provisions Section 60- Control of Materials .n W r� r-1 m M on Section 70 Legal Regulations and Responsibility to Public 70-01 Laws to be observed. The Contractor shall keep fully informed of all Federal and state laws, all local laws, ordinances, and regulations and all orders and decrees of bodies or tribunals having any jurisdiction or authority, which in any manner affect those engaged or employed on the work, or which in any way affect the conduct of the work. The Contractor shall at all times observe and comply with all such laws, ordinances, regulations, orders, and decrees; and shall protect and indemnify the Owner and all his or her officers, agents, or servants against any claim or liability arising from or based on the violation of any such law, ordinance, regulation, order, or decree, whether by the Contractor or the Contractor's employees. If the Contractor observes that the drmines and Spec ilicationa are at variance wish am laws. code,. ordi- namces, rmd revelations. he shall promptly notity the Eneineer in writing. and aov necessary chames shall he adivaed as provided in the contract for chances in the work. li'thc Contractor nci_Ibrm,s any vwork con- trary to tiuch la\�s_codc . ordinances, and rer Ilations. and without such notice to the [m inter. he shall heir all costs arisim< there lom. 70-02 Permits, licenses, and taxes. The Contractor shall procure all permits and licenses, pay all charges, fees, and taxes, and give all notices necessary and incidental to the due and lawful execution of the work. 70-03 Patented devices, materials, and processes. If the Contractor is required or desires to use any design, device, material, or process covered by letters of patent or copyright, the Contractor shall provide for such use by suitable legal agreement with the Patentee or Owner. The Contractor and the surety shall indemnify and hold harmless the Owner, any third party, or political subdivision from any and all claims for infringement by reason of the use of any such patented design, device, material or process, or any trademark or copyright, and shall indemnify the Owner for any costs, expenses, and damages which it may be obliged to pay by reason of an infringement, at any time during the execution or after the completion of the work. .. 70-04 Restoration of surfaces disturbed by others. The Owner reserves the right to authorize the construction, reconstruction, or maintenance of any public or private utility service, FAA or National Oceanic and Atmospheric Administration (NOAA) facility, or a utility service of another government OR agency at any time during the progress of the work. To the extent that such construction, reconstruction, or maintenance has been coordinated with the Owner, such authorized work (by others) is indicated as follows: u• Except as listed above, the Contractor shall not permit any individual, firm, or corporation to excavate or otherwise disturb such utility services or facilities located within the limits of the work without the written permission of the Engineer. Should the Owner of public or private utility service, FAA, or NOAA facility, or a utility service of another government agency be authorized to construct, reconstruct, or maintain such utility service or facility during the progress of the work, the Contractor shall cooperate with such Owners by arranging and performing the work in this contract to facilitate such construction, reconstruction or maintenance by others whether or not such work by others is listed above. When ordered as extra work by the Engineer, the Contractor shall make all necessary repairs to the work which are due to such authorized work by others, unless otherwise provided for in the contract, plans, or specifications. It is understood and agreed that the Contractor shall not be entitled to make any claim for damages due to such authorized work by others or for any delay to the work resulting from such authorized work. 70-05 Federal aid participation. For Airport Improvement Program (AIP) contracts, the United States w� Government has agreed to reimburse the Owner for some portion of the contract costs. Such reimbursement is made from time to time upon the Owner's request to the FAA. In consideration of the United States Government's (FAA's) agreement with the Owner, the Owner has included provisions in this contract Taxiway "D" and `B" GP- 27 General Provisions Sebastian Municipal Airport Section 70- Legal Regulations and Responsibility to Public pursuant to the requirements of Title 49 of the USC and the Rules and Regulations of the FAA that pertain to the work. As required by the USC, the contract work is subject to the inspection and approval of duly authorized representatives of the FAA Administrator, and is further subject to those provisions of the rules and regulations that are cited in the contract, plans, or specifications. No requirement of the USC, the rules and regulations implementing the USC, or this contract shall be construed as making the Federal Government a party to the contract nor will any such requirement interfere, in any way, with the rights of either party to the contract. The attention of the Contractor is also invited to the Pact that the State in which this project is located will pav a portion of the cost oP this improvement. In accordance with said State's rules <md reeulations, work will he subiect to such inspection of the State, or its representative, as deemed necessary to protect the interests of the people of the State. The Contractor shall furnish the inspecting piny with every reasonahle assistance to ascertain whether or not the requirements and intent of the contract are keine met. Such inspections will in no wav infer that the State is nartv to the contract. excem for those contracts wherein the State is a si uatoty. 70-06 Sanitary, health, and safety provisions. The Contractor shall provide and maintain in a neat, sanitary condition such accommodations for the use of his or her employees as may be necessary to comply with the requirements of the state and local Board of Health, or of other bodies or tribunals having jurisdiction. Attention is directed to Federal, state, and local laws, rules and regulations concerning construction safety and health standards. The Contractor shall not require any worker to work in surroundings or under conditions that are unsanitary, hazardous, or dangerous to his or her health or safety. 70-07 Public convenience and safety. The Contractor shall control his or her operations and those of his or her subcontractors and all suppliers, to assure the least inconvenience to the traveling public. Under all circumstances, safety shall be the most important consideration. The Contractor shall maintain the free and unobstructed movement of aircraft and vehicular traffic with respect to his or her own operations and those of his or her subcontractors and all suppliers in accordance with the subsection 40-05 titled MAINTENANCE OF TRAFFIC of Section 40 hereinbefore specified and shall limit such operations for the convenience and safety of the traveling public as specified in the subsection 80-04 titled LIMITATION OF OPERATIONS of Section 80 hereinafter. The Contractor shall orovide initial and continuing instructions to all suocrvisors. emolovices, subcontrac- tors, and suppliers to enable them to conduct their work in a manner that will provide the maximum safety with the least hindrance to air and ground traffic. the general public airnort emolovees. and to the workmen employed on the site. All safetLprovisions specified by the plans and documents or received from the Engineer. and those re- quired by laws, codes and ordinances shall be thoroughly disseminated and ri•jdly enforced. .. 70-08 Barricades, warning signs, and hazard markings. The Contractor shall furnish, erect, and maintain all barricades, warning signs, and markings for hazards necessary to protect the public and the work. When used during periods of darkness, such barricades, warning signs, and hazard markings shall be suitably illuminated. Unless otherwise specified, barricades, warning signs, and markings for hazards that are in the air operations area (AOAs) shall be a maximum of 18 inches (0.5 m) high. Unless otherwise specified, barricades shall be spaced not more than 4 feet (1.2 m) apart. Barricades, warning signs, and markings shall be paid for under subsection 40-05. Taxiway "D" and "E" GP- 28 General Provisions Sebastian Municipal Airport Section 70- Legal Regulations and Responsibility to Public For vehicular and pedestrian traffic, the Contractor shall furnish, erect, and maintain barricades, warning M signs, lights and other traffic control devices in reasonable conformity with the Manual on Uniform Traffic Control Devices. When the work requires closing an air operations area of the airport or portion of such area, the Contractor M shall furnish, erect, and maintain temporary markings and associated lighting conforming to the requirements of advisory circular (AC) 150/5340-1L, Standards for Airport Markings. The Contractor shall furnish, erect, and maintain markings and associated lighting of open trenches, W excavations, temporary stock piles, and the Contractor's parked construction equipment that may be hazardous to the operation of emergency fire -rescue or maintenance vehicles on the airport in reasonable conformance to AC 150/5370-2F, Operational Safety on Airports During Construction. W The Contractor shall identify each motorized vehicle or piece of construction equipment in reasonable conformance to AC 150/5370-2F. The Contractor shall furnish and erect all barricades, warning signs, and markings for hazards prior to commencing work that requires such erection and shall maintain the barricades, warning signs, and markings for hazards until their removal is directed by the Engineer. Open -flame type lights shall not be permitted. _ice cork. including, required materials afld equipment. and labor, etc.. shall be incidental to the various item, ol'work and all costs hereto are to be included in the various unit hid items. except as otherwise provided for in the contract documents. P14 OR ow A 70-09 Use of explosives. sionige_hall. - ..eneF,,I .,... ,.1...... t 000 i. \-P..,..1. sattsFactery-tEi tHe-F�}Wtne,,•• ••c,-n,�cirn;-`,crrrn.: neer-cm�cr-n,AaH--�{:liufci=�,:+m,-n.7-.rc�.rmc=::o.'�c-iii:=rvm-aiiV 14. t 1.1 ..... .......J ... .,N,.,...,1.,. e Of h ...., .....,.......,c. int-foc n T , ire r t' -thew rk i s his of aeri:,tet}Lien-te-u e z�e �tprrty-#'rHErt-itrjurr. -The Else ol' eleetfieill .. g . i� Not permitted OR 70-10 Protection and restoration of property and landscape. The Contractor shall be responsible for the preservation of all public and private property, and shall protect carefully from disturbance or damage all land monuments and property markers until the Engineer has witnessed or otherwise referenced their location and shall not move them until directed. The Contractor shall be responsible for all damage or injury to property of any character, during the execution of the work, resulting from any act, omission, neglect, or misconduct in manner or method of executing the work, or at any time due to defective work or materials, and said responsibility shall not be released until the project has been completed and accepted. When or where any direct or indirect damage or injury is done to public or private property by or on account of any act, omission, neglect, or misconduct in the execution of the work, or in consequence of the non - execution thereof by the Contractor, the Contractor shall restore, at his or her own expense, such property to a condition similar or equal to that existing before such damage or injury was done, by repairing, or Taxiway "D" and "E" GP- 29 General Provisions Sebastian Municipal Airport Section 70- Legal Regulations and Responsibility to Public ^ otherwise restoring as may be directed, or the Contractor shall make good such damage or injury in an acceptable manner. Work that is to remain in place which is damased or defaced by reasons of work performed unifier this contract 5ttalt be restored at no additional cost to the Owncr. Items removed. indicated to be salvai ed for Owner or reused in new work. which are darnaeed hevond repair, shall be replaced with equal new materials under this contract at no additional cost to the Owner. [ �u,hgg }x v_unsnt irother existing work not specified for removal which is tetnporari.l.y iemov_ed, dale_ aLed. exgoead, or in anv wav disturbed or altered by work under this contract shall be repaired. patched, or ^ cpl utd tt..tlu comnlri�satisfaction of the E grocer at. no additional cost to the Owner. Where it is neccssuv to cut, alter. remota. or temporarily remove and replace existimx pwperty or equip- ment. the cost shall be included in the contract price tor the item croaitiln= such work. 70-11 Responsibility for damage claims. The Contractor shall indemnify and save harmless the Engineer ^ and the Owner and their officers, and employees from all suits, actions, or claims, of any character, brought because of any injuries or damage received or sustained by any person, persons, or property on account of the operations of the Contractor; or on account of or in consequence of any neglect in safeguarding the work; or through use of unacceptable materials in constructing the work; or because of any act or omission, neglect, or misconduct of said Contractor; or because of any claims or amounts recovered from any infringements of patent, trademark, or copyright; or from any claims or amounts arising or recovered under the "Workmen's Compensation Act," or any other law, ordinance, order, or decree. Money due the ^ Contractor under and by virtue of his or her contract considered necessary by the Owner for such purpose may be retained for the use of the Owner or, in case no money is due, his or her surety may be held until such suits, actions, or claims for injuries or damages shall have been settled and suitable evidence to that ^ effect furnished to the Owner, except that money due the Contractor will not be withheld when the Contractor produces satisfactory evidence that he or she is adequately protected by public liability and property damage insurance. 70-12 Third party beneficiary clause. It is specifically agreed between the parties executing the contract that it is not intended by any of the provisions of any part of the contract to create for the public or any member thereof, a third party beneficiary or to authorize anyone not a party to the contract to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of the contract. 70-13 Opening sections of the work to traffic. Should it be necessary for the Contractor to complete portions of the contract work for the beneficial occupancy of the Owner prior to completion of the entire contract, such "phasing" of the work shall be specified herein and indicated on the plans. When so specified, ^ the Contractor shall complete such portions of the work on or before the date specified or as otherwise specified. The Contractor shall make his or her own estimate of the difficulties involved in arranging the work to permit such beneficial occupancy by the Owner as described below: ^ See plans Upon completion of any portion of the work listed above, such portion shall be accepted by the Owner in _ accordance with the subsection 50-14 titled PARTIAL ACCEPTANCE of Section 50. No portion of the work may be opened by the Contractor for public use until ordered by the Engineer in writing. Should it become necessary to open a portion of the work to public traffic on a temporary or intermittent basis, such openings shall be made when, in the opinion of the Engineer, such portion of the work is in an acceptable condition to support the intended traffic. Temporary or intermittent openings are considered to be inherent in the work and shall not constitute either acceptance of the portion of the work so opened or a waiver of any provision of the contract. Any damage to the portion of the work so opened ^ Taxiway "D" and "E" GP- 30 General Provisions Sebastian Municipal Airport Section 70- Legal Regulations and Responsibility to Public that is not attributable to traffic which is permitted by the Owner shall be repaired by the Contractor at his .� or her expense. The Contractor shall make his or her own estimate of the inherent difficulties involved in completing the work under the conditions herein described and shall not claim any added compensation by reason of delay �+ or increased cost due to opening a portion of the contract work. Contractor shall be required to conform to safety standards contained AC 150/5370-2 (see Special Provisions). Contractor shall refer to the approved Construction Safety Phasing Plan (CSPP) to identify barricade requirements and other safety requirements prior to opening up sections of work to traffic. ■, 70-14 Contractor's responsibility for work. Until the Engineer's final written acceptance of the entire completed work, excepting only those portions of the work accepted in accordance with the subsection 50- 14 titled PARTIAL ACCEPTANCE of Section 50, the Contractor shall have the charge and care thereof and shall take every precaution against injury or damage to any part due to the action of the elements or from any other cause, whether arising from the execution or from the non -execution of the work. The Contractor shall rebuild, repair, restore, and make good all injuries or damages to any portion of the work occasioned by any of the above causes before final acceptance and shall bear the expense thereof except damage to the work due to unforeseeable causes beyond the control of and without the fault or negligence of the Contractor, including but not restricted to acts of God such as earthquake, tidal wave, tornado, hurricane or other cataclysmic phenomenon of nature, or acts of the public enemy or of government authorities. If the work is suspended for any cause whatever, the Contractor shall be responsible for the work and shall take such precautions necessary to prevent damage to the work. The Contractor shall provide for normal ., drainage and shall erect necessary temporary structures, signs, or other facilities at his or her expense. During such period of suspension of work, the Contractor shall properly and continuously maintain in an acceptable growing condition all living material in newly established planting, seeding, and sodding furnished under the contract, and shall take adequate precautions to protect new tree growth and other important vegetative growth against injury. 70-15 Contractor's responsibility for utility service and facilities of others. As provided in the subsection 70-04 titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section, the Contractor shall cooperate with the Owner of any public or private utility service, FAA or NOAA, or a utility service of another government agency that may be authorized by the Owner to construct, reconstruct or maintain such utility services or facilities during the progress of the work. In addition, the Contractor a, shall control their operations to prevent the unscheduled interruption of such utility services and facilities. To the extent that such public or private utility services, FAA, or NOAA facilities, or utility services of another governmental agency are known to exist within the limits of the contract work, the approximate locations have been indicated on the plans and the Owners are indicated as follows: See plans It is understood and agreed that the Owner does not guarantee the accuracy or the completeness of the location information relating to existing utility services, facilities, or structures that may be shown on the plans or encountered in the work. Any inaccuracy or omission in such information shall not relieve the Contractor of the responsibility to protect such existing features from damage or unscheduled interruption of service. It is further understood and agreed that the Contractor shall, upon execution of the contract, notify the Owners of all utility services or other facilities of his or her plan of operations. Such notification shall be in writing addressed to THE PERSON TO CONTACT as provided in this subsection and subsection 70-04 titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section. A copy of each notification shall be given to the Engineer. Taxiway "D" and "E" GP- 31 General Provisions Sebastian Municipal Airport Section 70- Legal Regulations and Responsibility to Public In addition to the general written notification provided, it shall be the responsibility of the Contractor to keep such individual Owners advised of changes in their plan of operations that would affect such Owners. Prior to beginning the work in the general vicinity of an existing utility service or facility, the Contractor shall again notify each such Owner of their plan of operation. If, in the Contractor's opinion, the Owner's assistance is needed to locate the utility service or facility or the presence of a representative of the Owner ., is desirable to observe the work, such advice should be included in the notification. Such notification shall be given by the most expeditious means to reach the utility owner's PERSON TO CONTACT no later than two normal business days prior to the Contractor's commencement of operations in such general vicinity. The Contractor shall furnish a written summary of the notification to the Engineer. .. The Contractor's failure to give the two days' notice shall be cause for the Owner to suspend the Contractor's operations in the general vicinity of a utility service or facility. Where the outside limits of an underground utility service have been located and staked on the ground, the Contractor shall be required to use hand excavation methods within 3 feet (l m) of such outside limits at such points as may be required to ensure protection from damage due to the Contractor's operations. .. Should the Contractor damage or interrupt the operation of a utility service or facility by accident or otherwise, the Contractor shall immediately notify the proper authority and the Engineer and shall take all reasonable measures to prevent further damage or interruption of service. The Contractor, in such events, shall cooperate with the utility service or facility owner and the Engineer continuously until such damage has been repaired and service restored to the satisfaction of the utility or facility owner. The Contractor shall bear all costs of damage and restoration of service to any utility service or facility due ., to their operations whether due to negligence or accident. The Owner reserves the right to deduct such costs from any monies due or which may become due the Contractor, or his or her surety. 70-15.1 FAA facilities and cable runs. Not Applicable 70-16 Furnishing rights-of-way. The Owner will be responsible for furnishing all rights-of-way upon which the work is to be constructed in advance of the Contractor's operations. 70-17 Personal liability of public officials. In carrying out any of the contract provisions or in exercising any power or authority granted by this contract, there shall be no liability upon the Engineer, his or her authorized representatives, or any officials of the Owner either personally or as an official of the Owner. It is understood that in such matters they act solely as agents and representatives of the Owner. .. 70-18 No waiver of legal rights. Upon completion of the work, the Owner will expeditiously make final inspection and notify the Contractor of final acceptance. Such final acceptance, however, shall not preclude or stop the Owner from correcting any measurement, estimate, or certificate made before or after .. completion of the work, nor shall the Owner be precluded or stopped from recovering from the Contractor or his or her surety, or both, such overpayment as may be sustained, or by failure on the part of the Contractor to fulfill his or her obligations under the contract. A waiver on the part of the Owner of any breach of any part of the contract shall not be held to be a waiver of any other or subsequent breach. _ The Contractor, without prejudice to the terms of the contract, shall be liable to the Owner for latent defects, fraud, or such gross mistakes as may amount to fraud, or as regards the Owner's rights under any warranty or guaranty. _ 70-19 Environmental protection. The Contractor shall comply with all Federal, state, and local laws and regulations controlling pollution of the environment. The Contractor shall take necessary precautions to ^, prevent pollution of streams, lakes, ponds, and reservoirs with fuels, oils, bitumens, chemicals, or other harmful materials and to prevent pollution of the atmosphere from particulate and gaseous matter. 70-20 Archaeological and historical findings. Unless otherwise specified in this subsection, the Contractor is advised that the site of the work is not within any property, district, or site, and does not Taxiway "D" and "E" GP- 32 General Provisions Sebastian Municipal Airport Section 70- Legal Regulations and Responsibility to Public on so contain any building, structure, or object listed in the current National Register of Historic Places published so by the United States Department of Interior. Should the Contractor encounter, during his or her operations, any building, part of a building, structure, or object that is incongruous with its surroundings, the Contractor shall immediately cease operations in that location and notify the Engineer. The Engineer will immediately investigate the Contractor's finding and the Owner will direct the Contractor to either resume operations or to suspend operations as directed. Should the Owner order suspension of the Contractor's operations in order to protect an archaeological or �. historical finding, or order the Contractor to perform extra work, such shall be covered by an appropriate contract change order or supplemental agreement as provided in the subsection 40-04 titled EXTRA WORK of Section 40 and the subsection 90-05 titled PAYMENT FOR EXTRA WORK of Section 90. If appropriate, the contract change order or supplemental agreement shall include an extension of contract time in accordance with the subsection 80-07 titled DETERMINATION AND EXTENSION OF CONTRACT TIME of Section 80. END OF SECTION 70 M M M Taxiway "D" and "E" Sebastian Municipal Airport M GP- 33 General Provisions Section 70- Legal Regulations and Responsibility to Public This page intentionally left blank Taxiway "D" and "E" GP- 34 General Provisions Sebastian Municipal Airport Section 80- Execution and Progress Section 80 Execution and Progress 80-01 Subletting of contract. The Owner will not recognize any subcontractor on the work. The Contractor shall at all times when work is in progress be represented either in person, by a qualified superintendent, or = by other designated, qualified representative who is duly authorized to receive and execute orders of the Engineer. The Contractor shall provide copies of all subcontracts to the Engineer. The Contractor shall perform, with his organization, an amount of work equal to at least [401 percent of the total contract cost. Should the Contractor elect to assign his or her contract, said assignment shall be concurred in by the surety, shall be presented for the consideration and approval of the Owner, and shall be consummated only on the = written approval of the Owner. 80-02 Notice to proceed. The notice to proceed shall state the date on which it is expected the Contractor will begin the construction and from which date contract time will be charged. The Contractor shall begin the work to be performed under the contract within 10 days of the date set by the Engineer in the written notice to proceed, but in any event, the Contractor shall notify the Engineer at least 24 hours in advance of the time actual construction operations will begin. The Contractor shall not commence any actual = construction prior to the date on which the notice to proceed is issued by the Owner. 80-03 Execution and progress. Unless otherwise specified, the Contractor shall submit their progress schedule for the Engineer's approval within 10 days after the effective date of the notice to proceed. The Contractor's progress schedule, when approved by the Engineer, may be used to establish major construction operations and to check on the progress of the work. The Contractor shall provide sufficient materials, equipment, and labor to guarantee the completion of1he project in accordance with the plans and specifications within the time set forth in the proposal. If the Contractor falls significantly behind the submitted schedule, the Contractor shall, upon the Engineer's request, submit a revised schedule for completion of the work within the contract time and modify their .+ operations to provide such additional materials, equipment, and labor necessary to meet the revised schedule. Should the execution of the work be discontinued for any reason, the Contractor shall notify the Engineer at least 24 hours in advance of resuming operations. The Contractor shall not commence any actual construction prior to the date on which the notice to proceed is issued by the Owner. 80-04 Limitation of operations. The Contractor shall control his or her operations and the operations of = his or her subcontractors and all suppliers to provide for the free and unobstructed movement of aircraft in the air operations areas (AOA) of the airport. When the work requires the Contractor to conduct his or her operations within an AOA of the airport, the work shall be coordinated with airport operations (through the Engineer) at least 48 hours prior to commencement of such work. The Contractor shall not close an AOA until so authorized by the Engineer and until the necessary temporary marking and associated lighting is in place as provided in the subsection 70-08 titled BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS of Section 70. When the contract work requires the Contractor to work within an AOA of the airport on an intermittent basis (intermittent opening and closing of the AOA), the Contractor shall maintain constant .. communications as specified; immediately obey all instructions to vacate the AOA; immediately obey all instructions to resume work in such AOA. Failure to maintain the specified communications or to obey instructions shall be cause for suspension of the Contractor's operations in the AOA until the satisfactory = conditions are provided. The following AOA cannot be closed to operating aircraft to permit the Contractor's operations on a continuous basis and will therefore be closed to aircraft operations intermittently as follows: Taxiway "D" and "E" GP- 35 General Provisions Sebastian Municipal Airport Section 80- Execution and Progress See plans Contractor shall be required to conform to safety standards contained in AC 150/5370-2, Operational Safety ., on Airports During Construction (see Special Provisions). 80-04.1 Operational safety on airport during construction. All Contractors' operations shall be conducted in accordance with the project Construction Safety and Phasing Plan (CSPP) and the provisions set forth within the current version of AC 150/5370-2. The CSPP included within the contract documents conveys minimum requirements for operational safety on the airport during construction activities. The Contractor shall prepare and submit a Safety Plan Compliance Document that details how it proposes to comply with the requirements presented within the CSPP. The Contractor shall implement all necessary safety plan measures prior to commencement of any work activity. The Contractor shall conduct routine checks to assure compliance with the safety plan measures. The Contractor is responsible to the Owner for the conduct of all subcontractors it employs on the project. The Contractor shall assure that all subcontractors are made aware of the requirements of the CSPP and that they implement and maintain all necessary measures. No deviation or modifications may be made to the approved CSPP unless approved in writing by the Owner or Engineer. 80-05 Character of workers, methods, and equipment. The Contractor shall, at all times, employ sufficient labor and equipment for prosecuting the work to full completion in the manner and time required by the contract, plans, and specifications. All workers shall have sufficient skill and experience to perform properly the work assigned to them. Workers engaged in special work or skilled work shall have sufficient experience in such work and in the operation of the equipment required to perform the work satisfactorily. Any person employed by the Contractor or by any subcontractor who violates any operational regulations or operational safety requirements and, in the opinion of the Engineer, does not perform his work in a proper and skillful manner or is intemperate or disorderly shall, at the written request of the Engineer, be removed forthwith by the Contractor or subcontractor employing such person, and shall not be employed again in any portion of the work without approval of the Engineer. Should the Contractor fail to remove such persons or person, or fail to furnish suitable and sufficient personnel for the proper execution of the work, the Engineer may suspend the work by written notice until compliance with such orders. All equipment that is proposed to be used on the work shall be of sufficient size and in such mechanical condition as to meet requirements of the work and to produce a satisfactoryquality of work. Equipment used on any portion of the work shall be such that no injury to previously completed work, adjacent property, or existing airport facilities will result from its use. When the methods and equipment to be used by the Contractor in accomplishing the work are not prescribed in the contract, the Contractor is free to use any methods or equipment that will accomplish the work in conformity with the requirements of the contract, plans, and specifications. When the contract specifies the use of certain methods and equipment, such methods and equipment shall be used unless others are authorized by the Engineer. If the Contractor desires to use a method or type of equipment other than specified in the contract, the Contractor may request authority from the Engineer to do so. The request shall be in writing and shall include a full description of the methods and equipment proposed and of the reasons for desiring to make the change. If approval is given, it will be on the condition that the Contractor will be fully responsible for producing work in conformity with contract requirements. If, after trial use of the substituted methods or equipment, the Engineer determines that the work produced does not meet contract requirements, the Contractor shall discontinue the use of the substitute method or equipment and shall complete the remaining work with the specified methods and equipment. The Taxiway "D" and "E" GP- 36 General Provisions Sebastian Municipal Airport Section 80- Execution and Progress an ON Contractor shall remove any deficient work and replace it with work of specified quality, or take such other .. corrective action as the Engineer may direct. No change will be made in basis of payment for the contract items involved nor in contract time as a result of authorizing a change in methods or equipment under this subsection. W to M Any person employed by the Contractor or by a subcontractor who, in the opinion of the Emlineer. does not perforin his work in a proper and skillful manner or is intemperate or disorderly shall. at the written request of the Engineer. be removed forthwith by the Contractor or subcontractor employing such person. and shall not be emploved asain in wiv portion of the work without the approval of the Engineer. Should the Contractor tail to remove such person or persons or t?til to furnish suitable and sufficient per- sonnel for theater prosecution of the work. the Engineer may suspend the work by written notice until compliance with such orders. The fhilure to provide adequate labor and equipment may be considered cause for terminating the contract. 80-06 Temporary suspension of the work. The Owner shall have the authority to suspend the work wholly, or in part, for such period or periods as the Owner may deem necessary, due to unsuitable weather, �. or such other conditions as are considered unfavorable for the execution of the work, or for such time as is necessary due to the failure on the part of the Contractor to carry out orders given or perform any or all provisions of the contract. In the event that the Contractor is ordered by the Owner, in writing, to suspend work for some unforeseen cause not otherwise provided for in the contract and over which the Contractor has no control, the Contractor may be reimbursed for actual money expended on the work during the period of shutdown. No .. allowance will be made for anticipated profits. The period of shutdown shall be computed from the effective date of the Engineer's order to suspend work to the effective date of the Engineer's order to resume the work. Claims for such compensation shall be filed with the Engineer within the time period stated in the Engineer's order to resume work. The Contractor shall submit with his or her claim information .. substantiating the amount shown on the claim. The Engineer will forward the Contractor's claim to the Owner for consideration in accordance with local laws or ordinances. No provision of this article shall be construed as entitling the Contractor to compensation for delays due to inclement weather, for suspensions made at the request of the Owner, or for any other delay provided for in the contract, plans, or specifications. an 04 Gl L1 If it should become necessary to suspend work for an indefinite period, the Contractor shall store all materials in such manner that they will not become an obstruction nor become damaged in any way. The Contractor shall take every precaution to prevent damage or deterioration of the work performed and provide for normal drainage of the work. The Contractor shall erect temporary structures where necessary to provide for traffic on, to, or from the airport. If the Contractor rceucsts a suspension of the work in whole or Dart for such period or periods as he may need, due to unsuitable weather or such other conditions as Contractor considers Unfavorable kx the pros- ecution of the work. or if ord.rcd by ()wncr or Emlineer due to inclement weather or the failure on the part of the Contractor to carry inn orders given, or to 1)erfixnt any or all provisions of the Contractor shall perform the follo%%int, ss_ithout additional compensations: 1. Suitably store all materials. 2.1nipleirrent measures to protect existing "ork from damage or deterioration. :. Erect such temporary structures and barricades as Engineer may require tis provide for traffic on, to. or from the airport and air operations area. Taxiway "D" and "E" GP- 37 General Provisions Sebastian Municipal Airport Section 80- Execution and Progress M 1. Periodically inspect and maintain the work and temporary measures during the suspension Period. Repair tiny damage to the \fork during the suspension period. L. Pav all cost of Owner associated with the suspension including but not limited to cost of Eneineer, in- spection and Owner's testing laboratory to perform their contractual requirements with respect to the proiect during the work suspension. 6. Maintain all insurance and bond coveraaes. '. Perform such other }+otk as reduired by the Contract Documents Milt respect to the Pro'ect. 80-07 Determination and extension of contract time. The number of calendar or working days allowed for completion of the work shall be stated in the proposal and contract and shall be known as the CONTRACT TIME. Should the contract time require extension for reasons beyond the Contractor's control, it shall be adjusted as follows: a. CONTRACT TIME based on WORKING DAYS shall be calculated weekly by the Engineer. The Engineer will furnish the Contractor a copy of his or her weekly statement of the number of working days charged against the contract time during the week and the number of working days currently specified for completion of the contract (the original contract time plus the number of working days, if any, that have been included in approved CHANGE ORDERS or SUPPLEMENTAL AGREEMENTS covering EXTRA WORK). The Engineer shall base his or her weekly statement of contract time charged on the following considerations: (1) No time shall be charged for days on which the Contractor is unable to proceed with the principal item of work under construction at the time for at least six (6) hours with the normal work force employed on such principal item. Should the normal work force be on a double -shift, 12 hours shall be used. Should the normal work force be on a triple -shift, 18 hours shall apply. Conditions beyond the Contractor's control such as strikes, lockouts, unusual delays in transportation, temporary suspension of the principal item of work under construction or temporary suspension of the entire work which have been ordered by the Owner for reasons not the fault of the Contractor, shall not be charged against the contract time. (2) The Engineer will not make charges against the contract time prior to the effective date of the notice to proceed. (3) The Engineer will begin charges against the contract time on the first working day after the effective date of the notice to proceed. (4) The Engineer will not make charges against the contract time after the date of final acceptance as defrred in the subsection 50-15 titled FINAL ACCEPTANCE of Section 50. (5) The Contractor will be allowed one (1) week in which to file a written protest setting forth his or her objections to the Engineer's weekly statement. If no objection is filed within such specified time, the .. weekly statement shall be considered as acceptable to the Contractor. The contract time (stated in the proposal) is based on the originally estimated quantities as described in the subsection 20-05 titled INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES of Section 20. Should the satisfactory completion of the contract require performance of work in greater quantities than those estimated in the proposal, the contract time shall be increased in the same proportion as the cost of Taxiway "D" and "E" GP- 38 General Provisions Sebastian Municipal Airport Section 80- Execution and Progress 40 .. the actually completed quantities bears to the cost of the originally estimated quantities in the proposal. ^ Such increase in contract time shall not consider either the cost of work or the extension of contract time that has been covered by change order or supplemental agreement and shall be made at the time of final payment. .w b. Contract Time based on calendar days shall consist of the number of calendar days stated in the contract counting from the effective date of the notice to proceed and including all Saturdays, Sundays, holidays, and non -work days. All calendar days elapsing between the effective dates of the Owner's orders ^ to suspend and resume all work, due to causes not the fault of the Contractor, shall be excluded. At the time of final payment, the contract time shall be increased in the same proportion as the cost of ^ the actually completed quantities bears to the cost of the originally estimated quantities in the proposal. Such increase in the contract time shall not consider either cost of work or the extension of contract time that has been covered by a change order or supplemental agreement. Charges against the contract time will cease as of the date of final acceptance. M a. ^ ^ ^ ^ c. When the contract time is a specified completion date, it shall be the date on which all contract work shall be substantially complete. If the Contractor finds it impossible for reasons beyond his or her control to complete the work within the contract time as specified, or as extended in accordance with the provisions of this subsection, the Contractor may, at any time prior to the expiration of the contract time as extended, make a written request to the Owner for an extension of time setting forth the reasons which the Contractor believes will justify the granting of his or her request. Requests for extension of time on calendar day projects, caused by inclement weather, shall be supported with National Weather Bureau data showing the actual amount of inclement weather exceeded what could normally be expected during the contract period. The Contractor's plea that insufficient time was specified is not a valid reason for extension of time. If the supporting documentation justify the work was delayed because of conditions beyond the control and without the fault of the Contractor, the Owner may extend the time for completion by a change order that adjusts the contract time or completion date. The extended time for completion shall then be in full force and effect, the same as though it were the original time for completion. In all cases where the Conti -actor is delaved, ohstructed. or hindered in the execution of the work. or anv part the e )f, tomo v i_9son wh,ttsgevor the _Contracior shall not be entided to clann.ir recover any damages or additional payment from the Owner or Engineer. However. it is the intent of this Contract that in Al cases where the Contractor is sub�tantially delayed, obstructed, or hindered in die execution of 1112 vaork throuell no fault of the Contraclor and hecause of conditions beyond the Contractor's control, the EnZineer May recommend an extension on the contract time under Subsection 80-07 by such amount as conditions, in the judgment of the nim cr:justrl<_,.nld such e temton of',.the contrict..time shall be the exclusive remedv of the Contractor for do lav, hindrance or obstruction occurrirn1 thmueh no i'auIt of the Contractor ;and because of conditions bevond the Contractor's control. 80-08 Failure to complete on time. For each calendar day or working day, as specified in the contract, that any work remains uncompleted after the contract time (including all extensions and adjustments as provided in the subsection 80-07 titled DETERMINATION AND EXTENSION OF CONTRACT TIME of this Section) the sum specified in the contract and proposal as liquidated damages will be deducted from any money due or to become due the Contractor or his or her surety. Such deducted sums shall not be deducted ^ as a penalty but shall be considered as liquidation of a reasonable portion of damages including but not limited to additional engineering services that will be incurred by the Owner should the Contractor fail to complete the work in the time provided in their contract. Taxiway "D" and "E" GP- 39 General Provisions Sebastian Municipal Airport Section 80- Execution and Progress M Schedule Liquidated Damages Cost Allowed Construction Time See Section 01010- Summary of Work The ion time ..ice a aSe''�r� r time-t%r wErri�of=_arty-pact-cagier-the-tinge-iireel--tEt�ifis-eentp4etie�r,-fug=r-R,�-c,�.., ,�=::.,;�,-, eaniplefien liiay have been emelljed�-, ill .1 wavieF on flie PaFt of tile 0�nel- of an,, of 80-09 Default and termination of contract. The Contractor shall be considered in default of his or her contract and such default will be considered as cause for the Owner to terminate the contract for any of the following reasons if the Contractor: ^ a. Fails to begin the work under the contract within the time specified in the Notice to Proceed, or b. Fails to perform the work or fails to provide sufficient workers, equipment and/or materials to assure completion of work in accordance with the terms of the contract, or c. Performs the work unsuitably or neglects or refuses to remove materials or to perform anew such work as may be rejected as unacceptable and unsuitable, or .. d. Discontinues the execution of the work, or e. Fails to resume work which has been discontinued within a reasonable time after notice to do so, or f. Becomes insolvent or is declared bankrupt, or commits any act of bankruptcy or insolvency, or ^ g. Allows any final judgment to stand against the Contractor unsatisfied for a period of 10 days, or h. Makes an assignment for the benefit of creditors, or I. For any other cause whatsoever, fails to carry on the work in an acceptable manner. Should the Engineer consider the Contractor in default of the contract for any reason above, the Engineer shall immediately give written notice to the Contractor and the Contractor's surety as to the reasons for considering the Contractor in default and the Owner's intentions to terminate the contract. If the Contractor or surety, within a period of 10 days after such notice, does not proceed in accordance therewith, then the Owner will, upon written notification from the Engineer of the facts of such delay, neglect, or default and the Contractor's failure to comply with such notice, have full power and authority without violating the contract, to take the execution of the work out of the hands of the Contractor. The Owner may appropriate or use any or all materials and equipment that have been mobilized for use in the .. work and are acceptable and may enter into an agreement for the completion of said contract according to the terns and provisions thereof, or use such other methods as in the opinion of the Engineer will be required for the completion of said contract in an acceptable manner. All costs and charges incurred by the Owner, together with the cost of completing the work under contract, will be deducted from any monies due or which may become due the Contractor. If such expense exceeds the sum which would have been payable under the contract, then the Contractor and the surety shall be liable and shall pay to the Owner the amount of such excess. ^ Taxiway "D" and "E" GP- 40 General Provisions Sebastian Municipal Airport Section 80- Execution and Progress 80-10 Termination for national emergencies. The Owner shall terminate the contract or portion thereof .. by written notice when the Contractor is prevented from proceeding with the construction contract as a direct result of an Executive Order of the President with respect to the execution of war or in the interest of national defense. When the contract, or any portion thereof, is terminated before completion of all items of work in the contract, payment will be made for the actual number of units or items of work completed at the contract price or as mutually agreed for items of work partially completed or not started. No claims or loss of anticipated profits shall be considered. Reimbursement for organization of the work, and other overhead expenses, (when not otherwise included in the contract) and moving equipment and materials to and from thejob will be considered, the intent being .,, that an equitable settlement will be made with the Contractor. Acceptable materials, obtained or ordered by the Contractor for the work and that are not incorporated in the work shall, at the option of the Contractor, be purchased from the Contractor at actual cost as shown by receipted bills and actual cost records at such points of delivery as may be designated by the Engineer. Termination of the contract or a portion thereof shall neither relieve the Contractor of his or her responsibilities for the completed work nor shall it relieve his or her surety of its obligation for and OR concerning any just claim arising out of the work performed. The FnLineer and the Owner shall be given ILII access to all books, eo>t recoj d;. correspondence rutd papers of the Contractor relative to the contract in order to determine amount_: to be paid the Contractor due fi anv No I termination of the contract. 80-11 Work area, storage area and sequence of operations. The Contractor shall obtain approval from the Engineer prior to beginning any work in all areas of the airport. No operating runway, taxiway, or air operations area (AOA) shall be crossed, entered, or obstructed while it is operational. The Contractor shall plan and coordinate his or her work in such a manner as to ensure safety and a minimum of hindrance to flight operations. All Contractor equipment and material stockpiles shall be stored a minimum of of 2 for Ruwsav 5-23 and 200' fur Runwav 10-28112c4 from the centerline of an active runway. No equipment will be allowed to park within the approach area of an active runway at any time. No equipment shall be within [200' for Runway 5-23 and 125' for Runway 10-281 feet of an active runway at any time. s, END OF SECTION 80 on • M on Taxiway "D" and "E" Sebastian Municipal Airport ON GP- 41 General Provisions Section 80- Execution and Progress Taxiway "D" and "E" Sebastian Municipal Airport This page intentionally left blank GP- 42 General Provisions Section 90- Measurement and Payment - - - — 0 OR OR Section 90 Measurement and Payment 90-01 Measurement of quantities. All work completed under the contract will be measured by the Engineer, or his or her authorized representatives, using United States Customary Units of Measurement or the International System of Units. The method of measurement and computations to be used in determination of quantities of material furnished and of work performed under the contract will be those methods generally recognized as conforming to good engineering practice. Unless otherwise specified, longitudinal measurements for area computations will be made horizontally, and no deductions will be made for individual fixtures (or leave -outs) having an area of 9 square feet (0.8 square meters) or less. Unless otherwise specified, transverse measurements for area computations will be the neat dimensions shown on the plans or ordered in writing by the Engineer. on Structures will be measured according to neat lines shown on the plans or as altered to fit field conditions. Unless otherwise specified, all contract items which are measured by the linear foot such as electrical ducts, conduits, pipe culverts, underdrains, and similar items shall be measured parallel to the base or foundation upon which such items are placed. In computing volumes of excavation the average end area method or other acceptable methods will be used. The thickness of plates and galvanized sheet used in the manufacture of corrugated metal pipe, metal plate .. pipe culverts and arches, and metal cribbing will be specified and measured in decimal fraction of inch. .m M M M The tern "ton" will mean the short ton consisting of 2,000 Ib (907 km) avoirdupois. All materials that are measured or proportioned by weights shall be weighed on accurate, approved scales by competent, qualified personnel at locations designed by the Engineer. If material is shipped by rail, the car weight may be accepted provided that only the actual weight of material is paid for. However, car weights will not be acceptable for material to be passed through mixing plants. Trucks used to haul material being paid for by weight shall be weighed empty daily at such times as the Engineer directs, and each truck shall bear a plainly legible identification mark. Materials to be measured by volume in the hauling vehicle shall be hauled in approved vehicles and measured therein at the point of delivery. Vehicles for this purpose may be of any size or type acceptable for the materials hauled, provided that the body is of such shape that the actual contents may be readily and accurately determined. All vehicles shall be loaded to at least their water level capacity, and all loads shall be leveled when the vehicles arrive at the point of delivery. When requested by the Contractor and approved by the Engineer in writing, material specified to be measured by the cubic yard (cubic meter) may be weighed, and such weights will be converted to cubic yards (cubic meters) for payment purposes. Factors for conversion from weight measurement to volume measurement will be determined by the Engineer and shall be agreed to by the Contractor before such method of measurement of pay quantities is used. Bituminous materials will be measured by the gallon (liter) or ton (kg). When measured by volume, such volumes will be measured at 60°F (16°C) or will be corrected to the volume at 60°F (16°C) using ASTM D1250 for asphalts or ASTM D633 for tars. Net certified scale weights or weights based on certified volumes in the case of rail shipments will be used as a basis of measurement, subject to correction when bituminous material has been lost from the car or the distributor, wasted, or otherwise not incorporated in the work. When bituminous materials are shipped by truck or transport, net certified weights by volume, subject to correction for loss or foaming, may be used for computing quantities. Cement will be measured by the ton (kg) or hundredweight (km) Taxiway "D" and "E" GP- 43 General Provisions Sebastian Municipal Airport Section 90- Measurement and Payment + Timber will be measured by the thousand feet board measure (MFBM) actually incorporated in the structure. Measurement will be based on nominal widths and thicknesses and the extreme length of each piece. The term "lump sum" when used as an item of payment will mean complete payment for the work described in the contract. When a complete structure or structural unit (in effect, "lump sum" work) is specified as the unit of measurement, the unit will be construed to include all necessary fittings and accessories. Rental of equipment will be measured by time in hours of actual working time and necessary traveling time of the equipment within the limits of the work. Special equipment ordered by the Engineer in connection with force account work will be measured as agreed in the change order or supplemental agreement authorizing such force account work as provided in the subsection 90-05 titled PAYMENT FOR EXTRA .. WORK of this section. When standard manufactured items are specified such as fence, wire, plates, rolled shapes, pipe conduit, etc., and these items are identified by gauge, unit weight, section dimensions, etc., such identification will be considered to be nominal weights or dimensions. Unless more stringently controlled by tolerances in cited specifications, manufacturing tolerances established by the industries involved will be accepted. Scales for weighing materials which are required to be proportioned or measured and paid for by weight .. shall be furnished, erected, and maintained by the Contractor, or be certified permanently installed commercial scales. Scales shall be accurate within 1/2% of the correct weight throughout the range of use. The Contractor shall + have the scales checked under the observation of the inspector before beginning work and at such other times as requested. The intervals shall be uniform in spacing throughout the graduated or marked length of the beam or dial and shall not exceed one-tenth of 1% of the nominal rated capacity of the scale, but not less than 1 pound (454 grams). The use of spring balances will not be permitted. Beams, dials, platforms, and other scale equipment shall be so arranged that the operator and the inspector can safely and conveniently view them. Scale installations shall have available ten standard 50 -pound (2.3 km) weights for testing the weighing equipment or suitable weights and devices for other approved equipment. Scales must be tested for accuracy and serviced before use at a new site. Platform scales shall be installed and maintained with the platform level and rigid bulkheads at each end. Scales "overweighing" (indicating more than correct weight) will not be permitted to operate, and all materials received subsequent to the last previous correct weighting -accuracy test will be reduced by the ^ percentage of error in excess of one-half of I%. In the event inspection reveals the scales have been underweighing (indicating less than correct weight), they shall be adjusted, and no additional payment to the Contractor will be allowed for materials previously weighed and recorded. All costs in connection with furnishing, installing, certifying, testing, and maintaining scales; for furnishing check weights and scale house; and for all other items specified in this subsection, for the weighing of materials for proportioning or payment, shall be included in the unit contract prices for the various items of the project. When the estimated quantities for a specific portion of the work are designated as the pay quantities in the contract, they shall be the final quantities for which payment for such specific portion of the work will be made, unless the dimensions of said portions of the work shown on the plans are revised by the Engineer. If revised dimensions result in an increase or decrease in the quantities of such work, the final quantities + for payment will be revised in the amount represented by the authorized changes in the dimensions. Taxiway "D" and "E" GP- 44 General Provisions Sebastian Municipal Airport Section 90- Measurement and Payment ^ 90-02 Scope of payment. The Contractor shall receive and accept compensation provided for in the n. contract as full payment for furnishing all materials, for performing all work under the contract in a complete and acceptable manner, and for all risk, loss, damage, or expense of whatever character arising out of the nature of the work or the execution thereof, subject to the provisions of the subsection 70-18 .. titled NO WAIVER OF LEGAL RIGHTS of Section 70. When the "basis of payment" subsection of a technical specification requires that the contract price (price bid) include compensation for certain work or material essential to the item, this same work or material will not also be measured for payment under any other contract item which may appear elsewhere in the contract, plans, or specifications. 90-03 Compensation for altered quantities. When the accepted quantities of work vary from the quantities in the proposal, the Contractor shall accept as payment in full, so far as contract items are concerned, payment at the original contract price for the accepted quantities of work actually completed and accepted. No allowance, except as provided for in the subsection 40-02 titled ALTERATION OF WORK AND QUANTITIES of Section 40 will be made for any increased expense, loss of expected reimbursement, or loss of anticipated profits suffered or claimed by the Contractor which results directly from such alterations or indirectly from his or her unbalanced allocation of overhead and profit among the contract items, or from any other cause. 90-04 Payment for omitted items. As specified in the subsection 40-03 titled OMITTED ITEMS of Section 40, the Engineer shall have the right to omit from the work (order nonperformance) any contract item, except major contract items, in the best interest of the Owner. Should the Engineer omit or order nonperformance of a contract item or portion of such item from the work, the Contractor shall accept payment in full at the contract prices for any work actually completed and acceptable prior to the Engineer's order to omit or non -perform such contract item. .. Acceptable materials ordered by the Contractor or delivered on the work prior to the date of the Engineer's order will be paid for at the actual cost to the Contractor and shall thereupon become the property of the Owner. OR w POO M In addition to the reimbursement hereinbefore provided, the Contractor shall be reimbursed for all actual costs incurred for the purpose of performing the omitted contract item prior to the date of the Engineer's order. Such additional costs incurred by the Contractor must be directly related to the deleted contract item and shall be supported by certified statements by the Contractor as to the nature the amount of such costs. 90-05 Payment for extra work. �qitra-wofk. ffFi4)i-med in aeeeFdanee ith the^ & • • ''� " `, rt 04 ti le F d k)1- Rill 0 et>ntfac ^'•... Extr t work,.pertonngd in amu dancc with sub5uuon 40-04 L X 1_RA ";o1RK.1k be pain for at the conh;act prices or agiecd pr icos specified 'tn the ch tngC or -do r -or supnlunenIal tit Cement authorizine the extra work. When the chap w order or supplemental agreement authorizing the extra work requires that it be done by lorce accoun,._such lorce account shall_bc.__me:asured...and .....pmid for as Hollows (T11E FOLLOWING PAYS1ENT PROVISIONS APPLY ONLY WHERE THE NATURE OF THE L -Xi RA WORK IS SI'CH TI IAT' IT CANNOT BE MEASURED AND PAID FOR ACCORDING TO 1 HE CONTRACT UNIT PRICES) : a. Labor. For all labor (skilled and unskitled) and foremen in direct charge of a specific force account item, the Contractor shalt reeck e the rate of wage Cor scale) for every hour that such labor or foreman is acival1v engaged in the specified lorce account t�ork. Such wave (or sca lel shall he agreed upon in writing before the beginning of the work. The Contractor shall receive the actual costs paid to. or in behalf of. workers by reason of subsistence and travel allowances. health and welfare benefits pension fund benefits or other benefits, when such arnounts Taxiway "D" and "E" GP- 45 General Provisions Sebastian Municipal Airport Section 90- Measurement and Payment are required by collective bargaining, agreement or other emnlovment contract generally applicable to the classes of labor emploved on the work. An amount equal to 15 percent of the sum of the above items will also be paid to the Contractor. b. Insurance and faxes. For property damage, liabilitv. and workmen's compensation insurance pre- ntiumti,_unemplovment insurance. conTHNtio ss Ind social -security razes on the force account work the a Conu ctor shall receive the actual cost, to which cult (sum ) i percent will be added. The Contractor shall furnish satisfnctory evidence of the rate or rates paid for such insurance an taxes. ., C. Materials. For materials accented by the Dwineer and then used. the Contractor shall receive the actual cost Of SLIch material delivered on the work. includim1 transportation charges paid by him (exclusive of machinery rentals as hereinafter set forth), to which cost (sum) 15 percent will be added. d _ Equipment. For am machinery or special equipment (other than small tools) including fuel and lubricant,. plus transportation costs, the use of w%Nch has been authorized by the F..naineer, the Contractor shall receive the rental rates agreed upon in writim_ before such work is begun for the actual time that such equipment is committed to the work, to which rental sunt 15 Percent will be added. M e. %tiscellancous. No additional allowance will be made for general sunerintendence, the use of small tools, or other costs I'or tyhich no specific allowance is herein provided. f. Comparison of Record. The Contractor and the Itnaincer shall compare records of the cost of force account work at the end of' each day. Agreement shall be indicated by signature of the Contractor and the Engineer or their dulv authorized representatives. s. Statement. No payment will be made for work performed on a force account basis until the Con- tractor has furnished the Engineer with duplicate itemized statements of the cost of such force account work detailed as follows: ___( I ) Name. classification. date, daily hours, total hours, rate and extension for each laborer and fireman. .� (2) Desi,_,nation, dates, daily hours, total hours, rental rate, and extension for each unit of machinery and equipment (3) Quantities of materials. (4) Transportation of materials. (5) Cost of proverty damage. liability and workman's compensation insurance premiums. unemplov- ment insurance contributions, and social security tax. Statements shall be accomplished and sunnorted by a receioted invoice for all materials used and transnor- r. tation charges. However, if material uscti on the force account work are not specifically purchased fur such work but are taken from the Contractor's stock. then in lieu of the invoices the Contractor shall furnish an eft jc LiNjt certifying, that such materials were taken front _his/her stock. that the _quantity claimed was actually OR used. and that the price and transportation claimed represent the actual cost to the Contractor. The additional payment. based on the percentages specified abcroe, shall constitute full compensation forso all items of expense not specifically Provided for the force CIeCOtmt work. rhe total payment Made as provided above shall constitute fail comnensation for such work. Taxiway "D" and "E" GP- 46 General Provisions Sebastian Municipal Airport Section 90- Measurement and Payment 90-06 Partial payments. Partial payments will be made to the Contractor at least once each month as the work progresses. Said payments will be based upon estimates, prepared by the Engineer, of the value of the work performed and materials complete and in place, in accordance with the contract, plans, and specifica- tions. Such partial payments may also include the delivered actual cost of those materials stockpiled and stored in accordance with the subsection 90-07 titled PAYMENT FOR MATERIALS ON HAND of this section. No partial payment will be made when the amount due to the Contractor since the last estimate amounts to less than five hundred dollars. The Contractor is required to pay all subcontractors for satisfactory performance of their contracts no later than 30 days after the Contractor has received a partial payment. The Owner must ensure prompt and full payment of retainage from the prime Contractor to the subcontractor within 30 days after the subcontrac- tor's work is satisfactorily completed. A subcontractor's work is satisfactorily completed when all the tasks called for in the subcontract have been accomplished and documented as required by the Owner. When the Owner has made an incremental acceptance of a portion of a prime contract, the work of a subcontractor covered by that acceptance is deemed to be satisfactorily completed. From the total of the amount determined to be payable on a partial payment, Ho percent of such total amount will be deducted and retained by the Owner until the final payment is made, except as may be provided (at the Contractor's option) in the subsection 90-08 titled PAYMENT OF WITHHELD FUNDS of this section. The balance 90'%0 of the amount payable, less all previous payments, shall be certified for payment. Should the Contractor exercise his or her option, as provided in the subsection 90-08 titled PAYMENT OF WITHHELD FUNDS of this section, no such percent retainage shall be deducted. When at least 95% of the work has been completed, the Engineer shall, at the Owner's discretion and with the consent of the surety, prepare estimates of both the contract value and the cost of the remaining work to be done. The Owner may retain an amount not less than twice the contract value or estimated cost, whichever is greater, of the work remaining to be done. The remainder, less all previous payments and deductions, will then be certified for payment to the Contractor. It is understood and agreed that the Contractor shall not be entitled to demand or receive partial payment based on quantities of work in excess of those provided in the proposal or covered by approved change orders or supplemental agreements, except when such excess quantities have been determined by the Engi- neer to be a part of the final quantity for the item of work in question. No partial payment shall bind the Owner to the acceptance of any materials or work in place as to quality or quantity. All partial payments are subject to correction at the time of final payment as provided in the subsection 90-09 titled ACCEPTANCE AND FINAL PAYMENT of this section. The Contractor shall deliver to the Owner a complete release of all claims for labor and material arising out of this contract before the final payment is made. If any subcontractor or supplier fails to furnish such a .. release in full, the Contractor may furnish a bond or other collateral satisfactory to the Owner to indemnify the Owner against any potential lien or other such claim. The bond or collateral shall include all costs, expenses, and attorney fees the Owner may be compelled to pay in discharging any such lien or claim. 90-07 Payment for materials on hand. Partial payments may be made to the extent of the delivered cost of materials to be incorporated in the work, provided that such materials meet the requirements of the contract, plans, and specifications and are delivered to acceptable sites on the airport property or at other "a sites in the vicinity that are acceptable to the Owner. Such delivered costs of stored or stockpiled materials may be included in the next partial payment after the following conditions are met: Taxiway "D" and "E" GP- 47 General Provisions Sebastian Municipal Airport Section 90- Measurement and Payment a. The material has been stored or stockpiled in a manner acceptable to the Engineer at or on an approved site. b. The Contractor has furnished the Engineer with acceptable evidence of the quantity and quality of such stored or stockpiled materials. 0 c. The Contractor has furnished the Engineer with satisfactory evidence that the material and transportation costs have been paid. d. The Contractor has furnished the Owner legal title (free of liens or encumbrances of any kind) to the material so stored or stockpiled. e. The Contractor has furnished the Owner evidence that the material so stored or stockpiled is insured against loss by damage to or disappearance of such materials at any time prior to use in the work. It is understood and agreed that the transfer of title and the Owner's payment for such stored or stockpiled materials shall in no way relieve the Contractor of his or her responsibility for furnishing and placing such ^ materials in accordance with the requirements of the contract, plans, and specifications. In no case will the amount of partial payments for materials on hand exceed the contract price for such materials or the contract price for the contract item in which the material is intended to be used. No partial payment will be made for stored or stockpiled living or perishable plant materials. The Contractor shall bear all costs associated with the partial payment of stored or stockpiled materials in accordance with the provisions of this subsection. 90-08 Payment of withheld funds. At the Contractor's option, if an Owner withholds retainage in accord- ance with the methods described in subsection 90-06 PARTIAL PAYMENTS, the Contractor may request that the Owner deposit the retainage into an escrow account. The Owner's deposit of retainage into an escrow account is subject to the following conditions: a. The Contractor shall bear all expenses of establishing and maintaining an escrow account and escrow agreement acceptable to the Owner. b. The Contractor shall deposit to and maintain in such escrow only those securities or bank certificates of deposit as are acceptable to the Owner and having a value not less than the retainage that would otherwise be withheld from partial payment. c. The Contractor shall enter into an escrow agreement satisfactory to the Owner. d. The Contractor shall obtain the written consent of the surety to such agreement. 90-09 Acceptance and final payment. When the contract work has been accepted in accordance with the requirements of the subsection 50-15 titled FINAL ACCEPTANCE of Section 50, the Engineer will prepare the final estimate of the items of work actually performed. The Contractor shall approve the Engineer's final estimate or advise the Engineer of the Contractor's objections to the final estimate which are based on disputes in measurements or computations of the final quantities to be paid under the contract as amended by change order or supplemental agreement. The Contractor and the Engineer shall resolve all disputes (if any) in the measurement and computation of final quantities to be paid within 30 calendar days of the Contractor's receipt of the Engineer's final estimate. If, after such 30 -day period, a dispute still exists, the ^ Contractor may approve the Engineer's estimate under protest of the quantities in dispute, and such disputed quantities shall be considered by the Owner as a claim in accordance with the subsection 50-16 titled CLAIMS FOR ADJUSTMENT AND DISPUTES of Section 50. Taxiway "D" and "E" GP- 48 General Provisions Sebastian Municipal Airport Section 90- Measurement and Payment ^ After the Contractor has approved, or approved under protest, the Engineer's final estimate, and after the Engineer's receipt of the project closeout documentation required in subsection 90-11 Project Closeout, final payment will be processed based on the entire sum, or the undisputed sum in case of approval under protest, determined to be due the Contractor less all previous payments and all amounts to be deducted .. under the provisions of the contract. All prior partial estimates and payments shall be subject to correction in the final estimate and payment. If the Contractor has filed a claim for additional compensation under the provisions of the subsection 50- 16 titled CLAIMS FOR ADJUSTMENTS AND DISPUTES of Section 50 or under the provisions of this subsection, such claims will be considered by the Owner in accordance with local laws or ordinances. Upon final adjudication of such claims, any additional payment determined to be due the Contractor will be paid pursuant to a supplemental final estimate. 90-10 Construction warranty. a. In addition to any other warranties in this contract, the Contractor warrants that work performed under this contract conforms to the contract requirements and is free of any defect in equipment, material, workmanship, or design furnished, or performed by the Contractor or any subcontractor or supplier at any tier. r b. This warranty shall continue for a period of one year from the date of final acceptance of the work. If the Owner takes possession of any part of the work before final acceptance, this warranty shall continue for a period of one year from the date the Owner takes possession. However, this will not relieve the Contractor from corrective items required by the final acceptance of the project work. c. The Contractor shall remedy at the Contractor's expense any failure to conform, or any defect. In addition, the Contractor shall remedy at the Contractor's expense any damage to Owner real or personal property, when that damage is the result of: (1) The Contractor's failure to conform to contract requirements; or (2) Any defect of equipment, material, workmanship, or design furnished by the Contractor. d. The Contractor shall restore any work damaged in fulfilling the terms and conditions of this clause. The Contractor's warranty with respect to work repaired or replaced will run for one year from the date of repair or replacement. e. The Owner will notify the Contractor, in writing, within[ seven (7) ] days after the discovery of any failure, defect, or damage. E If the Contractor fails to remedy any failure, defect, or damage within [ 14 ] days after receipt of notice, the Owner shall have the right to replace, repair, or otherwise remedy the failure, defect, or damage at the Contractor's expense. so g. With respect to all warranties, express or implied, from subcontractors, manufacturers, or suppliers for work performed and materials furnished under this contract, the Contractor shall: (1) Obtain all warranties that would be given in normal commercial practice; (2) Require all warranties to be executed, in writing, for the benefit of the Owner, as directed by the Owner, and (3) Enforce all warranties for the benefit of the Owner. .� It. This warranty shall not limit the Owner's rights with respect to latent defects, gross mistakes, or fraud. Taxiway "D" and "E" GP- 49 General Provisions Sebastian Municipal Airport Section 90- Measurement and Payment 90-11 Project closeout. Approval of final payment to the Contractor is contingent upon completion and submittal of the items listed below. The final payment will not be approved until the Engineer approves the Contractor's final submittal. The Contractor shall: a. Provide two (2) copies of all manufacturers warranties specified for materials, equipment, and installations. b. Provide weekly payroll records (not previously received) from the general Contractor and all subcontractors. c. Complete final cleanup in accordance with subsection 40-08, FINAL CLEANUP. d. Complete all punch list items identified during the Final Inspection. e. Provide complete release of all claims for labor and material arising out of the Contract. L Provide a certified statement signed by the subcontractors, indicating actual amounts paid to the Disadvantaged Business Enterprise (DBE) subcontractors and/or suppliers associated with the project. g. When applicable per state requirements, return copies of sales tax completion forms. h. Manufacturer's certifications for all items incorporated in the work. i. All required record drawings, as -built drawings or as -constructed drawings. j. Project Operation and Maintenance (O&M) Manual. k. Security for Construction Warranty. 1. Equipment commissioning documentation submitted, if required. u 90-11 LIENS. Neither the final payment nor my -part of the retained percentage shall become due until the Contractor delivers to the Owner. (a) an affidavit ,twine, if that be in fact. that all subcontractors and suppliers have been paid in full. or if the fact he otherwise. showing the name of Inch subcontractor and supplier who has not been paid in full and the amount due or to become due each fior labor. service or material fumished: (b) consent of surety. if any_ to final pavmentt and (c) if required by Owner. other data c:(ablishing payment fiir satisfaction of all obligations. such as receipt. releases. and waivers of lien arising out of the Contract to the extent and in such form as designated by the Owner END OF SECTION 90 Taxiway "D" and "E" GP- 50 General Provisions Sebastian Municipal Airport Section 90- Measurement and Payment M M r 0. ^ ^ Section 100 Contractor Quality Control Program 100-01 General. When the specification requires a Contractor Quality Control Program, the Contractor ^ shall establish, provide, and maintain an effective Quality Control Program that details the methods and procedures that will be taken to assure that all materials and completed construction required by this contract conform to contract plans, technical specifications and other requirements, whether manufactured by the ^ Contractor, or procured from subcontractors or vendors. Although guidelines are established and certain minimum requirements are specified here and elsewhere in the contract technical specifications, the Contractor shall assume full responsibility for accomplishing the stated purpose. w� The intent of this section is to enable the Contractor to establish a necessary level of control that will: a. Adequately provide for the production of acceptable quality materials. ^ b. Provide sufficient information to assure both the Contractor and the Engineer that the specification requirements can be met. ^ c. Allow the Contractor as much latitude as possible to develop his or her own standard of control. The Contractor shall be prepared to discuss and present, at the preconstruction conference, their understanding of the quality control requirements. The Contractor shall not begin any construction or .� production of materials to be incorporated into the completed work until the Quality Control Program has been reviewed and accepted by the Engineer. No partial payment will be made for materials subject to specific quality control requirements until the Quality Control Program has been reviewed. The quality control requirements contained in this section and elsewhere in the contract technical specifications are in addition to and separate from the acceptance testing requirements. Acceptance testing requirements are the responsibility of the Engineer. Paving projects over $500,000 shall have a Quality Control (QC)/Quality Assurance (QA) workshop with the Engineer, Contractor, subcontractors, testing laboratories, and Owner's representative at start of construction. The workshop shall address QC and QA requirements of the project specifications. The Contractor shall coordinate with the Airport and the Engineer on time and location of the QC/QA workshop. 100-02 Description of program. ^ a. General description. The Contractor shall establish a Quality Control Program to perform quality control inspection and testing of all items of work required by the technical specifications, including those performed by subcontractors. This Quality Control Program shall ensure conformance to applicable specifications and plans with respect to materials, workmanship, construction, finish, and functional ^ performance. The Quality Control Program shall be effective for control of all construction work performed under this Contract and shall specifically include surveillance and tests required by the technical specifications, in addition to other requirements of this section and any other activities deemed necessary .� by the Contractor to establish an effective level of quality control. b. Quality Control Program. The Contractor shall describe the Quality Control Program in a written document that shall be reviewed and approved by the Engineer prior to the start of any production, construction, or off-site fabrication. The written Quality Control Program shall be submitted to the Engineer for review and approval at least [101 calendar days before the (Pre -construction Conferencel. The Contractor's Quality Control Plan and Quality Control testing laboratory must be approved in writing by the Engineer prior to the Notice to Proceed (NTP). The Quality Control Program shall be organized to address, as a minimum, the following items: Taxiway "D" and "E" GP- 51 General Provisions Sebastian Municipal Airport Section 100- Contractors Quality Control Program a. Quality control organization b. Project progress schedule c. Submittals schedule d. Inspection requirements e. Quality control testing plan E Documentation of quality control activities g. Requirements for corrective action when quality control and/or acceptance criteria are not met The Contractor is encouraged to add any additional elements to the Quality Control Program that is deemed necessary to adequately control all production and/or construction processes required by this contract. 100-03 Quality control organization. The Contractor Quality Control Program shall be implemented by the establishment of a separate quality control organization. An organizational chart shall be developed to show all quality control personnel and how these personnel integrate with other management/production and construction functions and personnel. The organizational chart shall identify all quality control staff by name and function, and shall indicate the total staff required to implement all elements of the Quality Control Program, including inspection and testing for each item of work. If necessary, different technicians can be used for specific inspection and testing functions for different items of work. If an outside organization or independent testing laboratory is used for implementation of all or part of the Quality Control Program, the personnel assigned shall be subject to the qualification requirements of paragraph 100-03a and 100-03b. The organizational chart shall indicate which personnel are Contractor employees and which are provided by an outside organization. The quality control organization shall, as a minimum, consist of the following personnel: a. Program Administrator. The Program Administrator shall be a full-time[ on—site 1 employee of the Contractor, or a consultant engaged by the Contractor. The Program Administrator shall have a minimum of five (5) years of experience in airport and/or highway construction and shall have had prior quality control experience on a project of comparable size and scope as the contract. Additional qualifications for the Program Administrator shall include at least one of the following requirements: (1) Professional Engineer with one (1) year of airport paving experience. (2) Engineer -in -training with two (2) years of airport paving experience. (3) An individual with three (3) years of highway and/or airport paving experience, with a Bachelor of Science Degree in Civil Engineering, Civil Engineering Technology or Construction. (4) Construction materials technician certified at Level III by the National Institute for Certification in Engineering Technologies (NICET). (5) Highway materials technician certified at Level III by NICET. (6) Highway construction technician certified at Level III by NICET. Taxiway "D" and "E" GP- 52 General Provisions Sebastian Municipal Airport Section 100- Contractors Quality Control Program M Om (7) A NICET certified engineering technician in Civil Engineering Technology with five (5) years .. of highway and/or airport paving experience. The Program Administrator shall have full authority to institute any and all actions necessary for the successful implementation of the Quality Control Program to ensure compliance with the contract plans �+ and technical specifications. The Program Administrator shall report directly to a responsible officer of the construction firm. The Program Administrator may supervise the Quality Control Program on more than one project provided that person can be at the job site within two (2) hours after being notified of a problem. b. Quality control technicians. A sufficient number of quality control technicians necessary to adequately implement the Quality Control Program shall be provided. These personnel shall be either Engineers, engineering technicians, or experienced craftsman with qualifications in the appropriate field equivalent to NICET Level II or higher construction materials technician or highway construction technician and shall have a minimum of two (2) years of experience in their area of expertise. The quality control technicians shall report directly to the Program Administrator and shall perform the following functions: (1) Inspection of all materials, construction, plant, and equipment for conformance to the technical �. specifications, and as required by subsection 100-06. (2) Performance of all quality control tests as required by the technical specifications and _ subsection 100-07. (3) Performance of density tests for the Engineer when required by the technical specifications. .� Certification at an equivalent level, by a state or nationally recognized organization will be acceptable in lieu of NICET certification. c. Staffing levels. The Contractor shall provide sufficient qualified quality control personnel to monitor each work activity at all times. Where material is being produced in a plant for incorporation into the work, separate plant and field technicians shall be provided at each plant and field placement location. The scheduling and coordinating of all inspection and testing must match the type and pace of work activity. The Quality Control Program shall state where different technicians will be required for different work elements. 100-04 Project progress schedule. The Contractor shall submit a coordinated construction schedule for all work activities. The schedule shall be prepared as a network diagram in Critical Path Method (CPM), Program Evaluation and Review Technique (PERT), or other format, or as otherwise specified in the contract. As a minimum, it shall provide information on the sequence of work activities, milestone dates, and activity duration. The Contractor shall maintain the work schedule and provide an update and analysis of the progress schedule on a twice monthly basis, or as otherwise specified in the contract. Submission of the work schedule shall not relieve the Contractor of overall responsibility for scheduling, sequencing, and coordinating all work to comply with the requirements of the contract. 100-05 Submittals schedule. The Contractor shall submit a detailed listing of all submittals (for example, mix designs, material certifications) and shop drawings required by the technical specifications. The listing can be developed in a spreadsheet format and shall include: a. Specification item number b. Item description Taxiway "D" and "E" GP- 53 General Provisions Sebastian Municipal Airport Section 100- Contractors Quality Control Program c. Description of submittal d. Specification paragraph requiring submittal e. Scheduled date of submittal 100-06 Inspection requirements. Quality control inspection functions shall be organized to provide inspections for all definable features of work, as detailed below. All inspections shall be documented by the Contractor as specified by subsection 100-07. Inspections shall be performed daily to ensure continuing compliance with contract requirements until completion of the particular feature of work. These shall include the following minimum requirements: a. During plant operation for material production, quality control test results and periodic inspections shall be used to ensure the quality of aggregates and other mix components, and to adjust and control mix proportioning to meet the approved mix design and other requirements of the technical specifications. All equipment used in proportioning and mixing shall be inspected to ensure its proper operating condition. The Quality Control Program shall detail how these and other quality control functions will be accomplished and used. b. During field operations, quality control test results and periodic inspections shall be used to ensure the quality of all materials and workmanship. All equipment used in placing, finishing, and compacting shall be inspected to ensure its proper operating condition and to ensure that all such operations are in conformance to the technical specifications and are within the plan dimensions, lines, grades, and tolerances specified. The Program shall document how these and other quality control functions will be accomplished and used. 100-07 Quality control testing plan. As a part of the overall Quality Control Program, the Contractor shall implement a quality control testing plan, as required by the technical specifications. The testing plan shall include the minimum tests and test frequencies required by each technical specification Item, as well as any additional quality control tests that the Contractor deems necessary to adequately control production and/or construction processes. The testing plan can be developed in a spreadsheet fashion and shall, as a minimum, include the following: a. Specification item number (for example, P-401) b. Item description (for example, Plant Mix Bituminous Pavements) c. Test type (for example, gradation, grade, asphalt content) d. Test standard (for example, ASTM or American Association of State Highway and Transportation Officials (AASHTO) test number, as applicable) e. Test frequency (for example, as required by technical specifications or minimum frequency when requirements are not stated) E Responsibility (for example, plant technician) g. Control requirements (for example, target, permissible deviations) The testing plan shall contain a statistically -based procedure of random sampling for acquiring test samples in accordance with ASTM D3665. The Engineer shall be provided the opportunity to witness quality control sampling and testing. All quality control test results shall be documented by the Contractor as required by subsection 100-08. Taxiway "D" and "E" GP- 54 General Provisions Sebastian Municipal Airport Section 100- Contractors Quality Control Program M M ^ 100-08 Documentation. The Contractor shall maintain current quality control records of all inspections .. and tests performed. These records shall include factual evidence that the required inspections or tests have been performed, including type and number of inspections or tests involved; results of inspections or tests; nature of defects, deviations, causes for rejection, etc.; proposed remedial action; and corrective actions ^ taken. These records must cover both conforming and defective or deficient features, and must include a statement that all supplies and materials incorporated in the work are in full compliance with the terms of the contract. ^ Legible copies of these records shall be furnished to the Engineer daily. The records shall cover all work placed subsequent to the previously furnished records and shall be verified and signed by the Contractor's Program Administrator. Specific Contractor quality control records required for the contract shall include, but are not necessarily limited to, the following records: a. Daily inspection reports. Each Contractor quality control technician shall maintain a daily log of ^ all inspections performed for both Contractor and subcontractor operations. These technician's daily reports shall provide factual evidence that continuous quality control inspections have been performed and shall, as a minimum, include the following: ^ (1) Technical specification item number and description (2) Compliance with approved submittals ^ (3) Proper storage of materials and equipment (4) Proper operation of all equipment ^ (5) Adherence to plans and technical specifications (6) Review of quality control tests ^ (7) Safety inspection. The daily inspection reports shall identify inspections conducted, results of inspections, location and nature ^ of defects found, causes for rejection, and remedial or corrective actions taken or proposed. The daily inspection reports shall be signed by the responsible quality control technician and the Program Administrator. The Engineer shall be provided at least one copy of each daily inspection report on the work ^ day following the day of record. b. Daily test reports. The Contractor shall be responsible for establishing a system that will record all quality control test results. Daily test reports shall document the following information: ^ (1) Technical specification item number and description (2) Test designation M (3) Location (4) Date of test M (5) Control requirements (6) Test results oft (7) Causes for rejection (8) Recommended remedial actions ^ Taxiway "D" and "E" GP- 55 General Provisions Sebastian Municipal Airport Section 100- Contractors Quality Control Program M (9) Retests Test results from each day's work period shall be submitted to the Engineer prior to the start of the next .. day's work period. When required by the technical specifications, the Contractor shall maintain statistical quality control charts. The daily test reports shall be signed by the responsible quality control technician and the Program Administrator. 100-09 Corrective action requirements. The Quality Control Program shall indicate the appropriate action to be taken when a process is deemed, or believed, to be out of control (out of tolerance) and detail what action will be taken to bring the process into control. The requirements for corrective action shall include both general requirements for operation of the Quality Control Program as a whole, and for individual items of work contained in the technical specifications. The Quality Control Program shall detail how the results of quality control inspections and tests will be used for determining the need for corrective action and shall contain clear sets of rules to gauge when a process is out of control and the type of correction to be taken to regain process control. When applicable or required by the technical specifications, the Contractor shall establish and use statistical quality control charts for individual quality control tests. The requirements for corrective action shall be linked to the control charts. 100-10 Surveillance by the Engineer. All items of material and equipment shall be subject to surveillance by the Engineer at the point of production, manufacture or shipment to determine if the Contractor, producer, manufacturer or shipper maintains an adequate quality control system in conformance with the requirements detailed here and the applicable technical specifications and plans. In addition, all items of ^ materials, equipment and work in place shall be subject to surveillance by the Engineer at the site for the same purpose. Surveillance by the Engineer does not relieve the Contractor of performing quality control inspections of ^ either on-site or off-site Contractor's or subcontractor's work. 100-11 Noncompliance. a. The Engineer will notify the Contractor of any noncompliance with any of the foregoing requirements. The Contractor shall, after receipt of such notice, immediately take corrective action. Any notice, when delivered by the Engineer or his or her authorized representative to the Contractor or his or her authorized representative at the site of the work, shall be considered sufficient notice. b. In cases where quality control activities do not comply with either the Contractor Quality Control Program or the contract provisions, or where the Contractor fails to properly operate and maintain an effective Quality Control Program, as determined by the Engineer, the Engineer may: (1) Order the Contractor to replace ineffective or unqualified quality control personnel or subcontractors. (2) Order the Contractor to stop operations until appropriate corrective actions are taken. END OF SECTION 100 r Taxiway "D" and "E" GP- 56 General Provisions Sebastian Municipal Airport Section 100- Contractors Quality Control Program F� M 00 on OR MR Section 105 Mobilization 105-1 Description. This item shall consist of work and operations, but is not limited to, work and operations necessary for the movement of personnel, equipment, material and supplies to and from the project site for work on the project except as provided in the contract as separate pay items. It also includes providing the eirt, required by the General Provisions, includmm> any supplementary Conditions and General Require - mutts mc;lud m, but noilututO i_to: i.the establishment ofall temporary office.. buildin>~s. uncia- stmina areas, haul routes, ttld_ thcx (tuhties necessar4_lor tile \ <trk on the nnojeq:. Surveying and construction swkino: i. rlll barricades, barricade li,=hts. and other nhasim> an deto i devices: 4. Faxivvav mid immav cloamQc : maintenance of tiallic: 5. Performance bond. labor and materials bond: li Insurance: and all other work and operations which mutt be performed or cost's incurred prior to heginning, work on the various items on the moiect site. This item also includes all wort m10 ide the limits of construction that is necesstry to demobilize and restores _.... _...._ __-- - -- - --- area;, disturbed by the Comractor to their original condition including_ but not limited to pavement rehabilitation, ertdimz, seeding. mulching. cleaning. and disposal. 105-1.1 Posted notices. Prior to commencement of construction activities the Contractor must post the following documents in a prominent and accessible place where they may be easily viewed by all employ- ees of the prime Contractor and by all employees of subcontractors engaged by the prime Contractor: Equal Employment Opportunity (EEO) Poster "Equal Employment Opportunity is the Law" in accordance with ., the Office of Federal Contract Compliance Programs Executive Order 11246, as amended; Davis Bacon Wage Poster (WH 1321) - DOL "Notice to All Employees" Poster; and Applicable Davis -Bacon Wage Rate Determination. These notices must remain posted until final acceptance of the work by the Owner. 105-2 Basis of measurement and payment. Based upon the contract lump sum price for "Mobilization" partial payments will be allowed as follows: a. With first pay request, 25%. b. When 25% or more of the original contract is earned, an additional 25%. c. When 50% or more of the original contract is earned, an additional 40%. d. After Final Inspection, Staging area clean-up and delivery of all Project Closeout materials as re- quired by 90-11, the final 10%. M W M ." END OF SECTION 105 Taxiway "D" and "E" GP- 57 General Provisions Sebastian Municipal Airport Section 105- Mobilization Taxiway "D" and "E" Sebastian Municipal Airport This Page Intentionally Left Blank GP- 58 General Provisions Section 105- Mobilization m m m ., Section 110 Method of Estimating Percentage of Material Within Specifica- tion Limits (PWL) Spreadsheets for PWL calculations are available at the following website: .. http://www.faa.2ov/airports/en2ineerine/desi2n software/. 110-01 General. When the specifications provide for acceptance of material based on the method of estimating percentage of material within specification limits (PWL), the PWL will be determined in accordance with this section. All test results for a lot will be analyzed statistically to determine the total estimated percent of the lot that is within specification limits. The PWL is computed using the sample average (X) and sample standard deviation (S„) of the specified number (n) of sublots for the lot and the specification tolerance limits, L for lower and U for upper, for the particular acceptance parameter. From these values, the respective Quality index, QL for Lower Quality Index and/or Qu for Upper Quality Index, is computed and the PWL for the lot for the specified n is determined from Table 1. All specification limits specified in the technical sections shall be absolute values. Test results used in the calculations shall be to the significant figure given in the test procedure. r. There is some degree of uncertainty (risk) in the measurement for acceptance because only a small fraction of production material (the population) is sampled and tested. This uncertainty exists because all portions of the production material have the same probability to be randomly sampled. The Contractor's risk is the probability that material produced at the acceptable quality level is rejected or subjected to a pay adjustment. The Owner's risk is the probability that material produced at the rejectable quality level is accepted. It is the intent of this section to inform the Contractor that, in order to consistently offset the Contractor's risk for material evaluated, production quality (using population average and population standard deviation) must be maintained at the acceptable quality specified or higher. In all cases, it is the responsibility of the Contractor to produce at quality levels that will meet the specified acceptance criteria when sampled and tested at the frequencies specified. 110-02 Method for computing PWL. The computational sequence for computing PWL is as follows: a. Divide the lot into n sublots in accordance with the acceptance requirements of the specification. b. Locate the random sampling position within the sublot in accordance with the requirements of the specification. c. Make a measurement at each location, or take a test portion and make the measurement on the test portion in accordance with the testing requirements of the specification. d. Find the sample average (X) for all sublot values within the lot by using the following formula: PR X= (XI +x2+xn+...X„)/n Where: X = Sample average of all sublot values within a lot x1, x2= Individual sublot values n = Number of sublots M Taxiways "D" and "E" GP- 59 General Provisions Sebastian Municipal Airport Section 110- Method of Estimating PWL OR e. Find the sample standard deviation (S.) by use of the following formula: So = [(di' + d22 + d32 +...do)/(n_1)1112 Where: S. = Sample standard deviation of the number of sublot values in the set di, d2 = Deviations of the individual sublot values xi, x2, ... from the average value X that is: di = (xi - X), d2 = (x2 - X) ... d„ = (xo - X) n = Number of sublots f. For single sided specification limits (that is, L only), compute the Lower Quality Index QL by use of the following formula: QL=(X-1•)/So Where: L = specification lower tolerance limit Estimate the percentage of material within limits (PWL) by entering Table 1 with QL, using the column appropriate to the total number (n) of measurements. If the value of QL falls between values shown on the table, use the next higher value of PWL. g. For double -sided specification limits (that is, L and U), compute the Quality Indexes QL and Qu by use of the following formulas: QL = (X - L) / So and Qu=(U-X)/S„ Where: L and U = specification lower and upper tolerance limits Estimate the percentage of material between the lower (L) and upper (U) tolerance limits (PWL) by entering Table 1 separately with QL and Qu, using the column appropriate to the total number (n) of measurements, and determining the percent of material above PL and percent of material below Pu for each tolerance limit. If the values of QL fall between values shown on the table, use the next higher value of PL or Pu. Determine the PWL by use of the following formula: PWL = (Pu + PL) -100 Where: PL = percent within lower specification limit Pu = percent within upper specification limit Taxiways "D" and "E" GP- 60 General Provisions Sebastian Municipal Airport Section 110- Method of Estimating PWL U� IM M M F= MR EXAMPLE OF PWL CALCULATION Project: Example Project Test Item: Item P-401, Lot A. A. PWL Determination for Mat Density. 1. Density of four random cores taken from Lot A. .� A-1 = 96.60 A-2 = 97.55 n. A-3 = 99.30 A-4 = 98.35 .� n=4 2. Calculate average density for the lot. ., X=(xl+x2+xs+...x„)/n X = (96.60 + 97.55 + 99.30 + 98.35) / 4 X = 97.95% density 3. Calculate the standard deviation for the lot. .� S„ _ [((96.60 - 97.95)2 + (97.55 - 97.95)2 +(99.30 -97.95)2 + (98,35 -97.95)2)) / (4 - I )] 12 S„=[(1.82+0.16+1.82+0.16)/3112 S„= 1.15 4. Calculate the Lower Quality Index QL for the lot. (L--96.3) ^ QL=(X-L)/S„ QL _ (97.95 - 96.30) / 1.15 QL = 1.4348 5. Determine PWL by entering Table 1 with QL= 1.44 and n= 4. PWL = 98 B. PWL Determination for Air Voids. "' 1. Air Voids of four random samples taken from Lot A. A-1 =5.00 A-2 = 3.74 A-3 = 2.30 A-4 = 3.25 2. Calculate the average air voids for the lot. M Taxiways "D" and "E" GP- 61 General Provisions Sebastian Municipal Airport Section 10- Method of Estimating PWL r W X=(x,+X2+x3... n)/n X=(5.00+3.74+2.30+3.25)/4 X = 3.57% 3. Calculate the standard deviation S. for the lot. S. _ [((3.57 - 5.00)2 + (3.57 - 3.74)2 + (3.57 - 2.30)2 + (3.57 -3.25)2) / (4 - 1)],2 S. = [(2.04 + 0.03 + 1.62 + 0.10) / 31'/2 S. = 1.12 4. Calculate the Lower Quality Index QL for the lot. (L= 2.0) .. QL=(X-L)/S„ QL = (3.57 - 2.00) / 1.12 QL = 1.3992 5. Determine PL by entering Table 1 with QL = 1.41 and n = 4. PL = 97 6. Calculate the Upper Quality Index Qu for the lot. (U= 5.0) Qu=(U-X)/S„ Qu = (5.00 - 3.57) / 1.12 Qu = 1.2702 7. Determine Pu by entering Table 1 with Qu = 1.29 and n = 4. Pu = 93 8. Calculate Air Voids PWL PWL = (PL + Pu) - 100 PWL =(97+93)- 100=90 EXAMPLE OF OUTLIER CALCULATION (REFERENCE ASTM E178) ' Project: Example Project Test Item: Item P-401, Lot A. A. Outlier Determination for Mat Density. 1. Density of four random cores taken from Lot A arranged in descending order. A-3 = 99.30 A-4 = 98.35 A-2 = 97.55 Taxiways "D" and "E" GP- 62 General Provisions Sebastian Municipal Airport Section 110- Method of Estimating PWL M A-1 = 96.60 2. Use n=4 and upper 5% significance level of to find the critical value for test criterion = 1.463. 3. Use average density, standard deviation, and test criterion value to evaluate density measurements. a. For measurements greater than the average: If (measurement - average)/(standard deviation) is less than test criterion, then the measurement is not considered an outlier For A-3, check if (99.30 - 97.95) / 1.15 is greater than 1.463. Since 1.174 is less than 1.463, the value is not an outlier. b. For measurements less than the average: If (average - measurement)/(standard deviation) is less than test criterion, then the measurement is not considered an outlier. For A-1, check if (97.95 - 96.60) / 1.15 is greater than 1.463. Since 1.435 is less than 1.463, the value is not an outlier. Note: In this example, a measurement would be considered an outlier if the density were: Greater than (97.95 + 1.463 X 1.15) = 99.63% .R OR less than (97.95 - 1.463 X 1.15) = 96.27%. W am M Taxiways "D" and "E" GP- 63 General Provisions Sebastian Municipal Airport Section 110- Method of Estimating PWL M Table 1. Table for Estimating Percent of Lot Within Limits (PWL) Taxiways "D" and "E" GP- 64 General Provisions Sebastian Municipal Airport Section 110- Method of Estimating PWL 0 M M MR 1041 sN W MI W go E:-] go Percent Within Positive Values of Q (QL and Qu) Limits (Pi and Pu) n=3 n=4 n=5 n=6 n=7 n=8 n=9 n=10 99 1.1541 1.4700 1.6714 1.8008 1.8888 1.9520 1.9994 2.0362 98 1.1524 1.4400 1.6016 1.6982 1.7612 1.8053 1.8379 1.8630 97 1.1496 1.4100 1.5427 1.6181 1.6661 1.6993 1.7235 1.7420 96 1.1456 1.3800 1.4897 1.5497 1.5871 1.6127 1.6313 1.6454 95 1.1405 1.3500 1.4407 1.4887 1.5181 1.5381 1.5525 1.5635 94 1.1342 1.3200 1.3946 1.4329 1.4561 1.4717 1.4829 1.4914 93 1.1269 1.2900 1.3508 1.3810 1.3991 1.4112 1.4199 1.4265 92 1.1184 1.2600 1.3088 1.3323 1.3461 1.3554 1.3620 1.3670 91 1.1089 1.2300 1.2683 1.2860 1.2964 1.3032 1.3081 1.3118 90 1.0982 1.2000 1.2290 1.2419 1.2492 1.2541 1.2576 1.2602 89 1.0864 1.1700 1.1909 1.1995 1.2043 1.2075 1.2098 1.2115 88 1.0736 1.1400 1.1537 1.1587 1.1613 1.1630 1.1643 1.1653 87 1.0597 1.1100 1.1173 1.1192 1.1199 1.1204 1.1208 1.1212 86 1.0448 1.0800 1.0817 1.0808 1.0800 1.0794 1.0791 1.0789 85 1.0288 1.0500 1.0467 1.0435 1.0413 1.0399 1.0389 1.0382 84 1.0119 1.0200 1.0124 1.0071 1.0037 1.0015 1.0000 0.9990 83 0.9939 0.9900 0.9785 0.9715 0.9671 0.9643 0.9624 0.9610 82 0.9749 0.9600 0.9452 0.9367 0.9315 0.9281 0.9258 0.9241 81 0.9550 0.9300 0.9123 0.9025 0.8966 0.8928 0.8901 0.8882 80 0.9342 0.9000 0.8799 0.8690 0.8625 0.8583 0.8554 0.8533 79 0.9124 0.8700 0.8478 0.8360 0.8291 0.8245 0.8214 0.8192 78 0.8897 0.8400 0.8160 0.8036 0.7962 0.7915 0.7882 0.7858 77 0.8662 0.8100 0.7846 0.7716 0.7640 0.7590 0.7556 0.7531 76 0.8417 0.7800 0.7535 0.7401 0.7322 0.7271 0.7236 0.7211 75 0.8165 0.7500 0.7226 0.7089 0.7009 0.6958 0.6922 0.6896 74 0.7904 0.7200 0.6921 0.6781 0.6701 0.6649 0.6613 0.6587 73 0.7636 0.6900 0.6617 0.6477 0.6396 0.6344 0.6308 0.6282 72 0.7360 0.6600 0.6316 0.6176 0.6095 0.6044 0.6008 0.5982 71 0.7077 0.6300 0.6016 0.5878 0.5798 0.5747 0.5712 0.5686 70 0.6787 0.6000 0.5719 0.5582 0.5504 0.5454 0.5419 0.5394 69 0.6490 0.5700 0.5423 0.5290 0.5213 0.5164 0.5130 0.5105 68 0.6187 0.5400 0.5129 0.4999 0.4924 0.4877 0.4844 0.4820 67 0.5878 0.5100 0.4836 0.4710 0.4638 0.4592 0.4560 0.4537 66 0.5563 0.4800 0.4545 0.4424 0.4355 0.4310 0.4280 0.4257 65 0.5242 0.4500 0.4255 0.4139 0.4073 0.4030 0.4001 0.3980 64 0.4916 0.4200 0.3967 0.3856 0.3793 0.3753 0.3725 0.3705 63 0.4586 0.3900 0.3679 0.3575 0.3515 0.3477 0.3451 0.3432 Taxiways "D" and "E" GP- 65 General Provisions Sebastian Municipal Airport Section 10- Method of Estimating PWL Percent Within Positive Values of Q (Qu and Qu) Limits (PL and Pu) n=3 n=4 n=5 n=6 n=7 n=8 n=9 n=10 62 0.4251 0.3600 0.3392 0.3295 0.3239 0.3203 0.3179 0.3161 61 0.3911 0.3300 0.3107 0.3016 0.2964 0.2931 0.2908 0.2892 60 0.3568 0.3000 0.2822 0.2738 0.2691 0.2660 0.2639 0.2624 59 0.3222 0.2700 0.2537 0.2461 0.2418 0.2391 0.2372 0.2358 58 0.2872 0.2400 0.2254 0.2186 0.2147 0.2122 0.2105 0.2093 57 0.2519 0.2100 0.1971 0.1911 0.1877 0.1855 0.1840 0.1829 56 0.2164 0.1800 0.1688 0.1636 0.1607 0.1588 0.1575 0.1566 55 0.1806 0.1500 0.1406 0.1363 0.1338 0.1322 0.1312 0.1304 54 0.1447 0.1200 0.1125 0.1090 0.1070 0.1057 0.1049 0.1042 53 0.1087 0.0900 0.0843 0.0817 0.0802 0.0793 0.0786 0.0781 52 0.0725 0.0600 0.0562 0.0544 0.0534 0.0528 0.0524 0.0521 51 0.0363 0.0300 0.0281 0.0272 0.0267 0.0264 0.0262 0.0260 50 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 Taxiways "D" and "E" GP- 66 General Provisions Sebastian Municipal Airport Section 10- Method of Estimating PWL s. r� w_ s• M r� A A M w• A ON ■■ Percent Negative Values of Q (QI, and Qu) Within Limits (PI, and Pu) n=3 n=4 n=5 n=6 n=7 n=8 n=9 n=10 49 -0.0363 -0.0300 -0.0281 -0.0272 -0.0267 -0.0264 -0.0262 -0.0260 48 -0.0725 -0.0600 -0.0562 -0.0544 40534 -0.0528 -0.0524 -0.0521 47 -0.1087 40900 -0.0843 -0.0817 40802 -0.0793 -0.0786 -0.0781 46 -0.1447 -0.1200 -0.1125 -0.1090 -0.1070 -0.1057 -0.1049 -0.1042 45 -0.1806 -0.1500 .0.1406 -0.1363 -0.1338 -0.1322 -0.1312 -0.1304 44 -0.2164 -0.1800 -0.1688 -0.1636 -0.1607 -0.1588 -0.1575 -0.1566 43 -0.2519 -0.2100 -0.1971 -0.1911 -0.1877 -0.1855 -0.1840 -0.1829 42 -0.2872 -0.2400 -0.2254 -0.2186 -0.2147 -0.2122 -0.2105 -0.2093 41 -0.3222 -0.2700 -0.2537 -0.2461 -0.2418 -0.2391 -0.2372 -0.2358 40 -0.3568 -0.3000 -0.2822 -0.2738 -0.2691 -0.2660 -0.2639 -0.2624 39 -0.3911 -0.3300 -0.3107 -0.3016 -0.2964 -0.2931 -0.2908 42892 38 -0.4251 -0.3600 -0.3392 -0.3295 -0.3239 -0.3203 -0.3179 -0.3161 37 -0.4586 -0.3900 -0.3679 -0.3575 -0.3515 -0.3477 -0.3451 -0.3432 36 -0.4916 -0.4200 -0.3967 -0.3856 -0.3793 -0.3753 -0.3725 -0.3705 35 -0.5242 -0.4500 -0.4255 -0.4139 -0.4073 -0.4030 -0.4001 -0.3980 34 -0.5563 -0.4800 -0.4545 -0.4424 -0.4355 -0.4310 -0.4280 -0.4257 33 -0.5878 -0.5100 -0.4836 -0.4710 -0.4638 -0.4592 -0.4560 -0.4537 32 -0.6187 -0.5400 -0.5129 -0.4999 -0.4924 -0.4877 -0.4844 -0.4820 31 -0.6490 -0.5700 -0.5423 -0.5290 -0.5213 -0.5164 -0.5130 -0.5105 30 -0.6787 -0.6000 -0.5719 -0.5582 -0.5504 -0.5454 -0.5419 -0.5394 29 -0.7077 -0.6300 -0.6016 -0.5878 -0.5798 -0.5747 -0.5712 -0.5686 28 -0.7360 -0.6600 -0.6316 -0.6176 46095 -0.6044 -0.6008 -0.5982 27 .0.7636 46900 -0.6617 -0.6477 -0.6396 -0.6344 -0.6308 -0.6282 26 -0.7904 -0.7200 -0.6921 -0.6781 -0.6701 -0.6649 -0.6613 -0.6587 25 -0.8165 -0.7500 -0.7226 -0.7089 -0.7009 -0.6958 -0.6922 -0.6896 24 -0.8417 -0.7800 -0.7535 -0.7401 -0.7322 -0.7271 -0.7236 -0.7211 23 -0.8662 -0.8100 -0.7846 -0.7716 -0.7640 -0.7590 -0.7556 -0.7531 22 -0.8897 -0.8400 -0.8160 -0.8036 -0.7962 -0.7915 -0.7882 -0.7858 21 -0.9124 -0.8700 -0.8478 -0.8360 -0.8291 -0.8245 -0.8214 -0.8192 20 -0.9342 -0.9000 -0.8799 -0.8690 -0.8625 -0.8583 -0.8554 -0.8533 19 -0.9550 -0.9300 -0.9123 -0.9025 -0.8966 -0.8928 -0.8901 -0.8882 18 -0.9749 -0.9600 -0.9452 -0.9367 -0.9315 -0.9281 -0.9258 -0.9241 17 -0.9939 -0.9900 -0.9785 -0.9715 -0.9671 -0.9643 49624 -0.9610 16 -1.0119 -1.0200 -1.0124 -1.0071 -1.0037 -1.0015 -1.0000 -0.9990 is -1.0288 -1.0500 -1.0467 -1.0435 -1.0413 -1.0399 -1.0389 -1.0382 14 -1.0448 -1.0800 -1.0817 -1.0808 -1.0800 -1.0794 -1.0791 -1.0789 13 -1.0597 -1.1100 -1.1173 -1.1192 -1.1199 -1.1204 -1.1208 -1.1212 12 -1.0736 -1.1400 -1.1537 -1.1587 -1.1613 -1.1630 -1.1643 -1.1653 11 -1.0864 -1.1700 -1.1909 -1.1995 -1.2043 -1.2075 -1.2098 -1.2115 Taxiways "D" and "E" GP- 67 General Provisions Sebastian Municipal Airport Section 110- Method of Estimating PWL Percent Negative Values of Q (Q1, and Qu) Within Limits (PL and Pu) n=3 n=4 n=5 n=6 n=7 n=8 n--9 n=10 10 -1.0982 -1.2000 -1.2290 -1.2419 -1.2492 -1.2541 -1.2576 -1.2602 9 -1.1089 -1.2300 -1.2683 -1.2860 -1.2964 -1.3032 -1.3081 -1.3118 8 -1.1184 -1.2600 -1.3088 -1.3323 -1.3461 -1.3554 -1.3620 -1.3670 7 -1.1269 -1.2900 -1.3508 -1.3810 -1.3991 -1.4112 -1.4199 -1.4265 6 -1.1342 -1.3200 -1.3946 -1.4329 -1.4561 -1.4717 -1.4829 -1.4914 5 -1.1405 -1.3500 -1.4407 -1.4887 -1.5181 -1.5381 -1.5525 -1.5635 4 -1.1456 -1.3800 -1.4897 -1.5497 -1.5871 -1.6127 -1.6313 -1.6454 3 -1.1496 -1.4100 -1.5427 -1.6181 -1.6661 -1.6993 -1.7235 -1.7420 2 -1.1524 -1.4400 -1.6016 -1.6982 -1.7612 -1.8053 -1.8379 -1.8630 1 -1.1541 -1.4700 -1.6714 -1.8008 -1.8888 -1.9520 -1.9994 -2.0362 END OF SECTION 110 Taxiways "D" and "E" GP- 68 General Provisions Sebastian Municipal Airport Section 10- Method of Estimating PWL rn ..n �r M SECTION 120 ��p,l AV�gr �+ W° 'o FAA ¢ G 2 Airports 7Q O 51S RPS` Required Contract Provisions for Airport Improvement ' Program and for Obligated Sponsors Issued on January 29, 2016 Airports (ARP) Contents Recordof Changes................................................................................................................................ GP -71 Requirements........................................................................................................................................ GP -72 1. Required Contract Provisions................................................................................................ GP -72 2. Sponsor Requirements.......................................................................................................... GP -72 3. Incorporation of Provisions................................................................................................... GP -72 4. Requests for Bids (Advertisement) and Notice to Bidders ................................................... GP -73 5. Requirements For All Contracts Entered into by Obligated Sponsors .................................. GP -73 6. Failure to Comply with Provisions......................................................................................... GP -73 7. Applicability Matrix for Contract Provisions......................................................................... GP -73 Appendix A — CONTRACT PROVISIONS................................................................................................. GP -75 Al ACCESS TO RECORDS AND REPORTS..................................................................................... GP -75 _ A2 AFFIRMATIVE ACTION REQUIREMENT.................................................................................. GP -76 A3BREACH OF CONTRACT TERMS............................................................................................. GP -78 .0 A4 BUY AMERICAN PREFERENCE............................................................................................... GP -79 ASCIVILRIGHTS- GENERAL.......................................................................................................GP-85 A6 CIVIL RIGHTS —TITLE VI ASSURANCE..................................................................................... GP -87 A7 CLEAN AIR AND WATER POLLUTION CONTROL.................................................................... GP -95 A8 CONTRACT WORKHOURS AND SAFETY STANDARDS ACT REQUIREMENTS .......................... GP -96 A9 COPELAND "ANTI -KICKBACK" ACT........................................................................................ GP -98 Taxiways "D" and "E" GP- 69 Required Contact Provisions Sebastian Municipal Airport AIP Grants and Obligated Sponsors A10 DAVIS-BACON REQUIREMENTS....................................................................................... GP -100 All DEBARMENTAND SUSPENSION...................................................................................... GP -107 Al2 DISADVANTAGED BUSINESS ENTERPRISE.............................................................................109 A13 DISTRACTED DRIVING..................................................................................................... GP -112 A14 ENERGY CONSERVATION REQUIREMENTS..................................................................... GP -113 A15 EQUAL EMPLOYEMENT OPPORTUNITY(E.E.O.).............................................................. GP -114 �. A16 FEDERAL FAIR LABOR STANDARDS ACT (FEDERAL MINIMUM WAGE) ........................... GP -121 A17 LOBBYING AND INFLUENCING FEDERAL EMPLOYEES..................................................... GP -122 A18 PROHIBITION of SEGREGATED FACILITIES....................................................................... GP -123 A19 OCCUPATIONAL SAFETY AND HEALTH ACT OF 1970 ...................................................... GP -125 A20 PROCUREMENT OF RECOVERED MATERIALS.................................................................. GP -126 A21 RIGHT TO INVENTIONS....................................................................................................GP-128 A22 SEISMIC SAFETY............................................................................................................... GP -129 A23 TERMINATION OF CONTRACT......................................................................................... GP -130 A24 TRADE RESTRICTION CERTIFICATION....................................................................I......... GP -134 A25 VETERAN'S PREFERENCE................................................................................................. GP -136 A26 DAVIS-BACON WAGE DECISIONS.................................................................................... GP -137 Taxiways "D" and "E" GP -70 Required Contact Provisions Sebastian Municipal Airport AIP Grants and Obligated Sponsors M OR an on go oft RECORD OF CHANGES No. Date Item Change 1 1/29/2016 Entire Document Re -structured documentto enhance user understanding of use and applicability; added suggested provisions for "Termination for Cause", "Recovered Materials", "Seismic Safety". 2 6/10/2016 Table 1 Item 10, Distracted Driving: Updated "Dollar Threshold" to $3,500 to reflect current micro -purchase threshold. 2 6/10/2016 A2, Affirmative Update the reference to the Department of Labor online Action document to be "Participation Goals for Minority and Females" 2 6/10/2016 Al2, Disadvantaged Al2.3: Changed Title to "Required Provisions" Business Enterprise Al2.3.1: Corrected starting timeframe for submitting written confirmation from "Owner Notice of Award" to "bid opening' Al2.3.1: Provided two sets of last paragraphs to reflect change (7 days to 5 days) that occurs on December 31, 2016. Al2.3.2: Moved Race/Gender Neutral language up and renamed heading to reflect text is solicitation language. Al2.3.3: Moved and renamed contract clause information and clarified it is for prime contract covered by a DBE program. Taxiways "D" and "E" Sebastian Municipal Airport GP- 71 Required Contact Provisions AIP Grants and Obligated Sponsors M REQUIREMENTS 1. Required Contract Provisions Federal laws and regulations require that recipients of federal assistance (Sponsors) include specific _ contract provisions in certain contracts, requests for proposals, or invitations to bid. Certain provisions must be included in all sponsor contracts, regardless of whether or not the contracts are federally -funded. This requirement was established when a sponsor accepted the Airport Improvement Program (AIP) grant assurances. To maintain eligibility of their procurement actions, a sponsor must incorporate applicable contract provisions in all federally -assisted procurement and contract documents, including all subcontracts. For purposes of determining requirements for contract provisions, the term contract includes subcontracts. 2. Sponsor Requirements In general, the sponsor must: 1) Incorporate applicable contract provisions in each contract funded under AIP; a. Except as noted herein, a sponsor must physically incorporate the text of the provision within the procurement documents. b. Where specifically noted, sponsors may incorporate select provisions by reference provided the sponsor indicates that the reference has the same force and effect as if given in full text. 2) Require the contractor (including all subcontractors) to insert these contract provisions in each lower tier contracts ( e.g. subcontract or sub -agreement); 3) Require the contractor (or subcontractor) to incorporate the applicable requirements of these contract provisions by reference for work done under any purchase orders, rental agreements and other agreements for supplies or services; 4) Require that the prime contractor be responsible for compliance with these contract provisions by any subcontractor, lower -tier subcontractor or service provider; 5) Verify that any required local or State provision does not conflict with, or alter a Federal law or ., regulation. 3. Incorporation of Provisions The statutes and regulations that establish the requirements for contract provisions do not always specify language the sponsor must use to address the requirement. Appendix A of this guide provides information on when a provision or clause has mandatory language that a sponsor must apply. Refer to the subheading Applicability for each provision. Whenever a clause or provision has mandatory text, the sponsor must incorporate the text of the provision without change. The only exception to this restriction is for those instances within the provision text that require the sponsor to insert appropriate information such as name or value. To align with the sponsor's standard contract language, the word "Owner" may also be replaced with "Airport Taxiways "D" and "E" GP- 72 Required Contact Provisions _ Sebastian Municipal Airport AIP Grants and Obligated Sponsors M Authority" or their standard method of referring to the sponsor in contracts. Any modification beyond what is specifically permitted is not permitted and may invalidate the clause. For those provisions that do not have required language, this guidance provides model language ., acceptable to the FAA in meeting the intent and purpose of the law or regulation. Some sponsors may already have standard procurement language that is equivalent to those Federal provisions that do not have explicit mandatory language. In these cases, sponsors may use their existing standard procurement ., provision language provided the text meets the intent and purpose of the Federal law or regulation. Contract clause language must be made available to bidders. The Sponsor does this by including the required language in Requests for Bids, Notices to Bidders, or in the contract. 4. Requests for Bids (Advertisement) and Notice to Bidders The sponsor may incorporate certain provisions by reference in the Request for Bids (the Advertisement) rather than including the entire text of the provision in the Request or Notice to Bidders. The sponsor must incorporate the full text of these provisions within any contract that originates from the procurement action. The provisions that can be incorporated by reference in the Request or Notice are: 1) Buy American Preference 2) Foreign Trade Restriction 3) Davis Bacon 4) Affirmative Action 5) Government -wide Debarment and Suspension 6) Government -wide Requirements for Drug-free Workplace ,., S. Requirements For All Contracts Entered into by Obligated Sponsors. A sponsor's acceptance of previous grant assurances obligates them to include certain notifications in all _ contracts and procurement actions they undertake regardless of funding source. Contracts and agreements fully funded by the sponsor must incorporate those select provisions. 6. Failure to Comply with Provisions Sponsor failure to incorporate required provisions will jeopardize AIP eligibility of the sponsor's project. Contractor failure to comply with the terms of these contract provisions maybe sufficient grounds to: 1) Withhold progress payments or final payment; 2) Terminate the contract for cause; 3) Seek suspension/debarment; or 4) Take other action determined to be appropriate by the sponsor or the FAA. 7. Applicability Matrix for Contract Provisions Table 1 summarizes the applicability of contract provisions based upon the type of contract or agreement. The dollar threshold represents the value at which, when equal to or exceeded, the sponsor �. must incorporate the provision in their contract or agreement. Supplemental information addressing applicability and use for each provision is located in Appendix A. Taxiways "D" and "E" GP- 73 Required Contact Provisions Sebastian Municipal Airport AIP Grants and Obligated Sponsors M Meaning of cell values • REQD - a provision the sponsor must incorporate in their procurement action. • Limited —a provision with limited applicability depending on circumstances of the procurement. • n/a — a provision that is not applicable for that procurement type. • All provisions in Table 1 except those marked with a strikethrough are incorporated into this contract. Table 1—Appliicability of Provisions Taxiways "D" and "E" GP- 74 Required Contact Provisions Sebastian Municipal Airport AIP Grants and Obligated Sponsors Provision Dollar Threshold Professional Services Construction Equipment Property (Land) Non-AIP Contracts a. Access to Records and Reports $ 0 REQD REQD REQD REQD n/a b. Buy American Preferences $ 0 Limited REQD REQD Limited n/a (1) Buy American Statement $ 0 Limited REQD REQD Limited n/a (-2) PwyAmeriean WFAited REBS REQD tkrAed (3) Buy American —Manufactured Product $ 0 Limited REQD REQD Limited n/a c. CivilRights—General $0 REQD REQD REQD REQD REQD d. Civil Rights -Title VI Assurances $ 0 REQD REQD REQD REQD REQD (1) Notice -Solicitation $0 REQD REQD REQD REQD REQD (2)Clause-Contracts $0 REQD REQD REQD REQD REQD f-34-04 : e_ -^ - REQf3 REQD GraQ:;c T.o..., , ... o,. Y RFQ9 R6QB (9) fl�.,. -coCi�4.t'.'cr`c`�i Wse eEpsS to RPai-Rfg9erc� S -d - RSQB R� (6) List— Pertinent Authorities $0 REQD REQD REQD REQD REQD e. Disadvantaged Business Enterprise $ 0 REQD REQD REQD REQD n/a f. Energy Conservation Requirements $ 0 REQD REQD REQD REQD ,. n/a„ g. Federal Fair Labor Standards Act $ 0 REQD REQD REQD REQD REQD h. Occupational Safety and Health Act $ 0 REQD REQD REQD REQD REQD i. Rights to Inventions $ 0 Limited Limited Limited n/a n/a j. Trade Restriction Certification $ 0 REQD REQD REQD REQD n/a k. Veteran's Preference $ 0 REQD REQD REQD REQD n/a ' $-0 UFFi ted Limited a -/a eia m. Copeland Anti -Kickback $ 2,000 Limited REQD Limited Limited n/a n. Davis Bacon Requirements $ 2,000 Limited REQD Limited Limited n/a o. Distracted Driving 11 $3,500 REQD REQD REQD REQD n/a p. Affirmative Action Requirement $10,000 Limited REQD Limited Limited n/a q. Equal Employment Opportunity $10,000 Limited REQD Limited Limited n/a (1) EEO Contract Clause $10,000 Limited REQD Limited Limited n/a (2) EEO Specification $10,000 1 Limited REQD Limited Limited n/a r. Prohibition of Segregated Facilities $10,000 1 Limited REQD Limited Limited n/a s. Recovered Materials $10,000 Limited REQD REQD Limited n/a t. Termination of Contract $10,000 REQD REQD REQD REQD n/a u. Debarment and Suspension $25,000 REQD REQD REQD Limited n/a v. Contract Work Hours and Safety Standards $100,000 Limited REQD Limited Limited n/a w. Lobbying Federal Employees $ 100,000 REQD REQD REQD REQD n/a x. Breach of Contract $150,000 REQD REQD I REQD REQD n/a Taxiways "D" and "E" GP- 74 Required Contact Provisions Sebastian Municipal Airport AIP Grants and Obligated Sponsors .. *00 MEN ON ProWsion Dollar Threshold Professional IProperty services Construction Equipment (Land( Non-AlP Contracts y. Clean Air/Water Pollution Control $150,000 REQD REQD I REQD I REQD n/a APPENDIx A - CONTRACT PROVISIONS Al ACCESS TO RECORDS AND REPORTS A1.1 SOURCE 2 CFR § 200.333 2 CFR § 200.336 FAA Order 5100.38 A1.2 APPLICABILITY 2 CFR § 200.333 requires a sponsor to retain records pertinent to a Federal award for a period of three am years from submission of final closure documents. 2 CFR § 200.336 establishes that sponsors must provide Federal entities the right to access records pertinent to the Federal award. FAA policy extends these requirements to the sponsor's contracts and subcontracts of AIP funded projects. len Contract Types —The sponsor must include this provision in all contracts and subcontracts of AIP funded projects. Use of Provision —The regulation does not prescribe mandatory language, the following language is acceptable to the FAA and meets the intent of this requirement. If the sponsor uses different language, the sponsor's language must fully satisfy the requirements of part 200. A1.3 CONTRACT CLAUSE r, ACCESS TO RECORDS AND REPORTS The Contractor must 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 no any of their duly authorized representatives, access to any books, documents, papers, and records of the contractor which are directly pertinent to the specific contract for the purpose of making audit, examination, excerpts and transcriptions. The Contractor agrees to maintain all books, records and am reports required under this contract for a period of not less than three years after final payment is made and all pending matters are closed. e. PER Taxiways "D" and "E" Sebastian Municipal Airport .. GP -75 Required Contact Provisions AIP Grants and Obligated Sponsors A2 AFFIRMATIVE ACTION REQUIREMENT A2.1 SOURCE 41 CFR part 60-4 Executive Order 11246 A2.2 APPLICABILITY Minority Participation. Sponsors are required to set goals for minority participation in AIP funded projects. The goals for minority participation depend on Economic Area (EA) and Standard Metropolitan Statistical Area (SMSA) as established in Volume 45 of the Federal Register dated 10/3/80. Page 65984 contains a table of all EAs and SMSAs and the associated minority participation goals. To find the goals for minority participation, a sponsor must either refer to the Federal Register Notice or ., to the Department of Labor online document, "Participation Goals for Minorities and Females". EA's and SMSA's cross state boundaries so a sponsor may have to refer to entries for adjacent states to find _ their project location. A sponsor must insert the applicable percentage minority goal. Sponsor must not simply insert a reference to the Federal Register Notice. Female Participation. Executive Order 11246 has set a goal of 6.9% nationally for female participation for all construction contractors. This value does not change per county or state. Contract Types — Construction: The sponsor must incorporate this notice in all solicitations for bids or requests for .. proposals for AIP funded construction work contracts and subcontracts that exceed $10,000. Construction work means construction, rehabilitation, alteration, conversion, extension, demolition or repair of buildings, highways, or other changes or improvements to real property, including facilities providing utility services. The term also includes the supervision, inspection, and other onsite functions incidental to the actual construction. _ Equipment: The sponsor must incorporate this notice in any equipment project exceeding $10,000 that involves installation of equipment onsite (e.g. electrical vault equipment). This provision does not apply to equipment acquisition projects where the manufacture of the .. equipment takes place offsite at the vendor plant (e.g. firefighting and snow removal vehicles) Professional Services: The sponsor must incorporate this notice in any professional service agreement if the professional service agreement includes construction work (as defined above) that exceed $10,000. Examples include installation of noise monitoring systems. Property/Land: The sponsor must incorporate this notice in any agreement associated with land .. acquisition if the agreement includes construction work (defined above) that exceeds $10,000. Examples include demolition of structures or installation of boundary fencing. Taxiways "D" and "E" GP -76 Required Contact Provisions Sebastian Municipal Airport AIP Grants and Obligated Sponsors Use of Provision —The sponsor must incorporate the text of this provision without modification. The sponsor must incorporate the established minority participation goal and the covered area by geographic name within the provision text. A2.3 CONTRACT CLAUSE NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION to ENSURE EQUAL EMPLOYMENT OPPORTUNITY 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: 30.4% Goals for female participation in each trade: 6.9% .� These goals are applicable to all of 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 must 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 of the Office of Federal Contract Compliance Programs (OFCCP) within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. n. 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 the 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 City of Sebastian in Indian River County. Florida. .,, Taxiways "D" and "E" GP- 77 Required Contact Provisions Sebastian Municipal Airport AIP Grants and Obligated Sponsors M A3 BREACH OF CONTRACT TERMS A3.1 SOURCE 2 CFR § 200 Appendix II(A) A3.2 APPLICABILITY This provision requires sponsors to incorporate administrative, contractual or legal remedies if contractors violate or breach contract terms. The sponsor must also include appropriate sanctions and penalties. Contract Types —This provision is required for all contracts that exceed the simplified acquisition threshold as stated in 2 CFR Part 200, Appendix II (A). This threshold is occasionally adjusted for inflation, and is now equal to $150,000. Use of Provision —The regulation does not prescribe mandatory language. The following language is acceptable to the FAA and meets the intent of this requirement. If the sponsor uses different language, the sponsor's language must fully satisfy the requirements of part 200. Select either "contractor" or "consultant" as applicable. A3.3 CONTRACT CLAUSE BREACH OF CONTRACT TERMS Any violation or breach of terms of this contract on the part of the contractor or its 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. Owner will provide }Contractors +written notice that describes the nature of the breach and corrective actions the {Contractor-4-L-6n',:H�t ] must undertake in order to avoid termination of the contract. Owner reserves the right to withhold payments to Contractor until such time the Contractor corrects the breach or the Owner elects to terminate the contract. The Owner's notice will identify a specific date b which the ka �' p y {Contractor ,,� must correct the breach. Owner may proceed with termination of the contract if the }Contractor 1 (;on� 44cm; } fails to correct the breach by deadline indicated in the Owner's notice. The duties and obligations imposed by the Contract Documents and the rights and remedies available thereunder are in addition to, and not a limitation of, any duties, obligations, rights and remedies otherwise imposed or available by law. Taxiways "D" and "E" GP- 78 Required Contact Provisions Sebastian Municipal Airport AIP Grants and Obligated Sponsors M A4 BUY AMERICAN PREFERENCE A4.1 SOURCE Title 49 USC § 50101 A4.2 APPLICABILITY The Buy -American Preference requirement in 49 USC § 50101 requires that all steel and manufactured goods used on AIP projects be produced in the United States. The statute gives the FAA the ability to issue a waiver to a sponsor to use non-domestic material on the AIP funded project. The sponsor may request that the FAA issue a waiver from the Buy American Preference requirements if the FAA finds that: 1) Applying the provision is not in the public interest; 2) The steel or manufactured goods are not available in sufficient quantity or quality in the United States; 3) The cost of components and subcomponents produced in the United States is more than 60 percent of the total components of a facility or equipment, and final assembly has taken place in the United States. Items that have an FAA standard specification item number (such as specific airport lighting equipment) are considered the equipment. 4) Applying this provision would increase the cost of the overall project by more than 25 percent. Timing of Waiver Requests. The sponsor must submit Type 1 or Type 2 waiver requests before issuing a solicitation for bids or a request for proposal for a project. The sponsor must submit Type 3 or Type 4 waiver requests prior to executing the contract. The FAA will generally not consider waiver requests after execution of the contract except where extraordinary only if extenuating circumstances exist. The FAA cannot review incomplete waiver requests or requests that the Sponsor has not reviewed for adequacy. Sponsor must assess the adequacy of the waiver request before forwarding the request to the FAA. Buy American Conformance List. The FAA Office of Airports maintains a listing of equipment that has received National waivers from the Buy American Preference requirements or that fully meet the Buy American requirements. This Buy American Conformance List is available online at www.faa.gov/airports/aip/buy american/. Products listed on the Buy American Conformance list do not require a project specific Buy American Preference requirement waiver from the FAA. .. Facility Waiver Requests. For construction of a facility, the sponsor may submit the waiver request after bid opening, but prior to contract execution. Examples of facility construction include terminal buildings, terminal renovation, and snow removal equipment buildings. Contract Types — Construction and Equipment- The sponsor must meet the Buy American Preference requirements of 49 USC § 50101 for all AIP funded projects that require steel or manufactured goods. The Buy America requirements flow down from the sponsor to first tier contractors, who ^„ Taxiways "D" and "E" GP- 79 Required Contact Provisions Sebastian Municipal Airport AIP Grants and Obligated Sponsors are responsible for ensuring that lower tier contractors and subcontractors are also in compliance. Note: the Buy American Preference does not apply to equipment a contractor uses as a tool of their trade and does not remain as part of the project. Professional Services— Professional service agreements (PSA) do not normally result in a deliverable that meets the definition of a manufactured product. However, the emergence of different project delivery methods has created situations where task deliverables may include a manufactured product. If a PSA includes providing a manufactured good as part of the contract, the sponsor must include the Buy American Preference provision in the agreement. Property— Most land transactions do not involve acquiring a manufactured product. However, under certain circumstances, a property acquisition project could result in the installation of a manufactured product. For example, the installation of property fencing, gates, doors and locks, etc. represent manufactured products acquired under the AIP funded project that must meet the Buy American Preference. Use of Provision —The regulation does not prescribe mandatory language, the following language is acceptable to the FAA and meets the intent of this requirement. If the sponsor uses different language, the sponsors revised language must fully comply with 49 USC § S0101. There are two types of Buy American certifications. The sponsor must incorporate the appropriate "Certificate of Buy America Compliance" in the solicitation: • Projects for a facility (Buildings such as Terminal, SRE, ARFF, etc.) — Insert the Certificate of Compliance Based on Total Facility • Projects for non -facility development (non -building construction projects such as runway or roadway construction; or equipment acquisition projects) — Insert the Certificate of Compliance Based on Equipment and Materials Used on the Project. A4.3 CONTRACT CLAUSE A4.3.1 Buy American Preference Statement BUY AMERICAN The contractor agrees to comply with 49 USC § 50101, which provides that Federal funds may not be obligated unless all steel and manufactured goods used in AIP funded projects are produced in the United States, unless the FAA has issued a waiver for the product; the product is listed as an Excepted Article, Material Or Supply in Federal Acquisition Regulation subpart 25.108; or is included in the FAA Nationwide Buy American Waivers Issued list. A bidder or offeror must complete and submit the Buy America certification included herein with their bid or offer. The Owner will reject as nonresponsive any bid or offer that does not include a completed Certificate of Buy American Compliance. M Taxiways "D" and "E" GP- 80 Required Contact Provisions Sebastian Municipal Airport AIP Grants and Obligated Sponsors .. L= .R 110 A L-7 17 M an Lml OR rR OR rR W A • W A4.3.2 Certificate of Buy American Compliance — Total Facility GERT- [rW ATr. ne onv Anecnv Anr rWIPLIANGIE cnn TOT11 c{nn 4V eeFki leaFkt+l-`:li+ic'Mi+ei?4-{vith theif provesal.U _ #eE'-Fntenj-to ,.,, I `t>NC,§.4010 1 bj'sal=:..;5,,=.,a4the n..,,,..iRg.,•liea ., These /nitittialk_ eiieltis.e. _� ifl. ert+ng a ..I.....GT1C91"R�ISR, ••FltTti ..r •I,.. i.. t. o.. .. V.. �.,,..ebN e,,K:ae...l,...:."ill eaniply \o USC. :0101 I,_.. Acquisition Regthlaiion subpao 25. 108. �i,4-ti0i2•• "t;�crrr- �mml'"s� "cc-rarn'1�' an'.#ifi-'sL�". 0. T.e,'i'ain-4t+>nreel�i+wawateer-3r }nasi--atierrstab4is}++xae ekhea +ttkss ;tea ing oiFe +. a a crr e tkaE Lhe-F:l� da�0e+ttines jast++ie T ^ I ei eb�-eaFt+Fi Fx4+e-�-Aimee f�unier"ran ., Fequesiej. 0. ;'(gat tailtne-F++ ubn+it-thtrey+ lxd �I u+rx+}taaiu+} +tbirr�laa-sp i -fieri tinteHarxe s PF,,..,': 1, 1 IC le ,' , .,,.,,d,...t r,...,.,,FeqUe4l 6.,4 tile C { a c'4{6AFlii+tn�,i}it'l=n++TS{a+3,.as arnerge thai •I,., c {,"i-E�i'L2Fn1fH2ti-FHi!rr1}Cvl. ` .. 'it ' deffieSlie le �.. fft r4;_ .. . t�t}7>_1+4 Taxiways "D" and "E" Sebastian Municipal Airport GP_ 81 Required Contact Provisions AIP Grants and Obligated Sponsors T) rye -4 Waiver 'Fetal eo6i of : p WS donleStie soacc O W Rig- rendes- malff ! M*Ct to fm-o!;eemk4 i-unde`. Title 18. United States Cod. ' [ l Company Name 4,41e OR Taxiways "D" and "E" GP- 82 Required Contact Provisions Sebastian Municipal Airport AIP Grants and Obligated Sponsors in M A4.3.3 Certificate of Buy American Compliance — Manufactured Product Certificate of Buy American Compliance for Manufactured Products As a matter of bid responsiveness, the bidder or offeror must complete, sign, date, and submit this certification statement with their proposal. The bidder or offeror must indicate how they intend to r comply with 49 USC § 50101 by selecting one on the following certification statements. These statements are mutually exclusive. Bidder must select one or the other (not both) by inserting a checkmark (✓) or the letter "V. r ❑ Bidder or offeror hereby certifies that it will comply with 49 USC § 50101 by: a) Only installing steel and manufactured products produced in the United States, or; b) installing manufactured products for which the FAA has issued a waiver as indicated by inclusion on the current FAA Nationwide Buy American Waivers Issued listing, or; c) Installing products listed as an Excepted Article, Material or Supply in Federal Acquisition Regulation Subpart 25.108. r By selecting this certification statement, the bidder or offeror agrees: 1. To provide to the Owner evidence that documents the source and origin of the steel and r manufactured product. 2. To faithfully comply with providing US domestic product 3. To furnish US domestic product for any waiver request that the FAA rejects .. 4. To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified. ❑ The bidder or offeror hereby certifies it cannot comply with the 100% Buy American Preferences of 49 USC § 50101(a) but may qualify for either a Type 3 or Type 4 waiver under 49 USC § 50101(b). By selecting this certification statement, the apparent bidder or offeror with the apparent low bid agrees: 1. To the submit to the Owner within 15 calendar days of the bid opening, a formal waiver request and required documentation that support the type of waiver being r requested. 2. That failure to submit the required documentation within the specified timeframe is cause for a non-responsive determination may result in rejection of the proposal. r 3. To faithfully comply with providing US domestic products at or above the approved US domestic content percentage as approved by the FAA. 4. To refrain from seeking a waiver request after establishment of the contract, unless r extenuating circumstances emerge that the FAA determines justified. Required Documentation r Type 3 Waiver - The cost of the item components and subcomponents produced in the United States is more that 60% of the cost of all components and subcomponents of the "item". The required documentation for a type 3 waiver is: a) Listing of all product components and subcomponents that are not comprised of 100% US domestic content (Excludes products listed on the FAA Nationwide Buy American r Taxiways "D" and "E" GP- 83 Required Contact Provisions Sebastian Municipal Airport AIP Grants and Obligated Sponsors Waivers Issued listing and products excluded by Federal Acquisition Regulation Subpart 25.108; products of unknown origin must be considered as non-domestic products in their entirety). b) Cost of non-domestic components and subcomponents, excluding labor costs associated with final assembly at place of manufacture. c) Percentage of non-domestic component and subcomponent cost as compared to total "item" component and subcomponent costs, excluding labor costs associated with final assembly at place of manufacture. Type 4 Waiver — Total cost of project using US domestic source product exceeds the total project cost using non-domestic product by 25%. The required documentation for a type 4 of waiver is: a) Detailed cost information for total project using US domestic product b) Detailed cost information for total project using non-domestic product False Statements: Per 49 USC § 47126, this certification concerns a matter within the jurisdiction of the Federal Aviation Administration and the making of a false, fictitious or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code. USE FORM PROVIDED IN BID FORMS SECTION Gompany "HIMW 4:441 Taxiways "D" and "E" GP- 84 Required Contact Provisions Sebastian Municipal Airport AIP Grants and Obligated Sponsors M l M Lmj M AS CIVIL RIGHTS - GENERAL A5.1 SOURCE M 49 USC § 47123 A5.2 APPLICABILITY Note: This provision is in addition to the Civil Rights—Title A provisions. Contract Types—The General Civil Rights Provisions found in 49 USC § 47123, derived from the Airport and Airway Improvement Act of 1982, Section 520, apply to all sponsor contracts regardless of funding source. Use of Provision —There are two versions of this provision. One applies to sponsor contracts and the other applies to sponsor lease agreements and transfer agreements. The sponsor must incorporate the text of the appropriate provision without modification. AS.3 CONTRACT CLAUSE A5.3.1 Sponsor Contracts w GENERAL CIVIL RIGHTS PROVISIONS _ The contractor agrees to comply with pertinent statutes, Executive Orders and such rules as are promulgated to ensure that no person shall, on the grounds of race, creed, color, national origin, sex, age, or disability be excluded from participating in any activity conducted with or benefiting from .. Federal assistance. This provision binds the contractor and subtier 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. A5.3.2 Sponsor Lease Agreements and Transfer Agreements GENERAL CIVIL RIGHTS PROVISIONS r.r The tenant/concessionaire/lessee and its transferee agree to comply with pertinent statutes, Executive Orders and such rules as are promulgated to ensure that no person shall, on the grounds of race, creed, color, national origin, sex, age, or disability 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 r Federal assistance is extended to the airport through the Airport Improvement Program. In cases where Federal assistance provides, or is in the form of personal property; real property or interest therein; structures or improvements thereon, this provision obligates the party or any transferee for the longer of the following periods: Taxiways "D" and "E" GP- 85 Required Contact Provisions Sebastian Municipal Airport AIP Grants and Obligated Sponsors M (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. M M OR Taxiways "D" and "E" GP- 86 Required Contact Provisions _ Sebastian Municipal Airport AIP Grants and Obligated Sponsors M W M 00 on W A6 CIVIL RIGHTS — TITLE VI ASSURANCE A6.1 SOURCE 49 USC 4 47123 FAA Order 1400.11 A6.2 APPLICABILITY Title VI of the Civil Rights Act of 1964, as amended, (Title VI) prohibits discrimination on the grounds of race, color, or national origin under any program or activity receiving Federal financial assistance. Sponsors must include appropriate clauses from the Standard DOT Title VI Assurances in all contracts and solicitations. The clauses are as follows: A6.2.1 Applicability of Title VI Solicitation Notice Contract Clause The Sponsor must include the contract Clause Text is clause in: Included in Paragraph Title VI Solicitation Notice 1) All solicitations for bids, requests for A6.3.1 proposals work, or material subject to the nondiscrimination acts and regulations made in connection with Airport Improvement Program grants; and 2) All proposals for negotiated agreements regardless of funding source. Title VI Clauses for Compliance Every contract or agreement, unless the A6.3.2 with Nondiscrimination sponsor has determined and the FAA Requirements concurs, that the contract or agreement is not subject to the Nondiscrimination Acts and Authorities Title VI Required Clause for As a covenant running with the land, in A6.3.3 Property Interests Transferred any deed from the United States effecting from the United States or recording a transfer of real property, structures, use, or improvements thereon or interest therein to a sponsor. Taxiways "D" and "E" Sebastian Municipal Airport GP- 87 Required Contact Provisions AIP Grants and Obligated Sponsors Contract Clause The Sponsor must include the contract Clause Text is clause in: Included in Paragraph Title VI Required Clause for As a covenant running with the land, in A6.3.4 Transfer of Real Property any future deeds, leases, licenses, Acquired or Improved Under the permits, or similar instruments entered Activity, Facility or Program into by the sponsor with other parties for all transfers of real property acquired or improved under the activity, facility, or program Clauses for As a covenant running with the land, in A6.3.5 Construction/Use/Access to Real any future deeds, leases, licenses, Property Acquired Under the permits, or similar instruments entered Activity, Facility or Program into by the sponsorwith other parties for the construction or use of, or access to, space on, over, or under real property acquired or improved under the applicable activity, project, or program Title VI List Of Pertinent Insert this list in every contract or A6.3.6 Nondiscrimination Acts And agreement, unless the sponsor has Authorities determined and the FAA concurs, that the contract or agreement is not subject to the Nondiscrimination Acts and Authorities A6.3 CONTRACT CLAUSE A6.3.1 Title VI Solicitation Notice Title VI Solicitation Notice: The (Name of Sponsor), in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. W M M Taxiways "D" and "E" GP- 88 Required Contact Provisions Sebastian Municipal Airport AIP Grants and Obligated Sponsors .. M A6.3.2 Title VI Clauses for Compliance with Nondiscrimination Requirements Compliance with Nondiscrimination Requirements r. During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "contractor") agrees as follows: +. 1. Compliance with Regulations: The contractor (hereinafter includes consultants) will comply with the Title VI List of Pertinent Nondiscrimination Acts And Authorities, as they may be amended from time to time, which are herein incorporated by reference and made a part of this contract. a. Withholding payments to the contractor under the contract until the contractor complies; and/or b. Cancelling, terminating, or suspending a contract, in whole or in part. A ., Taxiways "D" and "E" GP- 89 Required Contact Provisions Sebastian Municipal Airport AIP Grants and Obligated Sponsors 2. Non-discrimination: The contractor, with regard to the work performed by it during the ., contract, will not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor will not participate directly or indirectly in the discrimination prohibited by the �e Nondiscrimination Acts and Authorities, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR part 21. 3. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding, or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each ., potential subcontractor or supplier will be notified by the contractor of the contractor's obligations under this contract and the Nondiscrimination Acts And Authorities on the grounds of race, color, or national origin. 4. Information and Reports: The contractor will provide all information and reports required by the Acts, the Regulations, and directives issued pursuant thereto and will permit access to its .. books, records, accounts, other sources of information, and its facilities as may be determined by the sponsor or the Federal Aviation Administration to be pertinent to ascertain compliance with such Nondiscrimination Acts And Authorities and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish the information, the contractor will so certify to the sponsor or the Federal Aviation Administration, as appropriate, and will set forth what efforts it has made to obtain the information. S. Sanctions for Noncompliance: In the event of a contractor's noncompliance with the Non- discrimination provisions of this contract, the sponsor will impose such contract sanctions as it or the Federal Aviation Administration may determine to be appropriate, including, but not limited to: a. Withholding payments to the contractor under the contract until the contractor complies; and/or b. Cancelling, terminating, or suspending a contract, in whole or in part. A ., Taxiways "D" and "E" GP- 89 Required Contact Provisions Sebastian Municipal Airport AIP Grants and Obligated Sponsors 6. Incorporation of Provisions: The contractor will include the provisions of paragraphs one through six in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts, the Regulations and directives issued pursuant thereto. The contractor will take action with respect to any subcontract or procurement as the sponsor or the Federal Aviation Administration may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if the contractor becomes involved in, or is threatened with litigation by a subcontractor, or supplier because of such direction, the contractor may request the sponsor to enter into any litigation to protect the interests of the sponsor. In addition, the contractor may request the United States to enter into the litigation to protect the interests of the United States. A6.3.3 Title VI Clauses for Deeds Transferring United States Property l lie r illc strHe'ttK2.,-of-i pKavic inents i ler'x4 E1F'-,}'iiritine :•,r.,. est ,J....ein from the ed Sla e4-puYF UWit 041)e llfogam gram allskifaftes,, S r� R i'iNr2t)i'-tt�tltJflfHiE-ana _..._.UNtt1t3f--i6elrr,-ri`i-SUeeeSS0l'S Md-8"r,,,—n• ••. --!hat i-4+nti}krsF3n will on flie =fc3tlnckta{ Far t >}I er nation a R e4t�cled-fiv rn partieipatfen itt be Elefl;ed he be ,et rn:. „1' ,— Le ,.I6.,.....•.,..11111;—le. J W iser nin .r'.... ', ilh Fe .., .,J W ..... P..'1', lona.., 1 Taxiways "D" and "E" GP- 90 Required Contact Provisions Sebastian Municipal Airport AIP Grants and Obligated Sponsors W M SII M M A 1� 0 pq m OR r. F+ A OR OR A A m m Taxiways "D" and "E" Sebastian Municipal Airport GP- 91 Required Contact Provisions AIP Grants and Obligated Sponsors A6.3.4 Title VI Clauses for Transfer of Real Property Acquired or Improved Under the Activity, Facility, or Program The followingause. will be in..1 ded fn deeds licenses. 1iiar inttfuifieats entefed WiSkif@tl£es c Taxiways "D" and "E" GP- 92 Required Contact Provisions Sebastian Municipal Airport AIP Grants and Obligated Sponsors M A A s om pa W I� go PQ ON OR W A C. W ON M W A M OR A6.3.5 Title VI Clauses for Construction/Use/Access to Real Property Acquired Under the Activity, Facility or Program fie-Fe}iNw{n�_-c�4ai+�s-u+4l-he-ir�4ue1,.T}i�ses:-peri}tits; ��rs+neiOar-i»strt+ttte�aFsr��a�2: eiReFed into b) i AWe , f ........... .: ..< Hr Aifll !'! lIRf>IaN emetD......n ii'i'itKaHttl:r. ux44eor-rssueE} i'Ey"en Hitt. _illRd . .... •.. Rd been le ;hg' ,.Cr TSI..,.' Q.. iqr)and it. Rss" Taxiways "D" and "E" Sebastian Municipal Airport GP- 93 Required Contact Provisions AIP Grants and Obligated Sponsors A6.3.6 Title VI List of Pertinent Nondiscrimination Acts and Authorities Title VI List of Pertinent Nondiscrimination Acts and Authorities During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "contractor") agrees to comply with the following non- discrimination statutes and authorities; including but not limited to: • Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seg., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); • 49 CFR part 21 (Non-discrimination In Federally -Assisted Programs of The Department of .• Transportation—Effectuation of Title VI of The Civil Rights Act of 1964); • The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal -aid programs and projects); • Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits _ discrimination on the basis of disability); and 49 CFR part 27; • The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits discrimination on the basis of age); • Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex); • The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or activities" to include all of the programs or activities of the Federal -aid recipients, sub - recipients and contractors, whether such programs or activities are Federally funded or not); • Titles II and III of the Americans with Disabilities Act of 1990, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131 — 12189) as implemented by Department of Transportation regulations at 49 CFR parts 37 and 38; • The Federal Aviation Administration's Non-discrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); • Executive Order 12898, Federal Actions to Address Environmental Justice in Minority .. Populations and Low -Income Populations, which ensures non-discrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; .. • Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); • Title IX of the Education Amendments of 1972, as amended, which prohibits you from r discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq). Taxiways "D" and "E" GP- 94 Required Contact Provisions _ Sebastian Municipal Airport AIP Grants and Obligated Sponsors M A7 CLEAN AIR AND WATER POLLUTION CONTROL A7.1 SOURCE M 2 CFR § 200, Appendix II(G) A7.2 APPLICABILITY Contract Types —This provision is required for all contracts and lower tier contracts that exceed $150,000. .. Use of Provision —The regulation does not prescribe mandatory language. The following language is acceptable to the FAA and meets the intent of this requirement. If the sponsor uses different language, the sponsor's language must fully satisfy the requirements of Appendix II to 2 CFR §200. A7.3 CONTRACT CLAUSE M .. M r_, CLEAN AIR AND WATER POLLUTION CONTROL Contractor agrees to comply with all applicable standards, orders, and regulations issued pursuant to the Clean Air Act (42 U.S.C. § 740-7671 q) and the Federal Water Pollution Control Act as amended (33 U.S.C. § 1251-1387). The Contractor agrees to report any violation to the Owner immediately upon discovery. The Owner assumes responsibility for notifying the Environmental Protection Agency (EPA) and the Federal Aviation Administration. Contractor must include this requirement in all subcontracts that exceeds $150,000. Taxiways "D" and "E" Sebastian Municipal Airport GP- 95 Required Contact Provisions AIP Grants and Obligated Sponsors AS CONTRACT WORKHOURS AND SAFETY STANDARDS ACT REQUIREMENTS A8.1 SOURCE 2 CFR § 200, Appendix II(E) A8.2 APPLICABILITY Contract Workhours and Safety Standards Act Requirements, (CWHSSA) requires contractors and subcontractors on covered contracts to pay laborers and mechanics employed in the performance of the contracts one and one-half times their basic rate of pay for all hours worked over 40 in a workweek. CWHSSA prohibits unsanitary, hazardous, or dangerous working conditions on federally assisted projects. The Wage and Hour Division (WHD) within the U.S. Department of Labor (DOL) enforces the compensation requirements of this Act, while DOL's Occupational Safety and Health Administration (OSHA) enforces the safety and health requirements Contract Types — Construction - This provision applies to all contracts and lower tier contracts that exceed $100,000, and employ laborers, mechanics, watchmen and guards. Equipment- This provision applies to any equipment project exceeding $100,000 that involves installation of equipment onsite (e.g. electrical vault equipment). This provision does not apply to equipment acquisition projects where the manufacture of the equipment takes place offsite at the vendor plant (e.g. ARFF and SRE vehicles) Professional Services - This provision applies to professional service agreements that exceed $100,000 and employs laborers, mechanics, watchmen and guards. This includes members of survey crews and exploratory drilling operations. Property— While most land transactions do not involve employment of laborers, mechanics, watchmen and guards, under certain circumstances, a property acquisition project could require such employment. Examples include the installation of property fencing or testing for environmental contamination Use of Provision —Sponsors must incorporate this text without modification. A8.3 CONTRACT CLAUSE CONTRACT WORKHOURS AND SAFETY STANDARDS ACT REQUIREMENTS 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 M M r Taxiways "D" and "E" GP- 96 Required Contact Provisions .. Sebastian Municipal Airport AIP Grants and Obligated Sponsors M 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) of this clause, 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) of this clause, in the sum of ' $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this clause. 3. Withholding for Unpaid Wages and Liquidated Damages. go M me The Federal Aviation Administration (FAA) or the Owner shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys 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 of this clause. 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 clause. Taxiways "D" and "E" Sebastian Municipal Airport GP- 97 Required Contact Provisions AIP Grants and Obligated Sponsors A9 COPELAND "ANTI -KICKBACK" ACT A9.1 SOURCE 2 CFR 4 200, Appendix II(D) 29 CFR Parts 3 & 5 A9.2 APPLICABILITY and PURPOSE The Copeland (Anti -Kickback) Act (18 U.S.C. 874 and 40 U.S.C. 3145) makes it unlawful to induce by force, intimidation, threat of dismissal from employment, or by any other manner, any person employed in the construction or repair of public buildings or public works, financed in whole or in part by the United States, to give up any part of the compensation to which that person is entitled under a contract of employment. The Copeland Act also requires each contractor and subcontractor to furnish weekly a statement of compliance with respect to the wages paid each employee during the preceding week. Contract Types — Construction —This provision applies to all construction contracts and subcontracts financed under the AIP program that exceeds $2,000. Equipment—This provision applies to all equipment installation projects (e.g. electrical vault improvements) financed under the AIP program that exceeds $ 2, 000. This provision does not apply to equipment acquisitions where the equipment is manufactured at the vendor's plant (e.g. SIRE and ARFF vehicles) Professional Services - The emergence of different project delivery methods has created situations where Professional Service Agreements (PSA) includes tasks that meet the definition of construction, alteration or repair as defined in 29 CFR Part 5. If such tasks result in work that qualifies as construction, alteration or repair and it exceeds $2,000, the PSA must incorporate the Copeland Anti -kickback provision. Property- Ordinarily, land acquisition projects would not involve employment of laborers or mechanics and thus the Copeland Anti -Kickback provision would not apply. However, land projects that involve installation of boundary fencing and demolition of structures would involve laborers and mechanics. The sponsor must include this provision if the land acquisition project involves employment of laborers or mechanics for a contract exceeding $2,000. Use of Provision — 29 CFR Part 5 establishes specific language a sponsor must use in construction contracts. The sponsor may not make any modification to the standard language. A/E firms that employ laborers and mechanics on a task that meets the definition of construction, alteration or repair are acting as a contractor. The sponsor may not substitute the term "contractor" for "consultant" in such instances. Taxiways "D" and "E" GP- 98 Required Contact Provisions Sebastian Municipal Airport AIP Grants and Obligated Sponsors W M M ., no OR M f_1 no M me am A9.3 CONTRACT CLAUSE COPELAND "ANTI -KICKBACK" ACT Contractor must comply with the requirements of the Copeland "Anti -Kickback" Act (18 U.S.C. 874 and 40 U.S.C. 3145), as supplemented by Department of Labor regulation 29 CFR part 3. Contractor and subcontractors are prohibited from inducing, by any means, any person employed on the project to give up any part of the compensation to which the employee is entitled. The Contractor and each Subcontractor must submit to the Owner, a weekly statement on the wages paid to each employee performing on covered work during the prior week. Owner must report any violations of the Act to the Federal Aviation Administration. Taxiways "D" and "E" Sebastian Municipal Airport GP- 99 Required Contact Provisions AIP Grants and Obligated Sponsors A10 DAVIS-BACON REQUIREMENTS A10.1 SOURCE 2 CFR § 200, Appendix II(D) 29 CFR Part 5 A10.2 APPLICABILITY The Davis -Bacon Act ensures that laborers and mechanics employed under the contract receive pay no less than the locally prevailing wages and fringe benefits as determined by the Department of Labor. Contract Types — Construction - Incorporate into all construction contracts and subcontracts that exceed $2,000 and include funding from the AIP program. Equipment—This provision applies to all equipment installation projects (e.g. electrical vault improvements) financed under the AIP program that exceeds $ 2, 000. This provision does not apply to equipment acquisitions where the equipment is manufactured at the vendor's plant (e.g. SRE and ARFF vehicles) Professional Services - The emergence of different project delivery methods has created situations where Professional Service Agreements (PSA) includes tasks that meet the definition of construction, alteration or repair as defined in 29 CFR Part 5. If such tasks result in work that qualifies as construction, alteration or repair and it exceeds $2,000, the PSA must incorporate this clause. Property - Ordinarily, land acquisition projects would not involve employment of laborers or mechanics and thus the provision would not apply. However, land projects that involve installation of boundary fencing and demolition of structures would involve laborers and mechanics. The sponsor must include this provision if the land acquisition project involves employment of laborers or mechanics for a contract exceeding $2,000. Fencing Projects - Fencing projects that exceed $2,000 must include this provision. Use of Provision -29 CFR Part 5 establishes specific language a sponsor must use. The sponsor may not make any modification to the standard language. A/E firms that employ laborers and mechanics on a task that meets the definition of construction, alteration or repair are acting as a contractor. The sponsor may not substitute the term "contractor" for "consultant" in such instances. A10.3 CONTRACT CLAUSE 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 c M M M Taxiways "D" and "E" GP -100 Required Contact Provisions _ Sebastian Municipal Airport AIP Grants and Obligated Sponsors 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 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. go (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: (I) 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 Taxiways "D" and "E" GP- 101 Required Contact Provisions Sebastian Municipal Airport AIP Grants and Obligated Sponsors • 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 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 Davis -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 I (b)(2)(B) of the Davis -Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is Taxiways "D" and "E" GP -102 Required Contact Provisions Sebastian Municipal Airport AIP Grants and Obligated Sponsors r� L r M M 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 Federal Aviation Administration if the agency is a party to the contract, but if the agency is not such a party, the contractor will submit the 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 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee (e.g. , the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH -347 is r available for this purpose from the Wage and Hour Division Web site at htip://www.dol.gov/esa/whd/forms/wh347instr.htm or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the Federal Aviation Administration if the agency is a party to the contract, but if the agency is not such a party, the contractor will submit them to the .. applicant, sponsor, or owner, as the case may be, for transmission to the Federal Aviation Administration, the contractor, or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the sponsoring government agency (or the applicant, sponsor, or owner). (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: (1) That the payroll for the payroll period contains the information required to be provided under 29 CFR § 5.5(a)(3)(ii), the appropriate information is being maintained under 29 CFR § 5.5 (a)(3)(i) and that such information is correct and 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. Taxiways "D" and "E" GP -103 Required Contact Provisions Sebastian Municipal Airport AIP Grants and Obligated Sponsors (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 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 Taxiways "D" and "E" GP -104 Required Contact Provisions Sebastian Municipal Airport AIP Grants and Obligated Sponsors M M M 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 that is not registered and r 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 r. 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. .n 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 r. 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. *, Taxiways "D" and "E" GP- 105 Required Contact Provisions Sebastian Municipal Airport AIP Grants and Obligated Sponsors F, 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. 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 a Government contract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). r (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. t3 Taxiways "D" and "E" GP- 106 Required Contact Provisions Sebastian Municipal Airport AIP Grants and Obligated Sponsors • All DEBARMENT AND SUSPENSION it A11.1 SOURCE ., 2 CFR part 180 (Subpart C) 2 CFR part 1200 DOT Order 4200.5 A11.2 APPLICABILITY The sponsor must verify that the firm or individual that it is entering into a contract with are not presently suspended, excluded or debarred by any Federal department or agency from participating in _ federally -assisted projects. The sponsor accomplishes this by: (1) checking the System for Award Management (SAM.gov) to verify that the firm or individual is not listed in SAM.gov as being suspended, debarred or excluded, (2) collecting a certification from the firm or individual that they are not suspended, debarred or excluded, and (3) incorporating a clause in the contract that requires lower tier contracts to verify that no suspended, debarred or excluded firm or individual are included in the project. r Contract Types—This requirement applies to covered transactions, which are defined in 2 CFR part 180. AIP funded contracts are non -procurement transactions, as defined by §180.970. Covered transactions r include any AIP-funded contract, regardless of tier, that is awarded by a contractor, subcontractor, supplier, consultant, or its agent or representative in any transaction, if the amount of the contract is expected to equal or exceed $25,000. This includes contracts associated with land acquisition projects. Use of Provision — The regulation does not prescribe mandatory language, the following language is acceptable to the FAA and meets the intent of this requirement. If the sponsor uses different language, _ the sponsor's language must fully satisfy the requirements of 2 CFR part 180. For professional service agreements, sponsor may substitute bidder/offeror with consultant. A11.3 CONTRACT CLAUSE so A11.3.1 Bidder or Offeror Certification CERTIFICATION OF OFFERER/BIDDER REGARDING DEBARMENT By submitting a bid/proposal under this solicitation, the bidder or offeror certifies that neither it nor its principals are presently debarred or suspended by any Federal department or agency from participation in this transaction. A11.3.2 Lower Tier Contract Certification CERTIFICATION OF LOWER TIER CONTRACTORS REGARDING DEBARMENT The successful bidder, by administering each lower tier subcontract that exceeds $25,000 as a "covered transaction", must verify each lower tier participant of a "covered transaction" under the project is not r Taxiways "D" and "E" GP -107 Required Contact Provisions Sebastian Municipal Airport AIP Grants and Obligated Sponsors r presently debarred or otherwise disqualified from participation in this federally assisted project. The successful bidder will accomplish this by: 1. Checking the System for Award Management at website: http://www.sam.gov 2. Collecting a certification statement similar to the Certificate Regarding Debarment and Suspension (Bidder or Offeror), above. 3. Inserting a clause or condition in the covered transaction with the lower tier contract If the FAA later determines that a lower tier participant failed to disclose to a higher tier participant that it was excluded or disqualified at the time it entered the covered transaction, the FAA may pursue any available remedies, including suspension and debarment of the non-compliant participant. r r r r L M r r M Taxiways "D" and "E" GP -108 Required Contact Provisions Sebastian Municipal Airport AIP Grants and Obligated Sponsors II M Al2 DISADVANTAGED BUSINESS ENTERPRISE Al2.1 SOURCE .. 49 CFR part 26 Al2.2 APPLICABILITY and PURPOSE A sponsor that anticipates awarding $250,000 or more in AIP funded prime contracts in a federal fiscal year must have an approved Disadvantaged Business Enterprise (DBE) program on file with the FAA Office of Civil Rights (§26.21). The approved DBE program will identify a 3 -year overall program goal that the sponsor bases on the availability of ready, willing and able DBEs relative to all businesses ready, willing and able to participate on the project (§26.45). ^ Contract Types — Sponsors with a DBE program on file with the FAA must include the three following provisions, if applicable: Clause in all solicitations for proposals for which a contract goal has been established. Clause in each prime contract — Clause in solicitations that are obtaining DBE participation through race/gender neutral means. Use of Provision — 1. Solicitations with a DBE Project Goal - 49 CFR §26.53 requires a sponsor's solicitation to address what a contractor must submit on proposed DBE participation. This language is not required for projects where DBE participation is by race -gender neutral means. The regulation does not prescribe mandatory language, the following language is acceptable to the FAA and meets the intent of this requirement. If the sponsor uses different language, the sponsor's revised language must fully these requirements. The sponsor may require the contractor's submittal on proposed DBE participation either with the bid or within a specified timeframe after bidding. 2. Contracts Covered by DBE Program - Sponsors must incorporate this language if they have a DBE program on file with the FAA. This includes projects where DBE participation is obtained through race -gender neutral means (i.e. no project goal). Sections §26.13 and §26.29 establish mandatory language for contractor assurance and prompt payment. The sponsor must not modify the language. ^ 3. The regulation does not prescribe mandatory language. The following language is acceptable to the FAA and meets the intent of this requirement. If the sponsor uses ^ different language, the sponsor's revised language must fully these requirements for a sponsor that is not applying a project specific contract goal but is covered by a DBE program on file with the FAA. .. Taxiways "D" and "E" GP -109 Required Contact Provisions Sebastian Municipal Airport AIP Grants and Obligated Sponsors on 4. Sponsors that do not have a DBE program on file with the FAA are not required to include DBE provisions and clauses. IAl2.3 REQUIRED PROVISIONS Al2.3.1 Solicitation Language (Solicitations that include a Project Goal) The Owner's award of this contract is conditioned upon Bidder or Offeror satisfying the good faith effort requirements of 49 CFR §26.53. As a condition of bid responsiveness, the Bidder or Offeror must submit the following information with their proposal on the forms provided herein: (1) The names and addresses of Disadvantaged Business Enterprise (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 listed under (1) (4) Written statement from Bidder or Offeror that attests their commitment to use the DBE firm(s) listed under (1) to meet the Owner's project goal; (5) If Bidder or Offeror cannot meet the advertised project DBE goal; evidence of good faith efforts undertaken by the Bidder or Offeror as described in appendix A to 49 CFR Part 26. (Note: Contract bid dates on or prior to December 31, 2016, use the following language] The successful Bidder or Offeror must provide written confirmation of participation from each of the DBE firms the Bidder or Offeror lists in their commitment. This Bidder or Offeror must submit the DBE's written confirmation of participation ["within 7 days after bid opening or "with the proposal documents as a condition of bid responsiveness"] [Note: Contract bid dates after December 31, 2016, use the following language] The successful Bidder or Offeror must provide written confirmation of participation from each of the DBE firms the Bidder or Offeror lists in their commitment. This Bidder or Offeror must submit the DBE's written confirmation of participation ["within 5 days after bid opening or "with the proposal documents as a condition of bid responsiveness"] I Al2.3.2 Solicitation Language (Race/Gender Neutral Means) The requirements of 49 CFR part 26 apply to this contract. It is the policy of the [Insert Name of Owner] to practice nondiscrimination based on race, color, sex or national origin in the award or performance of this contract. The Owner encourages participation by all firms qualifying under this solicitation regardless of business size or ownership. Taxiways "D" and "E" GP -110 Required Contact Provisions Sebastian Municipal Airport AIP Grants and Obligated Sponsors M M L M I Al2.3.3 Prime Contracts (Projects covered by DBE .. Program) 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. OR M 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 {specify number) days from the receipt of each payment the prime contractor receives from (Name of recipient). 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 {Name of Recipient). This clause applies to both DBE and non -DBE subcontractors. Taxiways "D" and "E" Sebastian Municipal Airport GP -111 Required Contact Provisions AIP Grants and Obligated Sponsors A13 DISTRACTED DRIVING A13.1 SOURCE Executive Order 13513 DOT Order 3902.10 A13.2 APPLICABILITY The FAA encourages recipients of Federal grant funds to adopt and enforce safety policies that decrease crashes by distracted drivers, including policies to ban text messaging while driving when performing work related to a grant or sub -grant. Contract Types —Sponsors must insert this provision in all AIP funded contracts that exceed the micro - purchase threshold of 2 CFR 4200.67 (currently set at $3,500). Use of Provision —The regulation does not prescribe mandatory language, the following language is acceptable to the FAA and meets the intent of this requirement. If the sponsor uses different language, the sponsor's revised language must fully these requirements. . A13.3 CONTRACT CLAUSE TEXTING WHEN DRIVING In accordance with Executive Order 13513, "Federal Leadership on Reducing Text Messaging While Driving" (10/1/2009) and DOT Order 3902.10 "Text Messaging While Driving" (12/30/2009), the FAA encourages recipients of Federal grant funds to adopt and enforce safety policies that decrease crashes by distracted drivers, including policies to ban text messaging while driving when performing work related to a grant or sub -grant. In support of this initiative, the Owner encourages the Contractor to promote policies and initiatives for its employees and other work personnel that decrease crashes by distracted drivers, including policies that ban text messaging while driving motor vehicles while performing work activities associated with the project. The Contractor must include the substance of this clause in all sub -tier contracts exceeding $3,500 and involve driving a motor vehicle in performance of work activities associated with the project. r 0 Taxiways "D" and "E" GP -112 Required Contact Provisions _ Sebastian Municipal Airport AIP Grants and Obligated Sponsors r1 M A14 ENERGY CONSERVATION REQUIREMENTS A14.1 SOURCE .. 2 CFR § 200, Appendix II(H) A14.2 APPLICABILITY The Energy Conservation Requirements found in 2 CFR § 200 Appendix II(H) requires this provision on energy efficiency. ., Contract Types—The sponsor must include this provision in all AIP funded contracts and lower -tier contracts. Use of Provision —The regulation does not prescribe mandatory language, the following language is acceptable to the FAA and meets the intent of this requirement. If the sponsor uses different language, the sponsor's revised language must fully these requirements. Sponsor may substitute "contractor and .. subcontractor" with "consultant and sub -consultant" for professional service agreements. A14.3 CONTRACT CLAUSE ENERGY CONSERVATION REQUIREMENTS Contractor and Subcontractor agree to comply with mandatory standards and policies relating to energy efficiency as contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (42 U.S.C. 620 let seq). on M M • ., Taxiways "D" and "E" Sebastian Municipal Airport M GP- 113 Required Contact Provisions AIP Grants and Obligated Sponsors A15 EQUAL EMPLOYEMENT OPPORTUNITY (E.E.O.) A15.1 SOURCE 2 CFR 200, Appendix II(C) 41 CFR § 60-1.4 41 CFR § 60-4.3 Executive Order 11246 A15.2 APPLICABILITY The purpose of this provision is to provide equal opportunity for all persons, without regard to race, color, religion, sex, or national origin who are employed or seeking employment with contractors performing under a federally assisted construction contract. There are two provisions — a construction clause and a specification clause. The equal opportunity contract clause must be included in any contract or subcontract when the amount exceeds $10,000. Once the equal opportunity clause is determined to be applicable, the contract or subcontract must include the clause for the remainder of the year, regardless of the amount or the contract. Contract Types — Construction — The sponsor must incorporate contract and specification language in all construction contracts and subcontracts as required above. Equipment -The sponsor must incorporate contract and specification language into all equipment contracts as required above that involves installation of equipment onsite (e.g. electrical vault equipment). This provision does not apply to equipment acquisition projects where the manufacture of the equipment takes place offsite at the vendor plant (e.g. ARFF and SRE vehicles) Professional Services - The sponsor must include contract and specification language into all professional service agreements as required above. Property—The sponsor must include contract and specification language into all land acquisition projects that include work that qualifies as construction work as defined by 41 CFR part 60 as required above. An example is installation of boundary fencing. Use of Provision —41 CFR § 60-1.4 provides the mandatory contract language. 41 CFR § 60.4.3 provides the mandatory specification language. The sponsor must incorporate these clauses without modification. Taxiways "D" and "E" GP -114 Required Contact Provisions _ Sebastian Municipal Airport AIP Grants and Obligated Sponsors A1S.3 MANDATORY CONTRACT CLAUSE A15.3.1 E.E.O. Contract Clause EQUAL OPPORTUNITY CLAUSE 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, sexual orientation, gender identify 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 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 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, 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 am 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 am with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in 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 Taxiways "D" and "E" GP- 115 Required Contact Provisions Sebastian Municipal Airport AIP Grants and Obligated Sponsors ON administering agency 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 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. A15.3.2 EEO Specification STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS 1. As used in these specifications: 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 Taxiways "D" and "E" GP -116 Required Contact Provisions Sebastian Municipal Airport All) Grants and Obligated Sponsors M M r am LI r r r r r am 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 7a ■r through 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 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 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 Taxiways "D" and "E" GP -117 Required Contact Provisions Sebastian Municipal Airport AIP Grants and Obligated Sponsors 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. 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, 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. r M r Taxiways "D" and "E" GP -118 Required Contact Provisions Sebastian Municipal Airport AIP Grants and Obligated Sponsors .. 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. in. Ensure that seniority practices, job classifications, work assignments, and other personnel practices do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the contractors obligations under these specifications are being carried out. 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 (7a through 7p). The efforts of a contractor association, joint contractor union, contractor community, or other similar groups of which the contractor is a °O member and participant, may be asserted as fulfilling any one or more of its obligations under 7a through 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. 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 Taxiways "W and "E" GP -119 Required Contact Provisions Sebastian Municipal Airport AIP Grants and Obligated Sponsors M implementing regulations, by the Office of Federal Contract Compliance Programs. Any contractor who fails to cant' 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 7 of these specifications, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8. 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). Taxiways "D" and "E" GP -120 Required Contact Provisions Sebastian Municipal Airport AIP Grants and Obligated Sponsors on A16 FEDERAL FAIR LABOR STANDARDS ACT (FEDERAL MINIMUM WAGE) A16.1 SOURCE 29 U.S.C. § 201, et seq A16.2 APPLICABILITY The United States Department of Labor (DOL) Wage and Hour Division administers the Fair Labor Standards Act (FLSA). This act prescribes federal standards for basic minimum wage, overtime pay, record keeping and child labor standards. Contract Types — Per the Department of Labor, all employees of certain enterprises having workers engaged in interstate commerce, producing goods for interstate commerce, or handling, selling, or .. otherwise working on goods or materials that have been moved in or produced for such commerce by any person, are covered by the FLSA. All consultants, sub -consultants, contractors and subcontractors employed under this federally assisted project must comply with the FLSA. Professional Services — 29 CFR § 213 exempts employees in a bona fide executive, administrative or professional capacity. Because professional firms employ individuals that are not covered by this exemption, the sponsor's agreement with a professional services firm must include the FLSA provision. ., Use of Provision —The regulation does not prescribe mandatory language, the following language is acceptable to the FAA and meets the intent of this requirement. If the sponsor uses different language, the sponsors language must fully satisfy the requirements of 29 U.S.C. § 201.The sponsor must select contractor or consultant, as appropriate for the contract. A16.3 CONTRACT CLAUSE All contracts and subcontracts that result from this solicitation incorporate by reference the provisions of 29 CFR part 201, the Federal Fair Labor Standards Act (FLSA), with the same force and effect as if given in full text. The FLSA sets minimum wage, overtime pay, recordkeeping, and child labor standards for full and part time workers. The [contractor I consultant] has full responsibility to monitor compliance to the referenced statute or regulation. The [contractor I consultant] must address any claims or disputes that arise from this requirement directly with the U.S. Department of Labor — Wage and Hour Division M Aft .w Taxiways "D" and "E" Sebastian Municipal Airport GP- 121 Required Contact Provisions AIP Grants and Obligated Sponsors A17 LOBBYING AND INFLUENCING FEDERAL EMPLOYEES A17.1 SOURCE 31 U.S.C. § 1352— Byrd Anti -Lobbying Amendment 2 CFR part 200, Appendix II(J) 49 CFR part 20, Appendix A A17.2 APPLICABILITY Consultants and contractors that apply or bid for an award of $100,000 or more must certify that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or another award covered by 31 U.S.C. 1352. Each tier must also disclose any lobbying with non -Federal funds that takes place in connection with obtaining any Federal award. Contract Types —The sponsor must incorporate this provision into all contracts exceeding $100,000. Use of Provision —Appendix A to 49 CFR Part 20 prescribes language the sponsor must use. The sponsor must incorporate this provision without modification. A17.3 CONTRACT CLAUSE CERTIFICATION REGARDING LOBBYING The bidder or offeror certifies by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the Bidder or Offeror, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form -LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. (3) The undersigned shall require that the language of this certification be included in the award documents for all sub -awards at all tiers (including subcontracts, sub -grants, and contracts under Taxiways "D" and "E" GP -122 Required Contact Provisions Sebastian Municipal Airport AIP Grants and Obligated Sponsors ■. M M M W grants, loans, and cooperative agreements) and that all sub -recipients shall certify and disclose �* accordingly. This certification is a material representation of fact upon which reliance was placed when this ^ transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than ^ $100,000 for each such failure. A18 PROHIBITION of SEGREGATED FACILITIES ^ A18.1 SOURCE 41 CFR §60 A18.2 APPLICABILITY The contractor must comply with the requirements of the E.E.O. clause by ensuring that facilities they provide for employees are free of segregation on the basis of race, color, religion, sex, sexual orientation, gender identity, or national origin. This clause must be included in all contracts that include the equal opportunity clause, regardless of the amount of the contract. ^ Contract Types —AIP sponsors must incorporate the Prohibition of Segregated Facilities clause in any contract containing the Equal Employment Opportunity clause of 41 CFR §60.1. This obligation flows ^ down to subcontract and sub -tier purchase orders containing the Equal Employment Opportunity clause. Construction - Construction work means construction, rehabilitation, alteration, conversion, .. extension, demolition or repair of buildings, highways, or other changes or improvements to real property, including facilities providing utility services. The term also includes the supervision, inspection, and other onsite functions incidental to the actual construction. Equipment—On site installation of equipment such as airfield lighting control equipment meets the definition of construction and thus this provision would apply. This provision does not apply ^ to equipment projects involving manufacture of the item at a vendor's manufacturing plant. An example would be the manufacture of a SRE or ARFF vehicle. Professional Services - Professional services that include tasks that qualify as construction work as defined by 41 CFR part 60. Examples include the installation of noise monitoring equipment. Property/land - Land acquisition contracts that include tasks that qualify as construction work as ^ defined by 41 CFR part 60. Examples include demolition of structures or installation of boundary fencing. .,, Use of Provision —The regulation does not prescribe mandatory language, the following language is acceptable to the FAA and meets the intent of this requirement. If the sponsor uses different language, the sponsor's language must fully satisfy the requirements of 41 CFR § 60. Taxiways "D" and "E" GP- 123 Required Contact Provisions Sebastian Municipal Airport AIP Grants and Obligated Sponsors ^ A18.3 CONTRACT CLAUSE PROHIBITION of SEGREGATED FACILF[TES (a) The Contractor agrees that it does not and will not maintain or provide for its employees any segregated facilities at any of its establishments, and that it does not and will not permit its employees to perform their services at any location under its control where segregated facilities are maintained. The Contractor agrees that a breach of this clause is a violation of the Equal Opportunity clause in this contract. (b) "Segregated facilities," as used in this clause, means any waiting rooms, work areas, rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees, that are segregated by explicit directive or are in fact segregated on the basis of race, color, religion, sex, or national origin because of written or oral policies or employee custom. The term does not include separate or single -user rest rooms or necessary dressing or sleeping areas provided to assure privacy between the sexes. (c) The Contractor shall include this clause in every subcontract and purchase order that is subject to the Equal Opportunity clause of this contract. Taxiways "D" and "E" GP- 124 Required Contact Provisions Sebastian Municipal Airport AIP Grants and Obligated Sponsors M M A19 OCCUPATIONAL SAFETY AND HEALTH ACT OF 1970 A19.1 SOURCE 20 CFR part 1910 A19.2 APPLICABILITY Contract Types —All contracts and subcontracts must comply with the Occupational Safety and Health Act of 1970 (OSH). The United States Department of Labor Occupational Safety & Health Administration (OSHA) oversees the workplace health and safety standards wage provisions from OSH. Use of Provision —The regulation does not prescribe mandatory language. The following language is acceptable to the FAA and meets the intent of this requirement. If the sponsor uses different language, the sponsor's language must fully satisfy the requirements of 20 CFR part 1910. A19.3 CONTRACT CLAUSE All contracts and subcontracts that result from this solicitation incorporate by reference the requirements of 29 CFR Part 1910 with the same force and effect as if given in full text. Contractor must provide a work environment that is free from recognized hazards that may cause death or serious physical harm to the employee. The Contractor retains full responsibility to monitor its compliance and their subcontractor's compliance with the applicable requirements of the Occupational Safety and Health Act ^, of 1970 (20 CFR Part 1910). Contractor must address any claims or disputes that pertain to a referenced requirement directly with the U.S. Department of Labor — Occupational Safety and Health Administration. rn W on PW ,,. Taxiways "D" and "E" GP -125 Required Contact Provisions Sebastian Municipal Airport AIP Grants and Obligated Sponsors A20 PROCUREMENT OF RECOVERED MATERIALS A20.1 2 CFR § 200.322 40 CFR part 247 A20.2 SOURCE APPLICABILITY Sponsors of AIP funded development and equipment projects must comply with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. Section 6002 emphasizes maximizing energy and resource recovery through use of affirmative procurement actions for recovered materials identified in the EPA guidelines. The requirements of § 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition. Contract Types — This provision applies to any contracts that include procurement of products where the purchase price of the item exceeds $10,000 or the value of the quantity acquired by the preceding fiscal year exceeded $10,000. Construction and Equipment— Include this provision in all construction and equipment projects Professional Services and Property— Include this provision if the agreement includes procurement of a product that exceeds $10,000 Use of Provision —The regulation does not prescribe mandatory language. The following language is acceptable to the FAA and meets the intent of this requirement. If the sponsor uses different language, the sponsor's language must fully satisfy the requirements of 2 CFR § 200. A20.3 CONTRACT CLAUSE Procurement of Recovered Materials Contractor and subcontractor agree to comply with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act, and the regulatory provisions of 40 CFR Part 247. In the performance of this contract and to the extent practicable, the Contractor and subcontractors are to use of products containing the highest percentage of recovered materials for items designated by the Environmental Protection Agency (EPA) under 40 CFR Part 247 whenever: a) The contract requires procurement of $10,000 or more of a designated item during the fiscal year; or, b) The contractor has procured $10,000 or more of a designated item using Federal funding during the previous fiscal year. The list of EPA -designated items is available at www.ei)a.gov/epawaste/conserve/tools/cne/yroducts/. Taxiways "D" and "E" Sebastian Municipal Airport M M M GP -126 Required Contact Provisions AIP Grants and Obligated Sponsors ., Section 6002(c) establishes exceptions to the preference for recovery of EPA -designated products if the contractor can demonstrate the item is: a) Not reasonably available within a timeframe providing for compliance with the contract performance schedule; b) Fails to meet reasonable contract performance requirements; or c) Is only available at an unreasonable price. OR so W W M M r r Taxiways "D" and "E" Sebastian Municipal Airport GP- 127 Required Contact Provisions AIP Grants and Obligated Sponsors A21 RIGHT TO INVENTIONS a�x+K }trt��ide-+iar �k�e-ri�ltt,-e€ the F�er�tk L-rEiver+>�rx-and-tJje-C�+vier-kN-arrS�rest�ltin�-iw:errFittrr�ts ettt�{i>k� l>y ',-?-��}t-ryatt-�1t�k-} �i�his-kt-I+tve�xieias-rYtatie�+}=;��xr}3rf�+it-OwanissiEi�ans-awl Stna�k GotiiriaetaF . Taxiways "D" and "E" GP -128 Required Contact Provisions Sebastian Municipal Airport AIP Grants and Obligated Sponsors A22 SEISMIC SAFETY �mmmmrrrw��ss s 1y 00 W m 0 on fil no A so m r r r. . !!lSJ179E'1R'. [+�c c,rrrran-e-Ht-i#v'sign , -4 e ( Iagi-eesi a bu"dille—Ign an cv-�c c-rair-a� aen3trc+etxxl �.ge�a#tt aCttan tha4 ctxtlttt�rt fie a-1�atlf{tttu ceacle �t�tn�idati-w#ttt,Et-�ror�tex�t-{cwwl-trf-titt5}tti�; , i ,.•,,., o..,.`.....,(ni['t roo) r ,,. a i. ''ri+1i.:. t ,•ta:.,g ,.,.. e a ft,. a,., .. .,_, ,.,4 ""F, jR.1 1,11,F14-160flai Code �111(;) meet the NF -1 110, equividefley leNtl 14 seismie sa�Ay. a; Neid! the saisnrie : �et�ttt-t�s e� ti�}XFEF�a�t-t�i{iaeleni-laui}�#x ��tte: eampaetef agFeef; toj)eFk)F1llede(MiFael, lf101 tt#itte AK4fk-i kxed Y-st+E� nEr trtots ec n# farts [a 3 lrc ilttFn c k stttn<tar41 Fh f peep= de a { t# a},+nie-sa€etv .,e ,r, w' .nt,. � ,s..a .4..t; r,,,..i,.a ona ikct -[=Ft ftus-[beEtuei{�R " �>-regi-ani (NEI .tau) ' .......:....i,,,6 the Paild.ina , Taxiways "D" and "E" GP -129 Required Contact Provisions Sebastian Municipal Airport AIP Grants and Obligated Sponsors M A48A23 TERMINATION OF CONTRACT A29 3A23.1 SOURCE 2 CFR § 200 Appendix II(B) FAA Advisory Circular 150/5370-10, Section 80-09 ARR 2A23.2 APPLICABILITY Contract Types—All contracts and subcontracts in excess of $10,000 must address termination for cause and termination for convenience by the sponsor. The provision must address the manner (i.e. notice, opportunity to cure, and effective date) by which the sponsor's contract will be affected and the basis for settlement (i.e. incurred expenses, completed work, profit, etc.). Use of Provision — Termination for Default- Section 80-09 of FAA Advisory Circular 150/5370-10 establishes standard language for Termination for Default under a construction contract. The sponsor must .. not make any changes to this standard language. Termination for Convenience —The sponsor must include a clause for termination for _ convenience. The following language is acceptable to the FAA and meets the intent of this requirement. If the sponsor uses different language, the sponsor's language must fully satisfy the requirements of Appendix II to 2 CFR part 200. ., Equipment, Professional Services and Property—The sponsor may use their established clause language provided that it adequately addresses the intent of Appendix II(B) to Part 200, which _ addresses termination for fault and for convenience. A44,3 -A23.3 CONTRACT CLAUSE ^'_-.19 1 I A23.3.1 Termination for Convenience Termination for Convenience (Construction & Equipment Contracts) M The Owner may terminate this contract in whole or in part at any time by providing written notice to the Contractor. Such action may be without cause and without prejudice to any other right or remedy of Owner. Upon receipt of a written notice of termination, except as explicitly directed by the Owner, the Contractor shall immediately proceed with the following obligations regardless of any delay in determining or adjusting amounts due under this clause: 1. Contractor must immediately discontinue work as specified in the written notice. 2. Terminate all subcontracts to the extent they relate to the work terminated under the notice. 3. Discontinue orders for materials and services except as directed by the written notice. 4. Deliver to the owner all fabricated and partially fabricated parts, completed and partially completed work, supplies, equipment and materials acquired prior to termination of the work and as directed in the written notice. 5. Complete performance of the work not terminated by the notice. Taxiways "D" and "E" GP -130 Required Contact Provisions Sebastian Municipal Airport AIP Grants and Obligated Sponsors .. 6. Take action as directed by the owner to protect and preserve property and work related to this contract that Owner will take possession. Owner agrees to pay Contractor for: a) completed and acceptable work executed in accordance with the contract documents prior to the effective date of termination; b) documented expenses sustained prior to the effective date of termination in performing work and furnishing OR labor, materials, or equipment as required by the contract documents in connection with uncompleted work; c) reasonable and substantiated claims, costs and damages incurred in settlement of terminated contracts with Subcontractors and Suppliers; and �r d) reasonable and substantiated expenses to the contractor directly attributable to Owner's termination action Owner will not pay Contractor for loss of anticipated profits or revenue or other economic loss arising out of or resulting from the Owner's termination action. The rights and remedies this clause provides are in addition to any other rights and remedies provided by law or under this contract. Termination for Convenience (Professional Services) The Owner may, by written notice to the Consultant, terminate this Agreement for its convenience and without cause or default on the part of Consultant. Upon receipt of the notice of termination, except as r explicitly directed by the Owner, the Contractor must immediately discontinue all services affected. Upon termination of the Agreement, the Consultant must deliver to the Owner all data, surveys, models, drawings, specifications, reports, maps, photographs, estimates, summaries, and other documents and materials prepared by the Engineer under this contract, whether complete or partially complete. Owner agrees to make just and equitable compensation to the Consultant for satisfactory work .. completed up through the date the Consultant receives the termination notice. Compensation will not include anticipated profit on non -performed services. Owner further agrees to hold Consultant harmless for errors or omissions in documents that are incomplete as a result of the termination action under this clause. 34,-3,?A23.3.2 Termination for Default Termination for Default (Construction) Section 80-09 of FAA Advisory Circular 150/5370-10 establishes conditions, rights and remedies .. associated with Owner termination of this contract due default of the Contractor. Termination for Default (Equipment) The Owner may, by written notice of default to the Contractor, terminate all or part of this Contract if the Contractor: 1. Fails to commence the Work under the Contract within the time specified in the Notice- to - Proceed; 2. Fails to make adequate progress as to endanger performance of this Contract in accordance with its terms; ., Taxiways "D" and "E" GP -131 Required Contact Provisions Sebastian Municipal Airport AIP Grants and Obligated Sponsors 3. Fails to make delivery of the equipment within the time specified in the Contract, including any Owner approved extensions; 4. Fails to comply with material provisions of the Contract; 5. Submits certifications made under the Contract and as part of their proposal that include false or fraudulent statements; 6. Becomes insolvent or declares bankruptcy; If one or more of the stated events occur, the Owner will give notice in writing to the Contractor and Surety of its intent to terminate the contract for cause. At the Owner's discretion, the notice may allow the Contractor and Surety an opportunity to cure the breach or default. If within [10] days of the receipt of notice, the Contractor or Surety fails to remedy the breach or default to the satisfaction of the Owner, the Owner has authority to acquire equipment by other procurement action. The Contractor will be liable to the Owner for any excess costs the Owner incurs for acquiring such similar equipment. Payment for completed equipment delivered to and accepted by the Owner shall be at the Contract price. The Owner may withhold from amounts otherwise due the Contractor for such completed equipment, such sum as the Owner determines to be necessary to protect the Owner against loss because of Contractor default. Owner will not terminate the Contractor's right to proceed with the Work under this clause if the delay in completing the work arises from unforeseeable causes beyond the control and without the fault or negligence of the Contractor. Examples of such acceptable causes include: acts of God, acts of the Owner, acts of another Contractor in the performance of a contract with the Owner, and severe weather events that substantially exceed normal conditions for the location. If, after termination of the Contractor's right to proceed, the Owner determines that the Contractor was not in default, or that the delay was excusable, the rights and obligations of the parties will be the same as if the Owner issued the termination for the convenience the Owner. The rights and remedies of the Owner in this clause are in addition to any other rights and remedies provided by law or under this contract. Termination for Default (Professional Services) Either party may terminate this Agreement for cause if the other party fails to fulfill its obligations that are essential to the completion of the work per the terms and conditions of the Agreement. The party initiating the termination action must allow the breaching party an opportunity to dispute or cure the breach. The terminating party must provide the breaching party [7] days advance written notice of its intent to terminate the Agreement. The notice must specify the nature and extent of the breach, the conditions necessary to cure the breach, and the effective date of the termination action. The rights and remedies in this clause are in addition to any other rights and remedies provided by law or under this agreement. a) Termination by Owner: The Owner may terminate this Agreement in whole or in part, for the failure of the Consultant to: 1. Perform the services within the time specified in this contract or by Owner approved extension; M W M Taxiways "D" and "E" GP -132 Required Contact Provisions _ Sebastian Municipal Airport AIP Grants and Obligated Sponsors M 2. Make adequate progress so as to endanger satisfactory performance of the Project; an 3. Fulfill the obligations of the Agreement that are essential to the completion of the Project. Upon receipt of the notice of termination, the Consultant must immediately discontinue all services affected unless the notice directs otherwise. Upon termination of the Agreement, the Consultant must deliver to the Owner all data, surveys, models, drawings, specifications, reports, maps, photographs, estimates, summaries, and other documents and materials prepared by the Engineer under this contract, whether complete or partially complete. Owner agrees to make just and equitable compensation to the Consultant for satisfactory work completed up through the date the Consultant receives the termination notice. Compensation will not oft include anticipated profit on non -performed services. Owner further agrees to hold Consultant harmless for errors or omissions in documents that are incomplete as a result of the termination action under this clause. If, after finalization of the termination action, the Owner determines the Consultant was not in default of the Agreement, the rights and obligations of the parties shall be the same as if the Owner issued the termination for the convenience of the Owner. b) Termination by Consultant: The Consultant may terminate this Agreement in whole or in part, if the Owner: r 1. Defaults on its obligations under this Agreement; 2. Fails to make payment to the Consultant in accordance with the terms of this Agreement; 3. Suspends the Project for more than [180] days due to reasons beyond the control of the Consultant. r Upon receipt of a notice of termination from the Consultant, Owner agrees to cooperate with Consultant for the purpose of terminating the agreement or portion thereof, by mutual consent. If Owner and Consultant cannot reach mutual agreement on the termination settlement, the Consultant r. may, without prejudice to any rights and remedies it may have, proceed with terminating all or parts of this Agreement based upon the Owner's breach of the contract. In the event of termination due to Owner breach, the Engineer is entitled to invoice Owner and to .. receive full payment for all services performed or furnished in accordance with this Agreement and all justified reimbursable expenses incurred by the Consultant through the effective date of termination action. Owner agrees to hold Consultant harmless for errors or omissions in documents .� that are incomplete as a result of the termination action under this clause. am we Taxiways "D" and "E" Sebastian Municipal Airport me GP -133 Required Contact Provisions AIP Grants and Obligated Sponsors A-y3A24 TRADE RESTRICTION CERTIFICATION 439 IA24.1 SOURCE 49 USC § 50104 _ 49 CFR part 30 42Q 2A24.2 APPLICABILITY ^„ Unless waived by the Secretary of Transportation, sponsors may not use AIP funds on a product or service from a foreign country included in the current list of countries that discriminate against U.S. firms as published by the Office of the United States Trade Representative (U.S.T.R) Contract Types —The trade restriction certification and clause applies to all AIP funded projects. Use of Provision —49 CFR part 30 prescribes the language for this model clause. The sponsor must include this certification language in all contracts and subcontracts without modification. A-34,XA24.3 CONTRACT CLAUSE TRADE RESTRICTION CERTIFICATION By submission of an offer, the Offeror certifies that with respect to this solicitation and any resultant contract, the Offeror - 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 as published by the Office of the United States Trade Representative (U.S.T.R.); 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 included on the list of countries that discriminate against U.S. firms as published by the U.S.T.R; and c. has not entered into any subcontract for any product to be used on the Federal on the project that is produced in a foreign country included on the list of countries that discriminate against U.S. firms published by the U.S.T.R. 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. The Offeror/Contractor must provide immediate written notice to the Owner if the Offeror/Contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The Contractor must require subcontractors provide immediate written notice to the Contractor if at any time it learns that its certification was erroneous by reason of changed circumstances. 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 an Offeror or subcontractor: Taxiways "D" and "E" GP -134 Required Contact Provisions _ Sebastian Municipal Airport AIP Grants and Obligated Sponsors ., M am G so 04 M N (1) who is owned or controlled by one or more citizens or nationals of a foreign country included on the list of countries that discriminate against U.S. fines published by the U.S.T.R. or (2) whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign country on such U.S.T.R. list or (3) who incorporates in the public works project any product of a foreign country on such U.S.T.R. list; 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. The Offeror agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in in all lower tier subcontracts. The contractor may rely on the certification of a prospective subcontractor that it is not a firm from a foreign country included on the list of countries that discriminate against U.S. firms as published by U.S.T.R, unless the Offeror has knowledge that the certification is erroneous. This certification is a material representation of fact upon which reliance was placed when making an award. If it is later determined that the Contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration may direct through the Owner cancellation of the contract or subcontract for default at no cost to the Owner or the FAA. Taxiways "D" and "E" Sebastian Municipal Airport GP- 135 Required Contact Provisions AIP Grants and Obligated Sponsors A40A25 VETERAN'S PREFERENCE A49rbA25.1 SOURCE 49 USC § 47112(c) A4 ,LA 2 5. 2 APPLICABILITY Contract Types—This provision applies to all Al funded projects that involve labor to carry out the project. This preference, which excludes executive, administrative and supervisory positions, applies to covered veterans (as defined under §47112(c)) only when they are readily available and qualified to accomplish the work required by the project. Use of Provision — The regulation does not prescribe mandatory language, the following language is acceptable to the FAA and meets the intent of this requirement. If the sponsor uses different language, the sponsors language must fully satisfy the requirements of 49 U.S.C. § 47112. 440 3A25.3 CONTRACT CLAUSE VETERAN'S PREFERENCE In the employment of labor (excluding executive, administrative, and supervisory positions), the contractor and all sub -tier contractors must give preference to covered veterans as defined within Title 49 United States Code Section 47112. Covered veterans include Vietnam -era veterans, Persian Gulf veterans, Afghanistan -Iraq war veterans, disabled veterans, and small business concerns (as defined by 15 U.S.C. 632) owned and controlled by disabled veterans. This preference only applies when there are covered veterans readily available and qualified to perform the work to which the employment relates. i M M Taxiways "D" and "E" GP -136 Required Contact Provisions _ Sebastian Municipal Airport AIP Grants and Obligated Sponsors r A 41 A26 DAVIS-BACON WAGE DECISION r so General Decision Number: FL170213 01/06/2017 FL213 Superseded General Decision Number: FL20160213 State: Florida go Construction Type: Highway ON County: Indian River County in Florida. HIGHWAY CONSTRUCTION so PROJECTS Modification Number Publicatio n Date 0 01/06/2017 M * ELEC0915-004 12/07/2015 Rates ELECTRICIAN ......................$ 26.53 ---------------------------------------- ----------- SUFL2013-031 08/19/2013 Fringes 10.07 Taxiways "D" and "E" GP- 137 Required Contact Provisions Sebastian Municipal Airport AIP Grants and Obligated Sponsors Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.20 for calendar year 2017 applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the E0, the contractor must pay all workers in any classification listed on this wage determination at OR least $10.20 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2017. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is �+ available at www.dol.gov/whd/govcontracts. Modification Number Publicatio n Date 0 01/06/2017 M * ELEC0915-004 12/07/2015 Rates ELECTRICIAN ......................$ 26.53 ---------------------------------------- ----------- SUFL2013-031 08/19/2013 Fringes 10.07 Taxiways "D" and "E" GP- 137 Required Contact Provisions Sebastian Municipal Airport AIP Grants and Obligated Sponsors A Rates Fringes CARPENTER ........................$ 15.68 0.00 _ CEMENT MASON/CONCRETE FINISHER, Includes Form work ..... $ 15.01 0.00 HIGHWAY/PARKING LOT STRIPING: Operator (Striping Machine) ..... $ 15.57 0.00 _ HIGHWAY/PARKING LOT STRIPING: �r Painter .........................$ 12.13 0.00 IRONWORKER, ORNAMENTAL ........... $ 13.48 0.00 IRONWORKER, REINFORCING .......... $ 15.38 0.00 IRONWORKER, STRUCTURAL ........... $ 16.42 0.00 LABORER (Traffic Control Specialist) ......................$ 11.79 0.00 LABORER: Asphalt, Includes Raker, Shoveler, Spreader and Distributor ...................$ 14.05 0.00 LABORER: Common or General ...... $ 10.69 0.00 LABORER: Flagger................$ 13.09 0.00 LABORER: Grade Checker .......... $ 14.66 0.00 - LABORER: Mason Tender - Cement/Concrete..................$ 12.58 0.00 LABORER: Pipelayer..............$ 12.44 0.00 OPERATOR: Backhoe/Excavator/Trackhoe....... $ 14.96 0.00 OPERATOR: Bobcat/Skid Steer/Skid Loader ................ $ 12.88 0.00 OPERATOR: Broom/Sweeper ......... $ 12.91 0.00 _ OPERATOR: Bulldozer ............. $ 15.23 0.00 OPERATOR: Concrete Finishing Machine ..........................$ 15.44 0.00 Taxiways "D" and "E" GP -138 Required Contact Provisions Sebastian Municipal Airport AIP Grants and Obligated Sponsors ., Taxiways "Ir and "E" Sebastian Municipal Airport GP -139 Required Contact Provisions AIP Grants and Obligated Sponsors OPERATOR: Crane .................$ 22.04 0.00 • OPERATOR: Curb Machine .......... $ 18.45 0.00 OPERATOR: Drill .................$ 13.04 0.00 AW OPERATOR: Forklift ..............$ 10.43 0.00 OPERATOR: Gradall...............$ 14.71 0.00 A OPERATOR: Grader/Blade .......... $ 18.20 0.00 OPERATOR: Loader ................$ 13.14 0.00 .n OPERATOR: Mechanic ..............$ 17.52 0.00 OPERATOR: Milling Machine ....... $ 16.04 0.00 OPERATOR: Oiler .................$ 16.67 0.00 m OPERATOR: Paver (Asphalt, Aggregate, and Concrete) ......... $ 15.47 0.00 OPERATOR: Piledriver ............ $ 17.23 0.00 so OPERATOR: Post Driver (Guardrail/Fences)...............$ 15.97 0.00 OPERATOR: Roller ................$ 12.50 0.00 OPERATOR: Scraper ...............$ 12.21 0.00 ON OPERATOR: Screed ................$ 14.14 0.00 OPERATOR: Trencher ..............$ 14.25 0.00 PAINTER: Spray ..................$ 19.57 0.00 TRAFFIC SIGNALIZATION: Traffic Signal Installation ...... $ 15.11 0.00 TRUCK DRIVER: Dump Truck ........ $ 11.86 0.00 ow TRUCK DRIVER: Flatbed Truck ..... $ 14.28 0.00 TRUCK DRIVER: Lowboy Truck ...... $ 16.25 0.00 TRUCK DRIVER: Slurry Truck ...... $ 11.96 0.00 TRUCK DRIVER: Water Truck ....... $ 13.57 0.00 A---------------------------------------------------------- Taxiways "Ir and "E" Sebastian Municipal Airport GP -139 Required Contact Provisions AIP Grants and Obligated Sponsors WELDERS - Receive rate prescribed for craft performing operation to which welding is _ incidental. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis - Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the E0, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive .. care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. M 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)). ---------------------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Taxiways "D" and "E" GP -140 Required Contact Provisions Sebastian Municipal Airport Alp Grants and Obligated Sponsors .. M .. Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council •. number where applicable, i.e., Plumbers Local 0198. The next number, 40 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the am rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates so are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that in identifier. so Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Taxiways "D" and "E" GP -141 Required Contact Provisions Sebastian Municipal Airport Alp Grants and Obligated Sponsors M Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for �. the classifications and rates under that identifier. a. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ------- 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: r. Taxiways "D" and "E" GP- 142 Required Contact Provisions Sebastian Municipal Airport AIP Grants and Obligated Sponsors M Branch of Construction Wage ..� Determinations Wage and Hour Division U.S. Department of Labor .e 200 Constitution Avenue, N.W. Washington, DC 20210 me we 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator as U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 .r The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. so Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. r� Taxiways "D" and "E" GP- 143 Required Contact Provisions Sebastian Municipal Airport AIP Grants and Obligated Sponsors r-� END OF SECTION 120 Taxiways "D" and "E" Sebastian Municipal Airport END OF GENERAL DECISION GP- 144 Required Contact Provisions AIP Grants and Obligated Sponsors m F� r M SECTION 01010 SUMMARY OF WORK .. PART1-GENERAL .� 1.1 RELATED DOCUMENTS: Contract Drawings, General Provisions, Supplementary Conditions, General Requirements, and other Special Provisions and Specifications apply to work of this section. .r 1.2 CONTRACT DOCUMENTS: Indicate the work of the Contract and related requirements and conditions that have an impact on the project. Related requirements and conditions that are indicated on the Contract Documents include, but are not necessarily limited to the following: A. Existing site conditions and restrictions on use of the site. B. Mandatory staging/sequencing. C. Requirements for partial utilization of various elements prior to substantial completion of the 'R work. D. Work to be performed concurrently by the Owner. 1.3 SUMMARY BY REFERENCES: Work of the Contract can be summarized by references to the Contract, General Provisions, Supplementary Conditions, Specifications, Drawings, and Addenda and Modifications to the contract documents issued subsequent to the initial printing of this Project Manual, including but not necessarily limited to printed material referenced by any of these. It is recognized that work of the Contract is also unavoidably affected or influenced by governing regulations, natural phenomenon including weather conditions, and other forces outside the contract documents. OR 1.4 CONSTRUCTION PHASING: To minimize the impact to aircraft operations and airfield tenants, and to avoid construction during adverse weather seasons, the Contract shall be completed in phases as specified hereinafter as described on the plans. Each phase of the Contract shall be completed within the contract time as specified herein. OR 1.5 CONSTRUCTION TIME: A. Time Schedule: The work as described by the contract specifications and as shown on the plans .. shall be completed and ready for use by the Owner within 180 consecutive calendar days after the date of Notice -to -Proceed. The time schedule for completion of this project is critical and liquidated damages as prescribed in the Contract will be enforced. B. Material Delivery: Upon approval of the bid and securing the necessary funding by Owner, FDOT and FAA, the Engineer will issue a Notice -of -Award. The Contractor shall then Taxiway "D" and "F' 01010-1 Summary of Work Sebastian Municipal Airport 1.6 immediately order the entire airfield lighting materials including but not limited to lights, signs, regulator, etc. The Contractor shall furnish documentations confirming order date and material delivery date. LIQUIDATED DAMAGES: A. Owner and Contractor recognize that time is of the essence and that Owner will suffer financial loss if the work is not substantially complete in accordance with the time(s) specified herein. They also recognize the delays, expenses and difficulties involved in proving in a legal or arbitration preceding the actual loss suffered by Owner if the work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay Owner the amounts stipulated hereinafter. B. Contractor further understands and hereby expressly agrees that in addition to liquidated damages specified hereinafter, to pay the Owner the actual costs to Owner for any inspector or inspectors necessarily employed by Owner on the work and the actual costs to Owner for the Engineer's observation of construction and project representative services including all travel and subsistence expenses after the date specified for Project completion until the work is completed and ready for final payment. Further, the Contractor agrees that the sums to be paid the Owner may be deducted from the sum due the Contractor for work performed as provided in Section 90 of the General Provisions. LIQUIDATED DAMAGES SCHEDULE Phase Begin Date Consecutive Calendar Days to Complete Liquidated Damages Entire Project Notice to Proceed 180 $500 per day 2 Date Runway 10-28 is closed 30 $500 per da 4 and 5 Date Runway 5-23 is closed 45 $500 per da In addition the Contractor shall pay the Owner $100 per 15 minute period beyond sunrise each morning that the runway is not ready to be opened during Phase 7. C. The Contractor shall complete all punch list items determined by the Owner and the Engineer within 30 consecutive calendar days from the date of the inspection punchlist generated by the Engineer after the contractor submits a notice of Substantial Completion. Failure to do so will result in liquidated damages of $500 per day beyond the 30 day period. IN�KaLfi161NN:0k%I NVITIOIR 4:)96]121i�10 it A. Overlapping Work: The work to be performed may overlap work by others to be performed concurrently. Each Contractor shall coordinate and schedule his work with the knowledge that each may be working the same area simultaneously. Each Contractor will be expected to cooperate with the Engineer, Owner, and other Contractors in the completion of the work. Disputes: The Engineer, whose decision will be final, will decide any disputes arising between the Contractors. Taxiway "D" and "E" Sebastian Municipal Airport 01010-2 Summary of Work W r ON C. Coordination: Contractors shall coordinate their schedules and work activities very closely, ru including holding weekly meetings in the presence of the Engineer's onsite representative. Contractors must cooperate with each other, including working around each other's work activities. Potential delays as a result of lack of coordination will not be considered grounds for claim for additional time extensions and/or additional compensations. 1.8 CONTRACTOR USE OF PREMISES: A. Use of the Site: The Contractor shall confine his operations at the site to the areas permitted under the Contract. Portions of the site beyond areas on which work is indicated are not to be disturbed. Conform to site rules and regulations affecting the work while engaged in project construction. B. Open Passage: Keep existing drives, entrances, and air operations areas designated to remain open, clear, and available to the Owner, his employees and the public at all times. Do not use these areas for parking or storage of materials. C. Storage: Do not unreasonably encumber the site with materials or equipment. Confine stockpiling of materials and location of storage sheds to the areas indicated. If additional storage is necessary, obtain Engineer's approval. D. Vehicle/Equipment Security: Lock automotive type vehicles, such as passenger cars and trucks, and other mechanized or motorized construction equipment, when parked and unattended, so as to prevent unauthorized use. Do not leave such vehicles or equipment unattended with the motor running or the ignition key in place. wo 1.9 WORK RESTRICTION: A. NAVAID Areas: During the time of construction, the Contractor may be restricted from working in or around certain essential electronic navigational aids necessary to the safe .. operation of the airport. The Contractor is hereby notified that the Engineer may restrict construction operations in those areas closest to the active runway and taxiways. B. Radio Communication: Contractor shall monitor the 2 -way airport UNICOM frequency (123.05 MHz) at all times during construction. Contractor shall have a working radio on site at all times during construction and shall assign responsible personnel, including flagmen, to continuously monitor the radio. All radios shall be as specified in Section 0 15 10. C. Notice to Airmen (NOTAMS): The Contractor shall provide the necessary information on construction conditions so that the Owner can advise the Flight Service Station to issue a NOTAM in accordance with established criteria. All requests for NOTAMS for taxiway closures shall be made at least 48 hours in advance (not including weekends) by the Contractor to the Engineer. All requests for closure of a runway or for moving into a phase that requires Oil the closure of a Navaid shall be made at least 7 days in advance (not including weekends) by the Contractor to the Engineer. D. Turf Restoration: All non -paved areas that are disturbed by the Contractor's work, staging area, haul roads, etc. shall be reseeded and restored to original condition by the Contractor. Except Taxiway "D" and "E" 01010-3 Summary of Work Sebastian Municipal Airport do where otherwise specified, there will be no separate pay item for this work; it will be considered incidental to and included in the price bid for Section 01000, Mobilization. E. Security: Contractor shall provide security within his construction area and shall keep all unauthorized personnel out. F. Haul Route on Airfield Pavement: Contractor will not be allowed to use any of the existing runways, taxiways, or aprons as part of the haul road unless authorized in writing by the Engineer. G. Access Points: All construction traffic shall enter and exit the project area only through the project access point(s) shown on the plans or approved by the Engineer. Contractor will be responsible for security of entrance gates under use by him/her. H. Construction Stakeout: The Contractor shall perform construction stakeout in accordance with Article 50-06 of the General Provisions. Haul Route: The Contractor shall be responsible for establishing haul routes suitable for supporting all necessary transportation and construction equipment for the duration of the project. Any existing roads or other areas that are used as part of the haul route shall be restored to their original condition after completion of the project. The Contractor will be responsible for all clean up operations of debris that may be on the haul route and for watering and/or other dust preventive measures to preclude fugitive dust from affecting buildings, occupants, or airfield operations. No separate payment will be made for seeding or mulching, or pavement restoration; such costs will be incidental to and included in the price bid for Section 01000, Mobilization. J. Airfield Safety Devices: Contractor shall maintain all airfield safety devices such as staked limit lines for the duration of the project as required. Damaged stakes or flagging shall be replaced immediately. K. Vehicular Markings and Lighting: All vehicles and equipment used on the airfield shall meet airport requirements for marking and lighting. L. Contracts During Non -Working Hours: For the duration of the project, the Contractor shall designate a list of authorized individuals in a prioritized order, to be on 24 hour call, and these individuals shall be equipped with a beeper and cellular phone. These individuals shall be able to respond to any situation arising out of the performance of the work on this project, particularly during nighttime hours, and shall respond and be on the project site within one hour after the phone call or beep. M. Airfield Pavement Cleanup: The Contractor shall promptly clean any and all debris arising from the project work that is left on operational airfield pavement. The Owner may remove any debris attributable to the Contractor found to be a hazard to aircraft. A fee of $250/hour will be assessed to the Contractor for all such cleaning and will be deducted on the next Contractor pay request. 1.10 COORDINATION: The work of this Contract includes coordination by the Contractor of the entire work of the project, including preparation of general coordination drawings, diagrams and Taxiway "D" and "E" Sebastian Municipal Airport 01010-4 r w r r Summary of Work M r L, M schedules, and control of site utilization, from beginning of construction activity through project .. close-out and warranty periods. 1.11 PARTIAL OWNER OCCUPANCY OR USE: The Owner reserves the right to use completed �. and accepted work provided such use does not interfere with completion of other work. Such use will not affect warranty stipulations addressed elsewhere in the contract documents. PART 2 - PRODUCTS (Not Used.) PART 3 -EXECUTION 3.1 MEASUREMENT AND PAYMENT: Except as otherwise specified, no separate measurement or payment will be made for work set forth in this section; such costs will be considered as incidental to and included in the price for Section GP -105, Mobilization, or other items as appropriate. END OF SECTION 01010. M M 0" A A Taxiway "D" and "E" 01010-5 Summary of Work Sebastian Municipal Airport on M go M on SECTION 01030 AIRPORT PROJECT ' .: ►L L:_ 1.1 INTRODUCTION: This project will include Contractor operations within or near active Air Operations Areas (AOA). The Airport will conduct normal aircraft operations during the course of this project, subject to certain restrictions called out in this section or elsewhere in the specifications. Therefore, to provide for the security and safety of Airport users and the Contractor's forces, as well as to minimize interruptions to aircraft operations, the Contractor shall limit his work within the areas designated and conduct his operations as specified. 1.2 Any fines or assessments levied against the Sponsor as a result of unauthorized intrusions in the AOA or other violations by the Contractor's personnel or those of his subcontractors will be passed on to the Contractor. In addition, the Contractor will be subject to a fine of $1,000.00 per incident, assessed by the Sponsor. 1.3 AIR OPERATION AREA (AOA) SAFETY REQUIREMENTS: A. Barricades: Existing runways, taxiways and aprons outside the limits of construction shall be separated from construction areas with barricades as shown on the plans and described in Section 01530. B. Radio Communication: The Contractor shall monitor the Airport 2 -way UNICOM radio frequency (123.075 MH2)at all times during construction, and shall remain clear of the runway approach and obstacle free zones during aircraft operations. Contractor shall have a working radio as specified in Section 01510 on site at all times during construction and shall assign responsible personnel to continuously monitor the radio. C. Runway and Taxiway Closures: Only the Owner will make Closures of runways and taxiways. .. The Owner shall contact the appropriate FAA Flight Service Station prior to issuing the Notice - to -Proceed so that a Notice -to -Airmen (NOTAM) for runway or taxiway closure can be issued in accordance with established criteria. Construction operations within the runway or taxiway safety zone shall not begin until the Contractor receives clearance from the Owner and Engineer assuring that the adjoining runway or taxiway has been closed. 1.4 CONSTRUCTION SAFETY REQUIREMENTS: A. General: 1. Safety Officer: The Contractor is required to employ a Safety Officer who will be the liaison between the Contractor, the Engineer and the Owner in all safety related matters for the duration of the project. The Safety Officer shall be on call 24 hours per day for OR emergency maintenance of airport hazard lighting, barricades, and other safety features. Taxiway "D" and "E" Sebastian Municipal Airport M 01030- 1 Airport Project Procedures 2. Protection of Utilities: The Contractor shall be responsible for field marking and protecting all utilities within the construction limits. 3. Storage of Equipment, Vehicles, and Materials: All equipment, vehicles, and materials must be stored in the designated storage or staging area or in areas acceptable to the Engineer. 4. Vehicular Markings: Contractor vehicles and equipment shall be marked with checkered flags and lighted with flashing beacons to comply with requirements of FAA AC 150/5210-5D. All vehicles and equipment shall display 3' x 3' flags, orange and white "checkerboard" pattern, with the squares being P x P each. All vehicles and construction equipment working during the night shall be equipped with an amber colored rotating beacon light. 5. Construction Methods Limitation: a. No open flames or burning will be allowed on Airport property except as specifically authorized by the Engineer in writing. b. Stockpiled material shall be constrained in a manner to prevent displacement by jet blast, prop blast, or wind, and shall be kept to a height that will not penetrate FAR Part 77 imaginary air space and shall be located outside the runway and taxiway object free areas and runway protection zone (RPZ). 6. Safety and Accident Protection: a. The Contractor shall comply with all applicable federal, state, and local laws, ordinances, and regulations governing safety, health, and sanitation; shall provide barricades; and shall take any other needed actions, on his own responsibility, that are reasonably necessary to protect the life and health of employees on the job, the safety of airport users, the safety of moving and parked aircraft, and other property during the performance of the work. b. The Safety Officer's duties shall include accident prevention. Navigational Aids: Airport navigational aid critical areas are shown on the drawings or will be indicated by the Engineer. The Contractor shall not enter these areas without the Engineer's approval. 8. FAA Advisory Circular: Except as otherwise specified, FAA AC 150/5370-2F and all its references shall be used in maintaining airport operational safety during construction. A copy of this Advisory Circular is attached. B. Runway and Taxiway Safety Zones: 1. Limitations: When necessary to accomplish construction in areas adjacent to runways and taxiways, the construction equipment, vehicles, and men are authorized to operate without interruption within the project limits, except within the following areas and as specified otherwise: a. Distance from runway centerline or runway end 1) - Within 200 feet (Runway 5-23). 2) — Within 125 feet (Runway 10-28). b. Distance from active taxiway centerline 1) - Within 65.5 feet. Taxiway "D" and "E" Sebastian Municipal Airport 01030-2 Airport Project Procedures M M ..r .. C. Obstructions to Navigation: 1. Violation of Safety Zone Surfaces: Penetration of equipment, vehicles, materials, or men .� into the safety zones and approach surfaces requires the preparation and distribution of Notices to Airmen (NOTAM) in advance to the actual penetration. 2. Scheduling: When part of the work in this project is in violation of FAR Part 77, the .. clearance distance requirements from runway and taxiway edges shall be incorporated into the construction sequence schedule. At no time shall the construction limits of the area under construction violate the safety zones without prior notification to and approval by the Engineer. 3. Coordination and Communication: Work within and adjacent to active AOAs shall be coordinated with the Engineer prior to commencement of the activity. The construction 00 superintendent and the resident inspector, both of which shall be in constant radio contact with ATC, shall accompany work crews in these areas. 1.5 SAFETY PLANNING: The Contractor shall integrate and maintain requirements of airport operational safety into each planning and work schedule. The Contractor's Safety Officer shall continuously monitor all planning schedules and work underway for compliance to AC 150/5370-2 (Latest Edition); and shall maintain vigilance to detect areas needing attention due to oversight or altered construction activities. Airport operational safety during construction Taxiway "D" and "E" 01030-3 Airport Project Procedures Sebastian Municipal Airport C. Runway approach areas .. 1) - Within 20:1 approach surface slopes as shown on drawings. 2. Request for Facility Closures: Construction activities on runways or taxiways or within the above -restricted areas shall only be performed at times when the runway or taxiways .. are closed to aircraft. The Contractor through the Engineer thereof must request closure of a runway or taxiway or any portion in writing. This request must indicate the areas needed and a schedule of operations and time(s) required for operations within the area. The Owner reserves the right, however, to shift any approved closure periods to alleviate aircraft congestion or when inclement weather conditions dictate. 3. Equipment Operation Restrictions: Contractor is not permitted to operate equipment within the Taxiway Object Free Area (TOFA) and Runway Obstacle Free Zone (ROFZ) except when the runway or taxiway has been closed to traffic and a NOTAM issued. Before re -opening a closed runway or taxiway all excavated trenches and holes within the ROFZ or TOFA shall be backfilled, tamped and leveled to match existing grades and all equipment and personnel removed from the ROFZ or TOFA. Construction equipment must be remove all equipment from the runway and taxiway OFA at the end of each work shift. 4. Stockpiles: Stockpiled materials shall not be permitted within the runway or taxiway safety zones. 5. Grading Requirements: All construction within a restricted area shall be performed in such a manner that, at the end of the closure period, it will leave the safety area with no abrupt grade changes or grades in excess of 5 percent, and with no trenches with depth or width greater than 3 inches. .. C. Obstructions to Navigation: 1. Violation of Safety Zone Surfaces: Penetration of equipment, vehicles, materials, or men .� into the safety zones and approach surfaces requires the preparation and distribution of Notices to Airmen (NOTAM) in advance to the actual penetration. 2. Scheduling: When part of the work in this project is in violation of FAR Part 77, the .. clearance distance requirements from runway and taxiway edges shall be incorporated into the construction sequence schedule. At no time shall the construction limits of the area under construction violate the safety zones without prior notification to and approval by the Engineer. 3. Coordination and Communication: Work within and adjacent to active AOAs shall be coordinated with the Engineer prior to commencement of the activity. The construction 00 superintendent and the resident inspector, both of which shall be in constant radio contact with ATC, shall accompany work crews in these areas. 1.5 SAFETY PLANNING: The Contractor shall integrate and maintain requirements of airport operational safety into each planning and work schedule. The Contractor's Safety Officer shall continuously monitor all planning schedules and work underway for compliance to AC 150/5370-2 (Latest Edition); and shall maintain vigilance to detect areas needing attention due to oversight or altered construction activities. Airport operational safety during construction Taxiway "D" and "E" 01030-3 Airport Project Procedures Sebastian Municipal Airport will be on the agenda at the preconstruction conference and each coordination and progress meeting. 1.6 SECURITY REQUIREMENTS: The Contractor has the responsibility for maintaining control of the access gates or any other entrance to the AOA. The Contractor may utilize a gate guard or install an automatic operated gate controller with limited access with numeric keypad. The Contractor may be required to erect temporary fencing to protect the AOA during construction. The Contractor's method of maintaining security shall be set forth in his Security Plan and shall comply with the airport's rules and regulations concerning work in the airport restricted areas. There will be no separate measurement or payment for gate guards or temporary fencing required maintaining the integrity of the AOA. 1.7 BARRICADES: Contractor shall provide barricades along active taxiway pavement areas, closed sections of the runway, and elsewhere as shown on the plans or directed by the Engineer while work is proceeding in the runway, taxiway, and apron areas. Barricades shall be sited and relocated during the course of the work to clearly identify areas closed to aircraft operations. 1.8 RUNWAY AND TAXIWAY CLOSURES: A. When a runway is required to be closed during any phase of the work and aircraft must access another runway during this period, at least one taxiway serving the air carrier apron and one taxiway serving the general aviation apron must remain open for this purpose at all times. The Contractor shall schedule his work to provide continuous access as described above. Barricades and/or closed taxiway markers shall be placed as directed by the Engineer. B. The Contractor shall coordinate and schedule runway and taxiway closures and temporary relocation of any runway threshold with Owner through Engineer before closure is required so that Owner can issue appropriate NO Tams. C. Runway and taxiway closures shall be scheduled in advance. Contractor shall identify taxiway closures with barricades and by covering taxiway lights within the closure limits. Remove barricades and covers when no longer needed or as directed by Engineer. PART 2 -PRODUCTS 2.1 BARRICADES AND CLOSED RUNWAY MARKERS: Barricades and Closed Runway Markers, when required, shall be constructed as specified in Section 01530. PART 3 - EXECUTION 3.1 LIMITATION OF CLOSURES: Only the Owner will make Airfield pavement closures. The Contractor shall request the closure through the Engineer from the Owner. Taxiway "D" and "E" Sebastian Municipal Airport 01030-4 Airport Project Procedures r� M on M U—] M .o M • M M 3.2 BARRICADE AND CLOSED RUNWAY MARKERS INSTALLATION: Install barricades and closed runway markers at locations shown on the drawings and where directed by Engineer. Anchor barricades and closed runway markers as specified in Section 01530. Maintain barricades and closed runway markers until removal is directed by Engineer. Barricade batteries shall be checked daily to insure adequate operation of the flashers during the night. Replace batteries as required. Upon removal of barricades and closed runway markers, repair any damage to pavement or surrounding area caused by barricades and closed runway markers. 3.3 MEASUREMENT AND PAYMENT: Except as otherwise specified in Section 01530, no measurement or payment will be made for work in this section; it will be considered as incidental cost to Mobilization and other items of work. Taxiway "D" and "E" Sebastian Municipal Airport END OF SECTION 01030 01030-5 Airport Project Procedures 00 M M M so M M SECTION 01040 PROJECT COORDINATION PARTI- GENERAL 1.1 RELATED DOCUMENTS: All contract documents and drawings apply to work of this section. 1.2 DESCRIPTION OF WORK: Administrative and supervisory requirements necessary for coordination of work on the project include but are not necessarily limited to the following: 1. Coordination and meetings. 2. Surveys and records or reports. 3. Limitations on use of site. 4. Special reports. 5. General installation provisions. 6. Cleaning and protection. 7. Conservation and salvage. PART 2 - PRODUCTS (Not applicable) PART 3 - EXECUTIONS 3.1 COORDINATION AND MEETINGS: A. General: The Contractor shall prepare a written memorandum on required coordination activities and include such items as required notices, reports and attendance at meetings. Distribute this memorandum to each entity performing work at the Project site. Prepare similar memorandum for separate Contractors where interfacing of their work is required. B. Preconstruction Conference: A Preconstruction Conference will be scheduled after award of Contract and prior to issuance of a Notice to Proceed. Key Project personnel representing the Prime Contractor and all major Subcontractors will be required to attend this Conference. All �. other parties involved with this Project, such as the Owner, Engineer, and FAA, will also be represented. All affected parties at the Preconstruction Conference will review the entire Construction Schedule carefully. The Contractor shall prepare a detailed Construction Schedule for review prior to and at the Preconstruction Conference. C. Coordination Meetings: The Contractor shall hold General Project Coordination Meetings at regularly scheduled times convenient for all parties involved. These meetings may be as often as weekly if required. These meetings are in addition to specified meetings held for other purposes, such as regular Project meetings and special Pre -installation Meetings. Request representation at each meeting by every party currently involved in coordination or planning for the work of the entire Project. Conduct meetings in a manner, which will resolve coordination problems. Record results of the meeting and distribute copies to everyone in attendance and to others affected by decision or actions resulting from each meeting. Taxiway "D" and "E" 01040-1 Project Coordination Sebastian Municipal Airport The Contractor shall also conduct daily coordination meetings with the Engineer's representative, FAA and designated Owner's representative to coordinate construction and airport operations. D. Progress Meetings: Conduct progress meetings by teleconference weekly and at the project site monthly. Notify the Owner and Engineer of scheduled meeting dates. Coordinate dates of meetings with preparation of the payment request. E. Attendees: In addition to representatives of the Owner and Engineer, each subcontractor, supplier or other entity concerned with current progress or involved in planning, coordination or performance of future activities shall be represented at these meetings by persons familiar with the project and authorized to conclude matters relating to progress. Agenda: Review and correct or approve minutes of the previous progress meeting. Review other items of significance that could affect progress. Include topics for discussion as appropriate to the current status of the project, and to airport operational safety during construction. 1. Contractor's Construction Schedule: Review progress since the last meeting. Determine where each activity is in relation to the Contractor's Construction Schedule, whether on time or ahead or behind schedule. Determine how construction behind schedule will be expedited; secure commitments from parties involved to do so. Discuss whether schedule revisions are required to ensure that current and subsequent activities will be expedited; secure commitments from parties involved doing so. Discuss whether schedule revisions are required to ensure that current and subsequent activities will be completed within the Contract Time. 2. Other: Review the present and future needs of each entity present, including such items as: a) Interface requirements. b) Time. c) Sequences. d) Deliveries. e) Off-site fabrication problems. f) Access. g) Site utilization. h) Temporary facilities and services. i) Hours of work. j) Hazards and risks. k) Housekeeping. 1) Quality and work standards. m) Change orders. n) Documentation of information for payment requests. G. Reporting: No later than 3 days after each progress meeting date, distribute copies of minutes of the meeting to each party present and to other parties who should have been present. Include a brief summary, in narrative form, of progress since the previous meeting and report. H. Schedule Updating: Revise the construction schedule after each progress meeting where revisions to the schedule have been made or recognized. Issue the revised schedule concurrently with the report of each meeting. 3.2 SURVEYS AND RECORDS/REPORTS: Taxiway "D" and "E" Sebastian Municipal Airport 01040-2 Project Coordination M A. Construction Staking: The Engineer has established survey base lines for the Contractor. The .� Contractor shall take all necessary precautions to prevent the loss or damage of primary control points. The Contractor will be responsible for staking required for construction. Working from lines and levels established by the design survey, establish and maintain benchmarks and other dependable markers required for construction. Establish bench marks and markers to set lines and levels for work at each stage of construction and elsewhere as needed to properly locate each element of the project. Calculate and measure required dimensions as shown within recognized tolerances. Drawings shall not be scaled to determine dimensions. Advise entities performing work of marked lines and levels provided for their use. B. Survey Procedures: Before proceeding with the layout of actual work, verify the layout information shown on the drawings, in relation to the property survey and existing benchmarks. As work proceeds, check every major element for line, level and plumb. Maintain a surveyor's log or record book of such checks; make this log or record book available for the Engineer's reference. Record deviations from required lines and levels, and advise the Engineer promptly upon detection of deviations that exceed indicated or recognized tolerances. Record deviations, which are accepted, and not corrected, on record drawings. Survey work shall be performed by and under supervision of a professional (registered) land surveyor in the State where the project is located. C. Quality of Work: The elevations of permanent and temporary benchmarks shall be determined and recorded to the nearest 0.01 foot. Differential leveling and transit traverses shall be of such precision that the error of vertical closure in feet shall not exceed plus or minus 0.1 foot in 5000 feet. The angular error of closure for transit traverses shall not exceed 1.0 -minute times the square root of the number of angles turned. 1. Slope stakes shall be placed, as a minimum, at 100 -foot stations, breaks in the original ground surface, and at any other intermediate stations necessary to insure accurate location for construction layout and measurement. Slope stakes and cross sections shall .. be perpendicular to the centerline. Significant breaks in grade shall be determined for cross sections. Distances shall be measured horizontally and recorded to the nearest 0.1 foot. Side shots for interim construction stakes may be taken with a hand level. D. Records: All survey data shall be recorded in fully identified, standard hardbound engineering survey field notebooks with consecutively numbered pages. All field notes and printed data shall include the purpose or description of the work, the date the work was performed, weather 1O data, sketches and the personnel who performed and checked the work. Electronically generated survey data and computations shall be bound, page numbered and cross-referenced in a bound field notebook containing the index for all survey data. .� 1. The construction survey records shall be available at all times during the progress of the work for examination and use by the Engineer and copies shall be made available to the Engineer upon request. The original field notebooks and other records shall be turned over to and become the property of the Owner prior to final acceptance of the work. E. Quality Assurance Survey Services: Contractor shall fumish surveying services required to establish horizontal and vertical location of soil density tests by Owner's QA testing laboratory. i F. Engineer Services: Engineer will famish available benchmark and coordinate information at no cost to Contractor. 3.3 LIMITATIONS ON USE OF THE SITE: Taxiway "D" and "E" 01040-3 Project Coordination Sebastian Municipal Airport A. General: Limitations on site usage as well as specific requirements that impact site utilization are indicated on the drawings and by other contract documents. Schedule deliveries so as to ., minimize space and time requirements for storage of materials and equipment on site. B. Waste Disposal: Waste materials shall be disposed of off airport property except as specified otherwise in Contract Documents. 3.4 MEASUREMENT AND PAYMENT: No measurement or payment will be made for work in this section; it will be considered as incidental cost to Mobilization and other items of work. END OF SECTION 01040 FJ Taxiway "D" and "E" 01040-4 Project Coordination Sebastian Municipal Airport L1 OR SECTION 01060 CONTROL OF EROSION, SILTATION AND POLLUTION PART1-GENERAL 1.1 REQUIREMENTS: The Contractor shall take all measures necessary to minimize soil erosion, situation, water pollution, and air pollution caused by his operations. The Contractor shall comply with the applicable regulations of all legally constituted authorities relating to pollution prevention and control. The Contractor shall keep himself fully informed of all such regulations which in any way affect the conduct of the work, and shall at all times observe and comply with all such regulations. In the event of conflict between such regulations and the requirements of the specifications, the more restrictive requirements shall apply. 1.2 The Engineer will limit the area over which clearing, grubbing, excavation, borrow, and .� embankment operations are performed whenever the Contractor's operations do not make effective use of construction practices and temporary measures which will minimize erosion, or whenever effective erosion control features are not being completed as soon as permitted by construction operations. 1.3 EROSION CONTROL SCHEDULE: Except as otherwise specified, the Contractor shall submit to the Engineer for his approval 3 copies of his erosion control schedule at the time of the preconstruction conference. This schedule shall show the time relationship between phases of the work, which must be coordinated to reduce erosion, and shall describe construction .. practices and temporary erosion control measures, which will be used to minimize erosion. The schedule shall also show the Contractor's proposed method of erosion control on haul roads and borrow and material pits, and his plan for disposal of waste materials. No work shall be started until the erosion control schedule and the Engineer has approved methods of operations. am M PART 2 - PRODUCTS (Not used) PART 3 - EXECUTION 3.1 EROSION AND SILTATION CONTROL: The Contractor shall exercise every reasonable precaution throughout the life of the project to prevent the eroding of soil and silting of rivers, streams, lakes, reservoirs, other impoundments, ground surfaces, or other property. Prior to suspension of operations on the project or any portion thereof, the Contractor shall take all necessary measures to protect the construction area, including but not limited to borrow pits, soil type base courses, and waste areas, from erosion during the period of suspension. 3.2 COORDINATION OF EROSION CONTROL OPERATIONS: A. Temporary and permanent erosion control measures shall be provided as shown on the plans or as directed by the Engineer. All permanent erosion control work shall be incorporated into the Taxiway "D" and "E" Sebastian Municipal Airport 01060-1 Control of Erosion, Siltation and Pollution 3.3 project at the earliest practicable time. Temporary erosion control measures shall be coordinated with permanent erosion control measures and all other work on the project to assure economical, effective, and continuous erosion control throughout the construction and post construction period and to minimize situation of rivers, streams, lakes, reservoirs, other water impoundments, ground surfaces, or other property. B. Temporary erosion control measures shall include but not be limited to the use of temporary beams, dikes, dams, silt fences, drainage ditches, silt basins, diversion ditches, slope drains, structures, vegetation, mulches, mats, netting, gravel, rip rap, or any other methods or devices that are necessary. Temporary erosion control measures may include work outside the construction limits where such work is necessary as a result of construction such as borrow pit operations, haul roads, plant sites, equipment storage sites, and disposal of waste or debris. The Contractor shall be liable for all damages to public or private property caused by silting or slides originating in waste areas furnished by the Contractor. C. Materials for temporary erosion control measures shall be approved by the Engineer before being used or shall be as directed by the Engineer. D. The Contractor shall acceptably maintain erosion control measures installed by the Contractor. WATER AND AIR POLLUTION: A. The Contractor shall exercise every reasonable precaution throughout the life of the project to prevent pollution of rivers, streams, and water impoundments. Pollutants such as chemicals, fuels, lubricants, bitumen, raw sewage, and other harmful waste shall not be discharged into or alongside of rivers, streams, or impoundments, or into natural or manmade channels leading thereto. B. The Contractor shall comply with all Federal, State or local air pollution regulations throughout the life of the project. 3.4 OPEN BURNING OF COMBUSTIBLE WASTES: Where and if burning is permitted by the specifications, the following conditions shall apply: A. No tires, oils, asphalt, paint, or coated metals are permitted in combustible waste piles. B. Burning shall not be permitted unless the prevailing wind is away from a nearby town, built-up area, or aircraft operations area. C. Burning shall not be permitted during a local air inversion or other climatic condition as would result in a pall of smoke over a nearby town, built-up area, or aircraft operations area. D. Burning shall not be permitted when the danger of brush or forest fires is made known by State, local, or Federal officials. E. The size and number of fires shall be restricted to avoid the danger of brush or forest fires. Burning shall be done under surveillance of a watchman, who shall have fire -fighting equipment and tools readily available. Taxiway "D" and "E" 01060-2 Control of Erosion, Siltation and Pollution Sebastian Municipal Airport M M • 3.5 DUST CONTROL: • A. The Contractor shall control dust throughout the life of the project within the project area and at all other areas affected by the construction of the project, including, but not specifically limited • to unpaved roads, haul roads, access roads, disposal sites, borrow and material pits, and production sites. Dust control shall not be considered effective where the amount of dust creates a potential or actual unsafe condition, public nuisance, or condition endangering the value, utility, or appearance of any property. • B. The Contractor will not be directly compensated for any dust control measures necessary; this work will be considered incidental to the work covered by the various contract items. • 3.6 APPLICATION OF SPECIFICATIONS: The provisions of this section shall apply to all construction operations. Further references and detailed requirements concerning erosion, situation, and pollution prevention and control, may be given in other sections of the specifications and on the drawings. • 3.7 CONTRACTOR'S INSPECTION AND REPORT: The Contractor shall make an inspection of the construction site on a weekly basis and after each potentially damaging rainfall. Note shall • be taken of any damage to existing erosion control features and of situation problems encountered during the inspection. In a report to the Engineer, the Contractor shall outline his corrective measures to be undertaken and the date of implementation. • 3.8 TEMPORARY SUSPENSION OF WORK: Failure of the Contractor to fulfill any of the requirements of this section may result in the Engineer ordering the stopping of construction • operations in accordance with the following: A. The Engineer shall have the authority to suspend the work wholly or in part by written order, for such periods as he may deem necessary due to conditions considered unfavorable for the • suitable prosecution of the work, or to failure on the part of the Contractor to correct conditions unsafe for workmen or the general public or to carry out orders given or to perform any provisions of the contract. Such suspension of operations will not justify an extension of contract • time. B. Failure on the part of the Contractor to perform the necessary measures to control erosion, • situation, and pollution will result in the Engineer notifying the Contractor to take such measures. Any fine, penalty or other cost assessed by State, local or other governmental agencies for non-performance of erosion, situation or pollution controls against the Owner shall become the responsibility of the Contractor; such assessments, if not paid by the Contractor, • shall be deducted from monies due the Contractor at the completion of the job. In the event that the Contractor fails to perform such measures within 24 hours after receipt of such notice, the Engineer may suspend the work as provided above, or may proceed to have such measures • performed by others. The cost of such work performed by others will be deducted from monies due the Contractor on his contract. • 3.9 PAYMENT: Except where specified otherwise elsewhere in the specifications, there will be no direct payment for any work in connection with the requirements of this section; the work shall • Taxiway "D" and "E" 01060-3 Control of Erosion, Siltation and Pollution Sebastian Municipal Airport • M be considered incidental to demolition, clearing, grubbing, grading, excavation, embankment, or other operations. END OF SECTION 01060 r. Taxiway "D" and "E" 01060-4 Control of Erosion, Siltation and Pollution Sebastian Municipal Airport M M so we M 0" so A SECTION 01070 ABBREVIATIONS AND SYMBOLS PARTI-GENERAL A. DESCRIPTION: 1. Abbreviations that may be used in the Contract Documents including the drawings are listed in this section and have the identifications and meanings shown herein except where otherwise indicated. 2. Symbols are identified on the drawings. 3. Related requirements in other parts of the Contract Documents. a. Drawing symbols: Contract drawings b. Drawing abbreviations: Contract drawings. B. ABBREVIATIONS: AASHTO American Association of State Highway and Transportation Officials ACI American Concrete Institute AF Air Force AGCA Associated General Contractors of America Al Asphalt Institute AIA American Institute of Architects AISC American Institute of Steel Construction AISI American Iron and Steel Institute ANG Air National Guard ANSI American National Standard Institute API American Petroleum Institute AREA American Railway Engineering Association ASTM American Society for Testing and Materials AWPA American Wood Preservers Association AWG American Wire Gage AWS American Welding Society AW WA American Water Works Association COE Corps of Engineers CRSI Concrete Reinforcing Steel Institute FAA Federal Aviation Administration FHWA Federal Highway Administration FS Federal Specifications MUTCD Manual on Uniform Traffic Control Devices For Streets and Highways NEMA National Electrical Manufacturers Association NEC National Electrical Code NWS National Weather Service OSHA Occupational Safety and Health Act PCA Portland Cement Association UL Underwriters Laboratories, Inc. DHPT Department of Highways and Public Transportation DOT Department of Transportation HD Highway Department C. Drawing Abbreviations: 1. The following list is not necessarily all-inclusive; additional abbreviations may be used and defined on the drawings. 2. Some abbreviations used on the drawings may not have the same meaning as that identified in the following list; the non -conforming meanings are identified on the drawings when not self-evident. 3. Some variation in use of periods and capitalization may be found on the drawings. Taxiway "D" and "E" Sebastian Municipal Airport 01070-1 Abbreviations and Symbols ABBRV MEANING ABBRV MEANING AB Anchor Bolt ALIGN Alignment ABT About ALP Airport layout plan ABV Above ALS Approach lighting system AC Advisory Circular (FAA) ALT Alternate AC Alternating current ANT Antenna AC Asphaltic concrete AOA Air operational area ACFT Aircraft AP Airport ADDN Addition APPROX Approximate AF Air Force ARCH Architecture AGG Aggregate ARP Airport reference point AIP Airport Improvement ASPH Asphalt Program ATC Air traffic control CPP Corrugated polyethylene pipe ATCT Air traffic control tower CPS Cycles per second AVE Avenue CTB Cement treated base course AVG Average AWG American wire gage CULV Culvert CY Cubic yard AWOS Automatic weather observing B TO B Back to back systems D Depth BCN Beacon DAT Datum BOY Boundary DBL Double BET Between BF Both faces BIT Bituminous BLDG Building DBST Double bituminous surface treatment BL Base line DC Direct current BM Bench mark BOT Bottom DERANG. Deflection angle BRI, Building restriction line DEG Degree DEMO Demolish BRK Brick DI Drop inlet BS Both sides DIA Diameter BTW Between BW Both ways DIP Ductile iron pipe DIM. Dimension DIR Direction DIST Distant C Centigrade DIV Division C TO C Center to center DO Ditto CA Cable DSGN Design CB Catch basin DTD Dated DWG Drawing CBM Construction benchmark CD Check dam CEM Cement EA Each CFM Cubic feet per minute EF Each face EG For example El Expansionjoint EL Elevation CFS Cubic feet per second CHAM Chamfer ENGR Engineer CHG Change CHK Check CI Cast iron CIP Cast iron pipe CJ Construction joint CL Clear C/L Center line CLR Clearance CMP Corrugated metal pipe CO Cleanout CONC Concrete CONST Construction CONT Continue CORR Corrugate EOP Edge of pavement EQ Equal EQUIP Equipment EQUIV Equivalent EST Estimate EW Each way EXC Excavate EXIST Existing EXT Exterior ILS Instrument landing system F Fahrenheit F TO F Face to face FAB Fabricate FAR Federal Aviation Regulation FBO Fixed base operator FDN Foundation FF Finish floor FG Finish grade FH Fire hydrant FIG Figure FIN Finish FLD Field FOD Foreign object damage Taxiway "D" and "E" Sebastian Municipal Airport 01070-2 Abbreviations and Symbols M an A M M 4" A A A OR JW an W IN ABBRV MEANING ABBRV MEANING FPM Feet per minute FPS Feet per second FS Federal Specification FT Foot or feet FTG Footing FW Fresh water FWD Forward GA Gage or Gauge GAL Gallon GALV Galvanize GEN General GFE Govemment-famished equipment GOVT Government GPM Gallons per minute GPS Gallons per second GRD Ground or grade GV Gate valve GVGI Generic visual glide slope indicator HP High point HGR Hangar HGT Height HH Hand hole HIRL High intensity mnway lights HMAC Hot mix asphaltic concrete HOR Horizontal HWY Highway ID Inside diameter IDENT Identification IFR Instrument flight rule IN. Inch INCL Include INT Intersect INV Invert IP Inlet protection IP Iron pipe JB Junction Box JFR Jet fuel resistant JMF Job mix formula JT Joint K Kip (1,000 lb) KWY Keyway L Left LAT Latitude LB Pound LC Length of curve LF Linear feet LG Length or long LIN Linear LIRL Low intensity mnway lights LITL Low intensity taxiway lights LOA Length over-all LOC Localizer LONG Longitudinal LP Low point LS Lump sum LT Light LVC Length of vertical curve MAINT Maintenance MALS Medium intensity approach MATL Material lighting system MAX Maximum MH Manhole MEW Mean high water MIN Minimum PVI Point of vertical intersection MIRL Medium intensity runway lights MITI, Medium intensity taxiway lights MISC Miscellaneous MLS Microwave landing system MLW Mean low water MON Monument MSL Mean sea level MTL Metal NATL National NAVAID Navigational aid NIC Not in contract NO Number NOM Nominal NOTAM Notice to airmen NTS Not to scale OA Over-all OC On center OD Outside diameter OFZ Obstacle free zone OPS Operations ORIG Original PAN Precision approach path PAR Precision approach radar indicator PAV'T Pavement PC Point of curve PCC Portland cement concrete PFC Porous friction course PI Point of intersection PI V Post indicator valve PJF Premolded joint filler POL Petroleum fuel, oil, and/or lubricants PL Plate PREP Prepare PROJ Project PROP Proposed PSI Pounds per square inch PT Point PT Point of tangency PVC Polyvinyl chloride PVC Point of vertical curve PVT Point of vertical tangency PVMT Pavement QA Quality assurance QC Quality control R Right R Radius RAIL Runway alignment indicator lights RW Runway RC Reinforced concrete RCP Reinforced concrete pipe RD Road REF Reference REIL Runway end identifier lights Taxiway "D" and `B" Sebastian Municipal Airport 01070-3 Abbreviations and Symbols ABBRV MEANING REINF Reinforce REP Repair RET Return ROC Run of crusher RPM Revolutions per minute RR Railroad SABC Stabilized aggregate base course SAN Sanitary SBST Single bituminous surface WWF treatment SEC Second SECT Section SF Silt fence SHT Sheet SIM Similar SP Space(s) SQ Square STA Station STL Steel SUPP Supplement SYM Symbol SY Square yards T Thick T&B Top and bottom TECH Technical TEMP Temperature THRU Through TOC Top of curb TOL Tolerance TRANS Transformer TW Taxiway UD Underdrain UGT Underground telephone line VASI Visual approach slope indicator VC Vertical curve VERT Vertical VS Versus W/ With W/O Without WWF Welded wire fabric X By (used between dimensions) YD Yard D. SYMBOLS: As outlined on drawings. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) Taxiway "D" and "E" Sebastian Municipal Airport ABBRV MEANING RELOC Relocated READ Required REV Revise ROW Right of way RPZ Runway protection zone S Slope SALV Salvage SB Straw bale SCHED Schedule SEC Cor Section comer SEP Separate SF Square feet SHLD Shoulder SK Sketch SPEC Specification SS Stainless steel STD Standard STR Structural SWG Swing SYM Symmetrical SYS System T Ton TBM Temporary bench mark TEL Telephone THK Thick TL Taxilane TOG Top of grate TOP Top of pavement TSD Temporary slope drain TYP Typical UG Underground USGS United States Geodetic Survey VB Valve box VCP Vitrified clay pipe VFR Visual flight rules W Water WGT Weight WL Waterline WP Working point XSECT Cross section END OF SECTION 01070 01070-4 Abbreviations and Symbols M M PM t, go me W SECTION 01090 REGULATIONS AND DEFINITIONS PART1-GENERAL 1.1 RELATED DOCUMENTS: Drawings, General Provisions, Supplementary Conditions, Specifications, and other contract documents apply to work of this section. See Section 10 of General Provisions for additional definitions. 1.2 DESCRIPTION OF REQUIREMENTS: A. General: This section specifies procedural and administrative requirements for compliance with governing regulations, codes and standards imposed upon the work. These requirements include obtaining permits, licenses, inspections, releases and similar documentation, as well as .. payments, statements and similar requirements associated with regulations, codes and standards. B. The tern "Regulations" is defined to include laws, statutes, ordinances and lawful orders issued by governing authorities, as well as those rules, conventions and agreements within the construction industry which effectively control the performance of the work regardless of whether they are lawfully imposed by governing authority or not. in C. Governing Regulations: Refer to General Provisions, Supplementary Conditions, and General Requirements for requirements related to compliance with governing regulations. M 1.3 DEFINITIONS: A. General —Explanation: Certain terms used in contract documents are defined in this article. Definitions and explanations contained in this section are not necessarily complete, but are general for the work to the extent that they are not stated more explicitly in another element of the contract documents. r. B. General Requirements: Provisions and requirements of Division 1 sections apply to the entire work of the contract and, where so indicated, to other elements which are included in the project. C. Indicated: The term "indicated" is a cross-reference to graphic representations, notes or schedules on the drawings, to other paragraphs or schedules in the specifications, and to similar means of recording requirements in contract documents. Where terms such as "shown", "noted", "scheduled", and "specified" are in lieu of "indicated", it is for the purpose of helping the reader locate the cross-reference, and no limitation of locations is intended except as specifically noted. D. Directed, Requested, etc.: Tetras such as "directed", "requested", "authorized", "selected", "approved", "required", "accepted", and "permitted" mean "directed by the Engineer", "requested by the Engineer", and similar phrases. However, no such implied meaning will be interpreted to extend the Engineer's responsibility into the Contractor's area of construction supervision. Taxiway "D" and "E" 01090- I Regulations and Definitions Sebastian Municipal Airport E. Approved: Where used in conjunction with the Engineer's response to submittals, requests, applications, inquiries, reports and claims by the Contractor, the term "approved" will be held to limitations of the Engineer's responsibilities and duties as specified in General Provisions and Supplementary Conditions. In no case will the Engineer's approval be interpreted as a release of the Contractor from responsibilities to fulfill requirements of contract documents or acceptance of the work, unless otherwise provided by requirements of the contract documents. Project Site: The term "project site" means the space available to the Contractor for performance of the work, either exclusively or in conjunction with others performing other construction as part of the project. The extent of the project site is shown on the drawings. G. Furnish: The term "furnish" is used to mean "supply and deliver to the project site, ready for unloading, unpacking, assembly, installation, and similar operations." H. Install: The term "install" is used to describe operations at project site including the actual "unloading, unpacking, assembly, erection, placing, anchoring, applying, working to dimension, finishing, curing, protecting, cleaning and similar operations." Provide: The term "provides" means "to furnish and install, complete and ready for the intended use." J. Installer: The "installer" is the "the entity" (person or firm) engaged by the Contractor, its subcontractor or sub -subcontractor for performance of a particular element of construction at the project site, including installation, erection, application and similar required operations. It is a requirement that installers are experienced in the operations they are engaged to perform. 1.4 SUBMITTALS: For the Owner's records, submit copies of permits, licenses, certifications, inspection reports, releases, jurisdictional settlements, notices, receipts for fee payments, judgments, and similar documents, correspondence and records established in conjunction with compliance with standards and regulations bearing upon performance of the work. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) Taxiway "D" and "E" Sebastian Municipal Airport END OF SECTION 1090 01090-2 Regulations and Definitions M M ., IN PART 1 - General Information: SECTION 01095 NPDES PERMIT CONFORMANCE A. The NPDES program is established under 40CFR122.2 B. The United States Environmental Protection Agency (EPA) issued a National Pollutant Discharge Elimination System (NPDES) General Permit for Storm Water Discharges from .� Construction Activities that are classified as "Associated with Industrial Activity." This Construction General Permit covers all areas administered by EPA Region 4, which includes Florida. The Construction General Permit was published in Federal RegisterNol. 63, No. 61/Tuesday, March 31, 1998 and is available on EPA's web site or from the Owner. C. The NPDES permit program requires a Construction General Permit if the construction activity will disturb five acres or greater, or will disturb less than five acres but is part of a larger common plan of development or sale whose total land disturbing activities total five acres or greater (or is designated by the NPDES permitting authority); and will discharge storm water runoff from the construction site into a municipal separate storm water sewer system (MS4) or waters of the United States. D. For this contract, the Engineer has determined that a Construction General Permit is required. It is therefore required that the Contractor read the permit requirements in the Construction General Permit cited in paragraph C, develop and implement a Storm Water Pollution Prevention Plan (SWPPP), complete and submit a Notice of Intent (NOI), and complete and submit a Notice of Termination (NOT). E. Detailed guidance on the development of the SWPPP is contained in EPA Publication EPA 832- R-92-005 dated September 1992, titled Storm Water Management for Construction Activities — .. Developing Pollution Prevention Plans and Best Management Practices. M PART 2 - Specific Requirements: A. The Contractor shall develop, implement and comply with a plan specifically designed for this construction site and including Best Management Practices (BMPs) and controls which prevent the pollution of storm water discharges. B. The Contractor shall incorporate into the SWPPP all applicable requirements specified in state or local sediment and erosion control plans or permits or storm water management plans or permits. The Contractor shall submit a certification that the SWPPP reflects these requirements and that these requirements will be complied with during the term of the contract. C. Prior to commencement of construction, the SWPPP must be prepared and certified by the Contractor. Notice of Intent (NOI) must be forwarded to the Environmental Protection Agency (with an information copy to the Owner) at least 48 hours prior to any land clearing. D. Recordkeeping: The Contractor shall maintain the Plan and the associated records and reports, including documentation of the required inspections. These documents shall be maintained at Taxiway "D" and "E" 01095-1 NPDES Compliance Sebastian Municipal Airport the job site until the site is finally stabilized. Thereafter, the Contractor (Permittee) shall keep the S WPPP and all reports for at least three years. E. Report Submittal: The Contractor shall include with each payment request two (2) sets of information copies of all required inspection reports, certifications and notifications. Inspection reports to be submitted shall include both weekly reports and special reports required after rainfall events in excess of 0.5". The regulations specifically require an onsite rain gauge. It is recommended that the Contractor record rainfall amount daily. Payment requests will not be processed in the absence of these submittals. When the construction activity has ceased and all areas affected by the work are stabilized, the Contractor shall prepare, certify and submit the required Notice of Termination to the Environmental Protection Agency and the Owner. Final payment application will not be processed in the absence of these submissions. G. Attached are two fact sheets from the EPA pertaining to the Construction General Permit, a copy of the NOI and NOT, and EPA's "A Brief Guide to Requirements for Developing and Implementation Pollution Prevention Plans for Construction Sites." PART 3 - PRODUCTS (Not Applicable) PART 4 - EXECUTION (Not Applicable) END OF SECTION 1095 Taxiway "D" and "E" 01095-2 NPDES Compliance Sebastian Municipal Airport M OR M Loi SECTION 01150 MEASUREMENT AND PAYMENT PART] -GENERAL 1.1 DESCRIPTION: A. Method of Measurement and Payment: This section supplements Section 90 of the General Provisions and establishes the method of measurement and payment for work performed under this contract. B. Unit Price: Except where lump sum is indicated, payment for work performed shall be made on a unit price basis in accordance with the accepted bid and the method of payment provided in the General Provisions. .. C. Related Requirements in Other Parts of the Specifications: 1. Bid (Proposal) 2. Agreement. 3. Conditions of the Contract. D. Related Requirements Specified in Other Sections: 1. Summary of Work - Section 0 10 10. 2. Submittals - Section 01300. 3. Contract Closeout - Section 01700. ,., E. Work With No Identified Payment Items: No additional payment will be made for items of work for which a separate payment item is not specified or contained in the Bid Schedule; such work shall be deemed incidental to the project and payment for said work shall be considered as included in the various unit bid prices. 1.2 APPLICATIONS FOR PAYMENT: A. Submittal Schedule: Submit Applications for Payment to the Engineer in accordance with the schedule established by Conditions of the Contract and Agreement between Owner and Contractor. B. Format and Data Required: 1. Submit Applications for Partial Payment on the form required by Owner with itemized data typed on 8 1/2 x 11 inch white paper continuation sheets. 2. Provide itemized data on continuation sheet: Format, schedules, line items and values: Those of the Schedule of Values accepted by the Engineer. C. Preparation of Application for Each Progress Payment: 1. Application Form: a. Fill in required information, including that for Change Orders executed prior to the date of submittal of application. b. Fill in summary of dollar values to agree with the respective totals indicated on the continuation sheets. Taxiway "D" and "E" 01150-1 Measurement and Payment Sebastian Municipal Airport 1.3 C. Execute certification with the signature of a responsible officer of the contract firm. 2. Continuation Sheets: a. Fill in total list of all scheduled component items of work, with item number and the scheduled dollar value for each item. b. Fill in the dollar value in each column for each scheduled line item when work has been performed or products stored. Round off values to the nearest dollar, or as provided in the bid. 3. List each Change Order executed prior to the date of submission, at the end of the continuation sheets. a. List by Change Order and description, as for an original component item of work. I) Submit Applications for Payment to Owner at the times stipulated in the Agreement. b. Number: Four copies of each Application. D. Substantiating Data: 1. When the Owner or Engineer require substantiating data, Contractor shall submit suitable information with cover letter identifying: a. Project. b. Application number and date. C. Detailed list of enclosures. d. For stored products: Item number and identification as shown on application. e. Description of specific material. 2. Submit one copy of data and cover letter for each copy of application. E. Preparation of Application for Final Payment: 1. Fill in application form as specified for progress payments. 2. Use continuation sheet for presenting the final statement of accounting as specified in Section 01700 - Contract Closeout. CHANGE ORDER PROCEDURES: A. Format and Data Required: 1. Change Orders shall be prepared and submitted and will be processed in accordance with requirements of General Provisions and Funding Agency Requirements. 2. Engineer will transmit Certificate for Change to Owner and Agency for approval. 3. When Owner and Agency approval is received, Change Order will be included under next partial Application for Payment. 1.4 MEASURES AND WEIGHTS: A. Contractor Assistance: To aid the Owner in determining all quantities, the Contractor shall, whenever so requested, provide scales, equipment and assistance for weighing or for measuring any of the materials at no cost to the Owner. B. Weights and Measures: Quantities for payment will be the actual weight or actual measure, and no special or trade or so -termed customary allowances will be made, nor will any material, which is lost or misplaced, be included for payment. Taxiway "D" and "E" Sebastian Municipal Airport 01150-2 Measurement and Payment C. Use of Plan Meter: For estimating quantities in which computation of areas by geometric in methods would be comparatively laborious, it is agreed that the plan meter shall be considered an instrument of precision to the measurement of such areas. so D. Precedence of Dimensions: Figured dimensions on drawings shall take precedence over measurement by scale, and detailed working drawings are to take precedence over general drawings and shall be considered as explanatory of them and not as indicating extra work. oft PART 2 - PRODUCTS (Not Applicable) am PART 3 - EXECUTION (Not Applicable) OR END OF SECTION 01150 on M W .. M F= M Taxiway "D" and "E" 01150-3 Measurement and Payment Sebastian Municipal Airport 00 on SECTION 01300 SUBTMTTALS PART 1 - GENERAL 1.1 SUBMITTALS BY CONTRACTOR: A. Construction Progress Schedule. B. Certifications as specified in the various sections. C. Shop Drawings and Project Data as specified in the various sections. D. Miscellaneous: 1. Weekly Payroll. 2. EEO Reports. 3. DBE Expenditure Report. 4. Safety Plan. 5. Security Plan. 6. Warranties and Bonds. �+ 7. QC Plan. 8. Other(s) as required. 1.2 PROGRESS SCHEDULE: A. Bar -Chart Schedule: Submit a CPM or linear type bar -chart schedule 7 calendar days prior to the preconstruction conference date established for the work. On the schedule, indicate a time bar for each major category or unit of work to be performed at the site, properly sequenced and coordinated with other elements of work. Show completion of the work sufficiently in advance of the date established for substantial completion of work. I. Superimpose an S-curve on the schedule to show the "estimated" total dollar -volume of work performed at any date during the contract time, with a column of cost figures in the left hand margin ranging from zero to the contract sum. 2. Submittal Tabulation: With the bar -chart submittal, submit tabulation, by date, of the submittals, which are required during the first 30 days of construction time. At the Contractor's option, submittal dates may be shown on the bar -chart schedule, in lieu of being tabulated. B. Phasing: Arrange schedule with notations to show how sequence of work is affected by requirements for phased completion, limitations of continued utilization, non -interrupt able services, use prior to substantial completion, site restrictions, runway and/or taxiway closures, provisions for future work, seasonal variations, environmental control, and similar provisions of total project. Phase I schedule is required at the preconstruction meeting. Each subsequent .. phasing schedule is required at least two weeks before the phase is to begin. Refer to other sections of the General Requirements and other contract documents for requirements. .� C. Distribution: Following the initial submittal to and response by the Engineer, print and distribute progress schedules to the Engineer (3 copies), Owner, separate contractors, principal subcontractors and suppliers or fabricators, and others with a need -to -know schedule - compliance requirement. Post copies in the project meeting room and temporary field office. Taxiway "D" and "E" 01300- 1 Submittals Sebastian Municipal Airport When revisions are made, distribute updated issues to the same entities and post updated issues in the same locations. Delete entities from distribution when they have completed their .. assigned work and are no longer involved in the performance of scheduled work. D. Update: Contractor shall update the schedule monthly for duration of construction. 1.3 SHOP DRAWINGS AND PRODUCT DATA: A. Scope: Submit shop drawings, certifications, and product data for all products to be incorporated in the work. B. Shop Drawings Shall: .. 1. Be original drawings, prepared by the Contractor, subcontractor, supplier, or distributor, which illustrate some portion of the work; showing fabrication, layout, setting, or erection details. _ 2. Be prepared by a qualified detailer. 3. Identify details by reference to sheet and detail numbers shown on Contract Drawings. C. Product Data Shall: 1. Include manufacturer's standard schematic drawings. The Contractor shall: a. Modify drawings to delete information, which is not applicable to project. b. Supplement standard information to provide additional information applicable to project. 2. Include manufacturer's catalog sheets, brochures, diagrams, schedules, performance charts, illustrations and other standard descriptive data. The Contractor shall: a. Clearly mark each copy to identify pertinent materials or products. b. Show dimensions and clearances required. C. Show performance characteristics and capacities. D. The Contractor Shall: 1. Be responsible for all submittals. 2. Review shop drawings and product data prior to submission 3. Verify: a. Field measurements. b. Field construction criteria. C. Catalog numbers and similar data. 4. Coordinate each submittal with the requirements of the work and of the Contract Documents. 5. Notify the Engineer, in writing at time of submission, of deviations in submittals from .. requirements of the Contract Documents. 6. Begin no work, which requires submittals until the return of submittals with the Engineer's stamp and initials or signature indicating review. 7. After the Engineer's review, distribute copies. E. Contractor's Responsibilities: 1. Contractor's responsibility for errors and omissions in submittals is not relieved by the Engineer's review of submittals. 2. Contractor's responsibility for deviations in submittals from requirements of the Contract Documents is not relieved by the Engineer's review of submittal, unless the Engineer .. gives written acceptance of specific deviations. Taxiway "D" and "E" 01300-2 Submittals Sebastian Municipal Airport M an G. Resubmission Requirements Include: 1. Revision of initial drawings as required and resubmittal as specified for initial submittal. 2. An indication on the drawings of any changes, which have been made, other than those requested by the Engineer. 3. On product data resubmittals, include new data as required for initial submittal. H. Distribution to Others: After review and approval, the Contractor shall distribute copies of shop drawings and product data which carry the Engineer's stamp to others as may be required. 1. Shop Drawings and Product Data: ON 1. Submit notarized certifications cosigned by manufacturer/supplier and Contractor for: a. Storm drainage pipe, castings and structure materials. b. Fencing components. C. Pavement sub base, base, and surfacing and related materials. d. Grass seed. e. Structural concrete materials. f. Reinforcing steel. Taxiway "D" and "E" 01300-3 Submittals Sebastian Municipal Airport F. Submission Requirements Include: r. 1. The shop drawings shall be submitted in sufficient time to allow discussion and correction prior to beginning the work. Work shall not be performed nor materials ordered prior to the review of the drawings except at the Contractor's risk. 2. Submit 6 copies of all shop drawings after which 4 copies will be returned for correction or marked reviewed as noted. Any drawings returned for correction must be resubmitted with same number of copies as required above. As an alternative, submittals/shop drawings may be submitted electronically in pdf format. 00 3. All submittals must be accompanied by a transmittal letter, in duplicate, containing: a. Date. b. Project title and number. in C. Contractor's name and address. d. The number of each shop drawing and product data submitted. e. Notification of deviations from Contract Documents. f. Other pertinent data. so 4. Submittals shall include the following, as applicable: a. Date and revision dates. b. Project title and number. • C. The names o£ 1) Engineer. 2) Contractor. ON 3) Subcontractor. 4) Supplier. 5) Manufacturer. 6) Separate detailer when pertinent. d. Identification of product or material. e. Relation to adjacent structure or materials. f. Field dimensions, clearly identified as such. g. Specification item or section number. It. Applicable standards, such as ASTM number or Federal Specification. L A blank space, 5 in. x 5 in., for the Engineer's stamp. j. Identification of deviations from the Contract Documents. k. Contractor's stamp, initialed or signed, certifying Contractor's review of submittal, verification of field measurements, and compliance with Contract Documents. G. Resubmission Requirements Include: 1. Revision of initial drawings as required and resubmittal as specified for initial submittal. 2. An indication on the drawings of any changes, which have been made, other than those requested by the Engineer. 3. On product data resubmittals, include new data as required for initial submittal. H. Distribution to Others: After review and approval, the Contractor shall distribute copies of shop drawings and product data which carry the Engineer's stamp to others as may be required. 1. Shop Drawings and Product Data: ON 1. Submit notarized certifications cosigned by manufacturer/supplier and Contractor for: a. Storm drainage pipe, castings and structure materials. b. Fencing components. C. Pavement sub base, base, and surfacing and related materials. d. Grass seed. e. Structural concrete materials. f. Reinforcing steel. Taxiway "D" and "E" 01300-3 Submittals Sebastian Municipal Airport g. Pavement marking paint. h. Electrical wire and fixtures. _ i. Lighting components. j. All other products as required by the drawings, specifications, and Engineer. 2. Submit shop drawings, product data and steel placement plans for: a. All cast -in-place or precast structures. b. Catch basin and manhole grate cover and frame castings. C. Airport lighting equipment and materials. d. Concrete and asphalt mix designs. .+ e. All other products as required by the drawings, specifications, and Engineer. 1.4 MISCELLANEOUS: A. Weekly Payrolls: 1. In accordance with Section 120 of the General Provisions submit certified weekly payrolls for prime contractor and all subcontractors working at project site. 2. Submit payrolls no later than 7 calendar days after pay period. Payrolls will be considered current if received within 10 calendar days after last workday of payroll workweek. A workweek is the seven day period between midnight Sunday and midnight the following Sunday. 3. The Contractor is responsible for submission of payrolls by his subcontractors. 4. Submit a typed summary sheet with each payroll submission listing by week when .. contractor and each subcontractor worked at site. 5. A payroll submission is only required for weeks when Contractor or subcontractor is actually working at the site. ., B. EEO Reports: 1. Contractor shall submit Monthly Employment Utilization Report and Annual EEO -1 Report.to the appropriate Federal Labor Area Office in accordance with Section 120 of the General Provisions. Submit copy of submittal to Owner for his records. 2. Prime Contractor shall insure that all his first tier subcontractors submit these reports and shall submit a sworn statement to Owner monthly certifying that all subcontractor reports .. have been submitted as required. C. DBE Expenditure Reports: With each application for payment, the Contractor shall submit his DBE expenditure report indicating the name, date and amount disbursed to his DBE .. subcontractors for the period as well as for the project to date expenditure. D. Security Plan: At preconstruction conference, submit for approval proposed security plan .. describing specifically how security will be maintained at each access point and work area by Contractor's forces. E. Warranties and Bonds: Submit as specified in Section 01740. PART 2 - PRODUCTS (Not Applicable) .. PART 3 - EXECUTION (Not Applicable) M END OF SECTION 01300 Taxiway "D" and "E" 01300-4 Submittals Sebastian Municipal Airport ON W M am SECTION 01400 QUALITY CONTROL SERVICES PART1-GENERAL 1.1 RELATED DOCUMENTS: Drawings, General Provisions, Supplementary Conditions, Specifications, and other Contract Documents apply to work of this section. 1.2 DESCRIPTION OF REQUIREMENTS: A. General: Required inspection and testing services are intended to assist in the determination of probable compliance of the work with requirements specified or indicated. These required services do not relieve the Contractor of responsibility for compliance with these requirements or for compliance with requirements of the Contract Documents. B. Specified Inspection and Tests_ Inspection, tests and related actions specified in this section and elsewhere in the Contract Documents are not intended to limit the Contractor's own quality • control procedures which facilitate overall compliance with requirements of the Contract Documents. C. Contractor Quality Control: Requirements for the Contractor to provide quality control services as required by the Engineer, the Owner, and the provisions of this section do not limit governing authorities or other authorized entities. D. Contractor's Quality Control Personnel and Laboratory_ Contractor shall conform to the requirements of General Provisions Section 100 and all technical specifications as listed in this manual. 1.3 RESPONSIBILITIES: ., A. Contractor Responsibilities: Contractor is responsible for his own quality control testing and inspection to insure the quality of his means and methods of construction will produce the specified quality of work, and for any tests and inspections required by regulatory agencies. so Costs for these services shall be included in the contract sum. The Contractor may employ and pay an independent agency, testing laboratory or other qualified firm to perform quality control services specified, or qualified contractor personnel may perform these services. B. The Contractor shall submit for Engineer's approval a Quality Control (QC) Plan delineating his methods for each item requiring inspections, tests, and similar services. C. Quality Assurance: The Owner will engage and pay for the services of an independent agency to perform inspections and tests of materials for Quality Assurance. The Owner's quality assurance testing shall in no way relieve the Contractor of the responsibility for providing the quality materials, workmanship and testing required to comply with these specifications. D. Retest Responsibility: Where results of required inspections, tests, or similar services prove unsatisfactory and do not indicate compliance with the requirements of the Contract Taxiway "D" and "E" 01400- 1 Quality Control Services Sebastian Municipal Airport Documents, then retests are the responsibility of the Contractor, and shall be deducted from monies due the Contractor on his monthly pay request, regardless of whether the original test was the Contractor's responsibility. Retesting of work revised or replaced by the Contractor is the Contractor's responsibility, where required tests were performed on original work. E. Responsibility for Associated Services: The Contractor is required to cooperate with the independent agencies performing required inspections, tests, and similar services. Provide such auxiliary services as are reasonably requested. Notify the testing agency sufficiently in advance of operations to permit assignment of personnel. These auxiliary services include but are not necessarily limited to the following: 1. Providing access to the work. 2. Taking samples or providing assistance with taking samples. 3. Delivery of samples to test laboratories. 4. Security and protection of samples and test equipment at the project site. 5. Surveying services required establishing horizontal and vertical location of tests by Engineer's quality assurance testing laboratory. 1.4 SCHEDULE OF SERVICES: Each specification section identifies principal inspections, tests and similar services required by the Contractor Documents. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION 3.1 REPAIR AND PROTECTION: Upon completion of inspection, testing, sample -taking, and similar services performed on the work, repair damaged work and test sites to eliminate deficiencies. Protect work exposed by or for quality control service activities, and protect repaired work. Repair and protection is the Contractor's responsibility, regardless of the assignment of responsibility for inspection, testing or similar services. 3.2 MEASUREMENT AND PAYMENT: No measurement or payment will be made for work in this section; it will be considered as incidental cost to Mobilization and other items of work. Taxiway "D" and "E" Sebastian Municipal Airport END OF SECTION 01400 01400-2 Quality Control Services M M r- M M OR OR 0 SECTION 01510 TEMPORARY FACILITIES PARTI- GENERAL 1.1 DESCRIPTION: A. Contractor shall furnish, install and maintain temporary utilities required for construction and other temporary facilities as indicated; remove on completion of work. B. No construction shall be started until the Engineer's field office is erected, furnished as herein specified, and made available to the Engineer. The office shall be erected at a location designated by the Engineer and shall be separate from any building used by the Contractor. C. Related requirements are specified in other sections of the specifications. 1.2 REQUIREMENTS OF REGULATORY AGENCIES: A. Comply with National Electric Code. B. Comply with Federal, State, and Local codes and regulations and with utility company requirements. PART2-PRODUCTS 2.1 MATERIALS, GENERAL: Materials, furniture, and equipment may be new or used, but must be adequate in capacity for the required usage, must not create unsafe conditions, and must not violate requirements of applicable codes and standards. The Engineer will determine acceptability of all items. PART 3 -EXECUTION 3.1 TEMPORARY ELECTRICITY AND LIGHTING: Provide temporary electrical service required for power and lighting, and pay all costs for service and for power used. 3.2 TEMPORARY WATER: A. Provide water for construction purposes; pay all costs for installation, maintenance and removal, and service charges for water used. B. The site is served by an onsite well or municipal water system The Contractor shall make arrangements for securing and providing necessary water as required for the performance of the work. Taxiway "D" and "E" Sebastian Municipal Airport 01510-1 Temporary Facilities 3.3 3.4 TEMPORARY SANITARY FACILITIES: A. Provide sanitary facilities in compliance with laws and regulations. B. Service, clean and maintain facilities and enclosures. TEMPORARY SUPPORT FACILITIES: A. General: Provide reasonably neat and uniform in appearance temporary support facilities acceptable to the Engineer and the Owner. B. Sitting: Locate field offices, storage and fabrication sheds and other support facilities for easy access to the work. Position office so that windows give the best possible view of construction activities. C. Testing Laboratory: Furnish a building or trailer at the asphalt concrete plant(s) for performing asphalt concrete quality assurance testing. The building or trailer shall be equipped with all necessary equipment and supplies to sample and conduct all required plant testing. The laboratory shall meet FDOT and OSHA regulations. D. Airfield Communications: 1. Contractor shall furnish his construction personnel with sufficient truck and hand-held radios to allow all construction locations to be in radio contact with the Airport ATC. The Contractor shall furnish 1 hand-held radio(s) for use by the Engineer. All radios shall be capable of two-way communications with ATC and shall be Communication Specialists, TR -720 Handheld AM Transceivers or approved equal. When working within active runway or taxiway safety areas, project superintendents shall be in constant radio contact with ATC and shall be responsible for controlling the movement of project equipment, vehicles and personnel. 2. Provide the following accessories: 114 VAC wall charger, plug-in earphone, car cigarette lighter DC charger, one spare battery, case with belt loop, antenna, and operating manual. Radio shall cover Aviation NAV band 108-118 mH, and COM band 118-136 mH. 3. All radios will remain the property of the Contractor. 4. The Contractor will not be directly compensated for providing two-way radios as this work is considered incidental to the work covered by the various contract items. E. Staging Area: Contractor shall prepare his staging area and access road by grading, drainage, and placing a four (4) inch thick stone base of coarse aggregate (#57 stone) over the entire staging area and access road(s). The Contractor shall apply a periodic top dressing to the stone base in order to minimize any fugitive dust or mud during the construction period. Upon completion of the project, the stone base shall be completely removed, the site graded to drain, and then grassed in accordance with Item T-901. F. Access and Haul Roads: 1. Locations of access and haul roads will be approved by the Engineer and are shown on the drawings These roads will be located to minimize conflict with Airport operations and shall be maintained, well defined, and confined to the minimum area required. Damaged roads shall be promptly repaired by the Contractor to the satisfaction of the Engineer at no cost to the Owner. Taxiway "D" and "E" 01510-2 Temporary Facilities Sebastian Municipal Airport M M 3.7 2. The Contractor shall utilize existing construct the access and haul roads and shall maintain the roads as required to create no dust. All project traffic must be routed through these areas. The Contractor shall provide all markings required to clearly define the access and haul roads. 3. The Contractor will be responsible for obtaining any necessary driveway pennit(s) from local or state agencies for access and haul roads. 4. If access or haul roads cross a utility, the Contractor shall protect the utility as directed by the Owner of the utility. 5. There shall be no direct payment for the construction, maintenance, and removal of access and haul roads. G. Facilities for Night Work: 1. To perform construction activities at night, Contractor shall furnish, install and maintain temporary construction lights to illuminate night work areas during hours of darkness. The equipment used for lighting shall provide a sufficient amount of light to illuminate the work areas satisfactorily for construction and inspection. The Contractor may be required to provide additional lighting units, as directed by the Engineer. Upon completion of each nighttime operation, the lighting equipment shall be removed from the construction area and stored in the Contractor's storage area. 2. The Contractor will be required to coordinate lighting positions with ATC prior to any night work. This coordination will be accomplished and requested through the Engineer. 3. No direct payment shall be made for this item. EXECUTION, GENERAL: Maintain and operate systems to assure continuous service. REMOVAL: A. Completely remove temporary materials and equipment when their use is no longer required. B. Clean and repair damage caused by temporary installations or use of temporary facilities. Restore grassed and paved areas to their pre -construction condition. MEASUREMENT AND PAYMENT: There shall be no separate measurement and payment for Temporary Facilities. All provision and removal costs shall be included in Item 01000, Mobilization. Taxiway "D" and "E" Sebastian Municipal Airport END OF SECTION 01510 01510-3 Temporary Facilities 3.5 _ 3.6 M M 3.7 2. The Contractor shall utilize existing construct the access and haul roads and shall maintain the roads as required to create no dust. All project traffic must be routed through these areas. The Contractor shall provide all markings required to clearly define the access and haul roads. 3. The Contractor will be responsible for obtaining any necessary driveway pennit(s) from local or state agencies for access and haul roads. 4. If access or haul roads cross a utility, the Contractor shall protect the utility as directed by the Owner of the utility. 5. There shall be no direct payment for the construction, maintenance, and removal of access and haul roads. G. Facilities for Night Work: 1. To perform construction activities at night, Contractor shall furnish, install and maintain temporary construction lights to illuminate night work areas during hours of darkness. The equipment used for lighting shall provide a sufficient amount of light to illuminate the work areas satisfactorily for construction and inspection. The Contractor may be required to provide additional lighting units, as directed by the Engineer. Upon completion of each nighttime operation, the lighting equipment shall be removed from the construction area and stored in the Contractor's storage area. 2. The Contractor will be required to coordinate lighting positions with ATC prior to any night work. This coordination will be accomplished and requested through the Engineer. 3. No direct payment shall be made for this item. EXECUTION, GENERAL: Maintain and operate systems to assure continuous service. REMOVAL: A. Completely remove temporary materials and equipment when their use is no longer required. B. Clean and repair damage caused by temporary installations or use of temporary facilities. Restore grassed and paved areas to their pre -construction condition. MEASUREMENT AND PAYMENT: There shall be no separate measurement and payment for Temporary Facilities. All provision and removal costs shall be included in Item 01000, Mobilization. Taxiway "D" and "E" Sebastian Municipal Airport END OF SECTION 01510 01510-3 Temporary Facilities SECTION 01530 AIRFIELD TEMPORARY MARKINGS AND BARRICADES PARTI- GENERAL 1.1 DESCRIPTION: A. Provide temporary barricades and runway closure markers as required for safety of aircraft and contractor's work forces, and to maintain use of the various portions of the air operations area during construction. B. Comply with referenced FAA Advisory Circulars and the safety and staging plan. ry C. Related work specified elsewhere: 1. Construction safety: General Provisions and General Requirements. r.+ 2. Staging and safety plan: Contract Drawings and General Requirements. on PART 2 -PRODUCTS 2.1 BARRICADES: A. Type II Low Profile Barricades: 6 foot split 8" perforated white PVC pipe, with alternating diagonal 4" wide reflective white and orange stripes and one battery powered flashing or steady burning red light as shown in the drawings. An alternate type II barricade that meets the requirements in FAA A/C 150/5370-2F may be used when approved by the Engineer. B. Type 2 Barricade: 5 foot high by 4 foot wide, three reflector zed rails, with alternating orange and white stripes, with two 20 inch x 20 inch orange flags, and two battery powered flashing yellow lights may be used outside the runway obstacle free zone (ROFZ) and taxiway object free area (TOFA). 2.2 CLOSED RUNWAY MARKERS: Yellow color, of size shown on the drawings; constructed of exterior grade plywood and lumber, lumber and nylon mesh, or other material approved by Engineer, paint using temporary or permanent paint as noted. 2.3 PAVEMENT PAINT MARKINGS: As specified in Item P-620. 2.4 LIGHTED "X" UNITS: lighted "x" units shall meet the requirements of FAA advisory circular 150/5345-55 and be Sherwin Industries (800-525-9976) portable lighted runway closure marker (RCM) or approved equal. PART 3 - EXECUTION �o Taxiways "D" and E" 01530-1 Airfield Temporary Markings and Barricades Sebastian Municipal Airport ^ 3.1 GENERAL A. Install at locations shown on the drawings and where directed by Engineer. Generally, place barricades a maximum of 25 feet on centers and not less than two per taxiway and three per runway. Anchor barricades and markers with sandbags or other methods approved by Engineer. _ B. Maintain barricades, markers, lighted "x" units, and covers until removal is directed by Engineer. The barricade flasher batteries shall be checked daily to insure that flashers are operational. Replace batteries as required. C. Remove barricades and markers as directed by Engineer. Repair any damage to pavement or surrounding area caused by markers or barricades. 3.2 MEASUREMENT AND PAYMENT: Work in this section will not be measured. All work and materials covered by this section will be paid for in the lump sum price for Mobilization, Section GP -105. END OF SECTION 01530 ^ ^ Taxiways "D" and E" 01530-2 Airfield Temporary Markings and Barricades Sebastian Municipal Airport `o` SECTION 01600 OR MATERIALS AND EQUIPMENT PARTI-GENERAL �. 1.1 REQUIREMENTS: A. Material, Equipment, and Products Incorporated Into the Work shall conform to applicable ow specifications and standards; shall comply with size, make, type and quality specified, or as specifically approved in writing by the Engineer; and shall not be used for any purpose other than that for which it is designed or is specified. B. Manufactured and Fabricated Products shall be designed, fabricated and assembled in accordance with the best engineering and shop practices. Like parts of duplicate units shall be manufactured to standard sizes and gages, to be interchangeable. Products shall be suitable for �. service conditions. Equipment capacities, sizes and dimensions shown or specified shall be adhered to unless Engineer specifically approves variations in writing. C. Related Requirements in Other Parts of the Project Manual: Conditions of the Contract. D. Standardization: Unless otherwise approved by the Engineer, items and equipment of a similar type and function shall be furnished by one manufacturer to standardize on replacement parts, service calls, operation and maintenance matters, and to avoid a division of responsibility among several manufacturers. ., E. A single supplier shall be used on principal items of equipment and systems where one or more components are not manufactured by the principal supplier; this is required to place performance and service responsibilities for the entire unit or system with only one supplier or manufacturer. OR on Am M 1.2 PRODUCTS SUBSTITUTIONS AND OPTIONS: A. Products List: Contractor shall submit a complete list of products to be incorporated into the work (with the name of the installing contractor) at the Preconstruction Conference required by these specifications. B. Contractor's Options: 1. For products specified only by reference standard, select any product meeting that standard. 2. For products specified by naming several products or manufacturers, select any one of the products or manufacturers named, which complies with the specifications. 3. Airport lighting equipment covered by FAA specifications require certification under the Airport Lighting Equipment Certification Program described in Advisory Circular 150/5345-53, latest edition. Select equipment from the Certified Airport Lighting Equipment list appended to the Advisory Circular. An updated list is published biannually. Taxiway "D" and "E" 01600-1 Materials and Equipment Sebastian Municipal Airport C. Product Substitutions: Contractor shall submit, at the Preconstruction Conference, all requests for product substitutions. No requests for substitutions will be accepted from manufacturers or suppliers. Submit a separate written request for each product, supported with complete data, with drawings and samples as appropriate, including: 1. Comparison of the qualities of the proposed substitution with that specified. 2. Changes required in other elements of the work because of the substitution. 3. Effect on the construction schedule. 4. Cost data comparing the proposed substitution with the product specified. 5. Any required license fees or royalties. 6. Availability of maintenance service, and source of replacement materials. Engineer shall be the judge of the equality and acceptability of the proposed substitution. If Engineer determines the proposed substitute product is not "equal" to the specified product, the Contractor must provide the specified product, subject to Engineer's shop drawing review and approval. No further requests for substitutions will be considered after Preconstruction Conference. D. Contractor's Representation: A request for a substitution constitutes a representation that Contractor: 1. Has investigated the proposed product and determined that it is equal to or superior in all respects to that specified. 2. Will provide the same warranties or bonds for the substitution as for the product specified. 3. Will coordinate the installation of an accepted substitution into the work, and make such other changes as may be required to make the work complete in all respects. 4. Waives all claims for additional costs, under his responsibility, which may subsequently E. Engineer's Review: Engineer will review requests for substitutions with reasonable promptness and notify Contractor, in writing, of the decision to accept or reject the requested substitution. 1.3 MANUFACTURER'S INSTRUCTIONS: A. Printed Instructions: When Contract Documents require that installation of work shall comply with manufacturer's printed instructions, Contractor shall obtain and distribute copies of such instructions to parties involved in the installation, including copies to Engineer. Maintain one set of complete instructions at the job site during installation and until completion and acceptance. B. Strict Compliance: Handle, install, connect, clean, condition, and adjust products in strict accord with such instructions and in conformity with specified requirements. Should job conditions or specified requirements conflict with manufacturer's instruction, consult with Engineer for further instructions. Do not proceed with work without clear instructions. C. Complete Compliance: Perform work in accord with manufacturer's instructions. Do no omit any preparatory step or installation procedure unless specifically modified or exempted by Contract Documents. Taxiway "D" and "E" Sebastian Municipal Airport 01600-2 Materials and Equipment 0, OR Am W go OR r • .r ift Mt M 1.4 TRANSPORTATION AND HANDLING: A. Deliveries: Contractor shall arrange deliveries of products in accord with construction schedules; coordinate to avoid conflict with work and conditions at the site. Deliver products in undamaged condition, in manufacturer's original containers or packaging, with identifying labels intact and legible. Immediately on delivery, inspect shipments to assure compliance with requirements of contract documents and approved submittals, and that products are properly protected and undamaged. B. Handling: Provide equipment and personnel to handle products by methods to prevent soiling or damage of products or packaging. 1.5 STORAGE AND PROTECTION: A. Storage: Store products in accord with manufacturer's instructions, with seals and labels intact and legible. Store products subject to damage by the elements in weather tight enclosures. Maintain temperature and humidity within the ranges required by manufacturer's instructions. B. Exterior Storage: Store fabricated products above the ground, on blocking or skids; prevent soiling or staining. Cover products, which are subject to deterioration with impervious sheet coverings; provide adequate ventilation to avoid condensation. Store loose granular materials in a well -drained area on solid surfaces to prevent mixing with foreign matter. C. Storage Inspection: Arrange storage in a manner to provide easy access for inspection. Make periodic inspections of stored products to assure that products are maintained under specified conditions, and free from damage or deterioration. D. Protection After Installations: Provide substantial coverings as necessary to protect installed products from damage from traffic and subsequent construction operations. Remove when no longer needed. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) Taxiway "D" and "E" Sebastian Municipal Airport END OF SECTION 01600 01600-3 Materials and Equipment M SECTION 01700 r CONTRACT CLOSEOUT ^ PART1-GENERAL �+ 1.1 REQUIREMENTS: A. Comply with requirements stated in conditions of the contract and in specifications for administrative procedures in closing out the work. B. Related requirements in other parts of the Project Manual including fiscal provisions, legal submittals and additional administrative requirements: Conditions of the contract. r C. Related requirements specified in other sections: I. Closeout submittals required of trades: The respective sections of specifications. on 2. Project Record Documents: Section 01720. 3. Warranties and Bonds: Section 01740. ^ 1.2 SUBSTANTIAL COMPLETION: The conditions and procedures for inspection and Contractor's, Engineer's and Owner's responsibilities pertaining to substantial completion are as specified in the General Provisions and in the Supplementary Conditions. ^ PART 2 - PRODUCTS (Not Used) PART 3 -EXECUTION ^ 3.1 FINAL INSPECTION: Shall be in accordance with conditions and procedures outlined in the Contract Documents. When Engineer finds that the work is acceptable under the Contract r Documents, he will request required Contractor's Closeout Submittals. 3.2 REINSPECTION FEES: Should Engineer perform reinspections due to failure of the work to ^ comply with the claims of status of completion made by the Contractor, the Owner will compensate Engineer for such additional services. The Owner will deduct the amount of such compensation from the final payment due the Contractor. 3.3 CONTRACTOR'S CLOSEOUT SUBMITTALS TO ENGINEER: A. Evidence of compliance with requirements of governing authorities: Certificates of Inspection. B. Project Record Documents: Conform to requirements of Section 01720. r C. Warranties and Bonds: Conform to requirements of Section 01740. Taxiway "D" and "E" Sebastian Municipal Airport r 01700- l Contract Closeout on D. Evidence of payment and release of liens: To requirements of General Provisions and Supplementary Conditions. E. Certificates of Insurance for products and completed operations. F. Once the Engineer has determined the work is acceptable under the Contract Documents, he .� will furnish the Contractor appropriate number of copies of the following forms, copies of which are attached: 1. Contractor Warranty Form .. 2. Affidavit of Payment 3. Affidavit of Release of Liens 4. Final Waiver of Lien 5. Consent of Surety for Final Payment 6. Final DBE Participation Report r 3.4 PAYMENT: No separate payment will be made under this section for work described or specified herein. END OF SECTION 01700 Taxiway "D" and "F' Sebastian Municipal Airport 01700-2 Contract Closeout 40 AFFIDAVIT OF PAYMENT .n To All Whom It May Concern: WHEREAS, the undersigned has been employed by CONTRACTOR to furnish labor and materials for PROJECT work, under a contract for the improvement of property described as PROJECT in the CITY County of COUNTY, State of Florida of which OWNER is the Owner, M 40 M 4M ON r� OR on 00 W 00 NOW, THEREFORE, this day of 200_, The undersigned, as the Contractor for the above-named Contract pursuant to the Conditions of the Contract hereby certifies that to the best of his knowledge, information and belief, except as listed below, the Releases or Waivers of Lien attached hereto include the Contractor, all Subcontractors, all suppliers of materials and equipment, and all performers of Work, labor or services, who have or may have liens against any property of the Owner arising in any manner out of the performance of the Contract referenced above. EXCEPTIONS: (If none, write "None". If required by the Owner, the Contractor shall furnish bond satisfactory to the Owner for each exception.) ATTACHMENTS: I. Consent of Surety to Final Payment. (Whenever Surety is involved, Consent of Surety is required.) 2. Contractor's Release or Waiver of Liens, conditional upon receipt of final payment. 3. Separate Releases or Waivers of Liens from Subcontractors and material and equipment suppliers. 4. Contractor's Affidavit of Release of Liens. CONTRACTOR (Name of sole ownership, corporation or partnership) (Signature of Authorized Representative) TITLE Taxiway "D" and "E" Sebastian Municipal Airport (Affix corporate seal here) 01700-3 Contract Closeout J To All Whom It May Concern: AFFIDAVIT OF RELEASE OF LIEN WHEREAS, the undersigned has been employed by CONTRACTOR to furnish labor and materials for PROJECT work, under a contract for the improvement of property described as PROJECT in the CITY County of COUNTY, State of Florida of which OWNER is the Owner, r NOW, THEREFORE, this day of 200 r The undersigned, as the Contractor for the above-named Contract pursuant to the Conditions of the Contract hereby certifies that to the best of his knowledge, information and belief, except as listed below, the Releases or Waivers of Lien attached OR hereto include the Contractor, all Subcontractors, all suppliers of materials and equipment, and all performers of Work, labor or services, who have or may have liens against any property of the Owner arising in any manner out of the performance of the Contract referenced above. M .w r r EXCEPTIONS: (If none, write 'None". If required by the Owner, the Contractor shall famish bond satisfactory to the Owner for each exception.) IOZ1K1 1. Contractor's Release or Waiver of Liens, conditional upon receipt of final payment. 2. Separate Releases or Waivers of Liens from Subcontractors and material and equipment suppliers. SUBCONTRACTOR (Name of sole ownership, corporation or partnership) (Signature of Authorized Representative) r r TITLE r Taxiway "D" and "E" Sebastian Municipal Airport r (Affix corporate seal here) 01700-4 Contract Closeout r� To All Whom It May Concern: FINAL WAIVER OF LIEN WHEREAS, the undersigned has been employed by CONTRACTOR to furnish labor and materials for PROJECT work, under a contract for the improvement of property described as PROJECT in the CITY County of COUNTY. State of Florida of which OWNER is the Owner, r NOW, THEREFORE, this day of 200_ .n for and in consideration of the sum of Dollars paid simultaneously herewith, the receipt whereof is hereby acknowledged by the undersigned, the undersigned does hereby waive and r release any lien rights to, or claim of lien with respect to and on said above-described premises, and the improve- ments thereon, and on the monies or other considerations due to become due from the owner, on account of labor, services, material, fixtures, apparatus of machinery heretofore or which may hereafter be furnished by the under- signed to or for the above-described premises by virtue of said contract. r CONTRACTOR (Name of sole ownership, corporation or partnership) r (Signature of Authorized Representative) (Affix corporate seal here) TITLE r r r r r Taxiway "D" and "E" 01700-5 Contract Closeout Sebastian Municipal Airport r M CONTRACTOR WARRANTY FORM Project Name PROJECT Location LOCATION Owner OWNER .� We, CONTRACTOR, Contractor for the above referenced project, do hereby warrant that all labor and materials furnished and work performed are in accordance with the Contract Documents and authorized modifications thereto, and will be free from defect due to defective materials or workmanship for a period of one year from Date of Sub- stantial Completion. This warranty commences on (Date of Substantial Completion Affixed by Engineer) au and expires on : (One Year From Commencement Date) This warranty covers that portion of the project described below: Should any defect develop during the warranty period due to improper materials, workmanship or arrangement, the defect shall, upon written notice by the Owner, be made good by the Undersigned at no expense to the Owner. .r Nothing in the above shall be deemed to apply to work which has been abused or neglected by the Owner. r� go w r-� M CONTRACTOR (Name of sole ownership, corporation or partnership) (Signature of Authorized Representative) (Affix corporate seal here) Taxiway "D" and "E" 01700-6 Contract Closeout Sebastian Municipal Airport CONSENT OF SURETY FOR FINAL PAYMENT M Project Name PROJECT Location LOCATION Owner OWNER Type of Contract Construction Amount of Contract S In accordance with the provisions of the above-named contact between the Owner and the Contractor, the following named surety: r SURETY on the Payment Bond of the following named Contractor: CONTRACTOR hereby approves of final payment to the Contractor, and further agrees that said final payment to the Contractor shall not relieve the Surety Company named herein of any of its obligations to the following named Owner: as set forth in said Surety company's bond: OWNER IN WITNESS WHEREOF, the Surety Company has hereunto set its hand and seal this DAY day of MONTH 200_. SURETY .� (Signature of Authorized Representative) r (Affix corporate seal here) TITLE IF SIGNED BY ATTORNEY-IN-FACT, POWER OF ATTORNEY MUST BE ATTACHED. Taxiway "D" and "E" 01700-7 Contract Closeout Sebastian Municipal Airport ! ! ! ! ! cJ ! 0 ! ! ! ON SECTION 01710 CLEANING AND DISPOSAL PART1-GENERAL 1.1 DESCRIPTION: Contractor shall execute cleaning during progress of the work and at completion of the work as required by the General Provisions and other specification documents. 1.2 DISPOSAL REQUIREMENTS: A. Conduct cleaning and disposal operations to comply with all local, state and federal codes, ordinances, regulations, and anti -pollution laws; and with airport and construction safety requirements. B. All disposals of waste materials shall be off airport property at locations approved by the Engineer. C. Contractor shall be responsible for arranging for and obtaining off-site disposal areas, including payment for all costs associated with such disposal. 1.3 SUBMITTALS: Prior to beginning work, submit a Disposal Plan for the satisfactory disposal of all waste materials and debris. Submit two (2) copies of the disposal site owner's written permission for such disposal with Disposal Plan. PART2-PRODUCTS 2.1 MATERIALS: A. Use only those cleaning materials which will not create hazards to health or property and which will not damage surfaces. B. Use only those cleaning materials and methods recommended by manufacturer of the surface material to be cleaned. C. Use cleaning materials only on surfaces recommended by cleaning material manufacturer. PART 3 -EXECUTION 3.1 CLEANING: Execute periodic cleaning to keep the work, site and adjacent properties free from accumulations of waste materials, rubbish, windblown debris, and dust resulting from Taxiway "D" and "E„ Sebastian Municipal Airport 01710-1 Cleaning and Disposal construction operations. Provide on-site containers for the collection of waste materials, debris and rubbish. Remove waste materials, debris and rubbish from the site periodically and dispose of at approved locations. .. 3.2 BARRIERS AND PROTECTION: Protect existing structures and vegetation from cleaning and disposal operations as required. 3.3 DUST CONTROL: Schedule cleaning and other operations so that dust and other contaminants resulting there from will not fall on wet or newly coated surfaces, will not damage or contaminate aircraft, and will not unduly affect the work of other airport tenants. _ 3.4 DISPOSAL OF DEBRIS AND WASTE MATERIALS: A. If permitted by Owner and local, state and federal regulations, Contractor may dispose of combustible materials on-site by burning. Unguarded fires will not be permitted. Burning will be restricted as follows: _ 1. Burning of poison oak, poison ivy or other plants of similar nature will be prohibited. 2. Tires or other combustible waste material shall not be used to augment burning. 3. Burning operations that may in any way be hazardous to air operations will not be allowed. B. Non-combustible and waste materials and ashes shall be removed from the site and disposed of in accordance with the Disposal Plan. 3.5 PAYMENT: No separate payment will be made under this section for work described or specified herein. Taxiway "D" and "0' Sebastian Municipal Airport END OF SECTION 01710 01710-2 Cleaning and Disposal M M F� am M MR o. 00 so M M M SECTION 01720 PROJECT RECORD DOCUMENTS PART1-GENERAL 1.1 GENERAL REQUIREMENTS: A. Contractor shall maintain at the site as specified herein for the Owner one record copy of: 1. Drawings. 2. Specifications. 3. Addenda. 4. Change orders and other modifications. 5. Engineer field orders or written instructions. 6. Approved shop drawings, product data and samples. 7. Field test records. 8. Laboratory test records. B. Related requirements in other parts of the Project Manual: Conditions of the Contract. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.1 MAINTENANCE OF DOCUMENTS AND SAMPLES: A. Store record documents and samples in Contractor's field office apart from documents used for construction. B. File documents and samples in accordance with data filing format of the Construction Specifications Institute - MASTERFORMAT. C. Maintain documents in a clean, dry, legible condition and in good order. Do not use record documents for construction purposes. D. Make documents and samples available at all times for inspection by Engineer. 3.2 RECORDING: A. Stamp or label each document "PROJECT RECORDS" in 3/4 -inch letters. B. During daily progress of the work, the job superintendent for the Contractor shall record information concurrently with construction progress. Do not conceal any work until required information is recorded. Taxiway "D" and "E" 01720-1 Project Record Documents Sebastian Municipal Airport C. Drawings: Legibly mark to record actual construction in color codes designated by the Engineer. D. All field data for record information shall be obtained by a surveyor who is a Registered Land Surveyor (RLS) in the state of Florida. E. Record Information includes but is not limited to the following: I. Depths of various elements of foundation in relation to finish reference datum. 2. Horizontal and vertical locations of pavements and underground utilities and appurtenances, referenced to permanent surface improvements or finish reference datum. 3. Field changes of dimension and detail. 4. Changes made by field order or by change order. 5. Details not on original contract drawings. 6. Extent and dimensions of pavement removal. 7. Any other changes in the plans. 8. Storm drainage system construction: a. Exact distance between all catch basins, manholes, points of intersection, and line terminals or headwalls. b. The invert elevation of the end of all pipes, stub outs, and headwalls. C. The rim (top of frame) or top of grate and invert elevations of all manholes, catch basins, and other structures. 9. Electrical construction identification: a. Exact distance between all manholes and points of intersection. b. Exact size and location of duct bank or cable run and what circuits it feeds. C. Exact location of any lines abandoned in place. d. Exact location, type, and size of runway and taxiway edge lights, centerline lights, and/or touchdown zone lights. e. Rim and invert elevation of all manholes and duct banks. f. Depth of cover on direct burial lines. g. Locations of cable splices. h. Location and description of signs. F. Specifications and addenda: Legibly mark each section to record: 1. Manufacturer, trade name, catalog number, and supplier of each product and item of equipment actually installed. 2. Changes made by field order or by change order. G. All horizontal control dimensions shall be to the nearest tenth of a foot. Elevations shall be to the nearest one-hundredth of a foot. H. Set one (1) Concrete Benchmark and document location and elevation data. 3.3 SUBMITTAL: A. Upon completion of the work as described in Section 01010 "Scope of Work", the Contractor shall submit on hard copy and electronic media (AutoCAD 2013 or later from Autodesk), record drawings of all work completed to the Engineer. Record drawings shall include all elevation data points which shall be submitted in 3-d format and shall include, as a minimum the northing, easting, elevation (all in feet) and descriptor for each data point. The Engineer will provide Contractor with AutoCAD drawings of all original construction drawings. Any design information in the drawings that has been changed shall be marked with a strike thru and as - Taxiway "D" and "E" 01720-2 Project Record Documents Sebastian Municipal Airport r_ r, M M on No built information shall be added such that the drawings contain the original design and the as - built configuration. B. At the close of the job and prior to receipt of final payment, the Contractor shall deliver to the Engineer for the Owner two complete hard copy sets of Record Documents meeting the requirements of 3.3(A) plus the number of sets required by all regulatory agencies. The final Pay Request will not be processed until receipt and acceptance by the owner and all regulatory agencies of the record drawings for the project. All hard copy submittals shall be signed and sealed by a Professional Land Surveyor licensed in the State of Florida. C. Accompany submittal with transmittal letter containing: 1. Date. 2. Project title and number. 3. Contractor's name and address. 4. Title and number of each record document. 5. Signature of Contractor or his authorized representative. 3.4 PAYMENT: Payment shall be made at the contract lump sum price for "Project Record Documents." Payment will be made under: Item 01720 Project Record Documents -- per lump sum Taxiway "D" and "E" Sebastian Municipal Airport END OF SEC'T'ION 01720 01720-3 Project Record Documents SECTION 01740 WARRANTIES AND BONDS PART1-GENERAL .. 1.1 GENERAL REQUIREMENTS: A. Contractor shall: .. 1. Compile specified warranties and bonds. 2. Compile specified service and maintenance contracts. 3. Co -execute submittals to verify compliance with Contract Documents. 4. Review submittals to verify compliance with Contract Documents. 5. Submit to Engineer for review and transmittal to Owner. B. Related requirements in other parts of the Project Manual: 1. Bid Bonds: Instructions to bidders. 2. Performance Bond and Payment Bond: Conditions of the contract. 3. General warranty of construction: Conditions of the contract. C. Related requirements specified in other sections: 1. Warranties and Bonds required for specific products: Each respective section of specifications. .. 2. Provisions and duration of Warranties and Bonds: The respective section of specifications, which specifies the product. 3. Contract closeout: Section 01700 4. Equipment Manuals: Section 01300 PART 2 - PRODUCTS (Not Used) PART 3 -EXECUTION 3.1 SUBMITTAL REQUIREMENTS: A. Assemble warranties, bonds, and service and maintenance contracts, executed by each of the respective manufacturers, suppliers, and subcontractors. .. B. Number of original signed copies required: Two (2) each. C. Table of Contents: Neatly typed, in orderly sequence. Provide complete information for each item. 1. Product or work item. 2. Firm, with name of principal, address and telephone number. 3. Scope. 4. Date of beginning of warranty, bond, or service and maintenance contract. 5. Duration of warranty, bond, or service and maintenance contract. 6. Provide information for Owner's personnel! Taxiway "D" and "E" 01740- 1 Warranties and Bonds Sebastian Municipal Airport a. Proper procedure in case of failure. b. Instances, which might affect the validity of warranty or bond. 7. Contractor, name of responsible principal, address and telephone number. 3.2 FORM OF SUBMITTALS: .. A. Prepare in duplicate packets. B. Format: I. Size 8 1/2 inches x I1 inches. Punch sheets for 3 -ring binder. Fold larger sheets to fit into binders. 2. Cover: Identify each packet with typed or printed title "WARRANTIES AND BONDS". List: a. Project title and number. b. Owner's name. C. Contractor's name and address. C. Binders: Commercial quality, 3 -ring, with durable and cleanable plastic covers. 3.3 TIME OF SUBMITTALS: A. Submit within ten (10) days after date of substantial completion, and prior to final request for payment. B. For items of work where acceptance is delayed materially beyond the date of substantial completion, provide updated submittal within ten (10) days after acceptance, listing the date of acceptance as the start of the warranty period. _ 3.4 SUBMITTALS REQUIRED: Submit warranties, bonds, and service and maintenance contracts as specified in the respective sections of specifications. .. 3.5 PAYMENT: No separate payment will be made under this section for work described or specified herein. END OF SECTION 01740 Taxiway "D" and "E" 01740-2 Warranties and Bonds Sebastian Municipal Airport Item S-140 M Site Demolition DESCRIPTION ., 140-1.1 This item consists of demolition work including complete or partial removal of existing construction as indicated on the drawings or as directed by the Engineer. The work includes coordination and scheduling of demolition work by other contractors and utility companies. Do not begin demolition work until authorized by Owner. 0+ 140-1.2 Scope. Types of demolition work may include but are not limited to: a. Asphaltic concrete pavement: Includes removal of existing base as required, except where indicated as asphalt surface removal. Saw cut to neat, straight, vertical lines at removal limits. b. Portions of the existing storm drainage and underdrain systems, including various sizes of pipes, structures, mitered end sections, and cleanouts. . C. Debris and structures buried along proposed excavation, embankment and borrow areas. d. Steel reinforcement in structures and pavements. e. Miscellaneous structures encountered during excavation, earthwork, storm drainage, paving, and other operations. f. Removal of runway edge lights, transformers, electrical and fiber optic conduits and cable. 140-13 Submittals. Prior to the start of demolition work, submit a demolition plan indicating proposed methods, sequence of operations, and schedule for demolition and removal work to the Engineer for approval. Include coordination for shut-off, capping, and continuation of utility services as required; details for phasing; .� erosion control; removal methods; disposal of materials; salvage requirements; disconnection schedule of airfield lighting; and coordination of other work in progress. M go M 001 01 140-1.4 Job Conditions. a. Condition of Structures. Owner assumes no responsibility for actual condition of items or structures to be demolished. b. Demolition and Salvage. Except where materials are designated to be incorporated into new work or retained by Owner, items indicated to be removed but of salvable value to Contractor may be removed as work progresses. Transport such salvaged items from the site as they are removed. C. Sales. Storage or sale of removed items on site will not be permitted. d. Protection. Provide temporary barricades and other forms of protection as required to protect workmen and the public from injury due to demolition work, to provide free and safe passage of Owner's personnel and general public to and from occupied portions of site, and to protect from damage existing work that is to remain in place. Do not overload structural elements or pavements to remain. e. Damages. Promptly repair damages caused to adjacent or other facilities by demolition work at no cost to Owner. All such repairs must have Engineer's approval. f. Traffic. Conduct demolition operations and debris removal in a manner to ensure minimum interference with roads, airport employees, general public, and aircraft operation areas. g. Explosives. Use of explosives will not be permitted. h. Environmental Controls. Use water sprinkling, temporary enclosures, and other suitable Taxiways "D" and "E" Sebastian Municipal Airport 5-140-1 Item 5-140 Site Demolition methods to limit dust and dirt rising and scattering in air to lowest practical level. Do not use water if it results in hazardous or objectionable conditions such as ice, flooding, or pollution. Fencing. Except where indicated to be demolished or relocated, existing fencing shall remain in place. However, when existing fencing interferes with the work, the fencing may be temporarily removed to facilitate construction and restored to it original condition upon completion of construction. During the interval of fence removal, security shall be maintained by the Contractor by methods approved by the Engineer. There will be no separate payment for this temporary removal, security, and replacement; this work is incidental to the construction that it interferes with. 140-1.5 Regulatory and Safety Requirements. Comply with all federal, state, and local safety, security, hauling, disposal, and environmental protection regulations. 140-1.6 Foreign Object Damage (FOD). Aircraft and aircraft engines are subject to FOD from debris and waste material lying on airfield pavements. Remove all materials that may appear on or near operational aircraft pavements due to the Contractor's operations. If necessary, the Engineer may require the Contractor to install a temporary barricade at the Contractor's expense to control the spread of FOD potential debris. The barricade shall consist of a fence covered with a fabric designed to stop the spread of debris; anchor the fence and fabric to prevent displacement by winds orjet/prop blasts. Remove barricade when no longer required. 140-1.7 Staging. Certain items cannot be demolished until after work in other phases is complete. Coordinate work with Owner and approved phasing plan. EXECUTION 140-2.1 Inspection. Prior to commencement of demolition work, inspect areas in which demolition will be performed. Photograph or video tape existing condition of structure surfaces, equipment or surrounding properties which could be misconstrued as damage resulting from demolition work. File photographs or tapes with Engineer prior to starting work. 140-2.2 Preparation. Provide shoring, bracing, or support to prevent movement, settlement, or collapse of structures or elements to be demolished and adjacent facilities to remain. Cease operations and notify the Engineer immediately if safety of structure or surrounding area appears to be endangered. Take precautions to support structure until determination is made for continuing operations. 140-2.3 Demolition. a. Perform demolition work in a systematic manner. Use such methods as required to complete work indicated on drawings or directed by Engineer in accordance with the demolition plan and governing regulations. b. Demolish concrete, excluding pavements, and masonry construction in sections; cut concrete and masonry at junctions with construction to remain using power -driven impact tools, saws, or hand tools as permitted. C. Completely fill below -grade areas and voids resulting from demolition work. Provide fill consisting of approved soil, gravel or sand, free of trash and debris, stones over 6" diameter, roots or other organic matter. Place fill in accordance with Item P-152. d. Remove existing utilities and terminate in a manner conforming to the locally recognized code covering the specific utility and approved by the Engineer. e. Runway Edge Lights. Runway edge light fixtures and isolation transformers to be removed Taxiways "D" and "E" Sebastian Municipal Airport S-140-2 Item S-140 Site Demolition ON M M o. ON shall be protected and turned over to airport maintenance personnel. Concrete encased base cans, conduits, and cables shall be disposed of off airport property. 140-2.4 Pavement Removal. a. Sawcut existing pavement full depth (to bottom of base course) along removal limits except as otherwise indicated. Except where milling is indicated, break up and remove pavements full depth or as otherwise indicated. b. Edges of sawcuts shall be protected and shall he neat and square for matching new pavement to existing pavement. C. Where no method of removal is specified or shown, Contractor may select and submit a method for Engineer's approval. a. d. Pavement demolition shall be performed with minimum disturbance or vibration to adjacent pavements to remain. Any subsidence, weakening, or damage to pavement or pavement edges to remain that are caused by the Contractor's operations shall be repaired as directed by OR the Owner and Engineer at the sole expense of the Contractor. All repair materials and methods shall be as directed by the Engineer whose decision shall be final. 140-2.5 Compaction of Existine Base and Subgrade. Existing base material indicated to remain shall be compacted to the density specified for new base material. Existing subgrade that is exposed by the demolition work and will not need excavation shall be compacted to the density specified in Item P-152. The cost of compaction work shall be incidental to the item for pavement removal. 140-2.6 Reuse of Materials. Materials and equipment indicated to be reused or relocated shall be removed and stored to prevent damage and re -installed as the work progresses. 140-2.7 Items to be Salvaged. Materials and equipment to be removed that are indicated to remain the property of the Owner shall be removed, protected and delivered to a storage site on airport property as designated by the Engineer. 140-2.8 Dust and Debris Control. Contractor shall prevent the spread of dust and debris on airfield pavements and elsewhere and shall avoid creation of a nuisance or hazard in the surrounding area. Vacuum ., and sweep pavements as often as necessary to control the spread of debris that may result in FOD potential to aircraft. 140-2.9 Disposal of Demolished Materials. a. Transport and legally dispose of all debris, rubbish and other demolished materials, daily, off airport property. Do not allow accumulations on airfield pavements or elsewhere on site. Store materials that cannot be removed daily in areas designated by the Engineer. b. If hazardous materials are encountered during demolition operations, comply with applicable regulations, laws, and ordinances concerning removal, handling and protection against exposure or environmental pollution. C. Burning will not be permitted on airport property. ., 140-2.10 Clean -Up. Upon completion of demolition work, remove tools, equipment and demolished materials from site. Remove protections and leave areas clean and free of dust and debris. M MEASUREMENT AND PAYMENT am Taxiways "D" and "E" 5-140-3 Item 5-140 Site Demolition Sebastian Municipal Airport 140-3.1 General. The contract unit prices shall include the cost of removing the items, labor, tools, equipment, handling, hauling, stockpiling, disposal, re -installation, clean-up, and all incidental work required to complete the item. a. Asphalt surface course and full depth asphalt pavement removal (including base course) will be measured and paid on a square yard basis which also will cover the cost of saw cutting and compaction of base course and subgrade compaction as required. b. Removal of drainage structures, headwalls, and runway edge lights will be measured and paid per each, and includes excavation and backfilling. Light fixtures are to be turned over to the Owner. C. Removal of stone drainage pipes, electrical and fiber optic conduits will be measured and paid per linear foot for the various sizes and includes excavation, backfilling. Removal of existing cables where required is incidental to cost of removal of conduit pipe. d. Miscellaneous demolition shall include the demolition and removal of existing miscellaneous items not specifically identified herein which are called out on the plans for removal. No direct measurement will be made for miscellaneous demolition. e. Airfield lighting conduit removal shall be measured and paid per linear foot and shall include removal of all cables in the trench and conduit and all excavation and backfilling. Payment will be made under: S-140-1 Full Depth Asphalt Pavement Removal - per square yard 5-140-2 Asphalt Surface Course Removal - per square yard S-140-3 Remove 8" DBL and 12" HDPE and CMP Storm Drain Pipes including End Structures - per linear foot 5-140-4 Remove Double 18 in. RCP - per linear foot S-140-5 Remove Storm Drain Inlet - per linear foot 5-140-6 Remove DBL M.E.S. for DBL 18" RCP - per each M go M M S-140-7 Remove Concrete Spillway - per each ^ 5-140-8 Remove Junction or Pull Box - per linear foot 5-140-9 Remove 1 Way -2" PVC Conduit S-141-10 Remove 2Way-2" PVC Conduit S-141-11 Remove Runway Edge Light Taxiways "D" and "E" Sebastian Municipal Airport END OF ITEM 5-140 5-140-4 r Item S-140 Site Demolition ^ Item P-152 Excavation, Subgrade, and Embankment DESCRIPTION 152-1.1 This item covers excavation, disposal, placement, and compaction of all materials within the limits a■ of the work required to construct safety areas, runways, taxiways, aprons, and intermediate areas as well as other areas for drainage, building construction, parking, or other purposes in accordance with these specifications and in conformity to the dimensions and typical sections shown on the plans. 152-1.2 Classification. All material excavated shall be classified as defined below: a. Unclassified excavation. Unclassified excavation shall consist of the excavation and disposal of all material, regardless of its nature which is not otherwise classified and paid for under one of the following items. e. Borrow excavation. Borrow excavation shall consist of approved material required for the construction of embankments or for other portions of the work in excess of the quantity of usable material available from required excavations. Borrow material shall be obtained from areas designated by the Engineer within the limits of the airport property but outside the normal limits of necessary grading, or from areas outside the airport boundaries. 152-1.3 Unsuitable excavation. Any material containing vegetable or organic matter, such as muck, peat, .o organic silt, or sod shall be considered unsuitable for use in embankment construction. Material, suitable for topsoil may be used on the embankment slope when approved by the Engineer. CONSTRUCTION METHODS 152-2.1 General. Before beginning excavation, grading, and embankment operations in any area, the entire .. area within the limits of grading shall be stripped of the top 4 inches or to depths directed by the engineer of material which is to be stockpiled in onsite locations designated on the drawings or as directed by the engineer for use as topsoil, or placed directly as topsoil. Excess topsoil shall be used in the embankment outside limits of pavements or disposed of off airport property at no additional cost to the Owner. The suitability of material to be placed in embankments shall be subject to approval by the Engineer. Unsuitable material approved by the Engineer for use as topsoil shall be stockpiled in onsite locations .. designated on the drawings or where directed by the Engineer, or shall be placed directly in its final position as topsoil. All unsuitable material excavated from the site and not approved for use as topsoil shall be disposed of off airport property and shall be paid for under item P-152-2 "Unsuitable Excavation". Topsoil stockpiles shall be kept separate from other stockpiles. All stockpile areas shall be graded to allow positive drainage of the area and of adjacent areas. Stockpiles shall not be placed within 65.5 feet of the centerline of any taxiway or within 250 feet of the centerline of Runway 5-23 or 200 ft of the centerline of Runway 10-28. Silt fence, in accordance with the plans, shall be constructed at the perimeter of all stockpile areas where directed by the Engineer. At the conclusion of excavation and embankment operations, all material remaining in stockpile areas shall be disposed of off Airport property at no additional cost to the Owner. Taxiways "D" and "E" P-152-1 Excavation, Subgrade, and Embankment .. Sebastian Municipal Airport M When the Contractor's excavating operations encounter artifacts of historical or archaeological significance, the operations shall be temporarily discontinued and the Engineer notified per subsection 70- _ 20. At the direction of the Engineer, the Contractor shall excavate the site in such a manner as to preserve the artifacts encountered and allow for their removal. Such excavation will be paid for as extra work. Those areas outside of the limits of the pavement areas where the top layer of soil material has become compacted by hauling or other Contractor activities shall be scarified and disked to a depth of 4 inches (100 mm), to loosen and pulverize the soil. If it is necessary to interrupt existing surface drainage, sewers or under -drainage, conduits, utilities, or similar underground structures, the Contractor shall be responsible for and shall take all necessary precautions to preserve them or provide temporary services. When such facilities are encountered, the Contractor shall notify the Engineer, who shall arrange for their removal if necessary. The Contractor, at his or her expense, shall satisfactorily repair or pay the cost of all damage to such facilities or structures that may result from any of the Contractor's operations during the period of the contract. For the purpose of determining compaction control in excavation and embankment areas, noncohesive soils are defined as those with a plasticity index (PI) of less than 6 when tested in accordance with ASTM D 4318; cohesive soils are soils having a plasticity index of 6 or more. 152-2.2 Excavation. No excavation shall be started until the work has been staked out by the Contractor and the Engineer has obtained from the Contractor, the survey notes of the elevations and measurements of the ground surface. All areas to be excavated shall be stripped of vegetation and topsoil. Topsoil shall be stockpiled for future use in areas designated on the plans or by the Engineer. All suitable excavated material shall be used in the formation of embankment, subgrade, or other purposes shown on the plans. All .. unsuitable material shall be disposed of as specified in subsection 152-2.1. When the volume of the excavation exceeds that required to construct the embankments to the grades _ indicated, the excess shall be used to grade the areas of ultimate development or disposed as indicated on the plans or as specified. When the volume of excavation is not sufficient for constructing the embankments to the grades indicated, the deficiency shall be obtained from borrow areas. The grade shall be maintained so that the surface is well drained at all times. When necessary, temporary drains and drainage ditches shall be installed to intercept or divert surface water that may affect the work. a. Selective grading. When selective grading is indicated on the plans, the more suitable material .. designated by the Engineer shall be used in constructing the embankment or in capping the pavement subgrade. If, at the time of excavation, it is not possible to place this material in its final location, it shall be stockpiled in approved areas so that it can be measured for payment as specified in paragraph 152-3.3. b. Undercutting. Rock, shale, hardpan, loose rock, boulders, or other material unsatisfactory for safety areas, subgrades, roads, shoulders, or any areas intended for turf shall be excavated to a minimum depth of 12 inches (300 mm) below the subgrade or to the depth specified by the Engineer. Muck, peat, matted roots, or other yielding material, unsatisfactory for subgrade foundation, shall be removed to the depth specified. Unsuitable materials shall be disposed off the airport. The cost is incidental to this item. This excavated material shall be paid for at the contract unit price per cubic yard (per cubic meter) for item P-152-2 "Unsuitable Excavation". The excavated area shall be backfilled with suitable material obtained from the grading operations or borrow areas and compacted to specified densities. The necessary backfill will constitute a part of the embankment. Where rock cuts are made, backfill with select material. Any pockets created in the rock surface shall be drained in accordance with the details shown on the plans. .. Taxiways "D" and "E" P-152-2 Excavation, Subgrade, and Embankment Sebastian Municipal Airport '� OR c. Overbreak. Overbreak, including slides, is that portion of any material displaced or loosened beyond .. the finished work as planned or authorized by the Engineer. All overbreak shall be graded or removed by the Contractor and disposed of as directed by the Engineer. The Engineer shall determine if the displacement of such material was unavoidable and his or her decision shall be final. Payment will not be made for the removal and disposal of overbreak that the Engineer determines as avoidable. Unavoidable overbreak will be classified as "Unclassified Excavation." d. Removal of utilities. The removal of existing structures and utilities required to permit the orderly O. progress of work will be accomplished by someone other than the Contractor; for example, the utility unless otherwise shown on the plans. All existing foundations shall be excavated at least 2 feet (60 cm) below the top of subgrade or as indicated on the plans, and the material disposed of as directed by the Engineer. All foundations thus excavated shall be backfilled with suitable material and compacted as specified. e. Compaction requirements. The subgrade under areas to be paved shall be compacted to a depth of 10 inches below the bottom of the base course and to a density of not less than 95% percent of the maximum density as determined by ASTMD698. From a depth of 10" to 19" the subgrade shall be compacted to a density of not less than 90%. The material to be compacted shall be within t2% of optimum moisture content before being rolled to obtain the prescribed compaction (except for expansive soils). If the natural in-place soil cannot be compacted to these densities, this material shall be undercut when directed by the Engineer and disposed of off airport property. The undercut material shall be paid for under item P-152-2 "Unsuitable Excavation". The in-place field density shall be determined in accordance with ASTM D1556 or ASTM D2167 or ASTM D6938 using Procedure A, the direct transmission method, and ASTM D6938 shall be used to .. determine the moisture content of the material. The machine shall be calibrated in accordance with ASTM D6938. Stones or rock fragments larger than 4 inches (100 mm) in their greatest dimension will not be permitted in the top 6 inches (150 mm) of the subgrade. The finished grading operations, conforming to the typical cross-section, shall be completed and maintained at least 1,000 feet (300 m) ahead of the paving operations or as directed by the Engineer. All loose or protruding rocks on the back slopes of cuts shall be pried loose or otherwise removed to the slope finished grade line. All cut -and -fill slopes shall be uniformly dressed to the slope, cross-section, and alignment shown on the plans or as directed by the Engineer. Blasting shall not be allowed. f. Proof rolling. After compaction is completed, the subgrade area shall be proof rolled with a 20 ton Tandem axle Dual Wheel Dump Truck loaded to the legal limit with tires inflated to 80 psi in the presence of the Engineer. Apply a minimum of 4 coverages, or as specified by the Engineer, to all paved areas. A w coverage is defined as the application of one tire print over the designated area. Soft areas of subgrade that deflect more than 1 inch (25 mm) or show permanent deformation greater than I inch (25 mm) shall be removed and replaced with suitable material or reworked to conform to the moisture content and compaction requirements in accordance with these specifications. 152-2.3 Borrow excavation. Borrow material is not available on airport property.When borrow sources are outside the boundaries of the airport property, it shall be the Contractor's responsibility to locate and obtain the borrow sources, subject to the approval of the Engineer. The Contractor shall notify the Engineer at least 15 days prior to beginning the excavation so necessary measurements and tests can be made. All borrow pits shall be opened up to expose the various strata of acceptable material to allow obtaining a uniform product. All unsuitable material shall be disposed of by the Contractor. Borrow pits shall be Taxiways "D" and `E" P-152-3 Excavation, Subgrade, and Embankment Sebastian Municipal Airport M excavated to regular lines to permit accurate measurements, and they shall be drained and left in a neat, presentable condition with all slopes dressed uniformly. _ 152-2.4 Drainage excavation. Drainage excavation shall consist of excavating for drainage ditches such as intercepting; inlet or outlet ditches; for temporary levee construction; or for any other type as designed or as shown on the plans. The work shall be performed in sequence with the other construction. Intercepting ditches shall be constructed prior to starting adjacent excavation operations. All satisfactory material shall be placed in embankment fills; unsuitable material shall be placed in designated waste areas or as directed by the Engineer. All necessary work shall be performed true to final line, elevation, and cross-section. The Contractor shall maintain ditches constructed on the project to the required cross-section and shall keep them free of debris or obstructions until the project is accepted. 152-2.5 Preparation of embankment area. Where an embankment is to be constructed, the top layer topsoil, sod and vegetable matter shall be stripped as specified in 152-2.1 from the surface upon which the embankment is to be placed, and the cleared surface shall be completely broken up by plowing or scarifying to a minimum depth of 6 inches. This area shall then be compacted as indicated in paragraph 152-2.6. Sloped surfaces steeper than one (1) vertical to four (4) horizontal shall be plowed, stepped, benched, or broken up so that the fill material will bond with the existing material. When the subgrade is part fill and part excavation or natural ground, the excavated or natural ground portion shall be scarified to a depth of 12 inches (300 mm) and compacted as specified for the adjacent fill. No direct payment shall be made for the work performed under this section. The necessary clearing and grubbing and the quantity of excavation removed will be paid for under the respective items of work. 152-2.6 Formation of embankments. Embankments shall be formed in successive horizontal layers of not more than 8 inches (200 mm) in loose depth for the full width of the cross-section, unless otherwise .. approved by the Engineer. The layers shall be placed, to produce a soil structure as shown on the typical cross-section or as directed by the Engineer. Materials such as brush, hedge, roots, stumps, grass and other organic matter, shall not be incorporated or buried in the embankment. Earthwork operations shall be suspended at any time when satisfactory results cannot be obtained because of rain, freezing, or other unsatisfactory weather conditions in the field. Frozen material shall not be placed in the embankment nor shall embankment be placed upon frozen material. Material shall not be placed on surfaces that are muddy, frozen, or contain frost. The Contractor shall drag, blade, or slope the embankment to provide surface drainage at all times. .. The material in each layer shall be within t2% of optimum moisture content before rolling to obtain the prescribed compaction. To achieve a uniform moisture content throughout the layer, the material shall be moistened or aerated as necessary. Samples of all embankment materials for testing, both before and after placement and compaction, will be taken for each 1000 square yards. Based on these tests, the Contractor shall make the necessary corrections and adjustments in methods, materials or moisture content to achieve the specified embankment density. Rolling operations shall be continued until the embankment is compacted to not less than 95% of maximum density for noncohesive soils, and 90% of maximum density for cohesive soils as determined by ASTM D698. Under all areas to be paved, the embankments shall be compacted to the requirements specified in paragraph P -152-2.2e. .� Taxiways "D" and "E" P-152-4 Excavation, Subgrade, and Embankment Sebastian Municipal Airport �+ ^ On all areas outside of the pavement areas, no compaction will be required on the top 4 inches (100 mm). The in-place field density shall be determined in accordance withASTM D1556, ASTM .r D2167 or ASTM 6938 using Procedure A, the direct transmission method, and ASTM D6938 shall be used to determine the moisture content of the material. The machine shall be calibrated in accordance with ASTM D6938. The Engineer shall perform all density tests. ^ Compaction areas shall be kept separate, and no layer shall be covered by another layer until the proper density is obtained. During construction of the embankment, the Contractor shall route all construction equipment evenly over ^ the entire width of the embankment as each layer is placed. Layer placement shall begin in the deepest portion of the embankment fill. As placement progresses, the layers shall be constructed approximately parallel to the finished pavement grade line. ^ When rock and other embankment material are excavated at approximately the same time, the rock shall be incorporated into the outer portion of the embankment and the other material shall be incorporated under the future paved areas. Stones or fragmentary rock larger than 4 inches (100 mm) in their greatest +. dimensions will not be allowed in the top 6 inches (150 mm) of the subgrade. Rockfill shall be brought up in layers as specified or as directed by the Engineer and the finer material shall be used to fill the voids with forming a dense, compact mass. Rock or boulders shall not be disposed of outside the excavation or ^ embankment areas, except at places and in the manner designated on the plans or by the Engineer. When the excavated material consists predominantly of rock fragments of such size that the material cannot be placed in layers of the prescribed thickness without crushing, pulverizing or further breaking down the .,, pieces, such material may be placed in the embankment as directed in layers not exceeding 2 feet (60 cm) in thickness. Each layer shall be leveled and smoothed with suitable equipment by distribution of spalls and finer fragments of rock. The layer shall not be constructed above an elevation 4 feet (1.2 m) below the .w finished subgrade. Payment for compacted embankment will be made under embankment in-place and no payment will be made for excavation, borrow, or other items. ^ 152-2.7 Finishing and protection of subgrade. After the subgrade is substantially complete, the Contractor shall remove any soft or other unstable material over the full width of the subgrade that will not compact properly. All low areas, holes or depressions in the subgrade shall be brought to grade with suitable ^ select material. Scarifying, blading, rolling and other methods shall be performed to provide a thoroughly compacted subgrade shaped to the lines and grades shown on the plans. Grading of the subgrade shall be performed so that it will drain readily. The Contractor shall protect the subgrade from damage and limit hauling over the finished subgrade to only traffic essential for construction purposes. All ruts or rough places that develop in the completed subgrade shall be graded and recompacted. No subbase, base, or surface course shall be placed on the subgrade until the subgrade has been approved ^ by the Engineer. 152-2.8 Haul. All hauling will be considered a necessary and incidental part of the work. The Contractor shall include the cost in the contract unit price for the pay of items of work involved. No payment will be ^ made separately or directly for hauling on any part of the work. 152-2.9 Tolerances. In those areas upon which a subbase or base course is to be placed, the top of the subgrade shall be of such smoothness that, when tested with a 12 -foot (3.7-m) straightedge applied parallel ^ and at right angles to the centerline, it shall not show any deviation in excess of 1/2 inch (12 mm), or shall not be more than 0.05 feet (15 mm) from true grade as established by grade hubs. Any deviation in excess Taxiways "D" and "E" P-152-5 Excavation, Subgrade, and Embankment an Sebastian Municipal Airport ^ of these amounts shall be corrected by loosening, adding, or removing materials; reshaping; and recompacting. On safety areas, intermediate and other designated areas, the surface shall be of such smoothness that it will not vary more than 0.10 feet (3 mm) from true grade as established by grade hubs. Any deviation in excess of this amount shall be corrected by loosening, adding or removing materials, and reshaping. 152-2.10 Topsoil. When topsoil is specified or required as shown on the plans or under Item T-905, it shall be salvaged from stripping or other grading operations. The topsoil shall meet the requirements of Item T- 905. If, at the time of excavation or stripping, the topsoil cannot be placed in its final section of finished .. construction, the material shall be stockpiled at approved locations. Stockpile locations shall be subject to restriction specified in 152-2.1 and shall not be placed on areas that subsequently will require any excavation or embankment fill. If, in the judgment of the Engineer, it is practical to place the salvaged topsoil at the time of excavation or stripping, the material shall be placed in its final position without stockpiling or further rehandling. Upon completion of grading operations, stockpiled topsoil shall be handled and placed as directed, or as required in Item T-905. No direct payment will be made for topsoil under Item P-152. The quantity removed and placed directly as topsoil shall be paid for at the contract unit price per cubic yard for as "Topsoiling" under item T-905. No additional payment for stockpiling and rehandling of topsoil strippings will be made. When stockpiling of topsoil and later rehandling of such material is directed by the Engineer, the material so rehandled shall be paid for at the contract unit price per cubic yard (cubic meter) for "topsoiling," as provided in Item T- .. 905. The quantity of topsoil strippings removed and placed directly in the embankment or stockpiled and later rehandled for placement in the embankment outside the pavement limits shall be paid for at the contract unit price per cubic yard for " Embankment in Place" METHOD OF MEASUREMENT 152-3.1 The quantity of compacted embankment in-place to be paid for shall be the number of cubic yards measured in its final position. 152-3.2 The quantity of unsuitable excavation to be paid for shall be the number of cubic yards (cubic meters) measured in its original position. Measurement shall not include the quantity of materials excavated without authorization beyond normal slope lines, or the quantity of material used for purposes other than those directed. 152-3.4 For payment specified by the cubic yard, measurement for all excavation and embankments shall be computed by the Engineer using computer digital terrain modeling software (AutoCAD Civil 313). The volume of material that is bounded by the original ground line, after removal of topsoil or pavement and base course, established by field cross sections and the final pay line established by final field cross sections, subject to verification by the Engineer. Payment for excavation or embankment beyond the limits authorized will be deducted from the .. appropriate quantity. It is the intention of this specification that the Contractor supply all survey required to verify the quantities of earthwork used during this project. All cross sections shall be performed by a Professional Land ■, Taxiways "D" and "E" P-152-6 Excavation, Subgrade, and Embankment Sebastian Municipal Airport M M ., M on r1 ON W M M q Surveyor registered in the State of Florida. Upon completion of the field survey, the Contractor shall submit cross section data on hard copy and electronic copy to the Engineer. The cost of all earthwork measurements shall be considered incidental to and included in the unit price bid for the various earthwork pay items. All excavation and embankment survey data will be supplied to the Engineer on electronic media (Auto CAD 2013 or later from Autodesk) and shall include elevation data points in 3-D format with a descriptor for each data point. Other electronic format may be acceptable with the prior approval of the Engineer. BASIS OF PAYMENT 152-4.1 For embankment in place, payment shall be made at the contract unit price per cubic yard. This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. 152-4.2 "Unsuitable excavation" payment shall be made at the contract unit price per cubic yard. This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item P-152-1 Embankment in place - per cubic yard Item P-152-2 Unsuitable Excavation - per cubic yard TESTING REQUIREMENTS ASTM D698 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft3 (600 kN-m/m3)) ASTM D1556 Standard Test Method for Density and Unit Weight of Soil in Place by the Sand - Cone Method ASTM D1557 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-lbf/ft3 (2700 kN-m/m3)) ASTM D2167 Standard Test Method for Density and Unit Weight of Soil in Place by the Rubber Balloon Method ASTM D6938 Standard Test Methods for In -Place Density and Water Content of Soil and Soil - Aggregate by Nuclear Methods (Shallow Depth) END OF ITEM P-152 Taxiways "D" and "E" P-152-7 Excavation, Subgrade, and Embankment Sebastian Municipal Airport Item P-160 Subgrade Stabilization DESCRIPTION 160-1.1 Scone. The work specified in this section consists of the stabilizing of designated portions of the pavement subgrade to provide a firm and unyielding subgrade having the required bearing value specified in the plans. The work shall be constructed in accordance with these specifications and the lines, grades, thicknesses and notes shown in the plan. 160-2.1 Stabilized Sub rg ade. For stabilized subgrade, the type of materials, commercial or local, is at the Contractor's option and no separate payment for stabilizing materials will be made. Compliance with the bearing value requirements will be determined by the Limerock Bearing Ratio Method. It is the Contractor's responsibility that the finished pavement subgrade section meets the bearing value requirements, regardless of the quantity of stabilizing materials necessary to be added. Also, full payment will be made for any areas where the existing subgrade materials meet the design bearing value requirements without the addition of stabilizing additives, as well as areas where the Contractor may elect to place select high -bearing value materials from other sources, within the limits of the stabilizing. ON After the grading operations have been substantially completed, the Contractor shall make his own determination as to the quantity (if any) of stabilizing material necessary for compliance with the bearing value requirements. The Contractor shall notify the Engineer of the approximate quantity to be added. The spreading and mixing in of such quantity of materials shall meet the approval ofthe Engineer as to uniformity and effectiveness. ■. MATERIALS 160-3.1 Commercial & Local Materials. The particular type of stabilizing material to be used shall meet the requirements of Item P-211, or an approved equal. ,. 160-3.2 Use of Materials from Existing Base. When the utilization of materials from an existing base is permitted (as all or portion of the stabilizing additives), the Engineer will approve the locations, placing and distribution of such materials and this work shall be done prior to the spreading of any additional commercial or local materials. CONSTRUCTION METHODS 160-4.1 General. Prior to the beginning of stabilizing operations, the area to be stabilized shall have been constructed to an elevation such that upon completion of stabilizing operations the completed stabilized subgrade will conform to the lines, grades and cross-section shown in the plans. Prior to the spreading of any additive stabilizing material, the surface of the pavement subgrade shall be brought to a plane approximately parallel to the plane of the finished surface. Taxiway "D" and "E" P-160 - i Subgrade Stabilization Sebastian Municipal Airport M The subgrade to be stabilized may be processed in one course unless the equipment and methods being used do not provide the required uniformity, particle size limitation, compaction and other desired results, in which case, the processing shall be done in more than one course. 160-4.2 Application of Stabilizing Material. When additive stabilizing materials are required, the designated quantity shall be spread uniformly over the area to be stabilized. When materials from an existing base are to be utilized in the stabilizing at a particular location, all of such materials shall be placed and spread prior to the addition of other stabilizing additives. Commercial stabilizing material shall be spread by the use of mechanical material spreaders except that where use of such equipment is not practicable. Other means of spreading may be used, but only upon written approval of the proposed alternate method. 160-4.3 Mixing. The mixing shall be done with rotary tillers or other equipment meeting the approval of the Engineer. At the Contractor's election, the mixing of the materials may be accomplished in a plant of an .. approved type suitable for this work. The area to be stabilized shall be thoroughly mixed throughout the entire depth and width of the stabilizing limits. The mixing operations, as specified, (either in place or in a plant) will be required regardless of whether the existing soil, or any select soils placed within the limits of the stabilized sections, have the required bearing value without the addition of stabilizing materials. As an exception to the above mixing requirements, where the subgrade is of rock, the Engineer may direct that the mixing operations (and the work of stabilizing) be waived and no payment for stabilizing will be made for such sections of the area to be paved. 160-4.4 Maximum Particle Size of Mixed Materials. At the completion of mixing, all particles of materials within the limits of the area to be stabilized shall pass a 3-1/2 inch ring. Any particles not meeting this requirement shall be removed from the stabilized area or shall be broken down so as to meet this requirement. 160-4.5 Comoaction. After the mixing operations have been completed and requirements forbearing value, uniformity and particle size have been satisfied, the stabilized area shall be compacted in accordance with 160-6.1. The materials shall be compacted at a moisture content permitting the specified compaction. If the moisture content of the material is improper for attaining the specified density, either water shall be added or the material shall be permitted to dry until the proper moisture content for the specified compaction is reached. 160-4.6 Finish Grading. The completed stabilized subgrade shall be shaped to conform with the finished lines, grade and cross-section indicated in the plans. The subgrade shall be checked by the use of elevation .. stakes or other means approved by the Engineer. 160-4.7 Requirements for Condition of Completed Subgrade. After the stabilizing and compacting operations have been completed, the subgrade shall be firm and substantially unyielding to the extent that it will support .. construction equipment and will have the bearing value required by the plans. Taxiway "D" and "E" P-160 - 2 Subgrade Stabilization Sebastian Municipal Airport 00 All soft and yielding materials and any other portions of the subgrade which will not compact readily shall be removed and replaced with suitable material and the whole subgrade brought to line and grade with proper .. allowance for subsequent compaction. 160-4.8 Maintenance of Completed Subgrade. After the subgrade has been completed as specified above, the Contractor shall maintain it free from ruts, depressions and any damage resulting from the hauling or handling of materials, equipment, tools, etc. It shall be the Contractor's responsibility to maintain the required density until the subsequent base or pavement is in place. Such responsibility shall include any repairs, replacement, etc., of curb and gutter, sidewalk, etc. which might become necessary in order to recompact the subgrade in the event of underwash or other damage occurring to the previously compacted subgrade. Any such work required for recompaction shall be at the Contractor's expense. Ditches and drains shall be ■+ constructed and maintained along the completed subgrade section. 160-5.1 Bearing Value Requirements. Bearing value samples will be obtained and tested by the Engineer at completion of satisfactory mixing of the stabilized area. For any area where the bearing value obtained is deficient from the indicate in the plans in excess of the tolerances established herein, additional stabilizing material shall be spread and mixed in accordance with 160.4.3. This reprocessing shall be done for the full width of the pavement area being stabilized and longitudinally for a distance of fifty feet (50') beyond the limits of the area in which the bearing value is deficient. The Contractor shall make his own determination of the quantity of additional stabilizing material to be used in reprocessing. 160-5.2 Tolerances Bearing Value Requirements. The following under tolerances from the specified bearing .� value will be allowed on individual tests performed on samples obtained after mixing operations have been completed: Specified Bearing Value Under Tolerance �w LBR 40 3.0 160-6.1 Density Recuirements. Within the entire limits of the width and depth of the areas to be stabilized, the minimum density acceptable at any location will be 100 percent of the maximum density as determined by ASTM D-1557, Method C. For in place field density, ASTM D-1556 or AS'I %1 D-2167 or ASTM D 2922 No shallw+41 be used. M an am METHOD OF MEASUREMENT 160-7.1 Measurement. For all work of Subgrade Stabilization specified herein, the areas to be paid for shall be plan quantity within limerock base course neat lines. Taxiway "D" and "E" P-160 - 3 Subgrade Stabilization Sebastian Municipal Airport BASIS OF PAYMENT 160-8.1 Ouantity. The quantity of Subgrade Stabilization, determined as provided in 160-7.1 shall be paid for at the contract price per square yard of Subgrade Stabilization. Such price and payment shall constitute full compensation for all work specified in this section applicable to these types of stabilization, including furnishing and spreading of all stabilizing material required and any reprocessing of stabilization areas necessary to attain the specified bearing value. 160-8.2 Commercial Stabilizine Material. No separate payment shall be made for any commercial stabilizing material which the Contractor may elect to utilize in Subgrade Stabilization. No separate payment will be made for the work of utilizing of materials from an existing base in the stabilizing section. 160-8.3 General. The above prices and payments shall constitute full compensation for all work and materials specified in this section and shall specifically include all costs of the processing and incorporation of existing base materials into the proposed stabilization area when such work is required by the plans. Payment shall be made under: Item P-160-1 Subgrade Stabilization --per Square Yard. TESTING REQUIREMENTS ASTM C-136 Sieve or Screen Analysis of Fine and Course Aggregate FM 5-515 Limerock Bearing Ratio ASTM D-1556 Density of Soil in Place by the Sand -Cone Method ASTM D-1557 Test for Moisture -Density Relations of Soils and Soil -Aggregate Mixtures, using 10 Pound (4.54 kg.) Rammer and 18 -Inch (457 mm.) Drop ASTM D-2167 Density of Soil in Place by the Rubber -Balloon Method ASTM D-4318 Liquid Limit, Plastic Limit and Plasticity Index of Soils Taxiway "D" and "E" Sebastian Municipal Airport END OF ITEM P-160 P-160-4 Subgrade Stabilization M M W Item P-212 Shell Base Course DESCRIPTION 212-1.1 This item shall consist of a base course composed of shell and binder constructed on a prepared underlying course per these specifications and shall conform to the dimensions and typical cross-section shown on the plans. MATERIALS 212-2.1 Materials. The shell shall consist of durable particles of oyster or clam shell. The base material shall consist of oyster shell, together with an approved binder or filler material, blended or processed to produce a uniform mixture complying with the specifications for gradation, soil constants, and compaction capability. Clam shell may be used only in combination with oyster shell in the proportion up to and including 50%. The shell shall be reasonably clean and free from excess amounts of clay or organic matter such as leaves, grass, roots, and other objectionable foreign material. ., The gradation of the blended or processed material shall meet the requirements of the gradation given in the following table, when tested per ASTM C136. M r. Sieve Designation (square openings) Percentage by Weight Passing Sieves 3 inch (75 mm) 100 3/4 inch (19 mm) 60-90 No. 4 (4.75 mm) 15-55 No. 200 (0.075 mm) 0-15 Soil binder shall be that portion of the material, including the blended filler, passing a No. 40 (0.42 mm) mesh sieve. The soil binder shall have a liquid limit of not more than 25 and a plasticity index of not more than eight (8) as determined by ASTM D4318. If necessary, the Contractor shall blend or combine materials so that the final processed material meets all the specifications. The Contractor shall make modifications in materials and methods necessary to produce .. a material can be compacted into a dense, well -bonded base without an excess of soil binder. M 212-2.2 Filler for blending. If filler, in addition to that naturally present in the base course material, is necessary for satisfactory bonding of the material, or for changing the soil constants of the material passing the No. 40 (0.42 mm) mesh sieve, or for correcting the gradation, it shall be uniformly blended with the base course material on the pavement or at the plant. The material shall be obtained from sources approved by the Engineer. Taxiways "D" and E" P-212-1 Shell Base Course Sebastian Municipal Airport CONSTRUCTION METHODS 212-3.1 Sources of supply. The Contractor shall notify the Engineer 30 days in advance of the intended shell source. The shell shall be obtained from sources approved by the Engineer. The material in the stockpile shall be handled in a manner that will secure a uniform and satisfactory product. 212-3.2 Equipment. All equipment necessary for the proper construction of this work shall approved by ^ the Engineer. The equipment shall be on the project, in good working condition before construction is permitted to start. The processing plant shall be capable of thoroughly mixing the shell, binder and water in the required ^ proportions to produce base material of required gradation and consistency. 212-3.3 Preparing underlying course. The underlying course shall be checked and accepted by the ^ Engineer before placing and spreading operations are started. Any ruts or soft yielding places caused by improper drainage conditions, hauling, or any other cause shall be corrected at the Contractor's expense. Material shall not be placed on frozen subgrade or subbase. 212-3.4 Plant mixing. The base material shall be uniformly blended and mixed in an approved central mixing plant. The shell, together with any blended material, shall be thoroughly mixed with the required amount of water. After the mixing is complete, the material shall be transported to, or spread on, the underlying course without undue loss of moisture content. a. Placing and spreading. The base course material shall be placed on the prepared underlying course and compacted to the thickness shown on the plans. The material shall be placed and spread where designated by the Engineer and shall progress without interruption. The materials shall be placed and spread ^ in lanes in a uniform layer without segregation. The material shall be placed and spread to a loose depth that, when compacted, the layer shall have the required thickness. The material shall be spread by spreader boxes or other approved devices. Dumping from vehicles in piles requiring rehandling shall not be permitted. Hauling over the uncompacted base course shall not be permitted. 212-3.5 General methods for placing. The base course shall be constructed in layers not less than 4 inches (100 mm) nor more than 6 inches (150 mm) of compacted thickness. The aggregate, as spread, shall be of uniform gradation with no pockets of fine or coarse materials. Unless permitted by the Engineer, the aggregate shall not be spread more than 2,000 square yards (1700 sq m) in advance of the rolling. Any necessary sprinkling shall be kept within this limit. No material shall be placed in snow or on a soft, muddy, or frozen course. When more than one layer is required, the construction procedure described here shall apply to each layer. The Contractor's accredited laboratory shall conduct tests to determine the maximum density and the proper moisture content of the base material, and provide this information to the Engineer upon completion of the test for acceptance determination. The base material shall be brought to a satisfactory moisture content ^ before rolling begins. Any minor variations in moisture content prior to or during rolling shall be corrected by sprinkling or aeration. During placing and spreading operations the Contractor shall prevent the incorporation of subgrade, subbase, or shoulder material into the base course mixture. 212-3.6 Compaction. Immediately after completion of the spreading operations, the base course shall be thoroughly compacted. The number, type, and weight of rollers shall be sufficient to compact the mixture to the required density. The field density of the compacted material shall be at least 100% of the maximum density of laboratory ^ specimens prepared from samples of the base material. The laboratory specimens shall be compacted and Taxiways "D" and E" P-212-2 Shell Base Course Sebastian Municipal Airport ^ tested per ASTM D698. The in-place field density shall be determined per ASTM D1556. The moisture .� content of the material at the start of compaction shall be within t1-1/2 percentage points of the optimum moisture content. 212-3.7 Acceptance sampling and testing for density. Aggregate base course shall be accepted for density on a lot basis. A lot will consist of one day's production if it does not exceed 2400 square yards (2000 sq m). A lot will consist of one-half day's production if a day's production is between 2400 and 4800 square yards (2000 and 4000 sq m). The Engineer shall perform all density tests . Each lot shall be divided into two equal sublots. One test shall be made for each sublot and shall consists .� of the average of two random locations for density determination. Sampling locations will be determined by the Engineer on a random basis per ASTM D3665. Each lot shall be accepted for density when the field density is at least 100% of the maximum density of laboratory specimens compacted and tested per ASTM D698. The in-place field density shall be determined per ASTM D1556(Test in accordance with ASTM D4718 if greater than 30% is retained on the 3/4 inch sieve) or ASTM D2167 or ASTM D6938. If the specified density is not attained, the entire lot shall be reworked and/or recompacted and two additional random tests made. This procedure shall be followed until the specified density is reached. W 212-3.8 Surface tolerance. After the course has been compacted, the surface shall be tested for smoothness and accuracy of grade and crown. Any portion lacking the required smoothness or failing in accuracy of grade or crown shall be .� scarified to a depth of at least 3 inches (75 mm), reshaped and recompacted to grade. until the required smoothness and accuracy are obtained and approved by the Engineer. Any deviation in surface tolerances shall be corrected by the Contractor at the Contractor's expense. The smoothness and accuracy requirements specified here apply only to the top layer when base course is constructed in more than one layer. a. Smoothness. The finished surface shall not vary more than 3/8 inch (9 mm) when tested with a 12 - foot (3.7-m) straightedge applied parallel with and at right angles to the centerline. The straightedge shall be moved continuously at half the length of the 12 -foot (3.7-m) straightedge for the full length of each line on a 50 -foot ] 15 meter ] grid. b. Accuracy. The grade and crown shall be measured on a 50 -foot (15-m) grid and shall be within +0 .� and -1/2 inch (12 mm) of the specified grade. 212-3.9 Thickness control. The thickness of the base course shall be determined by depth tests or cores taken by the Contractor in the presence of the Engineer. Test shall be taken at intervals representing no more than 300 square yards (250 sq m) per test. When the base course is more than 1/2 inch (12 mm) deficient, the Contractor shall correct such areas by scarifying, and replacing with satisfactory materials, and then rolling, bonding, and refinishing per these specifications. The base material where depth tests or cores have been taken shall be replaced at the Contractor's expense. 212-3.10 Protection. Perform construction when the atmospheric temperature is above 35°F (2°C). When the temperature falls below 35°F (20C), protect all completed areas by approved methods against detrimental effects of freezing. The Contractor shall correct completed areas damaged by freezing, rainfall, or other weather conditions to meet specified requirements. The construction shall be stopped when the aggregates contain frozen materials or when the underlying course is frozen or wet. Hauling equipment Taxiways "D" and E" P-212-3 Shell Base Course Sebastian Municipal Airport may be routed over completed portions of the base course, provided there is no damage to the base course. The equipment shall be routed over the full width of the base course to avoid rutting or uneven compaction. The Engineer shall have full authority to stop all hauling over completed or partially completed base course when, in the Engineer's opinion, such hauling is causing damage. Any damage to the base course shall be repaired by the Contractor at his or her expense. 212-3.11 Maintenance. The Contractor shall perform all maintenance work necessary to keep the base course in a satisfactory condition until the full section is complete and accepted by the Engineer. The surface shall be kept clean and free from foreign material. The base course shall be properly drained at all times. If cleaning is necessary or if the prime coat becomes disturbed, any work repairs necessary shall be performed at the Contractor's expense. METHOD OF MEASUREMENT 212-4.1 The quantity of shell base course shall be the number of cubic yards of base course material placed, bonded, and accepted in the completed base course. The quantity of base course material shall be measured in final position based upon depth tests or cores taken by the Contractor as directed by the Engineer, at the rate of one (1) depth test for each 300 square yards (250 sq m) of base course. On individual depth measurements, thicknesses more than 1/2 inch in excess of that shown on the plans shall be considered as specified thickness, plus 1/2 inch in computing the yardage for payment. Base materials shall not be included in any other excavation quantities. BASIS OF PAYMENT 212-5.1 Payment shall be made at the contract unit price per cubic yard for shell base course. This price shall be full compensation for furnishing all materials and for all preparation, hauling, and placing of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item P-212 Shell Base Course - per cubic yard TESTING REQUIREMENTS ASTM C136 Standard Test Method for Sieve or Screen Analysis of Fine and Coarse Aggregates ASTM D698 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-Ibf/fti (600 kN-m/m;)) ASTM D1556 Standard Test Method for Density and Unit Weight of Soil in Place by the Sand - Cone Method ASTM D1557 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-lbf/ft; (2700 kN-m/m3)) ASTM D2167 Standard Test Method for Density and Unit Weight of Soil in Place by the Rubber Balloon Method ASTM D4318 Standard Test Methods for Liquid Limit, Plastic Limit, and Plasticity Index of Soils ASTM D6938 Standard Test Methods for In -Place Density and Water Content of Soil and Soil - Aggregate by Nuclear Methods (Shallow Depth) END OF ITEM P-212 Taxiways "D" and E" P-2124 Shell Base Course M M [_] Sebastian Municipal Airport M me ■. Item P-219 Recycled Concrete Aggregate Base Course DESCRIPTION 219-1.1 This item consists of a base course composed of recycled concrete aggregate, crushed to meet a No particular gradation, constructed on a prepared course per these specifications and in conformity to the dimensions and typical cross-sections shown on the plans. MATERIALS 219-2.1 Aggregate. Recycled concrete aggregate shall consist of portland cement concrete (PCC) or other .. concrete containing pozzolanic binder material. The recycled concrete material shall be free of reinforcing steel and expansion material. Asphalt concrete overlays shall be removed from the PCC surface prior to pavement removal and crushing. Any full -slab asphalt concrete panels (used as a replacement for a removed PCC slab) shall also be removed. An incidental amount of recycled asphalt concrete pavement and other foreign material may be present in the recycled concrete aggregate. Recycled concrete aggregate base course shall consist of at least 90%, by weight, Portland cement concrete, with the remaining 10% consisting of the following materials: Virgin aggregates may be added to meet the 90% minimum PCC requirement. The percentage of wood, brick, mica, schist, other friable materials, and asphalt concrete shall be determined by weighing that material retained on the No. 4 sieve, and dividing by the total weight of recycled concrete aggregate material retained on the No. 4 sieve. The fine aggregate shall be produced by crushing stone, gravel, slag, or recycled concrete that meet the requirements for wear and soundness specified for coarse aggregate. Fine aggregate may be added to produce the correct gradation. The amount of flat and elongated particles in recycled concrete aggregate shall not exceed 20% for the fraction retained on the 1/2 inch (12 mm) sieve nor 20% for the fraction passing the 1/2 inch (12 mm) sieve when tested per ASTM D4791. A flat particle is one having a f width to thickness ratio greater than 3; an elongated particle is one having a length to width ratio greater than 3. �+ The percentage of wear shall not be greater than 45% when tested per ASTM C131. The sodium sulfate soundness test (ASTM C88) requirement is waived for recycled concrete aggregate. The fraction passing the No. 40 (0.42 -mm) sieve shall have a liquid limit no greater than 25 and a plasticity index of not more than four (4) when tested per ASTM D4318. The fine aggregate shall have a minimum sand equivalent value of 35 when tested per ASTM D2419. a. Sampling and testing. Recycled concrete aggregate samples for preliminary testing shall be • furnished by the Contractor prior to the start of base construction. All tests for initial aggregate submittals Taxiways "D" and E" P-219-1 Recycled Concrete Aggregate Base Course Sebastian Municipal Airport ow Wood 0.1 % maximum Brick, mica, schist, or other friable materials 4% maximum Asphalt concrete 10% maximum Virgin aggregates may be added to meet the 90% minimum PCC requirement. The percentage of wood, brick, mica, schist, other friable materials, and asphalt concrete shall be determined by weighing that material retained on the No. 4 sieve, and dividing by the total weight of recycled concrete aggregate material retained on the No. 4 sieve. The fine aggregate shall be produced by crushing stone, gravel, slag, or recycled concrete that meet the requirements for wear and soundness specified for coarse aggregate. Fine aggregate may be added to produce the correct gradation. The amount of flat and elongated particles in recycled concrete aggregate shall not exceed 20% for the fraction retained on the 1/2 inch (12 mm) sieve nor 20% for the fraction passing the 1/2 inch (12 mm) sieve when tested per ASTM D4791. A flat particle is one having a f width to thickness ratio greater than 3; an elongated particle is one having a length to width ratio greater than 3. �+ The percentage of wear shall not be greater than 45% when tested per ASTM C131. The sodium sulfate soundness test (ASTM C88) requirement is waived for recycled concrete aggregate. The fraction passing the No. 40 (0.42 -mm) sieve shall have a liquid limit no greater than 25 and a plasticity index of not more than four (4) when tested per ASTM D4318. The fine aggregate shall have a minimum sand equivalent value of 35 when tested per ASTM D2419. a. Sampling and testing. Recycled concrete aggregate samples for preliminary testing shall be • furnished by the Contractor prior to the start of base construction. All tests for initial aggregate submittals Taxiways "D" and E" P-219-1 Recycled Concrete Aggregate Base Course Sebastian Municipal Airport ow 00 necessary to determine compliance with the specification requirements will be made by the Engineer at no expense to the Contractor. Samples of recycled concrete aggregate shall be furnished by the Contractor at the start of production and at intervals during production. The sampling points and intervals will be designated by the Engineer. The samples will be the basis of approval of specific lots of recycled concrete aggregate for the quality requirements. Samples of recycled concrete aggregate to check gradation shall be taken at least once daily. Sampling shall be per ASTM D75, and testing shall be per ASTM C136 and ASTM C117. .. b. Gradation requirements. The gradation (job mix) of the final mixture shall fall within the design range indicated in the following table, when tested per ASTM Cl 17 and ASTM C136. The final gradation shall be continuously graded from coarse to fine and shall not vary from the low limit on one sieve to the high limit on an adjacent sieve or vice versa. Requirements for Gradation Of Recycled Concrete Aggregate Base Sieve Size Percentage by Weight Passing Sieves Job Mix Tolerances Percent 2 inch (50 mm) 100 1-1/2 inch (38 mm) 95-100 t5 1 inch (25 mm) 70-95 f8 3/4 inch (19 mm) 55-85 t8 No. 4 (4.75 mm) 30-60 t8 No. 30 (0.60 mm) 12-30 f5 No. 200 (0.075 mm) 0 - 5 f3 The job mix tolerances in the table shall be applied to the job mix gradation to establish a job control gradation band. The full tolerance still will apply if application of the tolerances results in a job control gradation band outside the design range. EQUIPMENT 219-3.1 General. All equipment necessary to mix, transport, place, compact, and finish the recycled concrete aggregate base course shall be furnished by the Contractor. The Contractor shall provide written certification to the Engineer that all equipment meets the requirements for this section. The equipment shall be inspected by the Engineer at the job site prior to the start of construction operations. 219-3.2 Mixing equipment. Base course shall be thoroughly mixed in a plant suitable for recycled concrete aggregate. The mixer shall be a batch or continuous -flow type equipped with a calibrated metering and feeding device that introduce the aggregate and water into the mixer in specified quantities. If necessary, a screening device shall be installed to remove oversized material greater than 2 inches (50 mm) from the recycled concrete aggregate feed. The Engineer shall have access to the plant at all times for inspection of the plant's equipment and operation and for sampling the mixed recycled concrete aggregate materials. 219-3.3 Hauling equipment. The mixed recycled concrete aggregate base course shall be transported from the plant to the job site in hauling equipment having beds that are smooth, clear, and tight. Truck bed covers Taxiways "D" and E" P-219-2 Recycled Concrete Aggregate Base Course Sebastian Municipal Airport "^ sA M shall be provided and used to protect the mixed recycled concrete aggregate base course from rain during .. transport. 219-3.4 Placing equipment. Recycled concrete aggregate shall be placed using a mechanical spreader or machine capable of receiving, spreading, and shaping the material into a uniform layer or lift without segregation. The placing equipment shall be equipped with a strike off plate that can be adjusted to the layer thickness. The placing equipment shall have two end gates or cut off plates, so that the recycled concrete aggregate may be spread up to a lane width. 219-3.5 Compaction equipment. Recycled concrete aggregate base course shall be compacted using one .0 or a combination of the following pieces of equipment: steel -wheeled roller; vibratory roller; pneumatic - tire roller; and/or hand -operated power tampers (for areas inaccessible to rollers). 219-3.6 Finishing equipment. Trimming of the compacted recycled concrete aggregate to meet surface requirements shall be accomplished using a self-propelled grader or trimming machine, with a mold board cutting edge of 12 feet (3.7 m) minimum width automatically controlled by sensors in conjunction with an independent grade control from a taut stringline. Stringline will be required on both sides of the sensor r. controls for all lanes. _ CONSTRUCTION METHODS 219-4.1 Weather limitations. Construction is allowed only when the atmospheric temperature is at or above 35°F (2°C). When the temperature falls below 35°F (2°C), the Contractor shall protect all completed areas against detrimental effects of freezing. The Contractor shall repair any areas damaged by freezing, rainfall, or other weather conditions. 219-4.2 Preparing underlying course. The underlying course shall be checked by the Engineer before .. placing and spreading operations are started. Any ruts or soft yielding places caused by improper drainage conditions, hauling, or any other cause shall be corrected at the Contractor's expense before the base course is placed there. Material shall not be placed on frozen material. To protect the existing layers and to ensure proper drainage, the spreading of the recycled concrete aggregate base course shall begin along the centerline of the pavement on a crowned section or on the greatest contour elevation of a pavement with a variable uniform cross slope. 219-4.3 Grade control. Grade control between the edges of the recycled concrete aggregate base course lanes shall be accomplished by grade stakes, steel pins, or forms placed in lanes parallel to the centerline and at intervals of 50 feet (15 m) or less on the longitudinal grade and 25 feet (7.5 m) or less on the transverse grade. 219-4.4 Mixing. The recycled concrete shall be uniformly blended during crushing operations and mixed with water in a mixing plant suitable for recycled concrete aggregate. The plant shall blend and mix the materials to meet the specifications and to secure the proper moisture content for compaction. 219-4.5 Placing. The recycled concrete aggregate base material shall be placed on the moistened subgrade or base in layers of uniform thickness with an approved mechanical spreader. The maximum depth of a compacted layer shall be 6 inches (150 mm). If the total depth of the compacted material is more than 6 inches (150 mm), it shall be constructed in two or more layers. In multi -layer construction, the material shall be placed in approximately equal -depth layers. The previously constructed layer shall be cleaned of loose and foreign material prior to placing the next layer. The surface of the compacted material shall be kept moist until covered with the next layer. Taxiways "D" and E" P-219-3 Recycled Concrete Aggregate Base Course Sebastian Municipal Airport 0 Adjustments in placing procedures or equipment shall be made to obtain grades, to minimize segregation grading, to adjust the water content, and to ensure an acceptable recycled concrete aggregate base course. 219-4.6 Compaction. Immediately after completion of the spreading operations, the recycled concrete aggregate shall be compacted. The number, type, and weight of rollers shall be sufficient to compact the material to the required density. ., Each layer of the recycled concrete aggregate base course shall be compacted to the required density using the compaction equipment. The moisture content of the material during placing operations shall be within fl -1/2 percentage points of the optimum moisture content as determined by ASTM D698. .. The compaction shall continue until each layer has reached compaction that is at least 100% of the laboratory maximum density through the full depth of the layer. The Contractor shall make adjustments in compacting or finishing techniques to obtain true grades, to minimize segregation and degradation, to reduce or increase water content and to ensure a satisfactory base course. Any unsatisfactory materials shall be removed and replaced with satisfactory material or reworked, to meet the requirements of this specification. .. 219-4.7 Acceptance sampling and testing for density. The Engineer shall perforin all density tests. Recycled concrete aggregate shall be accepted for density on a lot basis. A lot will consist of one day's production where it does not exceed 2,400 square yards (2000 sq m) per lift. A lot will consist of one-half day's production, where a day's production is between 2,400 and 4,800 square yards (2000 and 4000 sq m) per lift. Each lot shall be divided into two equal sublots. One density test shall be made for each sublot and shall .. consist of the average of two random locations for density determination. Sampling locations will be determined by the Engineer on a random basis per ASTM D3665. Each lot will be accepted for gradation when it falls within the limits and tolerances shown in the table above when tested per ASTM Cl 17 and ASTM C131. If the proper gradation is not attained the gradation test will be repeated. If the re -test does not indicate gradations within the limits of the table above, the entire lot shall be rejected and replaced by the Contractor at the Contractor's expense. Each lot will be accepted for density when the field density is at least 100% of the maximum density of laboratory specimens prepared from samples of the base course material. The specimens shall be compacted and tested per ASTM D698. The in-place field density shall be determined per ASTM D1556. (Test in accordance with ASTM D4718 if greater than 30% is retained on the 3/4 inch sieve) or ASTM D2167 or ASTM D6938. The field density shall be determined in accordance with ASTM D6938 using Procedure A, the direct transmission method and the machines shall be calibrated in accordance with per ASTM D6938. When using the nuclear method, ASTM D4643 shall be used to determine the moisture content of the material. If the specified density is not attained, the entire lot shall be reworked and two additional random tests made. This procedure shall be followed until the specified density is reached. 219-4.8 Finishing. The surface of the recycled concrete aggregate base course shall be finished by equipment designed for this purpose. Adding a thin layer of material to the top of the base course to meet grade shall not be allowed. If the .+ elevation of the layer is 1/2 inch (12 mm) or more below grade, the layer shall be scarified to a depth of at least 3 inches (75 mm), new material added, and the layer shall be recompacted. If the finished surface is above plan grade, it shall be cut back to grade and rerolled. The grade shall be measured on a maximum 25 -foot (7.5-m) grid (longitudinal and transverse). Thickness results shall be furnished to the Engineer daily for acceptance determination. Should the surface become rough, corrugated, uneven in texture, or traffic marked prior to completion, the unsatisfactory portion shall be scarified, and recompacted or replaced at the Contractor's expense. Taxiways "D" and E" P-219-4 Recycled Concrete Aggregate Base Course Sebastian Municipal Airport "°� L1 219-4.9 Surface tolerances. The finished surface shall not vary more than 3/8 inch (9 mm) when tested .. with a 12 -foot (3.7-m) straightedge applied parallel with or at right angles to the centerline. The Contractor shall correct any deviation in excess of this amount, at the Contractor's expense. 219-4.10 Thickness control. The completed thickness of the base course shall be within 1/2 inch (12 mm) of the design thickness. Four thickness determinations shall be made for each lot of material placed. Each lot shall be divided into four equal sublots and one test shall be made for each sublot. Sampling locations will be determined per ASTM D3665. Where the thickness is y more than 1/2 inch (12 mm) deficient, the .,� Contractor, at his or her expense, shall correct the areas by excavating to the required depth and replacing with new material. Additional test holes may be required to identify the limits of deficient areas. 219-4.11 Traffic. Equipment used in construction may be routed over completed portions of the base .. course, provided there is no damage to the base course. The equipment shall be routed evenly over the full width of the base course to avoid rutting or uneven compaction. 219-4.12 Maintenance. The base course shall be maintained until the base course is completed and accepted. Maintenance will include immediate repairs to any defects and shall be repeated as often as necessary to keep the completed work intact. The Contractor, at his or her expense, will rework any area of the recycled concrete aggregate base course that is damaged. METHOD OF MEASUREMENT 219-5.1 The quantity of shell base course shall be the number of cubic yards of base course material placed, bonded, and accepted in the completed base course. The quantity of base course material shall be measured in final position based upon depth tests or cores taken by the Contractor as directed by the Engineer, at the rate of one (1) depth test for each 300 square yards (250 sq m) of base course. On individual depth r measurements, thicknesses more than 1/2 inch in excess of that shown on the plans shall be considered as specified thickness, plus 1/2 inch in computing the yardage for payment. Base materials shall not be included in any other excavation quantities. BASIS OF PAYMENT 219-6.1 Payment shall be made at the contract unit price per cubic yard for recycled concrete aggregate base course. This price shall be full compensation for furnishing all materials, for preparing and placing these materials, and for all labor, equipment tools, and incidentals necessary to complete the item. Payment will be made under: Item P-219 Recycled Concrete Aggregate Base Course - per cubic yard TESTING REQUIREMENTS ASTM C29 Standard Test Method for Bulk Density ("Unit Weight") and Voids in Aggregate ASTM C88 Standard Test Method for Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate .� ASTM D75 Standard Practice for Sampling Aggregates ASTM Cl 17 Standard Test Method for Materials Finer than 75 µm (No. 200) Sieve in Mineral Aggregates by Washing am go Taxiways "D" and E" P-219-5 Recycled Concrete Aggregate Base Course Sebastian Municipal Airport ASTM C131 Standard Test Method for Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine , ASTM C136 Standard Test Method for Sieve or Screen Analysis of Fine and Coarse Aggregate ASTM D698 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft' (600 kN-m/m')) ASTM D1556 Standard Test Method for Density and Unit Weight of Soil in Place by the Sand Cone Method ASTM D1557 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-lbf/ft (2700 kN-m/m')) ASTM D2167 Standard Test Method for Density and Unit Weight of Soil in Place by the Rubber- .. Balloon Method ASTM D2419 Standard Test Method for Sand Equivalent Value of Soils and Fine Aggregate ASTM D3665 Standard Practice for Random Sampling of Construction Materials ASTM D4318 Standard Test Methods for Liquid Limit, Plastic Limit, and Plasticity Index of Soils ASTM D4643 Standard Test Method for Determination of Water (Moisture) Content of Soil by Microwave Oven Heating ASTM D4718 Standard Practice for Correction of Unit Weight and Water Content for Soils Containing Oversize Particles ASTM D4791 Standard Test Method for Flat Particles, Elongated Particles, or Flat and Elongated Particles in Coarse Aggregate ASTM D6938 Standard Test Method for In -Place Density and Water Content of Soil and Soil - Aggregate by Nuclear Methods (Shallow Depth) Taxiways "D" and E" Sebastian Municipal Airport END OF ITEM P-219 P-219-6 Concrete Aggregate Base r M Item P-401 Hot Mix Asphalt (HMA) Pavements r DESCRIPTION 401-1.1 This item shall consist of pavement courses composed of mineral aggregate and asphalt cement binder (asphalt binder) mixed in a central mixing plant and placed on a prepared course in accordance with these specifications and shall conform to the lines, grades, thicknesses, and typical cross-sections shown on the plans. Each course shall be constructed to the depth, typical section, and elevation required by the plans and shall be rolled, finished, and approved before the placement of the next course. .0 MATERIALS 401-2.1 Aggregate. Aggregates shall consist of crushed stone, crushed gravel, crushed slag, screenings, natural sand and mineral filler, as required. The aggregates should be free of ferrous sulfides, such as pyrite, .� that would cause "rust" staining that can bleed through pavement markings. The portion retained on the No. 4 (4.75 mm) sieve is coarse aggregate. The portion passing the No. 4 (4.75 mm) sieve and retained on the No. 200 (0.075 mm) sieve is fine aggregate, and the portion passing the No. 200 (0.075 mm) sieve is r mineral filler. r a. Coarse aggregate. Coarse aggregate shall consist of sound, tough, durable particles, free from films of matter that would prevent thorough coating and bonding with the bituminous material and free from organic matter and other deleterious substances. The percentage of wear shall not be greater than 40% when tested in accordance with ASTM C131. The sodium sulfate soundness loss shall not exceed 12%, or the magnesium sulfate soundness loss shall not exceed 18%, after five cycles, when tested in accordance with ASTM C88. Clay lumps and friable particles shall not exceed 1.0% when tested in accordance with ASTM C142. Aggregate shall contain at least 50 percent by weight of individual pieces having two or more fractured faces and 65 percent by weight having at least one fractured face. The area of each face shall be equal to at least 75% of the smallest midsectional area of the piece. When two fractured faces are contiguous, the angle between the planes of fractures shall be at least 30 degrees to count as two fractured faces. Fractured faces shall be achieved by crushing. The aggregate shall not contain more than a total of 8%, by weight, of flat particles, elongated particles, ON and flat and elongated particles, when tested in accordance with ASTM D4791 with a value of 5:1. �. b. Fine aggregate. Fine aggregate shall consist of clean, sound, tough, durable, angular shaped particles produced by crushing stone, slag, or gravel that meets the requirements for wear and soundness specified for coarse aggregate. The aggregate particles shall be free from coatings of clay, silt, or other objectionable matter. The fine aggregate, including any blended material for the fine aggregate, shall have a plasticity index of not more than six (6) and a liquid limit of not more than 25 when tested in accordance with ASTM r D4318. r Taxiways "D" and "E" P-401-1 Hot Mix Asphalt (HMA) Pavements Sebastian Municipal Airport M M The soundness loss shall not exceed 10% when sodium sulfate is used or 15% when magnesium sulfate is used, after five cycles, when tested per ASTM C88. Clay lumps and friable particles shall not exceed 1.0%, by weight, when tested in accordance with ASTM C142. Natural (non -manufactured) sand may be used to obtain the gradation of the aggregate blend or to improve the workability of the mix. The amount of sand to be added will be adjusted to produce mixtures conforming to requirements of this specification. The fine aggregate shall not contain more than 15% natural sand by weight of total aggregates. If used, the natural sand shall meet the requirements of ASTM .. D1073 and shall have a plasticity index of not more than six (6) and a liquid limit of not more than 25 when tested in accordance with ASTM D4318. The aggregate shall have sand equivalent values of 45 or greater when tested in accordance with ASTM D2419. c. Sampling. ASTM D75 shall be used in sampling coarse and fine aggregate, and ASTM C183 shall be used in sampling mineral filler. 401-2.2 Mineral filler. If filler, in addition to that naturally present in the aggregate, is necessary, it shall meet the requirements of ASTM D242. 401-2.3 Asphalt cement binder. Asphalt cement binder shall conform to AASHTO M 332-14 Performance Grade (PG) 67-22. A certificate of compliance from the manufacturer shall be included with the mix design .. submittal. The supplier's certified test report with test data indicating grade certification for the asphalt binder shall be provided to the Engineer for each load at the time of delivery to the mix plant. A certified test report with test data indicating grade certification for the asphalt binder shall also be provided to the Engineer for any modification of the asphalt binder after delivery to the mix plant and before use in the HMA. 401-2.4 Preliminary material acceptance. Prior to delivery of materials to the job site, the Contractor shall submit certified test reports to the Engineer for the following materials: a. Coarse aggregate: (1) Percent of wear (2) Soundness (3) Clay lumps and friable particles (4) Percent fractured faces (5) Flat and elongated particles b. Fine aggregate: (1) Liquid limit and Plasticity index (2)Soundness (3) Clay lumps and friable particles (4) Percent natural sand (5) Sand equivalent Taxiways "D" and "E" P401-2 Hot Mix Asphalt (HMA) Pavements Sebastian Municipal Airport '� on c. Mineral filler. d. Asphalt binder. Test results for asphalt binder shall include temperature/viscosity charts for mixing and compaction temperatures. The certifications shall show the appropriate AASHTO material specification and ASTM tests as applicable for each material, the test results, and a statement that the material meets the specification requirement. .., The Engineer may request samples for testing, prior to and during production, to verify the quality of the materials and to ensure conformance with the applicable specifications. 401-2.5 Anti -stripping agent. Any anti -stripping agent or additive if required shall be heat stable, shall not .. change the asphalt cement viscosity beyond specifications, shall contain no harmful ingredients, shall be added in recommended proportion by approved method, and shall be a material approved by the Department of Transportation of the State in which the project is located. COMPOSITION 401-3.1 Composition of mixture. The HMA mix shall be composed of a mixture of well -graded aggregate, filler and anti -strip agent if required, and asphalt binder. The several aggregate fractions shall be sized, handled in separate size groups, and combined in such proportions that the resulting mixture meets the grading requirements of the job mix formula (JMF). 401-3.2 Job mix formula (JMF). No hot -mixed asphalt (HMA) for payment shall be produced until a JMF has been approved in writing by the Engineer. The asphalt mix -design and JMF shall be prepared by an accredited laboratory that meets the requirements of paragraph 401-3.4. The HMA shall be designed using procedures contained in Asphalt Institute MS -2 Mix Design Manual, 7th Edition. ASTM D6926 shall be used for preparation of specimens using the manually held and operated hammer for the mix design procedure. ASTM D6927 shall be used for testing for Marshall stability and flow. If material variability exceeds the standard deviations indicated, the JMF and subsequent production targets shall be based on a stability greater than shown in Table 1 and the flow shall be targeted close to the mid-range of the criteria in order to meet the acceptance requirements. Tensile strength ratio (TSR) of the composite mixture, as determined by ASTM D4867, shall not be less than 75 when tested at a saturation of 70-80% or an anti -stripping agent shall be added to the HMA, as necessary, to produce a TSR of not less than 75 when tested at a saturation of 70-80%. If an anti -strip agent is required, it shall be provided by the Contractor at no additional cost to the Owner. The JMF shall be submitted in writing by the Contractor at least 30 days prior to the start of paving operations. The JMF shall be developed within the same construction season using aggregates currently ., being produced. The submitted JMF shall be stamped or sealed by the responsible professional Engineer of the laboratory and shall include the following items as a minimum: a. Percent passing each sieve size for total combined gradation, individual gradation of all aggregate stockpiles and percent by weight of each stockpile used in the job mix formula. b. Percent of asphalt cement. c. Asphalt performance grade and type of modifier if used. d.Number of blows per side of molded specimen.. e. Laboratory mixing temperature. Taxiways "D" and `B" P401-3 Hot Mix Asphalt (HMA) Pavements Sebastian Municipal Airport L Laboratory compaction temperature. g. Temperature -viscosity relationship of the PG asphalt cement binder showing acceptable range of mixing and compaction temperatures; and for modified binders include supplier recommended mixing and compaction temperatures. h. Plot of the combined gradation on a 0.45 power gradation curve. i. [Graphical plots of stability, flow, air voids, voids in the mineral aggregate, and unit weight versus asphalt contentJ. j. Specific Gravity and absorption of each aggregate. k. Percent natural sand. I. Percent fractured faces. in. Percent by weight of flat particles, elongated particles, and flat and elongated particles (and criteria). n. Tensile Strength Ratio (TSR). o. Anti -strip agent (if required). p. Date the JMF was developed. Mix designs that are not dated or which are from a prior construction season shall not be accepted. The Contractor shall submit to the Engineer the results of verification testing of three (3) asphalt samples prepared at the optimum asphalt content. The average of the results of this testing shall indicate conformance with the JMF requirements specified in Tables l and 3. When the project requires asphalt mixtures of differing aggregate gradations, a separate JMF and the results .. of JMF verification testing shall be submitted for each mix. The JMF for each mixture shall be in effect until a modification is approved in writing by the Engineer. Should a change in sources of materials be made, a new JMF must be submitted within 15 days and approved by the Engineer in writing before the new material is used. After the initial production JMF has been approved by the Engineer and a new or modified JMF is required for whatever reason, the subsequent cost of the Engineer's approval of the new or modified IMF, including a new test strip when required by the engineer, will be home by the Contractor. There will be no time extension given or considerations for extra costs associated with the stoppage of production paving or restart of production paving due to the time needed for the Engineer to approve the initial, new or modified JMF. .� The Marshall Design Criteria applicable to the project shall meet the criteria specified in Table 1. Table 1. Marshafl Design Criteria Test Property Value Number of blows 50 Stability, pounds (Newtons) minimum 1350 Flow, 0.01 in. (0.25 mm) 10-18 Taxiways "D" and "E" P-401-4 Hot Mix Asphalt (HMA) Pavements Sebastian Municipal Airport me M OR Test Property Value Air voids (%) 3.5 Percent voids in mineral See Table 2 aggregate, minimum 79-99 Table 2. Minimum Percent Voids In Mineral Aggregate (VMA) Aggregate (See Table 3) Minimum VMA Gradation 2 15% The mineral aggregate shall be of such size that the percentage composition by weight, as determined by laboratory sieves, will conform to the gradation or gradations specified in Table 3 when tested in accordance .. with ASTM C136 and ASTM C117. M M The gradations in Table 3 represent the limits that shall determine the suitability of aggregate for use from the sources of supply; be well graded from coarse to fine and shall not vary from the low limit on one sieve to the high limit on the adjacent sieve, or vice versa. Table 3. Aggregate - HMA Pavements Sieve Size Percentage by Weight Passing Sieve I inch (25 mm) -- 3/4 inch (19 mm) 100 1/2 inch (12 mm) 79-99 3/8 inch (9 mm) 68-88 No. 4 (4.75 mm) 48-68 No. 8 (2.36 mm) 33-53 No. 16 (1.18 mm) 20-40 No. 30 (0.60 mm) 14-30 No. 50 (0.30 mm) 9-21 No. 100 (0.15 mm) 6-16 No. 200 (0.075 mm) 3-6 Asphalt Percent: Stone or gravel 5.0-7.5 The aggregate gradations shown are based on aggregates of uniform specific gravity. The percentages passing the various sieves shall be corrected when aggregates of varying specific gravities are used, as .R indicated in the Asphalt Institute MS -2 Mix Design Manual, 7th Edition. Taxiways "D" and "E" P-401-5 Hot Mix Asphalt (HMA) Pavements Sebastian Municipal Airport 00 ^ 401-3.3 Reclaimed asphalt pavement (RAP). RAP shall not be used. 401-3.4 Job mix formula (JMF) laboratory. The Contractor's laboratory used to develop the JMF shall be accredited in accordance with ASTM D3666. The laboratory accreditation must be current and listed on the accrediting authority's website. All test methods required for developing the JMF must be listed on the lab accreditation. A copy of the laboratory's current accreditation and accredited test methods shall be submitted to the Engineer prior to start of construction. 401-3.5 Test section. Prior to full production, the Contractor shall prepare and place a quantity of HMA ^ according to the JMF. The amount of HMA shall be sufficient to construct a test section 300 feet long and 20 feet wide, placed in two lanes, with a longitudinal cold joint, and shall be of the same depth specified for the construction of the course which it represents. A cold joint for this test section is an exposed ^ construction joint at least four (4) hours old or whose mat has cooled to less than 160°F (71°C). The cold joint must be cut back using the same procedure that will be used during production in accordance with 401-4.13. The underlying grade or pavement structure upon which the test section is to be constructed shall be the same as the remainder of the course represented by the test section. The equipment used in construction of the test section shall be the same type and weight to be used on the remainder of the course represented by the test section. _ The test section shall be evaluated for acceptance as a single lot in accordance with the acceptance criteria in paragraph 401-5.1 and 401-5.2. The test section shall be divided into equal sublots. As a minimum the test section shall consist of three (3) sublots. The test section shall be considered acceptable if (1) stability, flow, mat density, air voids, and joint density are 90% or more within limits, (2) gradation and asphalt content are within the action limits specified in paragraphs 401-6.5a and 5b, and (3) the voids in the mineral aggregate are within the limits of Table 2. If the initial test section should prove to be unacceptable, the necessary adjustments to the JMF, plant operation, placing procedures, and/or rolling procedures shall be made. A second test section shall then be placed. If the second test section also does not meet specification requirements, both sections shall be removed at the Contractor's expense. Additional test sections, as required, shall be constructed and evaluated for conformance to the specifications. Any additional sections that are not acceptable shall be removed at the Contractor's expense. Full production shall not begin until an acceptable test section has been constructed and accepted in writing by the Engineer. Once an acceptable test section has been placed, payment for the initial test section and the section that meets specification requirements shall be made in accordance with paragraph 401-8.1. Job mix control testing shall be performed by the Contractor at the start of plant production and in conjunction with the calibration of the plant for the JMF. If aggregates produced by the plant do not satisfy the gradation requirements or produce a mix that meets the JMF, it will be necessary to reevaluate and redesign the mix using plant -produced aggregates. Specimens shall be prepared and the optimum asphalt content determined in the same manner as for the original JMF tests. ^ Contractor will not be allowed to place the test section until the Contractor Quality Control Program, showing conformance with the requirements of Paragraph 401-6.1, has been approved, in writing, by the Engineer. r� Taxiways "D" and "E" P-401-6 Hot Mix Asphalt (HMA) Pavements Sebastian Municipal Airport ^ ^ CONSTRUCTION METHODS 401-4.1 Weather limitations. The HMA shall not be placed upon a wet surface or when the surface temperature of the underlying course is less than specified in Table 4. The temperature requirements may be waived by the Engineer, if requested; however, all other requirements including compaction shall be w. met. Table 4. Surface Temperature Limitations of Underlying Course 401-4.2 HMA plant. Plants used for the preparation of HMA shall conform to the requirements of American Association of State Highway and Transportation Officials (AASHTO) M156 with the following changes: Requirements for all plants include: a. Truck scales. The HMA shall be weighed on approved scales furnished by the Contractor, or on certified public scales at the Contractor's expense. Scales shall be inspected and sealed as often as the Engineer deems necessary to assure their accuracy. Scales shall conform to the requirements of the General Provisions, subsection 90-01. In lieu of scales, and as approved by the Engineer, HMA weight may be determined by the use of an electronic weighing system equipped with an automatic printer that weighs the total HMA production and as often thereafter as requested by the Engineer. b. Testing facilities. The Contractor shall ensure laboratory facilities are provided at the plant for the use of the Engineer. The lab shall have sufficient space and equipment so that both testing representatives (Engineer's and Contractor's) can operate efficiently. The lab shall meet the requirements of ASTM D3666 including all necessary equipment, materials, calibrations, current reference standards to comply with the specifications and a masonry saw with diamond blade for trimming pavement cores and samples. The plant testing laboratory shall have a floor space area of not less than 200 square feet (18.5 sq m), with a ceiling height of not less than 7-1/2 feet (2 m). The laboratory shall be weather tight, sufficiently heated in cold weather, air-conditioned in hot weather to maintain temperatures for testing purposes of 70°F f5°F (21°C t2.30C). The plant testing laboratory shall be located on the plant site to provide an unobstructed view, from one of its windows, of the trucks being loaded with the plant mix materials. In addition, the facility shall include the minimum: (1) Adequate artificial lighting. (2) Electrical outlets sufficient in number and capacity for operating the required testing equipment and drying samples. (3) A minimum of two (2) Underwriter's Laboratories approved fire extinguishers of the appropriate types and class. (4) Work benches for testing. (5) Desk with chairs and file cabinet. (6) Sanitary facilities convenient to testing laboratory. Taxiways "D" and "E" P401-7 Hot Mix Asphalt (HMA) Pavements Sebastian Municipal Airport Base Temperature (Minimum) Mat Thickness OF OC 3 inches (7.5 cm) or greater 40 4 Greater than 2 inches (50 mm) 45 7 but less than 3 inches (7.5 cm) 401-4.2 HMA plant. Plants used for the preparation of HMA shall conform to the requirements of American Association of State Highway and Transportation Officials (AASHTO) M156 with the following changes: Requirements for all plants include: a. Truck scales. The HMA shall be weighed on approved scales furnished by the Contractor, or on certified public scales at the Contractor's expense. Scales shall be inspected and sealed as often as the Engineer deems necessary to assure their accuracy. Scales shall conform to the requirements of the General Provisions, subsection 90-01. In lieu of scales, and as approved by the Engineer, HMA weight may be determined by the use of an electronic weighing system equipped with an automatic printer that weighs the total HMA production and as often thereafter as requested by the Engineer. b. Testing facilities. The Contractor shall ensure laboratory facilities are provided at the plant for the use of the Engineer. The lab shall have sufficient space and equipment so that both testing representatives (Engineer's and Contractor's) can operate efficiently. The lab shall meet the requirements of ASTM D3666 including all necessary equipment, materials, calibrations, current reference standards to comply with the specifications and a masonry saw with diamond blade for trimming pavement cores and samples. The plant testing laboratory shall have a floor space area of not less than 200 square feet (18.5 sq m), with a ceiling height of not less than 7-1/2 feet (2 m). The laboratory shall be weather tight, sufficiently heated in cold weather, air-conditioned in hot weather to maintain temperatures for testing purposes of 70°F f5°F (21°C t2.30C). The plant testing laboratory shall be located on the plant site to provide an unobstructed view, from one of its windows, of the trucks being loaded with the plant mix materials. In addition, the facility shall include the minimum: (1) Adequate artificial lighting. (2) Electrical outlets sufficient in number and capacity for operating the required testing equipment and drying samples. (3) A minimum of two (2) Underwriter's Laboratories approved fire extinguishers of the appropriate types and class. (4) Work benches for testing. (5) Desk with chairs and file cabinet. (6) Sanitary facilities convenient to testing laboratory. Taxiways "D" and "E" P401-7 Hot Mix Asphalt (HMA) Pavements Sebastian Municipal Airport r (7) Exhaust fan to outside air. (8) Sink with running water. Failure to provide the specified facilities shall be sufficient cause for disapproving HMA plant operations. Laboratory facilities shall be kept clean, and all equipment shall be maintained in proper working condition. The Engineer shall be permitted unrestricted access to inspect the Contractor's laboratory facility and witness quality control activities. The Engineer will advise the Contractor in writing of any noted deficiencies concerning the laboratory facility, equipment, supplies, or testing personnel and procedures. When the deficiencies are serious enough to be adversely affecting the test results, the incorporation of the materials into the work shall be suspended immediately and will not be permitted to resume until the deficiencies are satisfactorily corrected. .. c. Inspection of plant. The Engineer, or Engineer's authorized representative, shall have access, at all times, to all areas of the plant for checking adequacy of equipment; inspecting operation of the plant: verifying weights, proportions, and material properties; and checking the temperatures maintained in the preparation of the mixtures. d. Storage bins and surge bins. The HMA stored in storage and surge bins shall meet the same requirements as HMA loaded directly into trucks and may be permitted under the following conditions: (1) Stored in non -insulated bins for a period of time not to exceed three (3) hours. (2) Stored in insulated bins for a period of time not to exceed eight (8) hours. ^ If the Engineer determines that there is an excessive amount of heat loss, segregation, or oxidation of the HMA due to temporary storage, no temporary storage will be allowed. 401-4.3 Hauling equipment. Trucks used for hauling HMA shall have tight, clean, and smooth metal beds. ^ To prevent the HMA from sticking to the truck beds, the truck beds shall be lightly coated with a minimum amount of paraffin oil, lime solution, or other material approved by the Engineer. Petroleum products shall not be used for coating truck beds. Each truck shall have a suitable cover to protect the mixture from adverse .. weather. When necessary, to ensure that the mixture will be delivered to the site at the specified temperature, truck beds shall be insulated or heated and covers shall be securely fastened. 401-4.3.1 Material transfer vehicle (MTV). Material transfer vehicles are not required. ^ 401-4.4 HMA pavers. HMA pavers shall be self-propelled with an activated heated screed, capable of spreading and finishing courses of HMA that will meet the specified thickness, smoothness, and grade. The paver shall have sufficient power to propel itself and the hauling equipment without adversely affecting the finished surface. The paver shall have a receiving hopper of sufficient capacity to permit a uniform spreading operation. The hopper shall be equipped with a distribution system to place the HMA uniformly in front of the screed without segregation. The screed shall effectively produce a finished surface of the required evenness and texture without tearing, shoving, or gouging the mixture. If, during construction, it is found that the spreading and finishing equipment in use leaves tracks or indented areas, or produces other blemishes in the pavement that are not satisfactorily corrected by the scheduled operations, the use of such equipment shall be discontinued and satisfactory equipment shall be provided by the Contractor. ^ 401-4.4.1 Automatic grade controls. The HMA paver shall be equipped with a control system capable of automatically maintaining the specified screed elevation. The control system shall be automatically actuated from either a reference line and/or through a system of mechanical sensors or sensor -directed mechanisms or devices that will maintain the paver screed at a predetermined transverse slope and at the proper elevation Taxiways "D" and "E" P401-8 Hot Mix Asphalt (HMA) Pavements Sebastian Municipal Airport �' M to obtain the required surface. The transverse slope controller shall be capable of maintaining the screed at �. the desired slope within t0.1 %. The controls shall be capable of working in conjunction with any of the following attachments: .. a. Ski -type device of not less than 30 feet (9 m) in length. b. Taut string -line (wire) set to grade. c. Short ski or shoe. d. Laser control. 401-4.5 Rollers. Rollers of the vibratory, steel wheel, and pneumatic -tired type shall be used. They shall be in good condition, capable of operating at slow speeds to avoid displacement of the HMA. The number, type, and weight of rollers shall be sufficient to compact the HMA to the required density while it is still in a workable condition. .. All rollers shall be specifically designed and suitable for compacting HMA concrete and shall be properly used. Rollers that impair the stability of any layer of a pavement structure or underlying soils shall not be used. Depressions in pavement surfaces caused by rollers shall be repaired by the Contractor at their own .� expense. The use of equipment that causes crushing of the aggregate will not be permitted. 4014.6. Density device. The Contractor shall have on site a density gauge during all paving operations in ^ order to assist in the determination of the optimum rolling pattern, type of roller and frequencies, as well as to monitor the effect of the rolling operations during production paving. The Contractor shall also supply a qualified technician during all paving operations to calibrate the gauge and obtain accurate density readings .. for all new HMA. These densities shall be supplied to the Engineer upon request at any time during construction. No separate payment will be made for supplying the density gauge and technician. 4014.7 Preparation of asphalt binder. The asphalt binder shall be heated in a manner that will avoid local overheating and provide a continuous supply of the asphalt binder to the mixer at a uniform temperature. The temperature of unmodified asphalt binder delivered to the mixer shall be sufficient to provide a suitable viscosity for adequate coating of the aggregate particles, but shall not exceed 325°F (160°C) when added to the aggregate. The temperature of modified asphalt binder shall be no more than 350°F (175°C) when added to the aggregate. 4014.8 Preparation of mineral aggregate. The aggregate for the HMA shall be heated and dried. The .. maximum temperature and rate of heating shall be such that no damage occurs to the aggregates. The temperature of the aggregate and mineral filler shall not exceed 350°F (175°C) when the asphalt binder is added. Particular care shall be taken that aggregates high in calcium or magnesium content are not damaged by overheating. The temperature shall not be lower than is required to obtain complete coating and uniform .. distribution on the aggregate particles and to provide a mixture of satisfactory workability. 4014.9 Preparation of HMA. The aggregates and the asphalt binder shall be weighed or metered and .. introduced into the mixer in the amount specified by the JMF. The combined materials shall be mixed until the aggregate obtains a uniform coating of asphalt binder and is thoroughly distributed throughout the mixture. Wet mixing time shall be the shortest time that will produce a satisfactory mixture, but not less than 25 seconds for batch plants. The wet mixing time for all plants shall be established by the Contractor, based on the procedure for determining the percentage of coated particles described in ASTM D2489, for each individual plant and for each type of aggregate used. The wet mixing time will be set to achieve 95% of coated particles. For continuous mix plants, the minimum mixing time shall be determined by dividing .. the weight of its contents at operating level by the weight of the mixture delivered per second by the mixer. The moisture content of all HMA upon discharge shall not exceed 0.5%. Taxiways "D" and "E" P-401-9 Hot Mix Asphalt (HMA) Pavements Sebastian Municipal Airport M M M 401-4.10 Preparation of the underlying surface. Immediately before placing the HMA, the underlying course shall be cleaned of all dust and debris. A prime coat or tack coat shall be applied in accordance with Item P-602 or P-603, if shown on the plans. 401-4.11 Laydown plan, transporting, placing, and finishing. Prior to the placement of the HMA, the Contractor shall prepare a laydown plan for approval by the Engineer. This is to minimize the number of ., cold joints in the pavement. The laydown plan shall include the sequence of paving laydown by stations, width of lanes, temporary ramp locations, and laydown temperature. The laydown plan shall also include estimated time of completion for each portion of the work (that is, milling, paving, rolling, cooling, etc.). Modifications to the laydown plan shall be approved by the Engineer. .. The HMA shall be transported from the mixing plant to the site in vehicles conforming to the requirements of paragraph 401-4.3. Deliveries shall be scheduled so that placing and compacting of HMA is uniform with minimum stopping and starting of the paver. Hauling over freshly placed material shall not be permitted until the material has been compacted, as specified, and allowed to cool to atmospheric temperature. The alignment and elevation of the paver shall be regulated from outside reference lines established for this purpose for the first lift of all runway and taxiway pavements. Successive lifts of HMA surface course may be placed using a ski, or laser control per paragraph 401-4.4.1, provided grades of the first lift of HMA surface course meet the tolerances of paragraphs 401-5.2b(6) as verified by a survey. Contractor shall survey each lift of HMA surface course and certify to Engineer that every lot of each lift meets the grade tolerances of paragraph 401-5.2b(6) before the next lift can be placed. The initial placement and compaction of the HMA shall occur at a temperature suitable for obtaining density, surface smoothness, and other specified requirements but not less than 2507 (121°C). Edges of existing HMA pavement abutting the new work shall be saw cut and carefully removed as shown on the drawings and coated with asphalt tack coat before new material is placed against it. Upon arrival, the HMA shall be placed to the full width by a HMA paver. It shall be struck off in a uniform layer of such depth that, when the work is completed, it shall have the required thickness and conform to the grade and contour indicated. The speed of the paver shall be regulated to eliminate pulling and tearing of the HMA mat. Unless otherwise permitted, placement of the HMA shall begin along the centerline of a crowned section or on the high side of areas with a one-way slope. The HMA shall be placed in consecutive adjacent strips having a minimum width of U feet (m) except where edge lanes require less width to .. complete the area. Additional screed sections shall not be attached to widen paver to meet the minimum lane width requirements specified above unless additional auger sections are added to match. The longitudinal joint in one course shall offset the longitudinal joint in the course immediately below by at ^' least I foot (30 cm); however, the joint in the surface top course shall be at the centerline of crowned pavements. Transverse joints in one course shall be offset by at least 10 feet (3 m) from transverse joints in the previous course. Transverse joints in adjacent lanes shall be offset a minimum of 10 feet (3 m). On areas where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing equipment impractical, the HMA may be spread and luted by hand tools. ., Areas of segregation in the surface course, as determined by the Engineer, shall be removed and replaced at the Contractor's expense. The area shall be removed by saw cutting and milling a minimum of 2 inches (50 mm) deep. The area to be removed and replaced shall be a minimum width of the paver and a minimum of 10 feet (3 m) long. 401-4.12 Compaction of HMA. After placing, the HMA shall be thoroughly and uniformly compacted by power rollers. The surface shall be compacted as soon as possible when the HMA has attained sufficient Taxiways "D" and "E" P401-10 Hot Mix Asphalt (HMA) Pavements Sebastian Municipal Airport ^` M ., stability so that the rolling does not cause undue displacement, cracking or shoving. The sequence of rolling .� operations and the type of rollers used shall be at the discretion of the Contractor. The speed of the roller shall, at all times, be sufficiently slow to avoid displacement of the hot mixture and be effective in compaction. Any displacement occurring as a result of reversing the direction of the roller, or from any ., other cause, shall be corrected at once. Sufficient rollers shall be furnished to handle the output of the plant. Rolling shall continue until the surface is of uniform texture, true to grade and cross-section, and the required field density is obtained. To prevent adhesion of the HMA to the roller, the wheels shall be equipped with a scraper and kept properly moistened but excessive water will not be permitted. In areas not accessible to the roller, the mixture shall be thoroughly compacted with approved power driven tampers. Tampers shall weigh not less than 275 pounds (125 kg), have a tamping plate width not less than 15 inches (38 cm), be rated at not less than 4,200 vibrations per minute, and be suitably equipped with a standard tamping plate wetting device. .. Any HMA that becomes loose and broken, mixed with dirt, contains check -cracking, or in any way defective shall be removed and replaced with fresh hot mixture and immediately compacted to conform to the surrounding area. This work shall be done at the Contractor's expense. Skin patching shall not be allowed. 401-4.13 Joints. The formation of all joints shall be made in such a manner as to ensure a continuous bond between the courses and obtain the required density. All joints shall have the same texture as other sections ,. of the course and meet the requirements for smoothness and grade. The roller shall not pass over the unprotected end of the freshly laid HMA except when necessary to form a transverse joint. When necessary to form a transverse joint, it shall be made by means of placing a ., bulkhead or by tapering the course. The tapered edge shall be cut back to its full depth and width on a straight line to expose a vertical face prior to placing the adjacent lane. In both methods, all contact surfaces shall be coated with an asphalt tack coat before placing any fresh HMA against the joint. Longitudinal joints which have been left exposed for more than four (4) hours; the surface temperature has cooled to less than 175°F (80°C); or are irregular, damaged, uncompacted or otherwise defective shall be cut back 3 inches (75 mm) to 6 inches (150 mm) to expose a clean, sound, uniform vertical surface for the full depth of the course. All cutback material shall be removed from the project. Asphalt tack coat or other product approved by the Engineer shall be applied to the clean, dry joint, prior to placing any additional fresh HMA against the joint. Any laitance produced from cutting joints shall be removed by vacuuming and washing. The cost of this work shall be considered incidental to the cost of the HMA. 401-4.14 Saw -cut grooving. If shown on the plans, saw cut grooves shall be provided as specified in Item P-621. .. 401-4.15 Diamond grinding. When required, diamond grinding shall be accomplished by sawing with saw blades impregnated with industrial diamond abrasive. The saw blades shall be assembled in a cutting head mounted on a machine designed specifically for diamond grinding that will produce the required texture and smoothness level without damage to the pavement. The saw blades shall be 1/8 -inch (3 -mm) wide and there shall be a minimum of 55 to 60 blades per 12 inches (300 mm) of cutting head width; the actual number of blades will be determined by the Contractor and depend on the hardness of the aggregate. Each machine shall be capable of cutting a path at least 3 feet (0.9 m) wide. Equipment that causes ravels, aggregate fractures, spalls or disturbance to the pavement will not be permitted. The depth of grinding shall not exceed 1/2 inch (13mm) and all areas in which diamond grinding has been performed will be subject to the final pavement thickness tolerances specified. Grinding will be tapered in all directions to provide rr smooth transitions to areas not requiring grinding. Areas that have been ground will be sealed with a P-608 Taxiways "D" and "E" P-401-11 Hot Mix Asphalt (HMA) Pavements on Sebastian Municipal Airport W M M surface treatment as directed by the Engineer. It may be necessary to seal a larger area to avoid surface treatment creating any conflict with runway or taxiway markings. 401-4.16 Nighttime paving requirements. Paving during nighttime construction shall require the following: a. All paving machines, rollers, distribution trucks and other vehicles required by the Contractor for his operations shall be equipped with artificial illumination sufficient to safely complete the work. b. Minimum illumination level shall be twenty (20) horizontal foot-candles and maintained in the following areas: (1) An area of 30 feet (9 m) wide by 30 feet (9 m) long immediately behind the paving machines during the operations of the machines. (2) An area 15 feet (4.5 m) wide by 30 feet (9 m) long immediately in front and back of all rolling equipment, during operation of the equipment. (3) An area 15 feet (4.5 m) wide by 15 feet (4.5 m) long at any point where an area is being tack coated prior to the placement of pavement. c. As partial fulfillment of the above requirements, the Contractor shall furnish and use, complete artificial lighting units with a minimum capacity of 3,000 watt electric beam lights, affixed to all equipment in such a way to direct illumination on the area under construction. d. A lighting plan must be submitted by the Contractor and approved by the Engineer prior to the start of any nighttime work. .� MATERIAL ACCEPTANCE 401-5.1 Acceptance sampling and testing. Unless otherwise specified, all acceptance sampling and testing necessary to determine conformance with the requirements specified in this section will be performed by the Engineer at no cost to the Contractor except that coring as required in this section shall be completed and paid for by the Contractor. Testing organizations performing these tests shall be accredited in accordance with ASTM D3666. The laboratory accreditation must be current and listed on the accrediting authority's website. All test methods required for acceptance sampling and testing must be listed on the lab accreditation. A copy of the laboratory's current accreditation and accredited test methods shall be submitted to the Engineer prior to ., start of construction. All equipment in Contractor furnished laboratories shall be calibrated by an independent testing organization prior to the start of operations at the Contractor's expense. a. Hot mixed asphalt. Plant -produced HMA shall be tested for air voids and stability and now on a .. lot basis. Sampling shall be from material deposited into trucks at the plant or from trucks at the job site. Samples shall be taken in accordance with ASTM D979. A standard lot shall be equal to one day's production or 2000 tons (1814 metric tons) whichever is smaller. If the day's production is expected to exceed 2000 tons (1814 metric tons), but less than 4000 tons (3628 metric tons), the lot size shall be 1/2 day's production. If the day's production exceeds 4000 tons (3628 metric tons), the lot size shall be an equal sized fraction of the day's production, but shall not exceed .. 2000 tons (1814 metric tons). Where more than one plant is simultaneously producing HMA for the job, the lot sizes shall apply separately for each plant. Taxiways "D" and "E" P401-12 Hot Mix Asphalt (HMA) Pavements Sebastian Municipal Airport OR M (1) Sampling. Each lot will consist of four equal sublots. Sufficient HMA for preparation of test .n specimens for all testing will be sampled by the Engineer on a random basis, in accordance with the procedures contained in ASTM D3665. Samples will be taken in accordance with ASTM D979. The sample of HMA may be put in a covered metal tin and placed in an oven for not less than 30 ., minutes nor more than 60 minutes to stabilize to compaction temperature. The compaction temperature of the specimens shall be as specified in the JMF. (2) Testing. Sample specimens shall be tested for stability and flow in accordance with ASTM ., D6927. Air voids will be determined by the Engineer in accordance with ASTM D3203. One set of laboratory compacted specimens will be prepared for each sublot in accordance with ASTM D6926 at the number of blows required by paragraph 401-3.2, Table 1. Each set of laboratory compacted specimens will consist of three test specimens prepared from the same sample. The manual hammer in ASTM D6926 shall be used Prior to testing, the bulk specific gravity of each test specimen shall be measured by the Engineer in accordance with ASTM D2726 using the procedure for laboratory -prepared thoroughly dry specimens for use in computing air voids and pavement density. For air voids determination, the theoretical maximum specific gravity of the mixture shall be measured one time for each sublot in accordance with ASTM D2041. The value used in the air voids computation for each sublot shall be based on theoretical maximum specific gravity measurement for the sublot. The stability and flow for each sublot shall be computed by averaging the results of all test specimens representing that sublot. (3) Acceptance. Acceptance of plant produced HMA for stability, flow, and air voids shall be determined by the Engineer in accordance with the requirements of paragraph 401-5.2b. b. In-place HMA. HMA placed in the field shall be tested for mat and joint density on a lot basis. A standard lot shall be equal to one day's production or 2000 tons (1814 metric tons) whichever is smaller. If the day's production is expected to exceed 2000 tons (1814 metric tons), but less than 4000 tons (3628 metric tons), the lot size shall be 1/2 day's production. If the day's production exceeds 4000 tons (3628 metric tons), the lot size shall be an equal sized fraction of the day's production, but shall not exceed 2000 tons (1814 metric tons). .. (1) Mat density. The lot size shall be the same as that indicated in paragraph 401-5.1 a and shall be divided into four equal sublots. One core of finished, compacted HMA shall be taken by the Contractor from each sublot. Core locations will be determined by the Engineer on a random basis in accordance with procedures contained in ASTM D3665. Cores for mat density shall not be taken closer than one foot (30 cm) from a transverse or longitudinal joint. (2) Joint density. The lot size shall be the total length of longitudinal joints constructed by a lot of HMA as defined in paragraph 401-5.1a. The lot shall be divided into four equal sublots. One core of finished, compacted HMA shall be taken by the Contractor from each sublot. Core locations will be determined by the Engineer on a random basis in accordance with procedures contained in ASTM D3665. All cores for joint density shall be taken centered on the joint. The minimum core diameter for joint density determination shall be 5 inches (125 mm). (3) Sampling. Samples shall be neatly cut with a diamond core drill bit. Samples will be taken in accordance with ASTM D979. The minimum diameter of the sample shall be 5 inches (125 mm). Samples that are clearly defective, as a result of sampling, shall be discarded and another sample taken. The Contractor shall furnish all tools, labor, and materials for cutting samples, cleaning, and filling the cored Taxiways "D" and "E" P-401-13 Hot Mix Asphalt (HMA) Pavements Sebastian Municipal Airport M M pavement. Cored pavement shall be cleaned and core holes shall be filled in a manner acceptable to the Engineer and within one day after sampling. Laitance produced by the coring operation shall be removed immediately. The top most lift of HMA shall be completely bonded to the underlying layer. If any of the cores reveal that the surface is not bonded to the layer immediately below the surface then additional cores shall _ be taken as directed by the Engineer in accordance with paragraph 401-5.1b to determine the extent of any delamination. All delaminated areas shall be completely removed by milling to the limits and depth and replaced as directed by the Engineer at no additional cost. (4) Testing. The bulk specific gravity of each cored sample will be measured by the Engineer in accordance with ASTM D2726. Samples will be taken in accordance with ASTM D979. The percent compaction (density) of each sample will be determined by dividing the bulk specific gravity of each sublot sample by the average bulk specific gravity of all laboratory prepared specimens for the lot, as determined in paragraph 401-5.1a(2). The bulk specific gravity used to determine the joint density at joints formed between different lots shall be the lowest of the bulk specific gravity values from the two different lots. (5) Acceptance. Acceptance of field placed HMA for mat density will be determined by the �. Engineer in accordance with the requirements of paragraph 401-5.2b(1). Acceptance for joint density will be determined by the Engineer in accordance with the requirements of paragraph 401-5.2b(3). c. Partial lots. When operational conditions cause a lot to be terminated before the specified number of tests have been made for the lot, or when the Contractor and Engineer agree in writing to allow overages or other minor tonnage placements to be considered as partial lots, the following procedure will be used to adjust the lot size and the number of tests for the lot. ., The last batch produced where production is halted will be sampled, and its properties shall be considered as representative of the particular sublot from which it was taken. In addition, an agreed to minor placement will be sampled, and its properties shall be considered as representative of the particular sublot .. from which it was taken. Where three sublots are produced, they shall constitute a lot. Where one or two sublots are produced, they shall be incorporated into the next lot, and the total number of sublots shall be used in the acceptance plan calculation, that is, n = 5 or n = 6, for example. Partial lots at the end of asphalt production on the project shall be included with the previous lot. The lot size for field placed material shall correspond to that of the plant material, except that, in no cases, shall less than three (3) cored samples be obtained, that is, n = 3. 401-5.2 Acceptance criteria. a. General. Acceptance will be based on the following characteristics of the HMA and completed pavement as well as the implementation of the Contractor Quality Control Program and test results: (1) Air voids (2) Mat density (3) Joint density (4) Thickness (5) Smoothness (6) Grade (7) Stability (8) Flow Mat density and air voids will be evaluated for acceptance in accordance with paragraph 401- 5.2b(1).Stability and flow will be evaluated for acceptance in accordance with paragraph 401-5.2b(2). Joint density will be evaluated for acceptance in accordance with paragraph 401-5.2b(3). Taxiways "D" and "E" P-401-14 Hot Mix Asphalt (HMA) Pavements Sebastian Municipal Airport Thickness will be evaluated by the Engineer for compliance in accordance with paragraph 401-5.2b(4). Acceptance for smoothness will be based on the criteria contained in paragraph 401-5.2b(5). Acceptance for grade will be based on the criteria contained in paragraph 401-5.2b(7). The Engineer may at any time, reject and require the Contractor to dispose of any batch of HMA which �+ is rendered unfit for use due to contamination, segregation, incomplete coating of aggregate, or improper mix temperature. Such rejection may be based on only visual inspection or temperature measurements. In the event of such rejection, the Contractor may take a representative sample of the rejected material in the presence of the Engineer, and if it can be demonstrated in the laboratory, in the presence of the Engineer, that such material was erroneously rejected, payment will be made for the material at the contract unit price. b. Acceptance criteria. (1) Mat density and air voids. Acceptance of each lot of plant produced material for mat density and air voids shall be based on the percentage of material within specification limits (PWL). If the PWL of the lot equals or exceeds 90%, the lot shall be acceptable. Acceptance and payment shall be determined in accordance with paragraph 401-8.1. (2) Stability and flow. Acceptance of each lot of plant produced HMA for stability and flow shall be based on the PWL. If the PWL of the lot equals or exceeds 90%, the lot shall be acceptable. If the PWL is less than 90%, the Contractor shall determine the reason and take corrective action. If the PWL is below 80%, the Contractor must stop production until the reason for poor stability and/or flow has been determined and adjustments to the HMA are made. (3) Joint density. Acceptance of each lot of plant produced HMA for joint density shall be based on the PWL. If the PWL of the lot is equal to or exceeds 90%, the lot shall be considered acceptable. If the PWL is less than 90%, the Contractor shall evaluate the reason and act accordingly. If the PWL is less than 80%, the Contractor shall cease operations and until the reason for poor compaction has been determined. If the PWL is less than 71%, the pay factor for the lot used to complete the joint shall be reduced by five (5) percentage points. This lot pay factor reduction shall be incorporated and evaluated in accordance with paragraph 401-8.1. (4) Thickness. Thickness of each lift of surface course shall be evaluated by the Engineer for �+ compliance to the requirements shown on the plans. Measurements of thickness shall be made by the Engineer using the cores extracted for each sublot for density measurement. The maximum allowable deficiency at any point shall not be more than 1/4 inch (6 mm) less than the thickness indicated for the lift. Average thickness of lift, or combined lifts, shall not be less than the indicated thickness. Where the thickness tolerances are not met, the lot or sublot shall be corrected by the Contractor at his expense by removing the deficient area and replacing with new pavement. The Contractor, at his expense, may take additional cores as approved by the Engineer to circumscribe the deficient area. (5) Smoothness. The final surface shall be free from roller marks. After the final rolling, but not later than 24 hours after placement, the surface of each lot shall be tested in both longitudinal and transverse directions for smoothness to reveal all surface irregularities exceeding the tolerances specified. The Contractor shall furnish paving equipment and employ methods that produce a surface for each pavement lot having an average profile index meeting the requirements of paragraph 401-8.1 d when evaluated with a profilograph; and the finished surface course of the pavement shall not vary more than 1/4 inch (6mm) .+ when evaluated with a 12 -foot (3.7m) straightedge. When the surface course smoothness exceeds specification tolerances which cannot be corrected by diamond grinding of the surface course, full depth removal and replacement of surface course corrections shall be to the limit of the longitudinal placement. Corrections involving diamond grinding will be subject to the final pavement thickness tolerances specified. Taxiways "D" and "E" P-401-15 Hot Mix Asphalt (HMA) Pavements Sebastian Municipal Airport M The Contractor shall apply a surface treatment per Item P-608 or P-609 to all areas that have been subject to grinding as directed by the Engineer. (a) Transverse measurements. Transverse measurements will be taken for each lot placed. Transverse measurements will be taken perpendicular to the pavement centerline each 50 feet (15m) or more often as determined by the Engineer. (i) Testing shall be continuous across all joints, starting with one-half the length of the straightedge at the edge of pavement section being tested and then moved ahead one-half the length of the straightedge for each successive measurement. Smoothness readings will not be made across grade changes .. or cross slope transitions; at these transition areas, the straightedge position shall be adjusted to measure surface smoothness and not design grade or cross slope transitions. The amount of surface irregularity shall be determined by placing the freestanding (unleveled) straightedge on the pavement surface and allowing it to rest upon the two highest spots covered by its length, and measuring the maximum gap between the straightedge and the pavement surface in the area between these two high points. High spots on final surface course > 1/4 inch (6mm) in transverse direction shall be corrected with diamond grinding per paragraph 401-4.15 or by removing and replacing full depth of surface course. Grinding will be tapered in all directions to provide smooth transitions to areas not requiring grinding. The area corrected by grinding should not exceed 10% of the total area and these areas shall be retested after grinding. (ii) The joint between lots shall be tested separately to facilitate smoothness between lots. The amount of surface irregularity shall be determined by placing the freestanding (unleveled) straightedge on the pavement surface, with half the straightedge on one side of the joint and the other half of the straightedge on the other side of the joint. Measure the maximum gap between the straightedge and the pavement surface in the area between these two high points. One measurement shall be taken at the joint every 50 feet (15m) or more often if directed by the Engineer. Deviations on final surface course > 1/4 inch (6mm) in transverse direction shall be corrected with diamond grinding per paragraph 4014.15 or by removing and replacing full depth of surface course. Each measurement shall be recorded and a copy of the data shall be furnished to the Engineer at the end of each days testing. (b) Longitudinal measurements. Longitudinal measurements will be taken for each lot placed. Longitudinal tests will be parallel to the centerline of paving; at the center of paving lanes when widths of paving lanes are less than 20 feet (6m); and at the third points of paving lanes when widths of paving lanes are 20 ft (6m) or greater. (i) Longitudinal Short Sections. Longitudinal Short Sections are when the longitudinal lot length is less than 200 feet (60m) and areas not requiring a profilograph. When approved by the Engineer, the first and last 15 feet (4.5m) of the lot can also be considered as short sections for smoothness. The finished surface shall not vary more than 1/4 inch (6mm) when evaluated with a 12 -foot (3.7m) straightedge. Smoothness readings will not be made across grade changes or cross slope transitions; at these transition areas, the straightedge position shall be adjusted to measure surface smoothness and not design grade or cross slope transitions. Testing shall be continuous across all joints, starting with one-half the length of the straightedge at the edge of pavement section being tested and then moved ahead one-half the length of the straightedge for each successive measurement. The amount of surface irregularity shall be determined by placing the freestanding (unleveled) straightedge on the pavement surface and allowing it to rest upon the two highest spots covered by its length, and measuring the maximum gap between the straightedge and the pavement surface in the area between these two high points. Deviations on final surface course > 1/4 inch (6mm) in longitudinal direction will be corrected with diamond grinding per paragraph 401-4.15 or by removing and replacing full depth of surface course. Grinding will be tapered in all directions to provide .. smooth transitions to areas not requiring grinding. The area corrected by grinding should not exceed 10% of the total area and these areas shall be retested after grinding. Taxiways "D" and "E" P-401-16 Hot Mix Asphalt (HMA) Pavements Sebastian Municipal Airport M (6) Grade. Grade shall be evaluated on the first day of placement and then as a minimum, every to allow adjustments to paving operations if measurements do not meet specification requirements. The Contractor must submit the survey data to the Engineer by the following day after measurements have been taken. The finished surface of the pavement shall not vary from the gradeline elevations and cross- sections shown on the plans by more than 1/2 inch (12 mm). The finished grade of each lot will be determined by running levels at intervals of 50 feet (15 m) or less longitudinally and all breaks in grade transversely (not to exceed 50 feet (15 m)) to determine the elevation of the completed pavement. The Contractor shall pay the cost of surveying of the level runs that shall be performed by a licensed surveyor. The documentation, stamped and signed by a licensed surveyor, shall be provided by the Contractor to the Engineer. The lot size shall be 1000 square yards (m'). When more than 15% of all the measurements within a lot are outside the specified tolerance, or if any one shot within the lot deviates 3/4 inch (19 mm) or more .� from planned grade, the Contractor shall remove the deficient area to the depth of the final course plus 1/2 inch (12 mm) of pavement and replace with new material. Skin patching shall not be permitted. Isolated high points may be ground off provided the course thickness complies with the thickness specified on the m plans. The surface of the ground pavement shall have a texture consisting of grooves between 0.090 and 0.130 inches (2 and 3.5 mm) wide. The peaks and ridges shall be approximately 1/32 inch (l mm) higher than the bottom of the grooves. The pavement shall be left in a clean condition. The removal of all of the slurry resulting from the grinding operation shall be continuous The grinding operation should be controlled so the residue from the operation does not flow across other lanes of pavement. High point grinding will be limited to 15 square yards (12.5 m2). Areas in excess of 15 square yards (12.5 m') will require removal and replacement of the pavement in accordance with the limitations noted above. The Contractor shall apply a .� surface treatment per P-608 to all areas that have been subject to grinding. c. Percentage of material within specification limits (PWL). The PWL shall be determined in accordance with procedures specified in Section 110 of the General Provisions. The specification tolerance .. limits (L) for lower and (U) for upper are contained in Table 5. W M Table 5. Marshall acceptance limits for stability, flow, air voids, density TEST PROPERTY Number of Blows * blows Specification Tolerance L U Stability, minimum (pounds)(N) 1000 Flow, 0.01 inch (25 mm) 8 20* Air Voids Total Mix (%) 2 5 Mat Density (%) 96.3 Joint Density (%) 93.3 * Upper flow limit requirements do not apply for any mix with a polymer -modified binder (where the difference between the upper and lower temperature number is 90°F (32°C) or greater). .. d. Outliers. All individual tests for mat density and airvoids shall be checked for outliers (test criterion) in accordance with ASTM E178, at a significance level of 5%. Outliers shall be discarded, and the PWL shall be determined using the remaining test values.The criteria in Table 5 is based on production processes which have a variability with the following standard deviations: Surface Course Mat Density (%), 1.30; Base Course Mat Density (%), 1.55; Joint Density (%), 2.1. 40 Taxiways "D" and "E" P-401-17 Hot Mix Asphalt (HMA) Pavements Sebastian Municipal Airport The Contractor should note that (1) 90 PWL is achieved when consistently producing a surface course with an average mat density of at least 98% with 1.30% or less variability, (2) 90 PWL is achieved when consistently producing a base course with an average mat density of at least 97.5% with 1.55% or less variability, and (3) 90 PWL is achieved when consistently producingjoints with an average joint density of at least 96% with 2.1% or less variability. 401-5.3 Resampling pavement for mat density. a. General. Resampling of a lot of pavement will only be allowed for mat density, and then, only if the Contractor requests same, in writing, within 48 hours after receiving the written test results from the Engineer. A retest will consist of all the sampling and testing procedures contained in paragraphs 401-5. lb and 401-5.2b(1). Only one resampling per lot will be permitted. (1) A redefined PWL shall be calculated for the resampled lot. The number of tests used to calculate the redefined PWL shall include the initial tests made for that lot plus the retests. (2) The cost for resampling and retesting shall be bome by the Contractor. b. Payment for resampled lots. The redefined PWL for a resampled lot shall be used to calculate the payment for that lot in accordance with Table 6. c. Outliers. Check for outliers in accordance with ASTM El 78, at a significance level of 5%. CONTRACTOR QUALITY CONTROL 401-6.1 General. The Contractor shall develop a Quality Control Program in accordance with Section 100 of the General Provisions. The program shall address all elements that affect the quality of the pavement including, but not limited to: a. Mix design b. Aggregate grading c. Quality of materials .. d. Stockpile management e. Proportioning .. I. Mixing and transportation g. Placing and finishing h. Joints i. Compaction j. Surface smoothness k. Personnel 1. Laydown plan The Contractor shall perforin quality control sampling, testing, and inspection during all phases of the work and shall perform them at a rate sufficient to ensure that the work conforms to the contract requirements, and at minimum test frequencies required by paragraph 401-6.3 and Section 100 of the General Provisions. As a part of the process for approving the Contractor's plan, the Engineer may require the Contractor's technician to perform testing of samples to demonstrate an acceptable level of performance. Taxiways "D" and "E" P-401-18 Hot Mix Asphalt (HMA) Pavements Sebastian Municipal Airport No partial payment will be made for materials that are subject to specific quality control requirements .� without an approved plan. 401-6.2 Contractor testing laboratory. The lab shall meet the requirements of ASTM D3666 including all necessary equipment, materials, and current reference standards to comply with the specifications. 401-6.3 Quality control testing. The Contractor shall perform all quality control tests necessary to control the production and construction processes applicable to these specifications and as set forth in the approved Quality Control Program. The testing program shall include, but not necessarily be limited to, tests for the control of asphalt content, aggregate gradation, temperatures, aggregate moisture, field compaction, and surface smoothness. A Quality Control Testing Plan shall be developed as part of the Quality Control Program. a. Asphalt content. A minimum of two asphalt content tests shall be performed per lot in accordance with ASTM D6307 or ASTM D2172 if the correction factor in ASTM D6307 is greater than 1.0. The asphalt content for the lot will be determined by averaging the test results. .� b. Gradation. Aggregate gradations shall be determined a minimum of twice per lot from mechanical analysis of extracted aggregate in accordance with ASTM D5444, ASTM C136, and ASTM C117. c. Moisture content of aggregate. The moisture content of aggregate used for production shall be determined a minimum of once per lot in accordance with ASTM C566. d. Moisture content of HMA. The moisture content shall be determined once per lot in accordance with ASTM D1461. .. e. Temperatures. Temperatures shall be checked, at least four times per lot, at necessary locations to determine the temperatures of the dryer, the asphalt binder in the storage tank, the HMA at the plant, and the HMA at the job site. �. f. In-place density monitoring. The Contractor shall conduct any necessary testing to ensure that the specified density is being achieved. A nuclear gauge may be used to monitor the pavement density in accordance with ASTM D2950. g. Additional testing. Any additional testing that the Contractor deems necessary to control the process may be performed at the Contractor's option. h. Monitoring. The Engineer reserves the right to monitor any or all of the above testing. 401-6.4 Sampling. When directed by the Engineer, the Contractor shall sample and test any material that appears inconsistent with similar material being sampled, unless such material is voluntarily removed and replaced or deficiencies corrected by the Contractor. All sampling shall be in accordance with standard procedures specified. 401-6.5 Control charts. The Contractor shall maintain linear control charts both for individual measurements and range (that is, difference between highest and lowest measurements) for aggregate gradation, asphalt content, and VMA. The VMA for each sublot will be calculated and monitored by the Quality Control laboratory. .,, Control charts shall be posted in a location satisfactory to the Engineer and shall be kept current. As a minimum, the control charts shall identify the project number, the contract item number, the test number, each test parameter, the Action and Suspension Limits applicable to each test parameter, and the Contractor's test results. The Contractor shall use the control charts as part of a process control system for identifying potential problems and assignable causes before they occur. If the Contractor's projected data Taxiways "D" and "E" P-401-19 Hot Mix Asphalt (HMA) Pavements Sebastian Municipal Airport PR M during production indicates a problem and the Contractor is not taking satisfactory corrective action, the Engineer may suspend production or acceptance of the material. a. Individual measurements. Control charts for individual measurements shall be established to maintain process control within tolerance for aggregate gradation, asphalt content, and VMA. The control charts shall use the job mix formula target values as indicators of central tendency for the following test parameters with associated Action and Suspension Limits: Control Chart Limits For Individual Measurements Sieve Action Limit Suspension Limit 3/4 inch (19 mm) ±6% ±9% 1/2 inch (12 mm) ±6% ±9% 3/8 inch (9 mm) ±6% ±9% No. 4 (4.75 mm) ±6% ±9% No. 16 (1.18 mm) ±5% ±7.5% No. 50 (0.30 mm) ±3% ±4.5% No. 200 (0.075 mm) ±2% ±3% Asphalt Content ±0.45% ±0.70% VMA -1.00% -1.50% M b. Range. Control charts for range shall be established to control process variability for the test parameters and Suspension Limits listed below. The range shall be computed for each lot as the difference between the two test results for each control parameter. The Suspension Limits specified below are based on a sample size of n = 2. Should the Contractor elect to perform more than two tests per lot, the Suspension Limits shall be adjusted by multiplying the Suspension Limit by 1.18 for n = 3 and by 1.27 for n = 4. Control Chart Limits Based On Range (Based On n = 2) Sieve Suspension Limit 1/2 inch (12 mm) 11% 3/8 inch (9 mm) 11% No. 4 (4.75 mm) 11% No. 16 (1.18 mm) 9% No. 50 (0.30 mm) 6% No. 200 (0.075 mm) 3.5% Asphalt Content 0.8% c. Corrective Action. The Contractor Quality Control Program shall indicate that appropriate action shall be taken when the process is believed to be out of tolerance. The Plan shall contain sets of rules to gauge when a process is out of control and detail what action will be taken to bring the process into control. As a minimum, a process shall be deemed out of control and production stopped and corrective action taken, ii (1) One point falls outside the Suspension Limit line for individual measurements or range; or Taxiways "D" and "E" P-401-20 Hot Mix Asphalt (HMA) Pavements Sebastian Municipal Airport (2) Two points in a row fall outside the Action Limit line for individual measurements. ^" 401-6.6 Quality control reports. The Contractor shall maintain records and shall submit reports of quality control activities daily, in accordance with the Contractor Quality Control Program described in General Provisions, Section 100. M METHOD OF MEASUREMENT .. 401-7.1 Measurement. HMA shall be measured by the number of tons (kg) of HMA used in the accepted work. Recorded batch weights or truck scale weights will be used to determine the basis for the tonnage. BASIS OF PAYMENT 401-8.1 Payment. Payment for a lot of HMA meeting all acceptance criteria as specified in paragraph 401- 5.2 shall be made based on results of tests for smoothness, mat density and air voids. Payment for acceptable lots shall be adjusted according to paragraph 401-8.1a for mat density and air voids and 401- 8.1c for smoothness, subject to the limitation that: a. The total project payment for plant mix bituminous concrete pavement shall not exceed 100 percent of the product of the contract unit price and the total number of tons (kg) of HMA used in the accepted work (See Note 1 under Table 6). .. b. The price shall be compensation for furnishing all materials, for all preparation, mixing, and placing of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. c. Basis of adjusted payment. The pay factor for each individual lot shall be calculated in accordance with Table 6. A pay factor shall be calculated for both mat density and air voids. The lot pay factor shall be the higher of the two values when calculations for both mat density and air voids are 100% or higher. The lot pay factor shall be the product of the two values when only one of the calculations for either mat density or air voids is 100% or higher. The lot pay factor shall be the lower of the two values when calculations for both mat density and air voids are less than 100%. If PWL for joint density is less than 71 percent then the lot pay factor shall be reduced by 5% but be no higher than 95%. For each lot accepted, the adjusted contract unit price shall be the product of the lot pay factor for the lot and the contract unit price. Payment shall be subject to the total project payment limitation specified in paragraph 401-8.1. Payment in excess of 100% for accepted lots of HMA shall be used to offset payment ^, for accepted lots of bituminous concrete pavement that achieve a lot pay factor less than 100%. M am _ Taxiways "D" and "E" P-401-21 Hot Mix Asphalt (HMA) Pavements Sebastian Municipal Airport r= Table 6. Price adjustment schedule' Percentage of material within specification limits (PWL) Lot pay factor (percent of contract unit price) 96-100 106 90-95 PWL+ 10 75-89 0.5PWL+55 55-74 1.4PWL-12 Below 55 Reject 2 Although it is theoretically possible to achieve a pay factor of 106% for each lot, actual payment above 100% shall be subject to the total project payment limitation specified in paragraph 401-8.1. '- The lot shall be removed and replaced. However, the Engineer may decide to allow the rejected lot to remain. In that case, if the Engineer and Contractor agree in writing that the lot shall not be removed, it shall be paid for at 50% of the contract unit price and the total project payment shall be reduced by the amount withheld for the rejected lot. HMA placed above the specified grade shall not be included in the quantities for payment. 401-8.1.1. Payment. Payment will be made under: Item P-401 Bituminous Surface Course - per ton TESTING REQUIREMENTS ASTM C29 Standard Test Method for Bulk Density ("Unit Weight") and Voids in Aggregate ASTM C88 Standard Test Method for Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate ASTM Cl 17 Standard Test Method for Materials Finer than 75-µm (No. 200) Sieve in Mineral Aggregates by Washing ASTM C127 Standard Test Method for Density, Relative Density (Specific Gravity) and Absorption of Coarse Aggregate ASTM C131 Standard Test Method for Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine ASTM C 136 Standard Test Method for Sieve or Screen Analysis of Fine and Coarse Aggregates ASTM C 183 Standard Practice for Sampling and the Amount of Testing of Hydraulic Cement ASTM C566 Standard Test Method for Total Evaporable Moisture Content of Aggregate by Drying ASTM D75 Standard Practice for Sampling Aggregates ASTM D979 Standard Practice for Sampling Bituminous Paving Mixtures ASTM D1073 Standard Specification for Fine Aggregate for Bituminous Paving Mixtures Taxiways "D" and "E" P401-22 Hot Mix Asphalt (HMA) Pavements Sebastian Municipal Airport M M PW M ASTM D2172 Standard Test Method for Quantitative Extraction of Bitumen from Bituminous .. Paving Mixtures ASTM D1461 Standard Test Method for Moisture or Volatile Distillates in Bituminous Paving Mixtures ASTM D2041 Standard Test Method for Theoretical Maximum Specific Gravity and Density of Bituminous Paving Mixtures ASTM D2419 Standard Test Method for Sand Equivalent Value of Soils and Fine Aggregate ASTM D2489 Standard Practice for Estimating Degree of Particle Coating of Bituminous - Aggregate Mixtures ASTM D2726 Standard Test Method for Bulk Specific Gravity and Density of Non -Absorptive Compacted Bituminous Mixtures ASTM D2950 Standard Test Method for Density of Bituminous Concrete in Place by Nuclear .. Methods ASTM D3203 Standard Test Method for Percent Air Voids in Compacted Dense and Open Bituminous Paving Mixtures ASTM D3665 Standard Practice for Random Sampling of Construction Materials ASTM D3666 Standard Specification for Minimum Requirements for Agencies Testing and Inspecting Road and Paving Materials ASTM D4318 Standard Test Methods for Liquid Limit, Plastic Limit, and Plasticity Index of Soils ■r ASTM D4791 Standard Test Method for Flat Particles, Elongated Particles, or Flat and Elongated Particles in Coarse Aggregate .r ASTM D4867 Standard Test Method for Effect of Moisture on Asphalt Concrete Paving Mixtures ASTM D5444 Standard Test Method for Mechanical Size Analysis of Extracted Aggregate ASTM D6084 Standard Test Method for Elastic Recovery of Bituminous Materials by Ductilometer ASTM D6307 Standard Test Method for Asphalt Content of Hot Mix Asphalt by Ignition Method ASTM D6752 Standard Test Method for Bulk Specific Gravity and Density of Compacted Bituminous Mixtures Using Automatic Vacuum Sealing Method ASTM D6926 Standard Practice for Preparation of Bituminous Specimens Using Marshall Apparatus ASTM D6927 Standard Test Method for Marshall Stability and Flow of Bituminous mixtures ASTM El l Standard Specification for Woven Wire Test Sieve Cloth and Test Sieves ASTM E178 Standard Practice for Dealing with Outlying Observations ASTM E1274 Standard Test Method for Measuring Pavement Roughness Using a Profilograph AASHTO T030 Standard Method of Test for Mechanical Analysis of Extracted Aggregate AASHTO T110 Standard Method of Test for Moisture or Volatile Distillates in Hot Mix Asphalt (HMA) _ Taxiways "D" and "E" P401-23 Hot Mix Asphalt (HMA) Pavements Sebastian Municipal Airport AASHTO T275 Standard Method of Test for Bulk Specific Gravity (Gmb) of Compacted Hot Mix Asphalt (HMA) Using Paraffin -Coated Specimens AASHTO M156 Standard Specification for Requirements for Mixing Plants for Hot -Mixed, Hot - Laid Bituminous Paving Mixtures. AASHTO T329 Standard Method of Test for Moisture Content of Hot Mix Asphalt (HMA) by Oven Method Asphalt Institute Handbook MS -26, Asphalt Binder Asphalt Institute MS -2 Mix Design Manual, 7th Edition r END OF ITEM P-401 Taxiways "D" and "E" P-401-24 Hot Mix Asphalt (HMA) Pavements Sebastian Municipal Airport MATERIAL REQUIREMENTS ASTM D242 Standard Specification for Mineral Filler for Bituminous Paving Mixtures ASTM D946 Standard Specification for Penetration -Graded Asphalt Cement for Use in Pavement Construction ASTM D3381 Standard Specification for Viscosity -Graded Asphalt Cement for Use in Pavement Construction ASTM D4552 Standard Practice for Classifying Hot -Mix Recycling Agents ASTM D6373 Standard Specification for Performance Graded Asphalt Binder END OF ITEM P-401 Taxiways "D" and "E" P-401-24 Hot Mix Asphalt (HMA) Pavements Sebastian Municipal Airport we 00 Item P-602 Bituminous Prime Coat DESCRIPTION 602-1.1 This item shall consist of an application of bituminous material on the prepared base course in accordance with these specifications and in reasonably close conformity to the lines shown on the plans. .0 MATERIALS 602-2.1 Bituminous material. The bituminous material shall be an emulsified asphalt indicated in ASTM D3628 as a bituminous application for prime coat appropriate to local conditions or as designated by the we Engineer. CONSTRUCTION METHODS 602-3.1 Weather limitations. The prime coat shall be applied only when the existing surface is dry; the atmospheric temperature is 50°F (10°C) or above, and the temperature has not been below 35°F (2°C) for the 12 hours prior to application; and when the weather is not foggy or rainy. The temperature requirements may be waived when directed by the Engineer. 602-3.2 Equipment. The equipment shall include a self -powered pressure bituminous material distributor and equipment for heating bituminous material. Provide a distributor with pneumatic tires of such size and number that the load produced on the base surface does not exceed 65.0 psi (4.5 kg/sq cm) of tire width to prevent rutting, shoving or otherwise damaging the base, surface or other layers in the pavement structure. Design and equip the distributor to spray the bituminous material in a uniform coverage at the specified temperature, at readily determined and controlled rates from 0.05 to 2.0 gallons per square yard (0.23 to 9.05 L/square meter), with a pressure range of 25 to 75 psi (172.4 to 517.1 kPa) and with an allowable variation from the specified rate of not more than f5%, and at variable widths. Include with the distributor equipment a separate power unit for the bitumen pump, full -circulation spray bars, tachometer, pressure gauges, volume -measuring devices, adequate heaters for heating of materials to the proper application temperature, a thermometer for reading the temperature of tank contents, and a hand hose attachment suitable for applying bituminous material manually to areas inaccessible to the distributor. Equip the distributorto circulate and agitate the bituminous material during the heating process. If the distributor is not equipped with an operable quick shutoff valve, ,. the prime operations shall be started and stopped on building paper. The Contractor shall remove blotting sand prior to asphalt concrete lay down operations at no additional expense to the Owner. A power broom and power blower suitable for cleaning the surfaces to which the bituminous coat is to be applied shall be provided. 602-3.3 Application of bituminous material. Immediately before applying the prime coat, the full width of the surface to be primed shall be swept with a power broom to remove all loose dirt and other �+ objectionable material. The bituminous material shall be uniformly applied with a bituminous distributor at the rate of 0.15 to 0.30 gallons per square yard (0.68 to 1.36 liters per square meter) depending on the base course surface texture. The type of bituminous material and application rate shall be approved by the Engineer prior to application. .. Taxiways "D" and "E" P-602-1 Bituminous Prime Coat Sebastian Municipal Airport r F= .w Following application of the bituminous material and prior to application of the succeeding layer of pavement, allow the bituminous coat to cure and to obtain evaporation of any volatiles or moisture. Maintain the coated surface until the succeeding layer of pavement is placed, by protecting the surface against damage and by repairing and recoating deficient areas. Allow the prime coat to cure without being disturbed for a period of at least 48 hours or longer, as may be necessary to attain penetration into the treated course. Furnish and spread enough sand to effectively blot up and cure excess bituminous material. Keep traffic off surfaces freshly treated with bituminous material. Provide sufficient warning signs and barricades so that traffic will not travel over freshly treated surfaces. 602-3.4 Trial applications. Before providing the complete bituminous coat, the Contractor shall apply .. three lengths of at least 100 feet (30 m) for the full width of the distributor bar to evaluate the amount of bituminous material that can be satisfactorily applied with the equipment. Apply three different trial application rates of bituminous materials within the application range specified in paragraph 602-3.3. Other trial applications will be made using various amounts of material as deemed necessary by the Engineer. 602-3.5 Bituminous material Contractor's responsibility. The Contractor shall provide a statement of source and character of the proposed bituminous material which must be submitted to and approved by the Engineer before any shipment of bituminous materials to the project. The Contractor shall furnish vendor's certified test reports for each carload, or equivalent, of bituminous material shipped to the project. The test reports shall be provided to and approved by the Engineer before the bituminous material is applied. If the .. bituminous material does not meet the specifications, it shall be replaced at the Contractor's expense. Furnishing the vendor's certified test report for the bituminous material shall not be interpreted as basis for final acceptance. 602-3.6 Freight and weigh bills. The Contractor shall submit waybills and delivery tickets during the progress of the work. Before the final estimate is allowed, file with the Engineer certified waybills and certified delivery tickets for all bituminous materials used in the construction of the pavement covered by the contract. Do not remove bituminous material from storage until the initial outage and temperature measurements have been taken. The delivery or storage units will not be released until the final outage has been taken. METHOD OF MEASUREMENT 602-4.1 The bituminous material for prime coat shall be measured by the gallon. Volume shall be corrected to the volume at 60°F in accordance with ASTM D1250. The bituminous material paid for will be the measured quantities used in the accepted work, provided that the measured quantities are not 10% over the specified application rate. Any amount of bituminous material more than 10% over the specified application rate for each application will be deducted from the measured quantities, except for irregular areas where hand spraying of the bituminous material is necessary. Water added to emulsified asphalt will not be measured for payment. BASIS OF PAYMENT 602-5.1 Payment shall be made at the contract unit price per gallon for bituminous prime coat. This price shall be full compensation for furnishing all materials and for all preparation, delivering, and applying the materials, and for all labor, equipment, tools, and incidentals necessary to complete this item. Payment will be made under: Item P-602 Bituminous Prime Coat - per gallon Taxiways "D" and "E" P-602-2 Bituminous Prime Coat Sebastian Municipal Airport on .o am OR M .n Taxiways "D" and "E" P-602-3 Bituminous Prime Coat Sebastian Municipal Airport r TESTING REQUIREMENTS ASTM D1250 Standard Guide for Use of the Petroleum Measurement Tables MATERIAL REQUIREMENTS ASTM D977 Standard Specification for Emulsified Asphalt ASTM D2028 Standard Specification for Cutback Asphalt (Rapid -Curing Type) ASTM D2397 Standard Specification for Cationic Emulsified Asphalt ASTM D3628 Standard Practice for Selection and Use of Emulsified Asphalts END OF ITEM P-602 .o am OR M .n Taxiways "D" and "E" P-602-3 Bituminous Prime Coat Sebastian Municipal Airport r M M M Item P-603 Bituminous Tack Coat DESCRIPTION 603-1.1 This item shall consist of preparing and treating a bituminous or concrete surface with bituminous material in accordance with these specifications and in reasonably close conformity to the lines shown on the plans. MATERIALS 603-2.1 Bituminous materials. The bituminous material shall be an emulsified asphalt indicated in ASTM D3628 as a bituminous application for tack coat appropriate to local conditions or as designated by the _ Engineer. CONSTRUCTION METHODS 603-3.1 Weather limitations. The tack coat shall be applied only when the existing surface is dry and the atmospheric temperature is 507 (10°C) or above; the temperature has not been below 35°F (2°C) for the 12 hours prior to application; and when the weather is not foggy or rainy. The temperature requirements may be waived when directed by the Engineer. 603-3.2 Equipment. The Contractor shall provide equipment for heating and applying the bituminous material. Provide a distributor with pneumatic tires of such size and number that the load produced on the base surface does not exceed 65.0 psi (4.5 kg/sq cm) of tire width to prevent rutting, shoving or otherwise damaging the base, surface or other layers in the pavement structure. Design and equip the distributor to spray the bituminous material in a uniform coverage at the specified temperature, at readily determined and .. controlled rates from 0.05 to 2.0 gallons per square yard (0.23 to 9.05 L/square meter), with a pressure range of 25 to 75 psi (172.4 to 517.1 kPa) and with an allowable variation from the specified rate of not more than f5%, and at variable widths. Include with the distributor equipment a separate power unit for the bitumen pump, full -circulation spray bars, tachometer, pressure gauges, volume -measuring devices, adequate heaters for heating of materials to the proper application temperature, a thermometer for reading the temperature of tank contents, and a hand hose attachment suitable for applying bituminous material manually to areas inaccessible to the distributor. Equip the distributor to circulate and agitate the bituminous material during the heating process. If the distributor is not equipped with an operable quick shutoff valve, the tack operations shall be started and stopped on building paper. The Contractor shall remove blotting sand prior to asphalt concrete lay down operations at no additional expense to the Owner. A power broom and/or power blower suitable for cleaning the surfaces to which the bituminous tack coat is to be applied shall be provided. 603-3.3 Application of bituminous material. Immediately before applying the tack coat, the full width of surface to be treated shall be swept with a power broom and/or power blower to remove all loose dirt and other objectionable material. .. Emulsified asphalt shall be diluted by the addition of water when directed by the Engineer and shall be applied a sufficient time in advance of the paver to ensure that all water has evaporated before the overlying mixture is placed on the tacked surface. The bituminous material including vehicle shall be uniformly applied with a bituminous distributor at the rate of 0.05 to 0.10 gallons per square yard (0.20 to 0.50 liters per square meter) depending on the condition .. Taxiways "D" and "E" P-603-1 Bituminous Tack Coat Sebastian Municipal Airport of the existing surface. The type of bituminous material and application rate shall be approved by the Engineer prior to application. After application of the tack coat, the surface shall be allowed to cure without being disturbed for the period of time necessary to permit drying and setting of the tack coat. This period shall be determined by the Engineer. The Contractor shall protect the tack coat and maintain the surface until the next course has been placed. 603-3.4 Bituminous material Contractor's responsibility. The Contractor shall provide a statement of source and character of the proposed bituminous material which must be submitted and approved by the Engineer before any shipment of bituminous materials to the project. The Contractor shall furnish the vendor's certified test reports for each carload, or equivalent, of bituminous material shipped to the project. The tests reports shall be provided to and approved by the Engineer before the bituminous material is applied. If the bituminous material does not meet the specifications, it shall be replaced at the Contractor's expense. Furnishing the vendor's certified test report for the bituminous material shall not be interpreted as a basis for final acceptance. 603-3.5 Freight and weigh bills The Contractor shall submit waybills and delivery tickets, during progress of the work. Before the final statement is allowed, file with the Engineer certified waybills and certified delivery tickets for all bituminous materials used in the construction of the pavement covered by the contract. Do not remove bituminous material from storage until the initial outage and temperature measurements have been taken. The delivery or storage units will not be released until the final outage has been taken. METHOD OF MEASUREMENT 603-4.1 The bituminous material for tack coat shall be measured by the gallon. Volume shall be corrected to the volume at 60°F in accordance with ASTM D1250. The bituminous material paid for will be the measured quantities used in the accepted work, provided that the measured quantities are not 10% over the specified application rate. Any amount of bituminous material more than 10% over the specified application rate for each application will be deducted from the measured quantities, except for irregular areas where hand spraying of the bituminous material is necessary. Water added to emulsified asphalt will not be measured for payment. BASIS OF PAYMENT 603.5-1Bituminous Tack Coat shall not be measured for payment. The cost of tack coat shall be considered incidental to and included in the various other items of work. ASTM D3628 Standard Practice for Selection and Use of Emulsified Asphalts END ITEM P-603 Taxiways "D" and `B" P-603-2 Bituminous Tack Coat Sebastian Municipal Airport 0 MATERIAL REQUIREMENTS ASTM D633 Standard Volume Correction Table for Road Tar ASTM D977 Standard Specification for Emulsified Asphalt ASTM D1250 Standard Guide for Use of the Petroleum Measurement Tables ASTM D2028 Standard Specification for Cutback Asphalt (Rapid -Curing Type) ASTM D2397 Standard Specification for Cationic Emulsified Asphalt ASTM D3628 Standard Practice for Selection and Use of Emulsified Asphalts END ITEM P-603 Taxiways "D" and `B" P-603-2 Bituminous Tack Coat Sebastian Municipal Airport 0 Item P-610 Structural Portland Cement Concrete w.r DESCRIPTION 610-1.1 This item shall consist of plain and reinforced structural portland cement concrete (PCC), prepared �+ and constructed in accordance with these specifications, at the locations and of the form and dimensions shown on the plans. This specification shall be used for all structural and miscellaneous concrete including signage bases. .w MATERIALS 610-2.1 General. Only approved materials, conforming to the requirements of these specifications, shall be used in the work. Materials may be subject to inspection and tests at any time during their preparation or use. The source of all materials shall be approved by the Engineer before delivery or use in the work. Representative preliminary samples of the materials shall be submitted by the Contractor, when required, for examination and test. Materials shall be stored and handled to ensure preservation of their quality and fitness for use and shall be located to facilitate prompt inspection. All equipment for handling and transporting materials and concrete must be clean before any material or concrete is placed in them. The use of pit -run aggregates shall not be permitted unless the pit -run aggregate has been screened and washed, and all fine and coarse aggregates stored separately and kept clean. The mixing of different aggregates from different sources in one storage stockpile or alternating batches of different aggregates shall not be permitted. a. Reactivity. Fine and Coarse aggregates to be used in all concrete shall be evaluated and tested by the Contractor for alkali -aggregate reactivity in accordance with both ASTM C1260 and Cl 567. Aggregate and mix proportion reactivity tests shall be performed for each project. (1) Coarse and fine aggregate shall be tested separately in accordance with ASTM C1260. The aggregate shall be considered innocuous if the expansion of test specimens, tested in accordance with ASTM C1260, does not exceed 0.10% at 28 days (30 days from casting). (2) Combined coarse and fine aggregate shall be tested in accordance with ASTM C1567, modified for combined aggregates, using the proposed mixture design proportions of aggregates, cementitious .� materials, and/or specific reactivity reducing chemicals. If lithium nitrate is proposed for use with or without supplementary cementitious materials, the aggregates shall be tested in accordance with Corps of Engineers (COE) CRD C662. If lithium nitrate admixture is used, it shall be nominal 30% f0.5% weight lithium nitrate in water. (3) If the expansion of the proposed combined materials test specimens, tested in accordance with ASTM C1567, modified for combined aggregates, or COE CRD C662, does not exceed 0.10% at 28 days, .. the proposed combined materials will be accepted. If the expansion of the proposed combined materials test specimens is greater than 0.10% at 28 days, the aggregates will not be accepted unless adjustments to the combined materials mixture can reduce the expansion to less than 0.10% at 28 days, or new aggregates shall be evaluated and tested. 610-2.2 Coarse aggregate. The coarse aggregate for concrete shall meet the requirements of ASTM C33. The Engineer may consider and reserve final approval of other State classification procedures addressing ., aggregate durability. Taxiways "D" and "E" P-610-1 Structural Portland Cement Concrete Sebastian Municipal Airport M am Coarse aggregate shall be well graded from coarse to fine and shall meet the following gradations shown in the table below when tested per ASTM C136. r Gradation For Coarse Aggregate r r 610-2.2.1 Aggregate susceptibility to durability (D) cracking. Aggregates that have a history of D- .. cracking shall not be used. 610-2.3 Fine aggregate. The fine aggregate for concrete shall meet the requirements of ASTM C33. The fine aggregate shall be well graded from fine to coarse and shall meet the requirements of the table r below when tested in accordance with ASTM C136: Gradation For Fine Aggregate Sieve Designation (square openings) Percentage by Weight Sieve Designation Passing Sieves 2" (50 mm) 1-1/2" (38 mm) 1" (25 mm) 3/4" (19 mm) 1/2" (12 mm) 3/8" (9 mm) No. 4 (square openings) No. 4 to 3/4 in. (4.75-19 mm) 2-10 100 90-100 1 20-55 0-10 r r 610-2.2.1 Aggregate susceptibility to durability (D) cracking. Aggregates that have a history of D- .. cracking shall not be used. 610-2.3 Fine aggregate. The fine aggregate for concrete shall meet the requirements of ASTM C33. The fine aggregate shall be well graded from fine to coarse and shall meet the requirements of the table r below when tested in accordance with ASTM C136: Gradation For Fine Aggregate Sieve Designation (square openings) Percentage by Weight Passing Sieves 3/8 inch (9 mm) 100 No. 4 (4.75 mm) 95-100 No. 16 (1.18 mm) 45-80 No. 30 (0.60 mm) 25-55 No. 50 (0.30 mm) 10-30 No. 100 (0.15 mm) 2-10 Blending will be permitted, if necessary, to meet the gradation requirements for fine aggregate. Fine aggregate deficient in the percentage of material passing the No. 50 mesh sieve may be accepted, if the deficiency does not exceed 5% and is remedied by the addition of pozzolanic or cementitious materials .. other than Portland cement, as specified in paragraph 610-2.6, Admixtures, in sufficient quantity to produce the required workability as approved by the Engineer. 610-2.4 Cement. Cement shall conform to the requirements of ASTM C 150Type I or H. �• If aggregates are deemed innocuous when tested in accordance with paragraph 610-2.1.a.1 and accepted in accordance with paragraph 610-2.1.a.3, higher equivalent alkali content in the cement may be allowed if approved by the Engineer and FAA. If cement becomes partially set or contains lumps of caked cement, it r shall be rejected. Cement salvaged from discarded or used bags shall not be used. The Contractor shall furnish vendors' certified test reports for each carload, or equivalent, of cement shipped to the project. The report shall be delivered to the Engineer before use of the cement is granted. All test reports shall be subject to verification by testing sample materials received for use on the project. 610-2.5 Water. The water used in concrete shall be fresh, clean and potable; free from injurious amounts of oils, acids, alkalies, salts, organic materials or other substances deleterious to concrete. r 610-2.6 Admixtures and supplementary cementitious material. The Contractor shall submit certificates indicating that the material to be furnished meets all of the requirements indicated below. In addition, the Engineer may require the Contractor to submit complete test data from an approved laboratory showing r Taxiways "D" and "E" P-610-2 Structural Portland Cement Concrete Sebastian Municipal Airport r M that the material to be furnished meets all of the requirements of the cited specifications. Subsequent tests .� may be made of samples taken by the Engineer from the supply of the material being furnished or proposed for use on the work to determine whether the admixture is uniform in quality with that approved. a. Air -entraining admixtures. Air -entraining admixtures shall meet the requirements of ASTM C260 and shall consistently entrain the air content in the specified ranges under field conditions. The air - entrainment agent and any water reducer admixture shall be compatible. b. Water -reducing admixtures. Water -reducing admixture shall meet the requirements of ASTM C494, Type A, B, or D. ASTM C494, Type F and G high range water reducing admixtures and ASTM C 1017 flowable admixtures shall not be used. c. Other chemical admixtures. The use of set retarding, and set -accelerating admixtures shall be approved by the Engineer. Retarding shall meet the requirements of ASTM C494, Type A, B, or D and set -accelerating shall meet the requirements of ASTM C494, Type C. Calcium chloride and admixtures containing calcium chloride shall not be used. d. Lithium nitrate. The lithium admixture shall be a nominal 30% aqueous solution of Lithium Nitrate, with a density of 10 pounds/gallon (1.2 kg/L), and shall have the approximate chemical form as shown below: w Constituent Limit (Percent by Mass) LiNO3 (Lithium Nitrate) 30 f0.5 SO4 (Sulfate Ion) 0.1 (max) Cl (Chloride Ion) 0.2 (max) Na (Sodium Ion) 0.1 (max) K (Potassium Ion) 0.1 (max) Provide a trained representative to supervise the lithium nitrate admixture dispensing and mixing operations. e. Fly ash. Fly ash shall meet the requirements of ASTM C618, with the exception of loss of ignition, where the maximum shall be less than 6%. Fly ash for use in mitigating alkali -silica reactivity shall have a Calcium Oxide (CaO) content of less than 13%. 610-2.7 Premolded joint material. Premolded joint material for expansion joints shall meet the requirements of ASTM D1751 or ASTM D1752. 610-2.8 JOINT SEALER. The sealer for joints shall meet the requirements of ASTM D 5893, Type SL, unless otherwise specified on the drawings or directed by the Engineer. do 610-2.9 Steel reinforcement. Reinforcing shall consist of and conform to the following, as shown on the drawings or designated by the Engineer: M a. Reinforcing Steel ASTM A615, ASTM A706, ASTM A775, ASTM A934 b. Welded Steel Wire Fabric ASTM A1064 C. Welded Deformed Steel Fabric ASTM A1064 d. Bar Mars ASTM A184 or ASTM A704 on Taxiways "D" and "E" P-610-3 Structural Portland Cement Concrete Sebastian Municipal Airport M 610-2.10 Materials for curing concrete. Curing materials shall conform to one of the following specifications: a. Waterproof paper ASTM C171 b. Clear or white Polyethylene Sheeting ASTM C171 C. White -pigmented Liquid Membrane -Forming Compound, Type 2, Class B ASTM C309 CONSTRUCTION METHODS 610-3.1 General. The Contractor shall furnish all labor, materials, and services necessary for, and incidental to, the completion of all work as shown on the drawings and specified here. All machinery and equipment used by the Contractor on the work, shall be of sufficient size to meet the requirements of the work. All " work shall be subject to the inspection and approval of the Engineer. 610-3.2 Concrete composition. The concrete shall develop a compressive strength of 3500 psi in 28 days as determined by test cylinders made in accordance with ASTM C31 and tested in accordance with ASTM ^ C39. The concrete shall contain not less than 470 pounds of cement per cubic yard (280 kg per cubic meter). The concrete shall contain 5% of entrained air, tl %, as determined by ASTM C231 and shall have a slump of not more than 4 inches (100 mm) as determined by ASTM C143. ^ 610-3.3 Acceptance sampling and testing. Concrete for each structure will be accepted on the basis of the ^ compressive strength specified in paragraph 610-3.2. The concrete shall be sampled in accordance with ASTM C172. Concrete cylindrical compressive strength specimens shall be made in accordance with ASTM C31 and tested in accordance with ASTM C39. The Contractor shall cure and store the test .� specimens under such conditions as directed by the Engineer. The Engineer will make the actual tests on the specimens at no expense to the Contractor. 610-3.4 Qualifications for concrete testing service. Perforin concrete testing by an approved laboratory and inspection service experienced in sampling and testing concrete. Testing agency must meet the requirements of ASTM C1077 or ASTM E329. 610-3.5 Proportioning and measuring devices. When package cement is used, the quantity for each batch shall be equal to one or more whole sacks of cement. The aggregates shall be measured separately by weight. If aggregates are delivered to the mixer in batch trucks, the exact amount for each mixer charge shall be contained in each batch compartment. Weighing boxes or hoppers shall be approved by the ., Engineer and shall provide means of regulating the flow of aggregates into the batch box so the required, exact weight of aggregates is obtained. 610-3.6 Consistency. The consistency of the concrete shall be determined by the slump test specified in ASTM C143. 610-3.7 Mixing. Concrete may be mixed at the construction site, at a central point, or wholly or in part in truck mixers. The concrete shall be mixed and delivered in accordance with the requirements of ASTM ^ C94. Taxiways "D" and "E" P-610-4 Structural Portland Cement Concrete Sebastian Municipal Airport ^ M M 610-3.8 Mixing conditions. The concrete shall be mixed only in quantities required for immediate use. .. Concrete shall not be mixed while the air temperature is below 407 (4°C) without permission of the Engineer. If permission is granted for mixing under such conditions, aggregates or water, or both, shall be heated and the concrete shall be placed at a temperature not less than 507 (10°C) nor more than 100°F .. (38°C). The Contractor shall be held responsible for any defective work, resulting from freezing or injury in any manner during placing and curing, and shall replace such work at his expense. Retempering of concrete by adding water or any other material shall not be permitted. The rate of delivery of concrete to the job shall be sufficient to allow uninterrupted placement of the concrete. 610-3.9 Forms. Concrete shall not be placed until all the forms and reinforcements have been inspected and approved by the Engineer. Forms shall be of suitable material and shall be of the type, size, shape, quality, and strength to build the structure as shown on the plans. The forms shall be true to line and grade and shall be mortar -tight and sufficiently rigid to prevent displacement and sagging between supports. The surfaces of forms shall be smooth and free from irregularities, dents, sags, and holes. The Contractor shall be responsible for their adequacy. The internal form ties shall be arranged so no metal will show in the concrete surface or discolor the surface when exposed to weathering when the forms are removed. All fortes shall be wetted with water or with a non -staining mineral oil, which shall be applied immediately before the concrete is placed. Forms shall be constructed so they can be removed without injuring the concrete or concrete surface. The forms shall not be removed until at least 30 hours after concrete placement for vertical faces, walls, slender columns, and similar structures. Forms supported by falsework under slabs, beams, girders, arches, and similar construction shall not be removed until tests indicate the concrete has developed at least 60% of the design strength. 610-3.10 Placing reinforcement. All reinforcement shall be accurately placed, as shown on the plans, and shall be firmly held in position during concrete placement. Bars shall be fastened together at intersections. The reinforcement shall be supported by approved metal chairs. Shop drawings, lists, and bending details shall be supplied by the Contractor when required. 610-3.11 Embedded items. Before placing concrete, all embedded items shall be firmly and securely fastened in place as indicated. All embedded items shall be clean and free from coating, rust, scale, oil, or any foreign matter. The concrete shall be spaded and consolidated around and against embedded items. The embedding of wood shall not be allowed. .. 610-3.12 Placing concrete. All concrete shall be placed during daylight hours, unless otherwise approved. The concrete shall not be placed until the depth and condition of foundations, the adequacy of fortes and falsework, and the placing of the steel reinforcing have been approved by the Engineer. Concrete shall be placed as soon as practical after mixing, but in no case later than one (1) hour after water has been added to the mix. The method and manner of placing shall avoid segregation and displacement of the reinforcement. Troughs, pipes, and chutes shall be used as an aid in placing concrete when necessary. The concrete shall not be dropped from a height of more than 5 feet (1.5 m). Concrete shall be deposited as nearly as practical in its final position to avoid segregation due to rehandling or flowing. Do not subject concrete to procedures which cause segregation. Concrete shall be placed on clean, damp surfaces, free from running water, or on a properly consolidated soil foundation. 610-3.13 Vibration. Vibration shall follow the guidelines in American Concrete Institute (ACI) Committee 309, Guide for Consolidation of Concrete. Where bars meeting ASTM A775 or A934 are used, the vibrators shall be equipped with rubber or non-metallic vibrator heads. Furnish a spare, working, vibrator on the job site whenever concrete is placed. Consolidate concrete slabs greater than 4 inches (100 mm) in depth with high frequency mechanical vibrating equipment supplemented by hand spading and tamping. Consolidate Taxiways "D" and "E" P-610-5 Structural Portland Cement Concrete Sebastian Municipal Airport M /" concrete slabs 4 inches (100 mm) or less in depth by wood tampers, spading, and settling with a heavy leveling straightedge. Operate internal vibrators with vibratory element submerged in the concrete, with a minimum frequency of not less than 6000 cycles per minute when submerged. Do not use vibrators to transport the concrete in the forms. Penetrate the previously placed lift with the vibrator when more than one lift is required. Use external vibrators on the exterior surface of the forms when internal vibrators do not provide adequate consolidation of the concrete. Vibrators shall be manipulated to work the concrete thoroughly around the reinforcement and embedded fixtures and into comers and angles of the forms. The vibration at any point shall be of sufficient duration to accomplish compaction but shall not be prolonged to where segregation occurs. Concrete deposited under water shall be carefully placed in a compact mass in its final position by means of a tremie or other approved method and shall not be disturbed after placement. 610-3.14 Construction joints. If the placement of concrete is suspended, necessary provisions shall be ^ made for joining future work before the placed concrete takes its initial set. For the proper bonding of old and new concrete, provisions shall be made for grooves, steps, reinforcing bars or other devices as specified. The work shall be arranged so that a section begun on any day shall be finished during daylight of the same .. day. Before depositing new concrete on or against concrete that has hardened, the surface of the hardened concrete shall be cleaned by a heavy steel broom, roughened slightly, wetted, and covered with a neat coating of cement paste or grout. s" 610-3.15 Expansion joints. Expansion joints shall be constructed at such points and dimensions as indicated on the drawings. The premolded filler shall be cut to the same shape as the surfaces being joined. The filler shall be fixed firmly against the surface of the concrete already in place so that it will not be displaced when concrete is deposited against it. 610-3.16 Defective work. Any defective work discovered after the forms have been removed, which in the opinion of the Engineer cannot be repaired satisfactorily, shall be immediately removed and replaced at the expense of the Contractor. Defective work shall include deficient dimensions, or bulged, uneven, or honeycomb on the surface of the concrete. 610-3.17 Surface finish. All exposed concrete surfaces shall be true, smooth, and free from open or rough areas, depressions, or projections. All concrete horizontal plane surfaces shall be brought flush to the proper elevation with the finished top surface struck -off with a straightedge and floated. Mortar finishing shall not be permitted, nor shall dry cement or sand -cement mortar be spread over the concrete during the finishing of horizontal plane surfaces. The surface finish of exposed concrete shall be a rubbed finish. If forms can be removed while the concrete is still green, the surface shall be wetted and then rubbed with a wooden float until all irregularities are removed. If the concrete has hardened before being rubbed, a carborundum stone shall be used to finish the surface. When approved, the finishing can be done with a finishing machine. 610-3.18 Curing and protection. All concrete shall be properly cured and protected by the Contractor. The concrete shall be protected from the weather, flowing water, and from defacement of any nature during the project. The concrete shall be cured by covering with an approved material as soon as it has sufficiently hardened. Water -absorptive coverings shall be thoroughly saturated when placed and kept saturated for at least three (3) days following concrete placement. All curing mats or blankets shall be sufficiently weighted or tied down to keep the concrete surface covered and to prevent the surface from being exposed to air currents. Wooden forms shall be kept wet at all times until removed to prevent opening of joints and drying out of the concrete. Traffic shall not be allowed on concrete surfaces for seven (7) days after the concrete has been placed. A Taxiways "D" and "E" P-610-6 Structural Portland Cement Concrete Sebastian Municipal Airport 0" OR OR 610-3.19 Drains or ducts. Drainage pipes, conduits, and ducts that are to be encased in concrete shall be .� installed by the Contractor before the concrete is placed. The pipe shall be held rigidly so that it will not be displaced or moved during the placing of the concrete. 610-3.20 Cold weather placing. Except when authorized by the Engineer, concrete shall not be placed at air temperatures below 40°F. When authorized, the Contractor shall provide satisfactory methods and means to protect the mix from injury by freezing in accordance with ACI 306R.. Concrete damaged by freezing shall be removed and replaced at the expense of the Contractor. 610-3.21 Hot weather placing. Concrete shall be properly placed and finished with procedures previously submitted. The concrete -placing temperature shall not exceed 90°F when measured in accordance with ASTM C1064. Cooling of the mixing water and aggregates, or both, may be required to obtain an adequate .. placing temperature. A retarder meeting the requirements of paragraph 610-2.6 may be used to facilitate placing and finishing. Steel forms and reinforcement shall be cooled prior to concrete placement when steel temperatures are greater than 120°F. Conveying and placing equipment shall be cooled if necessary to ., maintain proper concrete -placing temperature. Submit the proposed materials and methods for review and approval by the Engineer, if concrete is to be placed under hot weather conditions. 610-3.22 Sealing joints. All joints that require sealing shall be thoroughly cleaned, and any excess mortar ., or concrete shall be cut out with proper tools. Joint sealing shall not start until after final curing and shall be done only when the concrete is completely dry. The cleaning and sealing shall be done with proper equipment to obtain a neat looking joint free from excess filler. .� MEASUREMENT AND PAYMENT Structural Portland cement concrete, either non -reinforced or reinforced, will not be measured for payment. The cost of concrete, complete and accepted, shall be included in the various contract bid items requiring concrete. TESTING REQUIREMENTS ASTM C31 Standard Practice for Making and Curing Concrete Test Specimens in the Field ASTM C39 Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens ASTM C136 Standard Test Method for Sieve or Screen Analysis of Fine and Coarse Aggregates ASTM C138 Standard Test Method for Density (Unit Weight), Yield, and Air Content (Gravimetric) of Concrete ASTM C143 Standard Test Method for Slump of Hydraulic -Cement Concrete ASTM C231 Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method .� ASTM C666 Standard Test Method for Resistance of Concrete to Rapid Freezing and Thawing ASTM C1017 Standard Specification for Chemical Admixtures for Use in Producing Flowing Concrete on ASTM C1064 Standard Test Method for Temperature of Freshly Mixed Hydraulic -Cement Concrete ASTM C1077 Standard Practice for Agencies Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Testing Agency Evaluation Taxiways "D" and "E" P-610-7 Structural Portland Cement Concrete Sebastian Municipal Airport r� ASTM C1260 Standard Test Method for Potential Alkali Reactivity of Aggregates (Mortar -Bar Method) ASTM C1567 Standard Test Method for Determining the Potential Alkali -Silica Reactivity of Combinations of Cementitious Materials and Aggregates (Accelerated Mortar -Bar Method) ASTM E329 Standard Specification for Agencies Engaged in Construction Inspection, Testing, or Special Inspection U.S. Army Corps of Engineers (USACE) Concrete Research Division (CRD) C662 Determining the Potential Alkali -Silica Reactivity of Combinations of Cementitious Materials, Lithium Nitrate Admixture and Aggregate (Accelerated Mortar -Bar Method) MATERIAL REQUIREMENTS ASTM A184 Standard Specification for Welded Deformed Steel Bar Mats for Concrete Reinforcement ASTM A185 Standard Specification for Steel Welded Wire Reinforcement, Plain, for Concrete ASTM A615 Standard Specification for Deformed and Plain Carbon -Steel Bars for Concrete Reinforcement ASTM A704 Standard Specification for Welded Steel Plain Bar or Rod Mats for Concrete Reinforcement ASTM A706 Standard Specification for Low -Alloy Steel Deformed and Plain Bars for Concrete Reinforcement ASTM A775 Standard Specification for Epoxy -Coated Steel Reinforcing Bars ASTM A934 Standard Specification for Epoxy -Coated Prefabricated Steel Reinforcing Bars ASTM A1064 Standard Specification for Carbon -Steel Wire and Welded Wire Reinforcement, Plain and Deformed, for Concrete ASTM C33 Standard Specification for Concrete Aggregates ASTM C94 Standard Specification for Ready -Mixed Concrete ASTM C150 Standard Specification for Portland Cement ASTM C171 Standard Specification for Sheet Materials for Curing Concrete ASTM C 172 Standard Practice for Sampling Freshly Mixed Concrete ASTM C260 Standard Specification for Air -Entraining Admixtures for Concrete ASTM C309 Standard Specification for Liquid Membrane -Forming Compounds for Curing Concrete ASTM C494 Standard Specification for Chemical Admixtures for Concrete ASTM C595 Standard Specification for Blended Hydraulic Cements ASTM C618 Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete Taxiways "D" and "E" P-610-8 Structural Portland Cement Concrete Sebastian Municipal Airport M r M r r M r r on pa O. W W M am 0 M 00 M ASTM D1751 ASTM D1752 ASTM D 5893 ACI 305R ACI 3068 ACI 3098 Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Nonextruding and Resilient Asphalt Types) Standard Specification for Preformed Sponge Rubber Cork and Recycled PVC Expansion Joint Fillets for Concrete Paving and Structural Construction Standard Specifications for Cold Applied, Single Component, Chemically Curing Silicone Joint Sealant for Portland Cement Concrete Pavements Hot Weather Concreting Cold Weather Concreting Guide for Consolidation of Concrete END OF ITEM P-610 Taxiways "D" and "E" P-610-9 Structural Portland Cement Concrete Sebastian Municipal Airport OR Item P-620 Runway and Taxiway Marking DESCRIPTION 620-1.1 This item shall consist of the preparation and painting of numbers, markings, and stripes on the surface of runways, taxiways, and aprons, in accordance with these specifications and at the locations shown on the plans, or as directed by the Engineer. The terms "paint" and "marking material" as well as "painting" and "application of markings" are interchangeable throughout this specification. r� MATERIALS .., 620-2.1 Materials acceptance. The Contractor shall furnish manufacturer's certified test reports for materials shipped to the project. The certified test reports shall include a statement that the materials meet the specification requirements. The reports can be used for material acceptance or the Engineer may perform verification testing. The reports shall not be interpreted as a basis for payment. The Contractor shall notify the Engineer upon arrival of a shipment of materials to the site. All material shall arrive in sealed containers 55 gallons or smaller for inspection by the Engineer. Material shall not be loaded into the equipment until inspected by the Engineer. 620-2.2 Marking materials. Paint shall be waterborne in accordance with the requirements of paragraph 620-2.2 a. Paint shall be furnished in white (no. 37925), red (no. 31136), yellow (no. 33538 or 33655), or black (no. 37038) in accordance with Federal Standard No. 595. a. Waterborne. Paint shall meet the requirements of Federal Specification TT -P -1952E, Type I 620-2.3 Reflective media. Glass beads for waterborne paint shall meet the requirements for Federal Specification TT-B-B1325D, Type III. Glass beads shall be treated with all compatible coupling agents ., recommended by the manufacturers of the paint and reflective media to ensure adhesion and embedment. CONSTRUCTION METHODS 620-3.1 Weather limitations. The painting shall be performed only when the surface is dry and when the surface temperature is at least 45°F (7°C) and rising and the pavement surface temperature is at least 5°F (2.7°C) above the dew point or meets the manufacturer's recommendations. Markings shall not be applied when the pavement temperature is greater than 130°F (55°C) or as recommended by the manufacturer. Markings shall not be applied when the wind speed exceeds 10 mph unless windscreens are used to shroud the material guns. 620-3.2 Equipment. Equipment shall include the apparatus necessary to properly clean the existing surface, a mechanical marking machine, a bead dispensing machine, and such auxiliary hand -painting equipment as may be necessary to satisfactorily complete the job. .. The mechanical marker shall be an atomizing spray -type or airless -type marking machine suitable for application of traffic paint. It shall produce an even and uniform film thickness at the required coverage nr [Project Name] P-620-1 Item P-620 Runway and Taxiway Marking me and shall apply markings of uniform cross-sections and clear-cut edges without running or spattering and without over spray. ,,,,, 620-3.3 Preparation of surface. Immediately before application of the paint, the surface shall be dry and free from dirt, grease, oil, laitance, or other foreign material that would reduce the bond between the paint and the pavement. The area to be painted shall be cleaned by waterblasting, or by other approved .. methods as required to remove all contaminants minimizing damage to the pavement surface. Use of any chemicals or impact abrasives during surface preparation shall be approved in advance by the Engineer. After the cleaning operations, sweeping, blowing, or rinsing with pressurized water shall be performed to ensure the surface is clean and free of grit or other debris left from the cleaning process. Paint shall not be applied to Portland cement concrete pavement until the areas to be painted are clean of curing material. Sandblasting or high-pressure water shall be used to remove curing materials. Prior to the application of any markings, the Contractor shall certify in writing that the surface has been prepared in accordance with the paint manufacturer's requirements, that the application equipment is .. appropriate for the type of marking paint and that environmental conditions are appropriate for the material being applied. This certification along with a copy of the paint manufacturer's surface preparation and application requirements must be submitted and approved by the Engineer prior to the initial application of markings. 620-3.4 Layout of markings. The proposed markings shall be laid out in advance of the paint application.All red, yellow and white markings shall receive glass beads.. 620-3.5 Application. Paint shall be applied at the locations and to the dimensions and spacing shown on the plans. Paint shall not be applied .. until the layout and condition of the surface has been approved by the Engineer. The edges of the markings shall not vary from a straight line more than 1/2 inch (12 mm) in 50 feet (15 m), and marking dimensions and spacings shall be within the following tolerances: Dimension and Spacing Tolerance 36 inch (910 mm) or less fl/2 inch (12 mm) greater than 36 inch to 6 feet (910 mm to 1.85 m) f l inch (25 mm) greater than 6 feet to 60 feet (1.85 in to 18.3 m) f2 inch (50 mm) greater than 60 feet (18.3 m) t3 inch (76 mm) M The paint shall be mixed in accordance with the manufacturer's instructions and applied to the pavement with a marking machine at the rate shown in Table 1. The addition of thinner will not be permitted. A period _ of 24 days or as recommended by the paint manufacturer shall elapse between placement of a bituminous surface course or seal coat and application of the paint. Prior to the initial application of markings, the Contractor shall certify in writing that the surface has been prepared in accordance with the paint manufacturer's requirements, that the application equipment is appropriate for the marking paint and that environmental conditions are appropriate for the material being applied. This certification along with a copy of the paint manufactures application and surface preparation requirements must be submitted to the Engineer prior to the initial application of markings. 620-3.6 Test strip. Prior to the full application of airfield markings, the Contractor shall produce a test strip in the presence of the Engineer. The test strip shall include the application of a minimum of 5 gallons 4 liters of paint and application of 35 lbs 15.9 k of Type 1/50 lbs 22.7 k of Type III lass beads. The ( ) P � PP � ( g) YP ( t;) YP g [Project Name] P-620-2 Item P-620 Runway and Taxiway Marking ' M M r, on OR W • test strip shall be used to establish thickness/darkness standard for all markings. The test strip shall cover no more than the maximum area prescribed in Table 1 (e.g., for 5 gallons (19 liters) of waterborne paint shall cover no more than 575 square feet (53.4 m2). Table 1. Application Rates For Paint And Glass Beads (See Note regarding Red and Pink Paint) ,. Glass beads shall be distributed upon the marked areas at the locations shown on the plans to receive glass beads immediately after application of the paint. A dispenser shall be furnished that is properly designed for attachment to the marking machine and suitable for dispensing glass beads. Glass beads shall be applied at the rate shown in Table 1. Glass beads shall not be applied to black paint or green paint. Glass beads .. shall adhere to the cured paint or all marking operations shall cease until corrections are made. Different bead types shall not be mixed. Regular monitoring of glass bead embedment should be performed. All emptied containers shall be returned to the paint storage area for checking by the Engineer. The containers shall not be removed from the airport or destroyed until authorized by the Engineer. 620-3.8 Protection and cleanup. After application of the markings, all markings shall be protected from damage until dry. All surfaces shall be protected from excess moisture and/or rain and from disfiguration by spatter, splashes, spillage, or drippings. The Contractor shall remove from the work area all debris, waste, loose or unadhered reflective media, and by-products generated by the surface preparation and application operations to the satisfaction of the Engineer. The Contractor shall dispose of these wastes in strict compliance with all applicable state, local, and Federal environmental statutes and regulations. METHOD OF MEASUREMENT �. 620-4.1 The quantity of runway and taxiway markings to be paid for shall be the number of square feet of pavement marking, including glass beads for reflective markings, performed in accordance with the specifications and accepted by the Engineer. W +r [Project Name] P-620-3 Item P-620 Runway and Taxiway Marking Paint Glass Beads, Type I, Glass Beads, Glass Beads, Square feet Gradation A Type III Type IV Paint Type per gallon, Pounds per gallon of Pounds per gallon of paint- Pounds per gallon of paint- ft'/gal paint-Ib/gal Ib/gal Ib/gal Waterborne Type I 115 ft2/gal (Non -Reflective) max Waterborne Type 1 115 ft /gal 7 Ib/gal min (Reflective) max Waterborne Type I 35 fie /gal max (Temporary) ,. Glass beads shall be distributed upon the marked areas at the locations shown on the plans to receive glass beads immediately after application of the paint. A dispenser shall be furnished that is properly designed for attachment to the marking machine and suitable for dispensing glass beads. Glass beads shall be applied at the rate shown in Table 1. Glass beads shall not be applied to black paint or green paint. Glass beads .. shall adhere to the cured paint or all marking operations shall cease until corrections are made. Different bead types shall not be mixed. Regular monitoring of glass bead embedment should be performed. All emptied containers shall be returned to the paint storage area for checking by the Engineer. The containers shall not be removed from the airport or destroyed until authorized by the Engineer. 620-3.8 Protection and cleanup. After application of the markings, all markings shall be protected from damage until dry. All surfaces shall be protected from excess moisture and/or rain and from disfiguration by spatter, splashes, spillage, or drippings. The Contractor shall remove from the work area all debris, waste, loose or unadhered reflective media, and by-products generated by the surface preparation and application operations to the satisfaction of the Engineer. The Contractor shall dispose of these wastes in strict compliance with all applicable state, local, and Federal environmental statutes and regulations. METHOD OF MEASUREMENT �. 620-4.1 The quantity of runway and taxiway markings to be paid for shall be the number of square feet of pavement marking, including glass beads for reflective markings, performed in accordance with the specifications and accepted by the Engineer. W +r [Project Name] P-620-3 Item P-620 Runway and Taxiway Marking BASIS OF PAYMENT 620-5.1 Payment shall be made at the respective contract unit price per square foot for non -reflective and reflective pavement marking. This price shall be full compensation for furnishing all materials and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item P-6201 Non- Reflective Pavement Marking - per square foot Item P-6202 Reflective Pavement Marking - per square foot TESTING REQUIREMENTS ASTM C371 Standard Test Method for Wire -Cloth Sieve Analysis of Nonplastic Ceramic Powders ASTM D92 Standard Test Method for Flash and Fire Points by Cleveland Open Cup Tester ASTM D711 Standard Test Method for No -Pick -Up Time of Traffic Paint ASTM D968 Standard Test Methods for Abrasion Resistance of Organic Coatings by Falling Abrasive ASTM D 1652 Standard Test Method for Epoxy Content of Epoxy Resins ASTM D2074 Standard Test Method for Total, Primary, Secondary, and Tertiary Amine Values of Fatty Amines by Alternative Indicator Method ASTM D2240 Standard Test Method for Rubber Property - Durometer Hardness ASTM D7585 Standard Practice for Evaluating Retroreflective Pavement Markings Using Portable Hand -Operated Instruments ASTM E1710 Standard Test Method for Measurement of Retroreflective Pavement Marking Materials with CEN -Prescribed Geometry Using a Portable Retroreflectometer ASTM E2302 Standard Test Method for Measurement of the Luminance Coefficient Under Diffuse Illumination of Pavement Marking Materials Using a Portable Reflectometer ASTM G154 Standard Practice for Operating Fluorescent Ultraviolet (UV) Lamp Apparatus for Exposure of Nonmetallic Materials MATERIAL REQUIREMENTS ASTM D476 Standard Classification for Dry Pigmentary Titanium Dioxide Products 40 CFR Part 60, Appendix A-7, Method 24 Determination of volatile matter content, water content, density, volume solids, and weight solids of surface coatings 29 CFR Part 1910.1200 Hazard Communication FED SPEC TT -B -1325D Beads (Glass Spheres) Retro -Reflective [Project Name] P-620-4 Item P-620 Runway and Taxiway Marking ■a �1 M M American Association of State Highway and Transportation Officials (AASHTO) M247 �. Standard Specification for Glass Beads Used in Pavement Markings FED SPEC TT -P -1952E Paint, Traffic and Airfield Marking, Waterborne Commercial Item Description A -A -2886B Paint, Traffic, Solvent Based FED STD 595 Colors used in Government Procurement AC 150/5340-1 Standards for Airport Markings END OF ITEM P-620 • 00 • an W A on M r [Project Name] P-620-5 Item P-620 Runway and Taxiway Marking • W Item D-701 Pipe for Storm Drains and Culverts DESCRIPTION 701-1.1 This item shall consist of the construction of pipe culverts and storm drains in accordance with these specifications and in reasonably close conformity with the lines and grades shown on the plans. MATERIALS 701-2.1 Materials shall meet the requirements shown on the plans and specified below. 701-2.2 Pipe. The pipe shall be of the type called for on the plans or in the proposal and shall be in accordance with the following appropriate requirements: ASTM C76 Standard Specification for Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe ASTM C507 Standard Specification for Reinforced Concrete Elliptical Culvert, Storm Drain, and Sewer Pipe r 701-2.3 Concrete. Concrete for pipe cradles shall have a minimum compressive strength of 2000 psi (13.8 MPa) at 28 days and conform to the requirements of ASTM C94. 701-2.4 Rubber gaskets. Rubber gaskets for rigid pipe shall conform to the requirements of ASTM C443. Rubber gaskets for PVC pipe, polyethylene, and polypropylene pipe shall conform to the requirements of ASTM F477. Rubber gaskets for zinc -coated steel pipe and precoated galvanized pipe shall conform to the requirements of ASTM 131056, for the "RE" closed cell grades. Rubber gaskets for steel reinforced thermoplastic ribbed pipe shall conform to the requirements of ASTM F477. 701-2.5 Joint mortar. Pipe joint mortar shall consist of one part Portland cement and two parts sand. The Portland cement shall conform to the requirements of ASTM C150, Type 1. The sand shall conform to the requirements of ASTM C144. 701-2.6 Joint fillers. Poured filler for joints shall conform to the requirements of ASTM D6690. .. 701-2.7 Plastic gaskets. Plastic gaskets shall conform to the requirements of AASHTO M198 (Type B). 701-2.8. Controlled low -strength material (CLSM). CLSM is not allowed. CONSTRUCTION METHODS 701-3.1 Excavation. The width of the pipe trench shall be sufficient to permit satisfactory jointing of the r pipe and thorough tamping of the bedding material under and around the pipe, but it shall not be less than Taxiway "D" and "E" P-701-1 Item P-701 Sebastian Municipal Airport Pipe for Storm Drains and Culverts ON the external diameter of the pipe plus 6 inches (150 mm) on each side. The trench walls shall be approximately vertical. The Contractor shall comply with all current Federal, state and local rules and regulations governing the safety of men and materials during the excavation, installation and backfilling operations. Specifically, the Contractor shall observe that all requirements of the Occupational Safety and Health Administration .. (OSHA) relating to excavations, trenching and shoring are strictly adhered to. The width of the trench shall be sufficient to permit satisfactorily jointing of the pipe and thorough compaction of the bedding material under the pipe and backfill material around the pipe, but it shall not be greater than the widths shown on _ the plans trench detail. The trench bottom shall be shaped to fully and uniformly support the bottom quadrant of the pipe. Where rock, hardpan, or other unyielding material is encountered, the Contractor shall remove it from below the foundation grade for a depth of at least 8 inch (200 mm) or 1/2 inch (12 mm) for each foot of fill over the top of the pipe (whichever is greater) but for no more than three-quarters of the nominal diameter of the pipe. The excavation below grade shall be backfilled with selected fine compressible material, such as silty clay or loam, and lightly compacted in layers not over 6 inches (150 mm) in uncompacted depth to form a uniform but yielding foundation. Where a firm foundation is not encountered at the grade established, due to soft, spongy, or other unstable soil, the unstable soil shall be removed and replaced with approved granular material for the full trench width. The Engineer shall determine the depth of removal necessary. The granular material shall be compacted to provide adequate support for the pipe. The excavation for pipes placed in embankment fill shall not be made until the embankment has been completed to a height above the top of the pipe as shown on the plans. 701-3.2 Bedding. The pipe bedding shall conform to the class specified on the plans. The bedding surface for the pipe shall provide a firm foundation of uniform density throughout the entire length of the pipe. When no bedding class is specified or detailed on the plans, the requirements for Class C bedding shall apply. a. Rigid pipe. Class A bedding shall consist of a continuous concrete cradle conforming to the plan details. Class B bedding shall consist of a bed of granular material having a thickness of at least 6 inches (150 mm) below the bottom of the pipe and extending up around the pipe for a depth of not less than 30% of the pipe's vertical outside diameter. The layer of bedding material shall be shaped to fit the pipe for at least 10% of the pipe's vertical diameter and shall have recesses shaped to receive the bell of bell and spigot pipe. The bedding material shall be sand or select sandy soil with 100% passing a 3/8 inch (9 mm) sieve and not more than 10% passing a No. 200 (0.075 mm) sieve. Class C bedding shall consist of bedding the pipe in its natural foundation material to a depth of not less than 10% of the pipe's vertical outside diameter. The bed shall be shaped to fit the pipe and shall have recesses shaped to receive the bell of bell and spigot pipe. Taxiway "D" and "E" P-701-2 Item P-701 Sebastian Municipal Airport Pipe for Storm Drains and Culverts M b. Flexible pipe. For flexible pipe, the bed shall be roughly shaped to fit the pipe, and a bedding blanket .. of sand or fine granular material shall be provided as follows: Pipe Corrugation Depth Minimum Bedding Depth inch mm inch mm 1/2 12 1 25 1 25 2 50 2 50 3 75 2-1/2 60 3-1/2 90 c. PVC, polyethylene, and polypropylene pipe. For PVC, polyethylene, and polypropylene pipe, the bedding material shall consist of coarse sands and gravels with a maximum particle size of 3/4 inches (19 mm). For pipes installed under paved areas, no more than 12% of the material shall pass the No. 200 (0.075 mm) sieve. For all other areas, no more than 50% of the material shall pass the No. 200 (0.075 mm) sieve. The bedding shall have a thickness of at least 6 inches (150 mm) below the bottom of the pipe and extend up around the pipe for a depth of not less than 50% of the pipe's vertical outside diameter. 701-3.3 Laying pipe. The pipe laying shall begin at the lowest point of the trench and proceed upgrade. The lower segment of the pipe shall be in contact with the bedding throughout its full length. Bell or groove ends of rigid pipes and outside circumferential laps of flexible pipes shall be placed facing upgrade. Paved or partially lined pipe shall be placed so that the longitudinal center line of the paved segment coincides with the flow line. Elliptical and elliptically reinforced concrete pipes shall be placed with the manufacturer's reference lines designating the top of the pipe within five degrees of a vertical plane through the longitudinal axis of the pipe. ,,. 701-3.4 Joining pipe. Joints shall be made with (1) Portland cement mortar, (2) Portland cement grout, (3) rubber gaskets, (4) plastic gaskets, or (5) coupling bands. Mortar joints shall be made with an excess of mortar to form a continuous bead around the outside of the .� pipe and shall be finished smooth on the inside. Molds or runners shall be used for grouted joints to retain the poured grout. Rubber ring gaskets shall be installed to form a flexible watertight seal. a. Concrete pipe. Concrete pipe may be either bell and spigot or tongue and groove. The method of .0 joining pipe sections shall be so the ends are fully entered and the inner surfaces are reasonably flush and even. Joints shall be thoroughly wetted before applying mortar or grout. b. Metal pipe. Metal pipe shall be firmly joined by form -fitting bands conforming to the requirements of ASTM A760 for steel pipe and AASHTO M196 for aluminum pipe. c. PVC, polyethylene and polypropylene pipe. Joints for PVC, Polyethylene, and Polypropylene pipe shall conform to the requirements of ASTM D3212 when water tight joints are required. Joints for PVC and Polyethylene pipe shall conform to the requirements of AASHTO M304 when soil tight joints are required. Fittings for polyethylene pipe shall conform to the requirements of AASHTO M252 or ASTM M294. Fittings for polypropylene pipe shall conform to ASTM F2881, ASTM F2736, or ASTM F2764. 701-3.5 Backfilling. Pipes shall be inspected before any backfill is placed; any pipes found to be out of alignment, unduly settled, or damaged shall be removed and relaid or replaced at the Contractor's expense. Material for backfill shall be fine, readily compatible soil or granular material selected from the excavation or a source of the Contractor's choosing. It shall not contain frozen lumps, stones that would be retained on r.. Taxiway "D" and "E" P-701-3 Item P-701 Sebastian Municipal Airport Pipe for Storm Drains and Culverts a 2 -inch (50 mm) sieve, chunks of highly plastic clay, or other objectionable material. Granular backfill material shall have 95% or more passing the a 1/2 inch (12 mm) sieve, with 95% or more being retained on the No. 4 (4.75 mm) sieve. When the top of the pipe is even with or below the top of the trench, the backfill shall be compacted in layers not exceeding 6 inches (150 mm) on each side of the pipe and shall be brought up one foot (30 cm) above the top of the pipe or to natural ground level, whichever is greater. Thoroughly compact the backfill material under the haunches of the pipe without displacing the pipe. Material shall be brought up evenly on each side of the pipe for the full length of the pipe. When the top of the pipe is above the top of the trench, the backfill shall be compacted in layers not exceeding 6 inches (150 mm) and shall be brought up evenly on each side of the pipe to one foot (30 cm) above the top of the pipe. The width of backfill on each side of the pipe for the portion above the top of the trench shall be equal to twice the pipe's diameter or 12 feet (3.7 m), whichever is less. For PVC, polyethylene, and polypropylene pipe, the backfill shall be placed in two stages; first to the top of the pipe and then at least 12 inches (300 mm) over the top of the pipe. The backfill material shall meet the requirements of paragraph 701-3.2c. All backfill shall be compacted to the density required under Item P-152. It shall be the Contractor's responsibility to protect installed pipes and culverts from damage due to construction equipment operations. The Contractor shall be responsible for installation of any extra strutting or backfill required to protect pipes from the construction equipment. METHOD OF MEASUREMENT 701-4.1 The length of pipe shall be measured in linear feet (m) of pipe in place, completed, and approved. It shall be measured along the centerline of the pipe from end or inside face of structure to the end or inside face of structure, whichever is applicable. The several classes, types and size shall be measured separately. All fittings shall be included in the footage as typical pipe sections in the pipe being measured. 701-4.2 The volume of concrete for pipe cradles shall be the number of cubic yards (cubic meters) of concrete that is completed in place and accepted. 701-4.3 The volume of rock shall be the number of cubic yards (cubic meters) of rock excavated. No payment shall be made for the cushion material placed for the bed of the pipe. BASIS OF PAYMENT 701-5.1 Payment will be made at the contract unit price per linear foot for each kind of pipe of the type and size designated. These prices shall fully compensate the Contractor for furnishing all materials and for all preparation, excavation, and installation of these materials; and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item 70 1 -1 15 inch Class IV RCP - per linear foot Item 701-2 18 inch Class IV RCP - per linear foot Item 701-3 12 inch x 18 inch Class IV HERCP - per linear foot Item 701-4 14 inch x 23 inch Class IV HERCP - per linear foot Taxiway I'M and "E" P-701-4 Item P-701 Sebastian Municipal Airport Pipe for Storm Drains and Culverts am M r 0 M Taxiway "D" and "E" P-701-5 Item P-701 Sebastian Municipal Airport Pipe for Storm Drains and Culverts M Item 701-5 Double 14 inch x 23 inch Class IV HERCP — per linear foot r MATERIAL REQUIREMENTS AASHTO M167 Standard Specification for Corrugated Steel Structural Plate, Zinc -Coated, for Field -Bolted Pipe, Pipe -Arches, and Arches AASHTO M190 Standard Specification for Bituminous -Coated Corrugated Metal Culvert Pipe and Pipe Arches .� AASHTO M196 Standard Specification for Corrugated Aluminum Pipe for Sewers and Drains AASHTO M198 Standard Specification for Joints for Concrete Pipe, Manholes, and Precast Box Sections Using Preformed Flexible Joint Sealants AASHTO M219 Standard Specification for Corrugated Aluminum Alloy Structural Plate for Field -Bolted Pipe, Pipe -Arches, and Arches AASHTO M243 Standard Specification for Field Applied Coating of Corrugated Metal Structural OR Plate for Pipe, Pipe -Arches, and Arches AASHTO M252 Standard Specification for Corrugated Polyethylene Drainage Pipe r AASHTO M294 Standard Specification for Corrugated Polyethylene Pipe, 300- to 1500 -mm (12 - to 60 -in.) Diameter AASHTO M304 Standard Specification for Poly (Vinyl Chloride) (PVC) Profile Wall Drain Pipe and Fittings Based on Controlled Inside Diameter AASHTO MP20 Standard Specification for Steel Reinforced Polyethylene (PE) Ribbed Pipe, 300 - to 900 -mm (12- to 36 -in.) Diameter ASTM A760 Standard Specification for Corrugated Steel Pipe, Metallic Coated for Sewers and Drains ASTM A761 Standard Specification for Corrugated Steel Structural Plate, Zinc Coated, for Field -Bolted Pipe, Pipe -Arches, and Arches ASTM A762 Standard Specification for Corrugated Steel Pipe, Polymer Precoated for Sewers .. and Drains ASTM A849 Standard Specification for Post -Applied Coatings, Pavings, and Linings for Corrugated Steel Sewer and Drainage Pipe r ASTM B745 Standard Specification for Corrugated Aluminum Pipe for Sewers and Drains ASTM C14 Standard Specification for Nonreinforced Concrete Sewer, Storm Drain, and r Culvert Pipe ASTM C76 Standard Specification for Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe r ASTM C94 Standard Specification for Ready Mixed Concrete ASTM C144 Standard Specification for Aggregate for Masonry Mortar ASTM C150 Standard Specification for Portland Cement Taxiway "D" and "E" P-701-5 Item P-701 Sebastian Municipal Airport Pipe for Storm Drains and Culverts M ASTM C443 Standard Specification for Joints for Concrete Pipe and Manholes, Using Rubber Gaskets ASTM C506 Standard Specification for Reinforced Concrete Arch Culvert, Storm Drain, and Sewer Pipe ASTM C507 Standard Specification for Reinforced Concrete Elliptical Culvert, Storm Drain and Sewer Pipe ASTM C655 Standard Specification for Reinforced Concrete D -Load Culvert, Storm Drain and Sewer Pipe ASTM C1433 Standard Specification for Precast Reinforced Concrete Monolithic Box Sections for Culverts, Storm Drains, and Sewers ASTM D1056 Standard Specification for Flexible Cellular Materials Sponge or Expanded Rubber ASTM D3034 Standard Specification for Type PSM Poly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings ASTM D3212 Standard Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals ASTM D6690 Standard Specification for Joint and Crack Sealants, Hot Applied, for Concrete and Asphalt Pavements ASTM F477 Standard Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe ASTM F667 Standard Specification for 3 through 24 in. Corrugated Polyethylene Pipe and Fittings ASTM F714 Standard Specification for Polyethylene (PE) Plastic Pipe (DR PR) Based on Outside Diameter ASTM F794 Standard Specification for Poly (Vinyl Chloride) (PVC) Profile Gravity Sewer Pipe & Fittings Based on Controlled Inside Diameter ASTM F894 Standard Specification for Polyethylene (PE) Large Diameter Profile Wall Sewer and Drain Pipe ASTM F949 Standard Specification for Poly (Vinyl Chloride) (PVC) Corrugated Sewer Pipe With a Smooth Interior and Fittings ASTM F2435 Standard Specification for Steel Reinforced Polyethylene (PE) Corrugated Pipe ASTM F2562 Specification for Steel Reinforced Thermoplastic Ribbed Pipe and Fittings for Non -Pressure Drainage and Sewerage ASTM F2736 Standard Specification for 6 to 30 in. (152 to 762 mm) Polypropylene (PP) Corrugated Single Wall Pipe and Double Wall Pipe ASTM F2764 Standard Specification for 30 to 60 in. (750 to 1500 mm) Polypropylene (PP) Triple Wall Pipe and Fittings for Non -Pressure Sanitary Sewer Applications ASTM F2881 Standard Specification for 12 to 60 in. (300 to 1500 mm) Polypropylene (PP) Dual Wall Pipe and Fittings for Non -Pressure Storm Sewer Applications END ITEM D-701 Taxiway "D" and "E" P-701-6 Item P-701 Sebastian Municipal Airport Pipe for Storm Drains and Culverts M M Item D-751 Drainage Structures DESCRIPTION 751-1.1 This item shall consist of construction of manholes, catch basins, inlets, and inspection holes, in accordance with these specifications, at the specified locations and conforming to the lines, grades, and dimensions shown on the plans or required by the Engineer. MATERIALS 751-2.1 Brick. The brick shall conform to the requirements of ASTM C32, Grade MS. 751-2.2 Mortar. Mortar shall consist of one part Portland cement and two parts sand. The Portland cement shall conform to the requirements of ASTM C150, Type I. The sand shall conform to the requirements of .� ASTM C144. 751-2.3 Concrete. Plain and reinforced concrete used in structures, connections of pipes with structures, and the support of structures or frames shall conform to the requirements of Item P-610. 751-2.4 Precast concrete pipe manhole rings. Precast concrete pipe manhole rings shall conform to the requirements of ASTM C478. Unless otherwise specified, the risers and offset cone sections shall have an inside diameter of not less than 36 inches (90 cm) nor more than 48 inches (120 cm). There shall be a gasket between individual sections and sections cemented together with mortar on the inside of the manhole. 751-2.5 Corrugated metal. Corrugated metal shall conform to the requirements of American Association of State Highway and Transportation Officials (AASHTO) M36. 751-2.6 Frames, covers, and grates. The castings shall conform to one of the following requirements: a. ASTM A48, Class 3513: Gray iron castings .. b. ASTM A47: Malleable iron castings c. ASTM A27: Steel castings .�. d. ASTM A283, Grade D: Structural steel for grates and frames e. ASTM A536, Grade 65-45-12: Ductile iron castings L ASTM A897:Austempered ductile iron castings All castings or structural steel units shall conform to the dimensions shown on the plans and shall be designed to support the loadings, aircraft gear configuration and/or direct loading, specified. Each frame and cover or grate unit shall be provided with fastening members to prevent it from being dislodged by traffic but which will allow easy removal for access to the structure. All castings shall be thoroughly cleaned. After fabrication, structural steel units shall be galvanized to meet the requirements of ASTM A 123. 751-2.7 Steps. The steps or ladder bars shall be gray or malleable cast iron or galvanized steel. The steps shall be the size, length, and shape shown on the plans and those steps that are not galvanized shall be given a coat of bituminous paint, when directed. r Taxiways "D" and "E" P-751-1 Manholes, Catch Basins, Inlets, Sebastian Municipal Airport and Inspection Holes 751-2.8 Precast inlet structures. Manufactured in accordance with and conforming to ASTM C1433. CONSTRUCTION METHODS 751-3.1 Unclassified excavation. .� a. The Contractor shall excavate for structures and footings to the lines and grades or elevations, shown on the plans, or as staked by the Engineer. The excavation shall be of sufficient size to permit the placing of the full width and length of the structure or structure footings shown. The elevations of the bottoms of footings, as shown on the plans, shall be considered as approximately only; and the Engineer may direct, in writing, changes in dimensions or elevations of footings necessary for a satisfactory foundation. b. Boulders, logs, or any other objectionable material encountered in excavation shall be removed. All s• rock or other hard foundation material shall be cleaned of all loose material and cut to a firm surface either level, stepped, or serrated, as directed by the Engineer. All seams or crevices shall be cleaned out and grouted. All loose and disintegrated rock and thin strata shall be removed. Where concrete will rest on a surface other than rock, the bottom of the excavation shall not be disturb and excavation to final grade shall not be made until immediately before the concrete or reinforcing is placed. c. The Contractor shall do all bracing, sheathing, or shoring necessary to implement and protect the .. excavation and the structure as required for safety or conformance to governing laws. The cost of bracing, sheathing, or shoring shall be included in the unit price bid for the structure. d. All bracing, sheathing, or shoring involved in the construction of this item shall be removed by the Contractor after the completion of the structure. Removal shall not disturb or damage finished masonry. The cost of removal shall be included in the unit price bid for the structure. e. After excavation is completed for each structure, the Contractor shall notify the Engineer. No concrete or reinforcing steel shall be placed until the Engineer has approved the depth of the excavation and the character of the foundation material. 751-3.2 Brick structures. a. Foundations. A prepared foundation shall be placed for all brick structures after the foundation excavation is completed and accepted. Unless otherwise specified, the base shall consist of reinforced concrete mixed, prepared, and placed in accordance with the requirements of Item P-610. b. Laying brick. All brick shall be clean and thoroughly wet before laying so that they will not absorb any appreciable amount of additional water at the time they are laid. All brick shall be laid in freshly made mortar. Mortar not used within 45 minutes after water has been added shall be discarded. Retempering of mortar shall not be permitted. An ample layer of mortar shall be spread on the beds and a shallow furrow shall be made in it that can be readily closed by the laying of the brick. All bed and head joints shall be filled solid with mortar. End joints of stretchers and side or cross joints of headers shall be fully buttered with mortar and a shoved joint made to squeeze out mortar at the top of the joint. Any bricks that may be loosened after the mortar has taken its set, shall be removed, cleaned, and relaid with fresh mortar. No broken or chipped brick shall be used in the face, and no spalls or bats shall be used except where necessary to shape around irregular openings or edges; in which case, full bricks shall be placed at ends or comers where possible, and the bats shall be used in the interior of the course. In making closures, no piece of brick shorter than the width of a whole brick shall be used; and wherever practicable, whole brick shall be used and laid as headers. c. Joints. All joints shall be filled with mortar at every course Exterior faces shall be laid up in advance of backing. Exterior faces shall be plastered or parged with a coat of mortar not less than 3/8 inch (9 mm) • thick before the backing is laid up. Prior to parging, all joints on the back of face courses shall be cut flush. Taxiways "D" and "E" P-751-2 Manholes, Catch Basins, Inlets, Sebastian Municipal Airport and Inspection Holes �' Unless otherwise noted, joints shall be not less than 1/4 inch (6 mm) nor more than 1/2 inch (12 mm) wide .. and the selected joint width shall be maintained uniform throughout the work. d. Pointing. Face joints shall be neatly struck, using the weather -struck joint. All joints shall be finished properly as the laying of the brick progresses. When nails or line pins are used the holes shall be immediately plugged with mortar and pointed when the nail or pin is removed. e. Cleaning. Upon completion of the work all exterior surfaces shall be thoroughly cleaned by scrubbing and washing with water. If necessary to produce satisfactory results, cleaning shall be done with a 5% solution of muriatic acid which shall then be rinsed off with liberal quantities of water. E Curing and cold weather protection. The brick masonry shall be protected and kept moist for at least 48 hours after laying the brick. Brick masonry work or pointing shall not be done when there is frost on the brick or when the air temperature is below 50°F (10°C) unless the Contractor has, on the project ready to use, suitable covering and artificial heating devices necessary to keep the atmosphere surrounding the masonry at a temperature of not less than 60°F (16°C) for the duration of the curing period. 751-33 Concrete structures. Concrete structures shall be built on prepared foundations, conforming to the dimensions and shape indicated on the plans. The construction shall conform to the requirements specified in Item P-610. Any reinforcement required shall be placed as indicated on the plans and shall be approved by the Engineer before the concrete is placed. All invert channels shall be constructed and shaped accurately to be smooth, uniform, and cause minimum resistance to flowing water. The interior bottom shall be sloped to the outlet. 751-3.4 Precast concrete structures. Precast concrete structures shall conform to ASTM C478. Precast concrete structures shall be constructed on prepared or previously placed slab foundations conforming to the dimensions and locations shown on the plans. All precast concrete sections necessary to build a completed structure shall be furnished. The different sections shall fit together readily. Joints between precast concrete risers and tops shall be full -bedded in cement mortar and shall be smoothed to a uniform surface on both interior and exterior of the structure. The top of the upper precast concrete section shall be suitably formed and dimensioned to receive the metal frame and cover or grate, or other cap, as required. Provision shall be made for any connections for lateral pipe, including drops and leads that may be installed in the structure. The flow lines shall be smooth, uniform, and cause minimum resistance to flow. The metal ,. steps that are embedded or built into the side walls shall be aligned and placed at vertical intervals of 12 inches (300 mm). When a metal ladder replaces the steps, it shall be securely fastened into position. 751-3.5 Corrugated metal structures. Corrugated metal structures shall be prefabricated. All standard or ..r special fittings shall be furnished to provide pipe connections or branches with the correct dimensions and of sufficient length to accommodate connecting bands. The fittings shall be welded in place to the metal structures. The top of the metal structure shall be designed so that either a concrete slab or metal collar may be attached to allow the fastening of a standard metal frame and grate or cover. Steps or ladders shall be furnished as shown on the plans. Corrugated metal structures shall be constructed on prepared foundations, conforming to the dimensions and locations as shown on the plans. When indicated, the structures shall be placed on a reinforced concrete base. 751-3.6 Inlet and outlet pipes. Inlet and outlet pipes shall extend through the walls of the structures a sufficient distance beyond the outside surface to allow for connections. They shall be cut off flush with the wall on the inside surface of the structure, unless otherwise directed. For concrete or brick structures, mortar shall be placed around these pipes to form a tight, neat connection. 751-3.7 Placement and treatment of castings, frames, and fittings. All castings, frames, and fittings shall be placed in the positions indicated on the plans or as directed by the Engineer, and shall be set true to line and elevation. If frames or fittings are to be set in concrete or cement mortar, all anchors or bolts shall be Taxiways "D" and "E" P-751-3 Manholes, Catch Basins, Inlets, Sebastian Municipal Airport and Inspection Holes M r� in place before the concrete or mortar is placed. The unit shall not be disturbed until the mortar or concrete has set. When frames or fittings are placed on previously constructed masonry, the bearing surface of the masonry shall be brought true to line and grade and shall present an even bearing surface so the entire face or back of the unit will come in contact with the masonry. The unit shall be set in mortar beds and anchored to the masonry as indicated on the plans or as directed by the Engineer. All units shall set firm and secure. After the frames or fittings have been set in final position, the concrete or mortar shall be allowed to harden for seven (7) days before the grates or covers are placed and fastened down. 751-3.8 Installation of steps. The steps shall be installed as indicated on the plans or as directed by the Engineer. When the steps are to be set in concrete, they shall be placed and secured in position before the concrete is placed. When the steps are installed in brick masonry, they shall be placed as the masonry is .. being built. The steps shall not be disturbed or used until the concrete or mortar has hardened for at least seven (7) days. After seven (7) days, the steps shall be cleaned and painted, unless they have been galvanized. When steps are required with precast concrete structures, they shall be cast into the side of the sections at the time the sections are manufactured or set in place after the structure is erected by drilling holes in the concrete and cementing the steps in place. When steps are required with corrugated metal structures, they shall be welded into aligned position at a vertical spacing of 12 inches (300 mm). Instead of steps, prefabricated ladders may be installed. For brick or concrete structures, the ladder shall be held in place by grouting the supports in drilled holes. For metal structures, the ladder shall be secured by welding the top support to the structure and grouting the bottom support into drilled holes in the foundation or as directed by the Engineer. 751-3.9 Backfilling. a. After a structure has been completed, the area around it shall be backfilled with approved material, .. in horizontal layers not to exceed 8 inches (200 mm) in loose depth, and compacted to the density required in Item P-152. Each layer shall be deposited evenly around the structure to approximately the same elevation. The top of the fill shall meet the elevation shown on the plans or as directed by the Engineer. b. Backfill shall not be placed against any structure until approved by the Engineer. For concrete structures, approval shall not be given until the concrete has been in place seven (7) days, or until tests establish that the concrete has attained sufficient strength to withstand any pressure created by the backfill and placing methods. c. Backfill shall not be measured for direct payment. Performance of this work shall be considered an obligation of the Contractor covered under the contract unit price for the structure involved. 751-3.10 Cleaning and restoration of site. After the backfill is completed, the Contractor shall dispose of all surplus material, dirt, and rubbish from the site. Surplus dirt may be deposited in embankments, shoulders, or as approved by the Engineer. The Contractor shall restore all disturbed areas to their original .. condition. The Contractor shall remove all tools and equipment, leaving the entire site free, clear, and in good condition. METHOD OF MEASUREMENT 751-4.1 Manholes, catch basins, inlets, and inspection holes shall be measured by the unit. ., Taxiways "D" and "E" P-751-4 Manholes, Catch Basins, Inlets, Sebastian Municipal Airport and inspection Holes M r� END OF ITEM D-751 M Taxiways "D" and "E" P-751-5 Manholes, Catch Basins, Inlets, .n Sebastian Municipal Airport and Inspection Holes at BASIS OF PAYMENT am 751-5.1 The accepted quantities of manholes, catch basins, inlets, and inspection holes will be paid for at the contract unit price per each in place when completed. This price shall be full compensation for furnishing all materials and for all preparation, excavation, backfilling and placing of the materials; so furnishing and installation of such specials and connections to pipes and other structures as may be required to complete the item as shown on the plans; and for all labor equipment, tools and incidentals necessary to complete the structure. Payment will be made under: Item D-751-1 Type C Inlet- per each .. Item D-751-2 Type D Inlet- per each Item D-751-3 Type E Inlet - per each Item D-751-4 MES (4:1) for 18 inch RCP - per each _ Item D-751-5 MES (4:1) for 12 inch x 18 inch HERCP - per each Item D-751-6 MES (4:1) for 14 inch x 23 inch HERCP - per each .� Item D-751-7 MES (4:1) for Double 14 inch x 23 inch HERCP - per each MATERIAL REQUIREMENT ASTM A27 Standard Specification for Steel Castings, Carbon, for General Application ASTM A47 Standard Specification for Ferritic Malleable Iron Castings ASTM A48 Standard Specification for Gray Iron Castings ASTM A123 Standard Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products ASTM A283 Standard Specification for Low and Intermediate Tensile Strength Carbon Steel Plates ASTM A536 Standard Specification for Ductile Iron Castings ASTM A897 Standard Specification for Austempered Ductile Iron Castings .� ASTM C32 Standard Specification for Sewer and Manhole Brick (Made from Clay or Shale) ASTM C144 Standard Specification for Aggregate for Masonry Mortar ASTM C150 Standard Specification for Portland Cement ASTM C478 Standard Specification for Precast Reinforced Concrete Manhole Sections ASTM C1433 Standard Specification for Precast Reinforced Concrete Monolithic Box Sections for Culverts, Storm Drains, and Sewers AASHTO M36 Standard Specification for Corrugated Steel Pipe, Metallic -Coated, for Sewers and Drains END OF ITEM D-751 M Taxiways "D" and "E" P-751-5 Manholes, Catch Basins, Inlets, .n Sebastian Municipal Airport and Inspection Holes at .. Item T-901 Grassing OR GENERAL 901-1.1 Description: Work described in this section includes permanent grassing by either seeding and hydroseeding of grass over areas indicated in the drawings and in areas disturbed within the Contractor's staging area, haul routes, and all other areas outside the limits of construction. 901-1.2 Definitions: Satisfactory stand of grass: Full cover over designated areas, with living grass free of .. weeds and without bare spots. 901-1.3 Submittals: Certificates: Submit certificates for all seed. Indicate grass species, weed content, and percent germination. 901-1.4 Oualitv Assurance: a. These specifications are to be used as a guide to enable the Contractor to develop a satisfactory stand of grass. The Contractor shall visit the site and acquaint himself as to the nature and condition of the soil and the extent of the work required prior to bidding. The Contractor shall have the soil tested to determine the actual rates and/or types of lime, fertilizer, seed and mulch required. Prior to construction, the contractor shall submit a seeding plan to the Engineer for his review. In addition to the above, it shall also include his methods of maintenance, watering, reseeding, fertilizing, mowing and recommendations for future maintenance by the Owner. b. Seed shall be furnished separately or in mixtures in standard containers with the seed name, lot number, net weight, percentages of purity and of germination and hard seed, and percentage of OR maximum weed seed content clearly marked for each kind of seed. The Contractor shall furnish the Engineer duplicate signed copies of a statement by the vendor certifying that each lot of seed has been tested by a recognized laboratory for seed testing within 6 months of date of delivery. This .. statement shall include: name and address of laboratory, date of test, lot number of each kind of seed, and the results of tests as to name, percentages of purity and of germination, and percentage of weed content for each kind of seed furnished, and, in case of a mixture, the proportions of each kind of seed. 014 MATERIALS 901-2.1 Fertilizer 1. Regular type: Nitrogen content derived from organic or inorganic sources; bearing manufacturer's statement of analysis. Minimum requirements: 12% nitrogen, 8% phosphoric acid, 8% potash. 2. Slow-release type: 50% of nitrogen is in slow-release form, content derived from organic or inorganic sources; bearing manufacturer's statement of analysis. Minimum requirements: 12% nitrogen, 4% phosphoric acid, 10% potash. Taxiway "D" and "E" T-901 -I Grassing Sebastian Municipal Airport 3. Commercial mixed type: Nitrogen content derived from organic or inorganic sources, bearing manufacturer's statement of analysis. Minimum requirements: 10% nitrogen, 10% phosphoric acid, 10% potash. 901-2.2 Lime: Ground limestone containing not less than 85% carbonates; 50% passing 100 mesh sieve and 90% passing 20 mesh sieve. Coarser material is acceptable if application rates are increased to achieve quantities and depth specified. 901-2.3 Seed: Seed shall be Tift 419 Bermuda and shall have a minimum pure seed content of 95% with a minimum germination of 85% or Bahia having a minimum pure seed content of 95% with a minimum germination of 80%. During the fall and winter annual rye grass seed will be substituted for common Bermuda seed when directed by the Engineer. Annual type rye grass seed shall have a minimum pure seed ^, content of 95% with a minimum germination of 90%. All seed shall meet the requirement of the Florida State Department of Agriculture and Consumer Services and all applicable State laws, and shall be approved by the Engineer before being sown. The seed shall have been harvested from the previous years crop. 901-2.4 Hvdromulch: Wood cellulose fiber containing no germination inhibiting or growth inhibiting agents. .. Characteristics shall be as follows: 1. Percent moisture content: 10.0% (+ 2.0) 2. Percent organic matter: 99.4% (+ 0.2%). 3. Percent ash content: 0.6% (+ 0.2%). 4. pH: 4.8 (+0.5%). 5. Water holding capacity: 1050 grams water/100 grams fiber, minimum. 901-2.5 Dry Mulch: Clean, seed free stray of hay, wheat, rye, oats, barley, straw or manure. 901-2.6 Asphalt Spray Mulch: Meeting ASTM D -977-79a, Grade SS -1 with 57%59% residual asphalt, mixed with equal parts of water. 901-2.7 Staking Pees: Staking pegs: 3/4" diameter by 8" long softwood. 901-2.8 Water: Clean, potable. CONSTRUCTION METHODS 901-3.1 Preparation: a. Place topsoil as specified in Section T-905 on area to be grassed. b. Check soil pH. Add lime as required to achieve a soil pH of at least 5.5 but at a minimum of 1.5 tons/acre. Apply lime and mix into soil during seedbed preparation. Apply fertilizer to seedbed at rate of 1000 lbs. per acre or equivalent of 10- 10-10 fertilizer. c. Rake areas to be grassed, filling depressions and removing stones over 2" in size, sticks and rubbish. Taxiway "D" and "E" T-901 - 2 Grassing Sebastian Municipal Airport M d. After preparation of soil, level areas to be seeded and bring to finish grade. Hand rake smooth, do allowing for settlement. 901-3.2 Seeding: a. Uniformly distribute the first half of the seed mixture over the designated areas using a seed drill and then uniformly distribute the last half of the seed mixture over the designated areas by means of a .� mechanical spreader. Seed mixture shall be sown immediately after fertilization. b. Sow half of seed with spreader moving in one direction; the remainder with spreader moving at right angle to first sowing. c. Cover seed lightly with minimum of 1/4" of soil by hand raking. go d. Firm seeded area by rolling with a light roller (40-65 lbs. per foot of width for clay soil, and 150-200 lbs. per foot of width for sandy or light soils). e. Mulch seeded areas having slopes of four to one or greater with dry mulch or hydromulch. Use .o asphalt spray mulch or hydromulch within safety areas of airfield pavements (See Typical Section sheet for prescribed safety area distances). "' 901-3.3 Dry Mulch: a. Apply dry mulch at rate of 2-3 tons per acre to provide a uniform loose depth between 1-1 /2 and 3 ow inches. b. Secure mulch with a very thin layer of topsoil, stakes and wire mesh, or asphalt binder as approved by Engineer. 1. Peg and string method - secure mulch using stakes and wire pins spaced on 5 -foot centers. String binder twine diagonally and at right angles. _ 2. Manufactured netting may be used if approved by Engineer. c. Do not use dry mulch within runway and taxiway safety areas. Hydromulch or asphalt spray mulch within all safety areas. 901-3.4 Hydroseedina: a. Apply seed/fertilizer/hydromulch mixture in water slurry. Dispense using hydraulic mulching equipment in following minimum quantities: 1. Fertilizer: 1000 lbs./acre. 2. Hydromulch: 1200-1500 lbs./acre. 3. Seed: Please see SEEDING SCHEDULE for appropriate percentages for each respective growing season. 901-3.5 Maintenance: a. Maintain grassed areas at a height of not to exceed 2" until final acceptance of the project. Repair damaged mulch. Taxiway "D" and "E" T-901 - 3 Grassing Sebastian Municipal Airport ON M M b. Re -grass areas larger than one sq. ft. not having a uniform stand of grass. Eradicate weeds which appear in grassed areas. c. At completion of grassing operation, remove excess soil and debris from project site. d. Protect seeded areas against traffic or other use by warning signs or barricades, as approved by the Engineer. Surfaces gullied or otherwise damaged following seeding shall be repaired by regrading and reseeding as directed. e. The Contractor shall apply 30 units of nitrogen per acre after the grass has attained a height of 1/2 to 3/4 inch. Approximately four (4) weeks afterwards, apply a second application of 30 units of nitrogen per acre. f Contractor shall establish a good stand of grass of uniform green color and density to the satisfaction of the Engineer. If at the time when the contract has been otherwise completed, it is not possible to make an adequate determination of the color, density, and uniformity of such stand of grass, payment for the unaccepted portions of the areas seeded out of season will be withheld until such time as these requirements have been met. In lieu of retaining the value of grassing not acceptable to the Engineer, the Contractor may submit a bond to the Owner (providing the Owner agrees to this option) for the amount of grassing that has not achieved a good stand of grass of uniform green color and density and receive payment for the unacceptable grassing. MEASUREMENT AND PAYMENT 901-4.1 The quantity of grassing to be paid for shall be the number of square yards seeded and mulched, as measured on the ground surface, completed and accepted. No area seeded and mulched shall be accepted for payment as grassing until a satisfactory stand of grass has developed. All areas within the Contractor's staging area, haul routes and all other areas outside the limits of construction to be grassed shall not be measured for payment. Grassing of these areas shall be considered incidental to and .. included in the lump sum price bid for General Provisions Section 105 - "Mobilization". BASIS OF PAYMENT 901-5.1 The quantity, determined as provided above, will be paid for at the contact unit price per square yard, or fraction thereof, for the pay item listed below, which price and payment shall be full compensation for furnishing and placing all material, including mulching, watering and maintenance of seeded areas as directed .. by the Engineer, and for all labor, equipment, tools, and incidentals necessary to complete the work prescribed in this item. Watering or mowing will not be measured or paid for as a separate item. It shall be incidental cost to Grassing as stated above. Payment will be made under: Item T-901 Grassing - per Square Yard END ITEM T-901 Taxiway "D" and "E" T-901 - 4 Grassing Sebastian Municipal Airport M ITEM T-904 SODDING 904-1.1 This item shall consist of furnishing, hauling, and placing approved live sod on prepared areas in .. accordance with this specification at the locations shown on the plans or as directed by the Engineer. 0 MATERIALS 904-2.1 Sod. Sod furnished by the Contractor shall have a good cover of living or growing grass. This shall be interpreted to include grass that is seasonally dormant during the cold or dry seasons and capable of renewing growth after the dormant period. All sod shall be obtained from areas where the soil is reasonably fertile and contains a high percentage of loamy topsoil. Sod shall be cut or stripped from living, thickly matted turf relatively free of weeds or other undesirable foreign plants, large stones, roots, or other materials which might be detrimental to the development of the sod or to future maintenance. Sod shall be composed of either centipede, Bahia grass or Bermuda at the Contractor's option. Any vegetation more than 6 inches in height shall be mowed to a height of 3 inches or less before sod is lifted. Sod, including the soil containing the roots and the plant growth showing above, shall be cut uniformly to a thickness to withstand all necessary transport and handling. No sod which has been cut for more than 72 hours shall be used unless specifically authorized by the Engineer after his inspection thereof. 904-2.2 Lime. Lime shall be ground limestone containing not less than 85% carbonates, 50% passing 100 mesh sieve, and 90% passing 20 mesh sieves. Coarser materials may be acceptable if application rates are increased to achieve quantities and depth specified. 904-2.3 Fertilizer. Fertilizer shall be one of the following: �* a. Regular type: Nitrogen content derived from organic or inorganic sources bearing the manufacturer's statement of analysis. Minimum requirement: 12% nitrogen, 8% phosphoric acid, 8% potash. b. Slow release type: 50% of nitrogen is in slow release form, content derived from organic or inorganic sources bearing the manufacturer's statement of analysis. Minimum requirements: 12% nitrogen, 8% phosphoric acid, 10% potash. c. Commercial mixed type: Nitrogen content derived from organic or inorganic sources bearing the manufacturer's statement of analysis. Minimum requirements: 10% nitrogen, 10% phosphoric acid, 10% potash. 904-2.4 Water. The water shall be sufficiently free from oil, acid, alkali, salt, or other harmful materials that .. would inhibit the growth of grass. It shall be subject to the approval of the Engineer prior to use. 904-2.5 Soil For Repairs. The soil for fill and topsoiling of areas to be repaired shall be at the Contractor's expense as is any sodding used to properly restore disturbed areas outside the Iimits of construction shown in the plans. Taxiways "D" and "E" T-904-1 Sodding Sebastian Municipal Airport oft 904-3.1 General. Areas to be solid strip, or spot sodded shall be shown on the plans. Areas requiring special ground surface preparation such as tilling and those areas in a satisfactory condition which are to remain undisturbed shall also be shown on the plans. Suitable equipment necessary for proper preparation of the ground surface and for the handling and placing of all required materials shall be on hand, in good condition, and shall be approved by the Engineer before the .. various operations are started. The Contractor shall demonstrate to the Engineer before starting the various operations that the application of required materials will be made at the specified rates. 904-3.2 Preparing The Ground Surface. After grading of areas has been completed and before applying fertilizer and limestone, areas to be sodded shall be raked or otherwise cleared of stones larger than 2 inches in any diameter, sticks, stumps, and other debris which might interfere with sodding, growth of grasses, or subsequent maintenance of grass -covered areas. If any damage by erosion or other causes occurs after grading of areas and before beginning the application of fertilizer and ground limestone, the Contractor shall repair such damage. This may include filling gullies, smoothing irregularities, and repairing other incidental damage. .. 904-3.3 Applying Fertilizer And Ground Limestone. Following ground surface preparation, fertilizer shall be uniformly spread at a rate of 400 to 500 pounds per acre. If use of ground limestone is required, it shall then be spread at a rate which is required to establish a soil pH of 6.0 to 6.5. These materials shall be incorporated into the soil to a depth of not less than 2 inches by discing, raking, or other methods acceptable to the Engineer. Any stones larger than 2 inches in any diameter, large clods, roots, and other litter brought to the surface by this operation shall be removed. 904-3.4 Obtaining And Delivering Sod. After inspection and approval of the source of sod by the Engineer, the sod shall be cut with approved sod cutters to such a thickness that after it has been transported and placed on the prepared bed, but before it has been compacted, it shall have a uniform thickness of not less than 2 inches. Sod sections or strips shall be cut in uniform widths, not less than 10 inches, and in lengths of not less than 18 inches, but of such length as may be readily lifted without breaking, tearing, or loss of soil. Where .. strips are required, the sod must be rolled without damage with the grass folded inside. The Contractor may be required to mow high grass before cutting sod. The sod shall be transplanted within 24 hours from the time it is stripped, unless circumstances beyond the .. Contractor's control make storing necessary. In such cases, sod shall be stacked, kept moist, and protected from exposure to the air and sun and shall be kept from freezing. Sod shall be cut and moved only when the soil moisture conditions are such that favorable results can be expected. Where the soil is too dry, permission to cut sod maybe granted only after it has been watered sufficiently to moisten the soil to the depth the sod is to be cut. 904-3.5 Laving Sod. Sodding shall be performed only during the seasons when satisfactory results can be expected. Frozen sod shall not be used and sod shall not be placed upon frozen soil. Sod maybe transplanted during periods of drought with the approval of the Engineer, provided the sod bed is watered to moisten the _ soil to a depth of at least 4 inches immediately prior to laying the sod. The sod shall be moist and shall be placed on a moist earth bed. Pitch forks shall not be used to handle sod, and dumping from vehicles shall not be permitted. The sod shall be carefully placed by hand, edge to edge and with staggered joints, in rows at right angles to the slopes, commencing at the base of the area to be Taxiways "D" and "E" T-904-2 Sodding .. Sebastian Municipal Airport M sodded and working upward. The sod shall immediately be pressed firmly into contact with the sod bed by .+ tamping or rolling with approved equipment to provide a true and even surface, and insure knitting without displacement of the sod or deformation of the surfaces of sodded areas. Where the sod may be displaced during sodding operations, the workmen when replacing it shall work from ladders or treated planks to prevent further displacement. Screened soil of good quality shall be used to fill all cracks between sods. The quantity of the fill soil shall not cause smothering of the grass. Where the grades are such that the flow of water will be from paved surfaces across sodded areas, the surface of the soil in the sod after compaction shall be set approximately l inch below the pavement edge. Where the flow will be over the sodded areas and onto the paved surfaces around manholes and inlets, the surface of the soil in the sod after compaction shall be placed flush with pavement edges. 04 On slopes of 1 vertical to 4 horizontal or steeper and in v -shaped or flat -bottom ditches or gutters, the sod shall be pegged with wooden pegs not less than 12 inches in length and have a cross-sectional area of not less than 3/4 square inch. The pegs shall be driven flush with the surface of the sod. OR 904-3.6 Watering. Adequate water and watering equipment must be on hand before sodding begins, and sod shall be kept moist until it has become established and its continued growth assured. In all cases, watering shall be done in a manner which will avoid erosion from the application of excessive quantities and will avoid no damage to the finished surface. 904-3.7 Establishing Turf. a. General. The Contractor shall provide general care for the sodded areas as soon as the sod has been laid and shall continue until final inspection and acceptance of the work. b. Protection. All sodded areas shall be protected against traffic or other use by warning signs or barricades approved by the Engineer. c. Mowing. The Contractor shall mow the sodded areas with approved mowing equipment, depending upon climatic and growth conditions and the needs for mowing specific areas. In the event that weeds or other undesirable vegetation are permitted to grow to such an extent that, either cut or uncut, they .. threaten to smother the sodded species, they shall be mowed and the clippings raked and removed from the area. OR 904-3.8 Repairing. When the surface has become bullied or otherwise damaged during the period covered by this contract, the affected areas shall be repaired to re-establish the grade and the condition of the soil, as directed by the Engineer, and shall then be sodded as specified in 904-3.5. METHOD OF MEASUREMENT 904-4.1 This item shall be measured on the basis of the area in square yards of the surface covered with sod and accepted. BASIS OF PAYMENT 904-5.1 This item will be paid for on the basis of the contract unit price per square yard for sodding, which price shall be full compensation for all labor, equipment, material, staking, and incidentals necessary to satisfactorily complete the items as specified. Taxiways "D" and "E" T-904-3 Sodding Sebastian Municipal Airport OR Payment will be made under: Item T-904 Sodding -- per Square Yard END OF ITEM T-904 —� Caxiways "D" and "E" T-904-4 Sodding Sebastian Municipal Airport W ^ ^ Item T-905 Topsoiling DESCRIPTION 905-1.1 This item shall consist of preparing the ground surface for topsoil application, removing topsoil from areas to be stripped on the site and placing and spreading the topsoil on prepared areas in accordance with this specification at the locations shown on the plans or as directed by the Engineer. MATERIALS 905-2.1 Topsoil. Topsoil shall be the surface layer of soil with no admixture of refuse or any material toxic to plant growth, and it shall be reasonably free from subsoil and stumps, roots, brush, stones (2 inches (50 mm) or more in diameter), and clay lumps or similar objects. Brush and other vegetation that will not be incorporated with the soil during handling operations shall be cut and removed. Ordinary sod and herbaceous growth such as grass and weeds are not to be removed, but shall be thoroughly broken up and ^ intermixed with the soil during handling operations. Heavy sod or other cover, which cannot be incorporated into the topsoil by discing or other means, shall be removed. The topsoil or soil mixture, unless otherwise specified or approved, shall have a pH range of approximately 5.5 pH to 7.6 pH, when tested in accordance with the methods of testing of the Association of Official Agricultural Chemists in effect on the ^ date of invitation of bids. The organic content shall be not less than 3% nor more than 20% as determined by the wet -combustion method (chromic acid reduction). There shall be not less than 20% nor more than 80% of the material passing the 200 mesh (0.075 mm) sieve as determined by the wash test in accordance ^ with ASTM CI 17. Natural topsoil may be amended by the Contractor with approved materials and methods to meet the above specifications. ^ 905-2.2 Inspection and tests. Within 10 days following acceptance of the bid, the Engineer shall be notified of the source of topsoil to be furnished by the Contractor. The topsoil shall be inspected to determine if the selected soil meets the requirements specified and to determine the depth to which stripping will be ^ permitted. At this time, the Contractor may be required to take representative soil samples from several locations within the area under consideration and to the proposed stripping depths, for testing purposes as specified in paragraph 905-2.1. CONSTRUCTION METHODS 905-3.1 General. Areas to be topsoiled shall be shown on the plans. If topsoil is available on the site, the on location of the stockpiles or areas to be stripped of topsoil and the stripping depths shall be shown on the plans. Suitable equipment necessary for proper preparation and treatment of the ground surface, stripping of .o topsoil, and for the handling and placing of all required materials shall be on hand, in good condition, and approved by the Engineer before the various operations are started. 905-3.2 Preparing the ground surface. Immediately prior to dumping and spreading the topsoil on any area, the surface shall be loosened by discs or spike -tooth harrows, or by other means approved by the Engineer, to a minimum depth of 2 inches (50 mm) to facilitate bonding of the topsoil to the covered subgrade soil. The surface of the area to be topsoiled shall be cleared of all stones larger than 2 inches (50 .� mm) in any diameter and all litter or other material which may be detrimental to proper bonding, the rise of capillary moisture, or the proper growth of the desired planting. Limited areas, as shown on the plans, which are too compact to respond to these operations shall receive special scarification. .� (Project Name] T-905-1 Item T-905 Topsoiling ^ Grades on the area to be topsoiled, which have been established by others as shown on the plans, shall be maintained in a true and even condition. Where grades have not been established, the areas shall be smooth - graded and the surface left at the prescribed grades in an even and compacted condition to prevent the formation of low places or pockets where water will stand. 905-3.3 Obtaining topsoil. Topsoil shall be obtained from onsite stripping of the top 4 inches of areas within the limits of grading as specified in item P-152. Prior to the stripping of topsoil from designated areas, any vegetation, briars, stumps and large roots, rubbish or stones found on such areas, which may interfere with subsequent operations, shall be removed using methods approved by the Engineer. Heavy sod or other cover, which cannot be incorporated into the topsoil by discing or other means shall be removed. The topsoil shall be spread on areas already tilled and smooth -graded, or stockpiled in areas approved by the Engineer. Any topsoil stockpiled by the Contractor shall be rehandled and placed without additional compensation. Any topsoil that has been stockpiled on the site by others, and is required for topsoiling purposes, shall be removed and placed by the Contractor. The sites of all stockpiles and areas adjacent thereto which have been disturbed by the Contractor shall be graded if required and put into a condition acceptable for seeding. 905-3.4 Placing topsoil. The topsoil shall be evenly spread on the prepared areas to a uniform depth of _ inches (50 mm) after compaction, unless otherwise shown on the plans or stated in the special provisions. Spreading shall not be done when the ground or topsoil is frozen, excessively wet, or otherwise in a condition detrimental to the work. Spreading shall be carried on so that turfing operations can proceed with a minimum of soil preparation or tilling. After spreading, any large, stiff clods and hard lumps shall be broken with a pulverizer or by other effective means, and all stones or rocks (2 inches (50 mm) or more in diameter), roots, litter, or any foreign matter shall be raked up and disposed of by the Contractor. After spreading is completed, the topsoil shall be satisfactorily compacted by rolling with a cultipacker or by other means approved by the Engineer. The compacted topsoil surface shall conform to the required lines, grades, and cross-sections. Any topsoil or other dirt falling upon pavements as a result of hauling or handling of topsoil shall be promptly removed. METHOD OF MEASUREMENT 905-4.1 Topsoil Placement shall be measured by the number of cubic yards placed in its final position. The topsoil depth measurement to be used in computing topsoil volume in finished slopes shall not exceed the specified depth. No measurement for payment for stockpiling and later rehandling of Topsoil Placement shall be made. BASIS OF PAYMENT 905-5.1 Payment will be made at the contract unit price per cubic yard for topsoiling (obtained on the site). This price shall be full compensation for furnishing all materials and for all preparation, placing, and spreading of the materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item T-905 Topsoiling - per cubic yard TESTING MATERIALS ASTM Cl 17 Materials Finer than 75 µm (No. 200) Sieve in Mineral Aggregates by Washing END OF ITEM T-905 [Project Name) T-905-2 Item T-905 .. Topsoiling M Item L-108 Underground Power Cable for Airports DESCRIPTION 108-1.1 This item shall consist of furnishing and/or installing power cables within conduit or duct banks per these specifications at the locations shown on the plans. It includes excavation and backfill of trench for direct -buried cables only. Also included are the installation of counterpoise wires, ground wires, ground rods and connections, cable splicing, cable marking, cable testing, and all incidentals necessary to .. place the cable in operating condition as a completed unit to the satisfaction of the Engineer. This item shall not include the installation of duct banks or conduit, trenching and backfilling for duct banks or conduit, or furnishing or installation of cable for FAA owned/operated facilities. Requirements and payment for trenching and backfilling for the installation of underground conduit and duct banks is in Item L-110, Airport Underground Electrical Duct Banks and Conduits. EQUIPMENT AND MATERIALS 108-2.1 General. a. Airport lighting equipment and materials covered by advisory circulars (AC) shall be approved under the Airport Lighting Equipment Certification Program per AC 150/5345-53, current version. b. All other equipment and materials covered by other referenced specifications shall be subject to acceptance through manufacturer's certification of compliance with the applicable specification, when requested by the Engineer. c. Manufacturer's certifications shall not relieve the Contractor of the responsibility to provide .. materials per these specifications. Materials supplied and/or installed that do not comply with these specifications shall be removed (when directed by the Engineer) and replaced with materials that comply with these specifications at the Contractor's cost. d. All materials and equipment used to construct this item shall be submitted to the Engineer for approval prior to ordering the equipment. Submittals consisting of marked catalog sheets or shop drawings shall be provided. Submittal data shall be presented in a clear, precise and thorough manner. Original catalog sheets are preferred. Photocopies are acceptable provided they are as good a quality as the original. Clearly and boldly mark each copy to identify products or models applicable to this project. Indicate all optional equipment and delete any non -pertinent data. Submittals for components of electrical equipment and systems shall identify the equipment to which they apply on each submittal sheet. Markings shall be made bold and clear with arrows or circles (highlighting is not acceptable). The Contractor is solely responsible for delays in the project that may accrue directly or indirectly from late submissions or resubmissions of submittals. .. e. The data submitted shall be sufficient, in the opinion of the Engineer, to determine compliance with the plans and specifications. The Contractor's submittals shall be neatly bound in a properly sized 3 -ring binder, tabbed by specification section or submitted electronically in pdf format. The Engineer reserves the right to reject any and all equipment, materials, or procedures that do not meet the system design and the standards and codes, specified in this document. E All equipment and materials furnished and installed under this section shall be guaranteed against defects in materials and workmanship for at least twelve (12) months from the date of final acceptance by the Owner. The defective materials and/or equipment shall be repaired or replaced, at the Owner's discretion, with no additional cost to the Owner. The Contractor shall be responsible to maintain a Taxiways "D" and "E" L-108-1 Underground Power Cable for Airports Sebastian Municipal Airport minimum insulation resistance per AC 150/5340-2613, Maintenance Airport Visual aid Facilities, Table 5- 1 and paragraph 5.1.3.1, with isolation transformers connected in new circuits and new segments of existing circuits through the end of the contract warranty period. 108-2.2 Cable. Underground cable for airfield lighting facilities (runway and taxiway lights and signs) shall conform to the requirements of AC 150/5345-7, Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits latest edition. Conductors for use on 6.6 ampere primary airfield lighting series circuits shall be single conductor, seven strand, #8 American wire gauge AWG), L-824, .. 5,000 volts, nonshielded, with. Conductors for use on 20 ampere primary airfield lighting series circuits shall be single conductor, seven strand, #6 AWG, L-824, 5,000 volts, nonshielded, with. L-824 conductors for use on the L-830 secondary of airfield lighting series circuits shall be sized in accordance with the manufacturer's recommendations. All other conductors shall comply with FAA and National Electric Code (NEC) requirements. Conductor sizes noted above shall not apply to leads furnished by manufacturers on airfield lighting transformers and fixtures. .. Wire for electrical circuits up to 600 volts shall comply with Specification L-824 and/or Federal Specification J -C-30 and shall be type THWN-2, 75°C. Conductors for parallel (voltage) circuits shall be sized and installed in accordance with NFPA-70, National Electrical Code. -+ Unless noted otherwise, all 600 -volt and less non -airfield lighting conductor sizes are based on a 75°C, THWN-2, 600 volt insulation, copper conductors, not more than three single insulated conductors, in raceway, in free air. The conduit/duct sizes are based on the use of THWN-2, 600 volt insulated conductors. The Contractor shall make the necessary increase in conduit/duct sizes for other types of wire insulation. In no case shall the conduit/duct size be reduced. The minimum power circuit wire size shall be #12 AWG. ,. Conductor sizes may have been adjusted due to voltage drop or other engineering considerations. Equipment provided by the Contractor shall be capable of accepting the quantity and sizes of conductors shown in the Contract Documents. All conductors, pigtails, cable step-down adapters, cable step-up .. adapters, terminal blocks and splicing materials necessary to complete the cable termination/splice shall be considered incidental to the respective pay items provided. Cable type, size, number of conductors, strand and service voltage shall match existing airport cables. .. 108-2.3 Bare copper wire (counterpoise, bare copper wire ground and ground rods). Wire for counterpoise or ground installations for airfield lighting systems shall be No. 6 AWG bare solid copper wire for counterpoise and/or No. 6 AWG insulated stranded for ground wire per ASTM B3 and ASTM 138, and shall be bare copper wire per ASTM 1333. See AC 150/5340-30 for additional details about counterpoise and ground wire types and installation. For voltage powered circuits, the equipment ground conductor shall be minimum No. 6 AWG, 600V rated, Type XHHW insulated, green color, stranded .. copper equipment ground conductor. Ground rods shall be copper -clad steel. The ground rods shall be of the length and diameter specified on the plans, but in no case be less than 10 feet (2.54 m) long and 3/4 inch (19 mm) in diameter. 108-2.4 Cable connections. In-line connections or splices of underground primary cables shall be of the type called for on the plans, and shall be one of the types listed below. No separate payment will be made for cable connections. ., a. The cast splice. A cast splice, employing a plastic mold and using epoxy resin equivalent to that manufactured by 3M'' Company, "Scotchcast" Kit No. 82-B, or as manufactured by Hysol® Corporation, "Hyseal Epoxy Splice" Kit No. El 135, or an approved equivalent, used for potting the splice is acceptable. Taxiways "D" and "E" L-108-2 Underground Power Cable for Airports Sebastian Municipal Airport rn M ^ b. 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 acceptable for field attachment to single conductor cable. It shall be the Contractor's responsibility to determine the outside diameter of the cable to be spliced and to fumish appropriately sized connector kits and/or adapters and heat shrink tubing with ^ integral sealant. c. The factory -molded plug-in splice. Specification for L-823 Connectors, Factory -Molded to Individual Conductors, is acceptable. d. The taped or heat -shrink splice. Taped splices employing field -applied rubber, or synthetic rubber tape covered with plastic tape is acceptable. The rubber tape should meet the requirements of ASTM D4388 and the plastic tape should comply with Military Specification MIL -1-24391 or ., Commercial Item Description A -A-55809. Heat shrinkable tubing shall be heavy -wall, self-sealing tubing rated for the voltage of the wire being spliced and suitable for direct -buried installations. The tubing shall be factory coated with a thermoplastic adhesive -sealant that will adhere to the insulation of the wire being spliced forming a moisture- and dirt -proof seal. Additionally, heat shrinkable tubing for multi -conductor ^ cables, shielded cables, and armored cables shall be factory kits that are designed for the application. Heat shrinkable tubing and tubing kits shall be manufactured by Tyco Electronics/ Raychem Corporation, Energy Division, or approved equivalent. r� In all the above cases, connections of cable conductors shall be made using crimp connectors using a crimping tool designed to make a complete crimp before the tool can be removed. All L -823/L-824 splices and terminations shall be made per the manufacturer's recommendations and listings. All connections of counterpoise, grounding conductors and ground rods shall be made by the exothermic process or approved equivalent, except that a light base ground clamp connector shall be used for attachment to the light base. See AC 150/5340-30 for additional information about methods of attaching a ground to a galvanized light base. All exothermic connections shall be made per the manufacturer's recommendations and listings. ^ 108-2.5 Splicer qualifications. Every airfield lighting cable splicer shall be qualified in making airport cable splices and terminations on cables rated at or above 5,000 volts AC. The Contractor shall submit to the Engineer proof of the qualifications of each proposed cable splicer for the airport cable type and voltage level to be worked on. Cable splicing/terminating personnel shall have a minimum of three (3) ^ years continuous experience in terminating/splicing medium voltage cable. 108-2.6 Concrete. Concrete for cable markers shall be per Specification Item P-610, Structural Portland Cement Concrete. ^ 108-2.7 Cable identification tags. Cable identification tags shall be made from a non -corrosive material with the circuit identification stamped or etched onto the tag. The tags shall be of the type as detailed on ^ the plans. 108-2.8 Tape. Electrical tapes shall be Scotch'' Electrical Tapes —Scotch'"` 88 (1-1/2 inch (38 mm) wide) and Scotch'' 1300 linerless rubber splicing tape (2 -inch (50 mm) wide), as manufactured by the ,R Minnesota Mining and Manufacturing Company (3M'"'), or an approved equivalent. 108-2.9 Electrical coating. Electrical coating shall be ScotchkoteTM as manufactured by 3M'", or an approved equivalent. ^ 108-2.10 Existing circuits. Whenever the scope of work requires connection to an existing circuit, the circuit's insulation resistance shall be tested, in the presence of the Engineer. The test shall be performed per this item and prior to any activity that will affect the respective circuit. The Contractor shall record the .. results on forms acceptable to the Engineer. When the work affecting the circuit is complete, the circuit's insulation resistance shall be checked again, in the presence of the Engineer. The Contractor shall record the results on forms acceptable to the Engineer. The second reading shall be equal to or greater than the Taxiways "D" and "E" L-108-3 Underground Power Cable for Airports Sebastian Municipal Airport ^ first reading or the Contractor shall make the necessary repairs to the circuit to bring the second reading above the first reading. All repair costs including a complete replacement of the L-823 connectors, L-830 transformers and L-824 cable, if necessary, shall be bome by the Contractor. All test results shall be submitted in the Operation and Maintenance (O&M) Manual. 108-2.11 Detectable warning tape. Plastic, detectable, American Public Works Association (APWA) Red (electrical power lines, cables, conduit and lighting cable) with continuous legend magnetic tape shall be polyethylene film with a metalized foil core and shall be 3-6 inches (75-150 mm) wide. Detectable tape is incidental to the respective bid item. CONSTRUCTION METHODS 108-3.1 General. The Contractor shall install the specified cable at the approximate locations indicated on the plans. Unless otherwise shown on the plans, all cable required to cross under pavements expected to carry aircraft loads shall be installed in concrete encased duct banks. Wherever possible, cable shall be run without splices, from connection to connection. Cable connections between lights will be permitted only at the light locations for connecting the underground cable to the primary leads of the individual isolation transformers. The Contractor shall be responsible for providing cable in continuous lengths for home runs or other long cable runs without connections unless otherwise authorized in writing by the Engineer or shown on the plans. In addition to connectors being installed at individual isolation transformers, L-823 cable connectors for maintenance and test points shall be installed at locations shown on the plans. Cable circuit identification .. markers shall be installed on both sides of the L-823 connectors installed or at least once in each access point where L-823 connectors are not installed. Provide not less than 3 feet (1 m) of cable slack on each side of all connections, isolation transformers, light units, and at points where cable is connected to field equipment. Where provisions must be made for testing or for future above grade connections, provide enough slack to allow the cable to be extended at least one foot (30 cm) vertically above the top of the access structure. This requirement also applies where primary cable passes through empty light bases, junction boxes, and access structures to allow for future connections, or as designated by the Engineer. Primary airfield lighting cables installed shall have cable circuit identification markers attached on both sides of each L-823 connector and on each airport lighting cable entering or leaving cable access points, such as manholes, hand holes, pull boxes, junction boxes, etc. Markers shall be of sufficient length for imprinting the cable circuit identification legend on one line, using letters not less than 1/4 inch (6 mm) in .. size. The cable circuit identification shall match the circuits noted on the construction plans. 108-3.2 Installation in duct banks or conduits. This item includes the installation of the cable in duct banks or conduit per the following paragraphs. The maximum number and voltage ratings of cables installed in each single duct or conduit, and the current -carrying capacity of each cable shall be per the latest version of the National Electric Code, or the code of the local agency or authority having jurisdiction. The Contractor shall make no connections or splices of any kind in cables installed in conduits or duct banks. Unless otherwise designated in the plans, where ducts are in tiers, use the lowest ducts to receive the cable first, with spare ducts left in the upper levels. Check duct routes prior to construction to obtain assurance that the shortest routes are selected and that any potential interference is avoided. Duct banks or conduits shall be installed as a separate item per Item L-110, Airport Underground Electrical Duct Banks and Conduit. The Contractor shall run a mandrel through duct banks or conduit Taxiways "D" and "E" L-108-4 Underground Power Cable for Airports Sebastian Municipal Airport • prior to installation of cable to ensure that the duct bank or conduit is open, continuous and clear of • debris. The mandrel size shall be compatible with the conduit size. The Contractor shall swab out all conduits/ducts and clean light bases, manholes, etc., interiors immediately prior to pulling cable. Once cleaned and swabbed, the light bases and all accessible points of entry to the duct/conduit system shall be • kept closed except when installing cables. Cleaning of ducts, light bases, manholes, etc., is incidental to the pay item of the item being cleaned. All raceway systems left open, after initial cleaning, for any reason shall be re -cleaned at the Contractor's expense. The Contractor shall verify existing ducts proposed for use in this project as clear and open. The Contractor shall notify the Engineer of any blockage in the existing ducts. The cable shall be installed in a manner that prevents harmful stretching of the conductor, damage to the insulation, or damage to the outer protective covering. The ends of all cables shall be sealed with • moisture -seal tape providing moisture -tight mechanical protection with minimum bulk, or alternately, heat shrinkable tubing before pulling into the conduit and it shall be left sealed until connections are made. Where more than one cable is to be installed in a conduit, all cable shall be pulled in the conduit at • the same time. The pulling of a cable through duct banks or conduits may be accomplished by hand winch or power winch with the use of cable grips or pulling eyes. Maximum pulling tensions shall not exceed the cable manufacturer's recommendations. A non -hardening cable -pulling lubricant recommended for • the type of cable being installed shall be used where required. The Contractor shall submit the recommended pulling tension values to the Engineer prior to any cable installation. If required by the Engineer, pulling tension values for cable pulls shall be monitored by a • dynamometer in the presence of the Engineer. Cable pull tensions shall be recorded by the Contractor and reviewed by the Engineer. Cables exceeding the maximum allowable pulling tension values shall be removed and replaced by the Contractor at the Contractor's expense. A lubricant approved by the • cable manufacturer shall be used on all cable pulls exceeding 25 feet in length. The manufacturer's minimum bend radius or NEC requirements (whichever is more restrictive) shall apply. Cable installation, handling and storage shall be per manufacturer's recommendations. During cold • weather, particular attention shall be paid to the manufacturer's minimum installation temperature. Cable shall not be installed when the temperature is at or below the manufacturer's minimum installation temperature. At the Contractor's option, the Contractor may submit a plan, for review by the Engineer, for heated storage of the cable and maintenance of an acceptable cable temperature during installation when temperatures are below the manufacturer's minimum cable installation temperature. Cable shall not be dragged across base can or manhole edges, pavement or earth. When cable must be coiled, lay cable out on a canvas tarp or use other appropriate means to prevent abrasion to the cable • jacket. am 108-3.5 Splicing. Connections of the type shown on the plans shall be made by experienced personnel regularly engaged in this type of work and shall be made as follows: a. Cast splices. These shall be made by using crimp connectors for jointing conductors. Molds shall be assembled, and the compound shall be mixed and poured per the manufacturer's instructions and to the satisfaction of the Engineer. b. Field -attached plug-in splices. These shall be assembled per the manufacturer's instructions. These splices shall be made by plugging directly into mating connectors. In all cases the joint where the connectors come together shall be wrapped with at least one layer of rubber or synthetic rubber tape and • one layer of plastic tape, one-half lapped, extending at least 1-1/2 inches (38 mm) on each side of the joint. a Taxiways "D" and "E" L-108-5 Underground Power Cable for Airports Sebastian Municipal Airport M c. Factory -molded plug-in splices. These shall be made by plugging directly into mating connectors. In all cases, the joint where the connectors come together shall be wrapped with at least one layer of rubber or synthetic rubber tape and one layer of plastic tape, one-half lapped, extending at least 1-1/2 inches (38 mm) on each side of the joint. d. Taped or heat -shrink splices. All splices and lighting cable to airfield lighting or airfield sign ., transformer conections shall be covered with heat shrink tubing. Heat shrinkable tubing shall be installed following manufacturer's instructions. Direct flame heating shall not be permitted unless recommended by the manufacturer. Cable surfaces within the limits of the heat - shrink application shall be clean and free of contaminates prior to application. Surfaces of equipment or conductors being terminated or connected shall be prepared in accordance with industry standard practice and manufacturer's recommendations. All surfaces to be connected shall be .. thoroughly cleaned to remove all dirt, grease, oxides, nonconductive films, or other foreign material. Paints and other nonconductive coatings shall be removed to expose base metal. Clean all surfaces at least 1/4 inch (6.4 mm) beyond all sides of the larger bonded area on all mating surfaces. Use a joint compound suitable for the materials used in the connection. Repair painted/coated surface to original condition after completing the connection. 108-3.6 Bare counterpoise wire installation for lightning protection and grounding. If shown on the �. plans or included in the job specifications, bare solid #6 AWG copper counterpoise wire shall be installed for lightning protection of the underground cables. The Engineer shall select one of two methods of lightning protection for the airfield lighting circuit based on the frequency of local lightning: a. Equipotential. — may be used by the Engineer for areas that have high rates of lightning strikes. This is where the counterpoise is bonded to the light base (edge lights included) and counterpoise size is determined by the Engineer. b. Isolation — used in areas where lightning strikes are not common. The counterpoise is not bonded to edge light fixtures, in -pavement fixtures are boned to the counterpoise. Counterpoise size is selected by the Engineer. .� Counterpoise wire shall be installed in the same trench for the entire length of buried cable, conduits and duct banks that are installed to contain airfield cables. For raceways installed under pavement; for raceways and cables not installed adjacent to the full .. strength pavement edge; for fixtures installed in full strength pavement and shoulder pavement and for optional method of edge lights installed in turf (stabilized soils); and for raceways or cables adjacent to the full strength pavement edge, the counterpoise conductor shall be centered over the raceway or cable to be protected as described below. The counterpoise conductor shall be installed no less than 8 inches (203 mm) above the raceway or cable to be protected, except as permitted below. The minimum counterpoise conductor height above the raceway or cable to be protected shall be permitted to be adjusted subject to coordination with the airfield lighting and pavement designs. Where raceway is installed by the directional bore, jack and bore, or other drilling method, the counterpoise conductor shall be permitted to be installed concurrently with the directional bore, jack and bore, or other drilling method raceway, external to the raceway or sleeve. The counterpoise conductor shall be installed no more than 12 inches (305 mm) above the raceway or cable to be protected. The counterpoise conductor height above the protected raceway(s) or cable(s) shall be calculated to ensure that the raceway or cable is within a 45 -degree area of protection. Taxiways "D" and "0' L-108-6 Underground Power Cable for Airports Sebastian Municipal Airport The counterpoise conductor shall be bonded to each metallic light base, mounting stake, and metallic .. airfield lighting component. All metallic airfield lighting components in the field circuit on the output side of the constant current regulator (CCR) or other power source shall be bonded to the airfield lighting counterpoise system. The counterpoise wire shall also be exothermically welded to ground rods installed as shown on the plans but not more than 500 feet (150 m) apart around the entire circuit. The counterpoise system shall be continuous and terminate at the transformer vault or at the power source. It shall be securely attached to the vault or equipment external ground ring or other made electrode -grounding system. The connections shall be made as shown on the plans and in the specifications. If shown on the plans or in the specifications, a separate equipment (safety) ground system shall be provided in addition to the counterpoise wire using one of the following methods: c. A ground rod installed at and securely attached to each light fixture base, mounting stake, and to all metal surfaces at junction/access structures via #6 AWG wire. d. For parallel voltage systems only, install a #6 AWG green insulated equipment ground conductor internal to the conduit system and securely attached it to each light fixture base internal grounding lug and to all metal surfaces at junction/access structures. Dedicated ground rods shall be installed and exothermically welded to the counterpoise wires at each end of a duct bank crossing under pavement. Where an existing airfield lighting system is being extended or modified, the new counterpoise conductors shall be interconnected to existing counterpoise conductors at each intersection of the new and existing airfield lighting counterpoise systems. 108-3.7 Counterpoise installation above multiple conduits and duct banks. Counterpoise wires shall ir. be installed above multiple conduits/duct banks for airfield lighting cables, with the intent being to provide a complete area of protection over the airfield lighting cables. When multiple conduits and/or duct banks for airfield cable are installed in the same trench, the number and location of counterpoise .. wires above the conduits shall be adequate to provide a complete cone of protection measured 22-1/2 degrees each side of vertical. Where duct banks pass under pavement to be constructed in the project, the counterpoise shall be placed above the duct bank. Reference details on the construction plans. 108-3.8 Counterpoise installation at existing duct banks. When airfield lighting cables are indicated on the plans to be routed through existing duct banks, the new counterpoise wiring shall be terminated at s ground rods at each end of the existing duct bank where the cables being protected enter and exit the duct bank. The new counterpoise conductor shall be bonded to the existing counterpoise system. 108-3.9 Exothermic bonding. Bonding of counterpoise wire shall be by the exothermic welding process. Only personnel experienced in and regularly engaged in this type of work shall make these connections. Contractor shall demonstrate to the satisfaction of the Engineer, the welding kits, materials and procedures to be used for welded connections prior to any installations in the field. The installations shall comply with the manufacturer's recommendations and the following: a. All slag shall be removed from welds. b. Using an exothermic weld to bond the counterpoise to a lug on a galvanized light base is not recommended unless the base has been specially modified. Consult the manufacturer's installation directions for proper methods of bonding copper wire to the light base. See also AC 150/5340-30 for galvanized light base exception. Taxiways "D" and "E" L-108-7 Underground Power Cable for Airports Sebastian Municipal Airport M c. If called for in the plans, all buried copper and weld material at weld connections shall be thoroughly coated with 6 mm of 3M' ScotchkoteT"^, or approved equivalent, or coated with coal tar Bitumastic® material to prevent surface exposure to corrosive soil or moisture. 108-3.10 Testing. The Contractor shall furnish all necessary equipment and appliances for testing the airport electrical systems and underground cable circuits before and after installation. The Contractor shall perform all tests in the presence of the Engineer. The Contractor shall demonstrate the electrical characteristics to the satisfaction of the Engineer. All costs for testing are incidental to the respective item being tested. For phased projects, the tests must be completed by phase. The Contractor must maintain the test results throughout the entire project as well as during the warranty period that meet the following: +. a. Earth resistance testing methods shall be submitted to the Engineer for approval. Earth resistance testing results shall be recorded on an approved form and testing shall be performed in the presence of the Engineer. All such testing shall be at the sole expense of the Contractor. b. Should the counterpoise or ground grid conductors be damaged or suspected of being damaged by construction activities the Contractor shall test the conductors for continuity with a low resistance ohmmeter. The conductors shall be isolated such that no parallel path exists and tested for continuity. The Engineer shall approve of the test method selected. All such testing shall be at the sole expense of the Contractor. After installation, the Contractor shall test and demonstrate to the satisfaction of the Engineer the following: c. That all affected lighting power and control circuits (existing and new) are continuous and free from short circuits. d. That all affected circuits (existing and new) are free from unspecified grounds. e. That the insulation resistance to ground of all new non -grounded high voltage series circuits or cable segments is not less than 500 megohms. At the end of each day the newly installed circuits insulation resistance shall be tested, in the presence of the Engineer. The contractor shall record the results on forms acceptable to the the Engineer. All cable recording less than 500 megohoms will be removed and replaced at the contractors expense. f. That the insulation resistance to ground of all new non -grounded conductors of new multiple circuits or circuit segments is not less than 500 megohms. At the end of each day the newly installed circuits insulation resistance shall be tested, in the presence of the Engineer. The contractor shall record the results on forms acceptable to the the Engineer. All cable recording less than 500 megohoms will be removed and replaced at the contractors expense. g. That all affected circuits (existing and new) are properly connected per applicable wiring diagrams. h. That all affected circuits (existing and new) are operable. Tests shall be conducted that include operating each control not less than 10 times and the continuous operation of each lighting and power circuit for not less than 1/2 hour. L That the impedance to ground of each ground rod does not exceed 25 ohms prior to establishing _ connections to other ground electrodes. The fall -of -potential ground impedance test shall be used, as described by American National Standards InstituteAnstitute of Electrical and Electronic Engineers (ANSI/IEEE) Standard 81, to verify this requirement. As an alternate, clamp -on style ground impedance test meters may be used to satisfy the impedance testing requirement. Test equipment and its calibration On sheets shall be submitted for review and approval by the Engineer prior to performing the testing. Taxiways "D" and "E" L-108-8 Underground Power Cable for Airports Sebastian Municipal Airport 40 Two copies of tabulated results of all cable tests performed shall be supplied by the Contractor to the .� Engineer. Where connecting new cable to existing cable, ground resistance tests shall be performed on the new cable prior to connection to the existing circuit. There are no approved "repair" procedures for items that have failed testing other than complete replacement. .. METHOD OF MEASUREMENT 108-4.1 108-4.1 Cable or counterpoise wire installed in trench, duct bank or conduit shall be measured by the number of linear feet (meters) installed and grounding connectors, and trench marking tape ready for operation, and accepted as satisfactory. Separate measurement shall be made for each cable or counterpoise wire installed in trench, duct bank or conduit. The measurement for this item shallinclude additional quantities required for slack. BASIS OF PAYMENT .. 108-5.1 Payment will be made at the contract unit price for bare counterpoise wire installed in trench (direct -buried), or cable installed in duct bank or conduit, in place by the Contractor and accepted by the Engineer. This price shall be full compensation for furnishing all materials and for all preparation and installation of these materials, and for all labor, equipment, tools, and incidentals, including ground rods and ground connectors and trench marking tape, necessary to complete this item. Payment will be made under: Item L-108-1 No. 8 AWG, SkV, L -824C Cable, installed in duct bank or conduit—per liner foot Item L-108-2 No. 6 AWG, Solid, Bare Counterpoise Wire, Installed in Trench, Above the Duct .. Bank or Conduit, Including Ground Rods and Ground Connectors - per linear foot MATERIAL REQUIREMENTS AC 150/5340-26 Maintenance of Airport Visual Aid Facilities AC 150/5340-30 Design and Installation Details for Airport Visual Aids AC 150/5345-7 Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits AC 150/5345-26 Specification for L-823 Plug and Receptacle, Cable Connectors AC 150/5345-53 Airport Lighting Equipment Certification Program Commercial Item Description A -A-59544 Cable and Wire, Electrical (Power, Fixed Installation) Commercial Item Description A -A-55809 Insulation Tape, Electrical, Pressure -Sensitive Adhesive, Plastic ASTM B3 Standard Specification for Soft or Annealed Copper Wire ASTM B8 Standard Specification for Concentric -Lay -Stranded Copper Conductors, Hard, Medium -Hard, or Soft Taxiways "D" and "E" L-108-9 Underground Power Cable for Airports Sebastian Municipal Airport r_� ASTM B33 Standard Specification for Tin -Coated Soft or Annealed Copper Wire for Electrical Purposes ASTM D4388 Standard Specification for Nonmetallic Semi -Conducting and Electrically Insulating Rubber Tapes FED SPEC J -C-30 Cable and Wire, Electrical (Power, Fixed Installation) MIL -I-24391 Insulation Tape, Electrical, Plastic, Pressure Sensitive REFERENCE DOCUMENTS NFPA-70 National Electrical Code (NEC) NFPA-780 Standard for the Installation of Lightning Protection Systems MIL -S -23586F Performance Specification: Sealing Compound (with Accelerator), Silicone Rubber, Electrical ANSI/IEEE STD 81 IEEE Guide for Measuring Earth Resistivity, Ground Impedance, and Earth Surface Potentials of a Ground System M END OF ITEM 1,108 M OR Taxiways "D" and "E" L-108-10 Underground Power Cable for Airports Sebastian Municipal Airport M M Item 1-110 Airport Underground Electrical Duct Banks and Conduits am DESCRIPTION 110-1.1 This item shall consist of underground electrical conduits and duct banks (single or multiple conduits encased in concrete or buried in sand) installed per this specification at the locations and per the dimensions, designs, and details shown on the plans. This item shall include furnishing and installing of all underground electrical duct banks and individual and multiple underground conduits. It shall also include all turfing trenching, backfilling, removal, and restoration of any paved or turfed areas; concrete encasement, mandrelling, pulling lines, duct markers, plugging of conduits, and the testing of the installation as a completed system ready for installation of cables per the plans and specifications. This item shall also include furnishing and installing conduits and all incidentals for providing positive drainage of the system. Verification of existing ducts is incidental to the pay items provided in this specification. .e 110-2.1 General. EQUIPMENT AND MATERIALS a. All equipment and materials covered by referenced specifications shall be subject to acceptance through manufacturer's certification of compliance with the applicable specification when requested by the Engineer. b. Manufacturer's certifications shall not relieve the Contractor of the responsibility to provide materials per these specifications and acceptable to the Engineer. Materials supplied and/or installed that do not comply with these specifications shall be removed, when directed by the Engineer and replaced with .. materials, that comply with these specifications, at the Contractor's cost. c. All materials and equipment used to construct this item shall be submitted to the Engineer for approval prior to ordering the equipment. Submittals consisting of marked catalog sheets or shop drawings shall be provided. Submittal data shall be presented in a clear, precise and thorough manner. Original catalog sheets are preferred. Photocopies are acceptable provided they are as good a quality as the original. Clearly and boldly mark each copy to identify products or models applicable to this project. Indicate all optional equipment and delete non -pertinent data. Submittals for components of electrical equipment and systems shall identify the equipment for which they apply on each submittal sheet. Markings shall be made bold and clear with arrows or circles (highlighting is not acceptable). The Contractor is solely responsible for delays in project that accrue directly or indirectly from late submissions or resubmissions of submittals. d. The data submitted shall be sufficient, in the opinion of the Engineer, to determine compliance with the plans and specifications. The Engineer reserves the right to reject any and all equipment, materials or procedures that do not meet the system design and the standards and codes specified in this document. e. All equipment and materials furnished and installed under this section shall be guaranteed against defects in materials and workmanship for a period of at least twelve (12) months from final acceptance by .. the Owner. The defective materials and/or equipment shall be repaired or replaced, at the Owner's discretion, with no additional cost to the Owner. 110-2.2 Steel conduit. Rigid galvanized steel (RGS) conduit and fittings shall be hot dipped galvanized inside and out and conform to the requirements of Underwriters Laboratories Standards 6, 51413, and 1242. All RGS conduits or RGS elbows installed below grade, in concrete, permanently wet locations or other OR [Project Name] L-110-1 Item L-110 Airport Underground Electrical Duct Banks and Conduits N* similar environments shall be painted with a 10 mil thick coat of asphaltum sealer or shall have a factory bonded polyvinyl chloride (PVC) cover. Any exposed galvanizing or steel shall be coated with 10 mil of asphaltum sealer. When using PVC coated RGS conduit, care shall be exercised not to damage the factory PVC coating. Damaged PVC coating shall be repaired per the manufacturer's written instructions. 110-2.3 Plastic conduit. Plastic conduit and fittings -shall conform to the following requirements: ,. • UL 514B covers W -C -1094 -Conduit fittings all types, classes l thru 3 and 6 thru 10. • UL 514C covers W -C-1094- all types, Class 5 junction box and cover in plastic (PVC). • UL 651 covers W -C -1094 -Rigid PVC Conduit, types I and II, Class 4. • UL 651A covers W -C -1094 -Rigid PVC Conduit and high density polyethylene (HDPE) Conduit type III and Class 4. Underwriters Laboratories Standards UL -651 and Article 352 of the current National Electrical Code shall be one of the following, as shown on the plans: M a. Type I—Schedule 40 PVC suitable for underground use either direct -buried or encased in concrete. b. Type II—Schedule 40 PVC suitable for either above ground or underground use. c. Type III — Schedule 80 PVC suitable for either above ground or underground use either direct -buried or encased in concrete. d. Type III —HDPE pipe, minimum standard dimensional ratio (SDR) 11, suitable for placement with directional boring under pavement. The type of solvent cement shall be as recommended by the conduit/fitting manufacturer. 110-2.4 Split conduit. Split conduit shall be pre -manufactured for the intended purpose and shall be made of steel or plastic. 110-2.5 Conduit spacers. Conduit spacers shall be prefabricated interlocking units manufactured for the intended purpose. They shall be of double wall construction made of high grade, high density polyethylene complete with interlocking cap and base pads, They shall be designed to accept No. 4 reinforcing bars installed vertically. 110-2.6 Concrete. Concrete shall conform to Item P-610, Structural Portland Cement Concrete, using V inch maximum size coarse aggregate with a minimum 28 -day compressive strength of 3500 psi. Where reinforced duct banks are specified, reinforcing steel shall conform to ASTM A615 Grade 60. Concrete and reinforcing steel are incidental to the respective pay item of which they are a component part. 110-2.7 Detectable warning tape. Plastic, detectable, American Public Works Association (APWA) Red (electrical power lines, cables, conduit and lighting cable) with continuous legend magnetic tape shall be polyethylene film with a metallized foil core and shall be 3-6 inches (75-150 mm) wide. Detectable tape is incidental to the respective bid item. CONSTRUCTION METHODS 110-3.1 General. The Contractor shall install underground duct banks and conduits at the approximate locations indicated on the plans. The Engineer shall indicate specific locations as the work progresses, if .. required to differ from the plans. Duct banks and conduits shall be of the size, material, and type indicated on the plans or specifications. Where no size is indicated on the plans or in the specifications, conduits shall be not less than 2 inches (50 mm) inside diameter or comply with the National Electrical Code based on cable to be installed, whichever is larger. All duct bank and conduit lines shall be laid so as to grade toward [Project Name] L-110-2 Item L-110 Airport Underground Electrical Duct Banks and Conduits M access points and duct or conduit ends for drainage. Unless shown otherwise on the plans, grades shall be ., at least 3 inches (75 mm) per 100 feet (30 m). On runs where it is not practicable to maintain the grade all one way, the duct bank and conduit lines shall be graded from the center in both directions toward access points or conduit ends, with a drain into the storm drainage system. Pockets or traps where moisture may ^ accumulate shall be avoided. No duct bank or underground conduit shall be less than 18 inches (0.5 m) below finished grade. Where under pavement, the top of the duct bank shall not be less than 18 inches (0.5 m) below the subgrade. M The Contractor shall mandrel each individual conduit whether the conduit is direct -buried or part of a duct bank. An iron -shod mandrel, not more than 1/4 inch (6 mm) smaller than the bore of the conduit shall be pulled or pushed through each conduit. The mandrel shall have a leather or rubber gasket slightly larger than the conduit hole. The Contractor shall swab out all conduits/ducts and clean base can, manhole, pull boxes, etc., interiors ^ IMMEDIATELY prior to pulling cable. Once cleaned and swabbed the light bases, manholes, pull boxes, etc., and all accessible points of entry to the duct/conduit system shall be kept closed except when installing cables. Cleaning of ducts, base cans, manholes, etc., is incidental to the pay item of the item being cleaned. ^ All raceway systems left open, after initial cleaning, for any reason shall be recleaned at the Contractor's expense. All accessible points shall be kept closed when not installing cable. The Contractor shall verify existing ducts proposed for use in this project as clear and open. The Contractor shall notify the Engineer of any blockage in the existing ducts. For pulling the permanent wiring, each individual conduit, whether the conduit is direct -buried or part of a duct bank, shall be provided with a 200 pound (90 kg) test polypropylene pull rope. The ends shall be .. secured and sufficient length shall be left in access points to prevent it from slipping back into the conduit. Where spare conduits are installed, as indicated on the plans, the open ends shall be plugged with removable tapered plugs, designed for this purpose. ^ All conduits shall be securely fastened in place during construction and shall be plugged to prevent contaminants from entering the conduits. Any conduit section having a defective joint shall not be installed. Ducts shall be supported and spaced apart using approved spacers at intervals not to exceed 5 feet (1.5 m). ^ Unless otherwise shown on the plans, concrete encased duct banks shall be used when crossing under pavements expected to carry aircraft loads, such as runways, taxiways, taxilanes, ramps and aprons. When under paved shoulders and other paved areas, conduit and duct banks shall be encased using flowable fill ^ for protection. All conduits within concrete encasement of the duct banks shall terminate with female ends for ease in current and future use. Install factory plugs in all unused ends. Do not cover the ends or plugs with concrete. ^ Where turf is well established and the sod can be removed, it shall be carefully stripped and properly stored. Trenches for conduits and duct banks may be excavated manually or with mechanical trenching equipment ^ unless in pavement, in which case they shall be excavated with mechanical trenching equipment. Walls of trenches shall be essentially vertical so that a minimum of shoulder surface is disturbed. Blades of graders shall not be used to excavate the trench. When rock is encountered, the rock shall be removed to a depth of at least 3 inches (75 mm) below the required conduit or duct bank depth and it shall be replaced with bedding material of earth or sand containing no mineral aggregate particles that would be retained on a 1/4 inch (6 mm) sieve. Flowable backfill may alternatively be used The Contractor shall ascertain the type of soil or rock to be excavated before bidding. All such rock removal shall be performed and paid for under Item P-152. .+ [Project Name] L - I 10-3 Item L-110 Airport Underground Electrical Duct Banks and Conduits ^ � Underground electrical warning (Caution) tape shall be installed in the trench above all underground duct banks and conduits in unpaved areas. Contractor shall submit a sample of the proposed warning tape for approval by the Engineer. If not shown on the plans, the warning tape shall be located 6 inches above the duct/conduit or the counterpoise wire if present. Joints in plastic conduit shall be prepared per the manufacturer's recommendations for the particular type ,. of conduit. Plastic conduit shall be prepared by application of aplastic cleaner and brushing a plastic solvent on the outside of the conduit ends and on the inside of the couplings. The conduit fitting shall then be slipped together with a quick one-quarter tum twist to set the joint tightly. Where more than one conduit is placed in a single trench, or in duct banks, joints in the conduit shall be staggered a minimum of 2 feet (60 cm). Changes in direction of runs exceeding 10 degrees, either vertical or horizontal, shall be accomplished using .. manufactured sweep bends. Whether or not specifically indicated on the drawings, where the soil encountered at established duct bank grade is an unsuitable material, as determined by the Engineer, the unsuitable material shall be removed per Item P-152 and replaced with suitable material. Alternatively, additional duct bank supports that are adequate and stable shall be installed, as approved by the Engineer. All excavation shall be unclassified and shall be considered incidental to the respective L-110 pay item of which it is a component part. Dewatering necessary for duct installation, erosion and turbidity control, per Federal, state, and local requirements is incidental to its respective pay item as a part of Item L-110. The cost of all excavation regardless of type of material encountered, shall be included in the unit price bid for the L-110 Item. .. Unless otherwise specified, excavated materials that are deemed by the Engineer to be unsuitable for use in backfill or embankments shall be removed and disposed of offsite. Any excess excavation shall be filled with suitable material approved by the Engineer and compacted per Item P-152. It is the Contractor's responsibility to locate existing utilities within the work area prior to excavation. Where existing active cables) cross proposed installations, the Contractor shall ensure that these cables are adequately protected. Where crossings are unavoidable, no splices will be allowed in the existing cables, except as specified on the plans. Installation of new cable where such crossings must occur shall proceed ., as follows: a. Existing cables shall be located manually. Unearthed cables shall be inspected to assure absolutely no damage has occurred b. Trenching, etc., in cable areas shall then proceed with approval of the Engineer, with care taken to minimize possible damage or disruption of existing cable, including careful backfilling in area of cable. In the event that any previously identified cable is damaged during the course of construction, the Contractor shall be responsible for the complete repair. 110-3.2 Duct banks. Unless otherwise shown in the plans, duct banks shall be installed so that the top of ,. the concrete envelope is not less than 18 inches (0.5 m) below the bottom of the base or stabilized base course layers where installed under runways, taxiways, aprons, or other paved areas, and not less than 18 inches (0.5 m) below finished grade where installed in unpaved areas. _ Unless otherwise shown on the plans, duct banks under paved areas shall extend at least 3 feet (1 m) beyond the edges of the pavement or 3 feet (l m) beyond any under drains that may be installed alongside the paved area. Trenches for duct banks shall be opened the complete length before concrete is placed so that if any R obstructions are encountered, provisions can be made to avoid them. Unless otherwise shown on the plans, [Project Name] L-110-4 Item L-110 Airport Underground Electrical Duct Banks and Conduits all duct banks shall be placed on a layer of concrete not less than 3 inches (75 mm) thick prior to its initial .. set. The Contractor shall space the conduits not less than 3 inch (75 mm) apart (measured from outside wall to outside wall). All such multiple conduits shall be placed using conduit spacers applicable to the type of conduit. As the conduit laying progresses, concrete shall be placed around and on top of the conduits not less than 3 inches (75 mm) thick unless otherwise shown on the plans. All conduits shall terminate with female ends for ease of access in current and future use. Install factory plugs in all unused ends. Do not cover the ends or plugs with concrete. Conduits forming the duct bank shall be installed using conduit spacers. No. 4 reinforcing bars shall be driven vertically into the soil a minimum of 6 inches (150 mm) to anchor the assembly into the earth prior to placing the concrete encasement. For this purpose, the spacers shall be fastened down with locking collars attached to the vertical bars. Spacers shall be installed at 5 -foot (1.5-m) intervals. Spacers shall be in the proper sizes and configurations to fit the conduits. Locking collars and spacers shall be submitted to the Engineer for review prior to use. When specified, the Contractor shall reinforce the bottom side and top of encasements with steel reinforcing .. mesh or fabric or other approved metal reinforcement. When directed, the Contractor shall supply additional supports where the ground is soft and boggy, where ducts cross under roadways, or where shown on the plans. Under such conditions, the complete duct structure shall be supported on reinforced concrete footings, piers, or piles located at approximately 5 -foot (1.5-m) intervals. All pavement surfaces that are to have ducts installed therein shall be neatly saw cut to form a vertical face. All excavation shall be included in the contract with price for the duct. Install a plastic, detectable, color as noted, 3 to 6 inches (75 to 150 mm) wide tape, 8 inches (200 mm) minimum below grade above all underground conduit or duct lines not installed under pavement. Utilize the 3 -inch (75 -mm) wide tape only for single conduit runs. Utilize the 6 -inch (150 -mm) wide tape for multiple conduits and duct banks. For duct banks equal to or greater than 24 inches (600 mm) in width, utilize more than one tape for sufficient coverage and identification of the duct bank as required. When existing cables are to be placed in split duct, encased in concrete, the cable shall be carefully located and exposed by hand tools. Prior to being placed in duct, the Engineer shall be notified so that he may inspect the cable and determine that it is in good condition. Where required, split duct shall be installed as shown on the drawings or as required by the Engineer. 110-3.3 Conduits without concrete encasement. Trenches for single -conduit lines shall be not less than 6 inches (150 mm) nor more than 12 inches (300 mm) wide. The trench for 2 or more conduits installed at the same level shall be proportionately wider. Trench bottoms for conduits without concrete encasement shall be made to conform accurately to grade so as to provide uniform support for the conduit along its entire length. Unless otherwise shown on the plans, a layer of fine earth material, at least 4 inches (100 mm) thick (loose ~ measurement) shall be placed in the bottom of the trench as bedding for the conduit. The bedding material shall consist of soft dirt, sand or other fine fill, and it shall contain no particles that would be retained on a 1/4 inch (6 mm) sieve. The bedding material shall be tamped until firm. Flowable backfill may alternatively .� be used. Unless otherwise shown on plans, conduits shall be installed so that the tops of all conduits within the Airport's secured area where trespassing is prohibited are at least 18 inches (0.5 m) below the finished ^' grade. Conduits outside the Airport's secured area shall be installed so that the tops of the conduits are at least 24 inches (60 cm) below the finished grade per National Electric Code (NEC), Table 300.5. When two or more individual conduits intended to carry conductors of equivalent voltage insulation rating are installed in the same trench without concrete encasement, they shall be spaced not less than 3 inches (75 mm) apart (measured from outside wall to outside wall) in a horizontal direction and not less than 6 OR [Project Name] L-110-5 Item L-110 Airport Underground Electrical Duct Banks and Conduits inches (150 mm) apart in a vertical direction. Where two or more individual conduits intended to carry conductors of differing voltage insulation rating are installed in the same trench without concrete encasement, they shall be placed not less than 3 inches (75 mm) apart (measured from outside wall to outside wall) in a horizontal direction and lot less than 6 inches (150 mm) apart in a vertical direction. Trenches shall be opened the complete length between normal termination points before conduit is installed so that if any unforeseen obstructions are encountered, proper provisions can be made to avoid them. Conduits shall be installed using conduit spacers. No. 4 reinforcing bars shall be driven vertically into the soil a minimum of 6 inches (150 mm) to anchor the assembly into the earth while backfilling. For this purpose, the spacers shall be fastened down with locking collars attached to the vertical bars. Spacers shall be installed at 5 -foot (1.5-m) intervals. Spacers shall be in the proper sizes and configurations to fit the conduits. Locking collars and spacers shall be submitted to the Engineer for review prior to use. _ 110-3.4 Markers. The location of each end and of each change of direction of conduits and duct banks shall be marked by a concrete slab marker 2 feet (60 cm) square and 4 - 6 inches (100 - 150 mm) thick extending approximately one inch (25 mm) above the surface. The markers shall also be located directly above the ends of all conduits or duct banks, except where they terminate in a junction/access structure or building. Each cable or duct run from a line of lights and signs to the equipment vault must be marked at approximately every 200 feet (61 m) along the cable or duct run, with an additional marker at each change of direction of cable or duct run. The Contractor shall impress the word "DUCT" or "CONDUIT" on each marker slab. Impression of letters shall be done in a manner, approved by the Engineer, for a neat, professional appearance. All letters and words must be neatly stenciled. After placement, all markers shall be given one coat of high -visibility orange paint, as approved by the Engineer. The Contractor shall also impress on the slab the number and size of conduits beneath the marker along with all other necessary information as determined by the Engineer. The letters shall be 4 inches (100 mm) high and 3 inches (75 mm) wide with width of stroke 1/2 inch (12 mm) and 1/4 inch (6 mm) deep or as large as the available space permits. Furnishing and installation of duct markers is incidental to the respective duct pay item. 110-3.5 Backfilling for conduits. For conduits, 8 inches (200 mm) of sand, soft earth, or other fine fill (loose measurement) shall be placed around the conduits ducts and carefully tamped around and over them with hand tampers. The remaining trench shall then be backfilled and compacted per Item P-152 "Excavation and Embankment" except that material used for back fill shall be select material not larger .. than 4 inches (100 mm) in diameter. Flowable backfill may alternatively be used. Trenches shall not contain pools of water during back filling operations. The trench shall be completely backfilled and tamped level with the adjacent surface; except that, where sod is to be placed over the trench, the backfilling shall be stopped at a depth equal to the thickness of the .. sod to be used, with proper allowance for settlement. Any excess excavated material shall be removed and disposed of per instructions issued by the Engineer. 110-3.6 Backfilling for duct banks. After the concrete has cured, the remaining trench shall be backfilled and compacted per Item P-152 "Excavation and Embankment" except that the material used for backfill shall be select material not larger than 4 inches (100 mm) in diameter. In addition to the requirements of P- 152, where duct banks are installed under pavement, one moisture/density test per lift shall be made for .. each 250 linear feet (76 m) of duct bank or one work period's construction, whichever is less. Flowable backfill may alternatively be used. Trenches shall not contain pools of water during backfilling operations. on [Project Name] L-110-6 Item L-110 Airport Underground Electrical Duct Banks and Conduits .. M The trench shall be completely backfilled and tamped level with the adjacent surface; except that, where sod is to be placed over the trench, the backfilling shall be stopped at a depth equal to the thickness of the sod to be used, with proper allowance for settlement. Any excess excavated material shall be removed and disposed of per instructions issued by the Engineer. 110-3.7 Restoration. Where sod has been removed, it shall be replaced as soon as possible after the backfilling is completed. All areas disturbed by the work shall be restored to its original condition. The restoration shall include sodding, topsoiling or grassing as shown on the plans. The Contractor shall be ^" held responsible for maintaining all disturbed surfaces and replacements until final acceptance. All restoration shall be considered incidental to the respective L-110 pay item. Following restoration of all trenching near airport movement surfaces, the Contractor shall thoroughly visually inspect the area for r., foreign object debris (FOD), and remove any such FOD that is found. This FOD inspection and removal shall be considered incidental to the pay item of which it is a component part. .. METHOD OF MEASUREMENT 110-4.1 Underground conduits and duct banks shall be measured by the linear feet (meter) of conduits and duct banks installed, including encasement, locator tape, trenching and backfill with designated material, and for drain lines, the termination at the drainage structure, all measured in place, completed, and accepted. Separate measurement shall be made for the various types and sizes. BASIS OF PAYMENT M M an • 04 M 110-5.1 Payment will be made at the contract unit price per linear foot for each type and size of conduit and duct bank completed and accepted, including trench and backfill with the designated material, and, for drain lines, the termination at the drainage structure. 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 per the provisions and intent of the plans and specifications. Payment will be made under: Item L-110-1 1 -way -2" Direct Buried Schedule 40 PVC Conduit- per linear foot Item L-110-2 2 -way -2" Direct Buried Schedule 40 PVC Conduit- per linear foot Item L-110-3 1 -way -2" Concrete Encased Schedule 40 PVC Duct Bank- per linear foot Item L-110-4 2 -way -2" Concrete Encased Schedule 40 PVC Duct Bank- per linear foot Item L-110-5 Encase Existing 1 -way -2" PVC Conduit in Concrete- per linear foot Item L-110-6 Encase Existing 2 -way -2" PVC Conduit in Concrete- per linear foot MATERIAL. REQUIREMENTS Advisory Circular (AC) 150/5340-30 Design and Installation Details for Airport Visual Aids AC 150/5345-53 Airport Lighting Equipment Certification Program [Project Name] L-110-7 Item L-110 Airport Underground Electrical Duct Banks and Conduits ASTM A615 Standard Specification for Deformed and Plain Carbon -Steel Bars for Concrete Reinforcement ASTM D1556 Standard Test Method for Density and Unit Weight of Soil in Place by the Sand - Cone Method ASTM D1557 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-Ibflft'(2,700 kN-m/m')) ASTM D2167 Standard Test Method for Density and Unit Weight of Soil in Place by the Rubber Balloon Method ASTM D2922 Standard Test Methods for Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth) NFPA-70 National Electrical Code (NEC) Underwriters Laboratories Standard 6 Electrical Rigid Metal Conduit - Steel Underwriters Laboratories Standard 514B Conduit, Tubing, and Cable Fittings Underwriters Laboratories Standard 514C Nonmetallic Outlet Boxes, Flush -Device Boxes, and Covers Underwriters Laboratories Standard 1242 Electrical Intermediate Metal Conduit Steel Underwriters Laboratories Standard 651 Schedule 40, 80, Type EB and A Rigid PVC Conduit and Fittings Underwriters Laboratories Standard 651A Type EB and A Rigid PVC Conduit and HDPE Conduit END OF ITEM L-110 .► M an [Project Name] L -I 10-8 Item L -I 10 Airport Underground �. Electrical Duct Banks and Conduits =i Item L-125 Installation of Airport Lighting and Signage Systems DESCRIPTION 125-1.1 General. This item shall consist of the removal of existing airport lighting systems and the .. furnishing and installation of new airport lighting systems in accordance with this specification, the referenced specifications, and the applicable Federal Aviation Administration Advisory Circulars. The new lighting systems shall be installed at the location and in accordance with the dimensions, layout, design, and details shown in the plans. This item shall include furnishing and installing all light fixtures (elevated or flush mounted), isolation transformers for airfield lighting and signs, mounting assemblies, frangible couplings, base plates, gaskets, mounting bolts, adapter rings, cable connections, all lamps, lamp lenses, airfield signs, airfield sign panels, testing of the installation and all incidentals and appurtenances necessary to place the systems in operation as completed units to the satisfaction of the Engineer. ., Airport lighting equipment and materials covered by FAA specifications shall have prior approval of the Federal Aviation Administration, Airports Service, Washington, D.C. 20591, and shall be listed in Advisory Circular 150/5345-53, Latest Edition, Airport Lighting Equipment Certification Program. All items that are FAA/Engineering Test Laboratories approved at the time of bidding, which otherwise meet the project specifications are acceptable. 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. The Contractor shall submit the manufacturer's certificates of compliance with the applicable specifications to the Engineer for approval before the equipment and material are ordered. M me me a 125-1.2 Referenced Materials. Additional details pertaining to specific systems covered in this section are contained in the Federal Aviation Administration (FAA) Advisory Circulars (AC's), latest edition, listed below: 150/5340-30 Design and Installation for Airport Visual Aids 150/5345-53 Airport Lighting Equipment Certification Program 150/5345-7 Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits 150/5345-26 Specification for L-823 Plug and Receptacle, Cable Connectors 150/5345-42 Specification for Airport Light Bases, Transformer Houses, Junction Boxes and Accessories 150/5345-44 Specification for Taxiway and Runway Signs 150/5345-46 Specification for Runway and Taxiway Light Fixtures 150/5345-47 Isolation Transformers for Airport Lighting Systems Taxiways "D" and E" L-125-1 Installation of Airport Lighting and Sebastian Municipal Airport Signage Systems 150/5370-2 Operational Safety on Airports During Construction 150/5370-10 Standards for Specifying Construction of Airports The Contractor is responsible for obtaining and using the latest edition of the referenced FAA Advisory Circulars. 125-1.3 Submittals. Shop drawings of each airfield lighting component, indicating FAA approval, shall be .. submitted for approval and be approved prior to ordering any materials for this section. This submittal shall include the proposed method of installation for all airfield lighting components. The submittal shall include data on all component parts of the item or system. The data submitted shall be sufficient, in the opinion of the Engineer, to determine compliance with the contract documents. The Contractors submittals shall be submitted to the Engineer within 30 days of the notice -to -proceed. Submittals shall be in accordance with the Project specifications.. 125-1.4 Oualifications. The Engineer reserves the right to reject any and all equipment which, in his opinion, does not meet the system design and the standards and codes specified herein. MATERIALS/PRODUCTS 125-2.1 General a. Airport lighting equipment and materials covered by FAA specifications shall have prior approval of the Federal Aviation Administration, Airports Service, Washington, D.C. 20591, and shall be listed in Advisory Circular 150/5345-53, Latest Edition, Airport Lighting Equipment Certification Program. All items that are FAA/Engineering Test Laboratories approved at the time of bidding, which otherwise meet the project _ specifications are acceptable. 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. The Contractor shall submit the manufacturer's certificates of compliance with the applicable specifications to the Engineer for approval before the equipment and material are ordered. c. Manufacturers certifications shall not relieve the Contractor of his responsibility to provide materials in accordance with these specifications and acceptable to the Engineer. Materials supplied and/or installed that do not materially comply with these specifications shall be removed, when directed by the Engineer and replaced with materials which do comply with these specifications, at the sole cost of the Contractor. d. Lists of the equipment and materials required for a particular system are contained in the .. applicable Advisory Circulars and specifications and as shown in the plans. e. All items required per this section are for use on a 6.6 amp primary series circuit unless specifically noted otherwise. 125-2.2 Guarantees a. Except as modified below, all equipment and materials furnished and installed under this section Taxiways "D" and E" L-125-2 Installation of Airport Lighting and Sebastian Municipal Airport Signage Systems Am M 04 shall be guaranteed against defects in materials and workmanship for a period of twenty four (24) months .. from final acceptance by the Owner. The defective materials and/or equipment shall be repaired or replaced, at the Owner's discretion, with no additional cost to the Owner. b. The lamp life, as rated by the manufacturer (not the supplier), shall be warranted for the specified number of hours. Should ten percent (10%) of the lamps fail prior to the rated life of the lamp, then the entire system using the failing lamp type shall be relamped, at the Contractor's expense, and the warranty time shall start over. At the Owner's option, the Contractor may elect to supply 100% spares. c. The lamp prices shall be furnished to the Owner in the bid and the prices shall be guaranteed for a period of five (5) years. 125-2.3 Basis of Design. The airfield lighting systems are designed using the below listed maximum fixture wattages. Approved airfield lighting fixtures with higher wattages are permissible provided the Contractor assumes all costs for the redesign of the airfield lighting and necessary power distribution systems and all costs incurred furnishing and installing any additional equipment. In no case shall the Contractor be allowed to reduce the size of the constant current regulators or the power distribution systems. r LED, 12 watt maximum, as specified in the Bid Schedule ounted on a new L -867B base can. 125-2.4 Runway Edge Lights (Semi -Flush Mounted). The runway edge lights shall be L -852D, utilizing LED, Style 3, lamps mounted on anew L -868B base can. 125-2.5 Light Bases. All light bases (base cans) shall meet the requirements of FAA AC 150/5345-42, latest edition. The light bases shall be L-867 type for the non -load bearing units and L-868 for the load bearing units (runway edge light). The sizes of the units shall be as shown on the contract drawing and in this specification. Telescoping base cans may be used for the L-867 non -load bearing base cans. Two piece base cans, may be used, where paving interferences require their use. All light bases, transformer houses and junction boxes shall be Class 1, galvanized steel. 125-2.6 L-858 Signs. The signs shall be L -858Y, R, and L as indicated on the contract drawings and shall be Style 4 (unlighted), Class 2. The size of the units shall be size 2 for the runway exit signs and size I for all other signs as indicated on the drawings.. All signs shall be furnished with tethers on each leg. The tethers shall be fabricated from 3/16" stainless steel aircraft cable with a formed eye on both ends and shall be of ample length to attach the sign (min. of 6" of slack) to the flange plate and allow the frangible coupling and disconnect plug to function properly. The bolting pattern, method of anchoring, etc., shall be per the sign manufacturer's recommendation. The sign manufacturer shall submit to the Engineer calculations showing the sign and anchoring methods will withstand a 200 MPH jet blast in accordance with Paragraph 4.1.2 of AC 150/5345-44F, latest edition. The signs shall be supplied with the messages as shown on the sign schedule. .� 125-2.7 Cables. Cables shall comply with specification L-108. OWN 125-2.8 L-823 Connectors. Connectors shall comply with specification L-108. 125-2.9 Isolation Transformer. The isolation transformers shall be L-830, 6.6 amp primary to 6.6 amp secondary, sized per the fixture manufacturer's recommendations and conforming to AC 150/5345-47, latest edition. 125-2.10 Frangible Couplings. All elevated items shall be installed on frangible couplings in accordance with Taxiways "D" and E" L-125-3 Installation of Airport Lighting and Sebastian Municipal Airport Signage Systems the respective Federal Aviation Administration Advisory Circular 125-2.11 Lamos. Lamps shall be quartz for r runway fixtures of size and type to provide distribution and minimum output requirements of isocandela curves shown for each size in AC 150/5345-44 and 150/5345-46, latest editions. 125-2.12 Colored Filters. Colored filters, or colored lenses, to be used for Airfield Lighting Fixtures shall conform to the requirements of Military Specification MIL -C-250-50 type I and FAA Advisory Circulars. 125-2.13 Taoe. Plastic electrical tapes shall be Scotch Electrical Tape number 88 as manufactured by the Minnesota Mining and Manufacturing Company, or an approved equal. 125-2.14 Concrete. Concrete for backfill shall comply with Specification P-610 and have a maximum size coarse aggregate of I inch and shall have a 28 -day comprehensive strength of not less than 4,500 PSI and increasing with age. 125-2.15 Conduit. Conduit shall comply with specification L-110. 125-2.16 Heat Shrink Kit. Heat shrinkable tubing with full length integral sealant for waterproofing L-823 connectors shall be equal to Sigmaform Corporation Type APL, or Raychem Corporation Type ADL, or Crouse Hinds Type HSK or approved equal. 125-2.17 Identification/Number Plates. The identification/number plates shall be 2" diameter brass tags/monuments as shown on the plans and details. The identification shall be permanently stamped. 125-2.18 Reinforcing Steel. All reinforcing steel shall be ASTM A-615 grade 60. 125-2.19 Bolting Hardware. All airfield bolting hardware shall be stainless steel and meet FAA requirements. All bolts 1/4" and larger shall be hex head type. All bolts smaller than 1/4" trade size shall be recessed alien type. All bolted connections shall utilize an anti -rotational locking type device. The base can cover and fixture mounting bolts shall extend thru the base can mounting flange into the base can a minimum of 0.5". The bolts shall have enough thread length so they do not shoulder out before the fixture is securely tightened. 125-2.20 Antiseize Compound. The anti -seize compound shall be Ideal "Noalox" or approval equal. 125-2.21 Fillers and Adhesives. Joint sealing filler shall be FAA type P-605 and adhesive compounds shall be FAA type P-606. 125-2.22 Delivery. Storage and Handling. Ship materials and equipment disassembled only to the extent necessary for reasons of shipping limitations, handling facilities, and to avoid damage during shipment. Maintain materials and equipment in new condition. This shall include the use of heat lamps, suitable coverings, indoor storage, etc. to properly protect the equipment and materials. Any equipment or materials, in the opinion of the Owner or Engineer, damaged during construction or storage periods shall be replaced by and at the cost of the Contractor. Taxiways "D" and E" L-125-4 Installation of Airport Lighting and Sebastian Municipal Airport Signage Systems M r r r so r r r r r M METHODS 125-3.1 Installation 125-3.1.1 Runway Lighting Fixtures, Signs, Base Cans. All fixtures and Transformers signs, base cans, shall be installed as shown on the plans or approved shop drawings and in accordance with the applicable FAA Advisory Circulars and manufacturers recommendations. Survey instruments shall be used to position all items to insure precise orientation. Tolerances given in the FAA Advisory Circulars, these specifications, and the plans shall not be exceeded. Where no tolerance is given, no deviation is permitted. Items not installed in accordance with the FAA Advisory Circulars, these specifications and plans shall be replaced by and at the expense of the Contractor. r Assemble units and connect to the system in accordance with the manufacturer's recommendations and .. instructions. An identification tag shall be installed with each fixture, as shown in the plans. Brass circuit identification tags identifying each circuit shall be attached to each circuit as shown in the plans. Concrete pad to be poured in place and rest on undisturbed soil. It is to be reinforced with steel bars formed and placed as indicated on plans. Exposed concrete surface to be finished smooth with a steel trowel or rubbed to a smooth finish. All horizontal edges to be chamfered 3/4 inch at 45. Provide three feet (T) of slack in each end of each cable in each base can. All connections shall be able to be .. made above ground. Painted and galvanized surfaces that are damaged shall be repaired according to the manufacturer's recommendations, to the satisfaction of the Owner and Engineer. Where three (3) or more conduits enter a L -867-B Base Can a L -867D Base Can shall be used. Drain _ connections are excluded from the conduit count. All threaded portions of frangible couplings, etc., shall be coated with Ideal "Noalox" compound or approved equal before being assembled. 125-3.2 Testing This section describes the testing and demonstrations furnished by this Contractor. All items furnished and/or installed by this Contractor shall be tested and demonstrated in accordance with these •+ specifications. All equipment and labor required for testing and demonstrations shall be furnished by this Contractor. ,.� a. Fully test the installation by continuous operation for a period of not less than four (4) hours as a completed unit, prior to acceptance by the Owner. �. b. Up to two (2) walk-throughs may be initiated by the Owner or the Engineer during which the airfield lighting units would be required to be in operation. Additional walk-throughs may be necessary depending upon the number of discrepancies found on the previous walk-throughs. 00 c. The Contractor is responsible for lamp replacements and necessary maintenance of airfield items during the testing, construction and walk-through periods. Taxiways "D" and E" L-125-5 Installation of Airport Lighting and Sebastian Municipal Airport Signage Systems am d. Test cabling per specification L-108. e. Demonstrate all features and functions of all systems and instruct the Owners personnel in the proper and safe operation of the systems. f. The Contractor shall perform the necessary inspection and tests for some items concurrently with the installation because of subsequent inaccessibility of some components. The Engineer shall be notified by the Contractor forty-eight (48) hours in advance of any testing. There are no approved "repair" procedures for items that have failed testing other than complete replacement. Any other corrective measures shall be approved by the Engineer. r 125-3.3 Operation and Maintenance Manuals. The Contractor shall provide data for all equipment, material and components supplied or famished under this section in the Operation and Maintenance Manuals. This data shall include cut sheets from the manufacturer and the manufacturer's installation, operation and .. maintenance manuals, recommended spare parts lists, any required test results, and other data as required. The manuals shall be in accordance with the contract specifications. Final payment for any contract amounts shall not be processed without proper submittal of these manuals and review and approval by the Engineer. METHOD OF MEASUREMENT 1254.1 General. The quantity of airfield lighting units, signs and junction boxes to be paid for under this item shall be the number of each type installed, complete and in place, ready for operation, and accepted by the Engineer. Each airfield lighting unit shall include the installation of an identification plate or tag as detailed in the plans. BASIS OF PAYMENT 125-5.1 General. Payment will be made at the contract unit price for each item completed in accordance with the plans and specifications that is installed 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, incidentals, and appurtenances necessary to complete these items. Payment will be made under: Item L-125-1 L -852D, Style 3, In -Pavement Incandescent Medium Intensity Runway Edge Light L -852D, Style 3, dual lamp, white, Incandescent medium intensity runway edge light, with adapter ring, mounted on a L-8688 24" deep base can with a W nominal spacer ring and a properly sized L-830 transformer(s) and L-823 connectors. Align and level as required — per each. Item L-125-2 L-858 Style 4 Airfield Guidance Sign — Size 1- Single Face — 2-3 Characters, installed on a concrete base, and all incidentals. Align and level as required — per each. Item L-125-3 L-858 Style 4 Airfield Guidance Sign — Size l- Double Face — 2-3 Characters, installed on a concrete base, and all incidentals. Align and level as required -- per each. Taxiways "D" and E" L-125-6 Installation of Airport Lighting and Sebastian Municipal Airport Signage Systems r ON .n V� r� .� Item L-125-4 L-858 Style 4 Airfield Guidance Sign — Size 1- Single Face — 4-5 Characters, installed on a concrete base, and all incidentals. Align and level as required -- per each. Item L-125-5 L-858 Style 4 Airfield Guidance Sign — Size 1- Single Face — 6-7 Characters, installed on a concrete base, and all incidentals. Align and level as required -- per each. Item L-125-6 L-858 Style 4 Airfield Guidance Sign — Size 1- Single Face — 8-9 Characters, installed on a concrete base, and all incidentals. Align and level as required -- per each. Item L-125-7 L-858 Style 4 Airfield Guidance Sign — Size 2- Single Face — 2-3 Characters, installed on a .. concrete base, and all incidentals. Align and level as required — per each. Item L-125-8 L -867D Junction Box with 2 -L -867D 16"x24" Deep Base Cans and Concrete Pad with .� 1/2" galvanized steel blank cover and gasket secured with stainless steel bolts installed in turf, with concrete encasement and all incidentals. Align and level as required -- per each. M M OR 00 r I A OR END OF ITEM IL -125 Taxiways "D" and E" L-125-7 Installation of Airport Lighting and Sebastian Municipal Airport Signage Systems m m ., do A ., APPENDIX A-1 KSM GEOTECHNICAL REPORT ., .. No ON IA m r so RL7jYi KELLER, SCHLEICHER & MacWILLIAM ENGINEERING AND TESTING, INC. MARTIN (772)337-7755 R.O. BOX 78-1377, SEBASTIAN, FL 32978-1377 SEBASTIAN V72) 589-0712 PALM BEACH (561)845-7445 www.ksmengineering.net MELBOURNE (321) 768-8488 FAX (561) 845-8876 E -Mail: KSMQKSMENGINEERING.NET ST. LUCIE (772) 229-9093 C.A.: 5693 FAX (772) 589-6469 August 30, 2016 Jim Goodwin, P.E. Infrastructure Consulting & Engineering 5550 Idlewild Avenue, Suite 102 Tampa, FL 33634 Re: Sebastian Municipal Airport 202 Airport Drive E. Sebastian, Florida KSM Project #: 162350-b Dear Mr. Goodwin As requested, Keller; Schleicher, and MacWilliam Engineering and Testing, Inc. (KSM) has performed geotechnical services at the referenced site. Generally, our services included coring of the existing runways' and taxiways pavement surface and drilling test borings in the existing runways, taxiway, and the proposed taxiways. Field samples of the soils were collected for laboratory testing. The site investigation consisted of the following: Performed ten (10) pavement cores in the existing Runways and Taxiways. The thickness of the asphalt pavement and underlying base material were measured and recorded at each of the core locations. Upon completion, each borehole was backfilled with sand. The pavement cores were patched with a hand -tamped (compacted) cold -mix asphalt. Performed twelve (12) Standard Penetration Test (SPT) borings for the proposed Taxiways "C", °D", and "E". The SPT borings were drilled with a drill -rig to a depth of 10 feet below the ground surface. The soil samples were retrieved continuously in the SPT borings using, a standard split spoon sampler driven with a 140 pound hammer freely falling 30 inches (ASTM D 1586). Recovered soil samples were transported to our laboratory. The groundwater table was allowed to stabilize and the depth of the groundwater elevation recorded from existing grade. Four (4) composite soil samples were collected at the selected SPT boring locations for the purposes of performing laboratory Limerock Bearing Ratio (LBR) tests. Ronald G. Keller, P.E.: 37293 / SI Lic. No.: 860 / Julie E. Keller, P.E.: 68366 Tir0%9 Z%LaAVL KELLER, SCHLEICHER & MacWILLIAM ENGINEERING AND TESTING, INC. MARTIN (772) 337-7755- P.O. BOX 78-1377, SEBASTIAN, FL 32978-1377 SEBASTIAN (772) 589-0712 PALM BEACH (561) 845-7445 www.ksmengineering.net MELBOURNE (321) 768-8488 FAX (561) 845-8876 E -Mail: KSM®KSMENGINEERING.NET ST. LUCIE (772) 229-9093 C.A.: 5693 FAX (772) 589-6469 202 Airport Drive E. -2- August 30, 2016 Sebastian, Florida Coring Results Thickness measurement of the existing asphalt pavement and base course at the core locations are as follows: Pavement Core #C-1, (Taxiway) - See Attached Location Plan 2" Asphalt 0" Cemented Coquina Rock 10" Stabilized Subgrade 12"+ Light Gray Sand Pavement Core #C-2, (Runway) - See Attached Location Plan 2" Asphalt 5" Cemented Coquina Rock 10" Stabilized Subgrade — Brown Sand with Some Clay and Shell 7^+ Dark Gray Sand Pavement Core #C-3, (Runway) - See Attached Location Plan 1 :/4" Asphalt 5" Cemented Coquina Rock 9" Stabilized Subgrade — Brown Sand with Some Clay and Shell 811+ Gray Sand Pavement Core #C-4, (Taxiway) - See Attached Location Plan 2" Asphalt 6" Cemented Coquina Rock 16" Stabilized Subgrade — Brown Sand with Some Clay and Shell 2"+ Dark Gray Sand Pavement Core #C-5, (Runway) - See Attached Location Plan 2" Asphalt 5" Cemented Coquina Rock '12" Stabilized Subgrade - Brown Sand with Some Clay and Shell 5"+ Dark Gray Sand Ronald G. Keller, P.E.: 37293 / SI Lic. No.: 860 / Julie E. Keller, P.E.: 68366 I'V1! A%LJAVi KELLER, SCHLEICHER & MacWILLIAM ENGINEERING AND TESTING, INC. MARTIN (772) 337-7755 P.O. BOX 78-1377, SEBASTIAN, FL 32978-1377 SEBASTIAN (772) 589-0712 PALM BEACH (561) 845-7445 www.ksmengineering.net MELBOURNE (321) 768-8488 FAX (561) 845-8876 E -Mail: KSM®KSMENGINEERING.NET ST. LUCIE (772) 229-9093 C.A.: 5693 FAX (772) 589-6469 202 Airport Drive E. Sebastian, Florida -3- Pavement Core #C-6, (Taxiway) - See Attached Location Plan August 30, 2016 2'/z" Asphalt 4'/2" Cemented Coquina Rock 12" Stabilized Subgrade — Brown Sand with Some Clay and Shell 611+ Light Gray Sand Pavement Core #C-7, (Runway)- See Attached Location Plan 2%" Asphalt 51/12" Cemented Coquina Rock 8" Stabilized Subgrade — Brown Sand with Some Clay and Shell 81.+ Gray Sand Pavement Core #C-8, (Runway) - See Attached Location Plan 2iz" Asphalt 6" Cemented Coquina Rock 17"+ Stabilized Subgrade — Brown Sand with Some Clay and Shell Pavement Core #C-9, (Taxiway) - See Attached Location Plan 1'/2' Asphalt 0" Cemented Coquina Rock 9'/�" Stabilized. Subgrade — Brown Sand with Some Clay and Shell 1311+ Gray Sand Pavement Core #C-10, (Taxiway) -See Attached Location Plan 2'/a" Asphalt 3" Cemented Coquina Rock 12" Stabilized Subgrade — Brown Sand with Some Clay and Shell 7"+ Dark Gray Sand Ronald G. Keller, P.E.: 37293/Sl Lic. No.: 860 1 Julie E. Keller, P.E.: 68366 lVV1S Z%IJAYi KELLER, SCHLEICHER & MacWILLIAM ENGINEERING AND TESTING, INC. MARTIN (772) 337-7755 P.O. BOX 78-1377,. SEBASTIAN, FL 32978-1377 SEBASTIAN (772) 589-0712 PALM BEACH (561) 845-7445 www.ksmengineering.net MELBOURNE (321) 768-8488 FAX (561) 845-8876 E -Mail: KSM@KSMENGINEERING.NET ST. LUCIE (772) 229-9093 C.A.: 5693 FAX (772) 589-6469 202 Airport Drive E. -4- August 30, 2016 Sebastian, Florida Subsurface Soils: The SPT boring logs indicate the subsurface soils consist mostly of fine-grained sand and some fine-grained sand that is slightly silty. "N" values recorded during the boring operation indicate the soil density is generally loose to medium dense. Please refer to the soil boring logs for more specific information relative to the soil description. Groundwater Table: The groundwater table was measured in the SPT borings at depths of 39 inches to 44 inches below existing grade. Laboratory Testing: The four (4) bulk soil samples collected in the field were tested to determine their Limerock Bearing Ratio (LBR) in accordance with the Florida Test Method for Limerock Bearing Ratio (FM 5-515). The LBR test results were converted to California Bearing Ratio (CBR) as per the US Department of Transportation, Federal Aviation Administration Airport Pavement Design and Evaluation Manual (AC 150/5350-6D) Section 206a.5. The LBR/CBR results are summarized in the following table: ---------------------------------------------------------------- Sample Sample Sample Maximum Optimum LBR CBR Location Depth (ft.) Description Dry Moisture Value Value (See Location Density Content N N ---Plan......................... °�------�%�.................... CBR1, B-2 0" - 24" Sand (SP) 104.1 12.0 13 10 CBR2, B-5 103.7 12.0 12 10 CBR3, B-8 102.9 12.0 12 10 CBR4, B-11 103.6 12.0 19 15 Ronald G. Keller, P.E.: 37293 / SI Lic. No.: 860 / Julie E. Keller, P.E.: 68366 IV OIL & R17itli KELLER, SCHLEICHER & MacWILLIAM ENGINEERING AND TESTING, INC. MARTIN (772) 337-7755 P.O. BOX 78-1377, SEBASTIAN, FL 32978-1377 SEBASTIAN (772).589-0712 PALM BEACH (561) 845-7445 www.ksmengineering.net MELBOURNE (321) 768-8488 FAX (561) 845-8876 E -Mail: KSM@KSMENGINEERING.NET ST. LUCIE (772) 229-9093. C.A.: 5693 - FAX (772) 589-6469 _ 202 Airport Drive E. -5- August 30, 2016 Sebastian, Florida Findings: The existing taxiways cores indicate the asphalt thicknesses vary from 11/2 inches to 2% ., inches. The rock base thicknesses vary widely from 0 inches to 6 inches. The existing. runways cores indicate the asphalt thicknesses vary from 1'/ inches to 23/ inches. The rock base thicknesses vary from 5 inches to 6 inches. The proposed taxiways subsurface soils consist mostly of loose to medium -dense sand and some sand that is slightly silty. The estimated CBR value is 10 to 15. se feel free to contact us. E-mail to .jim.goodwin@ice-eng.com Ronald G. Keller, P.E.: 37293 / SI Lic. No.: 860 / Julie E. Keller, P.E.: 68366 KSM Engineering & Testing BORING NUMBER B-1 x 78-1377 KSM P PAGE 1 OF 1 I bastian, FL 32978 SS Tel: (772)-589.0712 L Fax (772}5896469 ' 7LIENT Infrastructure Consulting & Engineering PROJECT NAME Sebastian Municipal Airport, 202 Airport Drive E. PROJECT LOCATION Sebastian, Florida PROJECT NUMBER 162350-b DATE STARTED 826/18 COMPLETED 826116 GROUND ELEVATION HOLE SIZE Inches DRILLING CONTRACTOR GROUND WATER LEVELS: DRILLING METHOD Split Spoon Sample Q AT TIME OF DRILLING 3.50 ft LOGGED BY DP/JR/CH/MS CHECKED BY JEK AT END OF DRILLING -- 3.4-3 NOTES See Attached Location Plan AFTER DRILLING — (7) . .... ...... :.............. :..... SS to o tt ♦ SPT N VALUE U (10) Q. Q. w ^ :.......:.......:..............I N j LuF SS 20 40 60 80 MC LL O MATERIAL DESCRIPTION pK Y ui SS oWJ. w V mO> ..... 1 20L 40 60 80 (13) wZ O? 0 o 0 FINES CONTENT (%) 0 Q. with 1 1 1 1 1 1 1 1 SS 5.5-3 ' (8) .. : ......:...............:...... ..... ......:...................I ' 3.4-3 SS (7) . .... ...... :.............. :..... SS X4-5-5 ........ ...... :....... ....... :...... (10) :.......:.......:..............I SS ......:.......:.......:.......:..... SS ..... 1 (13) 1 1 1 1 1 1 1 1 M M M r� M i KSM Engineedng&Testing - BORING NUMBER B-2 (�'P.O. Box 78-1377 KSM PAGE 1 OF 1 S bassi an, FL 3 978 Tel: (772)-589-0712 Fax: (772)-589-6469 CLIENT Infrastructure Consulting & Enoineedno PROJECT RAME Sebastian Municipal Airport202 Airport Drive E. PROJECT NUMBER 162350-b PROJECT LOCATION Sebastian Florida DATE STARTED 8/26116 COMPLETED 6/26116 GROUND ELEVATION HOLE SIZE inches DRILLING CONTRACTOR GROUND WATER LEVELS: DRILLING METHOD Split Spoon Sample -VAT TIME OF DRILLING 3.33 ft LOGGED BY DP/JRICH/MS CHECKED BY JEK AT END OF DRILLING -- NOTES See Attached Location Plan AFTER DRILLING — W o t A SPT N VALUE U Y d: rp w w g. 5 20 40 60 80 PL MC LL PL 1 0 _ = p MATERIAL DESCRIPTION WW ' i j O otL� S Q ru z U� muz () >s 40 60 20 40 60 80 gz Wa. y o CONTENT (%) ❑ p N ❑ FINES 20 40 60 80 Dark Gray Sand with Roots ....,. Light Gray Sand SS 5-5-5 Dark Brown Sand - ,• .. •, ...'. sz .:... - SS (10) ....:.......:................:....... SS 4-3-3 Light Brown Sand, Slightly Silty (6) .. .. .. :;:. .. SS 2-2-3 .. .. .:.,.. . _ ESS 3-4-3 .. SS 9-&12 , :....... Light Gray Sand (20) ...... ...... ..... ..: . SS 12-13.15 ...... ......�...... .......:..... W (28) w Bottom of borehole at 14.0 feet y s 0 E Ul LL N 9 P C� F mom¢ J N 7 O F N N 2 O N f O J C x 0 U F W KSM Engineering & Testing BORING NUMBER B-3 KSMP.O. Box 78-1377 PAGE 1 OF 1 I S bastion, FL 32978 Tel:(772)-589-0712 L Fax: (772)-589.8469 :LIENTInfrastructure Consulting & Engineering �ROJECTNUMBER PROJECT NAME Sebastian Municipal Alroort, 202 Airport Drive E. 162350-b PROJECTLOCATION Sebastian.Florlda )ATE STARTED 826116 COMPLETED 8126116 GROUND ELEVATION HOLE SIZE inches )RILLING CONTRACTOR GROUND WATER LEVELS: I )RILLING METHOD Split Spoon Sample AT TIME OF DRILLING 3.58 ft L LOGGED BY DP/JR/CHIMS CHECKED BY JEK AT END OF DRILLING -- 4OTES See Attached Location Plan AFTER DRILLING -- w a z ♦ SPT N VALUE 0 o: } rn Gi w 20 40 60 80 o -c Lu o_ MATERIAL DESCRIPTION �w a� a:^ Ow �� 03 aau �9 MC ILL ¢� v >C 20L 40600 80 ❑ FINES CONTENT (%) ❑ I, 2 Z w O? Ga o SS vim SS 7:6.5 1.1 SS P3,," 2-3 Gray Sand --ma5) SS Bottom of borehole at 10.0 feet. 1 1 1 1 1 1 1 PR r_� r 04 ON ON M KSMEngineering&Testing BORING NUMBER B-4 x 78-1377 KSM PAGE 1 OF 1 S bastian, FL 32978 Tel: (772)-589-0712 Fax: (772)-589-8489 CLIENT Infrastructure Consulting & Enoineedna PROJECT NAME Sebastian Municipal Airport 202 Airport Drive E. PROJECT NUMBER 182350-b PROJECT LOCATION Sebastian Florida DATESTARTED 8126/18 COMPLETED 8/26116 GROUND ELEVATION HOLE SIZE inches DRILLING CONTRACTOR GROUND WATER LEVELS: DRILLING METHOD Split Spoon Sample 2 AT TIME OF DRILLING 3.67 ft LOGGED BY DP/JR/CH/MS CHECKED BY JEK AT END OF DRILLING — NOTES See Attached Location Plan AFTER DRILLING — III IL Ile ♦ SPT N VALUE • SMC w j d ¢ a Ci 20 40 60 80 ?L Lu J MATERIAL DESCRIPTION aS�z' � yt j Z ._LL 20 40 60 80 m0Z UV >g a o ❑ FINES CONTENT (%) ❑ 0 20 40 60 80 Gray Sand with Some Roots ... ''' • Gray Sand 8-10-10 ....:._ ......:.......r......:...... Dark Gray Sand with Some Hardpan SS 10.10-17 . ..::.. :..'.: Brown Sand (27) ......:. ...........:............. 5 SS `1-7) '.�:.: •. Light Gray Sand (7) ..._.. ..:.. ..c.. ..:..... .. .. .. SS 2-2-3 .. . 10 '. (5) Bottom of borehole at 10.0 feet. KSM Engineering & Testing BORING NUMBER B-5 KSMP.O. Box 78-1377 PAGE 1 OF 1 S bassi an, FL 32978 Tel: (772)-589-0712 Fax (772) 5898469 SS :LIENTInfrastructure Consuttina & Engineering PROJECT NAME Sebastian Municipal Airport202 Airport Drive E. DROJECT NUMBER 162350-b PROJECT LOCATION Sebastian, Florida DATE STARTED 8126/16 COMPLETED 6/26118 GROUND ELEVATION HOLE SIZE inches DRILLING CONTRACTOR GROUND WATER LEVELS: DRILLING METHOD Split Spoon Sample SAT TME OF DRILLING 3.67 ft LOGGED BY DP/JR/CH/MS I CHECKED BY JEK AT END OF DRILLING — NOTES See Attached Location Plan AFTER DRILLING — SS Lu �+ A SPT N VALUE (34j .. ...:...:....:..:::: .......... .: SS a 11 20 40 60 80 �.. =.0 MATERIAL DESCRIPTION w �M �0 Lip 3F? Oj� r- z PL I— MC LL w�O SS 8.7-5 O� MO> .. .... 20 40 60 60 o C7 a� z O? 4-"' . �... pa o ❑ FINES CONTENT 1%) ❑ . ........:.......�......:...... SS u :: .: ..................... ....... .... .......... SS7 Gray Sand with Some Roots Gray Sand is 1 1 1 1 I 20 40 60 80 SS 5-5-7 _ ... . ... (72) .. _ .. . 13-16-16 SS �+ (34j .. ...:...:....:..:::: .......... .: SS 11 (20- ...... ............. ... 1 SS 8.7-5 .. .... SS. 4-"' . (8) . ........:.......�......:...... SS (2- 3(6) :: .: ..................... ....... .... .......... SS7 _............ _......[..... (, 2) is 1 1 1 1 I m prr so an L1 m 0" m m KSM Engineering &Testing BORING NUMBER B-6 KSMP.0 Box 78-1377 PAGE 1 OF 1 Sebas tan, FL 32978 Tel: (772)-589-0712 Fax: (772)•589.6469 CLIENT Infrastructure Consulting & Engineering PROJECT NAME Sebastian Municipal Airport, 202 Airport Drive E. PROJECT NUMBER 162350-b PROJECT LOCATION Sebastian, Florida DATE STARTED 8/20/16 COMPLETED 8/26/16 GROUND ELEVATION HOLE SIZE inches DRILLING CONTRACTOR GROUND WATER LEVELS: DRILLING METHOD Split Spoon Sample Q AT TIME OF DRILLING 3.42 ft LOGGED BY DP/JR/CH/MS CHECKED BY JEK AT END OF DRILLING — NOTES See Attached Location Plan AFTER DRILLING — W tt A SPT N VALUE A 5 20 40 60 80 PL MG LL C7a � g > Chi j w z W` p MATERIAL DESCRIPTION m0 20 40 60 80 D V am Z U UZ U } ❑ FINES CONTENT (%) ❑ 0 20 40 60 80 Dark Gray Sand with Roots ...... Light Gray Sand SS 3.3-3 Dark Brown Sand ,. . ...... • $� 8.9-7 SS 5 :.. .. ...,:.,, SS 3-3-7 :.:•.:: (10) ..:,• ::+•.:: 8.8-9 .............:............:...... 10 :, Light Brown Sand 5-7-8..............:................ SS (15) ....... Bottom of borehole at 10.0 feet. m D rc w z w N qY_ U O O N N W LL 'k a iJ e is 5 u 0 x m U W ('/�,( KSMEngineenng&Testing BORING NUMBER B-7 ox 78-1377 KAJ1V1 Sebastian, FL 32978 PAGE 1 OF 1 Tel: (772)-589-0712 Fax: (772y589-6469 CLIENT Infrastructure Consulting & Engineering PROJECT NAME Sebastian Municipal Airport 202 Airport Drive E. PROJECT NUMBER 162350-b PROJECT LOCATION Sebastian, Florida DATE STARTED 8/26/16 COMPLETED 8/26/16 GROUND ELEVATION HOLE SIZE inches DRILLING CONTRACTOR GROUND WATER LEVELS: DRILLING METHOD Sold Spoon Sample V AT TIME OF DRILLING 3.25 ft LOGGED BY DP/JR/CH/MS CHECKED BY JEK AT END OF DRILLING NOTES See Attached Location Plan AFTER DRILLING Brown Bottom of borehole at 1 Lu e :....... :...... SS 4.4-6 ♦ SPT N VALUE _ �m W. 93Q. Lu a� t $ trD 20 40 60 80 PL MC LL p MATERIAL DESCRIPTION a� pK z. 0 O w .. too Z U z Y a ❑ 12: 20 4 80 0 FINES CONTENT (%) Brown Bottom of borehole at 1 1 1 0 1 1 I 1 :....... :...... SS 4.4-6 (10) .. ..........A ....... ...... ...... :............ :...... . SS 8-11-12 (23) ....... ....:.......:.......:......i ......:.......:......:.......:...... SS 9.7-7 .. .. ... m 1 1 0 1 1 I 1 Gl go .e on an M C M KSM Engineering & Testing BORING NUMBER B-8 KSMP.O. Box 78-1377 PAGE 1 OF 1 Sebastian, FL 32978 Tel: (772)-589-0712 Fax: (772)-589.6469 CLIENT Infrastructure Consulting & Engineerinc PROJECT NAME Sebastian Municipal Airport202 Airport Drive E PROJECT NUMBER 162350-b PROJECT LOCATION Sebastian Florida DATESTARTED 826/16 COMPLETED 8126116 GROUND ELEVATION HOLE SIZE inches DRILLING CONTRACTOR GROUNDWATER LEVELS: DRILLING METHOD Split Spoon Sample AT TIME OF DRILLING 3.50 ft LOGGED BY DP/JR/CHIMS CHECKED BY JEK AT END OF DRILLING — NOTES See Attached Location Plan AFTER DRILLING — ul a ♦ SPT N VALUE � w t2 Lu a 20 40 60 80 PL MC LL Ir $ 3 I- W MATERIAL DESCRIPTION M2 > m0> Ytu-. Z 2080 K� t7 Z vU z a a ❑ FINES CONTENT (%) ❑ 0 Lo 20 40 60 80 Dark Gray Sand with Roots :.:'..: Light Gray Sand SS 5-3-3 ,. .. Ss B-8.7 Dark Brown Sand .. .:.., ...:.: SS 6-&10 . :....... :....... :...... (18) ...... . SS &8-9 .. .. 10 .'. SS 9-10-g .. ..:..: Light Gray Sand SS B-6-5 ; _ .:..' . w . SS 5-6-6 (12) Bottom of borehole at 14.0 feet. s U N > 9 m `a r a u 5 ON N H O 2 m 2 U O w w KSMEngineering BTesting BORING NUMBER B-9 x 78-1377 KSM S baslan,FL32978 PAGE 1 OF 1 SS Tal: (772)-589-0712 3-3-3 L Fax: (772)-589-8469 - :LIENT Infrastructure Consulting 8 Engineering PROJECT NAME Sebastian Municipal Airport 202 Airport Drive E. °ROJECT NUMBER 162350-b PROJECT LOCATION Sebastian. Florida )ATE STARTED 826/16 COMPLETED 8/26/16 GROUND ELEVATION HOLE SIZE inches )RILLING CONTRACTOR GROUND WATER LEVELS: - :::: i I )RILLING METHOD Split Spoon Sample Z AT TIME OF DRILLING 2.83 ft L _OGGED BY DP/JR/CH/MS CHECKED BY JEK AT END OF DRILLING — NOTES See Attached Location Plan AFTER DRILLING — (9) Lu a.^ ................ . Z ♦ SPT N VALUE A Am _ MATERIAL DESCRIPTION r W �2 � ^ Wj C) t2 a tj Z1 20 40 60 80 VIC ILL PLj--0 o� O ... a O 9 J m >c 20 40 60 80 L C9 z .: ... O> v? (10) N z p o ❑ FINES CONTENT (°A) ❑ with Roots i SS 3-3-3 .. .. .. (6) .. .... - - :::: i 3-5-4 SS _ (9) ................ . d SS 841-6.. _............ - _....... (14) ... .::::i SS 6 .: ... id (10) _...... :::::� SS 8� Bottom of borehole at 10.0 feet. i 11 i 1 11 L P 11 G 1 OR s G1 M KSMEngineering BTesting BORING NUMBER B-10 KSMP.O. Bar 78-1377 PAGE 1 OF 1 Sebastian, FL 32978 Tel: (772}589-0712 Fax: (772)-589.8469 CLIENT Infrastructure Consulting 8 Engineering PROJECT NAME Sebastian MuniGpal Airport202 Airport Drive E. PROJECT NUMBER 162350-b PROJECT LOCATION Sebastian, Florida DATE STARTED 826/16 COMPLETED 8/26/16 GROUND ELEVATION HOLE SIZE inches DRILLING CONTRACTOR GROUND WATER LEVELS: DRILLING METHOD Split Spoon Sample AT TIME OF DRILLING 3.00ft LOGGED BY OP/JRICHIMS CHECKED BY JEK AT END OF DRILLING — NOTES See Attached Location Plan AFTER DRILLING — W e Z ♦ SPT N VALUE F Ems. O MATERIAL DESCRIPTION C J�. } �d¢ y ru W a �� 5 Z^& 20 40 60 80 PLS 'L W"' a0 O� m0>" Og 20 40 60 80 O Z O UZ } ❑ FINES CONTENT (%) ❑ 0 20 40 60 80 Dark Gray Sand with Roots Light Gray Sand SS 3.5-3 .. .. - :... 5-5.3 (8) .................:.............. '•' Light Brown SandSS 5-8-3 SS &8.10 .. ............... . ...:.,: ; Light Gray Sand SS 565 (11) .................................... 10 a Bottom of borehole at 10.0 feet. $u 2i G e W K W N Y m U O O h LL ys Y k a e a a kL m r, 3 Ei x m x w m KSM Engineering & Testing BORING NUMBER B-11 A,� 78-1377 PAGE 1 OF 1 box 1V1 S as tian,n, FL 3 978 Tel: (772)-589.0712 Fax: (772)-589.8469 (6) :LIENT Infrastructure Consulting & Enalneedno PROJECT NAME Sebastian Municipal Airpod, 202 Airport Drive E. 3ROJECT NUMBER 162350-b PROJECT LOCATION Sebastian, Florida DATE STARTED. 8/26/16 COMPLETED 8/26/16 GROUND ELEVATION HOLE SIZE Inches DRILLING CONTRACTOR GROUNDWATER LEVELS: DRILLINGMETHOD Split Spoon Sample 7-ATTIMEOFORILLING 2.5811 LOGGED BY DP/JR/CHIMS CHECKED BY JEK AT END OF DRILLING — NOTES See Attached Location Plan AFTER DRILLING — a e (7) ♦ SPT N VALUE .................... SS w 5 20 40 60 80 PL MC LL (14) (14) 2 F p MATERIAL DESCRIPTION ....... �2 p_ �0 a��¢ Iua-�p3 z�' mO> Y" �g 20 40 60 80 O O Z V Z 8 � ❑ FINES CONTENT (%) ❑ • :...... :...... (15) IN ...... ...... ig SS 3.3-3 (6) . ............:......:......:... :: 34-3 SS (7) .................... SS . . (14) (14) .............. ....... SS 8-5-8 .. .. .. SS 10-8-7 • :...... :...... (15) .... ...... ...... 7-8-7(15) I SS 5) .... :.... .... .. .....�. .. .. .... SS 8-9.7 ..... ......... :....... ......:..... (16) 1 0 1 .l 1 1 r• r. r, r, M KSM Engineering & Testing BORING NUMBER B-12 KSMP.O. Box 78-1377 PAGE 1 OF 1 Sebastian, FL 3 978 Tee (712)-589-0712 Fax: (T72}589-6469 CLIENT Infrastructure Consulting & Enaineerino PROJECT NAME Sebastian Municipal Airport, 202 Airport Drive E. PROJECTNUMBER 162350-b PROJECT LOCATION Sebastian, Florida DATE STARTED 826/16 COMPLETED 8/26(16 GROUND ELEVATION HOLE SIZE inches DRILLING CONTRACTOR GROUND WATER LEVELS: DRILLING METHOD Split Spoon Sample Q AT TIME OF DRILLING 2.67 R LOGGED BY DP/JR/CHIMS CHECKED BY JEK AT END OF DRILLING — NOTES See Attached Location Plan AFTER DRILLING -- a tt ♦ SPT N VALUE - a. 5 20 40 60 80 ap MATERIAL DESCRIPTION jd p=� PL MC LL K o- OU � ca V " } " 20 40 60 80 Za o ❑ FINES CONTENT (%)17 cc 0 20 40 60 80 Gray Sand with Some Roots •:;;:. ;;;: Dark Gray Sand SS. 3.4-3 :....... :.......:...... ;.,:....: (7) ......... :..s. :;.•. Light Brown Sand SS 4.4-5 ..,:.:. 6-&9 ..,.. ,•; (17) Light Gray Sand SS 11-10-10 .. , SS 9-11-12SS ......::......:.......�......:....... 10 :. (23) Bottom of borehole at 10.0 feet. m APPENDIX A-2 KSM PERMEABILITY TESTING REPORT m ", Tl C 1 L atil��va KELLER, SCHLEICHER & MacWILLIAM ENGINEERING AND TESTING, INC. MARTIN (772) 337-7755 P.O. BOX 78-1377, SEBASTIAN, FL 32978-1377 SEBASTIAN (772) 589-0712 PALM BEACH (561) 845-7445 wwwAsmengineering.net MELBOURNE (321) 768-8488 FAX (561) 845-8876 E -Mail: KSM@KSMENGINEERING.NET ST. LUCIE (772) 229-9093 C.A.: 5693 FAX (772) 589-6469 M November 29, 2016 .. Jim Goodwin, P.E. Infrastructure Consulting & Engineering 5550 W. Idlewild Avenue, Suite 102 .N Tampa, FL 33634 Re: Sebastian Municipal Airport .. 202 Airport Drive E. Sebastian, Florida KSM Project #: 162350-p Dear Mr. Goodwin: Enclosed are the permeability test results for the referenced project. Please accept this as a supplement to our report dated August 30, 2016. Four (4) additional permeability flow rates were determined by excavating a test pit adjacent to the hand -auger boring locations to obtain undisturbed Shelby tube samples at the depths as requested by your office. The soil profiles for Locations 1, 4 and 5 are included. We then performed a permeability test on the field samples in our laboratory. All these tests were performed to evaluate the drainage characteristics of the soils at these locations to determine the permeability rate for each location. The following table indicates the flow rates for the test locations as requested: MATERIAL DEPTH FLOW RATE SPECIFIC ESTIMATED HORIZONTAL GRAVITY POROSITY Light Gray Sand at 6" — 28" 3.47 In./Hour 2.63 25 Location #1 .� Light Brown Sand, 60" — 96" 0.6 In./Hour 2.65 26 Slightly Silty at Location #1 Dark Brown and Gray 10" — 40" 0.4 In./Hour 2.65 24 Sand with Traces of .. Hardpan at Location #4 Light Gray Sand at 14" — 22" 5.1 In./Hour 2.63 25 Location #5 Ronald G. Keller. P.E.: 37293 / SI Lir.. No.: 860 / Julie E. Keller, P.E.: 68366 1;1!�Irii KELLER, SCHLEICHER & MacWILLIAM ENGINEERING AND TESTING, INC. MARTIN (772) 337-7755 P.O. BOX 78-1377, SEBASTIAN, FL 32978-1377 SEBASTIAN (7'i2) 589-0712 PALM BEACH (561) 845-7445 MELBOURNE (321) 768-8488 FAX (561) 845-BB76 V✓SM@K a ENGINEERet E -Mail: KSM�KSMENGINEEflING.NET ST LUC1E (772) 229-9093 C.A.: 5693 FAX (772) 589-6469 202 Airport Drive E. -2- November 29, 2016 Sebastian, Florida A gradation curve of the light gray sand, and the dark brown and gray sand with traces of hardpan is included. Also required was a rising head test at Location 2 and 3. That test was not performed by our company but was subcontracted to Universal Engineering Services, Inc., and it is included as an attachment to this report. The following table indicates the measured water table along with our estimated normal wet season water table and normal dry season water table for each test location: TEST LOCATION MEASURED ESTIMATED WET ESTIMATED (See Location Plan) WATER TABLE SEASON WATER DRY SEASON .. TABLE WATER TABLE #1 42" Below Grade 16" Below Grade 52" Below Grade 92 46" Below Grade 20" Below Grade 56" Below Grade #3 38" Below Grade 10" Below Grade 46" Below Grade #4 30" Below Grade 3" Below Grade 39" Below Grade #5 42" Below Grade 14" Below Grade 50" Below Grade This estimate is based upon our interpretation of existing site conditions and a review of the USDA Soil Survey for Indian River County, Florida. The project soils are mapped as Immokalee fine sand (4), Myakka-Myakka (5), Urban Land (22), and Arents, 0 to 5 percent slopes (23), according to the Soil Survey Map of Indian River County, Florida. please feel free to contact us. J E-mail to: jim.goodwin@ice-eng.com Ronald G. Keller, P.E.: 37293/Si Lic. No.: 860 / Julie E. Keller. P.E.: 68366 ^� M fm M A PSM Engineering & TestingP.O. BORING NUMBER HA -1 ox 78-1377 KSM Sebastian, FL 32978 PAGE 1 OF 1 Tel: (772)-589-0712 '.. Fax: (772)-589.6469 CLIENT Infrastructure Consulting 8 Engineering PROJECT NAME Sebastian Municipal Airport202 Aitport Drive E. PROJECT NUMBER 162350-b .__ PROJECT LOCATION Sebastian. Florida DATE STARTED 11/16/16 COMPLETED 11/16/16 GROUND ELEVATION _.. HOLE SIZE inches DRILLING CONTRACTOR __— GROUND WATER LEVELS: DRILLING METHOD Split Spoon Sample Q AT TIME OF DRILLING 3.5011 LOGGED BY DP/MS _ CHECKED BY JEK. AT END OF DRILLING — NOTES See Attached Location Plan AFTER DRILLING — W o r A SPT N VALUE A = U i M > N w a 5 20 40 60 80 PL MC LL a r 0.6 MATERIAL DESCRIPTION w Co w a p 2 N Z O (L 00 � �=)w_ M0§ S ` n } " 20 40 60 80 h K a W _ ❑ FINES CONTENT (%) ❑ 0 2 0 40 60 80 -0 Gray Sand with Some Roots (0"-6") i _...__...,__........ ...... ..... .: ...,.., Light Gray Send (6"-28") ._... i. ..... _ _.�_...... _..._.. Dark Brown Sand, Slightly Silty (28"-60") Sz 5 ' .. ............._.... ..... Light Brown Sand, Slightly Silty (60"•96") Bottom W M KSM Engineering & Testing BORING NUMBER HA -4 78-1377 KSM S box astian, FL 32978 PAGE 1 OF 1 Tel: (772)-589.0712 Fax: (772)-589-6469 CLIENT Infrastructure Consullina & Engineering PROJECT NAME Sebastian Municipal Airport 202 Airport Drive E - PROJECT NUMBER 162350-b PROJECT LOCATION Sebastian, Florida DATE STARTED 11116116 COMPLETED 11/16/16 GROUND ELEVATION HOLE SIZE inches DRILLING CONTRACTOR GROUND WATER LEVELS: DRILLING METHOD Split Spoon Sample Q AT TIME OF DRILLING 2.50 ft LOGGED BY DP/MS _ CHECKED BY JEK AT END OF DRILLING – NOTES See Attached Location Plan AFTER DRILLING — w e ♦ SPT N VALUE U rr > m w a 20 40 60 80 _ PLS Q. c a J MATERIAL DESCRIPTION > d p j Q w 9 z a 'L p (L Z) uX m0Z V" ?" 20 40 60 80 ❑ FINES CONTENT (%) ❑ N Oa W 1 Light Gray Sand (3"-10") 4 Dark Brown Sand with Traces Silty A M on l_� A A =I • M M PSM Engineering BORING NUMBER HA -5 7&Testing KSM Sebastian, FL 32978 PAGE 1 OF 1 Tel: (772)-589-0712 Fax: (772)-589-6469 CLIENT Infrastructure Consulting & Engineering PROJECT NAME Sebastian Municipal Airport, 202 Airport _Drive E. PROJECTNUMBER 162350-b PROJECT LOCATION Sebastian, Florida DATE STARTED 11/16/16 COMPLETED 11/16/16 GROUND ELEVATION HOLESIZE inches DRILLING CONTRACTOR GROUND WATER LEVELS: DRILLING METHOD Split Spoon Sample -VAT TIME OF DRILLING 3.50 ft LOGGED BY DP/MS CHECKED BY JEK AT END OF DRILLING NOTES See Attached Location Plan AFTER DRILLING a z t ♦ SPT N VALUE A Q. > > N w a 5 20 40 60 80 d m Q. O MATERIAL DESCRIPTION wm � w� >d 3z� O>Q c ryj .�.. ~ Zn za PL MC LL O Ove mOZ 14 20 40 60 80 iD N a o ❑ FINES CONTENT (%) CI 20 40 60 80 Gray Sand with Traces of Roots (0"-14") . Gray Sand (14"-22") ..__:.. ...... .... . Dark Grayish Brown Sand with Traces of Hardpan (22"-36") i ^' SZ Dark Brown Sand, Slightly Silty (36"-56") ._........:......:_. Light Brown Sand, Slightly Silty (56"-72") Bottom of borehole at 6.0 feet. T&P C 1 t 311.73VA KELLER, SCHLEICHER & Mac WILLIAM ENGINEERING AND TESTING, INC. MARTIN (772) 337-7755 P.O. BOX 78-1377, SEBASTIAN, FL 32978-1377 SEBASTIAN (772) 589-0712 PALM BEACH (561) 845-7445 www.ksmengineering.net MELBOURNE (321) 768-8488 FAX (561) 845-8876 E -Mail: KSM@KSMENGINEERING.NET ST. LUCIE (772) 229-9093 C.A.: 5693 FAX (772) 589-6469 Grain Size Analysis Sebastian Municipal Airport Light Gray Sand (SP) % Finer 1.9 -� KSM Project#: 162350-grainl 111111101 IIIIIIIIIIIIIZ11 0 U.S. Standard Sieve Sizes Hyd. Anal. #4 #5 #7 #10 #14 #18 #25 #35 #45 96 #80 #120 #170 #230 5 4 3 2 0.90.80.7 0.6 0.5 0.4 0.3 0.2 Grain Size in Millimeters Ronald G. Keller. RE.: 37293 / SI Lia No.: 360 / Julie E. Keller, RE.:68366 0 20 80 100 0.1 0.070.06 0.05 162350-1.grf 1.i M Tl C 1 J i117iYi ' KELLER, SCHLEICHER & MaCWILLIAM ENGINEERING AND TESTING, INC. MARTIN (772) 337-7755 P.O. BOX 78-1377, SEBASTIAN, FL 32978-1377 SEBASTIAN (772) 589-0712 PALM BEACH (561) 845-7445 www.ksmengineering.net MELBOURNE (321) 768-8488 FAX (561) 845-8876 E -Mail: KSM@KSMENGINEERING.NET ST. LUCIE (772) 229-9093 C.A.: 5693 FAX (772) 669-6469 A Grain Size Analysis Sebastian Municipal Airport Dark Gray and Brown Sand with Traces of Hard Pan (SP -SM) % Finer 8.9 KSM Project #: 162350-grain2 100 80 U.S. Standard Sieve Sizes Hyd. Anal. #4 #5 #7 #10 #14 #18 #25 #35 145 #60 #80 #120 #170 #230 5 4 3 2 0.90.80.7 0.6 0.5 0.4 0.3 0.2 Grain Size in Millimeters G el Sand COarSe Medium Sand Fine �I Ronald G. Keller, P.E.: 37293 / SI Lic. No.: 360 / Julie E. Keller, P.E.: 68366 0 20 t 40 SAO T `m m O U O 60 N V a rtr>_ 100 0.1 0.070.06 0.05 162350-2.grf UNIVERSAL ENGINEERING SCIENCES Consultants In: Geotechnical Engineering • Environmental Sciences Geophysical Services • Construction Materials Testing • Threshold Inspection Building Inspectlon • Plan Review • Building Code Administration November 30, 2016 KSM Engineering & Testing P.Q. Box 78-1377 Sebastian, Florida 32978-1377 Attention: Ms. Julie E. Keller, P.E. Reference: limited Subsurface Exploration & Hydraulic Conductivity Testing Sebastian Municipal Airport Sebastian, Indian River County, Florida Universal Project Number 0330.1600142.0000 Dear Ms. Keller: LOCATIONS Atlanta • Daytona Beach Fon Myers FM Pierce • Gainesville Jdcksonnlle Miami Ocala • Orlando (Headquarters) Palm Coast Panama City Pensacola Rockledge Sarasota Tampa Tlrton, GA • West Palm Beach Universal Engineering Sciences, Inc. (Universal) has completed a limited subsurface & testing program at the above referenced site in Sebastian, Florida. Our exploration was authorized by you and was performed in accordance with Universal's Proposal No. 0330.1016.00010. This limited exploration was performed in accordance with generally accepted soil and foundation engineering practices. No other warranty, expressed or implied, is made. The following report presents the results and methodologies of our limited subsurface exploration & testing program. PROJECT DESCRIPTION Universal understands that the proposed project includes the construction of two (2) stormwater ponds within the Sebastian Municipal Airport in Sebastian, Florida. Universal understands that the project civil engineers, Infrastructure Consulting & Engineering., need specific hydraulic conductivity data within the subject property for St. John's River Water Management District pennitting purposes. In particular, KSM Engineering & Testing (client) has asked for the installation of two (2) groundwater monitoring wells installed to a depth of 11 feet bis. The configurations of these wells, along with their locations on the property are shown on the attached well completion documents. The monitor wells were installed with a CME 55 truck mounted drilling rig. Universal located the wells, in conjunction with the client's field representative, by using a Garrnin GPS receiver. No survey control was provided on-site, and our well locations (as shown on the attached Figure) should be considered only as accurate as implied by the methods of measurement used. 820 Brevard Avenue, Rockledge, Florida 32955 (321) 638-0808 Fax (321) 638-0978 www.UniversalEngineering.com .. ee� m M .. ., MIS o. 11111111 Hydraulic Conductivity Testing, Sebastian Municipal Airport Universal Project No. 0330, f 600142.0000 Sebastian, Indian River County, Florida limited Subsurface Exploration .. Each of the wells was installed using hollow stem augers. Soil samples were collected from the auger flights in general accordance with the procedures of ASTM D 1452 (Standard Practice for Soil Investigation and Sampling by Auger Borings). The soil types encountered were evaluated by visually classifying the cuttings recovered from in accordance with ASTM D 2487 guidelines. For additional information, please see the boring log sheets attached to this report The wells were constructed of 2 -inch diameter schedule 40 polyvinyl chloride (PVC) riser and well screen. The well screen openings were 0.006 Inches wide (6 -slat). The screened zone of each monitoring well was approximately 2 feet in length and was situated at approximate depths of 9 to 11 feet bis, as requested by the client. After installation of the monitoring wells, field permeability tests were performed according to ASTM D-4044 ["Standard Test Method (Field Procedure) for Instantaneous Change in Head Tests for Determining Hydraulic Properties of Aquifers"). Universal used an in-situ LEVEL .. TROLL 700 Water Level Monitor and Data Logger (with internal power source and all necessary cables and docking stations) within each well in order to collect sufficient groundwater data. 41111111 r� M M LABORATORY METHODOLOGIES We completed #200 sieve particle size analyses on two (2) representative soil samples. These samples were tested according to the procedures listed ASTM D 1140 (Standard Test Method for Amount of Material in Soils Finer than the No. 200 Sieve). The percentage of materials passing the #200 sieve is shown on the attached boring logs. Field Permeability Tests The permeabilities of the strata within the screened zone depths were determined by performing "rising head" tests within the monitoring wells by first pumping out to displace a volume of water within the well. Thereafter, the water level was carefully measured per incremental time as rose back to the static condition (recovery). The recovery data was analyzed by using the procedures developed by Hvorslev ("Time Lag in Observation of Ground -Water Levels and Pressures") where straight line points are plotted & matched on a semi logarithmic graph of normalized head as a function of time. Based on this analysis, the permeability of the soil zones surrounding the screened sections of the wells are as follows in Table I: TABLE FIELD PERMEABILITY TEST RESULTS well Location Screened Depth (feet) Horizontal Permeability Rate K (inthr) Permeability Class Well 4P2" 9 to 11 0.38 Moderately Slow Well "P3" 9 to 11 13.0 Rapid i. sea anacnec t-igure No. 1 for approximate well locations. 2 820 Brevard Avenue, Rockledge, Florida 32955 (321) 630-0808 Fax (321) 638-0978 www.UniversalEnginearing.com Hydraulic Conductivity Testing, Sebastian Municipal Airport Universal Project No. 0330.1600142. 0000 Sebastian, Indian River County, Florida Limited Subsurface Exploration GENERAL QUALIFICATIONS Please note that this report is based on a limited subsurface exploration program with the scope of services, well locations and screened depths as directed by the client and project civil engineers. The information submitted in this report is based on data obtained from the well locations & testing performed at the locations indicated on the attached Figure and from other information as referenced. Since the scope of work for this project only included data transmission of the obtained information, no recommendations are included with this limited report. We cannot be held responsible for the conclusion or interpretations of this data made by others. This report does not reflect any variations which may occur across the site. The nature and extent of such variations may not become evident until the course of future explorations or actual construction. If variations then become evident, it will be necessary for re-evaluation of the information contained in this report after performing on-site observations during the construction period and noting the characteristics of any variations. All users of this report are cautioned that there was no requirement for Universal to attempt to locate any man-made buried objects or identify any other potentially hazardous conditions that may exist at the site during the course of this exploration. Therefore no attempt was made by Universal to locate or identify such concerns. Universal cannot be responsible for any buried man-made objects or environmental hazards which may be subsequently encountered during construction that are not discussed within the text of this report. We can provide this service if requested. CLOSURE We appreciate the opportunity to be working with you on this project and look forward to a continued association. Please do not hesitate to contact us if you should have any questions, or if we may further assist you as your plans proceed. Sincerely yours, UNIVERSAL ENGINEERING SCIENCES, INC. Certificate of Authorization No. 549 Jose R. Benitez Jr., E.I. Staff Engineer 2- Client Attachments UES DOCS# 1404275 3 Brad Faucett, M.S. P.E. Regional Engineer Florida Professional Engineer No. 33123 820 Brevard Avenue, Rockledge, Florida 32955 (321) 638-0808 Fax (321) 638-0978 www.UniversalEngineedng.com M Me A A AM m e. Me m i m u UNIVERSAL ENGINEERING SCIENCES Sebastian Airpon Rising Heed Perrreebl0ty Tests PROJECTNO.: 0330A6001e1.0000 BORING LOG CLIENT: REPORTNO.: LOCATION: SEE BORING LOCATION PLAN APPENDIX: A PROJECT: Sebastian Airpon Rising Heed Perrreebl0ty Tests 1 Of 1 Sebasdan, Florida CLIENT: Y LOCATION: SEE BORING LOCATION PLAN REMARKS: WATER TABLE (it); BORING DESIGNATION: PZ SHEET: 1 Of 1 SECTION: TOWNSHIP: RANGE: Y G.S. ELEVATION (it): DATE STARTED: 1111616 WATER TABLE (it); DATE FINISHED: 11!1616 DATE OF READING: DRILLED BY: PM, TM EST. W.S.W.T.(11): TYPE OF SAMPLING: B A BLOWS - N Y ATTERSERG DEPTH - p PER 6' (BLOWS/ W.T. B DESCRIPTION -fie MC LIMITS K (FT,/ ORD. CONT. . L INCREMENT FT.) .0 Ckl (%) DAY) (%) E L LL PI D . One SAND, grey, [SP[ Ona SAND with slip dark brawn, [SPSM] u iLi • One SAND with silt, brown, [SP -SM] One SAND with clay, gray, [SP -SC[ "• 5 4 I 9.5 20.7 •P. 70 BORING TERMINATED AT III is m UNIVERSAL ENGINEERING SCIENCES PRoJECTMO 6370.160014Zmaa ® BORING LOG I REPORTNO,: PROJECT: Sebastian Aport Rising Mead Perme,aMpy Tem Sea9aban, Florida CLIENT: LOCATION: SEE BORING LOCATION PLAN REMARKS: DEPTH A M APPENDIX: A N BORING DESIGNATION: P3 SHEET; I Of I SECTION: TOWNSHIP: RANGE: ATTERSERG G S ELEVATION (it): DATE STARTED: 11/16116 WATER TABLE(Iq: DATE FINISHED: 11/16/16 DATE OF READING: DRILLED BY: PM. TM EST, W,S,WT.(ft): TYPE OF SAMPLING: LIMITS DEPTH A M BLOWS N Y ATTERSERG K (FT.) P PER B" ( BLOWS/ W.T. B DESCRIPTION -200 MC LIMITS (FT/ ORD CONT. E INCREMENT' FT.) O (%) MI LL PI L DAY) (%) 0 line SAND, grey, [SPI I Si; Me SAND. brown, [SPJ A% ?`'}•* title Nne SAND with sat, Bark brown, [SP -SM) s =• n. flne SAND, grey, [SPJ {`4 4.4 24.0 L 80RING TERMINATED AT 1 J' 15— ass nal M .R A STATE OF FLORIDA WELL COMPLETION REPORT >�. GNcrthiweat APPLICABLE FIELDS PLEASE.iice Racu-ned ,'jarmtes Recwred .=+olds Where SppliOable) ❑st. 03t. River jalu6st pphn& O 03ci ploricia •�'. ❑3uwannes River P-2 ;, [I DEP Melegatod Authority (:f Applicable) IRHfJ . officialuse Only VPermit Number Exemption 40C.3.051LCUPfWUP Number'DIDNumber 52324 Dziireadon No. 2'Numberof permitted wells constructed, repaired, or abandoned 1 'Number or permitted wake net constructed, - Darid. or aoandoned 1 3.'Oaner's Name Sebastian Airport 4,'COmpletion Data 11/2312016 5. Poica Unique ID 6. 202.Mill Or E.Sebasgert : Ft =58 'Well Location -Address. Road Name or Number; City, ZIP 7. -County Indian River -i •Section 22 Land Grant 'Townshi 38 p 'ganga 38 8. Latitude 274&7n7 N Longitude 80 29.870 W 9. Data Obtained From:_GPSDatum: _NAD 27 _;_NAO 83 'uyGS 84 f 0.'TypeoWork: _Construction _Repair _Modification X Abandonment -i V. -Specify Intended Use(s) of Well(s): _Agriculture! Irrigation _Site Investigation _Domestic Irrigation Site Investigation _Landscape Livestock _9etbed Water Supply Area Irrigation—Livestock _Recreation ery Irrigation _Test _Public Water Supply (Limited Use/DOH) COmmemiai/Industrial -Coupled Geothermal _Earth Public Water Supply (Community or NomCommunity(DEP) _Golf Course Irrigation HVAC Supply `Clara I Injection _HVAC Return Class V Infection: _Recharge _ Commercie linduslria(Disposal _Aquifer Storage and Recovery _Dminage Remediation:_Recovery :Air Sparge _Other(m.ibo Rising. Head Permeablkty Test _Othertaavibe) 12.'Dnll Method: Auger _Cable Tbal _Rotary _Combination (Two or Mare Methods) _Jetted Sonic Horizontal Drilling ,Hydraulic Point (Direct Push) Oth'er . 13.'Measured Static Water Level -3.5 R. Measured Pumping Water Level ft. After Hours al GPlkt 14.'Measuring Point(Describe) round level Whichis ft be" Land Surface 'Flowingi._Yes X,Nc 15. -Casing Material: Blau Steel Galvanized X- AVC _Stainless Steel _Not Cased _OthM 16,'Totel Well Depth- 11- Cased Depth 9 h. '09an Holaj From�To tt. 'Screen: From g To 11 ft. Slot Size 10 17.•Abandonment: —Other (Explain) -- - From. I I . ft. 70 0 R. No. of sags_5 Seal Material (Check One): X Neat Cement—Bentonite Other _ From -- IL Tb' . No. of Saga__ Seal Material (Check One):_Neat Cement_Sentonite Other From�ft. Ta_ft. No, of Sags_ Seal Material (Check One): Nest Cement Other -•___Bentonite_ From ft. To ft, No. of Sags Seal Material (Check One):_Neat Cement Bentonite Other From__ft; To_ % No. of Sags_ Seal Material (Check One):_Neat Cement _SentoniteOther.. 18,'Surface Casing Diameter and Depth: Dla_in, From R. to ft, No. of Bags_ Seal Material (Check One): Neat Cement Bentonite Other Dia—in. Prom—ft. TO_ft. No, of Bags_ Seal Material (Check One): —Neat Cement_Bentonite_Other 1 g,'Primary Casing Diameter and Depth: Die—ir. From _It. To R, NO, Of Sags-- - Seal Material (Check One):_Neat Cement Samonite Other Did in. From_R. To—ft. No. of 8ags_ Seal Material (Check One): Neat cement Bentonite Other Dia in. FmmiR. Tb=ft. No. of Hags.,,._ Seal Material (Check One).—Neat Cement_Benkinite=Other Dfa in. From ft. To ft. No. of Bags_ Seal Material (Check One): Neat Cement Bentonite Other Die =in. From=R. To_ft. No. of Sags_ Seal Material (Check One):=Neat Cement=Bontonite_OMsr 20.'Liner Casing Diameter and Depth: Dia in. From R. TO ft. No. of Bags_ Seal Material (Check Coe) Cement SentoniteOther —Neat Dia in, Ffom_R. Tort. No, of Bags_ Seal Material (Check One): Neal: Cemsnt_8entonite_Other From—fit. From_. TO_ft. No, of Sags_ Seal Material (Check One): Neat Cement ;Benionite_Other 21. -Telescope Casing Diameter and Depth: Die—in. From ft. To R. No -of Bags_ Seal Malarial (Check One):_Neat Cement_3entonite Other Dia_in, From R. To R. No. of Bags, Seal Material (Check Oris): NeatOemant Sentonite Other Diafn, Fcm ft. 7o B, No, of Bags_ Seal Material (Check'One} Neat Ce.ment_Benfoni[e Ofher 22. Pump Type (If Known): 23. Chemical Analysis (When Required): _Centrifugal _Jet _Submersible _T rthe Imnopm Sulfate pm Chloride ppm Horsepower Pump Capacity (GPM) Pump Depth R Intake Depth R._ _Laboratory Test _Field Test Kit 24. Water Well Contractor. 'Contractor Name Brandon SetQb. tkxnsa,Number 7328 5 -mail Address bselph@universalengineeiing.com 'Contractor's aignef4r�1,�-�'%�'-5 `�� 'Onllafs nlame;Print or ty^� 4�pe) �C M J f .1 m ur'.n4rmmm� raeiMOas rib xo-arT¢:;•art as rtve: age 1 of P•2 SOUTHWEST FLORIDA WATER MANAGEMENT DISTRICT 2379 BROAD STREET, BROOKSVILLE. FL 34604$899 PHONE: (352) 798-7211 or (800) 423.1476 W W W.SW FWMD.STATEFL.US ST. JOHNS RIVER WATER MANAGEMENT DISTRICT 4049 REID STREET, PALATKA, FL 32178.1429 PHONE: (386) 329-4500 W W W.SJRW MD.COM NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT 152 WATER MANAGEMENT DR., HAVANA, FL 323334712 (U.S. Highway 90, 10 miles west of Tallahassee) PHONE: (850) 539-5999 W W W NWFW MD.STATE.FLUS 'Permit No.. Exemption 40C-3.051 SOUTH FLORIDA WATER MANAGEMENT DISTRICT P.O. BOX 24880 3301 GUN CLUB ROAD WEST PALM BEACH, FL 334164680 PHONE: (561) 688.8800 W W W.SFWMD.GOV SUWANNEE RIVER WATER MANAGEMENT DISTRICT 9225 CR 49 LIVE OAK, FL 32080 PHONE: (388)362.1001 or (800) 228.1066 (Florida only) W W W.MVSU WANNEERIVER.COM 'DRILL CUTTINGS LOG (Examine catdngs every 20 R or at formation changes. Note cavities and depth to prodUdng zone. Grain Size. F=Fine. M=Mediwn, and C --Coarse) From ft. To ft. Color Grain Size (F M. C) Malarial From. . ft TO _R. Color Grein Size IF. M. C) - Matanal Fmm ft. TO R Color Grain Size (F, M. C) Material From R. TO fL Color Grain Size (F, M, C)— From R. ft. To R Calor Grain Sae (F, M, C) Material From R. TO R Color Grain Size IF M. C) Material From. ft. To ft Color Grain Size (F, M, C) Materiel - From R. To—ft Color Groin Size (F M, C)_ Material From ft. Ta R CCJnr Grain Size (F M. C) Material Fmm ft. To R Color Grain Size (F M, C) Matarfal From R. To 1t. Cdor Grain Size (F, M, C) Materal Frmn - R To R. Coloc Grain Size (F. M, C) Material From R To R. Color Grain Size IF, M. C) Matrial - From ft. h R. Color Grain Size (F, M. C) Material From ft. To R. Cole Grain Size (F, M. C= Material From R. To R. Cole Greln Size (F, M. C) Material From - R. To R. Color Grain Size (F M. C)_ Materal From R. To p,. Color Grain Sim (F M. C) Meterai From R To R. Color Grain Sim (F, M. C) Matnel Fmm -- R. To R Calor Grain Sim (F M, C) Material From R. To R. CUor Grein Size (F M, C) Material From it. TO ft. Color Grain Size (F, M, C) Materiel From R To R. Color Grein Size (F, M, C) Mateief From R To R Color Grain Sim (F. M. C) Materiel From . ft. To R Color Grain Sim IF, M, C) Material From ft. Tb_ ft CObr Grain Sim (F, M. C) Material Comment: Please see attached maps 'Detailed Site Map of Well Location __. ._.... •-, r,xm. P39e 2012 .. r r, n (f Approximate Auger BoringtWell Location Note: Figure is based upon a Google Earth aerial photograph. SEBASTIAN AIRPORT RISING HEAD PERMEABILITY TEST SEBASTIAN, BREVARD COUNTY, FLORIDA BORINGlWELL LOCATION PLAN UNIVERSAL - ENfi1NEEHINGSGENCEB C©0 dTTE'. FMulmOd 28. 2515 ICNER OYO ' 5F A C' .. 20. 2516 yrE. PROKCi nO: ii,P,EloR No PAGEN 03M 1650147..CC55 I _ _ 14042.75 I RoLm No.: 1 STATE OF FLORIDA WELL COMPLETION REPORT Dala Stamp p �A.Rbr4, 73outhwBat PLEASE. RU OUTALLAPPUCASLE REWS =} p •7Norhwest ('Denotes Required 9alds Where Applicable) t Lit. Johns River '. ❑3outh Ronda • ❑Suwannee River P'3 V4,,4W Rte... ❑DEP CACelegated Authority(if Applicable) IRHO 011cial use Only I,'Permit Number Exemption 40C-3.05; CUPrWUP Number •OIDNumber SP-524 Delineator, No 2.-Number of permitted wells constructed, repaired, oraband fined 1 'Number of permitted walls not corstrucled, repaired, or abandoned 0 3.'Owner's Name_ Sebastian Airport 4.'Completion Date 1123!2018 S, Fbdda Unique ID e. 202 A ZQE E Sabaagan 132958 -Well Locabdn •Address. Road Name or Number, City. ZIP - - - - - 7.•Counly indlen River 'Section 22 Land Grant 'Township 30 'Range 38 _ B. Latitude 27 4a 823 N Longitude -.80 29.585 W 9. Data Obtained From: CPS --!—Map _Survey - Datum. 27 83 _WGS 54 _NAD _NAD 10.'Type of Work: _Construct on _Repair X Abandonment ,Modification 11.'Specfy Intended Use(s) of Wall(s): __Domestic Irrigation —Agricultural Irrigation _Site Investigation _Landscape _Bottled Water Supply Racreetion Area irrigation —Monitoringatibn _Nursery Irrigation Test Public Water Supply (Limited Use/DOH) Commercaillndustrial —Test Geothermal _Public Water Supply(Community ler Non-CommunitytCEP) _Gdf Course Irrigation __HVAC Supply Cl _ass I Injection _HVAC Return Class V Injection: _Recharge _ CommerciaUlndust ial Disposal _Aquifer Storage and Recovery _Drainage Remediation _Recovery Air Sparge _Other tomcsW) Risim Head Permeability Test _Other(oi.elb) Z'Onll Method: _Auger _Cable Tad _Rotary _Combination (Two or More Methods) _Jetted _Sonic _Horizomal Onlgng _Hydraulic Point (Direct Push) _Other 13.'Measured Static Water Level 3.5 R Measured Pumping Water Level ft. After Hours at GPM 14.`Measunrg Point(Oescnbs) Ground level Whichis__1 __Above _ Below Land Surface 'Fiowing:_Yas X No 5.'Casing Material: _Black Steel _Galvanized X_PVC _Stainless Steel _Not Cased _Other 10.'Tctal Well Depth 11 ft. Cased Depth 3 R. 'Open Hole' From To fL 'Screen: From 9 To 1.1 ft, Slot Site 10 17. 'Abandonment. - —Other (Explain) From 11 it. To 0 ft. No. of eags_5 Seal Material (Check One):Neat DiemenE Sweinne Other ---L Frcm_ft, To ft. No, of Bags_ Seal Material (Check One):_Iiut Camea(-_8enknide_Omer From_ft. Ta_ ft. No. of Bags_ Seat Material (Check One):--__Neat Cement SemonlleOther From - R Tq R. No. of Rags_ Seal Material (Check One):�Neat Cement Bentonite_Other. From_ft To_Jt. No, of Bags_ Seal Material (Check One):_Neal Cement Sentonite_ONer 18,'Surface Casing Diameter and Depth: Dia _in. From _ft To_R No. of Bags_ Seal Material (Check One): Nut Canznt BentoMte_Other Dia^in, Frontf1. To_ft. No. of Bags_ Seat Material (Check Onel:_Nt CeffWd_BeMOnJte_O1her 19.-Primary Casing Diameter and Depth: Dia In. From _ft- To----!t No. of Sags_ Seat Material (Check One): Neal Cement_Bentonita Other Dial in. From ft. To R. No. of Bags Seat Material (Check One)- Neat Cement Bentonits_Other Dia_IrL From=f1. To ft. No. of Bags_ Seat Material (Check One):_Neal Cement Bentonea Other Dia In. From ft. To ft. No. of Bags_ Seel Material (Check One): Neat Cement Bentontte Other Dia_In. From_R To=fL No. of Bags_ Seal Material (Check One).=Neat Cemam—Bentonite=Other 20..'Lfner Casing Diameter and Depth: Ola in. From ft. To fl, No-of Bags_ Seal Material (Check One): Neat Consent Omer _Bentorike Ole in. From R To fl. No. of Begs_ Seal Material (Check Ona):_Neat Cement_Bentonite_Other Oia_in. Fmm_k. To_ft. No. of Bags_ Seal Material (Check One):_Neal Cement_Bantonite_Olhor 21.'Telescope Casing Olametar and Depth: Dia`In, From ft, TO—ft. No. of Bags_ Seal Material (Check One) Neat Cement Bentonite Omer Ole in, From .t Ta ft. No. of Bags___. Seal Materiel (Check One): Nut Cement_ Bentonite Omer - Diefn. From_ft. Taft. No. of Bags_ Seal Material (Check One): Neat Cement Bentonite Other - _ 22. Pump Type (If Known): 23. Chemical Analysis (When Required): _Centrifugal _Jet _Submersible __Turbine Iron opm Sulfate opm Chloride ppm Horsepower___ Pump lCapadly(GPM) Pump Depth ft. Intake Depth __ft. __Laboratory Test _Field Test Nt 24, Water Well Contractor: Contractor Name Brandon Selph 'Licensee Nu met r328 E-mail Address pselph®universatengineering,com O 'Contractors Signature - 'Onilers Name (Pnntor Type) dim: O"4 !Ao L i ,rim moenmeanan mo.ma r v.erxor: a Amar eta vue' ="Orrva+enSWZ) ,nwrpvreiwmatra.A<.wu,eAG. EOeLirve Date. OdoWr], 2010 orae rat2 r. M w_ i on M Met WON w.r M PER M Nn M P3 "Permit No. Exemption 40(-3.051 SOUTHWEST FLORIDA WATER MANAGEMENT DISTRICT 2379 BROAD STREET, BROOKSVILLE. FL 346048899 SOUTH FLORIDA WATER MANAGEMENT DISTRICT PHONE: (352) 796-7211 or (800) 423.1476 P.O. BOX 24680 3301 GUN CLUB ROAD W W W.SWFWMD.STATE.FL.US WEST PALM BEACH, FL 33416.4680 ST. JOHNS RIVER WATER MANAGEMENT DISTRICT PHONE: (561) 686.8800 WWW.SFWMD.GOV 4049 REID STREET. PALATKA, FL 32178-1429 Calve - PHONE: 3294500 RW W W W.SJRWMD.COM SUWANNEE RIVER WATER MANAGEMENT DISTRICT 9225 CR 49 NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT 152 WATER MANAGEMENT DR., HAVANA, FL 32333.4712 LIVE OAK, FL 32060 PHONE: (386) 362-1001 or (800) 226-1066 (Florida only) (U.S. {iighwpy 90, 10 miles west of Tallehasaes) WWW-MYSUWANNEERIVER.COM PHONt (850) 53959W - W WW.NWFWMD.§TATE.FLUS R L CUTTINGS LOG (Examine cuttings every 20 ft or at rormatian changes. Note pvitieS:end !Coarea) depth to MZR M=Medium, and producmg zone.. Grain Sizes F=Fine, From From R R. TO .. R Td - Calve - Grain SIM (F M, C) Material From R R To ft. Calor Color Grein Size IF, M, C) Materiel - From R To ft. Color Grain Sits IF, M, C) Grain Size IF, M, C) Material Matertieu From From ft. R To R Te- $ Color Color Grain Size (F, M. C) Materiel - From ft. TO eft. Color Grain Size IF M, C) Grain Size IF. M. C) Material Material From From ft. ft. To ft. lb - R Color Color Grain Size (F M. C) Malaria[ Fmm ft. To R Color Grain Sim IF, M, C) Grain Sizes (F M, C) Matefi�: Material - From From R. R. To -R To Colas Grein Size (F M, C) Me lal. From ft. R To Calor Grain Size (F, M, C) Material Fmm R ft. To. R Color Color Grain Size IF, M, C) Metyrie{ From R Tc It Color Grain Size IF, M, C) SMaterml From R To - 4. Color Grain Size (F M, Cl— Grain Size (F M, Cl Motedal Materlab From From R R Tb R To B. Color Grain 5iza (F M, C) Material From ft. TO R Calor Calor Grain Size (F, M, C) Material From ft. To R Color Grain Size (F M, C)Matedy. Grain Size IF, M, C) From ft. TO R Color.. Grain Size (F M, C) Material Material From From R it. 1b it. To Colon Grain Size (F M, C) Material . From ft. it To ft. Color Color. Grain SW (F, M. C) Material From R To R color-- Grein Size IF, M. C) Grain Sim (F M, C) Materia) Material From ft To R Calor - Grain Size (F, M, C= - Material. Comments: Please Sao eftached mens etailedS3te.Map of Well Location 0EP Form 62_532 900121 Inmmmm-e in avaae e.n r m- _. Paee 2 ar2 SSA SVILU 5U1 mkipa fine sand w go so la A APPENDIX A-3 .w CONSTRUCTION SAFETY AND PHASING PLAN (CSPP) pa m on am m ow m no CONSTRUCTION SAFETY AND PHASING PLAN (CSPP) .. FOR .. TAXIWAYS "D" AND `B" me sw M • M OR FAA AIP PROJECT No. 3-12-0145-013-2017 AT 10LINICIPAL AIRPORT FOR CITY OF SEBASTIAN, FLORIDA PREPARED BY: ■ INFRASTRUCTURE CONSULTING & ENGINEERING 5550 W. Idlewild Avenue, Suite 102 Tampa, Florida 33634 FL Certificate of Authorization No. 30862 May, 2017 V. OR .n ^ M an ^ ^ ^ TABLE OF CONTENTS CONSTRUCTION SAFETY AND PHASING PLAN For TAXIWAYS "D" AND "E" At SEBASTIAN MUNICIPAL AIRPORT 1. Introduction................................................................................................................... 1 2. Project Description........................................................................................................ 1 3. Coordination................................................................................................................. 1 4. Phasing..........................................................................................................................2 5. Areas and Operations Affected By Construction Activities ......................................... 2 6. Protection of Navigation Aids(NAVAIDS)................................................................. 2 7. Contractor Access........................................................................................................2 8. Wildlife Management...................................................................................................3 9. Foreign Object Debris (FOD) Management................................................................. 3 10. Hazardous Materials (HAZMAT) Management........................................................... 3 11. Notification of Construction Activities......................................................................... 3 12. Inspection Requirements............................................................................................... 4 13. Underground Utilities................................................................................................... 4 14. Penalties........................................................................................................................ 4 15. Special Conditions........................................................................................................ 4 16. Runway and Taxiway Visual Aids............................................................................... 4 17. Marking and Signs for Access Routes......................................................................... 4 18. Hazard Marking and Lighting....................................................................................... 5 19. Protection of Runway and Taxiway Safety Areas and Object Free Areas ................... 5 20. Other Limitations on Construction............................................................................... 5 Appendix A — FAA AC 150/5370-217 — Operational Safety on Airports During Construction Appendix B — FAA AC 150/5210-51) — Painting, Marking, and Lighting of Vehicles used on Airports Appendix C — FAA AC 150/5200-18C — Airport Safety Self Inspection Appendix D — Construction Plan Sheets: Sheet G1.1 — Project Layout Plan ^ Sheet G2.1— Phasing Plan Sheet G3.1 — General & Phasing Notes Sheet C1.0—Typical Sections ^ CONSTRUCTION SAFETY AND PHASING PLAN For .. TAXIWAYS "D" AND "E" At SEBASTIAN MUNICIPAL AIRPORT 1. INTRODUCTION This Construction Safety and Phasing Plan (CSPP) has been prepared as a supplement to the contract documents for the Taxiways "D", and "E" project at the Sebastian Municipal Airport to set forth requirements for operational safety during the construction phase of the project. The contractor is required to become familiar with and follow the procedures set forth in this plan. In addition, the contractor must, after reviewing the CSPP and prior to receiving a Notice to Proceed (NTP), prepare a Safety Plan Compliance Document (SPCD) in accordance with FAA AC 150/5370-2F — Operational Safety on Airports During Construction, included herein as Appendix "A" of the bid documents, describing how the contractor will comply with the CSPP. 2. PROJECT DESCRIPTION In order to enhance safety at the Sebastian Municipal Airport, the City wishes to construct several new taxiways to eliminate aircraft from having to make runway crossings at several locations on the airfield with the primary goal of decreasing the chances of runway incursions. The new taxiways will also result in shorter taxi routes which will enhance capacity and result in fuel savings. Taxiway D will be a partial parallel to Runway 5-23 on the southeast side of the runway extending from the 23 end to Runway 10-28 will be constructed. Taxiway E will be a partial parallel taxiway to Runway 10- 28 along the south side, that will extend from the 28 end to the abandoned runway where it will make a 45 degree tum to the southwest and run parallel to Runway 5-23 until it connects to existing Taxiway F. A stub connector off of Taxiway E directly across Runway 28 from Taxiway D will provided. 3. COORDINATION a. Contractor Progress Meetings: Progress meetings shall be held on a weekly basis at the airport at which operational schedule will be discussed. Additional meetings will be held when requested by the Owner of the Contractor. The contractor's project manager and site superintendent shall be present at a minimum. Representatives of subcontractors and the Engineer will be asked to attend �. when the contractor feels their presence is needed or when the Owner requests their attendance. b. Scope or Schedule Changes: Proposed scope and/or schedule changes will be discussed at each on progress meeting along with their impact on the CSPP and the need to revise the CSPP. c. FAA ATO Coordination: A representative of the FAA Air Traffic Control Tower (ATCT) will be invited to attend all progress meetings. The ATCT representative will be notified of all changes to schedule and upcoming NOTAMS. Sebastion Municipal Airport CSPP Taxiways "D" and "E" Page 1 of 5 May, 2017 4. PHASING Each bid package will be constructed in several phases. These phases are illustrated on the Project Layout Plan (Sheets No. G1.1) and Phasing Plan (Sheets No. G2.1) and described in the Phasing Plan notes on Sheet G3.1 of the construction plans and included herein as Appendix D. The contractor shall submit a phasing plan 7 days prior to the pre -construction conference. During the weekly construction coordination meetings the contractor will be required to identify upcoming work and he will be working on for the following 2 weeks and to provide a plan of barricade locations and runway and taxiway closures for each day's work for approval. The contractor shall make requests for runway and taxiway closures for approval no less than 48 hours prior to beginning work requiring a runway or taxiway closure so the Airport Manager can issue a NOTAM. 5. AREAS AND OPERATIONS AFFECTED BY CONSTRUCTION ACTIVITIES These areas are shown on the Project Layout Plan and Phasing Plan of the construction drawings. Airport tenants will be briefed on the phasing plan and Notams will be issued prior to runway and taxiway closures. No work will occur within a Runway Object Free Zone (ROFZ) or Taxiway Object ^ Free Areas (TOFA) without prior closure of the affected runway or taxiway. There are no permanent structures included in this project that penetrate the FAR Part 77 airspace other than Taxiway guidance signs mounted on frangible bases. 6. PROTECTION OF NAVIGATION AIDS (NAVAIDS) Runways 5-23 and 10-28 are both visual runways. Each runway approach has a PAPI that is located outside the limits of construction and the contractor must remain clear of the PAPI units and will be required to immediately repair any damage he may cause to the power supply. There are no other navigation aids on the airfield. 7. CONTRACTOR ACCESS a. There are several contractor access points, staging areas and access/haul routes identified on the Project Layout Plan and Phasing Plan. The contractor is not to use runways and taxiways as a haul route except as identified on the plans or as approved by the Airport manager. The contractor will not be allowed to cross either runway surface at any time with construction equipment and ^ vehicles and will only be allowed on the runway pavement to the extent necessary to construct paving tie-ins. b. Contractor's employee vehicles will be required to park outside the airfield AOA security fence gate. The contractor may, where approved by the City, construct temporary fenced in areas inside the AOA fence at AOA gate locations for employee parking and material storage such that access ^ to the AOA will be through a second gate in the temporary fence. All gates shall remain locked or have a gate guard at all times. c. Radio Communications: The Sebastian Municipal Airport does not have an Air Traffic Control Tower. The contractor will be required to monitor the airport 2 -way UNICOM radio frequency (123.05) at all time. Sebastion Municipal Airport CSPP Taxiways "D" and "E" Page 2 of 5 May, 2017 8. WILDLIFE MANAGEMENT There are no wildlife issues at the Sebastian Municipal Airport that this project will affect. The following wildlife attractant mitigation procedures are in place: a. The contractor will be required to immediately collect and dispose of any food scraps from construction personnel activity. 9. FOREIGN OBJECT DEBRIS (FOD) MANAGEMENT The contractor will be required to continuously clear the project site of any and all debris capable of being blown by wind onto active airfield areas. Any debris or dirt from the project site deposited on any airfield pavement shall be cleaned immediately by a motor driven sweeper or vacuum, which the contractor is required to have onsite at all times. Sweepers must be equipped with non-metallic bristles. A program of regular airfield pavement inspection shall be planned by the contractor and conducted with the Airport Manager and the Engineer. The contractor shall keep a water truck onsite at all times for the purpose of controlling dust. r 10. HAZARDOUS MATERIALS (HAZMAT) MANAGEMENT The contractor will not be required or allowed to bring hazardous materials onsite and therefore will so not be required to provide a plan for the management of such materials. The project involves grading and excavation work includes a Stormwater Pollution Prevention Plan for erosion and sediment control. The contractor will be required to file with the FDEP a Notice of on Intent (NOI) to use the NPDES generic permit for stormwater discharges for large and small construction projects. 11. NOTIFICATION OF CONSTRUCTION ACTIVITIES a. The Owner shall maintain and distribute a list of responsible representatives/points of contacts .. with phone numbers and e-mail addresses. For the Owner this shall include the Project Manager, Construction Manger, and Inspector(s). Contacts from the Contractor will include the Project Manager, Site Superintendant, Safety Officer, and any subcontractor representatives. It will also include representatives from the FAA ADO office, and the Engineer of Record. As required in Section 01030 "Airport Project Procedures" the Contractor's Safety Officer shall be on call 24 hours a day for emergency maintenance of airport hazard lighting, barricades, and other safety features. b. The contractor shall notify the Sebastian Airport Project Manager or Inspector of upcoming work activity that will require a taxiway closure or allow a taxiway to be re -opened no less than 48 _ hours prior so that the Owner can request a Notice to Airmen (NOTAM). c. The contractor will need to call the Airport Manager and the City's project Inspector for medical, fire fighting and police response who will notify the City Fire Department and/or Police. If unable to contact the Airport Manager or project Inspector, the contractor will need to call 911. d. All of the above information, including the appropriate phone numbers will be distributed at the pre -construction conference. Sebastion Municipal Airport CSPP Taxiways "Wand "E" Page 3 of 5 May 2017 e. The FAA will need to be notified of equipment and operations that affects navigable airspace. Upon notice of award, the contractor will be asked to provide the Airport Manager with a list of .. equipment and their height so this can be reported to the FAA using form 7460-1 and/or the FAA OE/AAA website. f. There are no NAVAIDs affected by this project. 12. INSPECTION REOUIREMENTS The City will provide an inspector who will conduct daily inspections at a minimum. The Engineer of Record will make periodic inspection to verify compliance with the phasing and safety plan and as needed to resolve questions or disputes. .. 13. UNDERGROUND UTILITIES There is no underground work involved in the project. 14. PENALTIES Per Section 01030 of the contract documents: M Any fines or assessments levied against the Sponsor as a result of unauthorized intrusions in the AOA or other violations by the Contractor's personnel or those of his subcontractors will be passed .. on to the Contractor. In addition, the Contractor will be subject to a fine of $1,000.00 per incident, assessed by the Sponsor. RUNWAY INCURSIONS: Punitive damages will be assessed for any runway incursion as defined "^ by the FAA. For the first incursion a fine of $250.00 will be assessed. The second incursion will result in a $500 fine. The Contractor is to include airport familiarization in weekly meetings to reduce the possibility of the occurrence of runway incursions. 15. SPECIAL CONDITIONS The airport has not identified any special conditions requiring any special response/ mitigation plan. 16. RUNWAVAND TAXIWAY VISUAL AIDS a. Taxiways: Lighted low -profile barricades must be installed for the closure of taxiways as described in section 4 above and as detailed on the Project Layout Plan of the construction drawings. There are no taxiway edge lighting or lighted guidance signs on the airfield. b. Runways: Runway closures will require placement of temporary closed runway markers over the ., runway end identifier numerals at each runway end. Temporary closed runway markers are to be in accordance with FAA AC 150/5370-2F. Taxiways leading to a closed runway will also be closed during the runway closure. Runway edge lights shall be shut off at the vault during closures. 17. MARKING AND SIGNS FOR ACCESS ROUTES Temporary movable stop signs will be required on each side of any active taxiway the contractor's access/haul route crosses. Sebastion Municipal Airport CSPP Taxiways "D" and "E" Page 4 of 5 May, 2017 �.0 18. HAZARD MARKING AND LIGHTING Airfield barricades will be required to have red flashing or steady burning lights. In the event night work is required, the Contractor's vehicles will be required to have yellow flashing beacons. Addition requirements are in AC 150/5210-5D — Painting, Marking, and Lighting of Vehicles used on Airports, attached herein as Appendix `B". The contractor's Safety Officer, as discussed in Section I 1 above will be responsible for maintenance of barricades. 19. PROTECTION OF RUNWAY AND TAXIWAY SAFETY AREAS AND OBJECT FREE AREAS. a. Taxiways: Taxiways will be closed and barricaded as described above in the section 4 on phasing when any work is being done within the Taxiway OFA. b. Runways: As described in the phasing plan contained in Appendix D, work in the Runway 5-23 and 10-28 Obstacle Free Zones (ROFZ) will only be performed with the affected runway closed. Work areas that He in both the Runway 5-23 and 10-28 ROFZ will be performed at night with both runway closed. c. Penalties as discussed in section 14 may be levied against the contractor for any entry into these areas except when closed or restricted as described above. Beyond the limitations previously discussed in the Phasing section the following limitations apply: a. Construction equipment height will be limited to 30' maximum. b. Work will not be allowed at night or on weekends except as required by the contract documents or approved by the Airport. Sebastion Municipal Airport Taxiways "D" and "E" Page 5 of 5 CSPP May, 2017 20. r� c. Penalties as discussed in section 14 may be levied against the contractor for any entry into these areas except when closed or restricted as described above. Beyond the limitations previously discussed in the Phasing section the following limitations apply: a. Construction equipment height will be limited to 30' maximum. b. Work will not be allowed at night or on weekends except as required by the contract documents or approved by the Airport. Sebastion Municipal Airport Taxiways "D" and "E" Page 5 of 5 CSPP May, 2017 m m APPENDIX A FAAAC 150/5370-2F .. OPERATIONAL SAFETY ON AIRPORTS DURING CONSTRUCTION p" OR m m .� U.S. Department U.S. of Transportation � .. Federal Aviation Circular Administration Subject: Operational Safety on Date: 9/29/11 AC No: 150/5370-2F Airports During Construction Initiated by: AAS -100 1. Purpose. This AC sets forth guidelines for operational safety on airports during construction. 2. What this AC Cancels. This AC cancels AC 150/5370-2E, Operational Safety on Airports During Construction, dated January 17, 2003. 3. Whom This AC Affects. This AC assists airport operators in complying with Title 14 Code of Federal Regulations (CFR) Part 139, Certification of Airports (Part 139). For those certificated airports, this AC provides one way, but not the only way, of meeting those requirements. The use of this AC is mandatory for those airport construction projects receiving funds under the Airport Improvement Program (AIP) or the Passenger Facility Charge (PFC) Program. See Grant Assurance No. 34, "Policies, Standards, and Specifications," and PFC Assurance No. 9, "Standard and Specifications." While we do not require non -certificated airports without grant agreements to adhere to these guidelines, we recommend that they do so to help these airports maintain operational safety during construction. 4. Principal Changes. a. Construction activities are prohibited in safety areas while the associated runway or taxiway is open to aircraft. ,^ b. Guidance is provided in incorporating Safety Risk Management. c. Recommended checklists are provided for writing Construction Safety and Phasing Plans and for daily inspections. 5. Reading Material Related to this AC. Numerous ACs are referenced in the text of this AC. These references do not include a revision letter, as they are to be read as referring to the latest version. Appendix I contains a list of reading material on airport construction, design, and potential safety hazards during construction, as well as instructions for obtaining these documents, goo Michael J. onnell "� Director of Airport Safety and Standards AC 150/5370-21' Intentionally Left Blank 29,2011 .. M M ON M M M do • on on M 2011 Table of Contents Chapter 1. Planning an Airfield Construction Project 101. Overview. 102. Plan for Safety. 103. Develop a Construction Safety and Phasing Plan (CSPP). Who Is Responsible for Safety During Construction? Construction Safety and Phasing Plans Overview. Assume Responsibility. Submit the CSPP. Meet CSPP Requirements. Coordination. Phasing. Areas and Operations Affected by Construction Activity. Navigation Aid (NAVAID) Protection. Contractor Access. Wildlife Management. Foreign Object Debris (FOD) Management. Hazardous Materials (HAZMAT) Management. Notification of Construction Activities. Inspection Requirements. Underground Utilities. Penalties. Special Conditions. Runway and Taxiway Visual Aids. Marking and Signs for Access Routes. Hazard Marking, Lighting and Signing. Protection of Runway and Taxiway Safety Areas. Other Limitations on Construction. Guidelines for Writing a CSPP General Requirements. Applicability of Subjects. Graphical Representations. Reference Documents. Restrictions. Coordination. Phasing. Areas and Operations Affected By Construction. Navigation Aid (NAVAID) Protection. Contractor Access. Wildlife Management. Foreign Object Debris (FOD) Management. Hazardous Materials (HAZMAT) Management. Notification of Construction Activities. Inspection Requirements. Underground Utilities. Penalties. Special Conditions. Runway and Taxiway Visual Aids. Marking and Signs for Access Routes. Hazard Marking and Lighting. Protection of Runway and Taxiway Safety Areas. Other Limitations on Construction. 104. Chapter 2. 201. 202. 203. 204. 205. 206. 207. 208. 209. 210. 211. 212. 213. 214. 215. 216. 217. 218. 219. 220. 221. 222. Chapter 3. 301. 302. 303. 304. 305. 306. 307. 308. 309. 310. 311. 312. 313. 314. 315. 316. 317. 318. 319. 320. 321. 322. 323. Appendix 1. Related Reading Material iii AC 150/5370-2F 1 1 t 2 3 7 7 7 7 7 II II 12 13 13 15 16 16 16 17 17 17 17 18 24 24 26 28 31 31 31 31 31 31 31 32 32 33 33 34 34 34 35 35 35 35 35 35 36 36 36 36 37 AC 150/5370-21' Appendix 2. Definition of Terms Appendix 3. Safety and Phasing Plan Checklist Appendix 4. Construction Project Daily Safety Inspection Checklist List of Tables Table 3-1 Sample Operations Effects ........................................................ List of Figures Figure 2-1 Markings for a Temporarily Closed Runway ....................... Figure 2-2 Taxiway Closure.................................................................. Figure 2-3 Lighted X in Daytime........................................................... Figure 2-4 Lighted X at Night................................................................ Figure 2-5 Interlocking Barricades........................................................ Figure 2-6 Low Profile Barricades......................................................... 2011 39 43 51 ................ 32 ..19 ..20 ..22 ..22 .. 25 .. 25 M 2011 ^ Chapter 1. Planning an Airfield Construction Project AC 150/5370-2F 101. Overview. Airports are complex environments, and procedures and conditions associated with ^ construction activities often affect aircraft operations and can jeopardize operational safety. Safety considerations are paramount and may make operational impacts unavoidable. However, careful planning, scheduling, and coordination of construction activities can minimize disruption of normal aircraft ^ operations and avoid situations that compromise the airport's operational safety. The airport operator must understand how construction activities and aircraft operations affect one another to be able to develop an effective plan to complete the project. While the guidance in this AC is primarily used for construction operations, some of the concepts, methods and procedures described may also enhance the day-to-day airport maintenance operations, such as lighting maintenance and snow removal operations. 102. Plan for Safety. Safety, maintaining aircraft operations, and construction costs are all interrelated. Since safety must not be compromised, the airport operator must strike a balance between maintaining aircraft operations and construction costs. This balance will vary widely depending on the operational needs and resources of the airport and will require early coordination with airport users and Oil the FAA. As the project design progresses, the necessary construction locations, activities, and associated costs will be identified. As they are identified, their impact to airport operations must be assessed. Adjustments are made to the proposed construction activities, often by phasing the project, and/or to airport operations in order to maintain operational safety. This planning effort will ultimately result in a project Construction Safety and Phasing Plan (CSPP). The development of the CSPP takes place through the following five steps: ^ a. Identify Affected Areas. The airport operator must determine the geographic areas on the airport affected by the construction project. Some, such as a runway extension, will be defined by the project. Others may be variable, such as the location of haul routes and material stockpiles. b. Describe Current Operations. Identify the normal airport operations in each affected area for each phase of the project. This becomes the baseline from which the impact on operations by construction ^ activities can be measured. This should include a narrative of the typical users and aircraft operating within the affected areas. It should also include information related to airport operations: the Aircraft Reference Code (ACRO) for each runway; Airplane Design Group (ADG) and Taxiway Design Group (TDG)1 for each affected taxiway; designated approach visibility minimums; available approach and ^ departure procedures; most demanding aircraft; declared distances; available air traffic control services; airport Surface Movement Guidance and Control System plan; and others. The applicable seasons, days and times for certain operations should also be identified as applicable. ^ c. Allow for Temporary Changes to Operations. To the extent practical, current airport operations should be maintained during the construction. In consultation with airport users, Aircraft Rescue and Fire Fighting (ARFF) personnel, and FAA Air Traffic Organization (ATO) personnel, the ^ airport operator should identify and prioritize the airport's most important operations. The construction activities should be planned, through project phasing if necessary, to safely accommodate these operations. When the construction activities cannot be adjusted to safely maintain current operations, ^ regardless of their importance, then the operations must be revised accordingly. Allowable changes include temporary revisions to approach procedures, restricting certain aircraft to specific runways and taxiways, suspension of certain operations, decreased weights for some aircraft due to shortened runways, _ 'Taxiway Design Group will be introduced in AC 150/5300-13A. 1 Chapter I Planning an Airfield Construction Project M AC 150/5370-2F 29, 2011 and other changes. An example of a table showing temporary operations versus current operations is shown in Table 3-1 Sample Operations Effects. d. Take Required Measures to Revised Operations. Once the level and type of aircraft operations to be maintained are identified, the airport operator must determine the measures required to safely conduct the planned operations during the construction. These measures will result in associated costs, which can be broadly interpreted to include not only direct construction costs, but also loss of revenue from impacted operations. Analysis of costs may indicate a need to reevaluate allowable changes to operations. As aircraft operations and allowable changes will vary so widely among airports, this AC presents general guidance on those subjects. e. Manage Safety Risk. Certain airport projects may require the airport operator to provide a .� Project Proposal Summary to help the FAA to determine the appropriate level of Safety Risk Management (SRM) documentation. The airport operator must coordinate with the appropriate FAA Airports Regional or District Office early in the development of the CSPP to determine the need for SRM documentation. See FAA Order 5200.11, FAA Airports (ARP) Safety Management System (SMS), for more information. If the FAA requires SRM documentation, the airport operator must at a minimum: (1) Notify the appropriate FAA Airports Regional or District Office during the project .., "scope development" phase of any project requiring a CSPP. (2) Provide documents identified by the FAA as necessary to conduct SRM. (3) Participate in the SRM process for airport projects. (4) Provide a representative to participate on the SRM panel. (5) Ensure that all applicable SRM identified risks elements are recorded and mitigated within the CSPP. 103. Develop a Construction Safety and Phasing Plan (CSPP). Development of an effective CSPP will require familiarity with many other documents referenced throughout this AC. See Appendix 1, Related Reading Material for a list of related reading material. a. List Requirements. A CSPP must be developed for each on -airfield construction project funded ^ by the Airport Improvement Program (AIP) or the Passenger Facility Charge (PFC) program or located on an airport certificated under Part 139. As per Order 5200.11, such projects do not include construction, rehabilitation, or change of any facility that is entirely outside the air operations area, does not involve .. any expansion of the facility envelope and does not involve construction equipment, haul routes or placement of material in locations that require access to the air operations area, increase the facility envelope, or impact line -of -sight. Such facilities may include passenger terminals and parking or other ^ structures. However, extraordinary circumstances may trigger the need for a Safety Assessment and a CSPP. The CSPP is subject to subsequent review and approval under the FAA's Safety Risk Management procedures (see paragraph 102.e above). Additional information may be found in Order 5200.11. b. Prepare a Safety Plan Compliance Document. The Safety Plan Compliance Document (SPCD) details how the contractor will comply with the CSPP. Also, it will not be possible to determine all safety plan details (for example specific hazard equipment and lighting, contractor's points of contact, construction equipment heights) during the development of the CSPP. The successful contractor must define such details by preparing an SPCD that the airport operator reviews for approval prior to issuance of a notice -to -proceed. The SPCD is a subset of the CSPP, similar to how a shop drawing review is a •. subset to the technical specifications. Chapter 1 Planning an Airfield Construction Project W F" September 29, 2011 AC 150/5370-2F c. Assume Responsibility for the CSPP. The airport operator is responsible for establishing and enforcing the CSPP. The airport operator may use the services of an engineering consultant to help develop the CSPP. However, writing the CSPP cannot be delegated to the construction contractor. Only those details the airport operator determines cannot be addressed before contract award are developed by .+ the contractor and submitted for approval as the SPCD. The SPCD does not restate nor propose differences to provisions already addressed in the CSPP. .. 104. Who Is Responsible for Safety During Construction? a. Establish a Safety Culture. Everyone has a role in operational safety on airports during construction: the airport operator, the airport's consultants, the construction contractor and subcontractors, airport users, airport tenants, ARFF personnel, Air Traffic personnel, including Technical Operations personnel, FAA Airports Division personnel, and others. Close communication and coordination between all affected parties is the key to maintaining safe operations. Such communication and coordination .. should start at the project scoping meeting and continue through the completion of the project. The airport operator and contractor should conduct onsite safety inspections throughout the project and immediately remedy any deficiencies, whether caused by negligence, oversight, or project scope change. b. Assess Airport Operator's Responsibilities. An airport operator has overall responsibility for all activities on an airport, including construction. This includes the predesign, design, preconstruction, construction, and inspection phases. Additional information on the responsibilities listed below can be found throughout this AC. The airport operator must: (1) Develop a CSPP that complies with the safety guidelines of Chapter 2, Construction Safety and Phasing Plans, and Chapter 3, Guidelines for Writing a CSPP. The airport operator may ' develop the CSPP internally or have a consultant develop the CSPP for approval by the airport operator. For tenant sponsored projects, approve a CSPP developed by the tenant or its consultant. (2) Require, review and approve the SPCD by the contractor that indicates how it will comply with the CSPP and provides details that cannot be determined before contract award. (3) Convene a precoustruction meeting with the construction contractor, consultant, airport employees and, if appropriate, tenant sponsor and other tenants to review and discuss project safety before beginning construction activity. The appropriate FAA representatives should be invited to attend the meeting. See AC 150/5300-9, Predesign, Prebid, and Preconstruction Conferences for Airport Grant Projects. (Note "FAA" refers to the Airports Regional or District Office, the Air Traffic Organization, ' Flight Standards Service, and other offices that support airport operations, flight regulations, and construction/environmental policies.) (4) Ensure contact information is accurate for each representative/point of contact identified in the CSPP and SPCD. (5) Hold weekly or, if necessary, daily safety meetings with all affected parties to s coordinate activities. (6) Notify users, ARFF personnel, and FAA ATO personnel of construction and conditions that may adversely affect the operational safety of the airport via Notices to Airmen (NOTAM) and other methods, as appropriate. Convene a meeting for review and discussion if necessary. (7) Ensure construction personnel know of any applicable airport procedures and of changes to those procedures that may affect their work. (8) Ensure construction contractors and subcontractors undergo training required by the CSPP and SPCD. Chapter I Planning an Airfield Construction Project M AC 150/5370-2F 29, 2011 (9) Ensure vehicle and pedestrian operations addressed in the CSPP and SPCD are coordinated with airport tenants, the airport traffic control tower (ATCT), and construction contractors. �+ (10) At certificated airports, ensure each CSPP and SPCD is consistent with Part 139. (11) Conduct inspections sufficiently frequently to ensure construction contractors and tenants comply with the CSPP and SPCD and that there are no altered construction activities that could create potential safety hazards. (12) Resolve safety deficiencies immediately. At airports subject to 49 CFR Part 1542, .. Airport Security, ensure construction access complies with the security requirements of that regulation. (13) Notify appropriate parties when conditions exist that invoke provisions of the CSPP and SPCD (for example, implementation of low -visibility operations). .� (14) Ensure prompt submittal of a Notice of Proposed Construction or Alteration (Form 7460-1) for conducting an aeronautical study of potential obstructions such as tall equipment (cranes, concrete pumps, other.), stock piles, and haul routes. A separate form may be filed for each potential obstruction, or one form may be filed describing the entire construction area and maximum equipment height. In the latter case, a separate form must be filed for any object beyond or higher than the originally evaluated area/height. The FAA encourages online submittal of forms for expediency. The appropriate .. FAA Airports Regional or District Office can provide assistance in determining which objects require an aeronautical study. (15) Promptly notify the FAA Airports Regional or District Office of any proposed ^ changes to the CSPP prior to implementation of the change. Changes to the CSPP require review and approval by the airport operator and the FAA. Coordinate with appropriate local and other federal government agencies, such as EPA, OSHA, TSA, and the state environmental agency. c. Define Construction Contractor's Responsibilities. The contractor is responsible for complying with the CSPP and SPCD. The contractor must: (1) Submit a Safety Plan Compliance Document (SPCD) to the airport operator describing how it will comply with the requirements of the CSPP and supplying any details that could not be determined before contract award. The SPCD must include a certification statement by the contractor that indicates it understands the operational safety requirements of the CSPP and it asserts it will not deviate from the approved CSPP and SPCD unless written approval is granted by the airport operator. Any construction practice proposed by the contractor that does not conform to the CSPP and SPCD may impact the airport's operational safety and will require a revision to the CSPP and SPCD and re - coordination with the airport operator and the FAA in advance. (2) Have available at all times copies of the CSPP and SPCD for reference by the airport operator and its representatives, and by subcontractors and contractor employees. (3) Ensure that construction personnel are familiar with safety procedures and regulations on the airport. Provide a point of contact who will coordinate an immediate response to correct any construction -related activity that may adversely affect the operational safety of the airport. Many projects will require 24-hour coverage. (4) Identify in the SPCD the contractor's on-site employees responsible for monitoring compliance with the CSPP and SPCD during construction. At least one of these employees must be on- site whenever active construction is taking place. (5) Conduct inspections sufficiently frequently to ensure construction personnel comply with the CSPP and SPCD and that there are no altered construction activities that could create potential safety hazards. Chapter 1 Planning an Airfield Construction Project M September 29, 2011 AC 150/5370-2F (6) Restrict movement of construction vehicles and personnel to permitted construction areas by flagging, barricading, erecting temporary fencing, or providing escorts, as appropriate and as specified in the CSPP and SPCD. (7) Ensure that no contractor employees, employees of subcontractors or suppliers, or other persons enter any part of the air operations area (AOA) from the construction site unless authorized. (8) Ensure prompt submittal through the airport operator of Form 7460-1 for the .. purpose of conducting an aeronautical study of contractor equipment such as tall equipment (cranes, concrete pumps, other equipment), stock piles, and haul routes when different from cases previously filed by the airport operator. The FAA encourages online submittal of forms for expediency. d. Define Tenant's Responsibilities if planning construction activities on leased property. Airport tenants, such as airline operators, fixed base operators, and FAA ATO/Technical Operations sponsoring construction must: (1) Develop, or have a consultant develop, a project specific CSPP and submit it to the airport operator for certification and subsequent approval by the FAA. The approved CSPP must be made part of any contract awarded by the tenant for construction work. (2) In coordination with its contractor, develop an SPCD and submit it to the airport operator for approval to be issued prior to issuance of a Notice to Proceed. (3) Ensure that construction personnel are familiar with safety procedures and regulations on the airport. (4) Provide a point of contact of who will coordinate an immediate response to correct any construction -related activity that may adversely affect the operational safety of the airport. (5) Identify in the SPCD the contractor's on-site employees responsible for monitoring compliance with the CSPP and SPCD during construction. At least one of these employees must be on- site whenever active construction is taking place. (6) Ensure that no tenant or contractor employees, employees of subcontractors or suppliers, or any other persons enter any part of the AOA from the construction site unless authorized. (7) Restrict movement of construction vehicles to construction areas by flagging and barricading, erecting temporary fencing, or providing escorts, as appropriate, and as specified in the CSPP and SPCD. (8) Ensure prompt submittal through the airport operator of Form 7460-1 for the purpose of conducting an aeronautical study of contractor equipment such as tall equipment (cranes, concrete pumps, other.), stock piles, and haul routes. The FAA encourages online submittal of forms for expediency. M 04 F, Chapter I Planning an Airfield Construction Project M m w m m m m AC 150/5370-2F Intentionally Left Blank Chapter I Planning an Airfield Construction Project 29, 2011 C 2011 Chapter 2. Construction Safety and Phasing Plans AC 150/5370-2F Section 1. Basic Considerations 201. Overview. Aviation safety is the primary consideration at airports, especially during construction. The airport operator's Construction Safety and Phasing Plan (CSPP) and the contractor's Safety Plan Compliance Document (SPCD) are the primary tools to ensure safety compliance when coordinating construction activities with airport operations. These documents identify all aspects of the construction project that pose a potential safety hazard to airport operations and outline respective mitigation .. procedures for each hazard. They must provide all information necessary for the Airport Operations department to conduct airfield inspections and expeditiously identify and correct unsafe conditions during construction. All aviation safety provisions included within the project drawings, contract specifications, and other related documents must also be reflected in the CSPP and SPCD. 202. Assume Responsibility. Operational safety on the airport remains the airport operator's responsibility at all times. The airport operator must develop, certify, and submit for FAA approval each CSPP. It is the airport operator's responsibility to apply the requirements of the FAA approved CSPP. The airport operator must revise the CSPP when conditions warrant changes and must submit the revised CSPP to the FAA for approval. The airport operator must also require and approve a SPCD from the ., project contractor. 203. Submit the CSPP. Construction Safety and Phasing Plans should be developed concurrently with the project design. Milestone versions of the CSPP should be submitted for review and approval as ., follows. While these milestones are not mandatory, early submission will help to avoid delays. Submittals are preferred in 8.5 x 11 in or 11 x 17 in format for compatibility with the FAA's Obstruction Evaluation / Airport Airspace Analysis (OE / AAA) process. a. Submit an Outline/Draft. By the time approximately 25% to 30% of the project design is completed, the principal elements of the CSPP should be established. Airport operators are encouraged to submit an outline or draft, detailing all CSPP provisions developed to date, to the FAA for review at this stage of the project design. b. Submit a Construction Safety and Phasing Plan (CSPP). The CSPP should be formally submitted for FAA approval when the project design is 80% to 90% complete. Since provisions in the CSPP will influence contract costs, it is important to obtain FAA approval in time to include all such provisions in the procurement contract. OR c. Submit a Safety Plan Compliance Document (SPCD). The contractor should submit the SPCD to the airport operator for approval to be issued prior to the Notice to Proceed. .. d. Submit CSPP Revisions. All revisions to the CSPP or SPCD should be submitted to the FAA for approval as soon as required changes are identified. M 204. Meet CSPP Requirements. a. To the extent possible, the CSPP should address the following as outlined in Section 2, Plan OR Requirements and Chapter 3, Guidelines for Writing a CSPP, as appropriate. Details that cannot be determined at this stage are to be included in the SPCD. (1) Coordination. M No Chapter 2 Construction Safetv and Phasing Plans AC 150/5370-2F September 29, 2011 (a) Contractor progress meetings. (b) Scope or schedule changes. (c) FAA ATO coordination. (2) Phasing. (a) Phase elements. (b) Construction safety drawings (3) Areas and operations affected by the construction activity. (a) Identification of affected areas. (b) Mitigation of effects. (4) Protection of navigation aids (NAVAIDs). (5) Contractor access. (a) Location of stockpiled construction materials. (b) Vehicle and pedestrian operations. (6) Wildlife management. (a) Trash. (b) Standing water. (c) Tall grass and seeds. (d) Poorly maintained fencing and gates. (e) Disruption of existing wildlife habitat. (7) Foreign Object Debris (FOD) management. (8) Hazardous materials (HAZMAT) management (9) Notification of construction activities. (a) Maintenance of a list of responsible representatives/ points of contact. (b) Notices to Airmen (NOTAM). (c) Emergency notification procedures. (d) Coordination with ARFF Personnel. (e) Notification to the FAA. (10) Inspection requirements. (a) Daily (or more frequent) inspections. (b) Final inspections. (11) Underground utilities. (12) Penalties. (13) Special conditions. (14) Runway and taxiway visual aids. Marking, lighting, signs, and visual NAVAIDs. Chapter 2 Construction Safety and Phasing Plans 8 PW M M September 29, 2011 AC 150/5370-2F (a) General. (b) Markings. (c) Lighting and visual NAVAIDs. (d) Signs. (15) Marking and signs for access routes. (16) Hazard marking and lighting. (a) Purpose. (b) Equipment. (17) Protection. Of runway and taxiway safety areas, object free areas, obstacle free zones, and approach/departure surfaces ., (a) Runway Safety Area (RSA). (b) Runway Object Free Area (ROFA). (c) Taxiway Safety Area (TSA). (d) Taxiway Object Free Area (TOFA). (e) Obstacle Free Zone (OFZ). (f) Runway approach/departure surfaces. (18) Other limitations on construction. (a) Prohibitions. (b) Restrictions. b. The Safety Plan Compliance Document (SPCD) should include a general statement by the construction contractor that he/she has read and will abide by the CSPP. In addition, the SPCD must include all supplemental information that could not be included in the CSPP prior to the contract award. The contractor statement should include the name of the contractor, the title of the project CSPP, the approval date of the CSPP, and a reference to any supplemental information (that is, `9 , Name of Contractor, have read the Title of Project CSPP, approved on Date, and will abide by it as written and s. with the following additions as noted:"). The supplemental information in the SPCD should be written to match the format of the CSPP indicating each subject by corresponding CSPP subject number and title. If no supplemental information is necessary for any specific subject, the statement, "No supplemental information," should be written after the corresponding subject title. The SPCD should not duplicate information in the CSPP: (1) Coordination. Discuss details of proposed safety meetings with the airport operator and ., with contractor employees and subcontractors. (2) Phasing. Discuss proposed construction schedule elements, including: (a) Duration of each phase. (b) Daily start and finish of construction, including "night only" construction. (c) Duration of construction activities during: (i) Normal runway operations. (ii) Closed runway operations. r 9 Chapter 2 Construction Safety and Phasing Plans M AC 150/5370-217 (iii) Modified runway "Aircraft Reference Code" usage. 29, 2011 (3) Areas and operations affected by the construction activity. These areas and operations should be identified in the CSPP and should not require an entry in the SPCD. (4) Protection of NAVAIDs. Discuss specific methods proposed to protect operating NAVAIDs. (5) Contractor access. Provide the following: (a) Details on how the contractor will maintain the integrity of the airport security fence (gate guards, daily log of construction personnel, and other). requested). (b) Listing of individuals requiring driver training (for certificated airports and as (c) Radio communications. (i) Types of radios and backup capabilities. (ii) Who will be monitoring radios. (iii) Whom to contact if the ATCT cannot reach the contractor's designated person by radio. (d) Details on how the contractor will escort material delivery vehicles. (6) Wildlife management. Discuss the following: (a) Methods and procedures to prevent wildlife attraction. (b) Wildlife reporting procedures. (7) Foreign Object Debris (FOD) management. Discuss equipment and methods for control of FOD, including construction debris and dust. (8) Hazardous material (HAZMAT) management. Discuss equipment and methods for responding to hazardous spills. (9) Notification of construction activities. Provide the following: (a) Contractor points of contact. (b) Contractor emergency contact. (c) Listing of tall or other requested equipment proposed for use on the airport and the timeframe for submitting 7460-1 forts not previously submitted by the airport operator. (d) Batch plant details, including 7460-1 submittal. (10) Inspection requirements. Discuss daily (or more frequent) inspections and special inspection procedures. (11) Underground utilities. Discuss proposed methods of identifying and protecting underground utilities. (12) Penalties. Penalties should be identified in the CSPP and should not require an entry in the SPCD. (13) Special conditions. Discuss proposed actions for each special condition identified in the CSPP. (14) Runway and taxiway visual aids. Including marking, lighting, signs, and visual NAVAIDs. Discuss proposed visual aids including the following: Chapter 2 Construction Safety and Phasing Plans 10 2011 AC 150/5370-2F (a) Equipment and methods for covering signage and airfield lights. .r (b) Equipment and methods for temporary closure markings (paint, fabric, other). (c) Types of temporary Visual Guidance Slope Indicators (VGSI). (15) Marking and signs for access routes. Discuss proposed methods of demarcating access routes for vehicle drivers. (16) Hazard marking and lighting. Discuss proposed equipment and methods for identifying excavation areas. (17) Protection of runway and taxiway safety areas. including object free areas, obstacle ,. free zones, and approach/departure surfaces. Discuss proposed methods of identifying, demarcating, and protecting airport surfaces including: (a) Equipment and methods for maintaining Taxiway Safety Area standards. (b) Equipment and methods for separation of construction operations from aircraft operations, including details of barricades. (18) Other limitations on construction should be identified in the CSPP and should not .. require an entry in the SPCD. Section 2. Plan Requirements 205. Coordination. Airport operators, or tenants conducting construction on their leased properties, should use predesign, prebid, and preconstruction conferences to introduce the subject of airport operational safety during construction (see AC 150/5300-9). In addition, the following should be coordinated as required: a. Contractor Progress Meetings. Operational safety should be a standing agenda item for me discussion during progress meetings throughout the project. b. Scope or Schedule Changes. Changes in the scope or duration of the project may necessitate �. revisions to the CSPP and review and approval by the airport operator and the FAA. c. FAA ATO Coordination. Early coordination with FAA ATO is required to schedule airway facility shutdowns and restarts. Relocation or adjustments to NAVAIDs, or changes to final grades in critical areas, may require an FAA flight inspection prior to restarting the facility. Flight inspections must be coordinated and scheduled well in advance of the intended facility restart. Flight inspections may require a reimbursable agreement between the airport operator and FAA ATO. Reimbursable agreements should be coordinated a minimum of 12 months prior to the start of construction. (See 213.e(3)(b) for required FAA notification regarding FAA owned NAVAIDs.) .r 206. Phasing. Once it has been determined what types and levels of airport operations will be maintained, the most efficient sequence of construction may not be feasible. In such a case, the sequence of construction may be phased to gain maximum efficiency while allowing for the required operations. The development of the resulting construction phases should be coordinated with local Air Traffic personnel and airport users. The sequenced construction phases established in the CSPP must be incorporated into the project design and must be reflected in the contract drawings and specifications. P" 11 M a. Phase Elements. For each phase the CSPP should detail: • Areas closed to aircraft operations Chapter 2 Construction Safety and Phasing Plans AC 150/5370-2F September 29, 2011 • Duration of closures • Taxi routes • ARFF access routes • Construction staging areas • Construction access and haul routes • Impacts to NAVAIDs • Lighting and marking changes • Available runway length • Declared distances (if applicable) • Required hazard marking and lighting • Lead times for required notifications b. Construction Safety Drawings. Drawings specifically indicating operational safety procedures and methods in affected areas (that is, construction safety drawings) should be developed for each construction phase. Such drawings should be included in the CSPP as referenced attachments and should likewise be included in the contract drawing package. 207. Areas and Operations Affected by Construction Activity. Runways and taxiways should remain in use by aircraft to the maximum extent possible without compromising safety. Pre -meetings with the FAA Air Traffic Organization (ATO) will support operational simulations. See Chapter 3 for an example of a table showing temporary operations versus current operations. a. Identification of Affected Areas. Identifying areas and operations affected by the construction will help to determine possible safety problems. The affected areas should be indentified in the construction safety drawings for each construction phase. (See 206.b above.) Of particular concern are: (1) Closing, or partial closing, of runways, taxiways and aprons. When a runway is partially closed, a portion of the pavement is unavailable for any aircraft operation, meaning taxiing, landing, or taking off in either direction on that pavement is prohibited. A displaced threshold, by contrast, is established to ensure obstacle clearance and adequate safety area for landing aircraft. The pavement prior to the displaced threshold is available for take -off in the direction of the displacement and for landing and taking off in the opposite direction. Misunderstanding this difference, and issuance of a subsequently inaccurate NOTAM, can lead to a hazardous condition. (2) Closing of Aircraft Rescue and Fire Fighting access routes. (3) Closing of access routes used by airport and airline support vehicles. (4) Interruption of utilities, including water supplies for fire fighting. (5) Approach/departure surfaces affected by heights of objects. (6) Construction areas, storage areas, and access routes near runways, taxiways, aprons, or helipads. b. Mitigation of Effects. Establishment of specific procedures is necessary to maintain the safety and efficiency of airport operations. The CSPP must address: (1) Temporary changes to runway and/or taxi operations. (2) Detours for ARFF and other airport vehicles. Chapter 2 Construction Safety and Phasing Plans 12 M M M M r^ so OR September 29, 2011 AC 150/5370-2F (3) Maintenance of essential utilities. (4) Temporary changes to air traffic control procedures. Such changes must be coordinated with the ATO. .. 208. Navigation Aid (NAVAID) Protection. Before commencing construction activity, parking vehicles, or storing construction equipment and materials near a NAVAID, coordinate with the appropriate FAA ATO/Technical Operations office to evaluate the effect of construction activity and the required distance and direction from the NAVAID. (See paragraph 213.e(3) below.) Construction activities, materiaWequipment storage, and vehicle parking near electronic NAVAIDs require special consideration since they may interfere with signals essential to air navigation. If any NAVAID may be affected, the CSPP and SPCD must show an understanding of the "critical area" associated with each NAVAID and describe how it will be protected. Where applicable, the operational critical areas of NAVAIDs should be graphically delineated on the project drawings. Pay particular attention to stockpiling material, as well as to movement and parking of equipment that may interfere with line of ow sight from the ATCT or with electronic emissions. Interference from construction equipment and activities may require NAVAID shutdown or adjustment of instrument approach minimums for low visibility operations. This condition requires that a NOTAM be filed (see paragraph 213.b below). Construction activities and materials/equipment storage near a NAVAID must not obstruct access to the equipment and instruments for maintenance. Submittal of a 7460-1 form is required for construction vehicles operating near FAA NAVAIDs. (See paragraph 213.e(1) below.) 209. Contractor Access. The CSPP must detail the areas to which the contractor must have access, and explain how contractor personnel will access those areas. Specifically address: a. Location of Stockpiled Construction Materials. Stockpiled materials and equipment storage are not permitted within the RSA and OFZ, and if possible should not be permitted within the Object Free Area (OFA) of an operational runway. Stockpiling material in the OFA requires submittal of a 7460-1 form and justification provided to the appropriate FAA Airports Regional or District Office for approval. 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. (See paragraph 218.b below.) This includes determining and verifying that materials are stabilized and stored at an approved location so as not to be a hazard to aircraft operations and to prevent attraction of wildlife and foreign object damage. See paragraphs 210 and 211 below. b. Vehicle and Pedestrian Operations. The CSPP should include specific vehicle and pedestrian requirements. 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. The airport .. operator should coordinate requirements for vehicle operations with airport tenants, contractors, and the FAA air traffic manager. In regard to vehicle and pedestrian operations, the CSPP should include the following, and detail associated training requirements: �+ (1) Construction site parking. Designate in advance vehicle parking areas for contractor employees to prevent any unauthorized entry of persons or vehicles onto the AOA. These areas should provide reasonable contractor employee access to the job site. (2) Construction equipment parking. Contractor employees must park and service all construction vehicles in an area designated by the airport operator outside the OFZ and never in the safety area of an active runway or taxiway. Unless a complex setup procedure makes movement of specialized .. equipment infeasible, inactive equipment must not be parked on a closed taxiway or runway. If it is necessary to leave specialized equipment on a closed taxiway or runway at night, the equipment must be well lighted. Employees should also park construction vehicles outside the OFA when not in use by JIM 13 Chapter 2 Construction Safety and Phasing Plans AC 150/5370-2F September 29, 2011 construction personnel (for example, 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 navigation aids. The FAA must also study those areas to determine effects on airport design criteria, surfaces established by 14 CFR Part 77, Safe, Efficient Use, and Preservation of the Navigable Airspace (Part 77), and on NAVAIDs and Instrument Approach Procedures (IAP). See paragraph 213.e(1) below for further information. (3) 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. Access routes used by contractor vehicles must be clearly marked to prevent inadvertent entry to areas open to airport operations. Pay special attention to ensure that if construction traffic is to share or cross any ARFF routes that ARFF right of way is not impeded at any _ time, and that construction traffic on haul roads does not interfere with NAVAIDs or approach surfaces of operational runways. (4) Marking and lighting of vehicles in accordance with AC 150/5210-5, Painting, Marking, and Lighting of Vehicles Used on an Airport. (5) Description of proper vehicle operations on various areas under normal, lost communications, and emergency conditions. M (6) Required escorts. (7) Training requirements for vehicle drivers to ensure compliance with the airport operator's vehicle rules and regulations. Specific training should be provided to those vehicle operators r providing escorts. See AC 150/5210-20, Ground Vehicle Operations on Airports, for information on training and records maintenance requirements. r (8) Situational awareness. Vehicle drivers must confirm by personal observation that no aircraft is approaching their position (either in the air or on the ground) when given clearance to cross a runway, taxiway, or any other area open to airport operations. In addition, it is the responsibility of the escort vehicle driver to verify the movement/position of all escorted vehicles at any given time. r (9) Two-way radio communication procedures. (a) General. The airport operator must ensure that tenant and construction contractor r personnel engaged in activities involving unescorted operation on aircraft movement areas observe the proper procedures for communications, including using appropriate radio frequencies at airports with and without ATCT. When operating vehicles on or near open runways or taxiways, construction personnel must understand the critical importance of maintaining radio contact, as directed by the airport operator, with: (i) Airport operations (ii) ATCT (iii)Common Traffic Advisory Frequency (CTAF), which may include UNICOM, MULTICOM. (iv) Automatic Terminal Information Service (ATIS). This frequency is useful for monitoring conditions on the airport. Local air traffic will broadcast information regarding construction related runway closures and "shortened" runways on the ATIS frequency. (b) Areas requiring two-way radio communication with the ATCT. Vehicular traffic crossing active movement areas must be controlled either by two-way radio with the ATCT, escort, flagman, signal light, or other means appropriate for the particular airport. .. Chapter 2 Construction Safety and Phasing Plans 14 September 29, 2011 AC 150/5370-217 (c) Frequencies to be used. The airport operator will specify the frequencies to be used by the contractor, which may include the CTAF for monitoring of aircraft operations. Frequencies may also be assigned by the airport operator for other communications, including any radio frequency in compliance with Federal Communications Commission requirements. At airports with an ATCT, the airport operator will specify the frequency assigned by the ATCT to be used between contractor vehicles and the ATCT. (d) Proper radio usage, including read back requirements. (e) Proper phraseology, including the International Phonetic Alphabet. (f) Light gun signals. 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 downloaded through the Runway Safety Program Web site at http://www.faa.eov/airports/ runway safety/publications/ (See "Signs & Markings Vehicle Dashboard Sticker".) or obtained from the �. FAA Airports Regional Office. (10) Maintenance of the secured area of the airport, including: an (a) Fencing and gates. Airport operators and contractors must take care to maintain 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 unauthorized people. 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. (b) Badging requirements. (c) 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. 210. Wildlife Management. The CSPP and SPCD must be in accordance with the airport operator's wildlife hazard management plan, if applicable. See also AC 150/5200-33, Hazardous Wildlife Attractants On or Near Airports, and Certalert 98-05, Grasses Attractive to Hazardous Wildlife. Construction contractors must carefully control and continuously remove waste or loose materials that might attract wildlife. Contractor personnel must be aware of and avoid construction activities that can create wildlife hazards on airports, such as: a. Trash. Food scraps must be collected from construction personnel activity. b. Standing Water. c. Tall Grass and Seeds. Requirements for turf establishment can be at odds with requirements for *� wildlife control. Grass seed is attractive to birds. Lower quality seed mixtures can contain seeds of plants (such as clover) that attract larger wildlife. Seeding should comply with the guidance in AC 150/5370-10, Standards for Specifying Construction of Airports, Item T-901, Seeding. Contact the local office of the United Sates Department of Agriculture Soil Conservation Service or the State University Agricultural Extension Service (County Agent or equivalent) for assistance and recommendations. These agencies can also provide liming and fertilizer recommendations. r+ 15 Chapter 2 Construction Safety and Phasing Plans OR AC 150/5370-2F September 29, 2011 d. Poorly Maintained Fencing and Gates. See 209.b(10)(a) above. r. e. Disruption of Existing Wildlife Habitat. While this will frequently be unavoidable due to the nature of the project, the CSPP should specify under what circumstances (location, wildlife type) contractor personnel should immediately notify the airport operator of wildlife sightings. 211. Foreign Object Debris (FOD) Management. Waste and loose materials, commonly referred to as FOD, are capable of causing damage to aircraft landing gears, propellers, and jet engines. Construction contractors must not leave or place FOD on or near active aircraft movement areas. Materials capable of creating FOD must be continuously removed during the construction project. Fencing (other than security fencing) may be necessary to contain material that can be carried by wind into areas where aircraft operate. See AC 150/5210-24, Foreign Object Debris (FOD) Management. .� 212. Hazardous Materials (HAZMAT) Management. Contractors operating construction vehicles and equipment on the airport must be prepared to expeditiously contain and clean-up spills resulting from fuel or hydraulic fluid leaks. Transport and handling of other hazardous materials on an airport also requires special procedures. See AC 150/5320-15, Management of Airport Industrial Waste. 213. Notification of Construction Activities. The CSPP and SPCD must detail procedures for the immediate notification of airport users and the FAA of any conditions adversely affecting the operational safety of the airport. It must address the notification actions described below, as applicable. a. List of Responsible Representatives/ points of contact for all involved parties, and procedures for contacting each of them, including after hours. b. NOTAMs. Only the airport operator may initiate or cancel NOTAMs on airport conditions, and r is the only entity that can close or open a runway. The airport operator must coordinate the issuance, maintenance, and cancellation of NOTAMs about airport conditions resulting from construction activities with tenants and the local air traffic facility (control tower, approach control, or air traffic control center), and must provide information on closed or hazardous conditions on airport movement areas to the FAA Flight Service Station (FSS) so it can issue a NOTAM. The airport operator must file and maintain a list of authorized representatives with the FSS. Refer to AC 150/5200-28, Notices to Airmen (NOTAMs) for Airport Operators, for a sample NOTAM form. Only the FAA may issue or cancel NOTAMs on shutdown or irregular operation of FAA owned facilities. Any person having reason to believe that a NOTAM is missing, incomplete, or inaccurate must notify the airport operator. See paragraph 207.a(1) above regarding issuing NOTAMs for partially closed runways versus runways with displaced thresholds. .. c. Emergency notification procedures for medical, firefighting, and police response. d. Coordination with ARFF. The CSPP must detail procedures for coordinating through the airport sponsor with ARFF personnel, mutual aid providers, and other emergency services if construction requires: • The deactivation and subsequent reactivation of water lines or fire hydrants, or • The rerouting, blocking and restoration of emergency access routes, or • The use of hazardous materials on the airfield. e. Notification to the FAA. (1) Part 77. Any person proposing construction or alteration of objects that affect navigable airspace, as defined in Part 77, must notify the FAA. This includes construction equipment and proposed Chapter 2 Construction Safety and Phasing Plans 16 r F= September 29, 2011 AC 150/5370-2F parking areas for this equipment (i.e. cranes, graders, other equipment) on airports. FAA Form 7460-1, Notice of Proposed Construction or Alteration, can be used for this purpose and submitted to the appropriate FAA Airports Regional or District Office. See Appendix 1, Related Reading Material, to download the form. Further guidance is available on the FAA web site at oeaaa.faa.eov. +. (2) Part 157. With some exceptions, Title 14 CFR Part 157, Notice of Construction, Alteration, Activation, and 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 a 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 Airports Regional or District Office. ., See Appendix 1, Related Reading Material to download the form. (3) NAVAIDS. For emergency (short -notice) notification about impacts to both airport owned and FAA owned NAVAIDs, contact: 866432-2622. (a) Airport owned/FAA maintained. If construction operations require a shutdown of more than 24 hours, or more than 4 hours daily on consecutive days, of a NAVAID owned by the airport but maintained by the FAA, provide a 45 -day minimum notice to FAA ATO/Technical Operations prior '* to facility shutdown. (b) FAA owned. (i) General. The airport operator must notify the appropriate FAA ATO Service Area Planning and Requirements (P&R) Group a minimum of 45 days prior to implementing an event that causes impacts to NAVAIDs. (Impacts to FAA equipment covered by a Reimbursable Agreement _ (RA) do not have to be reported by the airport operator.) (ii) Coordinate work for an FAA owned NAVAID shutdown with the local FAA ATO/Technical Operations office, including any necessary reimbursable agreements and flight checks. .� Detail procedures that address unanticipated utility outages and cable cuts that could impact FAA NAVAIDs. In addition, provide seven days notice to schedule the actual shutdown. a 214. Inspection Requirements. a. Daily Inspections. Inspections should be conducted at least daily, but more frequently if necessary to ensure conformance with the CSPP. A sample checklist is provided in Appendix 3, Safety and Phasing Plan Checklist. See also AC 150/5200-18, Airport Safety Self -Inspection. b. Final Inspections. New runways and extended runway closures may require safety inspections at certificated airports prior to allowing air carrier service. Coordinate with the FAA Airport Certification am Safety Inspector (ACSI) to determine if a final inspection will be necessary. 215. Underground Utilities. The CSPP and/or SPCD must include procedures for locating and .. protecting existing underground utilities, cables, wires, pipelines, and other underground facilities in excavation areas. This may involve coordinating with public utilities and FAA ATO/Technical Operations. Note that "One Call' or "Miss Utility" services do not include FAA ATO/Technical Operations 216. Penalties. The CSPP should detail penalty provisions for noncompliance with airport rules and regulations and the safety plans (for example, if a vehicle is involved in a runway incursion). Such penalties typically include rescission of driving privileges or access to the AOA. 217. Special Conditions. The CSPP must detail any special conditions that affect the operation of the 17 Chapter 2 Construction Safety and Phasing Plans M AC 150/5370-217 September 29, 2011 airport and will require the activation of any special procedures (for example, low -visibility operations, snow removal, aircraft in distress, aircraft accident, security breach, Vehicle / Pedestrian Deviation (VPD) w and other activities requiring construction suspension/resumption). 218. Runway and Taxiway Visual Aids. Includes marking, lighting, signs, and visual NAVAIDS. The CSPP must ensure that areas where aircraft will be operating are clearly and visibly separated from construction areas, including closed runways. Throughout the duration of the construction project, verify that these areas remain clearly marked and visible at all times and that marking, lighting, signs, and visual NAVAIDS remain in place and operational. The CSPP must address the following, as appropriate: a. General. Airport markings, lighting, signs, and visual NAVAIDs must be clearly visible to pilots, not misleading, confusing, or deceptive. All must be secured in place to prevent movement by prop wash, .. jet blast, wing vortices, or other wind currents and constructed of materials that would minimize damage to an aircraft in the event of inadvertent contact. b. Markings. Markings must be in compliance with the standards of AC 150/5340-1, Standards for Airport Markings. Runways and runway exit taxiways closed to aircraft operations are marked with a yellow X. The preferred visual aid to depict temporary runway closure is the lighted X signal placed on or near the runway designation numbers. (See paragraph 218.b(1)(b) below.) (1) Closed Runways and Taxiways. (a) Permanently Closed Runways. For runways, obliterate the threshold marking, ., runway designation marking, and touchdown zone markings, and place Xs at each end and at 1,000 -foot (300 m) intervals. Chapter 2 Construction Safety and Phasing Plans 18 0 �, in 29, 2011 AC 150/5370-2F (b) Temporarily Closed Runways. For runways that have been temporarily closed, place an X at the each end of the runway directly on or as near as practicable to the runway designation numbers. Figure 2-1 illustrates. Figure 2-1 Markings for a Temporarily Closed Runway r (c) Partially Closed Runways and Displaced Thresholds. When threshold markings are needed to identify the temporary beginning of the runway that is available for landing, the markings must comply with AC 150/5340-1. An X is not used on a partially closed runway or a runway with a displaced threshold. See paragraph 207.a(1) above for the difference between partially closed runways and runways with displaced thresholds. ., (i) Partially Closed Runways. Pavement markings for temporary closed portions of the runway consist of a runway threshold bar and yellow chevrons to identify pavement areas that are unsuitable for takeoff or landing (see AC 150/5340-1). (ii) Displaced Thresholds. Pavement markings for a displaced threshold consist of a runway threshold bar and white arrowheads with and without arrow shafts. These markings are required to identify the portion of the runway before the displaced threshold to provide centerline guidance for pilots during approaches, takeoffs, and landing rollouts from the opposite direction. See AC 150/5340-1. on .r 19 Chapter 2 Construction Safety and Phasing Plans 00 r-1 AC 150/5370-21' September 29, 2011 (d) Taxiways. (i) Permanently Closed Taxiways. AC 150/5300-13 notes that it is preferable to remove the pavement, but for pavement that is to remain, place an X at the entrance to both ends of the closed section. Obliterate taxiway centerline markings, including runway leadoff lines, leading to the closed taxiway. Figure 2-2 illustrates. Figure 2-2 Taxiway Closure (ii) Temporarily Closed Taxiways. Place barricades outside the safety area of intersecting taxiways. For runway/taxiway intersections, place an X at the entrance to the closed taxiway from the runway. If the taxiway will be closed for an extended period, obliterate taxiway centerline markings, including runway leadoff lines, leading to the closed section. If the centerline markings will be reused upon reopening the taxiway, it is preferable to paint over the marking. This will result in less damage to the pavement when the upper layer of paint is ultimately removed. (e) Temporarily Closed Airport. When the airport is closed temporarily, mark all the runways as closed. OR Chapter 2 Construction Safety and Phasing Plans 20 r- 4EA..l CENTER GENTE RCIxf n'X• W. iAXIWFY CLOsORP ISNOT INBTALLEG . -MARKER Sp ' An ,GLOSE4 TAX M1V AY '� LOW PROFILE' ' BAR R�CAO6 WITx ..� • • FLASHERS .', Figure 2-2 Taxiway Closure (ii) Temporarily Closed Taxiways. Place barricades outside the safety area of intersecting taxiways. For runway/taxiway intersections, place an X at the entrance to the closed taxiway from the runway. If the taxiway will be closed for an extended period, obliterate taxiway centerline markings, including runway leadoff lines, leading to the closed section. If the centerline markings will be reused upon reopening the taxiway, it is preferable to paint over the marking. This will result in less damage to the pavement when the upper layer of paint is ultimately removed. (e) Temporarily Closed Airport. When the airport is closed temporarily, mark all the runways as closed. OR Chapter 2 Construction Safety and Phasing Plans 20 r- September 29, 2011 AC 150/5370-2F (2) If unable to paint temporary markings on the pavement, construct them from any of the .. following materials: fabric, colored plastic, painted sheets of plywood, or similar materials. They must be properly configured and appropriately secured to prevent movement by prop wash, jet blast, or other wind currents. (3) It may be necessary to remove or cover runway markings, including but not limited to, runway designation markings, threshold markings, centerline markings, edge stripes, touchdown zone markings and aiming point markings, depending on the length of construction and type of activity at the /D airport. When removing runway markings, apply the same treatment to areas between stripes or numbers, as the cleaned area will appear to pilots as a marking in the shape of the treated area. (4) If it is not possible to install threshold bars, chevrons, and arrows on the pavement, temporary outboard markings may be used. Locate them outside of the runway pavement surface on both sides of the runway. The dimension along the runway direction must be the same as if installed on the pavement. The lateral dimension must be at least one-half that of on -pavement markings. If the markings '* are not discernible on grass or snow, apply a black background with appropriate material over the ground to ensure they are clearly visible. (5) The application rate of paint to mark a short-term temporary runway and taxiway markings may deviate from the standard (see Item P-620, "Runway and Taxiway Painting," in AC 150/5370-10), but the dimensions must meet the existing standards. .. c. Lighting and Visual NAVAIDs. This paragraph refers to standard runway and taxiway lighting systems. See below for hazard lighting. Lighting must be in conformance with AC 150/5340-30, Design and Installation Details for Airport Visual Aids, and AC 150/5345-50, Specification for Portable Runway and Taxiway Lights. When disconnecting runway and taxiway lighting fixtures, disconnect the associated isolation transformers. 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. Secure, identify, and place any above ground temporary wiring in conduit to prevent electrocution and fire ignition sources. (1) Permanently Closed Runways and Taxiways. For runways and taxiways that have as been permanently closed, disconnect the lighting circuits. M as as aw a! M 21 Chapter 2 Construction Safety and Phasing Plans A AC 150/5370-21' September 29, 2011 (2) Temporarily Closed Runways. If available, use a lighted X, both at night and during the day, placed at each end of the runway facing the approach. The use of a lighted X is required if night work requires runway lighting to be on. See AC 150/5345-55, Specification for L-893, Lighted Visual Aid to Indicate Temporary Runway Closure. For runways that have been temporarily closed, but for an extended period, and for those with pilot controlled lighting, disconnect the lighting circuits or secure switches to prevent inadvertent activation. For runways that will be opened periodically, coordinate procedures with the FAA air traffic manager or, at airports without an ATCT, the airport operator. Activate stop bars if available. Figure 2-3 shows a lighted X by day. Figure 24 shows a lighted X at night. Figure 2-3 Lighted X in Daytime Figure 2-4 Lighted X at Night (3) Partially Closed Runways and Displaced Thresholds. When a runway is partially Oft closed, a portion of the pavement is unavailable for any aircraft operation, meaning taxiing and landing or Ob Chapter 2 Construction Safety and Phasing Plans 22 September 29, 2011 AC 150/5370-2F .. taking off in either direction. A displaced threshold, by contrast, is put in place to ensure obstacle clearance by landing aircraft. The pavement prior to the displaced threshold is available for takeoff in the direction of the displacement, and for landing and takeoff in the opposite direction. Misunderstanding this difference and issuance of a subsequently inaccurate NOTAM can result in a hazardous situation. For both partially closed runways and displaced thresholds, approach lighting systems at the affected end must be placed out of service (a) Partially Closed Runways. Disconnect edge and threshold lights on that part of the runway at and behind the threshold (that is, the portion of the runway that is closed). Alternately, cover the light fixture in such a way as to prevent light leakage. (b) Displaced Thresholds. Edge lighting in the area of the displacement emits red light in the direction of approach and yellow light in the opposite direction. Centerline lights are blanked out in the direction of approach if the displacement is 700 ft or less. If the displacement is over 700 ft, place the centerline lights out of service. See AC 150/5340-30 for details on lighting displaced thresholds. .. (c) Temporary runway thresholds and runway ends must be lighted if the runway is lighted and it is the intended threshold for night landings or instrument meteorological conditions. ,.. (d) A temporary threshold on an unlighted runway may be marked by retroreflective, elevated markers in addition to markings noted in paragraph 218.b(1)(c) above. Markers seen by aircraft on approach are green. Markers at the rollout end of the runway are red. At certificated airports, temporary elevated threshold markers must be mounted with a frangible fitting (see 14 CFR Part 139.309). At non -certificated airports, the temporary elevated threshold markings may either be mounted with a frangible fitting or be flexible. See AC 150/5345-39, Specification for L-853, Runway and Taxiway Retroreflective Markers. .� (e) Temporary threshold lights and end lights and related visual NAVAIDs are installed outboard of the edges of the full-strength pavement only when they cannot be installed on the pavement. They are installed with bases at grade level or as low as possible, but not more than 3 in (7.6 cm) 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. (f) Maintain threshold and edge lighting color and spacing standards as described in AC 150/5340-30. Battery powered, solar, or portable lights that meet the criteria in AC 150/5345-50 may be used. These systems are intended primarily for visual flight rules (VFR) aircraft operations 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. (g) Reconfigure yellow lenses (caution zone), as necessary. If the runway has �. centerline lights, reconfigure the red lenses, as necessary, or place the centerline lights out of service. (h) Relocate the visual glide slope indicator (VGSI), such as VASI and PAPI; other airport lights, such as Runway End Identifier Lights (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, coordinate its installation or disabling with the local ATO/Technical Operations Office. Relocation of such visual aids will depend on the duration of the project and the benefits gained from the relocation, as this can result in great expense. a* (i) Issue a NOTAM to inform pilots of temporary lighting conditions. (4) Temporarily Closed Taxiways. If possible, deactivate the taxiway lighting circuits. When deactivation is not possible (for example other taxiways on the same circuit are to remain open), 23 Chapter 2 Construction Safety and Phasing Plans AC 150/5370-2F September 29, 2011 cover the light fixture in such a way as to prevent light leakage. d. Signs. To the extent possible, signs must be in conformance with AC 150/5345-44, Specification for Runway and Taxiway Signs and AC 150/5340-18, Standard for Airport Sign Systems. Any time a sign does not serve its normal function; it must be covered or removed to prevent misdirecting pilots. ., Note that information signs identifying a crossing taxiway continue to perform their normal function even if the crossing taxiway is closed. For long term construction projects, consider relocating signs, especially runway distance remaining signs. 219. Marking and Signs for Access Routes. The CSPP should indicate that pavement markings and signs for construction personnel will conform to AC 150/5340-18 and, to the extent practicable, with the Federal Highway Administration Manual on Uniform Traffic Control Devices (MUTCD) and/or State highway specifications. Signs adjacent to areas used by aircraft must comply with the frangibility requirements of AC 150/5220-23, Frangible Connections, which may require modification to size and height guidance in the MUTCD. 220. Hazard Marking, Lighting and Signing. a. Hazard Marking and Lighting Prevents Pilots from entering areas closed to aircraft, and prevents construction personnel from entering areas open to aircraft. The CSPP must specify prominent, _ comprehensible warning indicators for any area affected by construction that is normally accessible to aircraft, personnel, or vehicles. Hazard marking and lighting must also be specified to identify open .. manholes, small areas under repair, stockpiled material, waste areas, and areas subject to jet blast. 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. b. Equipment. (1) Barricades, including traffic cones, (weighted or sturdily attached to the surface) are acceptable methods used to identify and define the limits of construction and hazardous areas on airports. Careful consideration must be given to selecting equipment that poses the least danger to aircraft but is sturdy enough to remain in place when subjected to typical winds, prop wash and jet blast. The spacing of barricades must be such that a breach is physically prevented barring a deliberate act. For example, if barricades are intended to exclude vehicles, gaps between barricades must be smaller than the width of the excluded vehicles, generally 4 ft. Provision must be made for ARFF access if necessary. If barricades are intended to exclude pedestrians, they must be continuously linked. Continuous linking may be accomplished through the use of ropes, securely attached to prevent FOD. (2) Lights must be red, either steady burning or flashing, and must meet the luminance requirements of the State Highway Department. Batteries powering lights will last longer if lights flash. Lights must be mounted on barricades and spaced at no more than 10 ft. Lights must be operated between .. sunset and sunrise and during periods of low visibility whenever the airport is open for operations. They may be operated by photocell, but this may require that the contractor tum them on manually during periods of low visibility during daytime hours. .. (3) Supplement barricades with signs (for example "No Entry," "No Vehicles") as necessary. (4) Air Operations Area — General. Barricades are not permitted in any active safety area. �+ Within a runway or taxiway object free area, and on aprons, use orange traffic cones, flashing or steady burning red lights as noted above, collapsible barricades marked with diagonal, alternating orange and r i Chapter 2 Construction Safety and Phasing Plans 24 September 29, 2011 AC 150/5370-2F white stripes; and/or signs to separate all construction/maintenance areas from the movement area. Barricades may be supplemented with alternating orange and white flags at least 20 by 20 in (50 by 50 cm) square and securely fastened to eliminate FOD. All barricades adjacent to any open runway or taxiway / taxilane safety area, or apron must be as low as possible to the ground, and no more than 18 in high, exclusive of supplementary lights and flags. Barricades must be of low mass; easily collapsible upon contact with an aircraft or any of its components; and weighted or sturdily attached to the surface to prevent displacement from prop wash, jet blast, wing vortex, or other surface wind currents. If affixed to .s the surface, they must be frangible at grade level or as low as possible, but not to exceed 3 in (7.6 cm) above the ground. Figure 2-5 and Figure 2-6 show sample barricades with proper coloring and flags. 00 OR M Figure 2-5 Interlocking Barricades Figure 2-6 Low Profile Barricades (5) Air Operations Area — Runway/Taxiway Intersections. Use highly reflective barricades with lights to close 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, even for closures of relatively short duration, close all taxiway/runway intersections with barricades. The use of traffic cones is appropriate for short duration closures. (6) Air Operations Area — Other. Beyond runway and taxiway object free areas and 25 Chapter 2 Construction Safety and Phasing Plans ^ AC 150/5370-217 September 29, 2011 aprons, barricades intended for construction vehicles and personnel may be many different shapes and made from various materials, including railroad ties, sawhorses, jersey barriers, or barrels. ^ (7) Maintenance. The construction 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 operator. Lighting should be checked for proper operation at least once per day, preferably at dusk. 221. Protection of Runway and Taxiway Safety Areas. Runway and taxiway safety areas, Obstacle Free zones (OFZ), object free areas (OFA), and approach surfaces are described in AC 150/5300-13. Protection of these areas includes limitations on the location and height of equipment and stockpiled material. An FAA airspace study may be required. Coordinate with the appropriate FAA Airports Regional or District Office if there is any doubt as to requirements or dimensions (See paragraph 213.e above.) as soon as the location and height of materials or equipment are known. The CSPP should include drawings showing all safety areas, object free areas, obstacle free zones and approach departure surfaces affected by construction. a. Runway Safety Area (RSA). A runway safety area is the defined surface surrounding the runway prepared or suitable 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). Construction activities within the existing RSA are subject to the following conditions: (1) No construction may occur within the existing RSA while the runway is open for aircraft operations. The RSA dimensions may be temporarily adjusted if the runway is restricted to aircraft operations requiring an RSA that is equal to the RSA width and length beyond the runway ends available during construction. (see AC 150/5300-13). The temporary use of declared distances and/or partial runway closures may provide the necessary RSA under certain circumstances. Coordinate with the appropriate FAA Airports Regional or District Office to have declared distances information published. See AC 150/5300-13 for guidance on the use of declared distances. _ (2) The airport operator must coordinate the adjustment of RSA dimensions as permitted above with the appropriate FAA Airports Regional or District Office and the local FAA air traffic manager and issue a NOTAM. ^ (3) The CSPP and SPCD must provide procedures for ensuring adequate distance for protection from blasting operations, if required by operational considerations. (4) Excavations. (a) Open trenches or excavations are not permitted within the RSA while the runway is open. If possible, backfill trenches before the runway is opened. If the runway must be opened before excavations are backfilled, cover the excavations appropriately. Covering for open trenches must be designed to allow the safe operation of the heaviest aircraft operating on the runway across the trench without damage to the aircraft. (b) Construction contractors must prominently mark open trenches and excavations at the construction site with red or orange flags, as approved by the airport operator, and light them with red lights during hours of restricted visibility or darkness. (5) Erosion Control. Soil erosion must be controlled to maintain RSA standards, that is, the RSA must be cleared and graded and have no potentially hazardous ruts, humps, depressions, or other surface variations, and capable, under dry conditions, of supporting snow removal equipment, aircraft rescue and fire fighting equipment, and the occasional passage of aircraft without causing structural ^ damage to the aircraft. Chapter 2 Constriction Safety and Phasing Plans 26 • on September 29, 2011 AC 150/5370-2F b. Runway Object Free Area (ROFA). Construction, including excavations, may be permitted in ., the ROFA. However, equipment must be removed from the ROFA when not in use, and material should not be stockpiled in the ROFA if not necessary. Stockpiling material in the OFA requires submittal of a 7460-1 form and justification provided to the appropriate FAA Airports Regional or District Office for approval. c. Taxiway Safety Area (TSA). A taxiway safety area is a defined surface alongside the taxiway prepared or suitable for reducing the risk of damage to an airplane unintentionally departing the taxiway. (See AC 150/5300-13.) Construction activities within the TSA are subject to the following conditions: (1) No construction may occur within the TSA while the taxiway is open for aircraft operations. The TSA dimensions may be temporarily adjusted if the taxiway is restricted to aircraft operations requiring a TSA that is equal to the TSA width available during construction (see AC 150/5300-13, Table 4-1). (2) The airport operator must coordinate the adjustment of the TSA width as permitted above with the appropriate FAA Airports Regional or District Office and the FAA air traffic manager and issue a NOTAM. .. (3) The CSPP and SPCD must provide procedures for ensuring adequate distance for protection from blasting operations. (4) Excavations. (a) Open trenches or excavations are not permitted within the TSA while the taxiway is open. If possible, backfill trenches before the taxiway is opened. If the taxiway must be opened before excavations are backfilled, cover the excavations appropriately. Covering for open trenches must be .� designed to allow the safe operation of the heaviest aircraft operating on the taxiway across the trench without damage to the aircraft. (b) Construction contractors must prominently mark open trenches and excavations at the construction site with red or orange flags, as approved by the airport operator, and light them with red lights during hours of restricted visibility or darkness. (5) Erosion Control. Soil erosion must be controlled to maintain TSA standards, that is, the TSA must be cleared and graded and have no potentially hazardous ruts, humps, depressions, or other surface variations, and capable, under dry conditions, of supporting snow removal equipment, aircraft rescue and fire fighting equipment, and the occasional passage of aircraft without causing structural damage to the aircraft. d. Taxiway Object Free Area (TOFA). Unlike the Runway Object Free Area, aircraft wings regularly penetrate the taxiway object free area during normal operations. Thus the restrictions are more stringent. Except as provided below, no construction may occur within the taxiway object free area while the taxiway is open for aircraft operations. (1) The taxiway object free area dimensions may be temporarily adjusted if the taxiway is restricted to aircraft operations requiring a taxiway object free area that is equal to the taxiway object free area width available. (2) Offset taxiway pavement markings may be used as a temporary measure to provide the required taxiway object free area. Where offset taxiway pavement markings are provided, centerline lighting or reflectors are required. (3) Construction activity may be accomplished without adjusting the width of the taxiway object free area, subject to the following restrictions: 27 Chapter 2 Construction Safety and Phasing Plans r, AC 150/5370-2F September 29, 2011 (a) Appropriate NOTAMs are issued. (b) Marking and lighting meeting the provisions of paragraphs 218 and 220 above are implemented. (c) Five-foot clearance is maintained between equipment and materials and any part of an aircraft (includes wingtip overhang). In these situations, flaggers must be used to direct construction equipment, and wing walkers will be necessary to guide aircraft. Wing walkers should be airline/aviation personnel rather than construction workers. If such clearance can only be maintained if an aircraft does not have full use of the entire taxiway width (with its main landing gear at the edge of the pavement), then it will be necessary to move personnel and equipment for the passage of that aircraft. e. Obstacle Free Zone (OFZ). In general, personnel, material, and/or equipment may not penetrate the OFZ while the runway is open for aircraft operations. If a penetration to the OFZ is necessary, it may be possible to continue aircraft operations through operational restrictions. Coordinate with the FAA through the appropriate FAA Airports Regional or District Office. E Runway Approach/Departure Areas and Clearways. All personnel, materials, and/or equipment must remain clear of the applicable threshold siting surfaces, as defined in Appendix 2, "Threshold Siting Requirements," of AC 150/5300-13. Objects that do not penetrate these surfaces may still be obstructions to air navigation and may affect standard instrument approach procedures. Coordinate with the FAA through the appropriate FAA Airports Regional or District Office. (1) Construction activity in a runway approach/departure area may result in the need to partially close a runway or displace the existing runway threshold. Partial runway closure, displacement of the runway threshold, as well as closure of the complete runway and other portions of the movement area also require coordination through the airport operator with the appropriate FAA air traffic manager (FSS if non -towered) and ATO/Technical Operations (for affected NAVAIDS) and airport users. (2) Caution regarding partial runway closures. When filing a NOTAM for a partial runway closure, clearly state to OCC personnel that the portion of pavement located prior to the threshold is not available for landing and departing traffic. In this case, the threshold has been moved for both landing and takeoff purposes (this is different than a displaced threshold). There may be situations where the portion of closed runway is available for taxiing only. If so, the NOTAM must reflect this condition). (3) Caution regarding displaced thresholds.: Implementation of a displaced threshold affects runway length available for aircraft landing over the displacement. Depending on the reason for the displacement (to provide obstruction clearance or RSA), such a displacement may also require an adjustment in the landing distance available and accelerate -stop distance available in the opposite direction. If project scope includes personnel, equipment, excavation, other work. within the existing RSA of any usable runway end, do not implement a displaced threshold unless arrivals and departures toward the construction activity are prohibited. Instead, implement a partial closure. 222. Other Limitations on Construction. The CSPP must specify any other limitations on construction, including but not limited to: a. Prohibitions. (1) No use of tall equipment (cranes, concrete pumps, and so on) unless a 7460-1 determination letter is issued for such equipment. (2) No use of open flame welding or torches unless fire safety precautions are provided and the airport operator has approved their use. (3) No use of electrical blasting caps on or within 1,000 ft (300 m) of the airport property. Chapter 2 Construction Safety and Phasing Plans 28 n, 0 r �I September 29, 2011 AC 150/5370-2F See AC 150/5370-10. (4) No use of flare pots within the AOA. M M M M M M /M 29 Oft b. Restrictions. (1) Construction suspension required during specific airport operations. (2) Areas that cannot be worked on simultaneously. (3) Day or night construction restrictions. (4) Seasonal construction restrictions. Chapter 2 Construction Safety and Phasing Plans OR AC 150/5370-217 PM so • PR an Pq w Intentionally Left Blank Chapter 2 Construction Safety and Phasing Plans rn 29, 2011 30 M 2011 AC 150/5370-2F .. Chapter 3. Guidelines for Writing a CSPP 301. General Requirements. The CSPP is a standalone document written to correspond with the subjects outlined in Chapter 2, Section 1, paragraph 204. The CSPP is organized by numbered sections corresponding to each subject listed in Chapter 2, Section 1, paragraph 204, and described in detail in Chapter 2, Section 2. Each section number and title in the CSPP matches the corresponding subject .., outlined in Chapter 2, paragraph 204 (for example, 1. Coordination, 2. Phasing, 3. Areas and Operations Affected by the Construction Activity, and so on.). With the exception of the project scope of work outlined in Section 2. Phasing, only subjects specific to operational safety during construction should be addressed. 302. Applicability of Subjects. Each section should, to the extent practical, focus on the specific subject. Where an overlapping requirement spans several sections, the requirement should be explained in detail in the most applicable section. A reference to that section should be included in all other sections where the requirement may apply. For example, the requirement to protect existing underground FAA Instrument Landing System (ILS) cables during trenching operations could be considered FAA ATO coordination (Section 1. Coordination, paragraph 205.c), an area and operation affected by the construction activity (Section 3. Areas and Operations Affected by the Construction Activity, paragraph 207.a(4)), a protection of a NAVAID (Section 4. Protection of Navigational Aids (NAVAIDs),paragraph 208), or a notification to the FAA of construction activities (Section 9. Notification of Construction Activities, paragraph 210.e(3)(b)). However, it is more specifically an underground utility requirement (Section 11. Underground Utilities, paragraph 215). The procedure for protecting underground ILS cables during trenching operations should therefore be described in Section 11: "The contractor must coordinate .� with the local FAA System Support Center (SSC) to mark existing ILS cable routes along Runway 17-35. The ILS cables will be located by hand digging whenever the trenching operation moves within IOfeet of the cable markings." All other applicable sections should include a reference to Section 11: "ILS cables ,., shall be identified and protected as described in Section 11" or "See Section 11 for ILS cable identification and protection requirements." Thus, the CSPP should be considered as a whole, with no need to duplicate responses to related issues. 303. Graphical Representations. Construction safety drawings should be included in the CSPP as attachments. When other graphical representations will aid in supporting written statements, the drawings, diagrams, and/or photographs should also be attached to the CSPP. References should be made in the �. CSPP to each graphical attachment and may be made in multiple sections. 304. Reference Documents. The CSPP must not incorporate a document by reference unless reproduction of the material in that document is prohibited. In that case, either copies of or a source for the referenced document must be provided to the contractor. 305. Restrictions. The CSPP should not be considered as a project design review document. The CSPP should also avoid mention of permanent ("as -built') features such as pavements, markings, signs, and lighting, except when such features are intended to aid in maintaining operational safety during the construction. 306. Coordination. Include in this section a detailed description of conferences and meetings both before and during the project. Include appropriate information from AC 150/5300-9. Discuss coordination procedures and schedules for each required FAA ATO airway facility shutdown and restart and all .. required flight inspections. 31 Chapter 3 Guidelines for Writing a CSPP ON AC 150/5370-2F September 29, 2011 M 307. Phasing. Include in this section a detailed scope of work description for the project as a whole and each phase of work covered by the CSPP. This includes all locations and durations of the work proposed. Attach drawings to graphically support the written scope of work. Detail in this section the sequenced phases of the proposed construction. Include a reference to paragraph 308 below, as appropriate. 308. Areas and Operations Affected By Construction. Focus in this section on identifying the areas and operations affected by the construction. Describe corresponding mitigation that is not covered in detail elsewhere in the CSPP. Include references to paragraphs below as appropriate. Attach drawings as ^� necessary to graphically describe affected areas and mechanisms proposed. Tables and charts such as the following may be helpful in highlighting issues to be addressed. Table 3-1 Sample Operations Effects Project Runway 15-33 Reconstruction Phase Phase 11: Reconstruct Runway 15 End Scope of Work Reconstruct 1,000 ft of north end of Runway 15-33 with Portland Cement Concrete (PCC). Operational Requirements Normal (Existing) Phase 11 (Anticipated) Runway 15 Average Aircraft Operations Carrier: 52 /day GA: 26 /day Military: 11 /day Carrier: 52 /day GA: 20 / day Military: 0 /day Runway 33 Average Aircraft Operations Carrier: 40 /day GA: 18 /day Military: 10 /day Carver: 20 /day GA: 5 /day Military: 0 /day Runway 15-33 ARC C -IV C -IV Runway 15 Approach Visibility Minimums % mile l mile Runway 33 Approach Visibility Minimums 3/, mile 1 mile Runway 15 Declared Distances TORA:7,820 TORA:6,420 TODA:7,820 TODA:6,420 ASDA:7,820 ASDA:6,420 LDA: 7.820 LDA: 6,420 Runway 33 Declared Distances TORA:8,320 TORA:6,920 TODA:8,320 TODA:6,920 ASDA:8,320 ASDA:6,920 LDA: 7,820 LDA: 6,420 Runway 15 Approach Procedures ILS LOC only RNAV N/A VOR N/A Runway 33 Approach Procedures ILS Visual only RNAV N/A VOR N/A Runway 15 NAVAIDs ILS/DME, MALSR, RVR LOC/DME, PAPI (temp), RVR Chapter 3 Guidelines for Writing a CSPP 32 M M M September 29, 2011 AC 150/5370-217 Runway 33 NAVAIDs ILS/DME, RVR LSF, PAPI, MALSF, PAPI, RVR Taxiway G ADG IV IV (N/A between T/W H and R/W 15 end) Taxiway E ADG IN IV ATCT (hours open) 06:00 — 24:00 local 06:00 — 24:00 local ARFF Index D D Special Conditions Air National Guard (ANG) military operations Military operations relocated to alternate ANG Base Airline XYZ requires VGSI Airline XYZ requires VGSI Complete the following chart for each phase to determine the area that must be protected along the runway 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* Minimum Distance to Threshold Number Design Group*Approach Category* Prior to the Based on Required Approach 1, 11, 111, or IV A, B, C, or D Threshold* Slope* ft ft *See AC 150/5300-13 to complete the chart for a specific runway. am Complete the following chart for each phase to determine the area that must be protected before the runway threshold: M Runway End Airplane Aircraft Minimum Safety Area Minimum Distance to Threshold Number Design Group*Approach Category* Prior to the Based on Required Approach 1, 11, 111, or IV A, B, C, or D Threshold* Slope* ft ft :l ft ft :1 ft ft :1 ft ft :1 *See AC 150/5300-13 to complete the chart for a specific runway. r 309. Navigation Aid (NAVAID) Protection. List in this section all NAVAID facilities that will be affected by the construction. Identify NAVAID facilities that will be placed out of service at any time prior to or during construction activities. Identify individuals responsible for coordinating each shutdown and when each facility will be out of service. Include a reference to paragraph 306 above for FAA ATO NAVAID shutdown, restart, and flight inspection coordination. Outline in detail procedures to protect each NAVAID facility remaining in service from interference by construction activities. Include a reference to paragraph 314 for the issuance of NOTAMs as required. Include a reference to paragraph 316 for the protection of underground cables and piping serving NAVAIDs. If temporary visual aids are proposed to replace or supplement existing facilities, include a reference to paragraph 319. Attach �. drawings to graphically indicate the affected NAVAIDS and the corresponding critical areas. 310. Contractor Access. This will necessarily be the most extensive section of the CSPP. Provide M 33 M Chapter 3 Guidelines for Writing a CSPP AC 150/5370-2F September 29, 2011 OR sufficient detail so that a contractor not experienced in working on airports will understand the unique restrictions such work will require. Due to this extent, it should be broken down into subsections as .. described below: a. Location of Stockpiled Construction Materials. Describe in this section specific locations for _ stockpiling material. Note any height restrictions on stockpiles. Include a reference to paragraph 321 for hazard marking and lighting devices used to identify stockpiles. Include a reference to paragraph 311 for provisions to prevent stockpile material from becoming wildlife attractants. Include a reference to paragraph 312 for provisions to prevent stockpile material from becoming FOD. Attach drawings to graphically indicate the stockpile locations. b. Vehicle and Pedestrian Operations. While there are many items to be addressed in this major .. subsection of the CSPP, all are concerned with one main issue: keeping people and vehicles from areas of the airport where they don't belong. This includes preventing unauthorized entry to the AOA and preventing the improper movement of pedestrians or vehicles on the airport. In this section, focus on mechanisms to prevent construction vehicles and workers traveling to and from the worksite from unauthorized entry into movement areas. Specify locations of parking for both employee vehicles and construction equipment, and routes for access and haul roads. In most cases, this will best be accomplished by attaching a drawing. Quote from AC 150/5210-5 specific requirements for contractor vehicles rather than referring to the AC as a whole, and include special requirements for identifying Hazardous Material (HAZMAT) vehicles. Quote from, rather than incorporate by reference, AC 150/5210-20 as appropriate to address the airport's rules for ground vehicle operations, including its training program. Discuss the airport's recordkeeping system listing authorized vehicle operators. c. Two -Way Radio Communications. Include a special section to identify all individuals who are required to maintain communications with Air Traffic (AT) at airports with active towers, or monitor Common Traffic Advisory Frequencies (CTAF) at airports without or with closed ATCT. Include training requirements for all individuals required to communicate with AT. Individuals required to monitor AT frequencies should also be identified. If construction employees are also required to communicate by radio with Airport Operations, this procedure should be described in detail. Usage of vehicle mounted radios and/or portable radios should be addressed. Communication procedures for the event of disabled radio communication (that is, light signals, telephone numbers, others) must be included. All radio frequencies should by identified (Tower, Ground Control, CTAF, UNICOM, ATIS, and so on). d. Airport Security. Address security as it applies to vehicle and pedestrian operations. Discuss TSA requirements, security badging requirements, perimeter fence integrity, gate security, and other needs. Attach drawings to graphically indicate secured and/or Security Identification Display Areas (S IDA), perimeter fencing, and available access points. 311. Wildlife Management. Discuss in this section wildlife management procedures. Describe the maintenance of existing wildlife mitigation devices, such as perimeter fences, and procedures to limit wildlife attractants. Include procedures to notify Airport Operations of wildlife encounters. Include a reference to paragraph 310 for security (wildlife) fence integrity maintenance as required. 312. Foreign Object Debris (FOD) Management. In this section, discuss methods to control and monitor FOD: worksite housekeeping, ground vehicle tire inspections, runway sweeps, and so on. Include a reference to paragraph 315 for inspection requirements as required. 313. Hazardous Materials (HAZMAT) Management Describe in this section HAZMAT 00 management procedures: fuel deliveries, spill recovery procedures, Material Safety Data Sheet (MSDS) availability, and other considerations. Any specific airport HAZMAT restrictions should also be M Chapter 3 Guidelines for Writing a CSPP 34 2011 AC 150/5370-2F identified. Include a reference to paragraph 310 for HAZMAT vehicle identification requirements. Quote from, rather than incorporate by reference, AC 150/5320-15. 314. Notification of Construction Activities. List in this section the names and telephone numbers of points of contact for all parties affected by the construction project. We recommend a single list that includes all telephone numbers required under this section. Include emergency notification procedures for all representatives of all parties potentially impacted by the construction. Identify individual representatives — and at least one alternate — for each party. List both on -duty and off-duty contact information for each individual, including individuals responsible for emergency maintenance of airport construction hazard lighting and barricades. Describe procedures to coordinate immediate response to events that might adversely affect the operational safety of the airport (such as interrupted NAVAID .� service). Explain requirements for and the procedures for the issuance of Notices to Airmen (NOTAMs), notification to FAA required by 14 CFR Part 77 and Part 157 and in the event of affected NAVAIDs. For NOTAMs, identify an individual, and at least one alternate, responsible for issuing and cancelling each specific type of Notice to Airmen (NOTAM) required. Detail notification methods for police, fire fighting, and medical emergencies. This may include 911, but should also include direct phone numbers of local police departments and nearby hospitals. The local Poison Control number should be listed. Procedures regarding notification of Airport Operations and/or the ARFF Department of such emergencies should be identified, as applicable. If airport radio communications are identified as a means of emergency notification, include a reference to paragraph 310. Differentiate between emergency and nonemergency notification of ARFF personnel, the latter including activities that affect ARFF water �. supplies and access roads. Identify the primary ARFF contact person and at least one alternate. If notification is to be made through Airport Operations, then detail this procedure. Include a method of confirmation from the ARFF department. 315. Inspection Requirements. Describe in this section inspection requirements to ensure airfield safety compliance. Include a requirement for routine inspections by the resident engineer (RE) and the construction contractors. If the engineering consultants and/or contractors have a Safety Officer who will conduct such inspections, identify this individual. Describe procedures for special inspections, such as those required to reopen areas for aircraft operations. Part 139 requires daily airfield inspections at certificated airports, but these may need to be more frequent when construction is in progress. Discuss the .. role of such inspections on areas under construction. Include a requirement to immediately remedy any deficiencies, whether caused by negligence, oversight, or project scope change. �. 316. Underground Utilities. Explain how existing underground utilities will be located and protected. Identify each utility owner and include contact information for each company/agency in the master list. Address emergency response procedures for damaged or disrupted utilities. Include a reference to paragraph 314 above for notification of utility owners of accidental utility disruption as required. 317. Penalties. Describe in this section specific penalties imposed for noncompliance with airport rules and regulations, including the CSPP: SIDA violations, Vehicle/Pedestrian Deviations ( VPD), and .. others. 318. Special Conditions. Identify any special conditions that may trigger specific safety mitigation actions outlined in this CSPP: low visibility operations, snow removal, aircraft in distress, aircraft accident, security breach, VPD, and other activities requiring construction suspensiontresumption. Include a reference to paragraph 310 above for compliance with airport safety and security measures and for radio communications as required. Include a reference to paragraph 319 below for emergency notification of all .. involved parties, including policelsecurity, ARFF, and medical services. 319. Runway and Taxiway Visual Aids. Include marking, lighting, signs, and visual NAVAIDS. 35 Chapter 3 Guidelines for Writing a CSPP so AC 150/5370-2F September 29, 2011 Detail temporary runway and taxiway marking, lighting, signs, and visual NAVAIDs required for the construction. Discuss existing marking, lighting, signs, and visual NAVAIDs that are temporarily, altered, obliterated, or shut down. Consider non-federal facilities and address requirements for reimbursable agreements necessary for alteration of FAA facilities and for necessary flight checks. Identify temporary TORA signs or runway distance remaining signs if appropriate. Identify required temporary visual NAVAIDs such as REIL or PAPI. Quote from, rather than incorporate by reference, AC 150/5340-1, Standards for Airport Markings, AC 150/5340-18, Standards for Airport Sign Systems, and AC 150/5340-30, as required. Attach drawings to graphically indicate proposed marking, lighting, signs, and visual NAVAIDs. 320. Marking and Signs for Access Routes. Detail plans for marking and signs for vehicle access routes. To the extent possible, signs should be in conformance with the Federal Highway Administration Manual on Uniform Traffic Control Devices (MUTCD) and/or State highway specifications, not hand lettered. Detail any modifications to the guidance in the MUTCD necessary to meet frangibility/height requirements. 321. Hazard Marking and Lighting. Specify all marking and lighting equipment, including when and where each type of device is to be used. Specify maximum gaps between barricades and the maximum spacing of hazard lighting. Identify one individual and at least one alternate responsible for maintenance of hazard marking and lighting equipment in the master telephone list. Include a reference to paragraph 314 above. Attach drawings to graphically indicate the placement of hazard marking and lighting equipment. .. 322. Protection of Runway and Taxiway Safety Areas. This section should focus exclusively on procedures for protecting all safety areas, including those altered by the construction: methods of demarcation, limit of access, movement within safety areas, stockpiling and trenching restrictions, and so on. Reference AC 150/5300-13: Airport Design as required. Include a reference to paragraph 310 above for procedures regarding vehicle and personnel movement within safety areas. Include a reference to paragraph 310 above for material stockpile restrictions as required. Detail requirements for trenching, excavations, and backfill. Include a reference to paragraph 321 for hazard marking and lighting devices used to identify open excavations as required. If runway and taxiway closures are proposed to protect safety areas, or if temporary displaced thresholds and/or revised declared distances are used to provide adequate Runway Safety Area, include a reference to paragraphs 314 and 319 above. Detail procedures for protecting the runway OFZ, runway OFA, taxiway OFA and runway approach surfaces including those altered by the construction: methods of demarcation, limit of cranes, storage of equipment, and so on. Quote from, rather than incorporate by reference, AC 150/5300-13: Airport Design as required. Include a reference to paragraph 323 for height (i.e. crane) restrictions as required. One way to address the height of equipment that will move during the project is to establish a three-dimensional "box" within which equipment will be confined that can be studied as a single object. Attach drawings to graphically indicate the safety area, OFZ, and OFA boundaries. 323. Other Limitations on Construction. This section should describe what limitations must be _ applied to each area of work and when each limitation will be applied: limitations due to airport operations, height (i.e. crane) restrictions, areas which cannot be worked at simultaneously, day/night work restrictions, winter construction, and other limitations. Include a reference to paragraph 307 above for project phasing requirements based on construction limitations as required. Chapter 3 Guidelines for Writing a CSPP 36 Oil 00 M 2011 AC 150/5370-2F ., Appendix 1. Related Reading Material Obtain the latest version of the following free publications from the FAA on its Web site at http://www.faa.gov/airports/. M err M ON a• M M so AC Title and Description AC 150/5200-28 Notices to Airmen (NOTAMs) for Airport Operators Guidance for using the NOTAM System in airport reporting. AC 150/5200-30 Airport Winter Safety and Operations Guidance for airport owners/operators on the development of an acceptable airport snow and ice control program and on appropriate field condition reporting procedures. AC 150/5200-33 Hazardous Wildlife Attractants On or Near Airports Guidance on locating certain land uses that might attract hazardous wildlife to public - use airports. AC 150/5210-5 Painting, Marking, and Lighting of Vehicles Used on an Airport. Guidance, specifications, and standards for painting, marking, and lighting vehicles operating in the airport air operations areas. AC 150/5210-20 Ground Vehicle Operations on Airports Guidance to airport operators on developing ground vehicle operation training programs. AC 150/5300-13 Airport Design 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. AC 150/5310-24 Airport Foreign Object Debris Management Guidance for developing and managing an airport foreign object debris (FOD) program AC 150/52204 Water Supply Systems for Aircraft Fire and Rescue Protection. Guidance on selecting a water source and meeting standards for a distribution system to support aircraft rescue and fire fighting service operations on airports. AC 150/5320-15 Management of Airport Industrial Waste Basic information on the characteristics, management, and regulations of industrial wastes generated at airports. Guidance for developing a Storm Water Pollution Prevention Plan (SWPPP) that applies best management practices to eliminate, prevent, or reduce pollutants in storm water runoff with particular airport industrial activities. AC 150/5340-1 Standards for Airport Markings FAA standards for markings used on airport runways, taxiways, and aprons. AC 150/5340-18 Standards for Airport Sign Systems FAA standards for the siting and installation of signs on airport runways and taxiways. AC 150/5345-28 Precision Approach Path Indicator (PAPI) Systems FAA standards for PAPI systems, which provide pilots with visual glide slope guidance during approach for landing. Appendix 1 Related Reading Material 37 Appendix 1 Related Reading Material m OR Ow w so m AC 150/5370-217 September 29, 2011 Intentionally Left Blank Chapter 2 Construction Safety and Phasing Plans M M PQ 00 AC 150/5370-21' 29, 2011 AC Title and Description AC 150/5340-30 Design and Installation Details for Airport Visual Aids Guidance and recommendations on the installation of airport visual aids. AC 150/5345-39 Specification for L-853, Runway and Taxiway Retroreflective Markers AC 150/5345-44 Specification for Runway and Taxiway Signs FAA specifications for unlighted and lighted signs for taxiways and runways. AC 150/5345-53 Airport Lighting Certification Program Details on the Airport Lighting Equipment Certification Program (ALECP). AC 150/5345-50 Specification for Portable Runway and Taxiway Lights FAA standards for portable runway and taxiway lights and runway end identifier lights for temporary use to permit continued aircraft operations while all or part of a runway lighting system is inoperative. AC 150/5345-55 Specification for L-893, Lighted Visual Aid to Indicate Temporary Runway Closure AC 150/5370-10 Standards for Specifying Construction of Airports Standards for construction of airports, including earthwork, drainage, paving, turfing, lighting, and incidental construction. FAA Order 5200.11 FAA Airports (ARP) Safety Management System (SMS) Basics for implementing SMS within ARP. Includes roles and responsibilities of ARP management and staff as well as other FAA lines of business that contribute to the ARP SMS. FAA Certalert 98-05 Grasses Attractive to Hazardous Wildlife Guidance on grass management and seed selection. FAA Form 7460-1 Notice of Proposed Construction or Alteration FAA Form 7480-1 Notice of Landimz Area Proposal Obtain the latest version of the following free publications from the Electronic Code of Federal Regulations at httt ://ecfr.Ypoaccess.eov/. Title 14 CFR Part 139 Certification of Airports Title 49 CFR Part 1542 Airport Security Obtain the latest version of the Manual on Uniform Traffic Control Devices from the Federal Highway Administration at http://mutcd.thwa.dot.gov/. Appendix I Related Reading Material 38 M 29, 2011 AC 150/5370-2F as Appendix 2. Definition of Terms Term Definition Notice Of Proposed Construction Or Alteration. For on -airport projects, the form submitted to the FAA regional or airports division office as formal written notification of any kind of construction or alteration of objects that affect navigable 7160-1 airspace, as defined in 14 CFR Part 77, safe, efficient use, and preservation of the navigable airspace. (See guidance available on the FAA web site at oeaaa.faa.gov.) The form may be downloaded at http://www.faa.gov/airports/resources/forms/or filed electronically at: httns://oeaaa.faa.gov. Notice Of Landing Area Proposal. Foran submitted to the FAA Airports Regional Division Office or Airports District Office as formal written notification whenever a project without an airport layout plan on file with the FAA involves the construction 7480-1 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 The form may be downloaded at htto://www. faa. eov/airports/resources/form si. AC Advisory Circular ACRE Aircraft Reference Code ACSI Airport Certification Safety Inspector ADG Airplane Design Group AIP Airport Improvement Program ALECP Airport Lighting Equipment Certification Program ANG Air National Guard Air Operations Area. Any area of the airport used or intended to be used for the AOA 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. ARFF Aircraft Rescue and Fire Fighting ARP FAA Office of Airports ASDA Accelerate -Stop Distance Available ATCT Airport Traffic Control Tower ATIS Automatic Terminal Information Service ATO Air Traffic Organization Certificated Airport An airport that has been issued an Airport Operating Certificate by the FAA under the authority of 14 CFR Part 139, Certification of Airports. CFR Code of Federal Regulations Construction The presence and movement of construction -related personnel, equipment, and materials in any location that could infringe upon the movement of aircraft. Construction Safety And Phasing Plan. The overall plan for safety and phasing of a CSPP construction project developed by the airport operator, or developed by the airport operator's consultant and approved by the airport operator. It is included in the invitation for bids and becomes part of the project specifications. 39 Appendix 2 Definition of Terms M r., wa INN M M am No W M W W1 W M AC 150/5370-2F September 29, 2011 Term Definition CTAF Common Traffic Advisory Frequency A threshold that is located at a point on the runway other than the designated Displaced Threshold beginning of the runway. The portion of pavement behind a displaced threshold is available for takeoffs in either direction or landing from the opposite direction. DOT Department of Transportation EPA Environmental Protection Agency FOD Foreign Object Debris HAZMAT Hazardous Materials IFR Instrument Flight Rules ILS Instrument Landing System LDA Landing Distance Available LOC Localizer antenna array The runways, taxiways, and other areas of an airport that are used for taxiing or hover Movement Area taxiing, air taxiing, takeoff, and landing of aircraft, exclusive of loading aprons and aircraft parking areas (reference 14 CFR Part 139). MSDS Material Safety Data Sheet MUTCD Manual on Uniform Traffic Control Devices NAVAID Navigation Aid NAVAID Critical Area An area of defined shape and size associated with a NAVAID that must remain clear and graded to avoid interference with the electronic signal. The area inside the airport security fence exclusive of the Movement Area. It is Non -Movement Area important to note that the non -movement area includes pavement traversed by aircraft. NOTAM Notices to Airmen Obstruction Any objectlobstacle exceeding the obstruction standards specified by 14 CFR Part 77, subpart C. OE / AAA Obstruction Evaluation / Airport Airspace Analysis Object Free Area. An area on the ground centered on the runway, taxiway, or taxi lane centerline provided to enhance safety of aircraft operations by having the area OFA 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, for additional guidance on OFA standards and wingtip clearance criteria.) Obstacle Free Zone. The airspace below 150 ft (45 m) above the established airport elevation and along the runway and extended runway centerline that is required to be clear of all objects, except for frangible visual NAVAIDs that need to be located in OFZ 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. The OFZ is subdivided as follows: Runway OFZ, Inner Approach OFZ, Inner Transitional OFZ, and Precision OFZ. Refer to AC 150/5300-13 for guidance on OFZ. OSHA Occupational Safety and Health Administration P&R Planning and Requirements Group Appendix 2 Definition of Terms EEO September 29, 2011 AC 150/5370-2F Term Definition PAPI Precision Approach Path Indicators PFC Passenger Facility Charge PLASI Pulse Light Approach Slope Indicators Project Proposal Summary A clear and concise description of the proposed project or change that is the object of Safety Risk Management. RE Resident Engineer REIL Runway End Identifier Lights RNAV Area Navigation ROFA Runway Object Free Area RSA Runway Safety Area. 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. SIDA Security Identification Display Area SMS Safety Management System SPCD Safety Plan Compliance Document. Details developed and submitted by a contractor to the airport operator for approval providing details on how the performance of a construction project will comply with the CSPP. SRM Safety Risk Management 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. TDG Taxiway Design Group Temporary Any condition that is not intended to be permanent. Temporary Runway End The beginning of that portion of the runway available for landing and taking off in one direction, and for landing in the other direction. Note the difference from a displaced threshold. Threshold The beginning of that portion of the runway available for landing. In some instances, the landing threshold may be displaced. TODA Takeoff Distance Available TOFA Taxiway Object Free Area TORA Takeoff Run Available. The length of the runway less any length of runway unavailable and/or unsuitable for takeoff run computations. See AC 150/5300-13 for guidance on declared distances. TSA Taxiway Safety Area Transportation Security Administration UNICOM A radio communications system of a type used at small airports. VASI Visual Approach Slope Indicators 41 Appendix 2 Definition of Terms OW MR PER M In Pit M M w M w M • M w M M AC 150/5370-21' September 29, 2011 Term Definition Visual Glide Slope Indicator. A device that provides a visual glide slope indicator to landing pilots. These systems include precision approach path indicators (PAPI), VGSI visual approach slope indicators (VAST), and pulse light approach slope indicators (PLASI). VFR Visual Flight Rules VOR VHF Omnidirectional Radio Range VPD Vehicle / Pedestrian Deviation Appendix 2 Definition of Terms 42 September 29, 2011 AC 150/5370-217 Appendix 3. Safety and Phasing Plan Checklist This appendix is keyed to Section 2. Plan Requirements. In the electronic version of this AC, clicking on the paragraph designation in the Reference column will access the applicable paragraph. There may be instances where the CSPP requires provisions that are not covered by the list in this appendix. This checklist is intended as an aid, not as a required submittal. Coordination I Reference I Addressed Remarks General Considerations Requirements for predesign, prebid, and preconstmction conferences to introduce the 205 ❑ ❑ ❑ subject of airport operational safety during construction are specified. Yes No NA Operational safety is a standing agenda item for 205 ❑ ❑ ❑ construction progress meetings. Yes No NA Scheduling of the construction phases is properly 206 ❑ ❑ ❑ addressed. Yes No NA Areas and Operations Affected by Construction Activity Drawings showing affected areas are included. 207.a ❑ ❑ ❑ Yes No NA Closed or partially closed runways, taxiways, 207 a(l) 11 1:1 Eland aprons are depicted on drawings. Yes No NA Access routes used by ARFF vehicles affected 207.a(2) E] E] E]by the project are addressed. Yes No NA Access routes used by airport and airline support 207.a(3) El El E]vehicles affected by the project are addressed. Yes No NA Underground utilities, including water supplies 207_a(4) E] E] E]for fire fighting and drainage. Yes No NA Approach/departure surfaces affected by heights 207.a(5) El El Elof temporary objects are addressed. Yes No NA Construction areas, storage areas, and accessE] ❑ ❑ routes near runways, taxiways, aprons, or 207.a helipads are properly depicted on drawings. Yes No NA Temporary changes to taxi operations are 207.b(1) ❑ ❑ ❑ addressed. Yes No NA 43 Appendix 3 Safety and Phasing Plan Checklist PM M M M r_= M M M A W 00 go AC 150/5370-2F September 29, 2011 Coordination Reference Addressed Remarks. Detours for ARFF and other airport vehicles are 207.6(2) ❑ ❑ ❑ identified. Yes No NA Maintenance of essential utilities and 207.b(3) ❑ ❑ ❑ underground infrastructure is addressed. Yes No NA Temporary changes to air traffic control 207.6(4) El El E]procedures are addressed. Yes No NA NAVAIDS Critical areas for NAVAIDs are depicted on 208 ❑ ❑ ❑ drawings. Yes No NA Effects of construction activity on the performance ofNAVAIDS, including 208 ❑ ❑ ❑ unanticipated power outages, are addressed. Yes No NA Protection ofNAVAID facilities is addressed. 208 ❑ ❑ ❑ Yes No NA The required distance and direction from each NAVAID to any construction activity is depicted 208 ❑ ❑ ❑ on drawings. Yes No NA Procedures for coordination with FAA 208, 213.a, Operations, including 213.e(3)(a), El 1:1 E]ATO/Technical identification of points of contact, are included. 218.a Yes No NA Contractor Access The CSPP addresses areas to which contractor ❑ ❑ ❑ will have access and how the areas will be 209 accessed. Yes No NA The application of 49 CFR Part 1542 Airport 209 ❑ ❑ ❑ Security, where appropriate, is addressed. Yes No NA The location of stockpiled construction materials 209.a El E] Elis depicted on drawings. Yes No NA The requirement for stockpiles in the ROFA to 209.a 1:1 E] E]be approved by FAA is included. Yes No NA Requirements for proper stockpiling of materials 209.a ❑ ❑ ❑ are included. Yes No NA Appendix 3 Safety and Phasing Plan Checklist 44 September 29, 2011 AC 150/5370-2F Coordination Reference Addressed Remarks Construction site parking is addressed. 209.b(1) ❑ ❑ ❑ Yes No NA Construction equipment parking is addressed. 209.b(2) ❑ ❑ ❑ Yes No NA Access and haul roads are addressed. 209.b(3) ❑ ❑ ❑ Yes No NA A requirement for marking and lighting of vehicles to comply with AC 150/5210-5, 209.b(4) ❑ ❑ Painting, Marking and Lighting of Vehicles Used on an Airport, is included. Yes No Proper vehicle operations, including 209.b(5), ❑ ❑ requirements for escorts, are described. 209.b(6)yes No INA Training requirements for vehicle drivers are 209.b(7)addressed. Yes No Two-way radio communications procedures are 209.6(9) ❑ ❑ described. Yes No Maintenance of the secured area of the airport is 209.b(10) ❑ ❑ ❑ addressed. Yes No NA Wildlife Management The airport operator's wildlife management 210 ❑ ❑ ❑ procedures are addressed. Yes No NA Foreign Object Debris Management The airport operator's FOD management 211 FE El 11procedures are addressed. No NA Hazardous Materials Management The airport operator's hazardous materials 212 ❑ ❑ ❑ management procedures are addressed. Yes No NA Notification of Construction Activities Procedures for the immediate notification of airport user and local FAA of any conditions 213 ❑ ❑ ❑ adversely affecting the operational safety of the airport are detailed. Yes No NA 45 Appendix 3 Safety and Phasing Plan Checklist M M No W W 4" W M on M M AC 150/5370-2F September 29, 2011 Coordination Reference Addressed Remarks Maintenance of a list by the airport operator of the responsible representatives/points of contact all involved parties and procedures for 213.a ❑ E] E]for contacting them 24 hours a day, seven days a Yes No NA week is specified. A list of local ATO/Technical Operations 213.a 1:1 11 El personnel is included. Yes No NA A list of ATCT managers on duty is included. 213.a ❑ ❑ ❑ Yes No NA A list of authorized representatives to the OCC is 213.6 ❑ ❑ ❑ included. Yes No NA Procedures for coordinating, issuing, maintaining and cancelling by the airport operator of 208, 213.b, ❑ ❑ ❑ NOTAMS about airport conditions resulting 218.b(4)(i) from construction are included. Yes No NA Provision of information on closed or hazardous conditions on airport movement areas by the 213.b ❑ ❑ ❑ airport operator to the OCC is specified. Yes No NA Emergency notification procedures for medical, 213.c E] E] El fire fighting, and police response are addressed. Yes No NA Coordination with ARFF personnel for non- 213.d 1:1 E] Elemergency issues is addressed. Yes No NA Notification to the FAA under 14 CFR parts 77 213.e ❑ ❑ ❑ and 157 is addressed. Yes No NA Reimbursable agreements for flight checks and/or design and construction for FAA owned 213.e(3)(b) ❑ ❑ ❑ NAVAIDs are addressed. Yes No NA Inspection Requirements Daily inspections by both the airport operator 214.a El E] E]and contractor are specified. Yes No NA Final inspections at certificated airports are 214.6 E] 11 Elspecified when required. Yes No NA Underground Utilities Procedures for protecting existing underground 215 ❑ ❑ ❑ facilities in excavation areas are described. Yes No NA Appendix 3 Safety and Phasing Plan Checklist 46 September 29, 2011 AC 150/5370-2F Coordination Reference Addressed Remarks Penalties Penalty provisions for noncompliance with ❑ E] El airport rules and regulations and the safety plans 216 are detailed. Yes No NA Special Conditions Any special conditions that affect the operation ❑ ❑ ❑ of the airport or require the activation of any 217 special procedures are addressed. Yes No NA Runway and Taxiway Visual Aids - Marking, Lighting, Signs, and Visual NAVAIDs The proper securing of temporary airport El El Elmarkings, lighting, signs, and visual NAVAIDs 218.a is addressed. Yes No NA Frangibility of airport markings, lighting, signs, 218.x, 218.c, ❑ ❑ ❑ and visual NAVAIDs is specified. 219,220.b(4) Yes No NA The requirement for markings to be in ❑ ❑ ❑ compliance with AC 150/5340-1, Standards for 218.b Airport Markings is specified. Yes No NA The requirement for lighting to conform to AC 150/5340-30, Design and Installation Details for Airport Visual Aids, AC 150/5345-50, 218.b(lxf) ❑ ❑ ❑ Specification for Portable Runway and Taxiway Lights, and AC 150/5345-53 Airport Lighting Yes No NA Certification Program, is specified. The use of a lighted X is specified where 218.b(1)(b), ❑ ❑ ❑ appropriate. 218.b(3) Yes No NA The requirement for signs to conform to AC 150/5345-44, Specification for Runway and Taxiway Signs, AC 50/5340-18, Standards for 218 c ❑ ❑ ❑ Airport Sign Systems, and AC 150/5345-53, Airport Lighting Certification Program, is Yes No NA specified. Marking and Signs For Access Routes The CSPP specifies that pavement markings and signs intended for construction personnel should ❑ ❑ ❑ conform to AC 150/5340-18 and, to the extent 219 practicable, with the MUTCD and/or State Yes No NA highway specifications. Hazard Marking and Lighting Prominent, comprehensible warning indicators for any area affected by construction that is 220.a ❑ ❑ ❑ normally accessible to aircraft, personnel, or vehicles are specified. Yes No NA PFA Appendix 3 Safety and Phasing Plan Checklist M M r-1 Gl 0 IM r" OR M M ON M 00 M go ri .. AC 150/5370-2F September 29, 2011 Coordination Reference Addressed Remarks Hazard marking and lighting are specified to ❑ ❑ ❑ identify open manholes, small areas under repair, 220.a stockpiled material, and waste areas. Yes No NA The CSPP considers less obvious construction- 220.a ❑ ❑ ❑ related hazards. Yes No NA Equipment that poses the least danger to aircraft but is sturdy enough to remain in place when 220.6(1) ❑ ❑ ❑ subjected to typical winds, prop wash and jet blast is specified. Yes No NA The spacing of barricades is specified such that a ❑ ❑ ❑ breach is physically prevented barring a 220.b(1) deliberate act. Yes No NA Red lights meeting the luminance requirements 220.6(2) E] E] Elof the State Highway Department are specified. Yes No NA Barricades, temporary markers, and other objects placed and left in areas adjacent to any open ❑ ❑ ❑ runway, taxiway, taxi lane, or apron are specified 220.b(4) to be as low as possible to the ground, and no Yes No NA more than 18 in high. Barricades marked with diagonal, alternating orange and white stripes are specified to indicate 220.b(4) ❑ ❑ ❑ construction locations in which no part of an aircraft may enter. Yes No NA Highly reflective barriers with lights are ❑ ❑ ❑ specified to barricade taxiways leading to closed 220.b(5) runways. Yes No NA Markings for temporary closures are specified. 220.b(5) ❑ ❑ ❑ Yes I No NA The provision of a contractor's representative on call 24 hours a day for emergency maintenance 220.6(7) ❑ ❑ ❑ of airport hazard lighting and barricades is specified. Yes No NA Protection of Runway and Taxiway Safety Areas The CSPP clearly states that no construction may occur within a safety area while the associated 221.a(1), ❑ ❑ ❑ runway or taxiway is open for aircraft 221.c(l ) operations. Yes No NA The CSPP specifies that the airport operator coordinates the adjustment of RSA or TSA 221 a(2) E] E] El with the ATCT and the appropriate 221 c(2) FAA Airports Regional or District Office and Yes No NA issues a local NOTAM. Appendix 3 Safety and Phasing Plan Checklist 48 OR September 29, 2011 AC 150/5370-2F OR Coordination Reference Addressed Remarks Procedures for ensuring adequate distance for protection from blasting operations, if required 221.c(3) ❑ ❑ ❑ by operational considerations, are detailed. Yes No NA The CSPP specifies that open trenches or excavations are not permitted within a safety 221 a(4) ❑ ❑ ❑ area while the associated runway or taxiway is open. Yes No NA Appropriate covering of excavations in the RSA or TSA that cannot be backfilled before the 221.a(4) ❑ ❑ ❑ associated runway or taxiway is open is detailed. Yes No NA The CSPP includes provisions for prominent marking of open trenches and excavations at the 221.a(4) ❑ ❑ ❑ construction site. Yes No NA Grading and soil erosion control to maintain 221.c(5) E] El E]RSA/TSA standards are addressed. Yes No NA The CSPP specifies that equipment is to be 221 b ❑ ❑ ❑ removed from the ROFA when not in use. Yes No NA The CSPP clearly states that no construction may within a taxiway safety area while the 221.c El E] E]occur taxiway is open for aircraft operations. Yes No NA Appropriate details are specified for any ❑ ❑ ❑ construction work to be accomplished in a 22 Ld taxiway object free area. Yes No NA Measures to ensure that personnel, material, and/or equipment do not penetrate the OFZ or 221.e ❑ ❑ ❑ threshold siting surfaces while the runway is open for aircraft operations are included. Yes No NA Provisions for protection of runway approach/departure areas and clearways are 22I If ❑ ❑ ❑ included. Yes No NA Other Limitations on Construction The CSPP prohibits the use of open flame welding or torches unless adequate fire safety 222.a(2) ❑ ❑ ❑ precautions are provided and the airport operator has approved their use. Yes No NA The CSPP prohibits the use of flare pots within 222,a(4) E] E] r-1the AOA at any time. Yes No NA The CSPP prohibits the use of electrical blasting ❑ ❑ ❑ caps on or within 1,000 ft (300 m) of the airport 222.a(3) property. Yes No NA oft M 00 49 Appendix 3 Safety and Phasing Plan Checklist September 29, 2011 AC 150/5370-21' Appendix 4. Construction Project Daily Safety Inspection Checklist 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. The list below is one tool that the airport operator or contractor may use to aid in identifying and correcting potentially hazardous conditions. It should be customized as appropriate for each project. Potentially Hazardous Conditions me M M M PW rM R M Item Action Required or None Excavation adjacent to runways, taxiways, and aprons ❑ improperly backfilled. Mounds of earth, construction materials, temporary structures, and other obstacles near any open runway, ❑ taxiway, or taxi lane; in the related Object Free area and aircraft approach or departure areas/zones; or obstructing any sign or marking. Runway resurfacing projects resulting in lips exceeding ❑ 3 in (7.6 cm) from pavement edges and ends. Heavy equipment (stationary or mobile) operating or idle near AOA, in runway approaches and departures areas, or in OFZ. Equipment or material near NAVAIDs that may degrade or impair radiated signals and/or the ❑ monitoring of navigation and visual aids. Unauthorized or improper vehicle operations in localizer or glide slope critical areas, resulting in electronic interference and/or facility shutdown. Tall and especially relatively low visibility units (that is, equipment with slim profiles) —cranes, drills, and ❑ similar objects — located in critical areas, such as OFZ and approach zones. Improperly positioned or malfunctioning lights or unlighted airport hazards, such as holes or excavations, ❑ on any apron, open taxiway, or open taxi lane or in a related safety, approach, or departure area. Obstacles, loose pavement, trash, and other debris on or near AOA. Construction debris (gravel, sand, mud, ❑ paving materials) on airport pavements may result in aircraft propeller, turbine engine, or tire damage. Also, loose materials may blow about, potentially causing personal injury or equipment damage. 51 Appendix 4 Construction Project Daily Safety Inspection Checklist AC 150/5370-21' September 29. 201 1 Item Action Required or None 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 AOA create aviation hazards. 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 AOA create aviation hazards. Wildlife attractants — such as trash (food scraps not collected from construction personnel activity), grass ❑ seeds, tall grass, or standing water — on or near airports. Obliterated or faded temporary markings on active operational areas. ❑ Misleading or malfunctioning obstruction lights. Unlighted or unmarked obstructions in the approach to ❑ any open runway pose aviation hazards. Failure to issue, update, or cancel NOTAMs about airport or runway closures or other construction related ❑ airport conditions. 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 navigation, visual, or approach aids; disruption of weather reporting services; and/or loss of communications. Restrictions on ARFF access from fire stations to the ❑ runway / taxiway system or airport buildings. Lack of radio communications with construction E]vehicles in airport movement areas. Objects, regardless of whether they are marked or flagged, or activities anywhere on or near an airport El could be distracting, confusing, or alarming to pilots during aircraft operations. Water, snow, dirt, debris, or other contaminants that temporarily obscure or derogate the visibility of runway/taxiway marking, lighting, and pavement ❑ edges. Any condition or factor that obscures or diminishes the visibility of areas under construction. Spillage from vehicles (gasoline, diesel fuel, oil) on active pavement areas, such as runways, taxiways, aprons, and airport roadways. Appendix 4 Construction Project Daily Safety Inspection Checklist 52 M M M M F� M L1 V1 A! A on September 29, 2011 AC 150/5370-2F Item Action Required or None Failure to maintain drainage system integrity during construction (for example, no temporary drainage ❑ provided when working on a drainage system). 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. Failure to control dust. Consider limiting the amount of ❑ area from which the contractor is allowed to strip turf. Exposed wiring that creates an electrocution or fire ignition hazard. Identify and secure wiring, and place it ❑ in conduit or bury it. Site burning, which can cause possible obscuration. ❑ Construction work taking place outside of designated El areas and out of phase. 53 Appendix 4 Construction Project Daily Safety Inspection Checklist m AC 150/5370-217 September 29, 2011 m Intentionally Left Blank Appendix 4 Construction Project Daily Safety Inspection Checklist w. 54 go A w ., APPENDIX B FAA AC 150/5210-5D po PAINTINGS MARKINq AND LIGHTING OF VEHICLES USED ON AIRPORTS ON m m Am w m U.S. Department of Transportation Federal Aviation Administration Advisory Circular Subject: Painting, Marking, and Lighting of Date: April 1, 2010 AC No: AC 150/5210-51) ^ Vehicles Used on an Airport Initiated by: AAS -100 Change: 1. PURPOSE. This advisory circular (AC) provides guidance, specifications, and standards for ^ painting, marking, and lighting of vehicles operating in the airport air operations area (AOA). The approved lights, colors, and markings herein assure the conspicuity of vehicles operating in the AOA from both the ground and the air. - 2. CANCELLATION. This AC cancels AC 150/5210-5C, Painting, Marking, and Lighting of Vehicles Used on an Airport, dated August 31, 2007. - 3. APPLICATION. The Federal Aviation Administration (FAA) recommends the guidelines and standards in this Advisory Circular for vehicles operating in the airport AOA. In general, use of this AC is not mandatory. However, use of this AC is mandatory for vehicles funded with federal grant monies ^ through the Airport Improvement Program (AIP) and/or with revenue from the Passenger Facility Charges (PFC) Program. See Grant Assurance No. 34, "Policies, Standards, and Specifications," and PFC Assurance No. 9, "Standard and Specifications." ^ Vehicles covered by this AC that do not meet this standard may be used until the vehicle is repainted or replaced, but no later than December 31, 2010. ^ 4. PRINCIPAL CHANGES. This AC contains new specifications and recommendations for the painting, marking, and lighting of Towbarless Tow Vehicles (TLTVs). — 5. METRIC UNITS. To promote an orderly transition to metric units, this AC includes both English and metric dimensions. The metric conversions may not be exact equivalents, and until there is an official changeover to the metric system, the English dimensions will govern. 6. COMMENTS OR SUGGESTIONS for improvements to this AC should be sent to: Manager, Airport Engineering Division - Federal Aviation Administration ATTN: AAS -100 800 Independence Avenue, S.W. .. WashingVn, DC 205)1 Michael J. XonnelWl Director of Airport Safety and Standards ^ 4/1/2010 Intentionally left blank. AC 150/5210-5D r 4/1/2010 AC 150/5210-51) r.+ PAINTING, MARKING, AND LIGHTING OF VEHICLES USED ON AN AIRPORT 1. SOURCES OF APPLICABLE DOCUMENTS. a. American National Standards Institute, Inc. (ANSI), 25 West 43rd St. 4`s Floor, New York, NY 10036. Website: www.ansi.org r b. American Society for Testing & Materials (ASTM), ASTM International, 100 Barr Harbor Drive, P.O. Box C700, West Conshohocken, PA 19428-2959. Website: www.astm.org r C. The National Fire Protection Association (NFPA), 1 Batterymarch Park, Quincy, Massachusetts 02169-7471. Website: www.nfpa.org d. The U. S. General Services Administration (GSA), Centralized Mailing List Services, 501 West Felix Street, Whse 9, South End P.O. Box 6477, Fort Worth, Texas 76115-6477. Website: www.gsa.gov r e. The Superintendent of Documents, U.S. Government Printing Office, 732 North Capitol St. NW, Washington, DC 20401. .. f. Society of Automotive Engineers, Inc. (SAE), 400 Commonwealth Drive, Warrendale, PA 15096-0001. Website: www.sae.org g. FAA Advisory Circulars: U.S. Department of Transportation, Subsequent Distribution Office, Ardmore East Business Center, 3341 Q 750' Ave., Landover, MD 20785. Website: www.faa.gov M h. FAA Engineering Briefs: www.faa.gov/airports/engineering/engineering_briefs/ 2. DEFINITIONS. The following definitions apply in this AC: OR a. Vehicle — All conveyances, except aircraft, used on the ground to transport persons, cargo, equipment or those required to perform maintenance, construction, service, and security duties. on b. Air Operations Area (AOA) — The portion of airport that encompasses the landing, take off, taxiing, and parking areas for aircraft. C. Airport Emergency Vehicles — Vehicles that are authorized in the AOA for emergency purposes (e.g., ambulances, aircraft rescue and fire fighting (ARFF) vehicles and emergency response vehicles) as authorized by the airport traffic control tower (ATCT) or an authorized on- site accident/incident commander. d. Airport Operations Vehicles — Vehicles routinely used by airport operations personnel .. for airport inspection and duties associated with airfield operations (such as airfield condition reporting and Incident Command) on the AOA and Movement Area. e. Airport Security Vehicles — Vehicles that are authorized in the AOA for security .. purposes, as needed (e.g. police cars). AC 150/5210-5D 4/1/2010 W f. Airfield Service Vehicles — Vehicles that are routinely used in the AOA for airfield service, maintenance, or construction (e.g. snow blowers, snowplows, maintenance trucks, and .. tractors). g. Aircraft Support Vehicles — Vehicles that are routinely used in the AOA to support aircraft operations (e.g. aircraft pushback tractors, baggage/cargo tractors or trucks, air conditioning and aviation fuel trucks). These vehicles are typically owned by airlines, vendors, or contractors and are not eligible for Federal funding. h. Reduced Visibility — Prevailing visibility is less than one statute mile (1609 meters) and/or the runway visual range (RVR) is less than 6,000 feet (1830 meters). i. Movement Area — The runways, taxiways, and other areas of an airport/heliport that are .. used for taxiing/hover taxiing, air taxiing, takeoff, and landing of aircraft, exclusive of loading ramps and parking areas. At those airports/heliports with an operating airport traffic control tower (ATCT), specific approval for entry onto the movement area must be obtained from air traffic control (ATC). j. Other Vehicles — Vehicles that are not routinely authorized in the AOA (e.g. construction vehicles). These vehicles are typically owned by airlines, vendors, or contractors and are not eligible for Federal funding. k. Peak Intensity — Peak intensity, for purposes of this document, means the maximum magnitude of luminescence as measured in candela. 1. Towbarless Tow Vehicle (TLTV) — a type of aircraft support vehicle whose main .. purpose is to tow aircraft in the AOA by way of nose gear capture. 3. VEHICLE PAINTING. NOTE: Airport vehicle paint and markings are a safety of fight requirement. The approved colors/markings herein assure conspicuity of vehicles operating in the AOA from both the ground and air. a. Airport Emergency Vehicles. (1) Ambulances. Ambulance vehicles are painted per the most current version of .. Federal Specification KKK -A-1822, Federal Specification for the Star -of -Life Ambulance. Ambulances are not considered vehicles routinely operating on the AOA. (2) Aircraft Rescue and Fire Fighting (ARFF) Vehicles. Yellowish -green is the .. vehicle color standard. Color specifications are per Appendix A. NOTE: A yellowish -green color provides optimum visibility during all light levels encountered during a 24-hour day and under variations of light that result from weather and seasonal changes. 2 b. Airport Operations Vehicles. Airport operations vehicles may be painted in colors .. designated by the airport operator. The characteristics must be coordinated with the respective ATCT and identified in the tower letter of agreement. C. Airport Security Vehicles. Comply with specific state or local requirements. M an M 4/1/2010 AC 150/5210-5D d. Airfield Service Vehicles. Chrome yellow is the vehicle color standard. Color specifications are per Appendix A. When vehicles are equipped with bumper bars 8 inches (200 mm) or more in depth, the bars must be painted in alternate stripes 4 inches (100 mm) in width of chrome yellow and black inclined 45° to the vertical. e. Aircraft Support Vehicles. (1) Any color or combination of colors other than yellowish -green or chrome yellow. The bumper bar paint scheme in paragraph 3.d (of alternating chrome yellow and black stripe) is recommended. .. (2) TLTVs. International orange is the vehicle color standard. Retroreflective tape covering more than 25 percent of the vehicle's vertical surfaces may be used as a temporary measure to meet this standard prior to scheduled vehicle painting. W f. Other Vehicles. Any color or combination of colors other than solid black or white. OR 4. VEHICLE MARKING. a. Airport Emergency Vehicles. on (1) Ambulances. Ambulances are marked per the most current version of Federal Specification KKK -A-] 822. (2) ARFF Vehicles. Emergency rescue and fire fighting vehicles are marked with me the letters "ARFF, "Fire," or "Rescue" and in accordance with 4.c.(I)-(5) of this AC. b. Airport Operations Vehicles. Airport operations vehicles may be marked as O. designated by the airport operator. Marking must be coordinated with the respective ATCT and identified in the tower letter of agreement. OR C. Airfield Service Vehicles and Aircraft Support Vehicles. (1) Airport operator owned vehicles must display an identification number on each side and on the roof (the hood should be used if the vehicle has no roof). is (2) Side numbers will be a minimum of 16 inches (410 mm) in height and conspicuously located. me (3) Roof numbers will be a minimum of 24 inches (610 mm) in height and affixed with their bases toward the front of the vehicle. The identification numbers should provide sharp color contrast to the vehicle color. (4) In addition to the identification numbers, airport operator -owned vehicles must display either the name of the airport and/or the airport insignia. w (5) To further improve night-time recognition of vehicles, a minimum 8 inch (200 mm) wide horizontal band of high gloss white paint or white reflective tape (Retroreflective, ASTM -D 4956-09, Standard Specification for Retroreflective Sheeting for Traffic Control, Type III & above) must be used around the vehicle's surface. Figures 1, 2, and 3 show suggested locations for the horizontal reflective band. M AC 150/5210-51) n � I Figure 1: Suggested location for the horizontal reflective band, Option 1 4/1/2010 (6) TLTVs. Retroreflective tape is used to outline the shape of a TLTV. If the vertical edge of the vehicle is rounded, the tape should be placed on the rounded portion to reflect light in both the horizontal and vertical planes. Where the placement of the tape may interfere with, or may be worn down by, maintenance or operational activities, tape is not reouired. Suggested locations for the retroreflective bands are shown in Figure 4. Figure 4: Suggested placement of retroreflective tape on a TLTV 4 M 4/1/2010 AC 150/5210-51) d. Airport Security and Other Vehicles. (1) Vehicles other than those that routinely traverse any portion of the AOA under the control of ATC, which are not escorted by a vehicle in constant two-way radio communication with ATC and properly equipped and authorized to operate in the AOA, must be provided with a flag on a staff attached to the vehicle so that the flag will be readily visible. (2) At airports without air traffic control facilities, flags must be provided on all vehicles. rw (3) The flag must be at least a 3 -foot by 3 -foot (0.9 meter by 0.9 meter) square having a checkered pattern of international orange and white squares at least 1 foot (300 mm) on each side (see Appendix A for the fabric color specification). S. VEHICLE LIGHTING. a. Airfield Service, Aircraft Support, and Airport Operations Vehicles. (1) The standard for identification lighting is a yellow flashing light that is mounted on the uppermost part of the vehicle structure. A steady yellow light designates vehicles ON limited to non -movement areas. (2) The light must be visible from any direction, day and night, including from the air. r� (3) Color specifications for vehicle identification lights are per Appendix B. .. (4) TLTVs. An LED light bar placed above the operator's cab may be used in place of the rotating yellow flashing light. In addition, a yellow flashing light (of any type) must be installed on the upper left -rear and right -rear comers of the TLTV, and must be activated when an aircraft is in tow. The size of the rear flashing lights must be large enough to meet the requirements of Section 5.c, but not so large as to interfere with the normal or towing operations of the TLTV. • b. Airport Emergency, Security, and Other Vehicles, which are not escorted by a properly lighted vehicle, must be identified during periods of low visibility by a light. ^, C. Characteristics of Flashing Lights: (1) Ambulance lights must meet the specifications in the most current version of Federal Specification KKK -A-1822, and ARFF vehicles must meet NFPA, state, and .� local requirements. (2) Lights must have peak intensity within the range of 40 to 400 candelas (effective) .� from 0° (horizontal) up to 10° above the horizontal and for 360° horizontally. The upper limit of 400 candelas (effective) is necessary to avoid damage to night vision. (3) From 10° to 15° above the horizontal plane, the light output must be 1/10 1h of peak intensity or between 4 and 40 candelas (effective). 5 M AC 150/5210-513 (4) Lights must flash at 75 t 15 flashes per minute. 4/1/2010 NOTES: 1. The effective intensity of a flashing light is equal to the intensity of a steady -burning (fixed) light of the same color that produces the same visual range under identical conditions of observation. 2. If xenon flashcubes are used, refer to AC 15015345-43, Specification for Obstruction Lighting Equipment, for guidance concerning methods of calculating effective intensity. .. d. Light Colors. (1) Airport Emergency Vehicles. .. (a) Ambulances. Per the most current version of Federal Specification KKK -A-1822. (b) ARFF Vehicles. Red or a combination of red -and -white flashing lights per the chromaticity requirements in Appendix B. (2) Airport Security Vehicles. Signal blue or a combination of red and signal blue flashing light per the chromaticity requirements in Appendix B. (3) Airfield Service, Aircraft Support, Airport Operations, and Other Vehicles. Yellow flashing light per the chromaticity requirements in Appendix B. 6 r� M 4/1/2010 AC 150/5210-5D Appendix A APPENDIX A. COLOR SPECIFICATIONS A-1. SPECIFICATIONS. Colors specified in Table A-1 are per the Commission Internationale de I'Eclairage (CIE) L*a*b* system of color specification. For a description of this system, refer to American Society for Testing & Materials (ASTM) D 2244, Standard Practice for Calculation of Color Tolerances and Color Differences from Instrumentally Measured Color Coordinates. Table A-1. Specification for vehicle and flag colors Standard Illuminant D65 Usage Chrome Yellow Yellowish -Green International Orange Vehicle Paint Vehicle Paint / Vehicle PaintFlag Fabric CIELAB DATA L* a* b* L* a* b* L* a* b* Centroid Color 72.8 24.4 77.6 78.3 -10.2 80.4 45.0 53.5 52.0 Point 1 72.8 31.8 82.9 78.3 -9.0 92.0 45.0 61.4 47.8 Point 2 72.8 25.5 66.7 78.3 -7.6 73.2 45.0 53.9 41.4 Point 72.8 18.0 69.3 78.3 -11.0 69.3 45.0 53.5 53.4 Point 4 72.8 22.4 86.0 78.3 -13.4 86.2 45.0 49.7 60.4 Light Limit 77.8 83.3 49.9 Dark Limit 67.8 73.3 41.6 Max AE 11.1 11.7 10.7 A-2. COLOR TESTS. Acceptable colors are those that meet the gloss rating test and either a visual or an instrumental color test as follows: NOTE: Flag fabric colors must meet either the instrumental tests in Table A-1 or the visual method on described in paragraph A-26(1). a. Gloss Rating Test. This test is performed per ASTM D 523, Standard Test Method for Specular Gloss, on a paint sample of the color to be applied on the vehicle. An acceptable color sample is high gloss with a minimum gloss rating of 70 units, for 60° geometry. _ b. Color Test Methods: (1) Visual. Prepare a master specimen of the color (per Table A-1) and gloss (per paragraph A -2a). This specimen will be the master color and be used as the basis of comparison per ASTM D 5531-05, Standard Guide for the Preparation, Maintenance, and Distribution of Physical Product Standards for Color and Geometric Appearance of Coatings. To verify the paint color of a vehicle visually, vehicle paint samples must be 0" AC 150/5210-51) Appendix A 8 ., 4/1/2010 prepared and viewed per ASTM D 1729-96 (Reapproved 2009), Standard Practice for Visual Appraisal of Colors and Color Differences of Diffusely -Illuminated Opaque Materials. (2) Instrumental. This test requires a test specimen sample and reference to Table A-1. All test specimen measurements should be conducted per ASTM E 1164-09a Standard Practice for Obtaining Spectrometric Data for Object -Color Evaluation. Test specimen tolerances must be per Table A-1 per the following: (a) Plot the centroid color using the a* and b* CIELAB coordinate data from TableA-I on graph paper or by entry of the coordinate data into a computer program. Plot and connect points I through 4 from the same table to form a quadrilateral; noting that the centroid color is within this figure. See Figure A-1 for plots of all three color specifications in Table A-1. (b) Perform color sample measurements per ASTM E 1164-09a. If necessary, convert measurements to CIELAB L*, a*, and b* color space. See ASTM E 308-08, Standard Practice for Computing the Colors of Objects by Using the CIE System, for color space conversion formulae. .. (c) An acceptable color is one that meets: (i) the chromaticity requirements of the color samples a* and b* CIELAB coordinate data by falling within the quadrilateral; (ii) the L* data lightness requirement by falling within the range defined by the light and dark data of Table A-1; (iii) the total color difference (AE) by not exceeding the limits in Table A-1 when the CIELAB data are computed in the following formula: i DE _ (Af2 + Aa z + Ab'z) z where AL*, Aa*, and Ab* values are the differences between those values for the centroid color in Table A-1 and those of the color sample measurements. M ON M 6 r r suolaeaglaads juled aoloa palaalas jo;old •I -y am2i j o.x. V xlpuaddy r Q5-0IZ51051 OV OIOZ/l/b r 11 1 111.11111111 ..i.P.:::o 11111®I8:11 CT.: WEN II OB Mil I5::::::::i.:1 Eiilf�ic=EiiiEiwsiiilE!!!EElEEI!!i®IE!!E'viefii:iiiE0, IMEMEME... n::: s:::::®:::.o::::x'i�:C:.�w.�:::.i.:::::Inn .. �.w........w..wx.w... •.ww.w...�........... �ww.w.wnww.wv.w . iuiuw ..... ..... Y...Y.w..ww. w...Y Y�Y....Yw i®�i■-®®®®®®� :::1:.0111:.11:.111�:...l..ww:CAAu:u :: 1:tl 6l..lwn o.x. V xlpuaddy r Q5-0IZ51051 OV OIOZ/l/b r AC 150/5210-51) Appendix A Intentionally left blank. 10 4/1/2010 • 4/1/2010 AC 150/5210-51) Appendix B ., APPENDIX B. COLOR SPECIFICATIONS FOR VEHICLE IDENTIFICATION LIGHTS B-1. SPECIFICATIONS. The Society of Automotive Engineers (SAE) Standard J578 Revised December 2006, Color Specification, defines the acceptable color boundary limits and measurement of emitted red, white, signal blue, and yellow light for vehicle lights. This standard applies to the overall emitted color of light from the device in lieu of emitted light from any small area of the lens. The color of emitted light must fall within the color boundaries per SAE J578 Revised December 2006 (color boundary equations are in the standard) using color measurement methods detailed in the standard. See FAA Engineering Brief #67, Light Sources Other Than Incandescent and Xenon for Airport and Obstruction Lighting Fixtures, for additional information and Alternative Lighting Devices. r on M M M OR M AC 150/5210-5D Appendix B Intentionally left blank. 12 • m OR M MR APPENDIX C FAA AC 150/5200-18C AIRPORT SAFETY SELF INSPECTION A w po m m • W M W M M ■. 00 W M M U.S. Department of Transportation Federal Aviation Administration Subject: AIRPORT SAFETY SELF -INSPECTION Advisory Circular Date: 04/23/04 AC No: 150/5200-18C Initiated by: AAS -300 Change: 1. PURPOSE. This Advisory Circular (AC) provides information to airport operators on airport self - inspection programs and identifies items that airport operators should include in such a program. 2. FOCUS. Development of a self -inspection program in accordance with this AC represents an acceptable means of compliance with the 14 Code of Federal Regulations (CFR) Part 139 (Part 139) requirements. 3. CANCELLATION. Advisory Circular 150/5200-1813, Airport Safety Self -Inspection, dated 5/2/88, is cancelled. 4. RELATED READING MATERIAL. a. 14 CFR Part 139, CertiScation of Airports. While Part 139 requirements are mandatory for a holder of a Part 139 Airport Operating Certificate, the regulation contains many safety practices that the Federal Aviation Administration recommends for use at all airports. b. 14 CFR Part 77, Objects Affecting Navigable Airspace. c. Current editions of the following advisory circulars: (1) AC 150/5200-33, Hazardous Wildlife Attractants on or near Airports (2) AC 150/5210-21, Airport Certification Manual (ACM). This reference is pertinent for certificated airports only. (3) AC 150/5210-20, Ground Vehicle Operations on Airports. (4) AC 150/5200-28, Notices to Airmen (NOTAMs) for Airport Operators. (5) AC 150/5200-30, Airport Winter Safety and Operations. (6) AC 150/5210-5, Painting, Marking, and Lighting of Vehicles Used on an Airport. (7) AC 150/5230-4, Aircraft Fuel Storage, Handling, and Dispensing on Airports. (8) AC 150/5300-13, Airport Design. (9) AC 150/5340-1, Standards for Airport Markings. (10) AC 150/5340-18, Standards for Airport Sign Systems. (11) AC 150/5340-21, Airport Miscellaneous Lighting Visual Aids. (12) AC 150/5340-24, Runway and Taxiway Edge Lighting System. M AC 150/5200-18C 04/23/04 ^ (13) AC 150/5340-26, Maintenance of Airport Visual Aid Facilities. (14) AC 150/5370-2, Operational Safety on Airports During Construction. ^ (15) AC 150/5370-10, Standards for Specifying Construction of Airports. d. Obtain the latest version of the free Advisory Circular publications from the FAA on its Web site .. at www.fas.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. All FAA ACs are listed in the Advisory Circular Checklist, AC 00-2.1, which is available on the internet. The Checklist also explains how to obtain the circulars. 5. BACKGROUND. a. While some hazardous airport conditions develop virtually instantaneously, others are gradual. It is important that the airport operator have an airport safety self -inspection program that monitors specific airport conditions in order to identify unsatisfactory conditions for prompt corrective actions. A number ^ of airport operators have some form of a safety self -inspection program. The programs vary in scope and effectiveness from verbal instructions and unscheduled and unrecorded inspections to very comprehensive inspection programs with multiple daily schedules and widely distributed responsibilities. b. At airports certificated under 14 CFR Part 139, the self -inspection program is a key component of an airport operator's airport certification program and required under §139.327. An effective self - inspection program enables an airport operator to operate in compliance to Part 139 standards on a day -to- .+ day basis. In accordance with Part 139, all airports must have an Airport Operating Certificate if serving— (1) Scheduled or unscheduled passenger operations of an air carrier with aircraft having a seating capacity of more than 30 passengers, or (2) Scheduled passenger operations with aircraft having a seating capacity of more than 9 and less than 31 passengers.' One of the requirements of Part 139 is that the operator of each certificated airport regularly conduct a daily safety self -inspection to ensure that prompt corrective action is taken to eliminate unsafe conditions on the airport. The specific requirements of the self -inspection program at each certificated airport are addressed in the airport certification manual. c. This AC suggests components, responsibilities, and items for regularly scheduled, continuous surveillance, periodic condition and special inspections, and checklists for use during any of these airport R safety self -inspections. This guidance can be modified as necessary to meet local situations. The information and guidance in this publication serve as a basis by which airports operators may develop their own safety self -inspection programs. 6. RESPONSIBILITIES. a. Safety Self -Inspection. Self -inspection is a primary responsibility of the airport owner, operator, ora duly authorized representative. It is customary to assign the job of assuring overall airport ground safety to the airport manager or operations supervisor. Primary attention should be given to such operational items as pavement areas, safety areas, markings, signs, lighting, aircraft rescue and fire fighting, fueling operations, navigational aids, ground vehicles, obstructions, public protection, wildlife ^ Part 139 is only applicable in the State of Alaska to airport operators serving scheduled or unscheduled passenger operations of an air carrier with aircraft having a seating capacity of more than 30 passengers. ^ 04123/04 AC 150/5200-18C hazard management, construction, and snow and ice control. Inspection of areas that have been assigned to individual air carriers, fixed base operators, or other tenants can be made the responsibility of the user. However, at Part 139 airports, the FAA will hold the certificate holder ultimately responsible for operating the airport safely. b. Recommended Inspection Frequency. (1) Regularly scheduled inspection. The airport should be inspected at least daily during times when aircraft activity is minimal in order to create the least impact on airport operations. Part of this inspection should be done during the hours of darkness at those airports that serve air carriers after dark. (2) Continuous surveillance inspection. Those activities and facilities that have been identified to require continuous surveillance should be inspected any time personnel are in the air operations area. Hazardous conditions can occur at any time and in a short period of time. (3) Periodic condition inspection. Periodic condition inspection of activities and facilities can be conducted on a regularly scheduled basis but less frequently than daily. The time interval could be weekly, monthly, or quarterly, depending on the activity or facility. (4) Special inspection. Special inspections of activities and facilities should be conducted after receipt of a complaint or when an unusual condition or unusual event occurs on the airport, such as a significant meteorological event or an accident or incident. Special inspections should also be conducted at the end of construction activity to ensure that there are no unsafe conditions present related to the construction activity. A special inspection should be conducted prior to construction personnel leaving the airport in the event that corrective actions are necessary. Special inspections should be documented on the appropriate portions of the regularly scheduled inspection checklist. c. Inspection Records. An effective safety self -inspection program includes procedures for reporting and correcting deficiencies. This means that the airport operator should have a work order _ system in place so that deficiencies can be corrected in an expeditious manner. (1) The operator should issue a Notice to Airmen (NOTAM), as appropriate, through the appropriate Flight Service Station (FSS) reporting deficient conditions that could have an immediate and critical impact on the safety of aircraft operations. When corrective actions have been taken, the NOTAM should be cancelled. At Part 139 airports, other similar systems and procedures may be used if approved by the FAA. w (2) For even the smallest airport, it is desirable to use a safety self -inspection checklist that constitutes a written record of conditions noted, and acts as a check on follow-up actions taken. The scheduled use of a dated checklist will assure the regularity and thoroughness of safety inspections and follow-up. The checklist can be an important administrative tool for airport management. It can provide a snapshot of the condition of the airport, indicating trends, defining problem areas, indicating systems that are beginning to deteriorate and helping to define budgetary requirements. It is most desirable to use a format (see examples, Appendices 1-5) in which each inspected area of the airport complex is .. positively noted. Retain the checklist until indicated actions are completed. Airports certificated under Part 139 must retain the regularly scheduled inspection checklist for 12 months. Airports may use additional, specialized materials and forms, such as maintenance work orders, NOTAMs, fire station and first aid reports, etc. Some airport operators use computerized versions specifically designed to meet their self -inspection requirements. There are several vendors that have developed these computer programs that can use laptops and Personal Data Assistants (PDAs). However, the regularly scheduled inspection checklist should be the basic log documenting that safety inspection responsibilities are being met. d. Follow-up. The airport operator should follow up on complaints or requests for corrective action and on all deficient items or problem areas noted during the daily inspection. Determine which problems AC 15015200-18C 04/23/04 require immediate attention and treat those with highest priority, including developing appropriate NOTAM notification. aq 7. INSPECTION TECHNIQUES. Inspectors should vary the pattern of the inspection. Fixed inspection patterns, while easy to learn, do not provide for an adequate inspection. The use of such fixed inspection patterns can lead to complacency and to the possibility of missing items that are in need of correction. When conducting an inspection on a runway and when there is time to do only one pass on that runway, inspection personnel, whenever practical, should drive towards the direction of landing aircraft with high intensity flashing beacon and headlights on day and night. This practice will enable self -inspection personnel to see approaching aircraft and improve visibility of the vehicle to pilots. However, it is recommended that a runway .� inspection be done in both directions. Inspection personnel should also drive the stub taxiways between the runway and parallel taxiway as these areas are commonly overlooked. M 8. KNOWLEDGE AND EQUIPMENT FOR SELF -INSPECTION. a. Airport personnel who conduct safety self -inspections (referred to as inspectors in this AC) should receive training in at least the following areas: b. Inspectors should know the location and types of airport facilities, airport rules and regulations and, at Part 139 airports, be familiar with the FAA -approved Airport Certification Manual. (1) Airport familiarization, including airport signs, marking, and lighting; (2) Airport Emergency Plan (if the airport has one); (3) Notice to Airmen (NOTAM) notification procedures; (4) Procedures for pedestrians and ground vehicles in movement areas and safety areas; (5) Airport inspection procedures and techniques; and (6) Discrepancy reporting procedures. c. Inspectors should know the FAA Advisory Circular standards applicable to the airport and have access to copies for reference. Some applicable standards can be found in the FAA Advisory Circulars listed in paragraph 3c. (This is not an all-inclusive list.). They can also be found on the Internet at www.faa.gov. d. Inspectors should have a vehicle equipped with: (1) a two-way ground control radio capable of communicating with the Airport Traffic Control Tower on controlled airports and on the Common Traffic Advisory Frequency (CTAF) or UNICOM at uncontrolled airports (or at controlled airports when the tower is closed); (2) a beacon for nighttime (or inclement weather conditions) inspections; and (3) either a beacon or checkered flag for daytime inspections. e. Inspectors should know and use correct radio communication phraseology, procedures and techniques, as specified in the Aeronautical Information Manual. If the airport operator uses airport police to do all or part of the self -inspection, the police should use aviation terminology and not 1014 codes. L Inspectors should be supplied with checklists covering the various inspection areas (sample we airport safety self -inspection checklists are contained in Appendices 1-5). While format of checklists vary, it is important to develop a checklist that is useful for the airport and its operation. If certain W 04123/04 AC 15015200-18C inspectors will be responsible for only certain items, separate checklists pertinent to those areas may be developed. A sketch of the airport should accompany the checklist so that the location of problems can be marked for easy identification. g. Inspectors should review the most recently completed checklist from the previous inspection cycle prior to beginning the inspection. h. If construction is in progress, inspectors should be familiar with the safety plan for the project. .. i. If the airport is certificated under Part 139, inspectors should be familiar with the airport certification manual requirements concerning training and self -inspection. .. 9. COMPONENTS OF A SAFETY SELF -INSPECTION PROGRAM. A successful safety self - inspection program has four components: a. A regularly scheduled inspection of physical facilities (which must be conducted daily at airports certificated under Part 139 or in accordance with the FAA -approved airport certification manual). If the airport serves air carriers after dark, there should also be a nighttime inspection of lighting; an b. Continuous surveillance inspection of certain airport activities, such as fueling operations, construction, airfield maintenance; c. A periodic condition inspection program for such things as surveying approach slopes, obstructions, etc.; and d. Special condition inspections during unusual conditions or situations, such as changing weather or days of unusually high number of aircraft operations. 10. REGULARLY SCHEDULED INSPECTION. The regularly scheduled inspection consists of specific observations of airport physical facilities on at least a daily basis. This inspection should concentrate on the areas described in this section, which are also included in Appendix 1. If deficiencies exist, the inspector should indicate the deficient item and identify its location on a airport sketch, providing dimensions and depths, as necessary. If appropriate, the inspector should take photographs to document the condition. a. Pavement Areas. The condition of pavement surfaces is an important part of airport safety. Pavement inspection should be conducted daily before flight operations commence to ensure pavement surfaces are clear. As a minimum, a daily inspection should be performed of all paved areas that are the responsibility of the airport operator or as specified in the FAA -approved Airport Certification Manual. 04 During the pavement inspection, the inspector should: (1) Check the pavement lips—the area between full-strength pavement and shoulders or paved shoulders and safety areas—to assure that they are no greater than necessary to allow water to drain off am the pavement. A lip height no greater than 1 1/2 inches is usually sufficient to allow proper drainage. (At airports certificated under Part 139, pavement lips shall not exceed 3 inches as stated in § 139.305.) (2) Determine if there are any cracks wide enough to cause directional control problems for an aircraft. Report and monitor these cracks. (3) Determine if there are any holes that could cause directional control problems for an aircraft. (At airports subject to Part 139. any hole that cannot be covered by a 5 -inch circle, and the side slope at any point in the hole that exceeds 3 inches in depth and is 45 degrees or greater, is a discrepancy. If the hole cannot be covered by a 5 -inch circle but the side slope at any point in the hole that exceeds 3 M M AC 15015200-18C 04/23/04 inches in depth or is less than 45 degrees, it may be a discrepancy if it is determined to be a surface variation that could impair directional control of an air carrier aircraft.) (4) Check the condition of pavement areas for cracks, scaling, spalling, bumps, low spots, and for debris that could cause foreign object damage to aircraft. (5) Check for vegetation growth along runway and taxiway edges that may impede drainage from the pavement surface. (6) Check for vegetation growth in cracks. (7) Report and monitor any cracks, holes, variations and vegetation that can cause loss of aircraft directional control or may cause pavement damage, including damaged caused by damming or ponding water. b. Safety Areas. The inspector should know the dimensions of the runway and taxiway safety areas at the airport. At airports certificated under Part 139, the dimensions of the safety areas should be documented in the airport certification manual. During the safety area inspection, the inspector should: .. (1) Determine if there are any hazardous ruts, depressions, humps or variations from the normal smooth surface. (2) Check to ensure no object is located in a safety area, except objects that must be in the safety areas because of their functions (such as runway lights, signs, or navigational aids). These objects must be constructed on frangibly mounted structures of the lowest practical height. At Part 139 airports, the frangible point must be no higher than 3 inches above grade. (3) Determine if the base for any equipment in safety areas is at grade level (especially during the winter thaw) and equipment and NAVAIDs mounted on frangible couplings. (4) Check to ensure that manhole and handhole covers are at grade level and can support vehicles and aircraft. Check to ensure that mounts for light fixtures are at grade level. (5) Check for surface variation and other damage caused by rodents or other animals. M (6) Report any objects that are not frangible or not at grade level. Also report extraneous equipment and objects, such construction equipment, and surface variations that would cause damage to an aircraft or impede emergency response vehicles. At airports certificated under Part 139, issue a �* NOTAM regarding objects in the safety area contrary to § 139.309 (see § 139.339) c. Markings. Airport markings provide important information to pilots during takeoff, landing, and taxiing. To avoid confusion and disorientation, airport markings should be in compliance with FAA marking standards specified in AC 150/5340-1, Standards for Airport Markings. (Compliance with these standards is mandatory for operators of airports certificated under Part 139 and for airport operators that have accepted Federal funds for runway and taxiway construction/rehabilitation.) The inspector should .. know the appropriate markings required at the airport. During the marking inspection, the inspector should: (1) Check markings for correct color -coding, peeling, blistering, chipping, fading, and ., obscurity due to rubber buildup. (2) Check to see if all runway hold position markings are clearly visible. M (3) During and after construction projects, check new markings for compliance with FAA marking standards. (4) If the markings have glass beads, check markings during periods of darkness to determine if the reflectivity of glass beads is adequate at night. OR 04/23/04 AC 150/5200-18C (5) Report and monitor any nonstandard marking or markings that are obscured, faded or ^ deteriorating. d. Signs. Signs provide important information to pilots while taxiing. To avoid pilot confusion and disorientation, airport signs should be in accordance with FAA sign standards specified in AC 150/5340- 18, Standards for Airport Sign Systems. (Compliance with these standards is mandatory for operators of airports certificated under Part 139 and for airport operators that have accepted Federal funds for runway and taxiway construction/rehabilitation.) The inspector should know the appropriate sign standards and .. specifications at the airport and at a Part 139 certificated airport, ensure signs comply with the FAA - approved Sign Plan. (1) Check signs to ensure they are easy to read, in accordance with color standards, retro - reflective, and that all lighted signs are working and not obscured by vegetation, dirt, snow, etc. (2) Check signs to ensure they are frangibly mounted and concrete bases are properly maintained at grade level. ^ (3) Check to see that sign panels are not missing or damaged, that they have the correct legend and arrow orientation, and that they are not cracked or broken. .� (4) During and after construction projects, check new signs for compliance to FAA sign standards and, at Part 139 airports, in accordance with the FAA -approved Sign Plan. (5) During periods of darkness, check signs to ensure they are properly illuminated. Ensure .� mandatory instruction signs are illuminated with the associated runway lighting system. Check signs for correct operations; that they are on the correct circuits, they do not flicker and that they follow the intensity setting of the runway or taxiway lights. ++ (6) Report and monitor any nonstandard sign or any sign that is not functioning, is faded or damaged. At airports certificated under Part 139, issue a NOTAM regarding any malfunctioning holding position sign or ILS critical are sign, as specified under § 139.339 e. Lighting. At night and during periods of low visibility, lighting is important for safe airport operations. Lights come in different shapes, sizes, colors, and configurations and can be located either in the pavement or along its edges. Inspection of lighting is best accomplished during periods of darkness in r.. order to evaluate lighting systems when they provide the primary visual aid for pilots. The inspection should concentrate on the lighting owned by the airport operator. However, the inspector should observe any lighting owned or operated by others and report any observed problems immediately to the +. appropriate responsible owner. During the lighting inspection, the inspector should: (1) Check to ensure that the following are operable, if installed, and that vegetation or deposits of foreign material do not obscure the light fixture. (i) Runway and taxiway edge lights; (ii) Apron edge lights; *„ (iii) Runway centerline and touchdown zone lights; (iv) Taxiway centerline lights or centerline reflectors; (v) Runway threshold/end lights; and (vi) Runway guard lights (both elevated and in -pavement, if installed). (2) Check that the following are operable, if installed: ^ (i) Ramp lights and floodlights used in construction to ensure they are properly shielded); ^ ^ on AC 150/5200-18C 04123/04 +n (ii) Obstruction lights; and (iii) Lighting in fuel storage areas. (3) Report all fixtures missing and lights that are not working or appear dim. (4) Report any missing or broken light fixture lenses. �. (5) Ensure that runway and taxiway lights and runway threshold lights are the proper color and are oriented correctly. (6) Check that lights function properly through the manual or radio control features, and that photocell controls function properly. (7) Check the lights for proper alignment, aiming and correct changes in intensity, for correct height, erosion around the bases and the height of frangibility. E Navigational Aids (NAVAIDs). The inspection of NAVAIDs should concentrate on the visual navigational aids owned by the airport operator. However, the inspector should observe any navigational aids owned or operated by others, such as the FAA, and report any observed problems immediately to the NAVAID owner. During the inspection of NAVAIDs, the inspector should: (1) Determine if the segmented circle is clear of vegetation and that it can be seen easily from .. the air. (2) Determine if the airport rotating beacon is visible and working properly. (3) Check the wind cone(s) to ensure that it swings freely, the cone fabric is not faded or frayed, and, if lighted, that all lights are operating. (4) Determine if the Runway End Lights (RENLs, formerly known as Runway End Identifier Lights) are flashing in proper sequence and mounted on frangible couplings. (5) Check Visual Glide Slope Indicators (VASis, PLASIs, or PAPIs) to ensure that their lights are working and mounted on frangible couplings. (6) Determine if the Approach Lighting systems are functioning properly. (7) Report and monitor any NAVAID that is malfunctioning, inoperable or misaligned, damaged or missing. g. Obstructions. The inspection of obstructions should concentrate on a visual check of construction underway on or near the airport that could affect aircraft operations. This also includes checking for any vegetation, especially, trees, that may penetrate the Part 77 surfaces. During the inspection of obstructions, the inspector should: (1) Check to ensure that construction equipment, especially tall cranes being used at construction sites, are not an obstruction. If construction is found and thought to create an obstruction, the airport operator should determine if proper notification to FAA, such as is required through Part 77 or Airport Layout Plan review, has been provided. _ (2) Determine if obstructions are properly marked and lighted. (3) Direct any person proposing construction near a public -use airport meeting the notice requirements contained in Part 77, Objects Affecting Navigable Airspace, to the Air Traffic Division or �+ Airports District Office immediately if their construction has not been reported to the FAA. (4) Report and monitor any obstruction light that is missing, inoperative or damaged, and any object that appears to be an obstruction and is not properly marked or lit. as M M 04/23/04 AC 150/5200-18C h. Fueling Operations. The daily inspection on aircraft fueling operations should concentrate on a quick inspection for the most common problems concerning compliance with local fire safety codes at fuel storage areas and with mobile fuelers. The inspection should also include security, fire protection, general housekeeping, and fuel dispensing facilities and procedures. A more detailed fueling operation inspection should be scheduled quarterly (see Quarterly Fueling Operations under Periodic Condition Inspection). During the daily inspection of aircraft fueling operations, the inspector should: (1) Determine if the fueling operator is permitting any unsafe fueling practices or is in .. violation of local fire code, such as failure to bond aircraft with the mobile fuelers during fueling operations or fueling personnel smoking while fueling aircraft. (2) Check to ensure that the appropriate signs for the fuel farm are installed and that all gates ^ are locked except when the facility is occupied by an authorized user. (3) Report and monitor any unsafe fueling practices and violation of local fire codes. At Part 139 airports, report any noncompliance with fuel fire safety procedures specified in the FAA -approved ^ Airport Certification Manual. L Snow and Iee. The inspector should be familiar with the airport's snow and ice removal procedures and guidance provided in AC 150/5200-30, Airport Winter Safety and Operations. At Part ^ 139 certificated airports, the inspector should be familiar with the airport's FAA -approved Snow and Ice Control Plan. During the snow and ice control inspection, the inspector should: ^ (1) Determine if any lights and signs are obscured by snow or damaged by snow removal operations. (2) Check to ensure that snow banks and drifts next to the runway and taxiways provide clearance for aircraft wing tips, engines, and propellers. (3) Check to ensure that snow is not piled across the runway threshold or across runway/runway intersections. ^ (4) Check to be sure that no foreign objects are left on the pavement from snow removal operations. (5) Check to ensure that snow removal operations have not blocked any taxiways or access ^ routes dedicated for aircraft rescue and fire fighting equipment. (6) Check to ensure that snow is not accumulated or piled in the critical areas for electronic ^ NAVAIDs. (7) Check for and report slippery pavement conditions in terns of either braking action or MU values. If a friction measurement device is available, issue the appropriate numbers obtained from the equipment. (Do not attempt to correlate friction measurement numbers with braking action reports.) (8) Report and monitor any snow and ice accumulation that has been missed by the snow and ice removal operation, and any dangerous condition created by such operations, such as obscured signs or lights. At airports certificated under Part 139, issue a NOTAM regarding snow, ice, slush or water on the movement area or loading ramps, and parking areas, as specified under § 139.339. j. Construction. The inspector should be familiar with the airport's construction safety procedures ^ and guidance provided in AC 150/5370-2, Operational Safety on Airports During Construction. At Part 139 certificated airports, the inspector should be familiar with the airport's FAA -approved Construction Safety Plan. During the construction inspection, the inspector should: ^ (1) Determine if stockpiled material and construction materials are properly stored to keep them from being moved by wind, jet blast, or prop wash, and is not left in safety areas or movement area. ^ AC 150/5200-18C 04/23/04 M (2) Check all construction adjacent to movement areas to ensure areas are identified with conspicuous marking and lighting. �. (3) Determine if construction equipment (such as bulldozers, cranes, etc.) are marked and lighted and parked clear of the safety areas. (4) Ensure construction barricades are properly positioned to define the limits of construction and hazardous areas and, if barricades are lighted, check to ensure lights are working properly and are positioned correctly. (5) Check to ensure that debris and foreign objects are continuously being picked up around construction areas. (6) Check for open trenches in the safety areas or adjacent to movement areas. (7) Check operation of lighting in areas adjacent to construction daily before the construction crews depart for the day. In particular, ensure that mandatory instruction signs remain lit with the associated runway lights, even on taxiways that have been closed for construction. (8) Check NOTAMs daily during construction projects to ensure they accurately reflect the conditions on the airport. (9) Verify that closed taxiways or runways are properly marked and lighted. (10) Report and monitor any dangerous condition created by construction activity, including damage to signs, lights, markings and NAVAIDS or equipment and supplies left in movement areas and safety areas. k. Aircraft Rescue and Fire Fighting. During the inspection of aircraft rescue and fire fighting (ARFF) capabilities, the inspector should: .. (1) Check the status of ARFF response, including the availability of equipment, fire fighters and extinguishing agent. At Part 139 airports, ensure that such ARFF capabilities comply with the FAA - approved Airport Certification Manual and that the airport's ARFF Index is still appropriate for air carrier .. aircraft served. (2) Ensure alarm and emergency notification communication systems are operable. (3) Determine the adequacy of available fire extinguishing agents. (4) Check for construction or maintenance activity on the movement area that could affect ARFF response routes. Ensure that the ARFF Department has been notified if construction or maintenance activity could affect emergency response routes. (5) Report and monitor any ARFF vehicle, equipment or extinguishing agent that is not available or inoperative; any ARFF personnel that are not available; and any changes to aircraft that may require a change to ARFF capabilities. At Part 139 airports, notify the FAA if ARFF vehicles is inoperative and cannot be replaced immediately, as specified under § 139.319(g) and issue a NOTAM regarding non-availability of any rescue and firefighting capability, as specified under § 139.339. 1. Public Protection. During the public protection inspection, check gates, fencing, locks, and other safeguards are in place and functioning properly to prevent inadvertent entry to movement areas by unauthorized persons and vehicles and offer protection from jet blast. Report and monitor any safeguards that are damaged or missing. In accordance with the airport's security plan, report unauthorized persons or vehicles in the movement area (airports regulated by the Transportation Security Administration may have additional requirements for reporting and responding to unauthorized persons and vehicles). in. Wildlife Hazard Management. During the wildlife hazard inspection, the inspector should check for evidence of birds or animals on the runways, taxiways, aprons, and ramps or other signs that 10 OR M M ^ 04/23/04 AC 15015200-18C wildlife problems may have developed - such as large flocks of birds on or adjacent to the airport. ^ Wildlife hazards found during the daily self -inspection should be properly documented. All dead wildlife found and all wildlife aircraft strikes should be reported to the FAA on the FAA Form 5200-7, Bird/Other Wildlife Strike Report. This form may be obtained from the FAA Internet site, at www.faa.gov. .. Additionally, the inspector should check fencing and gates for wildlife accessibility and should ensure that wildlife control equipment is available and operational. .� 11. CONTINUOUS SURVEILLANCE INSPECTION. Continuous surveillance inspection consists of general observation of activities for compliance with regulations, procedures, etc., as well as abnormalities with physical facilities that are readily apparent. This is performed any time inspection personnel are on the air operations area. Continuous surveillance of airport physical facilities and ^ activities should cover at least the areas described in this section, which are also included in Appendix 2. a. Ground Vehicles. During the continuous surveillance inspection of ground vehicles, the ^ inspector should: (1) Determine if vehicle drivers are following the airport's procedures and arrangements for the orderly operations of ground vehicles (including mowing machines or other maintenance vehicles in ^ the safety areas). Extra attention should be paid to ground vehicle activity during construction, winter operations, and other special events. (2) Report and monitor any vehicle operator that is not complying with the airport's vehicle procedures and arrangements. (3) Report any ground vehicle accident observed and any ground vehicle signs and markings that are damaged, missing or obscured. b. Fueling Operations. The inspector should: (1) Emphasize fire and explosion hazards inherent in aircraft refueling. (2) Ensure proper bonding is being used, deadman controls are not blocked, and no smoking prohibitions are being observed, and aircraft are not being fueled inside hangars. ^ (3) Check for proper parking of mobile fuelers to ensure these vehicles are at least 10' apart and 50' from buildings. (4) Check for fuel leaks or spills in the fuel storage area and around mobile fuelers. ' (5) Determine if the fuel farm is free of flammable materials, including litter and vegetation. (6) Report and monitor any of unsafe fueling conditions discussed above and other obvious _ violations of local fire code and airport fuel fire safety procedures. c. Snow and Ice. During the continuous surveillance inspection of snow and ice removal operations, the inspector should check snow or ice covered pavements and report and monitor any ^ surfaces where snow and ice may affect the safety of aircraft operations. In addition, the inspector should monitor snow and ice removal NOTAMS to ensure they remain current and issue timely corrections, as necessary. If the airport uses other means to notify tenants of snow and ice removal operations, e.g., faxed or electronic messages, the inspector should also monitor this information for accuracy. Check to ^ ensure that snow or ice on pavement surfaces does not affect the safety of aircraft operations and that NOTAMS are current. d. Construction. The Inspector should check construction projects to ensure that the contractor is following the construction safety plan. During the continuous surveillance inspection of construction activity, the inspector should check for, and report, any of the following conditions: 11 AC 150/5200-18C 04/23/04 (1) Unauthorized use of runways, taxiways, and aprons by construction personnel and equipment. M (2) Conditions that may result in runway incursions and other irregularities. This includes ensuring that construction areas are delineated appropriately with barricades, cones, markings, etc. (3) Construction equipment is not operated in ILS/MLS critical areas unless coordination with FAA has been accomplished. (4) Perimeter gates are left open and unattended, unlocked or construction vehicles and personnel are not following access and escort procedures. (5) Construction vehicles not properly marked or missing appropriate flags and/or beacons. (6) Foreign object debris on haul roads adjacent to movement areas that can be tracked onto taxiways, aprons, and ramp areas. (7) Confusing or missing signs, markings or lighting that could potentially confuse or mislead pilots. .. (8) Barricades and lighting are in place and operational. e. Public Protection. Pay special attention to public protection during construction and special .. events. During the continuous surveillance inspection of safeguards used to protect the public, the inspector should check for, and report, any of the following conditions: (1) Unauthorized personnel, vehicles, and animals, particularly in areas aircraft passengers and the general public are present on the air carrier ramp and other portions of the movement area, Le, remote aircraft parking locations. (2) Inoperable or blocked gates, particularly those that would impede access by aircraft rescue and fire fighting equipment. (3) Open or unlocked gates and missing or damaged signs posted to prevent unauthorized access to the airfield. (4) Damaged or missing jet blast fences. L Wildlife Hazard Management. During the continuous surveillance inspection of wildlife hazards, the inspector should check for, and report, any of the following conditions: (1) Birds or animals, such as dogs, deer, etc., on or adjacent to the runways, taxiways, aprons, and ramps to determine if there is a potential wildlife hazard problem. (2) Potential hazard created by birds on or adjacent to the airport. (3) Wildlife strikes and carcasses found on the runways. Report these on FAA Form 5200-7, ,. Bird/Other Wildlife Strike Report. This form may be obtained from the FAA Internet site at www.faa.gov. g. Foreign Object Debris (FOD). The inspector should continuously check for, and remove any FOD in movement areas, aircraft parking areas and loading ramps. 12 so M 04123/04 AC 150/5200-18C 12. PERIODIC CONDITION INSPECTION. Periodic condition inspections consist of specific checks of physical facilities on a regularly scheduled basis (but less frequently than daily). Checks may require use of equipment (e.g., Walker Bar to measure VASI glide slope angles or transit to survey approach slopes, or continuous friction measurement equipment) or checking specific features of physical facilities. Periodic inspection of airport physical facilities and activities should cover at least the areas described in this section, which are also included in Appendix 3. _ a. Pavement Areas. The inspector should check pavement surfaces for rubber buildup, polishing, or other items affecting friction. b. Markings. The inspector should: (1) Check pavement markings to ensure they are correct and clearly visible. Markings on concrete and faded asphalt should be outlined with a black border. (2) Determine if markings are visible at night, especially examine for rubber buildup in the No touchdown zone areas. c. Signs. The inspector should check signs faces for peeling and for fading or faded colors. d. Quarterly Fueling Inspections. Airports certificated under Part 139 are required to establish fire safety standards for safe fueling operations and conduct quarterly inspections of the fueling facilities. The inspection procedures in this section are based on the NFPA 407 fire code for airport fueling operations, .� which is one of the more common fire codes in effect at certificated airports. The fire safety standards for fueling operations should be listed in the Airport Certification Manual (ACM) and the quarterly inspections should be conducted for compliance to the fueling fire safety standards listed in the ACM. Sample quarterly inspection checklists for fuel storage areas and mobile fuelers are included in Appendix 5. Typical fire safety standards to inspect quarterly are listed below. Airports certificated under Part 139 are required to maintain a record of this inspection for at least 12 months. (1) Fuel storage areas and loadinglunloading stations. The inspector should: (i) Check fuel storage areas for adequate fencing and security to prevent unauthorized access or tampering. .+ (ii) Check for "No Smoking" signs that are clearly visible. (iii) Check fuel storage areas for materials such as trash or vegetation that could contribute to the spread of fire. Also check for equipment, functions or activities that could be ignition sources. (iv) Note if fueling equipment appears to be in good operating condition and free of fuel leaks. (v) Check piping for reasonable protection from damage by vehicles if piping is above ground. (vi) Check fuel storage areas for at least two accessible and serviceable fire extinguishers. Where the open hose discharge capacity of the equipment if more than 200 gallons per minute, at least one wheeled extinguisher with at least 125 lbs of agent is also required. .+ (vii) Check for explosion proof equipment, switches and wiring that is reasonably protected from heat, abrasion or impact, which could cause an ignition source. M (viii) Check for piping, filters, tanks and pumps being electrically bonded together and interconnected to an adequate grounding rod. (ix) Check for a serviceable bond/ground wire with clip at each loadinglunloading facility for grounding tankers and mobile fuelers. 13 we AC 150/5200-18C 04123/04 (x) Check loading stations for deadman control features. (xi) Look for a boldly marked emergency cutoff capable of stopping all fuel flow with one physical movement. The emergency cutoff should be located outside the probable fuel spill area near the route that normally is used to leave the spill area or to reach the fire extinguishers. (2) Mobile fuelers. At least once every 3 months, inspect all fuel trucks to ensure they meet fire safety standards. The inspector should: (i) Note if mobile fuelers appear to be in good operating condition and free of fuel leaks. (ii) Check mobile fuelers for parking at least 50 feet from a building and at least 10 feet from each other. Note: Some airports have a mobile feeler maintenance building that is approved by the local fire marshal. �. (iii) Check for flammability decals on all sides. Lettering should be at least 3 inches high. Also check for hazardous materials placards on all sides. The Hazmat number for Jet A trucks should be #1863 and #1203 for 100LL trucks. (iv) Check the cab for a "No Smoking" sign and the presence of smoking equipment. Ashtrays and cigarette lighters are not to be provided. (v) Check for two fire extinguishers, accessible from each side of the mobile feeler. Fire extinguishers should be charged, sealed and tagged from the last fire extinguisher inspection. Check dry chemical extinguishers to ensure they are only B -C rated. ABC rated multi-purpose dry chemical extinguishers are not to be used on mobile fuelers as they are highly corrosive to aircraft and can cause significant damage to aircraft engines. (vi) Check emergency fuel cutoffs to ensure they are boldly marked and operable. There should be an emergency fuel cutoff accessible from each side. (vii) Check electrical equipment, switches, wiring and tail light lens covers for explosion proof construction and reasonable protection form heat, abrasion or impact which could be an ignition source. _ (viii) Check for serviceable bonding wires and clamps. (ix) Check nozzles for deadman control feature. (x) Check the vehicle exhaust system for exhaust leaks and for adequate shielding if it extends under the fuel tank portion of the vehicle. e. Navigational Aids. Periodically check the aiming of REILs and Visual Glide Slope Indicators owned by the airport. f. Lighting. The inspector should: .� (1) Determine that power generator and circuit resistance tests are being conducted. (2) Ensure lights with adjustable optical systems are checked for proper aiming. g. Obstructions. The inspector should: (1) Check to ensure there are no overhead power lines in the aircraft parking areas. (2) Annually survey trees and other structures near the airport that could affect glide path angles, approach light lanes, or be an obstruction to Part 77 surfaces. h. Aircraft Rescue and Fire Fighting. The inspector should: (1) Periodically determine if the aircraft rescue and fire fighting equipment is capable of meeting response times, if it is required under Part 139. 14 W .. 04/23/04 AC 15015200-1 BC (2) Ensure that recurrent training and hot -fire drills are being conducted as required by Part 139. (3) Check to ensure the availability of adequate entry tools. 13. SPECIAL CONDITION INSPECTIONS. Special condition inspections occur after receipt of a complaint or as triggered by an unusual condition or event. A special inspection should be conducted after an accident or incident. Depending upon circumstances, special condition inspections may include the inspection of any of the specific facilities or activities under the other three components. A special condition inspection of airport physical facilities and activities should cover at least the areas described in this section, which are also included in Appendix 4. �. a. Pavement Areas. After a rain or thunderstorm, the inspector should check the pavement areas for ponding and edge damming. In. Markings and Signs. The inspector should: (1) Determine if markings are visible at night especially when the pavement is wet following a rain. (2) After construction or maintenance operations, ensure that pavement markings are correct. c. Safety Areas. The inspector should: (1) Ensure that the storm sewer system is checked to verify that inlets are not clogged and drainage channels are free of debris. Note any standing water. (2) Ensure all inlet covers are in place and sewer covers are at grade level. .. (3) Conduct a special inspection before reopening a runway or taxiway following any construction or maintenance that has been performed in or around that safety area. (4) Any time an aircraft has left the pavement and entered a safety area, check to ensure that no ruts or holes have been made by the aircraft tires or by personnel and equipment during the recovery operation. (5) Check for construction and maintenance activities to ensure that no hazardous conditions have been created (equipment left in safety areas, unacceptable pavement lips created by ground alteration work, ruts from mowing equipment, etc.). (6) Inspect engineered materials arresting system (EMAS), if installed, for damage and for deterioration. (7) Physically drive or walk the safety areas to check for any discrepancies. �. d. Snow and Ice. Several special inspections may be needed during a winter storm until the airport is back to a normal operation. The inspector should: (1) Check to ensure that all foreign objects have been picked up after snow and ice removal �. operations. (2) If a friction measurement device is available, issue the appropriate numbers obtained from the equipment. Do not attempt to correlate friction measurement numbers with braking action reports. If a friction measurement device is not available, issue to Air Traffic braking action reports. (3) Conduct a special sign inspection after snowstorms for signs that may have been damaged by plows or by snow thrown by blowers. e. Construction. The inspector should: (1) Ensure that construction areas are barricaded and lighted properly. 15 AC 15015200-18C 04/23/04 r (2) Check construction equipment to ensure that they are parked within the pre -arranged areas. (3) Conduct night inspections to ensure that barricades, warning lighting, and reflectors are adequate to keep aircraft away from the construction area. (4) Check the location of construction material and stockpiles to ensure that they are outside of safety areas and do not block any signs. .. (5) Check any movement areas adjacent to construction areas or movement areas traversed by construction vehicles to ensure there is no FOD present. (6) Check movement areas around construction sites for potentially confusing marking, lighting, and signs that could cause pilot confusion or result in a runway incursion. f. Surface Movement Guidance and Control Systems (SMGCS). (1) For operations below 1,200 feet runway visual range, the inspector should conduct an initial inspection of stop bar lights, runway guard lights, clearance bar lights, taxiway centerline lights, and taxiway edge lights installed on the low visibility routes in accordance with the airport's SMGCS plan. (2) SMGCS lighting systems that are not electronically monitored should be periodically inspected every 2 to 4 hours for during operations below 1,200 feet to 600 feet. For operations below 600 feet, these inspections should take place every 2 hours. Such inspections should be detailed in the airport's SMGCS plan. 14. CONDITION REPORTING. Alert users of the airport to any unsafe conditions that exists and that .. could affect their operations. Ensure appropriate NOTAMS are issued for unsafe conditions that are identified during an inspection but cannot be corrected immediately. After reporting NOTAMs to the Flight Service Station, follow-up to ensure that the NOTAMS were processed and transmitted. ■' Clime L-,& David L. Bennett Director, Office of Airport Safety and Standards an M 04/23/04 AC 150/5200-18C Appendices APPENDICES 1-4 SUGGESTED AIRPORT SAFETY SELF -INSPECTION CHECKLISTS An airport safety self -inspection checklist should cover the condition of the facilities and equipment on the airport for it to be a part of a good safety inspection program. The checklist should be developed so that it is useful for the airport and its operation. A sketch of the airport is highly recommended to readily identify the location of problems found during the daily inspection. The suggested checklists consist of a listing of facilities and equipment and a series of conditions that are inspected. The blank squares indicate the conditions to be evaluated for each facility. A check (J) in one of these squares would indicate that the condition of the facility and equipment was found to be satisfactory. On the other hand, an "x" in one of these squares would indicate that the condition of the facility and equipment was found to be unsatisfactory. .�e When an unsatisfactory condition is found: M 1. An "x" for each applicable square should be entered; 2. A note provided in the Remark/Action Taken section; 3. The location of the condition should be identified in the airport sketch; and 4. Appropriate follow-up action including NOTAMs should be initiated. Corrective action should be documented on either the self -inspection checklists or on a separate work order system. r, These checklists are ideal for electronic conversion to PDAs and laptop computers. M se M 17 AC 15015200-18C Page Intentionally Blank 18 04/23/04 r.r r10 WW rra a.r rrr 04/23/04 APPENDIX 1 AIRPORT SAFETY SELF -INSPECTION CHECKLIST DATE. DAY: Day Inspector/Time: Night InspectorlTime: AC 150/5200-18C Appendix 1 1. Satisfactory X Unsatisfactory FACILITIES CONDITIONS D N REMARKS RESOLVED BY (Datellnitials) Pavement Areas Pavement lips over 3" Hole — 5" diam. 3" deep C rackslspa I I i nglheaves FOD: gravegdebrislsand Rubber deposits Pondingledge dams Safety Areas Ruts/humpa/erosion Drainagelconstruction Support equipmentfaircraft Frangible bases Unauthorized objects Markings Clearly vislblelstandard Runway markings Taxiway markings Holding position markings Glass beads Signs Standardlmeet Sign Plan Obscuredloperable Damaged/retroreflective 19 AC 150/5200-18C Appendix 1 04/23/04 FACILITIES CONDITIONS D N REMARKS RESOLVED BY (Datelinitials) Lighting O bscu redldi rtyloperable Damaged/missing Faulty aim/adjustment Runway lighting Taxiway lighting Pilot control lighting Navigational Aids Rotating beacon operable Wind indicators RENLsNGSI systems Obstructions Obstruction lights operable Cranesltrees Fueling Operations Fencing/gates/signs Fuel markingllabeling Fire extinguishers Frayed wires Fuel leaks/vegetation Snow & Ice Surface conditions Snowbank clearances Lights & signs obscured NAVAIDs Fire access 20 Me so au ON 04/23/04 AC 150/5200-18C Appendix 1 FACILITIES CONDITIONS D N REMARKS RESOLVED BY (Datellnitials) Construction Barrlcadesllights Equipment parking Material stockpiles Confusing signs/markings Aircraft Rescue and Fire Fighting Equipmenticrew availability Communicationsialarms Response routes affected Public Protection Fencing/gates/signs Jet blest problems Wildlife Hazards Wildlife present/location Complying with WHMP Dead birds Comments/Remarks: Airfield Map on Reverse Side 21 AC 15015200-18C Appendix 1 Remarks: 1. Quad. - 7.5 Min. Radar Ant. +119' T +33' Pole 6 LOC MALSR F B 04/23104 Site No. -: Locn ID - C Agnes Rd. TX 44 +43' Pole International Dr. o LOC o DME Pinson Dr. \ �HDALSo � o GS • • RVR ASOS 84 N5-47E C (2000) 0 1000 2000 Scale In Feet AIRPORT LAYOUT N AIRPORT LOCATION Interstate 37 ♦ NWS O A = VASI-4 FAuto 0 X Park A3 Ka. A3 FM Term o 763 B3 E A E T 0. \ Beacon 39 t2 X ARFF a A i D Al Ele nv 81 B ,RVR ` GS i 2 FM +27-54 E 763 97-30V O CT FM 665 22 \,�Cl ®BP BP — MALSR MALSR —' //+Ir 6-1-2003 DME Ant. +25' •ad so ON 04/23/04 APPENDIX 2 CONTINUOUS SURVEILLANCE CHECKLIST AC 150/5200-18C Appendix 2 DATE: TIME: DAY: INSPECTOR: J Satisfactory X Unsatisfactory FACILITIES CONDITIONS REMARKSIACTIONS TAKEN Ground Vehicles les/Procedure Followed Fueling Operations Fire/Ex loslon Hazards Signing/No smokin Snow & Ice Surface Conditions Construction Safety Plan Runway Incursions Runway & TaxKvay Use FOD Public Protection Unauthorized Unauthorized Vehicles Gates clear Wildlife Hazards Birds/Animals Miscellaneous Pedestrians in Movement Areas Passenger Load/Unload Debris in Movement Area Additional Remarks Airfield Map on Reverse Side 23 AC 15015200-18C Appendix 2 Remarks: Site No. - 23 1. Quad. - 7.5 Min. Annan Locn ID - CR Radar Ant. 0 +43' Pole +119'\AgnesRd. TX44 �International Dr. o LOC T +33'Pole DME n Dr.ODALS u o IlseLOC G , MALSR G \ \\) • NWS GS RVRIF •' R ASOS B4 B3 833 5-07E N (2000, 0 1000 2000 B2� Scale In Feet AIRPORT LAYOUT N AIRPORT LOCATION 9 EJAI \ Interstate 37 FM +27.54 E 763 97-30W FM 665 24 Jp A = �R F 0 '9 Park A3 Beacon 'y Yt ARFF Rd. FM 763 RVR GS BP 12 BP — MALSR milesOCT MALSR =,DLO 8-1-2003 DME Ant. +25' • ' , +17' Road 04/23/04 nr 04/23/04 APPENDIX 3 PERIODIC CONDITION INSPECTION CHECKLIST AC 150/5200-18C Appendix 3 DATE: TIME: DAY: INSPECTOR: J Satisfactory X Unsatisfactory FACILITIES CONDITIONS J REMARKS/ACTIONS TAKEN Pavement Areas Rubber Deposits Polishina Markings and Signs Vis ible Standards' Fueling Operations Physical Facilities Mobile Fuelers Fire Extinguishers Fuel Marking/Labeling Fra ad WI n Navigational Aids RENLsNG I A min Lighting Power Generator Check Circuit Resistance Test Aiml d us ment Obstructions Surveyed Trees/StructUres Overhead ower Lines Aircraft Rescue and Fire Fighting Response Live Fire Drills Tralnln Additional Remarks Airfield Map on Reverse Side 25 AC 150/5200.180 Appendix 3 Remarks: Site No. -: 1. Quad. -7.5 Min.i....._...._ LocnID - C Radar Ant. ° +43' Pole +119' Agnes Rd. International Dr. o LOC o DME T +33' Pole Pinson Dr. o ODALS ■ ° Air H a Carg nRA4 A BP 6 LOC MALSR G H • NWS B BP A =VAS B F FBO F 0 VASI4 Ra Park A3 GS • - RVR ASOS B4 N5-47E C (2000) 0 1000 2000 Scale In Feet AIRPORT LAYOUT qN AIRPORT LOCATION 1 \ Interstate 37 FM +27-54 E 763 97-30W Loop Miles 0 CT 358 FM 665 26 Beacon 3y ARFF Rd. FM 763 RVR GS BP BP - MALSR MALSR ' -' //+17-Road 8-1-2003 DME Ant. +25' • 04/23/04 rrr� M am 04/23/04 APPENDIX 4 SPECIAL INSPECTION CHECKLIST AC 150/5200-18C Appendix 4 DATE: TIME: DAY: INSPECTOR: J Satisfactory X Unsatisfactory FACILITIES CONDITIONS J REMARKS/ACTIONS TAKEN Pavement Areas PondinglEdge Dams Markings And Signs Visible after rain Standards after Construction Safety Areas a rainame Reonenina Runways Reonening Taxiways Snow and Ice Surface conditions Snowb nk clearance Lights 8 Signs Obscured OD Brakina Action/MU Reports Construction Barricades Construction Lights Eaulpment Parkino SMGCS SMGCS Lighting Additional Remarks Airfield Map on Reverse Side 27 AC 150/5200-18C Appendix 4 Remarks: 1. Quad. - 7.5 Min.. RadarAnt. 0 +119' Agnes Rd. T +33' Pole \ Pinson Dr. LOC\\ '6 MALSR �/ \ > H�♦ NWS a F GS •� RVR ASO B4 5-47E N (2000, 0 1000 2000 Scale In Feet AIRPORT LAYOUT N AIRPORT LOCATION Int�37 04/23104 Site No. -, Loan ID - C +43' Pale 1 International Dr. LOC o DME 0 ODALS ■ �H o O A = VA' 1 FE Auto Park • A3 Term o 4E 0 E \ Beacon* 3y ARFF Rd. FM 763 Elev 44' 81 BB RVR V 0 1 2 FM +27-54 E Loop 763 97-30W 35Miles O CT 8 FM 665 28 � 0 BP BPU- MALSR MALSR ' -' /+1TRoad 6-1-2003 DMEAnt.+25' 04/23104 AC 150/5200-18C Appendix 5a APPENDIX 5A QUARTERLY INSPECTION — MOBILE FUELERS Inspector: Fueling Agent: Date: S — Satisfactory U — Unsatisfactory R— Remark Below Jet A Fuelers 100LL Fuelers Other Fueler S U R S U R S U R No Smoking sign in cab Flammability Signs/Haz Mat Placards all sides Bonding Cables and Clips functional Deadman Control for all nozzles 2 Fire Extinguishers — Proper type/Inspected Emergency Shutoffs operable and marked No Fuel Leaks — Hoses/GasketsNalves Vehicle Exhaust System — Shielded/Leak free No evidence of Smoking — No ashtray in cab Vehicle Parking — 10' apan/50' from buildings. Explosion proof electrical/Light lens intact Ignition Sources (Clothing, Shoes, Matches) No of Mobile Fuelers Proper Fueling Procedures Observed Jet A 100 LL Other Fueling Personnel Meet Training Requirements Fueling Personnel Training Records maintained Remarks: 29 AC 150/5200-18C Appendix 5a Page Intentionally Blank ;0 04/23/04 APPENDIX 58 QUARTERLY INSPECTION - FUEL STORAGE AREAS —' Inspector: Fueling Agent: Date: AC 150/5200-18C Appendix 5b S - Satisfactory U - Unsatisfactory R - Remark Below Jet A Section 10OLL Section Other - S U R S U R S U R Fencing/Lacks/Signs Piping protected from vehicles No Smoking signs posted Deadman Controls for loading stations 2 Fire Extinguishers - Inspected/Accessible Boldly Marked Emergency Cutoffs — Location No Fuel Leaks Bonding wire/clips at loading stations/operable Piping/Pumps bonded and grounded No vegetation or materials to spread fire No evidence of Smoking Hoses in good condition Explosion Proof Electrical Equipment Remarks: 31 m m m 00 • m m CONSTRUCTION PLAN SHEETS: G1.1 G1.2 G2.1 CIA & C1.2 APPENDIX D PROJECT LAYOUT PLAN PHASING PLAN GENERAL & PHASING NOTES TYPICAL SECTIONS 60 EXISTING �g GATE / RUNWAY CLOSURE NOTES: / 1. TEMPORARY TBECLOSED RUNWAYWANDMADE MARKERS /\ ARE TOBEYELLOW AND MADE E FABRIC, COLORED OR PLASTIC.PAINTEDSHEETSOF RO PLYWOOD OR SIMILAR MATERIAL APPROVED BYTHE ENGINEER .THEY ARE TO BE SECURED TO PREVENT MOVEMENT BY DROP CLOSED RUNWAY MARKER WASH USING SAND BAGS OR OTHER APPROVED MEANS APPROVED BY THE ENGINEER NTS. __- CLOSED RUNWAY MARKER DURING PHASES 4 & 5 ryI—INIMUM LENGTH OF BARRICADES WILL 6E 6'. MA%)MUM 4' SEPARAPUN BE MEEN GARB CADES. 2. GRANGE PRATE CONES OR OTHER BARRICADES APPROVED BY THE ENGINEER WELCH MEET THE REQUIREMENTS OF FAA AC 150/5370-2T, PARAGRAPH 3-9 (b) MAY RE USED IN LIEU OF THE 'I'.'E II BARRICACES SHOWN. AC DOCUMENTS IS CONTAINED IN BE APPROVED O1 G30 OF '-E CCNENGINEER. 150/5ENTS. BARRICADES MUST BE APPENDIX DI 3Y THE ENGINEER. TYPE II LOW PROFILE BARRICADE DETAIL •fir ,E INFRASTRUCTURE CONSULTING & ENGINEERING m WEST IDLEVULD AVE SUITE UN TAMPA, FLORIDA 3304 MID)33b2]DI CERTIFICATE OF AUTHORIZATION NO. MAED 20:1 APPROACH SLOPE TAXIWAYS "D" AND "E" —� -- ----------------- HJ JNG ICE P.ci. 40 MA 154001 _- NEW TAXIWAY D N Eng,,, / > 0 100_ 200 400 - -��_ ---- -- 'I -- TAX --_N &Y°B-�_- - CLOSED RUNWAY MARKER DURING PHASE 2 — -- — - Z ROF 1 RKR RUNWAY RUNWAYAG-28 _- - - - - ---—MAENA _ PARSER — drz N � NEW TAXIWAYTR°Fz — re R _ ROFZ flOF2 � -. z�0:1 APPROACH SLOPE ` EXISTING GATE GATEEXI` .h 141 q ti1 STAGING AREA(TYPS GATEING ` f — I I CLOSED RUNWAY MARKER DURING PHASES 4 & 5 r PHASES 4 & 5 BARRICADES REVISIONS No De:Cnmm" Dal. By i PROJECT LAYOUT PLAN FAA A P P D,EI NE.: .' 3-12-0145-013-2017 _ FDOT Project Not ;. MAY 2017 G1.1 LEGEND CONTRACTOR'S STAGING AREA CONTRACTOR'S HAUL ROUTE TYPE "LOWPROFILE ,.H BARRICADES NTS. __- CLOSED RUNWAY MARKER DURING PHASES 4 & 5 ryI—INIMUM LENGTH OF BARRICADES WILL 6E 6'. MA%)MUM 4' SEPARAPUN BE MEEN GARB CADES. 2. GRANGE PRATE CONES OR OTHER BARRICADES APPROVED BY THE ENGINEER WELCH MEET THE REQUIREMENTS OF FAA AC 150/5370-2T, PARAGRAPH 3-9 (b) MAY RE USED IN LIEU OF THE 'I'.'E II BARRICACES SHOWN. AC DOCUMENTS IS CONTAINED IN BE APPROVED O1 G30 OF '-E CCNENGINEER. 150/5ENTS. BARRICADES MUST BE APPENDIX DI 3Y THE ENGINEER. TYPE II LOW PROFILE BARRICADE DETAIL •fir ,E INFRASTRUCTURE CONSULTING & ENGINEERING m WEST IDLEVULD AVE SUITE UN TAMPA, FLORIDA 3304 MID)33b2]DI CERTIFICATE OF AUTHORIZATION NO. MAED 20:1 APPROACH SLOPE TAXIWAYS "D" AND "E" —� -- ----------------- HJ JNG ICE P.ci. 40 MA 154001 _- NEW TAXIWAY D N Eng,,, / > 0 100_ 200 400 - -��_ ---- -- 'I -- TAX --_N &Y°B-�_- - CLOSED RUNWAY MARKER DURING PHASE 2 — -- — - Z ROF 1 RKR RUNWAY RUNWAYAG-28 _- - - - - ---—MAENA _ PARSER — drz N � NEW TAXIWAYTR°Fz — re R _ ROFZ flOF2 � -. z�0:1 APPROACH SLOPE ` EXISTING GATE GATEEXI` .h 141 q ti1 STAGING AREA(TYPS GATEING ` f — I I CLOSED RUNWAY MARKER DURING PHASES 4 & 5 r PHASES 4 & 5 BARRICADES REVISIONS No De:Cnmm" Dal. By i PROJECT LAYOUT PLAN FAA A P P D,EI NE.: .' 3-12-0145-013-2017 _ FDOT Project Not ;. MAY 2017 G1.1 PHASES 4 8 / I I I 1 \ ------------- ----------------------- 1 darn rtOr^ - PHASES 2 3 &4 BARRICADES IPHASES 6 8 7 BARRICADES RSA PHASE 2 BARRICADES RSA R a ROFL PHASES 4 8 5 BARRICADES RDVA PHASE S / ?o4ry BARRICADES P� / 100 ry / , PO PHASES 4 & 5 BARRICADES r / v CLOSED RUNWAY MARKER DURING Po" PHASES 485 °oa DITCH -------- ------- -_--i - - --' - --- - - \ 2W / • PHASES 2. 384 - '-__ ___—_-_---____ ______------------- ___------------------- ITT BARRICADERe S PHASES 3 & 4 Y BARRICADES CLOSED RUNWAY MARKER DURING PHASE 2 PHASE2 BARRICADES iASES BARRICADES —' --------------------------- SA n R50. - e - ASA ,; PHASE 5-B '.� PHASE 6 BARRICADES ---- - - — - - — - __ PHASES 1 & 2 BARRICADES PHASE 6 BARRICADES IN OMIA Si��� / _ •eM _� �. UI IN TERMINAL \\ APRON \AIRCRAFT FTACCESS ROUTIETOTERHINAL CONSTRUCT FIBER OPTICAND APRON DURING ELECTRIC CONDUITS IN THIS PHASES 182 AREA PRIOR TO BEGINNING WORK IN PHASE SEE NOTES ON SHEET / C4.2 FH�l�IL♦-/1�'J \ ~� E WA \ 570PRMOND _TE R POND N 0 50 100 MUNICIPAL AIRPORT 7k IE INFRASTRUCTURE CONSULTING F ENGINEERING / 55 WEST D IMLo AVE WITA IM TAMPA, FLORIOA3383d 10131330-2101 CEITHFICATEOF AUTHORIZATION NO 3MU TAXIWAYS D AND E De3rgRe.: I HU Tecnnicion' MA Engineer v+ Record'. +a rt I g II\ 111111 EXISTING AOA FENCE - Pmj. NO.: 15-40.01 i. SEE SHEET G1 1 FOR BARRICADE DETAILS AND ADDITIONAL BARRICADE LOCATIONS. 2. SEE SHEETS G31 & 33.2 FOR ADDRIONAL SECURITY, SAFETY AND PHASING NOTES. EXISTING ~� REVISIONS GATE No. Oesaiallon DA. Rv SEBASTIAN MUNICIPAL GOLF COURSE PHASING PLAN 3-12-0145-013-2017 s„eec N"'-: MARCH 2017 G1.2 LEGEND PHASE 1 CONSTRUCTION _ PHASE 2 CONSTRUCTION I PHASE 3 CONSTRUCTION PHASE 4 CONSTRUCTION PHASE 5 CONSTRUCTION PHASE 6 CONSTRUCTION PHASE 7 CONSTRUCTION IL2iX1L�l CONTRACTOR'S STAGING AND STOCKPILE AREA CONTRACTOR'S HAUL AND ACCESS ROUTE ............. TYPE II LOW PROFILE BARRICADES PHASES 4 8 / I I I 1 \ ------------- ----------------------- 1 darn rtOr^ - PHASES 2 3 &4 BARRICADES IPHASES 6 8 7 BARRICADES RSA PHASE 2 BARRICADES RSA R a ROFL PHASES 4 8 5 BARRICADES RDVA PHASE S / ?o4ry BARRICADES P� / 100 ry / , PO PHASES 4 & 5 BARRICADES r / v CLOSED RUNWAY MARKER DURING Po" PHASES 485 °oa DITCH -------- ------- -_--i - - --' - --- - - \ 2W / • PHASES 2. 384 - '-__ ___—_-_---____ ______------------- ___------------------- ITT BARRICADERe S PHASES 3 & 4 Y BARRICADES CLOSED RUNWAY MARKER DURING PHASE 2 PHASE2 BARRICADES iASES BARRICADES —' --------------------------- SA n R50. - e - ASA ,; PHASE 5-B '.� PHASE 6 BARRICADES ---- - - — - - — - __ PHASES 1 & 2 BARRICADES PHASE 6 BARRICADES IN OMIA Si��� / _ •eM _� �. UI IN TERMINAL \\ APRON \AIRCRAFT FTACCESS ROUTIETOTERHINAL CONSTRUCT FIBER OPTICAND APRON DURING ELECTRIC CONDUITS IN THIS PHASES 182 AREA PRIOR TO BEGINNING WORK IN PHASE SEE NOTES ON SHEET / C4.2 FH�l�IL♦-/1�'J \ ~� E WA \ 570PRMOND _TE R POND N 0 50 100 MUNICIPAL AIRPORT 7k IE INFRASTRUCTURE CONSULTING F ENGINEERING / 55 WEST D IMLo AVE WITA IM TAMPA, FLORIOA3383d 10131330-2101 CEITHFICATEOF AUTHORIZATION NO 3MU TAXIWAYS D AND E De3rgRe.: I HU Tecnnicion' MA Engineer v+ Record'. +a rt I g II\ 111111 EXISTING AOA FENCE - Pmj. NO.: 15-40.01 i. SEE SHEET G1 1 FOR BARRICADE DETAILS AND ADDITIONAL BARRICADE LOCATIONS. 2. SEE SHEETS G31 & 33.2 FOR ADDRIONAL SECURITY, SAFETY AND PHASING NOTES. EXISTING ~� REVISIONS GATE No. Oesaiallon DA. Rv SEBASTIAN MUNICIPAL GOLF COURSE PHASING PLAN 3-12-0145-013-2017 s„eec N"'-: MARCH 2017 G1.2 GENERAL NOTES 1. EACH CONTRACTOR SHALL OBTAIN, HAVE KNOWLEDGE OF, AND INCORPORATE THE FOLLOWING SAFETY PROVISIONS INTO THE CONSTRUCTION PROJECT'. - OPERATIONAL SAFETY ON AIRPORTS DURING CONSTRUCTION - AC 150/5370-2F - AIRPORT SAFETY SELF -INSPECTION - AC 150/5200-18C -PAINTING MARKING, AND LIGHTING OF VEHICLES USED ON AN AIRPORT - AC 15015210-5D -FEDERAL AVIATION REGULATIONS, PART 139 2. FOR OTHER CONDITIONS RELATING TO SAFETY, SEE SPECIFICATIONS. R 3. NOTICE TO AIRMEN () NOTAMS -THE CONTRACTOR WILL PROVIDE THE NECESSARY L RE TIE-INS ETC. TO THE N CONDITIONS THATANTC CLOSURE, ) INFORMATION ON CONSTRUCTIO CO OWNERAMINIMUM E SEVENQ)DAYSPRIORSOTHATAERTAMCAN ISSUE IN ACCORDANCE WITH ESTABLISHED CRITERIA RV THE OWNER TO THE FAA -FLIGHT SERVICE STATION. 4. CONTRACTOR SHALL MONITOR THE AIRPORT 2 -WAY UNICOM RADIO FREQUENCY (123.05) AT ALL TIMES DURING CONSTRUCTION. CONTRACTOR WILL HAVE A WORKING RADIO ON SITE AT ALL TIMES DURING CONSTRUCTION AND SHALL ASSIGN RESPONSIBLE PERSONNEL INCLUDING ALL FLAG MEN TO CONTINUOUSLY MONITOR THE APPROPRIATE FREQUENCY. THE RADIOS SHALL BE AS SPECIFIED IN SECTION 01510 OF THE PROJECT MANUAL. 5. CONSTRUCTION STAKE -OUT SHALL BE PERFORMED BY CONTRACTOR IN ACCORDANCE WITH ITEM 40 (SURVEY AND LAYOUT) OF SECTION B- SPECIAL PROVISIONS OF THE CONTRACT DOCUMENTS. IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO PROVIDE ALL MEASUREMENTS THAT MAY BE REQUIRED TO LAY OUT THE CONSTRUCTION. THE COST OF STAKING WILL NOT BE PAID FOR DIRECTLY AND SHALL BE INCLUDED IN THE UNIT PRICES FOR THE VARIOUS ITEMS OF WORK. 6. THE CONTRACTOR WILL BE RESPONSIBLE FOR THE CLEANUP AND DISPOSAL OF ALL TRASH AND DEBRIS CREATED BY HIS WORK OR PERSONNEL. NO BURNING. IS ALLOWED ON SITE. ALL TRASH AND DEBRIS MUST BE DISPOSED OF OFFSITE. 7. THE CONTRACTOR SHALL MAKE HIS OWN ARRANGEMENTS FOR ASPHALT AND OR CONCRETE BATCH PLANT LOCATIONS WHICH MUST BE LOCATED OFF AIRPORT PROPERTY. 8, THE CONTRACTOR SHALL VISIT SITE TO DETERMINE EXISTING CONDITIONS PRIOR TO SUBMITTING BID. THE CONTRACTOR SHALL REPORT TO THE ENGINEER ANY VARIATIONS FROM THE INFORMATION SHOWN ON THE CONSTRUCTION PLANS. 9. APPROVED CUTS IN PAVEMENT OR CONCRETE SHALL BE MADE USING A PAVEMENT SAW, AND SHALL BE PATCHED TO MATCH THE EXISTING SURFACE IN A MANNER APPROVED BY THE ENGINEER. 10. EXISTING EASEMENTS TO OTHER PROPERTIES SHALL BE MAINTAINED AT ALL TIMES. 11. AIRFIELD PAVEMENTS SHALL BE KEPT FREE OF ALL DEBRIS, DIRT, ETC., AT ALLTIMES. ANY SPILLAGE OF EXCAVATION OR OTHER MATERIAL SHALL BE CLEANED UP IMMEDIATELY BY THE CONTRACTOR WITH A MOTOR DRIVEN SWEEPER OR VACUUM AS REQUIRED BY THE ENGINEER. A PROGRAM OF REGULAR AIRFIELD PAVEMENT INSPECTION WILL BE PLANNED BY THE CONTRACTOR, AIRPORT OPERATIONS AND THE OWNER'S REPRESENTATIVE. SWEEPERS ARE TO BE EQUIPPED WITH NON-METALIC BROOMS. 12. ALL NON -PAVED AREAS OUTSIDE THE LIMITS OF CONSTRUCTION WHICH ARE DISTURBED BY THE CONTRACTOR'S OPERATIONS. SUCH AS THE CONTRACTOR'S ACCESS ROAD, STAGING AREA, HAUL ROUTES, ETC., SHALL BE RESTORED TO THEIR ORIGINAL CONDITION AND GRASSED PER ITEM T-901 UPON COMPLETION OF THE PROJECT. 13, ANY DAMAGES DONE TO AIRPORT PROPERTY OR UTILITIES (SUCH AS RUNWAY, TAXIWAYS, APRONS, FENCING, EXISTING CABLES) WILL BE REPAIRED BY THE CONTRACTOR TO THE APPROVAL OF THE OWNER OF THE FACILITY IN A SATISFACTORY MANNER- THE CO W RAOTOR WILL BEAR ALL COSTS FOR REPAIRS. 14, THE CONTRACTOR SHALL MAINTAIN SECURITY WITHIN THE PROJECT SITE AT ALL TIMES. NO UNAUTHORIZED PERSONNEL SHALL BE ALLOWED ON THE SITE. 15. CONTRACTOR SHALL MAINTAIN ALL AIRFIELD SAFETY DEVICES SUCH AS STAKED LIMIT LINES. FOR THE DURATION OF THE PROJECT AS REQUIRED, DAMAGED STAKES OR FLAGGING SHALL BE REPLACED IMMEDIATELY. CONTRACTOR TO SUBMIT PLAN SHOWING LOCATION OF LIMIT LINES FOR EACH PHASE AND FOR PROJECT DURATION TO THE ENGINEER FOR APPROVAL. 16. THE CONTRACTOR SHALL OBTAIN ALL PERMITS NECESSARY FOR THE COMPLETION OF THIS PROJECT. 17. THE CONTRACTOR IS RESPONSIBLE FOR COMPLIANCE WITH ALL ENVIRONMENTAL RULES AND REGULATIONS OF THE CRY. COUNTY. STATE, ARMY CORPS OF ENGINEERS, AND ANY OTHER JURISDICTIONAL AGENCIES, AND ALL CONDITIONS SET FORTH IN ENVIRONMENTAL PERMITS 18. AIRCRAFT OPERATING ON THE AIRFIELD MAKE THE CONSTRUCTION AREA A ZONE OF HIGH LEVEL NOISE. THE CONTRACTOR IS ADVISED TO TAKE THE NECESSARY PRECAUTIONS, SUCH AS THE USE OF EAR PLUGS AND EAR MUFFS TO PREVENT EAR INJURY TO ANY PERSONNEL WORKING IN THE AREA. 19. ALL DISPUTES ARISING FROM THE CONTRACTOR SHALL BE DECIDED BY THE ENGINEER, WHOSE DECISION SHALL BE FINAL. 20, BURNING OF DEBRIS WILL NOT BE ALLOWED ON AIRPORT PROPERTY. 21. ALL DEMOLISHED MATERIALS BECOME THE PROPERTY OF THE CONTRACTOR UNLESS OTHERWISE SHOWN IN THE CONTRACT DOCUMENTS. CONSTRUCTION AND DEMOLITION DEBRIS SHALL BE LEGALLY DISPOSED OF OFF AIRPORT PROPERTY. 22. THE CONTRACTOR SHALL KEEP A WATER TRUCK ONSITE AT ALL TIMES FOR THE PURPOSE OF CONTROLLING DUST AS REQUIRED BY THE CONTRACT DOCUMENTS. HAUL ROUTE 1 STAGING 23. THE CONTRACTOR WILL BE RESPONSIBLE FOR THE STORAGE AND SECURITY OF HIS MATERIAL AND EQUIPMENT AND SHALL ERECT STORAGE FACILITIES AND FENCING AS NECESSARY_ THE CONTRACTOR'S STORAGE AND STAGING AREA SHALL BE IN THE LOCATION SHOWN ON DRAWING G-102-1. 24. THE CONTRACTOR'S STAGING AREAISI AND HAUL ROUTES SHOWN ON THE PLANS ARE GENERAL AND FOR INFORMATIONAL PURPOSES ONLY. THE ACTUAL SIZE AND LOCATION OF STAGING AREAS AND HAUL ROUTES WILL BE APPROVED BY THE OWNER PRIOR TO CONSTRUCTION. 25CONTRACTOR WILL NOT BE ALLOWED TO USE ANY OFTHE RUNWAYS OR TAXIWAYS . AS PART OF THE HAUL ROAD UNLESS SPECIFICALLY AUTHORIZED THE OWNER'S REPRESENTATIVE. UNDER NO CIRCUMSTANCE SHALL THE CONTRACTOR CROSS ANY RUNWAY AT ANY TIME WITH CONSTRUCTION VEHICLES OR EQUIPMENT. 26. ALL CONSTRUCTION TRAFFIC SHALL EWER AND EXIT THE PROJECT AREA THROUGH THE PROJECT ACCESS ROUTES APPROVED BY THE ENGINEER ONLY. THE CONTRACTOR SHALL BE RESPONSIBLE FOR THE SECURITY OF ALL GATES HE USES FOR ACCESS ONTO AIRPORT PROPERTY. THE CONTRACTOR SHALL POST A GUARD AT ANY ACCESS GATE THAT IS NOT LOCKED. 27 THE EXISTING AIRPORT PAVEMENTS ACCESS ROADS AND HAUL ROUTES MAY NOT BE CAPABLE OF SUPPORTING CERTAIN TYPES OF CONSTRUCTION EQUIPMEW. PRIORTO BIDDING, THE CONTRACTOR SHALL FULLY SATISFY HIMSELF AS TO THE ABILITY OF THE EXISTING AIRPORT PAVEMENTS TO SATISFACTORILY SUSTAIN THE TYPE OF EQUIPMENT HE PLANS TO USE. CONTRACTOR SHALL SIZE THE EQUIPMENT USED FOR CONSTRUCTION ACCORDINGLY. ANY DAMAGE CAUSED BY HAULING OR ANY OTHER CONSTRUCTION ACTIVITY TO EXISTING PAVEMENT SHALL BE REPAIRED BY THE CONTRACTOR AT NO ADDITIONAL COST TO THE OWNER. 28. THE OWNER'S REPRESENATIVE SHALL DESIGNATE AREAS TO BE USED BY THE CONTRACTOR FOR THE PARKING OF CONSTRUCTION EQUIPMENT AND VEHICLES WHEN NOT ENGAGED IN THE CONSTRUCTION DURING NON -WORKING DAYS AND NIGHTS AS WELL AS AREAS FOR CONTRACTOR'S EMPLOYEES AUTO PARKING. 29, THE CONTRACTOR IS RESPONSIBLE FOR COORDINATING AND PROVIDING ALL PERMANENT AND TEMPORARY UTILITY CONNECTIONS TO THE STAGING AREA. 30. AREAS OUTSIDE THE PROJECT LIMITS ARE DESIGNATED AS RESTRICTED AREAS. THE CONTRACTOR'S FORCES ARE PROHIBITED FROM ENTERING RESTRICTED AREAS AT ANY TIME, UNLESS SPECIFICALLY AUTHORIZED BY THE OWNER'S REPRESENTATIVE OR AIRPORT OPERATIONS 31. THE CONTRACTOR SHALL CONDUCT HIS CONSTRUCTION OPERATIONS AS SHOWN ON THE CONSTRUCTION SAFETY B PHASING PLAN, AND HIS APPROVED PHASING PLAN. THE CONTRACTOR SHALL COORDINATE ALL CONSTRUCTION ACTIVITIES WITH THE OWNER'S REPRESENTATIVE TO MINIMIZE INTERFERENCE TO AIRCRAFT OPERATIONS DURING CONSTRUCTION. 32. NO CONTRACTOR VEHICLES, EQUIPMENT OR PERSONNEL SHALL CROSS OR BE WITHIN ANY RUNWAY SAFETY AREA OR WITHIN ANY TAXIWAY OBJECT FREE AREA AS DELINEATED IN THE PLANS. THE CONTRACTOR SHALL NOT PARK OR LEAVE UNATTENDED ANY EQUIPMENT WITHIN THE RUNWAY OBJECT FREE AREA (ROFA) OR THE RUNWAY PROTECTION ZONE (RPZ). EQUIPMENT NOT MANNED AND BEING USED SHALL NOT BE ALLOWED WITHIN THE ROFA OR RPZ. 33. ALL VEHICLES USED ON THE AIRFIELD SHALL MEET FAA REQUIREMENTS FOR MARKINGS AND LIGHTING. (SEE AC 150/5210-5D). 34, ALL ACTIVE AIRPORT OPERATIONAL AREAS WHICH ARE ADJACENT TO A CONSTRUCTION WORK AREA SHALL BE SEPARATED BY TYPE II LOW PROFILE BARRICADES OR OTHER BARRIER APPROVED BY THE ENGINEER. NO CONSTRUCTION TRAFFIC WILL CROSS ACTIVE AIRPORT OPERATIONAL AREAS. THE CONTRACTOR SHALL PROVIDE AND INSTALL THE BARRIERS AS SHOWN ON THE DRAWINGS AND WHERE DIRECTED BY THE ENGINEER. SEE SPECIFICATION 01030 AND 01530 FOR ADDITIONAL INFORMATION. 35. THE CONTRACTOR SHALL WORK WITH THE ENGINEER IN SCHEDULING ALL TAXIWAY OPENINGSICLOSINGS TO BE CONSISTENT WITH AIRFIELD OPERATIONS. WHEN THE CONTRACTOR'S OPERATIONS CROSS ACTIVE TAXIWAYS, HE SHALL BE REQUIRED TO PROVIDE A FLAGMAN ON EACH SIDE OF THE ACTIVE CROSSING TO DIRECT VEHICULAR TRAFFIC AND PROTECT AIRCRAFT TRAFFIC THE CONTRACTOR SHALL ALSO HAVE SUITABLE EQUIPMENT APPROVED BY THE ENGINEER AT EACH CROSSING TO KEEP THE CROSSING CLEAN OF ALL DIRT AND DEBRIS AND SAFE FOR AIRCRAFT TRAFFIC. BURIED UTILITIES 36. PRIOR TO DIGGING ANY TRENCHES, THE CONTRACTOR SHALL NOTIFY ALL UTILITIES (ELECTRIC, GAS TELEPHONE, WATER. SEWER) AND OBTAIN LOCATIONS OF UNDERGROUND UTILITIES. 37. CONTRACTOR SHALL BE RESPONSIBLE FOR THE LOCATION AND IDENTIFICATION OF ALL EXISTING UTILITIES AND UNDERGROUND PIPELINES IN CONSTRUCTION AREA. ANY DAMAGES TO EXISTING UTILITIES OR UNDERGROUND PIPELINES ON OR OFFAIRPORT PROPERTY SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. ALL REPAIR WORK SHALL MEET THE APPROVAL OF THE OWNER OF THE DAMAGED UTILITY. NO REIMBURSEMENT WILL BE ALLOWED FOR UTILITY/PIPE REPAIR OR REPLACEMENT. 38. THE CONTRACTOR SHALL PROTECT EXISTING UTILITIES, AIRFIELD LIGHTING AND NAVAIDS NOT CALLED OUT TO BE REMOVED OR ABANDONED. ANY DAMAGES DONE TO AIRPORT PROPERTY OR UTILITIES (INCLUDING, BUT NOT LIMITED TO RUNWAYS. TAXIWAYS, APRONS, FENCING, EXISTING CABLES, LIGHTING, SIGNS, NAVAIDS) WILL BE REPAIRED BY THE CONTRACTOR TO THE APPROVAL OF THE OWNER OF THE FACILITY IN A SATISFACTORY MANNER. THE CONTRACTOR WILL BEAR ALL COSTS FOR REPAIRS. 39. ANY UNPLANNED, UNAPPROVED, OR ACCIDENTAL SHUTDOWN OR INTERRUPTION OF SERVICE TO ANY LIGHTING CIRCUIT OR NAVIGATIONAL AID REQUIRES IMMEDIATE NOTIFICATION OF AIRPORT OPERATIONS AND THE OWNER'S REPRESENTATIVE BY THE CONTRACTOR. THE COST OF MATERIALS AND LABOR REQUIRED TO REPAIR THE LIGHTING CIRCUIT SHALL BE BORNE BY THE CONTRACTOR. PHASING NOTES THESE NOTES REFER TO THE PHASING PLAN ON SHEET G1.2, PHASE 1A: ALL WORK ON TAXIWAY D OUTSIDE 200' FROM THE RUNWAY 5-23 CENTERLINE (ROFZ) AND OUTSIDE 65.5' FROM THE TAXIWAY B CENTERLINE (TOFA). WORK IN THIS PHASE CAN BE DONE ANYTIME DURING THE TOTAL CONTRACT TIME. PHASE 1B: PHASE 1 H CONSISTS OF ALL WORK ON TAXIWAYS E AND E1 BEYOND STATION 306-00 ON TAXIWAY E THAT IS OUTSIDE 125FROM THE RUNWAY 1028 CENTERLINE (ROFZT WORK IN THIS PHASE WILL NOT AFFECT EXISTING TAXIWAY AND RUNWAY OPERATIONS WITH THE EXCEPTION THAT THE TAXIWAY TO THE TERMINAL APRON WILL NEED TO BE RELOCATED TO THE OPPOSITE SIDE AS SHOWN ON THE PHASING PLAN. WORK IN THIS PHASE MUST BE COMPLETED BEFORE PHASES 6 AND 7 CAN START. PHASE 2: PHASE 2 CONSISTS OF ALL WORK ON TAXIWAYS D. E. AND E1 WITHIN 125' OF THE RUNWAY 10.28 CENTERLINE (ROFZ). RUNWAY 10-28 SHALL BE CLOSED DURING THIS PHASE. WORK IN THIS PHASE MUST BE COMPLETED BEFORE WORK IN PHASES 4 THRU 7 CAN BEGIN THE COW RACTOR SHALL HAVE 30 CONSECUTIVE CALENDAR DAYS FROM THE DATE RUNWAY 1028 IS CLOSED TO COMPLETE ALL WORK IN THIS PHASE AND RE -OPEN THE RUNWAY PHASE 3. PHASE 3 CONSISTS OF ALL WORK ON TAXIWAY O WITHIN 65 5'OF THE TAXIWAY B CENTERLINE (ROFA) BUT OUTSIDE 200' OF THE RUNWAY 5-23 CENTERLINE (ROFZ). TAXIWAY B IS TO BE CLOSED DURING THIS PHASE. WORK IN THIS PHASE CANNOT BEGIN UNTIL ALL WORK IN PHASES 1B AND 2 HAS BEEN COMPLETED. PHASE 4. PHASE 4 CONSISTS OF ALL WORK ON TAXIWAY D WITHIN 6550F THE TAXIWAY B CENTERLINE (ROFA) AND WITHIN 200' OF THE RUNWAY 8-23 CENTERLINE (ROFZ). TAXIWAY B AND RUNWAY 5-23 ARE TO BE CLOSED DURING THIS PHASE_ WORK IN THIS PHASE MUST BE DONE CONCURRENT WITH PHASE 5. PHASE 5. PHASE 5 CONSISTS OF ALL WORK WITHIN 200' OF THE RUNWAY 5-23 CENTERLINE (ROFZ) AND OUTSIDE THE LIMITS OF PHASES 4 AND 7. RUNWAY 5-23 MUST BE CLOSED DURING THIS PHASE. WORK IN THIS PHASE CANNOT BEGIN UNTIL PHASE 2 HAS BEEN COMPLETED. THE CONTRACTOR SHALL HAVE 30 CONSECUTIVE CALENDAR DAYS FROM THE DATE RUNWAY 5231S CLOSED TO COMPLETE ALL WORK IN THIS PHASE AND IN PHASE 4 AND RE -OPEN THE RUNWAY. PHASE 6: PHASE 6 CONSISTS OF ALL WORK ON TAXIWAY E UP TO STATION 306,00 OUTSIDE THE RUNWAY 5-23 AND 1028 ROFZ'S. WORK IN THIS PHASE CANNOT BEGIN UNTIL PHASES 1B, 2,3 AND 4 HAVE BEEN COMPLETED AND OPENED TO AIRCRAFT. PHASE 7: PHASE 7 CONSISTS OF ALL GRADING AND PAVEMENT DEMOLITION WORK LOCATED WITHIN BOTH THE RUNWAY E23 AND 10-28 ROFZ'S. WORK IN THIS PHASE MUST BE PERFORMED AT NIGHT WITH BOTH RUNWAYS CLOSED AND CANNOT BEGIN UNTIL PHASES 1 THRU 4 HAVE BEEN COMPLETED AND MUST BE DONE CONCURRENT WITH PHASE 5. AT THE END OF EACH NIGHTTIME WORK SHIFT THE AREA WITHIN 60' OF THE RUNWAY 10.28 CENTERLINE (RSA) MUST BE GRADED SMOOTH TO A MAXIMUM 5% SLOPE WITH NO DROP-OFF GREATER THAN 2' AT THE EDGE OF THE RUNWAY PAVEMENT AND PERSONNEL AND EQUIPMENT REMOVED FROM THE ROFZ'5 BY SUNRISE SO THAT BOTH RUNWAYS CAN BE REOPENED. SEVEN DAYS PRIOR TO THE PRECONSTUCTION CONFERENCE, THE CONTRACTOR SHALL SUBMIT A CONSTRUCTION SCHEDULE IN ACCORDANCE WITH THE CONTRACT DOCUMENTS FOR APPROVAL BY THE ENGINEER WHICH INCLUDES DATES FOR RUNWAY AND TAXIWAY CLOSURES_ AFTER RECEIVING A NOTICE TO PROCEED THE CONTRACTOR MUST PREPARE A SAFETY PLAN COMPLIANCE DOCUMENT (SPCD) SHOWING HOW THE CONTRACTOR WILL COMPLY WITH THE CONSTRUCTION SAFETY AND PHASING PLAN (CSPP) CONTAINED IN APPENDIX S OF THE PROJECT MANUAL. SEVEN DAYS PRIOR TO THE PRECONSTRUCTION CONFERENCE, THE CONTRACTOR SHALL SUBMIT A CONSTRUCTION SCHEDULE IN ACCORDANCE WITH THE CONTRACT DOCUMENTS FOR APPROVAL BY THE ENGINEER WHICH INCLUDES DATES FOR RUNWAY AND TAXIWAY CLOSURES. LIQUIDATED DAMAGES LIQUIDATED DAMAGES AS PRESCRIBED IN SECTION 01010 - SUMMARY OF WORK, OF THE CONTRACT DOCUMENTS SHALL BE ASSESSED FOR: 1. EACH DAY BEYOND THE SPECIFIED CONTRACT TIME THE ENTIRE PROJECT IS NOT SUBSTANTIALLY COMPLETE AND READY FOR UBE BY THE OWNER. 2. EACH DAY BEYOND 30 DAYS FROM THE DATE RUNWAY 10.281S F IRST CLO SED THAT WORK IN PHASE IS NOT COMPLETE AND RUNWAY 10.20 HAS NOT BEEN RE -OPENED TO AIRCRAFT OPERATIONS. 3. EACH DAY BEYOND 45 DAYS FROM THE DATE RUNWAY 5-2313 FIRST CLOSED THAT WORK IN PHASES 4 AND 5 ARE NOT COMPLETE AND RUNWAY 5-23 HAS NOT BEEN RE -O PENES TO AIRCRAFT OPERATIONS. 4, EACH IO M INUTE PER LOS BEYOND SUNRISE EVERY MORNIN G OUR ING PHASE 7 THAT THE AREA WITH IN 60 FEET OF THE RUNWAY 10-20 CENTERLINE AND 75 FEET OF THE RUNWAY E23 CENTERLINE IS NOT CLEARED, GRADED SMOOTH WITH NO DROP-OFFS GREATER THAN TAT THE RUNWAY PAVEMENT EDGE, AND READY FOR THE RUNWAY TO BE OPENED TO AIRCRAFT OPERATIONS IN ACCORDANCE WITH SECTION 01030 OF THE CONTRACT DOCUMENTS. MUNICIPAL AIRPORT 'E INFRASTRUCTURE CONSULTING F ENGINEERING 553NESTIDLEW DAVE SUITElM TAMPA, FLORIDA33634 I013139bP01 CERTIFICATE OF AUTHORIZATION NO. 3MM2 TAXIWAYS "D" AND "E" HJ LNG IT -1h, "I" ICE Proj. No.: MA 1540.01 Engineer a` Record: REVISIONS No D..mIOLnn Dal. ev GENERAL AND PHASING NOTES 3-12-0145-013-2017 MAY 2017 G2.1 SAFETY AREA GRASSED SLOPE5% MATCH EXISTING GROUND PIPE SPAN "S" MIN. "A" MAX. "B" 15" & I -FSS 3" 16" TO 24" '0" a" 30" TO 42" 6" 46" & LARGER 16" 6" SPAN "5" = RISE "R' FOR R C P. 6" TAN "E' I (VARIES AT 6" PROFILE GRADE POINT TAXIWAY SAFETY AREA RECESSED SOL) 1 5" (TYP) �� 3" BITUMINOUS SURFACE COURSE (P-001) PRIME COAT (P602) 4" SHELL (P-212) OR RECYCLED CONCRETE AGGREGATE (P-219) BASE COURSE 8" STABILIZED SUBGRADE- LBR 40 (P-160) COMPACTED SUBGRADE (P-1 52) TYPICAL TAXIWAY "E" SECTION N.T.S. PAVEMENT PATCH SAWCUT - SEE NOTE 1 2C W 24" EXISTING BASE MATERIAL TO BE - COMPACTED IN ACCORDANCE - NFI ITEM P-21111 EXIST_ ASPHALT —r — _ EXIST. BASE — VI VI T <a m NEW TYPE SP -112.5 %%UINGUS z 1 O SURFACE COURSE - FDOT-33a s� 1 IN 3" MAX. iJRS. _ } THICKNESS TO MATCH EXIST. _ A PIPE A ASPHALT THICKNESS OR AS ¢ DIRECTED BY THE ENGINEER. r I � I OEPr1 OF W" I 5 . CUT (MAx.J UNDISTURBED STABLE p,6 12'-tfi 29' MATERIAL C.J. tfi'-20' 32' FINE GRAN' A' __ ."- TRENCH THROUGH EXIST. ASPHALT PAVEMENT DETAIL UNLESS CT'O'Al VERTICAL SAWCUT AT EDGE OF REMOVAL SEE NOTE i �NgiING=SPHA t= EX/cT/NG G }}1 co"", E/AENIfi'G ROC g SE I � TACK COAT ((P-603) ON SAWCUT $DRFACES EXISTING BASE REMOVAL I GRASSED SLOPE MATCH 1.5% EXISTING GROUND STA. 301+65.00 TO STA. 305+75 OD EXISTING GROUND ONSITE EXCAVATION ESTIMATE TOPSOIL STRIPPING: 5980 CY EXCAVATION: 5388 CY (MEASURED IN ITS ORIGINAL POSITION AT THE JOB SITE) 2' ASPHALT SURFACE REMOVAL I 3" BITUMINOUS SURFACE COURSE (P-401 SI C.- PRIME COAT (P602) I \ 6" LIMEROCK (P -21110R RECYCLED CONCRETE AGGREGATE P-219) BASE COORS 12" STABILIZED SUBGRADE LBR 40 (P-160) COMPACTED SUBGRADE (P-152) TYPICAL TIE-IN TO EXIST PAVEMENT NOTES, N.TS, 1. SAWCUT EXISTING ASPHALT TO NEAT STRAIGHT (OR CURVED WHERE INDICATED) VERTICAL LINES IN SOUND PAVEMENT, REMOVE EXISTING BASE COURSE TO NEAT VERTICAL LINES. MAINTAIN EDGE OF PAVEMENT TO NEAT SQUARE LINES, RAVELING OR DAMAGE A- EDGES THAT ARE UNACCEPTABLE TO THE ENGINEER SHA_L BE RE-SAWCUT FOR ENTRE LENGTH OF THE JUNCTURE AS DIRECTED BY THE ENGINEER AT THE CONTRACTOR'S EXPENSE BEFORE PLACEMENT OF THE NEW BASE OR SURFACE COURSE. SEBr+STU,►� MUNICIPAL AIRPORT 555] WEST mLENALo AVE surtE F.z TAMPA, FLORIDA 33534 I813133PF`W CEFTIH ATEOFAVTHOFDATONNO 36962 TAXIWAYS "D11 AND "E" ITecnn'clorMA IICE P`d 5--40.01 Era e. �, Re_..a. REVISIONSI No D—inDUaH Dale BY TYPICAL SECTIONS AND DETAILS 3-12-0145-013-2017 MAY 2017 1 C1.1 MATCH EXISTING GROUND VARIES CL TNI TAXIWAY SAFETY AREA (VARIES AT INTERSECTIONS) (VARIES AT INTERSECTIONS) 10' 1 BOD s PROFILE 1]II� PRATE PLITT GRASSED 1.0°T° SLOPE TAXIWAY SAFETY AREA TAXIWAY SAFETY AREA RECESSED SOD 15"(TYR) `E— 3" BITUMINOUS SURFACE COURSE (P401) PRIME COAT (PE02) 4" SHELL (P-212) OR RECYCLED CONCRETE AGGREGATE (P-219) BASE COURSE B" STABILIZED SUBGRADE-LBR40 (P-160) COMPACTED SUBGRADE (P-152) TYPICAL TAXIWAY "D" SECTION ITS Cr TNI"R' 22 5' NGMINAL VARIES -0" MIN 3" BITUMINOUS SURFACE A � COR ( P X PRIMIM COAT COAT (P-602) GRASSED SLOPE 15% MATCH EXISTING GROUND TAXIWAY SAFETY AREA SEPASTLAN MUNICIPAL AIRPORT 55 WEST OLELMLD AVE. SUITE UP TAMPA FLORIDA 33634 UO1330P01 DERONEATE OF AUTHORIVATION NO. 309x2 TAXIWAYS "D" AND "E" HJNG Techn'c, ICE P',. Na'. MA `i 54001 e. o' Re_o,a: SLOPE<, LS% SLOPE VARIES --E,— - ,—SLOPE VARIES RECESSEDSOD T_ 15"(TVP) GRASSED y --I SLOPE yp SCARIFY EXISTING BASE SURFACE' _ _L__ REVISIONS \ \ No. Description Dale R,• EXIST. CEMENTED _ MATCH' COQUINA BASE EXISTING ��\\�\\\�\\��\�\� EXIST. NOMINAL 2" \\ ��\ \ \ \\\� EXISTING GROUND \ �� ` ASPHALT SURFACE ����������' (TO BE REMOVED) �� �� ��� GROUND �L\ , ADO BABE COURSE MATERIAL AS REQUIRED TO BRING a GRADE 8 � 1 COMPACT PER BASE COURSE SPECIFICATION TYPICAL TAXIWAY "B" SECTION N . rs' � 3" BITUMINOUS SURFACE COURSE (P-001) PRIME COAT F-802) 4•• SHELL (P-212) OR RECYCLED CONCRETE AGGREGATE (P-219) BASE COURSE — 6" STABILIZED SUBGRADE- LBR 40 (P-160) COMPACTED SUBGRADE (P-152) TYPICAL SECTIONS AND DETAILS FAA A.I.P. Project NO.: 3-12-0145-013-2017 FOOT Project No.: MAY 2011 1 C1.2